Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272709(5)
Award Date: A Ve,h ey- /0/, 097 Contract No.CAG— R - 1 Awarded To: R r-/ Z L G. d-'V 1/6-7 My k ✓C"a11 , UJA 16638 Bidding Requirements, City of Renton v �� Forms, Contract Forms, Conditions of the Contract, Plans and Specifications e- t rr'l,onstruct-roion of- SW 43rd Street Drainage, ImpI� �rovement °ec- City of Renton ' 200 Mill Avenue South Renton, WA 98055 General Bid Information: (206)235-2631 ' Surface Water Utility Contact: Scott Woodbury(206)277-5517 Printed on Recycled Paper t i CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF 1 SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT BIDDING REQUIREMENTS ' CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATION PLANS 1 ti 71�6 � "W: ExPPi:s: l City of Renton Surface Water Utility ' Planning/Building/Public Works Department ' October 1997 1 1 1 ' CITY OF RENTON SW 43RD STREET DRAINAGF ' IMPROVEMENT PROJECT CONTRACT DOCUMENT TABLE OF CONTENTS Addendum No. 1 Summary of Fair Practices Policy ' Summary of Americans with Disabilities Act Policy Scope of Work Site Vicinity Map ' Instructions to Bidders Call for Bids *Combined Affidavit & Certificate Form: ' Non-Collusion Anti-Trust Claims Minimum Wage Form ' *Bid Bond Form *Proposal *Subcontractors List ' *Schedule of Prices *Acknowledgment of Receipt of Addenda **Bond to the City of Renton **Fair Practice Policy Affidavit of Compliance **Contract Agreement (Contracts other than Federal - Aid FHWA) **Insurance Forms and Registration ' Attachment "A" Insurance Information- Sample 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 Environmental Regulation Listing ' City of Renton Supplemental Specifications Special Provisions Standard Plans Construction Plans ' Miscellaneous Information (Geotechnical Report, Signal Plan Record Drawing) 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 (yellow pages) ** Submit with Notice of Award (green pages) ' CITY OF RENTON Planning/Building/Public Works Department ' 200 Mill Avenue South Renton, Washington 98055 ' U:1997:SW43RD.ST:BID.DOC:SW 1 t ' ADDENDUM NO. 1 CITY OF RENTON SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT ' BID OPENING: October 29, 1997, 2:30 PM This Addendum No. 1 forms a part of the Bid Documents and modifies the original Bid ' Documents dated October 1997 as noted below. Addendum No. 1 consists of 2 pages, including this sheet. The Bidder shall acknowledge receipt of this Addendum on the form "Acknowledgment of Receipt of Addenda included within the Bid Document. Failure to comply with this requirement may render the bid non-responsive and may ' cause its rejection. SCHEDULE OF PRICES Bid Item 11 is hereby revised to 120-inch Type III Manhole in conformance with the size of manhole shown on the plans. The second page of the Schedule of Prices in the ' bid proposal shall be replaced with the attached revised page. All bidders must use the revised page in their bid proposal. Dated October 23, 1997 Scott Woodbury 7 ' Project Manager U:SW43RD.ST:ADDIN1:SW ' attachment ' City of Renton Addendum No. 1 ' CITY OF RENTON P/B/PW DEPARTMENT ' (Schedule of Prices) SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ' ITEM APPROX. I ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. ' 11 1 120-inch Type III Manhole Each $ ' per Each (words) figures 12 3 Replace Existing Catch Basin with Type I Catch Basin ' Each $ per Each (words) figures ' 13 2 Install New Type I Catch Basin Each $ ' per Each (words) figures 14 3 Replace Ex. Frame/Grate w/New Open Curb Frame/Grate ' Each $ per Each (words) figures ' 15 2 Connection to Existing Catch Basin Each $ per Each (words) figures ' 16 10 Gravel Backfill for Foundations, Class A Ton $ per Ton (words) figures ' 17 453 Control Density Fill ' Cubic Yard $ per Cubic Yard (words) figures ' 18 20 Bank Run Gravel for Trench Backfill Ton $ ' per Ton (words) figures 19 65 ACP Trench Patch ' Ton $ per Ton (words) figures 1 tCITY 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 7thday of October, 1996. CITY OF RENTON: RENTON CTrY COUNCIL: ' Mayor Council President ,A,;test- City Cler U:1997:SW43RD.ST:SPEC-BID:BIDSPEC:SW CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ' ADOPTED BY 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: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of ' Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. ' (3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and ' suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation including bid calls, and shall be prominently displayed in appropriate City facilities. of the City, tCONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of_ October 1993 CITY OF RENTON RENTON CITY COUNCIL: Mayor \ Council President ' Attest: City Clerk SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT SCOPE OF WORK ' The work involved under the terms of this contract document shall be: The full and complete installation of facilities on SW 43rd Street as shown on the plans and described in the construction specifications, to include but not be limited to: installation of 2 large diameter manholes and approximately 66 linear feet of 60-inch reinforced concrete storm drainage piping, ' including connections to the existing system; installation of 5 new catch basins with open curb face frame and grates, including connection to existing catch basins or storm drainage piping; replacement of the frame and grate of 3 existing catch basins with new open curb face frame and grates. Work ' within SW 43rd Street will be limited to between the hours of 8:30 PM and 5:30 AM. Control density fill will be used for much of the trench backfill. ' Time is of the essence to complete construction on this project. Notice to proceed will be issued immediately upon contract execution. The contractor is encouraged to submit shop drawings and submittals as soon as possible after notice of award. The preconstruction conference, if agreed to by ' the contractor, will be held prior to the notice to proceed. 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 35 working days is allowed for completion of this project. The successful bidder, who is awarded ' the contract, must start work on the project within ten (10) days after the notice to proceed is issued. The funding of this project will be from City funds. ' U:1997:SW43RD.ST:BID.DOC:SW ,9 Wr MA gn Nil now !ZWK low so •f� 1,114, % �'' ' INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City ' Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date sp2ecified in the Call for Bids At this time the bids will be publicly opened and read, after which the bids will be considered and ' the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be ' submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The ' City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall ' satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that ' item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of ' errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of ' Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided they enter into a contract and furnish 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 Subcontractor List must be filled out if the total contract amount exceeds $100,000, and if any subcontractor will perform work that exceeds 10 percent of the total contract amount. Failure to provide the list will render the bid non responsive and therefore void. ' 12. It is the responsibility of each bidder to ascertain if all documents listed in the index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ' U:1997:SW43RD.ST:BID.DOC:SW t 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, {y and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. ' AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations 1 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 t• 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 S11 43rd Street 'drainage Improvement nroject Name of Project RJC, Inc. ' Name of Bidder's Firm C_ ' ignature of A ri ed Represe ative of Bidder Dated: October 29, 1997 ' •♦•••"""''�:., Notary Publi in and for the State f Washington W R ENN �'eXP R�s., Notary (Print) Randyl A. ilrenn My appointment expires: 10 22 2111 .0 ii`JG off = S QJ6 tiff U:1997:SW43RD.ST: �:* �P♦ .�1111111��•`•♦ BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amoun: of S which amount is not less than five percent of the total bid. Sign here ' Know All Men by These Presents: ' That we, Ric, INC. as Principal, and WESTERN SURETY COMPANY as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of 5% OF AMOUNT BID NOT TO ESCEED Pa Or ' µ for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. t The condition of this obligation is such that if the Obligee shall make any award to the Principal for ' SW 43RD STRRET DRAINAGE IMPROVEMENT PROJEUcording to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the ' Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligec; or if the Principal shall. in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in ' the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated ' damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 27TH DAY OF— OCTnRFR 19�. RJC, INC. Principal C(aJzd., Surery GLENN F DAVIDSON, TTORNEY-IN-FACT ,F Received return of deposit in the sum of �D U,t 99?:3wa3R.D.ST:BID.DOC.,Sw t0 'd 68�S:ZFbsZb '8NI '8 'f *N 9Z: 9i Nnc J �_j 7"_ 1 -)n II tom' -uc/ uc INu.ccO i o 'ODD' Western SuretyCompany POWER OF ATTORNEY-CERTIFIED COPY �^ Bond No. SP22328044 1 Know All Men By These Presents, that.WFSTTiRN SURTgY COMPANY, a corporation duly organized and existing wider the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota (The "Company"),dries by These pre,eMN make,constilulc kind appoint (Glenn F. Davidson t` its true and lawful attorney(s)•in-fact,with full power and authority hereby conferred,to execute,acknowledge and deliver for and oil 1 its hchal f us Surety,bonds for: Principal: RJC,Inc. r 4 Obligee: City of Renton Amount: $12,500.00 • and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the 1 i corporate seal of the Company and July attested by its Secretary,hereby ratifying and confirming all that the %aid atiorney(s)-in-fact may do within the above sla"limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Conipm)y which remains in Ml force and effect. "Swion 7. All bonds, pobcics, undertakings,Powers of Attorney or ol&,r obligations of the corporation shall be executed in the 1 corporate name of tlne Company by the President, Secretary,any Assistant Secretary,Trurieurer,or any Vice President or by such other ofFcers as the Board of Directors may authorize.The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name ol'the Company 1 The corporate seal is not necessary lire the validity of any bonds,policies,undertakings, Powers of Attorney or other obligations of the corporation.The signature of wiy such officer aid the corporate veal may be printed by facsinile." All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of DECEMBER 26 1997 but until such time shall he irrevocable and in lull lone and effect. 1 In W1 yp y -oI',Western Surety Company has caused there presents to be signed by its Presitent,Jive P. Kirby,and its corporate seal �t _ day of OC70BER 1991_._1 . Q �s � WESTE ;qaANY 1 y��oapR �¢ srW;t+ ��zs � f +♦ SE A`/ r Joe P.Ki nt S �OTA vN-r�'t+>* ">" AxA ss; co 1 On this 27TH day of_OCTOBER in the year 11J97 before me, a notary public,personally appeared Joe P. Kirby,who being to me duly sworn,acknowledged that he signed the above Power of Anonicy as the alhi-csaid olliccr of IXFSTiMN SURETY COMPANY and acktowledged said inslniment to he the voltuitary act and deed of said corporation. 1 i w,�+4�+ti tiw d D. KRELL �. NOTARY PUBLIC r f f e L SOUTH DAKOTA� Notary Public-South Dakota 1 fS U.v CowwL.l..Yxklr 11 30.2000 t I the widersigictl officer of Western Surely Company,a stock corporation of the Slate of South Dakota,do hereby certify that the attached Power of Attorney is in full force and effect aTxl is itttvooahle,and furthermore,that Section 7 ol'thc bylaws of the Company 1 as set forth in the Power of Attorney is now in lima. 1 InLestirnony whereof;J have hereunto set my hand and seal of Western Surety Company this 27TII day of CX:TOHFR WESTE Y ANY Joe P,Ki ant 1 i t CITY OF RENTON ' SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen.- The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: ' (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in wri and in figures.) Signatue� ' Address: " Box 467 ?aple .'alley, TTA 98038 ' Names of Members of Partnership: ' OR Name of President of Corporation Kerri Krier Name of Secretary of Corporation Kerri Krier ' Corporation Organized under the laws of 'Tashington With Main Office in State of Washington at PO Box 467 ' '?aple Malley, ',TA 98033 U:1997:SW43RD.ST:BID.DOC:SW SUBCONTRACTOR LIST SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT ' a RCW 39.30-060 requires that for all public works contracts exceeding $100,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $100,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: ??icic Krier Title: Agent i Signat0item) B. The followingstor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor a ' Bid Item (s) Subcontractor Name ` Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address ' Phone No. State Contractor's License No Bid Item (s) Subcontractor Name ' Address Phone No. State Contractor's License No U:1997:SW43RD.ST:BID.DOC:SW 1 1 1 1 i SCHEDULE OF PRICES 1 1 1 All entries shall be written in ink or typed to validate the bid. Show unit prices in both words and figures. 1 Where conflicts occur the written or typed words shall prevail. 1 1 1 1 1 ' U:1997:SW43RD.ST:BID.DOC:SW CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) ..., SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT (Note Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words Rr, and figures and where conflict occurs the written or typed words shall prevail) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT y ' NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 1 Mobilization Lump Sum $ Twenty Thousand and 00/100 20,000.00 20,000. 00 per Lump Sum (words) figures 2 1 Temporary Water Pollution/Erosion Control Lump Sum $ Two Thousand and 00/1.00 2 ,000.00 2,000.00 per Lump Sum (words) figures 3 1 Traffic Control Lump Sum $ Three Thousand and 00/100 3,000. 00 3,000. 00 per Lump Sum (words) figures 4 1 Contractor Supplied Surveying Lump Sum $ One Thousand and 00/100 1,000.00 per Lump Sum (words) figures 5 1 Shoring or Extra Excavation, Class B Lump Sum $ Eleven Thousand and 00/100 11,000.00 11,000. 00 per Lump Sum (words) figures 6 10 Sawcut and Remove Existing Cement Concrete Panel Cubic Yard $ Thirty and 00/100 30.00 300.00 _ per Cubic Yard (words) figures 7 1 Temp. Support and Reinstall Traffic Signal/Lighting Conduit Lump Sum $ '_'ive thousand and 00/100 5,000.00 5,000.00 per Lump Sum (words) figures 8 65 60-inch Reinforced Concrete Pipe Linear Foot $ Three hundred thirty and 00/100 330.00 21 450.00 ' per Linear Foot (words) figures 9 28 12-inch Ductile Iron Pipe ' Linear Foot $ Fifty and 00/100 50.00 1 00. 00 per Linear Foot (words) figures 10 1 96-inch Type III Manhole Each $ Ten thousand and 00/100 10 000. 00 per Each (words) figures C77� Eti7O;ti P/B/PW D P E ARTMENT (Scheauie of Prices) tQ SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT (Note unit prices for aii sterns,au extentions.and total amount or olo must oe shown Snow unit prices in coin woras �-• _ _ — ana figures ana wnerZ c jnnict occurs the wnrten or P/ped wora5 Snail prevail.) ' ITEM APPROX ITEM WITH UNIT PRICED 61D -- - ---- --- d NO QUANTITY UNIT PRICE AMOUNT _(Unit Prices to be Written n Words) Dollars Cts. Dollars Cts ------------------ 11 1 120-inch Type III Manhole 1 t . Each $ Sixteen thousand and 00/100 16,000.00 16,000.00 per Each (words) tfigures 12 3 i Replace Existing Catcn Basin with T ,.. ype I Catch Basin ' Each $ Nine hundred fifty and 00/100 950.00 2 ,850. 00 per Each (words) tlgures 13 2 Install New Type I Catch Basin t , Eacn S Seven h undred fifty and-_00/100- — 750.00 1 500. 00 per Each --- --- - - --- -- --- -- -- ------:----,----- (words) figures 1� 3 Replace Ex. Frame/Grate w/New Open Curb Frame/Grate Each $ Three hundred and 00/100' 300.00' 900.00 per Each (words) figures I ' 15 2 Connection to Existing Catch Basin Each $ Two hundred and 00/100 200.00 400.00 per Each (words) figures 16 10 Gravel Backfill for Foundations, Class A ' Ton SFifteen and 00/100 --- ---- -- 00 -- - - - 150.00 per Ton (words figures ' 17 453 Control Density Fill Cubic Yard $One hundred fifty and 00/100 150.00 67,950. 00 ' per Cubic Yard (words) figures ' 18 20 Bank Run Gravel for Trench Backfill Ton $Ten and 00/100 10.00 200.00 per Ton � (words, figures ' 19 65 ACP Trench Patch ' Ton $one hundred seventy-five and 00/100 175. 00 — -�— 11,375.00 per Ton (words) figures I 1 ' CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) ' SW 43RD STREET DRAINAGE IMPROVEMENT PROJECT (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEMI APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT ' NO. I QUANTITY (Unit Prices to be Written in Words Dollars Cts. Dollars Cis. 20 1 Pavement Marking Lump Sum $ Three thousand five hundred and 00/100 3,500.00 3,500.00 per Lump Sum (words) figures ' 21 120 Cement Concrete Curb and Gutter Linear Feet $ rifteen and 00/100 15.00 1 900.00 ' per Linear Feet (words) figures ' 22 50 Cement Concrete Sidewalk Square Yard $ Thirty five and 00/100 35.00 1,750. 00 ' per Square Yard (words) figures 23 1 Final Restoration and Cleanup Lump Sum $ Two thousand Five hundred and 00/100 2 ,500. 00 2 ,500. 00 per Lump Sum (words) figures ' Subtotal 186,025. 00 ' 8.6% Sales Tax 15 998. 15 Total 202 ,023. 15 _ 1 <�;7w V3 J CONTACTS AND PHONE NUMBERS RJC (Prime Contractor) Rick Krier, Project Manager 425-432-5453 Office 206-406-1645 Cell/Pager Doug Dahlby, Superintendent 206-595-3959 Cell Mike Lugour, Foreman 206-240-7428 Cell City of Renton Scott Woodbury, Project Manager 425-277-5547 Office 360-825-4850 Home 206-919-4281 Cell(not available until 6 pm Sat. 2/7/98) Ron Straka, Engineering Supervisor 425-277-5548 Office 253-838-6866 Home 206-300-9246 Cell Mark Wetherbee,Lead Inspector 206-999-1829 Cell/Message Tom Main, Inspector 206-999-1833 Cell/Message Scheduled to inspect 8:30 pm Fri 2/6/98 to 6 pm Sat 2/7/98, then Scott Woodbury will take over until job is done. Karl Hamilton, Transportation Operations Manager 206-977-1123 Pager/Message Call first for traffic signal issues. Be sure to leave return phone number. Ted Pedworth, Transportation Maintenance Supervisor 206-977-0792 Pager/Message AAR Testing Laboratory(AAR is on-call for taking 5 cylinders of 120" manhole base concrete, as well as field slump and air content test. First cylinder break is to be at 24 hours.) Jeff Landstrom 206-918-1421 Digital Pager U:S W 43 RD.ST:98-001:S W ACKNOWLEDGMENT OF RECEIPT OF ADDENDA Y . ALL BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW THE UNDERSIGNED BIDDER HEREBY UNDERSTANDS THAT, IF AWARDED THE CONTRACT, IT �..' MUST START WORK ON THIS PROJECT WITHIN 10 DAYS AFTER FINAL EXECUTION AND COMPLETE THE WORK WITHIN 35 WORKING DAYS AFTER STARTING CONSTRUCTION. ' DATED AT 9:30 THIS 29t'h DAY OF October 1997. ACKNOWLEDGMENT OF RECEIPT OF ADDENDA: ' NO. l DATE October 23, 1997 NO. DATE NO. DATE ' SIGNE R Krier ' TITLE pent NAME OF COMPANY RJC, Inc. ' ADDRESS n0 Box 467 ' CITY/STATE/ZIP Maple Valley, WA 9,9038 TELEPHONE 425-432-5453 1 ' CITY OF RENTON STATE CONTRACT OR'S S BUSINESS LICENSE NO. 10061 LICENSE NO. RJCIN*066JJ U:1997:SW43RD.ST:BID.DOC:SW BOND TO THE CITY OF RENTON BOND N0. SP22328280 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned RJ C, INC. as principal, and WESTERN SURETY COMPANY corporation organized and existing under the laws ' of the State of SOUTH DAKOTA 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 $202,023.15 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. i 1 . This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at KENT Washington, this hV-11 day of NOVEMBER , 1997 Nevertheless, the conditions of the above obligation are such that: ' WHEREAS, under and pursuant to Public Works Construction Contract CAG-97-166rovidin for providing construction of the SW 43rd Street Drainage Improvement Project ' the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work ' therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner ' and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton ' harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ' _RJC, INC. WESTERN SURETY COMPANY rPrincipal Surety ry ign re Signature G nn F. Davidson ' Title Title Attorney-in-Fact 1i11;i/ '15 :UU L� :02102 N0:693 J 1 ' - QD% Western Sunc*YCompany POWER OF ATTORNEY-CERTIFIED COPY 1.. Bond No, SP22328290 o nowfthe All Men O U These presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota (the "Company"),does by tlteSc presents make,constintte and appoint Glenn F. Davidson its true and lawful' .bonds Alt: Alr:).ill-fact,with full power and authority 11..reby its behalf as 511rety b conferred,to execute,acknowledge and deliver for and on Principal. RJC,lnc, 1 obligee: Cary ol'Renton Aitk)Uni: $202,023.15 and to bind the Company thereby as 11111y and to the same extent d,s if such bonds were signed by the President, sealed with the 1 corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming may do within the above stated limitationg. Said appoinhnel,t is made under and by authority of the Jlollowingebyl w&aidaof'W Stern Surely Company Which remains in fitll fitrce and effect. 1 "Section 7. All honds,policies, undertakings, Powers 0I'Ailorney or outer obligationH of the corporation shall he executed in the corpporate nwne of the Company by the President, Secretary,any Assistant Secretary,Treasurer,or any Vice President or by such otheT officers as the Board of Directors may authorii,g. The President,any Vice President,Secretary tray appoint Altorneys in Fact of agents who shall have authority to issue bonds,policies or undertakingta ill the name of the Company, ,any Assistant Secretary,or the Treaswcr ' The corporate seal is not necessary her the validity of arty bonds,policies,undcriakiltgs,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by 1'acsilnle." 1$Vhauthority hereby conferred shall expire and terminate,without notice,unless used before midniht()I,_JANUARY 17 „_,bill until such time shall be irrevocable and in full force and efl'ccl. g In W' •of,Western Surety Company has caused these presents to be signed by ilea President Joe P.y of Kirby,and its corporate Seal ' p0q �� W.ESTE ) PANY syj`4O4 qj►��y� • ISE A� V* Joe P.Ki r e4f�°nt tVHLAHA OTA COUNTSS' On dtis day of in the yeur _ Kirby, who being to 1ne duly sworn,acknowledged that he signed the--a bove Power of Attorney as the afores id me, a noiary public, personally y Pl�t+md Joe P. Officer of WESTERN SURETY COMPANY and acknowledged said insintment to be'the voluntary act and deed of said eorporation. ' ��w4 ti4ti 1 D. KRELL LICINOTARY PU13 (IWSOUTH DAKOTA X ' r yr Commis"s-I+tIP"11-30.2Coo N01firY Pohlic-South nakuta I the undersigned officer of Westem Surey Company,a stock corporation of the State of South Dakota,do hereby certify that rite attached Power of A l lontey is in full force and effect rued a tack x a le,and furthermore,that Section 7 ut'the bylaws of the Company ' as set forth in the Power of A Morley is now in force. In lcgtitttony whereof, I Luve hereunto set my hatul and seal of Western Surety Company this dayor_,___ ' WFSTE Y ANY ' Joe R Ki enr CITY OF RENTON G1.. Uri FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE i ' RJC, Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of RJC, Inc. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. RJC, Inc. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. 11. When applicable, RJC, Inc. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. ' Rick Krier Print Agent/Representative's Name Owner/Agent Print Agent/Representative's Title l Agent/Reprdsent tive's Signature ' November 12, 1997 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. H:\FORMS\CONTRACnBID_SPECWFFDVT.DOC\ August 14, 1997 �J ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of ;2:(, , 1997, by and between THE CITY OF RENTON. Washington. a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and RJC, Inc., hereinafter referred to as "CONTRACTOR." ' WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within a working days from date of notice ' to proceed 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 SW 43rd Street Drainage Improvement Project (identified as CAG-97-166). ' All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and ' all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, ' machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the ' Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this ' agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. ' a) This Agreement b) Instruction to Bidders c) Bid Proposal ' d) Specifications e) Maps and Plans f) Bid ' g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any U:19W:SW43RD.ST:BID.DOC:SW 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) day 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. Futhermore, 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. 1 U:1997:SW43RD.ST:BID.DOC:SW i ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees ' and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than-M working days from the notice to proceed. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as ' liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore ' specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction ' project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 1 s . U:1997:S W43RD.ST:BID.DOC:S W ' I t) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The ' Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $202,023.15 numbers Two-hundred and two thousand and twenty-three dollars and 15 cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. COIyTRACTOR CITY OF RENTON #> Owner Ma ' ick Krier ATTEST Secre r Kerri Krier City Clerk rdba RJC, Inc. Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in Washington ' Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. ' If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. i. U:1997:SW43RD.ST:BID.DOC:S W PO Vat 467 �11a�Ce 7/'tae'v. 76W 9S,03,f (206) 432-5453 - (206) 432-55S9 57at 1 ' November 12, 1997 City o of Renton Attn: Scott Woodbury 200 Mill Avenue S. Renton, WA 98055 ' Re: SW 43`d Street Drainage Improvement Project Construction Contract #CAG-97-166 ' Dear Mr. Woodbury: ' Per your request, the following are those individuals authorized to sign the above- referenced contract on behalf of RJC, Inc. Rik Krie ; Owner/Agent X efri Krier, President / Sincerely, Randyl A. Long Office Manager ' STATE OF WASIIINGTON COUNTY OF KING Being first duly sworn, Rick Krier and Kerri Krier signed the above document in my presence on this 121h day of November, 1997-__, C� ... QQ• �ss1ON Notary Pub 'c for the St e of Washington NOTAR'r 9"n, Residing in Renton — — Commission Expires: 10/22/2000 U> o PUBLIC oo Z ��j�'•�gEfl 27 w A CORD n CERTIFICATE OF LIABILIW. INSURANCE DATE(MAUpO/11� 11-19-97 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BELL—ANDERSC�I AGENCY INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ' HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 724 WEST SMITH ST ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO BOX 887 _ COMPANIES AFFORDING COVERAGE_ KENT WA 98035-0887 COMPANY A AN=CAN STATES INSURED - -- COMPANY RJC INC B PO BOX 417 --- " COMPANY - -- — -- ---- ---- ------ MAPLE VAT,T,FY WA 98038 C COMPANY D 'COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICTED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH .RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION 7R DATE(MWDO/YY) DATE(MWDO/YY) LIMBS GENERAL LIABILITY 01CD8804222 12/22/96 1-2/22/97 GENERAL AGGREGATE $ 2,000,000— 'A —X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP!OP AGG s2,000,000 CLAIMS MADE X OCCUR PERSONAL 8 ACV INJURY S1,000,000 OWNER'S d CONTRACTOR'S PROT EACH OCCURRENCE S1,000,000 ' X WA STOP GAP _— FIRE DAMAGE(Any one fire) S _50,000 _ MED EXP(Any one person) S 5,000 A AUTOMOBILE LIABILITY 01CD8804222 12/22/96 .12/22/97 1,000,000 COMBINED SINGLE LIMIT 3 X ANY AUTO ALL OWNED AUTOS BODILY INJURY _ SCHEDULED AUTOS (Per person) S X HIRED AUTOS _--- - _--- - �- ' BODILY INJURY S — -- X NON-OWNED AUTOS (Per acudenq PROPERTY DAMAGE S ' -GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S — _ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S _ $A EXCESS LIABILITY EACH OCCURRENCE s2,000,000 X UMBRELLA FORM 01SU196858 12/22/96 12/22/97 AGGREGATE s2,000,000 —' OTHER THAN UMBRELLA FORM $ ' WORKERS COMPENSATION AND 70R WC Y STAT OTH• I t LTU-,U- R EMPLOYERS'LIABILITY EL EACH ACCIDENT S THE PROPRIETCR/ INCL PARTNER&EXECUTIVE EL DISEASE•POLICY LIMIT $ —__ OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S OTHER ESCfaIPT10N OF O►EFaATIONS/LOCATIONSNEHICLESISPECIAL ITEMS . SW 43RD ST. DRAINAGE IMPROVEMENT PRQ7FC'T--CITY OF RE TPON IS ADDED AS AN ADDITIONAL INSURED ON GL, & UMBR=A AS RESPECTS ABCJVE CONTRACT, WAIVER OF SSUBROGATION APPLIES; POLICY IS ON A PRIMARY BASIS AND NOT CONTRIBUTORY; CGO043 AMENDATORY F2IENT PR(VTDFD :ERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF PE NTON, WASHINGTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL)0a0C DU= MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 200 MILL AVENUE SOUTH 45 PENTON WA 98055 AUTHORIZED REPRESENTA E ' ANN BOSIK 2�U&14A CORD 25-S V9TION 1988 CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT p� z INSURANCE INFORMATION FORM CONTRACTOR/CONSULTANT: R.7C, INC. ' PROJECT NUMBER: STAFF CONTACT: RICK KRIER Certificate of Insurance indicates the coverages and limits ' specified in contract? If no, explain below: N Yes ❑ No Is the Commercial General Liability policy form an I ISO 1993 Occurrence Form or Equivalent? IN Yes ❑ No (If no,attach a copy of the policy with required coverages clearly identified) ' CG 0043 Amendatory Endorsement provided?'A N Yes ❑ No CGL General Aggregate provided on a "per project basis(CG2503)?` � Yes ❑ No Additional Insured wording provided?' El Yes ❑ No All coverage on a primary basis and non-contributing basis?' Yes ❑ No Waiver of Subrogation Clause applies?` Yes ❑ No ' Severability of Interest Clause(Cross Liability) applies? M Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?' M Yes ❑ No " To be shown on certificate of insurance A Not required if ISO Occurrence form is 1990 or earlier; may also be assumed under contract. ' AM BEST'S RATING FOR CARRIER: CGL AT XV Auto AT XV Umb AT XV _ Professional ' This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. 'y BELL ANDERSON AGENCY ANN BOSIK Agency/Broker Co mpl By(Type or Pri . Name) g- P O BOX 887, KENT IA 98035-0887 Address Completed By(Signature) 1 ANN BOSIK (253) 852-1680 Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE FOR EACH LINE OF CO VERAGE i 1 *r14 ENDORSEMENT ' In consideration of the premium charged, it is hereby agreed and understood that Policy Number 01CD8804222 issued by AMERICAN STATES Insurance Company, is amended to include the following terms and conditions as respects Contract Number _issued by the(OWNER). i. ADDITIONAL INSURED. The OWNER and R7C, INC. (CONTRACTOR), their elected or appointed officers, officials, employees, 'subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or(b) products and completed operations of the NAMED INSURED, or(c) premises owned, leased or used by the NAMED INSURED 1 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,subconsultants 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, subconsultants 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, reduced in coverage or in limits except after FORTY-FIVE (45)days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b) the CONTRACTOR. 5 CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has be filed with the OWNER. 6 AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately 1 to the above named contract for the above named OWNER 11-19-97 ANN BOSIK ' Date Author ed Representative ' Signature CITY OF RENTON CONSTRUCTION CONTRACTS z INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS tThe (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance,CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability - ISO 1993 Form or equivalent, written on an occurrence basis, including: • Premises and Operations (including CG 2503 general aggregate to apply per project if applicable) ' Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors ' PersonallAdvertising Injury • Stop Gap Liability (2) Automobile Liability including all ' Owned Vehicles • Non-Owned Vehicles ' Hired Vehicles (3) Workers'Compensation ' 0 Statutory Benefits(Coverage A)- Show Washington Labor& Industries Number (4) Umbrella Liability(when necessary) ' Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. ' When the contract includes performance of work involving professional activities (i.e. architectural, engineering, computer programming, or advertising) or pollution risk to the environment, the City may ' also require the following coverages: (5) Professional Liability the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason ' of, or in the course of, operations under this Contract. (6) Pollution Liability- the City may require this coverage to include sudden and gradual coverage for third party liability including defense costs and completed operations whenever work under ' this contract involves pollution to the environment. LIMITS REQUIRED ' The((CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability ' General Aggregate* $ 2,000,000 ' Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Persona I/Advertis ing Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 ' Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) , Automobile Liability Bodily Injury/Property Damage $ 1,000,000 ' (Each Accident) Workers'Compensation ' Coverage A(Workers'Compensation)-Show Washington Labor& Industries Number ' Umbrella Liability Each Occurrence Limit $ 1,000,000 ' General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) ' Each Occurrence/Incident/Claim $ 1,000,000 ' Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2) years after completion of the project) ' Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 ' Aggregate $ 1,000,000 1 ADDITIONAL REQUIREMENTS (CONTRACTORI shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if at our sole discretion it is deemed appropriate Further,all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The(CONTRACTOR)shall promptly advise the CITY OF RENTON in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the (CONTRACTOR) will reinstate the aggregate limits to comply with the minimum requirements and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. Required insurance coverages shall be maintained throughout the term of this contract and, except Automobile Liability and Workers' Compensation for a period of two(2) years after the date of substantial completion of the project. ' ATTACHMENT A ' CITY OF RENTON INSURANCE INFORMATION - SAMPLE ' U:1997:SW43RD.ST:BID.DOC:SW .... ISSUE.: T . ... .: .:::: .i: ...i:i ... .. .:». .;:::r::.::::Y:>:; ...... :....:.....y,;<;S>S>;::>;z::::::i::i DATE(MM/DD/YY) �/!.I :.........CE:FTI F� T ;:CI N :U FI::...::..... 120449 4 p 9 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND ' CONFERS NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ARTHURJ.GALLAGHER&CO.-DENVER POLICIES BELOW. 7900 E. UMON AVFNUI' SUTTE 200 DENVER, CO 8023 7-2 73 7 COMPANIES AFFORDING COVERAGE (303)773-9999 COMPANY :LETTER A AE7NA CASUALTYAND SURL'IYCOMPANY PRISCILLAA.MCCOY ......................................................................................................................................................................... COMPANY B.•....FIRENAN'S FUND INSURANCE COMPANY INSURED ................................................................................................................. :LETTER ...... ..............-......-.................................-...............-...........................-...-............................-.. COMPANY C NA77ONAL UMON FIRE INSURANCE COMPANY ABC CONSTRUC77ON COMPANY LETTER .......... ..................................................................................................................................................... .. ...... ' 1000 FIRST AVENUE COMPANY D ANYTOWM WA 00000 LETTER ...................................................... - .. ...-...........................-....................-........� COMPANY E LETTER............................................ .............. .... ... ......... ... .....:......::.:.::::::..:.::.::.:.:�:::.:�::.:�:::::::.�.�.::::.::::,_.::::::.::.........:.......�:::::.:.............:�:......;:.::>;:.;;:.:_:>;::.::.::>:.;;:.;;:>:.::;:::::.:::;:..::.:;:•:•;::;:::.;::;;:.;::.;;:.;:.;:;>:>::>;:::;::i%:i:::::::::.....:::::::::::� ........ ... ... ................................................ .... ............................................ G£3VEk�AG.....:::................................. :..:.:::.:............................................................-............ ... ....... .. �>ii::iiR isi::Ii}iiJiii:i•:Jiiiiiiiiii:Si:iiiiiii:hiii}iiiiiiiiiii:ii::.::::........4iiiiiiJiiiiiii:::::::::::.:�::::w:::::::::::::::::::::::::.::::::::::._::::::..:::::::::::::::.:.:n................ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ' CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ......:.......................................................................................................................................................................:.......................................................................................................................... CO: POLICY EFFECTIVE ;POLICY EXPIRATION LIMITS TYPE OF INSURANCE POLICY NUMBER LTR: DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE :$ 2,000,000 APKGI000000.095 ; 0110195 01101196 ...... ........ ........................................... . ............................ X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPAGG. S 2,000,000 CLAIMS MADE : X:OCCUR: PERSONAL&AOV.INJURY 5 1,000,000 ....... (General Aggregate ... ........ .............. OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE S 1,000,000 applies per project) FIRE DAMAGE(Any one fire) $ 50,000 :...Y STOP GAP LIA.INCL ........ ............... ........ ..... MED.EXPENSE(Any one person):S 5,000 A AUTOMOBILE LIABILITY AUTOI00000-095 0110195 01101196 �COLIM�BINEDSINGLE �S 1,000,000 X ANY AUTO i : `..__.._..............._....._.... :ALL OWNED AUTOS BODILY INJURY 'SCHEDULED AUTOS (Per Person) HIRED AUTOS BODILY INJURY :NON-OWNED AUTOS : ;(PerAccidenQ GARAGE UABIUIY PROPERTY DAMAGE g g EXCESS LIABILITY XSL2000000-095 : 0110195 : 0110196 EACH OCCURRENCE :S 1,000,000 X :UMBRELLA FORM AGGREGATE :S 1,000,000 :OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION LABOR AND INDUSTRIES 0110195 01101196 STATUTORY LIMITS EMPLOYER I.D.NUMBER EACH ACCIDENT S ANDi i :.................................................................................... :DISEASE-POLICY LIMIT :5 ................................._............ .. .......__................_.. EMPLOYER'S LIABILITY . DISEASE-EACH EMPLOYEE S C OTHER POLLU77ON COVERAGE POLLI00000-095 01/0195 : 01/0196 $1,000,000 PER LOSS CONTRACTORS COV, $1,000,000 AGGREGATE CLAIMS- FORM : MADE FORM;APPLIES PER PROJECT BASIS,$75,000 DED PER LOSS COMPL OPS:2 YEAR EXTENSION (DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CONTRACT#RE TON 100001;INSTALLA77ONAND REMOVAL OP UNDERGROUND STORAGE'TANKS INCLUDING CONSTRUCTION OP NEW STAT70N OP RFNTON IS AN ADDI77ONAL INSURED ON GL,POL LUTTON,AND UMBRELLA AS RESPECTS ABOVE CONTRACT. WAIVER OP SUBROGAI-70N IES,•POLTCYIS ON A PRIMARY BASIS AND NOT CONTRIBUTORY;CGOO43 AMENDATORYFNDORSEMEVT PROVIDED CA1C Lt 1TIC�Pf77F1CA7 Hp�DER .-.. _.. _... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL Attention:LIEVERLYNELSON-GEODE MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF RENT EON, WASHINGTON 200 MILL AVENUE SOUTH LEFT' RE TON, WA 98055 AUTHORIZED REPRESENTATIVE i ACORt3'25-5(7/90) -� ACO#�U CC�RPOf�A1tON 490 1 CITY OF RENTON R BUSINESS LICENSE 1997 � Licensee has made application for a City of Renton business license in accordance with the 10061 1/31/97 20224 SE 232ND provisions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. RJC INC P O BOX 467 MAPLE VALLEY WA 98038 City of Renton Licensing Division 200 Mill Avenue South Renton,WA 98055 (206)235-2608 DP 3133 12/94 i i r i DEPARTMENT OF LABOR AND INDUSTRIES I THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A Cak t4 CANT `1EPrj.RAL REGISTRAT104NUMBER EXPIRATION DATE A �1 0.j iN*-0 6J 0 ') EFF-CTIVF DATA 104/11,f4'41 STATE OF WASHINGTON i J C INC �. PO 30 467 MAPLE VALLEY WA 91111 I F625-052-000(3-92) Tr) oj`, '.AY r � PREVAILING MINIMUM � HOURLY WAGE RATES 1 1 i 1 1 1 1 1 1 1 1 o i . � n < S rya lase a� STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES - PO BOX 44540, OLYMPIA,WASHINGTON 985044540 (360) 902-5335 FAX (360) 902-5300 DATE: August 1, 1997 TO: All Public Agencies and other Interested Parties 1 FROM: Jim Christensen, Industrial Statistician 1 SUBJECT: Revised Prevailing Wage Rates 1 • Enclosed are the newest revised prevailing wage rates. They are the prevailing rates of wage for public works projects that will bid on or after August 31, 1997. MAINTENANCE RELATED PREVAILING WAGE RATES In addition to wage rates included in this publication, this office maintains rates that may be applied only on service and maintenance related contracts. These rates include Building Service Employees and Street and Parking Lot Cleaning. These rates may not ' be used in conjunction with construction activities. Please contact this office for wage rate and scope of work information. CONTRACT REQUIREMENTS Contracts for public work are required to contain the appropriate prevailing wage rates along with provisions relating to prevailing wage law. Please contact my office for information regarding your agency's requirements under prevailing wage law. ' Your agency collects Statements of Intent to Pay Prevailing Wages and Affidavits of Wages Paid before issuing payments to contractors under your contracts. Please notify my office of any discrepancies you notice on those forms. My office is not aware of the work required by the contract, so we cannot identify incorrect classifications reported by the contractors. For example, a contract to perform an electrical installation should probably involve workers classified (on the Intent form) as Electricians. 1 . 1 1 �. BENEFIT CODE KEY- EFFECTIVE 08-31-97 «sss«sts«««««tsssrts«rts«sssssrtss«tstrtttrtrtttstst«tsstsssstst««ssst«asssssstsss«•stsststs««trts«ssssssss«ss«ttss««ssss«s«s«« 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 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. t A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' E. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS),SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF t WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE.AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE ' OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE ' HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE'08-31-97 -2- 2. 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. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND ' HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ' HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE.HOURLY ' RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF ' TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ' ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. t M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ' ADDITION TO THE HOLIDAY PAY. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY ' RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE ' PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES ' 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY ' AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER ' THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). ' BENEFIT CODE KEY-EFFECTIVE 08-31-97 -3- 5. M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(8). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS 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,WASHWGTON'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 I/2). S. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). ' T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS- NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY(7). ' B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY(9). ' C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). ' F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR. DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ' L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS_ NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. BENEFIT CODE KEY-EFFECTIVE 08-31-97 ! ' -4- i 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS'DAY. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL ' DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY(8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). ' U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY, AND A FLOATING HOLIDAY(9). ' V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND EMPLOYEE'S BIRTHDAY(9). ' W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). , X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(I I). ' NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO , THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET ' OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET , C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR , MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET ' OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB ' HEADQUARTERS AND WORKING A MINIMUM OF FOUR(4)HOURS IN ANY ONE(1)DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS ($24.00)IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. ' L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A: $0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, ' LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B: , $0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,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 08-31-97 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS ' JOURNEY LEVEL $25.60 1M 5D BOILERMAKERS JOURNEY LEVEL $33.38 1R 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $30.76 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11,71 1 CARPENTERS ACOUSTICAL WORKER $29.85 1M 5D CARPENTER $29.69 1M 5D ' CREOSOTED MATERIAL $29.79 1M 5D DRYWALL APPLICATOR $29.69 1M 5D FLOOR FINISHER $29.82 1M 5D ' FLOOR LAYER $29.82 1M 5D FLOOR SANDER $29.82 1M 5D MILLWRIGHT AND MACHINE ERECTORS $30.69 1M 5D PILEDRIVERS, BRIDGE DOCK&WARF CARPENTERS $29.69 1M 5D PILEDRIVERS,DRIVING,PULLING, PLACING COLLARS AND WELDING $29.89 1M 5D SAWFILER $29.82 1M 5D SHINGLER $29.82 1M 5D ' STATIONARY POWER SAW OPERATOR $29.82 1 M 5D STATIONARY WOODWORKING TOOLS $29.82 1M 5D CEMENT MASONS JOURNEY LEVEL $30.62 IN 5D ' DIVERS&TENDERS DIVER $63.77 1 M 5D 8A DIVER TENDER $31.81 1M 5D ' DREDGE WORKERS ASSISTANT ENGINEER $29.02 IN 5D 8L ASSISTANT MATE(DECKHAND) $28.58 IN 5D 8L BOATMEN $29.02 IN 5D 8L CRANEMAN $29.07 1N 5D 8L ENGINEER WELDER $29.07 IN 5D 8L LEVERMAN, HYDRAULIC $29.46 IN 5D 8L ' MAINTENANCE $28.58 IN 5D 8L MATES $29.02 IN 5D 8L OILER $28.66 IN 5D 8L ' DRYWALL TAPERS JOURNEY LEVEL $29.80 11 SA Page 1 KING COUNTY Effective 08-31-97, (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1J 5A ELECTRICIANS-INSIDE CABLE SPLICER $36.49 1.1 6H CABLE SPLICER(TUNNEL) $39.42 11 6H , CERTIFIED WELDER $35.16 11 6H CERTIFIED WELDER(TUNNEL) $37.95 11 6H CONSTRUCTION STOCK PERSON $18.54 1J 6H , JOURNEY LEVEL $33.83 1J 6H JOURNEY LEVEL(TUNNEL) $36.49 1J 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C ' JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $33.36 4A 5A 8E ' CERTIFIED LINE WELDER $30.62 4A 5A 8E GROUNDPERSON $22.26 4A 5A 8E HEAD GROUNDPERSON $23.40 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $30.62 4A 5A 8E ' JACKHAMMER OPERATOR $23.40 4A 5A 8E JOURNEY LEVEL LINEPERSON $30.62 4A 5A 8E LINE EQUIPMENT OPERATOR $26.15 4A 5A 8E ' POLE SPRAYER $30.62 4A 5A 8E POWDERPERSON $23.40 4A 5A 8E ELECTRONIC&TELECOMMUNICATION TECHNICIANS ' JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $27.51 4A 61 MECHANIC $36.68 4A 61 , MECHANIC IN CHARGE $40.49 4A 61 PROBATIONARY CONSTRUCTOR $14.43 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS , ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.35 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.96 1 B 6S ' ALL OTHER CONCRETE PRODUCTS-Fabricator $18.21 18 6S ALL OTHER CONCRETE PRODUCTS-Gunite $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.21 1 B 6S ' ALL OTHER CONCRETE PRODUCTS-Welder $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.96 1 B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.96 1 B 6S ' FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS , JOURNEY LEVEL $20.92 1M 5D GLAZIERS JOURNEY LEVEL $28.26 2E 5G , HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $31.08 1F 6R Page 2 , KING COUNTY ' Effective 08-31-97 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code HEATING EQUIPMENT MECHANICS ' MECHANIC $18.45 1J 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 ' INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN DECKHAND $18.15 1K 5D ' ENGINEER-DECKHAND $19.77 1K 5D OPERATOR $20.55 1K 5D INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY ' REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 ' HEAD OPERATOR $12.78 1 TECHNICIAN $6.25 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS ' JOURNEY LEVEL $27.21 1M 5D IRONWORKERS JOURNEY LEVEL $31.42 1B 5A LABORERS ASPHALT RAKER $26.08 1 M 5D BALLAST REGULATOR MACHINE $25.60 1M 5D BATCH WEIGHMAN $20.92 1M 5D CARPENTER TENDER $25.60 1M 5D CASS!ON WORKER $26.44 1M 5D CEMENT DUMPER/PAVING $26.08 1M 5D CEMENT FINISHER TENDER $25.60 1M 5D CHIPPING GUN(OVER 30 LBS) $26.08 1M 5D CHIPPING GUN(UNDER 30 LBS) $25.60 1M 5D ' CHUCKTENDER $25.60 1M 5D CLEAN-UP LABORER $25.60 1M 5D CONCRETE FORM STRIPPER $25.60 1M 5D CONCRETE SAW OPERATOR $26.08 1M 5D ' CRUSHER FEEDER $20.92 1M 5D CURING LABORER $25.60 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $25.60 1 M 5D ' DITCH DIGGER $25.60 1M SD DIVER $26.44 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $26.08 1M 5D DRILL OPERATOR,AIRTRAC $26.44 1M 5D DUMPMAN $25.60 1 M 5D FALLER/BUCKER,CHAIN SAW $26.08 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $18.60 1M 5D ' construction debris cleanup) FINE GRADERS $25.60 1M 5D FIRE WATCH $25.60. 1M 5D ' FORM SETTER $25.60 1M 5D GABION BASKET BUILDER $25.60 1M 5D GENERALLABORER $25,60 1M 5D GRADE CHECKER&TRANSIT PERSON $26.08 1 M 5D Page 3 KING COUNTY Effective 08-31-97 ' (See Benefit Code Key) ' Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code GRINDERS $25.60 1M 5D GROUT MACHINE TENDER $25.60 1 M 5D ' HAZARDOUS WASTE WORKER LEVEL A $26.44 1M 5D HAZARDOUS WASTE WORKER LEVEL B $26.08 1M 5D HAZARDOUS WASTE WORKER.LEVEL C $25.60 1M 5D ' HIGH SCALER $26.44 1M 5D HOD CARRIER/MORTARMAN $26.08 1M 5D JACKHAMMER $26.08 1M 5D , LASER BEAM OPERATOR $26.08 1M 5D MINER $26.44 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $26.08 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, , SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $26.08 1M SD PILOT CAR $20.92 1M 5D PIPE RELINER(NOT INSERT TYPE) $26.08 1M 5D ' PIPELAYER&CAULKER $26.08 1M 5D PIPELAYER&CAULKER(LEAD) $26.44 1M 5D PIPEWRAPPER $26.08 1M 5D ' POTTENDER $25.60 1M 5D POWDERMAN $26.44 1M 5D POWDERMAN HELPER $25.60 1M 5D ' POWERJACKS $26.08 1M 5D RAILROAD SPIKE PULLER(POWER) $26.08 1M 5D RE-TIMBERMAN $26.44 1M 5D RIPRAP MAN $25.60 1M 5D ' SIGNALMAN $25.60 1M 5D SLOPER SPRAYMAN $25.60 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $26.08 1M 5D ' SPREADER(CONCRETE) $26.08 1M 5D STAKE HOPPER $25.60 1M 5D STOCKPILER $25.60 1M 5D , TAMPER&SIMILAR ELECTRIC,AIR&GAS $26.08 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $26.08 1M 5D TOOLROOM MAN(AT JOB SITE) $25.60 1M 5D TOPPER-TAILER $25.60 1M 5D ' TRACK LABORER $25.60 1M 5D TRACK LINER(POWER) $26.08 1M 5D TUGGER OPERATOR $26.08 1M 5D ' VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $25.60 1M 5D VIBRATOR $26.08 1M 5D WELDER $25.60 1M 5D WELL-POINT LABORER $26.08 1M 5D , LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $25.60 1M 5D PIPE LAYER $26.08 1M 5D , LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 ' LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $29.80 1J 5A Page 4 ' KING COUNTY Effective 08-31-97 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code ' MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 ' LABORER $9•7.8 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 ' EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 ' TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $23.88 26 5A PLASTERERS JOURNEY LEVEL $30.71 1 R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS ' JOURNEY LEVEL $38.26 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $28.29 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD 8,UNDER) $30.75 1T 5D 8L ' BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $31.19 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $31.69 1T 5D 8L BACKHOES, (75 HP&UNDER) $30.39 1T 5D 8L ' BACKHOES, (OVER 75 HP) $30.75 1T 5D 8L BARRIER MACHINE(ZIPPER) $30.75 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $30.75 1T 5D 8L ' BELT LOADERS(ELEVATING TYPE) $30.39 1T 5D 8L BOBCAT $28.29 1T 5D 8L BROOMS $28.29 1T 5D 8L BUMP CUTTER $30.75 1T 5D 8L ' CABLEWAYS $31.19 1T 5D 8L CHIPPER $30.75 1T 5D 8L COMPRESSORS $28.29 1T 5D 8L ' CONCRETE FINISH MACHINE-LASER SCREED $28.29 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $30.75 1T 5D 8L CONCRETE PUMPS $30.39 1T 5D 8L CONVEYORS $30.39 1T 5D 8L ' CRANES, THRU 19 TONS,WITH ATTACHMENTS $30.39 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $30.75 1 T 5D 8L CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $31.19 1T 5D 8L ' WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $31.69 1T 5D 8L WITH ATTACHMENTS) ' Page 5 KING COUNTY Effective 08-31-97 ' (See Benefit Code Key) ' Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $32.19 1T 5D 8L WITH ATTACHMENTS) ' CRANES,A-FRAME, 10 TON AND UNDER $28.29 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $30.39 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $32.69 1T 5D 8L ' ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $30.75 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $31.19 1 T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $31.69 1 T 5D 8L , CRANES,TOWER CRANE UP TO 176 IN HEIGHT,BASE TO BOOM $31.69 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $32.19 1T 5D 8L CRUSHERS $30.75 1T 5D 8L ' DECK ENGINEER/DECK WINCHES(POWER) $30.75 1T 5D 8L DERRICK,BUILDING $31.19 1T 5D 8L DOZERS,D-9&UNDER $30.39 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $30.39 1T 5D 8L ' DRILLING MACHINE $30.75 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $28.29 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $30.39 1T 5D 8L ' FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $30.75 1 T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $30.39 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $28.29 1T 5D 8L ' GRADE ENGINEER $30.39 1T 5D 8L GRADECHECKER AND STAKEMAN $28.29 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $30.39 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $30.39 1T 5D 8L , HORIZONTAUDIRECTIONAL DRILL OPERATOR $30.75 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $28.29 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $30.39 1T 5D 8L ' LOADERS,OVERHEAD(6 YD UP TO 8 YD) $31.19 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $31.69 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $30.75 1T 5D 8L LOCOMOTIVES,ALL $30.75 1T 5D 8L ' MECHANICS,ALL $30.75 1T 5D 8L MIXERS,ASPHALT PLANT $30.75 1 T 5D 8L MOTOR PATROL GRADER(FINISHING) $30.75 1T 5D 8L ' MOTOR PATROL GRADER(NON-FINISHING) $30.39 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $31.19 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $28.29 1T 5D 8L ' OPERATOR PAVEMENT BREAKER $28.29 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $30.75 1T 5D 8L PLANT OILER(ASPHALT CRUSHER) $30.39 1T 5D 8L , POSTHOLE DIGGER,MECHANICAL $28.29 1T 5D 8L POWER PLANT $28.29 1T 5D 8L PUMPS,WATER $28.29 1T 5D 8L ' QUAD 9,D-10,AND HD-41 $31.19 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $31.19 1T 5D 8L EQUIP RIGGER AND BELLMAN $28.29 1T 5D 8L ' ROLLAGON $31.19 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $28.29 1T 5D 8L Page 6 ' ' KING COUNTY Effective 08-31-97 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $30.39 1T 5D 8L t ROTO-MILL,ROTO-GRINDER $30.75 1T 5D 8L SAWS,CONCRETE $30.39 1T 5D 8L SCRAPERS,CONCRETE AND CARRY ALL $30.39 1T 5D 8L ' SCRAPERS,SELF-PROPELLED(UNDER 45 YD) $30.75 1T 5D 8L SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $31.19 1T 5D 8L SCREED MAN $30.75 1T 5D 8L SHOTCRETE GUNITE $28.29 1T 5D 8L ' SLIPFORM PAVERS $31.19 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $30.75 1T 5D 8L SUBGRADE TRIMMER $30.75 1T 5D 8L ' TRACTORS,(75 HP&UNDER) $30.39 1T 5D 8L TRACTORS,(OVER 75 HP) $30.75 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $30.75 1T 5D 8L ' TRANSPORTERS,ALL TRACK OR TRUCK TYPE $31.19 1T 5D 8L TRENCHING MACHINES $30.39 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $30,39 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $30.75 1T 5D 8L ' WHEEL TRACTORS,FARMALL TYPE $28.29 IT 5D 8L YO YO PAY DOZER $30.75 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $25.15 4A 5A ' LINE CLEARANCE EQUIPMENT OPERATOR $23.44 4A SA SPRAY PERSON $23.09 4A 5A TREE TRIMMER $22.31 4A 5A TREE TRIMMER GROUNDPERSON/CHIPPER OPERATOR $16.25 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $36.76 1B 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $20.51 IN 5D ' RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $30.62 1N 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 ' RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $15.21 1 RESIDENTIAL GLAZIERS ' JOURNEY LEVEL $20.24 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.59 1 RESIDENTIAL LABORERS ' JOURNEY LEVEL $7.96 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 ' RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $21.72 16 5A Page 7 r KING COUNTY Effective 08-31-97 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $36.76 1 B 5A ' RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $23.07 1J 5A RESIDENTIAL SOFT FLOOR LAYERS ' JOURNEY LEVEL $26.40 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 , ROOFERS JOURNEY LEVEL $27.25 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $30.25 1R 5A SHEET METAL WORKERS ' JOURNEY LEVEL $34.36 1J 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) JOURNEY LEVEL $19.29 1 , STOCK PERSON $10.39 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) CONSTRUCTION $18.05 1 CONSTRUCTION"B" $10.33 1 ' PRODUCTION SILK SCREENER $10.24 1 SHOP PERSON $7.41 1 SIGN HANGER $18.05 1 ' SIGN PAINTER $20.81 1 SILK SCREENER $14.58 1 SOFT FLOOR LAYERS , JOURNEY LEVEL $26.40 1 B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) ' JOURNEY LEVEL $35.30 1B SC STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 ' SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 ' PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $21.53 2B 5A HOLE DIGGER/GROUND PERSON $11.55 2B 5A ' INSTALLER(REPAIRER) $20.59 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $19.95 2B 5A SPECIAL APPARATUS INSTALLER 1 $21.53 2B 5A ' SPECIAL APPARATUS INSTALLER II $21.07 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $21.53 28 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $19.95 2B 5A TELEVISION GROUND PERSON $10.90 2B 5A ' TELEVISION LINEPERSON $14.87 2B 5A TELEVISION SYSTEM TECHNICIAN $17.91 2B 5A TELEVISION TECHNICIAN $16.00 2B 5A , TREE TRIMMER $19.95 26 5A Page 8 , ' KING COUNTY Effective 08-31-97 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS&TILE SETTERS ' JOURNEY LEVEL $28.58 1 B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $23.66 1 B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $23.93 1 K 5A TRUCK DRIVERS DUMP TRUCK $28.60 1T 5D 8L DUMP TRUCK&TRAILER $29.18 1T 5D 8L OTHER TRUCKS $29.18 1T 5D 8L TRANSIT MIXER $26.46 1 ' WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9.45 1 WELL DRILLER $11.60 1 ' Page 9 ' Washington State Prevailing Wage Rates Prevailing Wage Section-Telephone(360)902-5335 e PREVAILING WAGES fisted here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and enefit 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 08-31-97 (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, ' GARFIELD, GRANT, KITTITAS, KLICKITAT, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS,WALLA WALLA,WHITMAN AND YAKIMA JA§TOR $5.05 1 5T Aff ER $5.30 1 5T MNDOW CLEANER $5.55 1 5T Counties Covered: CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, PIERCE AND THURSTON JANITOR $6.89 1 B 5U ER $7.30 16 SU J1 DOW CLEANER $10.69 1 B 5U Counties Covered: CLARK AND SKAMANIA J ITOR $7.62 1 5V ER $9.53 1 5V DOW CLEANER $11.77 1 5V ' Counties Covered: COWLITZ AND WAHKIAKUM J,IITOR $5.75 1 5W 1 ER $6.77 1 5W WINDOW&RUG CLEANER $6.77 1 5W Counties Covered: ISLAND, SAN JUAN, SKAGIT AND WHATCOM JITOR $5.51 1C 5X WAXER $5.61 1 C 5X ItDOWCLEANER $5.71 1C 5X Counties Covered: ' KING JANITOR $11.06 2F SQ tVELING WAXER/SHAMPOOER $11.48 2F 5Q Washington State Prevailing Wage Rates ' Prevailing Wage Section-Telephone(360)902-5335 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 08-31-97 (See Benefit Code Key) Over ' PREVAILING Time Holiday Note Classification WAGE Code Code Code WINDOW CLEANER $15.83 2F 5Q ' Counties Covered: SNOHOMISH ' JANITOR $6.25 1C 5X WAXER $6.40 1 C 5X ' WINDOWCLEANER $6.45 1C 5X t 'Department of Labor and Industries .,. : STATEMENT OF INTENT Prevailing Wage PO Box 44540 (, TO PAY PREVAILING WAGES 'Olympia WA 98504-4540 Public Works Contract THIS FORM MUST BE TYPED OR.PRINTED IN INK /ncoMlete forms cannot be processed and will be returned without_approval. $25.00 Filing Fee Required Large,bold numbers match instructions on back of form. .1 Project Name Contract M ' Pteaas atww•asintimwr d ro wwkirnp days lay proaaarnp ran dye dab tlr aprmKntxoers.your forma :.ALL'FORMS:WILL BE MAILED'TO' THIS ADDRESS Contract Awarding Agency ' Organization name.address,city,state&ZIP+4 .__....---_....._...._........---_._.-........._..-...----.--•---_._..__ ..___._..._...............__......__. Address i . . . .. .... . ................I............. City Stave ZIP+4 ................................................. ................................. ........ . ............... .. .............................. ............. County where work will be performed City where work will be performed ` Bid due date Date contract awarded 1 Prime contractor L&I Conur.Registration No.. Do you intrad to use subcontractors? Do you intend to use apprentices? Yes [.-a No Yes ZI No tIndicate total dollar amount of your contract —► Is Craft/tmde%occupation 4 Rate of 5 Rate of Hourly 6 Estimated Number 3 Hourly Pay Fringe Benefits of Workers .. ........... ' I hereby certify that the above information is correct and that all workers I 8 Company name employ on this Public Works Project will be paid no lea than the Prevailing -- Wage Rates)as detemtitted by the industrial Statistician of the Department Address of Labor and Industries.I understand that contractors who violate Prevailing ' Wage Laws,ic-,incorrect classification/scope of work of workers,improper payment of prevailing wages,etc.,arc subject to fines and/or debarment and City State ZIP+4 will be required to pay any back.wages due to wadkea. RCW 39.12-050 7 NOTARY: Complete all 4 copies and notarize each ' Phone number L&I Contr.Registration No. Subscribed and swom to before me this date: My commission expires on Signature Title Notary Public in and for the State ' of Amount: Signature Check Number- ' For L&I Use Only Issued By: APPROVED: Department of Labor and Industries FQ t2t ' Mkt ,c U O.1ydy By /�vria7 S�a+ic;cian ' F700.029-o0o v u--m of mtr>n w p.y 6-93 DLn buum W Li -A—dmi;AP—Y C .y-L&1 Pink-Prime Cmtraaor Gadc—d-Subcoraracknr INSTRUCTIONS TO COMPLETE THE , STATEMENT OF INTENT TO PAY PREVAILING WAGES Incomplete forms cannot.be processed and will be returned without approval.. ' This form must by TYPED OR PRINTED IN INK,completed in its entirety,and all 4 copies submitted with the processing fee of$25.00 to: t Note: Please fold in thirds using marks along the left edge ' so the address will show in a MANAGEMENT SERVICES window envelope. DEPARTMENT OF LABOR AND INDUSTRIES ' PO BOX 44835 OLYMPIA WA 98504-4835 al of this intent will be based on the information provided b the contractor/subcontractor. It does not signify approval of the classifications ' Approval fx Y of labor used by the contractor/subcontractor. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages,the department will return 3 copies to the organization indicated on the form. Please call(206)956-5335 if you have questions. ' NOTE: Please do not submit this form to our office if the"Awarding Agency"is a federal entity. Complete the form as follows: NOTE: Numbers on instructions match large bold numbers on front of form. t 1. The company name and address to which your forms should be mailed. 2. Project Name-The name of the project ' Contract Number-This is the number of the contract between the awarding agency and the prime contractor Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor. Address,City,State,ZIP+4-This is the address of the contract awarding agency. t County where work was performed-This is the county in which the actual work will be performed. City where work was performed-This is the city in which the work will be performed. If the work will be performed outside the limits of any city,write'n/a"in this space. Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency. ' Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. Prime Contractor-This is the company that signed the contract with the contract awarding agency. Do you Intend to use subcontractors?-Indicate'Yes"or'No'. Do you Intend to use apprentices?-Indtcate'Yes"or'No". If'Yes",please see Note at the bottom of this page. , NOTE: Wages are tied to the"Bid Due Date':if the'Dale Contract Awarded"is six months or more after the bid due date,wages will be based on that award date. 3. List each craft/trade/occupation of workers to be employed on this project. If this is residential, landscape, or underground sewer and water , construction,please state so on the form. --- If operating engineers and/or truck drivers will be used,describe the type,and list the size or rated capacity of the equipment. If the work will be performed by owners/partners, state "Owner/operator" under the 'Craft' section, and sections 4, 5 and 6 need not be ' completed. (Individuals who own less than 300%of the company are not considered to be owners/operators,and must be paid prevailing wage.) 4. Enter the rate of hourly pay for each craft/trade/occupation classification. This is the wage you will actually pay to the workers. ' 5. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits, as defined by RCW 39.12.010, that you will actually pay to the workers. The amount listed for-Rate of Hourly Pay'plus the amount listed for'Rate of Hourly Fringe Benefits", if any, must equal or exceed the prevailing rate of wage. , 6. Enter the estimated number of workers for each craft/trade/occupation. 7. 'Notary"- Ensure this area is completely filled out and each copy notarized. ' 8. Indicate your company's name,address,phone number and the signature of an authorized representative. Forms without signatures will be returned. Industrial Statistician t NOTE: Do not list apprentices or apprentice wages on this Statement of Intent. If you intend to use ESAC Division apprentices on this project, they must be listed on the Affidavit of Wages Paid (F700-007-000), and registered PO Box 44540 with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and Olympia WA 98504-4540 ' Training Council within 60 days of hiring, must be paid prevailing journeyman wages for the time preceding the (206)956-5335 date of registration. To verify apprenticeship recistration and status,call(206)956-5324. L-P-m.-t of Labor and Industries .,•i. AFFIDAVIT OF WAGES PAID Prevailing Wage PO Box44540 Public Works Contract lympia WA 98504-4W THIS FORM MUST BE TYPED OR PRINTED IN INK $25.00 Filing Fee Required LnS& plere forms cannol be nracesmd and will be returned without anoroval ' Large,bold numbers match instructions on back of form. 2 project Name Res"al m a akim +e/to wa iv days krWacefrirp ios tie dare tM Dtpere milea dwe yaw forma FORM-WILL BE MAILED TO' ':THIS`ADDRESS': Date Intent filed ' Organization tame,addaaa,city,state&ZIP+4 ......... _.._._._...--..-_------ _. ..... --------------------------- -....------....... � Contract Awarding Agency _...... ._ _.. _.__. Address _.... City State ZIP+4 \ ..i' County where wodc was perftttmed City where work was performed Prime contractor L&I Contr.Registration No. Bid due date Date contras awarded Date ware completed Indicate total dollar amount of your contract --Ip► $ 4 Nwnber 5 Total M hrs Rafe of 7 Rate of Hourly 8 Apprentices: ' 3Crafthrade/ Paatm of Workers ': worked-ca trade Hourly Pay ; Fringe Benefits (s«ea as back ottomt) ii s f r L t :k<:.:..:.:.:...::: 2.::::::.:.................... ::::. ... t .,.... ' I hereby certify that the above irtforatarian is coatct and thatall worcea I 9 Company name employed on this Public Works Project wee paid no less than the Prtviuhng Wage Rates)as detamiaed by the Indtutrial Statistician of the Departmrnt Address of Labor and Industries.I u ndemund that contractors who violate Prevailing Wage Laws,ie..inconut elassificadon/scope of work of. ea,rmproper payment of prevailing wages,etc-,art subject to fines and/or debarment and City State ZIP+4 will be required to pay any back wages due to w•adcea. RCW 39.12.050 ' 1 NOTARY: Complete all 4 copies and notarize each Phone number L&I Conte.Registration No. Subscribed and swom to before me this date: VIy commission expires on ( ) Signature Title Notary Public in and for the State of Amount: Signature Check Numb For L&I Use Only Issued By: CERTIFIED: Department of Labor and Industries ' e Metas.c. u.oolr By Goidcraod-Subeonaaaa F700-007-000 affidavit of Wages 6-93 Dismbuuoo: whi>e-L&I Canary-A—ding Agency Pink-Prime Contraaor INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID NOTE: Please do not submit this form to our office if the"Awarding Agency"is a federal entity. Certification of this affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractor/subcontractor. After the Industrial Statistician has certified the Affidavit of Wages Paid,the department will return 3 copies to the organization indicated on the form. Please call(206)956-5335 if you have questions. ' Incomplete forms cannot be processed.and will be returned without certification. This form must by TYPED OR PRINTED IN INK,and all 4 copies submitted with the processing fee of$25.00 to: Note: Please fold in thirds MANAGEMENT SERVICES using marks along the left ' DEPARTMENT OF LABOR AND INDUSTRIES edge so the address will PO BOX 44835 show in a window envelope. OLYMPIA WA 98504-4835 Ccmplete the form as follows: NOTE Numbers on Instructions match large bold numbers on front of this form. 1. The•company name and address to which your forms should be mailed. , 2. Project Name-The name of the project Contract Number-This is the number of the contract between the awarding agency and the prime contractor , Date Intent Filed-This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval. Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor. Address,City;State,ZIP+4-This is the address of the contract awarding agency. County where work was performed-This is the county in which the actual work was performed. ' City where work was performed-This is the city in which the work was performed. If the work was performed outside the limits of any city, write'rt/a'in this space. Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency. Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. Date Work Completed-This is the date your portion of the contract was completed. Prime Contractor-This is the company that signed the contract with the contract awarding agency. NOTE: Wages are tied to the-Bid Due Date-:if-Date contract Awarded-is six months or more after the bid due date,wages will be based on that award date. 3. List each craft/tradeloccupation of workers employed on this project If this is residential, landscape, or underground sewer and water construction,please state so on the form_ If operating engineers and/or truck drivers have been used,describe the type,and list the size or rated capacity of the equipment If the work was done by owners/partners,state'Owner/operator" under the -Craft-section. Sections 4, 5, 6, 7 and 8 need not be completed. (Individuals who own less than 301%of the company are not considered to be owners/operators,and must be paid prevailing wage.) 4. List the actual number of journey-level workers employed in the craft/trade/occupation indicated on this project , _5, List the total number of hours worked by each craft/trade/occupation. 6. Enter the rate of hourly pay for each craft/trade/occupation classification. This is the wage you actually paid to the workers. i 7. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits,as defined by RCW 39.12.010,that you actually paid to the workers. The amount listed for'Rate of Hourly Pay'plus the amount listed for"Rate of Hourly Fringe Benefits", if any,must equal or exceed the prevailing , rate of wage- 8- If apprentices have been employed on this project, list each by name, registration number, stage of progression,date of hire by the company, craft, and rate of hourly pay and fringe benefits. This information must be indicated for each craft listed for each apprentice. If you need more space to list apprentices,use additional forms. Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing , journeyman wages for the time preceding the date of registration. To verify apprenticeship registration and status,call(206)956-5324. 9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be returned. ' 10. "Notary-- Ensure this area is completely filled out and each copy notarized. RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law, retainage can not lawfully be released until such affidavits are filed. CITY OF RENTON ' CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period ' from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company Name ' By: Title: 1 U:1997:SW43RD.ST:BID.DOC:SW ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and resolutions. ' King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. ' Wig_CouM Ordinance No 800. No 900 No 1006 and Resolution No 8778 No 24553. No 24834 No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter to a licensed disposal site and provide penalties for failure to comply. Review by Division ' of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I• A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency ' (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. ' WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. ' R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of ' wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each violation. ' R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest ' debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. U:1997:SW43RD.ST:BID.DOC:SW REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND , PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire ' conditions. R C W 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire ' hazards, instruction or silvicultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or ' dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. ' R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. , W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S. ARMY CORPS OF ENGINEERS , Section 10 of the River and Harbor Act of June 13 1902• Authorizes Secretary of Army and Corps of ' Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816). Authorizes the ' Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is ' determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION ' Section 13 of the River and Harbor Act approved March 3, 1899• Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file ' a complaint with the U. S. Attorney and share a portion of the fine. 1 U:1997:SW43RD.ST:BID.DOC:SW ' REQUIREMENTS FOR THE PREVENTION OF ENYMONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including ' borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. ' Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. ' King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME ' Chapter 112. Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) ' WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220. Requires a National Pollutant Discharge Elimination System (NPDES) permit before ' discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground ' water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190; Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. ' W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works ' secures one for design. Contractor secures one for his operation (false work design, etc.) ' U:1997:SW43RD.ST:BID.DOC:SW REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND ' PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ' R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict ' burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. , R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. ' R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). ' UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3. 1899: Requires permit for construction (other than , bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) ' FIRE PROTECTION DISTRICT R.C.W. 52 28 010 52 28 020 52 28 030 52 28 040, 52.28.050: Provides authority for, requirements , of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. ' UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Brie Act of March 23 1906 and General ' Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned ' permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY ' Section 9 02(d) (2) (iii) of Regulation I: Request for verification of population density. Co ractor should ' be sure his operations are in compliance with Regulation I, particularly Section 9.02 ( utdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter f in becoming airborne). ' U:1997:SW43RD.ST:BID.DOC:SW ' ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ENVIRONMENTAL PROTECTION AGENCY Title 40. Chapter Ic, Part 61; Requires that the Environmental Protection Agency be notified five (5) days ' prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All ' costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. ' U:1997:SW43RD.ST:BID.DOC:SW ti . 1 1 CITY OF RENTON TRANSPORTATION � 1 SUPPLEMENTAL 1 SPECIFICATIONS 1 for the 1996 STANDARD SPECIFICATIONS for Road, Bridge, and Municipal Construction 1 ti`�Y O 1 1 _,_ Washington State Department of Transportation 1 1 American Public Works Association Washington State Chapter 1 U:1997:SW43RD.ST:BID.DOC:SW 1 CITY OF RENTON STANDARD SPECIFICATIONS ' The Cityof Renton Standard Specifications for Municipal Construction hereafter referred to as The Renton P P ' 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: tStandard 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 t (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. (This :s dolst@44 All replacement text or text being added is shown as underlined tyke. Sections being deleted in their entirety are so stated and not shown. When a section is described as being 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 ' Table of Contents ' CITY OF RENTON STANDARD SPECIFICATIONS .....................................................................................i Division1 General Requirements........................................................................................................... 1 ' 1-01 Definitions and Terms..................................................................................................... 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract...................................................................................... 2 1-04 Scope of the Work.......................................................................................................... 3 ' 1-05 Control of Work............................................................................................................3 1-06 Control of Material......................................................................................................... 