Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272710(6) (2)
1 _y 1 AWARDED TO: Contract No. CAG 98-001 0� 1 - 1 ' BID PROPOSAL, CONTRACT DOCUMENTS & SPECIFICATIONS FOR 1 OAKESDALE AVE. EA"FE NS 1 PHASE IA - SW 27TH ST. TO SW 16TH ST• WASHINNGTON STATE TIP(TIA) PROJECT # 9P•102(002)-1 1 1 + ••• � � �,EY !/U� ••. � ,1� of wAs;,`v � Cf 2 � r 4 24764 • .� G�� � cti, �a� �,,tQi' EXPIRES: 1/28/99 E51RES I2, TZ - 99, , 1 1 i CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING, 200 MILL AVE. S. RENTON, WASH. 98055 • (425) 235-2631 CITY OF RENTON OAKESDALE A VENUE SOUTHWEST EXTENSION INDEX I. CALL FOR BIDS II. INTRODUCTION 1. Instructions to Bidders 2. Summary of Fair Practices Policy, City of Renton 3. Summary of Americans with Disabilities Act Policy, City of Renton 4. Scope of Work 5. Vicinity Map III. PROJECT PROPOSAL 1. Bidders Checklist 2. Proposal 3. Schedule of Prices 4. Bidders Qualifications and Experience Record 5. Key Personnel and Equipment Schedule 6. Acknowledgment of Receipt of Addenda 7. Bid Bond Form 8. Certification of EEO Report 9. Non-Collusion and Debarment Affidavit 10. Assignment of Antitrust Claims 11. Minimum Wage Affidavit Form 12. Subcontractor List IV. CONTRACT DOCTJMENT FORMS l. Bond to the City of Renton 2. Contract Agreement 3. City of Renton Insurance Information Form 4. Certificate of Insurance(Sample) V. CONTRACT SPECIFICATIONS 1. Amendments to the Standard Specifications 2. City of Renton Supplemental Specifications 3. Special Provisions APPENDIX A- SAMPLE FORMS 1. Recycled Product Reporting Form 2. Certification of Payment of Prevailing Wages APPENDIX B-HYDRAULIC PROJECT APPROVAL APPENDIX C-PROJECT GEOTECHNICAL INFORMATION APPENDIX D-HOURLY MINIMUM WAGE RATES APPENDIX E-STANDARD PLANS I. CALL FOR BIDS CITY OF RENTON I. CALL FOR BIDS Oakesdale Avenue SW Extension I-1 I. CALL FORBIDS CITY OF RENTON CITY OF RENTON OAKESDALE AVENUE SOUTHWEST 1. CALL FORBIDS Sealed bids will be received until 2:30 p.m., January 15, 1998, at the City Clerk's office and will be opened and publicly read in the 5`h floor conference room, Renton Municipal Building, 200 Mill Avenue South. The work to be performed within 139 working days from the date of commencement under this contract shall include, but not be limited to: This contract provides for the 0.7 mile extension of Oakesdale Avenue SW, between SW 27th Street and SW 16th Street. This project consists of constructing approximately 3,750 feet of new roadway and 500 feet of Springbrook Creek widening including, but not limited to: clearing and grubbing, removal of structures and obstructions, roadway and channel excavation, structure excavation, grading, paving, sidewalk, retaining walls, curb and gutter, storm _sewer, biofiltration swales, wet ponds, wet vault, trail modifications, wetland creation and enhancement, construction of a single-span, precast, prestressed W74G concrete girder bridge, street lighting, traffic signals, channelization, landscaping, sanitary sewer and water main improvements, and other work necessary to complete the Work as specified and as shown in the Contract Documents. This project is subject to a Corps of Engineers Section 404 permit that has yet to be issued. Issuance is anticipated prior to March 1998. Portions of the work cannot begin until the Section 404 permit is obtained. This project is on a tight time schedule. The roadway from SW 27`h Street to SW 19t' Street must be completed no later than September 30`h, 1998 and can be started immediately upon receipt of the City's Notice to Proceed following execution of the contract. If the Section 404 permit is obtained prior to March ls`, 1998 the entire project must be completed by September 30`h, 1998. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained in PP P P Y the Public Works Department Customer Services at the 4`h floor Renton Municipal tBuilding (Tel. 235-2631), for a non-refundable fee of$30.00 + $2.58 (Total $32.58) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. For information regarding this project contact Joe Armstrong, Project Manager at (425) 277-6203 [Fax # (425) 277-4428]. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. Oakesdale Avenue SW Extension II-2 I. CALL FORBIDS CITY OF RENTON The City's Fair Practices and Non-Discrimination Policies shall apply. The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration of an award. Maril J. etersen, City Clerk Published: Daily Journal of Commerce: December 15`h and 22"d, 1997 Oakesdale Avenue SW Extension II-3 H. INTRODUCTION CITY OF RENTON II. INTRODUCTION Oakesdale Avenue SW Extension H-1 II. INTRODUCTION CITY OF RENTON 1. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. A Pre-Bid Conference will be held at Boeing's Commercial Airplane Group Headquarters (BCAG) Construction Management Office (see location map on next page) at 10:00 a.m. on January 6, 1998. All potential bidders are encouraged to attend. This will be your only opportunity to ask direct questions related to the project. The Engineer will transmit to all prospective Bidders of Record such addenda as the Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon, and will not be binding or legally effective. 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 Planning/Building/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. Oakesdale Avenue SW Extension II-2 Driving Instructions to the BCAG Headquarters Office Building Site MTraveling North or South on I-5 • Take exit 1-405 North • Take exit 1 (181 South,Tukwila, West Valley Highway) • Left on West Valley Highway/ Interurban Ave• Right on SW Grady Way Boeing Longa'cres Parr • Right on Oakesdale Avenue SW Renion, WA • Right on SW 16th Street Alternate: Traveling North or South on 1-5 • Take exit 1-405 North - Take exit 1 (181 South,Tukwila, West Valley Highway) - Right on West Valley Highway/Interurban Ave • Left on Longacres Way (158th) I o L Traveling South on 1-405 South lop • Take exit 1 (181 South,Tukwila, West Valley Highway) 9`9 • Cross Interurban/West Valley Highway onto SW Grady Way my� • Right on Oakesdale Avenue SW P� • Right on SW 16th Street GQP04 J.., .14A �- 405 TO RENTON Fm- \ 5- 3 25-02 SW Ism STREET \ 25-01 CPMP,PN � HAMPTON INN I 25-70 o I � r o Z ZI D - __-__-__.__.__.__.__ _-_ p rm- m < �' E PROJECT m z Office Trailer Site :/—gpUNDARY ROOK m y BAUGH-25-737 BUILDING SPRING CREEK LONGACRES WAY 5&n AveS BOEING-25-777 SITE - Water - ��. i EMRASSYSUITES I Pond 9 HOTL7 I _ c I I Crew Parlb— Ing m I I I I Gate SAP+' I TO SOUTHCENTER GREEN RIVER RAILROAD TRACK}SIt SW 27TH STREET 17 II. INTRODUCTION CITY OF RENTON 1 The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of ' the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage) as indicated on forms enclosed in Section IV-3 of this document herein and as identified within Specification Section 1-07.18. 12. The Contractor shall familiarize him/herself with the project's critical and demanding schedule for completion. Assuming all permits are received prior to March ls`, 1998 the entire project must be completed by September 30`h, 1998 to permit Boeing occupancy of the new headquarters building currently under construction adjacent to the Oakesdale alignment. Prior to the start of construction, the contractor shall provide the City of Renton a detailed bar chart-type construction schedule for the project showing how the contractor proposes to meet this schedule. 13. Payment retaina a shall be done in accord cew'rth Section 1-09.0(2) Retamage" and Section 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only ONE bidder. 15. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is Oakesdale Avenue SW Extension II-3 II. INTRODUCTION CITY OF RENTON prohibited. 16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included within these specifications as Appendix D, Hourly Minimum Wage Rates. The wage rates shall be included as part of the subcontracts the CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in P Y g accordance with the requirements of RCW 39.16. 18. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. The CONTRACTOR if he so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 20. HPA Fisheries Permit Window The Contracting Agency will obtain (or "will have obtained") a Hydraulic Project Approval (HPA) for this project and the Contractor shall comply with all provisions of this approval as outlined in the Special Provisions. The HPA for this project covers work within the mitigation wetland area, and construction within the limits of Springbrook Creek. Work within these areas shall be performed between the dates specified in the attached HPA (See Appendix B). 21. The following Special Provisions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 1996 English edition, Oakesdale Avenue SW Extension U-4 II. INTRODUCTION CITY OF RENTON as amended, as issued by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter (hereafter "Standard Specifications"), and with the City of Renton Transportation Supplemental Specifications contained in these Contract Provisions, all of which together are hereinafter referred to as the "Renton Standards". A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the rWSDOT/APWA standards shall be modified to read "City of Renton," unless specifically refereed to a standard specification or test method. 22. This project is subject to a Corps of Engineers Section 404 permit that has yet to be issued. Issuance is anticipated prior to March 1998. Portions of the work cannot begin until the Section 404 permit is obtained. This project is on a tight time schedule. The roadway from SW 27t' Street to SW 19t' Street must be completed no later than September 30th, 1998 and can be started immediately. If the Section 404 permit is obtained prior to March 1", 1998 the entire project must be completed by September 30t', 1998. Oakesdale Avenue SW Extension H-5 RESOLUTION NO. 3229 EXMIT`A' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 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 including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: yor Council Pre sident esrdent Attest: \ `City Cler CITY OF RENTON SVAEvL4RY OF Ah1ERICANS W=DISABILITIES ACT POLICY ADOPTED BY RESOL UT70N 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, wizen 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) EINTLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discrinunatory 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 IN= HUMAN RIGHTS ORGA.Ni UATIONS - The City of Renton will cooperate fully with ail 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 W= 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 officais and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED LV by the City Council of the City of Renton, Washingron, this 4ch davof OC!:Ober 1993. C QF RENTON RENTON CITY COUNCIL: N, Mayor Council President Attest: City Clerk 1 - 1 ' II. INTRODUCTION CITY OF RENTON 4. SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities required to construct the new roadway. This contract provides for the 0.7 mile extension of Oakesdale Avenue SW, between SW 27`h Street and SW 16`h Street. This project consists of constructing approximately 3,750 feet of new roadway and 500 feet of Springbrook Creek widening including, but not limited to: clearing and grubbing, removal of structures and obstructions, roadway and channel excavation, structure excavation, grading, paving, sidewalk, retaining walls, curb and gutter, storm sewer, biofiltration swales, wet ponds, wet vault, trail modifications, wetland enhancement, construction of a single-span, precast, prestressed W74G concrete girder bridge, street lighting, traffic signals, channelization, landscaping, sanitary sewer and water main improvements, and other work necessary to complete the Work as specified and as shown in the Contract Documents. This project is subject to a Corps of Engineers Section 404 permit that has yet to be issued. Issuance is anticipated prior to March 1998. Portions of the work cannot begin until the Section 404 permit is obtained. This project is on a tight time schedule. The roadway from SW 27t' Street to SW 19t' Street must be completed no later than September 30th, 1998 and can be started immediately. If the Section 404 permit is obtained prior to March 1", 1998 the entire project must be completed by September 30`t', 1998. Elements of the work subject to the Section 404 permit include: 1. Wetlands grading and enhancement. 2. Water Quality Ponds for Storm Drainage 3. Springbrook Creek Channel work. 4. Retaining wall C and all roadway items, including bridge, from Station 45+00 to Springbrook Creek. All other aspects of the project can proceed prior to issuance of the Section 404 permit. Any contractor connected with this project shall comply with all Federal, State, County and City Codes or regulations applicable to such work and perform the work in accordance with the Plans and Specifications of the Contract Documents. Oakesdale Avenue SW Extension 11-6 r o► W (tI O\I� R i ( 117YIMR�J- \ -- AT CD am ISM lf*kl W AT Ito) 0 o 4� ��� 1iaf�T rJIJCII]_ U_ JUCJ ,1 IR ��lhhjl V g, za LL I �Il [�•ICIUIJCI ,.>�� [� „,�, f ,�� [_ - F p� t J-1- u z all zIF^—iTi} � aa t J1=11 \\ /ronind ,��■ � =- -G------- I ► ��i t 1►F1 �i�i i/ III. PROJECT PROPOSAL CITY OF RENTON r PROJECT: Oakesdale Ave SW Extension CAG NO.: 98-001 COMPANY: BID AMOUNT: ' ADDRESS: TEL. NO.: r r r III.PROJECT PROPOSAL r r 1 r t r r 1 r r r Oakesdale Avenue SW Extension �-I r III. PROJECT PROPOSAL CITY OF RENTON PROJECT: Oakesdale Ave SW Extension CAG NO.: 98-001 COMPANY: BID AMOUNT: ADDRESS: TEL. NO.: IIITROJECT PROPOSAL 1 1 1 Oakesdale Avenue SW Extension -1 III. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST PROJECT PROPOSAL COVER SHEET ' 1. BIDDER'S CHECKLIST 2. PROPOSAL FORM 3. SCHEDULE OF PRICES 1 4. BIDDER'S EXPERIENCE RECORD 5. EQUIPMENT AND MANPOWER SCHEDULE 6. ACKNOWLEDGMENT OF RECEIPT OF ADDENDA 7. BID BOND FORM 8. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 9. CERTIFICATION OF EEO REPORT 10. NON-COLLUSION AND DEBARMENT AFFIDAVIT 11. ASSIGNMENT OF ANTITRUST CLAIMS 12. MINIMUM WAGE AFFIDAVIT FORM 13. SUBCONTRACTOR LIST FORM Above documents 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. Oakesdale Avenue SW Extension III-2 III. PROJECT PROPOSAL CITY OF RENTON 2. PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentleman: The undersigned hereby certify that the bidder has examined the site of proposed work. and has read and thoroughly understands the plans, specifications and contract governing 1 the work embraced in this improvement, and the method by which payment will be made for said work, and hereby proposes 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: BY SIGNING THIS PROPOSAL, THE BIDDER FURTHER DECLARES THAT HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION AS DEFINED IN THE PROJECT CONTRACT DOCUMENTS. ' (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit ' prices both in writing and in figures.) Printed Names: ' Signature: Address: Names of Members of Partnership: OR Names of President of Corporation jName of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Oakesdale Avenue SW Extension lII-3 III. PROJECT PROPOSAL CITY OF RENTON t ' 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Oakesdale Avenue SW Extension III-4 III.PROJECT PROPOSAL CITY OF RENTON City of Renton -Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must be written or entered in ink. Show unit price in both words and figures and where conflict occurs, the written or typed words shall prevail. Key: RC=Item for which there is a City of Renton Supplemental Specification SP=Item for which there is a Special Provision SCHEDULE A - ROADWAY ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS Al LS Mobilization 1-09.7 per LS A2 7.40 AC Clearing and Grubbing 2-01 $ per AC A3 970 LF Clearing Limit Fence 2-01 SP per LF A4 LS Removal of Structures 2-02 and Obstructions RC/SP per LS A5 LS Remove Existing Retaining Wall 2-02 SP per LS A6 350 LF Saw Cutting 2-02 RC/SP per LF A7 4,872 SY Remove Asphalt 2-02 ' Concrete Pavement RC $ per SY ' A8 792 SY Pulverize Asphalt Concrete 2-03 Pavement and Compact In-situ SP per SY A9 300 LF Remove and Reset 2-02 Chain Link Fence SP per LF A - 1 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET ' SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS A10 1 EA Remove and Reset 2-02 Metal Gate SP _ per EAAll 610 LF Remove Paint Stripe 8-22 ----- PerLF -- - ---- -- - - A 12 7 EA Remove Painted Traffic 8-22 Arrow $ per EA A 13 1.0 HUND. Remove Raised Pavement 2-02 Marker SP $ per HUND. A14 LS Relocate Irrigation System 1-07.17 SP — per LS A15 LS Utility Relocations 1-07.17 and Protection RC/SP per LS A 16 7,450 CY Roadway Excavation, 2-03 including Haul RC/SP $ _ per CY- - - -- - A17 640 CY Channel Excavation, 2-10 1 including Haul $ per CY A18 10,674 CY Water Quality Pond 2-03 Excavation,including Haul SP $ per CY A19 18,500 CY Mitigation Wetland Excavation, 8-32 including Haul SP per CY A- 2 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS A20 100 CY Unsuitable Foundation Excavation 2-03 including Haul RC per CY A21 29,325 TON Gravel Borrow,including 2-03 Haul RC/SP _ $ -_ - per TON--- -- A22 1,299 CY Structure Excavation Class A, 2-09.3(3) I including Haul $ per CY A23 LS Shoring or Extra Excavation 2-09 Class A SP $ per LS A24 990 SF Shoring or Extra Excavation 2-09 Class B - per SF-- A25 201 CY Gravel Backfill for Abutment 2-09 Wall SP per CY A26 1,254 TON Gravel Backfill for Trench 2-09 SP per TON. .. - -- - A27 3,171 TON Gravel Backfill for Modular 2-09 Block Wall SP $ per TON A28 58 LF Corrugated Polyethylene Storm 7-04 ' Sewer Pipe- 8 inch diameter $ per LF A29 1,723 LF Corrugated Polyethylene Storm 7-04 Sewer Pipe- 12 inch diameter per LF A - 3 ' III. PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET ' SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS ' A30 1,047 LF Corrugated Polyethylene Storm 7-04 Sewer Pipe-24 inch diameter _ per LF ------ — - - - --- A31 921 LF Ductile Iron Storm Sewer Pipe- 7-04 12 inch diameter SP $ - --- - per LF - - --- A32 630 LF Ductile Iron Storm Sewer Pipe- 7-04 18 inch diameter SP $ per LF A33 145 LF Ductile Iron Storm Sewer Pipe- 7-04 24 inch diameter SP $ per LF A34 9 EA Adjust Catch Basin 7-05.3(1) RC per EA A35 4 EA Connection to Existing Pipe 7-05.3(3) RC --- per EA -- - - - A36 4 EA Connection to Existing Catch 7-05.3(3) Basin RC per EA A37 3 EA Concrete Inlet 7-05 $ per EA A38 30 EA Catch Basin-Type 1 7-05 $ per EA A39 8 EA Catch Basin-Type 2- 7-05 48 inch diameter per EA A- 4 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST ' SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS A40 2 EA Catch Basin-Type 2- 7-05 72 in.dia. w/Baffle SP ' per EA — A41 1 EA Catch Basin-Type 2- 7-05 72 in.dia. w/Flow-Through Pipe SP per EA __ A42 1 EA Debris Barrier 2 7-04 24 inch diameter SP per EA A43 10 EA Cap Pipe End 7-04 SP Per EA A44 9 EA Stake Pipe End 7-04 SP -_- per EA A45 LS Water Quality Ponds 7-05 SP ' per LS A46 LS Water Quality Vault 7-05 SP per LS A47 488 CY Soil Excavation for Shaft 6-13 ' including Haul-6 ft.dia. SP per CY A48 FA Removal of Shaft Obstruction 6-13 SP $ Five thousand $5,000.00 per FA A49 137,939 LB Steel Reinforcing Bar 6-02.3(24) SP ' per LB A - 5 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS ' A50 488 CY Concrete Class 4000W for 6-02 Shaft SP r $ per CY A51 311 CY Concrete Class 4000 for 6-02 Bridge SP per CY A52 LS Superstructure 6-02 Springbrook Creek Bridge SP $ per LS A53 1 CALC. Deficient Strength Concrete 6-02.3(5) Price Adjustment $ per CALC. A54 1 CALC. Slump and Air 6-02.3(5) Price Adjustment ' per CALC. A55 301 LF Pedestrian Barrier 6-10 SP -per LF A56 5,386 SF Modular Block Wall 8-28 SP $ _ per SF A57 777 LF Handrail 6-06 ' SP per LF A58 777 LF Railing Seat 6-10 SP per LF A59 4,473 TON Crushed Surfacing 4-04 Top Course per TON A - 6 III. PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ' ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS A60 100 SY Planing Bituminous 5-04.3(14) Pavement per SY A61 2,608 TON Asphalt Concrete Pavement 5-04 Class A SP per TON A62 7,541 TON Asphalt Concrete Pavement 5-04 ' Class E $ per TON A63 137 CY Concrete Class 4000 for 5-05.3(19) Bridge Approach Slab SP $ per CY ' A64 66 EA Bridge Approach Slab 5-05.3(19) Anchor SP ' per EA- -— ------ -- - A65 24,244 LB Steel Reinforcing Bar 5-05.3(19) for Bridge Approach Slab SP ' per LB A66 10,314 LB Epoxy Coated Steel Reinf. 5-05.3(19) Bar for Bridge Approach Slab SP 1 $ - per LB A67 FA Temporary Water Pollution/ 1-07.15 Erosion Control RC/SP $Three thousand, five hundred $3,500.00 per FA A68 5,458 LF Construction Geotextile for 2-12 ' Temporary Silt Fence SP $ per LF A69 673 SY Construction Geotextile for 2-12 Soil Stabilization SP per SY A - 7 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST ' SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET ' SCHEDULE OF PRICES SCHEDULE A -ROADWAY (Continued) ' ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT.PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS A70 0.50 AC Mulching 8-01.3(5) SP per AC A71 335 SY Clear Plastic Cover 8-01.3(8) SP per SY A72 2 EA Stabilized Construction 8-01.3(12) ' Entrance SP $ per E A73 20 EA Storm Drain Inlet Protection 8-01.3(13) ' SP per EA A74 376 CY Hand Placed Riprap 8-15 SP per CY A75 LS Path Modifications 8-30 SP - _per LS A76 0.89 AC Roadway-Related Seeding 8-01.3(4) SP _ per AC A77 1.70 AC Future-Roadway Seeding 8-01.3(4) SP per AC - A78 1.88 AC Upland Seeding 8-01.3(4) - ' SP per AC A79 1.97 AC Constructed-Wetland 8-01.3(4) Seeding SP ' per AC A - 8 1 III.PROJECT PROPOSAL CITY OF RENTON ' City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST ' SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET ' SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ' ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS ' A80 6.85 AC Liming 8-01.3(4)C SP ' per AC A81 1,244 EA PSIPE Trees 8-02.3 SP $ --- per EA A82 1,797 EA PSIPE Shrubs 8-02.3 ' SP per EA _ A83 3,600 EA PSIPE Emergents 8-02.3 ' SP per EA ' A84 1,500 SY Wildlife Fabric 8-32 SP ' per SY A85 2 EA Snags 8-32 SP ' per EA A86 8 EA Downed Logs 8-32 SP per EA A87 89,200 SF Temporary Irrigation 8-32 (Mitigation Wetland) SP $ per SF A88 4,707 LF Cement Concrete Barrier 8-04 ' Curb and Gutter SP $ per LF ' A89 213 LF Extruded Cement Concrete 8-04 Curb per LF A - 9 IIl,PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE A - ROADWAY (Continued) ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS ' A90 158 LF Type A Block Traffic 8-07 Curb per LF A91 3,872 SY Cement Concrete Sidewalk 8-14 RC/SP $ --- A92 5,415 LF Paint Stripe 8-22 RC per LF A93 420 LF Plastic Crosswalk 8-22 Stripe RC $ per LF A94 165 LF Plastic Stop Bar 8-22 RC ' per LF A95 50 EA Plastic Traffic Arrow 8-22 RC per EA A96 2 EA Painted Preferential Lane 8-22 Symbol RC/SP per EA- A97 6,000 EA Raised Pavement Marker- 8-09 1 Type 1 RC $ per EA A98 570 EA Raised Pavement Marker- 8-09 ' Type 2 RC $ per EA A99 LS Permanent Signing 8-21 1per LS A - 10 III.PROJECT PROPOSAL CITY OF RENTON City of Renton -Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE A -ROADWAY (Continued) ITEM APPROX. ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY UNITS (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS A100 LS Illumination System, 8-20 Complete RC/SP per LS A101 LS Traffic Signal System 8-20 Complete RC/SP --- Per LS -- -- A102 LS Interconnect,Complete 8-20 RC/SP per LS - A103 LS Traffic Control 1-10 RC/SP per LS 1 A104 LS Contractor Supplied 1-05 Surveying RC per LS A 105 6 EA Monument Case and Cover 8-13 RC per EA TOTAL-SCHEDULE A: $ A - 11 III.PROJECT PROPOSAL CITY OF RENTON City of Renton- Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET ' SCHEDULE OF PRICES Note: Unit prices for all items, all extensions,and total amount of bid must be shown. All entries must be written or entered in ink. Show unit price in both words and figures and where conflict occurs, the written or typed words shall prevail. Key: RC=Item for which there is a City of Renton Supplemental Specification SP=Item for which there is a Special Provision SCHEDULE B - SPRINGBROOK CREEK CHANNEL WIDENING ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS B1 LS Mobilization 1-09.7 $ per LS B2 1.07 AC Clearing and Grubbing 2-01 $ - per AC B3 5,788 CY Channel Excavation, 2-10 including Haul SP per CY B4 1,000 CY Structure Excavation Class A, 2-09.3(3) including Haul per CY B5 LS Shoring or Extra Excavation 2-09 Class A SP per LS B6 1,093 TON Gravel Backfill for Modular 2-09 Block Wall SP $ per TON B7 2,616 SF Modular Block Wall 8-28 SP per SF B8 LS Adjust Storm Water 7-04 Outfall Valve SP per LS i B - 1 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE B - SPRINGBROOK CREEK CHANNEL WIDENING (Continued) �. ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS B9 FA Temporary Water Pollution/ 1-07.15 Erosion Control RC/SP $Three thousand,five hundred $3,500.00 per FA B10 1,018 LF Construction Geotextile for 2-12 Temporary Silt Fence SP per LF B 11 0.50 AC Mulching 8-01.3(5) SP per AC B 12 335 SY Clear Plastic Cover 8-01.3(8) SP per SY B 13 764 SY Erosion Control Blanket 8-01.3(8) SP per SY _ B 14 0.62 AC Upland Seeding 8-01.3(4) SP per AC B 15 75 EA PSIPE Trees 8-02.3 SP per EA B16 1,732 EA PSIPE Shrubs 8-02.3 SP per EA B 17 276 EA Live Stakes 8-02.3 SP per EA B - 2 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE B - SPRINGBROOK CREEK CHANNEL WIDENING (Continued) ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS B 18 14 EA Large Woody Debris S 1 P per-EA B19 LS Contractor Supplied 1-05 Surveying RC per LS SUBTOTAL-SCHEDULE B: $ 8.6% Sales Tax: $ TOTAL-SCHEDULE B: $ B - 3 i III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES (Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must be written or entered in ink. Show unit price in both words and figures and where conflict occurs, the written or typed words shall prevail.) Kew RC=Item for which there is a City of Renton Supplemental Specification SP=Item for which there is a Special Provision SCHEDULE C - SANITARY SEWER STUBS ITEM WITH UNIT PRICE BID UNIT PRICE AM ITEM APPROX. UNITS OUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS C1 LS Mobilization 1-09.7 $ per LS C2 27 CY Removal and Replacement 7-17 of Unsuitable Fill Material $ _ per CY C3 LS Utility Relocations 1-07.17 and Protection RC/SP per LS C4 130 LF Ductile Iron Sewer Pipe- 7-17 12 inch diameter -per LF M CS 2 EA anhole 7-OS 48 inch dia. C6 2 EA Drop Manhole Connection 7-05 per EA C7 LS Trench Safety System 2-09 SP Per LS C8 LS Dewatering 7-08.3(1)A SP per LS C9 400 TON Gravel Backfill for Trench 2-09 SP per TON C - 1 III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SCHEDULE C -SANITARY SEWER STUBS (Continued) ITEM APPROX. UNITS ITEM WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS DOLLARS CTS C10 LS Television Inspection 7-17 RC _ per LS C11 LS Contractor Supplied 1-05 Surveying RC per LS SUBTOTAL-SCHEDULE C: $ 8.6% Sales Tax: $ TOTAL-SCHEDULE C: $ C - 2 i III.PROJECT PROPOSAL CITY OF RENTON City of Renton-Planning/Building/Public Works Department OAKESDALE AVENUE SOUTHWEST SOUTHWEST 27TH STREET TO SOUTHWEST 16TH STREET SCHEDULE OF PRICES SUMMARY SHEET SCHEDULE A-ROADWAY(Brought forward from Page A11) SCHEDULE B-SPRINGBROOK CR.CHANNEL WIDENING(Brought forward from Page B3) SCHEDULE C-SANITARY SEWER STUBS (Brought forward from Page C2) GRAND TOTAL FOR SCHEDULES A,B AND C: Amount in words of Grand Total for Schedules A, B and C: dollars and cents. BY SIGNING THIS PROPOSAL,THE BIDDER FURTHER DECLARES THAT HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION,AS DEFINED IN THE PROJECT CONTRACT DOCUMENTS. THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK ON THIS PROJECT,IF AWARDED TO HIMIHER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION OF THE CONTRACT AGREEMENT AND TO COMPLETE THE WORK WITHIN 119 WORKING DAYS. Dated at this day of 199_ 1 1 1 D - 1 l III. PROJECT PROPOSAL CITY OF RENTON 4. BIDDER'S EXPERIENCE RECORD Due to the demanding nature of the schedule for this project, the Contractor is advised not to propose on the work, unless he/she is fully aware of the proposed schedule and is capable of meeting the requirements of the schedule. As proof of the Contractor's ability to perform the work on schedule, the following information must be provided for two recent projects: PROJECT No. 1: Past Experience: Owner: Nature of Project: Name of Contractor Name of Contractor Project Manager: Superintendent: Contract Bid: $ Final Total Contract: $ Project Start Date Scheduled Completion Date Actual Completion Date Please list two project references: Owner Name: Designer Name: Phone: Phone: Fax: Fax: Owner Name: Designer Name: Phone: Phone: Fax: Fax: Signed Firm Name Authorized Official Signature Title Date Address Oakesdale Avenue SW Extension III-5 III. PROJECT PROPOSAL CITY OF RENTON PROJECT No. 2: Past Experience: Owner: Nature of Project: Name of Contractor Name of Contractor Project Manager: Superintendent: Contract Bid: $ Final Total Contract: $ Project Start Date Scheduled Completion Date Actual Completion Date Please list two project references: Owner Name: Designer Name: Phone: Phone: Fax: Fax: Owner Name: Designer Name: Phone: Phone: Fax: Fax: Signed Firm Name Authorized Official Signature Title Date Address Oakesdale Avenue SW Extension III-6 III. PROJECT PROPOSAL CITY OF RENTON 5. EQUIPMENT AND MANPOWER SCHEDULE Equipment available to be used: Manpower Schedule: (use additional sheets, if required) Provide brief experience record and references for the proposed Project Manager and Superintendent on the following page. Signed Firm Name Authorized Official Signature Title Date Address Oakesdale Avenue SW Extension III-7 III. PROJECT PROPOSAL CITY OF RENTON Brief Experience Record and References for Proposed Project Manager and Superintendent: 1 (use additional sheets, if required) Oakesdale Avenue SW Extension lII-8 III. PROJECT PROPOSAL CITY OF RENTON 6. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 1 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE NO. DATE NO. DATE iSIGNED TITLE NAME OF COMPANY ADDRESS CITY/STATE/ZIP TELEPHONE CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# LICENSE# Oakesdale Avenue SW Extension III-6 III. PROJECT PROPOSAL CITY OF RENTON 7. BID BOND FORM IHerewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, , as Principal, and_ as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, Isuccessors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED,I SEALED AND DATED THIS DAY OF , 19_ Principal Surety Received return of deposit in the sum of$ III-7 Oakesdale Avenue SW Extension III. PROJECT PROPOSAL CITY OF RENTON 8. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder _, proposed subcontractor _, hereby certifies that he has _, has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. i (Company) By: Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) I prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EQUAL.DOC//bh Oakesdale Avenue SW Extension 1II-8 III. PROJECT PROPOSAL CITY OF RENTON 9. NON-COLLUSION AND DEBARMENT AFFIDAVIT ' * STATE OF WASHINGTON ) ** COUNTY OF ) I, the undersigned, an authorized representative of *** being first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to the provisions of this affidavit. Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Date I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated Notary Public in and for the State of Washington residing at Notary(print): My appointment expires: NOTE: Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. *A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy established by Executive order 12549..."(49 CFR Part 29 Section 29.215). *If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON, and enter appropriate State. ** Fill in county where notarization of proposal takes place. *** Fill in firm name. Oakesdale Avenue SW Extension III-9 III. PROJECT PROPOSAL CITY OF RENTON 10. CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER STATE OF WASHINGTON ) SS COUNTY OF KING ) ' Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust 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 each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. Name of Project 1 Name of Bidder's Firm Signature of Authorized Representative of Bidder Date I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. ' Dated Notary Public in and for the State of Washington residing at Notary (print): My appointment expires: Oakesdale Avenue SW Extension III-10 III. PROJECT PROPOSAL CITY OF RENTON 11. MINIMUM WAGE AFFIDAVIT FORM STATE OF WASHINGTON ) ' ) SS COUNTY OF KING ) I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Date 1 I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated Notary Public in and for the State of Washington residing at Notary (print): My appointment expires: Oakesdale Avenue SW Extension III-11 III. PROJECT PROPOSAL CITY OF RENTON 12. SUBCONTRACTOR LIST 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: Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) 1 Bid Item (s) Subcontractor Name 1 Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) ' Subcontractor Name Address ' Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address ' Phone No. State Contractor's License No ' H:\forms\contract\b id-specs\SUBLIST.DOC/bh Oakesdale Avenue SW Extension II1-12 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY IV CONTRACT DOCUMENT FORMS ' DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. I 1 1 Oakesdale Avenue SW Extension IV-1 1 . CONTRACT DOCUMENT FORMS CITY OF RENTON fBOND TO THE CITY OF RENTON ' KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under ' the laws of the State of 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 $ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this day of , 19_. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-98-001 providing for construction of Oakesdale Avenue SW Extension Phase I - SW 27th Street to SW 16th Street. (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the 1 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. Principal Surety ISignature Signature Title Title Wforms/contracts/BOND.DOC/MAB/bh Approved by Larry Warren 2/14/92 Oakesdale Avenue SW Extension IV-2 W. CONTRACT DOCUMENT FORMS CITY OF RENTON CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of 19 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and , hereinafter referred to as ' "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 139 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-98-001 for improvement by construction and installation of: Oakesdale Avenue SW, from SW 27th Street to SW 16th Street that will construct approximately 3,750 feet of new roadway and 500 feet of Springbrook Creek widening including but not limited to: clearing and grubbing, removal of structures and obstructions, roadway and channel excavation, structure excavation, grading , paving, sidewalk, retaining walls, curb and gutter, storm sewer, biofiltration swales, wet bonds, wet vault, trail modifications, wetland enhancement, construction of a single span, precast, prestressed W74G concrete girder bridge, street lighting, channelization, traffic signal, landscaping, sanitary sewer, and water main improvements. 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) Addenda, if any ' and all modifications or changes issued pusuant to the Contract Documents. Oakesdale Avenue SW Extension IV-3 I . CONTRACT DOC MENT FORMS CITY OF RENTON 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 1 expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason ' of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. 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. 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 Oakesdale Avenue SW Extension IV-4 i I . CONTRACT DOC MENT FORMS CITY OF RENTON to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 1 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 139 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data ' pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. i 1 i ' Oakesdale Avenue SW Extension IV-5 I . CONTRACT DOCUMENT FORMS CITY OF RENTON 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The ' Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of which includes any required Washington State Sales Tax. Payments will be made to Contractor set forth in the Contract Documents. ' IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON President/Partner/Owner Mayor ATTEST Secretary City Clerk ' dba Firm Name check ❑onIndividual ❑ Partnership ❑ Corporation Incorporated in 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. H/forms/contractlothcont/b h/June92 Oakesdale Avenue SW Extension IV-6 r IV. CONTRACT DOCUMENT FORMS CITY OF RENTON CITY OF RENTON INSURANCE REGULATIONS The following information must be submitted by the awarded bidder prior to execution of the contract ' The fallowing insurance information shall be provided as a matter of information only. The information does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE IV-7 CITY OF RENTON INSURANCE INFORMATION FORM FOR AB'= Construction Company; Install and Remove USTs and build Fire St PROJECT NV BER: Renton 100W FF CONTACT: Beverly Nelson—Glode Certificate of Insurance indicates the coverages/limits specified in contract? E5 Yes ❑ No Are the following coverages and/or conditions in effect? X� Yes ❑ No ' The Commercial General Liability policy form is an ISO 1993 Occurrence Form or Equivalent? )0�Yes ❑ Na (if no,."-rh a copy of the policy with required coverages ' clearly identified) CG 0043 Amendatory Endorsement provided?* :IN Yes ❑ No General Aggregate provided on a "per project basis(CO2503)?* -"CC Yes ❑ No Additional Insured wording provided?* :CK Yes ❑ No Coverage on a primary basis and non-contributing basis?* %X Yes ❑ No Waiver of Subrogation Clause applies?* SX Yes ❑ No Severability of Interest Clause (Cross Liability) applies? BXYes ❑ No ' Notice of Cancellation/Non-Renewal amended to-h days?* Ek Yes ❑ No *To be shown on certificate of insurance ' AM BESTS RATING FOR CARRIERS: GL AX V Auto AXIV Umb AX111 Professional A++ XV ' 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 Priscilla McCoy Arthur J . Gallagher & Co . Agency/Broker Completed By(Type or Print Name) 7900 E. Union Ave, Denver Address Completed By(Signature) Priscilla McCoy 303-773-9999 Name of per:An to contact Telephone Number NOTE. THIS QUESTIONNAIRE•MUST BE COMPLETED AND.41TACHED TO CERTIFIG4TE OF INSURANC1' SPECIMEN 199Ai99lCanavaGodehna HNQ kW 14 ' ^^^..^'^^�.. .............;....::�::•:•.�:::::.:vvm::::.•:: ::v.:vi:•r..;:.;..:::•..:... i+.i:•}' i. !i:i::?:i:y}T:v? �`: >� Y ............:::....:..................::.::....�.n•... .............;..e......1•:is ...:'..... :;f:• .;4Y• x:.^:.<i?:i �%:�£: > ... wewr...v. wx•H+ckaS t.. •::. .;.....4�..:.v•.-nw:.,:.........;.::::::•>.:.:•+.•:r , ,,..:.�}r.•�v.Jn:n:.F.:.}...e:; i F'+;:'::">+>•::::. v.;.::rH:y;}'•}:«,. .;Y .,..v:i:::.:::.............:::: .n!•r!x;•:n+F•x::;•%•J i .. .<•.::Y..t�:`.e }�:Lvv n•..'-if j4.' > > . � of H.im v .!l ♦. :?r: r.:..1:4f "''•'{' '}x::f::':,.;>.:}:•;%;:5`:'•t: ::: ::fi�:.•� �.,:.>:«i4�.::::4• : ISSUE DATE fMM/ODM'I t1 11��1►�1. �4:.:�..�... .<.<nn.. :,rr.:„':'°•'>:rf >..,•...,,..r:::r::.H..,.e.,,;.. 1210494 ��}} ..•?.•.vJ•::..v v::::.., .L•n ..+�<+:bY....!a4::}::.i"Yn!i':?+ii}.7.t......:.n....., ,:.4.�:%4vJ��:�::1:^:!:! , .:.x�.+�:!w;.vwii:Cfriiff::L:S}}>;.}:w%•:::}nv.i!•:>•R•. Si.'4i::S:�:>i�l>. ...<.:C.... ..<}/.•>'•. ....J,.vix4'f}::'y•• nx .:/,.. ...N:>�^:Y f:•^.:vJ•:•: +::•);,p:•'f.4}yr:}:+..:r n.<......0.:•}':!^:•}}:::`.'-:!4>:5:. !;. ;fisxt+o%x:e.::x::;#2�:•r<:;:%::.......::.'.N:f`;:;:>a:i•• ....v�::. :+'•v,ULpppospbiixeeeieol�e'7�oGSow.isaxak4tSd�4�'vn^�^v::>:wyfn:•..•..w4n•:n...nN:a.,..a:.x..,�.v:..a�mExC:4.•:.,v h.<..A:+f::T�:'!}:••'::,:• PRODUCZR 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 ARTXURJ GALLAGF.TPR S,CO.-DENVER POLICIES BELOW. ' 7900 E.UNION 802 P7-27 SLJI7E 20o _.. r. .. ..... .:....,,.........,....�....,n...O ..,..�....... ..... .......,......G DEwP.R, co 80237.2737 � COMPANIES AFFORDING COVERAGE (303)773-9999 'LE7TE:COMP� A AEINA CASUAL7YAND SURE7YCOMPANY PRISCILLA A.,WCCO:r :................................. ..... .................... ................. ........... ...............................................__............................... ' ..... ........................ CLETTER OMPANY B FIREMAN'S FUND INSURANCE COMPANY.................................................................. ... ...................................................................................... .......... INSURED ?................I................................................................................. COMPANY C NA7701VAL UNION FIRE INSURANCE COMPANY ABCCONSTRUCTION COMPANY LETI ER........................................................................................................................................................... ' 1000 F1RSrAVPMIE 'CCMPANY D ANYI•Y)WN,WA 00000 :LETTER :...................................................... ............................................................ COMPANY E LETTER e� . ....., ...<............/..... .. ......r....n+ .. .>.......... ..r..< ..0.. .Y.. r.n.J...,... ...�.0 4vY.11.. J:.;+ �ntM'::C vi::�:fi,.:: .r.r.+.... ..,......:.r.r..:.. Y.4.......n....O .....S.i.....r..... r:v .::::......<........ ••.:..:..v.>.:%;l;:v:>r v:e:•:nv...... <,.;,.,..;r....<,}.;, ...... ....................r.....r...:'..............n.:..........t..>.... r.,.. ,.. T..>....... ., .,. ................:.�:'•,... .}?x+J.n ?<:v'< :::6fi^:;:ii:o:nNN:<r:c'::^ �N7��Cp1[}� .....:r.sf v•.c•:..n•:v +•:�::c•}::.SJ, ,•.:e:x:c.;.?�:�.?i,,.;,4:•.,,. ,..:c.+;rnsf:'}5��:}:ca:>}^•..>:�::f:�x::oN>::<•.'•}?o9.:•xn....,...,.<ox%,i.}}:>:r.,.+.n.. :t!:SITS.+FA:.F,�'J�„'i�1:::�'G:L :;`.?.:a�'bxr!:c;;:;:.n..s:.�:•:.v.i•..:}}}:... ...y...e.s.`;i4'.a•:nvaa,vo'3$%•if�..}::::..•.v...:.L...:.......v:s:<•}.:..vv.... i i::•'xa4f}»:a»:•>:<•N.c y:c4::i:TI FY T THE INSURANCE r. 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 POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONOTTIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .... .........•. ................................................................................................................................:.............................. .. . ... .... .... .... ...... ...... CO: POLICY EFFECTIVE POLICY EXPIRATION LIMITS TYPE OF INSURANCE POLICY NUMBER DATE(MWOOPM DATE,MMIOCM!) ' LTR GENERAL AGGREGATE 5.......z ......... :GENERAL LIABILITY PKG1000000095 01101195 A 01lOI 96 ' r X :COMMERCIAL GENERAL LIABILITY PRCDUC SCOMP(OPAGG. i5 2,000,000 i ...5...................... .PERSO CLAIMS MADE i .Y ,OCCUR .... ................I................ ...... .. ............... . NAL&AOV INJURY :S 1,000,000 (Gener'af Aggregau ' . EACH OCCURRENCE S I,000,000 OWNER'S S CONTRACTORS PROT. applies per ed) r......... PP P PSI FIRE DAMAGE(Any one fire) 3 50,000 X STOP GAP LJA INCL MED.EXPENSE(Arty we Perwrtl s AUTOM081LE WBtuTY 011D1#95 01p106 A AUMIOOOOO-095 : :COMBINED SINGLE................. ........1......................... S 000 000 E X ANy AUTO ...'>. Au.OWNED AUTOS i5 .........: i e :(Pot O Pe OILY INJURY rson) ,SCHEDULED AUTOS n .. HIRED AUTOS BOCILY INJURY S (Pa Accidenq :NON-OWNED AUTOS :GARAGE LIABILITY PFICPERTY DAMAGE 'S ' B EXCESS UABIUTY XSL1000000.095 0110Ii93 OLG1196 :EACH OCCURRENCE I S 1,000,000 .,... ,...,_. ;,....,.,_.0 : ;AGGREGATE 1,000,000 X MBRELLA FORM S 9T1iER THAN UMBRELIA.=ORM ~~nµ LIBOR AND INDUS7RlES OIA91;95 OII101/'96 STATUTORY UMRS ! ! e WORKER'S COMPENSKION : •- " EMPLOYER I.D.NUMBER i :EACH ACC:OENT S AND ° :.................................................i..................................... :DISEASE-POUCYUMIT S .................................................:..................................... EMPLOYER'S UABIU',Y IOISEASE•EACH EMPLOYEE S OI/OI95 OLG196 $1,000,000 PER LOSS C :OTHER POLLUTION COVE?A,9Z POLLI00000.095 000 A4;6RBGA7P CLAIMS CON7RACTOR.S COV. RAD PER PROJECT FORM i BASIS, 000 DM LO COMPL OPS,2 yBAR ON DESCRIPTION OF OPERATIONSILO(:ATIONSNEHICtE3/SPECIAL ITEMS RE; CONTRACT#RENTON 100001;INSTALLATION AND REMOVAL OF UNDER RAGE TANKS INCLUDING CONS7RUC770N OF NEW FIRE STATION. (-77Y OF RENTON IS AN ADDMONAL INSURED ON GL,POLLU77ON, RELLA AS RESPECTS ABOVE CONTRACT WAIVER OF SUBROGATION APPLIES;POLICY IS ON A PRIAIARY BASIS AND NOT CONTRLSUTORY 43 AMENDATORY ENDORSEMENT PROVIDED /�� �•}/�A{� y� ■. ., .,. ^<< `� J Y�,::.. .' �jj:� :,� !},/� 'S,:✓i:v s.}a;c T. \.T }. .. ..k` } ,F:`;::£s:,::;r.;� .�:n .v.•..n.^w�1n I,Yfri i�i�l.�X��i'3�Rn�/I� t ff /.n.:r.y.. S �1MFi�IC,V N.n}:../i0.�J.C%..•>3.J .Jn},.,n H.�.S.ve4,k.x.<.+�i.J., 4' Wi:v:..L . ynLH�x -'..+:...Grn n': v..n :.-.v...J..:r:A,v.<n•r n• T.e} .vr.:SHOULD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE ?? EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL Allontiom BEVERLYNELSON-GLODE a MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ' CITY OP REN7ON, WA SSING7ON LEFT 200 MILL AVENUE SOUTH RLN7ON, WA 98055 '✓, AUTHORIZED REPRESENTATIVE ... ..:.......................•...... ...::nv:H.vvAv. ...... .M:.,.:,vJ.�}}}•vn:.w.:.,v,!tt.,��.^.,.:•�:`..`.H.:.i:>::''�.r' sl'.i( .i, •i: 1 CITY OF RENTON INSURANCE INFORMATION FORM FOR: ' PROJECT NUMBER: STAFF CONTACT: ' Certificate of Insurance indicates the coverages/limits specified in contract? ❑ Yes ❑ No Are the following coverages and/or conditions in effect? ❑ Yes ❑ No ' The Commercial General Liability policy form is an ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No ' (If no,attach a copy of the policy with required coverages clearly identified) ' CC 0043 Amendatory Endorsement provided?* Cl Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* Cl Yes ❑ No 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? ❑ Yes ❑ No ' Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes Cl No ' * To be shown on certificate of insurance AM BEST'S RATING FOR CARRIERS: ' GL Auto Umb 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. Agency/Broker Completed By(Type or Print Name) ' Address Completed By(Signature) ' Name of per:;on to contact Telephone Number ' NOTE: THIS QUESTIONNAIRE MIDST BE COMPLETED AND ATT,4CHED TO CERTIFICATE OF INSURANCE i V. CONTRACT SPECIFICATIONS CITY OF RENTON 1 1 1 1 V CONTRACT SPECIFICATIONS 1 i i 1 i 1 Oakesdale Avenue SW Extension V-1 i City of Renton SUPPLEMENTAL PE IFI ATI N S C C O S for the 1996 Standard Specifications for Road, Bridge, and Municipal Construction �Y 1 NT 1 Adopted May 19, 1997 Washington State Department of Transportation American Public Works Association Washington State Chapter CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications , The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments ' WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition(Adopted, Replaced, or Deleted)of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA)text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (skis is deleted.) All replacement text or text being added is shown as underlined type. 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 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1 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 Division2 Earthwork.........................................................................................................................22 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 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.....................................................................................................................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 Division8 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 Markiarki . 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 INDEX TO WSDOT AMENDMENTS ......................................................................................................... WSDOT AMENDMENTS......................................................................................................... i 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 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements _odiftcations to the standard specifications and the_amend...... he—si..ndard spo,.�aT 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 1-01.1 IS REVISED BYADDING THE FOLLOWING. Contractor shall include all costs of doing this work within the bid 1-01.1 General (RC) prices.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 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Definitions (RC, APWA) Change Orders. 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 iudge 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-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract , 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure 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 Oualifications 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 1-02.13 PARAGRAPH 1 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 1-02.141S 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 pfequalified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE 1, PARAGRAPH I 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 1-03.1 Consideration of Bids_(RC, APWA) Contracting Agency will be made available for inspection by the bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids 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 execution, together with a list of all other forms or documents All prices shall be in legible figures and(-Ret-words)written in 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(1) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.60) Proprietary Information (RC) Within N 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, Contractortke-aw& det e, 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 N 10 calendar days after the award Page-SP-2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 1-04.4 Changes (RC) 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 pav item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. office*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 1-0S.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 24-by-36 22 by 34 inches or on sheets with dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING. 1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans and Stakes (RC) The Contractor is encouraged to provide to the Engineer prior 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. City of Renton Supplemental Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform fry. Amendments to the Standard Specifications such work per Section 1-11. The Contractor shall assume full (Listed in WSDOT Amendments) responsibility for detailed dimensions, elevations, and excavation 76. Standard Specifications-, emd slopes measured from the Engineer or Contractor supplied 87. Standard Plans 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 maior 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) BridSe 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 vier 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 proiect 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. 1-05.5(4) Contractor Supplied Surveying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor. Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the proiect. 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 proiect 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 fumish 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 proiect. 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 proiect. 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 Agencv'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 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RCZ prior 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 1- Engineer's instructions, either correct such Work, or if such Work I I.. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without Horizontal Bends, Junction boxes, 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 ple,ted 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 pan 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. Agencv 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 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. Failure of the Contractor to perform all of the Contractor's physical completion of the listed deficiencies. This process will obligations under the Contract shall not bar the Contracting Agency continue until the Engineer is satisfied the listed deficiencies have 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 to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of 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 Pequalification pursuant to Section 1-02.1, the Contracting Agency date shall constitute the Physical completion date of the Contract, will take these performance -,..a..- D.-.A, it ..,ill . ,. but shall not imply all the obligations of the Contractor under the these 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 under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period, the Contractor shall correct any items obligations contained in any of the documents comprising the of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment, electrical as 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 to questions in this area. The Contracting Agency will not adiust its payment if the Contractor bases a bid on a misunderstood tax SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE liability. FOLLOWING: The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, 1-06.2(2) Statistical Evaluation of Materials for state retail sales tax will not be included. Section 1-07.2(3) Acceptance describes this exception. UNLESS STATED OTHERWISE IN THE SPECIAL The Contracting Agency will pay the retained percentage only PROVISIONS STATISTICAL EVALUATION WILL NOT BE if the Contractor has obtained from the Washington State USED BY THE CITY OF RENTON. Department of Revenue a certificate showing that all contract- related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any 1-07 Legal Relations and Responsibilities to amount the Contractor may owe the Washington State Department the Public of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE fund. FOLLOWING: 1-07.2(2) State Sales Tax-Rule 171(APWA) 1-07.1 Laws to be Observed (APWA) WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a The Contractor shall indemnify, defend, and save harmless the municipal corporation, or political subdivision of the state, or by Contracting Agency (including any agents, officers, and the United States, and which are used primarily for foot or employees) against any claims that may arise because the vehicular traffic. This includes storm or combined sewer systems Contractor (or any employee of the Contractor or subcontractor or within and included as a part of the street or road drainage system materialman)violated a legal requirement. and power lines when such are part of the roadway lighting system. In cases of conflict between different safety regulations, the For work performed in such cases, the Contractor shall include more stringent regulation shall apply. Washington State Retail Sales Taxes in the various unit Bid Item The Washington State Department of Labor and Industries prices, or other contract amounts, including those that the shall be the sole and paramount administrative agency responsible Contractor pays on the purchase of the materials, equipment, or for the administration of the provisions of the Washington supplies used or consumed in doing the work. Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the Project Site office, or 1-07.2(3) State Sales Tax -Rule 170 (APWA) other well known place at the Proiect Site, all articles necessary for WAC 458-20-170, and its related rules, apply to the providing first aid to the injured. The Contractor shall establish, constructing and repairing of new or existing buildings, or other publish, and make known to all employees, procedures for ensuring structures, upon real property. This includes, but is not limited to, immediate removal to a hospital, or doctor's care, persons, the construction of streets, roads, highways, etc., owned by the including employees, who may have been iniured on the Proiect State of Washington: water mains and their appurtenances; sanitary Site. Employees should not be permitted to work on the Proiect sewers and sewage disposal systems unless such sewers and Site before the Contractor has established and made known disposal systems are within, and a part of, a street or road drainage procedures for removal of injured persons to a hospital or a system: telephone, telegraph, electrical power distribution lines, or doctor's care. other conduits or lines in or above streets or roads, unless such The Contractor shall have sole responsibility for the safety, power lines become a part of a street or road lighting system; and efficiency, and adequacy of the Contractor's plant, appliances, and installing or attaching of any article of tangible personal property in methods, and for any damage or injury resulting from their failure, or to real property, whether or not such personal property becomes or improper maintenance, use, or operation. The Contractor shall a part of the realty by virtue of installation. be solely and completely responsible for the conditions of the For work performed in such cases, the Contractor shall collect Proiect Site, including safety for all persons and property in the from the Contracting Agency, retail sales tax on the full contract performance of the work. This requirement shall apply price. The Contracting Agency will automatically add this saes continuously, and not be limited to normal working hours. The tax to each payment to the Contractor. For this reason, the required or implied duty of the Engineer to conduct construction Contractor shall not include the retail sales tax in the unit Bid Item review of the Contractor's performance does not, and shall not, be prices, or in any other contract amount subject to Rule 170, with intended to include review and adequacy of the Contractor's safety the following exception. measures in, on, or near the Proiect Site. Exception: The Contracting Agency will not add in sales tax SECTION 1-07.2 IS DELETED AND REPLACED BY THE for a payment the Contractor or a subcontractor makes on the FOLLOWING: purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be 1-07.2 State Sales Tax (APWA) included in the unit Bid Item prices or in any other contract amount. 1-07.2(1) GENERAL (APWA) 1-07.2(4 Services (APWA) The Washington State Department of Revenue has issued The Contractor shall not collect retail sales tax from the special rules on the state sales tax. Sections 1-07.20) through 1- Contracting Agency on any contract wholly for professional or 07.2(4) are meant to clarify those rules. The Contractor should other services (as defined in State Department of Revenue Rules contact the Washington State Department of Revenue for answers 138 and 224). 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 over background conditions; for Class AA and Class A Waters, TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: turbidity shall not exceed 5 NTU over background turbidity when the background turbidity is 50 NTU or less, or have more than a 10 1-07.5(2) State Department of Fish and Wildlifes-of percent increase in turbidity when the background turbidity is more Wildlife and (APWA, SA) than 50 NTU: for other classes of waters, refer to WAC 173 201- If the work in (1) through (3) above differs little from what 045. the contract requires, the Contracting Agency will measure and pay The term turbidity means the optical property of sample demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover " t areas, the Contracting Agency will pay pursuant to Section 1- suspended material as expressed in Nephelometric Turbidity Units those hose09. and measured with a calibrated turbidimeter. Discharges to a State waterway caused by aggregate washing, will hp inpodposAl to 6--onsdrainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the SECTION 1-07) IS SUPPLEMENTED BY ADDING THE receiving waters. FOLLOWING NEW SECTION. Turbid water from the Proiect Site shall be treated before 1-07.1101) City of Renton Affidavit of Compliance being discharged into stream or other State waters. Turbidity may be removed by the use of lagoons or holding ponds. settling basins, I overflow weir, polymer water treatment, discharging to ground Each Contractor, Subcontractor, Consultant, and or Supplier surface, by percolation, evaporation or by passing through gravel, shall complete and submit a copy of the "City of Renton Fair sand or fiber filters. Practices Policy Affidavit of Compliance". A copy of this 2• Erosion Control: Temporary erosion control shall be document will be bound in the bid documents. exercised by minimizing exposed areas and slopes until permanent measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: placed over exposed ground areas to protect from rain erosion. 1-07.13(1) General (RC) Other alternative methods for erosion control under certain situations may include netting, mulching with binder, and seeding. During unfavorable weather and other conditions, the Should rutting and erosion occur the Contractor shall be contractor shall pursue only such portions of the work as shall not responsible for restoring damaged areas and for clean-up of eroded be damaged thereby. material including that in ditches, catch basins, manholes, and No portion of the work whose satisfactory quality or culverts and other pipes. efficiency will be affected by unfavorable conditions shall be 3. Chlorine Residual: Water containing chlorine residual constructed while these conditions exist, unless by special means or shall not be discharged directly into storm drains, streams, or State precautions acceptable to the engineer, the contractor shall be able waters. Chlorine water may be discharged into sanitary sewers or to overcome them. disposed on land for perculation. Chlorine residual may be reduced SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY chemically with a reducing agent such as sodium thiosulphate. REVISING ALL REFERENCES TO "STATE, COMMISSION, Water shall be periodically tested for chlorine residual. 4. Vehicle and Equipment Washing: Water used for washing SECRETARY" OR "STATE" TO READ "CONTRACTING vehicles and equipment shall not be allowed to enter storm drains, AGENCY." streams or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS accomplished prior to discharge. Detergent solution may be FOLLOWS: discharged into sanitary sewers or allowed to be held on the ground for percolation. A recirculation system for detergent washing is 1-07.15 Temporary Water Pollution Erosion Control recommended. Steam cleaning units shall provide a device for oil A( PWA , RC) separation. If done according to the approved plan or the Engineer's 5. Oil and Chemical Storage and Handling: Handling and orders, temporary water pollution/erosion control work will be storage of oil and chemicals shall not take place adiacent to measured and paid for pursuant to Section 1 09.41-04.1 through waterways. The storage shall be made in dike tanks and barrels the lump sum item for "Temporary Water Pollution/Erosion with drip pans provided under the dispensing area. Shut-off and Control.: lock valves shall be provided on tanks. Shut-off nozzles shall be If no pay item appears in the contract for "Temporary Water provided on hoses. Oil and chemicals shall be dispensed only Pollution/Erosion Control" then all labor, materials, tools and during daylight hours unless the dispensing area is properly lighted. equipment used to complete the work shall be considered incidental Disposal of waste shall not be allowed on oil and chemical spills. to other pay items in the Contract and no further compensation Fencing shall be provided around oil storage. Locks shall be shall be made. provided on valves, pumps, and tanks. In addition to other requirements in the Contract Documents 6. Sewage: If a sanitary sewer line is encountered and repair this temporary work shall include, but is not limited to, the or relocation work is required, the Contractor shall provide following water quality considerations: blocking and sealing of the sanitary sewer line. Sanitary sewer flow 1. Turbid Water Treatment Before Discharge: shall be pumped out, collected, and hauled by tank truck or Determination of turbidity in surface waters shall be at the pumped directly to a sanitary system manhole for discharge. The d existing sewers shall be maintained by the Contractor without discretion of the Engineer; for Lake Class Receiving Waters, t interruption of service by the use of temporary sewer bypasses. In turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) addition, the excavated materials adjacent to and around a rupture 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 of a sanitary sewer line shall be removed from the Project Site and The contractor shall use rubber wheel equipment similar deposited into refuse trucks for haul to a sanitary fill site. to the small tractor-type backhoes used by side sewer contractors Equipment and tools in contact with the above materials shall be for all work including excavation and backfill, on easements or washed by pressure water lines and the attendant wash water rights-of- way which have lawn areas. All fences, markers, mail discharged into a sanitary sewer line for transmission to a sewage boxes or other temporary obstacles shall be removed by the treatment plant. contractor and immediately replace after the trench is backfilled, in their original position The contractor shall notify the 1-07.16 Protection and Restoration of Property Contracting Agency and property Owner at least 24 hours in SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE advance of any work done on easements or rights-of-way. FOLLOWING: Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity 1-07.16(1) Private/Public Property (RC) under this contract shall be restored to their original condition or The Contracting Agency will obtain all easements and better. The original condition shall be established by photographs franchises required for the project. The contractor shall limit his taken and/or inspection made prior to construction. All such work operation to the areas obtained and shall not trespass on private shall be done to the satisfaction of the property Owners and the property. Contracting Agency at the expense of the contractor. The Contracting Agency may provide certain lands, as D. Streets. The contractor will assume all responsibility of j indicated in connection with the work under the contract together restoration of the surface of all streets (traveled ways) used by him with the right of access to such lands. The contractor shall not if damaged. unreasonably encumber the premises with his equipment or In the event the contractor does not have labor or materials. material immediately available to make necessary repairs, the The contractor shall provide, with no liability to the contractor shall so inform the Contracting Agency. The Contracting Agency, any additional land and access thereto not Contracting Agency will make the necessary repairs and the cost shown or described that may be required for temporary of such repairs shall be paid by the contractor. construction facilities or storage of materials. He shall construct The contractor is responsible for identifying and all access roads detour roads or other temporary work as required documenting any damage that is pre-existing or caused by by his operations. The contractor shall confine his equipment, others.Restoration of excavation in City streets shall be done in storage of material. and operation of his workers to those areas accordance with the City of Renton Trench Restoration shown and described and such additional areas as he may provide. Requirements, which is available at the Public Works Department A. General. All construction work under this contract on Customer Services counter on the 4th floor, Renton Municipal easements right-of-way, over private property or franchise, shall Building, 200 Mill Avenue South. be confined to the limits of such easements, right-of-way or SECTION 1-07.17IS SUPPLEMENTED BY ADDING: franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The 1-07.17 Utilities and Similar Facilities (APWA, RC) contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and In addition to the other requirements pursuant to RCW trenches shall not be open for more than 48 hours. 