Loading...
HomeMy WebLinkAboutSWP272722(1) 6-017-( 0 Award Date: 2_�_ p i CAG D l- Od$ ' Awarded to: VA,r1;'PAt-'1 104' . 1322 t NE 1ZlF rN PL . y-iQ-Kt.at-i r,>, Wa �8a34 ' hwMzt) A M6v N)T * of t 5, C4Zs) S2-1— (dj---rIGE) �� O 1 Bidding Requirements, City of Renton Forms, Contract Forms, 1 Conditions of the Contract, Plans and Specifications City of Renton Construction of: i SOUTH DOWNTOWN WATER MAIN AND STORM SEWER REPLACEMENT PHASE I Wells Avenue South, Williams Avenue South, ' South 4th Street, and South 51h Street PROJECT NO. WTR-27-2722 / SPW-27-2722 JANUARY 2001 City of Renton 1055 South Grady Way Renton, WA 98055 General Bid Information: (425)430-7200 Water Utility Engineering Contact: Rick Moreno (425)430-7208 -:5TOFM WATFV-., C-r->F-y .5-fr-rI-Y-k - mF---k 11 WGrK�"� OAYS /30 - �- l s�>t 1 CITY OF RENTON 10 11 zz z l 21 23 RENTON, WASHINGTON CONTRACT DOCUMENTS for the ' SOUTH DOWNTOWN WATER MAIN AND STORM SEWER REPLACEMENT PHASE 1 ' PROJECT NO. WTR-27-2722 / SPW-27-2722 �. JANUARY 2001 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ti fl u OF WASy��Ct�'� y CO _ �o 23169 O� G/STEP ASS/ONAL EXPIRES —Z1-61 , 1 CITY OF RENTON WATER & STORM WATE R UTILITY t055 South Grady Way Renton, WA 98055 CITY OF RENTON WTR-27-2722 / SWP-27-2722 SOUTH DOWNTOWN WATER MAIN & STORM SEWER REPLACEMENT PHASE 1 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 ❖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 ' City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Standard Plans ' Geotechnical Report Traffic Control Information City of Renton Survey Information and Monumentation ' 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 (gold) Submit at Notice of Award(blue) CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 ' 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 COUNCM: mayor Council President ,Auest: ' Ciry Cler c:Soudi Kcnton/BIDSPEC/MAB CITY OF RENTON ' SUMMRRY OFAAJ=CANS WITH DISABLLITIES ACT POLICY ADOPTED B Y RESOL UTION 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: (I) 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: t ., L2 ' Mayor Council President Attest: i City Clerk CONSENT OF DIRECTOR OF KATSPAN, INC. ' Pursuant to RCW 23A.08.345 of the Washington Business Corporation Act, as amended, the undersigned director, being the only director of KATSPAN, INC., a Washington Corporation (the "Corporation")and acting without a meeting in his capacity as the director and as a Board of Directors, does hereby adopt the following corporate resolution and does hereby consent to the taking of the action herein set forth, said consent being given before the taking of said action: 1 RESOLVED: That Steve Skeel, as acting Chief Executive Officer, has full and unlimited authority to enter into any contract and to sign on behalf of Katspan, Inc. The execution of the consent shall constitute a written waiver of any notice required by the Washington Business Corporation Act and by this Corporation's articles and by-laws. DATED the 2"d day of January 1999. Rane R. Lottinville II L Steve Skeel Chief Executive Officer I certify that this is a true original signature. Notary for the State of Washington, residing expires ��- �cl-O� ���GVSy��,,��'' NIS NOTARY k"', = PUBLIC i p 0 416 E R 9: it�AS\Ao,'*. ' Steve Skeel Gary Austin 23843 SE 111th St. P.O. Box 862 Issaquah, WA 98027 Stanwood, WA 98292 Office 425-821-5619 Office 425-821-5619 Cell 206-571-1445 Cell 206-571-6498 1 Home 425-391-8382 Home 360-629-0122 Chief Executive Officer Project Manager Steve Sauve Tom Jaycox ' 12420 NE.141st Way. 909 209th Ave NE Kirkland, WA-98034 Redmond, WA 98053 Office 425-821-5619 Office 425-821-5619 Cell 286=35 =�Z� o�� �3'� Cell 206-255-4490 Home 425-820-9330 Home 425-836-8448 Senior Project Manager Chief Estimator Ray Elder `^ 2124 62"d Ave.E. Apt 6 Fife, WA 98424 Office 425-821-5619 `fibs _ 7G►�'-�l�L Cell 206-730-1030 Home 1 Foreman -s is -- �f Uc!— 0 3" �rfifi bfe- (etl W0"W (Nun-4 C-e5c-,d aJ3 - GUI' a06L ' F—a rt ma r\ ' Kat s pa n, i n c■, 13221 NE 126th Place,Kirtcland,WA 98034 - (425)821-5619-Fax: (425)821-5209 - KATSPI 012NA W.r'r,Y March 51h, 2001 As requested, below is the particulars regarding our insurance and bonding agencies: ' Company Insurances: Mr. Kevin Hanson Trigg Insurance Agency P. O. Box 509 ' Vashon, WA 98070 Tel: 206-463-7411 Fax: 209-463-7414 Company Bonding Agents: Mr. Steve Scott or Ms Julie Glover Bush, Cotton & Scott LLC P. O. Box 3018 Bothell, WA 98041-3018 Tel: 425-489-4500 Fax:425-489-4501 ' If you have questions or require additional information, please don't hestitate to contact me at your convenience, Regards ' Bree Katspan, Inc., 13221 NE 126th Place,Kirkland,WA 98034 • (425)821-5619 9 Fax: (425)821-5209 • KATSPI 012NA 1 02/20/01 TUE 10:23 FAX 425 430 6855 RENTON-FINANCE Z 002 Y O� APPLICATION FOR CITY OF RENTON BUSINESS LICENSE COMMERCIAL Business Name &Location City of Renton License# Ka span, Inc- WA State UBJ# 601 —341 —326 13221 N . 1 2 6 t h P 1 Contractor's License K AT S P I 01 2 NA Kirkland, WA 9 8 0 3 6-8 7 01 Owner Name, Address Rane Lottinville Telephone: 425-821 -561 9 1 2735 Willows Road Mailing Address: Kirkland, WA 98034 ' same as above Telephone: 425-820-4700 No. of Employees_seasonal 50-60wtr/1 00-1 25; ' Date Business Opened in City of Rentonllpon receipt c Or Job Starts: contract est 3/12/2001 Emergency Names &Telephone: Describe Type of Business: , 1. Steve Skeel cell 206-571 -1445 utilities contractor 2. Tom Javcox cell 206-255-4490 ' FEE SCHEDULE: 1. Total number of personnel (all) aprox 8 ' (for business 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.) 480 (quarter being 3 months) Jan-March: April-June: July-Sept: Oct-Dec: ' 3. Multiplied by rate per hour(.029) 4. TOTAL FEE: $1 3 . 7 5 ' 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 questions, please call the License Division(425) 430-6851. I hereby certify that the statements and information furnished by me on this application are true and complete, to the best of m: knowledge. I acknowledge that the statements and information furnished by me on this application are public records and are availabl, for public inspection pursuant to State of Washington RCW 42-17-260. Signature: i� Print Name: Steve Skeel Date: 2/20/2001 Title: CEO Phone: 4 2 5-8 21 -5 61 9 Return Completed Application to: City of Renton License Division 1055 South Grady Way ' Renton, WA 98055 (425) 430-6851 ' FOR OFFICE USE ONLY Amount _' How Paid Date Planning Dept Bldg Dept Fire Dcpt 1 1 000139 Katspan,Inc. 000139 ' Katspan, Inc. 10900 NE 4th St,Suite 200 13221 NE 126th Place,Kirkland,WA 98034 �PACIFICA Bellevue WA 98004 NO. Phone:(425)821-5619•Fax:(425)821-5209 e n c - SKATSPI 012NA 19-849/1251 1 KATBPAN .0 - " Od DATE AMOUNT ' PAY �i / O ���(J r�/VJ /G�ivSE d/�✓�SCeN NOT TO EXCEED$1,000.00 o ORDER OF �EiU ro�� K4 to C VO AFTER 8 M 11400 L 3 9 3,11'. 11: L 2 5 10849 211:0 1 100 286 211' 1 r7DEPARTMENT OF LABOR AND INDUSTRIES I REGISTERED AS .PROVIDED BY LAW AS CONST-CONT :GENERAL C2 q � r t xe r -ICP).TSPAN..INCrJ I ;1 3\ , . y 13221 NE 126TH .PL'r7e . =KI RKLAND ='WA 5i"9 8 0 3 4 F62S-052-000(8/97) CITY OF RENTON ' WTR-27-2722 /SWP-27-2722 SOUTH DOWNTOWN WATER MAIN & STROM SEWER REPLACEMENT PHASE I 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 installation of approximately: 3,353 linear feet of 12"diameter,363 linear feet of 10"diameter, 33 linear feet of 8"diameter, 103 linear ' feet of 6"diameter,and 50 linear feet of 4"diameter class 52, ductile iron pipe, 63 water service connections, 17 fire hydrant assemblies,20 gate valve assemblies, 11 water main connections,2,540 linear feet of 12"diameter,and 373 linear feet of 18"diameter CPEP Storm Water Pipe,474 linear feet ' of 12"diameter,and 292 linear feet of 18"diameter ductile iron Storm Water Pipe,42 Type 1 Catch Basins, 28 Type 2 Catch Basins,Connections to existing Storm Water Systems,Asphalt roadway trench patching, sidewalk,curb and gutter repair,and landscape restoration associated with the new utility line installations. 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 One hundred,twenty (120)working days will be allowed for the completion of this project. H:\DIVISION.S\UTILITIE.S\WATER\RICK\WILLIAMS\Williams_02\SRentonbidpak.DOC Page I BiENSON AVENUE SOUTH MAIN AVENUE SOUTH y-1 W S z C J Ln W � �-- Li uj WILLIAMS ENE OUH O 01-41 U ij Cn W : p ate. ~ CL ate. C LLJ t9 yZ �- vi �d L'— Rt iRNETT AVENUE SOUTH O z �� '2O ti r rINSTRUCTIONS 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 o'clock 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. r 2. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on 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. r5. 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. r6. 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 r 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 they enter 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 they 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 herein and/or as identified within Specification Section 1-07.18. r ' HAD[VISION.S\UTILITIE.S\WATER\RICK\WILLIAMS\Williams_02\SRentonbidpak.DOC Page 2 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. 13. Payment retainage shall be done in accordance with Section 1-09.0(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. The bidder shall bid on all schedules set forth in the bid forms. 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 most recent issue of the prevailing wage rate are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the ' CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. ' IJADIVIS ION.S\UTILITIES\WATER\RICK\WILLIAMSMIIiams_02\SRentonbidpak.DOC Page 3 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. 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 Transportation 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 to read "City of Renton," unless specifically referring to a standard specification or test method. ' B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein) shall govern. 20. A soils investigation has been performed for this project by a consultant for the City and a report is included in the back of this document. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing ' facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. ' 21. The Contractor shall follow the stated construction sequencing as identified in the Special Provisions Section of the Contract document. ' HADIVISION.S\UTILITIE.S\WATER\RICK\WILLIAMS\Williams_02\SRentonbidpak.DOC Page 4 CI TY OF RENTON ' WTR-27-2722/SWP 27-2722 South Downtown Water Main& Storm Sewer Replacement Phase 1 CALL FOR BIDS ' Sealed bids will be received until 3:00 p.m. February 13, 2001, at the City Clerk's office and will be opened and publicly read in the 5"'floor conference room,Renton City Hall, 1055 South Grady Way. ' The work to be performed within one hundred,twenty(120)working days from the date of commencement under this contract shall include,but not be limited to: ' 3,353 linear feet of 12"diameter, 363 linear feet of 10"diameter,33 linear feet of 8" diameter, 103 linear feet of 6"diameter, and 50 linear feet of 4"diameter class 52, ductile iron pipe, 63 water service connections, 17 fire hydrant assemblies, 20 gate valve assemblies, 11 water-main connections,2,540 linear feet of 12"diameter, and 373 linear feet of 18"diameter CPEP Storm Water Pipe,474 linear feet of 12"diameter, and 292 linear feet of 18"diameter ductile iron Storm Water Pipe,42 Type 1 Catch Basins, 28 Type 2 Catch Basins, Connections to existing Storm Water Systems,Asphalt roadway trench patching, sidewalk, curb and gutter repair,and landscape ' restoration associated with the new utility line installations. 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 One hundred twenty(120)working days will be allowed for the completion of this project. 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, sixth floor Customer Service Counter, 1055 South Grady Way,Renton,WA 98055. There is a non-refundable fee of$30.00 plus $2.58 Tax(Total $32.58)for each set. 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)430-7200. If a bidder has any questions regarding the project,please contact the Project Manager,Rick Moreno, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7208. A certified check or bid bond in the amount of five percent(5%) of the total of each bid must ' accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Marilyn e rs n, City Clerk ' Published: Daily Journal of Commerce January 29, 2001 Daily Journal of Commerce February 5, 2001 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 CERTIFICATI N RE: ASSIGNMENT OF ANTI-TRUST CL MS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from.anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti- trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: 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 n '' o uYy1 A am�01A ��7�2 r4A/.J Name of Project �i �7_Sp Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this day of , 200/ 4,thfJ Q_o 01PI, 0 Notary Public in and for the State of Washington 2 Notary (Print) Y�I7 rl C i Gc Q . !� B(VV _ My appointment expires: 3/73/0,1 i ?3.04 /it t t'C. ygsy{�ot� IRW BOND FORM cash, or bid bond in the amount of Herewith find deposit in the form of a certified check, cashier's GhCck, t which amount is not less than five percent of the total bid. $ Sign herd Know All Men by These Presents: Safeco 'lihat we, Katspan, Inc. as Principal,and Insurance Company of America as Surety, are held slid firmly bound unto the City Of ' the penal sum of Five Percent (5%) of Total Bid------Dollars, for The Renton,as Obligee, in payment of which the Principal and the Surety bind themselves,their heirs, executors,administrators, k7l successors and assigns,jointly and severally,by these presents. rile condition of this obligatio>> is such that if the Obl igce shall make any a\I'ard to the Principal for South Llownto�►t Water Mai &S Sewer c lace ent P se I according to the terms of the Uproposal or hid in.ade by the principal therefor,alld Tbc principal shall duly make and enter into a with the Obligee in accordance with the Germs of said proposal or bid and award and shall give contract w I bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, tit case of failure to do so,pay and forfeit to the Ohligee the penal amount of the deposit Specified d in die call for bids,then this obligation shall be null and void: otherwise it shall be and reix�ai� in 1`1111 force and effect and the Surety shall f4rthwit.h pay and forfeit 10 the Obligee, as penalty and liquidated dain,ages, tile amount of this bond, ' SIGNED, SLATED AND DATED TMS 13th DAY OF_ February 2001. Katspan, Inc. Principal Saf o I s ce Amer' a , urery Julie M. Glover, Attorney-in-Fact Received return of deposit in the sum of$ I ' 1'1;\17IVISfON,S\t1Tlt.ITI1r.S\WAl'l~IZ\R1CK\wh_I,TAti15\\V ill inms 02GSRcnl.oilbidpak-00L Page b l ' POWER SAFECO INSURANCE COMPANY OF AMERICA S A F E C O~ GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA ' SEATTLE,WASHINGTON 98185 No. 7351 KNOW ALL BY THESE PRESENTS: Fhat SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereb\ ippoint ****STEVENK.BUSH;M.J.COTTON;NANCY J.OSBORNE;MIKEAMUNDSEN;S.M.SCOTT;DARLENE JAKIELSKI;JULIE M.GLOVER;CINDYL.VILLASISTA; �IM W.DOYLE;MICHAEL A.MURPHY;Bothell,Washington'********•***********r*********•****************••*•*••******s***s*«*******+***■*****************.*** its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar characte issued in the course of its business,and to bind the respective company thereby. N WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed an( ittested these presents this 23rd day of August 2000 R.A.PIERSON,SECRETARY BOH A.DICKEY,PRESIDENT ' CERTIFICATE Extractfrom the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: ' Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President,the Secretary,and any Assistant Vice President appointed for the turpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority t( :xecute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On an ,nstrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond c undertaking of the company,the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall nc )e necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. ' On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attomey appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attomey appointment is in full force and effect, ' he signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1, R.A.Pierson,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that tt foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true ar :orrect,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. i iN WITNESS WHEREOF,1 have hereunto set my hand and affixed the facsimile seal of said corporation ' this 13th day of February 2001 ' �Cf C I E CO' y �Q� �y CIERM �,SEAL 5 SEAL T y `" 1953 �a 1 2� `� FOf tYA��t �1t p�W���R R.A.PIERSON,SECRETARY ' S-0974/SAEF 7/98 ®Registered trademark of SAFECO Corporati 9/18/00 P CITY OF RENTON WTR-27-2722 /SWP-27-2722 SOUTH DOWNTOWN WATER MAIN & STORM SEWER REPLACEMENT, PHASE 1 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 I , 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 11 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.) Printed Name S—r-OF J12' S�Ff ' Signature 4���g i 3aa/ A) Address: Names of Members of Partnership: 1 OR Name of President of Corporation �19� �0 )l /LLL� 1 Name of Secretary of Corporation �. gyle)dC tCorporation Organized under the laws of With Main Office in State of Washington at ' HADIVIS ION.S\UTILITIE.S\WATER\RICK\WILLIAMS\WiIIiams_02\SRentonbidpak.DOC Page 7 CITY OF RENTON ' PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES South Downtown Water Main Storm Sewer Replacement Phase 1 (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.) EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT 10. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Mobil tion, Demo ili ation L.S. $ r .- per ump Su (words) figures I002. 1 Tren xcavati Safety Sy e 3 3 e— I L.S. $ c �.. per Lump um (words) fi res I003. 1 C nstLuction S ey Stakin , a o As-BLOata r O� L.S. $per Lump Sum (words) figures ' 004. 1 Tr ffi Q rol `�O�' L.S. $ G per Lu Sum (words) figures 005. 1 Teroporary Erosior S dim tatio Controls f1 pa D L.S. $ ) per Lu Sum (words) fi res 006. 3,450 12"Ouctile Iron Qe,Cl. 52(Poly Wrapped) pd L.F. $ per Lin F6 v (words) figures 007. 300 10"Du I w on=iZe, I. 52(Poly Wrapped) O L.F. $ ' per Linear F o (words) figures 008. 35 8"Ductil I nPipe, Cl. 52(Poly Wrapped) �^ 00 c L.F. $ 30 ' per Linear Foot (words) figures 009. 60 6"Duon Pipe, Cl.52(Poly Wrapped) ( t L.F. �'W per Linear Foot (words) figures 010. 36 4"Ductilp kon Pipe, Cl. 2(Poly Wrapped) ' L.F. $ CS(P per Linear Foot words) figures ' 011. 19 12" val asse y(no Vault) ID c ' I EA. per Each (words) figures ' 012. 13 101, at4valv ssembly EA. $ ures ' per Each (words) 9 ' I 013. 2 8 e"g te alve s jmb ,r oD EA. $ (� ' ' per Ea (words) RDMUTIL:WTR:RICKWILLIAM.schedule.xls 1/22/01 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES jjSouth Downtown Water Main Storm Sewer Replacement Phase 1 i � (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.) rEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT 4440. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. figures 014 2 6" ate valve as ly EA. $ ' oco F per ffach (words) figures 015. 1 4"gate 6VI e asse ly dU p0� EA. $ , per Each w rds) figures 016. 2 Fu Ins 24"x 12"T pping Jl L�tj t �� 900, EA. per Each (words) P figbr-es 017. 2 ia� &Ins 18"x 12" pping .A semb 1EA, per Each (words) frgures 018. 17 Fire ran ssembly A (90 EA. per Each (words) , figures 019. 60 3/4"Water e i Co ction 4 tJd EA. $ ` ' per Ea h (words) figures i 020. 1 1" der Serv' Con ctio EA $ per Ea h (words) figures ' 021, 2 1- "Wat r Service C n ction per Each (words) figures 022. 1 i 2" ater_ rvice Con�cti Cif do EA. sv per Each (words) I ures 023. 11 Connectio existing a r ma l� EA. 'o per Each (words) gures ,,�� 024. 30 Co Crete f r hru Blo ing, D e d- an hor Bolts C / r ' C.Y. $ ¢ I per Cubic Yard (words) figures i ' 025. 1 Removal of Existing fire hydrants,valve boxes& �© L.S. $they appu nances per Lump Sum (words) fi ures H:DIV:UTIL:WTR:RICKWILLIAM:schedule.xls 1 f22/01 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES South Downtown Water Main Storm Sewer Replacement Phase 1 (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.) :M APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts, 26. 373 Fumi Inst II 18"CPEP Storm Pipe �0 L.F. $ b n t per Linear Foo (words) figures 127. 2,519 Fur ' &Ins II 12"CPEP Storm Pipe �© L.F. ' per Linear Foot (words) figures / .128. 292 F rnish & stall 18"Ductile Iron Storm Pipe L.F. $ 14 .^ per Linear Ftoot (words) figures 029. 483 Fu 12"Ductile Iron Storm Pipe hh Q L.F. rnis In all a per Linear Fo t (words) figures 030. 28 Furn!§Ii&lnsta B Type-II,4 Inch CIC2 ©Q EA. jel-A Iper Each (words) fi ures 031. 42 Furnish tall ype- EA. $ CQ 3L76)0' per Och (words) figures 11 032. 30 Side SeZver Adju t nt 1 n ` j per Each (words) figures )33. 3 Remove&Dispo isti St or Manholes � ,�s EA. $ �Cc Wol 2tL _ 1 per Each (words) figures j )34. 1 Remove&Dispose Existing Storm Water Pipe L.S. (Includin I e Plugs) � ` ) I�(90 '- r per Lump Sum (words) I figures 035. 9 Remo e Dispo a isti g Ca Basin Typ CC„„,, 00 EA. $ 6cXJ' I �Q per Each (words) figures 036. 330 Remo &Re lace nt of Unsuitable Foundation Material TON $ E per Ton (wor ) figures 037. 175 Furnish nstall Quarry Spalls C� d TON $ � ��© per X6n (words) figures 1 L H DIV:UTILWTR:RICKWILLIAM:schedule.As 1/22/01 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES South Downtown Water Main Storm Sewer Replacement Phase 1 (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.) EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 038. 2,675 Select port Trench Backfill / TON $ /,�I� ilR� figures per Ton (words) 039. 970 Crushed rfacing Top Course&Crushed Rock Backfill 6 1 TON $ figures per n (words) 00 040. 12 Controlled De ity Fill C.Y. $ o V. per Cubic Y r (words) figures � p0 041. 620 Asp��lt Pa h ClaB' �� TON $ e' figures per To w s) �v 042. 1,200 A s I`P tch Class'B', or ATB for Temp. Patch TON figures( r T (words) 043. 40 Remove& eplace Sidewalk&Driveway /� �% T_ �� S.Y. $ figures �P per Squar ards (words) ' 044. 150 Remov &Re lace Curb&Gutter D� L.F. $ I(5 P gl! per Linear Fo t (words) figures ' 045. 1 Remove, Rest Lawn,Lands ping ra'on y L.S. $� (,(/ Iper Lump Sum (words) fi ures 046. 1 Repla e P ment Ma s&Traffi Buttons —6, L.S. �]fJ _ figures per Lump Sum (words) 047. 4 Re-Establish nu ents ®j I E.A. $ � D (� per Each (words) figures �7 Subtotal t/ I 77 Sales Tax 8.6% Z Z I Total 912 9 9 + -7 1/26/2001 BOND TO THE, CITY OF RENTON Bond No. 103355963 ' KNOW ALL MEN BY THESE PRESENTS_ That we, the undersigned Katspan, Inc. Travelers Casualty and Surety as principal, and Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of�$g 1 ?,g 9 5_nn------ 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 l 9A( I(/ , Washington,this_ Pf day of 2001. ' Nevertheless,The conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG - providing for construction of South Downtown Water Main &Storm Sewer Replacement,Fhase 1 ' (project name) The principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the_ work therein provided for in the manner and within the time set forth; NOW,THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the ' manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and ihall pay all laborers, mechanics, subcontractors and material handling men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless ' from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect_ Katspan, Inc. Travelers Casualty and Surety Company Principal Sine ot Ameri-ca Signature Si tune Julie M. Glover ' Attorney—in—Fact Tide Tide H,\DIV(SION.S\UTILITIE.S\WATER\RICK\WILLIAMS\Williams-02\SRentonbicipak.DOC page S i TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 ' POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF ' AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Cindy L. Villasista,Darlene Jakielski,Julie M. Glover, M.J. Cotton, Mark A. Jensen, Mike Amundsen,Nancy J. Osborne,S.M. Scott,Steven K Bush,Michael A. Murphy,Jim W. Doyle, of Bothell,Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, 'l contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact 1 and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. ' VOTED: That the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. ' VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if ' required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following ' Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vicc President,any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to an} ' power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact foi purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attome� or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed anc certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond a ' undertaking to which it is attached. rf� @ r ,f"Tr�Kt:{ �.t it r"F" :bC.,'.:fl 5 "� � J��f a�%• - Approved by Larry Warren 2/14/92' CITY OF RENTON Y FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ys ' 1 hereby confirms and declares that - (Name of contractor/subcontractor/consultant/supplier) 3, 01 ntrac r u c or co s _tan ' 1 tract or/consultant/si Flier (Name of contractor/subconpp ) federal,state and local laws governing non-discrimination in employment.' I1. When applicable/ will seek out " ' and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Printgent/Representative's Name Prm n e resentative's Title K ' `AudY r 5 jjj... Z#f �✓3j. '4 F A 'ent/Re resentatives Si ature ' g �P 43, _ ' Date Signed k ' Instructions. This document MUST be completed by each contractor,subcontractor, consultant'an or `supplier. Include or attach this document(s)with the contract s ��"'` : YM H:IDIVISION.SIUTILITIE.SIWATER\RI C CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this /V.,1 day of 20 a by and between THE CITY OF RENTON, Washington, a municipal corporation of the State ofWashington, hereinafter referred to as "CITY" and Katspan, Inc. hereinafter referred to as "CONTRACTOR." ' WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within(120) one hundred twenty 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 CAG-01-008 for improvement by construction and installation of-South Downtown Water Main & Storm Sewer Replacement Phase 1 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. ' 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 II 1)IVISION.S\Ulll II ll: S\WATI.R\RIC'K\WILLI:\NIS\Williams_ii_ SRcnionbidpak.DOC' Page 10 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 attorney's fees incurred or paid by the City in connection with such ' litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. ' Nothing herein shall require the Contractor to indemnity 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 acti,m: covered by RCW 4.24.115. this indemnity provision \yIth ' respect to claims or suits based upon such concurrent ne-ligence shall be valid and enforceable only H 1)IVISION.S\UTII.ITIE.S\WAFEWRICK.WklH I_\CIS\Williams 02\SRciitonbidpak.DOC' Page I I to the extent of the Contractor's negligence or the negligence of the Contractor's agents or Ib employees. ' 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 thanone- hundred twenty [1201 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; saidbond to be in the ful I amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. ' 11 DIVISION.SWIII.I1*W.S\WAI'ER\RIC'K,WII1 I.CMS\Williams_02`S Renton bidpak.D(>C Page I' 11 The total amount of this contract is the sum of $ 915 166.77 numbers ' Nine Hundred Fifteen Thousand, One Hundred Sixty-Six Dollars and 77/100 written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the ' "General Requirements" and this Contract Document. ' IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON Z2%zl President/Partner/Owner M r ' E T Z__�) � V!, -11 Secretary City Clerk dba Firm Name Check one ❑ Individual ❑ Partnership ❑ Corporation Incorporated in 1 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. ' HADIVISION.S\UTILITIE.S\WATER\RICK\WILLIAMS\W ill iams 02\SRentonbidpak.DOC Page 13 ATTACHMENT A ' CIT'Y OF RENTON INSURANCE INFORMATION - SAMPLE 1 1 1 1 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MANDD/YY) rM 03/05/2001 ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION TRIGG INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. BOX 509 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1 VASHON, WA 98070 INSURERS AFFORDING COVERAGE 206-463-7411 INSURED KATSPAN, INC. INSURERA: MUTUAL OF ENUMCLAW INSURANCE CO INSURERS: BEST RATING: A+VIII 13221 NE. 126TH PL. INSURERC: KIRKLAND, WA 98034 INSURERD: INSURER E: COVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DO DATE MMIDDIYY EACH OCCURRENCE $1 r 0 0 0 r 0 0 0 GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) S 5 O, O O O CLAIMS MADE OCCUR MED EXP(Any one person) $1 O, O O O A X O&CP PK85412 08/01/00 08/01/01 PERSONAL&ADV INJURY $1, 000, 000 GENERAL AGGREGATE s2, 000, 000 ' GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s2, 000, 000 X PRO LOC POLICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) E 1, 000, 000 X ANY AUTO ' ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS A X HIRED AUTOS C P 6 0 0 2 8 9 51 0 8/O 1/0 0 0 8/01/O 1 BODILY INJURY $ ' - X NON-OWNED AUTOS RECEIVE (per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ CITY OF RENT N OTHER THAN EA ACC $ ANY AUTO UTILITY SYSTEMS AUTO ONLY: AGG $ EACH OCCURRENCE s5, 000, 000 ' EXCESS LIABILITY X OCCUR - �CLAIMS MADE AGGREGATE 5 5, 0 00, 000 PK85412 08/01/00 08/01/01 $ a A DEDUCTIBLE X RETENTION $ 10, 000 $ WC STATU- 1OTH- WORKERS COMPENSATION AND TORY LIMIT X ER EMPLOYERS'LIABILITY PK85412 0 8/01/0 0 0 8/01/01 E.L.EACH ACCIDENT $1 r 0 0 0 r 0 0 0 A WA STOP GAP ONLY E.L.DISEASE-EA EMPLOYEE $1, 000, 000 E.L.DISEASE-POLICY LIMIT s2, 000, 000 A OTHER RENTED EQUIPMENT PK85412 08/01/00 08/01/01 ITEM LIMIT:' 00 DEDUCTIBLE: $350, 000 COVERAGE/ACV DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: CITY OF RENTON CONTRACT CAG-01-008 ADDITIONAL INSURED: CITY OF RENTON, THEIR ELECTED OR APPOINTED OFFICERS, ' OFFICIALS, EMPLOYEES, SUB—CONSULTANTSr AND VOLUNTEERS. ' CERTIFICATE HOLDER X I ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF RENTON DATE THEREOF,THE ISSUING INSURER WILLX 6k'VWM 4 5 DAYS WRITTEN ' 1055 S. GRADY WAY NOTICE TO THE CERTIFICATE HOLDER NAMED TO EFT y�Y1 lYY2T2t RENTON, WA 98055 AUTHORIZED REPRESENTATIVE ' Kevin Hansen CIC ACORD 25-S(7197) 0 ACORD CORPORATION 1988 ' MAR-05-01 14:56 FROM-Katspan +94258215209 T-883 P"02/02 F-637 ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy Number PK85412 issued by Mutual of Enumclaw Insurance Company, is amended to include the following terms and conditions as respects Contract Number CAG-01-008 issued by the City of Renton ' (OWNER)" 1. ADDITIONAL INSURED. The OWNER,their elected or appointed officers, officials, employees, ' sub-consultants, 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 respects the OWNER, or any other insured, its ' elected or appointed officers, officials, employees, sub-consultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its ' elected or appointed officers, officials, employees, sub-consultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY 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 amount or 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, after"-FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Stich notice ihall be addressed to(a) the OWNER and (b) the CONSULTANT. * Subject to RCW48.18.290 which ' states that 10 days notice is given for nonpayment of premiums. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has ' been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately ' to the above named contract for the above named OWNER. March 5, 2001 Kevi a sen Date Autho lee epre ntative -"� Sign re 1 fl:,I)IVISION.S\U7"ILII'IE.S\WATER1Rl('I:\WII I.[AMS\W ill iams_.U2\Sltcn ton bidpac.DOC Page I ' REVISED CODE OF WASHINGTON Pagel of 2 RCW 48 . 18 .290 O" ' Cancellation by insurer. ( 1 ) Cancellation by the insurer of any policy which by its terms is cancellable at the option of the insurer, or of any binder based on such policy which does not contain a clearly stated expiration date, may be effected as to any interest only upon compliance with the following: (a) Written notice of such cancellation, accompanied by the actual reason therefor, must be actually delivered or mailed to the ' ! named insured not less than forty-five days prior to the effective date of the cancellation except for cancellation of insurance policies for nonpayment of premiums, which notice shall be not less than ten days prior to such date and except for cancellation of 1 fire insurance policies under chapter 48 . 53 RCW, which notice shall not be less than five days prior to such date; (b) Like notice must also be so delivered or mailed to each mortgagee, pledgee, or other person shown by the policy to have an ' interest in any loss which may occur thereunder. For purposes of this subsection (1) (b) , "delivered" includes electronic transmittal, facsimile, or personal delivery. ' . (2) The mailing of any such notice shall be effected by depositing it in a sealed envelope, directed to the addressee at ' his or her last address as known to the insurer or as shown by the insurer' s records, with proper prepaid postage affixed, in a letter depository of the United States post office. The insurer shall retain in its records any such item so mailed, together with its envelope, which was returned by the post office upon failure to find, or deliver the mailing to, the addressee. (3) The affidavit of the individual making or supervising such a mailing, shall constitute prima facie evidence of such facts of ' the mailing as are therein affirmed. (4) The portion of any premium paid to the insurer on account ' of the policy, unearned because of the cancellation and in amount as computed on the pro rata basis, must be actually paid to the insured or other person entitled thereto as shown by the policy or ' by any endorsement thereon, or be mailed to the insured or such person as soon as possible, and no later than forty-five days after the date of notice of cancellation to the insured for homeowners ' , dwelling fire, and private passenger auto . Any such payment may be ' made by cash, or by check, bank draft, or money order. (5) This section shall not apply to contracts of life or ' disability insurance without provision for cancellation prior to the date to which premiums have been paid, or to contracts of insurance procured under the provisions of chapter 48 . 15 RCW. . r...­1nnn1n Aoninn o/nnioo/nn Inn t.+ 7N7R/()1 ' REVISED CODE OF WASHINGTON Page 2 of 2 �c, (1997 c 85 § 1; 1988 c 249 § 2; 1986 c 287 § 1; 1985 c 264 § 17; 1982 c 110 § 7; ' 1980 c 102 § 7; 1979 ex.s. c 199 § 5; 1975-'76 2nd ex.s. c 119 § 2; 1947 c 79 § . 18.29; Rem. Supp. 1947 § 45. 18.29. 1 tNOTES: Effective date -- 1988 c 249: See note following RCW 48 . 18 .289 . Application -- 1985 c 264 §§ 17-22 : "Sections 17 through 22 of this act apply to all new or renewal policies issued or renewed after May 10, 1985. Sections 17 through 22 of this act shall not apply to or affect the validity of any notice of cancellation mailed or delivered prior to May 10, 1985. Sections 17 through 22 of this act shall not be construed to affect cancellation of a renewal policy, if notice of cancellation is mailed or delivered within forty-five days after May 10, 1985. Sections 17 through 22 ' of this act shall not be construed to require notice, other than that already required, of intention not to renew any policy which expires less than forty-five days after May 10, 1985 . " [1985 c 264 § 24 . ] /Rcwo/?n%,?n4R%,2n %,2n I R%2n 29n ht 2/28/01 t � PREVAILING MINIMUM � HOURLY WAGE RATES 1 1 1 1 1 1 1 1 1 1 1 STArg OF o m ' ay1 16e9 do STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE OFFICE t PO Box 44540,OLYMPIA,WA 985044540 (360) 902-5335 FAX(360) 902-5300 ' August 1, 2000 TO: Public Agencies and Interested Parties FROM: Jim P. Christensen, Industrial Statistician SUBJECT: Revised Prevailing Wage Rates Enclosed are the revised prevailing wage rates. These rates apply to all public works contra cts ' bid on or after Thursday, August 31, 2000. These rates are required to be included in your bid specifications and in your contracts for public work. Please do include them. (RCW 39.12.030). T here is a simpie, fast way to handle prevailing wage paperwork and get your contractor paid very quickly on projects under$2,500. Please call the phone number above for details. ' The department has adopted new rules defining various trades and occupations, for purposes of determining which prevailing wage applies to various types of construction work. These ' definitions will continue to be the subject of further review. The department is also repealing WAC 296-127-018 which discusses prevailing wage ' application to the supply of sand, gravel, concrete and asphalt mix, and other similar materials. A replacement is planned after public discussion. ' Enclosed is a list of contractors who are currently debarred from bidding on public works projects according to RCW 39.12.050 and RCW 39.12.065. This list changes periodically so ' please contact us with any questions. And don't forget to visit the Prevailing Wage Internet site at www.ini.wa.gov/prevailingwage. This site contains a great deal of prevailing wage information including current prevailing wage ' rates, scope of work descriptions,prevailing wage laws,debarred contractors list and notices of rule making activity,to name a few. t I STAtp O Y d 2 d` O 1 y dH1 18e9 do STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section PO Box 44540, Olympia,Washington 98504-4540 (360) 902-5335 CONTRACTOR DEBARMENT LIST - August 1, 2000 M L B dba Armorclad Floors Debarred until penalties are paid. ARMORF*033D8 One violation July 11, 2000 C &T Nonstop Masonry, Inc. Debarred until penalties are paid. CTNONMI0880Q One violation October 2211999 Ceilings Unlimited Debarred until penalties are paid. CEILIU*141 R2 One violation July 11, 2000 Commercial Erectors, Inc. Debarred until penalties are paid. COMMEEI033DP One violation July 11, 2000 G A Bovero Tile Debarred until March 27, 2001 Gregory A Bovero Tile & Marble and until penalties are paid. GREGOA1130660B One violation March 27, 2000 One violation December 21, 1998 J & P Plumbing Debarred until penalties are paid. JPPLU**055PQ One violation December 21, 1998 Kurt Construction, Inc. Debarred until penalties are paid. KURTCI*098L1 One violation - June 1998 Arts Electric dba Palouse Country Electric Permanently debarred 2/15/00. and/or U Cities Construction or any company owned, operated, run or managed by John Ficca. PALOUCE086P2 PALOUCE093QA UCITICI015PO UCITICI0I I L2 Positive Construction Debarred until penalties are paid. POSITCI024KD One violation January 9, 1999 Ray's Custom Painting Debarred until penalties are paid. RAYSCP1034C7 One violation March 18, 1999 I RAYSCP*OSSOL White Bear Construction, Inc. Debarred until until July 11, 2001 White Bear Masonry Corp. and until penalties are paid_ WHITEBC066N2 One violation June 25, 1999 WHITEBM0200T One violation July 11, 2000 ' State of Washington DEPARTMENT OF LABOR AND INDUSTRIES ' Prevailing Wage Section-Telephone(360)902-5335 PO Box 44W,Olympia,WA 98504-4540 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 08-31-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS J $28.53 1M 5D JOURNEY LEVEL ' BOILERMAKERS JOURNEY LEVEL $34.83 1 B 5N BRICK AND MARBLE MASONS ' JOURNEY LEVEL $33.87 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 1 ' CARPENTERS ACOUSTICAL WORKER $33.34 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $32.70 1M 5D CARPENTER $32.70 1M 5D ' CREOSOTED MATERIAL $32.80 1M 5D DRYWALL APPLICATOR $33.34 1M 5D FLOOR FINISHER $32.83 1M 5D ' FLOOR LAYER $32.83 1M 5D FLOOR SANDER $32.83 1 M 5D MILLWRIGHT AND MACHINE ERECTORS $33.70 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $32.90 1M 5D t SAWFILER $32.83 1M 5D SHINGLER $32.83 1M 5D STATIONARY POWER SAW OPERATOR $32.83 1M 5D ' STATIONARY WOODWORKING TOOLS $32.83 1 M 5D CEMENT MASONS JOURNEY LEVEL $33.65 1 M 5D ' DIVERS&TENDERS $71.01 1M 5D 8A DIVER DIVER TENDER $3527 1M 5D ' DREDGE WORKERS ASSISTANT ENGINEER $33. 1T 5D 8L 93 ASSISTANT MATE(DECKHAND) $3 . 1T 5D 8L BOATMEN $34.37 1T 5D 8L ' ENGINEER WELDER $34. 1T 5D 8L $35'81 LEVERMAN,HYDRAULIC 1T 5D 8L MAINTENANCE: $33.93 1T 5D 8L MATES $34.37 1T 5D 8L OILER $34.03 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $33.32 5A 1J ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9'37 ELECTRICIANS-INSIDE ' CABLE SPLICER $42.97 1D 6H Pagel ' KING COUNTY Effective 08-31-00 (See Benefit Code Key) Ovef PREVAILING Time Holiday Note Classification WAGE Code Code Code INLAND BOATMEN ASSISTANT ENGINEER $30.46 1K 5D ' CHIEF ENGINEER $31.25 1K 5D COOK $26.42 1K 5D DECK ENGINEER,ABLE SEAMAN,OILER $28.11 1K 5D DECKHAND,ORDINARY SEAMAN $26.01 1 K 5D FIRST MATE $30.55 1K 5D MASTER $33.40 1K 5D 1 MATE,LAUNCH OPERATOR $28.68 1K 5D MESSMAN $21.84 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 $6.50 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.08 1M 5D ' IRONWORKERS JOURNEY LEVEL $35.87 18 5A LABORERS ' ASPHALT RAKER $29.01 1M 5D BALLAST REGULATOR MACHINE $28.53 1M 5D BATCH WEIGHMAN $23.85 1M 5D 1 CARPENTER TENDER $28.53 1 M 5D CASSION WORKER $29.37 1M 5D CEMENT DUMPERIPAVING $29.01 1M 5D CEMENT FINISHER TENDER $28.53 1M 5D ' CHIPPING GUN(OVER 30 LBS) $29.01 1M 5D CHIPPING GUN(UNDER 30 LBS) $28.53 1M 5D CHUCKTENDER $28.53 1M 5D ' CLEAN-UP LABORER $28.53 1M 5D CONCRETE FORM STRIPPER $28.53 1M 5D CONCRETE SAW OPERATOR $29.01 1M 5D CRUSHER FEEDER $23.85 1M 5D ' CURING LABORER $28.53 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $28.53 1M 5D DITCH DIGGER $28.53 1M 5D DIVER $29.37 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $29.01 1M 5D DRILL OPERATOR,AIRTRAC $29.37 1 M 5D DUMPMAN $28.53 1 M 5D FALLER/BUCKER,CHAIN SAW $29.01 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $21.53 1M 5D construction debris cleanup) ' FINE GRADERS $28.53 1M 5D FIRE WATCH $28.53 1M 5D FORM SETTER. $28.53 1 M 5D GABION BASKET BUILDER $28.53 1M 5D GENERAL LABORER $28.53 1M 5D GRADE CHECKER&TRANSIT PERSON $29.01 1 M 5D GRINDERS $28.53 1M 5D ' Page 3 KING' COUNW Effective 08-31-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code METAL FABRICATION(IN SHOP) ' FITTER $$9. 1 LABORER .78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 ' WELDER $15.48 1 MODULAR BUILDINGS 56 CABINET ASSEMBLY $11' 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 $26.67 28 5A PLASTERERS JOURNEYLEVEL $34.03 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8'42 1 ' PLUMBERS&PIPEFITTERS JOURNEY LEVEL $41.76 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $32.04 1T 5D 8L I BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $34.50 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $34.94 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $35.44 1T 5D 8L BACKHOES, (75 HP&UNDER) $34.14 1T 5D 8L BACKHOES, (OVER 75 HP) $34.50 1T 5D 8L BARRIER MACHINE(ZIPPER) $34.50 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $34.50 1T 50 8L ' BELT LOADERS(ELEVATING TYPE) $34.14 1T 5D 8L BOBCAT $32.04 1T 5D 8L BROOMS $32.04 1T 5D 8L ' BUMP CUTTER $34.50 1T 50 8L CABLEWAYS $34.94 1T 50 8L CHIPPER $34.50 1T 5D 8L COMPRESSORS $32.04 1T 5D 8L ' CONCRETE FINISH MACHINE-LASER SCREED $32.04 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $34.50 1T 5D 8L CONCRETE PUMPS $34.14 1T 5D 8L ' CONVEYORS $34.14 1T 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $34.14 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $34.50 1T 5D 8L ' CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $34.94 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $35.44 1T 5D 8L ' WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $35.94 1T 5D SL WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $32. 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $34.114 4 1T 5D SL ' Page 5 KING COUNW Effective 08-31-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code Classification SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $34.94 1T 5D 8L ' OFF-ROAD EQUIPMENT(45 YD AND OVER) $34.14 1T 5D 8L SCRAPERS,CONCRETE AND CARRY ALL $34 r 50 p 1T 5D 8L SCREED MAN 1T 5D 8L ' SHOTCRETE GUNITE $34.94$3 .94 1T 5D 8L SLIPFORM PAVERS 1T 5D 8L SPREADER,TOPSIDE OPERATOR-SLAW KNOX �•`� $�r� 1T 5D 8L SUBGRADE TRIMMER 1 1T 5D 8L TRACTORS,(75 HP&UNDER) $34.14 $34.50 1T 5D 8L TRACTORS,(OVER 75 HP) $�50 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE 94 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $34. $34.1414 1T 5D 8L TRENCHING MACHINES 1T 5D 8L TRUCK CRANE IJILER/DRIVER(UNDER 100 TON) $34.50 ' TRUCK CRANE OILER/DRIVER(100 TON&OVER) $32.04 1T 5D 8L$3 .04 1T 50 8L WHEEL TRACTORS,FARMALL TYPE 34.50 1T 5D 8L YO YO PAY DOWER $ POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER ' (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS 00 4A 5A JOURNEY LEVEL IN CHARGE $2 $26..49 4A 5A ' SPRAY PERSON $2 4A 5A TREE EQUIPMENT OPERATOR $24.86 85 4A 5A TREE TRIMMER 4A 5A TREE TRIMMER GROUNDPERSON $18.08 ' REFRIGERATION&AIR CONDITIONING MECHANICS 1G 5A $39.76 MECHANIC RESIDENTIAL BRICK&MARBLE MASONS 1 $19.25 JOURNEY LEVEL ' RESIDENTIAL CARPENTERS 16 5D JOURNEY LEVEL $25.49 ' RESIDENTIAL CEMENT MASONS $33.65 1M 5D JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS 1 $22.18 JOURNEY LEVEL RESIDENTIAL ELECTRICIANS 1 $15.21 JOURNEY LEVEL RESIDENTIAL GLAZIERS 2E 5G JOURNEY LEVEL $23.34 RESIDENTIAL INSIJLATION APPLICATORS 1 $17.59 JOURNEY LEVEL ' RESIDENTIAL LABORERS 1 $7.96 JOURNEY LEVEL RESIDENTIAL PAINTERS 1 $14.83 JOURNEY LEVEL ' RESIDENTIAL PLUMBERS&PIPEFITTERS $25.87 1G 5A JOURNEY LEVEL RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS 1G 5A JOURNEY LEVEL $39.76 RESIDENTIAL SHEET METALWORKERS 1J 5A JOURNEY LEVEL $24.64 RESIDENTIAL SOFT FLOOR LAYERS 1 B 5A ' JOURNEY LEVEL $29.59 Page 7 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 ' PO Box 44540,Olympia,WA 9850"540 Washington State Prevailing Wage Rates 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. BUILDING SERVICE EMPLOYEES EFFECTIVE 08-31-00 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code ' Classification Counties Covered: ADAMS,ASOTIN,CHELAN,COLUMBIA,DOUGLAU�FERRY,GARFIELD,ISLAND,LINCOLN,AND SAN ' 1 $6.50 JANITOR $6.50 1 ' WAXER $6.50 1 WINDOW CLEANER Counties Covered: ' BENTON $6.63 1 JANITOR $6.89 ' WAXER $6.50 1 — WINDOW CLEANER Counties Covered: CLALLAM ' $8.00 1 JANITOR $7.30 1 ' WAXER 1$10.69 — WINDOW CLEANER Counties Covered: CLARK ' $7.62 1 JANITOR $13.60 1 WAXER $10.75 1 WINDOW CLEANER Counties Covered: COWLITZ AND WAHKIAKUM ' $6.50 1 JANITOR $6 77 1 WAXER 1 ' — WINDOW&RIJG CLEANER Counties Covered: $6'77 FRANKLIN ' $6.63 1 JANITOR $6.50 1 WAXER $6.50 1 ' WINDOW CLEANER ' Page 1 BUILDING SERVICE EMPLOYEES EFFECTIVE 08-31-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ' Counties Covered: MASON ' JANITOR $6.89 1 WAXER $7.30 1 WINDOW CLEANER $8.50 1 ' Counties Covered: OKANOGAN ' JANITOR $12.50 1 WAXER $10.00 1 WINDOW CLEANER $6.50 1 Counties Covered: PEND OREILLE JANITOR $6.50 1 WAXER $8.50 1 WINDOW CLEANER $9.00 1 ' Counties Covered: PIERCE ' JANITOR $13.89 1 WAXER $9.56 1 WINDOW CLEANER $14.17 1 ' Counties Covered: SKAMANIA ' JANITOR $7.62 1 WAXER $9.53 1 WINDOW CLEANER $11.77 1 Counties Covered: ' SNOHOMISH JANITOR $9.86 1 ' WAXER $10.50 1 WINDOW CLEANER $25.00 1 ' Counties Covered: SPOKANE JANITOR $9.86 1 51 ' $10.26 1 51 WAXER WINDOW CLEANER $11.54 1 51 ' Counties Covered: STEVENS JANITOR $7.20 1 ' WAXER $8.50 1 WINDOW CLEANER $8.50 ' Page 3 BENEFIT CODE KEY- EFFECTIVE 08-31-00 KiktRR#kR#Rt#kK##f#k RKKKKKkfKKKtkfKk#tRKkf KR##RfkRf#RfkRKtkf#tRRfktti##ff KttRitfft#tfRt#f#i#RRtkktfftf#KKRR#kittkf k##kR# 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. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 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. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR -TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH ' SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 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. Q. 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 CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-00 ' -3- 5. 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 AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). 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). O. 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 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS DAY, 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. A. PAID 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). ' C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS 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 IR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). L PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING ' DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). • • • irl 1 �� 1 1 1 f M •Mine :1• • ' 1 V• 1 1 ..wa,.• ..r. •i.. w•a.!. ••aw ••.+• ..�. .• •. h. .�_ i... ..•.to �•. u1 • 1 1 1 '3.'ti • OWN Mxq cow:.oxC;a:a iiaoi:%a>^aaSc+'°ea►S�w�.ri1� ..>y _m _ .- v.CW,:w•>;WSCJ,',•.�.•�^?,::Y;bi.� 2.r...L.;:..j�.v. ;C`v i�?~`V�' x�''),,.v..v.�xaM%.r-tw,'i�..�i,^. _,,,,,�..Q..z.....c:..^�•e,�;r r.<"•a t i<a�•t a cc±,.w: _ w a cY \N r <�w, ..i'"K^:jy�T??�i• i�NM�. .•:W...... v.W..rati+:.>:< jM�'Tw�4(wM'wyAU•1:h jeie•. Y v �'.. \.v:..•,•:. .;o.<,...... ,,yy C\ t•Q<Ya -J•Nf IStr�f T < M • 1 • : (L EggIwo MMU" '•))t�YY U yF+: 1 .' ' iaiuyy';>r•:£it�;.'.i�:<>iyv�,,:. r t.3,;s,.%-f:`: .a..'5£;bit••2� •'Y?;�,%Y;t: cn Lw b a <: ; It N LL GO c � _L lip/ O h 5.'�%t'+�,�Y,:%.r::f: ;.:,''':•'v!t..' 55liy L TOM" i to N s '�y. f/��:ra%:,j,'{.•i•'�:'�Z:i:'j:�f�•^:':. +Sv. T� F Fr_ • ...yyy �a \�-, O• y „1 O Q IIFGGi V ir. x �o �� i m im Massi ins m m m m0001 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGES 1 Date: 1 Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period 1 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. 1 Company Name 1 By: 1 Title: i i i 1 1 i 1 1 1 1 H:\DIVISION.S\UTILITIE.S\WATER\RICK\WILLIAMS\Williams_02\SRentonbidpak.DOC Page 15 � CITY OF RENTON � SUPPLEMENTAL SPECIFICATIONS CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work ' performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: ' Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public ' Works Association, Washington Chapter. WSDOT Amendments ' WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. ' Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original ' (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. All replacement text or text being added is shown as underlined e. Sections being deleted in their entirety are so stated and not shown. When a section is described as being typ revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. ' Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, ' otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item 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 officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the ' Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. ' Page-RS i Revision Date_May 19, 1997 1 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i ................................................................ 1 Division 1 General Requirements ...................................................................... 1 1-01 Definitions and Terrmsms. ...........................................2 1-02 Bid Procedures and Conditions.......................................................................................... 1-03 Award and Execution of Contract............................................................ 1-04 Scope of the Work..........................................................................................................3 ..............3 ............................ 1-05 Control of Work.................................................................. •.--•.,.•.,..••-....•...7 1-06 Control of Material................................................................................. 1-07 Legal Relations and Responsibilities to the Public..................................................................7 12 ' 1-09 Prosecution and Progress..................... .. 1-09 Measurement and Payment...................... 1-10 Temporary Traffic Control..............................................................................................18 1-11_Renton Surveying Standards......................:.....................................................................19 Division2 Earthwork............................:...........................................................................................22 2-02 Removal of Structures and Obstructions.................................. 