7 1-07 Legal Relations and Responsibilities to the Public.................................................................. 7 1-08 Prosecution and Progress................................................................................................12 ' 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 ' Division 2 Earthwork.........................................................................................................................22 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 ' 2-04 Haul............................................................................................................. 2-06 Subgrade Preparation ....................................................................................................23 2-09 Structure Excavation......................................................................................................23 ' Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 Division4 Bases................................................................................................................................25 ' 4 No supplemental specifications were necessary.........................................................................25 Division5 Surface Treatments and Pavements..........................................................................................26 ' 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................................................29 6-12 Rockeries....................................................................................................................29 ' Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains........................................................................................................................30 ' 7-02 Culverts.l Pla...Pipe..........rch...................derpass.........................................................30 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass.........................................................30 7-04 Storm Sewers. ..............................30 7-05 Manholes, Inlets,and Catch Basins..................................................................................31 ' 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc., Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 ' 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers ...........................................................................................................39 ' Division 8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 ' 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical ..............................................................41 ' 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 ' Page-RS-ii Revision Date:May 19, 1997 Division9 Materials...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 ' 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts,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...........................................................................................58 INDEXTO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 ' t 1 1 1 1 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 Division 1 PlanningBuilding/Public Works Administrator. Special Provisions(RC) General Requirements Modifications to the standard specifications spagif4carious 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 any specifications that apply. The SECTION I-01.1 IS REVISED BYADDING THE FOLLOWING. Contractor shall include all costs of doing this work within the bid rp ices• 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 Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) ' employees, and duly authorized representatives for all contracts The component parts of the contract which may include, but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION I-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Definitions (RC, A Change Orders.PWA) 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. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) ' locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency. The date stated in the Notice to Proceed on which the Contract Day(RC) time begins. Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC) Documents, shall be understood to mean working days. The date by which the work is contractually required to be Or Equal (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 other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the ' Owner(RC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) ' The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, 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 Project 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 are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. ' The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with the Work and establishing the date on which the ' Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Page-SP-I 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 to so label such materials or failure to timely respond after notice of ' SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a FOLLOWING: waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION 1-02.12 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 Proposals (APWA) Contract Documents. The Contracting Agency reserves the right to take 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 SECTION I-02.13 PARAGRAPH I IS REVISED AS FOLLOWS: the Bidder's qualifications prior to award. 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 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH 1 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 qualified for the work or to the full SECTION 1-02.4(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. ' No partial bids will be accepted unless so Stated in the call for bids The Engineer reserves the right to arrange the Bid Forms with or special provisions. The City reserves the right however to Alternates Additives or Deductives, if such be to the advantage of award all or any schedule of a bid to the lowest bidder at its the Contracting Agency. The Bidder shall bid on all Additives, discretion. ' Deductives or Alternates set forth in the Proposal Forms unless 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(�words written in execution together with a list of all other forms or documents , required to be submitted by the successful bidder, will be ink or typed. The proposal shall include: forwarded to the successful bidder within 10 days of the award. 1. A unit price for each item(omitting digits more than four The number of copies to be executed by the Contractor shall be places to the right of the decimal point), each unit price shall also determined by the Contracting Agency. be written in words; where a conflict arises the written words shall , prevail. SECTION 1-03.3 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(1) Proprietary Information (RC) Within 29 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, Contracto , 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 29 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 14 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. The Contracting Agency is prohibited by RCW 39.06.010 1-04.4 Changes (RC) ' I from executing a contract with a Contractor who is 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 ' license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) 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 ' 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. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall FOLLOWING TO THE FIRST PARAGRAPH. be full compensation for all work, equipment and materials required to perform final 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. ' 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 (RC) corporation(i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-04 Scope of the Work on sheets measuring '14 by 36 22 by 34 inches or on sheets with dimensions in multiples of 8-1/2 by 11 inches. SECTION I-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE ' FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans The Contractor is encouraged to provide to the Engineer prior and Stakes (RC) to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such 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 ' accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. 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 by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4, 5, 6, and 7; 2 presiding over 3,4, 5, 6, and 7; and so forth): Surveying," per lump sum. ' 1. Addenda 1-05.5(1) General (APWA, RCZ 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines, slopes, and grades 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform 6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full 7. Standard Plans responsibility for detailed dimensions, elevations, and excavation ' 45.8. 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 walls, 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 monumentation 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 ' 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 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 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-OS•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 errors, 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-4 , Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work 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(5) Contractor Provided As-Built Information SECTION I-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA, RCZ tprior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is 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 I- Engineer's instructions, either correct such Work, or if such Work I L. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Proiect Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without ' Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults, Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work ' contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law ' prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing, or liability expressed or ' All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, 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 Defective and Unauthorized Work(APWA) recover under any bond given by the Contractor for their 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 Contracting 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 the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the ' If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the 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 is any situation which, in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe, or complete, the Contractor shall so notify the Engineer and request t 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 compensation for additional professional services substitute facilities, or correction or repair work remains to reach required, and costs for 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 in 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 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 and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated: ' shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete. Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then make a Final Inspection and the Engineer will by 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 A 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 ' be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. physical completion of the listed deficiencies. This process will Failure of the Contractor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected. from unilaterally certifying the Contract complete so the Engineer ' If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 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 p;aqualification 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 tl@se-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 No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, under operating conditions for the time period specified to ensure either before or after ' execution of the contract, shall affect or modify any of the terms or their acceptability prior to the Physical Completion Date. During obligations contained in any of the documents comprising the and following the test period the Contractor shall correct any items contract. Such oral agreement or conversation shall be considered of workmanship materials or equipment which proves faulty, or that are not in first class operating condition. Equipment, electrical C unofficial information and in no way binding upon the ' 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 FOLLOWING. unit bid prices or other contract amounts. In some cases,however, state retail sales tax will not be included. Section 1-07.2(3) ' 1-06.2(2) Statistical Evaluation of Materials for describes this exception. Acceptance The Contracting Agency will pay the retained percentage only UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes 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 ' Contractor (or any employee of the Contractor or subcontractor or and power lines 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 regulations, 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 (WISHA). 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 injured. 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 the 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 including employees, who may have been injured on the Project sewers and sewage disposal systems unless such sewers and Site. Employees should not be permitted to work on the Project disposal 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. power lines 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 ' efficiency, and adequacy of the Contractor's plant, appliances, and or to real property, whether or not such personal property becomes methods, and for any damage or injury resulting from their failure, a part 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 Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales 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 t 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 SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment, or consumable ' FOLLOWING: supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract 1-07.2 State Sales Tax (APWA) amount. ' 1 1-07.2(4) Services (APWA) -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" percent 50 NTU; for other classes of waters, refer to WAC 173-201- (APWA, SA) 045. ' If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample demonstrating the scattering and absorption of light caused by the contract requires, the Contracting Agency will measure and pay suspended material as expressed in Nephelometric Turbidity Units for it at unit contract prices. But if contract items do not cover 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 be removed by the use of lagoons or holding ponds, settling basins, 1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground ' (RQ 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 minimizing 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(l)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 perculation. 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 I Q9 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 seating 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 1. 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 plant. 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 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or ' FOLLOWING: better. The original condition shall be established by photographs 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. ' franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material ' indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor 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 necessary 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 t 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 Department 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. A. General. All construction work under this contract on SECTION I-07.I7IS SUPPLEMENTED BY ADDING. easements right-of-way, over private property or franchise, shall be 1-07.17 Utilities and Similar Facilities (APWA,RQ confined to the limits of such easements, right-of-way or franchise. ' All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties, the Contractor shall: be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field open for more than 48 hours. location of the utilities; B. Structures. The contractor shall remove such existing Call Before You Di structures as may be necessary for the performance of the work and, g 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. 1-800-424-5555 C. Easements. Cultivated areas and other surface ' improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. t Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing 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 replaced by him upon completion of construction. Ornamental or suspected of having underground facilities within the area of the ' trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. ' All shrubbery or trees destroyed or damaged, shall be If in the prosecution of the work, it becomes necessary to replaced by the contractor with material of equal quality at no interrupt existing surface drainage, sewers, underdrains, conduit, additional cost to the Contracting Agency. In the event that it is utilities, similar underground structures, or parts thereof, the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary ' carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same. backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall, at his own expense, repair all damage to means,of all earth and debris. such facilities or structures due to this construction operation to the The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will ' to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by all work including excavation and backfill, on easements or rights- the contractor as directed by the City. 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(RCZ 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. ' following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07.18(1)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 • Contractual Liability (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) 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 e 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 primary. 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. (6) The Contracting Agency reserves the right to request and/or All coverage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on ' and underwritten by a company acceptable to the Contracting work performed(i.e. pollution liability). Agency. The City requires that all insurers: 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 (ISO 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 Insurances 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 t 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 materially conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification Contractor to fully comply during the term of the contract with ' 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 I- no obligation or liability of any kind upon the ' 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits (RC) c. Amend the cancellation clause to state: 'Policy may LIMITS REQUIRED not be non-renewed, canceled or materially changed or ' Providing coverage 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. ' Aggregate Each Occurrence Limit $1,000,000 SECTION I-07.20 IS REVISED AS FOLLOWS: Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes Medical Payments(Any One Person) $5,000 A� PWA) * Stop Gap Liability $1•000,000 General Aggregate to apply per project The Contractor shall assume all costs arising from the use of (ISO Form CG2503 or equivalent) patented devices, materials, or processes used on or incorporated to **Amount may vary based on project risk the work, and agrees to indemnify, defend, and save harmless ' Automobile Liability The Contracting Agency, and their Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, ' Workers'Compensation materials, or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING.- Umbrella Liability 1-07.22 Use of Explosives (APWA) ' Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by 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• shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Contractor shall obtain, comply with, and pay for such ' professional liability coverage in effect for up to two(2) years after permits and costs as are necessary in conjunction with blasting completion of the project. operations. The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of in writing in the event any general aggregate or other aggregate the Work, the Contractor's insurance shall contain a special clause ' limits are reduced. At their own expense, the CONTRACTOR permitting the blasting. will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the ' CITY OF RENTON a new Certificate of Insurance showing such SECTION I-07.23(I) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC) ' SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling 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 project. 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 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust, mud or unsafe practices and/or ' 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 City: "Failure to mail such notice shall impose ' Page-SP-11 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress ' SECTION I-07.24 IS DELETED AND REPLACED BY THE SECTION I-07.26 (APWA)IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR t 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY." 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 I-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. ' 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 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 Engineer. 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 preconstruction 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 t 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 furnish 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 use as lower tier subcontractors. Collectively, these lower tier Permission to work betwee subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and bet, total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or hol subcontractor is responsible for construction of a specific structure control requirements. Approv: or structures, the following work may be performed by lower tier hours may be revoked at any ' subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise co 1. Furnishing and driving of piling, or received from the public or ac 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor' tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Sam The Engineer will approve the request only if satisfied with than the agreed upon normal si u the proposed subcontractor's prior record, equipment, experience, through Friday may be given st .� ' and ability to perform the work. Approval to subcontract shall not: forth by the Contracting Aget +� 1. Relieve the Contractor of any responsibility to carry out the may include but are not limitec f�- contract, assistants as the Engineer may ' 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contr the contract and the Contractor's bond, Agency for the cost of eng; 3. Create any contract between the Contracting Agency and Agency employees who worker the subcontractor, or Work performed on Saturdays u , 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiplework shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour 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 testing lab; structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in 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 owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of commercial hauling companies. Contracting Agency Employees (APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work 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 shall 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 pan 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 THE The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the contract. FOLLOWING: 1-08.1(3) Hours of Work (APWA) 1-08.4 Notice to Proceed and Prosecution of the Work Except in the case of emergency or unless otherwise approved (APWA) 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.m. of a working day with a maximum 1-hour been approved 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 for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference 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 prior 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 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION I-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) ' 1-08.5 Time For Completion (Contract Time) (APWA, SECTION 1-08.10(I)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 5 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 1-08.11 IS A NEW SECTION. Contract Completion Date. 1-08.11 Contractor's Plant and Equipment (RC) A nonworking day is defined as a Saturday, a Sunday, a day 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, tho thir-d' M da ' of r^'WR;' &W '"'"i adequacy, efficiency, and sufficiency of his and his subcontractor's ' Nignday of �Potirua;y- Memorial Day, July 4, Labor Day, plant and equipment. The 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 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 The contractor shall give his personal attention to and shall successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials, unworkable day. 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 ' 1-09 Measurement and Payment partial or whole days the Engineer declared unworkable the previous week This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor 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 t 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 Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours 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 work may be performed by lower tier hours may be revoked at any time 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 piling,or 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 revoked for these reasons. subcontractors. Permission to work Saturdays Sundays holidays or other 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 contract, assistants as the Engineer may deem necessary to be present during ' 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor,or Work performed on Saturdays and holidays as working days with ' 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour 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 testing lab; structural steel other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in 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 owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of commercial hauling companies. Contracting Agency Employees (APWA) However, the State LE may determine that RCW 39.12 Where the Contractor elects to work on a Saturday Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications such work 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 shall 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 THE Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the contract. FOLLOWING. 1-08.1 3 Hours of Work (APWA) 1-08.4 Notice to Proceed and Prosecution of the Work Except in the case of emergency or unless otherwise approved (APWA) 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.m. of a working day with a maximum 1-hour been approved 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 for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference 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 prior 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 ' 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. 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 price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments(APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not SECTION 1-09.2 (APWA) 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 ' SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be FOLLOWING: accompanied by documentation supporting the Contractor's Application for Payment. ' 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not incorporated in the work,but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment Items 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 items 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 Form, and Work for that item is performed The initial progress estimate will 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 made only for the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words "Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum 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 appear elsewhere in the Proposal 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 made. Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for ' "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 incorporated 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(APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' 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,RCZ 11-09.9(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 connected 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 o —tea 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 e. 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 ' 1-09 Measurement and Payment 1-09 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 1- Contracting Agency shall not be liable to the Contractor for such 05.12). ' payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS. written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment (APWA) Failure to submit with the Final Application for Payment Pint tUpon Acceptance of the Work by the Contracting Agency the such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of 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 1-09.11(3) IS DELETED AND REPLACED BY THE ' a release: FOLLOWING: 1. to the Contracting Agency of all claims 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 shall be construed and interpreted in accordance Work; with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by 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 Superior Court of the county where the work is performed. ' of the Work. For convenience of the parties to this contract, it is mutually A payment (monthly, final, retainage, or otherwise) shall not agreed that 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 Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time findings of non-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 minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. ' paid to 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." If the Contractor fails, refuses, or is unable to sign and return ' the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING. the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration(RC) accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the parties, unless the aggrieved party, within from the Engineer, to voluntarily submit such documents. If 10 days, challenges the findings and decision by serving and filing voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to ' from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The l. Are not responsive to the questions submitted; 30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence ' acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. 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 channelizing devices, pieces of equipment, or services which could ' 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 borne 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 channeli7mg ' 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 Engineer will determine what is usually anticipated by a prudent SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE 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 1-10 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(l) 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 SupervisorgRCC (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 inas-a worksite traffic control 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 1 :;;all the duties of the TCS are 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 AlChiGIC thQ XCS Shall be , designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be ds of .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 1-10.2(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 SECTION I-I0.3(3)HAS BEEN REVISED AS FOLLOWS: provisions,or as directed by the Engineer. 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 rm with established standards, will be furnished required to confor m ' all work required by these sections will considered incidental and re the ,- ,� ,.nfo e o ,,Contractor. their cost shall be included in the other items of work. 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. l2ayma^t r r ('lags n adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. All etleF costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price pc hour hallbe full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s) for any eae pilot car operation. Any necessary flaggers will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-labe . "Traffic C-Q;;#G1 Labor,"per.hour ' 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum ua4 contract price per•-�hall be full Construction Zone pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. control 2;:@2 :and will fuFaish a pilot car Ad d;iVVF LQ 192d thQ 42ff4G "CQngtruction.Signs Class A,"pc;:Equar-c foot paRal area ' All The Lump Sum aa+t contract price area shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles ' th.a Qxwnt of th G t t' A fzurnishvd (1^0_Wa pilow.I necessary for the initial acquisition, the initial installation of TF2f�fig C-Q;;t;gl Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. Payment will not Le madg fQ; signs dolivarod Contractor shall furnish the pilot car(s)and driver(s)for the pilot car ' control area. Any necessary flaggers shall be furnished by the Contractor The Lump Sum u" contract price per-day shall be full ' pay for all costs involved in furnishing the person(s) assigned as the "Traffic Control Supervisor" a„r;^^ an E^^i^Pa�- DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum 4a4 contract price for"Traffic Control Suupewsier." No specific unit of measurement will apply to the lump sum j item of"Traffic Control". ' o f�� th e L,..,., sum ;tom,,, •�Tu,,,..n�o r., T;affG !'.,.,t;.,l SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: ' 1-10.5 Payment (RC) bQ paid, Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for hod COF thg mtep; will br. paid ^^ a PFQF.,ted bar,; ;^ ' the following bid items when icy-are included in the proposal: "Traffic Control," lump sum. 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 uail:-contract price pea day hall be full ' furnishing installing maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(2 conformance with accepted standards and in such a manner as to ' maximize safety, and minimize disruption and inconvenience to the l aberr= public.. Progress payment for the lump 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 (RC) 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 ' b. Payment for the remaining id percent of the amount under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance bid for the item will be paid a prorated basis in 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 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ' 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes. ' 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 lines. 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 corner's 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 comer 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 corners down to and including one- survey control shall be revealed on the face of the survey drawing, sixteenth corners; and as shall the method of adjustment. • Any permanently monumented boundary, right of way , The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established part in 50,000 precision in line 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 corners. 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 projects 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 I 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. e 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 noted. 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 molar, and the original or a sketch and a record of control and base line traverses describing photographic molar 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 op tnt. 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 that in notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the 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 1-11 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 1-11.1(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 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers 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 in lead on the extension of the lot side lines 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 (RQ cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section I-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 the 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 1-11.1 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 ' section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3). 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 shall 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 in at For all non corner monuments set while under contract to the tleast 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 TO 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 Corners 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 base line plugs or caps tack in lead, etc. and permanently marked or tagged ' or control survey used 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-builting" 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 1-11.1(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 backfilled 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. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified ' 5. 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. r be fix- vate,, and if a,o.. are AAi: theyAot 49 Acceptable excavated native soils shall be used for fill in the a ' mentioned as 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.S 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 measures may include sloping to drain, compacting the native Z. "Saw Cutting", per Lineal Foot. materials, and diverting runoff away from the materials. If the ' 3. "Remove Sidewalk",per Square Yard. Contractor fails to take such preventative measures, any costs or 4. "Remove Curb and Gutter", per Lineal Foot. 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.8. optimum moisture content. If sufficient acceptable native soils are A "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, backfilling 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 t 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 1. At the discretion of the engineer, roadway excavation, ' the Contractor. borrow excavation, and unsuitable foundation excavation- by the Page-SP-22 ' Revision Date:May 19, 1997 t2-04 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 the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE 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 tt ' are included in the proposal: thereof shall be included in the apf 1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A(B, C, etc.)", per cubic yard. tWhen the Engineer orders excavation 2 feet or less below 2-09 Structure Excav, subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below \ `o, subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.I IS SUPPLEMEi v provided in Saatiei-I-044 Item 3 of this payment section. In this FOLLOWING: ' case, all items of work other than roadway excavation shall be paid 2-09.1 Description a ex ( g at unit contract prices. The unit contract price per cubic yard shall be full pay for This work also includes the e t, p excavating, loading, placing, or otherwise disposing of the all unsuitable materials such as peat, ' material. materials including buried logs and stt � nn shall apply, o.,r .,,hcn the Pay ao.,, :o Rhown ., ;AG1;,.i:.... �j 2-09.3 Construction Req �v Y h2ul. IA. that caw *The unit contract price per cubic yard shall ' include haul. SECTION2-09.3(1)D IS REVISED. 