19.122 an act relating to underground utilities and prescribing B. Structures. The contractor shall remove such existing penalties, the Contractor shall: structures as may be necessary for the performance of the work 1. call the utilities underground location center for field and if required shall rebuild the structures thus removed in as location of the utilities; good a condition as found. He shall also repair all existing Call Before You Dig structures which may be damaged as a result of the work under this contract. The 48 Hour Locators i C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, 1-800-424-5555 and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their and original condition. 2. not begin excavation until all known underground Prior to excavation on an easement or private right-of- facilities in the vicinity of the proposed excavation have been way, the contractor shall strip top soil from the trench or located and marked. construction area and stockpile it in such a manner that it may be Location and dimensions shown on the Plans for existing replaced by him upon completion of construction. Ornamental facilities are in accordance with available information without trees and shrubbery shall be carefully removed with the earth uncovering measuring, or other verification. If a utility is known surrounding their roots wrapped in burlap and replanted in their or suspected of having underground facilities within the area of the original positions within 48 hours. proposed excavation, and that utility is not a subscriber to the All shrubbery or trees destroyed or damaged, shall be utilities underground location center then the Contractor shall give replaced by the contractor with material of equal quality at no individual notice to that utility. additional cost to the Contracting Agency. In the event that it is If in the prosecution of the work, it becomes necessary to necessary to trench through any lawn area, the sod shall be interrupt existing surface drainage, sewers, underdrains, conduit, carefully cut and rolled and replaced after the trenches have been utilities similar underground structures, or parts thereof, the backfilled. The lawn area shall be cleaned by sweeping or other contractor shall be responsible for, and shall take all necessary means, of all earth and debris. precautions to protect and provide temporary services for same. The contractor shall, at his own expense, repair all damage to such facilities or structures due to this construction operation to the 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 satisfaction of the City: except for City owned facilities which will The_City reserves the right to approve the security of the be repaired by the utility department at contractor's expense, or by insurance coverage provided by the insurance company(ies), terms, the contractor as directed by the City. conditions, and the Certificate of Insurance. Failure of the SECTION 1-07.18 IS DELETED AND REPLACED BY THE Contractor to fully comply during the term of the contract with FOLLOWING: these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the 1-07.18 Public Liability and Property Damage option of the City. Insurance (RCZ The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum State Amendment to 1-07.18 is not used. Renton uses the insurance, the City of Renton shall not be deemed or construed to following: have assessed the risks that may be applicable to the Contractor. SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader 1-07.18(1) General (RC) coverage. The contractor shall obtain and maintain in full force and Coverage shall include: effect, from the Contract Execution Date to the Completion Date, (1) Commercial General Liability - ISO 1993 Form or public liability and property damage insurance with an insurance equivalent. Coverage will be witten on an occurrence basis company(ies) or through sources approved by the State Insurance and include: Commissioner pursuant to RCW 48. • Premises and Operations (including CG2503, General The Contractor shall not begin work under the Contract until Aggregate to apply per project, if applicable). the required insurance has been obtained and approved by the e_Explosion, Collapse and Underground Hazards Contracting Agency. Insurance shall provide coverage to the • Products/Completed Operations Contractor, all subcontractors, Contracting Agency and *he • Contractual Liability (including Amendatory Contracting Agency's consultant. The coverage shall protect Endorsement CG 0043 or equivalent which includes against claims for bodily iniuries, personal iniuries, including defense coverage assumed under contract) accidental death, as well as claims for property damages which • Broad Form Property Damage may arise from any act or omission of the Contractor )r the • Independent Contractors subcontractor, or by anyone directly or indirectly employed by • Personal/Advertising Iniury either of them. • Stop Gap Liability If warranted work is required the Contractor shall provide the (2) Automobile Liability including all City proof that insurance coverage and limits established under the • Owned Vehicles term of the Contract for work are in full force and effect during the • Non-Owned Vehicles period of warranty work. • Hired Vehicles The Contracting Agency may request a copy of the actual (3) Workers' Compensation declaration pages(s) for each insurance policy effecting coverage(s) • Statutory Benefits (Coverage A) - Show Washington required on the contract prior to the date work commences.Failure Labor&Industries Number of the Contractor to fully comply during the term of the Contract (4) Umbrella Liability(when necessary) with the requirements described herin will be considered a material • Excess of Commercial General Liability and breach of contract and shall be caused for immediate termination of Automobile Liability. Coverage should be as broad as the Contract at the option of the Contracting Agencv. primary. SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e.architectural, 1-07.18(2) Coverages (RC) engineering, advertising, or computer programming) the As part of the response to this proposal, the Contractor shall CONTRACTOR shall maintain professional liability submit a completed City of Renton Insurance Information form covering wrongful acts, errors and/or omissions of the which details specific coverage and limits for this contract. CONTRACTOR for damage sustained by reason of or in All coverage provided by the Contractor shall be in a form the course of operations under this Contract. and underwritten by a company acceptable to the Contracting (6) The Contracting Agency reserves the right to request and/or Agency. The City requires that all insurers: require additional coverages as may be appropriate based on 1) Be licensed to do business within the State of Washington. work performed(i.e. pollution liability). 2) Coverage to be on an "occurrence" basis (Professional CONTRACTOR shall Name CITY OF RENTON, and its Liability and Pollution coverage are acceptable when officers, officials, agents, employees and volunteers as Additional written on a claims-made basis). The City may also require Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR proof of professional liability coverage be provided for up shall provide CITY OF RENTON Certificates of Insurance- prior to two(2)years after the completion of the project. to commencement of work. The City reserves the right to request 3) The City may request a copy of the actual declaration copies of insurance policies, if at their sole discretion it is deemed page(s) for each insurance policy affecting coverage(s) appropriate. Further, all policies of insurance described above required by the Contract prior to the date work commences. shall: 4) Possess a minimum A.M. Best rating of AVII (A rating of 1) Be on a primary basis not contributory with anv other A XII or better is preferred.) If any insurance carrier insurance coverage and/or self-insurance carried by CITY possesses a rating of less than AVII, the City may make an OF RENTON. exception. 2) Include a Waiver of Subrogation Clause. 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 3) Severability of Interest Clause(Cross Liability) a Strike the following or similar wording: "This 4) Policy may not be non-renewed, canceled or materially Certificate is issued as a matter of information only changed or altered unless forty-five (45) days prior written and confers no rights upon the Certificate Holder"; notice is provided to CITY OF RENTON. Notification b. Strike the wording regarding cancellation notification shall be provided to CITY OF RENTON by certified mail. to the City: "Failure to mail such notice shall impose 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 SECTION 1-07.20 IS REVISED AS FOLLOWS: Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 1-07.20 Patented Devices, Materials, and Processes Fire Damage(Any One Fire) $50,000 (APWA) Medical Payments(Any One Person) $5,000 Stop Gap Liability $1,000,000 The Contractor shall assume all costs arising from the use of * General Aggregate to apply per project patented devices, materials, or processes used on or incorporated in (ISO Form CG2503 or equivalent) the work, and agrees to indemnify, defend, and save harmless **Amount may vary based on project risk State, GewAn'ssi �;=ee-e•-:• The Contracting Agency, and their Automobile Liability Bodily Iniury/Property Damage 1 000 000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers' Compensation materials, or processes. Statutory Benefits-Coverage A Variable SECTION 1-07.22IS SUPPLEMENTED BY THE FOLLOWING: (Show Washington Labor and Industries Number) Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit 1$ ,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•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 permits and costs as are necessary in conjunction with blasting professional liability coverage in effect for up to two(2) years after operations. completion of the project. When the use of explosives is necessary for the prosecution of The Contractor shall promptly advise the CITY OF RENTON the Work the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate permitting the blasting. limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 1-07.23 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 1-07 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 proiect 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 proiect. 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 proiect, 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 Page-SP-11 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress to the contractor and prompt action in correcting them will SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL be required by the contractor. REFERENCES TO "COMMISSION, THE SECRETARY" OR "STATE"TO READ "CONTRACTING AGENCY." SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.27 (APWA) IS REVISED BY CHANGING FOLLOWING. ALL REFERENCES TO "STATE" OR "SECRETARY" TO 1-07.24 Rights of Way (APWA) READ"CONTRACTING AGENCY." Street right of way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The 1-08 Prosecution and Progress Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. SECTION 1-08.1 IS DELETED AND REPLACED BY THE Generally, the Contracting Agency will have obtained, prior FOLLOWING. to Bid opening, all rights of way and easements, both permanent 1-08.1 Preliminary Matters (APWA) and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued Addendum. 1-08.1(1) Preconstruction Conference (APWA) Whenever any of the Work is accomplished on or through The Engineer will furnish the Contractor with up to 10 copies property other than public right of way. the Contractor shall meet of the Contract Documents. Additional documents may be and fulfill all covenants and stipulations of any easement agreement furnished upon request at the cost of reproduction. Prior to obtained by the Contracting Agency from the owner of the private undertaking each part of the Work the Contractor shall carefully property. Copies of the easement agreements are included in the study and compare the Contract Documents and check and verify Contract Provisions or made available to the Contractor as soon as pertinent figures shown therein and all applicable field practical after they have been obtained by the Engineer. measurements. The Contractor shall promptly report in writing to Whenever easements or rights of entry have not been acquired the Engineer any conflict, error or discrepancy which the prior to advertising, these areas are so noted on the Drawings. The Contractor may discover. Contractor shall not proceed with any portion of the Work in areas After the Contract has been executed, but prior to the where right of way, easements or rights of entry have not been Contractor beginning the Work, a preconstruction conference will acquired until the Engineer certifies to the Contractor that the right be held between the Contractor, the Engineer and such other of way or easement is available or that the right of entry has been interested parties as may be invited. The purpose of the received. If the Contractor is delayed due to acts of omission on the preconstruction conference will be: part of the Contracting Agency in obtaining easements, rights of 1. To review the initial progress schedule: entry or right of way, the Contractor will be entitled to an 2. To establish a working understanding among the various extension of time. The Contractor agrees that such delay shall not parties associated or affected by the Work: be a breach of contract. 3. To establish and review procedures for progress payment, Each property owner shall be given 48 hours notice prior to notifications, approvals, submittals, etc.: entry by the Contractor. This includes entry onto easements and 4. To establish normal working hours for the Work: private property where private improvements must be adjusted. 5. To review safety standards and traffic control; and The Contractor shall be responsible for providing, without 6. To discuss such other related items as may be pertinent to expense or liability to the Contracting Agency, any additional land the Work. and access thereto that the Contractor may desire for temporary The Contractor shall prepare and submit at the preconstruction construction facilities, storage of materials, or other Contractor meeting the following: needs. However, before using any private property. whether 1. A breakdown of all lump sum items; adjoining the Work or not, the Contractor shall file with the 2. A preliminary schedule of working drawing submittals; and Engineer a written permission of the private property owner, and, 3. A list of material sources for approval if applicable. upon vacating the premises, a written release from the property 4. A Project Schedule. owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement 1-08.1(2) Subcontracting (APWA) shall be signed by the private property owner, or proper authority Work done by the Contractor's own organization shall account acting for the owner of the private property affected, stating that for at least 30 percent of the Awarded Contract Price. Before permission has been granted to use the property and all necessary computing this percentage, however, The Contractor may subtract permits have been obtained or, in the case of a release, that the (from the Awarded Contract Price) the costs of any subcontracted restoration of the property has been satisfactorily accomplished. work on items the contract provisions specifically designates may The statement shall include the parcel number, address, and date of be first excluded from the Awarded Contract Price. signature. Written releases must be filed with the Engineer before The Contractor shall not subcontract work regardless of tier the Completion Date will be established. 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. Page-SP-12 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress Along with the request to sublet, the Contractor shall submit on the working day prior to the day for which the Contractor is the names of any contracting firms the subcontractor proposes to requesting permission to work. 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 subiect 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-sitit 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. Contractim 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 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 The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract. 1-08.1(3) Hours of Work (APWA) 1-08.4 Notice to Proceed and Prosecution of the Work (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.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. 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 1-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, SECTION 1-08.100)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. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, thp. thi-a A&achy of januar-,the thifd- adequacy, efficiency, and sufficiency of his and his subcontractor's Menday of 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 partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week (a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets, delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton, the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompanv each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number. 2. Truck tare weight(stamped at source). 3. Gross truck load weight in tons(stamped at source). 4. Net load weight(stamped at source). Page-SP-l4 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 5. Driver's name and date. SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING 6. Location for delivery. ALL REFERENCES TO "HEADQUARTERS' MATERIAL 7. Pay item number. LABORATORY" TO READ "CONTRACTING AGENCY'S 8. Contract number and/or name. MATERIAL LABORATORY." The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE lump sum Bid Item. The breakdown shall list the items included in FOLLOWING: the lump sum together with a unit price of labor, materials and equipment for each item. The summation of the detailed unit 1-09.9 Payments (APWA) prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work 1-09.9(1) Progress Payments (APWA) changes. The detailed cost breakdown of each lump sum item shall Progress payments for completed work and material on hand be submitted to the Engineer prior to the Preconstruction will based upon progress estimates prepared the Engineer. Conference. progress estimate cutoff date will be established at the preconstruction meeting. SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY REVISING Within 3 days after the progress estimate cutoff date (but not ALL REFERENCES TO "MATERIAL RECEIVER" TO READ more often than once a month) the Contractor shall submit to the "ENGINEER.", Engineer for review an Application for Payment, filled out and SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE signed by the Contractor, covering the work completed prior to the FOLLOWING: progress estimate cutoff date. The Application for Payment shall be accompanied by documentation supporting the Contractor's 1-09.3 Scope of Payment (APWA, RC) Application for Payment. If payment is requested for materials and equipment not Unless modified otherwise in the Contract Provisions, the Bid incorporated in the work,but delivered and stored at approved sites Items listed or referenced in the "Payment" clause of each Section pursuant to the Contract Documents, the Application for Payment of the Standard Specifications, will be the only items for which shall be accompanied by a bill of sale, invoice, or other compensation will be made for the Work described in or specified documentation warranting that the Contractor has received the in that particular Section when the Contractor performs the materials and equipment and evidence that the materials and specified Work. Should a Bid Item be listed in a "Payment" clause equipment are covered by appropriate insurance or other but not in the Proposal Form, and Work for that item is performed arrangements to protect the Engineer's interests therein. by the Contractor and the work is not stated as included in or The initial progress estimate will be made not later than 30 incidental to a pay item in the contract and is not work that would days after the Contractor commences the Work, and successive be required to complete the intent of the Contract per Section 1- progress estimates will be made every month thereafter until the 04.1, then payment for that Work will be made as for Extra Work Completion Date. Progress estimates made during progress of the pursuant to a Change Order. Work are tentative, and made only for the purpose of determining The words "Bid Item," "Contract Item," and "Pay Item." and progress payment. The progress estimates are subject to change at similar terms used throughout the Contract Documents are any time prior to the calculation of the Final Payment per synonymous. Section 1-09.9(4). If the "payment" clause in the Specifications relating to any The value of the progress estimate will be the sum of the unit Bid Item price in the Proposal Form requires that said unit Bid following: Item price cover and be considered compensation for certain work 1. Unit Price Items in the Bid Form — the approximate or material essential to the item, then the work or material will not quantity of acceptable units of Work completed multiplied by the be measured or paid for under any other Unit Bid Item which may Unit Price. appear elsewhere in the Proposal Form or Specifications. 2. Lump Sum Items in the Bid Form — the estimated Pluralized unit Bid Items appearing in these Specifications are percentage complete multiplied by the Bid Forms amount for each changed to singular form. Lump Sum Item. Payment for Bid Items listed or referenced in the "Payment" 3. Materials on Hand — 90 percent of invoiced cost of clause of any particular Section of the Specifications shall be material delivered to Job site or other storage area approved by the considered as including all of the Work required, specified, or Engineer. described in that particular Section. Payment items will generally 4. Change Orders — entitlement for approved extra cost or be listed generically in the Specifications, and specifically in the completed extra work as determined by the Engineer. bid form. When items are to be "furnished" under one payment Progress payments will be made in accordance with the item and "installed" under another payment item, such items shall progress estimate less: be furnished FOB project site, or, if specified in the Special 1. Five(5)percent for retained percentage. Provisions, delivered to a designated site. Materials to be 2. The amount of Progress Payments previously made. "furnished," or "furnished and installed" under these conditions, 3. Funds withheld by the Contracting Agency for shall be the responsibility of the Contractor with regard to storage disbursement in accordance with the Contract Documents. until such items are incorporated into the Work or, if such items Progress payments for work performed shall not be evidence are not to be incorporated into the work, delivered to the applicable of acceptable performance or an admission by the Contracting Contracting Agency storage site when provided for in the Agency that any work has been satisfactorily completed. Specifications. Payment for material "furnished," but not yet Payments will be made by warrants, issued by the Contracting incorporated into the Work, may be made on monthly estimates to Agency's fiscal officer, against the appropriate fund source for the the extent allowed. proiect. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Page-SP-15 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment ' 1-09.9(2) Retainage (APWA,RCZ 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the shall be used as a trust fund for the protection and payment (1) to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not 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 iointly. 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 on the indicates the Work will not be completed within the Contract Time. `' rnr.t Perm at the tiff'" 'tiff " '"" 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 Page-SP-16 , Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 2. the Contractor has not protested such disbursement. any way relieve the Contractor of the provisions under contract or 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 EiRffl Upon Acceptance of the Work by the Contracting Agency the Gemrset 5.zeti her. GeFfifieatieR 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 fumished 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 proiects the Contractor may also be 1-09.13 Arbitration 1 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 1-09.13(3) Procedures to Pursue Arbitration (RC) reserves the right to establish a completion date and unilaterally The findings and decision of the board of arbitrators shall be accept the contract. Unilateral acceptance will occur only after the final and binding on the parties, unless the aggrieved party, within Contractor has been provided the opportunity, by written request 10 days, challenges the findings and decision by serving and filing from the Engineer, to voluntarily submit such documents. If a petition for review by the superior court of King County. voluntary compliance is not achieved, formal notification of the Washington. The grounds for the petition for review are limited to impending unilateral acceptance will be provided by certified letter showing that the findings and decision: from the Engineer to the Contractor which will provide 30 calendar 1. Are not responsive to the questions submitted; days for the Contractor to submit the necessary documents. The 2. Is contrary to the terms of the contract or any component 30-calendar day deadline shall begin on the date of the postmark of thereof; the certified letter from the Engineer requesting the necessary 3. Is arbitrary and/or is not based upon the applicable facts documents. This reservation by the Contracting Agency to and the law controlling the issues submitted to arbitration. The unilaterally accept the contract will apply to contracts that are board of arbitrators shall support its decision by setting forth in completed in accordance with Section 1-08.5 or for contracts that writing their findings and conclusions based on the evidence are terminated in accordance with Section 1-08.10. Unilateral adduced th any such hearing. acceptance of the contract by the Contracting Agency does not in 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 no bid item "Traffic Control" appears in the proposal then statutes of the State of Washington and court decisions governing all work required by these sections will considered incidental and such procedure. their cost shall be included in the other items of work. The costs of such arbitration shall be borne equally by the City If the Engineer requires the Contractor to furnish additional and the contractor unless it is the board's maiority opinion that the channelizing devices, pieces of equipment, or services which could contractor's filing of the protest or action is capricious or without not be usually anticipated by a prudent contractor for the reasonable foundation. In the latter case, all costs shall be borne maintenance and protection of traffic, then a new item or items by the contractor. may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not , 1-10 Temporary Traffic Control covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE accumulative cost for the use of each individual channelizing FOLLOWING. device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the 1-10.1 General(RC) Engineer will determine what is usually anticipated by a prudent When the bid proposal includes an item for "Traffic Control," contractor. The cost for these items will be by agreed price, price the work required for this item shall be all items described in established by the Engineer, or by force account. Additional items ' Section 1-10, including, but not limited to: required as a result of the Contractor's modification to the traffic 1. Furnishing and maintaining barricades, flashers, control plan(s)appearing in the contract shall not be covered by the construction signing and other channelization devices, provisions in this paragraph. unless a pay item is in the bid proposal for any specific If the total cost of all the work under the contract increases or device and the Special Provisions specify furnishing, decreases by more than 25 percent, an equitable adjustment will be maintaining, and payment in a different manner for that considered for the item "Traffic Control" to address the increase or device; decrease. 2. Furnishing traffic control labor, equipment, and supervisory SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS personnel for all traffic control labor; REVISED AS FOLLOWS 3. Furnishing any necessary vehicle(s) to set up and remove 1-10.2(1) Traffic Control SupervisorTC1 (SA) the Class B construction signs and other traffic control devices; &upen,iseF=Tthe Contractor shall designate an individual or 4. Furnishing labor and vehicles for patrolling and maintaining individuals to perform the Traffic Control Supervisor's(TCS)duties in position all of the construction signs and the traffic for the project. The TCS shall be certified inas-a worksite traffic control devices, unless a pay item is in the bid proposal to control specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for . The TCS shall assure that peFseeell� cleaning up, removing, and replacing of the construction peFf@Fm all the duties of the TCS are performed during the duration signs and the traffic control devices destroyed or damaged of the contract. during the life of the proiect. 7. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may 6. Removing existing signs as specified or a directed by the make minor revisions to the traffic control plan to engineer and delivering to the City Shops or storing and re- accommodate site conditions as long as the original intent installing as directed by the Engineer. of the traffic control plan is maintained and the revision 7. Preparing a traffic control plan for the project and as of 4;e is in conformance designating the person responsible for traffic control at the with established standards. work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be afflbff ht ' submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. relief eriods . Possession of a current flagging card by the TCS is mandatory. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS; traveled portion of a roadway. 1-10.2(2) Traffic Control Plans RC 9. Assuring that all traveled portions of roadways are open to The Contractor shall be responsible for assuring that traffic traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., control is installed and maintained in conformance to established and 3:00 p.m. to 6:00 p.m., or as specified in the special standards. The Contractor shall continuously evaluate the provisions, or as directed by the Engineer. operation of the traffic control plan and take prompt action to operation. 10. Promptly removing or covering all nonapplicable signs correct any problems that become evident during during periods when they are not needed. Page-SP-18 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: b. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in 1-10.3(3) Construction Signs accordance with the total iob progress as determined All signs required by the approved traffic control plan(s) as by progress payments. well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards, will be furnished The item "Traffic Control" will be considered for an equitable by the Contractor. adiustment per Section 1-04.6 only when the total contract price No separate pay item will be provided in the bid proposal for increases or decreases by more than 25 percent. Class A or Class B construction signs. The Lump Sum e+k contract price reF h8tif shall be full dpowi;ihod OR All sEliet—costs for the work to pay for all costs involved in furnishing the pilot car(s),pilot car provide Class A or Class B construction signs shall be included in driver(s),and the appropriate pilot car sign(s)for any etie pilot the unit contract price for the various other items of the work in the car operation. Any necessary flaggers will be paid under the bid proposal. item for traffic control-label. SECTION 1-10.3(6)IS REVISED AS FOLLOWS: The Lump Sum at4 contract price per heuf shall be full pay for all costs for the labor provided for performing those 1-10.3(6) One-Way Piloted Traffic Control Through construction operations described in Section 1-10.3(1) and as Construction Zone authorized by the Engineer. et .f_ P AaggOFS ,.«_,.1 844 ..,e @RdS Of the 4 The Lump Sum ufk4 contract price peFS}aere-€eet-Of panel &Fea 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 necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency- furnished signs. Payment will aRt he made foF Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be furnished by the The Lump Sum contract price per day shall be full Contractor as pfeyidea :n geetiaH ' i^9"` pay for all costs involved in furnishing the person(s) assigned as the "Traffic Control Supervisor" All costs for the vehicle(s)required for co .: , 10 , Rf;L4 , 10 c the Traffic Control Supervisor shall be included in the Lump DELETE SECTION I-10.4 AND REPLACE WITH: Sum wiik contract price for"Traffic Control SupewsieF." 1-10.4 Measurement (RC) (SA) No specific unit of measurement will apply to the lump sum ` item of"Traffic Control" r,v.. , .:,,,.e._,,.,,,.....F..,,....... SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS set tip, - FOLLOWS. be paid. 1-10.5 Payment (RC) b' PR)'fflelif fOf the FeFHRiHiHg c^ P@FeOfit Of the Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for • the following bid items when they we included in the proposal: "Traffic Control," lump sum. The Lump Sum eeit-contract price per day be full The lump sum contract price shall be full pay for all costs not pay for all costs involved in furnishing the vehicle or vehicles covered by other specific pay items in the bid proposal for for the work described in Section 1-10.3(2). The operatBF( furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in 6ebOF conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the 1-11 Renton Surveying Standards public., Progress payment for the lump sum item "Traffic Control" 1-11.1(1) Responsibility for surveys (RC) will be made as follows: a. When the initial warning signs for the beginning of the All surveys and survey reports shall be prepared under the pro►ect and the end of construction signs are installed direct supervision of a person registered to practice land surveying and approved by the Engineer, 30 percent of the under the provisions of Chapter 18.43 RCW. amount bid for the item will be paid. Page-SP-19 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards All surveys and survey reports shall be prepared in accordance Upon completion of a City of Renton project, either the field with the requirements established by the Board of Registration for notebook(s) provided by the City or the original field notebook(s) Professional Engineers and Land Surveyors under the provisions of used by the surveyor will be given to the City. For all other work, Chapter 18.43 RCW. surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard 1-11.1(2) Survey Datum and Precision (RC) copy print out in ASCII text format will accompany the field notes. The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. 1-11.1(5) Corners and Monuments (RC) All horizontal control for proiects must be referenced to or in Corner A point on a land boundary, at the juncture of two or conjunction with a minimum of two of the City of Renton's Survey more boundary lines. A monument is usually set at such points to Control Network monuments. The source of the coordinate values physically reference a corner's location on the ground. used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which marks or accurately references: the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a . A corner or other survey point established by or under the Class A survey revealed in Table 2 of the Minimum Standard supervision of an individual per section 1-11.1(1) and any Detail Requirements for ALTAIACSM Land Title Surveys jointly corner or monument established by the General Land Office established and adopted by ALTA and ACSM in 1992 or and its successor the Bureau of Land Management including comparable classification in future editions of said document. The section subdivision corners down to and including one- angular and linear closure and precision ratio of traverses used for sixteenth corners: and , survey control shall be revealed on the face of the survey drawing, . Any permanently monumented boundary, right of way as shall the method of adiustment. The horizontal component of the control system for surveys alignment, or horizontal and vertical control points established using global positioning system methodology shall exhibit at least 1 street intersections but excluding dependent interior lot s any governmental agency c: private surveyor including part in 50,000 precision in line length dependent error analysis at a st 95 percent confidence level and performed pursuant to Federal corners. Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracv Standards & 1-11.1(6) Control or Base Line Survey (RC) Specifications for Using GPS Relative Positioning Techniques dated Control or Base Line Surveys shall be established for all August 1 1989 or comparable classification in future editions of construction proiects that will create permanent structures such as said document.. roads sidewalks, bridges, utility lines or appurtenances, signal or ' The vertical component of all surveys shall be based on light poles, or any non-single family building. Control or Base NAVD 1988, the North American Vertical Datum of 1988, and Line Surveys shall consist of such number of permanent tied to at least one of the City of Renton Survey Control Network monuments as are required such that every structure may be benchmarks. If there are two such benchmarks within 3000 feet of observed for staking or "as-builting" while occupying one such the proiect site a tie to both shall be made. The benchmark(s) used monument and sighting another such monument. A minimum of will be shown on the drawing. If a City of Renton benchmark does two of these permanent monuments shall be existing monuments, not exist within 3000 feet of a proiect, one must be set on or near recognized and on record with the City of Renton. The Control or the proiect in a permanent manner that will remain intact Base Line Survey shall occupy each monument in turn, and shall throughout the duration of the project. Source of elevations satisfy all applicable requirements of Section 1-11.1 herein. (benchmark) will be shown on the drawing, as well as a description The drawing depicting the survey shall be neat, legible, and of any bench marks established. drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The 1-11.10) Subdivision Information (RC) drawing must be of such quality that a reduction thereof to one-half Those surveys dependent on section subdivision shall reveal original scale remains legible. the controlling monuments used and the subdivision of the If recording of the survey with the King County Recorder is applicable quarter section. required, it will be prepared on 18 inch by 24 inch molar and will Those surveys dependent on retracement of a plat or short plat comply with all provisions of Chapter 58.09 RCW. A shall reveal the controlling monuments, measurements, and photographic molar of the drawing will be submitted to the City of methodology used in that retracement. Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the 1-11.1(4) Field Notes (RC) King County Recorder. Field notes shall be kept in conventional format in a standard If recording is not required, the survey drawing shall be bound field book with waterproof pages. In cases where an prepared on 22 inch by 34 inch molar, and the original or a electronic data collector is used field notes must also be kept with a photographic molar thereof will be submitted to the City of Renton. sketch and a record of control and base line traverses describing The survey drawings shall meet or exceed the requirements of station occupations and what measurements were made at each WAC 332-130-050 and shall conform to the City of Renton's °1'i!! Drafting Standards. American Public Works Association symbols Every point located or set shall be identified by a number and shall be used whenever possible, and a legend shall identify all a description. Point numbers shall be unique within a complete symbols used if each point marked by a symbol is not described at job. The preferred method of point numbering is field notebook, each use. page and point set on that page. Example: The first point set or An electronic listing of all principal points shown on the found on page 16 of field book 348 would be identified as Point drawing shall be submitted with each drawing. The listing should No. 348.16.01, the second point would be 348.16.02, etc. include the point number designation (corresponding with that in Page-SP-20 Revision Date:May 19, 1997 j1-11 Renton Surveying Standards 1-11 Renton Surveying Standards the field notes), a brief description of the point, and northing, The drawing and electronic listing requirements set forth in easting, and elevation (if applicable) values, all in ASCII format, section 1-11.1(6) herein shall be observed for all "as-built" on IBM PC compatible media. surveys. 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 satisfy all applicable requirements of section 1-05 and 1-11.1. All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third be referenced by a permanent marker at the corner point per 1- order elevation accuracy established by the Federal Geodetic 11.2(1). In situations where such markers are impractical or in Control Committee. danger of being destroyed, e.g.. the front corners of lots, a witness Bench marks must possess both permanence and vertical marker shall be set. In most cases, this will be the extension of the stability. Descriptions of bench marks must be complete to insure lot line to a tack in lead in the curb. The relationship between the both recoverablilri and positive identification on recovery. witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks 1-11.1(8) Radial and Station-- Offset Topography in lead on the extension of the lot side lines have been set in the (RQ curbs on the extension of said line with the curb." In all other Topographic surveys shall satisfy all applicable requirements cases the corner shall meet the requirements of section 1-11.2(1) of section 1-11.1 herein. herein. All points occupied or back sighted in developing radial All non corner monuments, as defined in 1-11.1(5), shall meet tomography or establishing baselines for station--offset topography the requirements of section 1-11.2(2) herein. If the monument shall meet the requirements of section 1-11.1 herein. falls with in a paved portion of a right of way or other area, the The drawing and electronic listing requirements set forth in monument shall be set below the ground surface and contained section 1-11.1 herein shall be observed for all topographic surveys. within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). 1-11.1(9) Radial Topography (RC) In the case of right of way centerline monuments all points of Elevations for the points occupied or back sighted in a radial curvature(PC), points of tangency (PT), street intersections, center topographic survey shall be determined either by 1) spirit leveling points of cul de sacs shall be set. If the point of intersection, PI, with misclosure not to exceed 0.1 feet or Federal Geodetic Control for the tangents of a curve fall within the paved portion of the right Committee third order elevation accuracy specifications, OR 2) of way, a monument can be set at the PI instead of the PC and PT trigonometric leveling with elevation differences determined in at of the curve. least two directions for each point and with misclosure of the For all non comer monuments set while under contract to the circuit not to exceed 0.1 feet. City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the 1-11.1(10) Station--Offset Topography (RC) city) identifying the monument; point of intersection (PI), point of Elevations of the baseline and topographic points shall be tangency (PT), point of curvature (PC), one-sixteenth corner, Plat determined by spirit leveling and shall satisfy Federal Geodetic monument, street intersection, etc., complete with a description of Control Committee specifications as to the turn points and shall not the monument, a minimum of two reference points and NAD 83/91 exceed 0A foot',error as to side shots. coordinates and NAVD 88 elevation shall be filled out and filed 1 with the city. 1-11.1(lll As-Built Survey (RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both 1-11.2(1) Property/Lot Corners (RC) horizontally and vertically by a Radial survey or by a Station offset Corners per 1-11.1(5) shall be marked in a permanent manner survey. The "as-built" survey must be based on the same base line such as 1/2 inch diameter rebar 24 inches in length, durable metal or control survey used for the construction staking survey for the plugs or caps, tack in lead, etc. and permanently marked or tagged improvements being "as-built". The "as-built" survey for all with the surveyor's identification number. The specific nature of subsurface improvements should occur prior to backfilling. Close the marker used can be determined by the surveyor at the time of cooperation between the installing contractor and the "as-builting" installation. surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.2(2) Monuments (RC) 1-11.10) herein and shall be based upon control or base line Monuments per 1-11.1(5) shall meet the requirements as set surveys made in conformance with these Specifications. forth in City of Renton Standard Plans page H031 and permanently The field notes for "as-built" shall meet the requirements of marked or tagged with the surveyor's identification number. section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the 1-11.20) Monument Case and Cover (RC) accuracy of the "as built". Materials shall meet the requirements of section 9-22 and Citv of Renton Standard Plans page H031. 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 2-02 Removal of Structures and for his review and verification. 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 ' SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer, shall be provided FOLLOWS. by the Contractor at his sole expense. 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 Curbs (RC) and backfilled areas, fine grading shall begin during the placement In removing pavement, sidewalks, and curbs, the Contractor and the compaction of the final laver. In cut sections, tine grading shall begin within the final six (6) inches of cut. Final grading shall:1. Haul broken-up pieces ' shall produce a surface which is smooth and even, without abrupt changes in grade. to some off-project site. Excavation for curbs and gutters shall be accomplished by least 5feet of @:, cutting accurately to the cross sections, grades and elevations 5. When an area where pavement has been removed is to be shown. Care shall be taken not to excavate below the specified Wined to traffic before pavement patching has been completed, grades. The contractor shall maintain all excavations free from 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 o grade and t excavation inches immediately after backfilling and compaction are complete, before placement of fills or base course, the Following removal of topsoil or excava Liosubn de under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they are fled Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment RCI native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk", per Square Yard. materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or 5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense. 6. "Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the 7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are All costs related to the removal and disposal of structures and not available to complete construction of the roadway embankment, obstructions including saw cutting, excavation, backfilling and Gravel Borrow shall be used. , temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project, all portions other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments, while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 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 2-04 Haul 2-09 Structure Excavation cubic yard (adiusted 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 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. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that pan below the 2-foot depth shall be paid for as FOLLOWING: provided in Seetion 1 04.4 Item 3 of this payment section. In this case, all items of work other than roadway excavation shall be paid 2-09 1 Description (RC) at unit contract prices. This work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. 04 shall apply, emeept when . Shown as ineludiffg 2-09.3 Construction Requirements hA-'. T" shgs P.Rse tThe unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation", per cubic yard. 2-09.3(1)D Disposal of Excavated Material (RC) The unit contract price per cubic yard for "Unsuitable 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 p g excavation, Class A or B. if, hew ever, the Goo- must load shown as ineluding hatil. in , The unit contract price per cubic yard shall include haul. fidiing at the disposal site. Any seeh disposal s 7 " If the contract includes structure excavation, Class A or B, material,rhRI, hp fail Pay for all 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 :Pie Engineer.w4l be the sole judge of the aetual quentities needed- the work. Payment for 1 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. 1 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 specific separate pay item is included in the contract for gravel 2-04.5 Payment (RC) backfill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS 1. FOLLOWS. All costs for the hauling of material to, from, or on the iob 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 Cass 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 Page-SP-23 Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation ` price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the 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. Page-SP-24 Revision Date:May 19, 1997 L3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 1 3 No supplemental specifications were 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. necessary No supplemental specifications were necessary for Division 4. i 1 1 1 1 1 1 1 1 Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement , Division Jr (1) A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. Surface Treatments and Pavements (2) 1.teie.,,1,,. :I1 ,.,. ,.,.t..:RAdOft ......... ......:.. 4-...., the 1.Ruli:,: r�eh Tl.,. /"'.�..♦......♦.... shall provide .,�Ie�,,..,[a..l..♦F,.-«,.. to ��....Lvic,, $-04 Asphalt Concrete Pavement satfplesteWhen a sample from uncompacted mix is needed, the I Contractor shall ensure that the samples can -be obtained in SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS accordance with WSDOT Test Method 712. The piatfqrms shall FOLLOWS: sample , 5-04.3(8)A Acceptance Sampling and Testing(RC) heuling-vehiele. 1. General. Acceptance of asphalt cement concrete shall be B. Definition of Sampling Lot and Sublot. For the purpose as—provided under- -or a nonstatistical acceptance. of acceptance sampling and testing, a lot-is is shall defined as Determination of nonstatistical acceptance shall be the total quantity of material or work produced for each Job mix based on proposal quantities and shall consider the total of all bid formula (JMF). Only one lot per JMF is expected to occur.-€ef items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, d for. , E, F, and G) shallwi44 be evaluated for quality of gradation on a obtained ffeffl she ageeeptattee samples- shall—belted dailylet basis by the Contractor. This gradation analysis shall be ealleefively and shall eenstitefe a!of. Oft!), @ne lot per.jMr- -.4041 he based on WSDOT Test Method 104 and the results delivered to the expeeted to oeeur.. The C=ontraeter- may not make any gh Contracting Agency by noon of the following working day. This fF _he__-EngineeF. _The JMF information shall be used by the Engineer to evaluate conformance is defineddefi ed deseribed in Section 9- with Section 9-03.8(6)A.2.-and A-asphalt content shall be tested at 03.8(6)A (Basis of Acceptance). The Contractor may not make the Eengineer's discretion if the Compaction Pay Factor(Section 5- any changes to the JMF without prior written approval of the 04.3(10)B)falls below 1.00. Engineer. The Contracting Agency may take their own independent The Gentreeser. may request a ehange in the jN4F. if the gradation samples at the stockpile to confirm the gradation testing . I . approved, ail of the fmater-ial produeed tip to the time, of done by the contractor. If the independent sample gradation varies the ehange will be e;.,Aluased PR the basis of available tests and--ft from the Contractor's data by more than ±3% for sieve sizes iied by eaek sample will 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 sample per. sublet, with a Fniftimum of five sublets pef: ' afe-within the ranges listed above 4 em then the cost of sampling and testing will be borne by the Contracting PF04,4-de ne-s- less ah-an fiye unifer-m sized sublets, based an pFoposal Agency. FAA%- will`-be-evaiuefed gredetiert-enl, Tk w:,, Sampling and testing for nonstatistical acceptance shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.sfail (3) will be used fet: R elass 4 FAi* when fhe proposal quamities 4&F aeeep aftee testing perfemied in the field by:7!00 a.m. the ffiefiting Neftstatisfieai Aeeeptanee will be used, (1) for- a elass of fnim four hoffl-ws affeF the begiFming ef the fte*t payiftg shift. The when the pfeposal quantities feF that elass af mir, -R#:L. shm Engineer M-ii! also Pf;ayide, by Heon of the next workday a 2,500 tons, and (2) all eenfraets adyei4ised, awarded, afid sampling, �he Composite Pay Faefef: (GPF� af the eamplet 2. Aggregates. _ Aggregates will be accepted for sand D. Test Methods. When sample testing of asphalt content is equivalent and fracture based on their conformance to the necessary, Aacceptance test* for compliance of asphalt eant requirements of Section 9-03.8(2)_ eee-or-re to s♦- -1 will use the Nuclear Asphalt Gauge Procedure; WSDOT Test Method 722-T. When sample testing of gradation is necessary. 3. Asphalt Cement. Asphalt Cement will be accepted €ef kacceptance testing for compliance of gradation will use the Quick tests-based on theif-conformance to the requirements of Section 9- Determination of Aggregate Gradation using Alternate Solvent 02.1(43). Testing of asphalt properties to assure certification shall Procedure; WSDOT Test Method 723-T. be the responsibility of the contractor. If the vendor or grade of E. Reject Mixture the asphalt cement changes, a new job mix formula (JMF) shall be (1) Rejection by Contractor. The Contractor may, prior to evaluated and approved. sampling, elect to remove any defective material and replace it 9. Asphalt Concrete Mixture with new material at no expense to the Contracting Agency. Any , A. Sampling such new material will be sampled, tested, and evaluated for acceptance. Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement I (2) Rejection_-by Engineer Without TestingWithout Testing. SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING The Engineer may, without sampling, reject any batch, load, or THE FOLLOWING: section of roadway material that appears defective in gradation or asphalt een3ent 5-04.3(10)A General (RC) content. Material rejected before placement shall not be The Contractor shall not use vibration when compacting on a incorporated into a�tke pavement. Any rejected section of street where A.C. Line (Transite) is in place (refer to City of compacted feadw },pavement shall be removed. Renton Comprehensive Water System Plan to identify locations of No payment will be made for the rejected materials or the A.C. lines.) removal of the materials unless the Contractor requests that the SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: rejected material be tested. If the Ceontractor elects to have the rejected material tested, a minimum of three representative samples 5-04.3(10)B Control (SA) will be obtained and tested. Representative samples to be removed Asphalt concrete pavement Classes A, B, E, and F used in for testing from compacted pavement shall be removed by coring. traffic lanes, including lanes for ramps, truck climbing, weaving, 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 Fnatefial, and in addition, _ using the definition of a sublot described in Section 5-04.3(8). The However., if the C-11P is gre specified level of relative density shall be 92-�.0 percent of the reference maximum density as deterfained by WSDOT Test wed-705. _The reference maximum density shall be determined as that developed in the iob mix formula(JMF) .Acceptance of the initially of tile- •e being pioeed If the Contractor chooses, a moving rejected sasaeeted material will use the acceptance sampling and e"""'" b Y�•-----• testing methods. If the material does not fall within the iob mix average of the three most recent tests of maximum density may be formula toler-nces of Section 9-03.8(6)A, the mix will be rejected determined through the use of WSDOT Test Method 705 by the and all costs associated with sampling, testing and removal shall be Contractor at the Contractor's expense. The specified level of borne by the Contractor. The reiected material must be removed density attained will be determined by the average statistieal and replaced with new material at no expense to the Contracting evaleation—of three stye nuclear density gauge tests taken in Agency. If the material falls within the iob mix formula accordance with WSDOT Test Method 715 on the day the mix is tolerances, the mix will be accepted for quality of mix but will placed (after completion of the finish rolling) at locations remain subiect to the compaction adiustment of Section 5-04.300) determined by the strati zed random_ and all costs associated with sampling and testing will be borne by within each density lot ' the Contracting Agency. less. The Engineer will furnishthe Gentmefer. a copy of the results of all acceptance testing performed in the field as soon as the results are availabl of ihFee Fandam samples of the suspeet materi-al .vdl be obs-Rin-ed ihe begiming of fhe next paving shift. 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 04.5(1)B* Aeeeptanee of paN,emefif eempoetion will he based on the ' deteFfnined. For compaction lots falling below a CPF of 1.00 pay-€aetet and thus subject to price reduction or rejection, cores may be used 4Afn -;..hIns ill ho ,.,.•,.ined Rd the subief v -i•,..tedas an as an alternativee to the nuclear density gauge tests. When-eons independent !of with the ofiginal test fvsult ineluded Fir, A f4f4h feSt 8Fe takeft by the Gentmeting Ageney at the Fequest of the after-pe g—When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, t-The costConfroeiing Ageney shall he reimbuFse for Ow--coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative densitv within a sublot is greater than 92.0 percent, the cost for coring and testing or shall be borne by the Contracting Agency. � 4s less shRo 0.r3 - (6) Aft Entire Lee. An ewif:e 'at with a GPF of less ihan 0.75 f:e'-Asive density within a lei has not been aehieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Shall - -F Engineer, to determine the compactibility of the mix design. �c Page-SP-27 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement t Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a ig yen quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (92-1, percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH of the reference maximum density ""eh�). 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 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 iob 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 density, the Engineer may also isolate from a normal lot any area Factor will be 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 .,. /'` U. minimum of three 3 randomly located density tests will be taken. associated relative density.. :AteT The isolated area will then be evaluated for price adjustment in accordance with this section, considering it as a separate_sublotlet. 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. Appreaek 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 4i lia� "del .ri� *Eer�Ree-lee-fidjustment," by ealee-latiefla. 90.0 0.85 job N fi*!'..mpli..nee Pf:ie. Adjustment" .ill be a ftlp..1...ed Find 89.5 0.80 paid for as deseribed in Seetion 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 pemendicular 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_onthe ' 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 L one- footing drain behind the rockeries as shown in the standard plans, inch sieve after 6 cycles shall not exceed 35% by weight. The rock material shall be as nearly rectangular as possible so and connected to the storm drainage system where shown. as to afford the minimum amount of void space between the blocks. 6-12.3.3 Resection 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 reiected 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 1 300 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 1 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 6-12 Rockeries 6-12 Rockeries 1 t 1 t i 1 1 t 1 1 Page-SP-30 Revision Date:May 19, 1997 t7-01 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 7-01.2 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) 7-01.3 Construction Requirements RC1 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 recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as Payment will be made in accordance with Section 1-04.1, for described in Section 9-04.9, at the option of the Contractor unless each of the following bid items that are included in the proposal: 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. foStrot Plate Pipe Arch_Gage_Ft. _In. Span", ' 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: ' I 7-02.2 Materials (RC) 7-04.2 Materials (RC) 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 Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated 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 I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 1 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-31 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(I)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(l) 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 elevation. T-h P- ... a .-,,. -RHI-4 ...,..I.,..i Of,. R Shall ,,,...F,.