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 2-06 S bgrade•Preparation....................................................................................................23 2-09 Structure Excavation.......................................................... ..................................................................... 25 and Pit Sites and Stockpiling.................................................................25 Division 3 production From Quarry . 3 No supplemental specifications were necessary ' Division 4 Bases.......................................................................... .....................................................25 4 No supplemental specifications were necessary .......................... 25 ............................................... Division 5 Surface Treatments and Pavements..........................................................................................26 2,6 ' 5-04 Asphalt Concrete Pavement.............................................................................................29 Division6 Structures..........................................................................................................................29 6-12 Rockeries ............................................................................... Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 30 7-01 Drains ............................................................................................. 7-02 Culverts................................................................................................ ...............30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.......................................... 7-04 Storm Sewers .........................................................................................30 7-05 Manholes,Inlets,and Catch' Basins..................................................................................31 7-08 General Pipe Installation Requirements..................................................... 7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 37 ' ................71 Valves for Water Mains 7-14 Hydrants.................................................................................................... .39 7 15 Service Connections. ............................................•--................ ............................................................ 38 .....39 7-17 Sanitary Sewers ....................................................................... ..................................... Division 8 Miscellaneous Construction.....................................................................................................40 5-09 Raised Pavement Markers.................................. ............................................................40 ................................................................................40 8-13 Monument Cases..........................................................' 8-10 Guide Posts................................. .................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical.............................................•••.........•--•.41 ' .................4 8-22 Pavement Markin ........................................ 8-23 Temporary Pavement Markings........................................................................................d8 ' Page-RS-ii Revision Date: May 19, 1997 Division9 Materials..............................................•-•.......... ........._._....._......_............... ._.... 49 ' 9-00 Dermitions and Tests................................................... .......49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culve[ts,and Conduits.......................................................................50 ' 9-06 Structural Steel and Related Materials...........................•..................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials.......................................................... INDEX TO WSDOT AMENDMENTS......................................................................................................60 WSDOT AMENDMENTS ...................................................................... g t Page-RS-iii , Revision Date_May 19, 1997 ' 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of I ' Planning Building/Public Works Administrator. Division 1 Special Provisions(RC) General Requirements odifications to the standard specifications ' sp@ci€4casieas and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the ' special provisions and then with airy specifications that apply. The SECTION 1-01.1ISRE1ISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid rP.is• 1-01.1 General(RC) State(RC) ' Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized representatives where applicable. Owner, Contracting Agency or Engineer such referenceCity all be Contract Documents(APWA) 1 deemed to mean the City of Renton acting through its City Council, The component parts of the contract which may include, but employees and duly authorized representatives for all contracts are not limited to the Proposal Form, the Contract Form, bonds, administered by the City of Renton. insurance Certificates various other certifications_and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions the Contract Plans Working Drawings, the THE FOLLOWING: Standard Specifications the Standard Plans, Addendum, and Change Orders. 1-01.3 Definitions�(RC, APWA) Dates(APWA) Act of god(RC) Bid Opening Date(APWA) ' "Act of God' means an earthquake flood cyclone or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature A rain windstorm high water reads the bids. Award Date(APWA, RC) or other natural phenomenon of unusual intensity for the specific The date of the formal decision of the Contracting Agency to locality of the work eason ,which might rably have been anticipated accept the lowest responsible and responsive Bidder for the work. from historical records of the general locality of the work, shall not Contrad Execution Date(APWA) be construed as an act of good. The date the Contracting Agency officially binds the agency to Consulting Engineer(RC) the Contract. ' The Contracting Agency's design consultant who may or may Notice to Proceed Date(APWA) not administer the construction program for the Contracting Ile dam stated in the Notice to Proceed on which the Contract Agency. time begins. ' Da Contract Completion Date(APWA, RC) Unless otherwise designated days) as used in the Contract Documents, shall be understood to mean working days. The date by which the work is contractually required to be Or ual(RC) completed The Contract Completion Date will be stated in the Where the term "or equal" is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations, or o_Wer information required to obtain the as complete per contract requirements. Material(APWA) approval of alternative materials or processes by the Owner shall Any substance specified for use in the construction of the be entirely borne by the Contractor, project and its appurtenances which enters into and forms a part of Owner the finished structure or improvement and is capable of being so The City of Renton or its authorized representative. Also used and is furnished for that purpose, referred to as Contracting Agency. Materialman(APWA) Plans(RC) A calm or organization who furnishes a raw material The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, supply, commodity, equipment or manufactured or fabricated profiles,cross-sections,and other details. product.and does not perform labor at the Protect Site a supplier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance are a pan of the Contract Documents regardless of the method of of the Bid. binding. Notice to Proceed(APWA) ' The terms "Standard Drawings' or "Standard Details" The written notice from the Contracting Agency or Engineer generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the City of Renton Standard Plans, Contract Time begins. Secretary, Secretary of Transportation(RC) The chief executive officer of the Department and other authorized representatives. The chief executive officer to the ' Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract ' 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission Failure t ' so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed SECTION 1-02.I IS DELETED AND REPLACED BY THE a waiver by the submitting vendor of any claim that such materials FOLLOWING: _ are in fact, so exempt. ' 1-02.1 Qualifications of Bidder(APWA) SECTION I-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Pro I Contract Documents. The Contracting Agency reserves the right to p g posals APWA Lake whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. ' furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RCZ FOLLOWING. a. The bidder is not prequalified when so required; 1-02.2 Bid Documents(APWA) SECTION I-02.14 IS REVISED IN ITEM 31N PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders(APWA) the Contracting Agency's official newspaper. 3. A bidder is not ps*qualified for the work or to the full SECTION 1-01.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; ' SENTENCE 1, PARAGRAPH 1 TO READ: 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS. sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of BidsSRC, APWA) bidders. The total of extensions, corrected where ,necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. , 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract (RC) 1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and(aw-words)written in execution, together with a list of all other forms or documents ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be I. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION I-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(I) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.6(l) Proprietary Information (RC) Within 7A 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute '(valuable) formula, designs, Contractonhe au-r-A daw, the successful bidder shall return the , drawings, and research data' so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award Page-SP-2 , Revision Date:May 19, 1997 ' 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes (RC) The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who i> not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS.- license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup C number, a Washington ;State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from 1 provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. The contract price for 'Finish and CleantM, lump sum,' shall SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform finial cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 1 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS. president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings C corporation(i.e..corporate resolution power of attorney or a letter The Contractor shall submit supplemental working drawings to such effect by the president or vice-president). as required for the performance of the work. The drawings shall be on sheets measuring 24-ray-3G 22 by 34 inches or on sheets with 1-04 Scope of the Work dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-04.1 Intent of the ContractSRC� 1-05.4 Conformity with and Deviations from Plans sand Stakes(RC) ' The Contractor is encouraged to provide to the Engineer prior If the project calls for Contractor supplied surveying, the to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final Contractor shall provide all required survey work, including such in regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5;1-11 and elsewhere in these specifications as being provided by the Engineer. accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY the specifications. - THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the Special Provisions Specifications, and Addenda Contractor shall provide all required survey work including such ' (RC) work as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs for this survey work shall be included in 'Contractor Supplied by following this order of precedence (e.g., 1 presiding over 2, 3, Surveying,"per lump sum. ' 4, 5, 6, and 7; 2 presiding over 3,4,5,6, and 7; and so forth): I. Addenda 1-05.5(1) General(APWA, RCZ 2. Proposal Form 3. Special Proviisions The Engineer or Contractor supplied surveyor will provide 4_ Contract Plaits construction stakes and marks establishing lines slopes and grades 5. Amendments to the Standard Specifications such stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform . Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full 6 6. Standard Plans responsibility for detailed dimensions elevations and excavation ' b.8. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. ' Page-SP-3 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ' The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade ' prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or-Contractor For all structural work such as bridges and retaining wails the ' supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes marks and other reference points, including existing experienced team of surveyors under direct supervision of a monumentatien set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. _ Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the r satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls the minimum points,used to determine any variation from.a straight both horizontal and vertical, as necessary to assure proper ' line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot ' those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) done in accordance with Section 1-I I SURVEYING STANDARDS 3. Superstructure Elevations+.0 1 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make ' standard field book and in a format set by the Engineer,per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate , shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated_ of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5 4 Contractor Supplied Surveying (RC) ' If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request remove the individual or individuals for the project. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies, and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All error included in the contracts. discrepancies and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.5(2) Roadway and Utility Surveys (APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the lines grades and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work. These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his , 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet, and If the Contractor and Surveyor fail to provide as directed by ' 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As- utilities such as water, sewers and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to provide at Contractor expense a surveyor to On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the ' Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor. Page-SP- ' Revision Date:May 19, 1997 ' 1-05 Control of Work 1-05 Control of Work 1 Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's lump sum price for "Contractor Supplied Surveying` failure to perform the Work as required. 1-05.5 Contrtctor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: (RQ It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RQ prior to the backfilling of the trenches by centerline station, offset, If within one year after the Acceptance Date of the Work by and depth below pavement of all existing utilities uncovered or the Contracting Agency, defective and unauthorized Work is crossed during his work as covered under this project• It shall be the contractors responsibility to have his surveyor discovered the Contractor shall promptly, upon written order by ' locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work 11.. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets Valves, vertical and and replace it with non defective and authorized Work, all without ' Horizontal Bends, Junction boxes Clearauts Side Sewers, Street cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to cornet defective and Lights & Standards, Hydrants Major Changes in Design Grade, unauthorized Work or if an emergency exists, the Contracting 1 Vaults Culverts, Signal ax Poles, Elrical Cabinets. Agency Ana the right to have defective and unauthorized Work e compl After thetion of the work covered by this contract, the corrected or removed and replaced pursuant to Section 1-05.8 contractors surveyor shall provide to the City the hard covered "Owner's Right to Correa Defective and Unauthorized Work.- field book(s) containing the as-built notes and one set of white The Contractor agrees the above one year limitation shall not prints of the project drawings upon which he has plotted the notes exclude or diminish the Contracting Agency's rights under any law ' of the contractor locating existing utilities and one set of white prints of the project drawings upon which tie has plotted the as to obtain damages and recover costs testilting from defective and unauthorized work discovered after one year but prior to the built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 ' limiting actions upon a contract in writing or liability expressed or it's accuracy. implied arising out of a written agreement. All costs for as-built work shall be included in the contract The Contractor shall �.good title to all materials item 'Contractor Suppled Surveying." supplies and equipment Purchased for or incorporated in the ' THE VACANT SECTION 1-05.8 IS REPLACED BY: Work Nothing contained in this paragraph however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their Defective and Unauthorized Work(APWA) protection or any rights under any law permitting such persons to ' If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the ntrnduig work within the time specified in a written notice from the Agency. Engineer, or fails to perform any Part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions work as may be identified in the written notice by such means as shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. the Engineer may deem necessary, including the use of Contracting Section 1-05.11 is deleted and the first two sentences of the Agency forces. fourth paragraph of section 1-08 9 is deleted and replaced by the If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency following: situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA) Work corrected immediately have the rejected Work removed and replaced or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05 11(1) Substantial Completion Date (APWA) emergency situation it tify the Engineer and any situation which in the opinion of the When the Contractor considers the work g be substantially Engineer a delay in its remedy could be potentially unsafe, or complete the Contractor shall so no request ' might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be attributable to correcting and remedying defective or unauthorized met: Work or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and Engineer from monies due or to become due the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2 Only minor incidental work replacement of temporary ' limitation compens:uion for additional professional services substitute facilities or correction or repair work remains to reach required and costs fior repair and replacement of work of others physical completion of the work. destroyed or damaged by correction removal or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work, in subparagraph two above that remains to be completed m order to No adjustment in contract time or compensation will be reach physical completion The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights ' Page-SP-S Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ' If after this inspection the Engineer concurs with the Completion Date cannot be established until testing and corrections ions ' Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. intended use the Engineer, by written notice -to the Contractor, The costs for power, gas, labor, material, supplies- and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ' ready for its intended use the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer, substantial completion whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished , shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING: revised schedule indicating when the Contractor expects to reach ' substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting Inspection. Agency will establish the Completion Date and certify the Work as 1-05.11 2 Final Inspection Date(APWA) complete. The Final Contract Price may then be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be established and the Final Contract Fria calculated: and ready for Final Inspection the Contractor by Written Notice, shall request the Engineer to schedule a final inspection. The I. The physical work on the project must be complete. 2. The Contractor must furnish all documentation required Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer will C the Contract and required by law, necessary to allow the , notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete. Inspection reveals the Work incomplete or unacceptable. The Contracting Certificate of Completion for the Work, signed by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute ' acceptance of unauthorized or defective work or material be pursued vigorously, diligently, and without interruption until Failure of the Contactor to perform all of the Contractor's physical completion of the listed deficiencies. This process will obligations under the Contract shall not bar the Contracting Agency ' continue until the Engineer is satisfied the listed deficiencies have from unilaterally certifying the Contract complete so the Enginee been corrected. r If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ. whatever steps are necessary to correct those deficiencies pursuant 1-05.13 Superintendents, Labor, and Equipment of to Section 1-05.8. Upon correction of all deficiencies, the Engineer will notify Contractor (APWA) ' the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That ,qualification pursuant to Section 1-02.1, the Contracting Agency date shall constitute the Physical completion date of the Contract, will take these performance but shall not imply all the obligations of the Contractor under the theca reports into account. Contract have been fulfilled. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS: It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance - signal systems; buildings; or other similar work it may be desirable of the Work. , for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested oral agreement or conversation with any officer, agent, r under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period the Contractor shall correct any items obligations contained in any of the documents comprising the materials or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered of workmanship , as unofficial information and in no way binding upon the that are not in first class operating condition. Equipment, electrical controls meters or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. during this period shall be tested under the observation of the , Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Page-SP-6 ' Revision Date:May 19, 1997 ' 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 'Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, ' FOLLOWING: — state retail sales tax will not be irrJuded. Section 1-07.2(3) describes this exception. 1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency will pay the retained percentage only ' Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related cartes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State fund. ' SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building, 1-07.1 Laws to be Observed (APWA) repairing, or improving streets roads etc., which are owned by a municipal corporation, or political subdivision of the state, or by The Contractor shall indemnify, defend and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents officers, and vehicular traffic. This includes storm or combined sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system 1 Contractor(or any employee of the Contractor or subcontractor_or and power litres when such are part of the roadway lighting system. materialman)violated a legal requirement. For work performed in such cases the Contractor shall include In cases of conflict between different safety regulatioris, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and health Act of 1973 (WLSHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Project Site office, or WAC 458-20-170 and its related rules, apply to the other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings or other providing first aid to the in The Contractor shall establish, structures upon real property. This includes but is not limited to, publish and make known to all employees procedures for ensuring State construction of streets roads highways etc., owned by the immediate removal to a hospital or doctor's care persons, State of Washington; water mains and their appurtenances;sanitary unless such sewers and including employees, who may have been injured on the Project sewers and sewage disposal systems Site. Employees should not be permitted to work on the Project disc systems are within, and a part of a street or road drainage Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. rower litres become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety installing or attaching of any article of tangible personal property in ' efficier�y and adeguaic� of the Contractor's plant applianers,and or to real property, whether or not such personal property becomes methods, and for any damage or injury resulting from their failure, apart of the realty by virtue of installation. or improper maintenance use or operation_ The Contractor shall For work performed in such cases the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract ' Proiect Site, including safety for all persons and property in the price The Contracting Agency will automatically add this sales i performance of the work This requirement shall apply tax to each payment to the Contractor. For this reason, the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Rule 170, with ' review of the Contractor's performance does not and shall not, be the following exception. intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax measures in,on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the purchase or rental of tools machinery, equipment or consumable SECTION 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the project. Such sales taxes shall be FOLLOWING: included in the unit Bid Item prices or in any other contract 1-07.2 State Sales Tax (APWA) amount. 1-07.2(4) Services (APWA) 1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or ' special rules on the state sales tax Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area The Contracting Agency will not adjust Page-SP-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when ' TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlife&-el: than 50 NTU; for other classes of waters refer to WAC 173-201- If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. ' 09.4. Discharges to a State waterway caused by aggregate washing drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. ' SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may e be removed by the use of lagoons or holding ponds, settling basins 1-07.11(11) City of Renton Affidavit of Complianc ' overflow weir, polymer water treatment, discharging to ground (RRQ surface, by percolation, evaporation or by passing through gravel Each Contractor,-Subcontractor, Consultant, and or Supplier sand or fiber filters. - shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be ' Practices Policy Affidavit of Compliance". A copy of this exercised by minirniz;g exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain situations may include netting,mulching with binder,and seeding. 1-07.13(1) General (RC) Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded ' contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual ` efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams,or State , constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains streams or other State waters unless separation of petroleum ' AGENCY." products fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is ' recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to ' If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section 1 09.41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only ' Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control' then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided on valves, pumps,and tanks. ' to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair shall be made. or relocation work is required the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include but is not limited to, the shall be pumped out collected and hauled by tank truck or ' following water quality considerations: pumped directly to a sanitary system manhole for discharge. The I Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer: for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions: for Class AA and Class A Waters, Page-SP-8 ' Revision Date:May 19, 1997 ' 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' deposited 'into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment giant. easements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity ' SECTION I-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or better. The original condition shall be established by photographs FOLLOWING: taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. I D. Streets. The contractor will assume all responsibility of franchises required for the project The contractor shall limit his gyration to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him if damaged. ' property. as In the event the contractor does not have labor or material The Contracting Agency ma provide certain lands, er indicated in connection with the work under the contract together immediately available to make necessary repairs, the coniracxor with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency unreasonably encumber the premises with his equipment or will make the nary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads,detour roads, or other temporary work as required Requirements, which is available at the Public Works Departunent by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material, and operation of' his workers to those areas Building 200 Mill Avenue South.shown and described and such additional areas as he may provide. SEC77ON 1-07.17.IS SUPPLER ELATED BY ADDING: A. General. All construction work under this contract on casements,right-of--way, or franchise,shall be over private property 1-07.17 Utilities and Similar Facilities (APWA, RQ confined to the limits of such easements, right-of--way or franchise. In addition to the other requirements pursuaru to RCW All work shall be accomplished so as to cause the least amount of 19.122 an act relating to underground utilities and prescribing disturbance and a minimum amount of damage. The contractor penalties die Contractor shall: shall schedule his work so that trenches across easements shall not 1 call the utilities underground location center for field_ ' be left open during wa-kends or holidays and trenches shall not be location of the utilities; open for more than 48 hours. B. Structures. The contractor shall remove such existing Call Before You Dig structures as may be necessary for the performance of the work and, ' if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. 1-800424-5555 ' C. Easements. Cultivated areas and other surface and improvements. All cultivated areas either agricultural or lawns,and 2 not begin excavation until all known underground other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposes excavation have been located and marked. ' condition. Location and dimensions shown on the Plans for existing Prior to excavation on an casement or private right-of- way the contractor shall strip top soil from the trench or facilities are in accordance with available information without construction area and stockpile it in such a manner that it may be uncovering measuring or other verification. If a utility is known or suspected of having underground facilities within the area of the ' replaced by him, upon completion of construction. Ornamental proposes excavation and that utility is not a subscriber to the trees and shrubbery shall be carefully removed with the earth utilities underground location center then the Contractor shall give surrounding their roots wrapped in burlap and replanted in their individual notice to that utility. ' original positions within 48 hours. If in the prosecution of the work it becomes necessary to All shrubbery or trees destroyed or damaged, shall be interrupt existing surface drainage sewers underdrams, conduit, replaced by the contractor with material of equal quality at no utilities similar underground structures, or parts thereof, the additional cost to the Contracting Agency. In the event that it s contractor shall be responsible for and shall take all necessary necessary to trench through any lawn area, the sod shall be' precautions to protect and provide temporary services for same.carefully cut*and rolled and replaced after the trenches have been The contractor shall at his own expense repair all damage to back511ed. The lawn area shall be cleaned by sweeping or other such facilities or structures due to this construction operation to the means,of all earth and debris. satisfaction of the City; except for City owned facilities which will ' The contractor shall use rubber wheel equipment similar be repaired by the utility department at contractor's expense, or by to the small tractor-type backhoes used by side sewer contractors for the contractor as directed by the City. all work, including excavation and backfill on easements or rights- of-way which have lawn areas All fences markers, mail boxes, or ' Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the ' FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance (RCS — insurance, the City of Renton shall not be deemed or construed to ' State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor The Contractor shall assess its own risks and if it deems following: appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07.18(I)IS REPLACED WITH THE FOLLOWING: coverage. ' Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable). Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards , The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the a Contractual tual Liabdi (including Amendatory Contracting Agency. -Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) t Contracting Agency's -consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including • Independent Contractors accidental death, as well as claims for property damages which • Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) ' required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material pricey• , breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability , 1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract. which details specific coverage and limits for this contract. , ( All coverage provided by the Contractor shall be in a form � The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: work performed(i.e. pollution liability). 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its ' 2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (LSO Form CG 2010 or equivalent). The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurancer prior proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request to two(2)years after the completion of the project. copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above page(s) for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other , 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred.) If any insurance carrier OF RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. ' exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, 4) Policy may not be non-renewed canceled or material conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification , these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Page-SP-10 ' Revision Date: May 19, 1997 ' 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' REPLACE SUPPLEMENTAL SPECIFICATION SECTION l- co obligation or liability of any kind upon the 0mpany its agents or representatives'. 7.18(3) 'LIMITS' WITH THE FOLLOWING: co 1-07.18(3) Limit:; (RC) c. Amend the cancellation clause to state: 'Policy tray ' LIMITS REQUIRED _ not be non-renewed, canceled or materially changed or Providing c2yLrjL in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City'. Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a General Aggregate* $2,000.000" written agreement that the consultant's broker will provide the Products/Completed Operations $2,000.000*' required notification. 1 Aggregate $1,000.000 SECTION 1-07.20 IS REVISED AS FOLLOWS: Each Occurrence Limit Personal/Advertising Injury S1•000•000 1-07.20 Patented Devices,Materials, and Processes ' Fire Damage(An' One Fire $x1•�1 Medical Payment.,; One Person) $5.� APWA Stop Gap Liabilih, S11�'O00 The Contractor shall assume all costs arising from the use of a General Aggregate to apply per prole« patented devices,materials,or processekused on or incorporated in (ISO Form CG2503 or equivalent) the work, and agrees to indemnify, defend, and save harmless may ay vary based on project risk The Contracting AReacy, and their Automobile Liabilityduly authorized age and employees from all actions of any Bodily Iniury/PtoPetty Damage $l.t)oo.000 Y (Each Accident) nature for, or on account of the use of any patented devices, ' Workers'Compensation materials,or processes. Statutory Benefits -Coverage A Variable SECTION I-07.22 IS SUPPLEMENTED BY THE FOLLOWING: (Show Washi n Labor and Industries Number) Umbrella Liability 1-07.22 Use of Explosives(APWA) ' Each Occurrence Limit S1.000,000 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/CompiSted Operations $1,000,000 Engineer,and then only under such restrictions as may be required. Aggregate ti• the proper authorities Explosives shall be handled and used in ' Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and Each Occurrence/Incident/Claim $1.000.000 regulations that may apply. The individual in charge of the blasting Aggregate $2•000•000 shall have a current Washington State Blaster Users License. The Contractor shall obtain comply with and pay for such The City may rewire the CONTRACTOR to keep permits mid costs as are �, in conjunction with blasting professional liability coverage in effect for up to two(2)years after operations completion of the project. When the use of explosives is necessary for the prosecution of The Contactor shall promptly advise the C=OF RENTON the Work the Contractor's insurance shall contain a special clause ' in writing in the event any general aggregate or other aggregate permitting the blasting. limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 1_07.Z3 Public Convenience and Safety requirements as stated in Section 1-07 I8(3) and shall furnish the SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE CITY OF RENTON anew Certificate of Insurance showing such FOLLOWING PARAGRAPH coverage is in force. SECTION 1-07.18(4) IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic(RQ ' SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor Shall be responsible for controllicie dust and INSURANCE': mud within the project limits and on any street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the protect. shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks, ' CONTRACTING AGENCY the following: power sweepers and other pieces of equipment as deemed 1) City of Renton Insurance Information Form (attached necessary by the engineer to avoid creating a nuisance. herein)without.modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. 07.18(2), and 1-0718(3) as revised above. Other Complaints of dust mud or unsafe practices and/or 1 requirements are as follows: property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder"; b. Strike the wording regarding cancellation notification to the Ciiy• "Failure to mail such notice shall impose 1 Page-SP-II Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress ' SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL ' FOLLOWING: REFERENCES TO "COMMISSION THE SECRETARY" OR "STATE"TO READ "CONTRACTING AGENCY." 1-07.24 Rights of Way (APWA) SECTION 1-07.27 (APWA) IS REVISED BY CHANGING , Street right of way lines limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. , Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: , _ brought to the Contractor's attention by a duly issued Addendum. Whenever any of the Work is accomplished on or through 1-05.1 Preliminary Matters (APWA) property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference(APWA) , obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineef. - undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the , acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other ' entry or right of way, the Contractor will be entitled to an interested parties as may be- invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconsttuction conference will be: be a breach of contract. 1. To review the initial progress schedule; ' Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; private property where private improvements must be adjusted. 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing, without notifications, approvals, submittals, etc.; expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and construction facilities storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. , adjoining the Work or not the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and ' reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Project Schedule. acting for the owner of the private property affected, stating that , permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before - The statement shall include the parcel number, address,and date of computing this percentage however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier ' unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to fumish all certificates submittals, and statements required by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of any contracting firms the subcontractor proposes to Page-SP-12 Revision Date: May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress tuse as lower tier subcontractors Collectively, these lower tier Permission to work between the lours of 10-00 p.m. and 7:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and total amount subcontracted to a subcontractor. When a 9.00 a.m. on weekends or holidays may also be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures, the following rk wo maybe perform a by lower tier an hours may be revoked at anytime the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1 Furnishing and driving of_2iling, oror received from the public or adjoining property owners regarding 2 Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoke rifttotr�tthesereasons. on Saturdays, Sundays, holidays or other subcontractors. The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday ' the proposed subcontractor's prior record equipment experience, through Friday may be given subject to certain other conditions set and ability to perform the work Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such - assistants as the Engineer may deem necessary to be present during contract, 2. Relieve the Contrathe,ctor of any obligations or liability under the Work requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting the contract and contract Contractor's bond, 8 who worked during such �;considering the 3 Create any contract between the Contracting Agency and Agency employees the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey fo the subcontractor any rights against the regards to the Contract Tim: and considering nwItiple work shifts Contracting Agent as multiple working days with respect to Contract "lime even The Co �en•y will not consider as subcontracting: though the multiple shifts occur in a single 24-hoar period. ' (1) purchase of sand, gravel, crushed stone crushed slag, batched Assistants may include but are not limited to, survey crews: concrete aggregates, ready mix concrete off-site fabricated personnel from the Contracting Agency's material testmg lab; structural steel, other off--site fabricated items and any other irtspecto*r and other Contracting Agency employees when m the materials supplied by established and recognized commercial opinion of the Engineer such work necessitates their presence._ ' plants' or(2)delivery of these materials to the work site in vehicles 1�.1 4 Reimbursement for Overtime Work of owned or operated by stick plants or by recognized independent or Contracting Agency Employees(APWA) commercial hauling companies. However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday. Sunday, rms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular applies to the employeex of such fi above in accordance with WAC296-127. If this should occur, the working day, as defined in the Standard Specifications such worts provisions of Section 1•-07 9 as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply an inspector will be present and a survey crew may be required at ' The Contractor shalt certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged, Minority or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors manufacturers regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY TSE The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract 1-08.4 -Notice to Proceed and Prosecution of the Work ' 1-08.1 Hours of Work(APWA) �APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have ' 7:00 a.m. and 6:00 p.nt of a working day with a maximum 1-hour been ap roved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period IFor the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction confer<-nce or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to the Work. Proceed Date The Work thereafter shall be prosecuted diligently, If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical Saturdays Sundays, or before 7.00 a.m. or after 6:00 p.m_ on any completion of the work There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without pnor approval of permission to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6.00 p m. is not required. the Contractual obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. Page-SP-13 Revision Date:May 19, 1997 I-09 Measurement and Payment I-09 Measurement and payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-O5.II. ' FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL ' The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OFTRANSPORTATION" IN THE LAST SENTENCE the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY." Engineer. The Contract Time will be stated in "working days", ' shall begin on the Notice To Proceed Date, and shall end on the SECTION I-08.I1 IS A NEW SECTION: Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the ' holidays: January 1, adequacy, efficiency,and sufficiency of his and his subcontractor's MoRAny of Memorial Day, July 4, Labor Day, plant and equipment. "Ile Owner shall have the right to make use November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be day after Christmas.shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. on a Monday Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's ' observed as holidays. When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by a the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, , preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. for periods of normal inclement weather which, from historical ' records is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faith and ending with the Physical Completion Date, shall be charged to fully, t and when he is not personally present on the work site, he shall at he Contract Time as it occurs except a day or part of a day which , is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall unworkable day. have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for showing (1) the number of working days charged against the the faithful observance of any instructions delivered to him or to Contract Time for the preceding week; (2) the Contract Time in his authorized representative. working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: , and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged�aS a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the ' Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector ' report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton the following establishing the Substantial Completion, Physical Completion, and system will be used: ' Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number. 2. Truck tare weight(stamped at source). ' 3. Gross truck load weight in tons (stamped at source).- 4. Net load weight (stamped at source). 