3. "Unsuitable Foundation Excavation", per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excai Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excava and disposing of the material. limits shall be included in the unit contract price for structure excavation, Class A or B. 2;;d haul the, M;atsr-W Ig A:�.gsal site, the swn will .,., ..o The unit contract price per . ' vidad :., co,.t.,,., I nn n f " I,,.,, g &..di ,t I,.,,,l;n" The State will cubic yard shall include haul. 7. "QQW4;ki;R@w CQmpao;iQ;;", pv;GwbiQ yard not pay f@F lmiandlii;g a& the dispgsal sits Any suGh disposal shall T-be un;t- Atract—P;is- $er subis-3'ard fer b2;;kM" tion„ shall bs full Pay f " all mato.;,l labs w ,g If the contract includes structure excavation, Class A or B, ' @quip ont,—wad---invidowals regair$d�h0 qa; t;t ss fep including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to Payment for the work. ' 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. ' 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. 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 2-04.5 Payment(RC) specific separate pay item is included in the contract for gravel 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. The unit contract price per cubic yard for the bid items listed ' as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or l ' 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 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 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 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. 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 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 Page-SP-24 ' Revision Date:May 19, 1997 ' 2-04 Haul 2-09 Structure Excavation cubic yard (adiusted for swell) may be measured by truck in the 2-06 Subgrade Preparation thauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.S 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 ' are included in the proposal: thereof shall be included in the appropriate unit or lump sum 1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A(B, C, etc.)", per cubic yard. tWhen 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 subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE ' provided in Section 1-04,4 Item 3 of this payment section. In this FOLLOWING: 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 tThe unit contract price per cubic yard shall ' include haul. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation", per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material(RC) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. limits shall be included in the unit contract price for structure excavation, Class A or B. ehn 91.4.1'n Wul in that t nd hnl the ^to ^1 to d;s ^1 oats the Sate All _The unit contract price per ., ' cubic yard shall include haul. 7. 2':s unit row rac. prise per sebic—lard for. h^n'-F1ent If the contract includes structure excavation, Class A or B, ' equip ,.W.21 A iasident�„ s required quantities � including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= otherwise all such disposal costs shall be considered incidental to U/hen embankments ^ mado by Adethod A,-..Payment for the work. ' 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. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. 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 2-04.5 Payment(RC) specific separate pay item is included in the contract for gravel na,.me..t ..all 110 912da 1,r the f 1ln...ann backfill for pipe bedding. ' SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS 1 nat 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. The unit contract price per cubic yard for the bid items listed ' as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Excavation" or l ' Page-SP-23 Revision Date:May 19, 1997 1 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 necessary 4 No supplemental specifications were ' No supplemental specifications were necessary for Division 3. necessary No supplemental specifications were necessary for Division 4. 1 ' Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ' Division5 o„t At v:,i he ohta;„ed ^„ „dom hac;r fro.., the ha„1ing Surface Treatments and Pavements ' saxxlgles-teWhen a sample from uncompacted mix is needed, the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can —be obtained in accordance with WSDOT Test Method 712. ' allgw the samplet he taken ,,;tho„t the 1 the SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS ],.,Bing viihr:Ge FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing (RC) of acceptance sampling and testing, a lots is ghall he defined as , 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix as provided under-4ta4&4Qa1--o; a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur.44 Determination of ♦^ti��^.�:--e^� 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 ;oval of the �„ The JMF ' daily" basis by the Contractor. This gradation analysis shall be rr�h Mix „„� is defined in Section 9- based on WSDOT Test Method 104 and the results delivered to the Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the ' with Section 9-03.8(6)A.2.-a4W A-as halt content shall be tested at Engineer. _ p Xho C r r est a change in the adr,. If the the Eengineer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B) falls below 1.00. bit 8-aluated on the bagig of ' The Contracting Agency may take their own independent lot 11 h Th quaAtity by eanh &a„p!@ will 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 ±3% for sieve sizes sample PQ; e greater than 1/4" and±2% for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data axe-within the ranges listed abovethen Sampling and testing for nonstatistical acceptance shall be ' the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one Agency. sample for each sublot of 400 tons or each day's production, W ava1 r d far quality of ada♦;n„ nnly Tect:„rt .,�:I1 V,e whichever is least. When proposal quantities exceed 1,200 tons for ' a class of mix under nonstatistical acceptance, sublot size shall be u141y to „„,ets determined to the nearest 100 tons to provide not less than three rt' dgd, and administered by uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. ' C. Test Results. The Engineer will furnish the Contractor t ti t' I ♦ th Special P.•.,.,:o;.,„o ;f;t ig deo;v-e.1 with a copy of the results as they become available.- €-all (1) is administer@d undor. th of SGG691 5 04 5(1) of tho p.oxt kd y fr 1• F AighttiM0 ,,.,;U ..ith;., ' fou; hours 2f4g; rho h gi f th r--P a. o�'f'he Enginger ill i id , of the evr wg;kday a D. Test Methods. When sample testing of asphalt content is , necessary, Aacceptance g for compliance of asphalt Goat will use the Nuclear Asphalt Gauge Procedure; WSDOT Test ' 2. Aggregates. _Aggregates will be accepted for sand 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 4-v�* Procedure; WSDOT Test Method 723-T. ' 3 Asphalt Cement. Asphalt Cement will be accepted tex E. Reject Mixture tssis-based on ihoir conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, prior to 02 1(4;) Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any ' the asphalt cement changes a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated for evaluated and approved. acceptance. 43. Asphalt Concrete Mixture (2) Rejection_-by Engineer Without Testing`x'irh.ut Tgsting A. Sampling The Engineer may, without sampling, reject any batch, load, or , (1) A sample will not be obtained from either the first or last section of roadway 25 tons of mix produced in each production shift. Page-SP-26 , Revision Date:May 19, 1997 ' 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement hater.;:' that appears defective in gradation or asphalt c#ut#ttt SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING ' content. Material rejected before placement shall not be THE FOLLOWING: incorporated into an pavement. Any rejected section of compacted r.eadwaypavement shall be removed. 5-04.3(10)A General (RC) No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a ' removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) ' will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for 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 ' ma".F"1 :Fogg rho„n 75 no„^ .„,o„r,,,;il ho m^do for-the..o;o,wd traffic lanes, including lanes for ramps, truck climbing, weaving, ^„,+ in add;r;„„ rThe cgst of sampling and roar,„g shall and speed change, and having a specified compacted course _ thickness greater than 0.10 foot, shall be compacted to a specified level of relative density._ The testing shall occur on a sublot basis ' CQ;u.^,.r;„, n rtwwy ^„,1 the mix „,;n ho ,.,,„,„a„9^rod at ^ 1,12E ..f using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be c96tig 3 1 96?(I), usiAg-a minimu;n. of 924.0 percent of the Acceptance of the initially reference maximum density rejected susp#cWd material will use the acceptance sampling and Method 705. The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that developed in the job mix formula(JMF) _RuP4Pg_i*&rap formula tolerances of Section 9-03.8(6)A, the mix will be rejected ' and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the ' Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances, the mix will be accepted for quality of mix but will density attained will be determined by the average statistics' remain subject to the compaction adjustment of Section 5-04.3(10) gva'uatiea-of three €p;4 nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by the stratitiod random r.,„fopming to 'AISDOT. Tot Method -r16 within each density lot t�gn; „,^1 subigr any ...^rote;ol rh^rigerror' of ho;„.. ' m^ro;;^I ',ill „ r :„..i,,.io ^ ^^1 ,,,„l0 1 ^r; „ nMiNiMiAMless' The Engineer will furnish a copy of the results of all acceptance testing performed in the field as soon as the results are availabl�hy �.nn a in the . r the next the begian;„^ .,f the @xt paving sh;f* 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- 04.5(1)B. dct#r.Riae� For compaction lots falling below a CPF of 1.00 pay factor. and thus subject to price reduction or rejection, cores may be used (5)A_Lot -in-Progress. Xl;e Gestsast^e.- .hall-s.;ut-dw;va as an alternative# to the nuclear density gauge tests. � ' ar# by ;h@ Gontrastin^ Agwigy at the r-equast f .ho .fte;pa i-.- -When the Contracting Agency requests cores and the flrogfess: level of relative density within a sublot is less than 92.0 percent, ' e. Drips beleur 1,00 atld the Contractor ;r, t t-The cost for tlt#-coring and testing shall be borne by the Contractor. When the Contracting b, Ls co Ogg Q 75^n'5 Agency 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. @xpensps at the ;24@ of sact;Q„ 146 14')B ,_'„de; 94;2AG;2' 1 rro„, Z Shall bQ'75 pQr-GPvtitr ' 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 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ' Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. ' greater referenced to the specified minimum density (924 percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH of the reference maximum density dow;;A:ned by uTCDOX To^t ). If a compaction test section is requested, a THE FOLLOWING: � Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix I ' proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit ' Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the.job mix formula, the mix shall not be accepted (see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8) Rejection of Mixture). point evaluation shall be performed in accordance with instructions , from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC ' Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the Engineer. Compaction (RC) Lay In addition to the randomly selected locations for tests of the For each sublot a Compaction Factor F T�^�^ram." vim:^o e t � ir density, the Engineer may also isolate from a normal lot any area "�^ �9""^"'�—>~r�A' � will be �'ro=A"T ' that is suspected of being defective in relative density. Such determined based on the relative density of the tests. The isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. The CWAP equal^ the diffo.e..^o The isolated area will then be evaluated for price adjustment in ' accordance with this section, considering it as a separate-sublot3et. Adjustme;u gill be ^ol^„lotod as rho rgd,,^r of CIPAP rho SECTION 5-04.5 IS REVISED AS FOLLOWS: , 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Misc and/or Driveway Asphalt Conc. ,A.ppl=eaGh Cl. >_92.0 1.00 per ton. This item when included in the contract, includes asphalt 91.5 0.99 ' paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 o Adaustment ., by 1^..Lt; 90.0 0.85 89.5 0.80 ' 89.0 0.75 Page-SP-28 , Revision Date:May 19, 1997 ' 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed ' by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as ' SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 ' 6-12.1 Description (RC) inch square probe. The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill(RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material. The backfill material will be placed in ' lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. ' sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plans, ' inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective ' The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done, weathered portions,seams, cracks and other defects. subject to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the site. 6-12.4 Measurement (RC) The rock walls shall be constructed of one-man rocks, (85 to 300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be ' to 600 pounds) each 13" in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to (800 to 1,200 pounds) each 16" in its least dimension; four-man the nearest square yard. rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC) ' rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for ' 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. ' The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the ' completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together ' with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall ' be placed at the base of the rockery so that the wall will be stable Page-SP-29 Revision Date:May 19, 1997 7-01 Drains 7-04 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 I (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 referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. ' SECTION 7-0I.2 IS REVISED AS FOLLOWS: 7-01.2 Materials (RC) 7-03 Structural Plate Pipe, Pipe Arch, Arch, ' and Underpass Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, 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 Materials shall meet the requirements of the following used. sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 ' Corrugated Steel Asphalt Treatment I 9-05.6(8) (RC) I 7-01.3 Construction Requirements Corrugated Aluminum 9-05.6(8) 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. ' The 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 I recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) ' PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal: described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear ' foot with Asphalt Treatment I. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as "St. Plate Pipe Arch_Gage_Ft._In. Span", foot recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatment I. "St. Str. 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. "Structure Excavation Class B Incl. Haul", per cubic yard. 7-01.4 Measurement(RC) 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 contract 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) I Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in ' sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized), Asphalt Treatment I Coated OF I ' Reinforced Concrete Culvert Pipe 9-05.3(2) G0246dcorrugated iron or steel and Beveled 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 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) ' Steel End Sections, Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) ' Profile 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 Construction 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 Bedding (RC) 7-05.3 Construction Requirements (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. pipe. SECTION 7-05.3(I) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS. SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and Grade(RC) 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. 1 FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: 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 7-04.4IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement (RC) 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 installation 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 from 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 ' FOLLOWS: similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be 7-04.5 Payment (RC) 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 price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified 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 backfill 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 ' 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 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 REVISED 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 be 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 concrete for the completed adjustment in accordance with Section in concrete also. The concrete shall extend a minimum of six 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 k required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) and plastered. "AdjustManhol@ 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 as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings: Adjustments of valve box castings shall be 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 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl. Haut", 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(1)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 under the haunches of the pipe Care shall be taken to avoid contractor shall be required to core drill into the structure, shape . 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 Any damage 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 be 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 tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in ' 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 pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other 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 concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by 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 SECTION 7-08.3(2),I IS AN ADDED NEW SECTION: between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, 7-08.3(2)J Placing PVC Pipe (RQ the pipe shall be placed with the minor axis of the reinforcement in In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. 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 Line 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 hubs will be pFovidod by 1he saddle secured to the sewer main with stainless steel bands. When ' min 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 existing main where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall 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 have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. the hatter boa;dr do no; 1;i;o lip, the vco;k gl;211 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 FOLLOWING: 7-08.4 Measurement (SA) ' 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09,or by the TON. looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition. At manholes when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size pipe(s) shall be laid by matching the(eight-tenths) flow fill the pipe for a distance of two diameters. Computation for elevation unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe fittings etc. shall be carefully handled and protected Excavation of the trench will be measured as structure ' against damage impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, 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 ' manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. ' shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed. specified in Section 2-09.4. 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 i 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 1 (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 made. 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 incidental. the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-I1.3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe(4 inches and Over) (RC) SECTION 7-I0.4 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 WISED 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(6) Laying Ductile Iron Pipe and FiltinRs with accordance with Section 1-09. Polyethylene Encasement (RC) y , tThe 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 appurtenances such as pipe laterals couplings fittings, and 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 be 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 7-1I 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 for 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 7-11.3(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" 7-11.3(9)A Connections to Existing Mains (RC) shall be full compensation for excavating and disposing of the 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*Atkeai&$ecilic 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 it 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 gallon per 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 main shall not be made Acceptability of the test will be determined by two factors, as without first making the necessary arrangements with 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 mains. 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 be started until all the materials, equipment charged a usage fee. 1 and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" M' 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 connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1.80 2_40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0.84 1.12 1_40 1.69 2.25 2.81 3.37 ' plans, including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99 pipe spools, shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2.85 Contractor shall provide and install concrete blocking, polywrap 225 0.68 0_90 1.13 1.35 1.80 2.25 2.70 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters, the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: ' SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the FOLLOWS. number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test (RC) L=N P A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system. These may be in which obtained from the City by completing the required forms and L = Allowable leakage,gallons/hour making required security deposits. There will be a charge for the N = No. of joints in the length of pipeline tested ' water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test, psi 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"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be #lvsliadpoly- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may 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 the 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 main. ' 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 pipe, Ausl4it;g ghall lae Anne 2 ftor d;r;Af ;,,. water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1) pumping from an open container water system, shall not be disposed into the storm drainage system 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 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 313, except tensile I 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 lab on samples collected from representative l points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths, 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. t ADDING THE FOLLOWING: Tiewasher: round flat washers, .zinc plated or hot-dip galvanized. SS 17: ASTM A242, F436. S 17: ANSI B18.22.1. 7-11.3(13) Concrete Thrust Blocking and Dead-Man 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. t 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 6" 2 is not allowed)and poured in place. 3 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 10............................................4 12............................................6 ' 7-11.3 15 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 pipe is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length ASTM A123 for galvanizing rolled pressed and forged steel 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 Date:May 19, 1997 ' 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7_12 Valves for Water Mains tiecouplings tierods and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post R�CZ koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and Tiebolts tienuts tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. ' SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and ' dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay items in the contract then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade(RC) ' shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made. for manholes as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. ' main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked Pipe for Water Main and Fittings _Li. Diam.", per with debris the Contractor shall use whatever means necessary to _ 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- of "_Pipe for Water Main _In. Diam" shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade. all 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 pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: ' of polyethylene wrap cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement insertion and removal of poly-pigs, temporary thrust blocks and blow-off assemblies testing flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured ' shackle rods abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, 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 cleanup. Hydrant auxiliary gate valve will be included in the ' "Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this yard. measurement item. The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials equipment for the installation of the concrete thrust FOLLOWING: blocks and dead- man blocks including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering haul and disposal of unsuitable materials, Box," per each. concrete reinforcing steel shackle rods and formwork. If this The unit contract price per each for the valve of the specified ' item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main, installation of the pipe and no further compensation shall be made. including trenching jointing blocking of valve, painting, ' "Connection to Existing Water Mains", per each. disinfecting hydrostatic testing cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions, adjustment to final grade. mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault," per each. materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve 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 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories, butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main including trenching jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting disinfecting hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE to final grade. FOLLOWING: "Blow-off assembly," per each. The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC) shall be for all labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets of "Air-Release/Air-Vacuum Valve Assembly," per each. the type required for a new installation of the same type. The unit contract price per for air-release/air-vacuum valve assembly shall be for all labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not limited FOLLOWING: to excavating tapping thg main laying and jointing the pipe and fittings and appurtenances backfilling testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC) 1 disinfection meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced "Adjust Existing Valve Box to Grade(RC)," per each. with new gaskets of the type required for a new installation of the The contract bid price for "Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS: tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents including all incidental 7-14.5 Payment (RC) work If not included as a separate pay item in the Contract, but required to complete other work in the Contract, then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall ,r GaGh for tj;e ,, ,,,, SOC;Fod R14911 be full pay for all work to furnish and install fire hydrant �{ assemblies, including all costs for auxiliary gate valve, shackles, ,k tie rods, concrete blocks, gravel, and painting and guard posts testing, val"Q WAGS, aad required for the complete installation of the hydrant assembly as specified The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made., f 7-14 Hydrants "Resetting Existing Hydrants",per each. I '� 7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants (RC) considered incidental and no additional payment shall be made. j After all installation and testing is complete, the exposed portion of the hydrant shall be painted with eaetwo field coats. The . Guard posts shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants", per each. a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing ' specifications C600-93 Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to , the project all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made Liam,pip@ fQr hydrant c,9m@rtiQ;;&Will W Paid - — preservative paint NO. 43-655 safety yellow or approved equal. Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. ' installation with connections to 6" 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. ' Fire hydrant assembly shall include: cast-iron or ductile iron tee(MJ x FL) 6" gate valve(FL x MJ) 6" DI spool (PE x PE), 5- 1/4" MVO fire hydrant (MJ connection) 4" x 5" Stortz adapter, Page-SP-38 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers t 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS. 7-17.3(2)H Television Inspection_RCZ Once the television inspection has been completed the ' 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color lines shall be copper. and compatible with the City's viewing and recording systems. The Where instalation is in existing paved streets, the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5/16 I.P.S.). (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) 7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of completed installation measured along the invert and will include ' Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.",per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. ' In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or oe- Section 7-17.3(2) will be the number of linear feet of completed I hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested. ' and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans,or by the Ton on truck 7-17 Sanitary Sewers tickets. ' SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 7-17.5 Payment (RC) 7-17.2 Materials (SA) Payment will be made in accordance with Section 1-04.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. or V G Sewer Pipe _ In. Diam.", per linear Concrete AIRS Gg;Pposiw foot. I ' U;trifiedClay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe_In. Diam.", per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) " i _ Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Uii ad CClaySetiwar Pipe 905 2 kind and size specified shall be full pay for furnishing,hauling, and ' PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and e Composite Ss wer Pip® 9^S '^ adjustment of inverts to manholes for the completion of the installation to the required lines and grades. ' All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). ' SECTION 7-17.3(I) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be FOLLOWING: considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per cubic yard. ' When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable ' material shall be the contractor's responsibility to maintain this screen or .3(1)A. Bann specified in Sectionk Run Gravel for Trreencc trap until the new system is placed in service and then to remove it. " h Backfill Sewer", per cubic yard, Any construction debris which enter the existing downstream or Ton. system shall be removed by the contractor at his expense, and to The unit contract price per cubic yard, or To for "Bank Run n ' Gravel for Trench Backfill Sewer" shall the satisfaction of the Engineer. When the first manhole is set, it's furnish, place, and compact material in thea trench. full pay for all work to outlet shall be plugged until acceptance by the Engineer. "Television Inspection", per Lump Sum. ' Page-SP-39 Revision Date:May 19, 1997 8-09 Rai sed Pavement Markers 8-14 Cement Concrete Sidewalks ' Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Miscellaneous Construction 8-13.5 Payment "Reset Existing Monument" per each. ' 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices_ SECTION 8-09.S HAS BEEN REVISED AS FOLLOWS: 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks ` Payment will be made for each of the following bid items that SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE are included in the proposal: "Raised Pavement Marker Type 1", per eachlwadred. FOLLOWING: "Raised Pavement Marker Type 2", per eaci hundred. ! 8-14.3(4) Curing "Raised Pavement Marker Type 3- In.", per s (RC) �d. The Contractor shall have readily available sufficient eacltl "Recessed Pavement Marker", per eachi�u+ ed. protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other The unit contract price per eachhundrad for"Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading, Marker"shall be full pay for all labor, materials, and equipment patrolling or otherwise protecting newly placed concrete. necessary for furnishing and installing the markers in accordance Damaged vandalized or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: j contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crushed FOLLOWS. surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for "Curb Ramp Cement Concrete" unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay , items. cases and covers, in accordance with the Standard Plans and these If the contract does not provide a pay item for "Curb Ramp, Specifications, in conformity with the lines and locations shown in Cement Concrete," but the plans call for such installation, then the Plans or as staked by the Engineer or by the Contractor quantities shall be measured with and paid for under the bid items ' supplied surveyor. for Curb and Gutter and for Cement Concrete Sidewalk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS: shall be included in the pay item for "Miscellaneous and/or '8-13.3 Construction Requirements Driveway Asphalt Concrete." SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE The monument will be furnished and set by the Engineer o� FOLLOWING: the Contractor supplied surveyor. ' When existing monuments will be impacted by a project, the 8-14.5 Payment (RC) Contractor shall be responsible for assuring that a registered "Curb Ramp, Cement Concrete," per each. surveyor references the existing monuments prior to construction. Payment for excavation of material not related to the After construction is complete the monuments shall be re- construction of the sidewalk but necessary before the sidewalk can ' established by the surveyor in accordance with RCW58.09.130. be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal, ' regardless of the depth required for constructing the sidewalk to the 8-13.4 Measurement lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp, Cement Concrete." contract unless specifically called out to be paid as a bid item. Page-SP-40 , Revision Date:Mav 19, 1997 ' 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the SUPPLEMENTED BY THE FOLLOWING. contractor. Trench width will, however, be of sufficient size so ' that all of the necessary conduit can be installed within the depths 8-17.5_Payment (RC) specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC) ' and Electrical 8-20.2 Materials C' ' Where obstructions prevent construction of planned SECTION 8-20.2(I) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. FOLLOWING: ThecomlbAodigigh;8-20.2(1) Equipment List and Drawings (RC) plug the anghor.bolt &tub height shall Rot exGood 4 6A.Ghas above The Contractor shall submit for approval six sets of shop moo" drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around any other The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the ' concrete will not adhere to the utility line. Concrete foundations dimensions to clearly show the specific mast arm mounting height ' shall be troweled brushed edged and finished in a workmanship- and signal tenon locations for each signal pole to be installed. like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device ' 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract Table 1 ' plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat [Wanner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit. specified below: 1 Where sidewalk or raised islands are to be constructed as a Trench within the roadway area shall use select trench backfill . ' which shall consist of 5/8th inch minis crushed surfacing top part of this project, the top sidewalk the foundation shall be made course or other material as indicated in the special provisions or flush with the top of the sdewalk or island. (See detail schedule of prices and directed for use by the engineer. The source sheet a 2. Where no sidewalks are to be installed,the grade for the top and quality of the material shall be subject to approval by the ' engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer. (See with acceptable materials from the excavation subject to the detail sheet Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. necessary part and incidental to the excavation in accordance with the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The ' Page-SP-41 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS. All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within losatieasa continuous conduit runs with no mixing of different schedule types between terminations. 2, 411 ...,:1;^2d Gpgssiags The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size box, shall be as indicated on the wiring and conduit schedule shown on Ip 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 A II 4 enteringjunctien boxes and 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 environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING._ 8-20.3(6) Junction Boxes is The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail sheets. F The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting" t1 Cr d d pl Tel r 11' .i 'r r II ,�.i Fnr 2. Signal only: "Signals" 3. Traffic signal and street lighting: "TS-LT" E 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function, i.e. street lighting traffic signal or both shall be consistent f throughout the project. All junction boxes shall be installed in conformance with provisions contained in the standard plans and gtael' detail sheets. The unit contract price per each for "Type I" or "Type II" 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. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of t 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed , deep. The cuts shall be parallel to each other and extend 2-fQQZ-0ne under and around the base of the junction box. Concrete shall he — promptly cleaned from the junction box frame and lid. 1 foot beyond the edge of the trench. The unit contract price per junction box shall include 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans specifications and detail sheets. Installation of the grade in 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 -1 whiGl4g;rvi: is largo; 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed restored per the Renton Standard Detail. surfacing" and/or for "concrete - ri i r f 11 A o h L' �L ogrri.r. 2 llyg 140,44... t f f rl r Page-SP-42 ' Revision Dale: May 19, 1997 ' 8-20 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 make 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 bome by the rasa City. Three types of power service are used as indicated below: I. Type I system shall be single phase 120 volt, 2 wire, 60 cycle 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) The power service point shall be as.noted on the plans and ' 4"9"+F. shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Specification TT-E-489. SECTION 8-20.3(II) IS REVISED AND SUPPLEMENTED AS ' FOLLOWS: 8-20.3(11) Field Test (RC) flagh opeFationof rhra- nolgada; Awr Thn 1 S All street light standards signal 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 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. 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 the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3. Requests 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 ' FOLLOWS: before requesting signal turn on date. Any deletions of 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. Unl@gg Qd4g; r ri4404V AI the C.,ariol 8-20.3(13) Illumination Systems ' SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: r i{ 44 thp. pl rI .7 'r ;4d n rn`{ 8-20.3(13)A Light Standards (RC) (SA) ' 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 I� 018"'240A of the to p of the bougm slip plate luminaire weight of 50 lbs. or more and to withstand pressures All —2ghorp &hall ha A AS14TO Ad 164 (ASTM n 315) caused by wind loads of 85 m.p.h. with gust factor of 1.3. I.A.12-rharr iA 4h@ slip plans shall be plaGcd bet...gel; Cho bottom All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: 4, Gla;npilig bqlt& shall be „ u. A AcXQ Ad 164 (ACTrd A 315) The davit style arm shall incorporate a 5'9" radius bend ASTM A ddo h U li+h cl a .,d.,.,agod ♦br-e2d Tho as measured from the centerline of the shaft. The outer portion of the arm shall he nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter 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: ;he ippegulaFitiv&. 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 bending 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 7. The grout pad shall not extend above the elevation of the meet 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 9. be installed plumb, f I degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the S4aPda"LV4a4F_ recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer 4 data on pole bending moment anchor bolt fabrication data, test results 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.) needed ' to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of �" 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 3 inch square with gothic gold white reflectorized 2 inch legend on Staada;:d a black background. The I.D. number will be assigned to each All Rhall have an appPovgd ingtal tag pole at the end of the contract or project by the City traffic ' engineering office. rhAll.ha st Pod OR the tag; Cost for the decals shall be considered incidental to the contract bid. 1. 1-u4pinaipQ wattagg 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 permitted. 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 , Revising Date: Afar 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ' trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: base plate. 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 poortlarid cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy ' mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier the standard detail. ' SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING. 8-20.3(15) Grout (RC) ' 8-20.3(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 filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall ' division 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 schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of ' block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS: ' cutters etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal system ' conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of ' SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors (RC) bid item. 11. 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 SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable (RC) 8-20.5 Payment (RC) ' The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. ' AS FOLLOWS: "Traffic Signal ystem _", lump sum. 8-20.3(14)E Signal Standards (RC) =:Faffi S,:g;i; S)1648M ,;umP sum, 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System cable shall be installed in any signal standard supporting a and "Traffic Signal ystem _", aad luminaire. _ hall be full pay for furnishing all labor, materials, tools, and equipment necessary for the of any rog in construction of the complete electrical system, modifying existing ' 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 Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all ' WSDOT. 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 proper sized sockets open end or box wrenches. Use of pipe electrical system, shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the 4 "Col;duit Pipe 1A D;2W " ^eF l:.,oar ' nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). ' Page-SP-45 Revision Dale: Map 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit per each price for(14)"Service cabinet" shall be full . compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials, labor or r costs associated with providing electrical service as required by the electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of prices. 91AIR "........Signal head......,"per each. All costs for installing conduit containing both signal and ....Signal head mounting hardware," per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all "2/c shad loop return cable, per linear foot. labor, materials tools equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot. incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot. plans detail sheets and these specifications. "Traffic signal controller and cabinet," per each. "Trench and Backfill ......... wide by........." deep, " per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract price for (3) "Trench and Backfill" per fully equipped wired and operational controller and cabinet. linear foot shall be full compensation for excavating, loading, "Traffic signal wire," per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard Type... with ...-foot mast arm," per each. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop t as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans specifications and detail sheets. sawcut required for installation. The unit price shall be full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, " ...Foundation, ......... per each.* splices to loop return cables unless separate pay items are included "Type ....Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for Sawcutting. per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet Sawcutting for loop "Home runs" shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of Sawcutting required by means of ! "Concrete Pad." proper location of loop return "Stub-out" by direct routing of "Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be , yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full ".......Splice kit," per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. ' specifications and detail sheets. "Opticom discriminator card," per each. " Schedule 40 Conduit P.V.C." per linear foot.* "Detector amplifier," per each. " Schedule 80 conduit P.V.C., " per linear foot.* "Street light fuse kit," per each. * The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each. ' couplings adapters elbows, bends, reducers bell ends, bushings, "Pedestrian push button post," per each. and any other material labor or equipment necessary to complete ,"Pedestrian signal pole Type I 10-feet, per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be ' grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its ' conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard .......," per each. complete the installation and make the electrical equipment " .....-watt...Luminaire and lamp," per each. operational all in accordance with the plans specifications and " -watt Luminaire and lamp with photocell," per each. detail sheets. ' "......AWG....copper wire,' per linear foot. "Remove existing.......Foundation," per each. "Service cabinet, " per each. Page-SP-46 ' Revision Date: A4ay 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking ' The unit per each price for "Remove existing foundation" Traffic Letwl:f-gend shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. p£epegianusing alphabetical letters.. ' 8-22 Pavement Marking Itigl�See contract plans and detail sheets. SECTION 8-22.1 IS REVISED AS FOLLOWS. ' SECTION 8-22.3(5)IS REVISED AS FOLLOWS. 8-22.1 Description (RC). Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) Length of Stripe: The longitudinal accumulative error A BROKEN YELLOW line 4 inches wide. The broken ' within feet 24-foot length of skip stripe shall not exceed plus or minuss l or "skip" pattern shall be based on a49-feet 24-foot unit consisting of a—f9-feet 9-foot line and a-39-feet 15-foot gap. Skip center 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch^" '�. Q:AGh space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be ' is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations 2Ad-a and for channelization. GQFPApproach S[ripe A SOLID WHITE line, 8 inches wide, usedway SECTION 8-22.3(7)IS A NEW SECTION: ' to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8-22 3(7) Removal of Traffic Markers (RC) mark stripes shall be placed on 45 degree angle and 10 20-feet The work to remove all old or conflicting stripes, lines, apart, buttons or markers as required to complete the channelization of ' Lane Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are broken or "skip" pattern shall be based on a_494ee424-foot unit provided for such removal. t consisting of a IQ foot 9-foot line and a_30-€eet 15-foot gap. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: ' delineate a lane that ends at an @4 ;amp- The broken or "skip" pattern shall be based on a 2414-foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA) line and a 1542-foot gap. The measurement will be based on the travel distatwe-FequiFed NQ Pass Swipe of a marking system capable... t is Go"Approach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. T T!1\II ,• h '�t "ro.i L... d_;nrh .," Traffic arrows will be measured by the unit with each arrow ' f head defined as a unit. �� T T77)QXFAN VT;T T QS r l;,,e",.,,.t, 4 iAGho9 Wide, Traffic toa4;sle�, handicapped parking stall symbols, ' preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of " " wide line or shall be included in the lump ' A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space. The broken or"skip" pattern shall be based on a-494ee4 24- item then removal of existing traffic markings shall be considered I foot unit consisting of a-184ee4 9-foot line and a-304 et 15-foot incidental to the Eayment for other items of work and no further ' space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: ' A SOLID WHITE line,-122 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe -ith 2 6 foot 8-22.5 Payment (RC) and "Painted Approach Stripe", per linear foot. parallel to the direction of traffic flow and centered in pairs on lane "RU,Wy Coro per linear foot lines and the center of lanes. See detail sheet.. "Painted Traffic Lgiter-Legend", per each. ' Stop Bar "Plastic Traffic I @a6ziLegend", per each. A SOLID WHITE line,—I4 12, 18 or 24 inches wide "Remove Paint Line ....." wide," per linear toot.* ueloss as noted etlar -+u on the Contractplans. ' Page-SP-47 Revision Date: May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings "Remove Plastic Line ......" Wide," per linear foot.* 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum.* * The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove Plastic Line" and the lump sum contract price for FOLLOWING. "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RC) and detail sheets. If these pay items do not appear in the contract schedule of prices then the removal of old or conflicting traffic If no pay item is included in the contract for installation or.for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. 1 t Page-SP-48 ' Revision Date: May 19, 1997 ' 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the ' job mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6). The ' determination of the job mix formula shall be the responsibility of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete 9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment toin the JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. ' requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9 e. Compaction temperature. -02 Bituminous Materials f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.1(10)IS A NEW SECTION: of materials be made a new JMF must be approved by the Engineer before the new material is used. 9-02.1(10) Loop Sealant (RC) use on the project until th@ ' Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be hot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal) shall meet the penetration flow and resilience T' a-@Fag@ g;ada&ig14 gf tho ,.,,. Plato.+ �sphaU specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's DesigA &hail ho the jMP Any GhaAga of recommendations. The contractor shall request and obtain approval from the Pe'v-3M4P� ' Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_aHd 4djustmenw. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance-limit for each temperature and means of application such as to completely fill the mix constituent shall not ' sawcut area encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified in Section 9-03.8(6). 9-03 Aggregates Aggregate passing 1", Broad band specification 3/4 5/8 . 1/2", and limits Section 9-03.8(6). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves Aggregate passing 1/4" sieve t 6% I ' 9-03.8(6)A Basis of Acceptance (RC) Aggregate passing No. 10 sieve t 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% conformance to the project job mix formula (JMF). Fef--the Aggregate passing No. 200 sieve t2% Notel Asphalt cement t0.5%Note2 ' For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(6). and t'on f th + gethor with Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5% for 50% RAP or more. ' Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. 1 Q6 . pd No ' Page-SP-49 Revision Date: May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits SECTION 9-OS.7(3) IS DELETED AND REPLACED BY THE FOLLOWING. 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC) dasJoint assembly design shall be reinforced concrete bell and c,Ad mants spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. f 7 t f the Rate ;era;.,o.l nil rho NO __----�--P-- -�--•'T�"b �� In SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test TNdp TI I s the 211w.e,I pressure shall be 5 psi. adjusted dl+� ^,^^ t I h ll h •th• �h Y f the Waad hand SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS sf,ati FOLLOWS: i 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) f A A SHT-0 M 36 2,Ad 4hog@C 'f' r:�.,o The GgGeading Q 3 F@;Gent 40M ilia iniskil IMP will bQ made without FRetal, and. -ant rhall bo as rl;o—;; ;A 4ba RUA&or iA te' esifasaLieAs� The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or SECTION 9-04.11 IS A NEW SECTION p g y q tests to be performed by the Contractor at no expense to the State. , 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal Butyl rubber shall conform to ASTM D2000, MI BG 610. y axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits SECTION 9-05.4 IS REVISED AS FOLLOWS: A A cu rn Dd 36 co r; oA 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) 2, " "` ipgh 1 14 " wids by n 4375 ingh (mini I Steel culvert pipe and pipe arch shall meet the requirements of i AASHTO M 36, Type I and Type II. Welded seam aluminum senty; j Pi h ll 1, f h r A 414 di; that n ho offactiyely coated (aluminized) corrugated steel pipe and pipe arch with ' metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2) IS DELETED AND REPLACED BY THEtherequiramwits ' FOLLOWING. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and 9-OS 7(2) Reinforced Concrete Storm Sewer Pipe inspected in conformance with Section 9-05.4. The size, coating, , (RC) and metal shall be as shown in the Plans or in the Specifications. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe helical ribs shall project requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II to single thickness of material. The ribs shall be essentially ' conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical ' FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum 9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the ' (D-load) test in accordance with ASTM C76• and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midway Page-SP-50 , Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints ' between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of + 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + ' For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of + 10 percent. ' coruers of the ribs shall be 0.0625 inch with an allowable tolerance of—10 percent. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION. 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be 7f! D BY ADDING: manufactured from high density polyethylene resin which shall -1 meet or exceed the requirements of Type 111, Category 4 or 5, C Grade P33 or P34 Class C per ASTM D1248. In addition, the Ji slates for signal pipe Shall comply with all material and stiffness requirements of a� �. s of poles shall AASHTO M294. '� ; manufacturer. to the Engineer SECTION 9-05.14 IS DELETED: i Est results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS , 'hat the anchor ' FOLLOWS: <f7 pply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe wided that the (RC) !� T manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall cifications are ' be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall -eet light poles be fabricated by using a continuous helical lock seam with a seam ;quirements of gasket. vne snart of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. e e cuTn M 196 co,..;,,.,7 7 2. The anchor bolts for signal poles and strain poles shall ' n 37c h i 1/4 ' h ids by n 4375 inch ,, meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or 3r4 iAGh � !is iAGh .,,;,1e by n 95 ;..,.h (,,,;.,;.,,um) doe specifications provided by the manufacturer. i4whag -Iaptap to cow'"- All anchor bolts nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). ' 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: 9-08.8 Manhole Coating System Products (RC) For spiral rib storm sewer pipe helical ribs shall project t outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification (RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces ' with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 Revision Date: Mqy 19, 1997 9-23 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 surfaces. be pulled to the appropriate signal terminal compartment board with pressure type binding posts The only exceptions shall be the 9-08.8(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 Coating System: C1 signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods except as noted otherwise herein, shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. Surface 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 Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed (11)Six pa"gommunications cable( -shall meet REA 24hours in any case specification PE-39 and shall have six-paiF-•No. 19 AWG wires System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable Coatings: 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 s 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. r 9-23 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 SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 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. 9-29 Illumination, Signals,.Electrical 5 Outer jacket: A black low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING: temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 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. indicated 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 ASTM 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 Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE ' SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes (RC) The Ballast shall be pre-wired to the lamp socket and terminal. Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern) as indicated on detail sheets. FOLLOWING: ' The inscriptions on the covers of the junction boxes shall be as 9-29.10 Luminaires (RC) follows: 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 Sweet lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. ' Page-SP-52 Revision Date: MaY 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to.center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum ' 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. ' corkers of the ribs shall be 0.0625 inch with an allowable tolerance or—10 percent. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION. ' 9-06.5 Bolts 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING: manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts (RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. SECTION 9-05.14 IS DELETED: The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specifications. ' The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the (RC) Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are ' be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of ' gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall Spiral rib storm rwws; pipe shall haus holiGal r-ibs that P;Qjort be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. e e Sl4XQ M 196 coction 7 2. The anchor bolts for signal poles and strain poles shall ' n 3:75 h � ,4Q_;„,.h . ids by n 4375 inch (Minimum) meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or 3. 3.11 iRGI, , US : rh wido by nos_:„„h (mipi. um) d@ @ specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). ' 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: 9-08.8 Manhole Coating System Products (RC) For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a ' single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification (RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces ' with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + ' Page-SP-51 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 Equipment raguir-adr ' S. 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, 60 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 gr@@a ey Ilow 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 ' luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS. service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29Immed Immediately Pre-emption (RC) iately 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. ' 9-29.13 Traffic Signal Controllers (RC) Pre-emption shall sequence as noted in the contract. Pre-emption 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 alternating current and shall use the power line frequency as a time altered. base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. i Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules ' transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator 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 "opticom" system which the City soldering. All components shall be standard "Off the shelf" items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an 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 ' establish the sequence of signal phases, including overlaps, in "line of sight" path. The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for ' with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: intersection. a. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy ' SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal. FOLLOWS: b. Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle ' 2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence located behind the police panel door is turned to the flash position, diagram, 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 O Shall be of solid state construction. automatic, the signals shall continue to flash for an additional a.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° artery ely low. C�. 4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi- interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. e. Shall respond to the optical energy impulses generated by shall re-energize consistent with No. 2 above to ensure an 8 second pulsed Xenon source with a pulse energy density of 0.8 micro flash period prior to the start of artery green. A power interruption a of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than thirty microseconds. Page-SP-53 Revision Date:May 19, 1997 9-29 Illumination , Si nals Electrical 9-29 Illumination,Signals,Electrical ' Signals, Discriminator ' Each module shall do the following: a Shall provide for a minimum of two channels of optical detector input. N M-Aconfr-oller-s shall p'^yids ;ndiG2 ;n.,o fnr. "-h;rlas-ll b Shall provide for a minimum of two discrete channels ofand , optically isolated output. d' for timing—internals—GoAtrellers shall--gFevid� When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or -Reason for. green tarm;Aation shall be displaYed advance directly to that phase after observing all vehicle &;mukanaollsly with other.limi;ig-da4a� clearances The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency 3:h 11 UOM or4 UPOR-an vehicle. actuat;OR 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) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic FOLLOWING: signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 4 9-29.13(4) Wiring Diagrams (RC) mode Standby operation shall automatically occur upon opening j 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 I ,SECTION 9-29.I3(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 Standards for Solid-State Traffic amps or equivalent shall be used to filter the A.C. power. 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 9-29.13(7) Traffic-Actuated Controllers (RC) the City of Renton Signal Shop Renton Washington. The Signal , Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, 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 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. 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 ' AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) ' ;S flash ti:aiisw! r@123 L,.on1. 000rR-o*o o r� n.l � o.-.� rn„rrnl „ „ol c.r;whQr 04211 r r 1 - 1214?\l A „.L,l;rar;.,+, LA'74_1 f r01ya&g tw she fr +1,nri W 01:411 140 Page-SP-$4 ' Revision Dale: May 19, 1997 ' 9-29 Illumination,Signals,Electrical 9-29 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 controller power switch that shall 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. There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED ' time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RC, 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 stem normal cycling operation while the intersection remains in flashing aaediaedsheet 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 aluminum 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-off circuit shall be protected 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 Unit position. A second switch shall be the auto-flash switch. When placed in the "flash" position controller power shall remain on and t Fail safe unit shall meet the NEMA-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 . -Roth Main do@; Q1;d pglice pa;wl door Shall-hQ*Q--0q48 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. They shall be equipped 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 Specifications). 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 with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE numbering system is used for the cabinet wiring, then both FOLLOWING: 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 provided. housings shall consist of separate sections and be expandable type 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 gra*P,- elY low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and 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 hardware 9 '79 46(3) v 1.,Gar_b,.n to T a ffi" S-gn.,t Uands (RQ 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 9-19 16(3)A Q ;aGh r.,,1., t,,..,,te Tra ffl," Signal l4ead" 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 �C) 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 9--�6(3)8 RolTwarhouate TvaMG Signal miscellaneous mounting hardware shall be stainless steel. U@2ds (RC) SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 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 1304.20 volt operation, 595 minimum Fi;tt gs f Type *r aAd bi woupti; ghall he :^94^>>o+ initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted All eth"—hardware for @the; 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 g op-baked enamel. 420130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen 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 Each lens shall be protected w wi 9-29 B Signal Housing conform to current NEMA specifications. A mplifi@ps—iustalle� Each th a removable visor of aluminum of the tunnel type, unless specified xype 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 iflsaldesseut- 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 in the 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 '62; 42MG gigRal laMp Fatild a ' '^""i' "P r^*'"" 1t ..h^u bs constructed of pla , and the louvers shall ratw 14o ' luman, 8QQQ 14gur average of a W 6 ingh light be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. ^ .,,;}};mart at 4 1 Q inches high Symbol 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 ely lowgr*"enamel. '+ 9-29.16(2)D Back Plates (RC) VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING Back plates shall be furnished and attached to the signal THE FOLLOWING NEW SECTION. I heads. Back plates shall be constructed of anodized, 3-S 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-56 ' Revision Date:Map 19, 1997 ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The 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 shall have a hexagonal bundle format. The common bundle end finish coat shall be a factory baked on enamel light grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector.The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). 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 0.11N for a period of 2 THE FOLLOWING: ' hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors 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 protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common.end of a 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 require 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 components 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 legible. The low power consumption lamps shall utility plugs) tbe serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal 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 polycarbonate plastic 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. 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: The pedestrian signal 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 heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded ' do not walk mode) in Portland orange and "Man" (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8" wide x 5-7/8" deep and have a minimum of 16 terminals on the mode) in lunar white. The message module shall consist of two neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight,have a single door plastic The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side. All hardware will be stainless steel. All 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 strip 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 ' on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. ' panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with complete with screens filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. ' Page-SP-S7 Revision Date: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(1)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 requirements of AWWA C151. Ductile iron pipe shall have a 9-30 Valve Marker Posts (RC) The cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall fabricated and installed in conformance with the Standard Drawings. D.-iGtile 401; Pipe to ba�Qilwd usiAg bolted flanged joints 1;hall be All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5259 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(I) 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 pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller e-q� Company No. A2380 Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail, Approval of valves other than models specified shall be latest revision. 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. The installation All Hate valves less than 12" in diameter shall include an 8" x shall be set at the high point of the line. 24" cast iron gate valve box and extensions, as required. All 12" t 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) Tapping Sleeve and Valve Assembly (RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staial®ss-steely ' body, bronze-mounted double disc with bronze wedging device epoxy-coated steel, or other approved material. and 0-ring stuffing box. SECTION 9-30.3(9)IS A NEW SECTION: RESILIENT SEATED GATE VALVES: 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- new water mains will not be included under this item and shall be directional flow. The stem shall be independent of the stem nut or 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 Hydrants End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-58 , Revision Dale: May 19, 1997 ' 9-30 Water Distribution Materials 9-30 Water Distribution Materials ' SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber 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 (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 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. ' 4,171 and root diameter 4,6261, Hydrants shall have a 1-114" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. 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. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(S) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton ' Standard Details for water meters, latest revision. 1 ' Page-SP-S9 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 Specifications 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 specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date ' following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 SECTION 2 t02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT ' (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of t 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 Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) ' "Payment for Material on Hand" revised. SECTION 3 l0.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING CONTROL ' AGGREGATES (March 3, 1997) (March 1997) A new Amendment. Sub-section 1-10.3(5) Temporary Traffic Control Devices is revised. "Asphaltt Concrete Aggregates" revised. ' Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 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 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. l0.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 ' 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) 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 ATTENUATOR ' 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS CATCH BASINS (March 3, 1997) (March 3, 1997) Construction Requirements revised. ' Revised to include drywells. New standard item 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC 1062 "precast conc. drywell". Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) ' A new Amendment. Sub-section 8-20.3(4) 06.AP7 SECTION 7-06, CONCRETE PIPE 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, 1997) 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 22.AP8 SECTION 8-22, PAVEMENT MARKING Pipe", and "Payment" are revised. "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 7-17.3(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 SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) O1.AP9 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". ILAP9 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, 1997) "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, 1997) "Posts and Blocks", revised. ' "Joint Mortar" revised. 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, (September 30, 1996) CULVERTS, AND CONDUITS 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- section 9-29.6(5) Foundation Hardware is revised. 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND 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 Geotextile Properties is revised. ' Placing in Treating Cylinders is revised.. ' Page-SP-62 Revision Date: May 19, 1997 � TRENCH RESTORATION ' AND STREET OVERLAY REQUIREMENTS 1 1 1 1 1 1 � CITY OF RENTON 1 1 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS ' DATE: APRIL 21, 1995 ' 1.0 PURPOSE ' The purpose of this policy is to establish guidelines for the restoration of City streets disturbed by installation of utilities, and other construction activities. Any public or ' private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. 2.0 DEFINITIONS t Engineer: The term engineer shall denote the City project manager and/or plan reviewer, ' or their designated representative. 3.0 APPLICATION ' 3.1 The following guidelines shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. ' 3.2 Modifications or exemptions to these policies may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon ' formal request by the. permit applicant and demonstration of an equivalent alternative. ' 4.0 REQUIREMENT FOR OVERLAY, OVERLAY WIDTHS 4.1 Lane-width or a full street-width overlay will be determined based upon the ' location and length of the proposed trench within the roadway cross-section. A. Longitudinal trenches or crossings, perpendicular to the roadway edge, ' shall be repaired either by sawcut and removal, or by grinding the top two (2") inches and paving two (2") inches with class "B" asphalt, per Standard Detail HR-23 (attached). At the discretion of the engineer, an overlay may ' be required over wide longitudinal trenches or crossings. B. If the trenching is down the middle of a single lane, then a lane-width , overlay will be required per Standard Detail SP Page: PAGE# H032 (attached). ' C. If the trenching is down the middle of two lanes, or is within three-feet (T) of any lane line, the lanes affected will be overlaid. ' D. If the trenching is greater than, or equal to, 40% of lane per block, then the lanes affected will be overlaid. , City of Renton 2 Trench Restoration and Strect Overlay Requirements E. The minimum length of overlay shall be six and one-half(6.5) feet. F. Pavement restoration associated with 'pot holing' shall be a minimum of two (2) feet around the excavation. 5.0 INSPECTION 5.1 The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required due to changes in the permit conditions ' such as the following: A. Trenches need to be relocated in the field because of conflicts with existing ' utilities. B. There has been additional damage to the existing asphalt surface due to the contractor's equipment. C. The trench width was increased significantly or the existing pavement is undermined. D. There were significant problems that were discovered during construction. 6.0 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and the Traffic Operations Engineer. 7.0 CIW OF RENTON STANDARDS 7.1 All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal ' Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall comply with the current edition, as modified ' by the City of Renton Supplemental Specifications. 