-«. SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: the FeEltliftffleftES Speeified iF1 this Seefifflt, ,...a the finished stmeture shall e8afefm to the FOqUiFefflefitS 4 the Standard Plan 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not ocrT)rring 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 SECTION 7-04.4 IS REVISED AS FOLLOWS: contractor shall carefully reference each manhole so that they may 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 backfjll 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 considered incidental to the pipe and no restricted area and base material be removed to permit removal of "Testing Storm geweF additional payment shallll be made. er linear foot 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 Page-SP-32 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements for texture, density, and uniformity of grade. The joint between the SECTION 7-05.4 IS REVISED AS FOLLOWS: patch and the existing pavement shall then be carefully painted with 7-05.4 Measurement (RC) hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Manholes will be measured per each. Measurement of The inside throat of the manhole shall be thoroughly mortared and manhole heights for payment purposes will be the distance from ' plastered. finished rim elevation to the invert of the lowest outlet pipe. Adiustment of inlets: The final alignment and grade of cast Adiustments of new structures and miscellaneous items such iron frames for new and old inlets to be adiusted to grade will be as valve boxes shall be considered incidental to the unit contract established from the forms or adiacent pavement surfaces. The price of the new item and no furthur compensation shall be made. final adjustment of the top of the inlet will be performed in similar Adjustment of existing structures and miscelaneous items such manner to the above for manholes. On asphalt concrete paving as valve boxes shall be measured by "Adiust Existing ,' per proiects using curb and gutter section, that portion of the cast iron each which shall be full pay for all labor and materials including all frame not embedded in the gutter section shall be solidly embedded concrete for the completed adiustment in accordance with Section in concrete also. The concrete shall extend a minimum of six 7-05.30)and the City of Renton Standard Details. inches beyond the edge of the casting and shall be left 2 inches Connection to existing pipes and structures shall be measured below the top of the frame so that the wearing course of asphalt per each. concrete pavement will butt the cast iron frame. The existing SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS concrete pavement and edge of the casting shall be painted with hot FOLLOWS: asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that 7-05.5 Payment (RC) required for new inlets. The inside of the inlets shall be mortared "AdiustMa&ele Existing " per each. and plastered. The unit contract price per each for "Adjust Monuments and cast iron frame and cover: Monuments and Existing " shall be full pay monument castings shall be adiusted to grade in the same manner for all costs necessary to make the adjustment including restoration as for manholes. of adjecent areas in a manner acceptable to the Engineer. Valve box castings: Adiustments of valve box castings shall be "Structure Excavation Class B", per cubic yard. made in the same manner as for manholes. "Structure Excavation Class B Incl. Haul", per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS_ Structure excavation for concrete inlets and area inlets is considered incidental to the cost of the inlets and shall be included 7-05.3(2) Abandon Existing Manholes (RC) in the unit contract price for the concrete inlet and the area inlet. If Where it is required that an existing manhole be abandoned, no bid item for Structure Excavation Class A or Structure the structure shall be broken down to a depth of at least 4 feet Excavation Class B is included in the schedule of prices then the below the revised surface elevation, all connections plugged, the work will be considered incidental and its cost should be included manhole base shall be fractured to prevent standing water, and the in the cost of the pipe. manhole filled with sand and compacted to 90 percent density as "Connect to Existing Catch Basin," per each. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect Structure to existing pipe," per each. the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be 7-08 General Pipe Installation Requirements salvaged and all other surplus material disposed of. SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS: SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE 7-08.3(1)C Pipe Zone Bedding (RC) (SA) FOLLOWING: Hand compaction of the bedding materials under the pipe 7-05.3(3) Connections to Existing Manholes (RC) haunches will be required. Hand compaction shall be accomplished Where shown on the plans, new drain pipes shall be connected by using a suitable tamping tool to firmly tamp bedding material to existing line, catch basin, curb inlets and/or manholes. The under the haunches of the pipe. Care shall be taken to avoid contractor shall be required to core drill into the structure, shape displacement of the pipe during the compaction effort. the new pipe to fit and regrout the opening in a workmanlike Pipe bedding shall be considered incidental to the pipe and no manner. Where directed by the engineer or where shown on the further compensation shall be made. plans, additional structure channeling will be required. SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: A "Connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection 7-08.3(2)E Rubber Gasketed Joints RC of a new structure to a existing line. No "connection to existing" In laying pipe with rubber gaskets, the pipe shall be handled will be accepted at the location of new installation, relocation and carefully to avoid knocking the gasket out of position or ' adiustment of line manholes, catch basins or curb inlets. contaminating it with foreign material. Any gasket so disturbed Any damage to existing pipe or structure that is to remain in shall be removed, cleaned, relubricated if required, and replaced place resulting from the Contractor's operations shall be repaired before joining the sections. ' or replaced at his own expense. The pipe shall be properly aligned before joints are forced The unit bid price per each shall be full compensation for all home. Sufficient pressure shall be applied in making the joint to labor, materials and equipment required. 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-33 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 interior of the pipe before lowering into position in the trench. Contracting Agency. Pipe shall be kept clean during and after laving. All openings in Care shall be taken by the CONTRACTOR to avoid over the pipe line shall be closed with water tight expandable type sewer pushing the pipe and damaging the pipe or joint system. Any plugs at the end of each day's operation or whenever the pipe damaged pipe shall be replaced by the Contractor at his expense. openings are left unattended. The use of burlap, wood, or other , Care shall be taken to properly align the pipe before joints are similar temporary plugs will not be permitted. entirely forced home. During insertion of the tongue or spigot, the Where necessary to raise or lower the pipe due to unforeseen pipe shall be partially supported by hand, sling or crane to obstructions or other causes, the ENGINEER may change the minimize unequal lateral pressure on the gasket and to maintain alignment and/or the grades. Except for short runs which may be concentricity until the gasket is properly positioned. Since most permitted by the ENGINEER, pipes shall be laid uphill on grades gasketed joints tend to creep apart when the end of the pipe is exceeding 10 percent. Pipe which is laid on a downhill grade shall deflected and straightened, such movement shall be held to a be blocked and held in place until sufficient support is furnished by minimum once the joint is home. the following pipe to prevent movement. SECTION 7-08.3(2)J IS AN ADDED NEW SECTION. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between 7-08.3(2)J Placing PVC Pipe (RQ changes in grade. For concrete pipes with elliptical reinforcement, In the trench, prepared as specified in Section 7-02.3(1) PVC the pipe shall be placed with the minor axis of the reinforcement in pipe shall be laid beginning at the lower end, with the bell end a vertical position. upgrade. Pea gravel will be used as the bedding material and Immediately after the pipe joints has been made, proper gasket extend from 6" below the bottom of the pipe to 6" above the top of Placement shall be checked with a feeler gage as approved by the the pipe. When it is necessary to connect to a structure with a pipe manufacturer to verify proper gasket placement. ' mudded joint a rubber gasketed concrete adapter-collar will be used SECTION 7 08.3(2)G IS SUPPLEMENTED BY ADDING THE at the point of connection. rJLLOWING: 7-08.3(2)A Survey Line and Grade 7-08.3(2)G Sewer Line Connections (RC) Survey line and grade control shall be provided in accordance Unless otherwise approved by the Engineer, all connections of with Sections 1-05.4, 1-05.5 and 1-11 lateral sewers to existing mains shall be made through a cast iron £AgineeFin a manner consistent with accepted practices. saddle secured to the sewer main with stainless steel bands. When The Contractor shall transfer line and grade into the trench the existing main is constructed of vitrified clay, plain or where they shall be carried by means of a laser beam using 50 foot reinforced concrete, cast or ductile iron pipe, the existing main minimum intervals for grade staking. Any other procedure shall shall be core drilled. have the written approval of the Engineer. Connections (unless booted connections have been provided , or- taut gFade line sttppoF+ed on fiFfniy set hatter boards a! for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a shall be in use at one • Gfades shall ho PoRstandy eheelEedmanhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS , SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWS: FOLLOWING: 7-08.3(2)B Pipe Laving (RC) 7-08.4 Measurement (SA) Checking of the invert elevation of the pipe may be made by Gravel backfill for foundations, or gravel backfill for pipe calculations from measurements on the top of the pipe, or by zone bedding when used for foundations, shall be measured by the looking for ponding of 1/2" or less, which indicates a satisfactory cubic yard, including haul, as specified in 2-09. or by the TON. condition. At manholes, when the downstream pipe(s) is of a Concrete for plugging existing pipes will be measured by the larger size, pipe(s) shall be laid by matching the (eight-tenths) flow cubic yard for the volume which would be required to completely elevation, unless otherwise approved by the Engineer. fill the pipe for a distance of two diameters. Computation for All pipe, fittings, etc. shall be carefully handled and protected corrugated metal pipes will be based on the nominal diameter. against damage, impact shocks, and free fall. All pipe handling Excavation of the trench will be measured as structure equipment shall be acceptable to the ENGINEER. Pipe shall not excavation Class B or structure excavation Class B including haul, be placed directly on rough ground but shall be supported in a by the cubic yard as specified in Section 2-09. When excavation manner which will protect the pipe against injury whenever stored below grade is necessary, excavation will be measured to the limits ' at the trench site or elsewhere. No pipe shall be installed where ordered by the Engineer. the lining or coating show defects that may be harmful as Embankment construction before culvert placement under the determined by the ENGINEER. Such damaged lining or coating applicable provisions of Section 7-08.3(1)A will be measured in shall be repaired, or a new undamaged pipe shall be furnished and accordance with Section 2-03. ' installed. Shoring or extra excavation class B will be measured as The CONTRACTOR shall inspect each pipe and fitting prior specified in Section 2-09.4. 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 Page-SP-34 , Revision Date:May 19, 1997 7-10 Trench Exc., Bedding, and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains ' FOLLOWS. 7-08.5 Payment 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 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) (RC) SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by 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 Fittings with accordance with Section 1-09. Polyethylene Encasement (RC) .,".e a shown ;ft the Plan-, EThe 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 eubie yard. valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. Replaeement of Unsuitable Mater-iol" shall be full pay 4;or all wor-k The polyethylene wrap shall be tube type and black color. o - ftie e tnsuitable material and -e-'"ee and eomp suitable 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 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. REPLACED BY THE FOLLOWING The unit contract price per cubic yard or ton for "Bank Run ' Gravel 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 unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 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 9-30.713(1). shall not operate any valves on the existing system without- peeifle Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. ' When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains ` City Installed connections: positive displacement water meter with a sweep unit hand 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. 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" 20" 24" material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 connection by the City. The Contractor shall provide all materials 400 0090 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 00 06 90 1.13 1.35 100 2.25 2.70 1_ 1.28 1.70 2.12 2.55 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 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 4D P A hydrant meter and a back flow prevention device will be 00 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 he 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 during the 15 minute test peFied. 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 4wsihedp2ly- 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 of a%4 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 Where dFy eaieium hypeehlarite is used for disitifeet on of she for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall 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 Page-SP-36 ' 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 REPLACED WITH. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip 7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for Dry calcium hypochlorite shall not be placed in the pipe as 4" to 12" mechanical joints, ASTM A325, type 31), except tensile ' laid. strength of full-body threaded section shall be increased to 40,000 SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures reheat and 7-11.3(12)K Retention Period (RC) hardness specifications. SST 753: 3/4" for 14" to 24" mechanical Treated water shall be retained in the pipe at least 24 hours ioints. same ASTM specification as SST 7. SST 77: 3/4" same as but no long than 48 hours. After this period, the chlorine residual SST 7, except 1" eve for 7/8" rod. same ASTM specification as at pipe extremities and at other representative points shall be at SST 7. least 25 mg/l. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized 7-11.3(12)N Final Flushing and Testing (RC) Tiecoupling: used to extend continuous threaded rods and are Before placing the lines into service, a satisfactory report shall provided with a center stop to aid installation, zinc plated or hot- be received from the local or State health department or an dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, approved testing lab on samples collected from representative grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A242, ripe 2: ANSI B1.1. S12: 5/8" and 3/4" diameter, ' ADDING THE FOLLOWING: ASTM A36, A307. 7-11.3(13) Concrete Thrust Blocking and Dead-Man Tiewasher: round flat washers, zinc plated or hot-dip Block (RC) galvanized. SS 17: ASTM A242, F436. S 17: ANSI B 18.22.1. Installation: Provide concrete blocking at all hydrants, fittings and Install the joint restraint system in accordance with the horizontal or vertical angle points. Conform to The City of Renton manufactures instructions so all joints are mechanically locked standard details for general blocking, and vertical blocks herein. together to prevent joint separation. Tiebolts shall be installed to All fittings to be blocked shall be wrapped with 8-mil polyethylene pull against the mechanical joint body and not the MJ follower. plastic. Concrete blocking shall be properly formed with plywood Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings or other acceptable forming materials and shall not be poured with both rods threaded equal distance into tiecouplings. Arrange around joints. The forms shall be stripped prior to backfilling. tierods symmetrically around the pipe. 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 plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Pipe Diameter Number of 3/4" 1 Blocking shall be commercial concrete (hand mixed concrete Tie Rods Required is not allowed)and poured in place. 4" .....................................2 6" ...........................................2 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 8" ...........................................3 ' 10............................................4 7-11.305) Joint Restraint Systems (RC) 12"...........................................6 General: 14............................................8 Where shown on the plans or in the specifications or required by 16............................................8 ' the engineer, joint restraint system(shackle rods) shall be used. all 18............................................8 ioint restraint materials used shall be those manufactured by star 20............................................10 national products, 1323 holly avenue PO box 258, Columbus Ohio 24"...........................................14 43216, unless an equal alternate is approved in writing by the 30............................................(16-7/8"rods) .engineer. 36............................................(24-7/8"rods) Materials: ' Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- treated, superstar "SST" series. Where a manufactures mechanical ioint valve or fitting is High strength low-alloy steei(cor-ten), ASTM A242, superstar supplied with slots for "T" bolts instead of holes, a flanged valve "SS" series. with a flange by mechanical joint adapter shall be used instead, so Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts. ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is required to be restrained. ' ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 feet in length shapes. between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe Page-SP-37 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains used in continuously restrained runs shall be mechanical joint pipe 7-12 Valves for Water Mains and tiebolts shall be installed as rod guides at each ioint. Where poly wrapping is required all tiebolts, tienuts, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: tiecouplings tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: ' with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, 7-12.3(1) Installation of Valve Marker Post (RC) tiecouplings tierods and tiewashers may be galvanized as specified Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. edge of the right-of-way opposite the valve and be set with The e*posed portion of Tiebolts tienuts, tiecouplings, tierods, and tiewashers shall be 18 inches of the post exposed above grade. considered incidental to installation of the pipe and no additional Rd theR the SiZO Of the payment shall be made. ;,Alwe And she distaftee in feet and iftehes fo the valye shall -be , SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: blaele paint oft the fikee of the p 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and SECTION 7-12.3(2)IS A NEW SECTION: dead-man blocks will be per cubic-yard when these items are 7-12.3(2) Adjust Existing Valve Box to Grade (RC) included as separate pay items. If not included as separate pay Valve boxes shall be adiusted to grade in the same manner as items in the contract, then thrust blocking and dead-man blocks for manholes as detailed in Section 7-05.3(1) of the Renton shall be considered incidental to the installation of the water main Standards. Valve box adjustments shall include, but not be limited and no further compensation shall be made. to, the locations shown on the Plans. Measurement for payment for connections to existing water Existing roadway valve boxes shall be adiusted to conform to , mains will be per each for each connection to existing water final finished grades. The final installation shall be made in main(s)as shown on the plans. accordance with the applicable portions of Section 7-12. SECTION 7-11.S HAS BEEN REVISED AS FOLLOWS: In the event that the existing valve box is plugged or blocked with debris the Contractor shall use whatever means necessary to , 7-11.5 Payment (RC) remove such debris leaving the valve installation in a fully operable condition. Pipe for Water Main and Fittings _In. Diam.", per The valve box shall be set to an elevation tolerance of one- lineal foot. fourth inch (1/4") to one-half inch(1/2")below finished grade. The unit contract price per linear foot for each size and kind of "_Pipe for Water Main —In. Diam." shall be full pay for SECTION 712.4 IS SUPPLEMENTED BY ADDING THE all work to complete the installation of the water main including FOLLOWING: but not limited to trench excavating, bedding, laying and jointing 7-12.4 Measurement ' pipe and fittings, backfilling, concrete thrust blocking, installation of polyethylene wrap, cleaning by poly-pigs, vertical crosses for Adiustment of existing valve boxes to grade shall be measured insertion and removal of poly-pigs, temporary thrust blocks and per each if included as a separate pay item in the Contract; if not a blow-off assemblies, testing, flushing, disinfecting the pipeline, separate pay item but required to complete the work, then value shackle rods, abandoning and capping existing water mains, box adiustment shall be considered incidental. removing miscellaneous pipes, removing and salvaging existing Hydrant auxiliary gate valve will be included in the hydrant assemblies, and other appurtenances to be abandoned as measurement for hydrant assembly and will not be included in this ' shown on the plans, and cleanup. measurement item. "Concrete Thrust Blocking and Dead-Man Blocks", per cubic yard. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE The unit contract price bid for "Concrete Thrust Blocking and FOLLOWING: , Dead-Man Block" Shall he for the complete cost of labor, "Gate Valve from 4 inch to 10 inch in diameter and Valve materials, equipment for the installation of the concrete thrust Box," per each. blocks and dead- man blocks, including but not limited to The unit contract price per each for the valve of the specified excavation, dewatering, haul and disposal of unsuitable materials, size shall be full pay for all labor, equipment and material to concrete reinforcing steel, shackle rods and formwork. If this furnish and install the valve complete in place on the water main, item is not included in the contract schedule of prices, then thrust including trenching, jointing, blocking of valve, painting, blocking and dead-man blocks shall be considered incidental to the disinfecting, hydrostatic testing, cast-iron valve box and extensions installation of the pipe and no further compensation shall be made. as required, valve nut extensions, adjustment to final grade. , "Connection to Existing Water Mains", per each. "12 inch Gate Valve and Concrete Vault," per each. The unit contract price per each connection to existing water The unit contract price per each for the 12" gate valve mains shall be for complete compensation for all equipment, labor, assembly, shall be full pay for all labor, equipment and material to , materials required for the connections to the existing water mains. 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-38 Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16" and larger 1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, butterfly valve assembly, shall be full pay for all labor, equipment cast iron valve box and cover, 3/4" shackle rods and accessories, and material to furnish and install the valve complete in place on concrete blocks and two concrete guard posts (only if hydrants are the water main, including trenching, jointing, blocking of valve, outside right-of-way). painting, disinfecting, hydrostatic testing, concrete vault, cast-iron Joint restraint(Shackle Rods) shall be installed in accordance casting and cover, ladder, concrete risers as required, adjustment with Section 7-11.3(15). to final grade. "Blow-off assembly," per each. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE The unit contract price per each for each blow-off assembly FOLLOWING: shall be for all, labor, equipment and material to complete the 7-14.3(3) Resetting Existing Hydrants (RC) installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3(1). All hydrants Detail, latest revision. shall be rebuilt to the approval of the City(or replaced with a new "Air-Release/Air-Vacuum Valve Assembly." per each. hydrant). All rubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type. assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE ' to, excavating, tapping the main, laving and jointing the pipe and FOLLOWING: fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, 7-14.3(4) Moving Existing Hydrants (RC) and per City of Renton Standard Detail, latest revision. All hydrants shall be rebuilt to the approval of the City(or ' "Adiust Existing Valve Box to Grade(RC)," per each. replaced with a new hydrant). All rubber gaskets shall be replaced The contract bid price for "Adjust Existing Valve Box to with new gaskets of the type required for a new installation of the Grade" above shall be full compensation for all labor, material, same ripe. tools and equipment necessary to satisfactorily complete the work SECTION 7-14.5 IS REVISED AS FOLLOWS: as defined in the Contract Documents, including all incidental work. If not included as a separate pay item in the Contract, but 7-14.5 Payment (RC) required to complete other work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of work Payment will be made in accordance with Section 1-04.1, for and no futher compensation shall be made. each of the following bid items that are included in the proposal: "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as specified. The pipe connecting the hvdrant to the main shall be 7-14 Hydrants considered incidental and no additional payment shall be made.; 7-14.3 Construction Details (RC) "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS Hydrant" shall be full pay for all work to reset the existing ' FOLLOWS: hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to 7-14.3(1) Setting Hydrants (RC) the main. The new pipe connecting the hydrant to the main shall be After all installation and testing is complete, the exposed considered incidental and no additional payment shall be made. ' portion of the hydrant shall be painted with eaetwo field coats. The type and color of paint will be designated by the Engineer. speeified in Seefien 7 11.5. Guard posts, shown on the plans shall Any hydrant not in service shall be identified by covering with be incidental to the contract. a burlap or plastic bag approved by the Engineer. "Moving Existing Hydrants", per each. Hydrants shall be installed in accordance with AWWA The unit contract price per each for "Moving Existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of Hydrant" shall be full pay for all work to move the existing Renton standard details. Hydrant and guard posts shall be painted hydrant, including new tee, rebuilding (or replacement with a new ' in accordance with the water standard detail. Upon completion of h dram shackling, blocking, painting, and guard posts and the proiect, all fire hydrants shall be painted to The City of Renton reconnecting to the main. The new pipe connecting the hydrant to specifications and guard posts painted with two coats of the main shall be considered incidental and no additional payment preservative paint NO. 43-655 safety yellow or approved equal. shall be made Fire hydrants shall be of such length as to be suitable for speeified iH Seetion 7 11.5. Guard posts, shown on the plans shall installation with connections to 6", 8" AND 10" piping in trenches be incidental to the contract. 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- ' Page-SP-39 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 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 (RC) 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 717.4 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 hoe- Section 7-17.3(2) will be the number of linear feet of completed hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, Lesting, 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: 7-17.2 Materials (RC) (SA) 7-17.5 Payment (RC) 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. W.E. Sewer Pipe _ In. Diam.", per linear Concrete pesite foot. VifFifed Cla} 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) "ABS _Rt. Diam." Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the 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 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 SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2). FOLLOWING: If no unit price for "Testing Sewer Pipe" is included it shall be ' considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per RC 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 stall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A. trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic Any construction debris which enter the existing downstream yard, 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 the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work to ' outlet shall be plugged until acceptance by the Engineer. furnish, place, and compact material in the trench. "Television Inspection", per Lump Sum. Page-SP40 Revision Date:May 19, 1997 ' 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks 1 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 SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that ' are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type 1", per eachhundfed. FOLLOWING. "Raised Pavement Marker Type 2", per eached. "Raised Pavement Marker Type 3- In.", per 8-14.3(4) Curing (RC) eachhuwked. The Contractor shall have readily available sufficient "Recessed Pavement Marker", per eachhoadfed. protective covering, such as waterproof paper or plastic membrane, The unit contract price per eachlurdk-ed for "Raised Pavement to cover the pour of an entire day in the event of rain or other 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: 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 ioint 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 pav ' cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, then ' supplied surveyor. quantities shall be measured with and paid for under the bid items 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." The monument will be furnished and set by the Engineer or by SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE the Contractor supplied surveyor. FOLLOWING: When existing monuments will be impacted by a proiect, the 8-14.5 Payment (RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. "Curb Ramp, Cement Concrete," per each. After construction is complete, the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can 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, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the 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 Rainy, Cement Concrete." contract unless specifically called out to be paid as a bid item. ' Page-SP-41 Revision Date:May 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 4 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 area.; 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 , eener-ete in seeerdanee with •tie Fequiremews of Seefi 8-20.2 Materials ()2' C_— Where obstructions prevent construction of planned , SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWING. satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop ground!- drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: `.,jndations 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 The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other ' shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship- 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 ( Q 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 performed at the time of the initial backfilling of the trench unless Street Light Pole 4'Deep x 3' Sg or Dia. directed otherwise by the engineer. Signal Pole up to 40' mast arm 7'Deep x 3' Sg or Dia. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner , with the trench bottom graded to provide a uniform grade. No Street Light Control Cabinet See Detail Sheet work shall be covered until it has been examined by the engineer. Special Base See Detail Sheet backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner of six inches above the conduit. specified below: Trench within the roadway area shall use select trench backfill 1. Where sidewalk or raised islands are to be constructed as a which shall consist of 5/8th inch minus crushed surfacing top part of this proiect, the top of the foundation shall be made ' course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail schedule of prices and directed for use by the engineer. The source sheet and quality of the material shall be subject to approval by the 2. Where no sidewalks are to be installed, the grade for the engineer. Trench backfill within the sidewalk area shall be made top of the foundation shall be as specified by the engineer. ' with acceptable materials from the excavation subiect to the (See detail sheet) Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. ' the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The Page-SP-42 , 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 Galyanized steel eenduit shall be "'""ea at the wlewin.g Bushings. Wall thickness of conduit shall be consistent within lfts, continuous conduit runs with no mixing of different schedule types I A t1 -^"`11 ed eFOS''""" between terminations. 2. All rail_,."a ef:os The contractor shall provide and install all conduit and 3 All Fdfts ffeffl 1 lufniftaire tillse f@ the necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on 4. Ali mits ....... led at.-..ff:.,signal inst ilat:..-." ans. I I Conduit to be provided and installed shall be of the type t1fififies. indicated below: 6 A 11 beads A radiusless. th f 3 feet. Rafts abedde 1 Schedule 40 heavy wall p v c Conforming to ASTM within r-eiftfeFeed standards shall be used whenever the conduit is to be placed other 7.--ill—eendtfit entering-7unefien be and e- than within the roadway area. xf@uftdatieftS Where—plastie nenmetellie eenduit is installed- 2 Schedule 80 extra heavy wall p.v.c. Conforming to el 1 he j"""''6" ASTM standards shall be used when the conduit is to be placed of s F:Y1CG f�dftt;eflshall" eoftsisf of a 10 feet length of galvani within the roadway area. steel eenduit eempiete with a field bend, appfoyed nomffiew All ioints shall be made with strict compliance to the ' manufacturer's recommendations regarding cement used and environmental conditions. gaiyanized steel fact SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE v o" _; ",1"a ., lieu FOLLOWING_ of the " o fieldeenduk with .bend. Rufts embedded a vol a_,;•� 8-20.3(6) Junction Boxes areThe contractor shall provide and install junction boxes of the 8. All her 1..eatiefts aete l in the e_____-__� t�tTv�ttc. ..,_.....,..,, __ ""`'""' type,,,d size at the locations specified in the plans and as per detail 9. Alt Funs •e aib,_a ehed to s .-.,.. sheets. 11 ait �l�ss " �� o be employed as therwise fe to The inscription on the covers of all junction boxes shall be as metaw1 11 a 11 on shall ift,,_ a_ " indicated below: 1ude 1. Street lighting only: "Lighting" 2. Signal only: "Signals" Elie— zncard Plans Hi li duit is allowed f@F v a 3. Traffic signal and street lighting: "TS-LT" slipfe�tt�,- 4. Telemetry only: "Telemetry" itiFnifttim d .�� be wi 1temate to 1 __,^^d steel Inscriptions on junction boxes performing the same function, 1. The f aitiminum ,...t shall be _..-.-:".,,a tO ",..... i.e. street lighting traffic signal or both, shall be consistent throughout the proiect. All iunction boxes shall be installed in conformance with provisions contained in the standard plans and ' steel- o detail sheets. 2 A 1tifftiftum ^...1..:.,.t...Il not l""va : ft Al ili een, shall be piaee t..... d def: v , by 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 disturbed withetit the approval of the Engineer aftd theft only ift provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, specifications and detail sheets. If allowed in the Plans or if obstructions are encountered in ' All iunction boxes shall have galvanized steel lids and frames. jacking or drilling operations, the Contractor will be allowed to All iunction boxes and associated concrete pads shall be install conduits by open trenching. Open trench construction shall installed on compacted sub grade which shall include six inches of conform to the following: 5/8th-inch minus crushed surfacing top course material installed ' 1. The pavement shall be sawcut a minimum of 3 inches under and around the base of the junction box. Concrete shall be deep. The cuts shall be parallel to each other and extend 2 feet one 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. installation of 5/8th-inch minus crushed surfacing top course and a ' 3. Trench depth shall provide 24 inches minimum cover 4" thick Class "B" cement concrete pad enclosing the junction box over conduits below the roadbed, and 18 inches below finished 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 ' 4. T ' 7. width shall1.L A OF the ,.,.ndui. ,1:..«.eteF unit price per iunction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed surfacing" and/or for "concrete pad." restored per the Renton Standard Detail. ;aekfilled with 3 irtehe5 a; eement eenerete T7 shall pi d 2 inehes beiaw, t. ,a,face of the reyaEkining pa 4all,..ed ' Page-SP-43 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(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 `'"""""""'' light ' by the Engineer, will be borne by the Efate City. system whieh shall be efftefiN,eiY grounded. Where faetallie eefid*4 Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle Alhe-e "' eomduif is installed, 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 Shall be =-__-aed solid, bare e insulated - 4 ietaFs photo-cell with no neutral wire) the. al No._8,.W ^ ^,_ large f 3. Type III system shall be single phase 120/240 volt, 3 wire 60 'Tv-�iacao�a--,ar6cr cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) fidifilar� e8Hd � _ f t The power service point shall be as noted on the plans and ft eetidait-est V ' w eurFent , -- v- �b -� eentaiftea 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. _ iee SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS ....,.".."..�,.TFlAd af eaeh .,.�ae Fived:, .,. ^�.e_a Plans F^a FOLLOWS: ..�6FM ef erv'iee 6reend."The serwiee-gr8tffld instaiia iOHS ShRIm l b@ l6e 8-20.3(11) Field Test (RC) eet apfft. The first sem,iee grei-Rd rod ;wll Aftff &H tests have been eemplefed for ffeffie signal systems, ".j v+ v = the installatien will he turned on fe flash aper-ation by the :he Rol.-a, bus. The _a sen'iee e lld -,.., Shal„ ~ C-entraefei et flte-direetien of the Engineer The ^, shall„ - eFft va te , e nuous _a:tig ,e a a. 6E)HHe6Wd tO the 4F4 ff8tmd red. Ground eleeoedes shall FAffixifnem 6me allowed f4 flash opera rr i@ss than 10 feet in length if they am",Q inelt iR dia—metew or.net Pu4iete,for ehanging &efa flashing to sfop and go 8pefation 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. ' 13ttleseOthef:Wise noted in the 8-20.3(13) Illumination Systems Seetien 9-296(3), a meter base installed in eee6FElflnee SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED SeFViRg ..,:4. _ ' i ,.- thf:e, wire ..eFyiee , f AS FOLLOWS: assembiy,, 8-20.3(13)A Light Standards (RC) (SA) The seiFyiee breakeF Shftll he a stafidai:d thermal e4euit breakei: Slip base installation shall eefifef:m to ihe WlewiFigL eneased ift a Faintight liousing that ean be padleeked- 1- The slip plane shall he ffee of 8bstmetiens sueh as rF6EFHdif+g @endtfit OF aneher ) kS. :Re-eendait, aneher hHkS, m,a-oriff Page-SP-M , Revision Date:May 19, 1997 ' 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical e-b-sism-emens shall teFminate at a height at or below the All poles and davit arms shall be designed to support a plate.k-4--viisifla of slip top of the bettem slip luminaire weight of 50 lbs. or more and to withstand pressures 2. All washers shall be A A SHTO N4 164 (AST-M A caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i. plate.slip plate and the ieeepeF 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: The davit style arm shall incorporate a 5'9" radius bend or AST as measured from the centerline of the shaft. The outer portion of elamping bolts shall be tightefted to the speeified torque, plus the arm shall be 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 ioint with an even profile. Anchor Base: eke-iFr-egulaFities: 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, anf' 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 8. Atteltff 8kS shall be installed plumb, f 1 degree. moment of the pole shaft at its yield point 9. WiFing for slip base instaiiation shall eeftfefm to details in the The contractor shall assure that all anchor bolts conform to the &efldAr-d Plans. recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer , data on pole bending moment, anchor bolt fabrication data, test ' leveling nots shall he removed. Conduits shall be eof to a results and any other data that may be required to confirm that the anchor bolts meet these specifications. bolss s-h-as dar-ed damaged shall be Fepaifed with approved sleeve Miscellaneous Hardware: ' nuir, As nesed slip base iRstakation pmeedums. All hardware (bolts, nuts, screws, washers, etc.) needed 2. Axed—;;ors ' peu- " 412 to 3-iaehes above the- to complete the installation shall be stainless steel. fe-and-Asio. ^• new ons,the—afterbolts shall be I.D. (Identification for poles): The contractor shall supply and install a combination of ' €ettfldatioft. 4-digits and one letter on each pole, whether individual luminaire 3. Couplings shall be installed to within iM ineh to 34 ifteh-Of or signal pole with luminair. The letter and numbers combination leveled.she Geuplings shall theft be 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 Slip base insef4 iftstailations shall eaftfof:Fn to details, in the 3 inch square with gothic gold, white reflectorized 2 inch legend on StalidaM PPIMS. a black background. The I.D. number will be assigned to each All flew light standafAr, ARM hm,e an appf:eyed metal tag pole at the end of the contract or project by the City traffic engineering office. shall be stamped on the tag! Cost for the decals shall be considered incidental to the 1. ftttFAber- contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand ' installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adiusted 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-SP45 Revision Date:May 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 Tools shall be of a sufficient size and strength to achieve base plate. adequate torquing of the nut(s). ' Dry pack mortar grout shall consist of a 1:3 mixture of SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: portland cement and fine sand with just enough water so that the 8-20.3(14)F Opticom Priority Control Systems (RC) mixture will stick together on being molded into a ball by hand, ' and will not exude moisture when so pressed. A one half inch All new Opticom Priority System components shall be 500 drain hole shall be left in the bottom of the grout pad as shown on Series, or approved equal. The Contractor shall supply one copy the standard detail. of the manufacturer's software on original disks. Controller cabinets shall have the 562 harness wired into the cabinet by the SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE supplier. ' FOLLOWING: SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE 8-20.3(14) Signal Systems (RC) FOLLOWING: All signal conductors shall be stranded copper and shall have 8-20.3(15) Grout (RC) 600 volt insulation and be of the sizes noted on the plans. All After the pole is plumbed the space between the concrete multi-conductors used for the signal system shall conform to foundation and the bottom of the pole base plate shall be filled with division 9-29.3 and shall be of the sizes noted on the signal wiring a dry pack mortar grout trowled to a smooth finish conforming to ' schedule and wiring diagram. All stranded wires terminated at a the contour of the pole base plate. Dry pack mortar grout shall terminal block shall have an open end, crimp style soderless consist of a 1:3 mixture of portland cement and fine sand with just terminal connector, and all solid wires terminated at a terminal enough water so that the mixture will stick together on being block shall have an open end soldered terminal connector. All molded into a ball by hand and will not exude moisture when so , terminals shall be installed with a tool designed for the installation pressed. A one half inch drain hole shall be left in the bottom of of the correct type of connector and crimping with pliers, wire the grout pad as shown on the standard detail. cutters, etc., will not be allowed. All wiring inside the controller SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS cabinet shall be trimmed and cabled together to make a neat, clean FOLLOWS: ' appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All 8-20.4 Measurement (RC) conductor runs shall be attached to appropriate signal terminal ' boards with pressure type binding posts. The only exceptions shall When shown as lump sum in the Plans or in the proposal as be the splices for detector loops at the nearest junction box to the illumination system , traffic signal system loops. i no specific unit of measurement will apply, but measurement will be for the sum total of all items SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE for a complete system to be furnished and installed. ' FOLLOWING(RC) Conduit of the kind and diameter specified in the Schedule of 8-20.3(14)C Induction Loop Vehicle Detectors (RC) Prices will be measured by the linear foot for the actual neat line 11. Splices to loop return cables shall be made with soldered length in place, unless the conduit is included in an illumination ' system, signal system, or other type of electrical system lump sum compression type connectors. bid item. SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE Measurement for unit price items shall be as described in FOLLOWING: Section 8-20.5 or as described in the contract schedule of prices ' 8-20.3(14)D Test forInduction Loops and Lead-in and/or special provisions. Cable (RC) SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS The Contractor shall keep records of field testing and shall FOLLOWS: ' furnish the engineer with a copy of the results. 8-20.5 Payment (RC) SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED Payment will be made for each of the following bid items that AS FOLLOWS: are included in the proposal: ' 8-20.3(14)E Signal Standards (RC) "Illumination System ", lump sum. 3. Disconnect connectors complete with pole and bracket "Traffic Signal System _ lump cable shall be installed in any signal standard supporting a sum." luminaire. The lump sum contract price for "Illumination System and "Traffic Signal Display and Defeefieft System _", fifid s _", shall be full pay for furnishing 14. The signal standard and its fabrication shall conform with all labor, materials, tools, and equipment necessary for the ' all current Washington State Department of Transportation Signal construction of the complete electrical system, modifying existing Standard Specifications and current are-approved plans by systems, or both, as shown in the Plans and herein specified WSDOT. including excavation, backfilling, concrete foundations, conduit, 15. Installation of all nuts and bolts shall be performed with wiring, restoring facilities destroyed or damaged during proper sized sockets, open end or box wrenches. Use of pipe construction, salvaging existing materials, and for making all wrenches or other tools which can damage the galvanization of the required tests. All additional materials and labor, not shown in the nuts and bolts will not be permitted. plans or called for herein and which are required to complete the , electrical system, shall be included in the lump sum contract price. . Page-SP46 , Revision Date:May 19, 1997 ' 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems, and Electrical " "......-watt...Luminaire and lamp with photocell," per each. ' feF fumishing all pipe, pipe e .......AWG....copper wire," per linear foot. "Service cabinet, " per each. The unit per each price for (14)"Service cabinet" shall be full , compensation for furnishing and installing the fully equipped ehipping of pin,emeaf, and bedding at the pipe,- and ail aiheF A,oFk cabinet and for risers, standoffs and any other materials, labor or costs associated with providing electrical service as required by the I tegf:al part of an electrical utility, the contract plans, details and specifications and iHHFHifi!6oft o r-iffiffie signal system and the eondui! is no!show"as not included as separate pay items in the contract schedule of ' prices "........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 shld 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 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 "Tvpe .... 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 locating 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 iunction 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. ' Page-SP-47 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking ' operational all in accordance with the plans, specifications and parallel to the direction of traffic flow and centered in pairs on lane ' detail sheets. lines and the center of lanes. See detail sheet.. "Remove existing.......Foundation," per each. Stop Bar The unit per each price for "Remove existing foundation" A SOLID WHITE line,-48 12. 18 or 24 inches wide shall be full compensation for full and complete removal and anless as noted Bdiff%'iSe in on the Contract plans. ' hauling and disposal of the foundation. Traffic Le"Legend A WHITE marking 8-22 Pavement Marking pr-eper4ieffusing alphabetical letters.- ' With the exeeptieft of the tfflffie ietfeFs forming parts a SECTION 8-22.1 IS REVISED AS FOLLOWS: the _-Ail ead-er-assing symbel, all f fa ffi lette . shall he 8 feet 8-22.1 Description (RC) higk-See contract plans and detail sheets. Skip Center Stripe SECTION 8-22.3(5)IS REVISED AS FOLLOWS. ' A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a49-feet 24-foot unit consisting 8-22.3(5) Tolerances for Line Stripes (RC) of a-14-feet 9-foot line and a-40-feet 15-foot gap. Skip center Length of Stripe: The longitudinal accumulative error stripe is used as center line delineation on two lane or three lane, within a-40--feet 24-foot length of skip stripe shall not exceed plus two way highways. or minus 1 inch. Double Yellow Center Stripe SECTION 8-22.3(6)IS REVISED AS FOLLOWS: Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch-ef-Q-ineh space. Double yellow center stripe 8-22.3(6) Installation Instructions (RC) is used as center line delineation on multilane, two way highways Installation instructions for plastic markings shall be provided and for channelization. for both the Contractor and the Engineer. All materials shall be ' Gef:e stripeApproach Stripe installed according to the manufacturer's recommendations--aka A SOLID WHITE line, 8 inches wide, used at €feeway to delineate turn lanes iflifiAl f1AAfP#4Al MFOYO the instaliation pFoeedufe. from through lanes, for traffic islands, and for hash marks. Hash ' mark stripes shall be placed on 45 degree angle and 10 29-feet SECTION 8-22.3(7)IS A NEW SECTION: apart. Lane Stripe 8-22.3('n Removal of Traffic Markers (RC) A BROKEN WHITE line, 4 inches wide, used to The work to remove all old or conflicting stripes, lines, buttons, or markers as required to complete the channelization of delineate adjacent lanes travelling in the same direction. The the proiect as shown on the plans or detail sheets shall be broken or "skip" pattern shall be based on a-49-feeE2.4-foot unit consisting of a 49-feet 9-foot line and a�A-feea 15-foot gap. considered incidental to other contract pap items and no further compensation shall be made unless a separate pay item or items are Drop Lane Stripe(Skip Approach Line) ' A BROKEN WHITE line, 8 inches wide, used to provided for such removal. delineate a lane that ends at The broken or "skip" SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS pattern shall be based on a 244-5-foot unit consisting of a 9-3-foot FOLLOWS: ' line and a 1542 foot gap. No Pass Stripe 8-22.4 Measurement (RC) (SA) The measurement will be based on the travel distmee-required of a marking system capable...fiefo the ime bounded by the Where passing-is eAp ' proach stripe, barrier stripe, crosswalk stripe, and 12•-ineh space. stop bar will be measured by the linear foot of each marking type. , Traffic arrows will be measured by the unit with each arrow Two BRA-KF-4; YELLOW line- aeh ,, :....his wide, head defined as a unit. Type 1, 2, separated by a 4 ineh spaee. 4:he bre-kien or. "skip" pattem shail be unit eoeh. Type 3 anEW afr-ews af:e eensider-ed two uniss e-Reh. based on a 40 feet unit eensisfing af a 10 feet line and a 30 Traffic letterslegends, handicapped parking stall symbols, gffl�-- preferential lane symbols, railroad crossing symbols, drainage Two Way Left Turn Stripe markings,and cycle detector symbols will be measured by the unit. A SOLID YELLOW line, 4 inches wide, with a Measurement for paint/plastic stripe line removed shall be by BROKEN YELLOW line, 4 inches wide, separated by a 4-inch the linear foot of "...." wide line or shall be included in the lump , space. The broken or "skip" pattern shall be based on a-48-feet 24- sum price for "remove existing traffic markings" unless specified foot unit consisting of a-10 feet 9-foot line and a39-€eet 15-foot to be paid as a separate pay item. If not specified as a separate pay space. The solid line shall be installed to the right of the broken item, then removal of existing traffic markings shall be considered line in the direction of travel. incidental to the payment for other items of work and no further Crosswalk Stripe compensation shall be made. A SOLID WHITE line,-42 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe with-a-6-feat ' spaee between the iines, unless Rated ashew.vi-se in the Ganfraet and Page-SP48 ' Revision Date:May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS 8-23 Temporary Pavement Markings ' FOLLOWS: 8-22.5 Payment (RC) SECTION 8-23.5 IS SUPPLEMENTED WITH THE FOLLOWING: ' "Painted GoftApproach Stripe", per linear foot. 8-23.5 Payment (RC) "Painted Traffic beaffLegend", per each. If no pay item is included in the contract for installation or for "Plastic Traffic Leo,-FLegend", per each. removal of temporary pavement markings then all costs associated ' "Remove Paint Line ....." wide," per linear foot.* with these items are considered incidental to other items in the "Remove Plastic Line ......" Wide," per linear foot.* contract or included under "Traffic Control," if that item is "Remove existing traffic markings, "per lump sum.* included as a bid item. * The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. 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. ' Page-SP49 Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials ' Division 9 established shail be ehanged eftiy HPOR @Fder of the Efigifiee . No ' material for payment may be produced for use on a project until the Materials job mix formula has been approved by the engineer. The mixture 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 ' 9-00 Definitions and Tests determination of the job mix formula shall be the responsibility of the Contractor. The intermingling of asphalt concrete mixtures produced from SECTION 9-00 IS SUPPLEMENTED BY ADDING THE more than one JMF is prohibited. Each strip of asphalt concrete FOLLOWING: pavement placed during a working shift shall conform to a single 9-00(A) Recycled Materials (RC) job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toio the The City encourages the use of recycled materials whenever JMF. practicable, provided that those materials meet or exceed all The JMF shall be submitted in writing by the Contractor to applicable requirements described elsewhere in the contract the Engineer at least 10 days prior to the start of paving operations specifications. Should recycled materials be utilized, the City and shall include as a minimum: requires that a Recycled Product Reporting Form be completed by a. Percent passing each sieve size. the Contractor. b. Percent of asphalt cement. c. Asphalt grade. 9-02 Bituminous Materials d. Mixing temperature. e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General SECTION 9-02.1(10)IS A NEW SECTION. The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources 9-02.1(10) Loop Sealant (RC) of materials be made, a new JMF must be approved by the Unless specified otherwise in the contract or permitted by the Engineer before the new material is used. Engineer upon request from the contractor, loop sealant shall be as No Fai*wFe shall be predueed for. use aft the pFe�eet until the hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant been established. or approved equal), shall meet the penetration, flow and resilience 2. jala, ,uia S•.. istieai Aeeeptanee specifications of ASTM D3407 and shall be installed with an The ayerage gf:adatieH of the eampl ted asphalt approved applicator in conformance with manufacturer's recommendations. The contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing Hew 44F. ' detector loops and shall submit manufacturer cutsheets or other 23. Job Mix Formula Tolerances-and Adjustments. data if requested by the Engineer in order to enable the Engineer to a. After the JMF is determine the acceptability of the sealant. All loop sealant shall determined, the several constituents of the mixture at the time of ' only be installed in thoroughly clean and dry pavement and shall be acceptance shall conform to the following tolerances: applied in conformance with the methods required as to Constituent of Mixture Tolerance Limits temperature and means of application such as to completely fill the The tolerance limit for each sawcut area, encapsulate the loop wires and adhere to the mix constituent shall not ' pavement. exceed the broad band specification limits specified 9-03 Aggregates in Section 9-03.8(6). Aggregate passing 1", Broad band specification SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/4 5/8 , 1/2", and limits Section 9-03.8(6). 3/8" sieves 9-03.8(6)A Basis of Acceptance (RC) 1. Asphalt Concrete will be accepted based on its Aggregate passing sieve t conformance to the project job mix formula (JMF). For. the Aggregate passing Noo.. 10 sieve t 5% % Aggregate passing No. 40 sieve t 4% Aggregate passing No. 200 sieve t 2%_Note 1 Asphalt cement t0.5%Note2 , For open graded mix: Tolerance limits shall be for aggregate and Y&Fiatieft of the aggf:egates as pFodueed, together with pf:epo gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. the Engineer will detef:faine the asphalt HP 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. J,4sing the Fe. mples submitfed and proposed These tolerance limits constitute the allowable limits used in , Section 5-04.3(8)A to determine acceptance.as 1 -:1 1 Page-SP-50 ' Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures, Culverts, and Conduits h. Tis ` test of rubber gasket ioints in accordance with ASTM C361 or f7lefoAFr+. P' orat+5flf$1 i� Eenee �a �- arr T1���T AWWA C302 except test Pressure shall be 5 Psi. SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE ' gradationandFOLLOWING: omits 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and the Prejeet Engineer- " ^C ^^- field ''• h TNIF pe' Spigot ty mcoryorating a fully retained single rubber gasket in -I of 2 pereent for h accordance with ASTM C361 or AWWA C302. Rubber asket material shall be neoprene and ' 200 sieve. These field adjusiments to the JMF-Fnity be made b 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 Pressure2. shall be 5 psi Asphalt F D-,..,et r--=--- FREI-ASECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS FOLLOWS. ' 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) e*eeedin- A1.11 iflifial jN4F- will be made Steel spiral nb siofm seWeF pipe shall meet the requiFef"eflis tale appFeval of the N4 1 r gnSCCr 9-04 Joint and Crack Sealing Materials `hem_`eat;eT The manufacturer of spiral rib storm sewer pipe shall furnish SECTION 9-04.11 IS A NEW SECTION the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these 9-04.11 Butyl Rubber (SA) Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. Butyl rubber shall conform to ASTM D2000 M1 BG 610 Unless otherwise specified, spiral rib storm sewer pipe shall ' be furnished with pipe ends cut perpendicular to the longitudinal 9-05 Drainage Structures, Culverts, and axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall Conduits be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. SECTION 9-05.4 IS REVISED AS FOLLOWS: Spiral Fib sfor+n so%er pipe shall hal"O heliefli Fibs that 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) � n cTrmn' Steel culvert pipe and pipe arch shall meet the requirements of �,r 36 c -, 2 2 AASHTO M 36, Type I and Type H. Welded seam aluminum deep at 4.80iFiehes coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is eeetef:. acceptable and shall be asphalt treatment coated. Pipe shall he fa tietited ly�j;11;1:1 jointed with e6up"'h-fids. SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE FOLLOWING: ' Spifai Fib PiPe shall be hituffliflous treated of Paved. The bipdmineus frettiffleFif fOF spiral t.ib pipe shall eOfj4;9Fffl 9-05.7(2) Reinforced Concrete Storm Sewer Pipe Steel spiral rib storm sewer Pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and Reinforced Concrete Storm Sewer pipe shall conform to the inspected in conformance with Section 9-05 4 The size coating requirements of ASTM C-76 and shall be Class IV Cement used and metal shall be as shown in,the Plans or in the Specifications.in the manufacture of reinforced concrete i e shall be Type II in For spiral rib storm sewer pipe helical ribs shall Project conformance with ASTM C 150. No admixture shall be used unless outwardly from the smooth pipe wall and shall be fabricated from a otherwise specjfed. single thickness of material The ribs shall be essentially ' SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE rectangular and shall be 3/4 inch plus two times the wall thickness FOLLOWING: (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical 9-05.7(2)A Basis for Acceptance (RC) distance from the outside of pipe wall immediately adiacent to the All pipe shall be subiect to (1) a three-edge-bearing strength lockseam or stiffener to the top surface of rib) The maximum (D-load) test in accordance with ASTM C76• and (2) a hydrostatic spacin2 of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs) The radius of bend of the ' Page-SP-51 Revision Date:May 19, 1997 9-06 Struc tural Steel and Related Materials 9-06 Structural Steel and Related Materials i metal at the corners of the ribs shall be a minimum of 0.10 inch Pi a shall be fabricated with ends that can be effectively jointed and a maximum of 0 17 inch If the sheet between adiacent ribs with For narrow pitch spiral rib storm sewer pipe, helical ribs shall does not contain a lockseam a stiffener shall be included midwa between ribs havin a nominal radius of 0.25 inch and a minimum roject outwardl from the smooth i e wall and shall be fabricated height of 0.20 inch toward the outside of the pipe. Pipe shall be from a single thickness of material. The ribs shall be 0.375 inch + , e) and a minimum fabricated with ends that can be effectively jointed with cou 1p ing spacing of ribs shall 1/8 inch wide ( sbe 4.80 ured tinchessije oce terdto center (urea ured bands. spiral rib or narrow pitch spiral rib pipe shall normal to the direction of the ribs) The radius of bend o the When required be bituminous treated or paved. The bituminous treatment for metal at the comers of the ribs shall be 0.0625 inch with an spiral rib pipe shall conform to the requirements of Sections 9- allowable tolerance of+For e pitch spira10pl rib cent. sewer pipe, helical ribs shall 05.4(3)and 9-05.4(4) For narrow pitch spiral rib sewer pice the helical ribs shall project outwardlyfrom the smooth i e wall and shall be fabricate roiect outwardlv from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + , sin le thickness of material. The ribs shall be .3 55 inch— 1/8 inch wide(measured outside to outside)and a minimum of 0.95 from a 1/8 inch wide (measured outside to outside) and a minimum of inch high measured as the minimum vertical distance from the 4375 inch high measured as the minimum vertical distance of ribs outside of pipe wall to top surface of the rib). The maximum shall be 4 80 inches center to center (measured normal to the spacing of ribs shall be 11 75 inches center to center (mured eas ' direction A the ribs) The radius of bend of the metal at the normal to the direction of the ribs) The radius of bend of the co iers of the ribs shall be 0.0625 inch with an allowable tolerance metal at the cors of the ribs tolerance of + 10 per entshall be 0.0625 inch with an allowable of—10 percent. SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06 Structural Steel and Related Materials 9-05.12 3) CPEPewer P Sipe (RC) , CPEP Smooth interior pipe and fittings _ shall be 9-06.5 Bolts manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111 Category 4 or 5, SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING: Grade P33 or P34 Class C er ASTM D1248. In addition the 9-06.5(4) Anchor Bolts (RC) pie shall comply with all material and stiffness requirements of All anchor bolts nuts washers and anchor plates for signal AASHTO M294. poles street light poles strain poles or other types of poles shall SECTION 9-05.14 IS DELETED: meet the recommended specifications of the pole manufacturer. SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication strength test results, mill FOLLOWS: certification and other data re uired to confirm that the anchor meet those specifications. ' 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts The following standard specifications shall apply to anchor (RC) bolts for street light signal and strain poles provided that the Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal Contractor can submit documentation from the manufacturer axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall affirming that anchor bolts meeting these specifications are recommended for the pole w be installed thereon: be fabricated by using a continuous helical lock seam with a seam 1 The standard anchor bolt for aluminum street light poles gasket. shall be 42 inches in length and shall meet the requirements of ' ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a not forged four inch "L" bend eonfof: t-4e one of �,1Tr.e� ,44 4i -.