5. Driver's name and date. Page-SP-14 , Revision Dale:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for deliverer LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE The Contractor shall submit a breakdown of costs for each FOLLOWING: ' lump sum Bid Item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit 1-09.9(1) Progress Payments (APWA) price values may be used as a guideline for determining progress Progress payments for completed work and material on hand payments or deductions or additions in payment for ordered work will be based upon progress estimates prepared by the Engineer. A changes. The detailed cost breakdown of each lump sum item shalt progress estimate cutoff date will be established at the be submitted to the Engineer to the Preconstruction preconstruction meeting. Conference. Within 3 days after the progress estimate cutoff date (but not SECTION 1-09.2 (APWAI)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and ' "ENGINEER." signed by the Contractor, covering the work completed prior to the progress estimate cutoff date.The Application for Payment shall be SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE accompanied by documentation supporting the Contractor's FOLLOWING: Application for Payment. ' Scope of Payment (A 1-09.3 PWA, RC) If payment is requested for materials 'nil equipment not - incorporated in the work,but delivered and stored at approved sites Unless modified otherwise in the Contact Provisions, the Bid pursuant to the Contract Documents, the Application for Paymeiu iItems listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications will be the_only for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance, or other specified Work. Should a Bid Item be listed in a"Payment"clause arrangements to protect the Engineer's interests therein. but not in the Proposal Farm and Work for that item is performed The initial progress estimate wilt be made not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences'the Work, and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date Progress estimates made during progress of the 04.1 then payment for that Work will be made as for Extra Work Work are tentative and trade only for the purpose of determining pursuant to a Change Or ter. progress payment The progress estimates are subiect to change at The words "Bid Iten:i," "Contract Item,- and "Pay Item," and any time prior to the calculation of the Final Payment per ' similar terms used diT ghoul: the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the stun of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated 1 appear elsewhere in the Pro sal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid:Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3 Materials on Hand — 90 percent of invoiced_cost of Payment for Bid'Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the ' clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required specified or 4 Change Orders — entitlement for approved extra cost or described in that particular Section Payment items will generally completed extra work as determined by the Engineer. be listed generically in the Specifications and specifically in the progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item such items shall 1 Five(5)percent for retained percentage. be furnished FOB project site or, if specified in the Special 2 The amount of Progress Payments previously trade. Provisions, delivered to a designated site. Materials to be 3 Funds withheld by the Contracting Agen for cy "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents' shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporate4 into the work delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Contracting Specifications. Payment for material 'furnished,- but not yet Agency's fiscal officer, against the appropriate fund source for the incorporated into the Work may be made on monthly estimates to project Payments received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8 (APVVA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "READ QUARTERS' MATERIAL ' Page-SP-1 S Revision Date_May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) . Retainage (APWA,RQ 1-09.9 3 Contracting Agency's Right to Withhold ' Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts(APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76 the ' shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the ' Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence 1 Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2 Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3 Placed in escrow with a bank or trust company by the for purposes not contested with the Work(Section 1-05.6) ' Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). ' and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage;or Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's ' as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired eA-the indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will at make allowances for weather delays, approved unavoidable delays, least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services brokerage charges or both and further agrees to of days the Contractor's approved progress schedule, in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentages in securities_ The Contracting Agency may also, at its Time. option accept a bond for all or a portion of the contractor's 7 Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, including but not ' Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12 RCW 39.76, and a Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. ' 1 On contracts totaling more than$20 000.00 a release has b Failure of the Contractor to protect survey stakes, been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 2 No claims as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage_ unauthorized work(Section 1-05.8) 3 Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. ' In the event claims are filed the Contractor will be paid such I a Failure to submit weekly payrolls Intent to Pay retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. ' attorney's fees. f Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10 the Contractor is responsible for of a progress schedule per Section 1-08.3. ' submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. , medical aid premiums The Contracting Agency will ensure the Disbursement of such funds if the Engineer elects to do so, will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1 no legal action has commenced to resolve the validity of ' the claims, and 2 the Contractor has not protested such disbursement. Page-SP-16 ' Revision Date:May 19, 1997 ' 1 1-09 Measurement and Payment -09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances, and Contractor in accordance with, this section will be made. A regulations — Federal, State, or local — that affect the contract. payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section I- ' Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. 1-09.11 Disputes and Claims If legal action is instituted to determine the validity of the ' claims prior to expiration of the 15day period mentioned above, SECTION 1-09.1I(2)IS REVISED AS FOLLOWS: the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Futal Payment(APWA) Failure to submit with the Final Application for Payment>-LW ' uch information and details as In Acceptance of the Work by the Contracting Agency the lculated based described in this section for any claim shall operate as a waiver of final amount to be paid the Contractor will be ca upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.11(3) IS DELETED AND REPLACED BY THE a release. FOLLOWING: 1. to the Contracting Agency of all clairns and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction ' specifically excepted in writing by the Contractor APWA 2. for all things done or furnished in connection with the This contract s alI be consttvcd and interpreted in accordance Work; with the laws of the State of Washington.The venue of any claims 3. for every act and neglect v the Contracting Agency; and or causes of actions arising from this contract shall be in the ' 4. for all other claims and liability relating to or arising out Su�1erior Corm of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A payment (months final retainage or otherwise) shall not agreed dig any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final A of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agen^'s ability to investigate and act upon agree that the Contactor's failure to bring suit within the time ' findings of nott-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. from recovering damages, setting Penalties or obtaining such other It is further mutually agreed by the parties that when any remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the ' Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit on the form provided by Contracting Agency or initiated in court the Contractor shall the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records pauoidto rity (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating rticipating in the Work Such affidavit shall certify the amounts the claims or actions. the DB MBE, or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY' ' Specifications. WITH THE WORDS "KING COUNTY.'v If the Contractor fails refuses or is unable to sign and return SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING: the Final Progress Estimate or any other documents required for the final acceptance of the contract the Contracting Agency 1-09.13(3) Procedures to Pursue Arbitration (RC) reserves the right to establish a completion date and unilaterally The findings and decision of the board of arbitrators shall be accept the contract. Unilateral acceptance will occur only after the final and binding on the parties unless the aggrieved party, within Contractor has been provided the opportunity, by written request 10 days, challenges the findings and decision by serving and filing from the Engineer, to voluntarily submit such documents. If a petition for review by the superior court of King County, voluntary compliance is not achieved format notification of the Washington The grounds for the petition for review are limited to impending unilateral a.�tatice will be provided by certified letter showing that the findings and decision: from the Engineer to the Contractor which will provide 30 calendar 1 Are not responsnvc to the questions submitted; days for the Contractor to submit the necessary documents. The 2 Is contrary to the terms of the contract or any component 30-calendar day deadline shall begin on the date of the postmark of thereof; the certified letter from the Engineer requesting the necessary 3 Is arbitrary and/or is not based upon the applicable facts documents. This reservation by the Contracting Agency to and the law controlling the issues submitted to arbitration. The unilaterally accept the contract will apply to contracts that are board of arbitrators shall support its decision by setting forth in completed in accordance with Section 1-08.5 or for contracts that writing, their findings and conclusions based on the evidence are terminated in accordance with Section 1-08.10. Unilateral adduced at any such hearing. acceptance of the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or Page-SP-17 Revision Date_May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional ' statutes of the State of Washington and court decisions governing channehzmg devices, pieces of equipment, or services which rn„id such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for ' contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be bome covered by other pay items in the bid proposal they are not by the contractor. specified in the Special Provisions as incidental and the , accumulative cost for the use of each individual channelizing 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes the SECTION I-IO.I IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent ' contractor. The cost for these items will be by agreed price price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General(RC) required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-I0, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be construction signing and other channelization devices, considered for the item "Traffic Control"to address the increase or , unless a pay item is in the bid proposal for any specific decrease. device and the Special Provisions specify furnishing, SECTION I-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that WISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisor(RC) (SA) personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove =Tthe Contractor shall designate an individual or ' the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project The TCS shall be certified inns—aa worksite traffic contro ' 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic . The TCS shall assure that control devices, unless a pay item is in the bid proposal to all the duties of the TCS arc performed during the duration specifically pay for this work; and of the contract , 5. Furnishing labor, material, and equipment necessary for 7• Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent ' of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. ' 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include , descriptions of the traffic control methods and devices to betime.Possession of a current flagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION I-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans(RC) notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established ' standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION I-I0.3(3)HAS BEEN REVISED AS FOLLOWS: 10, Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as ' If no bid item "Traffic Control" appears in the proposal then well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards will be furnished all work required by these sections will considered incidental and re the Contractor. their cost shall be included in the other items of work. by Page-SP-18 ' Revision Date: May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item -Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. ethep-costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum snit contract price�-ho�shall be full the unit contract price for the various other items of the work in the pay for all costs involved in famishing the pilot ear(s),pilot car driver(s),and the appropriate pilot car sign(s)for any eaa-pilot bid proposal. car operation. Any necessary flaggas will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control labo;. 1-10.3(6) One-Way Piloted Traffic Control Through The Lm Sum contract price per-4teu;:_shall be full Construction Zone pay for all costs for the labor provided for performing those ac4ing_-4g4o construction operations described in Section 1-10.3(1) and as authorized by the Engineer. The Lump Stun gait contract price pscr}usse-foot-of the pg tFol ar ama-shall be full pay for all costs for performing the work described in Section 1-103(3) and Section 1-10.3(4). Pwuide piloted U2 f+c-c This payment will include all labor, equipment, and vehicles ' i&hGd necessary for the initial acquisition, the initial installation of 1raffir,Coatwl. Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car ' control area. Any necessary flaggers shall be furnished by the 949i""- Contractor-asfsou44ed �itlaea_&he_hid-p The Lump Sum wait contract price par--day-shall be full " Avill hr pay for all costs involved in furnishing the person(s)assigned pFouided_in Sec4on-I-]44-and-l-4.0.S- as the "Traffic Control Supervisor" .All costs for the vehicle(s)required for DELETE SECTION 1-10.4 AND REPLACE WITH. the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum snit contract price for"Traffic Con trol,Stpeafsi"." No specific unit of measurement will apply to the lump sum item of"Traffic Control". SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: ' 1-10.5 Payment (RC) bc id Payment for all labor, materials and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid item+;when Uwy-ase included in the proposal: "Traffic Control," lump Sum. by ppog;asg „ The lump sum.contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price per-day-shall be full I ' furnishing, installing, maintaining and removing traffic control pay for all costs involved in fumishing the vehicle or vehicles devices required by th,e contract and as directed by the Engineer in for the work described in Section 1-10.3( conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the I-abe;� public.. Progress payment for the hung sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: ' a. When the initial warning signs for the beginning of the project and the end of construction signs are installed 1 11 1(1) Responsibility for surveys (RCS' and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. b. Payment for the remaining 70 percent of rated bans rn the amount All surveys and survey reports shall be prepared in accordance bid for tcc item will be paid a pror with the requirements established by the Board of Registration for accordance with the total job progress as determined Professional Engineers and land Surveyors under the provisions of ' by progress payments. Chapter 18.43 RCW. ' Page-SP-19 Revision Date: May 19, 1997 1-I1 Renton Surveying Standards 1-11 Renton Surveying Standards ' 1-11.1(2) . Survey Datum and Precision(RC) In those cases where aa.electronic data collector is used a hard I The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the eld coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or , Control Network monuments. The source of the coordinate values more boundary Imes. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corners location on the ground The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard A corner or other survey point established by or under the Detail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11 1(1) and any -established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision comers, down to and including one_ survey control shall be revealed on the face of the survey drawing sixteenth corners;and ' as s shall the method of adjustment. . Any permanently monumented boundary right of way The horizontal component of the control system for surveys using global positionirfg system methodology shall exhibit at least 1 Aignment, or horizontal and vertical control points established part in 50,000 precision in lime length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot ' Geodetic Control Subcommittee Standards for GPS control surveys comers. as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) , August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction protects that will create permanent structures such as The vertical component of all surveys shall be based on roads sidewalks bridges utility lines or appurtenances signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building.- Control or Base ' tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required -such that every structure may be the project site a tie to both shall be made. The benchmark(s) used observed for staking or "as-builting" while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of , not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn and shall (benchmark) will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein of any bench marks established. The drawing depicting the survey shall be neat legible and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as rioted The ' Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will , shall reveal the controlling monuments, measurements and comply with all provisions of Chapter 58.09 RCW A methodology used in that retracement, photographic mylar of the drawing will be submitted to the City of Renton and upon their review and acceptance per the specific 1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with the , Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required the survey drawing shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton ' station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of point. WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall identify all ' job. The preferred method of point numbering is field notebook symbols used if each point marked by a symbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01, the second point would be 348.16.02 etc. drawing shall be submitted with each drawing. The listing should Upon completion of a City of Renton project either the field include the point number designation (corresponding with [hat in notebook(s) provided by the City or the original field notebook(s) the field notes a brief description of the P point and northing used by the surveyor will be given to the City. For all other work easting, and elevation (if applicable) values all in ASCII format ' surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. Page-SP-20 ' Revision Date:May 19, 1997 ' 1-11 Renton Surveying Standards 1-il Renton Surveying Standards ' 1-11.1(7) . Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-I1.1(5) satisfy all applicable reQuirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per I- ' meet or exceed the standards specifications and procedures of third 11.2(1). In situations where such markets are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness Control Committee. marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks I in lead on the extension of the lot side litres have been set in the 1-11.1(8) Radial and Station —Offset Topography curbs on the extension of said line with the curb." In all other ' (RCZ cases the corner shall meet the requirements of section 1-11.2(l) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments,as defined in 1-11.1(5). shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If cite monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section I-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic listing requirements set forth in within a-lidded case kept separate from the monument and flush i section 1- 1 herein shall be observed for all topographic surveys. with the pavement surface,per section 1-11.2(3). 11. In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature(PC) points of tangency(PT) street intersections center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey all be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications OR 2) of the curve. trigonometric leveling with elevation differences determined to at For all non corner monuments set while under contract to the ' least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property a City of Renton Monument Card (furnished by the city) identifying the monument• point of intersection (PI), point of 1-11.1(10) Station—Offset Topography(RC) tangency (PT) point of curvature (PC) one-sixteenth corner, Plat ' Elevations of the baseline and topographic points shall be monument street intersection etc. complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed ' exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey(RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes TITLE 4 Building Regulations 1-11 2(1) Property/Lot Corners (RC) and TITLE 9 Public Ways and Property, must be located both Comers per 1-11 1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal survey. The 'as-built" survey must be based on the same baseline plugs or caps tack in lead etc and permanently marked or tagged or control survey use for the construction staking survey for the with the surveyor's identification number. The specific nature of improvements being "as-built" The 'as-built" survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should occur prior to backfilling. Close installation. cooperation between the installing contractor and the "as-builtmg" ' surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built' surveys shall satisfy the requirements of section Monuments per 1-11 1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for 'as-built" shall meet the requirements of section 1-I1.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City ' accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all 'as-built' surveys. ' Page-SP-21 Revision Date_May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment , Division 2 Earthwork quantities and changes will be computed- either , manually or by means of electronic data processing equipment by Earthwork use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor ' for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall not be paid for ' All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense. FOLLOWS: All areas shall be excavated, filled, and/or backfriled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans. In filled ' and backfilled areas, fine grading shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections, fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall: shall produce a surface which is smooth and even, without abrupt 1. Haul broken-up pieces into changes in grade. to some off-project site.i, Excavation for curbs and gutters shall be accomplished by 1, Cove; a;;3' piaga; blipi@d ...;;hip tW right Qf A-5, with cutting accurately to the cross sections, grades and elevations ' Isar, 5 fact of r" shown. Care shall be taken not to excavate below the specified S When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work. Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after backfilling and compaction are complete, before placement of fills or base course, the subgrade under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and ' If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they re uet Acceptable excavated native soils shall be used for fill in the ' mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of , SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk", per Square Yard. materials and diverting runoff away from the materials. If the 4_ "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative treasures, any costs or delay related to drying the materials shall be at his own expense. 5. "Cold Mix",-per Ton if the native materials become saturated, it shall be the 6. "Remove Asphalt Concrete Pavement," per square yard. responsibility of the Contractor to dry the materials to the 7. "Remove Cement Concrete pavement," per square yard. optimum moisture content. If sufficient acceptable native soils are 8. "Remove existing " per not available to complete construction of the roadway embankment, All costs related-to the removal and disposal of structures and Gravel Borrow shall be used. ' obstructions including saw cutting excavation, backfrlling and If subgrade trimmer is not required on the project,all portions temporary asphalt shall be considered incidental to and included in of Section 2-03 shall apply as though a subgrade trimmer were other items unless designated as specific bid items in the proposal. specified. If sufficient acceptable native soils as determined by the , 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway Embankment embankment Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. ' SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments, while surplus sections provide otherwise: ' excavated material or unsuitable material shall be disposed of by (• At the discretion of the engtneer, roadway excavation, borrow excavation and unsuitable foundation excavation - by the the Contractor. Page-SP-22 , Revision Date:May 19, 1997 2-04 Haul 2-09 Structure Excavation ' cubic yard (adjusted for swell) may be measured by truck in the 2_06 Subgrade Preparation hauling vehicle at the. point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE the truck number, time and date and be approved by the engineer. FOLLOWING: ' SECTION 2-03.5 IS REVISED AS FOLLOWS: 2-06.5 Payment (RC) 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering ' Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum are included in the proposal: contract bid prices. 1. "Roadway Excavation" or "Roadway Excavation—Area A(B, C,etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that part below the 2-foot depth shall be paid for as FOLLOWING. provided in Sacciea-I-C4.4 Item 3 of this payment section. In this case, all items of work:other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat,muck, swampy or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. - 2-09.3 Construction Requirements ' sT_he unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation",per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC) The unit contract price per cubic yard for "Unsuitable All costs for disposing of excavated material within the project ' Foundation Excavation" shall be full pay for excavating, loading, limits shall be included in the unit contract price for structure and disposing of the material. excavation, Class A or B. gcakadod�R�cuau-Z The unit contract price per cubic yard shall include haul. 7. If the contract includes structure excavation, Class A or B, comp-"iOn"--a h-11- including haul, the unit contract price shall include all costs for aq++ipr--sue— loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to �b@ maims;will be the work. Payment for embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 2r09.4 Measurement (RC) Gravel backfill. All gravel backfill will be measured by the 2-04 Haul cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a specific separate pay item is included in the contract for gravel 2-04,5 Payment (RC) backfill for pipe bedding. ' SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: All costs for the hauling of material to from or on the job ' site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. T•he unit contract price per cubic yard for the bid items listed ' as I through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping or shall be included in the unit bid rice of other items of work if "Structure Excavation" of ' Page-SP-23 Revision Date: May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the I 1 contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when ' extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any 1 excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. , If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra 1 excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. 1 Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be 1 considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. 1 i 1 1 i i 1 1 Page-SP-24 , Revision Dale_ May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary ' Division 3 Production From Quarry and Pit Sites Division 4 ' and Stockpiling - Bases 3 No supplemental specifications were 4 No supplemental specifications were necessary necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. ' Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) Surface Treatments and Pavements saws-WWhen a sample from uncom acted mix is r>� Contractor shall ensure that the samples can -be obtained 5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712.� t j SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hauling vehicle. FOLLOWS: B. Definition of Sampling Lot and Sublot. For the pu of acceptance sampling and testing, a lot-is is-sgzl{� definA 5-04.3(8)A Acceptance Sampling and Testing (RC) 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each Job mix as—provided under-gtatiW,al mac a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur .491111 Determination of-41a4&4Qal-eF nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A. B. E, F, and G) shallwill be evaluated for quality of gradation on a dailylet basis by-the Contractor. This gradation analysis shall be Cho 4�' t` "* i� a1-a�th° The based on WSDOT Test Method 104 and the results delivered to the is de f in Section 9- Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not tttak information shall he used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of th p, with Section 9-03.8(6)A.2.-aud Aasphalt content shall be tested at Engmeer. the Eengineer's discretion if the Compaction Pay Factor(Section 5 The f'onua-0. - 04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes greater than 1/4" and t2% for sieves smaller than the No 10 then pie per slablot, witb the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data the-within the ranges listed abotesting then Sampling and testing for nonstatistical acceptance shall be Aeency of sampling and testing will co borne by the Contracting performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a gi maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.--sf-all that clasi; of mlix exceaA 1,50Q &QR9 giwiginvar will also providia, by noon a ­@ next A,g;:kqn3, �ggr. AV complawd D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance t°stiug for compliance of asphalt aeut i 2. Aggregates. _Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test, Method 722-T. When sample testing of gradation is necessary equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Quick requirements of Section 9-03.8(2) Determination of Aggregate Gradation using Alternate Solvent eu�luatieu. 3. Asphalt Cement. Asphalt Cement will be accepted Uj.;: Procedure; WSDOT Test Method 723-T.E. Reject Mixture tests-based on tbeic-conformance to the requirements of Section 9 02.1(43). Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may, prior to be the responsibility of the contractor. If the vendor or grade of sampling, elect to remove any defective material and replace it ,the asphalt cement changes anew job mix formula (JMF) shall be with new material at no expense to the Contracting Agency. Any evaluated and approved. such new material will be sampled, tested, and evaluated for 43. Asphalt Concrete Mixture acceptance. A. Sampling (2) Rejection_-by Engineer Without Tesiinga6titlieut�stittg. (I) A sample will not be obtained from either the first or last section of roadway The Engineer may, w ithout sampling. ject any batch, load, or re 25 tons of mix produced in each production shift. Page-SP-26 , Revision Date: May 19, 1997 tAsphalt Concrete Pavement 5-04 Asphalt Concrete Pavement that- appears defective in gradation or asphalt coat SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING tent. Material rejected before placement shall not be THE FOLLOWING: incorporated into an ilia pavement. Any rejected section of 5-04 3(10)A General (RC) m acted avement shall be removed. The Contractor shall not use vibration when compacting on a No payment will be made for the rejected materials or the oval of the materials aril<:ss the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of f the C_contractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material be tested. I C. lines. ected material tested,a minimum of three representative samples A. II be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: r testing from compacted pavement shall be removed by coring. 5-04 3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E. and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course if rle�tnr. thickness greater than 0.10 foot, shall be compacted to a specified ca&t-�k level of relative density. The testing shall occur on a sublot basis gAgeaGy-sad gh" •r. using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be � � 92�.0 percent of the �.roem f]_..co&w Acceptance of the initially reference maximum density rejected rusPactad material will use the !eMtance sampling and A4atlied 30S• 'Me reference maximum density shall be determined * ting methods. If the material does not fall within the job mix as that devel in the'ob mix foimuLi tmula tolerances of Section 9-03 8(6)A the mix will be rejected If the Contractor chooses, a moving all costs associated with sampling testing and removal shall be borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density tray be with new material d replaced at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Iken If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of Ierances, the mix will be accepted for quality of mix but will density attained will be determined by the average statistical 10) o-14--tion-of three €sus nuclear density gauge tests taken in remain subject to the compaction adjustment of Section 5-04.3( accordance with WSDOT Test Method 715 on the day the mix is rid all costs associated with :sampling and testing will be borne by A en placed (after completion of the finish rolling) at locations e Contracting determined, by om sau�l+ag—ga:ecedum within each density lot asAUn& . ��A--g -� a co of the Sass.The Engineer will furni PY results of all acceptance testing performed in the field as soon as the sllspec& he Qb&2iA@" the results are availabl _ Pavement compaction below 89 percent of the reference maximum density shall not be accepted Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- ilm of 04.5(1) RP rQon will be b-G-1 Qa the rdssaca-witk-Sacsier�--S--C For compaction lots falling below a CPF of 1.00 psy--fact qwlepnnAs and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. 3 -Ge*:" ;w4il taken by the Ag@Ao;3x be FOR116s; g -When the Contracting Agency requests cores and the � level of relative density within a sublot is less than 92.0 percent, tTlie cost for tlao-coring and testing shall be borne by the Contractor. When the Contracting _A ency requests cores and the level of relative density within a ' sublot is greater than 92.0 percent the cost for coring and testing shall be borne by the Contracting Agency. s�s-raises€ ' At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility, of the mix design. ' Page-SP-27 Revision Date:May 19, 1997 7-01 Drains ' 7A4 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains,-and be understood that steel is zinc coated with Asphalt Treatment t j (galvanized) or aluminum coated (aluminized) corrugated iron or ' Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete steel or aluminum are 7-01 Drains referred to in Section 7-02 it shall be understood that reference is ' also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS: 7-01.2 Materials (RC) 7-03 Structural Plate Pipe, Pipe Arch, Arch, ' Drain pipes may be concrete, zinc coated (galvanized)Asphalt and Underpass Treatment I or aluminum coated (aluminized) corrugated iron or steel with Asphalt Treatment I, corrugated aluminum alloy, SECTION 7-03.2 IS REVISED AS FOLLOWS: ',,,polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials(RC) option of the Contractor unless the Plans specify the type to be .used. Materials shall meet the requirements of the following sections: ' SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 - 7-01.3 Construction Requirements (RC) Corrugated Steel Asphalt Treatment I 9-05.6(8) Corrugated Aluminum 9-05.6(8) I PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-04.8. bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS: "-jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) I ' PVC underdrain pipe shall be jointed using either the flexible I elastomeric seal as described in Section 9-04.8 or solvent cement as Payment will g made in accordance with Section proposal: for described in Section 9-04.9, at the option of the Contractor unless each of-S the following bid items that are included in the proposal: otherwise specified in the Plans. 7-he bell shall be laid upstream. "St. Sir. Pate Pipe _ Gage _ In. Diam.", per linear ' PE or ABS drainage tubing underdrain pipe shall be jointed with foot with Asphalt Treatment I. I snap-on, screw-on, or wraparound coupling bands, as "St. Sir. Plate Pipe Arch_Gage_Ft._In. Span", recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatment L "St. Sir. Plate Arch_ Gage_ Ft. _ In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. ' FOLLOWING: "Structure Excavation Class B", per cubic yard. 7-01.4 Measurement (RC) "Structure Excavation Class B Incl. Haul",per cubic yard. ' If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B including haul is included in the schedule of Class B" or "Structure excavation Class B including haul" as a pay Prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra , yontract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts - 7-04 Storm Sewers , SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS. 7-02.2 Materials (RC) 7-04.2 Materials (RC) , Materials shall meet the requirements of the Where steel or aluminum I q following mare referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that 'lain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized), Asphalt Treatment I Coated of I ' Zeinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and 3eveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05A 9-05.4 and 9-05.5. ' iteel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) kluminum Culvert Pipe 9-05.5 aluminum End Sections 9-05.5(6) ' iolid Wall PVC Culvert Pipe 9-05.12(1) 'rofile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 , Revision Date: May 19, 1997 7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins ' 7-04.3 ' Constructi-on Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: _ FOLLOWING: 7-04.3(1)B Pipe l3edding (RC) 7-05.3 Construction Requirements Pipe bedding for PVC sewer pipe shall consist of clean, All manholes shall have eccentric cones and shall have granular pea gravel consistent with section 9-03.12(3). It shall be ladders. ' placed to a depth of 6' over and 6" under the exterior walls of the pipe. SECTION 7-05.3(I) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(Z)A 1'S REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and GradeSRC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed•and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved sweets: Manholes, catch basins and similar ' be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found•upon completion of the street work. After placing 7-04.4 Measurement C the gravel or crushed stone surfacing the manholes and manhole ' castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade feet of completed iri illation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or IFrom the center of catch basin to center of in the section required on the typical road way section, and be catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes catch basins and similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final adjustment shall be 7-04.5 Payment(,RQ made and cast iron frame be set after forms have been placed and checked In placing the concrete pavement extreme care shall be The unit contract Iprice per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size sR�ified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted complete the installation including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item "gravel backftll for pipe bedding" is manhole shall be carefully relocated from references previously ' included in the Schedule of Prices pipe bedding as shown in the established by the contractor. The pavement shall be cut in a standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade =Testing t-Si utilizing the same methods of construction as for the manhole Testing of storm sewer pipe, if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete pavement for other items. shall be cut and removed to a neat circle the diameter of which ' shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be i placed so that the entire volume of the excavation is replaced up to ' within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall ' then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture density, and uniformity of grade The joint between the Page-SP-31 Revision Date: May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REWSED AS FOLLOWS: ' hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. — manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe. iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall he considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. ' manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by 'Adjust Existing ' per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured. concrete pavement will butt the cast iron frame. The existing Per each. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS , asphalt cement. Adjustments in the inlet structure shall be FOLLOWS. constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC and plastered. "AdjustA4auF�ela Existing per each. Monuments and cast iron frame and cover: Monuments and The unit contract price per each for "Adjust monument castings shall be adjusted to grade in the same manner Existing " shall be full pay Valve box castings: Adjustments of valve box castings shall be as for manholes. for all costs necessary to make the adjustment including restoration ' of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3A7J IS REVISED AS FOLLOWS: `Structure Excavation Class B Incl.Haul",per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking 'Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe,' per each. to the approval of the Engineer. The ring and cover shall be ` salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS: ' FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes (RC) Hand compaction of the bedding materials under the pipe Where shown on the plans new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line catch basin curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. ' manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. A 'Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: connection of a new line to an existing structure, or the connection of a new structure to a existing line. No 'connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC) 'Will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or ' AnyAamage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced ' labor, materials and equipment required. home. Sufficient pressure shall he applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint Page-SP-32 ' Revision Date: May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements t s in tightening'shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All opening Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe g the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other pushing the pipe and dams in ' damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before Joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades ex concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall when the end of the pipe is be blocked and held in place until sufficient support is furnished by gasketed joints tend to creep apart ' deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required all Pipe shall be laid straight between the changes in aligtunent and at uniform grade between SECTION 7-08.3(2),I IS AN ADDED NEW SECTION. changes in grade For concrete pipes with elliptical reinforcement, ' 7-08.3(2)J Placing PVC Pipe C the pipe shall be placed with the minor axis of the reinforcement in specified in Section 7-02.30) PVC a vertical position. In the trench, prepared as spec hnmediately after the pipe joints has been made,proper gasket pipe all be laid beginning at the lower end with the bell end placemeu shall be checked with a-feeler gage as approved by the ' upgrade. Pea gravel will be used as the beddmg material and pipe manufacturer to verify proper-gasket placement. extend from 6" below the bottom of the pipe to 6" above the top of the Pipe When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: ' at the point of connection. 7-08 3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Une and Grade Unless otherwise approved by the Engineer, all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron ' with Sections 1-05.4, 1-05.5 and 1-11 hubG will bs saddle secured to the sewer main with stainless steel bands. When Un9i"6&-in a manner consistent with accepted practices. the existing main is constructed of vitrified clay plain or The Contractor shall transfer line and grade into the trench reinforced concrete cast or ductile iron pipe, the exising main where they shall be carried by[Weans of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking Any other procedure shalt Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall a�tyyyg;y,16_lh have an "O" ring rubber gasket meeting ASTM C478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement ' collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee nipple and couplers as approved by the Engineer. ' � SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE 7-08.4 Measurement (SA) FOLLOWING: ' 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfiil for pipe zone bedding when used for foundations, shall be measured by the Checking of the invert elevation of the pipe may be made by cubic yard, including haul, as specified in 2-09.,or bV the TON. calculations from measurements on the top of the pipe or by' �nc� for plugging existing pipes will be measured by the looking for ponding of 1/2" or less which indicates a satisfactory, pipe(s) is of a cubic yard for the volume which would be required to completely condition. At manholes when the downstream fill the pipe for a distance of two diameters. Computation for larger size, pipe(s) shall be laid by matching the(eight-tenths) flow corrugated metal pipes will be based on the nominal diameter. elevation,unless otherwise a proved by the Engineer. Excavation of the trench will be measured as structure All pipe, fitting:; etc. shall be carefully handled and protected ag excavation Class B or structure excavation Class B including haul, against damage, impact shocks nd free fall All pipe handlin equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits ' ordered by the Engineer. manner which will protect the pipe against injury whenever stored Embankment construction before culvert placement under the at the trench site or elsewhere No pipe shall be installed where the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in accordance with Section 2-03. ' determined by the ENGINEER Such damaged lining or coating Shoring or extra excavation class B will be measured as shall be repaired, or a new undamaged pipe shall be furnished and specified in Section 2-09.4. installed. The CONTRACTOR shall inspect each pipe and fitting prior ' to installation to insure that there are not damaged portions of the pipe. Any defective damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. ' Page-SP-33 Revision Date:May 19, 1997 7-10 Trench Exc., Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains ' FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section`1-04.1 for ' each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS. "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe (RC) "Commercial Concrete", per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl. Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are ' Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be[Wade. lengths are required, the Plans will indicate maximum lengths that "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe ' If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I incidental. the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: , Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over)SRC SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water ' mains and appurtenances. 7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: ' the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(� Laying Ductile Iron Pipe and Fittings with accordance with Section 1-09. Polyethylene Encasement R� U.th-r-a ghown ;A the , &The Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all of A Pop appurtenances, such as pipe laterals, couplings, fittings, and ' C12b;';3—pi, valves with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance ' Payment for 'removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will he considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. ' 4. "Bank Run_Gravel for Trench Backfill", per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. REPLACED BY THE FOLLOWING The unit contract price per cubic yard or ton for "Bank Run , Gravel fof Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) furnish, place, and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and SECTION 7-I1.3(9)A IS REVISED AND SUPPLEMENTED AS unusable material excavated from the trench. ' 6. "Foundation Material" , per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material' shall be full compensation for excavating and disposing of the 7-11.3(9)A Connections to Existing Mains (RC) The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor ' material per Section 9-30.7B(1)_ shall not operate any valves on the existing system-HslWut4PciAG Water system personnel will operate all valves on the existing system for the contractor when required. ' No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the ' plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: Page-SP-34 ' Revision Date: May 19, 1997 ' 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains ' Connections to existing piping and tie-ins are indicated on the registering 1 gallQLLper revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit_ Acceptability of the test will be determined as follows: Connections to the existing water train shall not be made Acceptability of the test will be determined by two factors, as ' without first making tJhe necessary arrangements w►th the Engineer follows: in advance. 1 The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. ' shut-down of the existing water trains The City reserves the right 2 The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not bestarted until all the materials equipment charged a usage fee. t ' and labor necessary to ro rly complete the work are assembled Allowable leakage per 1000 ft. of pipeline*—in GPH on site. The Contractor shall provide all saw-cutting removal and disposal of existing surface improvements excavation, haul and Nominal Pipe Diameter in niches ' disposal of unsuitable: materials shoring de-watering. foundation PSI 6' 8' 10" 12" 16• 20' 24" material at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 2 55 3.18 3_82 400 0_90 1_00 1.50 1_80 2.40 _ 3_00 3_60 connection by the City. The Contractor shall provide all materials _40 1_69 2 25 2.1 1.1 _84 2 81 3_37 ' necessary to install all cotuieetions as indicated a the constriction 350 0355 0-94_75 1_ 124 1.49 1_99 2.81 2_99 moans including but rat limited to the required fittings, ouplings, c 250 2.71 0_95 1.19 1.42 1_90 2.37 2_95 pipe spools, shackle materials to complete the connections. The 225 p=68 0_90 1.13 1.35 1_80 2.25 2_70 Contractor shall provide and install concrete blocking po➢ywE!l?