7.2 Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by the Right-of-Way Use Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to ' meet traffic loadings or site conditions. h:\division\edmin\«k\Crcnchrq Rcv.421/95 City of Renton 3 Trench Restoration and Street Overlay Requirements 8.0 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 8.1 Trench restoration shall be either by a patch or overlay method, as required and ' indicated on Standard Details #HR-05, HR-23, and BR-22 (SP PAGE: #H032, H- 32A, H033). 8.2 All trench and pavement cuts which will not be overlaid shall be made by sawcuts. ' Sawcuts shall be a minimum of one foot (P) outside the trench width. 8.3 All trenching shall be backfilled with crushed surfacing materials conforming to ' Section 4-04 of the Standard Specifications within the top four feet (4'). Any trenching over four feet (4') in depth shall comply with the same requirement , except that the contractor may use materials approved by the Engineer or Materials Lab for backfilling below the four foot (4') depth. If the existing material (or other material) is determined by the Engineer to be ' suitable for backfill, the contractor may use the native material except that the top six inches (6") shall be crushed surfacing top course material. ' The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6) of any trench, backfill compaction shall be performed in 8 to 12-inch lifts. Any trench deeper than six feet (6) may be compacted in 24 inch lifts, up to the top six foot (6) zone. All compaction shall be performed by mechanical methods. The ' compaction tests shall be performed in four foot (4') vertical increments maximum. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the , Engineer. 8.4 Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. 8.5 Asphalt Concrete Class E or Class B shall be placed to the compacted depth as , shown on the attached details or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9- 02.1(4) of the Standard Specifications. 8.6 Tack coat shall be applied to the existing pavement at edge of sawcuts and shall be ' emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. ' 8.7 Asphalt Concrete Class B shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers �'V�'o❑��\�k\ ' City of Renton 4 Trench Restoration and street Overlay Requirements ' of asphalt concrete shall be displaced laterally a minimum of twelve (12) inches, unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in ' accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be ' feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum curb depth below four inches (4 ) for stormwater flow. The Engineer may require additional grinding to increase the curb depth ' available for stormwater flow in areas that are inadequate. Shimming and feathering as required by the Engineer shall be accomplished by raking out the ' oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard ' Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required by the attached ' details. Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density as determined by WSDOT Test Method 705. The number of tests required ' shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being ' supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration meets these specifications. 8.8 All joints shall be sealed using paving asphalt AR-4000W. 8.9 When trenching within the roadway shoulder(s), the shoulder shall be restored to ' its original condition, or better. 8.10 The final patch shall be completed as soon as possible and shall not exceed fourteen (14) days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the ' Engineer's approval. The Engineer may deem it necessary to complete the work within the fourteen (14) day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. b:Wivision\ndmin\cskltrcnchrq Rcv.421/95 City of Renton 5 Trench Restoration and Street Overlay Requirements 8.11 A City of Renton temporary Traffic Control Plan (from Renton Transportation ' Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. ' Approved by: Oeq ci 1 a fiL� Gregg ZinAe P.E., A ministrator ' Building/Planning/Public Works Department Date: g ' 1 h:\division\admin\csk\trenchrq Rcv.421/95 ' � SPECIAL PROVISIONS 1 1 1 1 1 1 1 1 1 1 ' DIVISION 1 1-01 DEFINITIONS AND TERMS ' 1-01.2 Abbreviations ' 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: ' CPEP Corrugated High Density Polyethylene Pipe CMP Corrugated Metal Pipe ' Conn. Connection DI Ductile Iron ' E East Ex, Exist Existing FF Finished Floor ' ID Inside Diameter Inv Invert IE Invert Elevation ' MON Monument N North No. Number ' OD Outside Diameter PC Point of Curve PT Point of Tangency ' PI Point of Intersection PCC Portland Cement Concrete RCP Reinforced Concrete Pipe R/W Right-of-Way S South ' SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West 1-02.4(2) Subsurface Information (Addition) A geotechnical study for the SW 43rd Street drainage project was conducted by Hong West ' Associates. The findings and recommendations of Hong West Associates are summarized in a report bound within the contract bid document following the Construction Plans. The elevations listed in the geotechnical report are based on the National Geodetic Vertical Datum (NGVD) of 1929. These elevations are theoretically 3.58 feet lower than the North American Vertical Datum (NAVD) of 1988 used to prepare the Construction Plans. X1159122.100/10/14/97 1-1 DIVISION I 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (New Section) ' The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called"cultural resources") and fair compensation to the Contractor for , delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the , site of construction, the following procedures shall be instituted: 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 t evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified , archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical 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. 1-07.15 Temporary Water Pollution/Erosion Control , Temporary water pollution/erosion control for installation of the large diameter pipe at SW 43rd Street and Oakesdale Avenue shall at a minimum include the following measures: ■ The existing 54" pipe between the new manhole no. 1 and the first existing manhole ' downstream is to be used as a settling tank by installing shallow temporary sandbag berms at each end of the existing pipe. The purpose of the sandbags is to create a pool of standing ' water in the pipe to allow for settlement of particulate matter and to prevent backwater flooding from the downstream system which outfalls to Springbrook Creek at SW 41st Street. The top of the downstream sandbags must be lower in elevation than the top of the ' upstream sandbags so that the water will overflow to the north. All dewatering water pumped from the trench shall be discharged to the sandbagged pipe system for settlement. Prior to bringing the new pipe on-line, sediments that have accumulated in the settlement , pipe are to be removed using vacuum equipment. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion X1159122.100/10/14/97 1-2 DIVISION I ' control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. ' At all times, there must be materials on the job site to handle any spills caused by the contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and, in the event of a ' spill, be responsible for cleanup and disposal of contaminated materials. Payment for temporary water pollution/erosion control work will be paid based on the lump sum ' contract price. Payment will be made as the work proceeds, after presentation of invoices by the Contractor showing related costs. If the total of such payments is less than the lump sum contract price for this item, the unpaid balance will be included in the final contract payment. ' Payment of the lump sum contract price will constitute full compensation for completion of the work. The contractor shall be responsible for all monitoring, testing, and reporting that may be required by applicable local, state, or federal laws, ordinances, and regulations. No separate measurement and payment will be made for such work, but shall be incidental to the item "Temporary Water ' Pollution/Erosion Control". 1-07.17 Utilities and Similar Facilities ' Section 1-07.17 is revised and supplemented as follows: Existing surface features shown on the plans were developed from record drawings and ' supplemented in the immediate vicinity of the proposed work with limited approximate field measurement of surface features. The Contracting Agency makes no representations, guarantees, or warranties as to the accuracy and completeness of the information shown. ' The Contractor is responsible for notifying Puget Sound Energy, King County (formerly Metro), and all other utility purveyors at least 24 hours in advance of all work in the vicinity of the ' purveyor's utility. 1-07.23(1) Public Convenience and Safety (Supplemental) Driveways are to be open and accessible during the non-working hours. Once the catch basin work affecting driveways is begun, the Contract shall complete work at the earliest possible time. ' A temporary ACP cold patch shall be used to cover trenches. The Contractor shall be responsible for delivering notification twice to all properties that front on, or access from such driveways signs a minimum of 72 hours in advance of the work taking ' place. The City shall supply the Contractor with sufficient standard notification forms that the ' Contractor shall fill out with the specific location and times for each location to be affected. All work and materials associated with the notification procedures shall be incidental to the contract lump sum price for"Traffic Control." X1159122.100/10/14/97 1-3 DIVISION 1 1-08 PROSECUTION AND PROGRESS ' 1-08.1(3) Hours of Work(Addition) , All work within the right-of-way of SW 43rd Street shall be performed between the off-peak traffic hours of 8:30 p.m. to 5:30 a.m. (night work), unless otherwise approved by the Engineer. 1-09 MEASUREMENT AND PAYMENT 1-09.3(1) Basic Bid (New Section) ' This section is an outline of the basic bid which determines the low bidder for this project. Bid Item 1: Mobilization , Mobilization will be paid based on the lump sum bid price, which payment will be in accordance with Section 1-09.7. Mobilization will not be considered as work in fulfilling ' the contract requirement for commencement of work. The Contractor shall prepare a Work Plan which shall show the proposed construction , sequence of the project, when new pipes and catch basins will be installed and how stormwater drainage will be maintained during construction. The large diameter crossing of SW 43rd Street shall be constructed first. , The Contractor shall prepare a Mobilization Plan which shall show the location for storage of all equipment and material proposed to be located at the construction site. ' The work plan, mobilization plan, erosion control plan (see Bid Item 2), traffic control plan and list of traffic signal contractors (see Bid Item 3), shoring plan (see Bid Item 5), and signal conduit protection/reinstallation plan (see Bid Item 7) shall be submitted to the ' Engineer prior to the Pre-construction Conference. Prior to any other construction work, the Contractor shall pothole the existing water and , natural gas line crossings of the proposed 60" concrete pipe to confirm utility clearances. The top and bottom of the utilities shall be exposed, the elevations measured, and the information provided to the Engineer to confirm design clearances. After the potholing is ' completed, the Contractor is to temporarily backfill the excavation in accordance with the specifications. The Engineer will review the elevations and provide pipe grade and other design changes, if any, to the Contractor within 1 working day after the pothole ' information is received by the Engineer. The Contractor is not to proceed with any other construction related to the 60 in. pipe until authorization to proceed is granted by the Engineer. Bid Item 2: Temporary Water Pollution/Erosion Control This item consists of all activities required to prevent, control, and stop water pollution or erosion within the project as per Section 1-07.15 of the specifications. This work includes, but is not limited to, installation, maintenance, and cleanup of settling tank system, catch basin protection, placement of plastic sheets over soil, seeding, mulching, f netting, and cleaning catch basins. X1159122.100/10/14/97 1-4 DIVISION 1 1 Measurement and payment shall be in accordance with Section 1-07.15 of the specifications. ' Bid Item 3: Traffic Control This item shall be full compensation for all work required per Section 1-10 of the ' specifications. Measurement and payment shall be in accordance with Section 1-10 of the specifications. ' The Contractor is required to prepare a Traffic Control Plan for review and approval by the City. Several plans may be needed to show different traffic control provisions and markings for various phases of the project. ' As noted in Section 1-08.1(3), all work within the right-of-way of SW 43rd Street shall be performed between the off-peak traffic hours of 8:30 p.m. to 5:30 a.m.(night work). ' During these hours, the Contractor may restrict traffic to one eastbound and one west bound lane. For installation of the large diameter pipe crossing of SW 43rd Street, the Contractor may alternatively close SW 43rd Street to all but emergency traffic between ' Oakesdale Avenue SW and Lind Avenue SW. If the street is closed, the Contractor shall be required to maintain a minimum 20-foot width through the closed roadway for emergency vehicle access. The Contractor shall also be required to set up a detour route ' along Oakesdale Avenue, S W 41 st Street, and Lind Avenue for all other traffic. In addition to all of notifications required for traffic control changes, the Contractor shall ' also keep Roger Steinert of WSDOT Construction Traffic Coordination advised at (206)440-4471 when traffic control changes will be in effect. All traffic signals are to remain in operation throughout the project. Prior to the pre- construction conference, the Contractor shall submit a list of traffic signal contractors to be on-call in case signal conduits are damaged. ' Bid Item 4: Contractor Supplied Surveying The Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4, 1-05.5, 1-I1 and elsewhere in the specifications as being provided by ' the Engineer. Progress payments will be made in accordance with Section 1-09.9(1). Payment of the lump sum bid amount will constitute full compensation for all materials, ' equipment, labor, as-built drawings and information, licensed surveyor's seal and signature, and all other items necessary and incidental to the completion of the work. Bid Item 5: Shoring or Extra Excavation, Class B ' This item shall be full compensation for all work required per Section 2-09.3(4) of the specifications. Payment will be based on the lump sum bid price. Progress payments ' will be made in accordance with Section 1-09.9(1). The Contractor is required to prepare a shoring plan for review by the Engineer. ' Bid Item 6: Sawcut and Remove Existing Cement Concrete Panel This item shall be full compensation for all work required to remove existing cement concrete panels that may be encountered within the middle portion of the SW 43rd Street 1 ' X1159122.100/10/14/97 1-5 DIVISION 1 roadway. The panels shall be removed by sawcutting along the edge of the section to be removed or removing the panel to the near joint as directed by the Engineer. Payment will be paid by the cubic yard of concrete removed based upon measurement of t the length, width, and depth of the section removed. Payment at the unit contract price shall be full compensation for completion of the work, including, but not limited to: ' sawcutting, excavation, and material disposal. This bid item is included for sawcutting and removal of cement concrete pavement only. Sawcutting and removal of asphalt concrete pavement is incidental to the ACP trench , patch. Bid Item 7: Temp. Support and Reinstall Traffic Signal/Lighting Conduit , This item shall be full compensation for all work required to temporarily support and reinstall all traffic signal/lighting conduits within the area of work. The Contractor shall , submit a plan and/or description of how the temporary support and reinstallation will be accomplished prior to the start of construction. The contractor is advised that a portion of the traffic signal conduit is steel pipe. A copy of the record drawing for the signal , construction is included at the end of the specifications. All traffic signals are to remain in operation throughout the project. Prior to the start of construction, the Contractor shall submit a list of traffic signal contractors to be on-call in ' case signal conduits are damaged. Payment will be based on the lump sum bid price. Progress payments will be made in ' accordance with Section 1-09.9(1). Bid Item 8: 60-inch Reinforced Concrete Pipe ' This item consists of constructing 60-inch reinforced concrete storm pipe in accordance with Section 7-04. Measurement and payment shall be in accordance with Section 7-04. Unless stated otherwise, payment at the unit contract price shall be full compensation for ' completion of the work, including, but not limited to, all sawcutting, excavation, dewatering and temporary bypass of all storm system flows, material disposal, furnishing pipe materials and appurtenances (such as special fittings, couplings, manhole , connectors, etc.), installing, backfilling, hauling, compaction testing, cleaning, and testing. ' Temporary and permanent asphalt concrete pavement trench patching and restoration will be paid under"ACP Trench Patch". Pipe bedding material shall be incidental to the pipe. Where required by these specifications, the Contractor shall use "Control Density Fill" or ' "Bank Run Gravel for Trench Backfill" as backfill with payment made under the applicable bid item. Native material is to be used instead of "Bank Run Gravel for Trench Backfill" unless the native material is unsuitable for use as backfill. Any shoring, , if necessary, shall meet the requirements of Section 2-09.3(4) with payment being made under the bid item "Shoring and Extra Excavation, Class B." Removal of unstable base , material, if necessary, and its replacement with gravel backfill as necessary to provide a dense, unyielding foundation shall be paid under the bid item "Gravel Backfill for Foundations, Class A." , XI 159122.100/10/14/97 1-6 DIVISION I ' Bid Item 9: 12-inch Ductile Iron Pipe This item consists of constructing 12-inch ductile iron storm pipe in accordance with ' Section 7-04. Measurement and payment shall be in accordance with Section 7-04. Unless stated otherwise, payment at the unit contract price shall be full compensation for completion of the work, including, but not limited to, all sawcutting, excavation, ' dewatering and temporary bypass of all storm system flows, material disposal, furnishing pipe materials and appurtenances (such as special fittings, couplings, manhole ' connectors, etc.), installing, backfilling, hauling, compaction testing, cleaning, and testing. Temporary and permanent asphalt concrete pavement trench patching and restoration will ' be paid under"ACP Trench Patch". Pipe bedding material shall be incidental to the pipe. Where required by these specifications, the Contractor shall use "Control Density Fill" or ' "Bank Run Gravel for Trench Backfill" as backfill with payment made under the applicable bid item. Native material is to be used instead of "Bank Run Gravel for Trench Backfill unless the native material is unsuitable for use as backfill. Any shoring, ' if necessary, shall meet the requirements of Section 2-09.3(4) with payment being made under the bid item "Shoring and Extra Excavation, Class B." Removal of unstable base material, if necessary, and its replacement with gravel backfill as necessary to provide a ' dense, unyielding foundation shall be paid under the bid item "Gravel Backfill for Foundations, Class A." ' Bid Item 10: 96-inch Type III Manhole This item consists of constructing 96-inch Type III cement concrete manholes where shown on the plans in accordance with the requirements of Section 7-05. Measurement t and payment shall be in accordance with Section 7-05. Unless stated otherwise, payment at the unit contract price shall be full compensation for completion of the work, including, but not limited to, all sawcutting, excavation, dewatering and temporary ' bypass of all storm system flows, material disposal, furnishing materials and appurtenances (such as special fittings, frame and cover, etc.), installing, backfilling, hauling, connecting to the existing pipes, compaction testing, cleaning, and adjustment of ' frame to grade. Temporary and permanent asphalt concrete pavement trench patching and restoration will ' be paid under"ACP Trench Patch". Pipe bedding material shall be incidental to the pipe. Where required by these specifications, the Contractor shall use "Control Density Fill" or "Bank Run Gravel for Trench Backfill" as backfill with payment made under the tapplicable bid item. Native material is to be used instead of "Bank Run Gravel for Trench Backfill unless the native material is unsuitable for use as backfill. Any shoring, if necessary, shall meet the requirements of Section 2-09.3(4) with payment being made ' under the bid item "Shoring and Extra Excavation, Class B." Removal of unstable base material, if necessary, and its replacement with gravel backfill as necessary to provide a ' dense, unyielding foundation shall be paid under the bid item "Gravel Backfill for Foundations, Class A." ' XI 159122.100/10/14/97 1-7 DIVISION i 1 Bid Item 11: 120-inch Type III Manhole ' This item consists of constructing 120-inch Type III cement concrete manholes where ' shown on the plans in accordance with the requirements of Section 7-05. Measurement and payment shall be in accordance with Section 7-05. Unless stated otherwise, payment at the unit contract price shall be full compensation for completion of the work, ' including, but not limited to, all sawcutting, excavation, dewatering and temporary bypass of all storm system flows, material disposal, furnishing materials and appurtenances (such as special fittings, frame and cover, etc.), installing, backfilling, ' hauling, connecting to the existing pipes, compaction testing, cleaning, and adjustment of frame to grade. Temporary and permanent asphalt concrete pavement trench patching and restoration will ' be paid under"ACP Trench Patch". Pipe bedding material shall be incidental to the pipe. Where required by these specifications, the Contractor shall use "Control Density Fill" or ' "Bank Run Gravel for Trench Backfill" as backfill with payment made under the applicable bid item. Native material is to be used instead of "Bank Run Gravel for Trench Backfill unless the native material is unsuitable for use as backfill. Any shoring, ' if necessary, shall meet the requirements of Section 2-09.3(4) with payment being made under the bid item "Shoring and Extra Excavation, Class B." Removal of unstable base material, if necessary, and its replacement with gravel backfill as necessary to provide a ' dense, unyielding foundation shall be paid under the bid item "Gravel Backfill for Foundations, Class A." For the connection to the existing 54-in. RCP, the Contractor is advised that there is year- ' round base flow in this pipe system. Bid Item 12: Replace Existing Catch Basin with Type I Catch Basin ' This item shall be full compensation for all work required to replace existing catch basins with new Type I catch basins where shown on the plans. The work shall be completed in ' accordance with the requirements of Section 7-05. The new Type I catch basins are to have open curb face frame and grates in accordance with Standard Plan pages B017 and B018. Measurement and payment shall be at the unit contract price and be full ' compensation for completion of the work including but not limited to removal and disposal of the existing catch basins, furnishing, installing, reconnecting all existing pipes, backfilling, adjusting the frame to grade in with the contract documents. ' Bid Item 13: Install New Type I Catch Basin This item shall be full compensation for all work required to install new Type I catch ' basins where shown on the plans. The work shall be completed in accordance with the requirements of Section 7-05. The new Type I catch basins are to have open curb face , frame and grates in accordance with Standard Plan pages BO17 and BO18. Measurement and payment shall be at the unit contract price and be full compensation for completion of the work in accordance with the contract documents. , X1159122.100/10/14/97 1-8 DIVISION 1 , ' Bid Item 14: Replace Ex. Frame/Grate With New Open Curb Frame/Grate This item shall be full compensation for all work required to replace existing catch basin 1 frame and grates with new open curb face frame and grates where shown on the plans. The open curb face frame and grates shall be in accordance with Standard Plan pages ' B017 and 13018. The work shall be completed in accordance with the requirements of Section 7-05. Measurement and payment shall be at the unit contract price and be full compensation for completion of the work in accordance with the contract documents. ' The contractor shall submit a plan and details showing the catch basin top slab, slab opening, and connection to the new open curb face frame and grate for approval by the Engineer. ' Bid Item 15: Connection to Existing Catch Basin This item consists of connecting new storm drainage pipe to existing catch basins in accordance with Section 7-05.3(3). Measurement and payment shall be in accordance with Section 7-05 of the specifications and shall be full compensation for completion of ' the work in accordance with the contract documents. Bid Item 16: Gravel Backfill for Foundations, Class A ' This item of work consists of the removal of unstable base material and its replacement with gravel backfill as necessary to provide a dense, unyielding foundation per Section 2- 09 of the specifications. Measurement and payment shall be in accordance with Section ' 2-09 of the specifications. Payment at the unit price bid per ton shall be full compensation for all gravel backfill material incorporated into the work, including, but not limited to, excavation, dewatering, ' removal of unsuitable material, material disposal, backfilling, hauling, and compaction testing. No payment shall be made for costs due to over-excavation and subsequent t foundation material placement, unless the inspector determines that the over-excavation is necessary. Bid Item 17: Control Density Fill ' This item consists of the installation of a non-segregating, self-consolidating, free- flowing, and excavatable material which will result in a hardened, dense, non-settling fill. Material shall be Control Density Fill, Class B, normal flowability, and shall be installed in accordance with Section 9-03.22. Control density fill shall be placed where specified in Section 2-09.3(1)E. ' Measurement will be by the cubic yard in place to the neat lines as shown on the plans. Payment will be made at the unit contract price per cubic and shall be full compensation 1 for completing the work in accordance with the contract documents, including, but not limited to, furnishing, hauling, placement, compaction, protection, and testing. Plugging of the 36-inch pipe with CDF will be paid for by the cubic yard of CDF used ' and shall be full compensation for plugging the pipe. ' X1159122.100/10/14/97 1-9 DIVISION I Bid Item 18: Bank Run Gravel for Trench Backfill 1 This item will be used only when material from trench and structural excavations is ' unsuitable for use as backfill and the use of imported backfill is approved by the Engineer per Section 2-09.3(1)E of the specifications. Measurement and payment shall be in accordance with Section 2-09 of the specifications. ' Payment at the unit contract price per ton shall be full compensation for all imported backfill material incorporated into the work. Bid Item 19: ACP Trench Patch ' Temporary and permanent asphalt concrete pavement trench patch over all areas where asphalt paving was removed by excavation during the course of the work will be paid ' under this item. This work shall be completed as shown in the plans and in accordance with Section 5-04 and the City of Renton Trench Restoration and Street Overlay ' Requirements, a copy of which is included with the Supplement Specification at the end of the section. Measurement shall be by the ton only for asphalt paving placed within the neat line limits ' as shown on the plans. Payment at the unit contract price shall be full compensation for completion of the asphalt patching work in accordance with the contract documents. All preparation work necessary for placement of the asphalt paving shall be incidental to the ' unit contract price, including sawcutting, planing, excavation, leveling, sweeping, compaction, crushed surfacing top course in the top six inches of the trench (where ' applicable), tack oil, removal and disposal of temporary pavement, utility adjustment where not covered under other items, etc. Bid Item 20: Pavement Marking ' This item consists of installing new pavement markings in accordance with Section 8-22 to replace the markings removed during construction. Payment at the lump sum price ' shall be full compensation for completion of the work in accordance with the contract documents. Bid Item 21: Cement Concrete Curb and Gutter ' This item consists of the construction of cement concrete curb and gutter in accordance with the requirements of Section 8-04. Measurement and payment shall be in accordance ' with Section 8-04. Bid Item 22: Cement Concrete Sidewalks ' This item consists of the construction of cement concrete sidewalks and concrete wheelchair ramps in accordance with Section 8-14 and the City's standard plans. Measurement and payment shall be in accordance with Section 8-14. 1 Bid Item 23: Final Restoration and Cleanup This item consists of all work necessary to restore areas affected by the project to at least ' as good a condition as existed before project construction, excluding restoration work covered under other bid items. All work needed for final cleanup is to also be included in X1159122.100/10/14/97 1-10 DIVISION 1 t tthis bid item. Landscape restoration shall include replacing the existing landscaping with equal vegetation, bark, and or grass. Grass shall be replaced using sod. Landscape t restoration materials shall be in accordance with the requirements of Section 9-14. Payment at the lump sum price shall be full compensation for completion of the work in accordance with the contract documents. 1-09.9 Payments ' 1-09.9(2) Retainage Section 1-09.9(2) is supplemented with the following: ' Upon completion of the project the retainage shall be returned to the Contractor when all of the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a"Statement of Intent to Pay Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall ' submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have ' been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. ' 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. ' 5. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a"Release" from the Department of Revenue. ' 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. ' X1159122.100/10/14/97 1-11 DIVISION I DIVISION 2 ' EARTHWORK 2-09 STRUCTURE EXCAVATION ' 2-09.3 Construction Requirements ' 2-09.3(1)A Staking, Cross-Sectioning, and Inspecting Section 2.-09.3(1)A is deleted in its entirety. ' 2-09.3(1)E Backfilling Revise and Supplement Section 2-09.3(1)E with the following: ' Structural backfill material that is placed in the traveled way (curb face to curb face) shall be controlled density fill (CDF) unless otherwise directed by the Engineer. See Section 9.03.22 for CDF construction requirements. Other structural backfill shall be Bank Run Gravel for Trench Backfill per Section 9-03.19 for dry conditions, or for wet weather work, Bank Run Gravel shall be modified to consist of clean, granular soil, of which not more than 5 percent by dry weight passes the U.S. Standard No. 200 Sieve, based on wet sieving the fraction passing the '/4 in. ' sieve. The fines shall be non-plastic. Structural fill shall be placed in uniform layers and compacted to a dense and unyielding ' condition and to at least 95% of Modified Proctor maximum dry density per ASTM D 1557. Structural fill material should be moisture conditioned to within 3 percent of the optimum moisture content. If large plate compactors attached to a backhoe (i.e., hoe pacs) are used, the ' thickness of the soil layers shall not exceed 8 in. If hand-operated mechanical compactors are used, the soil layers shall not exceed 4 in. ' 2-09.3(3)D Shoring and Cofferdams Supplement Section 2-09.3(3)D with the following: Excavation support shall be designed by Contractor as required by site geotechnical conditions. Excavation support plan shall include installation sequencing. The Contractor shall submit an excavation/shoring plan designed, signed and stamped by a ' Washington State Professional Engineer to the Engineer. All cribbing, sheeting and shoring shall meet the requirements of W.A.C. 296-155. The Engineer shall review the submittal solely to determine if it has been signed and stamped by a professional Engineer. The Engineer will not review the design for its adequacy. The design of any cribbing, sheeting or shoring is the sole responsibility of the Contractor. ' 2-09.4 Measurement Revise and Supplement Section 2-09.4 with the following: ' Shoring There will be no specific unit of measure for shoring. ' X0011192.100110114197 2-1 DIVISION 2-EARTHWORK 2-09.5 Payment ' Revise and Supplement Section 2-09.5 with the following: ' "Shoring," per lump sum. Payment for shoring shall be based on a percent complete of the shoring operations necessary for the project. X0011592.100/10/14/97 2-2 DIVISION 2- EARTHWORK , t DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT ' 5-04.3 Construction Requirements ' 5-04.3(5)A Preparation of Existing Surfaces Supplement Section 5-04.3(5)A with the following: Pavement areas that have been undermined by trenching or subsurface excavation shall be removed and reconstructed at the Contractor's expense. Pavement areas damaged by construction activities shall also be removed and reconstructed at the Contractor's expense. ' Evidence of damage such as surface cracking, ponding, or other variations in surface consistency shall be investigated by the Contractor, brought to the Engineer's attention and repaired to the satisfaction of the Engineer. ' 5-04.3(22) Utility Adjustment (New Section) Manhole covers, valve covers, survey markers, catch basin grates, and other existing surface ' features shall be adjusted to match the finish grade of the asphalt patch. The day following the start of application of ACP, utility adjustments must begin. The ' Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustment shall be made per contract with respect to materials and methods except for ' revisions approved in the field by the City engineer. Utility adjustments must be completed five (5) working days after overlay is complete, and ' within the specified working days. X0011592.100/10/14/97 5-1 DIVISION 5- SURFACE TREATMENTS ' AND PAVEMENTS DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS,AND CONDUITS 7-04 STORM SEWERS 7-04.3(3) Utility Clearances (New Section) Ethafoam HS 600 Plank foam board, or equal shall be placed between the storm drain pipe and other utilities for clearances less than 6 in. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Supplement Section 7-05.3(1) with the following: ' Manhole adjustment in paved areas will be 12 in. maximum and in unpaved areas will be 20 in. maximum. 7-05.3(5) Manhole Steps (New Section) Manhole Steps shall be MA Industries PS2-PF, Lane International Corp. P-14938 or equal, and constructed in accordance with the City's standard details. 7-05.3(6) Manhole Bases (New Section) Pre-cast manhole bases and cast-in-place manhole bases shall meet the general requirements of the City Standard plan 13028. Specific design of the 120-inch manhole shall be submitted for review. ' For a cast-in-place installation, the first precast section shall be placed on the cast-in-place base structure before the base has taken initial set and adjust to true grade and alignment with all inlet ' pipes installed so as to form an integral, watertight unit, or mortar the section into a groove provided in the top of the cast-in-place base. In addition, the first section shall be uniformly supported by the base concrete and shall not bear directly on any of the pipes. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(2)J Connection to Existing Storm Drain (New Section) The Contractor shall field locate, verify the size and invert elevation of existing pipes prior to ' construction (i.e. first order of work at the start of construction). The Contractor shall also provide and install an approved adapter coupling per 7-17.3(2)G as required to make a proper connection. ' X1159122.100/10/14/97 7-1 DIVISION 7-DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS,AND CONDUITS 7-08.3(4) Plugging Existing Pipe (Supplement) Where shown on the plans, plugging the existing pipe with CDF shall extend a minimum of 5 ' feet. 7-08.3(5) Wet Weather Earthwork (New Section) ' If earthwork is to be performed or fill is to be placed in wet weather or under wet conditions when control of soil moisture content is not possible, the following recommendations should apply: ' ■ Earthwork should be accomplished in small sections to minimize exposure to wet weather. Excavations or the removal of unsuitable soil should be followed immediately by the ' placement and compaction of a suitable thickness of clean structural fill. The size of construction equipment used may have to be limited to prevent soil disturbance. ■ See special backfill material requirements in Section 2-09.3(1)E. ' ■ The ground surface in the construction area should be sloped and sealed with a smooth drum roller to promote rapid runoff of precipitation, to prevent surface water from flowing into ' excavations, and to prevent ponding of water. ■ No soil should be left uncompacted so it can absorb water. Soils which become too wet for ' compaction shall be removed and replaced with clean granular materials. 8-22 PAVEMENT MARKINGS ' 8-22.2 Materials Thermoplastic material shall be one of the following: ' I. MLE type R200-80 hot thermoplastic, manufactured by MLE Ind., Ltd., Calgary, Alberta, Canada. ' 2. Catatherm 30- to 125-mil thickness, hot extruded or sprayed thermoplastic manufactured by Cataphote Div., Jackson, Mississippi. ' 3. Approval equal. 1 XI 159122.100/10/14/97 7-2 DIVISION 7-DRAINAGE STRUCTURES, t STORM SEWERS, SANITARY SEWERS, WATER MAINS,AND CONDUITS ' ' DIVISION 9 ' MATERIALS 9-01 PORTLAND CEMENT ' 9-01.3 Tests and Acceptance The references to "Mill Test Report" in the first paragraph of Section 9-01.3 are revised to read "Mill Test Report Number". ' 9-03 AGGREGATES 9-03.12(1) Gravel Backfill for Foundations ' 9-03.12(1)A Class A ' Supplement Section 9-03.12(1)A with the following: The Gravel Backfill for Foundations shall have no more than 5% fines (percent by weight of soils fraction passing the No. 200 sieve during wet sieving) and shall have a maximum particle ' size of 3 in. The fines shall be nonplastic, and moisture content shall not be more than 2% above or 3%below optimum for compaction. ' The Contractor shall submit certification for Gravel Backfill for Foundations, Class A stating: conformity with these specifications, source of material, sieve analysis, and identity of testing agency. The submittal shall be made to the Engineer prior to placement. 9-03.15 Bedding Material for Rigid Pipe Pipe Bedding shall meet the requirements of Section 9-03.15 of the standard specifications. 