__ , , on the top end. on the bottom end and a minimum of six inches of die-cut threads 1. n kS • i i4 �. n � .„ nzc ti i :..--,.•--,� 2. The anchor bolts for signal poles and strain poles shall deep at 14-8- 'Ike meet the specifications as designated on the ap rp oved manufacturer's pole plans and/or supplemental plans or . 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). When required, spiFal Fib For spiral rib storm sewer pipe helical ribs shall project outwar lly from the smooth i e wall and shall be fabricated from a single thickness of material The ribs shall be 3/4 inch wide by 3/4 ' inch deep with a nominal spacing of 7-1/2 inches center to center. Page-SP-52 , Revision Date:May.19, 1997 ' 9-08 Paints 9-29 Illumination, Signals, Electrical 9-08 Paints SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 9-08.8 IS A NEW SECTION. 9-29.2 Junction Boxes (RC) 9-08.8 Manhole Coating System Products (RC) Junction boxes shall be reinforced concrete with galvanized ' steel from anchored in place and galvanized steel cover plate 9-08.80) Coating System Specification (RC) (Diamond pattern)as indicated on detail sheets. The following coating system specifications shall be used for The inscriptions on the covers of the junction boxes shall be as coating (sealing) interior concrete (including the channel) surfaces follows: of sanitary sewer manholes when required. 1. Signal only: "Signals" 2. Street Lighting only: "lighting" ' Coating System Specification 3. Traffic Signal and Street lighting Facilities: "TS-LT" The above inscriptions shall not be higher than the top surface A. General of the cover plates. 1. Buried Manhole Surface Color Paint System SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: a. Buried, and White C-1 9-29.3 Conductors, Cable (RC) exposed ' concrete Each wire shall be numbered at each terminal end with a surfaces. wrap-around type numbering strip bearing the circuit number shown on the plans. 9-08.8(2) Coating Systems No splicing of any traffic signal conductor shall be permitted A. High Solids Urethane unless otherwise indicated on the plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board Coating System: C1 with pressure type binding posts. The only exceptions shall be the Coating Material: High Solids Urethane splices for detector loops at the nearest function box to the loops. Surfaces: Concrete The contractor shall provide and install all the necessary Surface Preparation: In accordance with SSPC SP-7 wiring, fuses and fittings so as to complete the installation of the (Sweep or brush off blast) signal and lighting equipment as shown on the plans. All materials Application: Shop/Field The drying time and installation methods, except as noted otherwise herein, shall between coats shall not exceed comply with applicable sections of the National Electrical Code. 24hours in any case 8. Detector loop wire shall be No. 1244 AWG stranded System Thickness: 6.0 mils dry film copper wire, Class B, with chemically cross-linked polyethylene Coatings: Primer: One coat of Wasser type RHH-RHW insulation of code thickness. MC-Conseal high solids (11) &*-pelf-eCommunications cable(6PGC-)shall meet REA urethane(2.0 DFT)Finish: specification PE-39 and shall have sip-paif—No. 19 AWG wires Two or more coats of Wasser with 0.008 inch FPA/MPR coated aluminum shielding. The cable MC-Conseal (min. 4.0 DFT) shall have a petroleum compound completely filling the inside of the cable. 9-23 Concrete Curing Materials and The shielded communications/signal interconnect cable shall Admixtures meet the following: 1. Conductors: Solid, soft drawn, annealed copper. size 19 SECTION 9-23.9 IS REVISED AS FOLLOWS: awg. 2. Insulation: solid, virgin high density polvethvlene or 9-23.9 Fly Ash (RC) polypropylene, with telephone industry color coding. Fly ash shall not be used around water lines. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. ' 9-29 Illumination, Signals, Electrical 4. Shielding: A corrosion/oxidation resistant tinted ethylene SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE copolymer coated (both sides) .008" thick corrugated aluminum FOLLOWING. tape shield is applied longitudinally with shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. 9-29.1 Conduit (RC) 5. Outer iacket: A black, low density high molecular weight virgin polyethylene (compounded to withstand sunlight, The conduit P.V.C. - non-metallic shall be of the two types temperature variations and other environmental conditions plus indicated below: abuse during installation) is extruded overall to provide a ' 1. Schedule 80 Extra heavy wall P.V.C. conforming to continuous covering. AST_M,Standards, to be used in all installations under roadways. 6. Footage markings: footage markings must be printed 2. Schedule 40 heavy wall P.V.C. conforming to ASTM sequentially a minimum of 2' along the outer jacket. Standards. 7. Filling: the entire cable within the outer iacket is flooded with petroleum-polvethvlene gel tilling compound including the area between the outer iacket and the shield. ' Page-SP-53 Revision Date:May 19, 1997 9-29 Illumination, Signals,Electrical 9-29 Illumination, Signals,Electrical ' SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS FOLLOWING: FOLLOWS: ' 9-29.9 Ballast, Transformers (RC) 9-29.13(2) Flashing Operations (RC) The Ballast shall be pre-wired to the lamp socket and terminal 2. Police Panel Switch. When the flash-automatic switch ( ' board. located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; however, the SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE controller shall "STOP TIME." When the switch is placed on FOLLOWING. automatic, the signals shall continue to flash for an additional 8 second flash period. At the completion of the continued 8 second 9-29.10 Luminaires (RC) flash period, unless otherwise specified, the controller shall The filter shall be charcoal with elast-omer gasket. immediately resume normal cyclic operations at the beginning of Luminaires shall have a cast aluminum housing of the cobra artery green ely low. head style with a glass ovate refractor. 4. Power Interruption. On "NEMA" controllers any power The manufacturer's name or symbol shall be clearly marked interruption longer than 475 plus or minus 25 milliseconds, signals on each luminaire. shall re-energize consistent with No. 2 above to ensure an 8 second flash period prior to the start of artery green. A power interruption 9-29.11 Control Equipment of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: re-energize without change. ' ..Ae a power interruption of 7 9-29.11(2) Photoelectric Controls (RC) Photoelectric controls shall be a plug-in device, rated to fed. operate on 120 volts, 60 Hz. The unit shall consist of alight 5. Conflict Monitor. Upon sensing conflicting signals or sensitive element connected to necessary control relays. The unit unsatisfactory operation voltages, the conflict monitor shall shall be so designed that a failure of any electronic component will immediately cause the signal to revert to flash; however, the energize the lighting circuit. controller shall stop time at the point of conflict. After the conflict The photo cell shall be a solid state device with stable turn-on monitor has been reset, the controller shall immediately take values in the temperature range of-55 degrees C to +70 degrees command of the signal displays at the beginning of artery C. The photo cell shall be mounted externally on top of the gFeeft ey slow. luminaire. In a contactor controlled system, the photo cell to 6. Flash unit shall be a two circuit type, capable of control the system shall be mounted on the luminaire nearest to the switching loads up to 1000 watts per circuit alternately at a rate of service/contactor cabinet. The photo cell shall be capable of 60 flashes per minute per circuit, plus or minus two flashes per switching "ON" 1,000 watts of incandescent load as a minimum. minute. SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS FOLLOWING: FOLLOWS: 9-29.13 Traffic Signal Controllers (RC) 9-29.13(3) Emergency Pre-emption (RC) The unit shall operate on 120 volt, 60 cycle, single phase Immediately after a valid call has been received, the alternating current and shall use the power line frequency as a time pre-emption controls shall cause the signals to display the required base. The traffic signal controller shall meet the requirements of clearance intervals and subsequent pre-emption intervals. the National Electrical Manufacturers Association (NEMA) Pre-emption shall sequence as noted in the contract. Pre-emption Standard Publications. equipment shall be installed so that internal wiring of the Components such as resistors, capacitors, diodes and controller, as normally furnished by the manufacturer, is not transistors shall be individually replaceable utilizing approved altered. standard soldering techniques. Intergrated circuits shall be an all vehiele and pedestrian phases. Pre emption indieateFs, mounted in sockets and shall be easily replaceable without soldering. All components shall be standard "Off the shelf" items. phase- The traffic signal controller shall be capable of interfacing Emergency vehicle pre-emption shall be furnished as modules with the Multisonic real time, master computer. The controller that plug directly into a rack wired to accept 3-M discriminator ' shall be capable of both on-line operation(control by the multisonic type units. The pre-emption system operation shall be compatible master computer) and standby operation. The controller shall with the 500 Series 3M company "opticom" system which the City establish the sequence of signal phases, including overlaps, in of Renton is currently using and shall be capable of being activated conformance with the signal phasing diagram on the plans. When by the same transmitters. operating either in a fixed time mode or in a fully-actuated mode The optical signal discriminator system shall enable an with volume density on each phase as required. All clearance authorized vehicle to remotely control traffic control signals from a timing and pedestrian timing shall be accomplished at the local distance of up to 1800 feet (0.54 kilometers) along an unobstructed , intersection. "line of sight" path. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. this optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following ' components: Page-SP-54 , Revision Date:May 19, 1997 ' 9-29 Illumination,Signals,Electrical 9-29 Illumination, Signals, Electrical a. Optical energy detectors which shall be mounted on the both, shall operate the electrical traffic signal system at one or traffic signal mast arms and shall receive the optical energy more intersections. emitter's signal. All solid-state electronic traffic-actuated controllers and their b. Discriminators which shall cause the signal controller to supplemental devices shall employ digital timing methods. go into internal pre-emption which will give the authorized vehicle The traffic signal control equipment, unless otherwise the right of way in the manner shown on the phase sequence permitted in the contract, must specifically conform to current diagram. NEMA specifications. c. Pre-emption Indicator Lights. Optical Detector . a. Shall be of solid state construction. Actuated traffic signal controllers shall be 8-phase control b. Fittings shall meet the specifications of the system units. Volume-density timing features shall be provided on all manufacturer to facilitate ease of installation. controllers. c. Shall operate over an ambient temperature range of-40°F to +180°F(-40°C to +85°C). d. Shall have internal circuitry encapsulated in a semi- flexible compound and shall be impervious to moisture. e. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less thane�a thirty microseconds. Discriminator Each module shall do the following: utilize the e-k•-•Fare -~•''-ea, he shall a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of of eewfeileFS using the ititemated 1 optically isolated output.When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being All timing functions and input and output features for fully- received, channel called. Switches shall control system power and actuated, volume-density operation shall be provided in accordance simulate detector calls for each phase. with NEMA standards. The controller shall provide for setting each timing interval by SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE means of positively calibrated settings. The timing functions shall FOLLOWING. he on the front of the controller unit or shall have keyboard entry and liquid crystal display. For the standby operation, the traffic 9-29.13(4) Wiring Diagrams (RC) signal controller shall include all circuitry required to provide all The controller cabinet shall have a waterproof envelope with a timing and all functions for signal operation in a fully-actuated side access attached to the inside of the cabinet door. At the time mode. Standby operation shall automatically occur upon opening of delivery the envelope shall have four complete sets of schematics of interconnect lines, failure of central master computer, or when and manuals for all assemblies and sub-assemblies. specified by the master. The standby operation shall follow and be SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE coincidental in phase to that phase being displayed at the start of standby operation. Transfer from computer supervision shall not FOLLOWING: call up a starting yellow. 9-29.13(6) Radio Interference Suppressors SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE A Cornell-Dubiler radio interference filter NF 10801-1 30 FOLLOWING. amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from 9-29.13(7)A Environmental, Performance and Test other devices within the cabinet. Standards for Solid-State Traffic Controllers (RC) SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS The traffic signal controller assemblies• including the traffic FOLLOWS: signal controller, auxiliary control equipment and cabinet shall be 9-29.13( ) Traffic-Actuated Controllers (RC) shop tested to the satisfaction of the Engineer. Testing and check- Traffic-actuated controllers shall be electronic devices which, out of all timing circuits, phasing and signal operation shall be at when connected to traffic detectors or other means of actuation, or the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the contractor for the required test demonstrations. The contractor shall assemble the cabinet and ' Page-SP-55 Revision Date:May 19, 1997 9-29 Illumination, Signals,Electrical 9-29 Illumination, Signals, Electrical ' related signal control equipment ready for testing. A complete The fail safe monitor shall be Model SSM-12LE as demonstration by the contractor of all integrated components manufactured by Eberle Design Inc., or approved equal. ' satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are Surge Protector(Lighting Arrester) satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the The controller shall have an input voltage surge protector that entire integrated system has been demonstrated. The shall protect the controller input from any voltage surges that could demonstration by the contractor to the Engineer of all components damage the controller or any of its components. functioning properly shall not relieve the contractor of any responsibility relative to the proper functioning of all aforestated Field Wiring Terminal control gear when field installed. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED There shall be a terminal strip for field wiring in the AS FOLLOWS: controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different 9-29.13(7)B Auxiliary Equipment for Traffic Actuated numbering system is used for the cabinet wiring, then both Controllers (RC) numbers shall label each terminal and the cabinet wiring schematic q:h f. „ _.,;firt .,; drawing shall include the field wiring numbers where the terminal znc—cvriv�rtr�Fcgiiii ceieci:i� n�l�:r coa_c_�ii::ix:r egai�it28Ett fumish a with T....,. ,^Ill eeatFE41e-eabftets! strip is illustrated. A common bus bar with a minimum of 15 Flashers, flash ._ n 4..- - y a ..ems bF ak terminals and a ground bar with a minimum of 6 terminals shall be • �� �.. �kee—ranel switehes, Feeeptaele FBEjoiFemews. Yom fail provided. _d- - el 19aftei switehes Shall e n4o_.. Computer Interface Unit Power Switches Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The There shall be a main power switch inside the cabinet that communication devices shall be used for on-line computer control shall render all control equipment electrically dead when turned of the intersection and shall be capable of transmitting all detector off. There shall be a controller power switch that shall render the and signal status information and receiving and decoding command controller and load switching devices electrically dead while information from the computer all in conformance and within the maintaining flashing operation for purposes of changing controllers capability of the multisonic master computer unit and the or load switching devices. interconnect cables. Stop Time Bypass Switch SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED AS FOLLOWS: There shall be a switch in the cabinet identified as the stop 9-29.13(7)D Controller Cabinets (RC, SA) ' time bypass switch. If the intersection is placed on flashing 1. Construction shall be of 0.073-inch minimum thickness operation either by the flash switch or the fail safe monitor, the Type 304 stainless steel, 0.125-inch minimum thickness eleaF controller shall immediately stop time. The stop time bypass -A Red ized-sheet aluminum, or cast aluminum. Cabinets shall be switch shall remove stop time from the controller and permit finished inside with an approved finish coat of exterior white normal cycling operation while the intersection remains in flashing enamel and outside with an approved enamel finish, light gray or operation. aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. DETECTOR test switch 5. The cabinet door shall be provided with: a. A spring loaded construction core lock capable of Each vehicle and pedestrian phase shall have a momentary accepting a Best CX series core installed by others. Cast cabinets (spring return) detector test switch. When depressed, the switch shall have an approved one point positive latch. Formed cabinets shall place a call on its respective signal phase. shall have a three point latch. b. A police panel door with a stainless steel hinge pin and The convenience outlet and lamp socket a lock. Two police keys with shafts a minimum of 1 3/4 inch long shall be provided with each cabinet. ' A convenience outlet protected with a ground fault interrupter Inside the police panel there shall be a signal on-off and an incandescent lamp socket shall be furnished in the main switch which shall prohibit any signal display in the field but will cabinet. A door switch for the lamp shall be provided. THIS allow the control equipment to operate when placed in the "off" circuit shall be protected by a circuit breaker rated at 20 amps. position. A second switch shall be the auto-flash switch. When placed in the "flash" position, controller power shall remain on and Fail Safe Unit controller shall stop time dependent on switch setting on the auxiliary panel described later. Fail safe unit shall meet the NEMA-PLUS specifications and c, shall monitor both the positive and negative portions of the A.C. pieee, eiOSed e011, ..e...._efte .,.skefs Cabinet doors shall be gasketed sine wave for all green, amber and pedestrian walk indications. with one piece, close cell neoprene. They shall be equipped with The duration of a display of conflicting indications shall not be long some type of stops so the door may be held open in either of two- enough to be visible to motorists or pedestrians before the monitor positions at approximately 90 degrees and 180 degrees and be of initiates flashing operation. There shall be a visual indication that suitable design to withstand a 40 mph wind.. the monitor has preempted normal operation. d. A two position door stop assembly. Page-SP-56 , Revision Date:May 19, 1997 ' 9-29 Illumination, Signals, Electrical 9-29 Illumination, Signals, Electrical e. The Controller cabinet shall have a load bay panel with at SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: least the following items mounted on the face of the panel: transfer relays; load switches; and, terminal blocks for termination of all 9-29.16(2)C Louvered Visors (RC) wires contained on a separate panel (the terminal block shall Where noted in the Contract, louvered tunnel visors shall be conform to Washington Standard Specifications). furnished and installed. Directional louvers shall be constructed to This load bay panel shall be mounted so that when the screws have a snug fit in the signal visor. The outside cylinder shall be are removed, it will be possible to obtain full access to the constructed of aluminumpoiyearbertafe piastie, and the louvers shall terminations on the back of the load bay panel. be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 9-29.16(2)D HAS BEEN DELETED AND REPLACED WITH: 9-29.16 Vehicular Signal Heads (RC) 9-29.16(2)D Back Plates (RC) Vehicular signal heads shall have 12 inch lens sizes unless Back plates shall be furnished and attached to the signal shown otherwise on the signal plans. Vehicular signal head heads. Back plates shall be constructed of anodized, 3-S housings shall consist of separate sections and be expandable type half-hard aluminum sheet, 0.058-inch minimum thickness, with for vertical mounting. Lens shall be glass and meet I.T.E. 5-inch square cut border and painted black in front and yellow in Specifications for light output. Reflectors shall be alzac. Each back. signal head shall have a 1/4 inch drain hole in its base. 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 greet:- gly 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. SECTION 9-29.16(3)(RC)IS DELETED. Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware (RC) will be of the top-mount plumbizer type as shown on the standard glans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)IS DELETED. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted (RQ on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting hardware shall be stainless steel. Heads(RQ 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 (RC) Eight inch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 130429 volt operation, 595 minimum initial lumen, 665 rated initial lumen, 8,000-hour minimum, t+ripainEed—All other—hardware for other 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 green baked enamel. - A130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS initial lumen clear traffic signal lamps with a 3-inch light center FOLLOWS. length, 8,000 hour minimum rated life, P-25 bulb and medium base. Bulbs shall be installed with the opening between the filament 9-29.18(1) Induction Loop Detectors (RC) ends up. 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 9-29.16(2)B Signal Housing (RC) conform to current NEMA specifications. Amplifiers insts Each lens shall be protected with a removable visor of aluminum of the tunnel type, unless specified 446 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) Pedestrian signals shall be either i~e- T fiber optic or neon-grid type, or other types as specified in the contract. ' Page-SP-57 Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical ' Pedestrian signals shall conform to ITE Standards (Standard for mode) in lunar white. The message module shall consist of two Adjustable Face Pedestrian Signal Heads, 1975). neon gas tubes enclosed in a housing made of polycarbonate plastic The lens material shall be polycarbonate plastic. The tear traffie al idfHp Od fOF 120 Wit Op L. shall be flat black in color. fined 1280 ii i;id!-l;iffiee, °serf-average life, SECTION 9-29.24 IS DELETED AND REPLACED BY THE , FOLLOWING: W@Fd--massages, when specified, shall provide letters a F ifti of ^ ''2—inches high. Symbol messages, when 9-29.24 Service Cabinets (RC) specified, shall be a minimum of 12 inches high and 7 inches in width. The signal/street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal ellow enamel. buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, VACANT SECTION 9-29.20(I) IS REPLACED BY ADDING with 12 gauge used for exterior surfaces and 14 gauge for interior THE FOLLOWING NEW SECTION. panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. 9-29.20(1) Fiber Optic Type (RC) The cabinet door shall be fitted for a Best internal type lock. The The fiber optics shall be drawn from optical glass of high cabinet shall have ventilation louvers on the lower and upper sides Purity. The fibers shall be temperature resistant. The fibers shall complete with screens, filters and have rain tight gaskets. The be resistant to the UV light emitted by the halogen lamp and shall cabinet door shall have a one piece weather proof neoprene gasket. maintain their high transmission properties throughout the lifetime 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 thickness of at least 1.5 microns. The common end of each bundle he finish Painting (RC) T shall have a hexagonal bundle format. The common bundle end The 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 8-20.302). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp 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) be 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 pole mounted terminal box shall be made of molded , The heads shall display two symbol messages, "hand" (for the fiberglass, be grey in color, be approximately 16" high x 13-7/8" do not walk mode) in Portland orange and "Man" (for the walk Page-SP-58 , Revision Date:May 19, 1997 1 9-30 Water Distribution Materials 9-30 Water Distribution Materials wide x 5-7/8" deep and have a minimum of 16 terminals on the valves shall be equipped with one (1) anti-friction washer. The terminal blocks. The box shall be weather tight, have a single door resilient gate valve shall have rubber sealing surfaces to permit bi- with continuous hinge on one side and screw hold downs on the directional flow. The stem shall be independent of the stem nut or door locking side. All hardware will be stainless steel. All integrally cast. mounting hardware shall be stainless steel and shall be incidental to Manufacturers of Resilient Seated gate Valves shall provide the unit price of terminal box. the City on request that the valve materials meet the City Terminal blocks shall be 600V heavy duty, barrier type. Each specifications. terminal shall be separated by a marker strip. The marker strip Valves shall be designed for a minimum water operating shall be permanently marked with the circuit number indicated in pressure of 200 psi. the Plans. Each connector shall be a screw type with No. 10 post End connections shall be mechanical ioints, flanged joints or capable of accepting no less than 3 #12 AWG wires fitted with mechanical by flanged ioints as shown on the proiect plans. spade tips. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Cabinet doors shall be gasketed with a one-piece closed cell Clow, M&H Style 3067,Mueller Series 2370, Kennedy. neoprene gasket and shall have a stainless steel piano hinge. Approval of valves other than model specified shall be One spare 12 position terminal block shall be installed in each obtained prior to bid opening. All gate valves less than 12 inches terminal cabinet and amplifier cabinet. in diameter shall include an 8"x24" cast iron gate valve box and Mounting shall be as noted in the contract. extensions, as required. Interconnect splice tower cabinets shall be Type F, with All 12 inch diameter and larger resilient seated gate valves nominal dimensions of 22" high x 13" wide x 11" deep and shall have a 1 inch by-pass assembly and shall be installed in a 1 constructed of cast aluminum and fitted with a Best internal lock. concrete vault per City of Renton Standard Details, latest revision. 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 9-30.3(5) Valve Marker Posts (RC) requirements of AWWA C151. Ductile iron pipe shall have a The valve markers shall be fabricated and installed in cement-mortar lining meeting the requirements of AWWA C104. conformance with the Standard Drawings. DHe6le iF@R Pipe to be joined using baited flanged joints shal Valve markers shall be carsonite composite utility marker S•....a.._a 'Th' PIfRpsr, P..,... 44. All other ductile iron pipe shall be 375"x 6'-0" or approved equal with blue label "water. Standard Thickness Class 12-0 or the thickness class as shown in the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS FOLLOWS: 9-30.3 Valves 9-30.3(7) Combination Air Release/Air Vacuum SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW: Valves (RC) Air and vacuum release valves shall be APCO- Valve and 9-30.3(1) Gate Valves (RC) Primer Corp, "Heavy-Duty," combination air release valve, or Valves shall be designed for a minimum water operating equal. pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Installation shall be per the City of Renton Standard Detail, Company No. A2380, Kennedy, or M&H. latest revision. Approval of valves other than models specified shall be Piping and fitting shall be copper or brass. Location of the air obtained prior to bid opening. release valve as show on the plans is approximate. The installation All gate 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" 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" 9-30.3(8) Tapping Sleeve and Valve Assembly (RC) bypass installation. Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron �•-�-�; 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. ' Page-SP-59 Revision Date:May 19, 1997 WSDOT AMENDMENTS Temporary blow-off assemblies for testing and flushing of the The two 2-1/2" hose nozzles shall be fitted with cast iron new water mains will not be included under this item and shall be threaded caps with operating nut of the same design and considered incidental to the contract and no additional payment proportions as the hydrant stem nut. Caps shall be fitted with shall be made. suitable neoprene gaskets for positive water tightness under test SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE pressures. FOLLOWING: The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or 9-30.5 Hydrants (RC) extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. ' Fire hydrants shall be Iowa, Corey Type (opening with the Stortz face to be metal, no gasket to weather. Stortz cap to have pressure) or approved equal conforming to AWWA C-502-85. synthetic molded rubber gasket, and shall be attached to hydrant Approval must be obtained prior to bid opening. adapter with 1/8" coated stainless steel aircraft cable. Compression type fire hydrants (opening against pressure) Fire hydrants shall be installed per City of Renton Standard shall be Clow Medallion, M&H 929, Mueller Super Centurion Detail for fire hydrants, latest revisions. 200, conforming to AWWA C-502-85. SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE FOLLOWS: FOLLOWING: 9-30.6(3) Service Pipe 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical ioint 9-30.6(3)B Polyethylene Pipe (RC) connection unless otherwise specified in bid proposal description. Polyethylene pipe shall not be used. SECTION 9-30.5(2) IS DELETED AND REPLACED WITH 9-30.6(3)C Polybutalene Pipe (RC) THE FOLLOWING: Polybutalene pipe shah not be used. 9-30.5(2) Hydrant Dimensions (RC) SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: Fire hydrants shall be Corey type (opening with the pressure) Fittings used for copper tubing shall be compression type with or compression type (opening against pressure) conforming to gripper ring. AWWA C-502-85 with a 6 inch mechanical ioint inlet and a main SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS valve opening (M.V.O.) of 5 1/4 inches. two 2 1/2 inch hose FOLLOWS. 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(5) Meter Setters (RC) , per inch, 60 degrees V. Threads, outside diameter of male tread Meter setters shall be installed per the City of Renton 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" Standard Details for water meters, latest revision. pentagon operating nut opened by turning counter clockwise(left). 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 "Irregular Proposals" revised. 04.AP1 SECTION 1-04, SCOPE OF THE WORK 02.AP1 SECTION 1-02, BID PROCEDURES AND (March 3, 1997) CONDITIONS "Increased or Decreased Quantities" revised. (March 3, 1997) Page-SP-60 , Revision Date:May 19, 1997 tWSDOT AMENDMENTS WSDOT AMENDMENTS 07.AP1 SECTION 1-07, LEGAL RELATIONS AND SECTION 2 RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) 03.AP2 SECTION 2-03, ROADWAY EXCAVATION A new Amendment. Sub-section 1-07.9(5) AND EMBANKMENT Required Documents is revised. Sub-section (March 3, 1997) 1-07.13(4) Repair of Damage is added. A new Amendment. Sub-section 2-03.3(2) Rock "Required Records and Retention" revised. Cuts is revised. Sub-section 2-03.3(14)K Select 09.AP1 SECTION 1-09, MEASUREMENT AND of Common Borrow is added. PAYMENT "Embankments at Bridge and Trestle Ends" (March 3, 1 P97) formula revised. "Payment for Material on Hand" revised. 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC (March 3, 1997) CONTROL A new Amendment. Sub-section 2-09.3(4) (March 3, 1997) Construction Requirements, Structure Excavation, ' A new Amendment. Sub-section 1-10.3(5) Class B, Sub-section 2-09.4 Measurement, and Sub-section 2-09.5 Payment are revised. Sub- Temporary Traffic Control Devices is revised. section 2-09.3(1)E Backfilling, Controlled Sub-section 1-10.5 Payment is added. Density Fill is added. "Conformance to Established Standards", "Measurement" d ed. added. "Traffic Control Labor" and "Payment" have been revised. SECTION 3 02.AP3 SECTION 3-02, STOCKPILING AGGREGATES (March 3, 1997) "Asphalt Concrete Aggregates" revised. SECTION 5 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-61 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 11.AP8 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 SECTION 7 (March 3, 1997) "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR CATCH BASINS SYSTEMS (March 3, 1997) (March 3, 1997) Revised to include drywells. New standard item Construction Requirements revised. 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) ANCHORS Foundations is revised. Sub-section 8-20.3(13)A (March 3, 1997) Light standards is added. This section is deleted in its entirety. "Equipment List and Drawings" revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIREMENTS (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign A new Amendment Sub-section 7-08.3(1)C Pipe Refacing is revised. Sub-section 8-21.2 Materials Zone Bedding is renamed to Bedding the Pipe. is added. Sub-section 8-21.3(9)F Bases is added. Sub-section 7-08.3(2)D Pipe Laying -- Steel or Sub-section 8-21.3 Construction Requirements is Aluminum, Sub-section 7-08.4 Measurement, and added. Sub-section 7-08.5 Payment are revised. "Construction Requirements", and "Materials" "Materials", "Trenches", "Jointing of Dissimilar are revised. Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 (March 3, 1997) Measurement is revised. A new Amendment. Sub-section 7-17.3(2)C "Materials" revised. 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-62 , Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUNIINOUS 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. 1997) "Gravel Backfill", revised to include drywells. (March 3, Slab "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 Block", revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-17.1 General A new Amendment. Sub-section 9-05.6(4) is revised. 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. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised. Placing in Treating Cylinders is revised.. 1 1 Page-SP-63 Revision Date:May 19, 1997 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street INTRODUCTION TO THE SPECIAL PROVISIONS The following Special Provisions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 1996 English edition, as amended, as issued by the Washington State_ Department of Transportation and American Public Works Association, Washington State Chapter (hereafter "Standard Specifications"), and with the City of Renton Transportation Supplemental Specifications contained in these Contract Provisions, all of which together are hereinafter referred to as the "Renton Standards". The Renton Standards, except as they may be modified or superseded by these Special Provisions, shall govern all phases of work under this contract, and they are by reference made an integral part of these Special Provisions as if herein fully set forth. ' DESCRIPTION OF WORK This contract provides for the extension of Oakesdale Avenue S.W. in the City of Renton, 1 King County. This project consists of constructing approximately 3,750 feet of new roadway and 500 feet of Springbrook Creek widening including, but not limited to: clearing and grubbing, removal of structures and obstructions, roadway and channel excavation, structure excavation, grading, paving, sidewalk, retaining walls, curb and gutter, storm sewer, biofiltration swales, wet ponds, wet vault, trail modifications, wetland enhancement, construction of a single-span, precast, prestressed W74G concrete girder bridge, street lighting, traffic signals, channelization, landscaping, sanitary sewer and water main improvements, and other work necessary for the accomplishment of the improvement, all in accordance with the attached Contract Plans, these Contract Provisions, and the Renton ' Standards. 1 1 1 1 1 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street DIVISION 1 GENERAL REQUIREMENTS 1-02 BID PROCEDURES AND CONDITIONS 1-02.4 Examination of Plans, Specifications, and Site of Work (Supplement) The soils information used for design of this project is available for inspection at the following address: Public Works Department Customer Services Renton Municipal Building, 4th Floor ' (425) 235-2631 A copy of the site exploration plan and boring logs are included in Appendix "C". 1-02.12 Public Opening Of Proposal (Supplement) , Date Of Opening Bids ' Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 p.m., on the date specified in the Call for Bids. The bid opening date for this project shall be January 15, 1998. The bids shall be publicly opened and read after 2:30 p.m. on this date. , 1-02.16 Addenda (New) Questions regarding the meaning or intent of the Bidding Documents shall be submitted ' to the Engineer in writing. If warranted by the Engineer, Interpretations shall be provided by addenda. Only questions answered by formal written addenda shall be binding. Oral or other interpretations or clarifications shall be without legal effect. Addenda may be issued to modify or interpret the Bidding Documents. Addenda shall be transmitted to persons or organizations to whom the Bidding Documents were issued. The Bidder shall acknowledge receipt of each addendum by filling in the appropriate spaces on the Proposal. Addenda issued only for the purpose of updating the prevailing wage rate information ' included in the Contract Provisions will not be mailed to planholders prior to Bid opening if time does not permit. Such addenda, if required, will only be made available by the Owner on the day of the Bid opening. The Bidder should check with the Engineer the day before Bids are opened to ensure all addenda have been received. The address and telephone number of the Engineer's office where copies of Bid Documents and addenda may be obtained is stated in the Call for Bids. 2 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 Award of Contract (Supplement) The award of contract, if awarded, will be made within thirty (30) calendar days after the date ' of opening bids, and will be to the lowest bidder deemed responsible by the Owner, whose bid conforms to the requirements of these specifications, and whose past record of performance on work of similar complexity and magnitude indicates that said bidder is qualified to carry out the obligations of the contract and to complete the work contemplated therein. 1-03.8 Partnering (New) A "Partnering" arrangement is already in effect for this project. The key participants are the City of Renton, the Boeing Commercial Airplane Group and its consultant, and the design ' engineering team, led by Kato & Warren, Inc. Upon selection for this project, the Contractor shall become a member of the Partnering Team, and his or her key personnel who have an interest it the successful completion of construction shall attend a Partnering Meeting to be 1 arranged by the Owner and Boeing close to the date of"Notice to Proceed". Any resulting costs incurred by the Contractor related to "Partnering" shall be considered incidental and included within the unit bid prices in the contract. 1-04 SCOPE OF THE WORK 1-04.3 Contractor-Requested Alternate Design (New) In the event that the Contractor shall request, or submit, an alternate design for some portions of his work, the Engineer shall consider such alternate designs with reasonable promptness. Such request for either a design review from alternate plans submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. rFor each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Engineer for approval. The Contractor shall also ' indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without the Owner's written approval. The Contractor shall reimburse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to the Engineer, the Engineer shall perform an engineering review of the proposed alternate design or, if requested by the Contractor, the Engineer shall perform and engineering redesign of the work to assure its compatibility within the framework of the complete operating list or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by the Contractor if performed by non-Owner staff but duly authorized representatives of the Engineer will be billed to the Contractor by the Engineer at the rate of i 3 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street 3 times the duly authorized representative's direct payroll costs, plus direct expenses directly , attributable to the work. 1-04.4 Changes (Supplement) ' Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. ' Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due to the Contractor for the work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation , includes payment for the work or alteration plus all payment for the interruption of schedules, extended overhead, delay, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. ' 1-05 CONTROL OF WORK 1-05.14 Cooperation With Other Contractors (Supplement) Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: Boeing BCAG Headquarters Office Building & Site Development Project Project includes adjacent site grading, building construction, and underground utilities construction adjacent to and within project right-of-way. Contractor shall provide full coordination and cooperation with BCAG project contractor. Project Contractor: Baugh Construction Contact: Mark Howell (425) 393-2728 Boeing Family Center Building & Site Development Project Project includes adjacent site grading, building construction, and underground utilities construction adjacent to and within project right-of-way. Contractor shall provide full coordination and cooperation with Family Center project contractor. Project Contractor:- Morrison Knudsen Contact: Greg Bogard (425) 234-2253 Oakesdale Avenue S.W. Utilities , Relocation of existing water appurtenances, existing power poles, lines and appurtenances, new water main and sanitary sewer stub construction. Contractor shall provide full coordination with the Utility Purveyors involved in relocating and expanding existing utilities on the project site. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.5(2) State Departments of Fish And Wildlife (WSDOT GSP) ' Section 1-07.5(2) is supplemented with the following: 4 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street The Contracting Agency will have obtained a Hydraulic Project Approval (HPA) for this project and the Contractor shall comply with all provisions of this approval. All contacts with the Department of Fish And Wildlife concerning this approval shall be through the Engineer. The provisions of the approval will be indicated in a copy of the HPA in Appendix B (when available). ' This Hydraulic Project Approval is not a permit for work in material sources or disposal sites not provided in the contract. Work within the areas covered by this Hydraulic Project Approval shall be performed between the dates as shown in the HPA. ' 1-07.5(3) State Department of Ecology (WSDOT GSP) Section 1-07.5(3) is supplemented with the following: rWater quality standards have been established for all surface waters of the state. For bridge or other construction with related short-term activities such as working directly in the stream, pouring concrete, or other similar activities which temporarily reduce the water quality, the Contractor must obtain approval of the proposed method of operation from the Washington State Department of Ecology. The Contractor shall furnish copies of such permits and approvals to the Engineer prior to beginning any work so affected. 1-07.6 Permits And Licenses (Supplement) Corps Of Engineers Permits For Construction This project is subject to a Corps of Engineers Section 404 permit that has yet to be issued. Issuance is anticipated prior to March 1998. Portions of the work cannot begin until the Section 404 permit is obtained. This project is on a tight time schedule. The roadway from SW 271h Street to SW 19th Street must be completed no later than September 301h, 1998 and can be started immediately. If the Section 404 permit is obtained prior to March 1s' , 1998 the entire project must be completed by September 301h, 1998. All contacts with the Corps of Engineers concerning this permit shall be through the Engineer. ' The Contractor shall, at no expense to the Contracting Agency, comply with all requirements of the Corps of Engineers in the construction of this project and shall secure additional permits as are necessary. ' A copy of all applicable permits and licenses shall be available at the site at all times during construction of the project. 1-07.15 Temporary Water Pollution/Erosion Control (Supplement/Modification) The City of Renton will file the Notice of Intent for an NPDES construction permit under the State Department of Ecology's nationwide permit authority. ' The Contractor shall be responsible for preparing a Stormwater Pollution Prevention Plan (SWPPP), as called for under 40 CFR, Parts 122, 123 and 124, Subchapter D of the Federal Clean Water Act. The SWPPP shall be submitted to the City for approval prior to any 5 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase lA - Southwest 27th Street to Southwest 16th Street clearing, excavation or grading. A copy of the SWPPP shall be available on site at all times ' for review by the City or Department of Ecology personnel. The NPDES permit requires the implementation, monitoring, and maintenance of an SWPPP. Since erosion and sedimentation caused by land development damages the environment, a plan for temporary erosion and sediment control (TESC Plan) should be the ' primary focus of the SWPPP. The SWPPP, the permit application, inspection reports, and any related information shall be kept on or near the construction site. A contact person shall be designated who will be available 24 hours a day to respond to inquiries or directives from Ecology. Objectives of the Temporary Erosion and Sediment Control (TESC) Plan ' • To implement Best Management Practices (BMP's) for identifying, reducing, eliminating, or preventing sediment and erosion problems on the site. • Prevent violations of surface and ground water quality and sediment management standards. • Prevent impacts to receiving waters from peak rates and volumes of stormwater runoff. TESC Plan Contents and Requirements (abbrev.) 1. The TESC Plan shall include stabilization BMP's. Stabilization practices may include: temporary/permanent seeding, mulching, geotextiles, sod stabilization, vegetative buffer strips, protection of trees, and preservation of mature vegetation. The plan shall ensure the following: • All exposed and unworked soils shall be stabilized by suitable and timely application of BMP's. • Existing vegetation should be preserved where attainable. • Cut and fill slopes shall be designed and constructed to minimize erosion. • Stabilization should be adequate to prevent erosion of conveyance outlets and ' stream banks. • All storm drain inlets made operable during construction shall be properly maintained. • Sediment (mud) onto paved roads from construction site shall be kept to a minimum. Adjacent road surfaces shall be cleaned on a regular basis. 2. Structural practices shall include a description of BMP's to divert flows from exposed , soils, store flows, or otherwise limit runoff and pollutants from exposed areas of the site. Examples include: silt fences, earth dikes, drainage swales, sediment traps, check dams, subsurface drains, pipe slope drains, level spreaders, storm drain inlet ' 6 , Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street protection, rock outlet protection, reinforced soil retaining systems, gabions and sediment basins. The plan shall ensure the following: • Prior to leaving the site, stormwater shall pass through a sediment pond or sediment trap, or appropriate BMP's. • Adjacent properties shall be protected from sediment deposition. • Sediment ponds and traps, perimeter dikes, sediment barriers, and other BMP's intended to trap sediment on site shall be constructed as a first step in grading. 1 • Properties and waterways downstream from the construction site shall be protected from impacts due to stormwater runoff. • All temporary erosion and sediment control BMP's shall be removed within 30 days after final site stabilization. Trapped sediment shall be removed or stabilized on site. ' • All BMP's shall be inspected, maintained, and repaired as needed. All on-site erosion and sediment control measures shall be inspected at least once every seven days and within 24 hours after any storm event greater than ).5 inches of rain per 24-hour period. All pollutants other than sediment that occur on site during construction shall be handled and disposed of in a manner that does not cause contamination of stormwater. To the maximum extent practicable, the Contractor shall utilize permanent water quality ponds as temporary sedimentation ponds. These ponds shall be constructed as the first order of work during grading activities. Replace the paragraph beginning with "If done according to the approved Plan . . ." with the following: All erosion and sediment control items described previously and shown in the Plans will be paid for by the unit contract prices where individual pay items have been provided. Sediment removal, street cleaning, and other BMPs for which there are no pay items and that has not been made incidental to other bid items shall be paid for by force account under the item "Temporary Water Pollution/Erosion Control", as provided in Section 1-09.6 of the Renton Standards. I All costs related to the preparation of, and conformance with, the SWPPP shall be considered incidental to the individual pay items for erosion and sediment control. ' For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Temporary Water Pollution/Erosion Control" in the bid proposal to become a part of the total bid by the Contractor. r Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street 1-07.15(1) Plan Addendum (New) The Contractor shall be responsible for preparing a Temporary Water Pollution/Erosion ' Control Plan Addendum (the Addendum). The intent of the Addendum is to reflect the Contractor's operations by supplementing the Temporary Erosion Sedimentation Control (TESC) plans that are included as part of the contract documents to provide comprehensive pollution control at the construction site. The Addendum shall be prepared by the TESC lead for the project in accordance with Section 1-05.3 of the Renton Standards. The Addendum shall be submitted to the Engineer for approval prior to the pre-construction meeting. No earth-disturbing activities shall begin until the Contractor's Addendum is approved by the , Engineer. The Plan shall address, at a minimum, the following items: • Location of BMPs (e.g., stabilized construction entrance, inlet protection) ' • Management of oil, gasoline, and solvents used in the operation and maintenance of vehicles and machinery • Spill control and containment measures , • Waste disposal methods and locations • Detailed construction sequence and schedule • Details for storm drain inlet protection ' • A list of products to be used, including Material Safety Data Sheets • Identification of stockpile and staging areas, and BMPs to be implemented at these locations The Contractor shall also prepare additional Temporary Water Pollution/Erosion Control Plan Addenda as necessary or as requested by the Engineer. The preparation of the Addendum and any additional addenda shall be considered incidental to the contract, and all costs shall be included in the contract price for the job. 1-07.17 Utilities And Similar Facilities (Supplement) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utility companies, or their contractors, will furnish all work necessary to adjust, modify, relocate, replace, remove or construct their facilities unless otherwise ' provided for in the Plans or these Special Provisions. Such adjustment, modification, relocation, replacement, removal or construction will be done before or during the prosecution of the work for this project. Contractor to coordinate construction elements to minimize conflicts. The Contractor shall perform all work necessary for the adjustment, modification, relocation, ' replacement, removal or construction of City water, Boeing water, City fire sprinkler, Metro sanitary sewer, Boeing sanitary sewer, Boeing irrigation, Boeing illumination, Boeing communication, and other utilities as indicated in the Contract Documents, or as directed by the Engineer. , Contractor to place a compressible, degradation-resistant material (Ethafoam HS600 or equal) between rigid utility pipes at all crossings with 3" or less separation. At all crossings ' 8 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street with 12" or less separation, Contractor to backfill trench with CDF to crown elevation of upper rigid utility pipe, fully encasing the upper utility at the crossing location. The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for ' the One Call Center is 1-800-424-5555. If no One-Call locator service is available, written notice shall be provided individually to those owners known to, or suspected of, having underground facilities within the area of proposed excavation. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. ' The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Natural Gas Transmission & Distribution Line Puget Sound Energy Puget Sound Energy P.O. Box 1869 BYD-01 W P.O. Box 97034 Seattle, WA 98111 Mail Stop: MER-03 Contact: David B. Matulich Bellevue, WA 98009-9734 (206) 224-2472 Contact: Janet Olson (206) 521-5076 60" Water Line Seattle Public Utilities Transmission & Distribution Line Real Property Services Seattle City Light Dexter Horton Building, 101h Floor 700 Fifth Avenue, Suite 3536 1 710 Second Avenue Seattle, WA 98104-5031 Seattle, WA 98104 Contact: Lena Tat Contact: Bill Cluckey (206) 684-3101 ' (206) 684-5970 Sanitary Sewer and Water Fuel Lines ' City of Renton Olympic Pipeline Co. 200 Mill Ave. S, 5`h Floor 2319 Lind Ave. SW Renton, WA 98055-2189 P.O. Box 1800 Contact: City Project Inspector or Renton, WA 98057 Dave Christensen Contact: Bob Burnett, ROW Assistant (425) 277-6212 (206) 235-7736 Sewer Trunk Mains Telephone King County (formerly METRO) U.S. West Communications Contact: Eric Davison 7235 S. 2281h St. (206) 684-1707 Kent, WA 98032 Contact: Frank Forrest Cable Television (253) 345-2968 ' TCI Cable 1 9 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS , Phase lA - Southwest 27th Street to Southwest 16th Street Payment shall be made for each of the following bid item(s): ' Utility Relocations and Protection Per Lump Sum ' Relocate Irrigation System Per Lump Sum The following is a list of major utility relocation and protection work items and approximate , quantities which shall be included in the Lump Sum price for Utility Relocations and Protection: , Adjusting Manholes to Grade 24 EA Remove Water Valve 1 EA ' Adjust Valve Box and Cover to Grade 8 EA Tap Private Water Main at SPU Crossing 1 EA to Verify Status and Abandon in Place Remove Existing Fire Sprinkler Assembly and 1 EA Install Spool Relocate Lighting Vault and Conduit 1 EA ' Remove Luminaire Pole Base 4 EA Adjust Junction Box to Grade 4 EA Install 6" Diameter Conduit 115 LF Removal of Water Pipe, Fittings, Valves, 4 Locations Hydrants, and Blocking Setting Hydrants 4 EA The items and quantities are listed only for the convenience of the Contractor in determining , the magnitude of work involved and are not guaranteed to be accurate. The prospective bidders shall review the plans thoroughly and verify all work items and quantities before submitting a bid. No adjustments other than for approved changes shall be made in the lump sum contract price for Utility Relocations and Protection even though the actual quantities required may deviate from those listed. The contract bid price above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. Payment for Ethafoam and CDF at utility crossings shall be incidental to other bid items. 1-08 PROSECUTION AND PROGRESS 1-08.5 Time For Completion (Supplement) This project is subject to a Corps of Engineers Section 404 permit that has yet to be , issued. Issuance is anticipated prior to March 1998. Portions of the work cannot begin until the Section 404 permit is obtained. This project is on a tight time schedule. The roadway from SW 271h Street to SW 191h Street must be completed no later than September 301h, 1998 and can be started immediately. If the Section 404 permit is , obtained prior to March 1 sc , 1998 the entire project must be completed by September 301h, 1998. 1 10 ' ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street This project shall be physically completed within 139 working days. 1-08.11 Preconstruction Conference (New) A preconstruction conference will be held at a time and place fixed by Owner as stated in the notice of award. In addition to Contractor, the intended project superintendents, TESC lead and Emergency Spill Control (ESC) lead, subcontractor foremen, and major suppliers—those who will actually be involved in construction activities—should attend the preconstruction conference. Contractor must be prepared for a thorough discussion and review, as well as revision, which may be deemed necessary in the opinion of Engineer, of the following: => Contractor's plan of operation and progress schedule (3+ copies) => Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) List of materials fabricated or manufactured for the project => Material sources for the project ' =* Names of principal suppliers => Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) Weighted wage rates for all employee classifications anticipated to be used on Project Cost percentage breakdown for lump sum bid item(s) Shop Drawings (bring preliminary list) ' Traffic control plans (3+ copies) TESC Plan Addendum including dewatering plan and haul routes � Bonds and insurance 1 Project meetings— schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities ' Responsibility for damage Time schedule for relocation, if by Owner Material testing requirements ' Construction coordination Compliance with Contract Documents Acceptance and approval of work ' Permits Labor compliance, payrolls, certifications Safety regulations for Contractor's and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies ' Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents ' => Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts 11 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street ' => These materials MUST be brought to the preconstruction conference for discussion followed by Engineer review. I The franchise utilities may be present at the preconstruction conference, and Contractor ' should be prepared for their review and discussion of progress schedule and coordination. Attendance at and preparation for the preconstruction conference shall be considered incidental to the contract, and all costs shall be included in the unit contract prices bid for the , job. 1-10 TEMPORARY TRAFFIC CONTROL ' 1-10.2(1) Traffic Control Supervisor (WSDOT GSP) , Section 1-10.2(1) is supplemented with the following: The Traffic Control Manager and Traffic Control Supervisor shall be certified by one ' of the following: American Traffic Safety Services Association 5440 Jefferson Davis Hwy. Fredericksberg, VA 22407 (703) 898-5400 Sverdrup Civil, Inc. c/o Traffic Control Supervisors Seminar , 600 108th Ave. N.E. Bellevue, WA 98004 (206) 452-8000 , The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. , Kingston, WA 98346 (360) 297-3035 1-10.2(2) Traffic Control Plans (WSDOT GSP) ' The last sentence of Section 1-10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan shall be implemented. ' 1-10.3(3) Construction Signs (Supplement) Section 1-10.3(3) is supplemented with the following: , 12 , Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Wood Sign Posts Use the below charts to determine post size for Class A construction signs. One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 16.0 46 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) 4x4 - 16.0 46 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 The Engineer shall determine post size for signs greater than 75 square feet. ' The Contractor shall furnish and install four 30"x30" construction signs which shall read "NEW SIGNAL AHEAD." Each of these construction signs shall have two high-visibility warning flags attached, and shall be fabricated as per the "Manual on Uniform Traffic Control Devices" (MUTCD) standards. The construction signs shall be located 400 feet from the intersection of SW 16" Street and Oakesdale Ave. SW in a manner consistent with the MUTCD standards. Removal and salvage of these signs shall be performed by the Engineer. 1-10.3(5) Temporary Traffic Control Devices (WSDOT GSP) ' Section 1-10.3(5) is supplemented with the following: Traffic Safety Drums 1 Traffic safety drums shall be manufactured specifically for traffic control purposes, and shall be fabricated from low density polyethylene that maintains its integrity upon impact. The drums shall be of the following general specifications: Overall Height 36 inches, ± 2 inches. Overall Width 18 inch minimum in the direction(s) of traffic flow. If the front to back dimension is less than 18 inches, only those drums specifically approved by the Engineer will be permitted. Shape Rectangular, hexagonal, circular, or ' flat-sided semi-circular. 13 Oakesda/e Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Color The base color of the drum shall be fade resistant safety orange. Reflective Stripes The exterior vertical surface shall have at least two orange and two ' white circumferential stripes. Each stripe shall be 4 to 8 inches wide and shall be reflectorized. If there ' are nonreflectorized spaces between the horizontal orange and white stripes they shall be no more than 2 ' inches wide. Reflective stripes shall be 3-M flexible 3810, Reflexite PC 1000, 3-M Diamond Grade, or Stimsonite High Performance Grade. The traffic safety drums shall be designed to accommodate at least one portable light unit. The method of attachment shall ensure that the light does not separate from the drum upon impact. When recommended by the manufacturer, drums shall be treated to ensure proper ' adhesion of the reflective sheeting. If approved by the Engineer, used drums with new reflective sheeting may be used, , provided all drums used on the project are of essentially the same configuration. The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle. The lower unit shall be a maximum of 4 inches high and shall be designed to completely enclose the ballast. The lower unit, with ballast, shall have a minimum weight of 10 pounds and maximum weight of 50 pounds. The base shall be designed to resist movement or creeping from wind gusts or other external forces. The drums shall be designed to resist rolling if overturned. , Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a ' drum has been damaged beyond use, or provides inadequate reflectivity, a new drum shall be furnished. When no longer required, as determined by the Engineer, the drums shall remain ' the property of the Contractor and shall be removed from the project. 1-11 RENTON SURVEYING STANDARDS , 1-11.1(2) Survey Datum and Precision (Revision) ' The first sentence of Section 1-11.1(2) is revised to read: 14 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street The horizontal component of all surveys shall have as its coordinate base: NAD 1927 (truncated), The North American Datum of 1927. 1 The first sentence of the fifth paragraph of Section 1-11.1(2) is revised to read: 1 The vertical component of all surveys shall be based on NGVD 1929, the National Geodetic Vertical Datum of 1929, and tied to at least one of the City of Renton Survey Control Network benchmarks. 1 i 1 1 1 I 1 1 i 15 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street DIVISION 2 EARTHWORK ' 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.3(5) Clearing Limit Fence (New) ' The Contractor shall flag the project clearing limits and shall have the Engineer approve the clearing limits as flagged. The Contractor shall then install the clearing limit fence along the , flagged edge of the project's clearing limits as directed by the Engineer. Contractor shall obtain approval of the final placement of the clearing limit fence prior to beginning site clearing, grubbing, or any other work that could result in damage to areas outside of the clearing limits. The clearing limit fence shall be a high visibility orange, high strength polyethylene. Fencing shall be Mirasafe warning and barrier fence, or an equivalent approved by Engineer. The Contractor shall drive 6-foot posts 12 to 18 inches into the ground every 10 to 12 feet, , and at each angle point and fence terminus end. Wrap fence material around end posts allowing overlap of one material opening. Use metal tie wire or plastic tie wrap to fasten material at top, middle, and bottom, and bind tightly to post. Overlap splices shall be a , minimum of four fence openings. Where clearing limit fence is coincident with silt fence, no clearing limit fence shall be placed, ' and the silt fence shall be recognized as the clearing limit. Existing silt fence may be used as clearing fence if approved by the Engineer. The Contractor shall be responsible for installing, maintaining, and removing the clearing limit , fence throughout the project. 