_ 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 ' the piping at the connections backfill and surface restoration at the *If the pipeline under test contains sections of various locations shown on the plans for the connections to the existing diameters the allowable leakage will be the sum of the computed water trains. leakage for each size For those diameters or pressures not listed, The City will cut the existing train and assemble all materials. the formula below shall be used: ' SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the [Hain shall not exceed the FOLLOWS: number of gallons per hour as determined by the formula L= P ' 7-11.3(11) Hydrostatic Pressure Test (RC) 7400 A hydrant meter and a back flow prevention device will be in which used when drawing water from the City system. These maybe L = Allowable leakage,gallons/hour obtained from the City by completing the required forms and N = No.of joints in the length of pipeline tested ' making required seaDtr deposits There will be a charge for the D = Nominal diameter of the pipe in inches water used. Before applying the specified test pressure, air shall P = Average test pressure during the leakage test,psi be expelled complet"ly from the pipe valves and hydrants. If no permanent air vents are not located at all high points the contractor ' shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: ' pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RQ The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be VAwhodpoly- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may t air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If furnish the water necessary to fill the pipelines for testing purposes Qf&be M.'i"e main cannot be "poly-Pigged then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in normal system operation* the ten• ' The test shall be accomplished by pumping the main up to the The "Poly pig' shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS 2lb/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The •Poly-pig" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. ' visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall N concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Watei ' The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existin£ accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage systen of suitable size such that accurate volume measurements can be or any water way. ' made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand ' Page-SP-35 Revision Date:May 19, 1997 1 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: ' REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8' for 2" and 3' mechanical joints 3/4- for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 31), except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40 000 ' laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4' by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical ' 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4- same as Treated water shall be retained in the pipe at least 24 hours SST 7, except I" eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4" ' least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4', ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized Tiecoupling: used to extend continuous threaded rods and are 7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot- ' Before placing the lines into service,a satisfactory report shall dip galvanized. SS10: for 5/8" and 3/4' tierods, ASTM A563 be received from the local or State health department or an grade C3. S10: for 5/8'and 3/4' tierods,ASTM A563, grade A. approved testing jab` an samples collected from representative Tierod: continuous threaded rod for cutting to desired lengths points in the new -=system. Samples will be collected and ' bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8' and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip ' 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Block(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked ' horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings ' plastic Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods) where required, shall be installed in ' accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans The dead-man block shall include reinforcing steels, shackle Tie Rods Required rods installation and removal of formwork. 4" 2 - ' Blocking shall be commercial concrete(hand mixed concrete is not allowed) and poured in place. 6" 2 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10............................................4 12............................................6 ' 7-11.3(1 Joint Restraint Systems (RC) 14"...........................................8 General: 16 ...........................................8 Where shown on the plans or in the specifications or required by 18............................................8 ' the engineer, joint restraint system (shackle rods)shall be used. all 20............................................10 joint restraint materials used shall be those manufactured by star 24"...........................................14 national products 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8"rods) 43216 unless an equal alternate is approved in writing by the 36........................ ....................(24-7/8"rods) engineer. Materials: Steel types used shall be: , High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated superstar "SST" series. supplied with slots for "T" bolts instead of holes a flanged valve High strength low-alloy steel(cor-ten) ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so "SS"series. as to provide adequate space for locating the tiebolts. ' Items to be galvanized are to meet the following requirements: Where a continuous run of i is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. p ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on ' shapes. longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Page-SP-36 ' Revision Dafe:May 19, 1997 ' 7-12 Valves for Water Mains 7-12 Valves for Water Mains I-o Where- poly wrapping is required all tiebolts tienuts, 7-12 Valves for Water Mainsuplings tierods and tiewashers shall be galvanized. All disturbed sections will be pauited to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all 6ebolts tienurts, SECTION 7-12.3(I)HAS BEEN REVISED AS FOLLOWS uplings tierods and tiewa<bets may be galvanized as specified 7-12.3(1) Installation of Valve Marker Post C in the preceding paragraph or plain and painted in the entirety with Where required, a valve marker post shall be furnished and rs bitumastic no. 800-m, or approved equal. installed with each valve. Valve marker posts shall be placed at the Tiebolts tienuts tiecouplinas tierods and tiewashers shall be edge of the right-of--way opposite the valve and be set with considered incidental to installation of the pipe and no additional 18 inches of the post exposed above grade. a ment shall be made. CTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and _ d-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION: included as separate pal items If not included as separate pay just Valve Box to Grade in the contract then thrust blocking and dead-man blocks 7-12.3(2) AdJ � 1 be considered incidental to the installation of the water[Hain Valve boxes shall be adiusted to grade in the same manner as no further compensation shall be made. for manholes as detailed in Section 7-05.3(1) of the Renton ll En Measurement for payment for connections to existing water Standards Valve box adjustments shall include, but not be limited pins will be er each for each connection to existing water to the locations shown on the Plans. s as shown on the laps. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: accordaz ce with the applicable portions of Section 7-12. 11.5 Payment (RC) In the event that the existing valve box is plugged or blocked . with debris the Contractor shall use whatever means necessary to _Pipe for Water Main and Fittings In. Diam.', per remove such debris leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- t _Pipe for Water Main —In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade. 1 work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE wipe and fittings, backfilling, concrete theist blocking, installation FOLLOWING: f of eth lene wra cleaning by poly-pigs vertical crosses for 7-12.4 Measurement insertion and removal of poly��s temporary thrust blocks and blow-off assemblies testing, flushing disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured llj�jckle rods abandonin 2uid capping existing water trains, per each, if included as a separate pay item in the Contract' if not e movie miscellaneous i removing and salvaging existing separate pay item but required to complete the work,_then value hydrant assemblies and other appurtenances to be abandoned as box adjustment shall be considered incidental. Shown on the plans, and clean. Hydrant auxiliary gate valve will be included in the 'Concrete Thrust Blocking and Dead-Man Blocks" measurement per cubic measement for hydrant assembly and will not be included in this %ard. measurement item. The unit contract price bid for 'Concrete Thrust Blocking and SECTION 7-12.5 IS DELETED AND REPLACED WITH THE d-Man Block' Shall be, for the complete cost of labor, FOLLOWING: aterials, equipment for the installation of the concrete thrust "Gate Valve from 4 inch to 10 inch in diameter and Valve locks and dead- man blocks including but not limited to Box," per each excavation dewatering, haul and disposal of unsuitable materials, ale unit contract price per each for the valve of the specified Mitoncrete_reinforcing steel shackle rods and formwork. If this size —shall be full pay for all labor, equipment and material to tem is not included in the oantract schedule of prices then thrust furnish and install the valve complete in place on the water main, locking and dead-man blocks shall be considered incidental to the including trenching iointing blocking of valve patntiM installation of the pipe and no further compensation shall be made. disinfecting hydrostatic testing cast-iron valve box and extensions I "Connection to Existing Water Mains' per each. as required valve nut extensions adjustment to final grade. The unit contract price per each connection to existing water "12 inch Gate Valve and Concrete Vault per each. mains shall be for complete compensation for all equipment, labor, The unit contract price per each for the 12 gate valve materials required for the connections to the existing water mains. assembly, shall be full pay for all labor, equipment and material to ' furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve by-pass assembly, cast-iron casting and cover, ladder rung concrete risers as ' required adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault,' per each. ' Page-SP-37 Revision Date:May 19, 1997 -20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. ' 'OLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. -20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within ' �catietab: continuous conduit tuns with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size ' W— shall be as indicated on the wiring and conduit schedule shown on 1p ans. Conduit to be provided and installed shall be of the type indicated below: ' 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. ' 2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and f' environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING_ ' 8-20.3(6) Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail I' sheets.GGRAWL -May be i The inscription on the covers of all junction boxes shall be as indicated below: , 1. Street lighting only: "Lighting" 2. Signal only: "Signals" a Standard 3. Traffic signal and street lighting: 'TS-LT"d�� 4. Telemetry only: "Telemetry" ' Inscriptions on junction boxes performing the same function, i.e. street lighting traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and , detail sheets. > esii-by junction unit contract price per each for "Type I' or "Type 11' junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to , provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, If allowed in the Plans or if obstructions are encountered in specifications and detail sheets. eking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. ' stall conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be enform to the following: installed on compacted sub grade which shall include six inches of 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed ' :ep. The cuts shall be parallel to each other and extend " f8s;-one under and around the base of the junction box. Concrete shall be foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid_ The unit contract price per junction box shall include 3. Trench depth shall provide 2. Pavement shall be removed an approved manner.24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a ' 4' thick Class "B' cement concrete pad enclosing the junction box aer conduits below the roadbed, and 18 inches below finished as per the plans specifications and detail sheets. Installation of the ade . all other areas.. crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be ' 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed stored ILer the Renton Standard Detail. surfacing" and/or for"concrete pad." a Page-SP-42 , Revision Date:May 19, 1997 t-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will snake the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of ' 8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer,will be borne by the State City. Three types of power service are used as indicated below: " be-of l Type I system shall be single phase 120 volt, 2 wire, 60 cycle ' oyed Wiled, the A.C.(traffic signal service only) 2 Type II system shall be single phase 240 volt,2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) ' 3 Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) o9w $ The power service point shall be as noted on the plans and ' 1a�gast—ouaFcurr�at-da; shall be verified by the electrical servicing utility. ceaduitr The service cabinet shall be marked with the service Identification of the equipment grounding conductor shall. .., agreement4etters and numbers.-The markings shall be-installed on conform to all Code requirements. the outside cabinet door near thetop of the cabinet. The markings ' Grounding of conduit and neutral at the service point shall be Stull be series C using stencils and.black.enamel alkyd,gloss paint accomplished as required under the Code. Grounding of the neutral conforming to Federal Specification TT-E489. shall be accomplished only at the service. ' SECTION 8-20.3(II) IS REVISED AND SUPPLEMENTED AS FOLLOWS: ;GQ 8-20.3(11) Field Test (RQ GQAQGG of Car f th ry 24:-1 All street light standards$ ignal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on ' which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday. ' complete with a #8 ANVG bare copper bonding strap located in the cabinets and 1 Requests for traffic signal turn on will not be considered until a nearest junction box. All signal controller ion of signal system has taken Place. s�nal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspect diameter x 8'0" in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on ' in accordance with theplans specifications and applicable codes. date. Ground rods are �nsidered miscellaneous items and all costs 3. R tests for signal turn on shall not be considered until are to be included with the system or conductors. Ground straps electrical service to the intersection has been Provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the "Schedule of prices." 4 A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions o FOLLOWS: f channelization prior to turn on must be approved by the 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only; exact 6 City forces shall provide post and maintain proper signing ' location will be determined in the field. warning of new signal ahead. 8-20.3(13) Illumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED ' AS FOLLOWS: 8-20.3(13)A Light Standards (RC) (SA) &swnbly' ' Page-SP-43 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ' All poles and davit-arms shall be designed to Support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1 3 All poles shall maintain a minimum safety factor of 4.3 ., on yield strength of weight load and 2.33 p.s.i for basic 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: The davit style arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The outer portion of , the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shrpfitter with a maximum length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall be fastened securely to the top of the shaft , producing a flush joint with an even profile. Anchor Base: the A one piece anchor base of adequate strength shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base ' shall not be repaired by betiding or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure^,is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to_making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. ' cutting threads on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall t 7. The grout pad shall not extend above the elevation of the rneet the requirements of Section 9-06.5(3) and 9-06.5(4) The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending ' installed plumb, ± 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the ' SwidaFd-Maas. recommended ASTM specifications of the pole manufacxurer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data test resuhs and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers etc.) heeded to complete the installation shall be stainless steel. ' I.D. (Identification for poles): The contractor shall supply and install a combination of feuadatieA 4-digits and one letter on each pole, whether individual luminaire , or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film resistant to dust, weather and ultraviolet exposure. The decal markers shall be I 3 inch square with gothic gold, white reflectorized 2 inch legend on d�l-Ar a black background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. ' Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail , All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. , Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed, nuts shall be tightened on anchor bolts using proper sized ' and shall plumb or rake the poles as directed by the Engineer. sockets, open end,or box wrenches. Use of pliers pipe wrenches The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitte11. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of ' inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and Page-SP-44 ' Revision Date:May 19, 1997 I20 nation,Traffic Illumination,Traffic Signal Systems,and Electrical 8-20 Illumi Signal Systems,and Electrical jo toa-smooth finish conforming to the contour of the pole SECTION 8-20.3(l4)F IS AN ADDED NEW SECTION. te. 8-20.3(14)F Opticom Priority Control Systems (RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 ,3rMnd cement and fine sand with just enough water so that the Series or approved equal. The Contractor shall supply one copy ti re will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller Ad will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the rain hole shall be left in the bottom of the grout pad as shown on supplier to dar�detail.� SECTION 8-20.3(I5) IS SUPPLEMENTED BY ADDING THE IONSUPPLEMENTED BE ADDING THE FOLLOWING: 'OLLOWING: 8-20.3(15) Grout (RC) 4 3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filed with 00 volt insulation and be of thc sizes noted on the plans. All a dry pack mortar grout trowled to a smooth ftnish conforming to conductors used for the sib_system shall conform to the contour of the pole base plate. Dry pack mortar grout shall on 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just dtedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being erminal block shall have an open end crimp style soderless molded into a ball by hand and will not exude moisture when so nal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of .10 shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. _rminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS ,f a correct a of connector, and crimping with pliers, wire FOLLOWS: rs etc., will not be allowed. All wiring inside the controller 8-20.4 M ur ent (RC) easem AV shall be trimmed and cabled together to make a neat, clean r+pearing installation. No spli jg of any traffic signal conductor When shown as lump stun in the Plans or in the proposal as ha be permitted unless otherwise indicated on the plans. All illumination system traffic signal stern actor runs shall be attached to appropriate signal terminal no specific unit of measurement with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items ,e the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. Conduit of the kind and diameter specified in the Schedule of ITLION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line +1LLOWING(RQ length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 3(14)C Induction Loop Vehicle Detectors (RC) bid item. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20 5 or as described in the contract schedule of prices ; ION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. WING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS i-20.3(14)D Test forInduc:tion Loops and Lead-in FOLLOWS: CableSRC) 8-20.5 Payment (RC) ' The Contractor shall keep records of field testing and shall Payment will be made for each of the following bid items that irrnish the engineer with a copy of the results. are included in the proposal: ,FION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. OLLOWS: "Traffic Signal System _", lump '�` sum. 4-20.3(14)E Signal Standards (RC) " " finai3. Disconnect connector.; complete with pole and bracket The lump sum contract price for "Illumination System re. e shall be installed in any signal standard supporting a and "Traffic Signal ystemaadrit-11 _ hall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing tiers. systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during ndard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all DOT. required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the o er sized sockets open end or box wrenches. Use of pipe electrical system,shall be included in the lump sum contract price. nches or other tools which can damage the galvanization of the s and bolts will not be permitted. _ Tools shall be of a sufficient size and strength to achievePipe, Pipe uate for uin of the nuts . Page-SP-45 Revision Dale: May 19, 1997 -23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical ' Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS ' FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a ' wrap-around type numbering strip bearing the circuit number a. Buried and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted ' concrete unless otherwise indicated on the plans. All conductor runs shall Sur-faces. be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the 08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loops. A. High Solids Urethane The contractor shall provide and install all the necessary , wiring fuses and fittings so as to complete the installation of the oating System: C1 signal and lighting equipment as shown on the plans. All materials oating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall , urfaces: Concrete comply with applicable sections of the National Electrical Code. 'ilrface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG stranded (Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethylene _pplication: Shop/Field The drying time type RH;-RHW insulation of code thickness. ' between coats shall not exceed (11)Six-pak_GCommunications cable meet REA 24hours in any case specification PE-39 and shall have cix—fair—No. 19 AWG wires .ysstem Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable oatin s: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside of , MC-Conseal high solids the cable. urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable shall Two or more coats of Wasser meet the following: MC-Conseal (min.4.0 DFT) 1. Conductors: Solid soft drawn, annealed copper, size 19 , awg. -23 Concrete Curing Materials and 2. Insulation: solid virgin high density polyethylene or Admixtures polypropylene with telephone industry color coding. ' 3 Cable core assembly: insulated conductors are twisted ECTION 9-23.91S REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. -23.9 Fly Ash (RC) 4 Shielding: A corrosion/oxidation resistant tinted ethylene ' Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 005 corrugated tape applied in the same manner is acceptable. �-29 Illumination, Signals, Electrical 5 Outer jacket: A black low density high molecular weight ECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, , .'OLLOWING: temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a -29.1 Conduit (RC) continuous covering. ' 6 Footage markings: footage markings must be printed The conduit P_V.C. - non metallic shall be of the two types sequentially a minimum of 2' along the outer jacket. ,dicated below: 7 Filling: the entire cable within the outer jacket is flooded 1 Schedule 80 Extra heavy wall P.V.C. conforming to with petroleum-polyethylene gel filling compound including the ' STM Standards to be used in all installations under roadways. area between the outer jacket and the shield. 2 Schedule 40 heavy wall P.V.C. conforming to ASTM andards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE -_ECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' ;OLLOWING: 9-29.9 Ballast, Transformers (RC) -29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal ' Junction boxes shall be reinforced concrete with galvanized board. tel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE )iamond pattern)as indicated on detail sheets. FOLLOWING: 'Be inscriptions on the covers of the junction boxes shall be as ' 9-29.10 Luminaires (RC) flows. 1. Signal only: 'Signals" The filter shall be charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra ' 3 Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface f the cover plates. Page-SP-52 ' Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical ' The manufacturer's name or symbol shall be clearly marked re-energize without change, on each luminaire. 9-29.11 Control Eqttipment "qu"4_ ' — 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however. the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict ' Photoelectric controls shall be a plug-in device rated to monitor has been reset, the controller shall immediately take operate on 120 volts, E,0 Hz The unit shall consist of alight command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit $"Wi ely low. shall be so designed that a failure of any.electronic component will 6 Flash unit shall be a two circuit type, capable of ' energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. ' C. The photo cell shall be mounted externally on top of the SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS luminaire. Ina contactor controlled system the photo cell to FOLLOWS: control the system shall be mounted on the luminaire nearest to the service/contactor cabinet The photo cell shall Pe capable of 9-29.13(3) Emergency:Pre-emption(RQ switching 'ON' 1,000 watts of incandescent load as a minimum. Immediately after a valid call has been received, :the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE _ -•pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. Pre-emption shall sequence as noted in the contract. Pre-emption ' 9-29.13 Traff%c Sig1nal Controllers (RC) equipment .shall be installed so that internal wiring of the The unit shall operate on 120 volt 60 cycle single phase controller, as normally furnished by the manufacturer, is not shall use the power line frequency as a time altered. alternating current and ' base. The traffic signal controller shall meet the requirements of rs Association (NEMA) the National Electrical Manufacture Standard Publications. Emergency vehicle pre-emption shall be furnished as modules Components such as resistors capacitors diodes and ' that plug directly into a rack wired to accept 3-M discriminator transistors shall be individually replaceable utilizing approved standard soldering techniques. Intergrated circuits shall be type units The pre-emption system operation shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company 'opUcom' system which the Cry soldering. All components shall be standard'Off and shall be capable of being acti the shelf' items. of Renton is currently using vated The traffic signal controller shall be capable of interfacing b�the same transmitters.The optical signal discriminator system shall enable an with the Multisonic real time master computer. 'Ilse controller shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed ' "line of sight" path The system shall cause the traffic signals establish the sequence of signal phases including over]aps, m controller to move into an appropriate fire preemption program. conformance with the signal phasing diagram on the plans. When operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software for field programmability It shall consist of the following ' with volume density on each phase as required. All clearance components: timing and pedestrian timing shall be accomplished at the local a Optical energy detectors which shall be mounted on the intersection. traffic signal mast arms and shall receive the optical energy ' SECTION 9-29.13(2) 1S REVISED AND SUPPLEMENTED AS emitter's signal, shall cause the signal controller to FOLLOWS: b Discriminators which go into internal pre-emption which will give the authonzed vehicle 9-29.13(2) Flastdng Operations(RC) the right of way in the manner shown on the phase sequence ' 2. Police Panel Switch.. When the flash-automatic switch diagram. located behind the police panel door is turned to the flash position, c Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TIME." When the switch is placed on a_ Shall be of solid state construction. ' automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180°F(40°C to +85°91. ' artery g;@@A ely low• d Shall have internal circuitry encapsulated in a semi- I 4_ Power Interruption. On "NEMA" controllers any power flexible compound and shall be impervious to moisture. interruption longer than 475 plus or minus 25 milliseconds, signals a Shall respond to the optical energy Impulses generated by ' shall re-energize consistent with No.2 above to ensure an 8 second a pulsed Xenon source with a pulse energy densrtY of 0.8 micro flash period prior to die start of artery green. A power interruption joule r square meter at the detector, a rise time less than one of less than 475 plus or minus 25 milliseconds shall not cause microsecond and half power point pulse width on not less than resequencing of the controller and the signal displays shall thirty microseconds. ' Page-SP-53 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical ' Discriminator ' Each module shall do the following: a. Shall provide for a minimum of two channels of optical Method of 0-ar-laP& detector input. b. Shall provide for a minimum of two discrete channels of be ui.-A.i ' optically isolated output. P";-atmons for When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle th other timing ' clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. ­tunrig;; When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- ' not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by ' simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2)`$S SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the'trafftc FOLLOWING: signal controller shall include all circuitry required to provide all ' timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be ' of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE , FOLLOWING: 9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 ' amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traflic Additionally, all power supplies shall have noise immunity from Controllers (RC) other devices within the cabinet_ The traffic signal controller assemblies, including the traffic ' signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal 9-29.13(7) Traffic-Actuated Controllers (RC)Traffic actuated controllers shall be electronic devices which, Shop will make space available to the contractor for the required , test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. Any I All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the ' permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA specifications. A4ian 931ps 170 rQR&FQl demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any responsibility relative to the proper functioning of all aforestated ' Actuated traffic signal controllers shall be 8-phase control control gear when field installed. units. Volume-density timing features shall be provided on all controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED L-613, Fin of 4g plug rh�ll be AS FOLLOWS: , 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) cha flash rro sfa alp lon'l +:rrhar F,ra�La ti++ Page-SP-S4 , Revision Dale:May 19, 1997 ' 9 9-29 Illumination, Signals,Electrical -29 Illumination,Signals,Electrical ' Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The ' off. There shall be a amtroller power switch that-Ball render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command ' or load switching devices. information from the computer all in conformance and within the— capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED ' There shall be a ';witch in the cabinet identified as the stop AS FOLLOWS: time bypass switch. if the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the 9-29.13(�D Controller Cabinets(RCi SA) controller shall immediately stop time The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness cis" normal cycling operation while the intersection remains in flashing aaedisad-sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or DETECTOR test switch alwninum in color. As an alternate to painting, the outside and_ inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch When depressed the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and ' A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-0Pf circuit shall be protecte4 by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will ' allow the control equipment to operate when placed in the off Fail Safe U position. A second switch shall be the auto-flash switch. When placed in the 'flash' position controller power shall remain on and Fail safe unit shad meet the NFMA-PLUS specifications and controller shall stop time dependent on switch setting on the ' shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green amber and pedestrian walk indications. C. The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed ' enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene uipped They shall be eq with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. ' manufactured by Eberle Design Inc. or approved equal. d. A two position door stop assembly. e The Controller cabinet shall have a load bay Panel with at Surge Protector('.Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Specrficauo� damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the ' Field Wiring Terminal terminations on the back of the load bay panel. There shall be a terminal strip for field wiring in the ' controller cabinet. The terminals shall be numbered in accordance SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE with the schematic wiring diagram on the plans. If a different FOLLOWING: numbering system is used for the cabinet wiring then both numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) ' drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head housings shall consist of separate sections and be expandable type provided. ' for vertical mounting Lens shall be glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. ' Page-SP-55 Revision Date: May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical ' Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC) ' All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal graa— ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors acid front of front of back plates, and louvers shall be finished with two coats of ' back plates shall be finished with two coats of factory-applied flat_ flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardwareVolycarhoswta (RC) ' will be of the top-mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. Position of the signal heads shall be located as close as -possible to the center of the lanes. Signal heads shall be mounted , on the mast arm such that the red indicators lie in the same plane (RC) and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above ' the grade at the center of the roadway. All bolts and other miscellaneous mounting hardware shall be stainless steel. Hands (RC) SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.I7 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and fittings ' Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 130420 volt operation, 595 minimummounts ' initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted.—All etlw;�-_hardware for etlta;—mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal heads require grwsa-baked enamel. g 4=130volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initiallumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS. base. Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RC) ' Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. Induction loop amplifiers installed with NEMA controls shall Eacchh lens shall be protected with a removable visor of 9-29.1 Signal Housing conform to current NEMA specifications. Ampli€iam ;nstallod e ' aluminum of the tunnel type, unless specified 46. otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: , have square doors. 9-29.20 Pedestrian Signal (RC) -- SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iucnAdowent-- fiber optic or neon-grid type, or other types as specified in the contract. ' 9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for Where noted inAhe Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be ' constructed of aluminum , and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the ' contract. ymbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH. Housings shall be die-cast aluminum and shall be painted with ' two coats of factory applied traffic signal ellow enamel. Bacckk plates shall be furnished and attached to the signal 9-29.1 Back Plates she VACANT SECTION 9-29.20(l) IS REPLACED BY ADDING l heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type (RC) 5-inch square cut border and painted black in front and yellow in The fiber optics shall be drawn from optical glass of high back. purity. The fibers shall be temperature resistant. The fibers shall ' be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-S6 ' Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical ' of the sign. .'Me light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers The optical sheathing shall have a wall 9-29.24(1) Painting (RC) thickness of at least 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on enamel light grey ' shall have a hexagonal bundle format. The comtfion bundle end in color. The galvanized surface shall be etched before the baked and each arm end shall be epoxied and optically polished. on enamel is applied. The interior shall be given a finish coat of The light source shall be a halogen incandescent lamp with exterior grade of white metal enamel. ' dichroic reflector. The lamp shall use built-in lead-in wires instead Painting shall be done in conformance with the provisions of of pins. The reflector shall be covered with a hard coating capable Section 8-20.3(12). to withstand a temperature of 400 degrees Centigrade, rapid temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0 71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors shall be 50 watt and rated for 6000 hours at 10 volts. The lamp together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet pro led by a 0 125 polycarbonate sheet. The 1. Main circuit breaker ' signal housing shall_ b" weather tight Each common end of 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type Orange and one of Lunar White The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not requin:a cone for magnification and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6 Double pole branch breaker(s) for lighting circuits (240 light points. All comlionents shall be fastened to the flat black volt matrix plate. When the sign is not illuminated it shall blank out 7 One 120 volt 20 Amp single pole branch breaker (for ' with no message legiblle The low power consumption lamps shall utili y plugs) be serviceable without any tools• 8 Type 3-single phase 120I240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service 9 One 120 volt 40 Amp single pole branch breaker (signal FOLLOWS: service 9-29.20(2) Neon Grid Type (RC) 10 Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11 Name plates phenolic black with white engraving except made of polycarbonatepllastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name ' Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. far. @2Gh 12 Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: ' �wc-glsss The pedestrian pedestrian swrial shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast, no external transformer, and operate at 30 watts. The pole mounted terminal box shall be made of molded ' The heads shall display two symbol messages "hand" (for the fiberglass be grey in color, be approximately 16" high x 13-7/8 do not walk mode) iri Portland orange and -Man" (for the walk wide x 5-718" deep and have a minimum of 16 terminals on the mode) in lunar white. The message module shall consist of two terminal blocks The box shall be weather tight have a single door neon gas tubes enclosed in a housing made of polycarbonate with continuous hinge on one side and screw hold downs on the ' plastic. The lens material shall be polycarbonate plastic. The door lockingside. All hardware will be stainless steel. All visors shall be flat black in color. mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each ' terminal shall be separated by a marker strip. The marker step 9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit number indicated in The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post ' capable of accepting no less than 3 #12 AWG wires fitted with on the contract plans and detail sheets. All electrical conductors, or brass. The spade tips. buss bars and conductor terminals shall be copperCabinet doors shall be gasketed with a one-piece closed cell ric cabinet shall be fabated from galvanized cold rolled sheet steel, neo rene gasket and shall have a stainless steel piano hinge. with 12 gauge used for exterior surfaces and 14 gauge for interior pone spare 12 position terminal block shall be installed in each ' panels. Door hinges shall be the continuous concealed piano type terminal cabinet and amplifier cabinet. and no screws, rivets or bolts shall be visible outside the enclosure. Mounting shall be amplifier noted b the contract. The cabinet door shall be fitted for a Best internal type lock. The F, with Interconnect splice tower cabinets shall be Type ' cabinet shall have ventilation louvers on the lower and upper sides nominal dimensions of 22' high x 13" wide x 11 deep and complete with screens filters and have rain tight gaskets. The constructed of cast aluminum and fitted with a Best internal lock. cabinet door shall have a one piece weather proof neoprene gasket. ' Page-SP-57 Revision Dale_May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials ' 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE ' FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) Butterfly valves shall be Dresser 450 or Pratt Groundhog. ' SECTION 9-30.1(I)IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the ' 30.3(5) Valve Marker Posts (RC) requirements of AWWA C151. Ductile iron pipe shall have a 9- cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall a fabricated and installed in conformance with the Standard Drawings. . All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker ' ' Standard Thickness Class 52SA or the thickness class as shown in 375"x 6'-0" or approved equal with blue label "water. the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS. 9-30.3(7) Combination Air Release/Air Vacuum ' SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and , Valves shall be-designed for a minimum water operating Primer Corp, "Heavy-Duty,' combination air release valve, or equal- pressure of 200 PSI:Gate valves shall be Iowa List 14, Mueller �— Installation shall be per the City of Renton Standard Detail, Company No. A2380 Kennedy, or MBrli. latest revision. Approval of valves other than models specified shall be ' obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. All gate valves less than 12" in diameter shall include an 8" x The installation 24' cast iron gate valve box and extensions, as required. All 12' shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. ' Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. 9-30.3(8) Tappit:g Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron swinloss-siaolr , body, bronze-mounted double disc with bronze wedging device epoxy-coated steel, or other approved material. and 0-ring stuffing box. RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION: Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC) exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be #78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate Co. or approved equal. Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded off assembly shall be per City of Renton Water Standard Detail, epoxy. The epoxy coating shall be factory applied to all valve latest revision. Pipe and fittings shall be galvanized. Blow-off ' parts prior to valve assembly and shall meet or exceed the assembly shall be installed at location(s) shown on the plans. requirements of AWWA Standard C-550 latest revision. Valves Temporary blow-off assembly on new dead-end water main shall shall be provided with two (2) internal 0-ring stems seals. The be installed at location shown on the plans. valves shall be equipped with one (1) anti-friction washer. The Temporary blow-off assemblies for testing and flushing of the , resilient gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment integrally cast. shall be made. , Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING. Valves shall be designed for a minimum water operating p 9-30.5 Hydrants (RC) pressure of 200 psi. End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening with the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. ' Clow M&H Style 3067 Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and ' SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE extensions, as required. All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.50) End Connections (RC) ' Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-58 ' Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials ' SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic moldedrubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants latest revisions. Fire hydrants shall be Corey type (op ening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to FOLLOWS: AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O•) of 5 1/4 inches two 2 U2 inch hose 9-30.6(3) Service Pipe ' nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used. ' 4.875 and root diameter 4.0263. Hydrants shall have a 1-1/4" 9-30.6(3)C Polybutalene Pipe (RC) pentagon ooerating nut opened by turning counter clockwise(left). Pot butalene pipe shall not be used. The two 2-112" hose nozzles shall be fitted with cast iron Y threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: ' proportions as the hydrant stem nut Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test gripper ring. pressures. AS The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION -9-30.6(5) HAS BEEN SUPPLEMENTED Seattle Thread x 5' Stortz Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 alurninum alloy, hardcoat anodized. Threaded 9-30.6(5) Meter Setters (RC) end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal. no gasket to weather. Stortz cap to have Meer setters shall be installed per the City of Ration Standard Details for water meters, latest revision. ' Page-SP-59 Revision Date:May 19, 1997 V1 A W N O A 9-12.7 Precast Concrete D wells 9-16.3(5) Anchors 9-12.7 Precast Concrete Drywells Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may ' vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 a square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. SPALLS SLOPE PROTECTION, AND 6 { TC SECTION 9-13, RIPRAP, QUARRY , ROCK WALLS" }SECTION 9-139 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997 9-13.4 Concrete Slab Riprap This section is deleted. 2 { TC "SECTION 9-169 FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND GUARDRAIL March 3, 1997 is 9-16.3(1) Rail Element 7 The first paragraph is revised to read: tThe W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A 0 Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F end sections, which shall be formed from 10 gage steel. 3 ,a 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: '6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance '8 with manufacturers recommendations. 9 'o 9-16.3(5) Anchors 1 The following paragraph is inserted after the third paragraph: 2 '3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or a ASTM A 501. 5 ' 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page-AMD-26 Revision Date: May 19, 1997 9-12.5 Precast Concrete Catch Basins ' 9-09.3(1)B Placing in Treating Cylinders { TC "SECTION 9-099 TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND LUMBER ' 3 March 3, 1997 ' 4 9-09.3(1)B Placing in Treating Cylinders The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. - The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-119 WATERPROOFING March 3 t Mar , 1997 _ 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". ' 3 { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS March 3, 1997 ' 9-12.4 Precast Concrete Manholes 6 This section is revised to read: 7 'Precast concrete manholes shall meet the requirements of AASHTO M 199. 9 0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral I displacement. 1 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections } may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type III. The syn thetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be , 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the d 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. , 0 1 9-12.5 Precast Concrete Catch Basins 2 This section is supplemented with the following: , 3 4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped, ' 5 6 Section 9-12 is supplemented with the following new section: 7 ' Page-"D-25 ' Revision Date:May 19, 1997 9-06 5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50. 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: �j brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 coupling bolts ASTM A 325 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI 1008 coil for cage portion. breakaway posts shall have a tensile breaking strength range as 4 Anchor couplings for multiple directional steel b y p g 1� g follows: 000 lb. 7 Type 2A 17,000 to 21,000 8 Type 2B 47,000 to 57,000 lb. 9 0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass '2 conforming to ASTM B 36. 3 ,4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: '6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with ' 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results_ ' 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications ' 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". ' Page-AMD-24 Revision Dale: May 19, 1997 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures ' Storm Sewer Pipe, and Profile Wall PVC Sanity Sewer Pipe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC ' 2 Sanitary Sewer Pipe .. The first paragraph is revised to read: ' 5 Pro ' file wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM g F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. third paragraph ' The first sentence of the th p 8 Ph is revised to read: 1 Qualified producers are identified in the Qualified Products List. 4 The fifth paragraph is revised to read: Fittings f or profile wall PVC pipe shall,meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. , _ 7 9-05.19 Corrugated Polyethylene Culvert Pipe The second sentence of the first paragraph is revised to read: ' 1 The maximum pipe diameter shall be as specified in the Qualified Products List. ' The first sentence of the fourth paragraph is revised to read: 4 s Qualified producers are identified in the Qualified Products List. ' 7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe R The first subparagraph in the first paragraph is revised to read: p The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a ' t producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. 2 { TC "SECTION 9-069 STRUCTURAL STEEL AND RELATED MATERIALS" AND RELATED MATERIALS I }SECTION 9-06, STRUCTURAL ' I March 3, 1997 This section is revised by adding the following: ' 3 7 9-06.16 Roadside Sign Structures ' 8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. ' 1 2 Posts for multiple post sign structures shall meet 2the oASTM A requirements572 GradeAASHTO 0 may be used as an acceptable 3 requirements of AASHTO M 222, AASHTO M ' a alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 ' Revision Date: May 19, 1997 1 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pi pe I _ RACK SEALING MATERIALS" SECTION - 1 { TC SECTION 9 04, JOINT AND C } 9 04, JOINT AND CRACK SEALING MATERIALS March 3, 1997 9-04.3 Joint Mortar The first paragraph is revised to read: 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient Iwater to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 9-05.4(7) Coupling Bands The first paragraph is supplemented with the following: 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. r o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and II PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 13 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Is Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" 0 11 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 14 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 1 Page-AMD-22 Revision Date: May 19, 1997 '9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow The second sentence of the eighth paragraph is revised to read: s stripes in excess of 4 inches in width will be measured by the square yard for 3 Removal of traffic markings or t p • the area actually removed. 