9-03.22 Controlled Density Fill (New Section) ' Controlled Density Fill (CDF) 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 ' X1159122.100/10/14/97 9-1 DIVISION 9-MATERIALS 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 ' 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 CDF 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 CDF 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 3200 3200 3200 ' (assumed Sp.G. 2.67) r i used for flow-ability, total water and ' 1. If air entraining or water reducing admixture s y, aggregates may be adjusted for yield. ' 2. Coarse aggregate size of 1-1/2 in. minus assumed. For flowable or excavatable CDF, 3/8 in. minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. ' 9-03.22(3) Placement ' CDF 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 in. slump ' Normal Flow-ability 6-8 in. slump High Flow-ability 8 in. slump or greater ' CDF shall be placed by any reasonable means to the area to be filled. Flowable CDF shall be brought up uniformly to the elevation shown on the plans. Trench section to be filled with CDF , shall be contained at either end of trench section by bulkhead or earth fill. X1159122.100/10/14/97 9-2 DIVISION 9-MATERIALS ' ' CDF patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34°F and rising. At the time of placement, CDF must have a temperature of at ' least 40°F. Mixing and placing shall stop when temperature is 38°F or less and falling. Each filling stage shall be as continuous an operation as is practicable. CDF shall not be placed on frozen ground. 9-03.22(4) Compaction For flowable CDF compaction is not necessary for placement. The contractor may as an option, adjust the water content to obtain a 0 to 1 in. maximum slump mixture which if used will be compacted in lifts not to exceed 12 in.. 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 CDF for at least 24 hours after placement or until CDF 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. The Contractor shall provide a certificate of compliance with each truck load. ' 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.13 Ductile Iron Sewer Pipe The ductile iron pipe shall be Class 51. Interior surface of all ductile iron pipe, fittings, and ' specials shall be cleaned and lined in the shop with cement-mortar lining applied centrifugally in conformity with ANSI A21.4/AWWA C104. The minimum lining thickness shall be 3/16 in.. All shop-applied cement mortar lining shall be given a seal coat of asphaltic material in ' conformance with ANSI A21.4 or AWWA C-104. The exterior coating shall be an asphaltic coating approximately 1 ml thick in conformation with ANSI A 21.51 or AWWA C151. 9-05.15(1) Manhole Ring and Cover Add the following paragraph to Section 9-05.15(1): ' All rings and covers for sewer manholes shall be bolt-down-locking type with nonskid pattern. Covers shall have 3 in. raised letters indicating "STORM OR SANITARY SEWER" (as applicable) which shall not rise higher than the skid pattern. ' X1159122.100/10/14/97 9-3 DIVISION 9-MATERIALS 9-06.5(5) Bolt,Nut, and Washer Specifications The ASTM Specification for"Washers—High Strength Bolts" is revised to read "F 436". , 1 X1 159122.100/10/14/97 9-4 DIVISION 9-MATERIALS ' � STAN DARD PLANS 1 1 1 1 1 1 1 1 1 1 i SEAL WITH AR 4000 AND DRY SAND AFTER PATCHING PATCHED AREA OUTSIDE DIA. 1'-0" 2" A.C. CLASS "G" A q COVER 4" CONCRETE SECTION A-A PLAN REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET. ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE BLOCKS. REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE WITH 2" OF A.C. CLASS "G". SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS SECTION 7-05.3(1). TYPICAL UTILITY COVER ADJUSTMENT FORPAVEMENT OR OVERLAY Gti'tY p� ADOPTED CITY OF RENTON t STANDARD PLANS LST DATE: 12/96 12 96 REFORMAT TO 11"x17" DCV DT DATE I REVISION I BY JAPPR'Di DWG. NAME: BR36 SP PAGE: B001 NOTES: oa4�o D� Frame and grate o (see Standard Plan I. If wire mesh is used as on alternate to rebar, it shall for details) not be placed in knockouts. 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. 5 S•- .5N 11 30-' 3. Knockouts may be on all four sides, either round or ..D.. 2A shape. Pipe to be installed in factory supplied knockouts. Hole size shall be equal to pipe outer S'• 6" Riser Section diameter plus catch basin wall thickness, 20" MAX. 1 - 03 Bar hoop > 6 4. The maximum depth from the finished grade to the pipe invert is 5'-0 h S 5. The taper on the sides of the precast base section and Sa 30 riser section shall not exceed 4%. ZA �� 6. Frame and grate may be installed with flange down or / cast Into riser. 12�� Riser Section � 12,- 2 - 13 Bar hoop ; fN Z6 �2 • Precast Base Section 3, - (Measurement at the top a / \ 414, of the base) 03 Bar each corner I /I 2" Q CATCH BASIN TYPE I °I Bar each side 'e � rrnma Burt Kunio?n TPAWWbll0 13 Bar each way \ `" �Y ADOPTED 1 O CITY OF RENTON Standard Plans 5-26-95 Revised precast base section and notes. FP O$ Last Date 5/26/1995 5-T-93 Revised notes and resigned. O�� DATE REV!SION HT AMID SP PAGE -- - Plan No B-01 NOTES: 6" 3'—O" I 6" 1. 3' TO 5' DRAFT PERMITTED AS NEEDED. 2. WELDING NOT PERMITTED. 3. DIMENSIONS SHALL HAVE ±1/16" TOLERANCE EXCEPT AS NOTED. A WIDENED CURB 4. FOUNDRY NAME SHALL BE EMBOSSED ON TOP OF GRATE. LETTERING TO BE RECESSED 1/16". 5. SEATING OF GRATE SHALL BE ACCOMPLISHED BY ONE OF THE FOLLOWING: El A SHALL BE 8 PADS, 1 1/2"x 3/4"x 1/8" ______ __ B INTEGRALLY CAST WITH THE GRATE. ' Ilr III ALTERNATE B SHALL BE A MACHINED SURFACE OUTSIDE A --_ 17" CIRCLE, BOTTOM ONLY (SEE SECTION B—B). L 6. MATERIALS IN ACCORD WITH DIVISION 9 OF STANDARD 18" SPECIFICATIONS SECTION "METAL FRAME AND GRATE FOR 12" O O CATCH BASIN OR INLETS". FACE OF CURB 7. MATERIAL USED FOR GRATE SHALL BE DESIGNATED BY O EMBOSSING "DI" (DUCT IRON) OR "CFS" (CAST STEEL) NEAR MFR'S NAME. a o 7. SEE DWG. NAME BR-32 FOR FRAME AND GRATE DETAIL. GRATE IS OLYMPIC FOUNDRY #SM50G, #SM50GL, �-- 1'-0"--� #SM50SL, OR EQUAL. SLOPE 0.05 FT/FT FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. STREET SECTION A CONSTRUCTION JOINTS SECTION B—B ° NORMAL GUTTER GRADE SURFACE WATER UTILITY OPEN CURB FACE FRAME & GRATE INSTALLATION DETAIL Gti'tY p� ADOPTED CITY OF RENTON ♦ a STANDARD PLANS IN 1 LST DATE: 12/96 SECTION A-A DATE I REVISION BY APPR'D DWG. NAME: BR-30 SP PAGE: 6017 A D acn B XXB 0 18" I , 28" Da O I L I 2 4" A LEVELING PAD (TYP) 30" 18" 17777A---------------------------------------mm ---------- ll I I _ 17/-/-, ---- 24" 4" U DIN SECTION B—B C 6.. —`j �- 20 ----� 4" --- -- ----- -------------� --------� T------- SECTION A—A APPROXIMATE WEIGHTS FRAME 104 LBS. r— 11 1/2" --� i i 8" GRATE 220 LBS. HOOD 71.LBS I SURFACE WATER UTILITY TOTAL 395 LBS. OPEN CURB FACE FRAME 26" I.D. 2-1" DIA. HOLES FOR & GRATE DETAILS 27 1/2" O.D. 3/4" BOLT, WASHER,AND NUT **y ADOPTED C SECTION C—C C[TY OF RENTON 1. GRATE SHALL BE DUCTILE IRON: OLYMPIC FOUNDRY #SMSOG,#SM50GL, #SM50SL OR EQUAL. STANDARD PLANS 2. FRAME IS OLYMPIC FOUNDRY #SM52 OR EQUAL. LST DATE: 12/96 3. LEVELING PADS ARE 1/8"x 3/4"x 2 1/4" DATE REVISION BY JAPPR'DI DWG. NAME: BR-32 SP PAGE: BO18 I NOTES 1. Manholes to be constructed in occordonce with AASHTO M-199 IASTM C 478) unless otherwise shown on Plans or noted in the Standard Specifications. 2. Handholds in adjustment section shall have 3•" MIN clearance. steps in manhole Shall hove 6" MIN clearance. For details showing Grade Ring, Ladder, Steps, Hondholds and Top Ring and cover Slabs, see Standard Plan "Miscellaneous Manhole Details." N a? 3. All reinforced cast in place concrete shall be Class 4000. Adjustment section Non-reinforced concrete in channel and shelf shall be " Top slobW24" ( leveling bricks or Class 3000. All precast concrete shall be Class 4000. grade rings optional o ,�• .•; 4. Precast bases shall be furnished with cutouts or knockouts Handholds with a wall thickness of 2" MIN. _ ' 6 MAX . . x !• 5. Knockout or cutout hole size is equol to pipe outer diameter a •' 48", 54" 72", or 96•" Steps or ladder plus manhole wall thickness. Maximum hole size is 36" for 48" •' manhole, 42" for 54" manhole; distance between holes is 8" MIN. 5hplf _ a Maximum hole size is 60' for 72" manhole, 84" for 96" manhole; Slopes = 1/2"/FT •�' N.r distance between holes is 12". MIN. All base reinforcing steel shall have a minimum yield strength Construct channel of 60.000 and be placed in the upper halt of the base with and shelf •. I" MIN clearance. in field ::. ` • — --------- I I I I I I I I I I I I I I I 1 1 I i I i I I I I Reinforcing steel :. •:, "� � .• • , •ii •••. (for precast base with integral riser) - + '` ''_ •"' 0.15 SO IN/FT in each direction for 48" DIA �. '. ',. •" . .. •` :. 0.19 SO IN/FT in each direction for 54" DIA Mortar fillet .�,; • ' •' •' .:• i:• �. 0.24 SO IN/FT in each direction for 72" DIA • I • '; �•. �'! 0.29 SO IN/FT in each direction for 96" DIA !• .; �• I :�; `"�; Precast base with integral riser 48"' DIA-6"", I I 54" DIA-8,". 1r�•.{ I 6raMIN vel com compafill cted dor epth. Forpe pies 72"" DIA-8"", I• I I P P precast bases only. 96" DIA 12 For 48" and 54"""" DIA 1'-0"" -For separate cast For 72"" and 96Dl A 2'-0" in place only Separate cast in place or separate precast base 0" Ring Reinforcing steel (for separate base only) MANHOLE - TYPE 3 0.23 50 IN/FT in each direction for 48" DIA if C �� �� 0.19 SO IN/FT in each direction for 54'" DIA 48 , J 4 ♦ 7 2 . AND 9 6" 0.35 SO IN/FT in each direction for 72" DIA �•' 0.39 SO IN/FT in each direction for 96" DIA ADOPTED PRECAST BASE `,�y o JOINT DETAIL pO+A CITY OF RGNTON Standard Plans Lst Date 10/111/93 to-II-93 Revised notes and resigned. SJD - SP PAGE BO28 OAIE REVISION BY APPR'D a:B -23C NOTES I . Proprietary manhole steps and alternate Dlostic 1� "6 Bars at 7" centers p provided that they confocm bottom face t cen 1 adders are acceptable,e, o Section R, ASTM C 478 (AASHTO M 199) ,Dnd meet i� with I'• MIN cover oil WISHA requirements. 2 I' '% 2. Manhole step legs s shall be parallel l e l r r Clearance Y I� 9 p o approximately TYP I�I� radial at the option of the manufacturer, except that all steps in any manhole shall be similar. Penetration of outer wall is prohibited. 48•. l� Z MIN� Z "8 Galvanized deformed rebor r-, 96 TOP SLAB u HANDHOLD m M 12 ' MIN ll' 2 MIN�i M 3„ 45 Bars of 6" centers bottom face m li4 ' R 2 with I" MIN cover U .1 Clearance — MANHOLE STEP DROP RUNG MANHOLE STEP =7 Galvanized smooth steel a Q oO 1 1 Y4•• Center to center 6" 72" TOP SLAB "S Galvanized deformed rebor 14 Bars of 6" PREFABRICATED LADDER center; bottom face1. 2 with I MIN cover 24 MISCELLANEOUS II Clearance I.S 5 MANHOLE DETAILS TYP I" Cleoronce-4 _4 Flax T ADOPTED GRADE RING V4„�� CITY OFRENTON ♦ ♦ Standard Plans 48"", 54"' AND 60"" TOP SLAB ?_19= nO+eS._- _--- -- —_ gryN - -- �L`NTO� LstDate3/18/94 A•Ided 60' too o-laO dlmens(nn Ana-resL?n d sin _ SP PAGE B034 H'r 4rPF'0 a:B -24 NOTES I. Proprietary catch basin steps and approved alternate � •6 Bar at 7" centers plastic laddersare acceptable. jl s IX bottom face with I" MIN cover 2. Catch basin step legs shall be parallel or approximately\\`� raddial at the option of the mcnufacturer, except that all steps in any catch basin shall be similar. Cleorance � I/ , �I Penetration of the outer wail is prohibited. TYP 3. Opening in top slab may be 242" x 20" x 24" D I A. 5 ` �2' MIN j � 4. As an acceptablee alternate to rebar, wire mesh _,,,�' may be used. 96" TOP SLAB TYPICAL ORIENTATION 3 FOR ACCESS AND STEPS Y„ R •5 Bars at 6" centers bottom face with I" MIN cover 2" < � 12" M I N Clearance III I.TYP �- R8 Galvanized deformed rebcr a z � HANDHOLD 12 MIN n 11 Center to center 20" -x -T , I """"" 12" MIN �- 72" TOP SLAB �EI� �I PREFABRICATED LADDER CATCH BASIN STEP DROP RUNG 14 Bars at 6" centers CATCH BASIN STEP /\ bottom face with I" MIN cover Clearance II TYP MISCELLANEOUS S"I 24" 1 I CATCH BASIN DETAILS _� vASRIRI:ieR STATE IIEiAIITREMT 0R TIIUKVOaIATIRI 20" �- 0.TVIA. SR IRGTgI � I" clearance a3 Bar (See Note 41 7— I I•+-tea OD� ADOPTED GRADE RING o�^" o� CITY OF RENTON 48" 54" AND 60" TOP SLAB , a Standard Plans -:i-9 Ravi TRe aq ARR —�. _.` s-T-sl Re.beO.� moa eRipn<E. s_ Last Date 5RWI9995 DATE RER'isM Er JAI.. SP PAGE B035 Plan No B-0IZ O.D. QD. Span Span Span Max. /Llmils of pipe J' max. 3' mat. /Llmite of pips compoclion compaction 2 0 2 I 1 s'— I i O.D of pipe a \ �015 rise min. O.IS O D.min. Limllt 01 z pipe r s .. se Llmilt of pipe ° r ' compaction a ° • ':.e o O compaction ° r '� /P o ° • r �0 Grovel @bed NOTES: for pipe Deddinq Grovel bnxklill Grovel DOckltsl to, 1.Pipe compaction limns shown an INS piton are for pipe construction In for pipe bedding Gravel ion& when apadlbd on embankment. Far pipe condrucllon In o trench. he horizontal imps Grovel backlill la foundaal the Pipe compaction sane shall be the walls of the trench. foundations Then specified TYPICAL PIPE—ARCH INSTALLATION 2.All steel and aluminum pipe and pipe-arches shall be Installed In accord- DESIGN A once with Design A. (For Metal and Concrete Pipe) 3 Concrete pipe with elliptical rslntorcomenl Moll be Installed In accord- CLEARANCE BETWEEN PIPES once with Design A. MULTIPLE INSTALLATIONS 4.Concrete pipe, plain or with circular reinforcement, shall be Installed MIN. DIST. with Design A or a combination of Designs A and C, as determined by PIPE SIZE BETWEEN the Engineer, BARRELS 5.Far Design C.It Is essential #hot the walls for Zone 3 be constructed CIRCULAR PIPE 12"to 24" 12' as now verlicol as Possible. CONCRETE 9 METAL OD 0.0. QD DESIGN A 30" 10 96" DIAM.t 2 &O.D.Is equal to Ins outside diameter of a pipe or the outside span 3 max. ~ J maa, Limils of pipe (DIAMETER) 102"to t60" 46' of pipe-arch. The dimensions shown as O.D. wish 3'and 4'maximum Tcanpacilon shall be OD. until O.D. equals 3' and 4'at which point 3'and 4'shall CIRCULAR PIPE 12"to 36" 20 be used. �of esign CONCRETE ONLY s 1'-0' for diameters 12" through 42x and for "0 42e l0 96" 72" Limits of Design o E DESIGN C qh Vans Through 50". 2'-0' 2 C bench contlr, 2 d v (DIAMETER) 102"to 180" 72" diamelers greater than 42' and for spons grsafer than 50'. PIPE-ARCH IB'l0 36 12" WETAL ONLY 43'to 142e SPAN+3 o (SPAN) 1411'to t99" 46' l 00.of DID& 1 \ e e 0.15 00. min. Limits of pipe :, i... s • LEGEND co"oclbn •eke._ .,. PIPE COMPACTION ZONE o PIPE COMPACTION DESIGNS ® I.Backfdf material paced In maximum umloosed layers AND BACKFILL Gravel bocklill and compacted 10 93 rtaaimum density. for pipe Deadmq wowweroe a•n ew•noerr er u•rrpeusow Waysl Dackfill for 2.Method B at C compaction. a..n�.•r«e,ow foundations when specified 3.Baled straw or hay with wiles or strings w1 see DESIGN C (dry, corlvrtsrclal quality). (For Concrete Pips With Circular R•Inlorcemenl Only) ADOPTED UlA O CITY OF RENTON • STANDARD PLANS 'A�,'no LST DATE:25-Jan-80 1/2" WEB 8 PL. 1/2" x 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON TOP 0 0 26-3/8" �0 C�V=, o }�OJPO 25-1/4" 0 2 4' 1„ -1-1/4" 23-1/4" 3/4" FRAME (NON-LOCKING) COVER NON-LOCKING) 33-1/4" A FOR 5/8"-11 N.C. x 1-1/4" SECTION A-A B S.S. SOC. HD. CAP SCREW (3 REQ'D.) �/ L 1/2" TYP. TYP. NON—SKID PATTERN 5/8" 3/8" 1-3/8" r 2.. A �0�0�qo g -�- I �_[ 0 0 0��P 0 0 F- 1-7/8" TYP. 0 1" SEAT --2-1/2" 25" 2" RAISED LETTERS AS REQ'D. SEE NOTE No.3 BELOW SECTION B—B UNDERSIDE SHOWN FOR CLARITY 3/4" CORE (TYP.) ON 23" B.C. DRILL AND TAP 5/8"-11 N.C. 1-1/2" CORE (TYP.) (LOCKING) ON 23" B.C.(TYP. 3 PL.) NOTES: FRAME (LOCKING) COVER LOCKING, MANHOLE FRAME AND COVER 1. FOR NON—LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. y PTED 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. CITY OFRENTON 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), + • + SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). i STANDARD PLANS � iN't- LST DATE: 12/96 10/17/96 Edited notes. DCV AG DATE REVISION BY APPR' DWG. NAME: BR29 SP PAGE: B074 L 6'-0" I r7" 2'/z'— /-/z R /Tr\ •3 bars (2) Pavement 9 DIA holes 4 v �/4 " ' T" 8 MIN •. 10"" MAX :: Cement J" �z R concrete pavement = I� c 1%2 2" Clearance TYP �•— SINGLE FACED MOUNTABLE ' Non-shrink grout CEMENT CONCRETE CURB N •' '' 3tl Sand and cement = .� grout I" depth I MOUNTABLE INTEGRAL 06 bars (2) CEMENT CONCRETE CURB ATTACHMENT DETAIL PRECAST CEMENT CONCRETE BUMPER CURB Pavement T N J'" ' I 0 N ••. � �1 5�/z" %:" R •1'-5" 0.05'/ T Y I%z" R . ' Cement concrete r ' pavement i z ° —Top of curb DOUBLE FACED MOUNTABLE - . •" —. at approach CEMENT CONCRETE CURB "' •" ,• r ti z'-T" MOUNTABLE CEMENT CONCRETE INTEGRAL CEMENT CONCRETE 1•• R s i y2" R CURB AND GUTTER l R BARRIER CURB /_" R _Top of curb at approach "" „ R ,•�.. CEMENT CONCRETE •'/_"' 1 6%=" CURBS AND GUTTERS Pavement T Top of curb _ ADOPTED at approach CEMENT CONCRETE BARRIER O��Y 0� CITY OF UNTON CURB AND GUTTER Standard Plans T BN ��iN,rp� Lst DateMar 13 1992 3-I3-92 RwINd barrter our0 tltlw. CEMENT CONCRETE 2-21-91 lWeted extrw.e cure A restaod. 1KJ I - SP PAGE FO01 BARRIER CURB DATE REVISION BY APPR'0 a:F-01 m Q/ ' I s/i•" Landing IS" NI Exp ll When iandlng Iss less 1 Joint ITYPIonsian iron 5" use Curb c Tw rass calks Shorn. \ Romp Alternate. 1 \ 1 May also De use°wttn \ 1 single Cross calk to Romp textur<TYP \` 1 traffic island. CO2'/ft. (see delall h Note TI I" . #0 , — 101 SEC710N A-4 �5" Min.�B B MINTlush (not to Expansion Joint exceed5' Min. 12f 0`02'/f t. /2.. see NctcGI10' Mox 1/2 MAx 1� CURB RAMP SIDEWALK AND CURB 11' MIN RAID DESIGN Ational foundation IB'" SECTION B-B NOTE: Are,naybe graded r signal Dole. to match existing grade. Thicken edge to full depth of adjacent curb SIDEWALK AND CURB RAMP DESIGN D elyen !Cal Planting Strip For use rt in large radius note SI 135'MINI Int er sect lOrs. �••Expansion LN IrR I•-G'" JOI,ntO`02'/ft. G` NOTEe Curb R qns 12 amp Desl A oM a arathe SECTION PC preferred design. Use Curb Romp Design C 1 0.0 lyrhenrMlfher aesigl A nor B rill rock.Use Curb R 9n Y 9 a^'O Desi• D th with for a radius �," 1 OPnns ion intersecttorn (greater ttwn 35"). NiNExpansion JOInt002•/ft Flush (notto" }/'"Expansion joint ITYP) exceed�/2 . see Note 6SECTICWIB RAMP ALTERNATE le"Thicken edge to full in, depth of adjacent curb DEWALK AND CURBMP DESIGN B��' � O Sign R7o-B07 TYP_ Sldewlk (See N to BI x+� O/ ' Precast Cement \ I Concrete Bamper O 3' Hit Curbs TYP 1 v \ A" pointed �30• ik Nominal CEMENT CONCRETE stripe=• °EXTURE"s SIDEWALK AND z'oG RAIP TEXTURE DETAIL APPROACH DETAILS \ BL —_JB NG 1 —ITM STATE 011-1—0<IMAw MTATI. ___ __�— % spaces SHI.CT0H of nYlPl..14 \ 5' B' MIN B" B" MIN B' Isee conTract pions) LL Q A fccess iDle I A,c< Si.le tl•�T• / Back of sidewalk irst stall lasisstoll ACCESSIBLE PARKING SHOWN WITH CONTINUOUS CURB RAMP ADOPTED SIDEWALK AND CURB \`tY O CECY OF PENTON RAMP DESIGN C �j�] t Sraldard Plans 'pFtV'f0= Last Date 9/I0/1995 Plan No F-03.1 SP PAGE i'005.1 STANDARD APPROACH OPTIONAL APPROACH Ar1 � B-�� 8' MIN� � 5' 7'MIN� I 12 ' - 2 f I I o�I 3' MIN PLANTING 90 1 I STRIP 6' MIN L � 6' MIN 3/8" EXPANSION JOINT 3/8" EXPANSION JOINT i NOTE: USE OPTIONAL APPROACH ONLY WHEN I SIDEWALK IS D AT THE BACK O THE APPROACH ANDSIDEWALK IS SET BACK HALF PLAN I A TO A MINIMUM OF 6' FROM CURB. �-� HALF PLAN B J 2-6 1 3 MIN MIN 2'-6"1 2'-6 (�1/2" MAX MIN MIN -}-(BEVEL WHERE POSSIBLE) 1/2" MAX 1 (BEVEL WHERE POSSIBLE) HALF-LLEVATION HALF ELEVATION 2 I' CEMENT CONCRETE CURB AND GUTTER CEMENT CONCRETE CURB AND GUTTER SECTION SHOWN (SEE STANDARD PLANS SECTION SHOWN (SEE STANDARD PLANS 41"NAPPRDAC�H ' C SIDEWALK FOR OTHER CURB DESIGNS) FOR OTHER CURB DESIGNS) AREA 3/8" EXPANSION JOINT 3/8" EXPANSION JOINT __—____ �' _ OPTIONAL T � `-6" MIN T6- MIN o\6' MIN PLANTING THICKENED EDGE OF APPROACH STRIP i TO FULL DEPTH OF CURB THICKENED EDGE OF APPROACH TO FULL DEPTH OF CURB 7— SECTION B-B R 15' MIN APPROACH PLAN NOTES' I. A MINIMUM 3' WIDE ACCESSIBLE ROUTE SHALL BE MAINTAINED IN ALL 6.RAMP TEXTURING IS TO BE DONE WITH AN EXPANDED METAL GRATE CEMENT CONCETE SIDEWALK PEDESTRIAN ACCESSIBLE AREAS. PLACED AND REMOVED FROM WET CONCRETE TO LEAVE A DIAMOND AND APPROACH DETAILS 2.CONTRACTION JOINTS SHALL BE PLACED ALONG SIDEWALKS AT 15' PATTERN. THE LONG AXIS OF THE DIAMOND PATTERN SHALL BE MAXIMUM SPACING. ALL JOINTS SHALL BE CLEANED AND EDGED. PERPENDICULAR TO THE CURB. GROOVES SHALL BE 1/8" DEEP AND (so*616 ADOPTED 3. INLETS SHALL BE LOCATED SO THAT RUNOFF DOES NOT FLOW PAST 1/4" WIDE.CURB RAMPS. 7.CEMENT CONCRETE APPROACHES SHALL BE CONSTRUCTED OF CITY OF RENTON -4. CURB RAMPS SHALL BE POURED AS A SEPARATE UNIT FROM THE AIR-ENTRAINED CONCRETE CLASS 3000 AND MAY BE POURED SIDEWALK, ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES INTEGRAL WITH CURB.EXCEPT AT END OF RAMP NEXT TO ROADWAY. STANDARD PLANS CHANCES IN LEVEL UP TO 1/4" MAY BE VERTICAL AND WITHOUT EDGE IST DATE: 4/97 -REATMENT. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE 3EVELED WITH A SLOPE NO GREATER THAN 1:2. 4 97 IREPLACE SP PAGE: F005.2 OF 8 10 95 CV I DT DATE I REVISIONI BY JAPPR'Dj DWG. NAME: FR-03 SP PAGE: F005.2 (TYP) a�� 2 (TYP) 'PG.2. _�-DRIVEWAY OR ALLEY w 6' MIN = SEE ZONING CODE FOR U L'U FOR MAX & MIN WIDTHS < 0 Q m 2 (TYP) Y ?s' 1 cr Q ALTERNATE 1 10" COMMERCIAL ZONE I l' SIDEWALK AND PLANTER STRIP 6" RESIDENTIAL ZONE '{ 18" ON COMMERCIAL APPROACH 2 (TYP) �� ���� CURB AND GUTTER SHOWN SEE DETAIL "A" �oPVP�P HOWEVER, OTHER CURBS FOR MONOLITHIC CURB MAY BE USED. F� - ��Fo (SEE STANDARD PLANS) SECTION A-A 2 A � 6„ JOINT 3/16" SCORE LINE Typ 1 '''�OSFF� ALTERNATE 2 A SIDEWALK NEXT TO CURB 10" COMMERCIAL ZONE (NO PLANTER STRIP) 6" RESIDENTIAL ZONE 18" THICKENED BASE OF CURB & GUTTER DETAIL A TO MATCH APPROACH THICKNESS APPROACH WITH NOTES: ON COMMERCIAL APPROACHES. (TYP) MONOLITHIC CURB 1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL SEE NOTE 5 NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE 2-1/4" DEEP. 2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS. CEMENT CONCETE APPROACH 3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. 4. ALL JOINTS SHALL BE CLEANED AND EDGED. FOR DRIVEWAYS AND ALLEYS 5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE POURED (+ga l' ADOPTED INTEGRAL WITH STANDARD CURB (SEE DETAIL "A"). CITY OF RENTON 6. SUBGRADE COMPACTION SHALL BE 95% MODIFIED PROCTOR. 7. APPROACH CENTERLINE TO MATCH THE DRIVEWAY/ALLEY CENTERLINE. �— STANDARD PLANS (THE APPROACH WIDTH WILL BE 10' WIDER THAN THE DRIVEWAY/ �NTn LST DATE: 12/96 ALLEY WIDTH.) 10/22/96 Edited graphics, text. Added note 7. DCV I DRT DATE REVISION I BY jAPPR'Ql DWG. NAME: FRO IN SP PAGE: FO06 i 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS 1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER 1/4"R AT JOINTS ' P SCORE LINES TO BE RADIAL TO CURB AND GUTTER P W o + IN In 1/2"X4" EXPANSION MATERIA -i- Z GENERAL NOTES: 4R AT JOINTS 1 " - - ~ / SCORE LINES Z CURB & GUTTER JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15, C/C NOR LESS THAN 10' C/C. Q THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE GUTTER LINE. B __ __ d B 1/2" THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1" BELOW CONCRETE. "W"-WIDTH OF SIDEWALK WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER, THE JOINT SHALL BE A COLD JOINT. 1/2-X 5- EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P.T.'S AT ALL CURB RETURNS. 1/2"X4" - - EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL. THE CONCRETE MIX FOR SIDEWALKS --- SHALL CONFORM TO THE REQUIREMENTS OF CLASS B (3/4") WITH AIR ENTRAINMENT. DUMMY THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2112."TOOLED FINISH. JOINTS SUBGRADE COMPACTION SHALL BE 90% (MODIFIED PROCTOR) SEE CITY CODE 4-34 FOR SIDEWALK AND PLANTING STRIP WIDTH. 1/2"X5" EXPANSION MATERIAL 1/4"/FT. SLOPE CURB RETURN ONLY 1/2"R 1/4"/FT. SLOPE 1/2"R 4 1/2"R PAVEMENT AS PER PLANS 4" 1i PAVEMENT AS PER PLANS STANDARD CEM. CONC. STANDARD CEM. CONC. CURB AND GUTTER CURB AND GUTTER SECTION A—A PLANTING STRIP SECTION B—B TYPICAL SIDEWALK Gti'SY O� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DATE REVISIONI BY IAPPRj' DWG. NAME: FR-02 SP PAGE: F007 i I EXISTING ASPHALT 1.0'* NEW CURB PAVEMENT MIN. & GUTTER SAWCUT -- NOTES: _ MUST MATCH EXISTING THICKNESS IF GREATER. * OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT ARTERIAL STREET MINIMUM 3" CLASS "B" A.C. 4" A.T_B. 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" CLASS "B" A.C. 6" CRUSHED ROCK CURB & GUTTER REPLACEMENT DETAIL occow,'s ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DATE REVISION I JAPPR'O DWG. NAME: FR05 SP PAGE: F008 CENTER LINES TWO—WAY LEFT TURN LANE • • • • • • • • • • ® • • • • • • • 4,.•� • • ® • • • • • • • • • • • • • • • aL • • • • • • • • • •t • • • • • • 0- T • • 0 • • • • �4 'I' � 3 ` 4" YELLOW TYPE 9' --�-- 15' 13'1 LINE MARKERS MARKERS 4" YELLOW TYPE 'Ild' LINE REEL. J DOUBLE YELLOW CENTER LINE 4 YELLOW TYPE 'Ild' 12' ( ) LINE MARKERS (REEL.) 4" YELLOW TYPE 'I' LINE MARKERS �:9 • • • • • • •4 • • • • • • • • ® • • •YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) NUMBER OF 2—WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ————— 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL ADOPTED CITY OF RENTON (CFc*0":�N STANDARD PLANS LST DATE: 10/30/96 DATE REVISION I BY APPR'D DWG. NAME: HR-01 SP PAGE: H001 APPROACH LINE t t t t ! ! t t $ i i t i E i 8 13'F- 24 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) SKIP APPROACH LINE NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW LOCATIONS �OR 9' 15' 3' V 4" WHITE TYPE '1' 20' — 50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) LINE MARKERS 50' — 125' 2 ARROWS(20 BACK & END OF APPROACH LINE) 125' — 300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) 4" WHITE TYPE 'Ile' OVER 300' ARROWS AT 100' INTERVALS LINE MARKERS (REFL.) LANE LINE 4" o 4� I-- 4 WHITE TYPE 'I' LINE MARKERS CHANNELIZATION MAKERS DETAIL 4" WHITE TYPE 'Ile' 1tY O ADOPTED LINE MARKERS (REEL.) 'a ' CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 DATE REVISION I BY JAPPR'DI DWG. NAME: HR-02 SP PAGE: H002 AA B B u) 5/g J L J TYPE "A" BLOCK TYP E 2 20'± 30'± " L 0.08" 0.7 t �0.08" . 'o • � -. , . 1 Ins/e SECTION A—A SECTION B—B 12 -7 RPM TYPE 2 TYPE "C" BLOCK RAISED FACE COLORS Type 20 White and Red Type 2c Yellow and Red Type 2d Yellow and Yellow PRECAST BLOCK TRAFFIC CURBS Type 2e White — One Side Only Type 2f Yellow — One Side Only USED PAVEMENT MARKERS (RPM) Raised Pavement Markers and Precast Block 74•affic Curbs Y ADOPTED Ube O� CITY OF RENTON + STANDARD PLANS LST DATE:2-Oct-87 DWG NAME: HR-08 SP PAGE: H007 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! CURB LANE LANE LANE CURB ` .NE _ CENTER CENTER IN IN I LANE LANE I I I I I 10, I I i I I I ( I L 24" I I '-•-8"(TYP)-STRIPE I TYP 1 I _� 8"(TYP_)-OPEN CONCRETE LANE ( LANE _: 8 (TYP.)-STRIPE GUTTER LINE LINE ��� _mm_m_XmL OIL _im �TIRE � TIRE TRACKS TRACKS—` TR CKS-� LTRACTIRE ES * TYPICAL 4 LANE ROADWAY CONFIGURATION • NOTE. FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONRG . RATION APPLIES. KEEPING THE THERMCa LASTIC BARS CENTERED ON THE: LANE LINES AND IN THE CENTER, Or THE TRAVELLED PORTION OF THE LANE TO MiNIM17_E Painted/Thermoplastic Crosswalk TIRE WEAR ON THE THERMOPL%IIS T IC/PAINT. ADOPTED Ode Y O� CITY OF RENTON STANDARD PLANS L.ST DATE:1-Apr-90 DWG NAME: HR-13 SP PAGE: H012 TYPICAL 5 LANE,_ 581 ROADWAY SECTION LAYOUT MEASUREMENTS TO CENTER OF LANE MARKERS �-- 12 -- -- II 3----,�— I I'6�--��- 11'3--.—+-- 12• ONLY . E3 . 4 4 10 10 10'7" 10 8" 10'9,_rr — 10 10-- _ DRIVING WIDTHS BETWEEN ~� 12, LANE MARKERS 12a I- {�-10.7- ---I0.6' + - IO'7'•-_t_ 10.10-- 4' Typical 5 Lane- 58' Roadway Pavement Markings ADOPTED �Y O� CITY OF RENTON FACE OF CURES TO FACE OF CURB A + STANDARD PLANS LST DATE:3-Jun-88 DWG NAME: TIR-14 SP PAGE: 1I013 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! LANE LINE MARKING 7, 8„ STANDARD VEHICLE WHEEL PATH 3' 4.5' 3' MIN. MIN. MIN. Zl L 1 ACP CLASS MIN. MIN. 'E' OR 'B' 6" CRUSHED SURFACING 2" CLASS "B" I TOP COURSE 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL EDGE OF CURB & GUTTER, WITH AR4000W L OR CENTER OF LANE LINE *MINIMUM ACP CLASS 'E' SHALL BE: MIN. **PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS CRUSHED ROCK, FLOWABLE FILL & INDUSTRIAL ACCESS STREETS - 6" ACP CLASS 'E' OR 'B' OR AS REQUIRED BY ENGINEER RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' OR 'B' LANE WIDTH OVERLAY **NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT FOR FLEXIBLE PAVEMENT ONLYG� O�SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR �Y ADOPTEDCITY OF RENTON DETERMINING PAVEMENT THICKNESS. + 1+ STANDARD PLANS LST 2 DATE: /96 DATE REVISION BY APPR' DWG. NAME: HR-05 SP PAGE: HO32 1' 1' 2.5' 1' 1' r3 MIN MIN MIN MIN MIN 6.5' MIN. 1' 1' 2.5' -►{ 1' 1' MIN IMIN MIN MIN MIN 2" CLASS 'B'-J FACE OF CURB OR EDGE OF PAVEMENT XX 2" CLASS `B' ACP CLASS 'E' OR 'B' 6" CRUSHED *2" TO 6" SURFACING TOP COURSE CLASS `E' CENTER LINE OR OR LANE LINE CRUSHED ROCK, CLASS 'B' FLOWABLE FILL OR AS REQUIRED BY ENGINEER TYPICAL PATCH FOR FLEXIBLE PAVEMENT 6.5' M IN. WHEN PERPENDICULAR TO 2" DEPTH OF ROADWAY CENTERLINE GRIND OR SAWCUT AND REMOVE G�tY p� ADOPTED CITY OF RENTON STANDARD PLANS A LST DATE: 12/96 * SEE DWG# HR-05 FOR MINIMUM STANDARDS DATE REVISION IBY APPR' DWG. NAME: HR-23 SIP PAGE: H032A WOR ARE NOTES 1. Regulatory traffic control devices to be modified M4-8 DETOUR — — CLOSED as needed for the duration of the detour. * R11-2 2. Flashing warning lights (Type A. MUTCD) shall M3-4 WEST '� be used t0 mark barricades at night as needed. 3. Detour trailblazers shall be installed os necessary x ROAD throughout detour route. CLOSED { AXEAO IL— W2O-3 ROAD CLOSED %X MILES M6-3 j j LOCAL TRAFFIC ONLY 0. R11 3a « « \ DETOUR M4-1OL SIGN SPACING TABLE - I Speed X DETOUR Mq_g 45/50 MPH NOTE: 500'± Signing shown for I N WEST 1,13_4 35/40 MPH 350't one direction only, 25/30 MPH 200't I x M6-1 (L) a DETOUR AHEAD OE TOUR Mq-g F OR dOC�QL W20-2 M3-4 USE TRAFFIC CONTROL PLAN ■ASHINGTON Sure DEPARTMENT of TRaNSppRTaTION EGEND OLYWIA,WASHINGTON MS-1(L) Type oc ADOPTED RENTON Typical application - Roadway closed beyond detour point n `� Sta CRY udaOrd Plans Last Date 1020/1995 Plan No K-03 SP PAGE K003 W4-2(L) W20-5(R; W20 1 NOTES f EHD or reverse cone toper t0 Black on Or onge RIGHT LANE ROAD show end of war k area WORK 1. Flashingwarninglights and/or flags shcll be R040 rbRK CLOSED AHEAD used tOCaII ateni�On to eCrly war n'rnq si'g ns aHEAO when specified in Contract. G20-2a Buffer Vehicle with 500' MAX TMA (optional) L X X X 2. See Buffer Data Table. Use of buffer vehicle 100 (See Note 2)�B� I is recommended. It may be o wcr4 vehicle. If I buffer vehicle is used. minimum from end of taper to work area shall be total of "R" (roll J�� ahead distance) plus length of vehicle, plus ••B" WO (buffer space). If puffer vehicle is not used. Aq:1 Is1 0 o I minimum distance steal) be "B". I , CHANNELIZING — — DEVICE SPACING (FT) MPH Taper Tangent 35/50 30 60 a 25/30 I 20 40 BUFFER DATA Buffer Space Speed IMPH) 25 30 35 40 45 50 SIGN SPACING TABLE B (FT) =Speed X 55 BS ]20 I70 220 280 45/50 MPH 500't Buffer Vehicle Roll ahead Distance 4 Yard Dump Truck Stationary 35/40 MPH 350'x 24,000 LBS Operation 25/30 MPH 200't R iFT) _ I00 FOR LOCAL MINIMUM TAPER LENGTH = L IN FEET 4%(3 HC U USIE Lane Posted Speed (MPH) Width (feet) 25 30 35 40 45 50 TRAFFIC CONTROL PLAN LECENO 10 t 05 )50 205 270 I 450 500 -INGTON ST0.TNRL-T SNT OF TAMS�ORTATION a a a ChanneIizing Devices 444 Sequential Arrow Sign ll 115 165 225 295 495 550 ♦� ' 12 125 180 245 I 320 1 540 600 ADOPTED Typicalopplication - daytime operation of short duration O��Y On CITY OF RENTON on a four-lone divided roadway where one lane is closed. Standard Plans FN�O. Last Date 1 0/2 011 99 5 Plan No K-07 SP PAGE K006 � CONSTRUCTION PLANS 1 1 1 1 1 1 1 1 1 1 1 n S.W. 43RD STREET DWG. NO. o € DRAINAGE IMPROVEMENTS COVER SHEET: NOTES, LEGEND, SHEET ' SITE MAP, DRAWING INDEX I OF 2 S.W, 4 3 RD STREETZ w o �w wM �ZDRAINAGE z o (n Z� o �o W� >� 13 , I rr ous W I I 3 I I I N I vi I SEE SHEET 2 FOR DETAILED ' I �IMPROVEMENTS/URUTIES <__J_-- i FOR THIS AREA I = I f�Z8� g I I I STA 13+25 t O J STA 16+50t O1 STA 21+45 t 0 STA 27+OS z ��j 1 �� I BASELINE (CENTERLINE I\ W �� i_. ----------- --------------------- — ��+ �� 1 0o n+oo 1x+oD i 14+00 1s+oo Is+oO 17+0o ts+oo I+a zo+oo +0o xz+o0 z3+oo za+w zs.00 --ie�oo ---„ — — �—— �—— �--3+0o sx+ao \-- v€ o}0II1-- i1--1---1-----I---i— I---i--+--1--t'--i-- ---1---1—i— —1---i-1--1--i-1--i-1--i-1— --i-1--i--i—��i+-i--i--i—�— — m'E I I SW 43RD STREET i 1--I--I — �E ----I — 1 ------ rL� �—�-----+ �I STA 13+25 t' 1 �O STA 12" D 3 STA 21+40t O STA 27+20 f O I I i 20 LF 12" DI SD I I CONNECT TO EXIST CB 8 LF 12" DI SO } j LEGEND CONNECT TO EXIST CB I I EXISTING — NEW CENTERLINE I I ¢L RIGHT—OF-'NAY LINE gi; ..........__._ :; ...._._..._... POWER I I TELEPHONE _....._........ :: ................. FIBEROPTIC -- - - - SIGNAL INDUCTION LOOP AND/OR STREET UGHTING CONDUIT S GENERAL NOTES: SANITARY SEWER 1. VERTICAL DATUM: N.A.V.D. 1988. --- SD— STORM DRAIN DRAWNG INDEX DESCRIPTION 2. EXISTING FEATURES SHOWN WERE DEVELOPED FROM WATER �1TC ��Ap DRAWING �y RECORD DRAWINGS AND WERE SUPPLEMENTED IN THE ' SHEET 1 COVER SHEET NOTES, LEGEND, SITE MAP, DIlA ING INDEX IMMEDIATE VICINITY OF THE PROPOSED WORK WITH LIMITED GAS � AND APPRVXIMATE FIELD MEASUREMENT OF SURFACE FEATURES a °4 DITCH UNES/FLOW SEE SECTION 1-07.17 OF THE REN STANDARD CT PLANS, � �1,�0 UTILITIES AND SIMILAR FACILITIES. F SANITARY MANHOLE SHEL 1 2 rLJ'NS, PROFILES AND DETAILS 3. SEE SPECIFICATIONS FOR TRAFFIC CONTROL REQUIREMENTS. dCTRACTOR SH NOTIFY THEO STORM DRAIN MANHOLE 4 CENTER (1-800-425-5555) AT LEAST ETWO NWORKINGDAYSPRIORN � m RIPRAP TO PERFORMING ANY EXCAVATION. AS DIRECTED BY THE ENGINEER, CATCH BASIN LOCATIONS MAY NEED TO BE SHIFTED IN THE FIELD TO ACCOMMODATE UTILITY INTERFERENCES. ❑ CATCH BASIN CHECKED FOR COMPLIANCE 5. APPROXIMATE STATIONING IS PROVIDED FOR REFERENCING CATCH ' WATER VALVE TO CITY STANDARDS BASIN GRATE IMPROVEMENTS AND CATCH BASIN REPLACEMENTS. POWER/UTIUTY POLE DATESTATION 10+GO BEGINS AT MANHOLE NO. 1. - GUY ANCHOR DATE CONSTRUCTION NOTES: ' TRAFFIC SIGNAL POLE DAMO1 REPLACE EXISTING CATCH BASIN FRAME AND GRATE WITH NEW OPEN o z L S.Cf CURB FACE FRAME AND GRATE INSTALLATION. SEE DETAIL 2, SHEET 2 a 4 23.38 GROUND ELEVATION �60¢*asgs AND CITY OF RENTON STANDARD PLANS B017 AND B018. DI DUCTILE IRON RECOMMENDED O REPLACE EXISTING TYPE I CATCH BASIN WITH NEW CATCH BASIN + '0 I� FOR APPROVAL TYPE I WITH NEW OPEN CURB FACE FRAME AND GRATE INSTALLATION. o N RCP REINFORCED CONCRETE PIPE CONNECT TO EXISTING PIPES. BY 03 INSTALL NEW TYPE I CATCH BASIN MATH OPEN FACE FRAME AND to nc GRATE INSTALLATION. CONNECT TO EXISTING CB WITH 12" DUCTILE a BY IRON STORM DRAIN. MATCH INVERT ELEVATIONS AT THE EXISTING -- ��-^� BY STORM DRAIN AND PROVIDE 1X MINIMUM SLOPE TO DRAIN. i F 4 0 ' m a .: ...::°;�, S.W. 43RD STREET D NO. DRAINAGE IMPROVEMENTS i 22.68 SHEET ................. .......... ........ .................. 60, PLAN, PROFILE AND DETAILS 2 OF 2 ' (n £` r� 3h �"`.................................... 60" RCP z ............ ............ is i, i< ....... 0- 0- Ld is 1 cf) EXISTING FACE OF CURB ' W -9,2 98 22.98 -24.08 < 0 OPEN CURB FACE FRAME ............. MH 2 23.18 MH 11- - 1.31 AND GRATE, SEE CITY OF 120*DtA MH RENTON DETAIL 8018 TYPE 96- P SD S T-A 0+00 Ld CONNECT EX EX 54' RCP CD EX 5V RCP RECONNECT EXIST INS SD 0 4" SIDEWALK DRAINS ........... ................. ..............9 ..................... ............. ........... ........................... f.... ........... .... ...............................' ,t 1 :. :.(f P .............***"***............. LOG EXISTING.... ..... . . ...................... . ............... ... ......... ............ Z ...... ......... kEMOV -M Lj xI . RCP W/CDF . l PLAN EXISTING TYPE 2 .......... 48'CO En VARIES ..60-1 FiblP.—i BASELINE SCALE- 1--5' is DETAIL ... . ............................ I................ ouk SLAB .......... .... ................... REPLACE EXIST FLAT COVER WITH ri- m NEW COVER. FIELD STA 10+00 Ex i5 .CONDUITS VERIFY OPENING TO �x ........ ...... Sw 4,mo SutcT. ALIGN WITH OPEN CURB ............... -24�+21... ............ ... .......... .240,3............................. 2302 .................... FACE FRAME OPENING. MH 2 STANDARD PRECAST ............ TYPE 3, 1120� MANHOLE SECTIONS, I SEE TYPICAL DE .......... .... ........... .................... SO STA 0+6 6 TAILS DETAIL / 2 ....................- DRAWING 8028 SIZE CONNECT EX: ............ .. ............................................................ NO SCALE AS NOTED COL ............... 23.28 E y .................... ................ ............ ................. .................*� ' O E- ......................................... is EX 54" RCP >-4 ............. .......... 14� ....................... ........................ . ..... z . ......... Us E- l(L :i-mi4 is L) ......................................... E 0-3 E 2328 ............. -14 21.8 MOR AROUND rL ALL ROU Ii A N ----- ------- CON PRECAST < OR CAST IN PLACE FOUNDATION SLAB. 2348 0 FOUNDATION PREPA- RATION AND BEDDING . ..... �4.95 IN ACCORDANCE WITH 20.45 SPECIFICATIONS SECTION SITE PLAN SCALE: 1'-20' SCALE: 1*=5' NOTES: 1. EXISTING FEATURES SHOWN WERE DEVELOPED FROM Z RECORD DRAWINGS AND WERE SUPPLEMENTED IN THE IMMEDIATE VICINITY OF THE PROPOSED WORK WITH LIMITED ' p¢ w AND APPROXIMATE FIELD MEASUREMENT OF SURFACE FEATURES. SEE SECTION 1-07.17 OF THE RENTON STANDARD SPECIFICATIONS, CE < <—Z UTILITIES AND SIMILAR FACILITIES. ou XLLJ� z ov) MAXIMUM PAY WIDTH ol 2. CONTRACTOR SHALL PROVIDE TEMPORARY SUPPORT OF I.- OZ V)(L,— FOR ACP TRENCH PATCH TRAFFIC SIGNAL CONDUIT TO MAINTAIN TRAFFIC SIGNAL x C) SEE NOTE 3 OPERATION AT ALL TIMES THROUGHOUT THE PROJECT. LLJ' o 0- M Ld 0 MAXIMUM PAY WIDTH=LOU =,*LOW 3. MAXIMUM PAY WIDTH FOR ACP TRENCH PATCH AND BACKFILL (-) M 11-1 ��n x. 2'-0' FOR 9AcKnLL TRENCH 2!-0' SHALL ALSO APPLY TO MANHOLES AND CATCH BASINS USING ->C wo Lu-' w (n <x OUTSIDE DIMENSION (OD) OF MANHOLES/CATCH BASINS IN sc000(D cc La (D PLACE OF PIPE OD. OD 0 to 2 -H PIPE 00 ORj PIPE OD OR + z to —44 c"U) S-O*MAX S;-O-MAX 0 0 + cqq(11 0 U) 0 -H ACP < z nLn::7 C.4 )< SEE CITY STD PLANS :D Ld i!S ws:: 32A 0 z c"I cli z H022 AND HO m C3 2 cr >- 00 6" CRUSHED SURFACING I m cf) :3 < m 2 m V) LLI�Lj W TOP COURSE IF BANK +1 < RUN GRAVEL USED V)tr) w V),6 w < —f TYP 0 . ....... ................... ............ EXIST GRADE ................ to X X EX MH TO --------- --- --TREN01 BACKFILL §EE SEE BE REMOVED 0 (CDF CR BANK RUN GRAVEL PER SPECIFICATIONS) OD PIPE 20............................ ................................................. ... ........................ ........................................................................... <xlx S-c NQTE' fl; MATERIAL BEDDING MA AL ... ...... 66 LF 6 FOR RIGID PIPE A I X=I' FOR PIPE <42, z 8 2' FOR PIPE >42' 0 0 ............................. :.. ..:.................66 LF..60� ............ ................................................................................................. GRAVEL BACKFILL FOR %0 S=0.0010 FT\FT —FOUNDATIONS VMHE14 SPECIFIED ... ...... ....... ... CL v RCP T TYPICAL TRENCH SEC11ON WITHIN ROADWAY LIMITS �VARIES MIN Is o 10................................. ...................................................................................................................................... ...................... NO SCALE ................................... ......................................................................................................................................................................................... vi SO 0+00 PROFILEb z SCALE: 1'-20' HORIZ. 1*-3V VERT � MISCELLANEOUS INFORMATION 1 � (GEOTECHNICAL REPORT AND � SIGNAL PLAN RECORD DRAWING) 1 1 i 1 1 1 1 1 U0, +IONGWEST t & ASSOCIATES, INC. August 8, 1997 Geotechnical Engineering Hydrogeology Revised October 8, 1997 Geoenviron mental Services HWA Project No. 8919-400 Testing & Inspection ' R.W. Beck 1001 Fourth Avenue, Suite 2500 ' Seattle, Washington 98154 Attention: Mr. Michael Giseburt, P.E. Subject: RESULTS OF GEOTECHIVICAL STUDY SW 43rd Street Drainage Improvement Project ' Renton, Washington Dear Mr. Giseburt: Pursuant to your request, Hong West & Associates, Inc. (HWA) completed a geotechnical study for the proposed drainage improvement project at the SW 43rd Street and 80th Avenue South intersection in Renton, Washington. The purpose of this study was to explore and evaluate the subsurface conditions in the vicinity of the subject intersection ' and, based on the conditions observed, provide geotechnical recommendations for installation of a 60-inch diameter culvert. ' A proposal for this geotechnical investigation was submitted to R.W. Beck, Inc. on June 9, 1997. Written authorization for the work was subsequently given by Mr. Michael Giseburt in a subconsultant agreement dated July 22, 1997. The scope of work completed ' for this project was consistent with that described in our proposal and included drilling one 20-foot deep boring at the intersection, conducting laboratory testing, and preparing this letter report summarizing the results of our investigation and recommendations for ' geotechnical aspects of the proposed improvement. SITE AND PROJECT DESCRIPTION Our understanding of the project is based on discussions with and design information ' provided by Mr. Giseburt. We understand that a 60-inch diameter reinforce concrete culvert will be installed across SW 43rd Street, connecting two existing storm drain lines on the north and south sides of the roadway. The planned invert elevation of the culvert will be approximately 12 feet below the existing ground surface at this location. We understand the culvert will be installed using either conventional utility trench"cut and cover" methods, or trenchless technology such as microtunneling or pipe jacking. If the ' pipe is installed using cut and cover methods, controlled density fill (CDF) will be used for much of the trench backfill. 