2-01.4 Measurement (Supplement) , Clearing Limit Fence shall be measured by the linear foot of completed fence, along the ground line, exclusive of openings. ' 2-01.5 Payment (Supplement) Payment shall be made for the following bid item(s): ' Clearing Limit Fence Per Linear Foot , The unit contract price for "Clearing Limit Fence" shall be full compensation for all labor, materials, tools, and equipment necessary to provide the clearing limit fence as shown on the Plans and specified herein, including furnishing and repairing the fabric, if required and removal and disposal upon completion of the project. 16 ' I Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street ' 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (Replacement) This work shall consist of the removal and disposal of existing items necessary for the accomplishment of the improvement. Removal of some items may be discussed in detail ' elsewhere in the Standard Specifications, the Renton Standards, and in these Special Provisions. ' Removal of items not discussed in this section or in other sections of the Standard Specifications, Renton Standards, or Special Provisions, and removal of items not identified with a pay item shall be considered as incidental to the construction, and the costs thereof shall be included in other items of the Contract. All voids resulting from the removal operations shall be backfilled with gravel borrow and compacted per Section 2-03.3(14)C, Method B of the Standard Specifications, to match the level of the surrounding grade as staked by the Contractor's surveyor. ' 2-02.3(1) General Requirements (Replacement) The Contractor shall arrange to dispose of waste at a site or sites approved in writing by the Engineer at no expense to the Owner, and any such disposal shall meet the requirements of ' Section 2-03.3(7)C of the Standard Specifications. 2-02.3(4) Saw Cutting (New) ' Where removal of existing pavement is required by the Plans or by the Engineer, the Contractor shall separate the pavement to be removed by means of full-depth vertical saw cuts. The equipment and procedures used to make the full-depth saw cut shall be approved in writing by the Engineer. No wastewater from the saw cutting operation shall be released directly to any stream or storm sewer system. The Contractor shall repair the pavement in accordance with Standard Plan H032A in Appendix E. 2-02.3(5) Remove Paths (New) Where removal of existing cedar bark and crushed cinder paths is required by the Plans or by the Engineer, the Contractor shall salvage and stockpile existing cedar logs, crushed cinders, cedar bark and rebar stakes, as designated by the Plans or by the Engineer, for ' reuse along proposed path relocations, in a manner which avoids damaging the logs. Stockpile location shall be determined by the Engineer. ' 2-02.3(6) Remove and Reset Chain Link Fence (New) The Contractor shall remove and reset existing chain link fence as shown in the Plans or as directed by the Engineer. Existing concrete footings shall be removed from posts and the fence shall be reconstructed in accordance with Section 8-12.3. The Contractor shall be responsible for repairing any damage to the fence as a result of removal and relocation. 2-02.3(7) Remove and Reset Metal Gate (New) The Contractor shall remove and reset the existing metal gate as shown in the Plans or as directed by the Engineer. Existing concrete footings shall be removed from posts and the 17 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street gate shall be relocated and reconstructed in accordance with existing gate construction, or ' as determined by the Engineer. The Contractor shall be responsible for repairing any damage to the gate as a result of removal and relocation. ' 2-02.3(8) Removing Raised Pavement Marker (New) Existing pavement markers shall be removed in accordance with Section 2-02.3 of the ' Renton Standards at the locations shown in the Plans. This item shall include the removal of precast concrete or plastic raised pavement markers. ' Care shall be taken in removing traffic buttons not to cause damage to the existing pavement. All pavement damaged due to the Contractor's operations shall be repaired or ' replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor's expense. Disposal of debris in a Contractor provided waste site shall meet the requirements of Section 2-03.3(7)C. 2-02.3(9) Remove Existing Retaining Wall (New) ' The Contractor shall remove existing retaining wall where shown on the Plans. The Contractor shall remove the wall to provide a minimum of one foot of clearance between any ' element of the existing concrete wall and the new modular block wall. The Contractor shall not remove more wall than is necessary to provide the specified clearance, unless directed by the Engineer. The portion of the wall to be removed shall be neatly saw cut prior to removal. Saw cuts shall be vertical and perpendicular to the faces of the element being cut. , Reinforcement bars cut by the saw cut shall be burned out to a minimum depth of one inch below the cut surface. The bars shall be patched with epoxy resin material. This patching material shall be inert in concrete and the area to be patched shall be clean and free of ' surface contaminants. The voids shall be filled with dry pack mortar mix patch. 2-02.5 Payment (Supplement) , Payment shall be made for each of the following bid item(s): Remove and Reset Chain Link Fence Per Linear Foot ' Remove and Reset Metal Gate Per Each Remove Raised Pavement Marker Per Hundred ' Remove Existing Retaining Wall Per Lump Sum The followingis a list of major removal items and approximate quantities which shall be ' J PP included in the Lump Sum price for Removal of Structures and Obstructions: ' Relocate Concrete Blocks 5 EA Remove Concrete Blocks 11 EA Remove Chain Link/Wire/Silt Fence 1,595 LF ' Remove Curb/Curb & Gutter 1,091 LF Remove Sidewalk 471 SY Remove Paths 652 SY , 18 , ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Remove Log Benches 38 EA Remove Beam Guardrail 65 LF ' Remove Catch Basin 13 EA Remove 12" Storm Sewer Pipe 186 LF Remove 8" Storm Sewer Pipe 133 LF Remove 6" Storm Sewer Pipe 347 LF The items and quantities are listed only for the convenience of the Contractor in determining the magnitude of work involved and are not guaranteed to be accurate. The prospective bidders shall review the plans thoroughly and verify all removal items and quantities before submitting a bid. No adjustments other than for approved changes shall be made in the lump sum contract price for Removal of Structures and Obstructions even though the actual quantities required may deviate from those listed. The contract bid prices above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including removal, transport, disposal, and all other incidental work. ' 2-03 ROADWAY EXCAVATION AND EMBANKMENT ' 2-03.3 Construction Requirements (Supplement) Section 2-03.3 is supplemented with the following: Immediately prior to commencement of construction, the Contracting Agency will survey and section existing ground at the site for accuracy and provide this information to the Contractor for use as a basis for computing excavated earthwork quantities. ' 2-03.3(14) Embankment Construction (Supplement) Section 2-03.3(14) is supplemented with the following: ' Over Asphalt Concrete Pavement. Unless otherwise directed by the Engineer, the Contractor shall pulverize and compact existing asphalt concrete pavement in place for embankment construction depths greater than 4 inches over existing pavement. Pulverize asphalt concrete pavement to a depth of 6 inches. Reduce all particles to conform with Section 9-03.14 and blend with existing base to produce a uniform material. Compact the surface in accordance with Section 2-03.3(14)C. 2-03.4 Measurement (Revision/Supplement) The first sentence of Item 1 shall be revised as follows: 1. Roadway excavation, water quality pond excavation, mitigation wetland excavation, ' unsuitable foundation excavation, and common borrow— by the cubic yard. Item 6 shall be revised as follows. 6. Gravel borrow— by the ton. Section 2-03.4 is supplemented with the following: i 19 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS , Phase 1A - Southwest 27th Street to Southwest 16th Street 8. Pulverize asphalt concrete pavement and compact in-situ — by the square yard. 2-03.5 Payment (Revision/Supplement) ' Items 1 and 2 of Section 2-03.5 shall be revised as follows: 1. " Excavation including Haul", per cubic yard. When the Engineer orders excavation 2 feet or less below the roadway 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 provided in Item 3 of this payment section. In this case, all items of work other than roadway excavation , shall be paid at unit contract prices. The unit contract price for Excavation including Haul" shall be full compensation for excavating, loading, hauling, placing and compacting, or otherwise disposing of the material. 2. "Gravel Borrow including Haul", per Ton , The unit contract price per ton for "Gravel Borrow including Haul" shall be full compensation for excavating, loading, hauling, placing and compacting, or otherwise disposing of the ' material. This price includes compensation for removing from the surface of a borrow site, disposing of, wasting, or stockpiling any material not suitable for embankment. Section 2-03.5 is supplemented with the following: Pulverize Asphalt Concrete Pavement and Compact In-situ Per Square Yard , The contract bid price above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract , Documents. 2-09 STRUCTURE EXCAVATION 2-09.2 Materials (Supplement) ' Gravel Backfill for Modular Block Wall shall meet the requirements of Gravel Borrow. Gravel Backfill for Trench shall meet the requirements of Bank Run Gravel for Trench. 2-09.3(1) General Requirements (Supplement) The Contractor shall adequately protect existing pavement and structures from damage due ' to the Contractor's operations. This includes, but is not limited to, protecting the existing retaining walls that Wall G will be linked to, the retaining wall adjacent to wall E, and the ' parking area adjacent to Wall F. The Contractor shall shore all excavation adjacent to existing pavement as specified in Section 2-09.3(3)D of the Standard Specifications. 20 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 2-09.3(1)E Backfilling (Supplement) The placement of Gravel Backfill for Modular Block Wall shall be in accordance with Section 8-28 of the Special Provisions. Gravel Backfill for Trench shall be placed in horizontal layers no more than 12 inches thick, ' with each layer compacted by at least three passes of a vibratory compactor approved by the Engineer. ' 2-09.4 Measurement (Supplement) Neat line limits of "Structure Excavation Class A, including Haul " shall be as shown on the Plans. Gravel Backfill for Trench shall be measured per Ton based on truck tickets. ' (Schedule "C"only) Trench Excavation Safety Systems: No specific unit of measurement shall apply to the lump sum item of "Shoring or Extra Excavation Class A". "Shoring or Extra Excavation Class B" ' shall be based on a percentage defined as the amount of pipeline installed, divided by the total length of pipe shown to be installed. 2-09.5 Payment (Supplement/Modification) Section 2-09.5 shall be supplemented with the following: ' (Schedule "C"only) Trench Safety System: Payment for"Trench Safety System" shall be made at the measured percentage amount for the pay period, times the lump sum amount bid. Said payment shall ' be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing, complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this item of work in conformance with the Contract Documents. Payment shall be made for each of the following bid item(s): ' Gravel Backfill for Abutment Wall Per Cubic Yard ' Gravel Backfill for Modular Block Wall Per Ton Item 7 shall be modified to read as follows: Payment for"Gravel Backfill for Trench" shall be made per Ton. ' The unit contract price per lump sum shall be full compensation for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of construction shoring. If select backfill material is required for backfilling within the limits of the structural ' excavation, it shall also be required for 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 pay limits of the excavation, and shall not include the extra excavation beyond those limits. ' 21 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street 2-10 DITCH AND CHANNEL EXCAVATION ' 2-10.1 Description (Supplement) ' For this contract, channel excavation shall consist of excavation as required by the Plans for the widening of Springbrook Creek. 2-12 CONSTRUCTION GEOTEXTILE 2-12.3 Construction Requirements (Modification) , Replace the third sentence of the first paragraph with the following: The geotextile shall not be left exposed to sunlight during installation for a total of more than 2 calendar days. (Modification) , 2-12.3(3) Soil Stabilization Delete the third and fourth sentences. ' 2-12.3(5) Temporary Silt Fences (Supplement) Temporary Silt Fence shall be installed along the edge of Springbrook Creek where shown in ' the Plans. The silt fence shall be set back 2 feet horizontally or 0.5 feet vertically, whichever provides the greater setback, from the ordinary high water mark of the Creek. The silt fence ' shall be constructed per the details in the Plans. The intent of the Silt Fence Placement Detail is that the silt fence be laid out in such a way that the upstream end enables water flowing above the ordinary high water mark to pass along both sides of the silt fence. The downstream end shall be curved up the stream bank to prevent rapid flow on the upslope , side of the fence. The Contractor shall stake the location of the silt fence and receive the Engineer's approval of the location prior to constructing the silt fence. The silt fence shall remain in place until grading is completed on the banks above the fence. , The fence shall only be removed to complete final grading and installation of Large Woody Debris and Hand Placed Riprap, and Erosion Control Blanket at the edge of the water. For any section of fence removal, final bank treatment shall be in place at the end of the same , day from the edge of the water to the top of the slope. When the fence is removed, the Contractor shall make every effort to prevent soil from entering Springbrook Creek. 2-12.5 Payment (Supplement) ' The unit contract prices for "Construction Geotextile for Soil Stabilization" and "Construction Geotextile for Temporary Silt Fence" shall be full compensation for all labor, materials, tools, ' and equipment necessary to provide the geotextile soil stabilization fabric as shown on the Plans and specified herein, including furnishing, testing, sewing, and repairing the fabric, if required and removal and disposal upon completion of the project. , 22 ' ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT ' 5-04.5 Payment (Supplement) The unit contract price per ton for "Asphalt Concrete Pavement Class A" shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including construction of asphalt concrete sidewalks, ramps, curb ramps, and all other incidental work. 5-05 CEMENT CONCRETE PAVEMENT 5-05.2 Materials (Supplement) Where required by the Plans, the Contractor shall use one of the following compression seals: • D.S. Brown CV Series • Watson Bowman-ACME WA Series • Elastomer Seals X Series • Structural Accessories SA Series ' The seal selected by the Contractor shall be in accordance with the requirements of AASHTO M-220. ' 23 Oakesdale Avenue Southwest Extension SPECIAL, PROVISIONS ' Phase lA - Southwest27th Street to Southwest 16th Street DIVISION 6 STRUCTURES 6-02 CONCRETE STRUCTURES ' 6-02.1 Description (Supplement) The Contractor shall furnish materials for and construct the reinforced concrete substructure and superstructure of the Springbrook Creek Bridge. ' 6-02.3(14)D Pigmented Sealer (Addition)(WSDOT GSP) PIGMENTED SEALER ' August 23, 1993 Description t This work consists of applying pigmented sealer to the concrete surfaces designated in the Plans. Materials The pigmented sealer shall be semi-opaque colored toner containing only methyl methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution a` all ' times by a chemical suspension agent, and solvent. Use only laminar silicates, titanium dioxide and inorganic oxides for toning pigments. There shall be no settling or color variation. Use of vegetable or marine oils, paraffin materials, stearates or organic pigments in any part of coating formulation will not be permitted. , The color shall match the color chip Washington Gray (Revised) which is available at the Materials Laboratory office in Tumwater, WA. A special color may be required to match , adjacent work. The Contractor shall submit a color chip and a wet sample for approval. The pigmented sealer shall be one of the following or an equivalent approved in writing by ' the Engineer: 1) Canyon Tone Stain as manufactured by United Coating, East 19011 Cataldo, ' Greenacres, WA 99016, 1-800-736-2047. 2) Acry Stain as manufactured by Columbia Paint Co., N. 112 Haven, Spokane, WA 99201, ' (509) 535-2421. 3) Conformal Stain as manufactured by Chemprobe Corporation, 2637 National Circle, Garland, Texas 75041, (206) 762-5755. , 4) Millers Pigmented Acrylic Stain and Sealer for Concrete Surfaces, as manufactured by Miller Paint Co., 12730 NE Whitaker, Portland, OR 97230, (503) 255-0190. Construction Requirements All surfaces to be sealed shall be finished in accordance with Section 6-02.3(14) and shall ' receive a light brush sandblasting in order that complete neutralization of the surface and subsequent penetration of the pigmented sealer is achieved. Any curing agents or form release agents shall be removed. The surface shall be dry, clean and prepared in 24 , ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street accordance with manufacturer's written instructions. The Contractor shall submit four copies of the manufacturer's written instructions. The pigmented sealer shall be spray applied in accordance with the manufacturer's written instructions for application, qualification of applicator, rate of application, and number of ' coats to apply. Sealer shall be applied only when the air temperature is at or above 50 degrees Fahrenheit. It shall not be applied upon damp surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory for the work, in the opinion of the manufacturer or ' the Engineer. The final appearance shall have an even and uniform color acceptable to the Engineer. For concrete surfaces such as columns, retaining walls and abutments, the pigmented sealer shall extend to 1 foot below ground line. Payment ' All costs for furnishing and applying the pigmented sealer as specified shall be included in the unit contract price per cubic yard for the various classes of concrete involved. If the concrete is to be paid for other than by class of concrete, all costs for furnishing and applying the pigmented sealer as specified shall be included in the unit contract price for the applicable item or items of work. 6-02.3(14)E Split Face Finish (New) Description A split face texture shall be applied to those areas so designated in the Plans. Materials The split face effect is accomplished by the use of a form liner. A polystyrene form liner that will produce the required texture is: Splitface 601 Burke Concrete Accessories 18211 E. Valley Highway Kent, WA 98032 1 Phone: (206) 624-5825 Form liners may be obtained for alternate sources. The Engineer's written approval shall be obtained prior to the Contractor ordering the materials. Form liners shall be placed with the block patterns horizontal. Horizontal and vertical joints shall be spliced in accordance with the manufacturer's printed instructions. A copy of these ' printed instructions shall be submitted to the Engineer prior to placement of the form liners. The splices shall be inspected and approved by the Engineer before any concrete is placed against the form liners. Side forms using any of these form liners may be removed after 24 hours providing an approved water reducing admixture is used in the concrete and the concrete reaches 1500 psi before removal. Concrete in load supporting forms utilizing one of these form liners shall be cured as stated in Section 6-02.3(17)N. Once the forms are removed, the Contractor shall treat the joint areas by patching or light sandblasting as required by the Engineer to ' ensure that the joints are not visible. ' 25 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS ' Phase 1A - Southwest 27th Street to Southwest 16th Street Liners must be cleaned and reconditioned before each use. They shall not be reused if, in the opinion of the Engineer, there is excessive wear which will impair the quality of the finish. ' Care shall be taken to insure uniformity of color throughout the textured surface. A change in form release agent shall not be allowed. ' All surfaces receiving a split face texture shall also receive a Class 3 surface finish. Spalling, as a result of form tie removal, is not acceptable. Form ties shall conform to a type that, ' when removed, will leave a clean hole. Payment ' All costs in connection with producing the split face finish as specified shall be included in the unit contract price per cubic yard for the various classes of concrete involved. If the concrete is to be paid for other than by class of concrete, all costs in connection with producing the split face finish as specified shall be included in the unit contract price for the applicable item or items of work. 6-02.5 Payment (Supplement) ' Payment shall be made for the following bid item(s): Concrete Class 4000W for Shaft Per Cubic Yard Concrete Class 4000 for Bridge Per Cubic Yard Superstructure — Springbrook Creek Bridge Per Lump Sum The contract bid price for "Superstructure — Springbrook Creek Bridge" shall be full compensation for all labor, materials, tools, and equipment needed to satisfactorily complete the work defined in the Contract Documents for the bridge superstructure. The superstructure contains approximately the following quantities of materials: Epoxy-Coated St. Reinf. Bar 33,220 LB St. Reinf. Bar 45,513 LB Concrete Class 4000 173 CY Concrete Class 4000D 280 CY Elastomeric Bearing Pads 50 EA Prestressed Concrete Girder W74G 1,775 LF The quantities are listed only for the convenience of the Contractor in determining the ' volumes of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. No adjustments other than for approved changes shall be made in the lump sum contract price for superstructure even though the actual quantities required may deviate from those listed. For the purpose of payment, such bridge items as elastomeric bearing pads, expanded ' polystyrene, concrete inserts, premolded joint filler, butyl rubber, expanded rubber, rubber sheeting, adhesive, elastomeric expansion joint seal, PVC pipe for blockouts, concrete nails etc., for which there is no pay item included in the proposal, are considered as bridge minor ' 26 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest27th Street to Southwest 16th Street items. All costs in connection with providing these bridge minor items as shown and noted on the Plans and as specified shall be included in the lump sum contract price for "Superstructure -- Springbrook Creek Bridge". ' 6-06 BRIDGE RAILINGS 6-06.5 Payment (Supplement) Payment shall be made for the following bid item: Handrail Per Linear Foot The unit per er linear foot for "Handrail' shall be full compensation for all material tools, P P , equipment, and labor necessary to complete the work as specified. 6-10 CONCRETE BARRIER 6-10.1 Description (New) The Contractor shall furnish all materials and construct bridge pedestrian barrier as shown on the Plans. 6-10.3(2) Cast-In-Place Concrete Barrier (Modification) Delete the fifth paragraph in its entirety and replace with following: The Contractor shall not use the slip-form method for any cast-in-place barrier on this project. ' 6-10.3(7) Railing Seat (New) The Contractor shall construct a cast-in-place concrete railing seat as shown on the Plans in order to anchor the sidewalk handrail. The Contractor shall make smooth transitions where shown on the Plans, and shall ensure that the railing seat is constructed to be aesthetically pleasing. All construction shall be in accordance with Section 6-02 of the Standard Specifications. 6-10.4 Measurement (Supplement) Railing seat shall be measured by the linear foot of completed railing seat. 6-10.5 Payment (Supplement) Payment shall be made for the following bid item(s): 1 Pedestrian Barrier Per Linear Foot Railing Seat Per Linear Foot 27 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA -Southwest 27th Street to Southwest 16th Street The unit contract prices per linear foot for "Pedestrian Barrier" and "Railing Seat' shall be full compensation for forms, placement, special construction features, and all other material, tools, equipment, and labor necessary to complete the work as specified. 6-13 DRILLED SHAFT FOUNDATIONS (New) 6-13.1 Description The Contractor shall construct the reinforced concrete shafts within a drilled excavation. All work shall be in accordance with Plans, the Renton Standards, the Standard Specifications, and the Special Provisions. 6-13.1(1) Subsurface Conditions The proposed drilled shafts are to be located adjacent to the existing Springbrook Creek. Obstructions such as wood logs, concrete blocks, boulders, and other debris could be encountered during the drilled shaft installation. Groundwater and soil conditions may be such that the Contractor must use casing and/or slurry to construct the drilled shafts. It is the responsibility of the Contractor to review the geotechnical investigation reports. The reports are included in Appendix C. 6-13.1(2) Installation Plan The Contractor shall provide to the Engineer for review and approval a detailed installation plan containing the following information: (1) List of proposed equipment to be used including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, sampling equipment, tremies or concrete pumps, casing, etc. (2) Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. (3) Details of shaft excavation methods, including equipment and procedures for checking the dimensions and alignment of each shaft excavation. (4) When slurry is required, details of the method proposed to mix, circulate and desand slurry, and methods proposed to comply with the requirements of Sections 6-13.3.3 and 6-13.3.6, including disposal of the slurry. (5) Details of methods to clean the shaft excavation. ' (6) Details of reinforcement placement including support and centralization methods. (7) Details of concrete placement. (8) Details of casing dimensions, material and splice details. (9) Details of concrete mix designs and mitigation of possible loss of slump during placement. 28 ' Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street (10) List of work experience in previous similar projects. (11) Other information shown on the Plans or requested by the Engineer. (12) Emergency horizontal construction joint method if unforeseen stoppage of work occurs. The documentation required above shall be submitted to the Engineer not later than two weeks before work on shafts is to begin. The Engineer will review the submittal within five working days. No drilled shaft work shall be performed until the Contractor's final submittal has been approved by the Engineer in writing. Such approval will not relieve the Contractor of responsibility for results obtained by use of the installation plan, or any of its other responsibilities under the contract. 6-13.2 MATERIALS 6-13.2.1 Concrete Concrete shall conform to the requirements of Section 6-02 for the class and strength shown on the Plans, with the following additions or modifications- 6-13.2.1 A Cement Where concrete is placed in drilled shaft excavations containing slurry or water, the cement content of the concrete shall be between 660 and 750 pounds per cubic yard. 6-13.2.1(B) Aggregate Maximum aggregate size shall be limited to 1/5 of minimum clear bar spacing (vertical and horizontal), not to exceed 1 inch. 6-13.2.2 Reinforcing Steel Reinforcing steel shall conform to the requirements of Section 6-02. Welded splices shall not be allowed except as shown on the Plans. 6-13.2.3 Casing Casing shall be steel and may be of unit or sectional construction. The casing shall be of sufficient strength to withstand handling and installation stresses, to withstand the pressure of concrete and the surrounding earth and to prevent seepage of water. Steel shall conform to the requirements of AASHTO M 270 (ASTM A 709), Grade 36, unless otherwise specified. Should telescoped casing be used, the Contractor shall not allow concrete to overfill any interior casing. Spillage must be removed from the annulus, or the shaft shall be declared deficient. Temporary casing shall be clean, inside and out, prior to placement in the excavation. All casing shall be handled so as to limit distortion to plus or minus two percent of diameter. No side shear capacity will be allowed where temporary casing installed becomes permanent. If 29 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest27th Street to Southwest 16th Street approved by the Engineer and if conditions permit, temporary casings may be corrugated and non-watertight. The Contractor shall be responsible to compensate for loss of frictional capacity in the cased zone if temporary casing is abandoned in the shaft. Such modifications shall be at no additional cost to the Owner. 6-13.3 CONSTRUCTION REQUIREMENTS 6-13.3.1 General The methods and equipment used shall be suitable for the intended purpose and materials encountered. Either the dry method, wet method, temporary casing method or permanent casing method, as defined by AASHTO Standard Specifications for Highway Bridges, Division II, Section 5, shall be used as necessary to produce sound, durable concrete foundation shafts free of defects, subject to approval of the Engineer. The permanent casing method shall be used only when required by the Plans or authorized by the Engineer. If at any time during the construction of the drilled shafts the Engineer determines that the ' equipment, materials, employees, or procedures are such that defects in the work may occur, the Engineer may stop the work until appropriate changes are made by the Contractor. In no case shall the Contractor be relieved of its responsibility for constructing acceptable drilled shaft foundations. 6-13.3.2 Excavation The Contractor shall perform all excavation required for the shafts through whatever substances encountered, to the dimensions and elevations shown on the Plans or ordered by the Engineer. Unless otherwise shown on the Plans, the maximum deviation from plumb shall be not more than one and one half percent. The maximum permissible variation of the design center axis for both the borehole and rebar cage at the top shall be five percent of the shaft diameter, not to exceed 3 inches from its project plan location. The Contractor shall determine plumbness by plumb lines in dry excavations and by Kelly bar position readings at 10-foot intervals in wet excavations, or as approved by the Engineer. The Contractor shall provide the Engineer with these readings for each drilled shaft constructed to verify �. plumbness. If satisfactory material is not encountered at plan elevation, the bottom of any drilled hole may be lowered, at the direction of the Engineer. Alteration of plan depth will be made to satisfactorily comply with design requirements. Reinforcing steel and concrete shall not be placed in the shaft until this final elevation has been established. Raising of the foundation elevation shall require approval by the Engineer. The Contractor shall use temporary casing in order to prevent caving. The shell shall be clean and shall extend to the top of the drilled shaft excavation. The inside diameter of the casing shall not be less than the specified size of the shaft unless approved by the Engineer. The outside diameter of the shaft shall not exceed plan dimension by more than 6 inches unless use of telescoping casing or surface casing is allowed by the installation plan. 30 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street If the use of drilling slurry is to be employed the Contractor shall use a method of construction which will allow completion of the drilled shaft in a continuous manner without any mixing of concrete and drilling slurry. When the Plans indicate drilled shafts are to be constructed within embankments, the embankments shall be constructed prior to drilling, except when approved otherwise by the Engineer. After the completion of the drilled shaft excavation and prior to the placement of the reinforcing steel cage and concrete, all loose material shall be machine cleaned from the shaft. A flight auger or other equipment, approved by the Engineer, shall be used for cleaning dry excavations where slurry or groundwater is not present. Where slurry or groundwater is present, the excavation shall be cleaned with a clean-out bucket or similar type of equipment, as approved by the Engineer. All open excavations shall be covered at the end of each shift in a manner approved by the Engineer. 6-13.3.3 Drilling Slurry 6-13.3.3(A) General Requirements The Contractor shall provide a specialist experienced in the slurry drilling process to design and monitor the slurry. The specialist shall be present at all times when the slurry method is used, and shall supervise the testing required in Section 6-13.3.3(B). Only commercially prepared mineral slurries shall be employed when slurry is used in the drilling process. The slurry shall have a mineral grain size that will remain in suspension and sufficient viscosity and gel characteristics to transport excavated material to a suitable screening system. The percentage and specific gravity of the material used to make the suspension shall be sufficient to maintain the stability of the excavation and to allow proper concrete placement. During construction, the level of the mineral slurry in the shaft excavation shall be maintained at a level not less than 4 feet above the highest expected piezometric pressure head along the depth of the shaft. In the event of a sudden significant loss of slurry to the hole, the construction of that foundation shall be stopped until either a method to stop slurry loss or an alternative construction procedure has been approved by the Engineer. The mineral slurry shall be premixed thoroughly with clean, fresh water. Adequate time, as prescribed by the mineral manufacturer, shall be allotted for hydration prior to introduction into the shaft excavation. Slurry tanks of adequate capacity shall be required for slurry circulation, storage, and treatment. No excavated slurry pits shall be allowed in lieu of slurry tanks. No mixing of slurry shall be allowed in the drilled shaft excavation. Slurry shall not stand for more than four hours in the excavation without agitation. If this is not possible, excavation sidewalls shall be cleaned to remove filter cake and the slurry tested for compliance with Table 6-13.3.3(A). Slurry density shall be increased by adding barite only when sodium bentonite is the mineral. Desanding equipment shall be provided by the Contractor as necessary to control slurry sand content within the acceptable values shown in Table 6-13.3.3(A) at any point in the bore hole. Desanding will not be required for setting casing. The Contractor shall take all steps necessary to prevent the slurry from "setting up" in the shaft. Such methods may 31 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street include agitation, circulation and/or adjusting the properties of the slurry. The Contractor shall dispose of all slurry off site at an approved disposal site. TABLE 6-13.3.3(A) (Sodium Bentonite or Attapulgite in Fresh Water) Range of Values* At Time of Property, Introduction of In Hole at Time of Units Slurry Concreting Test Method Density, (pcf) 64.3 - 69.1 64.3 - 75.0** Density Balance Yield Point, Bentonite pascals 1.25 - 10 10 Maximum Rheometer Attapulgite 2 - 15 15 Maximum Rheometer or Viscosity, seconds/quart 28 - 45 28 - 45 Marsh Cone pH 8 - 11 8 - 11 pH Paper or pH Meter Sand Content, API Sand % by volume 0 - 4 0 - 10 Content Kit Above 68 degrees F 85 pcf maximum when using Barite 6-13.3.3(B) Slurry Inspection and Testing The Contractor shall have suitable apparatus available at the site capable of obtaining slurry samples at any depth within the drilled shaft excavation. All equipment required for the tests specified in this section shall be provided by the Contractor, and the tests shall be performed by the Contractor under the observation of the Engineer. Control tests using suitable apparatus shall be carried out by the Contractor on the mineral slurry to determine density, viscosity or yield point, pH and sand content. A range of values for those physical properties is shown in Table 6-13.3.3(A); but, in all cases, at least the minimum value necessary to achieve borehole stability shall be utilized. Tests to determine density, viscosity or yield point, and pH value shall be done by the Contractor during the shaft excavation to establish a consistent working pattern. A minimum , of four sets of tests shall be made during the first eight hours of slurry use. When the results show consistent behavior, the testing frequency may be decreased to one set every four hours of slurry use. 32 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street The Contractor shall ensure that heavily contaminated slurry suspension, which could impair the free flow of concrete, has not accumulated in the bottom of the shaft. Prior to placing concrete in any shaft excavation, the Contractor shall take slurry samples using a sampling tool suitable for recovery of slurry samples at any desired elevation in the excavation. Slurry samples shall be extracted from the base of the shaft and at 10 feet up the shaft urvtil samples produce acceptable values for density, viscosity or yield point, pH, and sand content. When any slurry samples are found to be unacceptable, the Contractor shall take whatever action is necessary to bring the mineral slurry within specification requirements. Concrete shall not be placed until resampling and testing results produce acceptable values. Reports of all tests required above, signed by an authorized representative of the Contractor, shall be furnished to the Engineer on completion of each drilled shaft. The use of slurry wall shall meet all applicable requirements of water quality and environmental standards. 6-13.3.4 Integrity Testing Drilled shaft excavation inspections shall be performed by the Contractor and will be reviewed by the Engineer. The Contractor shall provide suitable equipment and facilities to perform the required inspections so that the Engineer may evaluate completed excavations for correct alignment and dimensions. Reinforcing steel and concrete shall not be placed in the drilled shaft excavation until the Engineer has made an evaluation and given approval. Each drilled shaft foundation completed by a wet excavation method shall be inspected by means of a gamma-gamma logging device or by cross-hole sonic logging survey. The Contractor shall furnish and install 2-1/2-inch, Schedule 80 PVC pipe for gamma-gamma logging, or 2-inch, schedule 40 black steel pipe for cross-hole sonic logging. The pipe shall be joined to provide a clean and unobstructed opening from the top of the drilled shaft foundation to within 1 foot of the tip in accordance with the details shown on the Plans. The PVC pipe shall be capped top and bottom, filled with water, and securely tied to the reinforcing steel in a straight line to prevent displacement during handling and concrete placement and to permit the logging device to pass from top to bottom. The black steel pipe shall not require water filling. The pipe shall be secured to the inside of the reinforcing cage. The Contractor shall provide the testing equipment, perform the inspection, and furnish test results to the Engineer. If the testing indicates the presence of voids, intrusions or zones of unconsolidated concrete in the drilled shaft foundation, or if the Engineer determines that construction defects may have occurred, or if testing cannot be performed because of blockage of the tubes, the Contractor shall core-drill or otherwise determine the extent of any defects in the concrete as approved by the Engineer. The Contractor shall repair, replace or supplement the defective work in a manner approved by the Engineer, at no additional cost to the Owner. After all inspection has been completed, all holes and test pipes in all drilled shaft foundations shall be filled with an approved grout. �' 33 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest27th Street to Southwest 16th Street 6-13.3.5 Reinforcing Steel, Cage Construction and Placement The reinforcing steel cage for the drilled shaft, consisting of longitudinal bars and spiral hooping or lateral ties shall be completely assembled and placed into the shaft as a unit. The reinforcing steel unit shall not be placed until immediately before concreting operations are to be started and shall be placed in accordance with the details shown on the Plans. The reinforcing cage shall be adequately supported and anchored from the top to prevent movement from the required location during and for four hours after completion of concrete placement. The rebar cage shall not rest directly on the bottom of the excavation. Spacers shall be at sufficient intervals along the shaft to ensure concentric location of the reinforcing cage for the entire length of shaft. Only spacers approved by the Engineer shall be allowed. If the shaft is lengthened and the Plans indicate full depth reinforcement, the Engineer shall be notified to determine if extension of the reinforcement is needed. The Engineer will provide details for additional reinforcing if required. Such additional reinforcing will be paid for in accordance with Section 1-04.6. The Contractor shall submit a written request to the Engineer for approval of any variation from the splices for reinforcing steel specified in the contract documents. All reinforcing cages shall be fabricated and supported to avoid damage during the lifting and placing. Any temporary bracing and supports shall be removed prior to final placement. 6-13.3.6 Concrete Placement 6-13.3.6(A) General The Contractor shall begin placement of concrete within 4 hours after the completion of the ' drilled shaft excavation. All concrete shall be placed in accordance with Section 6-02 and as specified herein. Unless otherwise specified in the project documents, or as directed by the Engineer, the slump shall be between 5 and 6 inches for dry, uncased excavations. For all others, the concrete slump shall be 8 ± 1 inch at the time placement begins. Prior to concrete placement, the Contractor shall make all necessary arrangements to assure the uninterrupted delivery of concrete so that all drilled shaft foundations will be constructed without cold joints. During concrete placement, from start to finish, the rate of rise of the top of concrete in the drilled shaft shall be at least 40 feet per hour. Tremie downpipes and pump pipes shall be made of steel; no aluminum shall be allowed. The inside diameter of the tremie pipe shall be at least 10 inches. The inside diameter of the pump pipe shall be at least 5 inches. 6-13.3.6(B) Placement in Dry Excavations For placement in dry excavations, concrete may be placed by free fall except in cohesionless soils or where other caving conditions exist. The Contractor shall prevent concrete from striking either the reinforcing cage or excavation side walls during free fall. Where free fall cannot be used, concrete shall be placed through a suitable clean downpipe. Concrete vibration for the full height of the shaft is not necessary to achieve proper consolidation of the concrete. However, the shafts shall be vibrated in the top 10 feet. 34 �� Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street For dry shafts, the maximum depth of water in the bottom of the drilled shaft excavation at the time of concrete placement shall be 3 inches. 6-13.3.6(C) Placement under Slurry or Water Concrete shall be placed by tremie methods or by pumping. Care shall be taken to ensure that all the fluid and suspended solids are expelled from the excavation during concrete placement. If concrete is placed by pumping, it shall be in accordance with the requirements of Section 6-02.3(6)B. The Contractor's installation plan shall demonstrate the procedures used to determine when the tremie pipe is to be raised during concrete placement. The procedure shall assure that the opening of the tremie pipe will be deeper than 5 feet below the surface of the concrete at all times, and that a void will not be created by lifting the tremie when there is insufficient head of concrete. A rapid raising or lowering of the tremie will not be permitted. In order to prevent contamination of concrete placed initially, the lower end of the pump or tremie pipe shall be provided with either a valve, sealable cap, or plug ("pig"). The discharge end shall be placed at the bottom of the excavation prior to commencement of concrete placement. If a plug is used, it shall be inserted at the top after the pipe has been set in place. Concrete shall then be placed by pushing the plug ahead, separating the concrete from the drilling fluid. Only when the tremie pipe is completely filled shall the open end be lifted off the bottom. The first portion of the concrete flow that comes to the top of the shaft shall be displaced out of the shaft excavation until clean, fresh concrete is expelled. Slurry ejected during concrete placement may be reused provided that it is screened to remove gravel chips or other granular materials, and providing the slurry meets acceptance !� criteria. Slurry to be discarded shall be disposed of in a manner approved by the Engineer. Concrete placed under slurry or water shall not be vibrated, except that the top 5 feet of the shaft shall be vibrated after the slurry or water and contaminated concrete have been totally expelled from the shaft. If temporary casing is used, the vibration shall occur after the casing has been removed. 6-13.3.7 Casing Removal During removal of any casing, a sufficient head of not less than 5 feet of fluid concrete in the tremie pipe shall be maintained above the level of concrete in the shaft (outside the tremie pipe), except at the top of the shaft. All contaminated concrete shall be removed from the shaft. Temporary casings shall be removed while the concrete slump is a minimum of 4 inches. The Contractor shall maintain a minimum 5-foot head of concrete in the casing as it is being removed. Movement of the casing by exerting downward pressure and tapping to facilitate extraction, or extraction with a vibratory hammer will be permitted. Casing extraction shall be at a slow, uniform rate with the force in-line with the shaft axis. Rolling spacers for reinforcing steel shall be used when the casing is to be pulled after concrete placement. Due care shall be exercised to prevent upward movement of the shaft concrete and reinforcing steel during casing extraction. Upward movement beyond 1 inch, excluding movement due solely to tension on the top anchoring system, may indicate serious concrete 35 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street separation or necking problems at the bottom of the casing. The Contractor shall be responsible for corrective action which may include leaving the casing in place and compensating for the loss of frictional capacity in the resulting cased zone. 6-13.4 Measurement Soil excavation for shaft, including haul will be measured by the cubic yards of shaft excavated. The cubic yards shall be computed by the shaft outside diameter and the top of the ground line to bottom elevations shown in the Plans. Concrete Class 4000W for shaft will be measured by the cubic yards of concrete in place. The cubic yards shall be computed by the shaft diameter shown in the Plans and the shaft top and bottom elevations shown in the Plans or as directed by the Engineer. 6-13.5 Payment Payment shall be made for each of the following bid item(s): Soil Excavation for Shaft Incl. Haul - 6 Foot Diameter Per Cubic Yard Conc. Class 4000W For Shaft Per Cubic Yard Removal of Shaft Obstruction Force Account The unit contract price per linear foot for "Soil Excavation for Shaft Incl. Haul 6 Foot Diameter" shall include all costs associated with the excavation and stabilization of the open shaft and removal of the stabilization system. Stabilization of the open shaft includes, but is not limited to, furnishing and installation of temporary casing, and use of slurry. Removal of the stabilization system includes, but is not limited to removal of temporary casing and disposal and/or reuse of slurry. No additional payment shall be made for metal casing that is left in place. The unit contract price per cubic yard for "Conc. Class 4000W for Shaft' shall be full compensation for all material, labor, tools, and equipment required to complete the work as specified. The unit contract price per pound for "Steel Reinforcing Bar" shall be paid per Section 6-02.5 of the Standard Specifications and these Special Provisions and shall be full compensation for the furnishing and installation of the reinforcement. Removal of unexpected obstruction shall be paid for by force account in accordance with Section 1-09.6. Obstructions shall be defined as either material or objects of excessive dimension which could not be reasonably inferred from the geotechnical and foundation report. Drilling tools which are lost in the excavation shall not be considered obstructions. For the purpose of providing a common proposal for all bidders, and for that purpose only, the Owner has estimated costs for "Removal of Shaft Obstruction" and arbitrarily entered the amount in the proposal, which shall then become a part of the total bid by the Contractors No separate payment shall be made for excavations made to create a work bench or to reach the top of drilled shaft elevations other than that shown in the Plans for Structure 36 i Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street Excavation Class A. Any such excavations shall be considered for the Contractor's benefit and shall be considered incidental to the various bid items. i �r 37 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS 7-04.1 Description (Supplement) The Contractor shall remove the existing outlet valve, cut a length of pipe from the existing outlet pipe, and reinstall the outlet valve. The construction requirements for this work are described in Section 7-04.3(2) of these Special Provisions. Storm sewer laterals shall be capped and staked for future extension where shown on the plans. 7-04.2 Materials (Supplement) Materials shall meet the requirements of the following sections: Ductile Iron Storm Sewer Pipe - 12 and 18 inch diameter 9-05.13 Ductile Iron Storm Sewer Pipe - 24 inch diameter 9-30.1(1) i Debris Barrier 2 - 24 inch diameter shall meet the material requirements of City of Renton Standard Plan B048. Location wire shall be 12 gauge, insulated, solid-copper wire. 7-04.3 Construction Requirements (Supplement) 7-04.3(2) Adjust Storm Water Outfall Valve (New) During the excavation and construction of Wall H, the Contractor shall support the existing pipe and valve. The Contractor shall be responsible for repairing any damage to the pipe or valve resulting from the Contractor's operations. The Contractor shall construct a concrete collar as shown on the Plans during the construction of wall H. After completion of Wall H, the Contractor shall remove the existing valve from the outfall pipe. This shall be done when there is little or no flow through the outfall pipe. Approval shall be obtained from the Engineer, prior to removing the valve. The Contractor shall neatly cut the existing pipe as shown in the Plans, or as directed by the Engineer. The Contractor shall then construct riprap as shown on the Plans, and reinstall the valve on the outlet pipe. 7-04.3(3) Stake Pipe End (New) Stake pipe ends where shown on the plans. Pipes shall be staked by laying location wire one foot above the crown for the full length of the storm sewer pipe. After the pipe is capped, a steel reinforcing bar shall be placed against the cap which when buried, will come up to an elevation 6 inches shy of finish grade. 7-04.4 Measurement (Supplement) Debris Barrier 2 - 24 inch diameter shall be measured per Each installed. Cap Pipe End shall be measured per Each installed. 38 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Stake Pipe End shall be measured per Each installed. 7-04.5 Payment (Supplement) Payment shall be made for the following bid item(s): Adjust Storm Water Outfall Valve Per Lump Sum Ductile Iron Storm Sewer Pipe - 12 inch diameter Per Linear Foot Ductile Iron Storm Sewer Pipe - 18 inch diameter Per Linear Foot Ductile Iron Storm Sewer Pipe - 24 inch diameter Per Linear Foot Debris Barrier 2 - 24 inch diameter Per Each Cap Pipe End Per Each Stake Pipe End Per Each The contract bid price for "Adjust Storm Water Outfall Valve" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. The unit contract price for "Ductile Iron Storm Sewer Pipe" shall be full compensation for all labor, materials (including fittings), tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. The per Each unit contract price for items above shall be full compensation for all labor, materials (including fittings), tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.2 Materials (Supplement) Concrete shall be Class 4000 unless otherwise noted. ' 7-05.3(5) Catch Basin Type 2 - 72" dia. w/Baffle (New) Description The 72" diameter type 2 catch basins at station 15+61.0 and 25+50 are designated catch basins with baffle. Work for these catch basins shall conform to the Renton Standards for catch basins and shall also include construction of a pre-cast baffle wall within each catch basin as dimensioned in the Plans. Materials Materials shall meet the requirements of Section 7-05.2. Construction Requirements Construction requirements shall meet the requirements of Section 7-05.3 and Renton Standard Plan B027.1, with the addition of the baffle wall. 39 Oakesdale Avenue Southwest Extension SPECIAL. PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street 7-05.3(6) Catch Basin Type 2 - 72" dia. w/Flow-Through Pipe (New) Description The 72" diameter type 2 catch basin at station 30+09 is designated catch basin with flow- through pipe. Work for this catch basin shall conform to the Renton Standards for catch basins and shall also include installation of a ductile iron pipe through the catch basin as detailed in the Plans. Materials Materials shall meet the requirements of Section 7-05.2. Construction Requirements Construction requirements shall meet the requirements of Section 7-05.3. The catch basin shall be constructed in accordance with Standard Plan BUT with the addition of a continuous 12-inch ductile iron pipe constructed through the catch basin. The goal of this ductile iron "flow-through" pipe is to convey off-site runoff under the street without entering the on-site drainage system at a location where there is a vertical conflict between the on and off-site systems. 7-05.3(7) 'Water Quality Ponds (New) Description This work shall consist of all work necessary to construct the two proposed water quality ponds and dispersal V-ditches. Materials Soil Amendment& Seeding Section 8-01 Quarry Spalls I Renton Standards 9-13.6 Crushed Surfacing Top Course Section 9-03.9(3) Sand Section 9-03.13 Construction Requirements Ponds shall be excavated as detailed on the Plans, including over-excavation needed for placement of quarry spalls on bottom and access road, and topsoil placement on side slopes. Excavation shall be performed and paid for in accordance with Section 2-03. Quarry spalls shall be placed to a depth of 12 inches on the pond bottom and access roads where indicated in the Plans. A four-inch deep layer of sand shall be placed loosely over the quarry spalls on the pond bottom and access ramps (submerged portions only). Settlement of the sand in to the quarry spalls is anticipated. Finish grading is not required. Crushed rock surfacing top course shall be placed to a compacted depth of four inches on the access roads per Section 4-04.3. Topsoil shall be placed on pond and V-ditch side slopes, and in the areas of the pond bottom 40 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street where quarry spalls are not being placed in accordance with Section 8-01.3. Topsoil may be obtained from strippings from the pond and wetland construction areas. Additionally, soil amendment and seeding per Section 8-01 and planting per Section 8-02 are required. Culverts between the ponds and dispersal V-ditches shall be constructed per Section 7-02 of the Renton Standards, with the exception that all costs for installing the culverts shall be incidental to the lump sum contract price of the ponds. Quarry spall pads shall be installed at the ends of the culverts and along the crest of the V- ditches as dimensioned in the Plans. Quarry spall pads for culvert ends shall extend to the toe of the pond side slopes. Bollards for the pond access road of the northern pond shall be installed per standard plans H019 and H020. The center two bollards shall be type 1 (removable) and the outer two bollards shall be type 2 (fixed). 7-05.3(8) Water Quality Vault (New) Description This work shall consist of constructing the water quality vault and associated appurtenances, excluding Shoring or Extra Excavation Class A and Class B Including Haul. Materials Concrete Class 4000. 90-degree Elbow 90-degree elbow fitting for outlet pipe to meet requirements of AASHTO M294. Shear Gate Renton Standard plan B033 36"Ring and Slotted, Locking Cover Renton Standards 9-05.15 (metal castings). 36" ring and slotted, locking cover shall be Inland Foundry 720-2G or approved equal. Cover shall be 3-bolt locking. Sealant ASTM C920-87; Type S; Grade NS; Class 25; Use NT, M and A. Construction Requirements Excavation and backfill for the water quality vault shall be per section 2-09 of the Renton Standards. Excavated material shall be placed in lieu of gravel borrow as roadway fill if it meets the requirements of Section 9-03.14. The concrete vault shall be constructed in accordance with the structural plans and the construction requirements as described and applicable in Section 7-05.3. Access ladders shall be installed per standard plan B027 (type 2 catch basin). A 90-degree elbow shall be installed on 12-inch outlet pipe, with a hole drilled on the top, as detailed in the Plans. 41 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street A shear gate and lift rod shall be installed on the 8-inch diameter maintenance drain per standard plan B033. 7-05.5 Payment (Supplement) Payment shall be made for the following bid item(s): Catch Basin Type 2 - 72" dia. w/Baffle Per Each Catch Basin Type 2 - 72" dia. w/Flow-Through Pipe Per Each Water Quality Ponds Lump Sum Water Quality Vault Lump Sum , The contract bid price for "Catch Basin Type 2 - 72" dia. w/Baffle" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents for installing the catch basin with the interior wall. The contract bid price for "Catch Basin Type 2 - 72" dia. w/Flow-Through Pipe" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents for installing the catch basin and flow-through pipe within 2 feet of the structure. The contract bid price for "Water Quality Ponds" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents for water quality ponds and dispersal V-ditches, including access ramps, bottom armoring, quarry spall pads, topsoil, seeding, plantings, culverts, bollards, and all other incidental work. Clear and Grub and Water Quality Pond Excavation Including Haul are bid separately. The water quality ponds contain approximately the following quantities of materials: 18" Dia. LCPE Culvert 30 LF 24" Dia. LCPE Culvert 40 LF Quarry Spalls 307 TONS >� Sand 85 CY Crushed Surfacing Top Course 35 TONS Bollards, fixed 2 EA Bollards, removable 2 EA The quantities are listed only for the convenience of the Contractor in determining the volumes of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. No adjustments other than for approved changes shall be made in the lump sum contract price for the water quality ponds even though the actual quantities required may deviate from those listed. The contract bid price for "Water Quality Vault' shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents for the water quality vault, including excavation and backfill, cast-in- place concrete vault, access risers, cast metal rings and covers, shear gate, 90-degree bend, , 42 , Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street two outlet pipes to connection with the existing catch basin, inlet pipe measured two feet outside of the vault, and all other incidental work. Shoring or Extra Excavation Class A Including Haul and Shoring or Extra Excavation Class B Including Haul are bid separately. The water quality vault contains approximately the following quantities of materials: Structure Excavation Class A Incl. Haul 342 CY Gravel Backfill for Foundations 17 CY Gravel Backfill for Wall 76 CY Concrete Class 4000 85 CY Steel Reinforcing Bar 9,716 LB 12" Dia. LCPE 75 LF 902 12" Dia. LCPE Elbow with Drill Hole 1 EA Connection to Ex. SDMH 2 EA 8" Dia. Shear Gate with Control Rod 1 EA 8" Dia. LCPE 73 LF Structure Excavation Class B Incl. Haul 44 CY Gravel Backfill for Trench 41 CY 36" Dia. Access Risers with Ladders 2 EA Gravel Borrow Including Haul 61 TON The quantities are listed only for the convenience of the Contractor in determining the volumes of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. No adjustments other than for approved changes shall be made in the lump sum contract price for the water quality vault even though the actual quantities required may deviate from those listed. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches (Schedule "C" only) (Supplement) It shall be the full responsibility of the Contractor to design and implement a trench dewatering system for the installation of the sanitary sewer stubs. The Contractor shall submit a trench dewatering plan, stamped by a State of Washington Licensed Engineer, for review and acceptance by the City prior to beginning excavation work for the sanitary sewer stubs. A geotechnical report is available for the Contractor's use. All costs associated with the design of a dewatering system shall be included in the bid item "Dewatering". Measurement for trench dewatering will be based on a percentage defined by the amount of pipeline installed, divided by the total length of pipe shown to be installed. Payment for "Dewatering" will be made at the measured percentage amount for the pay period, times the lump sum amount bid. Said payment shall be complete compensation for all design, furnishing, installation, and operation of trench dewatering necessary to keep the excavation free from water as required in the Specifications. The price shall also cover the complete cost of disposal of the water, removal of all dewatering equipment, and restoration of lands used for the purposes of dewatering. 43 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A -Southwest 27th Street to Southwest 16th Street DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description (Supplement) This work consists of 4 types of erosion control seeding: 1) roadway related seeding, 2) future roadway area seeding, 3) upland seeding, and 4) constructed wetland seeding. The work generally includes placement of topsoil, topsoil amendment, tilling, liming, and seeding. 8-01.1(1) Roadway Related Seeding (New) Roadway Related Seeding consists of the shoulders, sideslopes, and ditches shown on the roadway cross section drawings A through D except for areas shown as "Future Construction" 8-01.1(2) Future Roadway Seeding (New) Future Roadway Seeding consists of the area between Station 15+25 to Station 36+00 shown as "Future Construction" on the roadway cross section drawing A. 8-01.1(3) Upland Seeding (New) Upland Seeding consists of all areas shown on the drawings as "Uplands Seeding" and all other disturbed areas not specifically shown as receiving other surface treatments including areas disturbed by construction activities related to the project outside of the right-of-way and clearing limits shown on the drawings. 8-01.1(4) Constructed Wetland Seeding (New) Constructed Wetland Seeding consists of those areas shown on the drawings as "Forested/Scrub Shrub Zone". No seeding shall occur in areas shown on the drawings as "Emergent Zone". 8-01.2 Materials (Supplement) Straw Mulch shall meet the specifications of section 9-14.4(1). Liming type, application rate, and method of application shall be determined following topsoil and topsoil amendment analysis. The Contractor shall submit topsoil and topsoil amendment testing analysis, and recommendation to the Engineer. Soil amendment shall conform to the following: Soil Amendment shall contain composted plant waste material derived from the aerobic decomposition of recycled plant waste and has been composted for two years. The composted plant waste shall have a moisture content such that no visible free water or dust is produced when handling the material. Acceptance of Soil Amendment shall be based on the following submittals by the Contractor: 44 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 1) Request for Approval of Material Source. 2) A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-304 (The Minimum Functional Standards). 