5 { TC "SECTION 9-02, BITUMNOUS MATERIALS" }SECTION 9-029 BITUMINOUS MATERIALS March 3, 1997 9-02.4 Anti-Stripping Additive ' This section is revised in its entirety to read: When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and amount of anti-stripping additive shall not be changed without approval of the Engineer. additive is added to the liquid asphalt, the amount will be designated by the � When liquid anti-stripping a Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. er additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall o When polymer , not exceed 0.67 percent by mass (weight) of the aggregate. 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered , d based on a proposal from the Contractor. S 5 TC "SECTION 9-03 AGGREGATES" }SECTION 9-03, AGGREGATES , � March 3, 1997 ' 9-03.12 Gravel Backfill d This section is supplemented with the following new section: 9 u 9-03.12(5) Gravel Backfill for Drywells t Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, Grading No. 4 in accordance with Section 9-03.1(3)C. 3 a 9-03.14(2) Select Borrow , 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." 1 Page-AMD-21 Revision Date_ May 19, 1997 1 8-21.3(10)A Sin Lighting Luminaires 8-22-2 Materials 11 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. fThe second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. '7 8-21.3(10)A Sign Lighting Luminaires 1,9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". 0 I1 This section is revised by adding the following new sections: 2 13 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. 8 19 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 ' 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M ' 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. a { TC "SECTION 8-22, PAVEMENT MARKINGS" }SECTION 8-22, PAVEMENT 5 MARKINGS 6 March 3, 1997 1 7 8-22.2 Materials 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 1 3 8-22.4 Measurement Page-AMD-20 Revision Dale: May 19, 1997 '8-20.3 13 A Light Standards 8-21.3(9)F Bases The Contractor will not be required to submit shop drawings for approval for light standards conforming to the pre-approved plans listed in the Qualified Products List. , 3 8-20.3(13)A Light Standards ' 5 The first sentence of Item No. 2 in the third paragraph is deleted. The first sentence of Item No. 4 in the third paragraph is deleted. ' { TC "SECTION 8-21, PERMANENT SIGNING" )SECTION 8-219 PERMANENT y SIGNING March 3, 1997 ' 8-21.2 Materials The second sentence of the first paragraph is revised to read: 3 ,Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the requirements of Section 9-06. 8-21.3 Construction Requirements ' 8 8-21.3(4) Sign Removal This section is revised to read: 0 Where shown in the Plans or ordered by the Engineer, the existing signand, if so indicated, the sign s structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete of 1 foot below finished grade and backfill the hole to the satisfaction of the 3 pedestals to a minimum AEngineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, ' 6 metal sign posts, windbeams, and other metal structural members shall become prop Wrty of SDOTe Contractor and shall be removed from the project. Aluminum signs shall remain theproperty The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: 9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number n shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at to expense to the Contracting agency. All signs shall et of ashipped s id to the es removed is less al Sign than 9 square feet they shall , physical 2 completion of the project. If the total square f g become the property of the Contractor and removed from the project. The Contractor will be charged $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. , 3 8-21.3(9)F Bases ' 7 The second sentence of the second paragraph is revised to read: 3 Page-AUD-19 Revision Date:May 19, 1997 8-15 2 Materials 8-20.2(1) Equipment List and Drawings 'l 2 This section is supplemented with the following: FAssembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's ' manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation.7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 18 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP 9 March 3, 1997 10 8-15.2 Materials '1 The reference to Slab Riprap in the first paragraph is deleted. 2 '3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 16 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IWACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 12 The following paragraph is inserted before the first paragraph: 3 14 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 'o Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC "SECTION 8-20, ILLUMNATION, TRAFFIC SIGNAL SYSTEMS, AND '2 ELECTRICAL" }SECTION 8-20, ILLUIVIINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 14 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page-AMD-18 Revision Date: May 19, 1997 8-09.1 Description 8-11-3(1)D Anchor Installation , { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED . PAVEMENT MARKER , 3 March 3, 1997 ' a 8-09.1 Description , The word "raised" is deleted from the first and second sentences. 6 ' 8-09.3 Construction Requirements R This Section is revised by adding the following new Section: , 8-09.3(5) Recessed Pavement Marker , The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 4 8-09.5 Payment The first paragraph is supplemented with the following new bid item: ' ° per hundred. 7 Recessed Pavement Marker", p ' Y The second paragraph is revised to read: 0 , The unit contract price per hundred for "Raises Pavement enRMessed Pavement"Raised Pavement lebe full pay for 2", "Raised Pavement Marker Type 3-_ 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with nt for labor for traffic control in accordance with Section I-10.5. traffic control except for reimburseme ' 5 { TC "SECTION 8-119 GUARDRAIL" }SECTION 8-111, GUARDRAIL March 3, 1997 8-11.3(1)C Erection of Rail , 8 The following paragraph is inserted after the second paragraph: � When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 1 outside rail elements shall not be staggered. installed. The inside and z , 3 8-11.3(1)D Anchor Installation a The heading is revised to read: ' 5 6 Terminal and Anchor Installation ' 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 , Revision Date_May 19, 1997 I 7-08.3(2)G Jointing of Dissimilar Pi 7-17.3(2)C Infiltration Test 11 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 4 F 4 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. f 8 7-08.4 Measurement '9 The following new paragraph is inserted after the first paragraph: 0 i There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 12 and storm sewer pipes. 3 '4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding" 9 'o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 18 TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-179 SANITARY 9 SEWERS 'o March 3, 1997 11 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 ' 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 ' 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per ' 1 hour)". Page-AMD-I6 Revision Dale: May 19, 1997 7-08.2 Materials 7-08.3(2)D Pive Laying -Steel or Aluminum , I The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and ' drainage geotextile. TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-069 ' { s CONCRETE PIPE ANCHORS March 3, 1997 , 7 This section is deleted in its entirety. ' b { TC "SECTION 7-089 GENERAL PIPE INSTALLATION REQ I MENTS" IO )SECTION 7-08, GENERAL PIPE INSTALLATION Q MENTS March 3, 1997 ' 7-08.2 Ma terials 2 This section is revised to read: 4 Materials shall meet the requirements of the following sections: S 9-03.12(1) ' Gravel Backfill for Foundations 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 9-03.16 g Bedding Material for Thermoplastic Pipe o 7-08.3(1)A Trenches ' The second paragraph is revised to read: 2 - The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. 5 7-08.3(1)C Pipe Zone Bedding ' 7 This section heading is revised as follows: , 9 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone ' 1 bedding". 3 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: , 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps jointed circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmlyj ' s together with approved bands. Page-AMD-I S , Revision Date:May 19, 1997 1 7-05 3 Construction Requirements 7-05.5 Payment Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, Moderate Survivability 9-33.1 9 1 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill for drywell shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the drywell. 3 The third paragraph is deleted. 6 The eighth paragraph is supplemented with the following: tMortar shall conform to the requirements of Section 9-04.3. 9 �0 The 15th paragraph is revised to read: 1 2 Backfdling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of ,3 Section 2-09. 4 5 The 16th paragraph is revised to read: 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 19 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures 0 shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 12 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 16 7 7-05.5 Payment ' 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 o "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 ' 4 "Precast Concrete Drywell", per each. ' Page-AMD-14 Revision Dale: May 19, 1997 '6-10.3(1) Precast Concrete Barrier 7-05.2 Materials { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER 3 March 31, 1997 ' d 6-10.3(1) Precast Concrete Barrier ' The first two paragraphs are replaced with the following paragraph: 6 The concrete in precast barrier h�til and f lthe with amel concrete and cured tunderOthe same , on 6 concrete barrier shall be shipped 9 conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: ' 2 rete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall e Precast conc cured in the forms until a rebound number test, or test cylinders ive strengthbe of at least 25e00 psi.No , S conditions as the barrier, indicate the concrete has reached a comp additional curing is required once the barrier is removed from the forms. ' 6-10.5 Payment y Section 6-10.5, Payment, is supplemented with the following: o ' "Single Slope Concrete Barrier", per linear foot. L The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. { TC "SECTION 7 0- 5 MANHOLES, INLETS, AND CATCH BASINS" }SECTION ' 4 , 7A5, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 ' The title of this section is revised to read: ' SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 0 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 3 1 4 7-05.2 Materials , s This section is supplemented with the following: 6 9-03.9(3) 7 Crushed Surfacing Base Course 9-03.12(5) ' 9 Gravel Backfill For Drywells Page-AMD-13 ' Revision Date:May 19, 1997 ' 6-02.3(I1) Curing6-02.325 F Prestress Concrete � ) Release Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. 1 4 6-02.3(11) Curing Concrete Item number 1 of the first paragraph is revised to read: 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 ,i 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms The 22nd paragraph of Section 6-02.3(17)J is revised to read: 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval '6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 18 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and '3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. '9 o 6-02.3(25)F Prestress Release ' 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum ' 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release_ The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the ' o Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. Page-AMD-12 Revision Date:May 19, 1997 6-023(4)D Temperature and Time For Placement ' 2-09.4 Measurement 2-09.4 Measurement ' � paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe Under "Horizontal Limits" the 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: i s and underpasses, the structural excavation quantity will be For all pipes, pipe arches, structural plate p pe , rP 6 calculated based on the following trench width: ' o For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. ' 2 Under "Horizontal Limits" the following new paragraph is added: For drywells, the limits shall be in accordance with the Standard Plans. ' S 'The paragraph for "Gravel Backfill" is revised to read: 8 Gravel Backfill , Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the cubic yard in place determined by the neat lines required by the Plans. 1 ' 2-09.5 Payment The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-021, STOCKPILING AGGREGATES ' March 3, 1997 3-02.3(1) Asphalt Concrete Aggrega tes , The first paragraph is revised to read: p Aggregates for Classes A. B and E shall be produced or furnished in the following sizes as they apply to the class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, , 3 except as modified in Section 9-03.8. 1. { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE , 5 STRUCTURES March 3, 1997 7 6-02.3(4)D Temperature and Time For Placement ' 8 The first paragraph is supplemented with the following: Page-AMD-11 Revision Date:May 19, 1997 2-03 3(14)1 Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling 11 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 12 )SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 14 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the ,9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embanlanents and backfill behind the abutments must be brought up in layers 1 and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 13 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 16 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 19 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. 11 2 2-03.3(14)K Select or Common Borrow Including Haul 1 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 1.5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" )SECTION 2-09, 6 STRUCTURE EXCAVATION '7 March 3, 1997 '8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 '1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. '7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page-AMD-10 Revision Date: May 19, 1997 1-10.4 Measurement 1-10.5 Payment ' 1-10.4 Measurement ' The fourth paragraph is revised to read: 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties ' described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. The following paragraph is inserted after the fourth paragraph: 9 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to ' unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: S The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used ' for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing ' the work required by this section but will be excluded from payment under this section. 1 1-10.5 Payment ' The bid item "Traffic Control Supervisor", per day, is revised to read: " Control Supervisor", ' 5 Traffic Con pe , per hour. 4 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 8 o The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. , t 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". ' 4 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". , 1 The last paragraph of this section is deleted. Page-AMD-9 ' Revision Date:May 19, 1997 1-10.2111 Conformance to Established Standards 1-10.3(5) Tern-a Traffic Control Devices 1-10.2(3) Conformance to Established Standards This section is supplemented with the following: 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 9 replaced within 12 hours. 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898-5400, FAX(703) 898-5510. 3 t 1-10.3(1) -Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. '9 0 1-10.3(2) Traffic Control Vehicle t This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing ,4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 _approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 ' S degrees. 6 7 1-10.3(5) Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 ' 0 When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another ' 3 item. 4 Page-AMD-8 Revision Date:May 19, 1997 ,1-10.2(1) General 1-10.21 General 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. ' 3 for e 5. Having the latest adopted mite State of Washingtonn of the MUTCD cand applicable[standards andespeUT ficaDtions . Streets and Highways 6 available at all times on the project. 1 6. Attending all project meetings where traffic management is discussed. ' 9 7. Review TCS's diaries daily and be responsible for knowing "field" traffic controloperations. 0 2 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. ' S - The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45-minute time period after notification by the Engineer. g The TCS's duties shall include: g 1. ctin traffic control devices and nighttime lighting for proper location, installation, mess , i ess mage, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked ' only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the ' project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, ' d. Lighting utilized at night, and 6 e. Observations of traffic conditions. d. 3. Ensuring that corrections are made if traffic control devices a not functioning nctio site conas y to ns as modate 9 The TCS may make minor revisions to the traffic control plan to long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. ' 2 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. ' 5 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS i are accomplished. Possession of a current flagging card by the TCS is mandatory. ' 8 A reflective vest and hard hat shall be worn by the TCS. ' Page-AMD-7 Revision Date:May 19, 1997 1-09.8 Payment for Material on Hand 1-10.2(1) General { TC "SECTION 1-09� MEASUREMENT AND PAYMENT" }SECTION 1-09, 1 MEASUREMENT AND PAYMENT March 3, 1997 t1-09.8 Payment for Material on Hand The first sentence of the fifth paragraph is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL 0 March 3, 1997 '1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read. f 4 1-10.2(1) General 15 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 1 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) g with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. I 0 Page-AMD-6 Revision Date: May 19, 1997 e , 1-04.6 Increased or Decreased uantities I-07.13(4) Reair of Dama { TC "S ECTION ECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE ' 2 WORK ' March 3, 1997 1-04.6 Increased or Decreased Quantities r 5 The first sentence of Item no. 1 in the first paragraph is revised to read: F ' entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the Either party to the contract will be original bid quantity. 9 'P Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount , originally bid for the item. a 7 Item no.4 in the second paragraph is deleted. , o { TC "SECTION 1-07, LEGAL RELATIONS AND RES RESPONSIBILITIES TO TO THE 40 PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND THE PUBLIC I March 3, 1997 2 1-07.9(5) Required Documents The fifth sentence of the third paragraph is revised to read: ' 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. 0 1 07.11 Required Records and Retention ' (10 B) q 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". 3 OT The third paragraph is revised to read: ' rm to the 0,000 or at are erally 4 All Contractors/Subcontractors hhe month during contracts he term of contract. The Contractor/Subcontractor l shalsubmit lma maintain thisonformatiion for all Project Engineer by the fifth of ' Contracting Agency funded projects, and those Federally funded projects under$100,000. 7 107.- 13 4 Repair of Damage O P 9 The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section , 2 1-04.4 Page-AMD-5 , Revision Date:May 19, 1997 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 ' SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23 9-06.16 Roadside Sign Structures..................................................................................................................24 9-06.5(3) High Strength Bolts......................................................................................................................24 ' 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt, Nut,and Washer Specifications......................................................................................................25 ' SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25 ' 25 SECTION 9-11,WATERPROOFING March 3, 1997.............................................................................................. 9-11.1 Asphalt for Waterproofmg................................................................................................................25 SECTION9-12,MASONRY UNITS March 3,1997................................................................................................25 9-12.4 Precast Concrete Manholes.................................................................................................................25 9-12.5 Precast Concrete Catch Basins...........................................................................................................26 9-12.7 Precast Concrete Drywells................................................................................................................. 26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION, AND ROCK WALLS March 3, 1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26 9-16.30) Rail Element...............................................................................................................................26 9-163(2) Posts and Blocks..........................................................................................................................26 ' 9-16.3(5) Anchors..................................................................................................................................... 27 ' Page-AMD-iv Revision Date:May 19, 1997 15 7-17.3(2)C infiltration Test 17 8-09.3(5) Recessed Pavement Marker ' K�}&30���D�&��c���D��-----'---'' ----... S8C]rION�1x _~_______,_^_^______~ ---D7 8-1i�(�C D�e�ox*[D�d'^-~-''-~'---'�---~~---' -D0 8-11.3(1)D Anchor Installation ----~----'--'----^,---'~~'----'---'-.---'-_ SEMON �-��D�D�%��D�u��^D,8��~'~^--~~-----~^---'--'- 80 8-15.2 Materials'-^-~'^' ~-~-----__^_,__^_,_,___,__^_~__-'_~--~----._~_-'-'Dm 8-1�4D��smxemcot'.----^~.--,--.-^-------'._.------- ���D��@90Yo�h3, 8997---'~~,',--'-----_--^'-^ ____ 80���D���-�7 D��n�����uu��m�^�� _~____,______________________________________---8N �-�7� Construction Requirements -'--''------'-' u8 ���D���GX����az�xnu��, --------------' S�3�ON��, �Lom�NA«»ON` w� 19 _____________________________________-- AND ELECTRICAL D�uzch2,1997-----~---------'----'-- ____________________________---'D9 ��2�2(� D�p6pomentDi�and Dcpvio��'---------~-------~----_________________________-------'8A ���3(1BA K��tQtuo�ods.---_____.______________________ -'---------'--'------- SECTION�-%l,PER&�kN3��T SIGNING D�uc��3, 89�_--________-______________________________---'19 ----------~------'-'---'------- �o �-%8� D����u�--------------_'---' ____________----------______________ 0-%1'3 �oonun��«o���o�«�w�m'----------------'----_______________________---.-_______-'xr 8°%l�(Q S�o%�mm*pal --------------'--'-------'----'___________________________-----_______^v 8-%&�<�F Bmye�--~---------'-~--'----^-'--'-~--'---- _______________--..--._________-^n 8_%1�(��A0�u%�A�iogD�oo6ou��--------------'-~-----'--_.___________________-----____-zm &2l.3(9)G Identification Plates -----------------------'--'-__________________----_________-zo �28�(1� S��S�n P��"-------------'----'-'.-.-'-'----- '------'--'-----'---- SECTION 8-%% PAVD�v08NT0�ARBQU�GS&�r��3, &9�'---------.'-----'--------'- --'%l --'--'------'---'------------'---- 0-n.% Materials ----------'--------' _______________-'%1 SECTION Brr0�%0NoX��D�ATESNUkIS��rdm3, ���-------------------'------___________-----2l 9�2'4Aot�S��pdog Add��o------------------------'----'------------- _________________________--%� March -----------'-------' I� S�������4Q, ______ ______________________________----_____ �'03�% �ruro �mnf���-'-------------'----------' _.__________--'---_______^� 9�3�%(� GmvcBackBn�r -'--'------------------------ %2 9-08.14(2) Select Borrow................................................... ----------- «��x��9��.�0%���r��CRACK SEALING MATERIALS D�uccb3, l9�---------.-------..------..-----'-- 8� ���''���������''��������� 9-ou� Joint Mortar SECTION 9-05, DRAINAGE STRUCTURES,CULVERTS, AND CONDUITS March 3, /997......................................... 2z 9-05.4(7) Coupling B»ous------------------------------------'--'----'' s« ripv —''---'%z 9-Vs.xz�) ��dv�uxpvC Culvert Pipe,Su�v�uupVC Storm Sewer »�pc anur,Co="�^x "~_. _ Page-Ammii Revision Date:May 19, 1997 ' Table of Contents 1 WSDOT AMENDMENTS...................................................................................................................................� ' SECTION 1-04, SCOPE OF THE WORK March 3, 1"7 ......................................................................................... 5 1-04.6 Increased or Decreased Quantities........................................................................................................5 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................5 ' 1-07.9(5) Required Documents ..................................................................................................................... 5 1-07.11(10)B Required Records and Retention.................................................................................................5 1-07.13(4) Repair of Damage........................................................................................................................5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997........................................................................... 1-09.8 Payment for Material on Hand............................................................................................................6 SECTION 1-10,'TEMPORARY TRAFFIC CONTROL March 3, 1997........................................................................6 1-10.2(1) Traffic Control Supervisor.:............................................................................................................ 6 1-10.2(1) General......................................................................................................................................6 1-10.2(3) Conformance to Established Standards..............................................................................................8 ' 1-103(1) Traffic Control Labor....................................................................................................•...............8 1-103 ... (2) Traffic Control Vehicle........... .................................................................................................... 8 1-10.3(5) Temporary Traffic Control Devices...................................................................................................8 1-10.4 Measurement..................................................................................................................................9 1-10.5 Payment.........................................................................................................................................9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 2-033(14)I Embankments at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997..................................................................................10 2-09.3(1)E Backfilling ...............................................................................................................................10 2-09.4 Measurement.................................................................................................................................11 2-09.5 Payment........................................................................................................................................11 11 SECTION 3-02,STOCKPILING AGGREGATES March 3, 1997.............................................................................. 3-02.3(1) Asphalt Concrete Aggregates..........................................................................................................11 11 ' SECTION 6-02, CONCRETE STRUCTURES March 3, 1997................................................................................... 6-02.3(4)D Temperature and Time For Placement............................................................................................11 6-02.3(11) Curing Concrete........................................................................................................................12 6-02.3(17),1 Face Lumber,Studs,Wales, and Metal Forms ................................................................................12 ' 6-02.3(24)A Field Bending..................................................................................... .12 6-02.3(25)F Prestress Release......................................................................................................................12 SECTION 6-10,CONCRETE BARRIER March 3, 1997..........................................................................................13 13 ' 6-10.3(1) Precast Concrete Barrier............................................................................................................... 6-10.5 Payment........................................................................................................................................13 ' SECTION 7-05,MANHOLES, INLETS, AND CATCH BASINS March 3, 1997...........................................................13 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS...............................................................13 7-05.1 Description....................................................................................................................................13 ' 7-05.2 Materials.......................................................................................................................................13 7-05.3 Construction Requirements................................................................................................................14 7-05.4 Measurement .................................................................................................................................14 7-05.5 Payment........................................................................................................................................14 ' SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 ' Page-AMD-ii Revision Date:May 19, 1997 WSD OT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for i Rad, Bridge and Municipal Construction, accepted and adopted by the C City o Renton on May 19, 1997 and should be with any project specific Special ' Provisions contained within the contract document. t Page-AMD-i , RpIgvi,-, Para- Mav 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENT SECTION 9 IO.AP9 SECTION 9-10, PILING (September 30, 1996) , OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. ' Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) ' (March 3, 1997) Asphalt waterproofing revised. "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) , (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2)Select Borrow is revised. (March 3, 199;J ' "Gravel Backfill", revised to include drywells. "Concrete Slab.Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) , (March 3. 19979 "Posts and Blocks", revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS , CULVERTS, AND CONDUITS (September 30, 1996) A new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT ' 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) , Profile Wall PVC Storm Sewer Pipe are revised. Anew Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised.' RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL , A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION , Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 ' A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. Placing in Treating Cylinders is revised.. Page-SP-62 Revision Date:May 19, 1997 , ' WSDOT AMENDMENTS WSDOT AMENDMENTS ' SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT (March 3, 1997) _ MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. 10.AP8 SECTION 8-10, GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials l0.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3,`4997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment ILAP8 SECTION 8-11, GUARDRAIL ' is supplemented with an additional item. Sub- (March 3, 1997) section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised. added. ' "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT ATTE.NUATOR 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS CATCH BASINS (March 3, 1992) ' (March 3, 1997) Construction Requirements revised. Revised to include drywelis. New standard item 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAMC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) Foundations is revised. Sub-section 8-20.3(13)A ANCHORS Light standards is added. (March 3, 1997) "Equipment List and Drawings" revised. This section is deleted in its entirety. 21.AP8 SECTION 8-21, PERMANENT SIGNING 08.AP7 SECTION 7-08, GENERAL PIPE (March 3, 1997) INSTALLATION REQUIREMENTS A new Amendment. Sub-section 8-21.3(6) Sign (March 3, 19.97) Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying—Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) A new Amendment. Sub-section 8-22.4 17.AP7 SECTION 7-17, SANITARY SEWERS Measurement is revised. (March 3, 1997) "Materials" revised. ' A new Amendment. Sub-section 7-173(2)C Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) ' Page-SP-61 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS ' The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Speafications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited 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 -04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes,the date specified in Section 1 following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. ' SECTION I SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION ' CONDITIONS AND EMBAN 04ENT (March 3, 1997) (March 3. 1997) , "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock Cuts is revised. Sub-section 2-03.3(14)K Select of 04.AP1 SECTION 1-04, SCOPE OF THE WORK Common Borrow is added. (March 3, 1997) "Embankments at Bridge and Trestle Ends" ' "Increased or Decreased Quantities" revised. formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) , (March 3, 1997) A new Amendment. Sub-section 2-09.3(4) A new Amendment. Sub-section 1-07.9(5) Construction Requirements, Structure Excavation, Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement, and 1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub- "Required Records and Retention" revised. section 2-09.3(1)E Bacltfilling, Controlled Density 09.APi SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 I0.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING CONTROL AGGREGATES (March 3, 1997) (March 3, 1997) ' A new Amendment. Sub-section 1-10.3(5) "Asphalt Concrete Aggregates" revised. Temporary Traffic Control Devices is revised. Sub-section 1-10.5 Payment is added_ SECTION S "Conformance to Established Standards", "Traffic ' Control labor" and "Payment" have been revised_ 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5 04-3(10)B Control is revised. Page-SP-60 Revision Date:May 19, 1997 V1 O r�� V1 O W T/'1 V1 ' DIVISION I ' GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions(APWA Only) ' Add the following definitions: ' CITY 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. ' 1-02 BID PROCEDURES AND CONDITIONS ' 1-02.4 Examination of Plans,Specifications,and Site Work 1-02.4(1) General Add the following to the end of Section 1-02.4(1): ' Locations of existing utilities shown on the Drawings are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing ' pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: t H:Spec Provl-17.doc Page 1 The Proposal and associated forms are included in these Contract Documents under Documents t Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." ' 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 the bid opening. 1 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 7:00 a.m.to 5:00 p.m. , 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 superelevations. 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, 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs of this survey work shall be included in "Construction Surveying, Staking, As-Builts" per lump , sum, as described in Section 1-09.14 Measurement and Payment. H:Spec Provl-ITdoc Page 2 , ' 1-05.5(2) Construction Staking(Supplemental Section) The CONTRACTOR shall be responsible for securing the services of a professional land surveyor registered in the State of Washington who shall provide all required survey work, construction staking and as-builting including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be included in "Construction Surveying, Staking, As-Builts"per lump sum, as described in the Measurement and Payment section of the special provisions. This staking shall consist of, but not limited to: ' Utility Construction limits Alignments and Grade Stakes(w/offsets, 50'max. interval) Valve location, horizontal and vertical bends, air-vacuum release assemblies,manhole location. Grading Limits and Grades Monuments(Reference and Restoration) Right-of-Way and Easement Limits Locating and Resetting of Key Landscape Features,Fences, etc. The CONTRACTOR shall supply the CITY with required survey notes and notify the CITY for ' inspection of the staking at least two working days in advance of the work taking place. The CONTRACTOR shall assume full responsibility for the accuracy of the staking and shall provide all 1 replacement staking or restaking as needed. The CITY will provide the contractor's surveyor with the horizontal and vertical control needed to perform the construction surveying. The CONTRACTOR's surveyor shall provide the ENGINEER the original field notes and a set of the field notes which shall contain as-constructed locations of the improvements constructed under this CONTRACT. ' These notes shall contain as a minimum the center line station and offset and cut to each cut stakes and offsets, 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 supplied to the CONTRACTOR's surveyor by the CITY on request. It shall be the CONTRACTOR's responsibility to record the location, by centerline station, offset, and depth below pavement or finish grade of all existing utilities uncovered or crossed during his work as covered under this project. ' Water and Storm Water Alignment and Grade Stakes (50' max. interval for laser control) Q 0'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. H:Spec ProvI-17.doc Page 3 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. ' 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) (Additional Section ' 1 06.7(1) General ) 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"xll", 11"xl7", or 22"x34" sheets and shall contain the following information: 1. Project 2. Contractor 3. Engineer ' 4. Owner H:Spec Provl-ITdoc Page 4 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. ' 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 1 14. List of contract exceptions 15. Other information as required by the Engineer 1 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 10 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 1 use on this project. 1 1-06.7(5) Submittal Requirements(Additional Section) The following submittal items shall be provided to the Engineer by the Contractor and additional ' submittal information shall be provided to the Engineer by the Contractor if required by the Engineer: 5-04 Asphalt Concrete Pavement Materials 7-05 Manholes, Inlets, and Catch Basins 1 7-06 Concrete Anchor Blocks 7-10.3 Pipe Foundation and Bedding Materials 7-10.3 Backfilling of Trenches 9-05.12(3)CPEP Sewer Pipe 9-30 Ductile Iron Pipe and Fittings 9-30 Gate Valves ' 9-30 Fire Hydrants, Combination Air-Vac. Release Assemblies 1 H:Spec Provl-17.doc Page 5 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC , 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause(Addition) , 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: 1. 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. 2. 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. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be t called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical 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. 4. 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 cost of performance of the contract. ' 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. H:Spec Provl-17.doc Page 6 r ' 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. 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 of all property owners will be furnished by the CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy a minimum of three days prior to construction adjacent to each property. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments (Additional Section) iAll existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-08 PROSECUTION AND PROGRESS 1-08.5(A) Construction Sequencing and Order of Completion (Additional Section) In order to minimize the inconvenience from constructions activities to residents and businesses in South Downtown Renton, the Contractor shall complete the installation and testing of the new water main, ' hydrants, and new water service lines, make the final connections to the existing water mains, and connection of existing private service connection to new setters transfer prior to the excavation and installation of the new storm water lines and appurtenances, unless otherwise directed by the Engineer. ' The Contractor shall install the water main and storm water pipe in the following sequence. This sequencing is also necessary to protect the existing cast-iron water mains from damages or breaks and grade conflicts from the construction of the new storm water lines. Construction Utility Street From To Sequence 1 Water main, hydrants,final Wells Ave S. S. Grady Way S. 5 ' St. connections and transfer of services 2 Stormwater pipes and appurtenances Wells Ave S. S. Grady Way S. 4 ' St. 3 Water main, hydrants,final Williams Ave S. S. Grady Way S. 4... St. H:Spec Provl-17.doc Page 7 connections and transfer of services 4 Stormwater pipes and appurtenances Williams Ave S. S. Grady Way S.4 ' St. 5 Water main,hydrants,final S. 5 ' St. Burnett Ave S. Main Ave S. connections and transfer of services 6 Stormwater pipes and appurtenances S. 5 St. Burnett Ave S. Main Ave S. 7 Water main,hydrants,final S.4 'St. Williams Ave S. Wells Ave S. connections and transfer of services In case involving public health, safety or welfare, the City may direct the order of sequencing and 1 completion of the work. 1 i 1 i 1 1 1 1 1 1 1 H:Spec Provl-17.doc Page 8 1 1-09 MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT t1-09.14 Payment Schedule(Additional Section) GENERAL 1-09.14(A) 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 I 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. 1-09.14(B) Bid Item 1 -Mobilization &Demobilization Measurement for mobilization, shall be based on the establishment of all site improvements required to 1 begin construction, including: project schedule, and transportation of equipment to the project site, receipt of all bonds and insurance policies, obtaining all required permits, along with any other submittal and shop drawing requirements, provide protection of existing facilities and removal of all materials and equipment from the construction site after project completion. Payment for mobilization will be made at the lump sum amount bid based on the percent of completed 1 work as defined in the 1996 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Such payment will be complete compensation for all mobilization of employees, equipment and materials, preparation of all necessary submittals, bonds, insurance, site improvements, etc. all in conformance with the Contract Documents. ' Bid Item 2-Trench Excavation Safety Systems 1 Measurement for trench excavation safety systems will be based on a percentage defined as the amount of water, and storm pipelines installed divided by the total length of water and storm pipe shown to be installed. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and ' constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. ' H:Spec ProvI-ITdoc Page 9 Bid Item 3- Construction Surveying,Staking,and As-Builts ' Measurement for construction surveying, staking and as-built information will be based on the percentage ' of total work complete, by dollar value, at the time of measurement. Payment for construction surveying, staking and as-built information will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements to the line and grade as shown on the plans, to provide the required construction and as-constructed field (as-built information) notes and drawings, etc. required to complete this item of work in conformance with the Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. Bid Item 4-Traffic Control Measurement for traffic control work will be based on the percentage of total work complete, by dollar ' value, at the time of measurement. Payment for traffic control for work will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, materials, ' equipment, property owner notification of project work, prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to complete this item of , work in conformance with the Contract Documents. The Contractor shall provide and install two project signs, to the design shown in the standard details. The locations will be determined in the field by the Engineer. The signs will become property of the Contractor at the end of the contract. No separate pay item is provided for the project signs and the cost for construction and placing the signs will be included in the Lump Sum price for Traffic Control. Bid Item 5-Temporary Erosion/Sedimentation Controls Measurement for temporary erosion/sediment control(s) will be based on the percentage of total work complete, by dollar value,at the time of measurement. Erosion control includes catch basin protection, filter fabric fences, hay bales, placement of plastic sheets over exposed soil and stockpiles, seeding, mulching, netting, cleaning catch basins, temporary sediment ponds, etc., and any other activities needed to control erosion from the project. The surface water control requirements of King County shall apply and the King County, Washington, Surface Water Design Manual shall be used for sizing of all facilities. ' Payment for temporary erosion/sedimentation control(s)will be at the lump sum amount bid. Bid Item 6 through 10 - Class 52, Ductile Iron Water Pipe with Poly-wrap, and Ductile Iron Fittings,Sizes 12-inch, 10-inch,8-inch,6-inch and 4-inch Diameter Measurement for furnishing and installing water pipes and fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing water pipes and fittings of the size, type and class specified shall cover the complete cost of providing all labor, materials, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: H:Spec Provl-17.doc Page 10 ' Locatingexisting utilities and potholing in advance to determine their horizontal and vertical location, g • Saw cutting,trench excavation, and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the ' Engineer, • Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly- pigging, shackle rods,temporary blow-off assemblies, and all incidentals, • Furnishing bedding materials,placing and compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Testing, poly-pigging,disinfecting and flushing of water mains • Replacing, protecting and/or maintaining existing utilities • 8-Inch fire hydrant service connection relocation at STA. 113+12, Rt. 51' as shown on plans shall be ' considered incidental to this bid item. Bid Item 11 through 15-Gate Valve Assembly,Sizes 12-inch, 10-inch,8-inch,6-inch and 4-inch Measurement for furnishing and installing gate valve assemblies of the size and type specified will be per each for each gate valve assembly installed in conformance with the Standard Plans, Contract Specifications and Details. Payment for furnishing and installing gate valve assemblies of the size and type specified shall cover the ' complete cost of providing all labor, materials, equipment and all incidental work necessary to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting, trench excavation, and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Stockpiling suitable excavated material for use as pipe beddingand trench backfill as directed by the Engineer, • Furnishing, installing valves of the size and type shown, valve boxes and cover, stem extensions, valve location marker, shackle rods, polyethylene encasement, adjustment to finished grade, and all ' incidentals, • Placing and compacting of bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities ' Bid Item 16-Furnish and Install 24"x 12"& 18"x 12"Tapping Gate Valve Assembly Bid Item 17-Furnish and Install 18"x 12"Tapping Gate Valve Assembly Measurement for furnishing and installing tapping gate valve assemblies of the size and type specified will be per each for each tapping gate valve assembly installed in conformance with the Standard Plans, Contract Specifications and Details. H:Spec Provl-17.doc Page 11 Payment for furnishing and installing tapping gate valve assemblies of the size and type specified shall cover the complete cost of providing all labor, materials, equipment and all incidental work necessary to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting,trench excavation, and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing, installing valves of the size and type shown, valve boxes and cover, stem extensions, , valve location marker, shackle rods, polyethylene encasement, adjustment to finished grade, and all incidentals, • Wet-tapping the existing water mains by a City approved wet-tapping contractor, • Final connection to the new water mains, • Placing and compacting of bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities Bid Item 18- 5.25-Inch Fire Hydrant Assembly Measurement for furnishing and installing fire hydrant assemblies will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. , Payment for furnishing and installing fire hydrant assemblies shall cover the complete cost of providing all labor, materials, equipment to complete the work specified in the contract documents and plans, and ' shall include but not be limited to the following: • Locating existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting,trench excavation,and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new 5.25 inch hydrant assembly, standpipe, shoe, Storz adapter, 6-inch DI piping(up to 18 LF per hydrant run),vertical extension and adjustment to finished grade, , • Furnishing and installing main line tee and shut-off gate valve, valve box and cover, valve stem extension, valve and hydrant location marker, shackle rods and concrete blocking, polyethylene encasement, adjustment to finished grade, and all incidentals, • Placing and compacting of bedding materials, • Placing and compacting trench backfill, • Testing,poly-pigging, disinfecting and flushing of new hydrants , • Replacing, protecting and/or maintaining existing utilities H:Spec Provl-17.doc Page 12 Bid Item 19- '/4-Inch Water Service,Meter Setter,Meter Box and Connection Bid Item 20- 1-Inch Water Service,Meter Setter,Meter Box and Connection Bid Item 21 - 1.5-Inch Water Service,Meter Setter,Meter Box and Connection Bid Item 22- 2-Inch Water Service,Meter Setter,Meter Box and Connection Measurement for furnishing and installing water service, meter setter, meter box and connection of the type and size shown will be per each water service and shall be installed in conformance with the Contract Documents. Payment for furnishing and installing water service of the type and size shown size as shown shall be full pay to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting,trench excavation, and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Excavation as needed, • Boring or tunneling,"hole-hogging"to install new water service line, • Furnishing and installing new corporation stops for '/4-inch and 1-inch services, tapped tees and ' 2-inch gate valves for 1.5-inch and 2-inch services, • Furnishing and installing new 3/4-inch, 1-inch, 1.5-inch and 2-inch copper water service lines, meter Setters and meter boxes, • Testing, disinfecting and flushing of new service lines, • Furnishing and installing approved couplers and adapters, • Final connection to the existing private water service lines behind the meters and property lines, ' • Placing and compacting of bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Restoration of public and private properties, Bid Item 23- Connection to Existing Water Mains Measurement for connections to existing mains will be per each for each connection to an existing main in conformance with the Contract Documents. ' Payment for connections to existing mains shall cover the complete cost of providing all labor, materials, equipment to complete the final connection and all work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating existing utilities and water,mains and potholing in advance to determine their horizontal and vertical location, • Saw cutting,trench excavation, and dewatering(if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, ' H:SpecProvl-17.doc Page 13 r • Installation of concrete dead-man blocks around existing water mains in advance of the final ' connections, • Furnishing, installing, laying and jointing water pipes, fittings, and all necessary couplings of the size, ' type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends, shackle rods, removal of temporary blow-off assemblies, disinfecting the pipes and fittings and all incidentals to complete the connection according to the contract plans and specifications, • Furnishing bedding materials,placing and.compacting pipe bedding, as shown on the plans, • Placing and compacting trench backfill, • Replacing,protecting and/or maintaining existing utilities Bid Item 24- Concrete for Thrust Blocking,Dead-Man Anchor Blocks Measurement for concrete for thrust blocking, dead-man anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead-man anchor bolts in conformance with the Contract Documents. Payment for furnishing and installing concrete for thrust blocking, dead-man anchor blocks shall cover r the complete cost of providing all labor, materials, equipment, excavation, haul dispose of waste, dewatering, concrete vertical and horizontal blocks, dead-man anchor bolts, reinforcing steel, shackle ' rods, clamp assembly,anchor bolts, and necessary form work. Concrete material weights shall be verified by providing a copy of certified truck tickets, which will accompany each load. Bid Item 25-Removal of Existing fire hydrants,valve boxes & other Appurtenances ' Measurement for removal of existing fire hydrants,valve boxes & other appurtenances will be per lump sum for removal of all existing fire hydrants,valve boxes & other appurtenances in conformance with the Contract Documents. Payment for removal of existing fire hydrants, valve boxes & other appurtenances shall cover the ' complete cost of providing all labor, materials, equipment, dewatering, excavation, replacement and compaction of backfill materials, capping existing pipes to be abandoned, removal and disposal of existing pipes as shown o the plans, removal and disposal of valve boxes, removal and delivery of existing salvaged hydrants and meter boxes to the City Shops, and final clean-up. Bid Item 26-Furnish and Install 18" CPEP Storm Pipe Bid Item 27 Furnish and Install 12"CPEP Storm Pipe This item includes the complete cost to furnish and install the 12"and 18"CPEP storm water pipe. CPEP , storm water pipe shall meet the specifications detailed in Special Provisions Section 9-05.19 and Standard Specification 9-05.20. Watertight joints shall be used. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. t I Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe,and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a r H:Spec Provl-17.doc Page 14 ' moisture content that will allow at least 90 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price. ' Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess and unsuitable excavated material shall be ' included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of 12 and 18 diameter Corrugated Polyethylene Pipe (CPEP) will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of catch basins. Payment for Furnish and Install 12" and 18" CPEP Storm Pipe of the type and class shown will be made at the linear foot bid price, which payment will be complete compensation for all labor, materials, equipment, saw cutting, dewatering, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of ' trench back-fill,compaction,compaction testing, dewatering,water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Bid Item 28—Furnish and Install 18"Ductile Iron Storm Pipe 1 Bid Item 29—Furnish and Install 12"Ductile Iron Storm Pipe This item includes the complete cost to furnish and install the 12"and 18"DI storm water pipe. This item 1 includes all elbows and fittings needed for the pipe. DI pipe shall meet the specifications detailed in Standard Specifications Section 9-05.13. The ductile iron pipe shall be Class 51. Pipe bedding shall be Bedding Material For Rigid Pipe per Standard Specifications 9-03.15. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when placed. Payment for excavatedsoil backfill shall be included in the unit price. ' Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess and unsuitable excavated material shall be ' included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval ' by the City. Payment for imported backfill will be under a separate bid item. ' H:Spec Provl-17.doc Page 15 Measurement of DI Storm Pipe will be based on lineal footage measurements horizontally over the , centerline of the installed pipe, including the length through all fittings and from center to center of catch basins. ' Payment for Furnish and Install 12" and 18" DI Storm Pipe of the type and class shown will be made at the linear foot bid price, which payment will be complete compensation for all labor, materials, ' equipment, saw cutting, dewatering, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction,compaction testing, dewatering,water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Bid Item 30-Furnish and Install CB Type-II,48 inch ' This item shall cover the complete cost to install new Type II Catch Basins. The price includes all labor, materials, equipment, concrete base, pre-cast concrete catch basin sections,catch basin frame, grate or lid, appurtenances, adjustment, connections to existing systems, excavation, dewatering native material replacement and compaction, hauling and proper disposal of excess and unsuitable materials, bedding, ' and all other items and work necessary to complete this item of work. Catch Basin Type-II shall be per City of Renton Standard Detail B 027. Payment for Furnish and Install CB Type-11 will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 31 -Furnish and Install CB Type-I This item shall cover the complete cost to install new Type-I Catch Basins. The price includes all labor, materials,equipment,concrete base, pre-cast concrete catch basin sections, catch basin frame,grate or lid, appurtenances, adjustment, connections to existing systems, excavation, native material replacement and , compaction, dewatering, hauling and proper disposal of excess and unsuitable materials, bedding, and all other items and work necessary to complete this item of work. Catch Basin Type-I shall be per City of Renton Standard Detail B 012. Payment for Furnish and Install CB Type-I will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 32- Side Sewer Adjustment This item will be used to adjust any side sewers that may be encountered during construction of the new storm water line. Side sewers shall be adjusted to clear the new storm water pipe by at least 6 inches , vertically. Side sewer construction shall conform to City Details B 078 and B 079. Adjusting side sewers may be accomplished by cutting the existing sewer pipe back to the property line and installing a vertical cleanout per B 079. The vertical cleanout shall be marked with a 2" x 4" stud from the cap to the ground surface. The side sewer shall be adjusted to clear the new storm water line and reconnected to the existing side sewer beyond the storm water line. In some cases it may be necessary to H:Spec Provl-17.doc Page 16 , excavate back to the sewer main and rebuild the side sewer from there. The minimum slope for the side sewer shall be at least 2 percent, unless approved by the engineer. ' The exact construction method for adjusting side sewers shall be reviewed with the City Inspector for approval prior to lowering. All pipe, fittings, and material used shall be approved by the City of Renton Wastewater Utility. Rubber or neoprene gaskets as specified by the manufacturer, shall be used on the joints. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement ' and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. ' Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess Excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the ' unit bid price. Gravel Trench Backfill may be used if excavated soil does not meet specifications, or is not available for use. Any Gravel Trench Backfill used will be measured and paid as part of the Gravel Trench Backfill ' bid item. Payment for Adjust Side Sewer will be made at the per each unit bid price, which payment will be complete compensation for all labor,materials, equipment, clearing and grubbing, excavations, new pipe, installation, bedding, all appurtenances(such as special fittings, bends, connections,etc.), placement of trench backfill, compaction, compaction testing,dewatering, water,disposal of excess materials, grading, erosion and sedimentation control, cleaning,and testing, and temporary bypass of all system flows during construction, etc. required for complete installation,and to complete the work in accordance with the Contract Documents. Bid Item 33—Remove and Dispose Existing Storm Manholes This item shall cover the complete cost to remove and dispose of existing Storm water Manholes. Each ' manhole will be completely removed, including the base, and hauled offsite for disposal. The price includes all labor, materials, equipment, excavation, disconnection from the existing system, backfill material, placement and compaction, hauling, and proper disposal of the manhole, asphalt, and other excess and unsuitable materials,and all other items and work necessary to complete this item of work. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specification Section 2-03.3(7)C Payment for Remove Existing Storm Manholes will be made at the per each unit bid price which payment ' will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. ' H:Spec ProvI-17.doc Page 17 Bid Item 34-Remove and Dispose of Existing Storm Water Pipe(Including Pipe Plugs) I This item shall cover the complete cost to remove and dispose of existing storm water pipe and plug ' abandoned pipe as shown on plans or directed by engineer. The pipe will be completely removed and hauled offsite for disposal. The price includes all labor, ' materials, equipment, excavation, disconnection from the existing system, backfill material, placement and compaction, and plugging of the abandoned pipe,hauling and proper disposal of the pipe, asphalt and other excess and unsuitable materials and all other items and work necessary to complete this item of work. ' Abandoned storm and water pipes shall be plugged at the ends with commercial concrete or a combination of bricks and waterproof mortar. Care shall be used in placing the concrete in the pipe to see ' that the opening of the pipe is completely filled and thoroughly plugged. The Contractor shall inform the City Water Maintenance Division before cutting into any abandoned ' water pipes. Waste materials shall be disposed of at an approved and licensed site or recycling facility per Standard Specifications Section 2-03.3(7)C. ' Import backfill will be paid under a separate bid item. Asphalt restoration will be paid under separate bid items. ' Payment for Removing Existing Storm Water Pipe(including plugging)will be made per Lump Sum. Bid Item 35-Remove and Dispose Existing Catch Basin Type-I ' This item shall cover the complete cost to remove and dispose of existing Catch Basin Type-1. Each manhole will be completely removed, including the base, and hauled offsite for disposal. The price includes all labor, materials, equipment, excavation, disconnection from the existing system, backfill material, placement and compaction, hauling, and proper disposal of the catch basin, asphalt, and other excess and unsuitable materials,and all other items and work necessary to complete this item of work. ' Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specification Section 2-03.3(7)C. Payment for Remove Existing Catch Basin will be made per each catch basin. Payment will be considered complete compensation for all labor, equipment and materials required to complete this item ' of work in accordance with the Contract Documents. Bid Item 36-Removal and Replacement of Unsuitable Foundation Material Measurement for removal and replacement of unsuitable foundation material shall be measured in Tons based on the placed weight of material installed. Placement of foundation material will be measured only for the area(s)authorized by the ENGINEER. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the amount bid , per ton, which payment will be complete compensation for all, labor, materials, equipment, excavation, H:Spec Provl-17.doc Page 18 , foundation materials, haul, placement, water, compaction, removal and disposal of waste material, etc. required to complete this item of work in conformance with the Contract Documents. Bid Item 37-Furnish and Install Quarry Spalls 1 This item will be used when the bottom of excavations and trenches does not present a stable surface for placement and compaction of backfill or pipe bedding. Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken concrete shall not be used. Quarry spalls shall conform to the requirements of Standard Specifications Sections 9-13 and 9-13.6. This item will also be used for all quarry spalls placed at the ends of ditches Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. Measurement for furnishing and placing quarry spalls will be based on actual tonnage weight as determined by measurement from a certified scale. ' Payment for Furnish and Install Quarry Spalls will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and materials required to ' complete this item of work in accordance with the Contract Documents. Bid Item 38-Select Imported Trench Backfill ' Measurement for select imported trench backfill, shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or ' payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the certified tickets. ' Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc. required to complete this item of work in conformance with ' the Contract Documents. Bid Item 39-Crushed Surfacing Top Course and Crushed Rocks Backlll Measurement for crushed surfacing top course and crushed rocks backfill, shall be measured in Tons based on the weight of material installed into the work. Certified weight tickets shall accompany each 1 load, a copy of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the plans or as approved by the ENGINEER will be deducted from the certified tickets. Payment for crushed surfacing top course and crushed rocks backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, equipment, hauling, placement, water, compaction, removal and disposal of waste materials, etc. required to complete this item of work in conformance with the Contract Documents. ' H:Spec Prov1-1Tdoc Page 19 Bid Item 40- Controlled Density Fill ' Measurement for controlled density fill will be per cubic yard for all CDF installed in conformance with ' the Contract Documents. Payment for furnishing and installing controlled density fill shall cover the complete cost of providing all ' labor, materials, equipment, excavation, haul dispose of waste, dewatering, and necessary form work. Controlled density fill material weights shall be verified by providing a copy of certified truck tickets, which will accompany each load. Bid Item 41 -Asphalt Patch Class `B' Measurement for asphalt concrete patch shall be in tons. Pavement repair measurement width shall be as ' defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt concrete patch will be made at the amount bid per ton, which payment will be L complete compensation for all labor,materials, and equipment for: • Furnishing, placing,and compacting asphalt concrete pavement(ACP), , • Furnishing, placing and compacting incidental ACP for pavement repair, dikes, berms, and wedge curbing, , • Furnishing, placing and compacting pre-leveling, leveling and wearing courses, • Feathering pavement and • Furnishing and applying tack coat and crack sealing asphalt • Furnishing and installing and removing temporary asphalt concrete pavement(cold-mix), , • Pavement saw cutting. • No separate payment will be made for the removal of the temporary asphalt patch class B, or ACP for trench patch. , • No additional payment will be made for work necessary to correct ACP not installed in accordance with specifications. Bid Item 42 -Asphalt Patch Class `B',or ATB for Temporary Trench Patch Measurement for asphalt concrete patch shall be in tons. Pavement repair measurement width shall be as defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise approved by the ENGINEER. Payment for asphalt concrete patch will be made at the amount bid per ton, which payment will be ' complete compensation for all labor,materials, and equipment for: • Furnishing,placing, and compacting asphalt treated base(ATB), • Furnishing, placing and compacting incidental ATB for pavement repair, dikes, berms, and wedge curbing, • Furnishing, placing and compacting pre-leveling, leveling and wearing courses, • Feathering pavement and • Furnishing and applying tack coat and crack sealing asphalt • Furnishing and installing temporary asphalt concrete pavement class B, or ATB. • Pavement saw cutting. H:Spec Provl-17.doc Page 20 ' ' No separate payment will be made for the furnishing, and placement of the temporary asphalt concrete pavement class B, or ATB. No additional payment will be made for work necessary to correct ATB not installed in accordance with specifications. Bid Item 43-Remove&Replace Sidewalk& Driveway Measurement for replace sidewalk and driveways shall be in square yards of sidewalk and driveway ' repair for installation of utilities as shown in construction documents, unless otherwise approved by the ENGINEER. Payment for removal and replacement of sidewalk and driveways will be made at the amount bid per square yard, which payment will be complete compensation for all labor, equipment, materials, hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 44-Remove&Replacement Curb& Gutter ' Measurement for replace curb and gutter shall be in linear feet of curb and gutter repair required fir installation of utilities as shown in the Contract Documents, unless otherwise approved by the ENGINEER. ' Payment for removal and replacement of concrete curb and gutter will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, equipment, materials, hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in conformance ' with the Contract Documents. Bid Item 45-Remove,Restore Lawn,Landscaping Restoration Measurement for landscape restoration shall be per lump sum of landscape restored as required to compete this item in conformance with the Contract Documents. tPayment for landscape restoration shall be per lump sum, which payment will be complete compensation for all labor, equipment, materials, materials hauling, sod, topsoil, trees, shrubs, rockeries in kind, ' preparation, forming, placement, finishing, watering, cleanup, etc. required to compete this item in conformance with the Contract Documents. Bid Item 46-Replace Pavement Markings & Traffic Buttons Measurement for replace pavement markings shall be per lump sum replacement of all crosswalks, railroad crossing markers, lane markers and all other traffic control elements which are damaged, 1 disrupted or removed as a result of construction of this project, unless otherwise approved by the ENGINEER. ' Payment for replace pavement markings shall be made per lump sum,which payment will be complete compensation for all labor,equipment, materials,hauling, paint,preparation, finishing, cleanup, etc. required to compete this item in conformance with the Contract Documents. H:Spec Provl-17.doc Page 21 Bid Item 47-Re-Establish Monuments ' Measurement for re-establishing existing monuments will be per each monument re-established, in ' conformance with RCW 58.09.130. Payment for re-establishing monuments will be made at the unit price 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 utility construction and restoration is complete, in conformance with the Contract Document. ' H:Spec Provl-17.doc Page 22 ' DIVISION 2 ' EARTHWORK 2-01 CLEARING,GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description IDelete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the City. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: ' Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, ' safety and public welfare. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ' 2-02.1 Description Supplement this section with the following: ' The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes,abandoned piping, and other items necessary for the completion of the ' project. All removal will be considered incidental to the work unless specifically identified as a bid item. ' 2-02.3 Construction Details ' 2-02.3(1) General Requirements Supplement this section with the following: 1 The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either ' the edge of the structure,an existing construction joint, or a new saw cut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. ' H:Spec ProvI-ITdoc Page 23 2-02.3(1) A Salvage(New Section) ' Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be ' carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. ' 2-02.3(7) D Contractor Provided Disposal Site(Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such ' a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. ' 2-02.5 Payment Delete entire section and replace with the following: t See bid items descriptions for units of measure and payment. , 1 H:Spec Provl-ITdoc Page 24 ' DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ' 5-04 ASPHALT CONCRETE PAVEMENT 5-04.3 Construction Requirements 5-04.3(2)Hauling Equipment Add the following to the first paragraph: If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Rejection of load due to non-protection will not be basis for any compensation. I5-04.3(5) Conditioning the Existing Surface The Contractor shall maintain existing surface contour during patching, unless instructed by City Engineer. 5-04.3(5)Preparation of Existing Surface The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the CONTRACTOR's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. ' The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. ' H:Spec Provl-17.doc Page 25 During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the CONTRACTOR'S expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete ' the adjustments and is incidental to pay item for Asphalt Patch(1-09.14(AF)). 5-04.3(9) Spreading and Finishing ' Supplement this section with the following: ' Asphalt Concrete Pavement(ACP) Class B ACP Class B shall be placed to the compacted depths specified herein, equal to existing ACP thickness for restored ACP, or as shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with applicable provisions of Section 5-04. , 5-04.5 Payment See bid items descriptions for units of measure and payment. , 5-04.6(2) Traffic Control: ' Notifications The Contractor shall be responsible for delivering notification twice to all properties that front on, or , access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours(24 hours)prior to the beginning work. , On streets to be overlaid,the Contractor shall post"No Parking" signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall obtain prior approval for the parking restrictions from the City of Renton Department of Public Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if , the need arises to tow any vehicle(s)violating a posted "No Parking" sign. However,the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner is in the area. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all ' times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic ' control and safety procedure will be used during all phases of the work,to include utility adjustments. All work and materials associated with the notification procedures shall be incidental to the project, unless a specific item for "Traffic Control" is included. H:Spec Provt-17.doc Page 26 , ' 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS (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. Within paved streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. . Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. Within paved alleys,the Contractor may use compacted backfill to allow vehicular traffic to travel over construction areas. Trench plates or other devices used to cover construction activities shall be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. 5-06.2 Materials(Additional Section) Materials shall be `Hot Mix' of either Class B asphalt or Asphalt Treated Base(ATB). The composition of other components of 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 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 offsite. ' 5-06.3 Construction Requirements(Additional Section) ' The roadway sub-surfaces 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 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. aAll 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 sub-grade material. ' H:Spec Provl-17.doc Page 27 1 r DIVISION 7 r DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS ' 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS r 7-08.3(1) E Trench Dewatering(Additional Section) Dewatering may be required during construction of the water and storm lines. r If necessary, dewatering may consist of a combination of trench pumping, well points,and/or wells, and must satisfy the following requirements: r • Prevent water from entering the trench and maintain dry trench conditions at the foundation level. r • 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 ready to operate to ensure continuous pumping. r • 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. r The dewatering program must be completed in such a way as to avoid excessive dewatering related settlement of adjacent facilities. 7-15.3(A) Service Connections(Addition) r The Contractor shall complete the installation and testing of the new water main, hydrants, and new water ' service lines, make the final connections to the existing water mains, and connection of existing private service connection to new setters transfer prior to the excavation and installation of the new storm water lines and appurtenances, unless otherwise directed by the Engineer. r H:Spec Provl-17.doc Page 28 ' ' DIVISION 8 ' MISCELLANEOUS CONSTRUCTION ' 8-01 EROSION CONTROL 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal. 8-01.3 3 Miscellaneous Erosion Control(New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. ' 8-04 CURBS, GUTTERS,AND SPILLWAYS ' 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement(New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 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 and driveways shall be removed full width between existing joints. Replacement sidewalk and driveway 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. 8-14.3(2) Placing and Finishing Concrete Add the following: ' H:Spec Provl-17.doc Page 29 Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a ' smooth transition. 8-14.3(5) Width of Replacement(New Section) , Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the ' Engineer. 8-22 PAVEMENT MARKING ' 8 22.1 Description Supplement this section with the following: ' All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. H:Spec ProvI-ITdoc Page 30 , DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.22 Controlled Density Fill(New Section) Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing and excavatable material which will result in a hardened, dense, non-settling fill. ' Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3. Materials ' 1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 ' 2. Fly Ash: Class F or Class C 3. Aggregates: ASTM C 33, WSDOT 9-03.14,or WSDOT 9-03.1 ' 4. Water WSDOT 9-25 5. Admixtures WSDOT 9-23.6,AASHTO M 194, ASTM C 494, or ASTM C 260 H:Spec Prov1-17.doc Page 31 9-03.22(2) Proportioning ' The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an ' estimate of the amount to be used per cubic yard of C.D.F. Actual amounts may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. ' Class of C.D.F. A B C Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq. ft.) (14400) (43200) (43200) Max. gals. of mixing water per cubic yard 50 50 30 ' Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard,approximate 200 250 250 ' Lbs. of dry aggregate per cubic yard, approximate (assumed ' Sp.G. 2.67) 3200 3200 3200 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates , may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable C.D.F., 3/8" minus , or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. , 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump ' Normal Flow-ability 6- 8 inch slump High Flow-ability 8 inch slump or greater ' C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section to be filled with C.D.F. shall be , contained at either end of trench section by bulkhead or earth fill. C.D.F. patching, mixing and placing may be started if weather conditions are favorable, when the , temperature is at 34 degrees F and rising. At the time of placement, C.D.F. must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground. , H:Spec Provl-17.doc Page 32 , ' 9-03.22 4O Compaction P For flowable C.D.F. compaction is not necessary for placement. The contractor may as an option, adjust the water content to obtain a 0 to V maximum slump mixture ' which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. 9-03.22 (6) Testing Testing shall be performed per WSDOT 6-02.3(5)for slump and compressive strength. If laboratory trial batches or field trial data confirm weight and strength, no further testing will be ' necessary, if approved by the Engineer. For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 ' days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS ' 9-05.19 Corrugated Polyethylene Culvert Pipe(CPEP) (Addition) 9-05.19(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems(ADS), or approved equivalent. 9-05.19(2) Pipe Material and Fabrication ' CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. ' 9-05.19(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. ' 9-05.19(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. ' H:Spec Prov1-17.doc Page 33 9-16.6 Cleaning ' Perform cleaning during installation of the work and upon completion of the work. Remove from the site ' all excess materials,debris and equipment. Repair damage to any project features. 9-16.8 Payment ' See bid items descriptions for units of measure and payment. 1 H:Spec Provl-17.doc Page 34 ' 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.) ' 19.122.020 Definitions Unless the context clearly requires otherwise,the definitions in.this section apply through out 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. 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 flow line. ' 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 un-locatable 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. ' H:Spec Provl-17.doc Page 35 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 for use in connection with the ' storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, 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.) 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 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 un-locatable 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 know 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 t 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 that 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 c99 1; 1984 c 144 3.) H:Spec ProvI-ITdoc Page 36 ' ' 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: 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.) ' 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 1:he ' 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. (198 c 144 5). ' H:Spec ProvI-ITdoc Page 37 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.) ' 19.122.070 Civil penalties -Treble damages - Existing remedies not affected A. An person who violates an provision of this chapter, and which violation results in damage to YP YP P g 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 crest any new civil remedies for ' such damage. (1984 c 144 7.) 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.) 19.122.090 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 ' 1449.) t H:Spec Provl-ITdoc Page 38 ' V1 A N � w � � � � � � � � � � � � � � � � � I -EGEND N WATER VALVE - - CENTER LINES ' -6 HYDRANT _ _ _ _ _ _ _ PROPERTY LINES ® WATER METER RIGHT-OF-WAY LINES ® Q MANHOLES (SS/SD) - -- - - DITCH LINES/ FLOW ❑ CB W WATER LINE ' I -0- POWER/UTILITY POLE SS SANITARY SEWER LINE G-- GUY ANCHOR SD STORM DRAIN LINE POWER TRANSFORMER G GAS LINE ' UGP UNDERGROUND POWER LINES © M POWER/TELEPHONE VAULT UGT UNDERGROUND TELEPHONE LINES El TELEPHONE/TV RISER ' tD GAS VALVE �-- ¢ - STREET LIGHT SPOT ELEVATION ID JIL SIGN o MAILBOX ROCKERY ' DECID. TREE ' FOUND CASED MONUMENT SET PK NAIL UNLESS OTHERWISE NOTED 1 1 t 1 �a DEPARTMIT OF K= BIJ RENT GULAG i PUBLIC WORKS 'o" ' OUTH RENTON UTILIT 4- 5- CEMENT PR 4- 2.5• ' WA ST CONS PRO.EC 2' 2.5" BY: CITY OF 3• 4' t 3' 25' CT (Dollar) 3- CONN�ne) 3.5 [T2' Start Date to CompletlW .5 p" 4.x8' 1/2" Exterior Plywood ' (Smooth Both Sides, ABX) 2'x4" Diagonal Brace D.F. Std.&Btr. (TYP.) Z O" ABOVE ' M,,--4"x4"X12' Vertical Posts ROADWAY Treated (TYP.) (MIN) 3' " NOTES 1• PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD , SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL THE BACKGROUND COLOR IS WHITE. ' 2• LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3• LETTER SIZE. 4" LETTERS ARE 1/2' WIDE; 3" LETTERS ARE 3/8" WIDE; ' 2" LETTERS ARE 1/4- WIDE. APPROVED BY: PROJECT SIGN DETAIL DATE: 6/95 1 SHEET: t y VV8 ' 1 NOTES: Ttie ____ IIs I. Steel tie rods TO be heOvi ly COoTed `�\ ih Osphtllt after instdlldiion, �� VB \es Four tie rodsmwith turnbuCk les \ VB Tnreod 6"°.' 17v vv.d 4°iYVv �v v v vt Concrete vo Cement Concrete C v v v v v s s TYPE A BLOCKING TYPE B BLOCKING FOR 11 1/4' — 22%2' VERTICAL BENDS FOR 45' VERTICAL BENDS Type A Blocking Typpe B 81 ock ing for 11'/4' 22'/z' Verticol Bends for 45' Vert icoI Bends VB S d L VB S I d L a, w c y OW c W ° Y v Ve O a old Q, ¢OGW �W,n yD.`W a0. «py EoU♦c vworW"C u-. aw as .-o iWE.i U_W♦w a+N �¢W_. LuCua 00 V OCU Nl � O O r OC U« OULco, dU 0 0 V O N O ° „ ) C N W V 0 C 6 1.8 4 250 45 22 2.8 % 17 4 250 221/z 12 2.3 +Il. 117 6 250 45 50 3.7 s/ 17 6 250 11'/4 14 2.4 8 25C 45 89 4.5 s/a 17 22%z 27 3.0 10 250 45 139 5.2 y4 20 e 250 11'/. zs z.9 5 Iz zso ,s zoo s.e � z4 BLOCKING FOR CONVEX zz'/: 4e 3.6 /' 17 1< zsc 45 272 6.5 1 z7 VERTICAL BEND 16 250 45 355 7.1 1' 30 raselrcra so TR.'M...10 rt ofru T�crT oc I 1 , 38 3. /a arr1.,rawlacsa 10 250 s/e 17 2 2'/z 7 S 42. 12 250 10/4 55 3.8 22%z 108 4.8 % 17 11'/, 75 4,2 s/ 17 ADOPTED CITY OF PENPON 14 250 • Plans 22'/z 14 T 5.3 �, 20 � Stand.rd� 1 0/4 98 4.6 7 L Da 6/30/1995 s te 16 250 1 �o-s aao-o.o.o c.00. n•a�an.a. s.p Bop6 22'/z 192 5.8 t 24 o.rf rfvl SlOr ar .w� Plan No B•22 SP PAGE CONCRETE BLOCKING SIZING PROCEDURE A. GENERAL Go to Table 2: Table 2 gives the sole bearing load for The amount of concrete required to onchor horizontal sand one grovel: 3,000 Its./sq, ft. bends, lees,one dead ends depends on the strength - Go to Figure 1: figure 1 indicates the position of the soil. The methods of Placing concrete t keep of the Concrete for blocking the 90? bend. lne pint accessible h T o shown n Figure 1. The area - Co to the spetificolions of the project and find in aquote feel of concrete which must bear against depth of trench h = 4 Net the side of the trench la found by dividing the - Wdlh of trench W 3 feet thrust in pounds shown in Table 1 by the sale With the above ossempled information,Dearingg load of the soil as shown in Table 2. B. CRITERIA we proceed to the final calculations: Area of Concrete A = Thrust 1. The sizing procedure h lw horizontal w ( ) = 21,360 =eo 7.12 aq ft. :AP ° Sole Bearing Load 3,000 downward thrust only. Depth of Trench in Feet than 22-1/2 2. Height of l torus(block must be equal - Maximum Height of Thrust Block (Hm) to or less then I/2 the depth from the ground 2 surface i the block Dose. h 4 3. the thrust black bearing lace is approximately = 2.0 It. rectangular. = 2 2 4. The concrete blxkin9 sholl be as per APWA - Depth of Concrete Thrust Block Dt Sye�cifcoticn 74-2.14. ( ) C. 51'MBOL Width of Trench in Feet(W)- Outside Diameter of Pipe(d) d Outside Diameter of Pipe Init Feel 2 T Thrust In Pounds of the Pounds/Sq. (Table a 3 - 0.75 SBL Safe Bearing Trench Loon in Pounds/q. ft. (Table 2) _ 113 It h Dep Width of Trench n Feel 2 W . warn of Trento in Feel A Area of Concrete whits must bear against the Area of Concrete Side o1 the Trench in I. Ft, - Maximum Length of Thrust Block (Lm) _ Hm Maximum Heigght of the Thrust Block in feet Height of Concrete Se Depth of the Concrete Thrust Block to Bearing Surface in Feet = Hm = 2.0 = 3.56 ft. 45°BEND Lm Maximum LMglh o1 the Thrust Block in Feet - Required Amount of Concrete - (Height x Depth x Length) x 0.03704 TEE GROUND SUFACE _ (Hm •Lm x Oc) 0.03704 T cu.(2.0 yd. 1.1}) x 0.03704 = 0.30 cu, yd. h �.� d TABLE 1 Size Pres re Thrust at Fittings in Pounds h su Hm=2 PSI Tees 90' 45' 22-1/2 11-1/4 Deoo Ends Bond Bond Bond Bend BLOCK BASE 3' 300 2,120 3.000 1,630 830 430 �OC 4: 300 3,780 5.370 2.910 1,470 750 W 6' 300 15.10 12,000 11,50 3,320 3.020 �U 8' 300 15,100 21,360 11,350 S,BBO 3,020 10, 275 21,650 30.570 16,540 8,430 4.330 D. CALCULATION EOUAT10145 12" 250 33.930 48,000 25.950 13.260 6.780 14' 250 46.200 65.370 35.340 18.030 9,240 Thrust (In Pounds T 16, 225 45,250 64,000 34,620 17,650 9,050 ° 1, Area of Concrete(A) = 18' 200 50,900 72,000 38,940 19,860 10.180 0 90 BEND Safe Bearing Looa (In Pounds/Sq. Ft.) x �� 20' 200 62,84o 88,900 48,060 24,520 12,560 11 Depth of Trench in Feel h 24� 200 90,480 127,980 69,200 35,320 18.100 2. Maximum Height of Thrust Block (Hm) _ = 30' 200 141,370 199.960 1A Ise 55,140 28.280 2 2 36" 200 203.580 287.950 155:740 79.400 40.720 Width of Trench in Feet) — FIGURE 1 3. Depth of Concrete Thrust Block Outside Diameter of Pipe in Feet) W-d 2 2 TABLE 2 Area of Concrete p Sole Bewino Lootls"n LD./Sa. Ft 4, Maximum Length of Thrust Block (Lm) Maximum Height Hn The safe bearing food, i given n the following table ore for NOTE: FOR CONVEX VERTICAL BENDS BLOCKING S. Required Amount of Concrete(Cu. Yd.) _• (Height x Depth x Length) x 0.03704 horizontal thrusts when the depth of cover over the pipe SEE APWA STANDARD PLAN NO. 73. exceeds 2 feet. _ (Hm x Lm x Dc)x 0.03704 Safe Bearing Load E. EXAMPLE SO1 Lb. per So. Ft. 1. Problem: •Muck, peat, etc. 0 Soft Cloy 1.000 Calculation of the amount of concrete required to block a 90'bend in on 8' Sand 2,000 C.I. water main: the normal operating pressure in the pipe will be 65 psi and the soil Sand one Grovef 3,000 Sand and Grovel Cem-ted with Clay 4.000 CONCRETE BLOCKING SIZING PROCEDURE condition in the wee indicates Bond and grovel. Hard Shole 10.000 2. Solution: tirCY ADOPTED -In muck w peoL all thrush shall be restrained by piles or O Maximum testing pressure pipe Table 1) . .00 psi. = 0.75 It tie eat to solid foundations or by removal is muck CJ CITY OF RENTON - Outside diameter of 8 pipe 9.05 in - 9.05/12 w peat and replacement with ballast of sufficient � Go to Table 1: The testing pressure of 300 psi, we see stability to resist thrusts. that the thrust on 0 90? bend is 21,360 pounds. STANDARD PLANS LST DATE: 10/29/96 3/6/95 CORRECTED COLUMN HEADINGS DCV AG DATE 1 REVISION IBY APPR'D DWG. N!>,ME: BR26 SP PAGE: B085 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All pints restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216 unless on equal alternate is approved in writing by the Engineer. Materiols Steel Tyoes: Galvanized High strength low—olloy steel (cor—ten , ASTM A153 for galvanizing iron and steel hardware ASTM A242 heat—lreoted; Superstar LT" series ASTM A123 for galvanizing rolled, pressed and forged steel shapes. High strength low—olloy,.steel (cor—ten), Joint Restrainer System Components: ASTM A242, Superstar 'SS" series 1. Tiebolt: ASTM A242, Type 2, hot—dipped galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4 to 12" mechanical joints ASTM A325, Type 3D, except tensile strengqth of full—body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60.000 lbs. minimum for 3/4: by heat treating (quenching and tempering to Manufacturer's reheat and hardness specifications. SST 756: 3/4 for 14" to 24" mechanical joints. Some ASTM specification as SST 7. SST 747: 3/4" some as SST 7, except Installation: 1" eye for 7/8" rod. Some ASTM specification as SST 7. Install the joint restraint system in accordance with the Manufacturer's instructions 2. Tienut: so oil joints ore mechanically locked together to prevent joint separation. Heavy Hex Nut for Each Tiebolt. SSB: 5/8" and 3/4", Tiebolts shall be installed to pull against the mechanical joint body and not ASTM A563, Grade C3, hot—dip galvanized. the M.J. follower. Torque nuts at 75-90 fool pounds for 3/4" nuts. Install tiecouplings with both rods threaded ec;uol distance into tiecouplings. 3. Tiecou lin Arrange tierods symmetrically around the pipe. P g' Where a Manufacturer's mechanical joint valve or fitting is supplied with slots Used to extend continuous threaded rods and ore provided with for "T" bolts instead of holes, a flanged valve with a flonge by mechanical joint adaptor Grade C3. shall be used instead, so as to provide adequate space for locating tiebolt. center stop to aid installation, hot—dip galvanized. Where a continuous run of pipe is required to be restrained, no run of restrained SS 10: for 5/8" and 3/4" tierods, ASTM A563, pipe shall be greater than 60 feet in length tietwee fittings. Insert long body solid sleeves as required on longer runs to keep tiarod lengths to the 60 foot maximum. 4. Tierod: Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts Continuous threaded rod for cutting to desired lengths, shall be installed as rod guides at each joint. hot—dip galvanized. SS 12: 5/8' and 3/4" diameter, ASTM A242, Type 1 or Type 2; ANSI 81.1. Where poly wrapping not required, all tiebolts, tienuts, tiecouplings, tierods shall be galvanized. All disturbed sections will be pointed, to the inspector's 5. Tiewasher: satisfaction, with ATCO y2221. or approved ecuol. Round flat washers, hot—dip galvanized. Where poly wrapping is not required, all tiebolts, tienuts, tiecouplings• tierods, and SS 17: ASTM A242• F436. tiewoshers may be galvanized, as specified above, or plain and pointed in their Pressure Force Size PSI Pounds 2 3 4 6 8 10 12 14 16 24 3" 300 2.120 2-3/8" 4" 300 3,780 3 8" 6" 300 8,500 5/8- t 2" 3 8" 8" 300 15,100 3/4- 5/8" 1 2" 2 5 10" 275 21.62 3/4" 5/8" 1 2" 12" 250 33,930 3/4" 5/8" 3 4 1 14" 250 46,200 3/4' 16' 225 45,250 3/4' 5/8" SEACKLE RODDING AND TIE BOLTS 18" 200 50,900 3/4" 5/8" 20" 200 62,840 3/4" 5/8" C-*'r� ADOPTED NTON 24" 200 90,480 3/4" \ 30' 200 141,370 7/8'36' 200 203,580 7 8' STANDARD PLANS J LST DATE: 10/29/96 DATE I REVISION I BY APPR'D DWG. NAME: BR27 SP PAGE: B089 A A PLAN VIEW WATER — VALVE BOX LID WITH EARS 3" IN DIRECTION OF WATER �- 2" SQUARE 38" MIN. MAIN AND WORD "WATER" OPERATING NUT WIDTH CAST INTO IT WHITE POST SEE DETAIL -I -1 E>2,. ��- 4-1 '4" DIA. illlllll�ll II `` 1/8' MIN. THICKNESS -i11 24" II �- 2 PIECE CAST IRON VALVE II BOX, RICH=SEATTLE TYPE II OR OLYMPIC FOUNDARY 1" STEEL II LENGTH AS REQUIRED II - 1/8" MIN. THICKNESS VALVE MARKER POST / 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION VALVE OPERATION NUT EXTENSION NOTE: VALVE MARKER NOTES: EXTENSIONS ARE REQUIRED WHEN VALVE NUT VALVE MARKERS SHALL BE EQUAL TO IS MORE THAN THREE (3) FEET BELOW FINISHED CARSOMTE UTILITY MARKER GRADE. EXTENSIONS ARE TO BE A MIN OF ONE (1) FOOT LONG. ONLY ONE EXTENSIONSION TO VALVE MARKER POST TO BE USED FOR ALL VALVE OPERATING NUT EXTENSION BE USED PER VALVE. MAIN L NE VALVES OUTSIDE PAVED AREAS AND VALVE MARKER POST NOTE: ALL EXTENSIONS ARE TO BE MADE OF CC � ADOPTED STEEL, SIZED AS NOTED, AND PAINTED WITH CITY OF RENTON TWO COATS OF METAL PAINT. STANDARD PLANS LST DATE: 12/96 10/15/96 EOit.d le.l DCV AO DATE REVISION BY APPR' DWG. NAME: BR46 SP PAGE: BO90 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929 18" TO 20" BEHIND BACK OF CURB AND MUELLER SUPER CENTURION 200 WITH 6" MECHANICAL JOINT OR 12" BEHIND BACK OF SIDEWALK INL T WITH LUGS. THAT IS ADJACENT TO CURB /4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORTZ ADAPTOR, 4" SEATTLE THREAD TWO—PIECE CAST IROV VALVE BOX WITH LUG TYPE COVER. X 5" STORTZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. oo EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION WITH 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE REGULAR BASE SECTIDN LENGTH TO FIT. VALVE NUT EXTENSION PAINTED WITH TWO COATS OF PAINT. PRESERVATIVE AS REQUIRED (SEE DWG BR46 / PAGE B090). PAINT No. 43-655 SAFETY YELLOW OR APPROVED EQUAL. MAX 4" PUMPER CONNECTION TO FACE ROADWAY ASSEMBLY. MIN 2" 1 RAISED PAVEMENT MARKER TYPE 88 A8 FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. L STIMSONITE. TWO—WAY BLUE. \� 42" MIN CONCRETE BLOCKING 1\ BURY r CONCRETE BLOCKING ' CAST IRON TEE. WITH 6" FLANGE_ SIDE OUTLET, �F6" GATE VALVE (FL X MJ) AWWA G-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT TWO 3/4" STEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. 16" x 8" X 4" MININUM CONCRETE BLOCK ALL GROUND UNDER HYDRANT 1/3 CU. YD. WASHED DRAIN ROCK (3" TO 3/8") ' RADIUS FIRE HYDRANT A. SEMB Y LEVEL ALL GROUND 1 5" STORTZ MIN 3' RADIUS 06 ONE MAN ROCK 1 _ UJLE 6D FIB FIRE HYDRANT ASSEMBLY DETAIL ��Y ,O ADOPTED HYDRANT LOCATION IN CUT OR FILL Ue CITY OF RENTON STANDARD PLANS 10 15/96 Edited text, odded valve nut extension DCV DT ��t'N t1J$ LST DATE: 10/15/96 5/18/95 Revised Pumper Port DCV DT 12/15/92 Corrected text & Chonged point color RTM DT DWG. NAME: BR24 SP PAGE: B102 DATE REVISION BY APPR'D MARKER MARKER MARKER I144 144 I TWO LANE ROAD ON SIDE STREETS OFFSET MARKER TO WHERE THE HYDRANT INDICATE WHICH SIDE IS WITHIN 20' OF A OF STREET HYDRANT MAIN TRAVELED STREET, 7' IS ON (4" FROM DOTS THE MARKER IS TO BE �_ OR PAINTED LINE) INSTALLED ON THAT MAIN STREET MARKER MARKER RAISI D PAVMENT MARKER • TYPE 88 AB STIMSONITE TWO-WAY (BLUE) -4 4 FOUR LANE ROAD FIVE LANE ROAD OFFSET MARKER TO OFFSET MARKER TO INDICATE WHICH SIDE INDICATE WHICH SIDE OF STREET HYDRANT OF STREET HYDRANT HYDRANT MARKERS IS ON (4" FROM DOTS IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) OR PAINTED LANE DIVIDER) G~�Y CITY OFREDNTON e HYDRANT MARKERS STANDARD PLANS LST DATE: 10/29/96 DATE REVISION BY APPR'D DWG. NAME: BR24A SP PAGE: B103 CONCRETE DEAD MAN BLOCKING WITH SHACKLE RO)S TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERIS ICS. CAST IRON CAP OR PLUG WITH 2" IPS TAP SHALL BE A ROCKWELL 1 482 END CAP COUPLING. I I 2" GALVANIZED IRON PIPE WATER MAIN I AS REQUIRED, 2" CLOSE NIPPLE �- 2" 90' ELBOW 2" GALVANIZED IRON PIPE, 12" LONG. PLAN TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE BO9O) 8" TOP SECTION, WITH REGULAR BASE SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED _F 2" PLUG, SCREWED 18" ' 2" GALVANIZED IRON PIPE 12" LONG �- 2" GALVANIZED IRON FIPE AS REQUIRED. 2" GATE VALVE, SCREWED �- INSTALL 2" 90' ELBOW, SCREWED 2" GALVANIZED IRON PIPE AS REQUIRED. TEMPORARY 2" BLOW-OFF ASSEMBLY ELEVATION CCA p ADOPTED CITY OF RENTON STANDARD PLANS O$ LST DATE: 10/15/96 10/15/96 1 MOeo v w nut oxtm ion DCV DRT DATE I REVISION I BY IAPPR'DI DWG. NAME: BR25 SP PAGE: B1O4 I I 12"x 22" CONCRETE METER W I IN UNIMPROVED RIGHT OF WAY W I BOX WITH 3/16" STEEL DIAMOND PLATE INSTALL METER BOX AT COVER EQUAL TO FOG TITE METER I PROPERTY LINE. SEAL CO. B-10 METER BOX. a l d 6" MIN O o FINISH GRADE 9" MAX d SIDEWALK a 21" MIN WATER METER TO BE COVER SUPPLIED BY THE -� 12" MIN 36 MIN COVER CITY 36" MIN COVE TYPE "K" SOFT COPPER TUBING FORD COPPERSETTER NEW DUCTILE IRON LOOP DOWN TO CENTERLINE VH 7;:-15W-44-33G (FOR 5/8" x 3/4" METER) WATERMAIN OF WATER MAIN TO PROVIDE VH 7;-15W-44-44G (FOR 1" METER) BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. SLACK IN COPPER SERVICE PADLOCK WINGS ON KEY VALVE SINGLE CHECK VALVE LINE TO METER. ON OUTLET. CORPORATION STOP. FORD TAPERED ALL PACK-JOINT FITTINGS SHALL BE WITH GRIPPER. THREAD (CC). PACK JOINT (3/4" F1000) (1" F1000) IF SERVICE LINE TO HOUSE IS TO 13E INSTALLED IN THE FUTURE INSTALL FORD C14-33 OR 44 22-1/2' FIDT x COMPRESSION COUPLING 3/4" OR 1" GALVANIZ=D PLUG FOR SERVICE FROM EXISTING STEEL EXISTING CAST IRON ASBESTOS CEMENT OR PVC WATER MAINS OR DUCTILE IRON INSTALL DOUBLE STRAP SERVICE CLAMP WATERMAIN EQUAL TO MUELLER CO. 3/4" & 1" WATER SERVICE c � ADOPTED CITY OF RENTON STANDARD PLANS �$ IST DATE: 12/96 10/15/96 Edited teet. DCV AC DATE REVISION I BY IAPPR'DI DWG. NAME: BR41 SP PAGE: B106 L�\ JLI\VIVC UL II1IL Z I I Z J J y IN UNIMPROVED RIGHT—OF—WAY CAUTION:VALVE BOX SHOULD NOT REST ON PIPE. 10 11 12 / INSTALL METER BOX AT LATER COMPACTION IN AREA OF VALVE BOX COULD a / PROPERTY LINE. a CAUSE THE BREAKAGE OF THE SERVICE. O I O o a 10" MIN. 14" MAX. z — 3 9 36" MIN. in 4 LEAVE EXPOSED COVER 7 12" MIN a — BY PASS NOT NEEDED o a FOR IRRIGATION METERS a 0 0 0 1 2 3 6 7 7 13 5 6 CRUSHED ROCK BASE TO SUPPORT VAULT. "QIAL LIST FOR 2" eFRViCE- METER I QQATEn IN PLANTING STRIP B TWEE RB -ID ball MATERIAL LIST FOR 1-1/2' RVI-E� MFTER LOCATED IN PLANTIN. STRIP BFT1V� N !IB AND cID wall. 2" BRASS NIPPLE 1. 2" topped lee. 1. 2" topped tee. (MIPT x MIPT) 2. 6" long X 2" brass nipple with threaded ends (MIPT). 2. 6" long X 2" brass nipple with threaded ends (MIPT). CAST IRON OR 3. 2" double disc pots calve(full opening for topping) with threaded ends, 3. 2" double disc gote valve (lull opening for topping) with threaded ends, square CONCRETE BLOCKS square operating nut, and wive nut extension if required (dwg BR46/Page 8090). operating nut, and wive nut extension if required (dwg BR46/poge 8090). DUCTILE IRON WA TE RMAI N. 4. Two piece cost von wive box. Standard 8" top section with regular base section, 4. Two piece cost von valve box. Standard 8" top section with regular base section, FOR SERVICE FROM EXISTING length to et, 'lug" type cover. length to fit. "lug" type cover. WATERMAINS INSTALL 2" FORC 5. 2" brass bushing (MIPT x FIPT). 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT), F202 STYLE SADDEL (IPT) 2 each 2" brass or bronze nipples 6' length, threaded ends. 2 each 1-1/2" brass or bronze nipples 6" length, threaded ends. 2 each 2"-90' brass or bronze elbows (FIPT x FIPT). 2 each 1-1/2"-90'brass or•bronze elbows (FIPT x FIPT). 6. Z' (MIPT) x compression fitting, Ford C84-66 or equal. 6. 1-1/2" (MIPT) x compression fiUin9, Ford C84-66 or equal. ALTERNATE CONNECTION DETAI 7. 2" soft copper tubing type "K, length to fit, 7. 1-1/2" soft copper tubing type "K, length to fit. FOR EXISTING MAINS 8. 2" pock-pint 90' ell, for Ford L44-77 or equal. 8. 1-1/2' pock-pint 90'ell, for Ford L44-77 or equal. 9. 2" Customsetler with by-pass Ford VFH 77-128 x 17-3/16" or equal, with flanged 9. 1-1/2 Customselter with by-poss Ford VFH 66-12B x 13-3/16" or equal, with flanged angle calve and padlock wings on inlet, and angle check wive outlet, boll volve on angle valve and padlock wings on inlet, and angle check valve outlet, boll wive on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 1-1/2" & 2" WATER SERVICE DETAIL 10. Rigid meter spreader to be supplied and installed in meter seller by contractor. 10, Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed b Cif of Renton upon LOCATED IN PLANTING STRIP 11. Water meter shall be supplied and installed by City of Renton upon payment of all y y p payment of all related water meter fee and satisfactory pressure and purity tests, related water meter fee and satisfactory pressure and purity tests. BETWEEN CURB & SIDEWALK 12. 