19730-64th Avenue West Lynnwood,WA 98036-5904 ' Tel. 206-774-0106 Fax. 206-775-7506 August 8, 1997 ' Revised October 8, 1997 HWA Project No. 8919-400 ' The location of the project site and general layout is shown on the Vicinity Map and Site ' and Exploration Plan, Figures 1 and 2, respectively. The site is located in a commercial and industrial area within the southern portion of the City of Renton. Please note that the elevations shown on Figure 2 and referenced elsewhere in this report are based on the ' NGVD (1929) datum. To convert to the current NAVD (1988) datum, add 3.58 feet to elevations based on the NGVD datum. FIELD AND LABORATORY INVESTIGATION On July 31, 1997 a geotechnical engineer from HWA monitored the drilling of one 21'/z- ' foot deep boring in the vicinity of the proposed culvert. The approximate location of the boring is plotted on the Site and Exploration Plan, Figure 2. The boring was drilled using ' a Mobile B-61 truck-mounted drill rig owned and operated by Holocene Drilling of Pacific, Washington under subcontract to HWA. The boring was drilled using a 4-inch inside diameter hollow stem auger and was sampled using a 2-inch diameter split-spoon ' sampler driven with a 140-pound hammer. Soil samples were collected at 2'/z foot intervals for the depth of the boring. Standard Penetration Test (SPT) blowcounts were determined based on the driving resistance of the sampler, and are plotted on the boring ' log. Soils were classified in general accordance with the American Society of Testing Materials (ASTM) classification system. A legend of the terms and symbols used on the ' boring log is included as Figure 3. A log of the exploratory boring is presented on Figure 4. Representative soil samples obtained at selected intervals from the exploration were ' placed in air-tight bags and taken to our laboratory for further examination and testing. Select soil samples were tested for in situ moisture content, grain size analysis, and ' plasticity characteristics (Atterberg Limits). Natural moisture content testing was performed in general accordance with ASTM D 2216 and results are presented at the sampled interval on the exploration log. Grain size distribution testing was performed in , general accordance with ASTM D 422 and involved determining the percentage of fine- grained material in a sample (material passing the No. 200 sieve). The results are ' presented in the following table. Atterberg Limits were performed in general accordance with ASTM D 4318 and the results are presented on Figure 5. Table 1. Percent Fines Test Results ' 1~xpiaz aztzple Depth Petcecrt Passtng TT S :.atn feet< >:::<:>;;:;:: <.>:::: i` Sieve BH-1 10-11'/z 47% ' 8919400.DOC 2 HONG WEST&ASSOCIATES, INC. , August 8, 1997 ' Revised October 8, 1997 HWA Project No. 8919-400 ' GEOLOGIC AND SUBSURFACE CONDITIONS ' GENERAL GEOLOGIC CONDITIONS Geologic information for the site was obtained from the Geologic Map of the Renton Quadrangle, King County, Washington (D. R. Mullineaux, 1965). The geologic map indicates that the area is generally underlain by alluvial deposits, predominantly consisting of sand, silt, and clay. ' SUBSURFACE CONDITIONS t Based on the results of our explorations, the site appears underlain by alluvial sands and silts, consistent with the geologic map. Locally, the alluvium appears overlain by fill soils. The subsurface units encountered in the explorations are described below. ' • Fill: Fill materials were observed extending 3'/2 feet below the ground surface. Fill typically consisted of loose to medium dense, poorly graded sand with silt and gravel. Fill materials were most likely placed during construction of the existing intersection and pavement sections, and/or for use as backfill for the existing utilities. ' • Alluvium: Alluvial soils were encountered directly beneath the fill in boring BH-1. The alluvium consisted of loose to medium dense sand and silty sand, to medium stiff to stiff silt with sand. The silt and sand deposits extended to the full depth of the boring. ' GROUNDWATER CONDITIONS Groundwater was observed during drilling at a depth of 17 feet below the existing ground ' surface (approximately Elevation 3 feet NGVD). Soils encountered at approximately 8 feet below the ground surface were saturated, though, and we anticipate the groundwater level may stabilize near this depth (Elevation 12 feet NGVD). It should be noted that ' observations of groundwater levels during drilling can be misleading, as the actual groundwater is often somewhat higher than observed in a boring. Borings are typically only open for a short time, and the auger used to advance the boring can impede groundwater seepage. Thus the groundwater seepage tends to develop first in more permeable lenses, which may be located below the localized water level. The groundwater ' conditions reported on the exploration log are representative of conditions observed at the time of exploration, and may not necessarily be indicative of other times and/or locations. It is anticipated that groundwater conditions will change in response to rainfall, time of ' year, and other factors. ' 8919400.DOC 3 HONG WEST&ASSOCIATES, INc. August 8, 1997 Revised October 8, 1997 ' HWA Project No. 8919-400 CONCLUSIONS AND RECOMMENDATIONS ' Based on the results of our investigation, laboratory testing, and engineering analyses , performed, it is our opinion that the proposed drainage improvement project is feasible as planned from a geotechnical perspective, provided the recommendations of this report are implemented during design and construction. Construction of the proposed drainage improvement may be performed using either conventional open-trench"cut and cover" methods, or by trenchless technology. Geotechnical recommendations are provided below for installation of the culvert using these methods. Specifically, these recommendations ' include pipe jacking and microtunneling, excavating and temporary shoring, dewatering, pipe support, trench backfill and compaction, and wet weather earthwork. ' PIPE JACKING AND MICROTUNNELING Pipe jacking is a commonly used method of installing pipes beneath streets or other ' structures where trenching and open cutting is not practical. The method includes excavating a pit to the proposed pipe grade from which a jacking system is used to push ' the pipe through the ground to a receiving pit. An auger is commonly used to remove soil from inside the pipe. With the use of intermediate jacking sections, there is no theoretical limit on the distance to which pipes can be jacked; however,jacking large diameter pipe , more than 200 to 400 feet becomes difficult and relatively expensive. Jacking in wet sands and gravels may require dewatering along the alignment. Where dewatering is not possible, a closed-face or pressure-balanced machine may be required. The use of such ' equipment is commonly considered microtunneling. A variety of microtunneling machines and spoil disposal systems are available. ' In the Pacific Northwest, pipe jacking is often accomplished with auger excavation. The lead pipe is equipped with a cutting edge slightly larger in diameter than the jacked pipe , and kept slightly ahead of the auger. For pipe jacking and microtunneling, the jacked pipe can be used as the final pipe, or another pipe can be installed within the larger outer pipe. If an auger is used, it should be recessed back from the end of the jacking pipe, if possible, ' to create a soil plug that will reduce soil loss and minimize potential settlement of the ground surface above. Adjustments to the distance the auger is recessed may be necessary ' as soil conditions vary. Jacking and receiving pits will require shoring. We expect that sheet pile walls may be ' utilized for temporary support. Recommendations for the design and construction of shoring are presented in the Temporary Shoring section below. Where possible,jacking ' and receiving pits should be located away from overhead utilities so a crane can be used to lower and remove pipe sections and machinery. 8919400.DOC 4 HONG WEST&ASSOCIATEs, INC. , August 8, 1997 Revised October 8, 1997 HWA Project No. 8919-400 In order to minimize potential settlement from jacking or microtunneling operations, the contractor should be required to inject bentonite grout or other lubricant just behind the ' overcut ring at the face of the lead pipe. The injection of lubricant will also reduce frictional drag on the pipes. The overcut ring typically extends '/2 to 1 inches beyond the outside of the pipe. Studies have shown substantial reductions in jacking forces by increasing the size of the overcut and increasing the volume of lubricant injected. However, the size of the overcut should be limited in order to control surface settlements, ' particularly beneath sensitive structures. Volumes of grout required may be several times greater than the theoretical volume of the overcut, particularly in unsaturated ground, due to fluid losses into the surrounding soil. CONVENTIONAL CUT AND COVER INSTALLATION ' An alternative to pipe jacking/microtunneling is conventional"cut and cover" installation. Conventional trenching techniques will require closing SW 43rd Street to all or a portion of the through traffic until the culvert has been installed and backfilled. The following ' sections address unsupported sloped excavations, temporary shoring, dewatering, pipe support, backfill placement and compaction, and wet weather earthwork. Portions of ' these recommendations are also applicable for jacking and receiving pits used in association with pipe jacking/microtunneling methodology described above. Unsupported Sloped Excavations Due to the nature of the fill and alluvial soils anticipated to underlie the proposed culvert, ' care must be taken during construction to maintain stability of open excavations. Maintenance of safe working conditions, including temporary excavation stability, is the responsibility of the contractor and all excavations must comply with current federal, state, ' and local requirements. All temporary cuts in excess of 4 feet in height should be sloped in accordance with Part N of WAC (Washington Administrative Code) 296-155, or they ' should be shored. The existing fill and native soils are granular generally classify as Type C soil, per WAC 296-155. Unsupported excavations in Type C soils should be no steeper than I I H:1 V (horizontal:vertical). This guideline is for slopes above the groundwater ' level. If groundwater seepage is encountered, dewatering or flatter cut slopes may be required. ' Allowable excavations limits within the SW 43rd Street roadway area may restrict the use of sloped excavations. The use of temporary shoring systems will most likely be required in these areas. ' 8919400.DOC 5 HONG WEST&ASSOCIATES, INC. August 8, 1997 Revised October 8, 1997 HWA Project No. 8919-400 Temporary Shoring Sheet pile walls or soldier pile walls are considered suitable for temporary support of ' excavations in areas where open-cut excavations are not feasible, where additional support is required for protection of existing utilities, or for jacking and receiving pits. General ' recommendations for design and implementation of shoring systems for the project are presented below. • Design parameters for sheet pile walls used along the culvert alignment are shown , Figure 6. Surcharge loads from construction equipment, construction materials, excavated soils, or vehicular traffic should also be included in the shoring design. ' These recommended values assume that groundwater will be drawn down from outside sheet pile supported areas. If dewatering is performed from inside the sheet , pile supported area, then hydrostatic pressures should also be included in design of the shoring walls. • To minimize the potential for excessive sheet pile deflections, use of horizontal ' bracing may be needed to provide additional lateral support. • Precautions should be taken during removal of the shoring or sheeting materials to minimize disturbance to the culvert and underlying materials, underlying bedding materials, natural soils, and any adjacent utilities. ' Dewatering ' Based on conditions observed in boring BH-1, some groundwater seepage may be encountered during excavation for trenches or jacking/receiving pits. The sandy fill and alluvial soils underlying the project area are relatively permeable, and minor groundwater ' flows into the excavations may occur. Groundwater seepage will tend to destabilize excavation slopes and may cause"quick" or"running sand" conditions. Because of these ' impacts we recommend that dewatering be accomplished so that excavation and placement of the culvert, bedding, and backfill materials is completed in the dry. If groundwater is encountered during excavation for the culvert or the jacking and receiving pits, we recommend a temporary dewatering system be installed. Minor volumes of groundwater encountered can be controlled using shallow sumps or pumps. ' Collected water should be properly disposed of into roadside ditches and storm drains, and should not be allowed to collect in the base of the excavations. If large volumes of water are encountered during construction, dewatering may require the use of deep wells or well , points. 8919400.DOC 6 HONG WEST&ASSOCIATES, INC. ' ' August 8, 1997 Revised October 8, 1997 ' HWA Project No. 8919-400 Pipe Support ' Based on conditions observed in boring BH-1, we anticipate loose sand to medium stiff silt will be encountered at/near the proposed base of the culvert. Providing the subgrade is ' not disturbed during subgrade preparation, and the excavation is adequately dewatered, the fill and alluvial soils observed in boring BH-1 should provide adequate foundation support for the proposed culvert and backfill materials. ' We anticipate that the weight of the culvert and backfill p g soils well be approximately equal ' to the weight of the soil removed from the excavation. Consequently, settlement should be negligible if disturbance to the subgrade soils is limited. ' In the event very soft, organic-rich subgrade soils are present at the subgrade elevation of the culvert, it may be necessary to over-excavate these unsuitable materials and backfill with pipe bedding material. In these areas, we recommend over-excavating and backfilling ' the soft soils to a maximum depth of 3 feet below the pipe invert with pipe bedding sand. In wet conditions, I1/4-inch minus crushed rock meeting the gradation requirements for Crushed Surfacing, as described in Section 9-03.9 of the 1996 WSDOT Standard ' Specifications for Road, Bridge, and Municipal Construction (WSDOT Standard Specifications), may be used to backfill the over-excavated portion of the trench. ' Pipe bedding materials should be placed on undisturbed soils. If the native subgrade soils are disturbed, the disturbed material should be removed and replaced with compacted ' bedding material. Pipe bedding material, placement, compaction, and shaping should be in accordance with the project specifications and the pipe manufacturer's recommendations. As a minimum, the pipe bedding should meet the gradation requirements for Bedding ' Material for Rigid Pipe, Section 9-03.15 of the 1996 WSDOT Standard Specifications. Pipe bedding should provide a firm, uniform cradle for the pipe. We recommend that a ' minimum 8-inch thickness of bedding material beneath the pipe be provided. The pipe bedding should be shaped to uniformly support the base of the pipe. ' Pipe bedding material should be placed in layers and tamped around the pipe to obtain complete contact. Pipe bedding material should be compacted to 90 percent of its ' maximum dry density, as determined by test method ASTM D 1557. Pipe bedding material should be used as trench backfill to a depth of at least 6 inches above the top of the pipe, for the full width of the trench, as shown on Figure 7. ' As an alternative to bedding material, lean concrete or CDF may be used as a "cradle" for the lower portion of the pipe. If a lean concrete or CDF cradle is used beneath the pipe, it ' should be at least 6 inches thick and should extend up the sides of the pipe a height equal 8919400.DOC 7 HONG WEST&ASSOCIATES, INC. August 8, 1997 ' Revised October 8, 1997 HWA Project No. 8919-400 to one-fourth the outside diameter of the pipe. The cradle should have a minimum width ' at least equal to the outside diameter of the pipe plus 8 inches. Lean concrete or CDF used as pipe bedding or backfill should have a minimum 28-day compressive strength of ' 100 pounds per square inch. Backfill Placement and Compaction ' The results of our investigation indicate the in situ soils contain a high percentage of fine- grained material and are generally wet of the optimum moisture content for compacting. ' Consequently, it is our opinion that soils encountered during excavating will not be suitable for reuse as trench backfill. We recommend that excavation backfill consist of ' imported Bank Run Gravel for Trench Backfill, as described in Section 9-03.19 of the 1996 WSDOT Standard Specifications. During placement of the initial lifts, the backfill material should not be bulldozed into the excavation or dropped directly on the structure. ' Furthermore, heavy vibratory equipment should not be permitted to operate directly over the structure until a minimum of 3 feet of backfill soil has been placed. Alternatively, lean concrete or CDF may be used to backfill the pipe excavation. ' Trench backfill materials should be moisture conditioned to within about 3 percent of , optimum moisture content, placed in loose, horizontal lifts less than 8 inches in thickness, and compacted to at least 90 percent of the maximum dry density. In areas beneath pavement sections and sidewalks, the upper 3 feet of the backfill should be compacted to , at least 95 percent to provide an adequate subgrade for the pavement section, as shown on Figure 7. In areas where several inches of settlement can be tolerated, such as landscaped areas, compaction requirements could be reduced to 85 percent, with the upper 3 feet ' compacted to at least 90 percent (see Figure 7). The procedure to achieve proper density of compacted fill depends on the size and type of ' compaction equipment, the number of passes, thickness of the layer being compacted, and certain soil properties. When access restricts the use of heavy equipment, smaller , equipment can be used, but the soil must be placed in thin enough lifts to achieve the required compaction. Wet Weather Earthwork ' If earthwork is to be performed or fill is to be placed in wet weather or under wet ' conditions when control of soil moisture content is not possible, the following recommendations should apply; Earthwork should be accomplished in small sections to minimize exposure to ' wet weather. Excavations or the removal of unsuitable soil should be followed 8919400.DOC 8 HONG WEST&ASSOCIATES, INC. ' August 8, 1997 ' Revised October 8, 1997 HWA Project No. 8919-400 immediately by the placement and compaction of a suitable thickness of clean structural fill. The size of construction equipment used may have to be limited ' to prevent soil disturbance; • Material used as trench backfill should consist of clean, granular soil, of which ' not more than 5 percent by dry weight passes the U.S. Standard No_ 200 sieve, based on wet sieving the fraction passing the'/4 inch sieve. The fines should be non-plastic; • The ground surface in the construction area should be sloped and sealed with a ' smooth drum roller to promote rapid runoff of precipitation, to prevent surface water from flowing into excavations, and to prevent ponding of water; ' • No soil should be left uncompacted so it can absorb water. Soils which become too wet for compaction should be removed and replaced with clean granular materials; and, ' • Excavation and placement of fill should be observed on a full time basis by a person experienced in wet weather earthwork to verify that all unsuitable ' materials are removed and suitable compaction and site drainage is achieved. The above recommendations for wet weather earthwork should be incorporated into the contract specifications. ' UNCERTAINTY AND LIMITATIONS We have prepared this letter report for use by the City of Renton and R.W. Beck in design of a portion of this project. This letter report should be provided in its entirety to prospective contractors for bidding and estimating purposes; however, the conclusions and interpretations presented in this letter report should not be construed as a warranty of ' the subsurface conditions. Experience has shown that soil and groundwater conditions can vary significantly over small distances. Inconsistent conditions can occur between explorations and may not be detected by a geotechnical study. If, during future site ' operations, subsurface conditions are encountered which vary appreciably from those described herein, HWA should be notified for review of the recommendations of this report, and revision of such if necessary. ' We recommend that HWA be retained to review the plans and specifications to verify P P that ' our recommendations have been interpreted and implemented as intended. Sufficient geotechnical monitoring, testing, and consultation should be provided during construction to confirm that the conditions encountered are consistent with those indicated by ' 8919400.DOC 9 HONG WEST&ASSOCIATES,INC. 1 August 8, 1997 Revised October 8, 1997 1 HWA Project No. 8919-400 explorations and to verify that the geotechnical aspects of construction comply with the 1 contract plans and specifications. The scope of our work did not include environmental assessments or evaluations 1 regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or groundwater at this site. 1 This firm does not practice or consult in the field of safety engineering. We do not direct the contractor's operations, and cannot be responsible for the safety of personnel other 1 than our own on the site. As such, the safety of others is the responsibility of the contractor. The contractor should notify the owner if he considers any of the recommended actions presented herein unsafe. O . O 1 We appreciate the opportunity to provide geotechnical services on this project. 1 Sincerely, HONG WEST& ASSOCIATES, INC. • �NAL�© EXPIRES � David L. Sowers, P.E. Scott L. Hardman, P.E. Geotechnical Engineer Senior Geotechnical Engineer 1 DLS:SLH:dls Enclosures: Figure 1. Vicinity Map Figure 2. Site and Exploration Plan Figure 3. Legend of Terms and Symbols Used on Explorations Logs 1 Figure 4. Log of Boring BH-1 Figure 5. Plasticity Chart Figure 6. Compaction Criteria for Culvert Backfill Figure 7. Earth Pressures for Temporary Shoring 1 8919400.DOC 10 HONG WEST&ASSOCIATES, INC. 1 _ lick _ i .'wt� < - v �� �- ^s Parks �•� Black ^Rluer. v 3 I ` �B 3 ' I f l+7 Pumping Sta r/ �� j= �S Gaging 5faa �Y ,L R.' p l '.�' - , s ti Arnold, ro a •1 I, I Sri■ I�!� ii 1 i i [ d0 s 3r S p'\ -'+ .' } •e p Power _\1 " Plant' Sewage ;� m�,-a .�. ;M 1] Plan �� -I' � •••" �� � � \�1 ' ;i�,-,'. Su ��; :• 726 24 1 bstala Ewa t off_. t /, •tea' i ,I i idI 1 ' f �e it C`= 46 1 Tan.*Ifid: albot o eU n ; W, �± .. sc •t - _--—^3 'Park S i Cr s• '■ � •' IIf � _ i 4 ,•■ — __ ( j ' \` �I fir•—' ism as car arl �7;♦ _ -_ -1 -_ �II 25 Ir I Tukwila IF, 1PROJBC , �(- ilrl V � 'i I. . .` •• LOCATT N ,oc°° �, Ii�� I: ] � 1 I_�-III F. —+ I a - t�l Green ' I r�'1,� I ,.�'tHos • Rf1r1 __�. CO EID Lj CORP Pk ,Sufi I 36 � 43 ', 111, ► . �No :P 71. r i tE �•, cL ' ! ��ti■f� � � ( ` � o�`'iy�`.' 1. - r a �_� ■ ' . = -- Y I• ,I` '�'i I NOT TO SCALE 11 -■t ' ' e� 1 1' ' •.BM :0 1M= I � � i i•o s: i r�l SW 43RD DRAINAGE IMPROVEMENT VICINITY MAP flONGWEST RENTON, WASHINGTON ' &ASSOCIATES,INC. PROJECT NO.: S91 9-400 FIGURE: 1 D: JOBS 8919-400 8919001.DWG TA:f6m WWI Tw I Q 1`R I II [u 20--"M111OR tool/�F�u.Ywrii iTA.oMLM U•[TK'lt. I I �� a r it I / • (Yt3 I S 019t.90 t.l.•i4B1 ii"•1::"'L`["^"wT CURD RETuau pATA R-0. .t N" I 1•ao li •iS.n-[T.Sa'R R•SB.00' evTvivs-.- Ik mIo nrna 0tnelnLl I I ..:as � 1••NK' , t.•BLts• � I.I.. - - � I tk toao � r I II R toTOY` a I.•...0 li.•.i.� .i X.tY1.7194-R9'¢ JJ \ kl y PT. ]B.OY• TTC 10.97 101 Pe L7 10.51 Igo WE S S.W.43rd.STREET i m'Y]T'E - •� \ - .__ 8 S.1'L 43t0.STREET 3 V aTRTT/C t -- __- TBT• -TWOE "f I �`� J + r c:aB3 1.77. �o- GLR6 RFIURR MTA I ^ s•:i.00n•. 4 t �\(cute RETURN wu� �Ln IR, tU.4 R.wi M• iF� Iia w= A•\ 2T N. J +y . o.Lo .R T. TAG Tot .11 OORT. I ArI" LfT.1.0•.tB.00'lr• tNOCYR►TRANLaK11 I EIr• Z (NO CURB TRANCITIBN K M70 I WWWa le T/C to.74�` NOTE: Elevations shown on this plan are based a o 1 STA.I.Oi- tlm'Rt I STA.1.0!•nm\ on the NGVD(1929)datumTo �rATi u nn convert to the current NAVD(1988) datum,add 3.58 feet to the NGVD W 1 Z) elevations shown. I z Q 0' 20' Q, 60' O LEGEND I � 1'-40 BH-1 BORING DESIGNATION YL�I SW 43RD DRAINAGE IMPROVEMENT SITE AND AND APPROXIMATE LOCATION flONGWEST RENTON, WASHINGTON EXPLORATION PLAN REFERENCE: Base map proAded by R.W. BECK INC. R AS S 0 C 1 AT E S.1 N C PROJECT NO.:$91 9—400 FlGURE:2 os 891/-400 8919002onc RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS COHESIONLESS SOILS COHESIVE SOILS GS Grain Size Distribution ' Approximate Approximate %F Percent Fines Density N(blows/ft) Consistency N(blows/ft) Undrained Shear CN Consolidation Relative Density(%) Strength Ipsfl TX Triaxial Compression Very Loose 0 to 4 0 - 15 Very Soft 0 to 2 <250 UC Unconfined Compression Loose 4 to 10 15 35 Soft 2 to 4 250 - 500 DS Direct Shear ' Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 - 1000 M Resilient Modulus Dense 30 to 50 65 - 85 Stiff 8 to 15 1000 2000 PP Pocket Penetrometer Very Dense over 50 85 - 100 Very Stiff 15 to 30 2000 4000 Approx.Compressive Strength (tsf) Hard over 30 >4000 TV Torvane ' Approximate Shear Strength (tsf) ASTM SOIL CLASSIFICATION SYSTEM CBR California Bearing Ratio MAJOR DIVISIONS GROUP DESCRIPTIONS MD Moisture/Density Relationship PID Photoionization Device Reading Gravel and o O GW Well-graded GRAVEL AL Atterberg Limits: PL Plastic Limit ' Coarse Clean Gravel LL Liquid Limit Gravelly Soils Grained (little or no fines) 1 GP Poorly-graded GRAVEL Soils More than SAMPLE TYPE SYMBOLS 50%of Coarse Gravel with . 1 G ry M Silty GRAVEL I Fraction Retained Fines(appreciable ® 2.0" OD Split Spoon(SPT) on No.4 Sieve amount of fines) GC Clayey GRAVEL (140 lb.hammer with 30 in.drop) IShelby Tube Sand and Clean Sand SW Well-graded SAND Sandy Soils (little or no fines) - �' 3.0" OD Split Spoon with Brass Rings More than Sp Poorly-graded SAND O 50%Retained 50%or More Small Bag Sample on No. of Coarse Sand with SM Silty SAND 200 Sieve Fines(appreciable Large Bag p Fraction Passing � g g (Bulk)Sample Size on No.4 Sieve amount of fines) SC Clayey SAND i Core Run ML SILT Fine Silt Non-standard Penetration Test Grained and Liquid Limit ' Less than 50% CL Lean CLAY (with split spoon sampler) Soils Clay OL Organic SILT/Organic CLAY COMPONENT PROPORTIONS MH Elastic SILT ' 50% or More Silt Liquid Limit DESCRIPTIVE TERMS RANGE OF PROPORTION and Passing a 50%or More CH Fat CLAY Trace 0 - 5% Clay No.200 Sieve // Few 5 - 10% Size j j/ Of I Organic SILT/Organic CLAY Little 15 - 25% Some 30 - % Highly Organic Soils PT PEAT 10 Mostly 50 - 0% COMPONENT DEFINITIONS GROUNDWATER WELL COMPLETIONS Locking Well Security Casing COMPONENT SIZE RANGE Well Cap Boulders Larger than 12 in Concrete Seal Cobbles 3 in to 12 in Well Casing Gravel 3 in to No 4(4.5mm) Coarse gravel 3 in to 3/4 in Bentonite Seal Fine gravel 3/4 in to No 4(4.5mm) Q Groundwater Level (measured at Sand No.4(4.5 mm)to No. 200(0.074 mm) time of drilling) ' Coarse sand No.4(4.5 mml to No. 10(2.0 mml = Groundwater Level(measured in Medium sand No. 10(2.0 mml to No.40(0.42 mml well after water level stabilized) Fine sand No.40(0.42 mm) to No. 200(0.074 mm) Slotted Well Casing ' Silt and Clay Smaller than No. 200(0.074mm) Sand Backfill NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation in general accordance with ASTM D 2487 and ASTM D 2488. Soil descriptions MOISTURE CONTENT are presented in the following general order: ' DRY Absence of moisture,dusty. Density/consistency,color,modifier(if any/GROUP NAME,additions to group name(if anyl,moisture content. dry to the touch. Proportion,gradation,and angularity of consdruenrs,additional comments. (GEOLOGIC/NTERPRETA 770N) MOIST Damp but no visible water. Please refer to the discussion in the report text as well as the exploration logs for a more WET Visible free water,usually ' complete description of subsurface conditions. soil is below water table. LEGEND OF TERMS AND ULWI SW 43rd Drainage Improvement SYMBOLS USED ON ijONGWEST Renton, Washington EXPLORATION LOGS &ASSOCIATES, INC. ' PROJECT NO.: 891 9-400 FIGURE: 3 LEGEND 89194 8/6/97 DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 DRILLING METHOD: Mobile B-61, Hollow Stem Auger DATE COMPLETED: 7/31197 SURFACE ELEVATION: 20 t Feet LOGGED BY: D. Sowers U w ' w U I Co U n. Q w t H Standard Penetration Resistance o ' F-- Z !2 c w (140 lb. weight, 30" drop) ' .m O O U J J w z Blows per foot F=- Co o- � w _ a I- Z o = O a o U) Q DESCRIPTION U) N aw a O O 0 10 20 30 40 50 0 , 0 9 inches of asphalt. 0 GP 9 inches of crushed rock base course. SP Loose to medium dense, dark brown, poorly ' SM graded SAND with silt and gravel, moist. r S-1 5-5-5 (FILL) SM Loose to medium dense, olive gray to brown, silty SAND, moist. 5 _ _ _ _ _ (ALLUVIUM) _ _ _ _ _ S-2 1-2 3 ..............0......._............_............_ .. 5 ML Medium stiff, dark gray, SILT with fine sand interbeds, moist to wet. Trace of organic ' matter. S-3 1-2-4 SM - - - - - - - - - - - - - - - - - - - - - - - - - : 10 Loose, very dark gray, silty fine SAND, wet. S-4 2-3-3 %F - _ _ 10 // OH Medium stiff to stiff, dark grayish brown, SILT with fine sand interbeds to ORGANIC SILT, S-5 4-4-5 wet. 15 /j% S-6 1-2-3 AL �...........i......:..... _ .. 15 : � /j Peat interbed encountered at 16 feet. jj �z i SP Loose to medium dense, dark gray, poorly S-7 9-10-15 ' graded SAND with trace of silt, wet. Sand fine grained. 20 -A�...... ......... ...... ...._............_ .. 20 ' S-8 7-4-5 Bottom of boring terminated at 21.5 feet. ' Standing groundwater observed at 17 feet below the ground surface. 25 25 0 20 40 60 80 100 Water Content M ' Plastic Limit 1-0—i Liquid Limit Natural Water Content NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated , and therefore may not necessarily be indicative of other times and/or locations. BORING: BH-1 SW 43rd Drainage Improvement iiONGWEST Renton, Washington PAGE: 1 of 1 &ASSOCIATES, INC. PROJECT NO.: 891 9-400 FIGURE: 4 BORING e9194 8/6/97 60 CL CH 50 CL X 40 w 0 Z >- 30 H U_ H Q 20 — --- J d 10 — CL-ML ML I)HH 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) SYMBOL SAMPLE DEPTH (ft) CLASSIFICATION % MC LL PL PI % Fines • BH-1 S-6 15.0 - 16.5 (OH) Dark grayish brown, organic silt. 74 75 50 25 SW 43rd Drainage Improvement PLASTICITY CHART +IONGWEST Renton, Washington & ASSOCIATES, INC. PROJECT NO.: 89 1 9-400 FIGURE: rJ HWAATTB 89194 8/6/97 �—---B X ' LOAD = qT-1 SHEET PILE OR ' SOLDIER PILE WALL X/2 H ' 1.58 t BOTTOM OF EXCAVATION ' 0.4(1—(X/B))q D , LATERAL PRESSURE FROM ' UNIFORMLY DISTRIBUTED LOAD KaTf'D KaTfH Kp-6'D ACTIVE AND PASSIVE EARTH PRESSURES Ka = .33 for level backslope (0 = 30') , Kp = 3.0 ' V = 115 pcf Tf' = 53 pcf ' NOTES: 1. Recommended lateral earth pressure values assume subsurface soils consist of loose fill deposits. 2. It is assumed that drainage is provided so that water pressures do not act on wall above bottom of excavation. 3. The coeffients of active and passive pressure do not include the ' effects of wall friction 4. For soldier pile walls, the active and passive pressure coefficients can ' be assumed to act over one and three times the pile width below the base of the excavation, respectively_ 5. A factor of safety has not been applied to the recommended ' earth pressure values. MWA SW 43RD DRAINAGE IMPROVEMENT EARTH PRESSURES FOR EONGINEST RENTON WASHINGTON TEMPORARY SHORING ' �ASSOCIATES,INQ PROJECT NO.:8919-400 FIGURE: 6 , C: JOeS 8919-400 8919004.DNG NON-ROADWAY PAVEMENT AREAS I AREAS . . ... .. .. . ... .. .. . . . . .. .. . ... .. ... .. m VARIES90 . El . ... . . .. .. .. . ... . . . . ... . . . .. . .. . . . . . .. . ... .. .. . ... .. . .. ... .. ... ..... ... ... .. ... . .. .. ... ... . ... . .. .. ... . . . . . .. . .. .. ... ... ..... .. . . ... .. .. .. . . . . . . ... . . . . .. ... ... .. ... ... . . .. .... . . ...... ... . . . .. . . ... ... . .. ... . ... .. .. i R.. ... .. 3 FEET . . .. ... . . .. . . . . .. . . . . .. .. ... .... . . .. .. .. . ... . .. ... .. .. . ... .. .. . . .. ... . . ... . .. .. ... . . .. .. ... ... . . ... . ... .. . .. . . . . .. .. . . . .. .. . . .. . . .. . ... .. . .. ... . .. . .... ... . . .... .. .. .. . . .. .. . . . ... . . .. . . .. . . .. . . . . . .. . . . . . . . .. . I . ...... .. ... .. . . . .. . ... . . .. . ... .. . . .. ... . .. .. .. . ... . .. . ... . . ... ... . .... . . . .. . . . .. . .. . . . .. . . . . .. . .. ... . . . .. . . . . . .. . . .. .. .. . I .. . . . . ... .. . . . . .. . . .. . . . . . . . ... .. . .. . .. . .. .. .. . ... . . .. . . .. .. .. . . .. . . .. . . . . . .. . . . . . . ... ... . . . . .. . . .. . .... .. . .. .. . . .. . . .. . ... .. . . . . ... . . .. . . .. . . .. . . . . . .. . . . . .. ... ... . . . .. .. . . .. .. ... .. . .. ... . .. . . .. . . . . . . . . . . .. . . .. .. ... ... . . ..... .. ... ... .. .. . . . . . .. . . ... . . . . . ... . .. . . .. . . . . . . . .. .. VARIES . . . .. .. . ..... ... . . .. . . .. . . . .... . . . . . . . . .. . . .. . . .. . . . . . .. . . .. .. ... .. . ... .. .. . ... . . ... ... . .. . .. ... . .. .. ... ... . . .. ... .. ... . .. .. .. . . .. . .. . . .. . . . . . . . . . . . .. .. . . .. . . .. . . . ......... .................:............ .............................. ........... ..... . . . ...................... .................. ............................................... lll%,.,w._.,:.,.,.,.,.,:_,._ ................... ................ ......... ............................ .......... .......... .............. ...*............. ..... ...................... PIPE .... . ... VARIES ..................... ............. .......... .......... ................................. LEGEND ' 90 RECOMMENDED MINIMUM PERCENTAGE OF MAXIMUM DRY DENSITY, O AS DETERMINED BY TEST METHOD ASTM D 1557 (MODIFIED PROCTOR). PAVEMENT GRAVEL BASE TRENCH BACKFILL PIPE BEDDING COMPACTION CRITERIA FOR SW 43RD DRAINAGE IMPROVEMENT CULVERT BACKFILL EONGWEST RENTON, WASHINGTON &ASSOCIATES, INC- PROJECT NO.: 8919-400 FIGURE: 7 D:\JOBS\8919-400\891900,3.DW F CONSTRUCTION NOTES R/W R/W ' O + I BO INSTALL DESIGN 'B' JUNCTION BOXES AT APPROX. LOCATIONS SIGNAL PHASING DIAGRAM SIGNAL FACE SCHEDULE I INSTALL SIGNAL POLE RS AT APPROX. STA, 13O 9O, j$,S ..T; 1 3 THREE VEHICLE SIGNAL HEADS; 250 W H.P.S. LUMINAIRE; TWO SHOWN, USE WSDOT STANDARD PLAN J-11. 6 18 I7 2+9a, 0 2+5 PEDESTRIAN SIGNAL HEADS, TWO PEDESTRIAN PUSHBUTTONS; TWO j ' ONE-DIRECTION PREEMPTION DETECTORS; D3-3 "BOTH AVE, S., O INSTALL DESIGN 'C' JUNCTION BOX AT APPROX. LOCATION SHOWN. VALLEY PKWY." SIGN." USE WSDOT STANDARD PLAN J-11. 3 I I 01+5 �— EON I �— 0 2+6 R l2" R I 12" - OINSTALL SIGNAL POLE #2 AT APPROX. STA. 132 + 04, 42' RT.; IO INSTALL 6' X 6' (3 TURN) INDUCTION LOOP VEHICLE DETECTORS r I j - �.� G� THREE VEHICLE SIGNAL HEADS; 250 W a.P.S. LUMINAIRE; TWO AT THE LOCATIONS SHOWN. USE DETAILS E AND O O r PEDESTRIAN SIGNAL HEADS; TWO PEDESTRIAN PUSHBUTTONS; HEADS 21-28 Y I I 1C— 01+6 —>. IZ" j D3-3 "VALLEY PKWY., 80TH AVE. S." SIGN." *FOR SIGNAL POLES, USE DETAILS B, C AND D AND THE FOLLOWING �" WSDOT STANDARD PLANS: 1 I ( —a �~ �• _- 3O INSTALL SIGNAL POLE #3 AT APPROX. STA. O + 57, 40' RT.; THREE VEHICLE SIGNAL HEADS; 250 W H.P.S. LUMINAIRE, TWOJ_0 (TYPE AMOUNTING) I I I �� B (rG 12" PEDESTRIAN SIGNAL HEADS; TWO PEDESTRIAN PUSHBUTTONS; J-6A (BACKPLATE AND TUNNEL VISOR) y' I I I,I ' E Z a ' D3-3 "S.W. 43RD ST. (S. 1BOTH ST.)" SIGN." J-6B (TYPE L MOUNTING) J it HEADS I-8 3 c J-8 (SIGNAL POLE FOUNDATION) J I 4 7 >„1 7 Y c 4� INSTALL SIGNAL POLE #4 AT APPROX. STA, 0 + 57, 40' LT.; <I 1 j 0 4+7 Y y 5 a THREE VEHICLE SIGNAL HEADS; 250 W H.P.S. LUMINAIRE, Two ' 1 � 7 ' PEDESTRIAN SIGNAL HEADS, TWO PEDESTRIAN PUSHBUTTONS; HEADS 9-12 TWO ' Il j Uo,m ONE-DIRECTION PREEMPTION DETECTORS; D3-3 "S. 180TH ST. 04+ B Y 03+ 7 SIGNS TO BE (S.W. 43RD ST.)" SIGN." BY CITY AND BOLTED FURNISHED TO � SIGNAL HEADS BY CONTRACTOR. I 3 OINSTALL TYPE M FOUNDATION AND TRAFFIC SIGNAL CONTROLLER 03R-8 CABINET AT APPROX. STA. 132 + 16, 54' LT. USE WSDOT 1 STANDARD PLAN J-6C. I 1 25(TYP) 3 II O INSTALL FOUNDATION AND ELECTRICAL SERVICE CABINET AT -APPROX, STA, 132 + 08, 60' LT. USE DETAIL H. i I3 0+71 7 T O INSTALL INTERMEDIATE DESIGN JUNCTION BOXES AT APPROX. 7 / 1 6 6 LOCATIONS SHOWN. USE DETAIL A. - ` i 17 18 R/W -- -- _ 2I. 3 _ 4 B 4 8 IO y 0 21 T WC W IS 13 5 26 it CROX. L ._ 1 2 4 6 Q Q �I �• I2 ' Il I � `- ' I m SW 43RD Sr. 1 3 C l I aSOTH .1 1+ae.7 19�1 2 s m y ,} 129 I30 STA O+p00S 1 i Q. - 1 10 7 10 2a - 133 134 �} SM 43RD ST. 5 10 I - - - L �. C -ult 131+54.93 1� a • It W c II . . . .6 . . 9 1 7 sr�o0 PKNY 3I cc C 12 10 6 APPROX. 4 .. . y O C ' I I ,Iy1+95.20'RT i p N � 5 1 6 - — In 9 13 Lu R/W --_—_—6 -� 23 t '� II S. 43RD S�—-- (S. 180TH ST) -- R/W cc 7 2 11 B 2 B 2 \ W. / S WIRING SCHEDULE 24 37 9 2O 5 ' 7 i2 cli Iyu 8 ' A4-1c x14 (TWISTE➢ PAIRS) SAWCUT, 1" CONDUIT \\ o+71 I I! LEGEND ' © 4-1C #8, 1-1C #10 BARE 1k" SCH. 80 PVC CDNDD!T I 38 2t. 2z SHIELDED, - c J'1i" VEHICLE SIGNAL HEAD SCH. 80 PVC CONDUIT I i� Q 1-2c #14 SHIELDED 1'�" SCH. 40 PVC CONDUIT 6-2C #14 S 75 yl..� 2-1C # 8, 1-1C #10 DARE 1'�" SCH. 40 ?VC CONDUIT 2 " $CH!, BO PVC CONDUIT ' 3 PEDESTRIAN SIGNAL HEAD (SPARE) i39 25 rYP I `\ HFIH• PREEMPTION DETECTOR s :. 4 2-1C #8, 1-lc #10 BARE 2k." SCH. 40 PVC CONDUIT, ' Q 1-2C #14 SHIELDED 18,I SCH. 40 ?VC CONDUIT - _ I . i� TRAFFIC SIGNAL CONTROLLER CABINET - 4-Sc, 2-3c (PREEMPTION) 2 " SCH. 40 PVC CONDUIT \ ® DESIGN'S'CONCRETE JUNCTION BOX Q1-2C #14 SHIELDED, (SPARE) I 4 1- 1' 15 2 1C #8, 1 1C #10 BARE 3 SCH. 80 PVC CONDUIT, I 11 \ 8 INTERMEDIATE DESIGN CONCRETE JUNCTION BOX 6C SHIELDED SCH, 40 PVC CONDUIT I I I I 0 DESIGN'C'CONCRETE JUNCTION BOX 2-1C #8, 1-1C k1O .MARE 114 SCH- 4O PVC CONDUIT 3-2C k14 SHIELDED 2 " $CH. 8O PVC [D!iD➢IT �' I 4-5C, 2-3c (PREEMPTION) (SPARE) I --- UNDERGROUND CONDUIT Qs 12-1c #14 (TWISTED PAIRS) SAWCUT, 1$° CONDUIT 1-6c $HtELDED 13 8 �I TRAFFIC MOVEMENT IDENTIFICATION CONDUCTORS PER PUGET SOUND 16 2-1C S$, i-IC #10 BARE 2 ScH. 4U PVC CONDUIT, INDUCTION LOOP VEHICLE DETECTOR _ POWER $ LIGHT CO. .''(ECUIREPIENTS 1'_" SCH. 40 PVC COND•JIT 4-5C, 2-3C (PREEMPTION) 2 " SCH. 40 PVC CONDUIT (A (w UNDERGROUND ELECTRICALVAULT (VERIFY LOCATION) ' (SPARE) I M ELECTRICAL SERVICE CABINET Q 8-1C k$, 1-1C #10 BARE 2" Sc,,... 40 PVC CONDUIT 15-5C, 4-3C (PREEMPTION) 2-4 SCH. 4U PV[ [GtiDDIT, W 1 I )=rL 250 W HPS.LUMINAIRE 2-_C k6 (SERVICE) 2" SCH. 40 PVC [DI4DJIT 12-1C k14 SHIELDED 2 " SCH. 40 PVC CONDUIT Q i I II 2-6C SHIELDED, 1-1C ""10 BLARE (SPARE) 1 I j 400 W HAS.LUMINAIRE pr 2-1C #6 (SERVICE) 1 1 As2-1c #8, 1-1c #10 3ARE 2: PVC•" ScH. 40 CoN➢ul7 = ' 4-5C 2" SCH. 40 PVC CONDUIT (SPARE) 18 2-1C #8, 1-1C #10 BARE 1:-" SCH. 40 PVC CONDUITOD Q2-1C #8, 1-1C #10 BARE 3" SCH, 80 PVC CONDUIT 1-6C SHIELDED 1:�" ScH. 40 PVC CONDUIT 1 L 9 1 3 DncIA138 "1_._2/10/81 3-2c #14 SHIELDED, 4-5C 2" SCH. SO PVC CONDUIT (SPARE) 19 i 6-2C #14 SHIELDED, �-5C EXISTING 31i" STEEL CONDUIT i --- ' 10 2-1C #8, '-IC #10 HARE lk" SCH. 40 PVC CONDUIT 4`1C k8, 1-1C 010 BARE EXISTING 11:" STEEL CONDUIT j �� � Ur.igncd OHE ere Urucn—._RPM 1-6C SHIELDED 1'` SCH. 40 PVC CONDUIT EXISTING 2 STEEL CONDUIT i A Op H.B/J CLcrkc<I_DME 11 (SPARE) APpro.cd VHS 2-1c #8, 1-IC #10 BARE I V ScH, 40 PVC CONDUIT 2+94 / � .� _ 7o u..,;. x..l,,t><•r Iz 2-lc #S, 1-1c #10 BARE 2 " SCH. 40 PVC CONDUIT, t' TRANSPORTATIOV PLANNING & ENGINEERING, INC. 9fss•`•�i5«E�6�� f_Sr' 9" Cr., Lfl Our fn.�n��,T !Co"ncl .,,... A ..,...