3) Certification by the Contractor that the material meets the standards for Grade AA Compost as specified in the Guidelines for Compost Quality published by the Washington State Department of Ecology, or equivalent standards specified in superseding editions and amendments. 4) Certification by the Supplier that the compost products originate 100% from recycled plant waste. A maximum of 35% by volume of other approved organic waste may be substituted upon approval from Engineer. All materials shall be composted and conform to the physical criteria listed above. The certifications shall list the feedstock present in the final compost product in order of content of a dry weight basis, from most to least. The Engineer shall accept Soil Amendment based on the permit and certification provided with each shipment and may sample the delivered material for conformance to physical criteria. 8-01.2(1) Roadway Related Seeding (New) Roadway Related Seeding includes placing a 4" depth of Topsoil Type A and seeding with Erosion Control Hydroseed Mix. 8-01.2(2) Future Roadway Seeding (New) Future Roadway Seeding includes seeding with Erosion Control Hydroseed Mix only. 8-01.2 3 Upland Seeding (New) ( ) p 9 ) Upland Seeding includes placing soil amendment and seeding with Erosion Control Hydroseed Mix. 8-01.2(4) Constructed Wetland Seeding (New) Constructed Wetland Seeding includes placement of soil amendment and seeding with Wetlands Seed Mix. 8-01.2 5 Erosion Control Hydroseed Mix New O Y (New) S gcies: % Pure Live Seed By Weight: Festuca rubra 40 Creeping Red Fescue Lolliunn perenne 40 Perennial Rye Argostis Tenuis 10 highland bent grass Trifolium Repens 10 white clover 45 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street 8-01.2(6) Wetland Seed Mix (New) Wetland seed mix for wetland mitigation seeding shall be of the following composition, proportion, and quality: Species: % Pure Live Seed By Weight: Glyceria occidentalis 30 western manna grass Beckmannia syzigachne 30 Slou h rass Deschampsia cespitosa 30 tufted hair grass Festuca rubra 10 native red fescue The Contractor shall submit for approval as described in Section 9-14.2. 8-01.3 Construction Requirements 8-01.3(2)D Soil Amendment Placement (New) Soil Amendment placement shall conform to Section 8-02.3(10) except as follows: The Contractor shall notify the Engineer at least five working days prior to the start of Soil Amendment work. Prior to placement of Soil Amendment, application methods shall be approved by the Engineer. Following grading, a 6-inch depth of Soil Amendment shall be spread evenly over the graded surface. After placement, the Contractor shall incorporate the 6-inch layer of Soil Amendment uniformly into the existing soil to a depth of 10 inches by disking, rototilling, or other methods as approved by the Engineer. Soil Amendments shall not be placed when, in the opinion of the Engineer, a condition detrimental to successful application and incorporation exists. All materials shall be incorporated within a maximum of 48 hours after each placement over existing soil. 8-01.3(4)C Liming (Supplement) Existing soil and soil amendment shall be tested by a soil testing laboratory for pH prior to placement of soil amendment. Soil testing lab shall determine size and number of soil samples required. Soil testing lab will analyze soil samples and provide recommendations for the type of lime, application amount, application rate and application method. Engineer shall grant final approval of soil testing lab recommendations. 8-01.3 4O D Constructed Wetland Seeding (New) ) Following wetland planting, Contractor shall perform wetland seeding where shown on Plans or where designated by the Engineer. 46 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Wetland Seed Mix shall be applied by hand at the rate of 20 pounds per acre in wetland mitigation site outside of plant communities designated on Plans. No fertilizer shall be 1 included in the seed mix. 8-01.3(4)E Erosion Control Hydroseeding (New) Following soil amendment, liming and final grading of areas within and adjacent to the road right-of-way, Contractor shall perform erosion control hydroseeding. Erosion control seed mix shall be applied at the rate of 80 pounds per acre. 8-01.3(5) Mulching (Supplement) Straw Mulch shall be applied at a rate of 2,000 pounds per acre, and at a thickness not less than 2 inches. From October 1 through April 30, Straw Mulch shall be applied to any unworked soil not covered in Section 8-01.3(8) of these Special Provisions that will remain exposed for more than two days. From May 1 through September 30, Straw Mulch shall be applied to any unworked soil not covered in section 8-01.3(8) of these Special Provisions that will remain exposed for more than seven days. The Contractor should be cautioned, however, that these time limits are minimum requirements, and that additional and/or more frequent measures may be required by the Engineer. Should the Straw Mulch become damaged or otherwise not conform to these Special Provisions due to rainfall, wind or other natural occurrence, the Contractor shall re-apply and re-anchor the Straw Mulch. 8-01.3(8) Placing Jute Matting, Erosion Control Blanket or Clear Plastic Cover (Supplement) Clear Plastic Cover meeting the requirements of Section 9-14.5(3) of the Standard Specifications shall be placed over any exposed soil within one hundred feet of the centerline of Springbrook Creek (as shown on the Plans) at the end of each working day until erosion control blanket or permanent cover is installed. Clear Plastic Cover shall also be applied to any stockpiled fill or waste material under the same stipulations of the second paragraph of section 8-01.3(5) of these Special Provisions. 8-01.3(12) Stabilized Construction Entrance (New) This work shall consist of providing Stabilized Construction Entrances and Tire Washes in accordance with the Plans, the approved Contractor's Temporary Water Pollution/Erosion Control Plan Addendum, and these Special Provisions. Stabilized Construction Entrances shall be provided at each location where construction vehicles exit the site. If construction vehicles continue to track sediment onto roadways after construction of the Stabilized Construction Entrances, Tire Washes shall be constructed where directed by the Engineer. The Stabilized Construction Entrances shall be constructed in accordance with the Plans, the approved Addendum, and these Special Provisions. The Contractor shall operate the Stabilized Construction Entrances in a manner acceptable to the Engineer. 47 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS , Phase 1A -Southwest 27th Street to Southwest 16th Street 8-01.3(13) Storm Drain Inlet Protection (New) The Contractor shall provide temporary storm drain inlet protection at all inlets made operable during construction in accordance with the Plans, the approved Addendum, and these Special Provisions. The Contractor shall place welded wire mesh on the underside of the catch basin grate, and wrap the grate with construction geotextile. Welded wire mesh shall be two by two inches by 12-gauge commercial quality. If more than one strip of welded wire mesh is necessary, the strips shall be overlapped three inches. Construction Geotextile shall meet the requirements described in Section 2-12 for Construction Geotextile for Temporary Silt Fence of the Standard Specifications and herein. Temporary storm drain inlet protection shall be monitored at least weekly for performance and sediment accumulation, as well as after each rainfall producing runoff. If the construction geotextile becomes clogged, the Contractor shall replace it. If sediment should accumulate in the inlet sump, the Contractor shall remove it when it reaches one-half the sump depth. When the temporary storm drain inlet protection is no longer required, as determined by the Engineer, the Contractor shall remove the materials and replace the catch basin grate to the satisfaction of the Engineer. All removed material and debris shall become the property of the Contractor, and shall be removed from the project. 8-01.4 Measurement (Supplement) Stabilized Construction Entrance shall be measured per each for each complete installation. Storm Drain Inlet Protection shall be measured per each for each complete installation. Roadway-Related Seeding shall be measured by the acre installed complete in place including Topsoil Type A. Future-Roadway Seeding shall be measured by the acre installed complete in place. Upland Seeding shall be measured by the acre installed complete in place including Topsoil Amendment. Constructed-Wetlands Seeding shall be measured by the acre installed complete in place including Topsoil Amendment. Liming shall be measured by the acre installed and shall include all costs incurred for topsoil testing and topsoil amendment testing and analysis. Clear Plastic Covering shall be measured by the square yard of covering actually placed. 8-01.5 Payment (Supplement) Payment shall be made for the following bid item(s): Stabilized Construction Entrance Per Each 48 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Storm Drain Inlet Protection Per Each Roadway-Related Seeding Per Acre Future-Roadway Seeding Per Acre Upland Seeding Per Acre Constructed-Wetland Seeding Per Acre The unit contract price for "Straw Mulch" shall be full compensation for all labor, materials, tools, and equipment necessary to provide the straw mulch as shown on the Plans and specified herein, including reapplication in the event of failure. The unit contract price for "Stabilized Construction Entrance" shall be full compensation for all labor, materials, tools, and equipment necessary to provide the stabilized construction entrance as shown on the Plans and specified herein and for removal and disposal upon completion of the project. Construction geotextile for separation required for Stabilized Construction Entrance is included in the unit price for"Stabilized Construction Entrance." The unit contract price for "Storm Drain Inlet Protection" shall be full compensation for all labor, materials, tools, and equipment necessary to provide, maintain, and remove the inlet protection as shown on the Plans and specified herein. The unit contract prices for "Erosion Control Blanket' shall be full compensation for all labor, materials, tools, and equipment necessary to provide the erosion control blanket, as shown on the Plans and specified herein, including furnishing, testing, sewing, and repairing the blanket, if required. The unit contract prices for "Clear Plastic Covering" shall be full compensation for all labor, material, tools and equipment necessary to furnish and install the clear plastic covering. Payment for clear plastic covering shall be made on a one-time basis only, with no additional payment for uncovering or recovering of slope. 8-02 ROADSIDE PLANTING 8-02.1 Description (Supplement) This work shall consist of clearing and grubbing, soil amendment, installation of Contractor- furnished trees and shrubs in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Work also includes planting area weed control, and placement of fertilizer. 8-02.2 Materials (Supplement) Soil Amendment shall conform to Section 8-01. Fertilizer shall conform to Section 8-32.2. 8-02.3 Construction Requirements (Supplement) Clearing and Grubbing shall conform to Section 2-01. 49 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 8-02.4 Measurement (Supplement) Plant Materials shall be measured Plant Selection in Place and Establishment (PSIPE) for each plant type (tree, shrub) installed complete in place. Fertilizer shall be considered incidental to the installation of plant material. Soil Amendment shall be considered incidental to installation of upland seeding. 8-02.5 Payment Payment shall be made for the following bid item(s): PSIPE Trees Per Each PSIPE Shrubs Per Each PSIPE Emergents Per Each The unit contract price for all plant materials, as shown on the Plans, PSIPE for each plant type, shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to collect, store, and install each plant complete in place, and also including weed control within the planting area, planting area preparation, fine grading, fertilizing, mulching, plant establishment, and cleanup for the particular items as specified in the Plans and Specifications and as detailed in the Plans. 8-04 CURBS, GUTTERS, AND SPILLWAYS j 8-04.5 Payment (Supplement) The unit contract bid price for "Cement Conc. Barrier Curb and Gutter" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents including construction of depressed ' curb at driveway approaches and curb ramps, and all other incidental work. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(5) Thickened Sidewalk (New) Cement concrete sidewalk shall be 4" thick as per Standard Plan F-005.1, unless otherwise noted in the Plans or these Special Provisions. All cement concrete driveway approaches in this project shall be considered commercial approaches, and constructed with a thickened sidewalk section as shown in Standard Plan F-006. 8-14.5 Payment (Supplement) The unit contract bid price for "Cement Conc. Sidewalk" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents including, thickened sidewalk at commercial driveway approaches, and all other incidental work. 50 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 161h Street 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 Description (Supplement) The work to be performed shall consist of furnishing and installing roadway illumination systems along Oakesdale Avenue SW from SW 27th Street to SW 16th Street; furnishing and installing conduits and junction boxes under the bridge deck for future illumination systems for the trail and at the intersection of Oakesdale Avenue SW and SW 19th Street for future signal systems; furnishing and installing a new traffic signal system at the intersection of Oakesdale Avenue SW and SW 16th Street; and furnishing and installing a new traffic signal interconnect system on Oakesdale Avenue SW. The work to be performed shall include, but not be limited to, the following items: • Furnishing and installing vehicle signal heads and pedestrian signal heads, push buttons, and signs • Installing detector loops and lead-ins Furnishing and installing conduit and junction boxes • Constructing pole bases, controller bases and service cabinet bases • Furnishing and installing mounting for luminaire at the bridge • Furnishing and installing signal mast arms and poles with luminaire arms • Furnishing and installing luminaire poles with luminaire arms • Furnishing and installing pedestrian signal pole • Furnishing and installing luminaires, one with photoelectric control 0 Furnishing and installing emergency vehicle preemption detectors • Furnishing and installing wiring, fuses, ground rods and other electrical hardware as required by the Contract Documents • Furnishing and installing terminal cabinets with terminal strips • Furnishing and installing Fail Safe Monitors • Furnishing and installing electrical service cabinets with electrical service 0 Furnishing and installing signal interconnect wire and fire preemption detection cable 0 Furnishing and installing fiber optic interconnect cable which shall be Siecore Corp. Part number 08k82-31 1 21-00— Multimode 62.5/125. • Removing existing junction boxes and roadway luminaires, and delivering to the City of Renton signal shop • Removing and disposing of luminaire pole bases • Other work indicated in the Contract Documents 8-20.2 Materials 8-20.2(1) Equipment Lists and Drawings jSupplement) In addition to the requirements of Section 8-20.2(1) of the Renton Standards, the Contractor shall submit six shop drawings and/or catalog cuts for the following items: Signals • Traffic Signal Heads including mounting hardware • Pedestrian Signal Heads including mounting hardware • Preemption Detectors 9 Pedestrian Push Button Assembly 51 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street • Conduit • Junction Boxes • Wire and cable • Ground Rods • Ground Clamps • Fuse Kits • Terminal Cabinets • Signal Sequence Conflict/Voltage Monitors • Signal Cabinet • Service Cabinet • Photoelectric Control • Luminaire Fixtures Illumination • Luminaire for 250 watt HPS lamp • Luminaire for 400 watt HPS lamp • Ballast and lamp data for 2EC watt HPS • Ballast and lamp data for 400 watt HPS • Computer print-out of lighting system performance with luminaires operating on control circuit (0) with luminaires on control circuits (0) & A with luminaires on control circuits (0), A & B with luminaires on control circuits (0), A, B & C • Service cabinet complete with and control system components • Stainless steel junction boxes and covers • Device outlet boxes and covers • 480 volt Receptacles, plugs, and weatherproofing seal cover • Lighting control system programming instructions • Stainless steel hardware for luminaire mounting 8-20.3 Construction Requirements , 8-20.3(2) Excavating and Backfilling (Supplement) All work to be performed in accordance with Section 8-20.3(2) of the Renton Standards. Foundation dimensions shall be as shown in the Plans and in the Standard Plans, attached in Appendix E. 8-20.3(4) Foundations (SupplementIPevision) All work to be performed in accordance with Section 8-20.3(4) of the Renton Standards. Table 1 of the Renton Standards is revised to read: Type of Device Dimensions Street Light Pole 7' Deep x 3' Sq. or Dia. j Signal Pole up to 40' mast arm 14' Deep x 3' Sq. or Dia. Signal Controller See Detail Sheet 52 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS _Phase 1A -Southwest 27th Street to Southwest 16th Street Street Light Control Cabinet See Detail Sheet Special Base See Detail Sheet 8-20.3(5) Conduit (Supplement) All work to be performed in accordance with Section 8-20.3(5) of the Renton Standards. 8-20.3(6) Junction Boxes (Supplement) Junction box locations shown on the Plans are approximate. The exact location shall be marked in the field by the Contractor for the Engineer to review and approve prior to construction. Junction boxes should not be placed in curb ramps or areas subject to use by vehicular traffic. ' 8-20.3(9) Bonding, Grounding (Supplement) All work to be performed in accordance with Section 8-20.3(2) of the Renton Standards. 8-20.3(10) Service (Supplement) One new service cabinet containing a Type III system shall be furnished by the Contractor, and installed at the location(s) shown on the Plans. An existing service cabinet at the southeast corner of the Oakesdale Avenue SW and SW 16th Street intersection shall be modified as necessary for the new illumination elements to be serviced from that location. The combination service and control cabinet shall be marked with the service agreement letters and numbers. 8-20.3(11) Field Test (Supplement) All testing to be performed in accordance with the Renton Standards. 8-20.3(13) Illumination Systems 8-20.3(13)A Light Standards (Supplement) Luminaire poles shall be as shown on the Plans in Appendix D. 8-20.3(13)B Luminaires (New) All luminaires to be furnished and installed on this project shall meet the requirements of r Section 9-29 of the Renton Standards. The luminaires shall utilize a 250-watt, high pressure ■ sodium vapor light source, operating on 240 volt AC as manufactured by General Electric or equivalent approved by the Engineer. The luminaires shall have the following IES distribution pattern: Lateral: Type III Vertical: Medium Control: Cutoff 53 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 8-20.3(13)C Photoelectric Controls (New) One photoelectric control unit per illumination wiring circuit shall be installed. The photocell shall be mounted on the luminaire closest to the illumination contactor cabinet. 8-20.3(14) Signal Systems 8-20.3(14)A Signal Controllers (Supplement) One new signal controller and cabinet shall be furnished as part of this contract. The controller and cabinet shall conform to the requirements of Section 9-29.13 of the Renton Standards. In addition, the controller shall be a model 820A as manufactured by Multisonics, or equivalent approved by Engineer. New fail safe monitors (conflict monitors) shall be furnished and installed in traffic signal controller cabinets within the project limits. The new fail safe monitors shall conform to NEMA standards and shall be Model SSM-12LE as manufactured by Eberle Design Inc., or equivalent approved by Engineer. 8-20.3(14)B Signal Heads Pedestrian Signal Heads New pedestrian signal heads shall be furnished and installed on this project and shall be fiber optic type conforming to Section 9-29.20(1) of the Renton Standards. 8-20.3(14)E Signal Standards (Supplement) The mast arm traffic signal support structures shall be of the type and size shown on the Plans and detailed in Standard Plan J021. 8-20.3(18) Pedestrian Push Button Assemblies with Signs (New) The Contractor shall provide and install all pedestrian push button assemblies with signs as shown on Standard Plans J024 and J025. 8-20.3(19) Interconnect System (New) Fiber optic cable shall be installed such that the minimum bending radius shall not be less than that recommended by the manufacturer, and a single cable pull shall not have more than two 90-degree changes of direction. The Contractor shall use a dynamometer to ensure that tension in the cable does not exceed the cable manufacturer's maximum rating if a winch or pulling machine is used during installation. Hand pulls do not require monitoring. No residual tension shall remain in the cable after installation except that due to the cable's weight. Contractor shall provide a means to test attenuation of fiber after installation. Attenuation in any test shall not exceed cable manufacturer's typical specifications at 850nm/1300nm. 54 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 8-20.5 Payment (Supplement) Payment shall be made for each of the following pay items that are included in the proposal: Illumination System Complete (Oakesdale Avenue SW Per Lump Sum from SW 27th Street to SW 16th Street) Interconnect System Complete (Oakesdale Avenue SW at Per Lump Sum SW 16th Street) Traffic Signal System Complete (Oakesdale Avenue SW at Per Lump Sum SW 16th Street) The lump sum price for "Illumination System Complete" shall be for the complete system installed and operational, including but not limited to, removal, installation, and/or relocation of luminaires, luminaire poles, pole foundations, illumination cable, conduit, trenching and backfill, and junction boxes as indicated on the Plans. The lump sum price shall also include conduit, trenching, and backfill, and junction boxes associated with the future traffic signals at SW 27th Street, the Boeing driveway (approximately Sta. 36+75), and at SW 19th Street, as indicated on the Plans. The lump sum price shall also include mounting of luminaires on the bridge. Luminaire support associated with 6-inch x 6-inch x 18-inch junction box shall be incidental to the "Illumination System Complete". The lump sum price for "Interconnect System Complete" shall be for the complete system installed and operational, including but not limited to, installation of fiber optic and signal interconnect cables, conduit, and junction boxes. The lump sum price for "Traffic Signal System Complete" shall be for the complete system installed and operational, including but not limited to, installation of signal controller, controller cabinet, cabinet foundation, traffic signal poles, pole foundations, vehicle signal heads, pedestrian signal heads, street name signs, loop detectors, emergency vehicle pre- emption detectors, signal cable, conduit, trenching and backfill, and junction boxes associated with the traffic signal design at the intersection of Oakesdale Avenue SW/SW 16th Street as indicated on the Plans. The contract bid prices above shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including compaction as needed, and all incidental work. 8-22 PAVEMENT MARKING 8-22.3(8) Painted Preferential Lane Symbol (New) The Contractor shall install Preferential Lane Symbol with Bicyclist Symbol as per modified City of Renton Standard Plan H009 and modified detail L-28 of City of Seattle Standard Plan No. 722, attached in Appendix E of these Contract Documents. 8-22.4 Payment (Supplement) Payment shall be made for the following bid item(s): 55 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest27th Street to Southwest 16th Street Painted Preferential Lane Symbol Per Each The unit contract price per square foot for "Painted Preferential Lane Symbol' shall be full compensation for all material, labor, tools, and equipment required to complete the work as specified in the Plans and these Special Provisions. 8-28 MODULAR BLOCK WALL (New) 8-28.1 Description This work shall consist of furnishing and installing unreinforced and geogrid reinforced modular concrete block walls to the lines and grades designated on the Plans. The concrete blocks shall be "Keystone" brand or an approved equivalent. An equivalent proposed by Contractor must be approved in writing by Engineer prior to Contractor ordering the materials. Contractor shall submit design calculations and site-specific detailed construction drawings ' prepared and stamped by a Professional Engineer licensed in the State of Washington for review by Engineer for the proposed block wall system. The design shown on the construction drawings shall meet the minimum requirements specified on the Plans. 8-28.2 Materials A. Modular block units shall have minimum 28-day compressive strength of 3,000 psi in accordance with ASTM C-90. The concrete shall have adequate freeze-thaw protection with a maximum adsorption rate of 8 percent. Exterior dimensions shall be uniform and consistent. Maximum dimensional deviations shall be 1/2-inch (not including textured face). Units are required to have an average , facial area of 1.00 square feet. Modular block units shall provide a minimum of 100 pounds total weight per square foot of wall face area. Fill contained within the units may be considered 80 percent effective weight. Exterior faces shall be straight and have a split face texture. Contractor shall submit block unit samples for all colors available from manufacturer to the Engineer two weeks prior to ordering the materials. The Contracting Agency will select the color. The block unit color shall be gray if no alternate colors are acceptable to the Contracting Agency. Wall F shall be built with gray block units. Cap units shall be of the same material and color as the modular block units. They shall be half the height of the modular block units and have smooth top surfaces. B. Geogrid products shall be of high density polyethylene specifically fabricated for use as a soil reinforcement material. Geogrid shall have the property requirements as described by the manufacturer for that grade of material. 56 (Dakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street The product proposed to be used, and proposed installation methods shall be submitted for approval as part of the construction drawings, and must be approved in writing by Engineer prior to ordering the material. C. Gravel Backfill for Modular Block Wall shall be as specified in Section 2-09 of the Special Provisions. Unit Fill shall meet the following gradation requirements: Sieve Size Percent Passinq 1" 100 3/a" 100-75 No. 4 10-0 No. 50 5-0 D. Leveling pad material shall meet the requirements of Section 9-03.9(3) of the Standard Specifications for crushed surfacing base course. 8-28.3 Construction Requirements I The modular block wall shall be installed as shown on the Plans and in accordance with the approved construction drawings and the following provisions. Excavation Contractor shall excavate to the lines and grades shown on the Plans. Contractor shall use caution not to excavate beyond the lines shown, or to disturb the base material. Foundation Soil Preparation After excavation is complete, the Engineer shall examine the soil to determine if it meets the design strength expected. Soil not meeting the design requirements shall be removed and replaced with acceptable material in accordance with Section 2-09.3(1)C of the Standard Specifications, when directed by Engineer. Leveling Pad Place leveling pad material to the widths and depths shown on the Plans. Locate top of leveling pad to allow bottom wall units to be buried to the depths shown on the Plans. Compact leveling pad materials to provide a level hard surface on which to place the first course of units. Compaction shall be with a mechanical compactor to 95 percent of standard Proctor. Contractor may replace the top 3 inches of base with unreinforced concrete at no additional cost. Modular Block Unit Installation ' Place the first course of modular block units on the prepared leveling pad with the front edges tight together. Check the units for level and alignment as they are placed. Ensure that units are in full contact with the leveling pad. Take proper care to develop straight lines and smooth curves on leveling pad as shown on the Plans. Backfill all cavities in and around the block with unit fill. Backfill front and back of entire bottom row to firmly lock in place. Check again for level and alignment. Sweep all excess material from tops of units. Install next course of wall units on top of base row. Align modular blocks according to the Plans and the manufacturer's recommendations. Check each modular block for proper alignment, and level. Backfill remaining space behind second course as specified on the Plans and compact 57 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase fA - Southwest 27th Street to Southwest 16th Street to 95 percent of standard Proctor. Repeat process for each succeeding course. No more than two courses of block shall be dry stacked prior to placement of unit fill and backfill. Geogrid Installation Install modular block units to designated height of first grid layer, backfill, and compact behind wall. Cut geogrid to designed length and lay behind wall with cut edge of grid to top outside face of modular block with geogrid securely locked to modular block. Place next course of concrete blocks on top of grid and fill block cores to lock in place. Remove slack in grid and stake to maintain tension as specified by geogrid manufacturer. Lay geogrid at the proper elevation and orientation as shown on the approved construction drawings. Contractor shall verify correct orientation (roll direction) of the geogrid. Follow manufacturer's guidelines for overlap requirements of uniaxial and biaxial grids. Backfill Material shall be as specified on the Plans and in these Special Provisions. When constructing geogrid reinforced walls, soils used to backfill must comply with standards set by geogrid manufacturer. "Gravel Backfill for Modular Block Wall" shall be used to backfill to the limits shown on the Plans. Pla ,e, spread, and compact backfill in a manner that minimizes the development of wrinkles in and/or movement of the geogrid. Place backfill from the face of wall rearward to ensure that the geogrid remains tensioned. Tracked construction equipment shall not be operated directly on the geogrid. Minimum backfill thickness of 6 inches is required prior to operation of tracked vehicles over the geogrid. Keep turning of tracked vehicles to a minimum to prevent tracks from displacing the fill and damaging the geogrid. Rubber-tired equipment may pass over the geogrid reinforcement at slow speeds—less than 10 mph. Avoid sudden braking and sharp turning. Compact backfill to achieve 95 percent of standard Proctor. Only hand-operated compaction , equipment is allowed within 3 feet of the wall face. Contractor is fully responsible for achieving the specified compaction requirements. Engineer may direct Contractor to remove and correctly replace any material found to be not in compliance with these specifications, at Contractor's expense. Cap Units Installation The Contractor shall install cap units at Walls A, D, G, and H, or as directed by the Engineer. The caps shall be securely fastened to the modular block units with an adhesive approved by the unit manufacturer. 8-28.4 Measurement Modular block unit walls shall be measured by the square foot of completed wall face including the cap units and all buried courses. 8-28.5 Payment Payment shall be made for the following bid item(s): Modular Block Wall Per Square Foot 58 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street The unit contract price per square foot for "Modular Block Wall" shall be full compensation for all material, labor, tools, and equipment required to complete the work as specified, including 1 but not limited to modular block units, geogrid, unit fill and compaction, and leveling pad. The unit contract prices per cubic yard for "Structure Excavation Class A, including Haul", and per lump sum for "Shoring or Extra Excavation Class A" shall be paid per Section 2-09.5 of the Standard Specifications and these Special Provisions and shall be full compensation for all excavation and shoring required for the installation of modular block wall. The unit price per ton for "Gravel Backfill for Modular Block Wall" shall be paid per Section 2- 09.5 of these Special Provisions, and shall be full compensation for all backfill and compaction required for the installation of modular block wall. 8-30 PATH MODIFICATIONS (New) 8-30.1 Description This work shall consist of clearing and grubbing, grading, reconstruction of cedar bark and crushed cinder paths, and relocation of existing cedar bark benches as per the Plans and these Special Provisions. 8-30.2 Materials Crushed Cinders, Cedar Bark, Rebar Stakes, Cedar Logs and Cedar Log Benches shall all ' be from stockpile as per Section 2-02 of these Special Provisions. Treated 2X4's shall be as per 9-09.3. Geotextile shall be as per Section 9-33. Bolts, Nuts and Washers shall be as per Section 9-06.5 8-30.3 Construction Requirements The Contractor shall construct cedar bark and crushed cinder paths at locations shown in the Plans or as directed by the Engineer. Contractor shall coordinate schedule of path construction with the Boeing BCAG and Family Center Contractors. Where possible, Contractor shall reuse stockpiled materials from path removals. Upon completion of the work, the Contractor shall dispose of excess materials as per Section 2-03.3(7)C. 8-30.5 Payment 1 Payment shall be made for the following bid item(s): Path Modifications Per Lump Sum The following is a list of major work items and approximate quantities which shall be included in the Lump Sum price for Path Modifications: 8' wide Cinder Path Construction 231 LF 4' wide Cedar Bark Path Construction 20 LF 59 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA -Southwest 27th Street to Southwest 16th Street Log Bench Relocation 4 EA Trail Side Log Relocation 4 EA Fine Grading 6 CY The items and quantities are listed only for the convenience of the Contractor in determining the magnitude of work involved and are not guaranteed to be accurate. The prospective bidders shall review the plans thoroughly and verify all items and quantities before submitting a bid. No adjustments other than for approved changes shall be made in the lump sum contract price for Path Modifications even though the actual quantities required may deviate from those listed. The lump sum price for "Path Modifications" shall be full compensation for all labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents for the trail reconstruction, including excavation, fine grading, removing and resetting forest benches, construction of crushed cinder paths, construction of cedar bark path with cedar log edge, and all other incidental work. 8-31 SPRINGBROOK CREEK HABITAT IMPROVEMENTS (New) 8-31.1 Description This work shall consist of installation of live stakes and Contractor-furnished large woody debris in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Work under this Section is located at the north end of the project from approximately Station 43+00 to Station 671+15, both left and right of centerline. 8-31.2 Materials Large Woody Debris shall meet the following requirements: t Where shown on the drawings, large woody debris (LWD) shall consist of contractor supplied, western red cedar (Thuja plicata), cut to length, with roots mostly intact. All LWD shall be harvested live standing trees, 12 in. to 18 in. dbh. LWD shall be a minimum of 25 feet in length measured from the root crown. Branches shall not be removed prior to installation. The root system within a three foot radius of the tree shall be intact upon delivery to the site. Broken roots greater than 1 in. diameter shall be pruned and removed from the site. Excess soil shall be removed from the root mass prior to installation. Live Stakes shall conform to the following: Live Stakes shall be of the species listed in plant schedule on drawings. Minimum dimension t for Live Stakes shall be 3/8 in. dia. For Dogwood and '/2 in. dia. For Willow. Minimum length shall be 18 in. Live Stakes shall be taken from last year's growth and harvested while plant is dormant. Willow Live Stakes may be taken from upstream of the project site in locations as dictated by the City of Renton Surface Water Division. The Contractor shall furnish source of Live Stakes for Dogwood. 60 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Live Stakes shall be planted within forty-eight (48) hours of harvest. The end of the live stake to be planted shall be cut at a forty-five (45) degree angle; top one-half (1/2) inch of Live Stake shall be painted with white latex paint. Live Stakes shall be kept moist and cool prior to planting. Dried or cracked Live Stakes will be rejected. 8-31.3 Construction Requirements Refer to Section 8-02.3 for other requirements. 8-31.3(1) Large Woody Debris Contractor shall employ all reasonable care in the harvesting, transporting and installation of LWD to avoid unnecessary damage to the roots and stems. LWD showing more than one half the roots broken or missing will not be accepted. LWD placement shall be at the direction of the engineer generally at the locations shown on the Plans. The contractor is responsible for staging the work to avoid unnecessary disturbance of existing vegetation or previously placed LWD. Contractor shall have equipment on-site that is capable of placing the largest LWD specified by outright lifting either by excavator bucket or rigging. LWD shall not be Iskidded. Channel and stream bank excavation for LWD shall be at specific locations and elevations as shown on Plans or as directed in the field by the engineer. Any over excavation shall be replaced and compacted. LWD stems shall be approximately 2/3 buried, as shown on the Plans, with roots facing upstream and crossed. The LWD shall be notched at the crossing point and lag bolted in two places as shown on the Plans. Branches on portions of the LWD to be buried shall be removed to within one foot of the stem. Riprap shall be placed around each cluster of LWD. Native soil shall be compacted to completely fill voids around the LWD stem and voids in the surface of the riprap. 8-31.4 Measurement Large Woody Debris shall be measured per each installed complete in place including excavation, riprap, backfill, and fasteners. Live Stakes shall be measured per each installed. 8-31.5 Payment Payment shall be made for the following bid item(s): Large Woody Debris Per Each Live Stakes Per Each The unit contract price for all other roadside planting items shall be full compensation for furnishing all labor, materials, tools and equipment necessary for the complete installation of item as specified in Plans and Specifications. 61 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 8-32 WETLAND CONSTRUCTION AND UPLAND BUFFER PLANTING (New) 8-32.1 Description This work shall consist of clearing and grubbing, excavation, soil amendment, installation of Contractor-furnished trees, shrubs, emergent plants, snags, and downed logs in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Work also includes Planting Area Weed Control, placement of Fertilizer, and construction of Temporary Irrigation System. , Trees, shrubs, and emergent plants shall hereinafter be referred to collectively as plants or plant material. 8-32.2 Materials Fertilizer shall conform to Section 9-14.3 except as follows: The fertilizer shall be one of the following: 9 1. Meister 18-7-11 plus micro nutrients controlled release NPK fertilizer. Source: Wolfkill Seed and Fertilizer Corporation P.O. Box 578 Monroe, WA 98272-0578 (206) 794-7065 2. Woodace 18-8-9 plus micro nutrients controlled release NPK fertilizer. Manufacturer: Vigoro Industries, Inc. P.O. Box 512 Winter Haven, FL 22882-0512 (813) 294-2567 3. Nutricote 18-6-8 plus micro nutrients controlled release NPK fertilizer. Manufacturer: Plantco, Inc. 314 Orenda Road Brampton, Ontario L6T 161 (416) 793-8000 The selected fertilizer shall contain the micro-nutrients Magnesium (Mg), Copper (Cu), Iron (Fe), Manganese (Mn), and Zinc (Zn). The controlled release period shall be greater than six months. The Contractor shall submit for approval a 1 pound(minimum) sample in an unopened container with weight, name of nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. Wildlife Fabric shall meet the following requirements: 62 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street Coconut fiber matting for Wildlife Fabric shall be made from one hundred percent (100%) woven coconut husk, biodegradable, organic fiber material (coir). The fabric shall be flat with non-shifting square mesh, consisting of coir yarns in both warp and weft. At least 64 weft threads and 120 warp threads per linear yard shall be present in the matting. The weight of the matting shall be 26 ounces per square yard. The distance between the interlacing points shall be less than 0.4-inch and the tearing strength of the fabric shall be 6,500 - 7,000 pounds per square inch. The coconut fiber matting (coir) may be obtained from Belton Industries, Inc., 8613 Roswell Rd., Atlanta, GA, 30350, phone (800) 225-4099, or Newport Beach, California, phone (800) 562-5283, or approved equal. The contractor shall submit to the Engineer for approval a 6-inch square sample of wildlife fabric. Snags shall be a freshly cut coniferous tree with bark intact. They shall have a minimum DBH of eighteen (18) inches and have a minimum of four (4) main branches of thirty-six (36) inch minimum length. Downed logs shall be freshly cut tree of cedar, fir, or maple with bark and branches left intact. Trees shall be a minimum of eight (8) inch diameter by twelve (12) to twenty (20) feet in length. 8-32.3 Construction Requirements 8-32.3(1) Clearing Clearing shall conform to Section 2-01 except as follows: 'The Contractor shall fell all trees within the constructed wetlands and related buffer areas within the clearing limits as shown on the Plans or where designated by the Engineer. Outside of the clearing limits, protect all trees and native vegetation from damage caused by construction operations. No construction equipment shall enter the existing natural wetlands shown on the drawings except where shown within the clearing limits. 8-32.3(2) Grubbing Grubbing shall conform to Section 2-01 except as follows: ,The contractor shall grub deep enough to remove all stumps, large roots, buried logs, and other vegetative material within the Clearing Limits areas as shown on Plans or as designated by the Engineer. r8-32.3(3) Excavation Excavation shall conform to Section 2-03 except as follows: 'This work consists of excavating for the construction of wetlands, regardless of the nature or type of materials encountered including all hauling and disposing of excavated material. All constructed wetland areas shall be excavated a minimum of two (2) feet below existing grade to remove soil containing unwanted propagules. Excavated material shall become the t 63 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street property of the Contractor and shall be legally disposed of off-site. Over-excavated areas shall be backfilled with native soil obtained from below the two foot excavation. Excavation and backfill includes placement of controlled density fill (CDF) above two (2) fuel lines below the level spreader between the north and south constructed wetlands as shown on the drawings. All work to complete excavation for the wetlands mitigation, including excavation haul and slope rounding, shall be included in the unit bid price for Wetland Excavation. 8-32.3(4) Fertilizing Fertilizer shall be applied in conformance with Section 8-02 except as follows: The Contractor shall provide and apply plant fertilizer for all plants at the time of initial planting. Before placement of the fertilizer, the Contractor shall submit for approval a guaranteed fertilizer analysis label of the selected product. The formulation and application method shall be approved by the Engineer. Fertilizer shall be placed at the rate of one-quarter cup (2 oz.) per plant, spread to a 1-foot , radius. Fertilizer shall be mixed with backfill at time of planting. Fertilizer shall not be applied to emergent plantings. 8-32.3(5) Wildlife Fabric The coconut fiber matting for Wildlife Fabric shall be unrolled parallel to the flow of water, if present. The matting shall be buried at least 12-inches deep at perimeter of the installation. Side edges of rolls shall be overlapped a minimum of 6 inches. The ends of rolls shall be placed on one foot centers along the overlap and on two foot centers over the remainder of the matting. Wildlife Fabric shall be placed in all emergent vegetation areas or as directed by the Engineer. 8-32.3(6) Planting Layout Planting shall conform to Section 8-02.3(5) except as follows: The various species of emergent plant material specified for a planting area are to be randomly mixed and evenly distributed over the entire planting area by the Contractor. Trees are to be planted where shown on the drawings. 8-32.3(7) Planting Planting shall conform to Section 8-02.3(6) except as modified below: All plant material shall be installed within a ten day period beginning after November 15, 1998. Plantings shall be completed before December 15, 1998. j 64 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A - Southwest 27th Street to Southwest 16th Street 8-32.3(8) Snags Snags shall be installed prior to planting operations in a naturally stable (balanced) upright position, approximately 1/3 buried where shown on the drawings. Soil shall be firmly compacted at base to prevent toppling. 8-32.3(9) Downed Logs Downed logs shall be installed prior to planting operations, on the ground surface to appear naturally fallen at the locations shown on the drawings. 8-32.3(10) Temporary Irrigation Contractor shall design and install a temporary irrigation system that provides sufficient water for plant establishment throughout the duration of the plant establishment period. Irrigated area shall include all areas shown as "Forested/Scrub Shrub" and "Emergent Zone" within the two constructed wetlands only. Contractor shall coordinate source, metering and other requirements with the City of Renton. A temporary irrigation system design shall be submitted for approval prior to any planting operations. System design and submittal shall include the layout, equipment and schedule for irrigation. Contractor shall disassemble and remove system when directed by the Engineer. 8-32.4 Measurement Wetland Excavation shall be measured by the cubic yard. All excavated material shall be measured in its original position by cross-sectioning. Pay quantities shall be computed to the 1 neat line of the cross-sections as staked. Fertilizer shall be considered incidental to the installation of plant material. rSoil Amendment shall be considered incidental to the installation of "Emergent Zone" plant material where shown on the plans. tWildlife Fabric shall be measured by square yard installed complete in place with allowance for 12 inches of fabric buried at the perimeter and 6" of overlap at seams. 1 Snags shall be measured per each installed complete in place. Downed Logs shall be measured per each installed complete in place. Temporary Irrigation shall be measured per each square foot of irrigated Forested/Scrub Shrub and Emergent Zone within the North and South constructed wetlands for the duration of the plant establishment period. Controlled density fill (CDF) shall be incidental to excavation and backfill work. No separate measurement for payment will be made. 8-32.5 Payment Payment shall be made for each of the following bid item(s): 65 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase lA - Southwest 27th Street to Southwest 16th Street Mitigation Wetland Excavation, including Haul Per Cubic Yard Wildlife Fabric Per Square Yard Snags Per Each Downed Logs Per Each Temporary Irrigation Per Square Foot The unit price per cubic yard for Mitigation Wetland Excavation, including haul shall be full compensation for the excavation, loading, placing and compacting, and otherwise disposing of the material. The unit price per square foot for Temporary Irrigation shall be full compensation for all necessary connections, meters, fittings, pipe, irrigation water costs, disassembly and removal of the equipment, and all other incidental items necessary for the construction of the item as specified in the Plans and Specifications. The unit contract price for all other items in this Section shall be full compensation for ' furnishing all labor, materials, tools and equipment necessary for the complete installation of item as specified in Plans and Specifications. 1 1 1 1 1 66 Oakesdale Avenue Southwest Extension SPECIAL PROVISIONS Phase 1A -Southwest 27th Street to Southwest 16th Street DIVISION 9 MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.5(2) Erosion Control Blanket (Supplement) The plastic netting shall be photodegradable. The blanket shall be smolder resistant without the use of chemical additives. The width of the blanket shall be 48 inches or greater and rolls shall be a minimum of 100 feet long. 67 APPENDIX A-SAMPLE FORMS CITY OF RENTON SAMPLES j APPENDIX A SAMPLE FORMS DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR TO CITY. Oakesdale Avenue SW Extension i Recycled Product Reporting Form Upon completion of project,indicate the type, amount and cost of each recycled product purchased for and used in the project. Return the completed form to the project manager. Project : _ Date: CAG No.: Contractor: Recycled Product Amount Unit of Measure Cost per Unit ' O Compost Product 0 Glassph:at or Rubberized Asphalt 0 Re-crushed Concrete or D Asphalt 0 Recycled Glass Cullet 0 Recycled Plastic Lumber 0 Other Ili-cycled Plastic 0 Recycled Building Insulation O Recycled Paint 0 Recycled Rubber Product 0 Recycled Carpet 0 Recycled Tile 0 Other Rccycled Product Signed: Title: Date: t CERTIFICATION OF PAYMENT OF PREVAILING WAGES 1 Date: Ref: Pay Estimate No. 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 Deparunent of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company NameBy: Title: f t 1 H:/div/wtr/590zone/PREVAIL.DOC/ag r i APPENDIX B 1 HYDRAULIC PROJECT APPROVAL 1 i r r r i Oakesdale Avenue SW Extension r r r r r Hydraulic Project Approval (to be inserted when obtained) 1 1 r 1 r 1 r i Oakesdale Avenue SW Extension APPENDIX C PROJECT GEOTECHNICAL INFORMATION Note: Geotechnical information provided has been extracted from the following document, dated November, 1997: Geotechnical Report Oakesdale Avenue S.W. Extension Phase 1 ' S.W. 271h Street to S.W. 161h Street Renton, Washington `�� I \t''•\\�,\\`.• ...-pJ��� \: r %^ Fes\::iti=,;.•.,,,�� / I [ \ I Ir_ •\ '� \•\ � \�`''-.M� ii:: \ � \ ` / ' a ryj �\ �. -yam'.r_-^-._....��/ I "+•..._ �`` "\ •r` <.'�ai.� {��\c\y r^•• 1 ..<rt,.r... `\ ,ii? r! ��� '°'i--1' ��.-._� `•_-,:�:.-_ -� �.....• c'. SE Retaining B _- �`'' f ?:" `'t`� --s-i i -'^ �'� '� y ■CPT-13 .,L__ ^> : __ '1� -1�``' u• ;'s`_c,_1L.— �a:w f{` t -I-- s---- \ •� ,'�� < _'. — ..� —' it—— ,• � i' .( 1 ' (_. —, —1.- t , i_ ii oo OAKESDALE qyE S.W, asioo--'— _ —�"- ��1—— �i�• -� '+ .r NOS(10x�9 + y'. �' = ----------------- I9 2 MSE MATCH'LINEt`+.t!•-t . l.,Y r' \ Retafiin Wall STA."42+10'' i s a ns000' Y-YJ... Sx�J• REl NARY # NE I I EV 11 ONLY 0 20 40 so Scale in Feet LEGEND Boring Designation and Approximate Location (Completed by Shannon 8 Wilson,Inc.) PhaseI-S.W.27th St..to S.W.S W.16 on B-1 th St. BWC-7 Q Boring Designation and Approximate Location NOTES Renton,Washington (Completed by Others) 1. This figure was derived from a drawing provided CPT-13 Cone Penetration Test Designation and by Kato 8 Warren,inc.dated June 1997. SITE AND EXPLORATION PLAN Approximate Location(Completed by Others) 2. Vertical Datum=NAVD 1988. July 1997 W-7867-01 SHANNON a WILSON,INC. I FIG.2 Gwa.c l"E--.td C—W, Sheet i o12 CPT-1 j W. _'6r A, Bi '00 0 0'd %i MSE: R ning Wall t e.0; 00 .7 ----------- 2 MSE 5 *.5 OAKESDALE AVE S.W. -S2.60 Retaining Wall J, B-5 B MSE" Retaining Wall -8 BWC 5 "kL. a LA REVIEW ONLY/ 0 20 40 so Scale in Feet LEGEND 1 Boring Designation and Approximate Location Oakesdale Avenue S.W.Extension B_ (Completed by Shannon&Wilson,Inc.) Phase 1-S.W.27th St.to S.W.16 th St. . Boring Designation and Approximate Location NOTES Renton.Washington BWC-'7 • (Completed by Others) 1. This figure was derived from a drawing provided by Kato&Warren.Inc.dated June 1997. CPT-13 Cone Penetration Test Designation and SITE AND EXPLORATION PLAN Approximate Location(Completed by Others) 2. Vertical Datum=NAVD 1988. July 1997 W-7867-01 SHANNON&WILSON,INC. FIG.2 I s wr �w w� w ww ww ww� w �w ww �r w� w� ww w� �w wf wr ww A A' South PROPOSED I North ao �-— BRIDGE —-I 40 STRUCTURE f B-1 B-18 B-2 B3 B-4 B� SW16v157n.r -BH-12 B IG7 ---- I---------i ------------ CL 20 I ---- ---- ---- - _ 20 ------ -'' I ' Medium dery to dense,silly'Me SAND wM s Sob,ka sandy SILT(Fall. 6 Sprin9brook 21 31 tdyN6 0l clayey sit and trace of Brawl(PoII. Existing 10a' ?_1? ? ( 23 Sol to very stirs,slighdy 5 Creek p•17 q--6 a Diameter Metro SS Very bosh to mediud.dense, 2 ? e wady clayey SILT are silly Lam \ ? 5 Loose Wylly SANDMh trace 12 sJl 4w SAND. CLAY wen occasiaW gavel I Y,,.w ? lU d gravel,silly seam6,am lad6. ?__ ______.Y___________3_ ___ and wood debris. =11 ? ? __ __ _ + ___________ 1 l s /9 '. a iv,�"a 1e Medium dense to very derv, ?_ _ 4 ____ L,? 1 e ? a 1— 14 26 silly SAND and GRAVEL 0 D 11 ? y `13 ve. 17 ?__10 ? ___ ___ _-__ ? ? �c7� ! 20 Medium dense to dense, 16 ---? 23 2a 2e 1e34 — 25 signify lO sd'-aN�I,Web -- 7 Medium dense,fire to mediwll 37 meyVm SANG wan•eaoa of an to Existing 72' SAND with tray of still, 25 35 35 coarse sand and 9rdVd. 71 ? 15 ?� SIgMh slag kw tadium dense,o medium m li Diameter Metro SS 42 scadered gravel,and�garucs. ?� —?� ? 52 ere- 3s SAN�wilhlraca of gravel. LL ? 16 �? C G Layers of very bosh, sandy SILT dn0 Son b 31 26 Sim 47 -20 0 o -20 - stun,aey cur wan 2a 36 . or ants. Lay—of M"..dense, y 33 Layers of medium dense m i 9 deaniosbBhltyA SANG t07 a2 to wry dense clean to 28 75 25 m w and GRAVEL. 25 62 s4N GAy SANDEL. and as 53 u! 27 x6n.n a x9 F'.em.m. 22 26 42 21 a2 6e 53 53/6' 40 sl -40 75 Slre' S7 431 N 241 e5 n 671 M -60 301 5s -60 sore WWI 5016' 41 .16• 52/6' BO I I1 411 -60 43+00 45+00 47+00 49+00 be 51+00 53+00 Stationing LEGEND B-1_—Boring Location and Designation 0 10 20 40 0 60 160 I ' ---=---- Proposed Ground Surface for New Roadway Vertical Scale in Feel Horizontal Scale in Feel Current Ground Surface Vertical Exaggeration=4X Oakesdale Avenue S.W.Extension —Groundwater Level During Drilling NOTES Phase 1-S.W.27th St.to S.W.161h St. Renton,Washington Sample Taken During Boring,Standard 1. This profile is generalized from materials encountered in the borings drilled 2+or Penetration Resistance in Blows per at site,including borings performed by others. Variations between the s2;6• -Foot or Blows per Inches Driven profiles and actual conditions may exist. GENERALIZED SUBSURFACE PROFILE A-A' [ Pushed Sample 2. Current and proposed ground surface,and Metro storm s3wer locations are based on drawing provided by Kato&Warren,Inc.,dated June 1997 ?— ? Approximate Geologic Contact July 1997 W-7867.01 3. For clarity,the exploration logs shown on the profiles have been Bottom of Boring abbreviated and simplified. For detailed logs,see Appendix A. SHANNON&WILSON,INC. FIG.$ G.oecn iA naEmuor�meroai C.1-1.F Key Rev. 1 7-12.96 Shannon&Wilson, Inc. (S&W), uses a soil GRAIN SIZE DEFINITIONS classification system modified from the Unified Soil Classification (USC) System. DESCRIPnON I SIEVE SIZE Elements of the USC and other definitions FINES <#200(0.08 mm) are provided on this and the following page. SAND' Soil descriptions are based on visual- manual procedures (ASTM D 2488-93) •Fine •#200-#40(0.4 mm) unless otherwise noted. •Medium •R40-#10(2 mm) •Coarse •410-#4(5 mm) S&W CLASSIFICATION GRAVEL' OF SOIL CONSTITUENTS •Fine •#4-3/4 inch •Coarse •3/4-3 inches • MAJOR constituents compose more than 50 percent,by weight,of the soil. Major COBBLES 3-12 inches constituents are capitalized(SAND). BOULDERS > 12 inches • Minor constituents compose 12 to 50 percent •Unless otherwise noted,sand and gravel,when present, of the soil and precede the major constituents range from fine to coarse in grain size. (silty SAND). Minor constituents preceded by 'slightly'compose 5 to 12 percent of the soil (slightly silty SAND). RELATIVE DENSITY/CONSISTENCY • Trace constituents compote 0 to 5 percent of the soil(slightly silty SAND,trace of gravel). COARSE-GRAINED SOILS FINE-GRAINED/COHESIVE SOILS N,SPT, RELATIVE N,SPT, RELATIVE MOISTURE CONTENT DEFINITIONS BLOWS/FT. DENSITY BLOWS/FT. CONSISTENCY ' 0-4 Very loose <2 Very soft Dry Absence of moisture,dusty,dry to 4- 10 Loose 2-4 Soft the touch 10-30. Medium dense 4-8 Medium stiff 30-50 Dense 8-15 Stiff Moist Damp but no visible water Over 50 Very dense 15-30 Very stiff Wet Visible free water,from below water Over 30 Hard table ABBREVIATIONS WELL AND OTHER SYMBOLS ATD At Time of Drilling Cement/Concrete Asphalt or PVC Cap Elev. Elevation ft feet Bentonite Grout 7771 Cobbles HSA Hollow Stem Auger ID Inside Diameter Bentonite Seal ® Fill in inches Slough d74 Ash Ibs pounds Mon. Monument cover , Silica Sand ® Bedrock N Blows for last two 6-inch increments ' NA Not Applicable or Not Available 2'I.D.PVC Screen Gravel� (0.010-inch Slot) OD Outside Diameter OVA Organic Vapor Analyzer PID Photoionization Detector Oakesdale Avenue S.W. Extension ppm parts per million Phase 1 - S.W. 27th St. to S.W. 16th St. . PVC Polyvinyl Chloride Renton, Washington SS Split Spoon sampler SOIL CLASSIFICATION SPT Standard Penetration Test AND LOG KEY USC Unified Soil Classification WLI Water Level Indicator July 1997 W-7867-01 SHANNON &WILSON, INC. I FIG. A-1 ' Geotechrucal and Envirmmental CcnsWranls Sheet 1 of 2 Key Rev. 1 7.12-96 ' UNIFIED SOIL CLASSIFICATION SYSTEM (From ASTM D 2488-93 &2487-93) MAJOR DIVISIONS GROUP/GRAPHIC LD SYMBO TYPICAL DESCRIPTION Clean Gravels(' GW a 0 , Well-Graded Gravels,Gravel-Sand Gravels (less thanN = Mixtures,Little or No Fines (more than 50% 51:fines) GP 1 Poorly Graded Gravels,Gravel-Sand of coarse Mixtures,Little or No Fines fraction retained ( Coarse-Grained on No.4 sieve) Gravels with(' GM 1 T } Silty Gravels,Gravel-Sand-Silt Mixtures Soils(more than Fines(more 50%retained on than 12%fines) GC Clayey Gravels,Gravel-Sand-Clay No.200 sieve) Mixtures Clean Sands SW Well-Graded Sands,Gravelly Sands, Little or No Fines Sands (less than (50%or more 5%fines) SP Poorly Graded Sand,Gravelly Sands, ' of coarse Little or No Fines [Use Dual Symbols fraction for 5-12%Fines passes the Sands with'( SM Silty Sands,Sand-Silt Mixtures (i.e.GP-GM))Q No.4 sieve) Fines(more than 12%fines) SC Clayey Sands,Sand-Clay Mixtures Inorganic Silts of Low to Medium ML I Plasticity,Rock Flour,or Clayey Silts Sifts and Clays Inorganic with Slight Plasticity ' (liquid limit Inorganic Clays of Low to Medium less than 50) CL Plasticity,Gravelly Clays,Sandy Clays, Silty Clays,Lean Clays Fine-Grained Soils Organic OL = Organic Silts and Organic Silty Clays of (509L or more Low Plasticity passes the Inorganic Clays of Medium to High No.200 sieve) CH Plasticity,Sandy Fat Clay,Gravelly Fat Clay Sifts and Clays Inorganic Inorganic Silts,Micaceous or (liquid limit MH Diatomaceous Fine Sands or SittySoiis, 50 or more) Elastic Silt ' Organic Clays of Medium to High Organic OH Plasticity,Organic Silts ' Highly Organic Primarily organic matter,dark in PT Peat,Humus,Swamp Soils with High Soils color,and organic odor Organic Content (See D 4427.92) r NOTES Oakesdale Avenue S.W. Extension Phase 1 - S.W.27th St. to S.W. 16th St. 1. Dual symbols(symbols separated by a hyphen,i.e., Renton, Washington ' SP-SM,slightly silty fine SAND)are used for soils with between 5%and 12%fines or when the liquid limit and plasticity index values plot in the CL-ML SOIL CLASSIFICATION area of the plasticity chart. AND LOG KEY 2. Borderline symbols(symbols separated by a slash, i.e.,CL/ML,silty CLAY/clayey SILT;GW/SW,sandy July 1997 W-7867-01 GRAVEL/gravelly SAND)indicated that the soil may fall into one of two possible basic groups. SHANNON & WILSON, INC. I FIG. A-1 Geotechnical and Environmental consultants Sheet 2 of 2 MASTERLG 7/18197 SOIL DESCRIPTION LL o a -0 u Standard Penetration Resistance s E CL °' (140 lb. weight, 30" drop) STA.: 46+08 OFFSET: 36 Ft. Right E 2 c9 n >. � � � A Blows per foot Surface Elevation:Approx. 9.00 Ft. cn 0 20 40 6C Medium stiff to stiff, gray to = : : grayish-brown, clayey SILT to slightly fine sandy, clayey SILT; moist to wet; ML. 2'H 3 . . . . . . . Loose, dark gray/black, fine sandy SILT; s.o a - 0 10 12.0 = wet; scattered organics; ML. a � Dense, dark gray/black, slightly silty to e= a silty fine to medium SAND; moist to wet; 7= trace of medium to coarse sand; SM. 19.5 8= 20 Dense, gray, silty, sandy GRAVEL; wet; 1.5-foot-thick layer of dense, silty fine to ~ s medium sand; scattered wood; GM. 1 : : ; •l 10= 30 • 32.5 . . . ... . . I . Very dense, gray, silty, fine to medium - ' SAND; wet; occasional silt pockets and ti= : : 6 gravel; SM. 38.0 12= 40 —. Medium dense, gray, silty fine to medium 42.0 . . . . . . . . . . . . . . 'SAND; wet; trace of gravel; numerous I ' : : shells and scattered organics; SM. 13= . . . . . . . . ' . . 69 Very dense, gray, silty, sandy GRAVEL; ia= 50 . . . . . . . . . i . . . . . . . . . . . . .75 wet; layers of silty, fine to medium SAND; I . . . . . . . . . ; . . . . . . . : . . . . . . . . ' GM. • 15= 68 BOTTOM OF BORING COMPLETED 6/27/97 70 80 90 I 0 20 40 6C LEGEND 40 % Water Content • Sample Not Recovered Surface Seal = 2' O.D. Split Spoon Sample ® Annular Sealant Plastic Limit 1 —9 Liquid Limit ZL 3" O.D. Shelby Tube Sample Piezometer Screen Natural Water Content ® Grout 7 Water Level Oakesdale Avenue S.W. Extension i Low Water Level Phase 1 - S.W. 27th St. to S.W. 16th St. - Renton, Washington NOTES 1.The stratification lines represent the approximate boundaries between LOG OF BORING B-1 ' soil types, and the transition may be gradual. 2.The discussion in the text of this report is necessary for s proper understanding of the nature of subsurface materials. ,July 1997 W-7867-01 3. Water level, if indicated above,is for the date specified and may very. 4. Refer to KEY for explanation of"Symbols' and definitions. SHANNON &WILSON, INC. 5. USC letter symbol based on visual classification. G—L-_trti j.nd Env.-9.i Gamut[—cz FIG. A-2 MASTEALG 7/18197 SOIL DESCRIPTION U_ o a -0 i Standard Penetration Resistance (140 lb. weight, 30" drop) STA.: 47t32 OFFSET: 6 Ft. Right CL @ a � Blows per foot Surface Elevation: Approx. 16.00 Ft. Q p0 0 20 40 g0 Soft to very stiff, grayish-brown to reddish-brown, slightly sandy, clayey 1_'L • ' SILT; moist to dry; scattered roots and 2= ! + ��. iron-oxide stains; ML. 3•ZF : : : . . . . . . 4 10 11.5 . . . . . Medium dense, dark gray/black, silty fine e • SAND; moist to wet; SM. e= e 20 23.0 Dense, dark gray/black, slightly silty to 9= silty, fine to medium SAND; wet; trace of . . . . . . . gravel; SM. 30 . . . . . . . . . I : : : : : . Dense, gray, silty, sandy GRAVEL; wet; 31.0 ,o= GM. 38.0 Dense, gray, slightly silty, fine to coarse • ° 12= 40 : : . . . . �. . . . . . . . SAND; wet; trace of gravel; SW. . . . . . . . . . . . . . . . . . . •. . . . . . . . . ' : : : 47.0 13= . . . . . . . . . . . . Dense to very dense, gray, slightly silty to _ 50 . • silty, sandy GRAVEL; wet; GM. 14- 1 15T . . . . . . . . . . . 81.0 18= 60 . .�: . 5176'- ' BOTTOM OF BORING COMPLETED 6/26/97 : : i : . . . . . . . . I 70 80 90 . . . . . . . : . . . . . .. . . . . . . . . . LEGEND 0 20 40 60 ' Sample Not Recovered Surface Seal • % Water Content = 2" O.D. Split Spoon Sample ® Annular Sealant Plastic Limit 1-0 Liquid Limit ZL 3" O.D. ShelbyTube Sample Natural Water Content p � Piezometer Screen ® Grout Q Water Level Oakesdale Avenue S.W. Extension = Low Water Level Phase 1 - S.W. 27th St. to S.W. 16th St. ' Renton, Washington NOTES 1.The stratification lines represent the approximate boundaries between soil types, and the transition may be gradual. LOG OF BORING B-2 ' 2.The discussion in the text of this report is necessary for a proper understanding of the nature of subsurface materials. July 1997 W-7867 01 3.Water level, if indicated above, is for the date specified and may vary. F 4. Refer to KEY for explanation of 'Symbols" and definitions. SHANNON &WILSON, INC. 5. USC letter symbol based on visual classification. Gw�ctwcd rd Ernio�+m�ocal Con.ultano FIG. A-3 MASTERLG 7/18/37 SOIL DESCRIPTION � 6 a -0 L� Standard Penetration Resistance t D n := (140 lb. weight, 30" drop) STA.: 48+50 OFFSET: 12 Ft. Left — E E c f0 CL �. �, a Blows per foot Surface Elevation: Approx. 18.00 Ft. Q (n � p 0 20 40 60 Medium stiff, grayish-brown, slightly _ sandy to sandy, clayey SILT; moist; 1 occasional gravel; scattered roots; ML. 2= a 3- Interla ered loose to medium dense, dark 11.0 4� 10 brown, slightly silty to silty fine SAND and _ e . . . . . dark brown to gray, fine sandy SILT; wet; 7= ' occasional wood debris; SM/ML. 19.5 = 20 a Medium dense to dense, dark gray/black, slightly silty to silty fine SAND; wet; trace a= of medium sand; SM. 27.5 Medium dense to very dense, gray, clean t0= 30 fa to silty, sandy GRAVEL; wet; GM. 40 12= 40 . . . . � . . . . . , . . . . Medium dense to dense, gray, slightly . . . . g Y silty . 13= . . . . . . : : to silty, gravelly, fine to coarse SAND; . . . . wet; SM. 50 . . . . . . . . . . . . . . . . . . . . . . . 0. 14= 52.0 ' Medium dense to very dense, gray, slightly silty to silty, sandy GRAVEL with 16= . . . . . . . trace of silt; wet; GM/GW. . . . . . . . . . ' . 1a= 60 . . . . . . . . . . . . . . 18= 70 . . . .