17"x28" concrete meter box with 3/8" steel diamond-plote cover equal to Fog Tito 12, 17"x28' concrete meter box with 3/8" steel diamond-plote cover equal to Fog Tito Meter Seal Co. No. 2T. Meter box shall be double stocked. Meter Seal Co. No. 2T. Meter box shall be double stocked. G•`�Y ADOPTED 13. 2" coupling(compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. 13• 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 A 1 CITY OF RENTON The properly owner is responsible for any necessary odoptolion or extension of or equal. The property owner is responsible for any necessary adaptotion + J+ water service. or extension of water service. _• - STANDARD PLANS LST DATE: 10/15/96 10/15/96 Add valve nut..t.-ion Dcv AG 3/e/95 Material Lists f1GV AG DATE REVISION BY APPR' DWG. NAME: BR42 SP PAGE: B 1 07.1 W CAUTION VALVE BOX SHOULD NOT REST ON PIPE. LATER COMPACTION IN AREA OF VALVE BOX COULD CAUSE THE BREAKAGE OF THE SERVICE. - 0 11 12 'D K , PRIVATE PLUMBING 10" MIN. 9 SHALL CONNECT HERE 14" MAX, 77; 36" MIN.COVER 7 MATERIAL LIST FOR 1-1 SERVICE WITH METER LOCATED IN RIGHT—Of—WAY BEHIND SIDEWq ' 1. 2" tapped tee. 2. 6" long X 2" brass nipple with threaded ends (MIPT). 3. 2" double disc gate valve (full opening for topping with threaded ends, square 7 operating nut and valve nut extension if required (dwg BR46/poge B090). TOUSUPPORTSHED ROCKA LT. 4. Two piece cast iron valve box. Standard 8" top section with regular base section, 1-1/2" AND 2" WATER SERVICE DETAIL 8 length to fit, "lug" type cover. 5. 2" X 1-1/2" hex brass bushing (MI?T x FIPT) 2 each 1-1/2" brass or bronze nipples 6" length, threaded ends MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT—OF—WAY BEHIND SIDEWALK 2 each 1-1/2"-90' brass or bronze elbows (FIPT x FIPT) 1, 2" topped tee. 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 1-1/2" soft copper tubing type "K., length to fit. 2. 6" tong X 2" brass nipple with threaded ends (MIPT). 8. 1-1/2" pock—joint 90' ell, for Ford L44-77 or equal. 3. 2" double disc gate valve (full opening for topping) with threaded ends, square 9, 1-1/2" Customsetter with by—pass Ford VFH 66-128 x 13-3/16" or equal, with flanged operating nut and valve nut extension if required dwg BR41/page 8090). angle valve and padlock wings on inlet, and angle check valve outlet, ball valve on 4. Two piece cost iron valve box. Standard 8" top section with regular base section, bypass with padlock wings. Customsetter shall have vertical inlet and outlet. length to fit, "lug" type cover. 10. Rigid meter spreader to be suppliec and installed in meter setter by contractor. 5. 2" brass bushing (MIPT x FIPT) 11. Water meter shall be supplied and installed by City of Renton upon payment of all 2 each 2" brass or bronze nipples 6" length, threaded ends related water meter fee and satisfactory pressure and purity tests. 2 each 2"-90' brass or bronze elbows (FIPT x FIPT) y P P y 6. 2" (MIPT) x compression fitting. ford C84-66 or equal. 12. 17"x28" concrete meter box with 3/8" steel diamond—plate cover equal to Fog Tile 7. 2" soft copper tubing type K , length to fit. Meter Seal Co. No. 2T, Meter box shall be double stacked. 8. 2" pock—joint 90' ell, for Ford L44-77 or equal. 13. The property owner is responsible for any necessary adaptation or extension of 9. 2" Customsetter with by—pass Ford VFH 77-129 x 17-3/16" or equal, with flanged water service. angle valve and padlock wings on inlet,'ond angle check valve outlet, boll valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 1-1/2" & 2" WATER SERVICE DETAIL 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. LOCATED IN RIGHT-OF-WAY 11. Water meter shall be supplied and installed by City of Renton upon payment of all BEHIND SIDEWALK related water meter fee and satisfactory pressure and purity tests. tiCY p ADOPTED 12. 17"x28" concrete meter box with 3/8" steel diamond—plate cover equal to Fog Tite U CITY OF RENTON Meter Seal Co. No. 2T. Meter box shall be double stocked. ; 13. The property owner is responsible for any necessary adaptation or extension of — STANDARD PLANS water service. LST DATE: 10/15/96 10/15/96 Added volve nut extension. DCV DRT GATE REVISION BY APPR'D DWG. NAME: BR42A SP PAGE: BR107.: NOTESr „4a4 p Frame and prate (see Standard Pion 1. if wire mesh is used as an alternate to rebor. It shall for details) not be placed in knockouts. 2. Th thick The bottom ofm the beprecast d base section shall be minimum ay 3. Knockouts maybe on all four sides, either round or shape, pipe to be Installed In factory supplied A' knockouts. Hole size shall be equal to pipe outer 6" Riser Section diameter plus catch basin wall thickness, 20" MAX, \ f'6 4. The maximum depth from the finished grade to the pipe I 13 Bar hoop �l invert Is 5 -0 . S. rlsero�ectlon on tshosldes notoexceed;joust base section and 5 S co�tetn4o grate be installed with tlonge down or 12" Riser Section + % 12„ 2 13 Bar hoop ► I Precast Bose Section / �•, (Measurement at the top MIN of the base) A I I 13 Bar each earner �) CATCH BASIN TYPE I e \ Aw�i4 YM NI A, 3 Bor each side ► ADOPTED . CITY OF RENTON ' N Standard PlantUrd a) Bar each way .ts.s sevlsed precast base section and M+es. rr 4 Isst Osle S/j6/1995 S•1.1) Ilevued notes and reslpnsd. !de SP PAGE B012 Csi[ Mvrstb" nt urR'o Piro No B•01 23 3/4" 0 C: 0 C D FOR SLOT DETAIL SEE v STD DETAIL DWG D-7 .1 O O 0 0 0 17 3/4" X F -< c rn D Z K -a rn ul 2" r--� 1/2„ -�� LEVELING PAD (6 MIN) 1/8"X 3/4"X 2 1/4lj\ 1 3/8" 1/16" 5' DRAFT NOTES: SUBJECT TO APPROVAL BY ENGINEER. I. SELF-LOCK VANED GRATE MANFACTURER 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD SURFACE WATER UTILITY (ALLEN HEAD) BOLTS, 2" LONG. NOTE SLOT DETAIL. VANED GRATE 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. N BORDER AREA. ADOPTED 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED O CITY OF RENTON 5. SHALL CONFORM TO SEC 7.05 OF THE STANDARD SPECIFICATIONS. . 6. WELDING IS NOT PERMITTED. s! STANDARD PUNS 7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR COMPLETE DEBURRING. LST DATE: 12/96 8. USE A BI-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES. s� rou�T i[1 11 r17 DWG. MAME: BR-028 SP PAG`�9 25" CEMENT CONCRETE CURB 2 1/2" 31" GUTTER ' CATCH BASIN WALL VERTICAL CURB SEE NOTE 1 EXTRUDED CURB LEVEL PADS (16) 3/4"X 2 1/4"X 1/8„ i E.AU 18"x24 9/16 1 1/2" GUTTER 4" 16"x22" CATCH BASIN WALL 3/4" EXTRUC Q CUR@ 171�/4"x230"3/YP) SURFACE WATER UTILITY ( T CATCH 13ASIN FRAME & GRATE DETAILS 25"x31" (SHEET 2 OF 2) yATION ADOPTED NOTES: CITY OF RENTON 1, DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8'-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2' LONG. STANDARD PLANS 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. LST DATE: 12/96 �. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. FRAME IS OLYMPIC FOUNDRY ISM50 OR EQUAL. __ _ , DWG. NAME: BR-18A __ SP PAGE: 8020 i From# and grate or ring and cover NOTES 1. Hondholds In riser or od11stment section shall a a z ` TM Riser or adjustment section hove 3" MIN clearance. Steps In catch basin i s — sholl hove 6" MIN clearance. No steps ore required when "B" is 4' or less. For details Handtt01d4 see Standard Plan "Miscellaneous Catch Basin 8• Flat slab cover DetolIs". 2. Precast bases shall hove cutouts or knockouts with 0 wall thickness of 2" MIN. HOI0 sIZt 20'� x 24" or shall be equal to ppipe outer diameter plus 14" DIA j Steps and ladder catch basin wall ihlckness. Maximum hole •' size Is 36" for 48" catch basin, 42" for 54" catch basin, and 48" for 60" catch basin, �• Minimum distance between holes Is 8" i 3. All base reinforcing steel shall be placed In /8 51'r'or 60" . the top half of the baser I" MIN clearance. 4. The bottom of the precast catch basin may be I / • I•• �. rounded. .• i �.. .' S. From and grate may be installed with flange I j down or cost Into riser. i t m I j I I 1 t t t z . Reinforcing steel (for precost base with Integral riser) o j 0.15 SO IN/FT in each direction for 48" DIA Mortar fillet `,! 0.19 SO IN/FT In each direction for 54" DIA II 0.25 SO IN/FT In each direction for 60" DIA 7 Precast base with Integral riser 54" 0 A•8" I Grovel backflll for pipe bedding. 60" DIA•8 ' �6"1. I G" MIN compacted depth. For precast • I j � � Doses only. 1..0, I For separate cost in place CATCH BASIN TYPE 2 Separate cost in plot* or separate precost boss 48" DIA, 54rr DIA, OR 60" D I A Reinforcing steel (for separate base Only) 019-1y14MIlin0/001.40y nw�uu/• ,.D., R:ng n•ru,w.i•ar 0.23 SO IN/FT In *och direction for 48': DIA 0.19 SO IN/FT In each dlr*ctlon for 54 DIA 0.25 SO IN/FT In each direction for 60" DIA AborMD w. cmr or RENrON "7.�. • Swdlr4 MIN 1•II•ri we w n h M�rrrrr rr rh•IIrI W�� Uo Div 1r7OW PRECAST,BASE JOINT 1.1./t , ra r«l .wiL:�'r«wNw•I« /w ' DETAIL N. /' '^''r .r,.4w 01 nrr S►MOr.B02/ NOTES I . Proprletory cotch bosin step; and approved ollernote plastic loddersore occeptobls. rOximOtel e6 Bors of t" centers ,1t:==:1" 2. Catch bosin step legs shall be porol lei or oxc y ,� `�` the option of the manufacturer, e bottom face xcept that roddlol at �I I� .,Itn 1- NIN cover r of I steps in any Catch bosin shall be similar. Penetration of the outer wall is prohibited. 2,• II r �� ' f clearance �I�I I � 3. Opening in top slob may be 242" x 20" x 24" DIA. TYP t � 2' MIN ; q, As an occeptoblee alternate to rebor, wire mesh may be used. L20J _ �;� �3• 96" TOP SLAB TYPICAL ORIENTATION _ y, N FOR ACCESS AND STEPS N .5 Bars of 6" centers bottom fOce t �\ rIth I" MIN Cover 12•' MIN �1 -8 6olvanited deformed rebor c I e or once TYP N 11 Y4" Center to center �1 HANDHOLD 2" N IN `o zoo. T I2" u1N ; =` PREFABRICATED LADDER u u 72" TOP SLAB u , PROP RUNG CATCH BASIN STEP ATCH BASIN STEP ,4 Bars of 6" centers bottom face MISCELLANEOUS .Itn I'• NIN cover CATCH BASIN DETAILS uYlritra 110f e(.r rya M Ay,ye.1.11�. (I for once 5�• 24'" iTP �fI 03 Bar (See Note 41 AtbIT[D I�1" clearance CnYOPRENTON �L"0 I sum"M Moro e GRADE RING — t,ND..;nd149t .,,•, ...loll W.IA 1...,.. 48" 54" AND 60" TOP SLAB 1111M.„...le,r»a...1.ww»r»..M1p..- U S►WeB035 e.0 l,.iva �' °"a ►hn No 0 4V. 1/2'' WEB 8 PL. x 3" x 3/8" NON—SKID PATTERN CAST INTEGRAL ON TOP ON 26-3/8'' ON 0 25-1/4"r7 0 24' 1„ 1 ,A -'� --1-1/4„ 23-1/4" 3/a" FRAME (NON—LOCKING) COVER (NON-LOCKING) 33-1/4"FOR 5/8"-11 N,C, x 1-1/4" SECTION A—A 1_A S,S. SOC, HD, CAP SCREW (3 REQ'D.) 5/8'. 3/8" 3/8" TYP, NON—SKID PATTERN 1/2" TYP. 1 2" 0 eo°o Q- 8 T I II o i o A 0 D o 1" SEAT I-- --1 h—2—1/2" 1—7/8" TYP, DRILL TA 25" 2" RAISED LETTERS AS SECTION B-B REQ'D. SEE NOTE No,3 BELOW UNDERSIDE SHOWN FOR CLARITY 3/4" CORE (TYP.) ON 23" B.C. AND P 5/8"-11 N.C. 1-1/2" CORE (TYP.) (LOCKING) ON 23" B.C.(TYP. 3 PL.) FRAME ( 0� CKING� COVER (l OCKING), MANHOLE FRAME AND COVER NO TES; ADOPTED 1, FOR NON—LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. Carr OF RENTON 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL, � tf � STANDARD PUNS 3, USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), LST DATE: 12/96 SANITARY (SPECIFY "SEWER"). OR WATER (SPECIFY "WATER"). ocv A° DWG. NAME; BR29 SP r�nGE: 807h t0 17 9 EdtUd nol��. Y APPR' .....—...—_._._---- DATE I_ II PROPERTY LINE r-o^ MIN, r..-----61-0', FUTURE BUILDING SEWER 6" BUILDING SEWER PIPE _ i 21lx 4" STUD SERVICE MARKER PAINT UPPER TEE WITH 6" SIDE OUTLET PORTION WHITE ANS STENCIL ON SIDE r WORDING 'SEWER' WITH 3" HIGH BLACK LETTERS, �- AND 06 WIRE WRAPPED AROUND THE STUD AND i rx � EXTENDED TO THE TOP OF THE STUD. 6" SIDE SEWER AND BUILDING SEWER o CL I UNLESS OTHERWISE APPROVED BY THE CITY, MAKE TAP THROUGH CAST IRON SADDLE SECURED WHEN T N WITH STAINLESS STEEL BANDS EN CONNECTING NEW SIDE SEWERS TO EXISTING MAIN, 60" ALLOWABLE MAX. PIPE VITRIFIED CLAY, LMAINSPLAIN ARE TO BE CORE REINFORCED DRILI.�CONCRETE, D1 PIPE AND Cl FOR CAST IRON PIPE OR DUCTILE IRON PIPE. i ti '�� IONS mix ►� ?LOCKING ��+ HORIZONTAL 6" SIDE OUTLET TEE SEWER MAIN SEWER MAIN STANDARD SIDE SEWER INSTALLATION 6" MIN. CONCRETE BLOCKING ANGLE TYPICAL SIDE SEWER ELEVATION (SEWER MAIN TO PROPERTY LINE OF TEE AT MAIN OVER 25 ADOPTED ELEVATION AM crrr or RESTON NOTE, Standard plan• UNLESS OTHERWISE SHOWN AN �HEPLOWESTD HOUSEEELEVA ION, WHICHEVERUISgLOWER. AT PROPER TY R@Y LdT DATC: 12/15/91 LINE OR 3-5' LOWS P DWC. NAME: 8R39 SP PACE;8078 R/W I I r ---- -- - I2• MIN, EXISTING 6" SEWER I STUB (REMOVE TO R/W) _j EXISTING SANITARY SEWER (REMOVE) CAP EXISTING SIDE SEWER r ` ` 6"x 4" REDUCER 6" WYE 1/8 OR 1/16 BEND AS REQUIRED PROPOSED 6" SEWER STUB MAIN RUN SIZE X 6" TEE TYPICAL STUB CONNECTION FOR SEWER REPLACEMENT ADOPTED CJ�A® CITY OF RENTON PROPOSED SEWER MAIN ` I� ` STANDARD PUNS LYT DAM 12/96 DWG, NAME: BR33 SP PAGE: 8079 FIGURE 5.4.4K GRAVEL AND WIRE MESH FILTER 18" Min . Gravel (12" Min . depth ) Runoff Water with Sediment� �s�y —�����--�� I�IIIU�-II o o •- �� � Wire flesh with Fi 1 ter �.--Sediment -Filtered Water Fabric on top FIGURE 5,4,41 FILTER FABRIC FENCE INLET BARRIER ___._.__,_-__ -- - - -- Drop Inlet with Grate Stakes C Filter Fabric Stakes Filter Fabric Runoff Water ,Washed Gravel with Sediment Filtered Water Buried Filter Fabric 8" a za xo 0 w �7 Golder Associates Inc. 4104-148th Avenue,N.E. _ Golder Redmond,WA 98052 A �,cOM��eS Telephone(425)883-0777 �]�.7 I.lCLL ' Fox(425)882-5498 SUBSURFACE INVESTIGATION SOUTH RENTON SEWER REPLACEMENT PROJECT ' RENTON,WASHINGTON Prepared for. ' Planning/Building/Public Works Department City of Renton Renton,Washington ' Submitted by: Golder Associates Inc. Redmond,Washington ' David P.Findley Robert L.Plum,P.E. Associate Engineering Geo ogist O� 'I'P rincipal May 28,1998 y� `�, x 9CFFIM osmDPFt.00 C c 175t4 CS S�:rN.ALGC OFFICES IN AUSTRALIA.CANADA, H G ITA EDE .UNITED KINGDOM.UNITED STATES ,May 28 1998 i 983-1019 ' TABLE OF CONTENTS Page No. 1. INTRODUCTION 1 , 2. PROJECT AND SITE DESCRIPTION 2 3. SUBSURFACE INFORMATION 4 3.1 Previous Metro Investigations 4 3.2 Project Field Exploration 4 ' 3.3 Laboratory Testing 5 4. SUBSURFACE CONDITIONS 6 t 4.1 Geologic Setting 6 4.2 Soil Conditions 6 4.3 Groundwater Conditions 8 ' 4.4 Liquefaction Potential 8 5. RECOMMENDATIONS 10 5.1 General 10 , 5.2 Pipe Bedding 10 5.3 Liquefaction 10 ' 5.4 Trench Excavation and Dewatering 11 5.5 Impacts on Adjacent Areas 12 5.6 Trench Backfill 12 6. U SE OF THE REPORT 14 7. REFERENCES 15 ' LIST OF TABLES ' Table 1 Boring and Groundwater Summary LIST OF FIGURES Figure 1 Vicinity Plan ' Figure 2 Site Exploration Plan Figure 3 Cross Sections ' Figure 4 Liquefaction Results APPENDICES t Appendix A Recent Borings ' Appendix B Recent Laboratory Testing Appendix C Previous Borings Golder Assoclates ' May M, 1998 1 983-1019 1. INTRODUCTION This report presents the results of our geotechnical investigation for the South Renton Sewer project. The scope of work for this project was contained in our proposal to you dated December 1,1997. We proceeded with our study based on your written authorization to proceed received on January 13,1998. In general,the sewer replacement will consist of installing new 8 to 15-inch diameter ' sewer lines at depths ranging from 5 to 10 feet below grade. The investigation encountered typical subsurface conditions for the downtown Renton area. This included thin fills over loose silts,silty sands,and clean sands with gravels with occasional thin beds of soft silty clay. Groundwater depths encountered in February 1998 were generally below the proposed invert of the replacement pipe. These conditions will require trench excavation support with some dewatering along limited sections of the alignments. We understand that similar pipelines have been installed using open excavations with trench box support and dewatering from within the excavation. Careful planning and execution by the contractor will be essential to maintain trench ' stability,control seepage,and minimize adverse impacts on adjacent streets,utilities,and houses. Golder Associates May 28 1998 2 983-1019 2. PROJECT AND SITE DESCRIPTION , The project site is located in the downtown area of the City of Renton as shown on Figure 1. The replacement sewer pipelines will be along Wells Avenue S.,Williams Avenue S.,and Burnett Avenue S.,between S.Third Street and S.Grady Way,and along S.5th and S 6th Streets between Burnett Avenue S.and Wells Avenue S as shown on Figure 2. The project corridors are located in downtown Renton in a mix of commercial and business areas and residential areas. The residential areas are generally located south of S.5th Street and the commercial and business areas located to the north of S.5th , Street. The site is relatively level but does slope gently from about elevation 40-feet in the north at 3rd Street to about elevation 30-feet in the south at 6th Street. The City of Renton has a well field located to the north across the Cedar River which is pumped primarily in the summer months. The area inclose proximity to the wells is a designated Sole Source Aquifer. Based on discussions with the City of Renton,the proposed sewer replacement project lies entirely outside the Sole Source Aquifer area. In addition we understand that it is unlikely that the groundwater in the project area is effected by seasonal variations in the pumping rates. ' The project will consist of replacement of the existing 8 to 15-inch diameter sanitary sewer along these corridors with a new 8 to 15-inch diameter line. The existing sewer is quite old having been installed in the 1920's or 1930's. The invert depths of the replacement sewer pipes are anticipated to be about two feet deeper than the invert depths of the existing sewer pipes in order to improve the flow characteristics of the , replacement line,and will range from about 5 to 10 feet below ground surface. In general,the new line will be located directly below the existing line which will result in excavation down through the original pipe backfill and removal of the existing pipeline. ' We understand that the City will allow the contractor to open cut the entire pipeline trench including the street intersections. This will require street closures and traffic detours but will avoid the expense of jacking or tunneling. ' The Eastside Interceptor Section of the King County Metro sewer line,constructed in the early 1960's,is located along the Burnett Avenue South portion of the project area as ' shown on Figure 2. Through this portion of the project we understand the invert of the Metro line is situated at depths between 22 to 35 feet below ground surface. During the 1965 magnitude 6.5 earthquake,surface settlement was noted along two general section ' of the alignment along Burnett Avenue South between 6th Ave.S and 7th Ave.S and along 7th Ave.S near Shattuck Street. Internal pipe examination showed that at the Burnett location about a 275 foot section of the pipe had heaved a maximum of 2.98 feet. ' Along 7th Ave.S.the damage was less,with a maximum heave of about one foot. Detailed investigations (Metropolitan Engineers 1965)indicated that pipelines were probably damaged by liquefaction of saturated backfill and not liquefaction of the native , soils. The liquefaction was felt to have been caused by a combination of a poorly graded fill and inadequate compaction resulting in a low relatively density of the fill. The damage on Burnett Avenue S.resulted in a high point in the pipeline profile which ' caused back-up of flow behind the high point. This was remediated by placing a concrete apron for over a thousand feet along the invert behind the high point in the Golder Associates ' May 28, 1998 3 983-1019 profile creating a smooth flow transition across the high point. This remedial solution resulted in a loss of pipeline capacity. We understand that King County Metro is ' currently planning to increase the capacity to eliminate the restriction caused by the loss in the flow area. Although several options will be considered,it is likely that a second smaller line will be installed through this area either along Burnett or an adjacent street. ' Another option might involve removal of the concrete apron and repair of just the 275 foot damaged section. Golder Associates May 28,1998 4 983-1019 3. SUBSURFACE INFORMATION 3.1 Previous Metro Investigations t Several borings were drilled for Metro by Metropolitan Engineers in 1961 for the initial sewer installation with several additional borings completed in 1965 after the earthquake damage. The results of these borings and associated laboratory tests are included in two reports by Metropolitan Engineers (1961,1965). Four of these borings (BH-1,BH-9, BH-13,and BH-14)drilled to depths of 40 to 63 feet are located along Burnett Avenue in dose proximity to the proposed new Renton replacement sewer. The locations of the borings are shown on Figure 2 and the logs are included in Appendix C. ted the results of two um tests. One test was performed in , The 1961 report also presented pump boring BH-13 which is located just north of the intersection of Burnett and 3rd Avenues. The second test was in boring BH-14 which was located along Burnett between 3rd and Houser Way. 3.2 Project Field Exploration The field investigation for the replacement Renton sewer was completed during February 15,16,and 17,1998. The investigation work consisted of drilling and logging eighteen bore holes along the proposed corridors in order to characterize the subsurface geologic and hydrologic conditions. Bore holes were drilled and logged to depths of ' about five feet below the proposed pipe invert, total hole depths ranged from 145 to 19.5 feet below the existing ground surface. The boreholes were located along the north- south oriented corridors (Wells,Williams,and Burnett Avenues S.),and the distance between each borehole was about 300 feet. The boring locations are shown on the Site Exploration Plan,Figure 2. Figures 3a,3b,and 3c are stratigraphic cross-sections located along the project corridors. Summary logs of the bore holes are presented in ' Appendix A. The drilling investigation was completed using a truck-mounted Mobile B-59 drill turning a 4-inch inside diameter,hollow-stem,continuous flight auger. Representative soil samples were obtained at approximately five foot intervals. The samples were obtained in accordance with the Standard Method for Penetration Test and Split Barrel , Sampling of Soils as described in ASTM D-1586. The test and sampling methods consisted of driving a split spoon sampler a distance of 18 inches into undisturbed soils. The sampler was driven by a wireline actuated 140 pound hammer falling a distance of 30 inches onto the top of the sampler assembly. The number of blows required to drive the sampler for each of the three 6-inch intervals is recorded and the sum of the number of blows required for the final 12 inches is referred to as the Standard Penetration Resistance (N),which is a measure of the relative density of granular soils and the relative consistency of cohesive soils. However,field judgment is required when assigning density descriptions to soils containing a high percentage of coarse gravel and ' cobbles. The driving resistance altered by the coarse-grained fraction artificially elevates the blow counts indicating denser soils than the actual in-situ conditions. All soil Golder Associates ' May 28,1998 5 983-1019 samples were placed in sealed plastic jars to prevent moisture loss during transport to our Redmond,Washington laboratory. ' g geologist The borings were monitored by an engineering from Golder who located specific exploration sites,examined and classified the materials encountered,obtained ' representative samples,and recorded pertinent information including soil depths, stratigraphy,soil engineering characteristics,and groundwater occurrence. Representative soil samples were classified in accordance with Golder Associates ' Technical Procedures and the Unified Soil Classification System. The actual transitions may be more gradual or abrupt than implied by the boring logs. The conditions depicted are only for the dates and locations given,and therefore,are not necessarily ' representative of other locations and times. One-inch inside diameter PVC standpipe piezometers were installed in borings G-6, ' G-11,G-16,and G-18. The piezometers were installed with a cap on the bottom,a five- foot slotted screen just above the cap,an eight-foot silica sand (CSSI)pack extending from the one foot below the bottom of the screen to about two feet above the screen,a one-foot thick bentonite-chip backfill seal above the silica sand,and backfill to the ground surface. Each of the piezometers was completed with a protective flush-mount iron surface monument set in concrete. Pertinent borehole data including location,estimated surface elevation,depth,estimated replacement pipe invert,and groundwater levels are summarized in Table 1. 3.3 Laboratory Testing The previous reports by Metropolitan Engineers (1961,1965)included numerous additional grain size and Atterberg limit results. Both the soil descriptions in the Metro logs and their laboratory results were consistent with our new borings. Thus only a limited number of new tests were performed. This included one grain-size analyses and three Atterberg limits tests on representative samples collected from the bore holes. The laboratory results of the geotechnical testing are presented in Appendix B. Golder associates May 28,1998 6 983-1019 4. SUBSURFACE CONDITIONS ' 4.1 Geologic Setting , The recent geologic history of the Puget Sound Lowland region has been dominated by several glacial episodes. The most recent,the Vashon stade of the Fraser glaciation,is ' responsible for most of the present day geologic and topographic conditions encountered during engineering projects. The Puget lobe of the Cordilleran ice sheet deposited a heterogeneous assemblage of proglacial lacustrine deposits,advance ' outwash,lodgment till,and recessional outwash upon either bedrock or older pre- Vashon sediments and bedrock As the glacier retreated northward,it uncovered a sculpted landscape of elongate uplands and intervening valleys. Post glacial deposits , include: alluvium deposited within active stream channels; lacustrine,organic silt,and local peat deposits within kettle depressions,meandering drainages,and outwash channels;volcanic mudflow deposits; and landslide deposits. ' The project site is located in the geologically recent flood plain of the Cedar and Black Rivers. Since retreat of the last glacial ice about 13,000 years ago the area has been the ' site of deposition of diverse sediments representative of a river flood plain or deltaic environment. These include fine sands and silts deposited in slow-moving water referred to as fine grained fluvial deposits; coarse sands and gravels deposited in faster- moving active channels referred to as coarse grained fluvial deposits; and clayey silts, silty clays,and peats deposited in ponds and small lakes in the flood plain referred to as lacustrine deposits. 4.2 Soil Conditions Based on the results of our recent subsurface explorations,the soils along the proposed sewer alignments generally consist of fine grain fluvial deposits composed of very loose to loose fine to medium sands,silty sands,sandy silts and silts. The second most common soil was coarse grained fluvial deposits composed of loose to compact sandy gravels. Minor thin lacustrine layers were also encountered composed of soft peat and ' clay layers. The coarser soils were deposited in stream channels and tend to have limited lateral continuity across the axis of the pre-historic channel. The occurrence of these coarse soils cannot be predicted without an unusually close spacing of borings or extensive geophysics due to the localized nature of the channels. Descriptions for these soil units are provided below and summarized on the project corridor cross sections presented on Figures 3a,3b,and 3c. The map symbol shown on , the cross sections is shown in parenthesis. In addition,the Unified Soil Classification symbol is shown in parenthesis after the soil description. ' Golder Associates I May 28,1998 983-1019 • Fill (af): The fill found immediately beneath the street pavement ranged from ' zero to about four feet thick(typically about one foot)and was composed of either gravel or sand. The gravel was generally loose to compact,dark olive brown,massive,sandy gravel with trace to some silt(GW/GP/GM). The sand was 1 generally a very loose,orange brown to dark brown,massive,fine to coarse sand, with trace to little silt(SW/SP). Since the borings were not located directly over the existing pipeline,the ' explorations did not penetrate any of the original trench backfill materials. Since the new pipeline will be located below the current alignment,much of the actual excavation will be through the old backfill. Considering the age of the pipeline,it is likely that the majority of the backfill will be composed of the native soils originally excavated from the trench. However,it is possible that the pipe is bedded and partially backfilled with a sand and gravel borrow. This could provide a very permeable conduit for groundwater and make trench dewatering more difficult. • Fine-grained Fluvial Deposits (Off): Fine-grained fluvial deposits were found in all of the boreholes and were the most abundant deposits encountered. These deposits were found at various depths between about 2 and 19 feet. There was little lateral correlation between the borings indicating that lateral variation in stratigraphy is to be expected. The fine-grained fluvial deposits generally ranged from very loose (N=2)to loose (N=6)and varied from fine sandy silts (ML),to silty fine sands (SM),to fine to medium and fine to coarse sands (SP-SW). The ' structure of the beds ranged from massive in the coarser sediments to laminated in the finer sediments. Often bedding was present,with alternating layers consisting of varying amounts of silt and sand. Occasionally a thin layer of clay ' or peat was encountered. A trace to a little organic material was common within laminated deposits. ' • Coarse-grained Fluvial Deposits (Qfc): Coarse-grained fluvial deposits were found in varying amounts in about ten of the boreholes and were the second most abundant deposits encountered in the boreholes. The deposits ranged from t very loose to compact non-stratified,gravel with some sand (GP)to sandy gravel with a little to trace of silt(GW)to gravely sand (SW-SP). Many of the SPT blow counts in the gravelly zones were over 40 b/ft. However,we felt that these values were artificially elevated due to the over-size particles. Thus we based the `compact"description on judgment considering the nature of the deposit and the low blow counts of the adjacent soils without gravel. • Lacustrine Deposits (Ql): Clayey to silty lacustrine deposits were found in eight boreholes. The deposits range in thickness from a few inches to about six feet, ' with most less than about one-foot thick These slow moving(delta)to standing water(lake or pond)deposits consist of clay and silt end members. The clay deposits ranged from very soft to soft,gray olive brown to gray,laminated to ' massive,silty clay(CL-CH),with a trace to little organics (occasionally as very thin peat laminations). The silt deposits were described as very soft,gray to dark olive brown to red brown,laminated to massive,clayey silt,with none to little organics ' (ML). ' Golder Associates May 28,1998 g 983-1019 , All of the samples collected in Boring G-12 exhibited a hydrocarbon odor suggesting a , possible leaking underground tank or former surface spill in the vicinity of the boring. 4.3 Groundwater Conditions At the time of our field investigation groundwater was encountered in boreholes G-4,-5, ' -6,-10,-11,-12,45,-16,-17,and -18. These boreholes were located generally within the southern half of the corridors. The depth to groundwater in those boreholes that encountered water ranged from 5 to 10 feet in the southern area of the alignments to ' deeper than the borings in the northern sections. Table 1 summarizes the groundwater information in February 1998. The elevation to the groundwater generally ranged from about 23 to 26 feet where encountered except in boring G-12 where it occurred at about elevation 19 feet and in G-6 where it was encountered at about elevation 29. In the northern portion of the site , north of about 4th,the ground surface rises to about elevation 38 to 40. With the borings averaging about 15 to 17 feet,the tip of the borings were only at about elevation 23 to 25. Thus it is not surprising that these borings did not encounter groundwater. The deepest boring in this area,G-2,did not encounter water to an elevation of 22 feet. Review of the Metro data from the 1960 data implies that the groundwater levels were higher,on the order of 2 to 3 feet,than those levels measured during this investigation ' It is assumed that the piezometric surface fluctuates seasonally and that groundwater levels may be higher during wetter portions of the year. The northern edge of the ' project area is located approximately 0.25 miles from the City of Renton well field on the north side of the Cedar River. Based on our discussions with Mr.John Hobson of the City of Renton,the project area is located outside the area of influence of the water ' supply wells and it is considered unlikely that groundwater levels will be affected by well pumping conditions at the City of Renton well field. , We have reviewed the maps of the sole source aquifer within the Renton area and the project area is located outside the designated Sole Source Aquifer boundary. As such,no additional precautions,other than usual and prudent construction practices should be ' required. 4.4 Liquefaction Potential Due to the nature of the underlying soils along the project corridor,seisimcally induced liquefaction of the sediments is a distinct possibility. The Liquefaction Susceptibility Map of the Renton Quadrangle (Palmer and others,1994)indicates the project area as located within Category 1,the highest rating for liquefaction susceptibility. , Based on the SPT blow counts,we completed a preliminary liquefaction analysis using the standard Seed method correcting the SPT values for both depth and silt content. The ' results are shown on Figure 4 as a plot of depth versus required corrected blow counts (Nl) for various peak accelerations (am,.,)and actual Nl values. Points that plot below Golder Associates , May 28, 1998 9 983-1019 the required lines imply a high risk of liquefaction. As shown on Figure 4 there is a low ' risk of liquefaction at a.,.,values below about 0.1 g but a high risk for a,,,.values over about 0.15 to 0.2g. According to the 1965 Metropolitan report,the peak acceleration in the area during the 1965 event was on the order of 0.08g. It is not surprising that no evidence of liquefaction of the native soils were observed. However,liquefaction is ' considered a risk for larger events such as a design magnitude 7 event occurring near the site which could produce accelerations in excess of 0.15g. Golder Associates ' May 28,1998 10 983-1019 5. REC OMMENDATIONS 5.1 General ' We understand that the City will allow the contractor to open cut the entire pipeline ' trench including the street intersections. This will require street closures and traffic detours but will avoid the expense of jacking or tunneling. We also understand based on discussions with the City,the previous similar pipes have been placed using ' unsupported open cuts with a trench box used to provide some support and to protect the workmen. Based on our results,the proposed replacement pipe is underlain by loose granular soils ranging from silts to clean sand and gravel with occasional thin layers of soft clay and/or organics. The trench excavation will be primarily through backfill placed in the trench for the existing pipe with only the base of the excavation extending into the native soils below the current invert level. The groundwater data measured in February 1998 indicate that most of the trench excavations will be above the groundwater table with only limited areas encountering seepage. Conservatively the excavation-should be fully supported with shoring such as driven or vibrated sheet piles. This would simplify construction and minimize the risk of any adverse impacts on adjacent properties. , However,this would add significantly to both the cost and the duration that the street will be closed. Since it has been used in the past,we assume that unsupported open cuts with a trench box will be the method likely selected by the contractor. Although we ' agree that this approach is feasible,it does increase the risk of adverse impacts on adjacent areas. Methods to control these risks are discussed below in Section 5.6. For the purposes of this report our recommendations assume open cuts with a trench box. ' 5.2 Pipe Bedding Conventional pipe bedding is considered appropriate provided the invert is underlain- by undisturbed,softened ground. This would consist of placing material above and beneath the pipe zone in accordance with"Pipe Bedding for Sanitary Sewers" as adopted by the City of Renton. In some areas due to a combination of wet conditions and/or very soft soils,the invert ' subgrade will be unsuitable. In these areas the contractor should over-excavate the trench by a minimum of 6-inches and backfill with well graded sand and gravel. If the subgrade is particularly soft,a separation fabric such as Mirafi 500X could be used. The contract should have a unit price bid item for over-excavation and placement of stabilized backfill or geotextile. The decision to use these materials should be at the approval of the City. , 5.3 Liquefaction ' As discussed in Section 4.4,there is a high risk of liquefaction for significant design seismic events. If liquefaction occurs we feel that the primary impact on the pipe will be Golder Associates , May 28,1998 11 983-1019 settlement which would not be uniform This could result in some pipe damage. Due to its size,depth,and general location above the watertable,it is unlikely that floatation would occur. Reducing the risk of liquefaction by densifying the soils below the pipe could be done but is considered inappropriate given the costs,risks of damaging adjacent properties,and limited consequence even if liquefaction occurs. We assume that these risks are acceptable to the City and would not recommend any ' remediation of the liquefaction risks. 5.4 Trench Excavation and Dewatering ' As discussed in Section 5.1,we assume that unsupported open cuts with a trench box to protect workers will be method likely selected by the contractor. In general most of the actual excavated soils will likely be the backfill placed in the original trench for the existing pipe. Thus the geometry of the trench excavation will tend to conform to the original trench excavation unless the trench is widened. Thus if there had been areas where the trench sidewall collapsed,the new trench will tend to also widen to meet the original trench geometry. ' In general the depth of the excavation ranges from about 5 to 8 feet with the deepest depth occurring along Wells Avenues near 4th Street at almost 10 feet. Groundwater was encountered well below the proposed invert elevation in the northern area of the project north of about 5th Street. South of about the midway distance between 4th and 5th Streets,groundwater was encountered at depths ranging from about 2 feet above the invert(G-6)to about 6 feet below the invert(G-12)while averaging about 2 to 3 feet 1 below the invert. Of the nine borings located in this southern area,only two borings (G6,G-11)actually encountered groundwater above the proposed invert elevation. Based on this information,dewatering can likely be handled during construction with ' sumps placed inside of the excavation. However the contractor should have provisions for more extensive dewatering and/or encountering groundwater at different depths than implied by the boring data. ' The stability of unsupported excavations along the alignment will be marginal due to the nature of the soils. Thus there is a risk of sloughing of the trench sideslopes which would increase the volume of excavation and backfill and potentially adversely impact adjacent areas. These risks can be mitigated by the contractors procedures in several ways including. r • MINIMIZING THE DURATION TRENCH IS UNSUPPORTED: The contractor should make every effort to minimize the time that the trench is open and unsupported by establishing an efficient sequence of excavation,moving of ' trench box,pipe installation,and backfilling. USE OF TRENCH BOX: A trench box should be used to protect workmen and ' minimize the potential loss of ground into the excavation. The width of the pavement cut and the width of the trench should be only marginally wider than the trenchbox to minimize the risk and extent of trench sloughing. Golder Associates May 28, 1998 12 983-1019 • CRITICAL AREA OR AREAS OF STABILITY PROBLEMS: In selected areas it may be appropriate to install shoring support such as vibrated sheet piles. An example would involve an area where the trench tends to partially collapse ' before the trench box can be installed in close proximity to adjacent shallower utilities or structures. Thus it is recommended that the contract have provisions to require the contractor to use shoring to properly protect adjacent structures or , utilities and/or minimize the loss of ground. • DEWATERING: Areas might be encountered where a combination of loose soils , and adverse seepage conditions make it difficult for the contractor to maintain a stable trench long enough to place the trench box. Thus it is recommended that the contract have provisions to require the contractor to be more aggressive in dewatering such as placing a deep sump inside the adjacent excavated areas or installing wells. Although these will probably not be required,the contract provisions will facilitate solving dewatering problems should they occur. 5.5 Impacts on Adjacent Areas The trench will be located in the streets adjacent to other utilities and structures. Most of these structures are likely supported on shallow spread footings bearing on the loose alluvial soils. Trench instability will tend to widen the trench and conceivably adversely impact utilities or structures that are at a distance closer than about the depth of the excavation. This will generally only involve damage to the adjacent pavements or any utilities located within about 10 feet of the trench. Buildings appear to be off-set far ' enough from the trench location. It is possible that dewatering may induce some settlements of the adjacent structures. In addition the normal ground vibrations induced by the construction operation could induce settlements of the adjacent structures. Based ' on the limited depth of dewatering that will be required and the nominal amount of induced ground vibration,we believe it is unlikely that the construction will cause any adverse impacts on adjacent properties. , It is not unusual for adjacent property owners to make claims of damages associated with this type of project. Humans are very sensitive to vibration. This sensitivity , combined with the loose nature of the ground will probably result in several property owners"feeling" the vibrations and claiming structural damage. We recommend that a structural survey of adjacent properties be made to document the conditions of the ' structures prior to construction. 5.6 Trench Backfill ' Ideally the trench backfill should consist of well graded granular fill placed in loose lifts , not greater than eight inches thick and compacted to at least 907o of the maximum modified Proctor dry density(ASTM D 1557)at depths of more than two feet below the pavement. Within two feet of the pavement,the fill should be compacted to at least 9570 ' of the maximum modified Proctor dry density(ASTM D 1557). Heavy compaction equipment should not be used until at least two feet of material has been placed above the crown of the pipe. Backfill materials within two feet of the crown should be ' Golder Associates , May 28,1998 13 983-1019 compacted with light,hand-operated compaction equipment. Alternatively,controlled- density fill(CDF)could be used in place of granular backfill. The most cost effective backfill material would be the materials excavated from the trench. If the new pipe is located directly below the existing pipe,the majority of the excavated soils will be backfill from the construction of the existing pipe. None of the boring were atonally drilled into the existing trench backfill. Thus there is no direct information on these materials. It is likely that the backfill is reworked trench spoils from ' the original excavation. Re-used excavated native soils generally contain a high silt and moisture content which will make it difficult to compact to the required densities. Accordingly,the following options should be considered: 1. USE OFF-SITE OR EXCAVATED GRAVEL BACKFILL: This would involve only using excavated on-site soils that can be placed and compacted to the required compaction. This will probably only include the excavated clean sands and sands and gravels. The majority of the soils will have to be spoiled off-site with off-site sand and gravel backfill imported. 2. USE OF ADMIXES: This would involve admixing of cement,lime or kiln dust with the excavated soils that cannot otherwise be properly placed and compacted. 3. PLACING IMPROVED MATERIALS IN UPPER SECTIONS: This would be similar to the (4)below but would involve using properly compacted fill or ' admixed fill in the upper 2 to 3 feet to form a more stable base. This would improve pavement performance but may still require repair if the underlying backfill settles with time. ' 4. USE OF UNTREATED EXCAVATED SOILS: This would involve using the excavated soils and compacting to as high a density as can be reasonably achieved given its silt content and moisture. This will result in much of the tbackfill being placed to less than the above specified densities. Given time the backfill will likely settle requiring periodic pavement repair. The optimum choice depends on capital costs,long term repair costs,and the City's past experience. tIf sideslope caving occurs and the pavement is cut equal to about the width of the trench box,a void will open up below the edge of the pavement slab. The contractor should be required to place structural fill in this void after placing the pipe and backfilling the ' trench. This can be done by removing the pavement above the void to allow proper fill compaction. A flowable CDF could also be used which would avoid having to remove ' the pavement. Golder Associates May 28, 1998 14 983-1019 , 6. U SE OF THE REPORT This report has been prepared exclusively for the use of The City of Renton and their , consultants for specific application to this project. This report pertains only to the project design concept described in the report. Once pipeline alignment manhole locations and elevations have been finalized,we should be allowed to review the project documents to , evaluate conformance and implementation of our geotechnical recommendations. Additional explorations and site evaluation may be needed if significant design changes are made. ' Our exploration was performed in general accordance with locally accepted geotechnical engineering practice to provide information for the area explored. There are possible variations in the subsurface conditions between the exploration areas and in the groundwater conditions with time. We recommend that a contingency for unanticipated conditions be included in the construction schedule and budget. Golder Associates , May 28,1998 15 983-1019 7. REFERENCES ' Metropolitan Engineers (July 20,1965): Final Report Soils Investigation April 29,1965 earthquake Damage Eastside Interceptor,Section 1,Renton,Washington. Metropolitan Engineers (May 12,1961): Final Report Soils investigation Fastside Interceptor-Section 1 R20113,Renton Washington. Mullineaux,D.R.(1965): Geologic Map of the Renton Quadrangle,King County, Washington;United States Geological Survey Quadrangle Map GQ-405. ' Palmer,Stephen P.,Schasse,Henry W.and Norman,David K (December 1994): Liquefaction Susceptibility for the Des Moines and Renton 75 minute Quadrangles, Washington;Washington State Department of Natural Resources,Division of Geology ' and Earth Resources; Geologic Map GM-41. Golder Associates � TABLE Sheet1 TABLE 1 - BORING AND GROUNDWATER SUMMARY tdl Piez Di�� Ito Elev 'D ftb B616w . G-1 300 Wells Av S 43 16.5 na >16.5 <26.4 35.5 no G-2 1320 Wells Av S 42.5 19.5 na >19.5 <23 33 no G-3 402 Wells Av S 41 14.5 na >14.5 <26.5 31.5 no G-4 425 Wells Av S 37.5 19.5 na 17.5 20 29.5 no G-5 501 Wells Av S 35.5 19.5 na 12.2 23.3 28 no G-6 532 Wells Av S 34 14.5 5.0-10.0 5 29 27 yes G-7 300 Williams Av S 41.5 14.5 na >14.5 >27 37 no G-8 314 Williams Av S 40 14.5 na >14.5 >25.5 33 no G-9 407 Williams Av S 39 14.5 na >14.5 >24.5 31 no G-10 432 Williams Av S 36 14.5 na 9.5 26.5 29 no G-11 514 Williams Av S 34 14.5 7.0-12.0 6.5 27.5 27 yes G-12 607 Williams Av S 31 14.5 na 11.4 19.6 25 no G-13 300 Bumett Av S 38.5 14.5 na >14.5 >24 32.5 no G-14 332 Burnett Av S 38 14.5 na 1 >14.5 >23.5 30 no G-15 400 Burnett Av S 37 14.5 na 13.3 23.7 29 no G-16 428 Burnett Av S 36 19.5 12.0-17.0 12 24 28 no G-17 1504 Burnett Av S 33 14.5 na 10.8 22.2 26 no G-18 1528 Burnett Av S 31 14.5 8.0-13.0 7.5 23.5 24.5 no NOTES: 1. Elevations estimated from City of Renton plan. 2. Pipe inverts estimated as being two feet below existing pipe invert. 3. All groundwater data based on readings taken In February 1998. P 1 M = M = M r M N d �_ '0 V N _ N s 7 1 T ow f �y�ON ' v ' � d m e � m o i D an+ c c w ' w � D s C 0 Legend 1 �� Project Corridors o N 2000 FEETFIGURE 1 PROJECT CORRIDOR/S. ETON E LOCATIONS 110JECTN0.9831019.300 DRA"NGNO.77086 DATE 7J25/98 DRAWN BY EA Golder Associates FIGURE SITE EXPLORATION PLAN = CITY OF RENTON/S. RENTON SEWER/WA ' 200 FEET = ;z _ I• _.. . , 1 � � ..__ _ � -ems ''"._ '---v •,•-�`�--.�da...�.1.' • �' 1 _ .+•.�!�,..�.' II, `. -. �i'wJ+• v\ - `� .t ,�1�• � �I' •�. � ��I� Tit -•��� 1..t1• y i t �� t ( I � '1, � li .t � �-.•''t . ....� y,. t i ! III.: •/ I _ t.- ..-.-.i. ._'01 ..... .i._. 1 .. ........«-r.._.. ..... ...... _ --...... f ' ��.. -r'�.L�,_,,. r i't ,-��•ram• «f ;-�. �� •;--.. t. IIII II1 i�' ,.�\�,- 1•,� �:. ���.� 11 !�- `•1' t 1;� ..._..- � '�:j:���.1 ��, 1 .1 1 r J I 1 , II li �� K ��y t ITV y t ► r-• EXPLANATION: G-18e APPROXIMATE BORING LOCATION ����� �' it BH-90 PREVIOUS BORING (METROPOLITAN ENGINEERS)' ''`\� ti'�,' �,K'~ 1-�: ,l t �1 I I `• 1 ' (, LOCATION OF CROSS SECTION 1`''�ti` ♦ :'.�tiai 11 i` �' r 1 •-•1 �' --- z ' I I FIGURE 2 .+ SITE EXPLORATION PLAN 1� CITY OF RENTON/S. RENTON SEWER/WA 0 100 200 I '� I I I I I FEET ��...•1 La •, . - --'�- -------•_�..�-'�__._...�......• •�L _ -,_.. _ -- }� _ 1 1 1 ?1 �� 11 173 __ fT I, I_'!_�.}.-1•1S� 1 .`� IITAARTET R .. j-'_ ; '1 .�t;�' Li .t'1`:• l u fy`? 1It { ' \•T;,�� �-ii t ``�i"�< ' I � t,�t}•.Ir��; tylu ti_I�.•. � •i Il: �.l 11 t� ' ��' t,� 1 1 ,'� '.�t III � ' � � , ,a � , � t I�I I ' ' • • Vt I.I N -t ri - ' I I I L• z—� Q �1 ` � I; �11{atj sI•I I 1_.L 11 r , I { `S `� r _ --- - - - w�� • - -,r ` • 1r_�'-1�._ _ram.- { j - .i T_ 't �;f._�,,t .� �'�_H.ir�� I; I •� IIt I• '1 � ti •`1'• t �'��I I � 1 1. fit_ `.7�, t �� �1 .t�_• : 7+���{ fl :� I milI M k .` u1 tII� c 1. ll I 1 1 tv 1 1 W,ii f' It ' I N ,;�•- ; 1 DTI ':�..�.. I I I . .V.I ..... I _ --- --- _.. ._ .... _ . .. • .. _. .._1 .... . ..... ..... ..... ..... l t j:' � �e I ,q, I I 1 :. , ... _ 'I 1 t ••1 � •I � is � t 41 •I �:�;�'�I I � I s><ttioR�U11E -• �_ _ ' .. ..yw.�_..•_,,,�....►.r._c1. Y.... -�. a-�,y 1--��� —— 't_--�` � -:;..- - t� � a•s-. . 11 I� r tll EXPLANATION: I• G-16 APPROXIMATE BORING LOCATION BH-80 PREVIOUS BORING (METROPOLITAN ENGINEERS) I T% A LOCATION OF CROSS SECTION ,. FIGURE SITE EXPLORATION PLAN ` CITY OF RENTON/S. RENTON SEWER/WA 0 100 20 , I •I FEET ,t. , t ��}I{ a• L -�G1' - - C. --- ---- r _ t - - —1 £T. �S . .._!i .. - ' 13URNE-T-T -AMC (FIGURE i4 1t t -f I t t �•:q / 1 tAM* me . I 3 � l 1. ._.-. .._........._—.._....._......_. .,..k ��"_�',�� ..._...... mot-------;;t........'aJ.. "WILLIAMS -A (FIGURE 3b y�) li t t--- f K `�=`i°' - �'is'.• ,••.�`ti �,' f ::z-�. 1 r�tl r __2 i.i � '�. � � t! 1: ' 4 is � :� •-` i � 1 � it •.t „ I i 1 i' t'j � t 'i•': �fC WELLS AVE• •c (FIGURE 3c EXPLANATION: G-16& APPROXIMATE BORING LOCATION 8H-90 PREVIOUS BORING (METROPOLITAN ENGINEERS) .lye I I N LOCATION OF CROSS SECTION I I a ' 40 ' 35 ' 30 25 -S 20 Z ♦ - - - ---- -- ' 15 ♦ • i♦ I I � 10 ' 5 F • 0 0 10 20 30 40 50 60 70 i Depth (feet bgs) Blow Count Required to Resist Liquefaction M =7; a= 0.1 ---•--- M =7; a= 0.2 ---- M =7; a= 0.3 ♦ Corrected Field Blow Counts FIGURE 4 LIQUEFACTION RESISTANCE CITY OF RENTON/S.RENTON SEWER/WA IK:\CAD\SDSKPROJ\9831019\300\75880.CDR 5/1/98 Golder Associates 1 ' APPENDIX A RECENT BORINGS ' Golder Associates Unified Son Classification System Component Definitions by Gradation Soil Closs;ficotion ' Component Size Range Criteria for Assigning Group Symbols and Names Genera lized Group Descriptions Bould'E" Above 12 k, COARSE—GRAINED SOILS GRAVELS CLEAN GRAVELS Cw wel&--graded G 416 ' Cobbles J in. to 12 irn. Mont than 5" More thon 50% of Lees than 5% fines "toed on orse b-V fraction CP Poor" Vro'Kb :n w Grwe1 3 R to No. 4 (4.76mm) No. 200 sieve eetokn d on royal ern A No. a S.eve GRAVELS WMH fsfES CW 64.t a Coarse I?a - 3 h. to 3/4 k, Yoe thon 12% Cori onoClayFine grove: 3/4 in. to No. 4 (4.76mm) GC W.Wres Sand No. 4 (4.76mm)to Wa. 200 (0.074mm) SANDS CLEAN A SW MeM—graded Sands Sox or more of Less thou Z Tnaa Coarse Bond No. a (4.76mm) to No. 10 (2-0mm) Coarse froction SP I P.V—graded Sands ye,:fwm sand No. 10 (2.Ornm) to tb. 40 (0.42rnm) Passes No- 4 Sieie Fne sand No. 40 (0.42mm) to No. 200 (0.074mm) SANDS WITH fTNES SY�Sondilt VliduresYore than 72S fines $'ill and Clay Smaller than No. 200 (0.074mm) SCloy Mistun" t1NE-GRAINED SOILS SILTS AND CLAYS CL Ln.