• 20= so 90.5 zz= 90 0 50/6` BOTTOM OF BORING COMPLETED 6/26/97 : . LEGEND 0 20 40 60 ' • Sample Not Recovered l� Surface Seal • % Water Content = 2" O.D. Split Spoon Sample ® Annular Sealant Plastic Limit 1-0 Liquid Limit ?L' 3" O.D. Shelby Tube Semple Natural Water Content� Piezometer Screen ® Grout s Water Level Oakesdale Avenue S.W. Extension z Low Water Level Phase 1 - S.W. 27th St. to S.W. 16th St. ' Renton, Washington NOTES 1.The stratification lines represent the approximate boundaries between LOG OF BORING B-3 ' soil types, and the transition may be gradual. 2.The discussion in the text of this report is necessary for a proper understanding of the nature of subsurface materials. 3.Water level, if indicated above,is for the date specified and may vary. July 1997 W-7$67-01 ' 4. Refer to KEY for explanation of.Symbols'and definitions. SHANNON &WILSON, INC. FIG A�!w 5.USC letter symbol based on visual classification. C. techricai wW Emram tr Co ,dints - MASTERLG 7/18197 SOIL DESCRIPTION LL -6 a -0 LL Standard Penetration Resistance s c. � zi - (140 lb. weight, 30" drop) STA.: 49+58 OFFSET: 58 Ft. Right n 5, c M. A Blows per foot Surface Elevation: Approx. 18.00 Ft. (U to pW p 20 40 60 Medium dense, brown to reddish-brown, ' silty fine SAND; moist; layers of clayey silt 1= 2= and trace of gravel; occasional ash; (Fill) 7.0 SM. 10.0 'f' a= 10 . . .�. . . . . -. -- Loose, brown, silty fine SAND; moist; e= o O roots; SM. : a= .9 Dense to very dense, brown, silty, sandy 17.5 7= o . GRAVEL; wet; GM. gS c 20 . . . . . . . . . . . . - Medium dense, grayish-brown to dark Lbrown,, clean to slightly silty fine to 27.0 ' SAND; wet; trace of gravel and M. ., — Very dense, gray, silty, sandy GRAVEL; 71= : . . _ . . . • . . . wet; GM. 1 . . . . . . . . . . . ' u= 40 : : 75 42.5 Dense to very dense, gray, slightly silty to silty, fine to medium SAND; wet; trace of 1s= : ' ' : : ' . . . . i . . . . . coarse sand; scattered shells; SM. 14= 50 . . . . . . . . . � . . . . . . . . . . . . . . . Dense to very dense, gray, silty to clean, I 15= sandy GRAVEL; wet; GM/GW. 60 17= 18= 70 . . 64 20— 80 . . . . . . . 50/5"- 21 22= 90 23= sij 101.5 2a= 100 . . . . . . . . . 68 . . . . . . . . . . . . ' BOTTOM OF BORING COMPLETED 6/24/97 ; : : : : . . . . : j . . . . . . . LEGEND 0 20 40 60 • % Water Content Sample Not Recovered m Surface Seel = 2" O.D. Split Spoon Sample ® Annular Sealant Plastic Limit 1--0 Liquid Limit 1L 3" O.D. Shelby Tube Sample Piezometar Screen Natural Water Content ® Grout � Water Level Oakesdale Avenue S.W. Extension = Low Water Level Phase 1 - S.W. 27th St. to S.W. 16th St. Renton, Washington NOTES 1.The stratification lines represent the approximate boundaries between LOG OF BORING B-4 ' sail types,and the transition may be gradual. 2.The discussion in the text of this report is necessary for a proper understanding of the nature of subsurface materials. 3.Water level, if indicated above, is for the date specified and may very. July 1997 W-7867-01 4. Refer to KEY for explanation of-Symbols' and definitions. SHANNON &WILSON, INC. c.ot.clvcd.nd Enr�orm"nt"I Carruh"nn <_ ' 5.USC letter symbol based on visual classification. FIG. A-5 - G ' MASTERLG 7/18/97 SOIL DESCRIPTION LL a -0 LL Standard Penetration Resistance s - a � s (140 lb. weight, 30" drop) STA.: 50+27 OFFSET: 14 Ft. Right a >_ � o. A, Blows per foot Surface Elevation:Approx. 18.00 Ft. Q N U) pQ) 0 20 40 EC Dense, brown, silty fine SAND; moist to ' dry; (Fill) SM. 1 . . 5.0 2= Loose, brown to reddish-brown, silty fine SAND; moist; silt seams and pockets; T 10 . . iron-oxide stains; trace of gravel; SM. 12.0 4—L 6= .•: . . . . . . . . Medium dense, mottled brown and gray, � _ � . . , . . . . . . . . . . . . . . . . slightly gravelly, slightly silty to silty : � ' . SAND and silty, sandy GRAVEL; wet; GM. 19.5 7= . . . . . . . . ' 20 Medium dense, dark gray, slightly silty f a= . . . . . . 23.0 fine SAND; wet; trace of medium sand, 0 0 9= SM/SP. Dense, gray, slightly silty, sandy GRAVEL; O� 1oT 30 �: wet; GW. 0 0 O� Medium dense, gray, gravelly SAND; wet; 38.0 trace of silt; SW. 41.5 12= 40 . . . . . . . . . . . . . ' . . . . : i i BOTTOM OF BORING : : : : : : : : : : : : : : : : : : i : : . . . . . . COMPLETED 6/23/97 50 1 60 $° go LEGEND 0 20 40 60 • Sample Not Recovered Surface Seal 0 % Water Content = 2' O.D. Split Spoon Sample Annular Sealant Plastic Limit 1 0 Liquid Limit 3" O.D. Shelby Tube Sample Natural Water Content ' y p � Piezometer Screen ® Grout Q Water Level Oakesdale Avenue S.W. Extension i Low Water Level Phase 1 - S.W. 27th St. to S.W. 16th St. ' - Renton, Washington NOTES 1.The stratification lines represent the approximate boundaries between soil types, and the transition may be gradual. LOG OF BORING B-5 i ' 2.The discussion in the text of this report is necessary for a proper understanding of the nature of subsurface materials. 3.Water level, if indicated above,is for the data specified and may vary. July 1997 W-7867 C1 4. Refer to KEY for explanation of 'Symbols' and definitions. SHANNON &WILSON, INC. ' 5.USC letter symbol based on visual classification. G• wclncd1 Envror tsl Co fte to F1G. A-6 SHANNON&WILSON,INC. APPENDIX B PREVIOUS FIELD EXPLORATIONS tNote: Subsurface Profiles Reproduced from "Geotechnical Predesign Report, Oakesdale Avenue Extension, Renton, Washington," prepared by Woodward-Clyde Consultants in 1995. W-7867-01 Mr 4= man = = M .......................% 0 z rn i CA il Elm 33(U) 3 0 C— OM ER) —41 rc C13+00 2 BEGINBRIDGE A END BRIDGE (PIE A 0 \% Af 7- LEGEND Approximate location of boring performed by Woodward-Clyde Consultants Approximate location of boring Performed by others; Project .Numb Approximate location of cons 0 50 100 200 Feet Ok.rd.l. 94,. ro 48NA Figure penetration rest Performed by Oakesdale RoadwaY Alignment Plan Al others Scale: V .too' AU& 2 Woodward-Clyde Consultants mor SOURCE: BASE MAP BY INCA ENGINEERS. INC. 1995 DATUM: NASDA. 1929 0 1 X 01 boo 00 - A, Im 0 AllIll f -7 Z N14— 10 4C a- +0 �Pc 94 UY,7— __--7c�Aklq� PT-8 B "Y CPT-5 CPT-6 A 71 11 ,)- k. ". 1, 1 1 ;1�!11 it IWC-4 1,Alt , - '. 1 1,___ \ 1. :'� _-C\ \\ II '' j I - 17 L lip Q= A 0 11% 1. 4- Q a LEGEND Approximate location of boring pe'lormed by Woodward-Clyde Consultants Approximate location of boring I performed by others Pro�eU Number Approximate location of cone 0 50 too 200 Feet 9440 Oakesdale Roadway Alignment Plan A2 Figure Penetration Iasi performed by _T_others Scale: low (Page 1 of 2', 3 Woodward-Clyde Consultants SOURCE: BASE MAP BY WCA ENGINEERS. INC. 1995 DATUM. NASDA 1929 .............................. 'j -11 x, tw`,` PA RC 1.L A X i x(I & uk r if A 7 X !, c - � ;4` ,ti ,, IAA Vvp t ZT C, MAI'"AST N B-9 �40 'It nra i, ,- - ;a Y. .hr CPT-8 CPT TF �3 Z, ,z ( v11 101 B-10 -j 1 LEGEND Approximate location of boring performed by Wood.ard-Clyde Consultants Approximate location of boring performed by others proJ$Gl Number Oskardala Approximate to &lion of cons 0 50 100 200 Feel 944048NA Dakesdale Roadway Alignment Plan A2 Figure lest EEEE��g penetration at performed by others Scale: 1" . 100' Woodward-Clydo Consultants 4W (Page 2 of 2) 4 SOURCE. BASE-MAP BY INCA ENGINEERS. INC. 1995 DATUM. NASDA 1929 "a��,!'f �-,J'--+._I,�1!_'T_t I J..J�tlIJ�� :� ;:� �'_�;,• ,- ' i ! � � ��-i�•. ._..-y}."."y�,...�... I sd4!ff`Y�'1.i?.tj 7m5''••• -/ {/ ,f,{�/,.. I , i ;I• T ��J �' �'r'rrf r;it�,F 'hU''�'i•i i '!/ i --��_ _'=-��_i;-ta'i r�C3I�' z� �: -; i 1?t , I I( I lr•. 17J,1 i 1 i 1/ O 7 1, `. tf I �,r7 ! I rpplri•'f;r,:,..�,1 r�.krt ri Jl �et •_—�—_. t �, ,. , I t r �I 1i x .51't ` tt.Ft'i •,,, `^ 1 �'\\0 O O c' O Tr y�---�+' '__�l�':��_�- `• -..•�_ =4 MY, '`. ,..„, 'cc-.- --_ I 1�r-• rrs:--r,-c- 11 '\ '. �z�i- �;i'r - •ia2-rta:�r',.— � u, �j.✓- ' `: \ '��~� �1`'\h`'-��\'S��1S� S ,�f\\�\1t'� ..'._ - '.""1Q_ :� — —_—��._� J I .4=..."_t2__ �:• T � .��_-�G•''� �!%' % ...— - -— __ - -... _ "'�-C'1•>. —__ �. EP�:i[�fit✓ �% }[ f-..�C-'\� v+_ / 9'��T .(�j�>-.+g7tiT�ti �f.-V,ry� ��-__a��x�-_�_- ' ---Y =y�- �/ 51C �/ �•*�"'�� // _,' 1 �ft '%•% rr ` .yo'�\• \\�� /i// S s%� �`.I I'� �1 I r ' �i '!�-i, 1 �_J )�° ��-'a�r'�-_�`81NC- .s"-' „/•��\��,fy. '/ END BRIDGE21 J ;l� ':� 01 - 1i �e (1?IELDMf2 Oa- 1� ti,'� I111 I!-.. BWC-8 \. ...� ,J:t:' .i�•�.,,:.\ 1;11i�1�111 ,/.. .'.a"'' .. ��;�!� ;•i <� (PIEZOMETER) 1�tI i lle, 1 LEGEND AppPell tmed b location of ooring Q Performed Cy Woodward-Clytle Consultants Approaima le location of Coring parformed by others - Prolect Number Appro aims le location of cone 0 50 100 200 Feel 91/0{BNA Oskeedala Figure ■ penetration test performed Cy scale: 1, . 100' Oakesdale Roadway Alignment Plan A3 g5 Woodward-Clyde Consultants� SOURCE: BASE MAP BY INCH ENGINEERS, INC. 1995 DATUM: NASDA 1929 M m m M M M M M M A M M Mae s M B-33 IMI BH-1 CPT-2 IProfecled 30'E) (Prgecied 5"E) (Prefecled 55'E) CPT-3 E-23 IMI 20 BWC-t 0 0 ■ IRgecled 55'E)(hgecled 35E)BWC-2 (Prclected 20 060 E) eNa (3) a SM(RA.) (31 ML(FILL) ?-- 4 — "AL7 SM(F nit (s (FLU7 a ?——? SM 0 a SP 21 ?---------? , 5 SM —_— SM/Nt ML 0 + e NL Stvt s 29 (7) e i SP SP SM SW M SP 21 Sp-S, (7) _L T —20 FLGH a ?---? ?———————————————? ?----- ----?--------'— 1 ---- --� u '---' —20 7 s SM _ 5 ~ lz7 SM LL PUSH Sw —40 SP—SM SP—St 6 I— v v1 —40 > u7 n a as > w SOIL TYPES LEGEND 24 w za III Wood shavings IFILLI App—.rnale location of boring 27 121 SILT IFILLI 16e ---60 ao Sian lard Penetration Test ISPTI 131 Silty SAND IFllll with N-Valve at depth militated aced a —60 lal SAND IFILLI um 325-00.ring samples wish 2 I51 SILT/Clayey SILT blow count lot final V m 161 Silly SAND 171 Black SAND Q Measured groundwater level in piez)meler lit installed) or al IBI Grey SAND lime of drilling Nf not aisiattedl —80 ?—? Assumed geologic contact for —80 siraligraphy between explor alions (lot graphical purposes only) —Proposed ground surface lot contlrucl.a roadway Curtrenl ground surface 100 65 Appro ximaleby Iota lion of boring perlur m ed others Vertical Scale. i- _ 20 — Horizontal Scale: 1- : 100' Approximate location of cone penetration to st performed by Note: This generalized soil profile was compiled from available others subsurface in lot malion in the vicinity Nis inlerprelive in nature. actual soil conditions between borings may vary Irom those shown 2+50 3+00 4+00 5+00 6+00 74,00 8+00 9F00 10-" MOO 12+00 6+00 14+00 14+50 STATION (feet) Prolecl b Number Oaadale altelaNA Oakesdale Subsurfac•3 Profile Al Figure Woodward-Clyde Consultants 1v 9 ar wan an M M M M M M M M s M M M B-151MI BWC-t B-111M) CPT-6 BC-3 Wroje Cled 30 El CPT-50 W 8WC BH-19 10 W IProlecled IO' WI (P'9� V ■ IProleclerrd''70' WI IProlecled e0� WI IProlecAled 90' WI IProlecl ad ed 10' WI 20 16M SM(Rl) ? 171?1z ,SM_If II I — ML(FILI a _ J31 _? ML a ML IFILL?I "ti I51 -y ?-----'x----g-?a ?w SM _ SZ I51 Q CL kRi Q AN./SnA -- ----.------ s _�? a PUSH ?------ ?— CL ?—_ a PUSH MH SZ 0 SP a e -- —v 0 k�i ?———? ?_—_? SP-SM c o Sp SP ro e NJ 25 171 a] SP ]r a Ise) SP-SM SP SP a] SP ae a] ae 20 ---'----------?---------?]s ---------?-------?---------' ?---? _ -20 ?----- Is SM�' ? 'aa IBI 181 Izel 11 SM SM _ w SM ~ u W SM SP-SM -40 -40 - t Q SP-SM ; SOIL TYPES LEGEND SP SP t. W L III Wood shavings IFILLI Q5 Appro.imale location of boring 111 SILT IFllll ao Standard Penetration Test ISPTI -60 131 Silty SAND IFILLI w m N-Value at deplh indicated SP-SM -60 Idl SAND IFILLI um 325- O.D. ring samples with sm 151 SILT/Clayey SILT blow count for Imat 1 161 Silly SAND SM 171 Black SAND Q Measured groundwater level t piazomeler Id inslalletll or al (a) Grey SAND time of drilling bl not installed) -80 SP -BO ?—? Assumed geologic contact for SP stfaNgraphy between explorations Ito( graphical purposes only) ——Proposed ground surface for constructed roadway Currrenl ground surface - -100 •100 r� Approximale location of boring Vertical Scale. 1- = 20' �J parlor mad by others Horizontal Scale: 1" : 100' Approximale location of cone pane lr ation Iesl performed by Note. This generalized soil profile was compiled from available others subsurface information in the vicinity. II is interpretive in nature; actual soil conditions between borings may vary from those shown. 14.50 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 2a.00 25.00 2i.00 27.00 28.00 29.00 STATION (feel) D49-02 MC, x Prolecl Number Oakesdale 044040NA - Oakesdale Subsurface Profile A2 (Page 1 of 2) Figure ` Woodward-Clyde Consultants IMI r M man " M a try M r r m m m m M M r r CPT-14 B-3 BH-12 BWC-7 B-18 IM) CPT-13 (P,ojeclOd 185' EI BWC 8 (Projected 250- E) BH-15(Projected 10'WI IPro)ecled 140' El Wrojecled 160' El 20 (Projected 10'El ry 0 r-r♦ . ,_ 141 IPr oieclryed 160' El 20 � e M IFILLI 121 ML (FILL ML ?_—'a .MC—— -- rr ?————— SM mI a U SM z SM SZ 161 SZa SZ ML z SM y, (6) SZ J SM SZ s SP IJt S ML ML r 0 rt CL?----?---�J M ---? --? ?-------------? ?--?e ,--� f.l SM---.3 0 r w SM e0 SP u.l SP ze SP-SM 17) � �——�.o SM (7) ze ————7 ?——3e ?— uN .—-r—_.——— SWus 1171 .e SW Izsl SP-SM -20• 181 ze � SP IBI Jz SP fief GW/SW utI -20 zs Ja lJl - SM S W 11 Je P It91 W a S N1 LL r SM L_ Z p -40 - F SP -40 Q F w w SOIL TYPES LEGEND L 111 Wood shavings IFILLI Ia Approximale location of boring L (2) SILT IFILLI -60 J� San N-d Penetration Test ISPU aced 131 Silly SAND IFILLI witn 14-Value at depth indicated -60 141 SAND IFILLI faor 3 25'0.0.ring samples with 151 SILT/Clayey SILT blow count for final i' 161 Silly SAND 171 Black SAND SZ Measured groundwater level in Pie z Jmeler lit instauedl or at 181 Grey SAND lime of drilling (if not mstalledl -80 ?-7 Assumed geologic contact for -80 e1ral.gr aphy between explorelions (tor graphical purposes only ——Proposed ground surface for constructed roadway -100 Currrent ground surface _ Approximate Iocalion of boring -100 performed by others Vertical Scale: 1` 20' Horizontal Scale: 1" : 100' Approximale location of cone penetration test performed by Note. This generalized soil profile was compiled from available others subsurface Information in the vicinity. II is Interpretive in nature; actual soil conditions between borings may vafy from those shown. 43.00 44.00 45.00 46.00 47.00 46.00 49.00 50.00 51.00 52.00 53.00 54.00 STATION (feet) w x Pro)ect Number Oakesdale 044048NA Oakesdale Subsurface Profile A3 Figure Woodward-Clyde Consultants 1i 12 APPENDIX B-HOURLY MINIMUM WAGE RATES CITY OF RENTON APPENDIX D HOURLY MINIMUM WAGE RATES Oakesdale Avenue SW Extension 11/26/97 13:30 L&I EMPLOYMENT STANDARDS 002 iBENEFIT CODE KEY - EFFECTIVE 11-12-97 `� •/��/•fir♦sR�4••�r/t//�/•iiirk�#�/rii••R//R•//�i//t/4♦/4/tttw�i�ry♦�r�•4i�/�'/•t��►♦;fir•/MY9t�4i4iFr�tft♦M/t�•////i�it//♦ VYBITIME CODE@ OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WO)tKER ()N PUBIJC WOR" PROJEC178,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OT FRINGE BENEFITS ACTUALLY PItOVIDHD FOR THE WORKRIL ALL HOURS WORKED IN EXCESS OF LIG11T(8)HOURS PER DAY OR FORTY(40)HOURS PFY WEEK SHALL BP,PAID AT ONE ANT) ONE-I IALF TIMES THE HOURLY RATE,01-WAGE. A ALI. HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO ISE PAID AT ONl'_ AND ON -IIALF TIMES 1'HL HOURLY RATL•'OF WAGE B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE ANI)ONE-HAL.F'11MED'1•HE}30LJRLY RATE 01'WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL DE PAID A3'DOIJBI-L THE HOURLY RATE 01'WAGE. u. ALL TIOURS WORKED ON SUNDAYS SHALT.BF.PAID AT DOUBLI'.'I 1117 HOURLY RATF OF WAGE- All.HOURS WORKED ON SATURDAYS(EXC1:P'I'MAKEUP DAYS), SUNDAYS AND IOLIDAYS SI"IALL AI..SO I3E PAIL)AT ONE AND ONF-HALF TIMES THE HOURLY RATE'OF WAGE. - THI: FIRST EIGHT (8) HOURS ON SATURDAY SHAL.I.13L PAID AT ONY AND ONF_-HAIJ'TIMES 711E HOURLY RATE 01' WAGE. ALI. HOURS WORKED IN EXCESS OF E1011'1' (8) ]TOURS ON SATURDAY. AND ALI, HOURS WORKED ON SUNDAYS AND 1101,IDAYS (EXCEPT LABOR DAY) SHALL HE PAID AT DOUBLE THE HOURLY RATE OP WAGI? ALL HOURS WORKED ON LABOR DAY SHALL BE PAID A'1'THREE'TIMES THE HOURLY RATE OF WAGE. 11. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS lE WORK IS LOST DUE TU INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL.I3E PAID AT ONE AND ONF HALF TIMES T13E HOURLY RATE OF WAGE. All, HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL. 131" PAID A'T DOIJIILE THE HOURLY RATF OF WAGE. J, THE EIRS'1'EIGHT (8) HOURS ON SATURDAY SLIALL BE PAID AT ONE AND ONE-HALF TIMESS THE HOURLY 1tATE OF WAGE. AI.I. HOURS WORKED IN EXCESS OP EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 13L:PAID Al,DOUBLI3 THE HO[JIZLY RAPE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE ANI) ONE-HALF TIMI'S Tlir-. IiouRLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SIIAL.L 131>PAID AT DOUBLE THE HOURLY RATF•.01 WACM, 1. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND 1101_IDAYS (EXCLFI i'HANKsC1[VING DAY AND c IIILIt;TMAS 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 TILE HOURLY RATE•,01'WAGF M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LUST' DUE TO INCLEMENT WFAL'mEIt CONDITIONS)SHALL BE PAID ATONE AND ONE.-HALF TIMES THE.HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS ANI)HOLIDAYS SHALL BF•.PAID AT DOUBI.F THE HOURLY RATE OF WAGE N AIJ.HOURS WORKED ON SATURDAYS(EXCI?P'I'MAK1:UP DAYS) SHALT.BE PAID AT ONI:AND ONI:-1tALI''l IML'S T11F. HOURLY RAIT OF WAGE. ALI, HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 13E PAID AT DOUBLE T)IF HOURLY RATE OF WAGE. I'. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS STEALL BY PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALI. BE PAID AT DOU1111: HOURLY RATE 01,WAGE. R. A1.1.HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL 13F PAID AT TWO OMES 7NE 11OUR1.Y RATE O1'WAGE S. AI.1_ HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:OOAM MONDAY AND ON iIOL1DAY5 SHALL PAID AT DOUBLE THI,LI0[JRLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, EXCEPT'MAKE-UP DAYS, SHALL.13E PA10 AT ONI.AND ON1:-HALF TIME's T1IL' HOURLY RATE OF WAGE ALL 130IJRS WORKED AFTER 6.00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE TIII:liUR1.Y RATE OF WAGF U_ A11_HOIIRS WORKED ON SATURDAYS SHALL.III;PAID ATONE AND ONE-HALF TIMES '1131'.HOURLY RATE OP WAGE.ALL HOURS WORKI.D ON SUNDAYS AND IOLIDAYS (EXCE.)'T LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE 01-WAGE ALL HOURS WORKED ON 1_ABOR DAY SIIAI.i_BE PAID A'I'TIIRL'E'TIMES'1"Hf:HOURLY RATE ' OF WAGE W. ND ONF- HALFI"IIMESTlW H HOURLY RATE j01 WAGE D ALL HOURS WORKED ON HOLIDAYS AYS (EXCEPT ISHALL 1 L ?SUN LAIDA'I� A'TWO TMES THI. IJOURLY RATE O)'WAGE. 11/26/97 13:31 L&I EMPLOYMENT STANDARDS 003 BENEFIT CODE KVV-EMCT1'VE 11-12-97 -z- 1 2, ALI•HOURS WORKED JN EXCESS oI EIGHT(9)HOURS PER DAY OR FORTY(40)HOURS PER WLI;K SHAi.I.BE PAID AT ONE AND ONE-HALL'TIMES THL HOURLY RATE OF WAGE. A. THE.FIRST SIX(6)IIOURK ON SATURDAY SHALL BE PAID ATONE AND ONF.HALF T1Mr:S THE HOURLY RATE 01:WAGE- ALL HOURS WORKED 1N EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO'E'1ME-S THE HOURLY RATF_OF WALL. ALL HOURS WORKED ON 1101-1DAYS SHALL BE PAID AT ONE AND ONE-IIALF TIMES T111:IIOURLY RA1'1?OF WAG1=• C. ALI.HOURS WORKED ON SUNDAYS SHALI.BE PAID AT ONE AND ONFrHALF TIMES T131's HOURLY RATE OF WAGE. A1.1, HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE IjOURL.Y RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF 1IMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE 14011DAY PAY. ALL HOURS WORKED IN EXCESS OF EIGIIT(8) HOURS ON HOLIDAYS SHALL 13E PAID AT ONE AND ONE-HALF TIMES THE IIOURLY RATE OF WAGE. E ALI-HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL 13E PAID AT ONE AN])ONE HALF TIMES THE HOURLY RAPE OF WAGE. ALI.HOURS WORKED ON SUNDAYS OR ON LA130R DAY SHAH.BE PAID AT TWO TIMES 1IIF.HOURLY RATE OF WAGE. F. THE,F1RS'1'EI(;IIT(8)HOURS WORKED ON HOLIDAYS SHALI,Bj?PAID AT'THE S'1'W011T HOURLY }LATE Ol- WAGE IN ADDITION TO THE 1101-11)AY PAY. ALL HOURS WORKED IN LXCI:SS 01; EIGHT (8) HOURS ON HOLIDAYS SHAI3. BE PAID AT DOUBLE J i lh HOURLY RATE OF WAOE. )- ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAG1' ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-IIALF TIMES TILL HOURLY RATE OF WAGE, INCI.IIDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES TIM HOURLY RATE OF WAGE. ).. ALL HOURS WORKED ON SUNI)AYS SJiALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAOF. ALL HOURS WORKED ON HOLIDAYS SHALI.BE PAID AT ONE AND ONE-HALF TIMI?S THE HOURLY RATE OF WAGE, IN ADDITION TO 7'Il1:130LIDAY PAY. M. AYS,SUNDAYS AND HOLIDAYS SHALL BE PAID A1'DOU131-E L'TH HOURLY IiAT1:OF ALI.IiOURS WORKED ON SATURD WAGE. N ALL HOURS WORKED ON HOLIDAYS SHALL BF PAID ATONE AND ONE-HALF'TIMES'I IW HOURLY RA"1'1 OF WAGE.IN ADDIIION TO TIM HOLIDAY PAY. O. ALI,HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALI. 13E PAID AT ONE AND ONE-HALF TIMI.S T1iI'. I3vURI.Y RATI:OF WAOF- 4- A. ALL HOURS WORKED IN EXCESS OF EIGHT(g)JIDURS PER DAY OR FORTY(40)POURS PF_it WEEK SHALI.13E PAID AT DOUBLE THE HOURLY RATI:OF WAGS:. ALL IIOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BF PAID AT RUBLE THE HOURLY RA 11,,OF WAGE. IiOL I�AY COI))ib . 5, A. HOLIDAYS: NL''W YEAR'S DAY, MEMORIAL DAY, INDEPI?NDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRI'DAY Air1'ER TJ IANKSGIVING DAY,AND CIIRI%TMAS DAY(7) B. HOLIDAYS: NEW YEAR'S DAY, MI-MORIAI, DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFI'L'R THANKSGIVING DAY,THE DAY BEFORt CHRISTMAS,AND CHRISTMAS DAY(8). C HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORAAI. DAY, INDEPENDENCE, DAY, I-A130R DAY, THANKSGIVING DAY,TI IF.FRI DAY ALTER THANKSGIVINGS DAY.AND CHRISTMAS DAY(8)IIOLIDAYS- NEW YEAR'S DAY, . DEPENDLINCE DAY. J) PR llAY AND SATURDAY AFTER TI I ANKSGIVING j)AYNAND CHRISTMAS DAY(8). R DAY, THANKSGIVING DAY, THE G. HOLIDAYS. NEW YEAR'S DAY,MEMORIAL DAY,1NDEPTNDENCJ'.DAY. I_AI301C DAY,THANKSGIVINO DAY, 'f11E LAST ' WORK DAY BEFORE CHRISTMAS DAY,AND CilRIS1'MAS DAY(7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING; DAY, ']'III? DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) HOLIDAYS: .NEW YEAR'S DAY, MEMORIAL DAY, IND171'ENDPNCE DAY, LABOR DAY, THANKSGIVING DAY. AND CIIRISTMAN DAY(6) 11/26/97 13:32 L&I EMPLOYMENT STANDARDS 004 $$NEFIT CODE KEY-EFFECTIVE 11.12-97 -3- DENCE DAY, R DAY. 5 M HRIllAY AM-ER TIJANK IVS DAY,C V NG DAY,TIIL DA DEFORE C HRIRIAL DAY, STTMAS DAY,ANll CORIS MAS DAY g)IVNG DAY. '1'13E N HOLIDAYS: NEWV�RANF'DAY,TIiANKSGIDVING DAY,THE FRIDAY AY, WASINGTON'S IAFTER THANKSGIVING MORIAL ll AY,AND CHRISTMAS DAY(9), AY, INDFjENIi)F.NCr-- DAY, 13�)R DAY, 0, PAID ilOL1I7AYS: NFW YEAR'S DAY,WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY,LA11011 DAY,T11ANKSGIVN6 1 DAY,AND CHRISTMAS DAY(6) PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL_DAY,LNDF.PENDENC1;DAY,LABOR DAY, 111ANKSGIVINO DAY, AND CHRISTMAS DAY(G). R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL.DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY.DAY AITI?R 111ANKSGI V1NG DAY,ONY-ILAL.F DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S PAFD HOLIDAYS: NEW YEAR'S DAY,WASHIN6TON'S BIRTHDAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, T)ANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS' SEVL'N(7)PAIL)IIOL.IDAYS. U. PAI17 HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, 1NDFPhNDPNCE DAY, LABOR DAY,THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF TILE L'MPI.OYEES CHOICE(7). L V. PAID HOLIDAYS SIX((,)PAID 1101-IDAYS. W- PAID HOLIDAYS- NINE(9)PAID HOLIDAYS. 1 X. HOLIDAYS. AFTER 520 H0IJR%-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS- NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MFMORIAI-DAY, INDEPL'NDPNCE DAY, I.ABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATINO HOLIDAY(8) Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL. DAY, INDEPENDENCE DAY, LABOR DAY, I'K1.SIDEN NAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY 170LLOWINC,TIANKSGIVING DAY,AND CHRISTMAS DAY(R). Z. LOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY.VETERANS DAY,TIIANKSGI VINE DAY,THE FRIDAY A1TER'1'3iANKSGIVINGDRY,AND CliRls'I7vSAS DAY(R). A PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPINDENCE DAY, LA130R DAY, TtiANKSGtvNG DAY, 6, CHRISTMAS EVE DAY, AND CHRISTMAS DAY(7) B, HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDMIENDL'NCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CIiRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW ' YEAR'S DAY(9). C. YEAHOLW NEW YEAR DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY.THE DAY ALTER THANKSGIVING DAY, THE. LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTTMAS DAY(9) D. F'Alll li0I,1DAYS: NEW YEAR'S DAY,WASHINOTON'S BIRTHDAY,MEMORIAL DAY,INDEI'ENDENCl;DAY,LABOR DAY, THANKSGIVING DAY. THE FRIDAY AFI'ER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEL70RF? OR THE DAY AFTER CHRISTMAS DAY(9). F HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAI, DAY, INDEPENDENCE DAY, LABOR DAY, VE'ITRANS DAY,THANKSGIVING DAY,FRIDAY AVI'ER THANKSGIVING DAY AND CHRISTMAS DAY(9). it HOLIDAYS: NEW YEAR'S DAY, MARTIN I THANKS IV NG)AY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(R 1VDENCE DAY,LnD01t vnY, 1. PAID HOLIDAYS. NEW YEARS DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTI'.R THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL. DAY, INDEPENDENCH DAY, LABOR DAY, THANKSGIVING 1)AY, THE FRIDAY AFI'El2 THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY,(R) M PAID HOLIDAYS 1Nll1 11 L'NDI:NCE DAY,I.A►30R DAY AND THE 1 AY At'IERn NEW YEAR's DAY, 1iANKSGIVING. I) MEMgItIAi. ' I'AlI) HOLIDAYS. MEMG1tIA1• DAY, 1NDEPENDP_NCE DAY, LABOR DAY, THANKSGIVING DAY AND N. __.._... ... vr.A D.,_ I%A V AMn'PHr.DAY AFTER TIANKSGIVNG LAY. 11/26/97 13:32 L&I EMPLOYMENT STANDARDS 005 BENEFIT CODE KEY-FFFECTIVE 11-12-97 -4- t,_ Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CIIRIS 1'MAS DAY. IJNI"AID HOLIDAYI PRESIDENTS'DAY- , R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S I3IRTHDAY, MEMORIAL DAY; INDEPENDENCE DAY. THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY(8). I S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENVE.NCE DAY, LABOR DAY, THANKSGIVING DAY,TIIE FRIDAY AM'E1t THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8) T PAID HOLIDAYS' NEW YEAR'S DAY, WASHINGTON'S BIRTFIDAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THL FRIDAY AFTER THANKSGIVING DAY, ']'HE LAST WORKING DAY 13HFORE 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 IA FLOATING HOLIDAY(9). V PAFI) }30L1DAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND L'MPI,OYEE'S BIR'I'111)AY(9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, "THANKSGIVING DA'l. DAY AFTER 'THANKSGIVING DAY, CHRISTMAS DAY,DAY lit?FORT 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 AFTI3R THANKSGIVING DAY, CIRISTMAS DAY,DAY BEFORE OR Al2TER CHRISTMAS DAY,EMPLOYEE'S 1111ZTHDAY(11), NOTE CODEN II A THE THE HOURLBY WAGJ NDY RATE OF PFI FRINGE BENEFITS,THEAY FOR DIVERS SHAT.1, BE QNrAiALF TIMES THE I FOLLOWING DEPTH PREMIUMSAPPL Y TO DI'.}'THS OF FIFTY FEET OR MORE: OVER 50"I'0 100' $LOU PER POO'f 1'OR EACII TOOT VVER 50 Flil?T OVER I OU TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEF:I' OVER 175''1'0 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS TITAN'THI?SCALE'USTI:ll FOR 250 FEET C. fHF; STANDBY RATE OF PAY FOR DIVERS SHALL BF:ONE-HAI.F TIMES THE DIVERS RATE.01" PAY. 1N ADDI'f1()N 'fo TF1L• HOURLY WAGE AND FRINGE BENEFITS. THE FOLLOWING DEP17i PREMIUMS APPLY 11.1 I)EP3'HS OF FIFTY FITET OR MORE: OVER 50'"f0 100'-$1.00 PER FOOT FOR I:ALH F-001-OVER 50 FEET OVER 100'TO 150'-SI.50 PER FOOT 1'OR EACH FOOT OVER 100 FLIT OVER 150'TO 2D0'-$2.00 PER FOOT POR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME•.THEIR OWN PRICE D. WORKLI(S WORKING WITH SUPPLIED AIR ON IIALMAT PROJECTS RI?CE1V)i AN ADDITIONAL$1.00 PER HOUR. 1 E ALLCLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN I'.MILOY}iR'S DP.S1(iNATE1) JOTS HEADQUARTERS AND WORKING A MINIMUM OF LOUR(4)HOURS 1N ANY ONE(1)DAY SHAH..RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS(S24,00)IN ADDITION-1'0 THE.PREVAILING HOURLY RATE OF WAGE AND FRINGE.BENEFITS- I,. WORKERS ON HAZMAT PROJECTS RECEIVE ADDTTIONAL HOURLY PREMIUMS AS 1,0I.1,0WS-LEVEL A: $0.75, LEVEI, IS:$0.30. AND LEVL'1.C $0.25. M. WORKERS ON HA7.MAT PROIEC'I'S RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LF.VJU.S A &. 13. $1 00, LEVELS C&D:$0.50 WORKERS ON HAGMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-1..I'.VEL A:$I.00,1-I VEL 11. $0.75,LEVLL C$0.50, AND LEVEI.0: $0.25. 11/26/97 13:33 L&I EMPLOYMENT STANDARDS 006 `A State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wags Section-Telephone(300)902-6336 PO Box 44540,Olympia,WA o8504-4640 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 11-12-97 _ see Benefit Code Key)R«* Over F'f2EVAiL1N0 Time Holiday Note �(VAGL Code Code Code Classification 1 ASBESTOS ABATEMENT WORKERS $25.60 1 M 5D JOURNEY LEVEL BOILERMAKERS 1 R 5N ' JOURNEY LEVEL $33.3R BRICK AND MARBLE MASONS $30 76 1M 5A JOURNEY LEVEL 1 CABINET MAKERS(IN 8110P) $11 71 1 JOURNEY LEVEL CARPENTERS $29.85 1M 5D ACOUSTICAL WORKER $29 69 1M 50 CARPENTER $29 79 1M 5D CREOSOTED MATERIAL $29.69 1M 5D DRYWALL APPLICATOR $28 82 1M 5D FLOOR FINISHER $29 82 1M 5D FLOOR LAYER $29 82 1 M 5D FI OOR SANDER $30 69 1M 5D MILLWRIGHT AND MACHINE ERFL TORS $29 89 I M 5D PILEDRIVERS,BRIDGE DOCK&WARF CARPENTERS 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $29.89 1M 5D SAWFILER $29 B2 1M 5D ' SHINGLER $29.82 1M 50 STATIONARY POWER SAW OPERATOR $29 82 1M 5D STATIONARY WOODWORKING TOOLS ' CEMENT MASONS $3Q.62 1N 50 JOURNEY LEVEL DNERS&TENDERS $63 77 1M 50 8A DIVER 1M 6D DIVER TENDER $31.81 DREDGE WORKERS $29 02 IN 5D OL ASSISTANT EN13INEIR $28 5B IN 5D 8L ASSISTANT MATE(DEGKHAND) $29 02 1N 5D BL BOATMEN $29.07 1 N 5D 8L CRANEMAN $29 07 IN 5D OL ' ENGINEFR WELDER $29 46 1N 5D 8L LEVERMAN,HYDRAULIC $28 58 1N 5D el MAINTENANCE $29 02 1N 5D 8L MATES $28,66 1N 5D 8L OILER DRYLYALLTAPERS $29.80 tJ SA JOURNEYIEVFL Pace 1 11/26/97 13:34 L&I EMPLOYMENT STANDARDS 007 KING COUNTY Effective 11-12-97 I ♦.wfvww*I.awwtwf.►rwwwAA�+wwwr.fret+rwAkf«kt+itWNrlf*Fft*tR*t�Yw***Rwtw*Ahfr**M*A*+ffrwMr*kA*Mf"ww�*(See Benefit Code Key?mow• Over PREVAILING Tlm* Holiday Note WAGE lode Code Code Classification ELECTRICAL FUCTURE MAINTrNANCE WORKERS $9 37 }J SA JOURNEY LEVEL ELECTRICIANS-INSIDE $36.49 1 J 6H CABLE SPLICER $39,42 1J 6H CABLE SPLICER(TUNNEL) $35.16 1 J 6H CERTIFIED WELDER $37 95 1 J 614 CERTIFIED WELDER(TUNNEL) S18 54 1J 6H CONSTRU CTION STOCK PERSON $33.83 1J 6H JOURNEY LEVEL $36 49 1.1 6H JOURNEY LEVEL(TUNNEL) ELECTRICIANS-MOTOR SHOP $15.37 2A be CRAFTSMAN $14.60 2A 6C JOURNEY LEVEL 1 ELECTRICIANS-POWERUNE CONSTRUCTION $33.36 4A 5A BE CABLE SPLICER $30.62 4A 5A SE CERTIFIED LINE WELDER $22 26 4A 5A BE GROUNOPER50N 23 q0 4A SA 6E $ HEAD GROUNDPERSON 4A 5A BE HEAVY LINE EQUIPMENT O $23 PERATOR $30 62 62 4A 5A BE JACKHAMMER OPERATOR $30.62 4A 5A BE JOURNEY LEVEL LINEPERSON $26 15 4A 5A 6171. LINE EQUIPMENI OPERATOR $30.62 4A SA BE POLE SPRAYER $23 40 4A 5A BE POWDERP£RSON ELECTRONIC L TELECOMMUNICATION TECHNICIANS $12 07 1 JUURNEYLEVFL ELEVATOR CONf3TRUCTORS $27 51 4A 61 CONSTRUCTOR $36 68 qA 61 MECHANIC $40.49 4A 61 MECHANIC IN CHARGE $14.43 4A 61 I PROBATIONARY CONSTRUCTOR FABRICATED PRECAST CONCRETE PRODUCTS 1 ARCHITECTURAL AND PRESTRESSED CONCRETE-All ClasSIflCatione $$8.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Csrpentet $17 96 1 B 6S ' ALL OTHER CONCREI t-PRODUCTS-Clean-up, $18 21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator 1B 6S $18.21 ALL OTHER CONCRETE PRODUCTS-Gunfle $1 R 74 1 B 6S I ALL OTHER CONCRETt PRODUCTS-Maintenance $18 21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $1 B 21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder 1 g 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.96 $17.96 6s ALL OTHER CONCRETE PRODUCTS-Yatd Patch 1B FENCE-ERECTORS $13.80 1 FENCE ERECTOR $11.60 1 FENCLLABORER FLAGGERS $20.92 1M 5D JnuRNEYLEVEL (tl_A71ERS $28,70 2E SG JOURNf=Y LEVEL HEAT 14 FROST INSULATORS AND ASBESTOS WORKERS $31.08 t` 6R ' MECHANIC Pape 2 11/26/97 13:34 L&I EMPLOYMENT STANDARDS 008 KING COUNTY Effective 11-12-97 *+,yf4ff*kf'�f«R1kw*M'}}r11f fA*1f f*A***M�'frf**MtM}rf***MN*11f kk*1f'1f**Rlk�f A'*kk�'1t1t**M*f111t ft 1f KAA Frt««*AMr.FA'frt4i+«« (See Benefit Code Key) over ' PREVAILING Time Holiday Note WAGE Code Code code Cla f cation HEATING EQUIPMENT MECHANICS MECHANIC $18.45 SA 1J INDUSTRIAL ENGINE AND MACHINE MECHANICS $15'6J MECHANIC 1 1 INDUSTRIAL POWER VACUUM CLEANER 1 JOURNEY LEVEL $9.47 INLAND BOATMEN 1 K 5D DECKHAND $18. $18 7 1K SD ENGINFER-DECKHAND 75 IK 5D OPERATOR $20 55 INSPECTIOWCLEANINGISEALING OF SEWER&WATER SYSTEMS 8Y REMOTE CONTROL 73 1 $148 CLEANER OPERATOR,FOAMER OPERATOR S1 48 1 GROUT TRUCK OPERATOR t HEAD OPERATOR $$6 28 625 t TECHNICIAN t $10.53 TV TRUCK OPERATOR INSULATIONAPPLICATORG 1M 5D JOURNEY LEVEL $27 21 IRONWORKERS t t3 5A JOURNEY LEVEL $31.42 ' LABORERS W&O8 tM 60 ASPHALT RAKER 60 $25.80 1M 50 BALLAST REGULATOR MACHINE 1 M 5D BATCH WEIGHMAN $2 $2560 BO tM 5D CARPENTER TENDER 1M 5D CASSION WORKER $26-44 $26.08 1M 5R CEMENT DUMPERIPAVING 1M 50 CEMENT FINISHER TENDER $2 $26,09.08 1M 5D CHIPPING GUN(OVER 30 LBS) 1M 5D CHIPPING GUN(UNDER 30 LBS) $25.60 $25.60 1M 5D CHUCK TENDER IM 5D CLEAN-UP LABORER $25 60 $25,80 1M 50 CONCRETE FORM STRIPPER .08 1M 5D $2 CONCRETE SAW OPERATOR $200.82 1M SD CRUSHER FEEDER 1M 50 CURING LABORER $ZS.60 IM 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $25.60 60 1M 5D t DITCH DIGGER $26.44 $2$.44 iM 5D DIVFR 08 1M rD DRILL OPERATOR(HYDRAULIC,DIAMOND) $26.44 1 $26.44 1M 5D DRILL OPERATOR,AIRTRAC 60 1M 5D DUMPMAN $2 .08 $26.08 t M 50 FALLERIBUCKER,CHAIN SAW 1M 5D FINAL DETAIL CLEANUP(Le.,dusting,vacuuming,window cleaning;NOT $18.60 constructlon debris cleanuP) 1M 50 F'NE GRADERS $25 60 $26.80 1M 50 F,RE WATCH 1M 5D FORM SETTER $25.60 GABION BASKET BUILDER $25.60 1M 5D $25.60 1M 50 GENERAL LABORER' 1M SD GRADE CHECKER&TRANSIT PERSON $26.08 Pape 3 11/26/97 13:35 L&I EMPLOYMENT STANDARDS 009 KING COUNTY Effective 11-12-97 *#***##rrrwkR*##*rtwr.erwrt##****k++*f+'rNr##**trk##*#�1r#r#w##*k**twww#irk*#***twwr*RKrrrwwrrww.«awwwr««.wakww«ww«r«w (See Benefit Code Key) Over PREVAILINO Time Holiday Note GlassiflCatiOfl WAGE Code 929 Coae ' GRINDERS $25.60 1M 5D GROUT MACHINE TENDER $25.60 1 M 5D HAZARDOUS WASTE WORKER LEVEL A $26.44 1M SD HAZARDOUS WASTE WORKER LEVEL B $26.08 IM SD HAZARDOUS WASTE WORKER LEVEL C $25.60 IM 5D HIGH SCALER $26.44 I M 5D HOD CARRIERIMORTARMAN $26.08 1M 5D JACKHAMMER $26,OB 1M 5D (.ASER BEAM OPERATOR $26.08 IM 5D MINER $26.44 i M 51) ' NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $20.08 1M 5D PRESSURE AIR&WATER ON CONCRETE 8 ROCK,SANDBLAST,OUNITE, SHOTCRETE.WATER BLASTER PAVEMENT BREAKER $2 PILOT CAR $20. 1M 5D .92 1M 5D PIPE RELINER(NOT INSERT TYPE) $26,08 IM So PIPELAYER&CAULKER $26.0B iM 6D PIPE-LAYER&CAULKER(LEAD) $26.44 1M 6D PIPEWRAPPER $26.08 tM SD POT T tNUEit $25.50 IM 5D POWDERMAN $26.44 1M SD POWDERMAN HELPER $25,60 IM 6D POWERJACKS $26.08 tM SD RAILROAD SPIKE PULLER(POWER) $26.08 tM 5D RE-TIMBERMAN $26.44 i M SD RIPRAP MAN $25 60 IM 6D SIGNALMAN $25.50 IM 6D SLOPER SPRAYMAN $25.60 1M 51) SPREADER(CLARY POWER OR SIMILAR'I YPEs) $26.OB IM 5D SPREADER(CONCRETE) $26.08 IM SD STAKE HOPPER $26,60 tM 6D STOCKPILER $25.60 i M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $26.08 t M SD ' TAMPER(MULTIPLE&SELF PROPELLED) $26.08 1M 6D TOOLROOM MAN(AT JOB SITE) $25.60 1 M SD TOPPER-TAILER $26.60 1M 5D TRACK LABORER $25.00 'I M SD TRACK LINER(PCIWER) $26.08 IM 5D TUGGER OPERATOR $26.08 tM 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $25.60 IM 5D VIBRATOR $26.08 tM 5D WELDER $25,60 IM SD WELL-POINT LABORER $20.OB tM SD LABORERS-UNDERGROUND SEWER 6 WATER GENERAL LABORER $25.60 IM SD PIPE LAYER $26.08 1M 6D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 t LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.03 i LANDSCAPING OR PLANTING LABORERS $8.42 ' LATHERS JOURNEY LEVEL $20 80 1J 5A Pape 4 11/26/97 13:35 LB,I EMPLOYMENT STANDARDS 010 KING COUNTY Effective 11-12-97 ####t�rwwA#�'NR#hM##w#w###wtir####trrwk►#+ti'###A«AA##M#►#1t#A###�wkYr�r/er##Ikwrr#/�##t##fr###tt##ww#www•www Frw,ww�.�i r.• (See Benefit Code Key) Over PREVAILING Time Hnliday Note WAGE Code Code Class cation MACHINISTS(HYDROELECTRIC SITE WORK) 1 $16.84 MACHINIST METAL FABRICATION(IN SHOP) I $15.86 FITTER $ . 1 LABORER 1 MACHINE OPERATOR $13.04 04 $11.10 1 PAINTER 1 $15.4 WELDER B MODULAR BUILDINGS $11.56 CABINET ASSEMBLY $11.56 ELECTRICIAN 1 EQUIPMENT MAINTENANCC $11.56 $11.58 1 PLUMBER t .26 PRODUCTION WORKER 1 $111.56 I TOOL MAINTENANCE I $11.56 UTILITY PERSON $11.56 1 WELDER PAINTERS 2B 5A I JOURNEY LEVEL $23.88 PLASTERERS 1R 5A JOURNEY LEVEL �30.71 PLAYGROUND 11 PARK EQUIPMENT INSTALLERS t $$42 JOURNEY LEVEL PLUM ERS 6 PIPEFITTERS 1 B 5A ,JOURNEY LEVEL $38.26 POWER EQUIPIaeNT OPERATORS 29 1 T 5D BL ASSISTANT ENGINEERS $30.75 $30.75 1T 50 BL BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $31.19 1T SD 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $31.69 IT 5D 8L BACKHOES, (75 HP&UNDER) $30.39 $30.75 1T 5D 8t BACKHOES, (OVER 75 HP) 1T 5b 8L BARRIER MACHINE(ZIPPER) $30.75 76 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $30. IT SD sl BELT LOADERS(ELEVATING TYPE) $30.39 $28.20 1T 5D 8L BOBCAT 29 1T 5D et BROOMS $ ,75 ga3t}0 75 iT 5D 8L BUMP CUTTER 1T 5p 8L CABLEWAYS $3 .75 $30.75 IT sD aL ' CHIPPER $28.29 IT 50 8L C OMPRESSORS $28.29 1T 50 BL CONCRETE FINISH MACHINE-LASER SCREED IT 5D 8L 75 CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $30.39 IT 5D 8L CONCRET E PUMPS $30 y30 2.39 1T SD BL CONVEYORS 1T 50 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $30.39 $30.75 1T 50 8L ' CRANES, 20-44 TONS,WITH ATTACHMENTS 1 T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $31,19 WITH ATACHMENTS) 1 T 5D aL CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $31.69 WITH ATTACHMENTS) Page 5 11/26/97 13:36 L&I EMPLOYMENT STANDARDS Oil KING COUNTY Effective 11-12-97 _ f ff**Mtff**Mftff*rt+t�f4�w**f*�'k**rtf�'tfif*�t*kM'h**f�Mt**kR*M�'*R*'tfltfR**fw*w'kt�t*i«+t«*iwr'twt+t+�"(See Benefit Code KeY)+tt Over PREVAILING Time Holiday Note WAGS code Code Code Classification ' 1T SD 8L CRANES,200 TONG TO 300 TONS,OR 2501=T OF BOOM(INCLUDING Jib $32.1 fl WITH ATTACHMENTS) S28 29 1T 5D BL CRANES,A-FRAME, 10 TON AND UNDER 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $3 . CRANES,OVER 300 TONS,OR 3 OF BOOM INCLUDING JIB WITH $32.69 1T sD aL 00' ATTACHMENTS $30.75 11 51) oL ' CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $31 19 1 T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) BL $31.69 1 T 5D CRANES,OVERHEAD,BRIDGE I YI'E(100 TONS A OVER) 1T 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 1 T 5D 8L CRUSHtKS $30.75 g30.76 1T 50 8L DECK ENGINEERIDECK WINCHES(POWER) IT 51) BL DERRICK,BUILDING $31.19 $30 39 1T 50 81 DOZERS,D-9&UNDER 1 T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $30 39 1T 5D SL DRILLING MACHINE $30.75 $28.29 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE 1 T SD BL EQUIPMENT SERVICE ENGINEER(OILER) $30.39 1T 5D 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $30.75 3039 1T 5D 8L FORK LIFTS,(30W LBS AND OVER) $ $28.2929 1T 5D 8L FORKLIFTS,(UNDER 30M LBS) IT 5D 8L GRADE ENGINEER $30.39 $78.29 1T 5D SL GRADECHECKER AND STAKEMAN 17 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $30.39 1 T SD 8t HORIZONTAUDIRECTIONAL DRILL LOCATOR $30.38 $3D.75 1T 5D 9L HORiZONTAUDIRECTiONAL DRILL OPERATOR $28.29 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(tU TON&UNDER) $30 3A 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $31 19 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $31 69 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) IT 50 8L LOADERS.OVERHEAD(UNDER 6 YD),PLAN1 FEED $30.75 $30.75 1T sD 6L LOCOMOTIVES,ALL $30 75 1 T 5D t3L ' MECHANICS,ALL $30.75 1T 5D 8L MIXERS,ASPHALT PLANT $30 75 1T 5D et MOTOR PATROL GRADER(FINISHING) 39 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $31.19 ' 1T SD BL MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $31'19 1 T 5D BL OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $28.29 OPERATOR $28 29 1T 5D 8L pAVEMENI BREAKER $30.75 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) 39 1T 5D 6L PLANT OILER(ASPHALT CRUSHER) $ 9 29 $2828 1T 5D 8L ' POSTHOLE DIGGER,MECHANICAL $28.29 1T 5D 8L POWER PLANT $28.29 1T 50 8L PUMPS,WATER $31 19 1T 50 8L QUAD 9,11-10,AND 110-41 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $31.19 EQUIP $28.29 1T 5D BL RIGGER AND BFLLMAN $31.19 1T 5D 8L ' ROLLAGON $28 29 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX Pape 6 ' 11/26/97 13:36 L&I EMPLOYMENT STANDARDS 012 KING COUNTY Effective 11-12-97 rwrwrrk#rrr#aw#*#ww##rrw*#*wwwa,�wrw##*ww##w#rw##*r#rrw#wfr#tr#w##*rw#rkwr#wrrrrrrwwrrrw.wwwww•wwww*wwwwrrwwwrrr+www (See Benefit Code Key) Over PREVAUNG Time Holiday Note Classification WAGE Code Code Code ROLLERS,PLANTMiX OR MULTIUFT MATERIALS $30.39 17 5D 8L RolO-MILL,ROTO-GRINDFR $30.75 11 6D 8L SAWS,CONCRETE 430.39 IT 5D 8L ' $GRADERS,CONCRETE AND CARRY ALL $30.39 11 5D 6L1T 5D BL SCRAPERS.SELF-PROPELLED(UNDER�45 YD) $30.75 SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $31.10 1T 50 gt $30.75 1T 5D 6L SCREED MAN SHOTCRETE OUNI $31TE $31 L 19 1T 5D9 1T SD 6L SLIPFORM PAVERS SPREADER,TOPSIDE OPERATOR-SLAW KNOX $30.75 1 T 5D L SUBGRALIF IRIMMER $30$30.39 1T 5D 8L 1T 5D 8 8L TRACTORS,(75 HP&UNDER) TRACTORS,(OVER TS HP) $30.75 1 T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $30 75 1 T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $31.19 1T 5D SL TRENCHING MACHINES $30.39 17 SD 8L TRUCK CRANE OILERIDRIVER(UNDER 100TON) $30.39 1T 5D 8L ' TRUCK CRANE OILERIDRIVER(10v TON&OVER) $30 75 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $28 29 IT 5D 8L1T SD BL YO YO PAY DOZER $30 75 POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SFE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS �)URNEY LEVEL IN CHARGE $2G 1 S 4A SA UNE CLEARANCE EQUIPMENT OPERATOR $23.44 4A SA SPRAY PERSON S2300 4A 5A TREE TRIMMER $22 31 4A 6A TREE TRIMMER GROUNDPERSON/CHIPPER OPERATOR $16.25 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $38.76 5A 1P RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $19.26 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $20 51 1N SD RESIDENTIAL C9!MENT MASONS IN 6D JOURNEY LEVEL $,30 c2 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $2�.18 } RESIDENTIAL ELECTRICIANS .TOURNEY LEVEL $15.21 1 RESIDENTIAL OLA7JERS 7E SG JOURNEY LEVEL $20.2A RESIDENTIAL INSULATION APPLICATORS JOUKNEY LEVEL $17.59 1 RESIDENTIAL LABORERS JOURNEY LEVEL $7.96 1 ' RESIDENTIAL PAINTERS $14.83 JOURNEY LEVEL 1 RESIDENTIAL PLUMBERS L PIPEFITTE-RS 5A JOURNEY LEVEL $2172 ' Page 7 11/26/97 13:37 L&I EMPLOYMENT STANDARDS 013 r KING COUNTY 1 Effective 11-12-97 _ xxx*rrxxx�rxrrxvrkxr�rxxrr+*xrrx*w««««+r«««rr«w.�awrrxAxrrrxrr«rxxxrrrrxxxrrrx«tri.«rw.►ww++rrr««rr($ee Benefit Code Keyes) «« Over PREVAILING Time Holiday Note WAGE code Code Code Classifir,allon ' RESIDENTIAL REFRIGERATION 6 AIR CONDITIONING MECHANICS $36.76 is 5A JOURNEY LEVEL RESIDENTIAL SKEET METAL WORKERS $23 07 1J 5A JOURNEY LEVEL RESIDENTIAL SOFT FLOOR LAYERS $26 40 1 g 5A JOURNEY LEVEL r RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) , $15.37 JOURNEY LEVEL ROOFERS JOURNEY LEVEL $30.75 IR 5A .75 IR 5A $ USING IRRITABLE BITUMINOUS MATERIALS SKEET METAL WORKERS 11 BL JOURNEY LEVEL $34.36 ' SIGN MAKERS a INSTALLERS(ELECTRICAL) $19 29 1 JOURNEY LEVEL 9 $10.39 STOCK PERSON SIGN MAKERS 3 INSTALLERS(NON-ELECTRICAL) t $18.05 CONSTRUC I ION $10.33 1 CONSTRUCTION"B" 1 $10.24 PRODUCTION SILK SCREENER ' $ Al t SHOP PERSON $18 05 � SIGN BANGER $20.81 t SIGN PAINTER I $14.68 SILK SGRFENER SOFT FLOOR LAYERS 1 g 5A $26.40 JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS 1 5S JOURNFY LEVEL $12.44 SPRINKLER FITTERS(FIRE PROTECTION) $35 30 is 5C JOURNEY LEVFI ' STAGE RIGGING MECHANICS(NON STRUCTURAL) 1 $13.2.3 JOURNEY LEVEL SURVEYORS ' $9.35 CHAIN PERSON $11 AD � INSTRUMENT PERSON $13.40 PAR1Y CHIEF ' TELEPHONE LINE CONSTRUCTION-OUTSIDE $21 53 2B 5A CABLE SPLICER $11 55 2B 5A HOLE DIGGERiGROUND PERSON $20.59 2B SA INSTALLER(REPAIRER) $19 95 2B 5A ' JOURNEY LEVEL TELEPHONE LINEPERSON $21 53 2B 5A SPECIAL APPARATUS INSTALLER 1 $21 07 28 5A SPECIAL APPARATUS INSTALLER It $21 53 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $19 95 28 5A TELEPHONE EQUIPMENT OPERAI OR(LIGHT) $10 90 20 5A TELEVISION GROUND PERSON $14 87 28 5A TELEVISION LINEPERSON $17 91 213 5A TELEVISION SYSTEM TECHNICIAN $16 00 2B 5A TELEVISION TECHNICIAN $19.95 2B 5A TREE TRIMMER ' Page B 11/26/97 13:37 L&I EMPLOYMENT STANDARDS 014 KING COUNTY Effective 11.12-97 Aittrx«xxw«*xx«xw««xlrt«xxx«xx♦*-rxx«rxx«xx«««xx«x,rx««+kxxrx««x«�rxw«+.x«+xx«k+kx««r«k«x««k•«x«�''�«(See Benefit Code Key) «« Over ' PREVAILING Time Holiday Note WAGE od, &k& ggdo 9111—SS cati TERkAZZO WORKERS 6 TILE SETTERS $28 58 113 5A JOURNEY LEVEL TILE,MARBLE &TERRAXZO FINISHERS $Z3.66 1 B 5A FINISHER TRAIrFIG CONTROL STRIPERS $23.83 1 K JOURNEY LEVEL 1T 5D 8L TRVGK DRIVERS b28 60 0L DUMP TRUCK $20 1B 1T 5D DUMP TRUCK&TRAILER $29 18 1� 5D 8L OTHER TRUCKS $26.46 1 ' TRANSIT MIXER WELL DRILLERS a IRRIGATION PUMP INSTALLERS $11.60 1 IRRIGATION PUMP INSTALLER $9.45 1 ' OILER $1160 t WELL DRILLER r ' Page 9 1 r APPENDIX E STANDARD PLANS 1 1 1 ' Oakesdale Avenue SW Extension LIST OF STANDARD PLANS ' Standard Plan Drawing Title Reference A003 Bridge Approach Slab—Sheet 1 of 2 A004 Bridge Approach Slab—Sheet 2 of 2 B010 Concrete Inlet(Catch Basin) B011 Area Inlet(Catch Basin) B012 Catch Basin Type 1 B014 Catch Basin Type 1L B017 Open Curb Face—Frame &Grate Installation Detail B018 Open Curb Face—Frame and Grate Details B020.1 Catch Basin Frame and Grate Details—Sheet 1 of 2 B020.2 Catch Basin Frame and Grate Details—Sheet 2 of 2 B027 Catch Basin Type 2—48 inch, 54 inch, or 60 inch ' B027.1 Catch Basin Type 2—72 inch and 96 inch B033 Frop-T—Shear Gate Detail B034 Misc. Manhole Details—Ladder, Steps, Grade Ring Top Slab ' B035 Misc. Catch Basin Details—Ladder, Steps, Grade Ring&Top Slab B046 Beveled End Sections for CMP B047 Debris Barrier B048 Debris Barrier for Concrete Pipe B063 Pipe Compaction Designs and Backfill B071 Sanitary Manhole Typical Detail B074 Manhole Frame &Cover B077 Pipe Bedding for Sanitary Sewers in Trenches Only B083 Air Test Table (Low Pressure) for Sewer Mains ' B085 Concrete Blocking Sizing Procedure B090 Valve Operating Nut Extension &Valve Marker Post B 102 Fire Hydrant Assembly Detail B 103 Hydrant Markers B 105 Permanent 2-inch Blowoff Assembly (For 8 inch and Smaller Mains) B 110 Dechlorination B-28 (WSDOT) Pipe Collar(modified for English Units) E001 Date Numerals F001 Cement Concrete Curbs and Gutters F003 Block Traffic Curb F004 Extruded Curb F005.1 Cement Concrete Sidewalk and Approach Details—Sheet 1 of 2 F005.2 Cement Concrete Sidewalk and Approach Details—Sheet 2 of 2 F006 Cement Concrete Approach for Driveway and Alleys F007 Typical Sidewalk G008 Roadside Sign Structures on Timber Posts ' G020 Sign Mounting Details—Sheet 3 of 3 H001 Channelization Markers—Sheet 1 of 2 H002 Channelization Markers—Sheet 2 of 2 H-5d (WSDOT) Raised Pavement Marker Substitution Patterns H006 Two-Way Left Turn Arrows H007 Raised Pavement Markers and Precast Block Traffic Curbs ' H008 Pavement Marking Details H009 Pavement Markings 722 (Seattle) Modified Preferential Lane Symbol Standard Plan Drawing Title Reference HO10 Thru &Left Turn Only Detail HO11 Thru & Right Turn Only Detail H012 Painted/Thermoplastic Crosswalk H031 Monument Case &Cover H032 Lane Width Overlay(For Flexible Pavement Only) H032A Typical Patch for Flexible Pavement when Perpendicular To Roadway Center Line J007 Typical Lighting Underground System J008 Concrete Pad Details JO10 Street Light Contactor Cabinet&Cabinet Foundation JOl l Street Light Contactor Cabinet Schematic J012 Type III Service Cabinet J014 Light Base and Junction Box Locations J016 Junction Box Details J019 Signal Head Mounting Details—Mast Arm and Span Wire Mountings Ju22 Pedestrian Push Button Post J023 Pedestrian Head Pole J024 Pedestrian Sign J025 Pedestrian Push Button &Sign Pole Mounting J-lb (WSDOT) Steel Light Standard Base Details—Sheet 1 of 3 J-lb(WSDOT) Steel Light Standard Base Details—Sheet 2 of 3 J-lb(WSDOT) Steel Light Standard Base Details—Sheet 3 of 3 K004 Traffic Control Plan (four lanes—one closed) K009 Traffic Control Plan (intersection—right turn only lane) KO10 Traffic Control Plan (intersection—left turn only lane) K016 Traffic Control Plan (freeway shoulder work) K017 Traffic Control Plan (urban shoulder work) L002 Chain Link Fence—Sheet 1 of 2 L002.1 Chain Link Fence—Sheet 2 of 2 J004 Standard 35' Davit Pole 38' DAVIT 38' Davit Pole 42' DAVIT 42' Davit Pole 47' DAVIT 47' Davit Pole 33.10(METRO) Metro Drop Connection Detail 7" Clr, GENERAL NOTES E- d 1- _ I. oef lqqn guidance shall De reauesl„u from Br loge and Structures Bronchi TOP © a. when skew exceedS fs°. v-- D. when Daveme nt Seot exceeds I'-I" I(xC(Pt. If STEEL g 0 �� — o bridge deck IS omatch d, slob overlay). shall `o Dt increased to notch top or over loyl. .` 2. If plans IndlCatf Epoxy-coated steel In bridge m SA e.r p -' va. a of deck this standard, ashaltl ark also be e and Mo M $ s Dors DOx y•coated _ BOTTOM 0 lexcept transverse bottom s,eell. STEEL 7. For multi-Ionip roadway, or for roadway with shoulders, oil transverse steel bars may be _ full width, less 2" clear per Slde. 25' 0" 2" Clr, e, when bridge Is "L" Typo Abutment, o %2' premoided r rl joins filler wl if be used isee "L" type The Plan above represents Only the DaSIC 12' x 1S' slob modale with skew. All approach leap Abutment Joint Detail, Shoat 2). consiruction shall be for full width of traffic Imes and Shoulders of both ends of the brldgf. Cara and catch Ddf ln, see Standard for Slob a.teMI on IleS. For requlrfd c Include shoulder%, continue reinforcing Steel Spacing and Slob thickness Plan "CATCH BASIN curb AT BRIDGE END". In Inc some relotlonshlp os In the bOSIC slob module. PLAN See Note CONSTRUCTION NOTES l0l/1" of 2'-0" MAR Qot I'-e%t" I. For PCC roodwoy, Insert dowels parallel 1/2" Clearance to center line of 1' O.0 aeon? transverse Q Ste Construction Note ) 2'/2� 2'/2'� Clr. con strucilon Joint. Additional details Coxgr@sflon — ore shown on elevation below. Sh1et 21 I 1 1 7" Clr, I'-I" et s'•o•• .•fOct 9'/2" MAX ®at 2* 0" ISee Not@ Dr7 See Bridge Approach Slob Crushed Surfacing lop Course I%—DIA . 1'- S_Dowel Anchor Details IShtft 21 0.2' MIN compacted depth 2. Approach slob edge treatment LONGITUDINAL SECTION (a) Expansion Jalnt between bridge deck and flop OAR use FOR IueoARo 11 ■ is SLAB edge both $Idol with ''/2" R. Ibl Longltudlnol exterior edge LOCATION NARK SIZE NO. LENGTH • wipe wi to '/2 R. Longl,udlnol Bottom 0 1 10 25- 7" Icl Trmsverse construction Joint between slob and PCC roadway Longltudlnol Bottom (1) 1 10 2e'- )" - edge both fide' with V2" R. Longitudinal Bottom m 1 ! 21.- V. idi longitudinal construction Joint between adjacent Imes, only when l ongtiudlrgl IOD (2) 1 19 1'• ]" Sir. required Longitudinal top S 10 24'- 1" Sir. • edge first pour only with I/f" R. Irorsverse Bottom and Top (1) S )1 *It'- 1" Sir. Addle tonal dotal is are shorn on section below, Ytrilcol Tit sow a )6 2'- 0.. Sir. Ironsverse Ile sor Q y1 1/ 2'- 0" Sir. IS) Am APPROXIMATE OUANTITIES INe Stow) BRIDGE APPROACH SLAB EDo.y Coated Steel Reinforcing Bars I tbs.I lie flret Par total Steel owyCooled Dori. 29S) ). lop reinforcement atoll be supported D i nc Judi ng Epo.y tooted IIDf.I mars 1 Dorf driven Into subgrode on y Additl orMI Steel par Joint fibs.) 30 opproxlmately the following centers) Concrete tau. yd.) 12 )'•0" longitudinally Bridge Approoeh Slob Anchor 6 2'•6" transversely BENOINO DIAGRAM —��Gan, hook. ,o provide ADOPTTD NIN clearance Y �r{� CI7'y Of RENFON * Standard Plans -I)92 Rwlnd 'Mon'and Holes. RJ �_ 1L,f r lengtnen Dar$ for Increased Imo, and/or $houldor wla,nf. DATE IE REVISIONS BY APPR'0 Ist Date It a r 13 1992 �NrrO SP PAGE' A003 M:A-02.1 See Anchor Hood Deloll wrap block with duct tope ' See Anchor 10" Neod Deloll t," 01 A Anchor rod t/t D B A C A i C\O A I'/" v f" square "9'::':I'•:: !. ?:' Y. ■ t'/t square plate pal Ys tyr one E E with arttled % DIA drilled A cut to Method A hole In center fit anchor hood Method B Point metal components of anchor assembly with BRIDGE APPROACH SLAB ANCHOR one coat of Formula A-9-73 (Std. Spec. 9.00.21 ANCHOR HEAD DETAIL QA Anchor Rod, Yt" DIA ■ length as follorst Method At One-piece 1' 10" long, threaded A" MIN, for bridge deck embedment. Grout per Special Provisions. Method 0. Iwo-plocet 1' Jy( threaded Y" MIN, on and away from anchor hood. 0' 10 fully threooed S" MIN each end. ® Pipe, poly►thylono or PVC, 1"" DIA x I' long © Preformed Joint filler, 1/1" thick x full depth OD 1%1" DIA R A" hole, only for one-piece anchor rod InSiollatIon. (D Pavement seat, dimensioned as per plans. Cover with one layer IS• asphaltic building felt. OF Yt'" stop type coupler with a minimum ultimate strength of 20.000 Pounds. IVlllloms C21 or approved equal), © t/," ■ 2'/1" square Plots with 2 nuts. Brldgs ADprooch Slob Anchors shall be placed I' from outside edge of pavomont ono on 2' centers for full roadway width 010n9 bock of bridge pavement soot, parallel with roadway centerline. BRIDGE APPROACH SLAB ANCHOR DETAILS Pov't, soot _ J_�� ch slob Expansion JE::oint-I N- Soe Note t Shoot I rI BRIDGE APPROACH SLAB IatIon0hNormof ♦o ADOPI'I:D pov't. seat "L" TYPE ABUTMENT JOINT �'sY CITY OF REWON DETAIL ♦ ..� Stnndud Plans 1foctuPremodad Joint f l 1 ter Lst Date Mar 13 1992 Q Sool height varies with monufacturor, 'Nrr� verify prior to slob construction. COMPRESSION SEAL INSTALLATION J 1]-9: Oeletvd Crate Inlet Oetaii Ilr - N:A-02.2 SP PAGE A004 OAiE I REVISION I BY APPR'0 rr rr rr rr rr r� �r rr rr r rr rr � �r �r �r ■r r r NOTES od a O DD Frame and grate 1. If wire mesh is used as an alternate to reb;,r, it shall o (See Standard Plan not be placed in the knockouts. o for details) 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. 3. Knockouts may be either round or "D" shape. Pipe to be installed in factory supplied knockouts. Hole size h S,, shall be equal to pipe outer diameter plus concrete a' inlet wal I thickness, 18" MAX. ZA �p-, 6"" Riser Section 4. The toper on the sides of the precast base section and riser section shall not exceed 4%. 5 S - 5. Frame and grate may be installed with flange down or cost into riser. One - 13 Bar hoop 6 5 S•- A "5 0, 2A �01• 12" Riser Section Two - "3 Bar hoop A y Precast Base Section CO �2 (Measurement at the top of the base) c2 03 Bar each corner_/ 1 ( = CONCRETE INLET N / Y�.MI61 OUR"P.M., e3 Bar each side _ top and bottom �1rtY % CITY OF RENTON One -e3 Bar UAR Standard Plans OCrOSS bottom I-3-95 nevlsed Precos/ Dose section and Holes JJD � I'.aSlDalC I/03/1995 ID-II-93 Pevtsed notes and �*.Igned. - Nrr� DALE REVISIOn — APPR'D Plan No D-26 SP PACE B010 NOTES Cost Iron bell grate 1. Area Inlets to be constructed from concrete pipe, in accordance with ASTM C 14 unless otherwise shown on the plans or noted In the Standard Specifications. 2.Cutout hole size Is equal to outlet pipe outside diameter plus area Inlet wall thickness.. 3.Connection to outlet pipe to be mortared and made flush with inside of the area inlet wall. 4.Cost Iron bell prate shall meet the strength requirements of Federal Specification RR-F-6210. The grate shall have slots (holes) that constitute 501 open area for drainage. Inlet bell surface sholl be finished to assure non-rocking + g fit with any cover position. PLAN VIEW + ....................... u '1 c Concrete Pipe Section °o n N D °• See table 1 ° �4"MIN concrete Class B ELEVATION VIEW AREA INLET �M1�/tR e/irM�II.M'011IF ♦rry��Mfa, Outlet pipe Inlet DIA 0 DIA (D) B 181° 4-15-ee Revised title and all references D8 12" 24" GATE REVISION BY PPPR'0 Table 1 CI'I Y O RENTON OPTED (C)" STANDARD PLANS LST DATE:15-Apr-88 r " = � A m m m MOM M MM MM M � a& i NOTES: 4 =a D Frame and grate o (see Standard Pion I. if wire mesh is used as on alternate to rebor, it shall for details) not be placed in knockouts. Bb1B, 8o19t zaa,o 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. g 9•, 10" 3. Knockouts may be on at four sides, either round or 'loll 2A shape. Pipe to be installed in factory supplied knockouts. Hole size shall be equal to pipe outer 5 6" Riser Section diameter plus catch basin wall thickness, 20" MAX. l - e3 Bar hoop \♦ �6 4. The maximum depth from the finished grade to the i e invert is 5'-0 p p 5 S 5. The taper on the sides of the precast base section and yA 3p•, riser section shall not exceed 4%. 6. Frame and grate may be installed with flange down or cast Into riser. 12" Riser Section 2" 2 - e3 Bar hoop 1 �6 Precast Base Section 3, (Measurement at the top p 414, of the base) 03 Bar each corners / 2" CATCH BASIN TYPE 1 13 Bar each side / \ ♦� M�r1v��♦1 M,rly♦1 I A♦r.Vlt,ily \ � l.vl♦.rrl�lw 03 Bar each way \ ADOPTED 0�' CITY Or RENTON Standard Plans Revised precast base section and notes. It,s-t-97 Revised notes and rest ned. i ASt Date S/2G/1995 9 iD DATE Rt vISIoN -- IIIAprk'D Plan No I3-01 SP PAGE BOl2 4a o Dp Frame and grate NOTES: (see Standard Plan 1. If wire mesh is used as on alternate to rebar, it o for detail ) shall not be placed in the knockouts. 2. The bottom of the precast base section shall be a minimum of 4" thick and may be rounded. .)A 3. Knockouts may be on all four sides. Pipe to be J q' 0-- installed in factory supplied knockouts. Hole size shall 2 201- be equal to pipe outer diameter plus catch basin wolf \ thickness, 26" maximum. / \ Riser Section 4. The toper on the sides of the precast base section and riser section shall not exceed 4% . One 13 Bar hoop for 6" j.. 6" or 12" Two 43 Bar hoop for 12" 5. Frame and grate may be installed with flange down or cast into riser. rk 3 6" Reducing Section 6•- 2A 6 / \ Two 13 Bar hoop �M q ' Precast Base Section I,y 52 28 I Measurement at the top1 of the base J ^II / 13 Bar each corners I � ' 2 Iy CATCH BASIN TYPE 1L i r�wiucra ssa,[evumc.,or nu¢ra„s,ia 13 Bar each side ADOPTED .•1' / .� CITY OF RENiDN Sondrdard Plsn, Ls,Ds,e JRNI99J 13 Bar each way ,-,->, . .,��,.•. ,�, . o nri ,/ v o,rt snum• v1•n No n.nu SP PAGE B014 6" 3'-0" 6" NOTES:1. 3' TO 5' DRAFT PERMITTED AS NEEDED. 2. WELDING NOT PERMITTED. 3. DIMENSIONS SHALL HAVE t1/16" TOLERANCE EXCEPT AS NOTED. A WIDENED CURB 4. FOUNDRY NAME SHALL BE EMBOSSED ON TOP OF GRATE. LETTERING TO BE RECESSED 1/16". 4 5. SEATING OF GRATE SHALL BE ACCOMPLISHED BY ONE OF THE FOLLOWING: B ALTERNATE A SHALL BE 8 PADS, 1 1/2"x 3/4"x 1/8" -__-_______zi :1 B INTEGRALLY CAST WITH THE GRATE. Ilr__--__-___11I (o ALTERNATE B SHALL BE A MACHINED SURFACE OUTSIDE A 17" CIRCLE, BOTTOM ONLY (SEE SECTION B-B). 6. MATERIALS IN ACCORD WITH DIVISION 9 OF STANDARD 18 O SPECIFICATIONS SECTION "METAL FRAME AND GRATE FOR 12" 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. 7. SEE DWG. NAME BR-32 FOR FRAME AND GRATE DETAIL. GRATE IS OLYMPIC FOUNDRY #SM50G, #SM50GL, SLOPE 0.05 FT/FT �-- 1 -0"--� #SM50SL, OR EQUAL. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. STREET SECTION A w —J I • L------- CONSTRUCTION JOINTS SECTION B-B ° NORMAL GUTTER GRADE SURFACE WATER UTILITY • OPEN CURB FACE FRAME & GRATE INSTALLATION DETAIL pti y p� ADOPTED ` WA 1 CITY OF RENTON + STANDARD PLANS � N't LST DATE: 12/96 SECTION A-A DATE REVISION IBY JAPPR-Dj DWG. NAME: BR-30 SP PAGE: B017 A co /ZZ771777777777 Of I � B B 0 18" I 28" O I 24" -----� A LEVELING PAD (TYP) 30" 18" � 24" 4'° SECTION B—B C 6" --� �-— 20"— ---� 4" �-- r--- -- -------------------� --------� ------- SECTION A—A APPROXIMATE WEIGHTS ; f-- 11 1/2" ---1 ' FRAME 104 LBS. I I 8" GRATE 220 LBS. HOOD 7118S I �- SURFACE WATER UTILITY TOTAL 395 LBS. 1 2-1" DIA. HOLES FOR OPEN CURB FACE FRAME 26'° I.D. & GRATE DETAILS 3/4" BOLT, WASHER, 27 1/2" O.D. AND NUT `SY p ADOPTED C SECTION C—C U `� CITY OF RENTON 1. GRATE SHALL BE DUCTILE IRON: OLYMPIC FOUNDRY #SM50G, * + #SM50GL, #SM50SL OR EQUAL. ,Q- STANDARD PLANS 2. FRAME IS OLYMPIC FOUNDRY #SM52 OR EQUAL. FIV LST DATE: 12/96 3. LEVELING PADS ARE 1/8"x 3/4"x 2 1/4" DATE I REVISION J BY JAPPRJ DWG. NAME: BR-32 SP PAGE: 6018 11" I 1 1/4" FOUNDARY NAME 7 1/4" FOR MACHINING 3/4" 1/2" LETTERS RECESSED CLEARANCE 1 1/4" TO BE FLUSH BAR 1" THICK 1 3/4' -- L- TYP. 4 PLACES 3YVVN ONno3 O d Of BARS 1 5/8" THICK °p I O � � THIS AREA o _ BARS 1 3/8" THICK _THIS AREA � I i S1NV1nllOd ON dri�O N1M381S Ol iivii 10 TOP VIEW 2 BOTTOM VIEW 2 1/2" 2" 7/16 23 3/4" LEVELING PADS 3 END VIEW v� - 3/4"X 1 3/4"X 1/8" 7/8" TYP, SLOT 1/16" R=7 1/4" I 1 1/4" j 1 3/8" 1 3/4" ---� 7/8„ 3/4" —_-__ ROUND ELLIPTICAL TANGENT BETWEEN TWO RADII 23 1/2 (I C3/4 OPTIONAL DESIGN FOR GRATE OPENING ENDS SIDE VIEW I 5/8„ SURFACE WATER UTILITY VOTES: CATCH BASIN FRAME & GRATE DETAILS 1. SLOT FORMED AND RECESSED FOR 5/8"-ll NC X 2" SOCKET HEAD SLOT DETAIL (SHEET 1 OF 2) ( N HEAD) BOLT. ALLE CCR ?. GRATE SHALL BE DUCTILE IRON. CITDOOF REDNTON 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD SPECIFICATIONS. ' 1. USE VANED GRATE IN CURB LINE. STANDARD PLANS USE FRAME SHOWN IN STANDARD DETAIL D-7. � LST DATE: 12/96 i. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL. t2 96 REFORMAT TO 11"xt7" DCV DT DATE REVISION BY APPR'D DWG. NAME: BR—18 SP PAGE: 8020.1 25" 2 1/2" CEMENT CONCRETE CURB 5 31 GUTTER CATCH BASIN VERTICAL CURB WALL SEE NOTE 1 EXTRUDED CURB LEVEL PADS (16) 3/4"X 2 1/4"X 1/8" \\\ PLAN � I 18"x24" 9/16" 1 1/2" - GUTTER E---- 16"x 2 2" -----I -1- 3/4 CATCH BASIN WALL 17 3/4"x23 3/4" EXTRUDED CURB (+1/32", -0" TYP) SURFACE WATER UTILITY 25"x31" CATCH BASIN FRAME & GRATE DETAILS OTES: ELEVATION (SHEET 2 OF 2) DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE ti'tY ADOPTED 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. CITY OF RENTON FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. ♦ j 1♦ SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. // STANDARD PLANS FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. ��1V tO� LST DATE: 12/96 DATE I REVISION BY APPR'D DWG. NAME: BR-18A SP PAGE: 8020.2 r err err r� �r �■r it � r rr � r,► v � � r rs rr r Tiate or ring and cover NOTES x x 1. Handholds in riser or adjustment section shall Z `; I Riser or adjustment section have 3"" MIN clearance. Steps in catch basin I shall have 6'" MiN clearance. No steps are co Z : i Handholds required when '"8'" is 4' or less. For details see Standard Plan "Miscellaneous Catch Basin �:. Flat slab cover Details". 2. Precast bases shall have cutouts or knockouts 20" X 24" or with o wall thickness of 2'" MIN. Hole size 24 DiA Steps and loddel shall be equal to pipe outer diameter plus I catch basin wall thickness. Maximum hole ' size is 36" for 48" catch basin, 42" for 54" • catch basin, and 48" for 60" catch basin. Minimum distcnce between holes is 8". 48 54"•or 60" 3. All base reinforcing steel shall be placed in the top half of the base, I" MIN clearance. 4. The bottom of the precast catch basin may be ;. .' rounded. I 5. Frame and grcte may be installed with flange down or cost into riser. ' I ' ' I ' l i I I I I I .� • Reinforcing steel (for precast base with integral riser) Mortar fillet 0.15 SO IN/FT in each direction for 48'" DiA �, I �•' 0.19 SO IN/FT in each direction for 54" DiA 0.25 SO iN/FT in each direction for 60" DiA Precast base with integral riser 48:: DIA-6' 54" DIA-8"' I 60" DIA-8"• I I Gravel backfill for pipe bedding, '16 6" MIN compacted depth. For precast bases only. • For separate —•II ({•— cost in place Separate cost in place or separate precast base CATCH BASIN TYPE 248" DIA, 54" DIA, "0" RingReinforcing steel (for separate base only) OR 60" DIA 0.23 SO IN/FT in each -direction for 48" DiA "s"'""°'sasr„„";.t3i',T•aF UAR'ms"zm 0.19 SO IN/FT in each direction for 54" DIA _ 0.25 SO IN/FT in each direction for 60" DIA r.-. ADOPTED • CRY OF RENTON ` Snndtrd Plam D •aam cm•n aoan a•»r..ara r•.uu IA PRECAST BASE JOINT s-za•ss —W. i I I• I DETAIL t•1•ta'••a•co'�u c.l<�t».�nw.•a roro a e tao st ale 3/SNI995 .ant>.� ..�g•... o•rt .trlslar a. rra•a In—Nn R.A I SP PAGE B027 Frame and grate NOTES or ring and cover 1. Handholds in riser or adjustment section shall hove 3" MiN Riser or clearance. Steps in catch basin shall have 6" MiN clearance. No steps are required when ""B'" is 4' or less. For details adjustment section see Standard Plan Miscellaneous Catch Basin Details ". co �; .� I ' Handholds -�Q1 2. Precast bases sholI have cutouts or knockouts with a wall 8 '• : �. ,.,. : ' .; �• Flat slab cover thickness of 2" MiN. Hole size shall be equal to pipe outer diometer plus catch basin wall thickness. Maximum hole ►' �— s(ze Is 60"' for 72" catch basin, 84" for 96" catch basin. 20" X 24" Minimum distance between holes is 12". or 24" DIA �; Steps and ladder 3. All base reinforcing steel shall be placed in the top half of the base, I" MIN clearance. 4. The bottom of the precast catch basin may be rounded. / S. For details showingframe and rate, ringand cover see 72" or 96'" � � Standard Plan "Meta g l Frame and Grote for Catch Basin x i and Inlet". Frame and grate may be Installed with flange a down or cost into riser. I 1 I I i I I 1 I = I I I I �1 1 I I I I Reinforcing steel .� b i 1, (for precast base with integral riser onlyy) Mortar fillet :.' 1 I �•� 0.24 SO IN/FT in each direction for 72'" DIA N-A W I 0.29 50 IN/FT in each direction for 96"" DIA --; 72''" DiA-8 ' ' I � -` Precast base with integral riser 96" DIA-12�" Gravel bock fill for pipe bedding, I6" I 1� 6" MIN compacted depth. For —•I{ 11 I �precost bases only. *For separate cost in place only Separate cost in place or separate precast base CATCH BASIN TYPE 2 72" AND 96" 0" Ring Reinforcing steel (for separate base only) �1,,,,.,•„M�,.,.���..,.,,,1� 0.35 SO IN/FT in each direction for 72" DIA �^•1�-r� 0.39 50 IN/FT in each direction for 96" DIA ADOPTED Y O� CITY OF RENTON .- * Standard Flans PRECAST BASE 6-30.95 Reviled notes. ADN —�--• rQ Last Date 6/30/1995 DETAIL JOINT 5-7-93 Revised notes and resigned. SJD �AI`TO DAIS REVISION Dr AvrR•D Flan No B-01F SP PAGE 1302 7.1 m " " ! m m man " " m m '" m m " err m MAXIMUM OPENING OF GATE HANDLE WITH LOCK PIN 0 ADJUSTABLE LOCK HOOK WITH LOCK SCREW LIFT HANDLE SHALL BE ATTACHED PER MANUFACTURER'S 1" ROD OR TUBING, 0 0 RECOMMENDATIONS VARIABLE LENGTH LIFT HANDLE O 0 NOTES 1. SHEAR GATE SHALL BE ALUMINUM ALLOY PER ASTM B-26—ZG-32a OR CAST IRON ASTM A48 CLASS 30B AS REQUIRED. 0 2. GATE SHALL BE 8" DIAMETER FOR PIPE 12 INCHES OR LESS IN DIAMETER, 12" DIAMETER FOR PIPES GREATER THAN 12". SIX EVENLY SPACED HOLES FOR 3. GATE SHALL BE JOINED TO TEE SECTION BY BOLTING THROUGH FLANGE. BOLTING TO FLANGE CONNECTION 4. LIFT ROD: AS SPECIFIED BY MFR. WITH HANDLE EXTENDING TO WITHIN ONE FOOT OF COVER AND ADJUSTABLE HOOK LOCK FASTENED TO FRAME OR UPPER HANDHOLD. -- 5. GATE SHALL NOT OPEN BEYOND THE CLEAR OOPEING BY LIMITED HINGE MOVEMENT, STOP TAB, OR SOME OTHER DEVICE. O O 6. NEOPRENE RUBBER GASKET REQUIRED BETWEEN RISER MOUNTING FLANGE AND GATE FLANGE. 7, MATING SURFACES OF LID AND BODY TO BE MACHINED FOR PROPER FIT. 8. FLANGE MOUNTING BOLTS SHALL BE 3/8" DIAMETER STAINLESS STEEL. O O 9. ALTERNATE SHEAR GATES TO THE DESIGN SHOWN ARE ACCEPTABLE, PROVIDED 'ice•;• THEY MEET THE MATERIAL SPECIFICAT,ONS ABOVE. O FRONT SIDE PIVOTING SHEAR GATE DETAIL GtitY ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 12/96 DATE REVISION BJAPPRJ DWG. NAME: BR05 SP PAGE: 8033 NOTES bottom face x I� 06 o o 7" centers Propr,etery manhole steps are acceptable, provided that y b with 1" MIN cover they conform to Section R. ASTM C 478 (AASHTO M 199) and meet 2" CLR all WISHA requirements. TYP l I 'I> Manhole step legs shall be parallel or approximately radial \ at the option of the manufacturer, except that all steps in any manhole shall be similar. Penetration of outer wolf by a leg is prohibited. 