-plasticity Clays, 50% or more Posses UCuid im l 1NORCANIC Non asLc Lovr— the No.200 swrve k" than 50 ML Plasticity Sits Samples Non-p ost.c and - ORGANIC OL Pbsticty aoank Clan Nan-plastic and to— SS SPIT sampler (2.(r OD) Plasticity Organic Sits NO 1,6"- Only Split Spoor SILTS AND CLAYS CH Klh-plostieity Cloys SN Shelby Tube greater than 50 INORGANIC MN tigfn-pbeticity situ P Pitcher Sampler B Bulk qt.-p astLcay Oryorc Clays C Cored oRGANtc oN tigh-plasticity Organic Sills Unless othenrise noted. drive sow advanced With 140 tb, hemmer eitn WGNLY ORGANIC SOILS Prinaray organk matter, dock in color. and Peat 30 in. drop. organic odor PT I Relative Density or Consistency Laboratory Tests Utilizing Standard Penetration Test Values Test Designation b Cohesionless Soils(a) Cohesive Soils yoisture (1) Density D RelDensity�c) N. blows/ft�c) Der�fty Consistency N, blows/ft.(c) d Shear Stnength(d) Crain Sze C \X� (psf) Nydrorneter N Atttrberq Lknits (1) very loose 0 to 4 0 - 15 Very soft 0 to 2 <250 Consolidation C LAoee 4 to 10 15 - 35 soft 2 to 4 250-500 Lntconfned 11 Compoct 10 to 30 35 - 65 Firm 4 to 6 500-1000 LOU Trios UU Dense 30 to 50 65 - 85 Stiff 8 to 15 1000-2000 CU Trios CU very Dense aver 50 >8.5 Very Stiff 15 to 30 2000-4000 CD Trios CD Hord ever 30 >4000 perrneabaity P (a) soft consisting of grovel, sand. end sat. Other separately or in combinatim possesskn no claractenstics (1) Moisture and Attertxrq Limits of postidly, and sshbk" drowned beho Aw. plotted en log. (b) Solis possessing the chorocterati" of plasticity and eshbiting mndra:ted behoAor. (e) Refer to test of AST1f D 1586-84 for a definition of N: in normolly consordolsd Cohesionless soar Refotfve Density tenne am based on N vokies corrected for overburden pressures. (� tIn drains ,hear strength _ 1/2 uncondwrd compression serer M Silt and Clay Descriptions Typical Unified Description Designation Descriptive Terminology Denoting Component Proportions sac YL (Ian-pidetic) oayey Silt CL—YL (lo. Plasticity) Descriptive Terms Range of Proportion SAY Clot' CL Clay Gf Trace 0-5% Plastic sill MN Little 5-17% Organk Soils OL.Oft Pt some or Adjective(a) 12-30% And 30-505 (a) Use Gravelly. Sandy or Silty as appropriate. �p Golder Associates Figure ' SOIL CLASSIFICATION/LEGEND 7n-1064/iORN 573 1 PROJECT City of Renton/S. Renton RECORD OF BOREHOLE 1 SHEET 1 OF ' Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: Wells&3rd(300 Wells) BORING DATE: 2/18/98 ES PENETRATION RESISTANCE SAMPLES O SOILPROFILE BLOWS/FT R PIEZOMETER 0 0 0 GRAPHIC wL o ELEV. Q BLOWS/6 IN. LL = w N a WATER CONTENTPERCENT WATER DESCRIPTION rn a pp 2 a 140 b.hammer ¢O O Q O DEPTH Z w Wp% OVA LEVEL Q m 30 inch drop cc 43.2 p 0.0 - - ' Concrete ,sandy GRAVEL ' - - Very loose.dark brown,massive GW - - - - - - - - - (FlLL) Very loose,orrve brown,massive,fine SAND, SP little to some silt(FLUVIAL DEPOSIT) ' 1 sS 2.1-1 2 11/18 5 Loose to firm,olive brown,interbedded and ML- — gradational,SILT with fine sand to fine to medium SM SAND,some sift(FLUVIAL DEPOSIT) — 2 SS 2-3-3 6 19/18 10 Compact,olive brown,massive,SAND and Gw- QDO GRAVEL(FLUVIALDEPOSIT) SW < q?p; SS 16-20-23 43 0/18 _ 15 c 4 O:la; ({ 3 SS 9-23-26 49 12/18 Total depth 16.5 h bgs No groundwater encountered 20 25 30 DRILL RIG: B-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: _ Goldde,,rMc. ' DRILLER: Mike R. DA TE: 315198 c Ws PROJECT City of Renton/S. Renton RECORD OF BOREHOLE 2 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECTNUMBER: 9831019.300 BORINGLOCATION: Wells&Houser(SE comer) BORING DATE: 2/18/98 0 0 SO4LPRORLE SAMPLES PENETRATION RESISTANCE 1: 13LOWSIFT PIEZOMETER ra 10 2P GRAPHIC M (9 ELEV SLOWS/6 IN. IN z DESCRIPTION LU WATER CONTENTPERCENT WATER < a- 140 It,harrinier m a:8 DEPTH Wp IM, LEVEL Ui 0 z 30 wich drop cc 41.8 0 Asphalt 0.0 Concrete Loose,olive brown.massiye,SAND and GW 0' :'. GRAVEL-trace sift RLQ C:7 Igo:. 0 1 ss 5-5-5 io atis 5 P4 V.- - - - - - - - - - - - -- - -- - - - Very loose,ohve brown.stratified,line SAND, SM some sk trace ctay(FLUVIAL DEPOSIT) 2 SS 2-1-1 2 18118M 10 - - - - - - - - - - - - - Alternating layers of very soft,gray,bedded GW- clayey SILT,some fine sand(FLUVIAL DEPOSIT) IVIL 3/4 SS 2-1-2 3 la/18 Ci 15 - - - - - - - - - - - Very soft,gray olive brown,CLAY(LACUSTRINE DEPOSM Very$Dose,gray olive brown,fine to medium sp- 5 SS 1-2-1 3 18/16 SAND,little to sane sift(FLUVIAL DEPOSM SM Total depth 19.5 ft bgs 20 No grouncMater encourAered 25 30 DRILL RIG: B-59 LOGGED: C Sa—fs DRILLING CONTRACTOR: Hot DnIIKV CHECKED: Goldex DRILLER: Mike R DATE: 3/25M PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 3 SHEET 1 OF 1 ' Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: Wells&4th BORING DATE: 2/16/98 ' PENETRATION RESISTANCE PIEZOMETER p SOILPROFlLF SAMPLES p BLOW 0 0 0 GRAPHIC H W U ELEV cc /6 IN. v_ Cy = w N a WATER CONTENT,PERCENT WATER ? DESCRIPTION U ¢p ? a 140 lb.hammer W W aN LEVEL ' WI Q m ? 0 J DEPTH Z 30 inch drop ¢ P 40.7 0 Asphalt_ _ _ _ _ _ _ _ _ —0-0 Very loose,dark brown.GRAVEL(FILL)di GM •r0' _ _ ' Very loose,orange brown,fine to medium SAND SP (FILL) Compact,mottled,olive gray brown,GRAVEL. GP some sand(FLUVIAL DEPOSIT) 0� ■ 1 SS 10-15-20 35 fY18 4: 5 D�G 2 SS 13-21-16 37 alb C'J:OL 3 SS 13-32.32 64 6(18 -+ /o O:A: Very loose,orange b�s7ift layered,fine to SP — — medium SAND,som (FLUVIAL DEPOSIT) Very sofL orange brown to gray,nontaminated, ML clayey SILT,little fine sand(FLUVIAL DEPOSIT) 415 SS 2-1-1 2 18/18 rn - Total depth 14.5 ft bgs 15 No groundwater encountered c v 20 25 30 GRILL RIG: 8-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: F W ' DRILLER: Mike R. DATE: 3/25198 --A PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 4 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 425 Wells Avenue S BORING DATE: 2/16/98 PENETRATION RESISTANCE O SOILPROFlLE SAMPLES BLOWS/FI PIEZOMETER 0 AO GRAPHIC U ELEV ¢ BLOWS/6 IN. 0 = w N ri WATER CONTENZPERCENT WATER oDESCRIPTION ¢ �j DEPTH o- 140 Ib.hammer 6 WP. aJ r LEVEL uj O m Z 30 inch drop cc 37.4 0 Asphaft — — — — — — _ —0.0 GRAVEL(FILL) GM - -• 0.- Loose to compact,olive brown,massive,fine to S W - medium SAND,little fine trace sift,ktle fine gravel (FLUVIAL DEPOSIT) 1 SS 3-4-9 13 8/18 5 6.0:Gravel lens or layer 2 SS 2-1-2 3 8/18 ■ 10 Soft,medium gray,laminated,fine SAND and SM/ SILT,trace to little organics(FLUVIAL DEPOSIT) ML 3 SS 2-2-2 4 15/18 S 0 15 c _ a _ Loose,medium gray,laminated,fine SAND, SM , some sift,trace to Fttle organics(FLUVIAL 17.5 DEPOSIT) Ss 2-3-2 R 2 5 18/18 20 Total depth 19.5 It bgs 25 30 DRILL RIG: B-59 LOGGED: C Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: _ ,�G,�o^ld�,,e,^,�r��,r�.. DRILLER: Mike R. DATE: �-'98 Associates ' PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 5 SHEET 1 OF Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: Wells&5th(501 Wells) BORING DATE: 2/16/98 ' 0 SAMPLES PENETRATION RESISTANCE 0 SOIL PROFILE BLOWS/FT 0 PIEZOMETER F- w 0 0 0 0 GRAPHIC w U ELEV. ¢ BLOWS 161N. LL U == w N a WATER CONTENT,PERCENT WATER ' Z DESCRIPTION to <Q a 140 b.hammer U LEVEL o W1 m 7 J DEPTH Z 30 inch drop ¢ WP 35.5 0 Asphaft — — — — — — _ —0.0 ' GRAVEL(FILL)— — — — — — GM �. Loose,olive brown,massive.fine to medium SW SAND,some sift(FLUVIAL DEPOSIT) 1 SS 3-2-3 5 6118 S — — — — — — — — — — — --- a — —- SILT — — — — — — — — — — —— Loose,olive brown,massive,GRAVEL,little ' -0:0 sand,little sift(FLUVIAL DEPOSIT) C:W Very loose,olive brown to gray,laminated.SILT SM- 213 SS 5-2-1 3 15118 and fine SAND,Gale organics(FLUVIAL ML DEPOSIT) 10 12.2 4 SS 0-1-1 2 18118 O 15 t Total depth 14.5 It logs c 20 25 DRILL RIG: 0-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Hoft Drilling CHECKED: 3ff—MIGolder ' DRILLER: Mice R. DATE: 325/98 -�i PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 6 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 532 Wells Avenue S BORING DATE: 2/16/98 PENETRATION RESISTANCE O SOIL PROFILE SAMPLES IBLOWS/FT PIEZOMETER ui 0 0 0 O GRAPHIC LL U ELEV. ¢ BLOWS/6IN. O = w N Z DESCRIPTION m 4. m WATER CONTENT,PERCENT WATER tl Q Z a 140 b.hammer w i ._ LEVEL a m j u+ ��H 30 inch drop m WP WI 34.0 Flush Mount 0 Asphaft_ _ 0.0 ` _ _ _ _ _ Monument � Very Bose,gray brown,massive.GRAVEL(FILL) GP O([:p Concrete i •p:: Bent I fte Loose,dark brown,massive,SAND and GM- GRAVEL,with sift and clay(FILL) SM O:C?: 10/20 1 SS 5-5-6 11 5r18 Spica �.. Sand 5 Very krose,dive brown massive,tine to medium SP SAND,kttle sift,trace organics(FLUVIAL 5.0 DEPOSIT) _ Sco _ Sott,dark olive brown,laminated,SILT,little ML 213 SS 2-2-2 4 9/18 ■ organics,(LACUSTRINE DEPOSIT) _ 10 FtlI < -'- 4 SS 2-2-1 3 10/16 O 75 t Total depth 14.5 It bgs c a a J 20 25 30 - DRILL RIG: B-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: @I- Golde^x� DRILLER: Mike R. DATE: 3r2556 cites ' PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 7 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: Williams&3rd BORING DATE: 2/17/98 ' SAMPLES PENETRATION RESISTANCE p SOILPROFILE BLOWS/F-r PIEZOMETER = 0 0 0 0 0 GRAPHIC u 0 ELEV ¢ BLOWS/6 IN. LL = w N WATER CONTENT,PERCENT WATER ' jC O DESCRIPTION a p >co a 140 b.hammer p A( LEVEL O DEPTH w WpI o m 0 z 30 inch drop 412 ° Asphalt' —o.o — — — — — — _GRAVEL(FILL) _ — — — — _ — CPS — — Dark brown,tine to coarse SAND,Wie to some SM silt(FILL) GRAVEL(FILL)— — — — — — — GP C. SS 5.1-1 2 0/18 0 Very klose to k)ose,mottled,orange olive brown, SP- — — 5 stratified,tine to medium SAND.little to some sift SM 1 SS 2-2-3 5 17/18 ' (FLUVIAL DEPOSIT) 2 SS t-i-1 2 9/18 � 10 < Solt,gray,massive,clayey SILT(LACUSTRINE MH 3 SS 4-1-2 3 18/18 ' = DEPOSIT) - a 15 c Total depth 14.5 ft bgs No groundwater encountered a 20 25 30 LOGGED: C.Sanders DRILL RIG: B-59 _Golder DRILLING CONTRACTOR: Hoff Drilling CHECKED: �- octal DRILLER: 1i11ke R. DATE: 3Q5/98 -------------------- PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 8 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 314 Williams Avenue S BORING DATE: 2/17/98 0 0 SOILPROALE SAMPLES PENETRATION RESISTANCE x BLOWS/FT ■ PIEZOM w ELEV cc BLOWS 0 BLOWS/61N. 0 0 0 GRAPHIC x w oDESCRIPTION a co a 140 b.hammer N WATER CONTENTPERCENT WATER LU o m O DEPTH z Z 30 inch drop ¢ Wp —y WI LEVEL 0 39.9 Asphalt 0.0 Cobblestone brick Loose,dark brain,GRAVEL,with fine to coarse GM sand,little sin(FILL) �•p. Very loose,dine brown,massive,sift fine SAND, SM trace day(FLUVIAL DEPOSIT) 1 SS 1-2-2 4 7/18 ■ 5 Loose,mottled,orange gray brown,massive, GW — GRAVEL,with fine to coarse sand,trace silt (FLUVIAL DEPOSIT) 4�o co%o: 2 SS 5-12-14 26 1o/18 ■ �O. 10 _ _ _ _ _ _ _ _ _ _ 40. Very soft,gray,massive,silty CLAY,trace CL organics(LACUSTRINE DEPOSIT) Very loose,gray,massive,silty fine SAND SM FLUVIAL DEPOS 3 Ss 1-1-1 2 18/18■ x Very soft gray,massive,silty CLAY,trace organics CL 0 15 - Total depth 14.5 It bgs No groundwater encountered Y Y 20 25 30 DRILL RIG: B-59 - LOGGED: C.Sanders DRILLING CONTRACTOR: Roft Drilling CHECKED: _ !�"ld..'�,4,,,�. DRILLER: Mike R. DATE: 3/25/98 ISQIv rutu�w 1 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 9 SHEET 1 OF Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 407 Williams Avenue S BORING DATE: 2/17/98 SAMPLES PENETRATION RESISTANCE O SOILPROFILE PIEZOMETER r- x O BLOWS/FT 0 0 GRAPHIC w w U El EV cc BLOWS/61N. LL 0 = W N < WATER CONTENT,PERCENT WATER ' _ ? DESCRIPTION h <Cf a W b.hammer w LEVEL om ? g DEPTH 30 inch drop ¢ Wp WI 38.5 0 Asphalt 0.0 Brick n Brick Very soft.olive brown,CLAYEY SILT MH Very loose,olive brown,massive,fine SAND with SM sift(FLUVIAL DEPOSIT) 1/2 SS 2-1-1 2 1411 ■ Very soft,olive brown.massive,CLAYEY SILT MH Loose,olive brown,massive,silly fine SAND, SM 5 Tittle day(FLUVIAL DEPOSIT) ' 3 SS 3-3-3 6 14/18 10 ' Very soft,gray,massive,clayey SILT,trace MH organics(LACUSTRINE DEPOSIT) _ y 4/5 SS 1-4-8 Loose,gray,massive,fine SAND,some sift 12 18118 _ (FLUVIAL DEPOSIT) d 15 t Total depth 14.5 ft bgs c No groundwater encountered v 20 25 30 DRILLRIG: B-59 LOGGED: C.Sande's nnAA DRILLING CONTRACTOR: Ho"Dnllin CHECKED: ' 9 DRILLER: Mike R. DATE: 3125,98 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 10 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 432 Williams Avenue S BORING DATE: 2/17/98 0 0 SOIL PROFILE SAMPLES PENETRATION RESISTANCE r BLOWS/Fr PIEZOM ii d 0 ELEV. 0 0 o GRAPHI uj_ ¢ BLOWS/61N. z n• CoN < WATER CONTENT,PERCENT WATER F- DESCRIPTION h w w O ¢g DEPTH j a 140 b.hammer w 0 m D 0 z 30 inch drop ccWp r WI LEVEL 35.4 0 Asphalt 0.0 B rick Sand Brill Very loose,olive brown,sandy GRAVEL(FILL) �.. Very loose,olive brown,massive,line to medium SP SAND,little to some sift(FLUVIAL DEPOSIT) in SS 5-8-4 12 0118 Loose to compact,red to olive brown,SAND and GW GRAVEL,little sift(FLUVIAL DEPOSIT) k� 5 4;lP Rt�= 0_ 4 Do 3 SS 10-16-12 28 1,08 10 O:W; 9.5 —— — — — — — — — .�� Very loose,gray,massive,tine to coarse SAND, SIR little to some sift(FLUVIAL DEPOSIT) (< Very soft,red brown,massive,SILT,some clay 4 SS 1-0-1 1 16/18 _ (LACUSTRINE DEPOSIT) L•M - O 15 r Total depth 14.5 It bgs F a 20 1 25 J 1 a 30 DRILL RIG: B-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Hoft Drilling CHECKED: DRILLER: Mike R. DATE 325/98 � 1 ' PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 11 SHEET 1 OF DATUM: Grade Sewer/WA PROJECT NUMBER: 983 1019.300 BORING LOCATION: 514 Williams Avenue S BORING DATE: 2/17/98 PENETRATION RESISTANCE o U SOILPROFILE SAMPLES BLOWS/FE PIEZOMETER = GRAPHIC w 0 0 0 U ELEV. cc BLOWS/6 IN. LL O x ui N < WATER CONTENI;PERCENT WATER 1 = Z DESCRIPTION v ¢p j a 140Ib hammer w W �YY WI LEVEL a Caj 0DEPTH Z 30 inch drop ¢ P 33.4 Flush Mount/ / 0 Asphah 0.0 Monument Very loose,dark brain,GRAVEL,with sand and GM _ —— Concrete sift(RLL) C•. I / Very loose,olive brown to gray,SILT and fine SM :""" Bentonhe SAND,trace to little organics(FLUVIAL Badditl DEPOSIT) 1 SS 1-2-1 3 18118 0 Bentonrte Pfug I 5 6.5 10/20 ':a Silica •t Sand 2 SS 1-1-1 2 18/18 :�• Thin peat layer ' Screen 10 Soft.grey.massive.SILT,little fine sand :.3.} (FLUVIAL DEPOSIT) _ SH Y r _ m Very boss,gray,massive GRAVEL,with sand an 3 SS t-2-1 3 14118 = sift(FLUVIAL DEPOSIT) GM "O•. 4 ' Total depth 14.5 It bgs 15 X c 0 1 . 20 I - I 25 30 LOGGED: C Sanders DRILL RIG: B-59 DRILLING CONTRACTOR: Hotl Drilling CHECKED: — - W DRILLER: Mike R. DATE: 3/25 198 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 12 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 607 Williams Avenue S BORING DATE: 2/17/98 0 PENETRATION RESISTANCE O SOIL PROFILE SAMPLES BLOWS/F[ . PIEZOMETER I-ii V ElF/ 0 0 0 0 GRAPHIC ¢ BLOWS/6 IN. z DESCRIPTION a m w N < WATER CONTEN-LPERCENT WATER Q g a- 140 lb.hammer w aM r LEVEL o m �ry DEPTH z 30 inch drop ¢ Wp W 31.0 0 Asphalt 0.0 Contaminated FW-hydrocarbon odor,dark brown GIN oiy color — — 1 G R Very loose,olive gray brown,massive.SILT and SM- _ -- fine SAND,petroleum odor(FLUVIAL.DEPOSIT) ML 2 SS 2.3-1 4 17118 0 5 .y Very loose,gray,SILT,little fine to medium sand ML _ (FLUVIAL DEPOSIT) - 1 _ 1-- 3 SH 24124 Very loose,gray,massive,SILT and fine SAND SM. ` (FLUVIAL DEPOSIT) ML 10 _2r.r• 11.4 Very loose,gray,massive,tine to coarse SAND, sW little silt(FLUVIAL DEPOSIT) Soh,gray brown,laminated,silly CLAY,little a SS 1-2-2 4 18/18 = Organ cs as peat layers(LACUSTRINE DEPOSIT) H M 5 15 t Total depth 14.5 It bgs - U Note: Hydrocarbon odor throughout entire depth of boring a y 20 25 i 30 DRILL RIG: B-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: _ AA Golder DRILLER: Mike R. DATE: 3"25198 ��7� 1 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 13 SHEET 1 OF Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 300 Burnett Avenue S BORING DATE: 2/18/98 ' O SOILPROFILE SAMPLES PENETRATIONBLOW IFT.RESISTANCE = BLOWS/F7 PGRAPHEIC R r 0 0 0 Lu Lu v EL EV. cc BLOWS/61N. u- o = w Lu N a WATER CONTENTPERCENT WATER ' Z DESCRIPTION v ¢ � a- 140 b.hammer U �J LEVEL w O z Li WI Wp O DEPTH 30 inch drop cc ' 0 m 38.8 0 Asphalt 0.0 Green brown,GRAVEL,angular pebbles(FILL) Olive red brown,sandy GRAVEL,rounded Q.. pebbles(FILL) Loose.dark brown,massive,sandy GRAVEL GP C Q: (FILL) O:A; SS 8-5-4 9 11/18 2 Loose,dive brown,stratified,fine sandy SILT to SM silty fine to medium SAND,trace to Wle day 5 (FLUVIAL DEPOSIT) <w:: •�:t 3 SS 2-3-2 5 15/18 I10 — — — — — — — — — — — — — Compad,gray,massive,fine to medium SAND, SP- little to some sift(FLUVIAL DEPOSIT) SM < - 4 SS 8-8-3 11 13118 0 Total depth 14.5 ft bgs 15 u No groundwater encountered c a 20 25 30 DRILL PIG: B-59 LOGGED: C.Sanders (PS201 Golder DRILLINGHon Driuin NG CONTRACTOR: 9 CHECKED: ' DRILLER: Mike R. DATE: 3l25N8 AssoQ<ate$ PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 14 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 332 Burnett Avenue S BORING DATE: 2/18/98 p PENETRATION RESISTANCE O SOILPROFILE SAMPLES BLOWSFT ■ PIEZOMETER 0 0 0 0 0 GRAPHIC w U ELEV. ¢ BLOWS 16IN. LL p = w N 3 WATER CONTENT,PERCENT WATER DESCRIPTION cyi <tl 2 a 140 b.hammer 0- ccrn a:O DEPTH D w Wp. X W1 LEVEL LU o m O z 30 inch drop cc 38.5 0 Asphalt 0.0 Loose to compact,red brown,massive,GRAVEL GM- •1�` and SAND,some sift(FILL) SM d'•p. C1•: i'•Q., SS 5-6-6 12 a18 ■ Very soft,red brown,laminated,clayey SILT, ML- some fine sand(LACUSTRINE DEPOSIT) MH 5 1 SS 3-3-3 6 15/18 ■ Loose.red olive brown,interbedded,gradational, ML- bedded,silty fine SAND to fine sandy SILT,little ML to some day(FLUVIAL DEPOSIT) 2 SS 2-1-3 4 18/18 ■ 10 Very loose,gray,massive,fine sandy SILT,little SM- - — — to some day grades down to silty CLAY MH- (UCUSTRINE DEPOSIT) CL — 3 SS 2-1-2 3 18/18 ■ m 2 i Total depth 14.5 It bgs 15 c No groundwater encountered 1 20 25 1 30 DRILL RIG: 8-59 LOGGED: C.Sanders /� DRILLING CONTRACTOR: Hoft Drilling CHECKED: Golder DRILLER: Mike R. DATE: 3r2"8 Assoc 1 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 15 SHEET 1 OF ' Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 400 Burnett Avenue S BORING DATE: 2/18/98 o SAMPLES PENETRATION RESISTANCE p SOIL PROFILE BLOWS/FTPIEZOMETER = 0 0 0 0 GRAPHIC ~ w Lu O ELEV a: BLOWS/61N. w N O = w < rWATER CONTENT,PERCENT WATER = z DESCRIPTION a. m v a C7 a 140 lb.hammer Wi a'J LEVEL a ¢ m Q O DEPTH ¢ w O g� z 30 inch drop o m 37.3 0 Asphalt 0.0 Very loose,red brown,massive,sandy GRAVEL, GW- py.0 little to some sift(FILL) GM b'p $$ 4-4-3 7 10/18 0 Loose,tan olive brown,massive,fine to coarse SW 2 SAND(FLUVIAL DEPOSIT) 5 Red brown,tine to medium SAND,some silt SM (FLUVIAL DEPOSIT) Loose to compact,red brown.massive,GRAVEL, GWD:(Jo ' with medium to coarse sand,trace to little tine 0— sand and sift(FLUVIAL DEPOSIT) Q.�a 3 SS 6-8-7 15 6/16 0.4 10 d:o.. tip cqi :Q 13.3 4 SS 3-1-2 3 3/18 Cn aII 0 15 t Total depth 14.5 h logs c e 20 25 30 8-59 LOGGED: C_Sanders DRILL RIG: �_ DRILLING CONTRACTOR: Hoft Drilling CHECKED: — - Golder Associates ' I DRILLER: Mike R. DATE: 3/25198 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 16 SHEET 1 OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 428 Burnett Avenue S BORING DATE: 2/18/98 PENETRATION RESISTANCE O SOIL PROFILE SAMPLES BLOWS/FT PIEZOM 0 0 0 p GRAPHIC LL M c1 ELEV. ¢ BLOWS/6IN. @ 0- M= w N WATER CONTENI:PERCENT WATER w O DESCRIPTION Cl O DEPTH a 140 6.hammer w Wp i �^/ � LEVEL o m 0 z 30 inch drop aw 35.8 0 Asphafl 0.0 Flush Mount i Loose,red brown,massive,fine to medium SP Monument SAND(FLUVIAL DEPOSIT) Concrete ` i I, Benlonite Backfill 1 SS 31-4 8 6118 5 Loose to compact,gray to olive brown,massive, GW M:O: GRAVEL,with fine to coarse sand(FLUVIAL d_,O DEPOSIT) (; Bentonite Plug Q 2 SS 24-27-23 50 10118 O 10/20 10 Silica Sand pi4.: 12 d.�p Screen a 3 SS 19-24-28 52 12118 15 cl 4 SS 2-5-4 9 10118 Soft,gray,massive,fine to mediun SAND,some _. O' _ _ - sift(FLUVIAL DEPOSIT) SM ` 20 Total depth 19.5 ft bgs 25 30 DRILL RIG: B-59 LOGGED: C-Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: _ Golder GRILLER: Mice R. DATE: 3/25�98 �Associates 1 PROJECT: City of Rentorl/S. Renton RECORD OF BOREHOLE 17 SHEET 1 OF ' Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 504 Burnett Avenue S BORING DATE: 2/16/98 ' O SOIL PROFILE SAMPLES PENETRATION RESISTANCE BLOWS/FT 0 PIEZOMETER r 0 0 0 0 GRAPHIC 0 F�-w- ; V ELEV. ¢ BLOWS 161N. N WATER CONTENT,PERCENT WATER DESCRIPTION N <p '2 a 140lb.hammer V LEVEL ¢o N O DEPTH 30 Inch drop y/p i o m � 33.1 0 0.0 Asphalt GRAVEL(FILL) GP Dark frown,GRAVEL and SAND(FILL) GW Very loose,mottled,red gray brown.bedded.line SM- SAND and SILT,some clay(FLUVIAL DEPOSIT) ME 1 SS 2-1-2 3 10118 5 Very as loose,gray brown,msive,tine to medium SP- SAND,little to some sift(FLUVIAL DEPOSIT) SM ' 2 SS 2-1-1 2 12/18 3 Very soft,gray brown,massive.SILT,little to ME some fine sand(LACUSTRINE DEPOSIT) 10 -- _ 10.8 Very loose,medium gray,bedded,fine to coarse SP- — — SAND,little to some sift(FLUVIAL DEPOSIT) SM < _ _ _ _ _ _ 4 SS 4-2-1 3 17/18 <n /Fore SAND and SILT SM1 = ME — — 15 t Total depth 14.5 It logs c a 20 7 25 30 8-59 LOGGED: C.Sanders GRILL RIG: offitGolder DRILLING CONTRACTOR: Hoft Drilling CHECKED: ' DRILLER: Mike R. DATE. 325/98 PROJECT: City of Renton/S. Renton RECORD OF BOREHOLE 18 SHEET y OF 1 Sewer/WA DATUM: Grade PROJECT NUMBER: 983 1019.300 BORING LOCATION: 528 Burnett Avenue S BORING DATE: 2/16/98 PENETRATION RESISTANCE O SOU-PROFILE SAMPLES BLOWS/FT PIEZOMETE w U ELEV 0 0 p p GRAPHIC ri BLOWS/6 IN. Z DESCRIPTION m a m w N61 WATER CONTENTPERCENT WATER a 140 tb.hammer w O rn J DEPTH inch d ¢ Wp% --y LEVEL o m Z roP 31.0 0 A Flush Mount Asphalt 0.0 GRAVEL(FILL) v'�': — Conmoncrete te ` Loose,mottled,orange olive brown,massive, SM- fine SAND and SILT,Intel gravel in lenses ML - Bent I tte (FLUVIAL DEPOSIT) Baddill BentOlntte 1 SS 2-4-2 6 12118 5 ) Loose,gray,massive,fine to medium SAND SP — — (FLUVIAL DEPOSIT) 7.5 ' 2 Very soft,gray Mown,laminated,clayey SILT MH 3 SS 1-1-1 2 17/18 a_• 10/20 Very soft.Mown,laminated,organic clayey SILT OH -- 4 Silica a (LACUSTRINE DEPOSIT) _.__ Sand _ 10 Loose,dark gray,massive,fine to coarse SAND, SW Screen �.. trace sift(FLUVIAL DEPOSIT) a 5 SS 3-4-2 6 70/18 rn ri 15 t Total depth 14.5 ft bgs20 - V C Y 1 1 1 25 , 30 DRILL RIG: B-59 LOGGED: C.Sanders DRILLING CONTRACTOR: Holt Drilling CHECKED: � GOld(..Ir DRILLER: Mike R. DATE: 312556 Msoaates 1 APPENDIX B RECENT LABORATORY TESTING 1 1 1 . 1 1 1 1 1 1 1 Golder Associates Lamm rrrrrrr�rrrrrrrrrrrirrrrr � ;�. - •. =- . �■■r�rr�■�r�■■rrrr■��r�■■r�■rrrr�r■■�r■■■r • �■r�■rrrrrrrrrrrr■rr■r■r■r :: -. • : . � rrr■rrrrrrrrrrrr■r■r■r■r . .. . - . . , r rrrrrrrrrrrrrrr■r■rrrrrrrUnit W rrrrrrrr■rrrrr■rrrrr■rrr - r■rr�■ri■■rrrrrrrrrr■rrr�rr . . .. . . : .. ■rrr■r■rr■rrrr■rrrrr■rrr - ::: . : . ,� • rrrrrrrrrrrrrrrr■rr■irr■r -� r � � rrrrrrrrr■rr■.,rrrrrrrr�r� Consolidation ■■rr■r■rrir■rrrr■�r■r��r■�ri■�■■r�■■�■r ■ rrrrrrrrrr■r •- rrrrsrrrr � • ■rrr■rrrrr■r■r■rrrrrir■r � . �-.• . . ', �rr�■err■r�■■r■�■r■ri■r��■rr■rr■rr■■��r�r rrrrrrr�rrrrr��■rrrrr■rrr - : - . rr■r■rrrrrrrr-�rr■rrr■rrr �- . . . rrrrrrrrrrer■�rrrr�rrrrr■ . : . .. rr■r■rirrr■rrrrr■rrrrr�■ • GOLDER CONSTRUCTION SERVICES, INC. — REDMOND, WA , A-LINE PLASTICITY CHART - ATTERBERG LIMITS ASTM D-4318 , PROJECT: RENTON/S. RENTON INTERCEPTOR/WA ' PROJ. NO: 983-1019.300 DATE: 3-6-98 TECH: DPO REVIEWER: DPO i 60 i 50 CH , Q 40 , Z} U 30 CL , g 20 MH o OH ' 10 7 CL-ML 4- ML r OL 0 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT BORING SAMPLE DEPTH USCS NAT. LL PL PI i ft W% ' BH-2 S 13.0-14.5 ML 36.3 30 26 4 BH-3 S-5 14.0-14.5 ML 38.4 38 28 10 BH-18 S-3 8.5-9.0 OH 75.9 1 69 1 55 14 , 1 GOLDER CONSTRUCTION SERVICES, INC. — REDMOND,WA ' ATTERBERG LIMITS ASTM D 4318 ' PROJECT: RENTON/S. RENTON INTERCEPTOR/WA PROJECT NO: 983-1019,300 DATE: 33-98 TECH: DPO REVIEWER: OPO ' BOREHOLE NUMBER BH-2 SAMPLE NUMBER S3 ' DEPTH 13.0-14.5 LIQUID LIMIT 30 Description: Dario greenish gray(5GY 4/1), PLASTIC LIMIT 26 CLAYEY SILT,some f sand, (ML). PLASTICITY INDEX 4 USCS: ML MOISTURE CONTENT 36.3% LIQUIDITY INDEX 2.57 PLASTIC LIMIT NATURAL MOISTURE 50 T-64 26' T-Tare Number 83 21 Wet Weight+Tare(g) 34.56 35.79 Dry Weight+Tare(g) 33.52 34.48 67.76 29.49 29.55 25.17 Tare Weight(g)' Water Content(%) 25.8% 26.6% 1 36.3% LIQUID LIMIT Number of Blows 16 16 22 38 Tare Number T-72 T-104 T-115 T-122 Wet Weight+Tare(g) 48.22 51.05 52.44 50.56 Dry Weight+Tare(g) 41.76 43.84 45.15 44.03 1 Tare Weigh(g) 21.07 2093. 2082. 21.25 Water Content(%) 31.2%34- 33- r35- 32- st — 2 _ � 28 27- 26- 25- t 5 20 25 30 35 40 45 Number of Blows GOLDER CONSTRUCTION SERVICES, INC. — REDMOND,WA ATTERBERG LIMITS ASTM D 4318 PROJECT: RENTON/S. RENTON INTERCEPTOR/WA PROJECT NO: 983-1019.300 DATE: 3A-98 TECH: DPO REVIEWER: DPO BOREHOLE NUMBER BH-3 ' SAMPLE NUMBER S-5 DEPTH 14.0-14.5 , LIQUID LIMIT 38 - Description: Dark greenish gray(5GY 4/1), PLASTIC LIMIT 28 CLAYEY SILT,little f sand, (ML). PLASTICITY INDEX 10 MOISTURE CONTENT 38.4% USCS: ML LIQUIDITY INDEX 1.04 PLASTIC LIM IT NATURAL MOISTURE ' Tare Number T-52 T-60 11 Wet Weight+Tare(g) 34.89 35.17 60.95 Dry Weight+Tare(g) 33.68 33.94 51.02 Tare Weight(g) 29.39 29.59 25.15 Water Content(%) 28.2% 28.3% 38.4% LIQUID LIMIT Number of Blows 41 24 18 Tare Number T-63 T-81 T-83 Wet Weight+Tare(g) 49.18 51.66 52.35 Dry Weight+Tare(g) 41.74 43.31 43.62 Tare Weight(g) 21.48 21.0 21.26 ' Water Content(%) 36.7% 37.8% 39.0% 42 41 40 - ' _ 39 38 37 36 3 ,35 34 33 ' 3210 15 20 25 30 35 40 45 Number of Blows DOLDER CONSTRUCTION SERVICES, INC. — REDMOND,WA ATTERBERG LIMITS ASTM D 4318 ' PROJECT: RENTON/S. RENTON INTERCEPTOR/WA PROJECT NO: 983-1019,300 DATE: 33-98 TECH: DPO REVIEWER: DPO ' BOREHOLE NUMBER B11-18 SAMPLE NUMBER S-3 ' DEPTH 8.5-9.0 LIQUID OMIT 69 Description: Very dark gray(5Y 3/1), PLASTIC UMIT 55 organic CLAYEY SILT, PLASTICITY INDEX 14 some f sand, (014). MOISTURE CONTENT 75.9% USCS: OH LIQUIDITY INDEX 1,50 L PLASTIC UMff NATURAL MOISTURE Tare Number T-17 T- 3 31 ' Wet Weight+Tare(g) 34.66 35.00 37.11 Dry Weight+Tare(g) 32.66 32-95 31.90 Tare Weight(g) 29.59 29.24 25.04 ' Water Content(%) 55.0% 1 55.3% j 75.9% LIQUID LIMIT Number of Blows 18 26 35 Tare Number T-63 T-66 T-99 Wet Weight+Tare(g) 51.57 53.78 52-74 Dry Weight+Tare(g) 38.98 40.45 40.16 Tare Weight(g) 21.34 21.27 21.15 Water Content(%) 71.4% 69.2% 66•2% 74 73 i '2 71 70 68 ' 3 s7 66 6410 15 20 25 30 35 40 45 Number of Blown PARTICLE SIZE DISTRIBUTION US STANDARD SIEVE OPENING SIZES 3' 2' 1 3/4' 3/8' #F4 #E10 #f20 #E40 #60 #100 #200 1 7 M H I-- C N N co a . . -I] - �� - I I - 111 1 E F-- 1 60 10 0.1 0.01 0. 1 Grain Size (mm) Coarse Fine Coarse Medium Fine GRAVEL SAND FINES (Silt or Clay) SAMPLE ID DEPTH ft W% LL PL PI USCS DESCRIPTION 13H-4 8.0-9.5 6.5% SP Olive brown (2.5Y 4/3), S-2 m-f SAND, little f gravel, trace silt, SP . PROJECT: RENTON/S.RENTON INTERCEPTOR /WA GOLDER CONSTRUCTION SERVICES, INC. PROJECT NO.: 983.1019.300 DATE: 3-3-98 TECH: DPO REVIEW: DPO REDMOND, WA GOLDER CONSTRUCTION SERVICES, INC. - REDMOND, WA ' GRAIN SIZE ANALYSIS -- WASH SIEVE ASTM D1140 / D422 ' PROJECT: RENTON / S. RENTON INTERCEPTOR /WA PROJECT NO: 983-1019.300 DATE: 3-3-98 TECH: DPO fREVIEWER: DPO r OREHOLE BH-4 AMPLE S-2 EPTH ft 8.0-9.5 Description: Olive brown (2.5Y 4/3), m-f SAND, little f gravel, trace silt, (SP). tUSCS: SP NATURAL MOISTURE C Gravel 0.0% Tare Number B-1 F Gravel 5.0% ' 274.24 C Sand 5.1 Wet Weight + Tare (g) M Sand 51.1°/ Dry Weight + Tare (g) 262.96 Tare Weight (g) 88.26 F Sand 35.80 Water Content (%) 6.5° Fines 3.0% Sieve Retained Passing (g) cum. tareM89.86 3" 100.0% LL 2" 100.0% PL 1" 100.0% PI 3/4" 89.86 100.0% 3/8" 95.75 96.6% #4 98.64 95.0% #10 107.47 89.9% #20 126.14 79.2% D10: 0.25 #40 196.74 38.8% D30: 0.36 #60 246.80 10.2% D60: 0.61 #100 255.91 5.0% Cu: 2.5 #200 259.29 3.0% Cz: 0.9 ! 1 ! 1 ' APPENDIX C ! PREVIOUS BORINGS 1 ! i i 1 i 1 1 ! Golder Associates CALCULATION SHEET METROPOLITAN ENGINEERS ' SEATTLE, WASHINGTON 1 BOR / /JG � I BLACK 5/STY SAID WITH S9L E GRA✓F/- T- - n I ,-� � ! � �; ,. • BROV�N GRAY SILTY SANO wiry SL�AL[. O GRAVEL/ SOME PEAT Q wo0O FRAr-&4FA/TS 1 I I CAS/I,/G DRIVES EASIER --�---+-- BL UE 4 RAC S/LT rr/TH OCCASIONAL v nc -- - OR 4 AN/G ".4 T TER t ! i GRADES SAA/DIEJZ - j/O ELNrSH GRAY SILTY VARY F/>`IE SIND i I ( OCCASIONAL WOOD F,2A4Q-/NEN7S ' I i I 1 CRAY FINr 7G M�Z'•-^I SA•!O ►t'.TN O Di �_ SCNE SIt7 A04D �CUS/C�/At- 3•-/PLC. ' i QX AVEL 8t2oW" SANDY GRA✓F-Z- W -4 1 ' o too r3C 4.0 ao 2.0 o 5TAVDArt0 PENC-'TJZATIJN TEST, Alt. EL-OW41r NOTbS = `7h - � �L/.;/':EJlt:7.•f /�-�10Sf�!/T-:.L�CN C4 c�Ep 7a ,EL 20 - SHT. NO. DATE BY JOB NO. TITLE CALCULATION SHEET METROPOLITAN ENGINEERS � SEATTLE , WASHINGTON 1 LOC�7-/cl S-a i9t9c(io` e� E L=1/.4 T/ON /30 ,GTE ;Z/L_fJ= l 3 f�[/C'SC b�iGl GG: E niT I i __ MC rLED HCOi/ir 5&AY fLAYEY.S".:-T� .L/v0 Bzo'wv S/L%Y Sd",Z> r� l y.'•:.o'C �j�QA)'F/NE-ME D'un/ Sir✓O c C iVM PEA- c ZAc lf'f iL T.a riO.SiL 7 J I iIIWm u>-E cs W 1.,,,,�. - LT A/v0 F/r✓E .SQ1-/c7 '-A YE2S� --- Q /00. `p vECiun/ Dr.s -.E t _ G" PEA 7-A!�O L.4 r' /.COFf/i TE I JAI �G Q/WG cAs, TG c B9.2 80 1 WA TER cOn/TE,v-r 80 r;o a o 20 O DRY DE.vTrTr ` /SO - 12O 90 60 3.0 O r I z 1 ' DATE* 6Y JOB N0. TITLE SHT. NO. 3//O/�o/ Y6T •?�O/ B '20�//✓G LG� _A -4 CA LCULATION ION SHEET ' METROPOLITAN ENGINEERS ' SEATTLE, WASHINGTON .B O Q/iv G ''` 1.3 ;40 1 EL E.-,[ 8ZONN.Sd%JG�NGG,2d%^:- �rlL�� j CicA?"fIAIE S'.'.NOYS/LT Yv/TH 1 ' /30 : �i 8.?OwN F/ve s:NO 4Zk%/AU770kS -LOOSE �.• DE CA , WOOD /20 --• -- �--• G.�YS.'L;��J 'H !%17WLdYERS OF OCC.A /0:.:i.L. ?A Y F/N.—,"E0.UM. FINE /c0 I- ;, i I •j _ 1••� BLOW/JS.iFIJL4.0: 5.CAYE% -. .-•'i_= c10 4CORIAIG CASED TO EL .94.7 ' /00 00 GAO 40 20 O Wd TE� COT EAJ j . O,¢Y D:AISI T; /SO /Z O 90 60 '30 O ' y DATE BY JOB NO. TITLE SHT_ NO. A-13 ' CALCULATION SHEET METROPOLITAN; ENGINEERS SEATTLE, WASHINGTON i I. I 1 LL' "��� vim: "�-..✓ I -�7 O/ i ti. I ' i ri M; -(.Z'.c::Ee � 80R1AjC CdSE<7 TO EL 72.7 — /JG aG c-0 �L'LT= 2 CO,V,=/JT c OP Y GE•'JSi"�Y .5C 20 C DATE BY JOB NO. TITLE SHT. NO. r14 � TRAFFIC CONTROL � INFORMATION � TRENCH PATCHING � ORDINANCE 1 1 1 1 1 1 1 CITY OF RENTON ' TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS 11 TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: T5 w...' Ilve. APPL. DATE: ADDRESS: �o� N / �IcE PERMIT #: - V-19 _Imfi) \AP-A RR03H PHONE #: woo $1V_15_G/? ' CONSTRUCTION SUPERINTENDENT: &)z ' '0e_-k MOB./CEL. #: (Z&) ?,30 -/0,30 PROJECT NAME: &4_ N�Qwy wq � 5*aVe/*t FAX #: t PROJECT LOCATION: .SELc /.3£�aceJ N/E/S/W OF: WORK TIME: 7'Ov AR r`0 S:W &K APPROVED BY: J t.4 t4 WORK DATE: .3 - /2 - © / 10 8 -/-�_-O/ APPROVAL DATE: O 3 - 0,S- O I NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). ' 2) CA;.:. 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. 3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS ' BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. ' 6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: ' E SKETCH I A --NO fRTH— 5 5Ep`1'I Py --T 1 NOv VTHI 4TH STREET "'``° SOVTH 5TH SfRE I6�P Z STY HAIL NORTH (not to scale) I J ' I have been informed of my responsibilities for traffic control and OFFICE COPY T— 4-6 83 agree to comply w-th all traffic regulations of the City of Renton. coIJTRACTOR INSPECTOR K. KITTRICK/ SIGNATURE DATE: POLICE KEVIN MILOSEVICH ' FIRE JIM GRAY/STA. #11 C\TRAFFir rocRe TlMc\Tro\rroou representing J,,5-L55qt) .Z'i4/C- agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic ' control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours ' before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: ��U =��A_UVLi D.O.B.: ��5/��9�(J LNG. SS#: HOME ADDRESS: ' � ti� M/0 a Cl go 3LI WORK ADDRESS: /aG ' 7Bo 3 5< ' WORK PHONE: qZ5--ga/— S(/ HOME PHONE: yas— ��O COLOR EYES: Z>Z.N WEIGHT: HEIGHT: 5,� COLOR HAIR: BIVV. ' WASHINGTON STATE DRIVERS LICENSE NUMBER: S.*gt4,/'C_-S-T_L4S 4 1�r ' CATraffic OperationATMfincs NOTES END 'ROAD PORK 00■, 1. Floodlights shall be provided to mark flogger stations at night. G20-2c 2. If entire work area is visible from one station, one flogger may be used, otherwise two floggers and signing will be required each direction. 0 3. Sign sequence is the some for both directions of travel. O 1 See Buffer Data Table. Use of buffer vehicle is recommended, �O it may be a work vehicle. If buffer vehicle is used, minimum from end of toper to work area shall be total of ""R"' (roll ahead b co distance) plus length of vehicle, plus "B" (buffer space). If buffer ,k0 0 vehicle is not used, minimum distance shall be "B". 0 0 ¢e 5. Steady burning warning lights (Type C. MUTCD) should be used to fox mark chonnelizing devices at night as needed. xo y �i�\fee 6. Either reverse cone toper or sign G20-2o may be used to show end Of work area. 0 *W2 0-7o BUFFER DATA PREPARED BE Buffer Space TO Speed (MPH) 25 30 35 40 45 50 55 60 65 / STOP B (FT) 55 85 120 170 220 280 335 415 485 74— { W20-801 / (opt i Ono I Buffer Vehicle Roll Ahead Distance / ONE LANE 4 Yard Dump Truck Stationary Moving ROAD 24,000 LBS Operation AHEAD Operation / B (FT) : 100 175 W20-4 Roll Ahead Stopping CHANNELIZINC � PP ng Distance Assumes DEVICE SPACING (FT) �/ 65 MPH Speed and Dry Pavement MPH I Taper Tangent 50/65 40 gp SIGN SPACING TABLE ?>- 2355//3405 I 3200 J40:j 0 Roadway Type Speed X Free s and AHEAD ways 55/65 MPH (or as -per (FOR b 0C�L MT ) wo-1 Z%QIE Y 0ly M�[� Rural Roods 45/55 MPH 500'! LEGEND Urban Arteriols 35/40 MPH 350'_ c c c Channel izing Devices Urban Streets TRAFFIC CONTROL PLAN Residental 25/30 MPH 200'± r Flogger and Business Districts WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA. WASHINGTON Typical opplicotion of traffic control devices on 0 two- tone highway where one lone is closed and flooginq is provided. Incerporoteo chonyes to chapter 6 of MUTCD and reslgneo SJD APPROVED MONTH DAY, YEAR DATE REVISION l o 00 ley APPR'D I STANDARD PLAN K—2 W4-2(L) W20-5(R) W2a-� NOTE Black on Orange I ROAD ENO �11SEO WORKl. [f Buffer VehiCle is nOt Used see or reverse cone toper to AHEAD Buffer Data Table for required G20-2o show end of work area buffer space distance. 500'- Buffer Vehicle with TMA (optional ) L X ( X X 100' -�R B--►I ( 41 WORK � � c ° AREA Cal 131 o ❑ � u I I I I 7 BUFFER DATA SIGN SPACING TABLE CHANNELIZING DEVICE SPACING (FT) Buffer Space Roadway Type Speed X Speed (MPH) 25 30 35 40 45. 50 55 60 65 Freeways and 1500'± MPH Taper Tangent Expressways 55/65 MPH (or as per 50/65 40 80 8 (FT) = 55 1 85 1 120 170 220 280 335 415 485 M T ) Rural Roads 45/55 MPH 500'S 35/45 30 60 Buffer Vehicle Roll Ahead Distance Urban Arterials 35/40 MPH 350't 25/30 1 20 40 4 Yard Dump Truck Stationary Moving 24,000 LBS Operation Operation Urban Streets Res idento1 25/30 MPH B (FT) = 100 175 and Business 200'_+ Districts IF(Q)Q L(0 (CZA L Rol l Ahead Stopping Distance Assumes 11��tt��n1 M 11fIC� 65 MPH Speed and Dry Pavement Q LS W U V S MINIMUM TAPER LENGTH = L IN FEET Lane Posted Speed (MPH) TRAFFIC CONTROL PLAN Width (feet) 25 30 1 35 1 40 45 SO 55 65 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION LEGEND OLYMPIA, WASHINGTON 10 105 150 205 270 450 500 SSO - ❑ ❑ ❑ ChonneIizing Devices 11 115 165 225 295 495 550 605 CCO Sequential Arrow Sign 12 125 180 245 320 1 540 600 660 780 Typical application - daytime operation of short duration on a four-lane divided roadway where one lone Is closed. Incorporared Crtonges to Chapter 6 Of MUTED and res;gned SJD APPROVED MONTH DAY, YEAR DATE REVISION BY ,Ai>R�l STANDARD PLAN K- 7 L00 4 j G20-2o � NOTES END * ROAD WORK ♦1 1. Flashing warning I 1 ghts and/or flags Sha I I be Or reverse cone taper I I o used to call attention to early warning signs to show end of when specified in contract. work area I i e 2. Buffer vehicle may be c work vehicle. I3. If buffer vehicle is not used see Buffer Doto for required buffer space distance. Buffer Vehicle with j beacon (optional) } m SIGN SPACING TABLE MINIMUM TAPER LENGTH (L) IN FEET 1L ROADWAY TYPE SPEED x Lor» I EE '' Posted SDeso l5 ♦ ♦ i 4a4 J EXPRESSWAYS 5/65 MPH (ORSNUTCD (feet) l]Ot1 1205 150 20�295 /50 500 550 65 RURALROADS 45/55 MPH E500't ` I I 1 x J URBAN ARTERIALS 35/40 KOH 350't 11 115 165 22495 550 605 N URBAN STREET - REStDEHTIALL 25/JO MPH 2O0.t 12 I25 IBO 2�5 320 5�0 600 660 T80 BUSINESS D15 RIOT I I I V. J BUFFER DATA ♦ BUFFER SPACE CHANNELIZING DEVICE SPACING (FT) SPEED tMPH 25 30 35 40 45 So 55 60 65 a (FT) 55 85 120 1T0 220 2 80 335 4IS ;85 x MPH TAPER TANGENT BUFFER VEHICLE ROLL AHEAD DISTANCE �0 80 W4 - 2(L) 50/65 35/AS JO 60 A YARD DUMP TRUCK, STATIONARY MOVING BLACK ON ORANGE I 2S/30 20 AO 24,000 LBS OPERATION OPERATION x R- '100- 175' W2 0 - 5(R) ROLL AHEAD STOPPING DISTANCE ASSUMES R1p{T (See Nate 1) 65 MPH SPEED AND DRY PAVEMENT, TWO MS aosED x A}faD FOR LOC&L ROAD ( eeONote 1) �ATEHCV USIE WORK AHEAD TRAFFIC CONTROL PLAN WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON LEGEND 0 0 0 CHANNELIZING DEVICES DDD SEOUENTIAL ARROW SIGN Typical Application - C I os i ng two lanes of o Incorporated changes to Chopter 6 of MUTCD ono ABN APPROVED MONTH DAY, YEAR resigned. - multi lone highway DATE REVISION BY APPR'D STANDARD PLAN K - 8 t6q, way0 00 NOTES 1. No encroachment on travelled lone. 11 encroachment is necessary, lone must be closed. « « 2. See Buffer Data Table. Use of buffer vehicle is recommended, it may be c work vehicle. if buffer vehicle is used, minimum distance from end of taper to work area shall be total of "R" space. If buffer vehicle is not used, minimum distance sho I I be "B". �B . —►i R r ° o WORKAREA ° f X X X L/3 I L 2" MIN 100�I BUFFER DATA 00'+ l Buffer Space Buffer cle G20-2a Speed (MPH) 25 30 35 40 45 50 55 60 65 ROAD with beacon EHD SHOULDER SHOULDER (opt i ono I ) WORK WORK CLOSED ROAD VORK - B (FT) = 55 85 120 17012201280133514151485 AHEAD AHEAD or reverse cone buffer Vehicle Roll Ahead Distance W21-4 W21-5 W21-502 taper to show end of work area 4 Yard Dump Truck Stationary Moving 24,000 LEIS Operation Operation B (FT) = 100 175 Roll Ahead Stopping Distance Assumes - 65 MPH Speed and Dry Pavement CHANNELIZING DEVICE SPACING (FT) MPH Toper Tangent SIGN SPACING TABLE 50/65 40 fi0 Roadway Type Speed X 35/45 30 60 Freeways and 1500'` 55/65 MPH (or as per 25/30 I 20 Expressways MUTCO) 40 Rural Roads 45/55 MPH 500"* FOR d(0)6QL Urban Arterials 35/40 MPH 350'-± MINIMUM TAPER LENGTH = L IN FEET Q a 2 W C U U S E Urban Streets Lane Posted Speed (MPH) Residentol 25/30 MPH 200"! Width and Business (feet) 25 30 35 40 45 50 55 65 TRAFFIC CONTROL PLAN Districts SO 105 150 205 270 450 SOC 550 - WASHINGTON STATE DEPARTMENT OF TRANSPORTATION 1l 115 165 225 295 495 550 605 - OLYMPIA, WASHINGTON 127 125 180 245 1 320 540 l 600 l 66C l 780 LEGEND 0 0 o C nnneIizing Devices Typ i CO I Opp I i cot i On - ShOu I der work On freeway Incorperorec cnanges to Cnepter E of AWtCO anc resigned SJD APPROVED MONTH DAY, YEAR or expressway. DATE REVISION BY I APPR D STANDARD PLAN K- 1 7 i � � � �i■r � i� �■�s it rr r ■�r � � � � �■■r � � t � CITY OF RENTON � SURVEY CONTROL � MONUMENTATION 1 1 1 1 1 1 1 1 1 CITY OF RENTON ' SURVEY CONTROL NETWORK The City of Renton Survey Control Network is the result of a three year project by the ' Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working ' for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure management and analysis and assuring compatibility between the various utility systems ' and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: Robert Anderson PLS; Bush, Roed&Hitchings, Inc., Carrie Davis; Technical Services Section(Recorder), Abdoul Gafour; Utility Systems Division, ' Arneta Henninger; Plan Review Section, Development Services Division, Jae Lee; Transportation Systems Division, Robert Mac Onie; Technical Services Section(Chairman), ' Jon Warren PLS; Dodds Engineers, Inc., Dennis Wegenast; National Geodetic Survey. The committee developed the standards, specifications and phasing for all ensuing work. All survey work meets the requirements specified by the Federal Geodetic Control t Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3) vertical control. The monument recovery project was performed by Dodds Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System corner monuments and other monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those ' located near current and proposed capital improvement projects) important to the development of a survey control network. In most cases, street centerline monuments were selected for both horizontal and vertical control due to stability and maintenance ' considerations. The second and third phases ran concurrently during 1993 & 1994. The horizontal ' control phase was executed by Bush, Roed & Hitchings, under the direction of Robert Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal ' Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington ' State Plane, 2nd Order, 1 st Class, northing and easting values for 122 monuments in and ' TS_SERVER//SYS2\MAPS\83m\control\scn.doc i 2 May 2000 around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision ' geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." ' The vertical control phase was performed by Triad Associates, under the direction of Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev ' adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal control monuments as well. The leveling project was divided into seven primary ' interdependent loops connected at a minimum of two points with common benchmarks. Additional legs were run across the primary loops tying into two benchmarks at both ends. A total of 15 NGS benchmarks were part of the network, four of which were held ' in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and provided substantial agreement(less than or equal to 5mm)with 5 others. The City, in 1995, will have reference points set for all Survey Control Network street centerline monuments not currently referenced. Over the next several years monuments ' in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. ' As an adjunct to the Survey Control Network the city has developed the enclosed Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of these standards which were modified to require the use of the Survey Control Network ' for all public and private development projects within the city and define the responsibilities of the surveyor in the establishment of new monuments and their associated records. The standards have been reviewed by at least ten licensed surveyors ' for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47' 25' North to the south and 47' 32' 30" North to the north. In most cases the combined scale factor (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. ' Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. ' Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 47° 25' N to the south and 1 in I11,000 at 47' 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. 1 1 TS_SERVER//SYS2\MAPS\83m\control\scn.doc ii 2 May 2000 City of Renton Surveying Standards ' City of Renton Standard Plans & Supplemental Specifications Section 1-11 ' Adopted December 16, 1996 Effective January,21, 1997 1 1 ' TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-t 1-1 2 May 2000 ' physically reference a corner's location on the requirements of the project, the original will be ground. recorded with the King County Recorder. ' Monument Any physical object or structure of If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, record which marks or accurately references: and the original or a photographic mylar thereof ' • A corner or other survey point established will be submitted to the City of Renton. by or under the supervision of an individual The survey drawings shall meet or exceed the per section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall monument established by the General Land conform to the City of Renton's Drafting Office and its successor the Bureau of Land Standards. American Public Works Association Management including section subdivision symbols shall be used whenever possible, and a corners down to and including one-sixteenth legend shall identify all symbols used if each ' corners;and point marked by a symbol is not described at each use. • Any permanently monumented boundary, An electronic listing of all principal points right of way alignment, or horizontal and shown on the drawing shall be submitted with vertical control points established by any each drawing. The listing should include the governmental agency or private surveyor point number designation (corresponding with including street intersections but excluding that in the field notes), a brief description of the dependent interior lot corners. point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM 1-11.1(6) Control or Base Line Survey PC compatible media. (RC Control or Base' Line Surveys shall be 1-11.1(7) Precision Levels(RC) established for all construction projects that will Vertical Surveys for the establishment of bench create permanent structures such as roads, marks shall satisfy all applicable requirements of ' sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-1 LI. signal or light poles, or any non-single family Vertical surveys for the establishment of bench building. Control or Base Line Surveys shall marks shall meet or exceed the standards, consist of such number of permanent monuments specifications and procedures of third order as are required such that every structure may be elevation accuracy established by the Federal observed for staking or "as-builting" while Geodetic Control Committee. Bench marks must possess both permanence and occupying one such monument and sighting P another such monument. A minimum of two of vertical stability. Descriptions of bench marks these permanent monuments shall be existing must be complete to insure both recoverablilty monuments, recognized and on record with the and positive identification on recovery. City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset Survey shall occupy each monument in turn,and Topography(RC) shall satisfy all applicable requirements of Topographic surveys shall satisfy all applicable ' Section 1-11.1 herein. requirements of section 1-11.1 herein. The drawing depicting the survey shall be neat, All points occupied or back sighted in legible, and drawn to an appropriate scale. developing radial topography or establishing North orientation should be clearly presented baselines for station -- offset topography shall and the scale shown graphically as well as noted. meet the requirements of section I-11.1 herein. The drawing must be of such quality that a The drawing and electronic listing requirements reduction thereof to one-half original scale remains legible. set forth in section 1-11.1 herein shall be If recording of the survey with the King County observed for all topographic surveys. Recorder is required, it will be prepared on 18 1-1 l.l(9) Radial Topography(RC) inch by 24 inch mylar and will comply with all Elevations for the points occupied or back provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be photographic mylar of the drawing will be determined either by 1) spirit leveling with submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal ' review and acceptance per the specific ' TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-1 1-5 2 May 2000 marked or tagged with the surveyor's ' identification number. 1-11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. ' TS_SBRVGR//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000 -- ----- --- 4N R5E 16 ------ 15 T24N R5E 14 T24N R5E 13 T24N R5E ----------- A==.__.... : - = All. A5 ' A6 A7 A8 - ---------- 23 T24N E 19 T24N R5E 5E 21 T24N RSE 22 T24N R5E ..... -- ----------- 23 T24N R5E 24 T24N R5E - ---------- i _ _ ...... .... ..... ...... __________ _::_ : ----- ...... _ :__ 2 B ---- ---- B5 B6 B 7 B 8 26 R4E 3O'M4N 4 28 T24N R5E 7 T24N R5E ---------- 26 T24N R5E 25 T24N R5E N! ---- --- ---- --- N& - --0--- . ...............pm,2- - _ _ C7 C8 5E R5E 32 T24' R5 35 T24N R4 35 T24N R5E 36 T24N R5E __ __=__ E- ---------- -------------------------- 4-So -= -__=. 4 D D8 2 T23N R4E I T23N R4E 3N 5E 4 T234AE 3 R 2 T23N R5E 1 MN R5E ----------- 2 E E8 ,731 n 4 12 3 10 N T23N 5E 8 R5 9 T23N E w S, I R5E 12 T23N R5E 1 �A � ��g \14 T23N R E 186TWU R T23N R5E JK 5 1 T23N 6 14 T23N 7 F 8 13 R5E R5E T23N R5E �G4-,' Re,�, � 2 NR a 4 3 R4E 11,T23N 20 3 E 21 T23 22 T23N R5E 23 T23N R5E 24 T23N R5E iw � fi o � 6 �aA $ n A = H5 6 H7 H8 N R4E 23 1 R4E 30,T23t, 5E 23N 5E SE 26 T23N R5E 25 T23N R5 -- 12 1 Io 17 18 =-_ ' 35 T 3 E 31 T2 32 36 T23N R4E R5E 33 T23N 34 T23N 6E 35 T23N 36 T23N R5E 1 J2 3 J J5 J ___________________ __ T22N R4E I T22N R4E f,"U2 R5E 5E UT22N R5E q T? P.;P CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS INDEX ' 18 T23N RSE NE 1/4 bd ' - ---_ i 1;43 1 A ! 3 4 ,42 S 2654 na ;f 51 ` .. if47 941+- 653- ++116 +655+674 83 �__ + +241 +2 581 2566+- pp4644 1114 2857_82 1089 + ! � s j i -,l ± i ' 880 1 , > � f `--_32 ! 1 � I 49`0 tt L� ��. 0+ +t006 + +t139 1136 +1138 1137+ + �+�+ +11 580 +tt35 +1134 { I - '.25+ +3,8 f+317 499 \ .� M � I \ 878 +984 +1189 +1190 o�r +� 1194 +4+++ +1198 +119 54 a) 405 298 --t i t ' ao L �1004 J� /'- �. + 30 i - �48= T- 1 02 1506+ +1505 +244 +150' \ 299�+ � ,FF i ti V • fi 1279: 'C� —�1 +33t +246 +296 +2451_ --� i+V '-� ; 2328' _ + t / +i7002 / � l i���� i��, 393 +576 +61 +34 1274if2284-- - / t276 " 1278 tt +228s J 760 l ++2283 � / G3 - 19 =N RSE NE 1/4 LEGEND CITY OF RENTON 1111 ' ® Horizontal 8� Vertical' SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal Only ' *TECHNICAL SERVICES s®3 vertiverticalv � Only PLANNINGBUIIAING/PUBLIC WORKS 02/14/00 Motxxnettt _ Renton F 3 ® ��® � -- City Lurnts 1:54M 18 T23N R5E SE 1/4 SECTION 18 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ' 1099 Location: Found 3/8" plug in a monument case in the cross walk across Logan Ave S. on the centerline of S Airport Way Monument: 3/8 IN PLUG IN A 10 IN MON. CASE NORTHING: 64838.902 EASTING: 396314.116 ELEVATION: i 1140 ' Location: Found a PK nail next to a monument case at the intersection of Shattuck Ave S. and S. 3rd. St. Monument: PK NAIL NORTHING: 54269.332 EASTING: 395995.587 ELEVATION: i 1333 NW Corner 18 T23N R5E Location: Found a 3" flat brass disc with a punch mark on a concrete post monument down 0.8' in a monument case at the constructed intersection of S 128th Street&84th Avenue S. Monument: 3 IN BRASS DISC W/PUNCH ON CONC MON, IN CASE, DN 0.8' NORTHING: 55227.028 EASTING: 394935.367 ELEVATION: 118.063 ' F3-3 s SECTION 18 T23N R5E W.M. ' 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ' 1898 Location: Found 1.5" R.R. spike with punch mark in road surface at intersection of ' Shattuck Ave S. and S.6th St. Monument: R.R. SPIKE WITH PUNCH MK NORTHING: 53756.917 EASTING: 395983.750 ELEVATION: 1919 Location: Chiseled square at centerline top of stairway and north end of curie-sac on Thomas Avenue S. across the street from 13208 Renton Avenue South. ' Monument: CHISELED SQ @ CL TOP STAIRWAY NORTHING: EASTING: ELEVATION: 72.130 ' 1920 Location: Found 3"brass disk stamped"King County Survey monument EN-61 1973"in sidewalk on the west side of Rainier Avenue South. Located north side of southerly driveway to building at 604 Rainier Avenue South. Monument: BRASS DISC NORTHING: EASTING: ELEVATION: 8.494 1939 ' Location: Top of Lead&tack set in concrete monument at intersection of Williams Avenue S. and S. Riverside drive. Monument LEAD&TACK SET IN CONC MON NORTHING: EASTING: ELEVATION: 11.383 ' F3-5 SECTION 18 T23N R5E W.M. ' 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ' 2123 Location: Found a standard National Geodetic Survey(NGS) bench mark brass disc, NGS archive no. SY0624, stamped "Q 462 1973", set vertically in the southerly face of the brick wall of the U.S. Post Office mail handling building, approximately 1.5'easterly of the southwest comer of the building, located at the northeasterly comer of Houser Way&Williams Avenue S, approximately 4.0' above the ground. Monument: NGS DISC VERT IN WALL OF POST OFFICE, STA Q462 NORTHING: EASTING: ELEVATION: 13.750 2128 Location: Found 3" brass disk stamped"King County Survey monument EN-80 1973" in ' sidewalk on the north side of Airport Way. 30'+west of checkered runway marker. Monument: BRASS SURFACE DISC NORTHING: EASTING: ELEVATION: 9.405 2184 ' Location: Found a railroad spike with a punch mark in the old street surface down 0.3' in a 4"diameter steel riser with no lid flush the existing paving lift in the constructed centerline of Burnett Avenue N approximately 12' southerly of the constructed intersection of N 4th Street and Burnett Avenue N Monument: RR SPIKE W/PUNCH ' NORTHING: EASTING: ELEVATION: 9.286 ' F3-7 �- r � � ���� r