96" TOP SLAB 65 Bars Q 6" centers bottom face S 3" 2" CLR with 1" MIN cover � 12" MIN �, R TYP •B galvanized deformed rebar ^� 4B" ZHANDH to •7 galvanized smooth steel 3 12" FAIN 72" TOP SLAB it Y4" center to center T 8„ b, MANHOLE STEP DROP RUNG 68 galvanized deformed n 04 Bars 0 6" centers MANHOLE STEP rebor bar bottom face PREFABRICATED LADDER with 1" MIN cover 2" CLR TYP L5"� 24" s MISCELLANEOUS (� MANHOLE DETAILS �.r - bar GRADE RING �•ur 48" L 54" TOP SLAB �,., 8*0wa,�' ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:8-Nov-85 SP PAGE: B034 W an r to r go ow to ,o we i1=1 so M = M so M 'aw NOTES I . Proprietary catch basin step, and approved alternate •6 Bars of 7" centers plastic laddersare acceptable. bottom face �t==*� I T with tt MIN cover ��� 2. Catch basin step legs shall he parallel or approximately \` raddial at the option of the manufacturer, except that Cieororcer� l IIj 5 i all steps in any catch basin shall be similar. TYP � L r Penetration of the outer wall is prohibited. 'f I ` yl r 3. Opening in top slob may be 2-iX1" x 20"" �24"' DI A. ` 2' MIN � 4. As an acceptoblee alternate to rebar, wire mesh may be used. 96" TOP SLAB TYPICAL ORIENTATION _EY' FOR ACCESS AND STEPS y� Y• R 15 Bars of 6" centers /\ Dottom face with I" MIN cover - 1r 12" MIN Clearance— TyP I� 'B Galvonized deformed rebar a n z � u HANDHOLD 112 MIN n I1 Y4" Center to center— L2 O'j 12" MIN T 72" TOP SLAB D D a a 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 z4" ,�s� CATCH BASIN DETAILS rT •.ar»tto•tt•,[xruit,[•r a n,•rvat•t,o. a,ru. se,.cto. '} Bar (See Note 4) I,, clearance (` ADOPTED GRADE RING CRY OF RENTON 48 , 54"" AND 60" TOP SLAB s„m[rdP1[nt Last D[,e 5/26/1995 n•rz ncavo» • t o SP PAGE BOJS PI[n No B-012 Groove end always laid upgrade ................ NOTES fI. The culvert ends shallbe beveled to match the side slope. Field cut of culvert ends is permitted, when approved by the Engineer. ------------- ....... 2. Altfleld cut culvert pipe shollbe treated with treatment as shown in the Standard PLAN Specifications or General Special Provisions. End section ................. -- --- See note I •••........ .....................••................................ Included In culvert length for payment ELEVATION •{ CONCRETE PIPE End eectlon 1�MIN See note I z BEVELED END SECTIONS "M b.rrvyr Arsar.T. &-A•Vti a Included In culvert length for payment � ELEVATION #���` �� %� METAL PIPE 9'17-90 Revhed �" AIAX dimension on Concrete Pipe ABN ADOPTED 9-29-89 Remove 1'1AIN dimension from Concrete Pie S1 U- Os f3 12 BB Rev►sed note 1,odded note 2 ST CITY OF RENTON 12 1-86 Revised bevel title block d notes A�1 ' STANDARD PLANS p�T nv .IQ a ti �P&roZ LST DATE:17-Aug-90 I I 0 0 PLAN tlETRIC NOTE: 12"MIN 1. This debris barrier is for use outside roadways on pipes 36" dia. and smaller. See DWG BR10A for debris barriers on pipes projecting from driveway or roadway Q0E— L/2 L side slopes. 2. All steel ports must be galvanized and asphalt coated. (Treatment 1 or better). II 3. CPEP—smooth interior pipe requires bolts to secure debris 3 barrier to pipe. 4 S' _II 3/4" DIA. SMOOTH BAR �' 4" MAX. (TYP) PIPE COUPLING SPOT WELD BARS TO END VIEW CMP OR CPEP AT LEAST 2 CORREGATIONS SMOOTH INTERIOR OF METAL PIPE (TYP) BOLT TO CPEP SMOOTH INTERIOR PIPE. SIDE VIEW DEBRIS BARRIER — I G`ty p� ADOPTED CITY OF RENTON A STANDARD PLANS �jT LST DATE: 12/96 DATE REVISION I BY APPR'D DWG. NAME: BR10 SP PAGE: B047 MAY BE REMOVED I I I NOTES: 1. CMP* end—section shown PLAN VIEW 2. All steel parts must be galvanized and asphalt coated (Treatment 1 or better). *or CPEP smooth interior 3/4" DIA. SMOOTH BARS WITH ENDS WELDED TO BAR FRAME 2"X5" ANCHOR STRIPS WELDED TO 3/4" DIA. BAR—FRAME (4 PLACES) SPACED UNIFORMLY, FASTEN WITH 1/2" GALV. OR NON—CORROSIVE BOLTS & NUTS. 1' M 3/4" DIA. B O.C. MAX. CTIN 3 00 BAR—FRAME BAR SPACING 0oEND VIEW —3"-5" FOR 18" DIA. PIPE BEVELED PIPE 5"-8" FOR 24" DIA. COUPLING END SECTION 7"-9" FOR 30" DIA. AND GREATER SIDE VIEW DEBRIS BARRIER - II FOR CONCRETE PIPE CG�'Cy q� ADOPTED CITY OF RENTON ♦ �+ STANDARD PLANS �L�jv CC)$ LST DATE: 12/96 DATE REVISION BY APPR'D DWG. NAME: BR 1 0A SP PAGE: 8048 W in M as m m " M ma m r M an W " W M W M W � m OD. 00 Span Span Span 3 mars. 3' rnas _-Limns of pip• 3' mars. 3' mae. --Limits of pipe compaction compaction b z I I • I • • Oa 01 pipe � \ �OIS rise minO.15 0.13 O.D. min r Limits of pipe • • • ° 12 Limits of pipe ° • ° • ' compaction • �i .r. • . O compaction--e • r Grovel bochllll NOTES: for pips bedding Growl DocMlill Grovel Dochlill for I Pips tompoclion limits ,howl an this plot ore for pipe construction In lot Pipe bedding foundations when specified an embankment. Fa Pipe construction In a trench, the horizontal $mite Gravel bockflll for of the pipe compaction ions shall be the rolls of the trench. toundollons when specified TYPICAL PIPE-ARCH INSTALLATION 2.All steel and aluminum pipe and pipe-orches Moll be Installed In accord- DESIGN A once with Design A.(For 3 Concretei Metal and Concrete Pips) pipe with elliptical rslnfarumMf Moll be Installed In accord- CLEARANCE BETWEEN PIPES once with Design A. MULTIPLE INSTALLATIONS 4 Concrete pipe, plain or with elrcular relnforcemenl, shall be installed MIN. DIST. with Design A or o combination of Designs A and C,as determined by PIPE SIZE BETWEEN the Engines,. BARRELS 3.For Design C,II Is essential that tl» wall, for Zone 3 be constructed CIRCULAR PIPE 12"to 2.- 12, as near vertical as possible. CONCRETE 0 METAL OD OD. OD DESIGN A 30" to 96' DIAM.+2 6 O.D. Is squat to the outside diameter of a pipe or the outside ,pan 3 mos 3 mm. Llmib of pips (DIAMETER) 102" to 180" 48" of pipe-orch. The dimensions shown ore O.D. with 3'and 4'maximum shall be OD. until O.D. equals 3' and 4'of which point 3'and 4'shall compoctlon CIRCULAR PIPE 12"to 36, 2D be used. 3Y-` CONCRETE ONLY 42'to 96" 72 s I'-0" for dlomslere 12" through Limits of Design o DESIGN C 1'-0'diorn for drealer than 42' 42'and f r Vamst through hm SO'SO". 2'-0' 2 C french spstrr, 2 17 a (DIAMETER) 102" to 180" 72" for PIPE-ARCH IB"to 36' 12"- METAL ONLY 43"to 142' SPAN+3 zn (SPAN) 148'to 199" 48" 0 \ • •v �0.13 OD. min. Limits of pipe .� + e LEGEND co"aclion-- •e,ie :r , • PIPE COMPACTION ZONE PIPE COMPACTION DESIGNS Gravel backlill ® I.andElOc cofill pacted placed In Ob'uimloo d layers AND BACKFILL and compacted l0 95% maximum density. for pip• bedding w•r..•re"rr.n•w....•..s.r..,.re"..r.e" Gravel batkfilt for 2 Method B or C compaction. ..r...��••++•. foundatbn, when specified ...•nu.,w<.�..r 3.Soled strow at hoy with wires or strings cut DESIGN C (dry, cornmerclat quatny)' ) (Far Concrete Pips With Circular1:I�..�! _ �,..•) Reinforcement Only) - //n�r L, ADOPTED Ube CITY OF RENTON STANDARD PLANS LST DATE:26-Jan-80 SP PAGE: B063 6, MANHOLE FRAME AND COVER SEE DRAWING BR29 NOTES: 12" MAX. 25 ADJUSTMENT (4" MIN.) 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. CONE 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS 21 ARE INSTALLED. RUBBER GASKETED JOINTS 3. CASTING TO BE PER DRAWING BR29. IN ACCORDANCE WITH ASTM C-443 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 4" MIN. 5. ALL JOINTS SHALL BE GROUTED. STEPS — 3/4" DEFORMED BAR 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR STEPS SHALL BE INCLUDED SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; CONCRETE RISER BY PIPE INC., WASSER MC—CONSEAL OR APPROVED EQUAL; 7' MIN. OR APPROVED EQUAL.. COLOR OF COATING SHALL BE WHITE. 48" 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE �— DIAMETER OF THE LARGEST PIPE. MAX. PIPE SIZE — 21" I.D. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK �z" (TrP) ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. �— LADDER—STD. ALUMINUM OR GALVANIZED STEEL MORTAR FILLET CONCRETE SHELF 11% PRECAST BASE SECTION e OR CAST IN SHELF. 6" MIN. e D 6" MIN. (TYP) SANITARY MANHOLE TYPICAL DETAIL SANITARY MANHOLE TYPICAL DETAIL C�- NOT TO SCALE �• ADOPT REDNTDN a STANDARD PLANS �$ LST DATE: 12/96 70/17/96 EDITED TEXT DCy AG 3/8/95 ADDED NOTE, EDIT TEXT pCy AG DATE 11 REVISION I BY jAPPR'Ql DWG. NAME: BR28 SP PAGE: B071 1/2" WEB 8 PL. 1/2" x 3" x 3/8" NON—SKID PATTERN CAST INTEGRAL ON TOP 26-3/8" 20 0 0.0o O�AP0 25-1/4" 0 0 24" 0 1" 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.) 5/8" 3/8" 1-3/8" TYP. NON-SKID PATTERN rr � 1/2" TYP. I 2„ 0 0 A ° 00 0 0 B T 1-7/8" TYP. 1" SEAT F- -� (- 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.) FRAME ,LOCKING COVER ,LOCKING NOTES: MANHOLE FRAME AND COVER 1. FOR NON-LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. tiCY p ADOPTED 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. G• �� CITY OF RENTON 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), + SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). .P- STANDARD PLANS LST DATE: 12/96 10/17/961 Edited notes. DCV Ac DATE REVISION BY AP PR' DWG. NAME: BR29 SP PAGE: 8074 NOTES: W (SEE NOTE 4) LIMITS OF PIPE ZONE 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. 'ACKFILL MATERIAL t,SEE NOTE 5) —�� 2. HAND TAMP UNDER HAUNCHES. 6 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. CONCRETE CLASS C HAND TAMP ONLY. (SEE NOTE 8) C 4. SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY SEWERS SECTION FOUNDATION LEVEL OF THE STANDARD SPECIFICTATIONS FOR TRENCH WIDTH '•W" AND TRENCHING OPTIONS. o THE PIPE ZONE WILL BE THE ACTAUL TRENCH WIDTH, EXCEPT FOR CLASS A BEDDING. THE MINIMUM CONCRETE WIDTH SHALL BE 1-1/2 I.D. + 18". A 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING SEWER TRENCHES" IN THE (CLASS A DESIGN) �- SANITARY SEWERS SECTION OF THE STANDARD SPECIFICATIONS, EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL. W SEE NOTE 4 LIMITS OF PIPE ZONE 6. SEE "BEDDING MATERIAL FOR RIGID PIPE" IN THE AGGREGATES SECTION OF THE ( ) STANDARD SPECIFICATIONS FOR THE MATERIAL SPECIFICATIONS. BACKFILL MATERIAL _T 7. SEE "BEDDING MATERIAL FOR FLEXIBLE PIPE'S IN THE AGGREGATES SECTION OF (SEE NOTE 5) 6' STANDARD SPECIFICATION FOR THE MATERIAL SPECIFICATIONS. BEDDING MATERIAL 8 MAINTAINED. MUST BE ANCHORED IN SUCH A MANER AS TO ENSURE FLOW LINE IS FOR RIGID PIPE C 'SEE NOTE 6) _1 FOUNDATION LEVEL B BEDDING CLASS DESIGN _j_ A DIMENSION CLASS A CLASS B CLASS C CLASS D CLASS F (CLASS B. C, D, DESIGN) 4" MIN. BEDDING FOR RIGID PIPE A 1/4 I.D. ZERO 12" MAX. W (SEE NOTE 4) - LIMITS OF PIPE ZONE -� B 1/4 O.D. 1/2 O.D. 1/8 O.D. ZERO O.D. 1,t 0" C 3/4 O.D. 1/2 O.D. 1/8 O.D. O.D. — BEDDING MATERIAL . A = 4" MIN. 27" I.D. AND UNDER FOR FLEXIBLE PIPE B 6" MIN. OVER 27" I.D. (SEE NOTE 7) PIPE BEDDING FOR SANITARY SEWER �SY O ADOPTED FOUNDATION LEVEL U �+ CITY OF RENTON -_1 ♦ • STANDARD PLANS (CLASS F DESIGN) SNIT, LST DATE: 12/96 BEDDING FOR FLEXIBLE PIPE z-2t—et Reused notes, 4,5,7.& 8. Added notes KJ ---- DATE REVISION BY APPR' DWG. NAME: BW18C SP PAGE: 8077 6 IN. DIAMETER PIPE 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 4001 450 1 500 LENGTH(FT) 0 50 100 150 200 1 250 300 350 400 450 500 w 0 0 20 40 59 79 99 119 139 158 170 170 aw 0 0 20 40 59 79 99 119 139 158 170 170 a 50 35 55 75 95 114 134 154 174 178 177 177 a 50 79 99 119 139 158 178 198 208 204 201 198 a 100 70 90 110 130 150 169 187 186 184 183 182 W 100 158 178 198 218 238 246 238 232 227 222 219 La 150 106 125 145 165 185 195 193 191 189 187 186 w 150 1 238 257 277 283 272 263 255 248 243 238 234 200 141 161 180 200 202 199 197 195 193 191 190 a 200 317 321 306 294 283 275 267 261 255 250 246 a 250 176 196 214 209 205 202 200 1 198 196 194 193 0 250 340 325 312 301 297 283 276 270 264 259 255 0 300 211 220 215 211 208 205 202 200 198 197 195 z 300 340 j33 316 306 298 290 283 277 272 267 263 350 227 221 217 213 210 207 205 202 201 199 197 N 350 340 319 310 302 295 289 283 278 274 269 00 400 227 222 218 214 211 209 206 204 202 201 199 400 340 321 313 306 300 294 288 283 279 275 450 227 222 219 215 213 210 208 206 204 202 201 450 340 323 316 309 303 298 292 288 283 1 279 TIME (SECONDS) TIME (SECONDS) 6 IN. DIAMETER PIPE 6 IN. DIAMETER PIPE LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 LENGTH(FT) 0 50 100 150 200 250 300 350 400 450 500 a 0 0 20 40 59 79 99 119 139 158 170 1 00 a 0 0 20 40 59 79 99 119 139 158 170 170 a 50 55 75 95 114 134 154 174 192 190 188 186 a 50 124 144 163 183 203 223 243 237 231 225 221 100 110 130 150 169 189 209 210 207 203 201 198 w 100 247 267 287 307 312 298 286 276 268 261 255 w 150 165 185 205 224 233 227 222 217 214 210 208 w 150 371 391 371 352 336 323 312 302 293 286 279 a 200 220 240 257 248 241 235 230 225 222 218 215 1 200 425 402 383 366 352 340 329 320 312 304 298 0 250 275 271 1 2611 253 247 241 1 236 232 228 225 222 0 250 425 406 390 1 376 363 352 1 342 333 326 318 312 z 300 283 273 264 257 251 1 246 241 237 233 230 227 z 300 425 409 395 383 371 361 352 344 336 329 323 - 350 283 274 267 260 254 249 245 241 237 234 231 350 425 411 399 388 378 368 360 352 345 338 332 000 283 275 269 263 257 252 248 244 241 238 235 400 425 413 402 392 383 374 366 359 352 346 340 450 283 276 270 264 259 255 251 247 244 241 238 450 425 414 404 395 387 379 371 365 358 352 347 TIME (SECONDS) TIME (SECONDS) PROCEDURE: SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. AIR TEST TABLE (LOW PRESSURE) ALLOW 2 MINUTES FOR STABILIZATION, ADDING AIR FOR SEWER MAINS AS REQUIRED. TIME THE DROP FROM 3.5 P.S.I.G. ooloa-"" ADOPTED TO 2.5 P.S.I.G. READ THE MAXIMUM ALLOWABLECITY OF RENTON TIME IN SECONDS FROM THE TABLES. m N STANDARD PLANS LST DATE: 12/96 DATE REVISION BY APPR' DWG. NAME: BR07 SP PAGE: 8083 CONCRETE BLOCKING SIZING PROCEDURE A. GENERAL Go to Table 2: Table 2 guns the safe bearing load for The amount of concrete required to anchor horizontal sand and grovel: 3,000 lbs./sq. ft. bends, tees, and dead ends depends on the strength — Go to Figure I: Figure i indicates the position of the soil. The methods of Placing concrete to keep of the concrete for blocking the 90? bend. the joint accessible is shown n Figure 1. The area — Go to the specifications of the project and Find in square feel of concrete which must bear against depth of trench h =• 4 feet the side of the trench is found by dividing the — Wit h of trench f W; — } feet thrust in pounds shown in Table 1 by the safe bearing food of the soil as shown in Table 2. With the above assembled information, B. CRITERIA we proceed to the final calculations: CAP Thrust 21,360 1. The sizingprocedure is fa horizontal or — Areo of Concrete(A) _ _ 7.12 sq IL 22-1/20 pr Safe Bearing Load 3,000 downward thrust pnly. Depth of Trench in Feet 2. Height of the thrust block must be equal — Maximum Height of Thrust Block(Hm) - to or less than 1/2 the depth from the ground 2 surface to the block base. h 3. The thrust block bearing face is approximately 2 2 = 2.0 ft. rectangulor. 4. The concrete blockingy sholl be as per APWA �: . Specificotion 74-2.14. — Depth of Concrete Thrust Block(Dc) C. _Width of Trench in Feet (W) — Outside Diameter of Pipe(d) d Outside Diameter of Pipe in Feet 2 T Thrust in Bearing Loa at the FittinPounds/Sq. .(Table 1) SBL � Safe Bening Load in Pounds/Sq. Ft. (Table 2) 3— 0.75 - 113 ft. h *• Depth of Trench in Feel 2 W Width of Trench in Feet A - Area of Concrete which must bear against the Area of Concrete Side of the Trench in Sq.Ft. — Maximum Length of Thrust Block (Len) Hm Maximum Heght of the Thrust Block in feel Height of Concrete Dc Depth of the Concrete Thrust Block A _ 7.12 },56 It. to Bearing Surface in Feet Mm 2.0 p Lm Maximum Length of the Thrust Block In Feet 45 BEND — Required Amount of Concrete w (Height x Depth x Length)x 0.03704 TEE GROUND SUFACE - (Hm x Lm x Dc) it 0.03704 - (2.0 • 56x 1.13) x 0.03704 w 0.30 cu. yd. h "� d TABLE 1 Thrust at Fittings in Pounds Hm_2 Size Pr PSI Pressure Tees 90' 45' 22-1/2 11-1/4 Dead Ends Bend Bend Bend Bend BLOCK BASE IL 3" 300 2.120 3.DOD 1,630 830 430 I`Dc 4' 300 3,780 5,370 2.910 1.470 750 •-+ W 6' 300 8.500 12,000 6.510 3,320 1.700 8' 300 15.100 21,360 11,550 5.880 3,020 10' 275 21.620 30,570 16.540 8,430 4,330 2' 250 33.930 48,000 25.950 13.260 6,780 D. CALCULATION EQUATIONS 1 14' 250 46,200 65.370 35,340 18,030 9.240 Thrust (In Pounds T 16' 225 45.250 64,000 34,620 17,650 9,050 kD 1. Area of concrete(A) - 18' 200 50.900 72,000 38,940 19,860 10.180 1 1-1�4 Sole Bearing Load (In Pounds/Sq. Ft.) w �l♦L 20" 200 62,840 88,900 48,080 24,520 12,560 Depth of Trench in Feet h 24' 200 90,480 127,980 69.200 35,320 18,100 2. Maximum Height of Thrust Block(Hm)_ 30' 200 141,370 199,960 '08.150 55.140 28,280 2 2 36' 200 203.580 287,950 155,740 79,400 40.720 S(Width of Trench in Feet) — FIGURE 1 3. Depth of Concrete Thrust Block (Outside Diameter of Pipe in Feel) . W—d TABLE 2 2 2 Area of Concrete w A Safe Benrinq_Jaads in Lb_/Sa. FL 4. Maximum Length of Thrust Block(Len) Maximum Height Fh - NOTE: FOR CONVEX VERTICAL BENDS BLOCKING The sole bearingg foods given ,n the following table are for 5. Required Amount of ConcreteYd. (Height x Depth x Length) x 0.03704 horizontal Thrusts when the depth of cover over the pipe SEE APWA STANDARD PLAN NO. 73. equi (Cu.( ) ( 9 e0 9 ) exceeds 2 feet. (Hm x Lm x Dc)x 0.03704 Safe Bearing Load E. EXAMPLE 54lL LD. oer Se. Fl. 1Problem: •Muck, peal, eta 0 Soft Clay 1,000 Calculation of the amount of concrete required to block a 90•bend in on 8' Sand 2,000 C.I. voter main; the normal operating pressure in the pipe will be 65 psi and the soil Sond and Gravel 3,000 condition in the area indicates sand and ravel. Sand and Gravel Cemented with Clay 4,000 CONCRETE BLOCKING SIZING PROCEDURE 9 Hord Shole 10,000 2. solution: Y -In muck or peat. 11 thrusts small be restrained by pace or �� p ADOPTED Maximum testing pressure(See Table I) - 300 psi. - 0.75 I'L tie rods to solid foundations or by removal of muck G CITY OF RENTON Outside diameter of 8 pipe w 9.05 in. *• 9.05/12 or peat and replacement with bollost of sufficient 0 Go to Table 1: The testing pressure of 300 psi. we see stability to resist thrusts. Thal the thrust on a 90?bend is 21,360 pounds. — ) STANDARD PLANS It LST DATE: 10/29/96 3/6/95 1 CORRECTED COLUMN HEADINGS DCV AG DATE REVISION BY APPR'D DWG. NAME: BR26 SP PAGE: B085 a� r am a. �r �w � �r �r M M � � +� ■s ■�r � rs " am = ! " m m m A PLAN VIEW A �� WATER VALVE BOX LID WITH EARS 3" IN DIRECTION OF WATER 2" SQUARE 38„ MIN. MAIN AND WORD "WATER" OPERATING NUT WIDTH CAST INTO IT WHITE POST SEE DETAIL - � � 62" III II �- 4-1/4" DIA, ill=lull IE 1/8' MIN. THICKNESS 24" II 2 PIECE CAST IRON VALVE BOX, RICH-SEATTLE TYPE II OR OLYMPIC FOUNDARY 1" STEEL LENGTH AS REQUIRED II 1/8" MIN. THICKNESS VALVE MARKER POST 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION VALVE OPERATION NUT EXTENSION NOTE: VALVE MARKER NOTES: EXTENSIONS ARE REQUIRED WHEN VALVE NUT VALVE MARKERS SHALL BE EQUAL TO IS MORE THAN THREE (3) FEET BELOW FINISHED CARSONITE UTILITY MARKER GRADE. EXTENSIONS ARE TO BE A MIN OF VALVE MARKER POST TO BE USED FOR ALL VALVE OPERATING NUT EXTENSION ONE (1) FOOT LONG. ONLY ONE EXTENSIONSION TO MAIN LINE VALVES OUTSIDE PAVED AREAS BE USED PER VALVE. AND VALVE MARKER POST NOTE: ALL EXTENSIONS ARE TO BE MADE OF GtitY O� ADOPTED STEEL, SIZED AS NOTED, AND PAINTED WITH N �� + CITY OF RENTON TWO COATS OF METAL PAINT. ,f,'=`" $ STANDARD PLANS N tQ LST DATE: 12/96 10/15/96 Edited le.t #BY �AP GDATE REVISION R' DWG. NAME: BR46 SP PAGE: B090 FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929 18" TO 20" BEHIND BACK OF CURB AND MUELLER SUPER CENTURION 200 WITH 6" MECHANICAL JOINT OR 12" BEHIND BACK OF SIDEWALK .INLET WITH LUGS. THAT IS ADJACENT TO CURB -1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORTZ ADAPTOR, 4" SEATTLE THREAD F TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. X 5" STORTZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 597F EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION WITH 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE REGULAR E SECTION LENGTH TO FIT. VALVE NUT EXTENSION PAINTED WITH TWO COATS OF PAINT. PRESERVATIVE REQUIRED (SEE DWG BR46 PAGE B090). PAINT No. 43-655 SAFETY YELLOW OR APPROVED EQUAL. MAX 4" PUMPER CONNECTION TO FACE ROADWAY ASSEMBLY. MIN 2"� RAISED PAVEMENT MARKER TYPE 88 A8 FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. STIMSONITE TWO-WAY BLUE. NV 42" MIN CONCRETE BLOCKING �\ BURY CONCRETE BLOCKING S\ \\ ; CAST IRON TEE. WITH 6" FLANGE SIDE OUTLET. 1\\ \) 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT TWO 3/4" STEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. 16" x 8" x 4" MININUM CONCRETE BLOCK 1/3 CU. YD. WASHED DRAIN ROCK 3 TO 3/8") LEVEL ALL GROUND UNDER HYDRANT ( " MIN 3' RADIUS FIRE HYDRANT ASSEMBLY LEVEL ALL MIN 3' RAD US GROUND O6 1 ww JLSTORTZ ONE MAN ROCK 1 _ 6p CUT F FIRE HYDRANT ASSEMBLY DETAIL cces-o ADOPTED HYDRANT LOCATION IN CUT OR FILL l' CITY OF RENTON STANDARD PLANS 10/15/9 Edited text, odded valve nut extension DCV DT E IST DATE: 10/15/96 ` 5/18/95 Revised Pumper Port IDCVI DT 12/15/92 Corrected text & Changed point color IRTMJ DT DATE REVISION BY APPR' DWG. NAME: BR24 SP PAGE: B102 m Mao r m = m Mae 'M m M r art m M MI MARKER MARKER MARKER I + 1 :4 I 1 F� TWO LANE ROAD ON SIDE STREETS OFFSET MARKER TO WHERE THE HYDRANT INDICATE WHICH SIDE IS WITHIN 20' OF A OF STREET HYDRANT MAIN TRAVELED STREET, r .7- IS ON (4" FROM DOTS THE MARKER IS TO BE OR PAINTED LINE) INSTALLED ON THAT MAIN STREET 4• MARKER MARKER RAISED PAYMENT MARKER TYPE 88 AB STIMSONITE TWO-WAY (BLUE) 4 { ; FOUR LANE ROAD FIVE LANE ROAD OFFSET MARKER TO OFFSET MARKER TO INDICATE WHICH SIDE INDICATE WHICH SIDE OF STREET HYDRANT OF STREET HYDRANT HYDRANT MARKERS IS ON (4" FROM DOTS IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) OR PAINTED 'LANE DIVIDER) G`tY Q� ADOPTED rft CITY OF RENTON HYDRANT MARKERS �, + STANDARD PLANS �NIT C) LST DATE: 10/29/96 DATE REVISION 8Y APPR' DWG. NAME: BR24A SP PAGE: B103 WATER MAIN IF ADDITIONAL ADJUSTMENT IS REQUIRED, INSTALL 2-2" CLOSE NIPPLE AND 2-2" 90' BEND, SCREWED AT THIS POINT. FIELD LOCATE 2" CLOSE NIPPLE ---� CONCRETE METER BOX r 2" CLOSE NIPPLE • �— - - - _ 2" 90' ELBOW 2'° 90' ELBOW 2" GALVANIZED PIPE AS REQUIRED CONCRETE BLOCKING PLAN VALVE NUT EXTENSION AS REQUIRED TWO PIECE CAST IRON VALVE (SEE DWG BR46 / PAGE B090) EQUAL TO OLYMPIC FOUNDRY CO. GROUND LINE CONCRETE SIDEWALK STANDARD 8" TOP SECTION, WITH 6" MAX.I- — REGULAR BASE SECTION LENGTH TO FIT. 2" GATE VALVE, SCREWED 2-1/2" NST (HOSE) BLOW-OFF HYDRANT EQUAL TO 2" GALVANIZED #78 KUPFERLE FOUNDRY CO. PIPE 12' LONG 2" CLOSE NIPPLE 2"x2"x2' TEE BETWEEN CAP OR PLUG 2" CLOSE NIPPLE BEWTEEN AND 2" 90' ELBOW - -—- -— - TEE AND 90' ELBOW. � 1 INSTALL 4 MIL POLYETHYLENE 2" 90' ELBOW PLASTIC COVER OVER WASHED 2" GALVANIZED PIPE GRAVEL. CUT HOLE FOR PIPE 18" LONG o °o ° o 18" MAX. °�o o%° 0 0 .po^ o g o ono 0 0 0'o ° PERMANENT 2" BLOW—OFF ASSEMBLY o" On'^ o 'o OF 2" CAP WITH 1/8" (FOR 8" MAINS AND SMALLER) TAP FOR DRAIN �'COO' ADOPTED 10 CU. FT. WASHED GRAVEL PASSING G~ U� CITY OF RENTON 1-1/2" AND RETAINED ON 1/4" MESH a FOR DRAIN ELEVATION + —_ _ STANDARD PLANS ��N tC� LST DATE: 10/15/96 10/15/96 Added vole nut eelaneia ffAP ACDATE REVISION PR'D DWG. NAME: BR25A SP PAGE: B105 r r m m m m Am m no m m m S DECHLORINATION TREATMENT PROCESS: AMOUNT OF CHEMICALS REQUIRED: Dechlonnation is accomplished by the instantaneous chemical reaction of The residual chlorine in the pipeline will hp neutralreed by 1-almq with one the free and combined chlorine in the pipeline with a dechlorination agent of the chemicals listed in Table 1 The a,mouril of the chenur al rmluned will The type and grade of dechlonnation chemicals available are be determined from Table 1 based or,the volume of water ai,d the residual Sodium Thlosulfale(non-anhydrous) chlorine concentration in the pipeline Technical grade--1001b hags Sodium Sulfite TABLE 1 Technical grade--64 and 1001b bags Pounds of Dechlonnation Chemicals Required to Neutrah7e Various Sodium Bisulllte(anhydrous) Residual Chlorine Concentrations for Every 1.000 Gallons of Water Technical grade-1001b bags and 4001b drums Chemical and Amount Required(Pounds) Residual Chlorine Sodium Sodium Concentration Thnosutfate Sodium Bisulfate (mg/l or ppm) (non-anhydrous) Sullite (anhydrous) 10 n 2 015 Oil PROCESS FLOW DIAGRAM: 20 04 030 022 30 06 045 033 40 08 060 044 50 10 0 75 055 Dechlonnalion Chemicals 1% Concentration (by weight) Stock Solution:A 1%by weigh.stock solution of the dechlorination _ chemical will be prepared by d.ssolving every tlb of dechlorination chemical used in 100lbs of water.When preparing this solution.the chemical should be added to the water and mixed until it*chemical has — ---� completely dissolved. Soterce of Supply Containment of Chlonnaled I Discharge to Vessel ~- Surrounding hyder(blowoff (lank truck) Area hydrant,etc 1 I. APPLICATION: LOCAL SUPPLIERS 1, Balch Method For small pipelines.dechlonnation can be achieved by collecting the Van Walers and Rodgers chlorinated water in a containment vessel and adding with continuous 8201 S 212th mixing the required amount of a dechlonnation Chemical stock solution Kent.WA Tel v 623-6151 or 872-5000 Deehlorination. (I lb of dechlonnaling chemical for every 100lbs of water) If. Continuous Feed Method Jones Chemicals.Inc For large pipelines.where containment of the chlorinated water is 1919 Marine View Drive impractical,the continuous feed method is recommended The flow rate Tacoma.WA Tel s 572-9030 for the chlorinated water will be set at a constant rate in which a Constant rate of dechlorination chemical stock solution shall be fed into the flow The two rates will be proportioned so that the dechlonnation Chemwest Corporation Chemical concentration will be continuous throughout the period 2923 N E Slekeley required to flush the chlorinated water from the pipeline Seattle WA Tel 4 525-8120 or WO 562 6744 (to*\', ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:1-Mar-S1 DWG NAME: BR-40 SP PAGE: R110 '/2 of outside 4A ¢,per 6 x(oN pipe diameter miles 11nr MIN Welded steel wire mesh I — ————————————— 1 � L_____ ___________ L--___ 6�1 1-5$rnin MIN (T YP) Cast in place concrete collor w� a lc. Et,I,-h �tn;4s 1 PIPE COLLAR all �,`. ,.►. CfJ'ONAL dab [tPNES JIE 70.i991 STANDARD PLAN B-28 APPROVED FOR PUBLICATION ' E OESIGH IHEEA 'OtIE' •ASHIx0i0H STATE OEVAR THEHf OE iN AHSVMAiIOH 0.TWIA.VASHIHGTD 31/4 ,,, 31/4„ ,", 31/4", 4," 31/4" , 31/4 •• von 3", ,," 31/4"" 7_ a. r P " j "A. 31/4", 4" 31/4" 4 31/4," I Porallel to Top of Traffic Barrier a r NOTESt v Spacing between the numeral "I" and any other numeral Is I". Spacing between all other numerals is y4". TYPICAL DATE I Lw END VIEW DATE NUMERALS t1Wf1W,T,R EOYTOII O 1LWC,TITb aTvy�un"crow �Rpp� 6-29-90 Removed date panel, renamed and resigned.=IJ DATE REVISION nutx.w w m w"cw A—2%nf0 STANDARD PLAN E-1 Z/x"—� ' R - - 3 Dar s (2) - -1'/x" R Pavement 'y{ D I A h0I es N 10"MIN concrete �:... Cement 3 Vz" R concrete pavement I� R 2" Clearance TYP �.— SINGLE FACED MOUNTABLE — Non-shrink grout CEMENT CONCRETE CURB ; ;• .• ;• N 31t Sand and cement ' •� grout l" depth MOUNTABLE INTEGRAL 06 bars (2) m CEMENT CONCRETE CURB ATTACHMENT DETAIL6I „ ,,, PRECAST CEMENT CONCRETE BUMPER CURB ~f1. Pav men O N ,.'.'• 1 N 3' �/x•• R e'/2,. g1/2' /x I R •t'-5" 0.OS'/�� II —1'/x" R Cement concrete " Rp of curt DOUBLE FACED MOUNTABLE pavement approach CEMENT CONCRETE CURB ^' MOUNTABLE CEMENT CONCRETE 1" R �5'/ � INTEGRAL CEMENT CONCRETE ," R CURB AND GUTTER_ " 5/x„ BARRIER CURB %x" R Top paof cur ) R b " R •�t CEMENT CONCRETE CURBS AND GUTTERS Pavement Top of curb r;.° S*,m ADOPTED at approach CEMENT CONCRETE BARRIER Cr1°YOFREWON CURB AND GUTTER Standard Plans l. a 1st natCMar 13 1992 ]-I]-92 R.vb.d Dorrbr arb tlt .. BN g CEMENT CONCRETE 2-21-91 IDoloted •"'r"did Ou b A realaned KJ - SP PAGE FOOL BARRIER CURB DATE REVISION BY IAPPWDI N:F-OI 1/2" 1/2„ 5 3/4" 60 � 5 3/4" L R=3/8" (TYP) 1/4,. 5/6 B,, 5„ 3/8^, 5/ 2" 5" , oR �6 3,. 2., 5.. 3/8 , 12 OF 6, 10" TYPE C BLOCK TYPE A BLOCK NOTE: BLOCK TRAFFIC CURB 6' LENGTHS ALLOWABLE ONLY WITH APPROVAL CCR. � ADOPTED OF ENGINEER. \♦ CITY OF RENTON �/ISTANDARD PLANS LST DATE: 12/96 DATE REVISION F APPR' DWG. NAME: FR03 SP PAGE: F003 1•' q� 1" �R 1" P 1F ^ Type 4a Type I Se• Note 1 t (Cement ConcrttaI I A1Dn0111 See Note 2 Type A I Cement Concrete) e•• 1.. 6" 7 � R� 1• T.- Typo be • (c.m. Con etel N Se.. cr NOie 2 Type t See Note 1 — — 2' rldenl (Asphalt) Type 1, 2. �. e, s, or 6 Type 0 (See Contrast F 1.-e•. (Cement Concrete) Plane for Type) o Shoulder Pavement 10" 10" 21/1• S. 2�/�" 2Y1 2(/t, 9 � 9 2' rtd*ning s 1 V V • ^ 7 Typo 1, 2, e, 40, S. or So IS** Contract /'•� 1.. R !"q 1" Pions for Typel u M. Shoulder W Tp• See Note 1 J r Povement� (Assphalt) Typo 6 (Cement Concrete) 10 l 1'-0" 11-01 I' o" 1'-0" J NOTES EXTRUDED CURB f l 1. See Stondard Speclflcotlons for optlonal onchor Ing methods. •�•�^' ^"� ----- 2. lype eo and Type So curbs do not require steel Ile bars or ^^'•""' odheelve for 0nchorin0. eut/cored lolnt L cut/saved Joint 2-21-9$�ddea cem.M curb end aiin•a sJ rS Y ADOPTED •7 ears —� - •] 9are --- oo.a:°V ovOdd lyn:nSs l.,.i..d�,ra.. CITY OF RENTON Cement Concrete curb 9-t-9-0}'l—nerauation e•paue.ma �e.w,ee. eJ 0 T I n[viSON e. ter• + .+ • STANDARD PLANS SPACING OF ANCHOR BARS — �— ---- "� LST DATE:7-Sep-90 �N r� SP PAGE: F004 Lending IS' MINI. orI I S t/1 ExPOnllan When lending Is Is- ` S J Ent ITTPI tt.on 5' use Curb I 7- cross rolks shorn. Romp Alternate. May also be used rllh singlf cross —11 to Romp texture TYP of fie island. 0.02'/it• (see da toll s Note TI �.. min. 12 eaoge of 5' Min. SECTION A-A 1 2 t� BL --- -- IB �e MIN Expons ion Joint !lush Inot to S" Min. - ,L 12 s•• 0.._02'/tt. Net ee6l�T see 10' Mo.. �Q %i• NAx 1 CURB RAMP SIDEWALK AND CURB It' NIN RAMP DESIGN A Optional foundation Is" SECTION 8-0 NOTE. Area nay be graded for signal pole. to e01ch existing grode. Thicken edge to full depth of adjacent curb SIDEWALK AND CURB RASP DESIGN D eJA l Plonting Strip For use rlth large radius se AI NEEnrI /-R 1' 6•' Expansion Jolfnt 0.02'/ft. MTN NOTEICurb R 9^s0e0 Dssl A vNt B ore iM SECTION C-Cpreferred designs. Use C—b Rag Deslgn C 0✓Only own neither design A nor B •111 rack.use Curb Rapp Deslgn D (r11y ri to large roalus 5' 1pons ion (greater than 35'1.int %"'Expansion Joint,•• Oi,02'/tt. s/s•• Expansion Joint (TYP) Fluln (rwt t0 *.teed 1/f". see Not* 61 CURB RAMP ALTERNATE B�'- zz n. depth of adjacent curb WALK AND CWB DESIGN B O Sign RT-801 TYP zloeralk _ DLO t see Nate e) � 0 orr PrecalI Cement _ 'p .L �` Concrete Bumper 10 Cur Ds TYP N -�'D CEMENT CONCRETE A"poinfed Rl NominaltripesO1—hs Ions SIDEWALK AND 2'DE 6. RAMP TEXTURE DETAILAPPROACH DETAILS *As11INata state DIPARncet a IRANSPORIAtiowBL a1riA.zfpocesat16 -0" NINBB" N N I B' Ise! conir act panal AAccessible AccesflDle �r: atoll lost :tollICCESSIBII PARKING SNOnI WITM CONTINUOUS CURB RAw ADOPTED CrrY OF RENTON RAMP DESIGN C e e Standard Plans LAst Date 8/10/1993 N Plan No F-03A SP PAGE FOO5.1 G NOTES N 7' MIN 1 I A minimum 3' rid*accessible route shall be 6' MIN 7 I 7 Maintained In all pedestrian Occessible areas. `� 1 2 Contraction Joints shall be placed al ong.side.alks Q i a 3A Win. — 1 at ISM maximum spocing. All Joints shall be 1 1 cleaned " acgeo. —1 AccesslDle rout♦ /1� �"Esponsl on Jol nt Expansion Joint / ' 3 Inlets shall be located s0 inat runoff dais not 1 }lo.past curt romps. Cement concrete curb and gutter se eei on shorn (See Standard Plans .-y— Cement concrete Curb and gutter % This area may also incorporate the following) 1 for.other curb deslgnsl section shorn IS Standard Plans Decorative paving, 1 far other Curb deslgnsl Open 9—ed povirp, 1 OPTIONAL APPROACH HALF PLAN (s�1 Rpised or leveled planters. STANDARD APPROACH HALF PLAN N f Benches tr seating areas. 2'-6" MIN 2'-6" MIN 2'•6" MIN F� 1'-3" MIN p .+. y S Curb rasps shell De poured ps o apor at!unit tr Om the fide rO iX. IfOl aced Dy evpOnflOn Joint MAX (Bevel l/I MAX (Bevel enere possible) eater lal On all fides ext*D1 at and of romp OPTIONAL APPROACH- HALF ELEVATION next to the rc•od.Oy. STANDARD APPROACH HALF ELEVATION weer.possible) NOT*1 Ose Optlonal ApprOarh only Mtn 0 slde.Olk 6 Changes In I.-1 up to r/"may be vertitol and Is used ai In. bOck of in1 approach and the fidevolk without edge ir*atment. Changes In I—I betr.en I■ sot , o mini mu.of f stet from cub. i/." and 1/j' shrill be beveled with a (tape no greater than 112. Transition area ' 7 140-P textur Ing IS t0 be done rich on expanded -tat grate plated and rtmOved}r Om wet cancrete }}0 ItoYYe a di—nd pattern Of fno— T . long 12 LNis o1 the diomond pattern shall be I perpendicular t0 the curb, Cr Doves peal) be %j' deep and 1/" .Id.. 6 Mounting height for sign'RT-001 shall be e6". s Cement toner ele approach*% shall be constructed Of air-onirolhed concrete Class 3000 and say be poured Integr Ol r11h cub. Cement concrete Cub and gutter C lnent CDrltrete curb and putter section Shorn 'See Stondora plans s ectlon snow++ i5<e Sr arWard peons for piper curb 0esl designs) for other Curb designs) OPTIONAL APPROACH• HALF ISOWTRIC STANDARD APPROACH - HALF ISOMETRIC s/1" Eappnsion J 6"oint s/s Expansion Joint MIN a.'e'rrt. o.ot'rrr, f NIN 'E In ice coca edge of opDrooch to Thickened edge of approach to full depth of curb full depth of curb CEMENT CONCRETE SECTION B-H SECTION O-g SIDEWALK AND min. 6" thick flderatk _----- APPROACH DETAILS In approach 0110. / / wASNINOlOe STATE KPAATr[NT Or TRANSPORTATION oF� IA.—A.l .. Stderolk R is' Opt lonoll o"V L Pl onling Strip �12° MIN.--.{ AMP7ED CITY OF RI3TFON *� StsMArdrd Plans " APPROACH PLAN DDtlOn01 Approach e�N L-i Elsie E/10/1993 Ms.No F-03.2 SP PAGE F005.2 a� r � r it � �r � � � � � r � �r rr � �■r � +r rr rl� rr rl� rr rs rr rr rr r� rr rr �Ir r r �r r �r 2 (TYP) 2 (TYP) / DRIVEWAY OR ALLEY w -- 6' MIN = SEE ZONING CODE FOR u w U FOR MAX do MIN WIDTHS < o Q 0] 2 (TYP) Y ry?s 1 Q a m¢ ALTERNATE 1 ,�`v // 10" COMMERCIAL ZONE SIDEWALK AND PLANTER STRIP 6" RESIDENTIAL ZONE -'{ 18" ON COMMERCIAL APPROACH 2 (TYP) c�����"� CURB AND GUTTER SHOWN SEE DETAIL "A" Q, �Q HOWEVER, OTHER CURBS MAY BE USED. FOR MONOLITHIC CURB 4to) ^ / 0`2 (SEE STANDARD PLANS) SECTION A-A --- '� 2 �` A 6" r�s" .-'`-`s• JOINT 3/16" SCORE LINE it ALTERNATE 2 SIDEWALK NEXT TO CURB 10" COMMERCIAL ZONE h�18 (NO PLANTER STRIP) 6" RESIDENTIAL ZONE THICKENED BASE OF CURB k GUTTER DETAIL A TO MATCH APPROACH THICKNESS NOTES• ON COMMERCIAL APPROACHES. (TYP) APPROACH WITH 1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL MONOLITHIC CURB NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE 2-1/4" DEEP. SEE NOTE 5 2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS. 3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. CEMENT CONCETE APPROACH 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 tSY �� ADOPTED INTEGRAL WITH STANDARD CURB (SEE DETAIL "A"). G CITY OF RENTON 6. SUBGRADE COMPACTION SHALL BE 95% MODIFIED PROCTOR. + 1 1+ 7. APPROACH CENTERLINE TO MATCH THE DRIVEWAY/ALLEY CENTERLINE. STANDARD PLANS (THE APPROACH WIDTH WILL BE 10' WIDER THAN THE DRIVEWAY/ IST DATE: 12/96 ALLEY WIDTH.) 10 22 96 Edited / / grophlca, text. Added note 7. 1 DCV I DIRT DATE I REVISION BY IAPPR DWG. NAME: FRO 1 N SP PAGE: F006 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS 1/2"X4" EXPANSION CEM. CONC. CURB AND GUTTER MATERIAL 1/4"R AT JOINTS P SCOREIJOINTS TO CUPWN1/2"X4 '- -- ZNERAL NOTES: 1/4'R - SCORE LINES Z CURB k 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 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 17 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 A21fi'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 j TPAVEMENT AS PER PLANS 4" 1!, 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 GtiCY p� ADOPTED CITY OF RENTON ` �• STANDARD PLANS �FNIr LST DATE: 12/96 DATE REVISION BY APPR' DWG. NAME: FR-02 SP PAGE: F007 w w x NOTES Edge of 0.5X traveled wo x Edge of -Edge of traveled way 1. See "Sign Specificottons" sheet y I• traveled way x x of Contract Plans for H. V, M. at X. 6 Y values. II I II I II II I II II II 2. For signs placed In ditch r l) I II I II ll condition see Bock Slope Detail. � I II II II 0.6x it LEGEND Elevation Elevotlon > 0.2X H1. H2. H3' Hq ° Length of post. of edge of > troveee�ewoat 0.2X = = Elevation 35 .35 V Elevation difference from edge traveled way = y at edge of > O.ISX O.ISX of lane to bottom of sign. traveled way M Distance from edge of traveled n way to center of nearest post. x x x X = Horizontal measurement of sign. Y = Vertical measurement of slgn(s). 3" MIN all around o- 3" MIN oil around D Post embedment. Selected bockflll �- Selected backfit1 3" MIN all around — o material CV material Selected backfill All p osts material some size All posts II some size II SINGLE POST SIGNS TWO POST SIGNS II (See Note 2) THREE POST SIGNS (See Note 2) ISee Note 2) POST INSTALLATION TABLE NOTCH POST SIZE D DEPTH h N HOLE DIA 4 x 4 3'-0" - Edge of traveled way x 4 x 6 4'-0" 1 Y2 6 x 6 4'-0" 2" 11 II II II 4 MIN 6 x 8 4'-0" 3" II II it II Sow cut notch full width of II II II II post. Omit notch for single 6 x 10 5'-0" - post Instal lotions. II II II II 8 x 10 5''-0" - B x 12 6 -0" - 0.25X 10.25X. 0.25 Bottom Elevation 0.125X at edge of 0.125x of sign traveled way BACK SLOPE DETAIL Notch depth (See Post Installation Toble) i Greater post dimension 3" MIN aft around n Hole DIA (See Selected backfill t ROADSIDE SIGN STRUCTURES material ON TIMBER POSTS Orlll holes Post Installation Tablet o paro I I el to —�_ urcrw n.n evur.t.,a r..r.r.o.— sign face A11 posts Q some s 1 z e (i Post —� _ FOUR POST SIGNS ADOI'TGD `Q Finish ground Ilse (See Note 2) fSY O CITY OFRENTON Standard Plans POST DETAIL 6-23-95 Revised post detail. ABN Last Date6l23/1995 1O-11-93 Added post dimension to post detoll and resigned. �11YNPRDATE REVISION Plan NoG-4A SP PACE G008 z <z Face of sign / \ NOTES Windbeam— ' 1 . Attach sign to Z-Bar or wlndbeom with rivets --- at 4 staggered spacing. 2. On signs with walkways. the luminolre may be attached �'8" x 1 3•4'__/ directly to the walkway bracket via the 11'2 square — 3 bolt with 1 " x S " tube If the spacing for the walkway brackets Is e x 3" Lag screw a the same as the spacing for the sign lighting bracket. e 2'-0" rectangular head. p g (I I Ij staggered Post clip. fiat washer. 3. The U-Bolts shown ore used to attach all overhead (Field drill pilot and locknut (Typical ) sign assemblies to tubular sign supports. Attach at hole In post ) each Intersection of vertical Z-Bar and sign support. 1 3'i' x 1 3/4" x I/j' Ang I e 4. A ny I on washer shall be placed between the sign face ATTACHMENT TO ATTACHMENT TO and any other washer required on signs constructed Of encapsulated lens sheeting material. WOOD POST STEEL POST 5. For additional details on luminolre with maintenance walkways see standard plans "Maintenance Walkways". x Z < Face of sign aN Windbeam ��� .... •• 3'e" x 13'+" bolt with 1 " x S,B' rectangu I or head. Post clip, flat washer, 2 and locknut (Typical ) 3'e" x 1112" Log screw 2.5" _ a 2'-0" center (Typical ) 21'21' x 2" x 1,2' Angle '1 (Field drill hole In post) ius ATTACHMENT TO LAMINATED • 1 z5" 0. 1 " (Typical al ) 6� 0 WOOD BOX POST POST CLIP DETAIL 0 ri — —. 125" �'I$" x 11'16 " slots 0.070" 65 --. 175" = N 3 3, o" SIGN MOUNTING DETAILS N W I N D B E A M DETAIL »•-•- it I• — _t'z.. �—- I'e" ADOPTED Y Ups �> CITY Of RENTON MOUNTING BRACKET DETAIL `° ""°°° ° 31i''°°•'' '•�'••°" ° KJ — * _ + STANDARD FLANS R�voH e`r IFPR'O 'A�, LST DATE:30•Jnn-87 w rr rr w rr rr rr wr r r rr rr �r rr rr �r rr rr rr CENTER LINES TWO—WAY LEFT TURN LANE • ® • • • • • • • • • ® • • • • • • • 4" • • ® • • • • • • • • • • • • • • •3 4„ • • • • • • • • • •` • • • • • • � �"�• • • • • •4" YELLOW TYPE 'I' �-- 9' - --- 15' ---� 3'� 30' LINE MARKERS 4" YELLOW TYPE 'Ild' 12' 4„ YELLOW TYPE 'lid' LINE MARKERS (REEL.) DOUBLE YELLOW CENTER IN LINE MARKERS REEL. L ( ) 4" YELLOW TYPE 'I' LINE MARKERS � • • • • o • • ® • • • 4" YELLOW TYPE 'I' LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4' YELLOW TYPE 'Ild' LINE MARKERS (REEL.) NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL cY p� ADOPTEDCITY OF RENTON 1♦ / STANDARD PLANS ��NTH$ IST DATE: 10/30/96 DATE I REVISION I BY JAPPR'Dl DWG. NAME: HR-01 SP PAGE: HO01 APPROACH LINE f f ta" 3' - 24. 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) SKIP APPROACH LINE NUMBER AND LOCATIONS OF ARROWS f f f f f f APPROACH LINE LENGTH ARROW LOCATIONS �OR 9' 15' 3' V 4°' WHITE TYPE 'I° 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" � • • •1 • • • — 9' -�— 15°—�-'1 S L 4" WHITE TYPE T 'I' E LINE MARKERS CHANNELIZATION MAKERS DETAIL 4" WHITE TYPE 'Ile' titY ADOPTED LINE MARKERS (REEL.) + )� CITY OF RENTON STANDARD PLANS c$ LST DATE: 10/30/96 DATE I REVISION BY JAPPIRTI DWG. NAME: HR-02 SP PAGE: HO02 r r� rllr rr rl� r� r� m = m r Im m r = m m r r TWO-WAY LEFT TURN LANE A 12' 28' 2O _�_O O O O O El O O O O O O O � 0 0 0 ❑ IO O lyp ' Type 2YY RPM Type 1Y RPM Thru Traffic TWO-WAY LEFT TURN STRIPE 20 TYP ��- O O O ❑ o I" Spa.—�`' o S o 0 0 �o O o O °r 0 �� o 0 o Type 2YY RPM Type 1Y RPM r4 BARRIER STRIPE J. Type 1V RPM (TYP) 000 3 0 . 00 Center 9 0 Ilne o,r, O Gor• Area 0�% 0 10 00 0 0 0 00004q to 0000000 \ Gore strlpo- I e• / _ .04v.• RAISED PAVEMENT MARKER r" SUBSTITUTION PATTERNS e•:°° �'•d.• few•°•• e•f°• /J 1`_ rO ei (0j'r e.v«crOR salt evutwrt OF U-SPORTAto. _ I \ arwxWASHWTa ~_Continue mark lrge�-- 100' --� j�0' —"I �1 to entl of pore Ir or of eho.n In the pion. 01roctIon of trovel (Moln line) �r In GORE AREA MARKINGS _ _ t""D`SCHDADMIR 6-14-91 Revised Tuo May Leif Turn Stripe ABN M^om rebruory B.M91 _ UATE_ REVISION _ BY_-APR'D STANDARD PLAN H-5d sheet 2 of 2 .mots I 50' 50 %{:LEE T!/x'/t/ I Two-way Left Turn - Arrows ADOI' TE1) Ube Y O� CITY OF RENTON STANDARD PLANS N"If v� LST DATE:2-Oct-87 w r r r r 1G N" IMI�M r P P*jb I IOj, A A B B n� I ; 5/8 or , 5/0 TYPE "A" BLOCK TYP E 1 TYP E 2 20'± 3(f 0.7"± L0.08" 0.7"t � -1 0.08" 4"± 4"t I 4"± I. ' . 4 5/g pf - ' rl, SECTION A—A SECTION B—B 12" • 1 r RPM TYPE 2 TYPE "C" BLOCK RAISED FACE COLORS Type 2a 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 I Yellow — One Side Only RAISED PAVEMENT MARKERS (RPM) Raised Pavement Markers and Precast Block Traffic Curbs ** ADOPTED % CITY OF RENTON STANDARD PLANS LST DATE:2.0ct-87 DWG NAME: 11R-08 SP PAGE: 11007 o, R=3'-3*' STOP LINE co v 1 to R=2'-3'J a' WHITE I—- WHITE— EDGE OF ROAD LINE TURN MARKINGS to'—o` rTRAFFIC s" TO 8" n5LOW WHITE OR YELLOW8 ISLAND W/CROSSHATCHING 3:s RATIO WHITE LANE LINES 50' VAR. 15' s' I _Pavement Marking Details ki s' 20' ADOPTED RAILROAD CROSSING MARKING c,��Y °�n CITY OF RENTON L * STANDARD PLANS 1�c• O/R LST DATE:1-Aug-90 goG NIM: TTTJM MVP r_ TTn_ LOOP NOTES 4"sex pyp I - -- Sea contract for location and material r LOOP requirements. 1 y-TYP[ I LOOP �TY►E 3 LOOP Traffic letters shall conform to the FHWA Publication Standard ALPHABET for I i ; Stop Bar HIGHWAY SIGNS and PAVEMENT MARKINGS t With the exception at the railroad crossing - t symbol letters.oil traffic letters ghost be B feel in heighl. TYPE 3 Preferential Lone Symbol shot[ be ` installed only on designated bicycle [ones �((•t �.1� 1�� ;;fie~i�' ;i'�,�i .t!I.�1 �'\ TYPE 3R(ripht) gyMe .lttit}}}}}1';11: i••itl�'.!t}1tllT} gr 8 o� f SYMBOL TYPE 4 CYCLE DETECTOR SYMBOL LOCATION �1 .a RI 10 units R2•7 units ri it ful-fo, 4",qTY � (lrp) TYPE 5 TYPE I TYPE 2R(right) — LANE ARROW SYMBOLS f — E A 8 _ I_ 1' _ S' 8 "+ 2 _ 2' 2-b" 1 3 4" 6 '-3" II I 4 4"gq 6 20' I (�1lvsi CYCLE DETECTOR SYMBOL E:, PLArl LINE +� -(' - -- -- PAVEMENT MARKINGS RAILRQAD CRQMU PREFERENTIAL LA E HANDICAPPED PARKING ADOPTED SYMBOL — SYM90L MB L *4*-, ' CITY OF RENTON STANDARD PLANS LST DATE:17-Jul-S1 SP PAGE: 11009 OMEN' - ■■■■ Emov - 11MIN MO■► IEEE . _ . ■■E. s■■ NEON 0MENOMONEE ONE NEON NrgEME■■E■■MEN■EME■■■ MEMINIF NONE _E■■■■■■E■r - ■■EN NONE EEEE► a IMME■■MMENONNI �E PF MEME Erma IF: lO ■E■► / ■ s ate■ ■� ■ it ■r, �■ENE■Ni VON INN ■ Mn I A . Soil.. ■ENE■ r ` �■� IN ■ ME IF �l ■■1 SOME■F E■� .� �■ a ■w: ■►AMENEM / !■■■■■► !NON► ■■■■■■■■\BOO■■■■■■■■■■■■ TH CITY _.. _ • Bicyclist i P' • ' • ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! * 35" 31" 31" 35" * BASED ON TYPICAL 11-FOOT LANE WIDTH 13' I 4'-5" 31" I►1'-6' 9'-0' I I 6'-4" I 6'-5" I i 4 5' I 2'-3" THRU & LEFT TURN ONLY ARROW DETAIL 5'-6"* 5'_6^ * Gti�Y ADOPTED CITY OF RENTON + STANDARD PLANS ��NTC LST DATE: 10/30/96 DATE REVISION I BY JAPPR'Di DWG. NAME: HR 1 1 SP PAGE: HO1 0 4 35" 31" 31" 35" 4 BASED ON TYPICAL 11-FOOT LANE WIDTH 31'° 9'-0" I I 6'-5" 6°-4" I I I �• 45. I 2'-3„ THRU AND RIGHT TURN ONLY ARROW DETAIL 5'-6"* 5'-6"* C oCITDOOF REDNTON STANDARD PLANS LST DATE: 12/96 12 96 REFORMAT TO 11'.17' DCVPAPPW DATE REVISION BY DWG. NAME: HR12 SP PAGE: HO11 CURB LANE LANE LANE CURB ,_••NE CENTER CENTER I IN IN LANE LANE r I I 10, I i I I I E L 24" I-I. 8"(TYP.)-STRIPE - �--8"(TYP-)-OPEN I (IYP,I i CONCRETE LANE LANE - 8"(TYP.)-STRIPE CUTTER_ - LINE LINE TIRE TIRE , TIRE TIP E TRACKS TRACKS TRACKS-� ?RAC !"'�-� * TYPICAL 4 LANE POADWAY CONFIGURAT!C'N • ^i^TE FOR ROADWAYS WITH MORE OF LESS LANES, THE SAME CONF!C 'ATION APPLIES. KEEPING, THE THERMCPLASTIC BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF THE 7�?AVELLED PORTION OF THE LANE TO ti1INltm7_E Painted/Thermopinstic Crosswalk TIRE WEAR ON THE THERMOPL, S TIC/PAINT Ivy o ADOPTED CITY OF RENTON -1 STANDARD PLANS LST DATE:1-Apr-90 DWG NAME: IM-13 SP PAGE: I1012 MI/17J "Mow,,�� 11 � JT 6 0c — /'- OL/T EVIE' D/A. — --- 3''4.0 CL.G, r\ SAND ELEVAT-/0/, : .. � . i MONUMEiVT G�7QIL. —fECTIC" 9rL.CCT eAC"--/LL /Go:: COMf3aC7/U�/ NOTL: Monument Case & Cover I. STANDARD MONUMENT CASE AND COVER WASHINGTON STATL DEPARTMENT OF HIGHWAYS 1976. 2. THE CASTINGS SHALL BE GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 40. THE COVER AND SEAT SHALL DE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL 14IDTII OF HEARING SURFACE 3. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEMENT, A CEMENT CONCRETE BASE WILL NOT HE NECESSARY. ADOPTED 4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(1) FOR IN p ADJUSTMENTS TO GRADE. U CITY OF RENTON _ STANDARD PLANS �'. ' LST DATE:1-Feb-89 NTv Na" E: 1 SF' F: 1 LANE LINE MARKING 7,_8„ STANDARD VEHICLE WHEEL PATH R3' 4.5' 3' MIN. MIN. MIN. > > ACP CLASS MIN. MIN. 'E' OR 'B' * 6" CRUSHED SURFACING 2" CLASS "B" TOP COURSE 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL EDGE OF CURB 8: GUTTER, WITH AR4000W 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 ONLY SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR titY O ADOPTED DETERMINING PAVEMENT THICKNESS. �e b CITY OF RENTON J STANDARD PLANS ''NIf LST DATE: 12/96 DATE REVISION I BY APPR' DWG. NAME: HR-05 SP PAGE: H032 1° 1' 2.5' 1' 1' MIN MIN MIN MIN MIN 6.5' MIN. 1' 1' 2.5' MIN IMIN MIN I MINI MIN 2" CLASS 'B'-/ FACE OF CURB OR EDGE OF PAVEMENT 7 2" CLASS 'B' A CLASS 'E' OR 'B' *2" TO 6" 6" CRUSHED 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' MIN. WHEN PERPENDICULAR TO 2" DEPTH OF ROADWAY CENTERLINE GRIND OR SAWCUT AND REMOVE 000 ADOPTED CITY OF RENTON STANDARD PLANS LST DATE: 1 2/96 * SEE DWG# HR-05 FOR MINIMUM STANDARDS DATE REVISION RV APPA'fl DWG. NAME: HR-23 SP PAGE: H032A � � w w w w w w � w w� w w � r � ,� w �■r FUSE KITS QUICK DISCONNECT 10 AMP IN LINE FUSE KITS TO LUMINAIRE S.E.C. OR EQUAL TYPICAL DESIGN 'B' JUNCTION BOX GROUND LUG 1/4" MINIMUM DRAIN HOLE SPLICE KITS CLEAR EPDXY SPLICE KITS ON ALL THRU 2" MIN. GROUT TOP OF CONCRETE FOUNDATION TO WIRE RUNS UNDER POLE BASE I BE LEVEL WITH TOP OF SIDEWALK 4" CONCRETE PAD OR CURB. 5" g.. #8 BARE COPPER �\ I II \\\ �/9R/b^$ 7 '0:- g GROUND WIRE II II 56E /�GANS II II GROUND II II CLAMP I I I I II it II ` II II II PVC CONDUIT II II SYSTEM 2 - LIGHTING SYSTEM L c J WIRES TO CONTACTOR (SIZED AS REQ'D.) CONCRETE TYPICAL LIGHTING UNDERGROUND SYSTEM FOUNDATION GtiSY p� ADOPTED 3' SO. OR DIA. i CITY OF RENTON 5/8"x8' COPPER CLAD STANDARD PLANS GROUND ROD ��N r0$ LST DATE: 12/96 DATE REVISION t tPPR' DWG. NAME: JR-06 SP PAGE: J007 LIGHTING STANDARD & JUNCTION BOX 7' o -- gOv o Ov ID Ov o D o DOi p D 0 0 d DD o aD Oav Oo d 4/ OO 0 ° v D ° e D II Ii v °° D Oo O D 4. DEEP e ° D 3' DD O = v O•° p -i o e °ev°dd 6 d d a ° ° ° 4 ° - v O v Dv D OD OvOL \ --- O p O d 'DoSTREET LIGHT POLE JUNCTION BOX PLAN VIEW SIDE VIEW INDIVIDUAL JUNCTION BOX Ov Oo O ° poOv o � D ° o D O vD o e e Q D ? c 60 = De0 a J o 0 a r NOTE: o ° p D e 1' CLASS 'B' CONCRETE TO BE USED O D o Dv v v D IN CONSTRUCTION OF PAD CONCRETE PAD DETAILS PLAN VIEW t' Y o� ADOPTED CITY OF RENTON ♦ .i 4 STANDARD PLANS LST DATE: 10/30/96 DATE REVISION BY APPR'D DWG. NAME: JR-07 SP PAGE: J008 ON AUM CABINET EQUIPMENT LOAD CENTER 1. PIN TUMBLER-TYPE STAINLESS STEEL BEST CORE LOCK (OR EQUAL) z KEYED FOR CX-1 WITH 2 KEYS > TEST SWITCH & 2. 12 GAUGE (MIN.) GALVANIZED SHEET STEEL oD UTILITY PLUG 3. WELDED SEAM CONSTRUCTION 4. DOOR WITH CONCEALED HINGES (LEFT SIDE) VENT 5. INTERIOR - WHITE BAKED-ON ENAMEL STREET LIGHTING 6. EXTERIOR - GRAY, ETCH GALVANIZED SURFACE BEFORE PAINTING ---T 7. BOTTOM OPEN- 2" MOUNTING FLANGE (TURNED INWARD) ON ALL SIDES CONTACTORS r y 8. 4-1/2"X16" GALVANIZED ANCHOR BOLTS W/NUTS AND WASHERS A 9. 4-1/4" TRIANGULAR SHAPED CORNER LOCK-DOWN PLATES 16" 10„ MIN. MIN. FRONT VIEW PLAN VIEW SIDE VIEW CONTACTOR CABINET 4-1/2"X16"GALVANIZED ANCHOR BOLTS (TYP) CONDUIT ENTR. AREA N. II u II II gl G.L. N ' G e e e ° e d a e a s a a Q e e Q e PLAN VIEW SIZE TO FIT SIZE TO FIT CABINET CABINET STREET LIGHT CONTACTOR CABINET FRONT VIEW SIDE VIEW AND CABINET FOUNDATION CABINET FOUNDATION So,, CITY OF RN TDN STANDARD PLANS IST DATE: 12/96 12 96 REFORMAT TO 11'x17' DCV DRT DATE REVISION 8Y APPR' DWG. NAME: JR-09 SP PAGE:JO10 STREET LIGHTING CONTACTOR CABINET WIRING SCHEMATIC TYPE III SERVICE 120Z240 VOLT T A B WIRING COLOR CODE A. WHITE JACKET (NEUTRAL) B. BLACK JACKET (LINE) C. GREEN JACKET (GROUND) 100 A MAIN BREAKER (MIN.) D. RED JACKET (LOAD) 2 POLE 240 VOLT E. GREEN OR BARE WIRE (GROUND) B O A BRANCH BREAKERS E120/240 VOLT TEST 16 POLE SWITCH A N B A N TERMINAL B BLOCK B B B B BA A A A STREET LIGHTING B CONTACTORS 8 B B 8 D CIRCUIT WIRES TO LIGHTING RUNS A PHOTO-CELL TO GROUND STREET LIGHTING CONTACTOR MOUNTED ON Roo NEAREST CABINET SCHEMATIC LUMINAIRE G1`tY ADOPTED CITY OF RENTON 4 / 4 STANDARD PLANS ►ST DATE: 10/30/96 DATE REVISION BY APPR' DWG. NAME: JR-10 SP PAGE:J01 1 sm an m s �r truer �■r �t min m m, 16" MIN. i{ 100 AMP PANEL NTH BRANCH ' BREAKERS AS REO'D 100 A LTG. MAIN I 3 LTG. ' LTG. 14" 1 4 LTG. GFI 2 CON. SIG. NEUTRAL 2" MALE FEMALE BUSHINGS PE CELL ® O TERM. STRIP 0 48" C TEST GFI SWITCH RECEPT. 11 4" LICH TING CONTACTORS AS REO'D SERVICE FEEDERS RACEWAY WITH TYPE III SERVICE CABINET REMOVABLE COVER Y O� ADOPTED 6" 6 CITY OF RENTON TYPE III SERVICE CABINET ,p $ STANDARD PLANS LST DATE: 10/30/96 DATE REVISION IBY IAP=pjD DWG. NAME: JR-1 1 SP PAGE:J012 R/W LINE TYP. CONC. PAD -------- ---------- SIDEWALK CURB � v � w - - - ROADWAY � 3 LTR G 1 -2" CURB 3'-6" I --------- ---- - SIDEWALK H' FACE OF CURB TO SL' I R/W LINE CENTER R ,yy OF POLE 10' MIN. CLEARANCE FROM DRIVEWAY ROADWAY ALTERNATE PLAN VIEW SIDEWALK H 25' 30' 35' 1 40' SL 18'-3" 23'-3' 28'-3' 33'-3' PLANTER STRIP STREET LIGHT CONDUIT T 0.188 0.188 0.219 0.219 TRENCH DEPTH 24" TYPICAL STREET LIGHT 2' TO 4' TAPERED ALUM. POLE 'T' WALL OVERHANG FOUNDATION LOCATION ALLOY 6063-T6 SATIN GROUND FINISH H' HANDHOLE 4"x6" OPENING 'SL' W/COVER & S.S. SCREWS IUND LUG INSIDE POLE DE POLE -6" ° '' LIGHT BASE AND JUNCTION BOX LOCATIONS STREET LIGHT CONDUIT TRENCH DEPTH 24" G1ty O� ADOPTED A CITY OF RENTON ALTERNATE STREET CROSS SECTION pZ � STANDARD PLANS .CO LST DATE: 12/96 12 96 REFORMAT TO 11'07" DCV DRT T1 92 TYP, STREET LIGHT FDN. LOCATION BCA DWG. NAME: JR-35 SP PAGE: J014 DATE REVISION I BY APPR' m * w M M " WIM JUNCTION BOX DIMENSION TABLE A BOX TYPE L C I A ITEM TYPE 1 1 K ALTERNATE T RNAi 8 TYPE 2 I l A Box Outside ten th 22" 22" 33" B Box Outside Width 17" 17 22 1 2" C Box Inside Len lh 18 19 28 L D Box Inside Width 13 14" 17" m E Lid Length 18" 1 B" 26 1 2" F Lid Width 13" 13" 17" G Box Depth 12 12' 12 - H Lid k frame Oe th 5 16 5 16" 5 16" J Woll Thickness Alin. 1 1 2" 1 l 2" 1 1 2' NOTES: K Wire Reinforcement W-3 W-2.5 W-2.5 PLAN VIEW All dimensions ore minimum. Exact configurations vary among different manufacturers. L Le end See Detail See Detail See Detail The noted lid thickeners overall minimums The Diamond Pattern for typo 1 or Type 2 Boxes sholl be 28% minimurn of overall thickness ` Lid support members shall be welded to the frame 4000PS1 concrete is allowed if box reinforcement consists of 6 X 6 - W3 X W3 welded r z wire fabric welded to the frame. !' When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12" deep K extension boxes. ITEM MATERIALS When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 112" 10 gage divider plate complete with fasteners. BOX 6000 PSI COntlate (See Notes) ELEVATION VIEW • Frame Diamond Plate Steel - A786 Non-concrete Boxes may be submitted for approval. Evaluation will include an H-20 • Lid Su art 1 Ifn. flock Sled C l or 1.-ANLoad Test • Lid Diamond Plate Steel - A 86 Anchors Steel Wire or Tee Plate Reinforcement 1 ASTM A-82 Steel 3 'GALVANIZED STEEL r KU aos YN. 1WI M cod aO —/ elJl nP, t 6" GRAVEL PAD COMPACTED LEGEND DETAIL (Mark L) TYPICAL JUNCTION BOX INSTALLATION DETA0.S SIGNALS LIGHTING T ':P TS-LT TELEMETRY TRAFFIC SIGNAL SYSTEM LEGEND a° M TYPE 'I' BOX JUNCTION BOX DETAILS to TYPE '11' BOX iiJJ/w.rW / TI! HOOK DETAIL PLAN SYMBOLS • ADOPTED -corm Letlars with 1 8" Wefd t= "UdI CITY OF RENTON Bead. Grind oil Diamond I,•,e,,, Pattern before forming t--'1 "'L6'6'�.`� Standard plena letters. 'Cta$ IST DATE 11/B9 ILLUMINATION SYSTEM LEGEND I DATE REVISION BY APPR� DWG. NAME: JR-36 SP PAGE: J016 KEY (5 5 • Stainless Steel) 1 End Cop 6 2 Conduit Locknut, 1 I/2"0 5 3 Locknipple, 1 1/2"0 2t r-- 1 9"Min. 4 Galvanized Steel Washer 5 Neoprene Gasket 6 1 ' TT 1 1 6 Bronze Serrated Ell FitTina Nut -s/B"S. news ofgh Bolpfit a d Nuts I7 -3 set Screws(Allen Head s Connection) iple Connection r __ , I� ° 19 Z 7 Serrated Ring with Pins 18 �8 Hex Locknut with: 12 N -2 Allen Head S.S. Set Screws -Pin Receptacles I t 110 �i I j O-o 9 Nipple Length varies, 1 1/2"0 10 Hex Locknut, 1 1/2"0 �1 i 11 Mounting Assembly 1 I 1 l_----_J (2-6 " 12 High Strength Cost Aluminum Elevator Plumbizer with: ZTapered Adjustment Washers,Flange Adapter S.S.Fasteners I I I I 13 Aluminum Arm with Set Screw I ARM MOUNT r-5-----, i 14 Slotted Tube with Closure Strip I I 1 i TYPE M � �_nl �L'J _ /1 I IS Tube Clomp, 2 I/2" I.D. ��ll "Zl I � I I 1 I 16 Female Clamp Assembly with I `V — I I I I -2 Set Screws L______J _J I 1 -0.50'xO.050"S.S. Bands j I I I -Screw Buckles, 7/S.S. Allen with et �Screws is Washers -Band Clips with .Allen Head Set Screws ARM MOUNT ARM MOUNT I I I J Bronze Messenger Honger with: TYPE L TYPE LE 17 E I I I -1/2"o J Bolts 18 i I I I -Coble Lock Bar (Type L with I I I I Rivet E%iensionFittings) m I I I I -Cotter Key n I IB Bronze Female Wire Entrance with: 2 I �I l o� I Bushing Insert � 9 L-_____J L______J -S.S. Allen Head Set Screw - r_-_-_5 T V 7 21 19 Bronze Balance Adjuster I �I SPAN WIRE 2 Multi-heod Mounting Assembly 11 15 TYPE Q (2 HEADS) 21 Spider Assembly 1\J 1 TYPE R (3 HEADS) 22 Serrated Rind with no Pins I 110 �I TYPE S (4 HEADS) ® i ®� NOTES: I I 1 I Tyype M Mounting for Optically Programmed Heads I I I sfiall hove a 3 1/2 '0 Opening at the Signal Attachment. I j 16 j Type M Mounting for Conventional Heads shall have I I I I a 2"0 Opening at the Signal Attachment. �I 14 I Type M Mountings shall have "O"Rind Groove and II I 1 I Seal Top and Boltom at Signal Attachment. I L-------J I i 1 T e N Mounting with op tically Pro rammed Heads SIGNAL HEAD MOUNTING DETAILS I I �p 2 s all be installed with 14"nom. Arm MAST ARM a SPAN WIRE MOUNTINGS L-------J See Standard Plan J-6In for Visor, Tether Wire ..,�..............„..........b. ARM MOUNT (i)-A and Bockplate requirements. w...�......a. TYPE N v t} See Standard Specification 9-29.17. (( SPAN WIRE lv TYPE P (I HEAD) � U�AY �+t'� CITY ADOPTED OF R N O • _ • STANDARD PLANS 'A ti' LST DATE:22•Feb-82 as an iM so M � ���� smnrw w +� ow. m m" m m r mow man ml � w ar GALV. STEEL CAP TO BE SAME GAGE STEEL AS PEDESTRIAN PUSH BUTTON POST FILLET WELD �I =-- I I III _ I III I I III I - I I JI I• •I =-- I I I. .I I TOP VIEW I I I I PEDESTRIAN PUSH I 4'-0" I BUTTON POST I I I 2 1/2" DIA. x" -- I 48 LENGTH IIII I i -1I" 1 - = - 3'-6" IIII I I I 1 I I IIII I 1 I I I IIII 1 I I I I =14 I -1 I I I IIII I I l I I 1/4" FILLET WELD AIL-i I i I I I I I I FOUNDATION LENGTH OF BOLTS JI . ° II 2'-0" DEEP x OR SIDE VIEW TO BE DETERMINED U 1 DIAMETER BY MANUFACTURER PEDESTRIAN PUSH BUTTON POST 1 y ADOPTED L� g J CJ 6 �� CITY OF RENTON a ° . R JJ STANDARD PLANS N tC� LST DATE: 11/5/96 DATE FEVIS N AY APPR' DWG. NAME: JR-14 SP PAGE: J022 PEDESTRIAN SIGNAL HEAD Li GALV. STEEL PEDESTRIAN HEAD STANDARD TYPE '1' I 10'-0" (MIN.) PEDESTRIAN PUSH BUTTON f I 3'-6" I FOUNDATION 3'-0" DEEP x 3'-0" SO. •II II. OR DIAMETER LENGTH OF BOLTS TO BE _ DETERMINED BY MANUFACTURER PEDESTRIAN HEAD POLE y ADOPTED CITY OF RENTON ♦ _ /l f STANDARD PLANS LST DATE: 1 1/5/96 DATE REVISION I BY JAPPR'D DWG. NAME: JR-15 SP PAGE: J023 low PUSH BUTTON FOR 7 3/4' PEDESTRIAN SIGN DETAIL 5' GtiCY p� ADOPTED CITY OF RENTON + + STANDARD PLANS LST DATE: 11/5/96 DATE REVISION BY APPR' DWG. NAME: JR-16 SP PAGE: J024 I I I I I I I I -11 I I I ul I I I I I I I I I PUSH TOP VIEW BUTTON • FOR I I _IIII I I I IIII I I+ I I I IIII I L_ I I IIII I I I IIII I i t i IIII I I I I I I Jll� I rt-}- I I IIII I I I �- t I 3•_6" �11L1 --1_- I I I I I I I I I I I I I SIDE VIEW I PEDESTRIAN PUSH BUTTON I I AND SIGN MOUNTING DETAILS GtiSY p� ADOPTED CITY OF RENTON ♦ � 4 STANDARD PLANS LST DATE: 12/96 DATE REVISION BY APPR'D DWG. NAME: JR-17 SP PAGE:J025 IM IM im m 'n S me P�m M M M On ow aim M M Im M lw' M w w Toward I Roadway %q" wide drain hole in grout pod Grout pad— Yq" wide drain hole in grout pod LIGHT STANDARD ORIENTATION I 41 a6" -r�&D9 II 1111 Ea III I III I Strap template 11 Toward •I Install pole base plate -Ilk) see Detoil r directly on leveling o _ Sheet 2 ^, Roadway .I nuts and washers. z —A III II II Anchor bolls in Conduit I �� —e 9 ht, speared O Pole Anchor—_ fj�'III II base FIXED BASE rods f--�tlll plate Pole a II 1 �-— base Class 3000 — -FI� —I .q Hoops e I 1'-0" centers plate -Anchor bolts concrete Y III II Toward toodwoy -�i� L_ A_ � 2" Clearance SLIP BASE FIXED BASE I_ 3,_0„ PLA14 PLAN SLIP BASE ANCHOR BOLT LAYOUT Squore or round FOUNDATION DETAIL 1" Clamping bolls. Tighten to 95 ft-lbs. (See Notes 2 b 3) DO NOT OVER TIGHTEN. After stale Toward inspection, burr threads to prevent nut Roadway Keeper plate rotation. 1" Anchor rod, three I Pole base plate,see Note 9 required, (see Note 6) _ 1 /s" Slip plate — See Sheet 2 Hardened washers TYP Iz Section B-B _�—1 1/4" Anchor plate , 1 eo Top of concrete o / e Z v —�—� v 171471horn:l:,,,� J6" Hollow in center of grout pad, u 6' Hollow in center Install grout pad after Z in of grout pod plumbing light standard _ Z a Heavy hex nuts TYP Toward 1" Anchor rod, Fio way od SLIP BASE three required (see Notes 6 and 7) FIXED BASE STEEL ELEVATION ELEVATION See Heavy Duly Slip Bose on Sheet 2 for BASE DETAILS i LIGHT STANDARD nslollalions with double 10-foot and greater most arms on a 50-fool pole. WASHINGTON STATE OEPARTHEHT OF TRANSPORTATION OLYM I A, NASHI NGTOH ow STATE DEs ERUCER 1-5-93 Revised slip base and fixed base elevations and resigned. ABN APPROVED APRI L 5, 1 qq3 DATE REVISION BY �APIRl STANDARD PLAN J-1b Sheet 1 of 3 Sheets 35' - Smooth finish —— Steel plate 1 %" except top,bottom and 17 1'/T" for heavy notched surfaces Smooth finish /e„ DIA duly slip bash tap,bullom & i O'CAChed sIu toces 6 L, " ¢ — Anchor plate 3/a••l� '/e" 13 SECTION A-A >4-� swardTA w flack-up strip Roadway Z ! - ,Wall of pole Slip plule Steel plate \ \ roffroff —� 58. R ` \ -� q 1'3" DIA boll circle SeN Note 9 POLE BASE PLATE SLIP/ANCHOR PLATES DETAIL SECTION B-B 11/y" Clomping bolts. Tighten to 104 It-lbs. —Slip onto anchor bolts y Toward I DO NOT OVER TIGHTEN. After stole Itoodway inspection, burr threads to prevent nut see Note 7 rotation. 2" x '/4" x 15" bar - Keeper plate j i \ _ --Pole base plate (see Note 9) 1'/2" Slip plate a Z = Itordened washers TYP /! \ 1 1/4" DIA �—1 1/4"Anchor plate Top of concrete n y y L JN"'j Y4" ��" Chamfer 1 YP f �1�-j��\�M. Install grout pod foundation 6" hollow in center rr�� Z \\ altrl p6unhing light standard STRAP TEMPLATE ASSEMBLY DETAIL of grout pod LLL� :. Heavy hex nuts TYP - ------- ---- TO r— 1 ire" Anchor rod. I' 3" DIA boll circle 3 required HEAVY DUTY SLIP BASE (see Note 6 d 7) 1'//" DIA ` \ 6" DIA hole ELEVATION STEEL f f For installations with double 10-fout most arms LIGHT STANDARD t\ it or greater,on 50 foot pale. BASE DETAILS VASNINGTON STATE DEPARTf•ENT Of TRANSPORTATION Q-YWIA, NAS111NG100 28 Gauge .4 KEEPER PLATE —Place between pole Lase plate and I` y } slip plule on lop of middle washers. UfAI f ssnl _ srus as—(W.41 RYvsxd Slip/Mchor rlolcf D►11MI,IIYOvy DU1y Slip APPRovEo APRI L 5. 1993 t•S-9S Base Clevuliun,.,.J resigned. AbN p A' DATE.. _ — REVISION '--- �GI �APPR'D-� STANDARD PLAN J-1b — Sheet 2 of 3 Sheets r �r r v rrr r �r rs row, r . CL 5/S" x i/z" Flat head ASTM F593 stainless steel machine NOTES screws with lock washers, to fasten bond to base. 1" TYP 1. Allmoterialond work shallbe in accordance with current six required AASHTO Standard Specifications for Structural Supports, 9„ 3/ Highway Signs,Luminaires and Traffic Signals. f 2. The foundation is designed for 2000 PSF average bent to fit 3 %z" x Tit Bond /' � soil lateral bearing pressure. �_ 3. See Standard Plan "Concrete Barrier Light Standard Section" for base plate and foundation requirements when light standards are mounted on concrete barrier. II \g"0• �tl Toward Roadway 4. Round and smooth alledges along wire-way to �— —IT— `— — If ,—-—-—-—-y-► protect conductors. See Standard Plan "Light Standards Wiring Detail" for wiring details. Top for i" bolts 5. The top of the slip plate shall not extend more than 4" above the ground line. I'-3" DIA bolt circle � _. 6. The top of the anchor rod shall be both threaded and 5" DIA handhole \ galvanized a minimum of 12". The bottom of the anchor rod shall be threaded a minimum of 3". Galvanizing shall be in accordance with AASHTO M111 after threading. Hooked anchor SECTION C-C bolls ore not allowed. 7. Strop templates shall be held in place by nuts 6" from the top of the foundation,and at bottom of anchor bolts resting Pole base plate on 4" x %/ square washers. i" DIA bolt threaded lull length with two heavy 8. For installations with double 10'mast arms or greater, hex nuts & two washers each.(Length - 4%2" on 50'pole, foundation shall be 5'6" deep,and anchor plus thickness of pole base plate.) bolls shall be 5'6" long by 1%" DIA. C C S 9. Pole base plate for a slip base design shall be 11/4" AASHTO LWJ X6" thick preformed "Fabreeka" fabric M223 GR50.Pole base for a fixed base design may be either F ��• pad with 5" DIA hole. Cement to flange 11/5" AASHTO M223 GR50 or 11/2" AASHTO M183. a\� plate and trim outside edge flush. Q 5" r i , \\ I /�O in --—_ This 10" SiD sho radius \ 1/2" Wee hole p _ shall be face rt welding elbow plane after to \\ // (ASTM A234) I fabrication. 10 I - - �` - - STEEL .i o 5 LIGHT STANDARD 5" DIA hole in flange plate Contract DIA holes typical BASE DETAILS unless parapet lace is� �12 See Contract Plans for scope of parapet face) vertical, then I" is optional WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYWIA, WASHINGTON ELEVATION VIEW D-D LIGHTING BRACKET DETAIL = For light standards with single arm 12'or less and double ir+ arms 8' or less mounted on bridges or retaining walls. "ATE M5nx I-ErR 4.5-93 Revised Notes 6 and 7,resigned. APPROVED APRI L 5, 1993 anrE REViS10N UY nrPRa STANDARD PLAN J-1b Sheet 3 of 3 Sheets Notes W20.1 1. For long-term projects, conflicting povement a a ♦ ♦ markings no longer applicable shoII be removed ROAD or obi(terated as soon as practicable. WORK U I I Temporary markings shall be used as necessary. AHEAD 2. See Buffer Data Table. Use of buffer vehicle x 'S recommended. I1 may be a work vehicle. N20-S(L) ' I I If Buffer Vehicle is used, minimum distance 444 from end of toper to work area shall be a total LEFT D of R" (roll ahead distance) plus length of x vehiCfe, plus "B" (buffer space). If buffer cum vehicle is not used, minimum distance shall AHEAD x I I� f Ti be '8". 3. This a0plication may be used durin- --�- n peak ' t a I t, erps:fflc periods. Lane ed accordion may be 2y reversed (signing (Hanged accordingly) when END when peck traffic flow changes direction. J G20 -2a 4. Other curve or turn warning signs mcy be ROAD WORK substituted for sign WI-4b(L) and WI-4b(R) K4'2W to depict roadway of Iignment as copropriate. m JInterim Yellow s Edge Stripe CHANNELIZ ING MINIMUM TAPER LENGTH L IN FEET j ]/- DEVICE SPACING (FTt Lone Posted Speed IMP") //(( MPN Toper Tongent (feet) 25 30 35 40 1 AS 50 _ b 35/50 30 60 l0 105 150 205 270 450 500 01 _Interim White 25/30 20 40 Eage Stripe 11 115 165 225 2ss .9s sS0 - 12 125 ISO 115 32a 5.0 600 ' WORK ARE BUFFER DATA x A Buffer Space Soeetl (MPH) 25 30 A'i-4D(R) _ --�¢ 35 1 XO 45 50 _ B (FT) 55 1 85 1 120 1 170 1 220 1 2°0 SIGN SPACING TABLE - I ¢ See Note 2 Buffer Vehicle Roll Ahead Distance Speed X 4 Yard Oumy Truck $tat ionpry 45/50 MPH 500"' _ 24.000 AS Operation 35140 MPH 350't --t} _ m R (FT) • 100 25/30 MPH 200't NI- 4D(L) FOR LOCAL R•• CDa LEGEND I I x ^aEmcv USE nneli xt nq Oevlces �i (� `^^^ Obliterated Mtlrk ingf Iite notef) L ado Sequential Arrow Sign G20 2a ROADNWORK �^^ TRAFFIC CONTROL PLAN 1 +, I + ♦ ( ♦ OAD VASXIMfiTeI STAT[CERNrK.,0/TRaX5E0RlAT10X WOW oL i VASM11W70N I AHEAD . W20 -I ADOPTED 1`� O CITY OF RENTON YOleal aDDllcdtlon of traffic control devices ♦ Sftnd2ld Pleas where directionaf traffic volumes are uneven. N, L sl Due lOn0/1995 Pffe No K-05 SP PAGE K004 it s we 4W am an M tr M, M w w " NOTES w20-1 1. Flashing warning lights (TYPE A. MUTCD) should ROAD �— ♦ be used to mark barricades at night, as needed. WORK x� + + 2. Conflicting pavement markings and those no longer AHEAD I I OppliaODle shall be removed or obliterates. ENO 3. Prohibit turns as necessary for traffic conditions. mar I I o x ROAO WORK G20-2o LEFT LANE ��_ R3-2 CLOSED �y e f5ee Note 31 BUFFER DATA AHEAD 4 j ° dA I Suffer Space • i w20-5(L) w4-2(R) BUFFER SPACE ° (See Buffer oats) ROAD Soees (MPH) 25 I 30 35 40 45 I 50 WORK B (FT) 55 85 I20 110 220 290 = s AHEAD ° WORK AREA I x I 1120-1 / MINIMUM TAPER LENGTH = L IN FEET G20-2a ROAONWORK « KEEP « WLone idth Posted Speed (MPH) — (feet) 25 30 135 40 45 50 :..: RIGHT R4-7a ♦ 10 1105 150 1205 270 150 500 / ,See No— 3) tl 115 165 1225 295 495 550 ENO 12 125 180 ( 245 320 540 I 600 ROAD WORK c20-2a ROAD WORK IZING AHEAD RIGHT LANE ICE SPACING DEVICE SPACING (FTI w20-I I I MUST MPH Taper Tangent L— TURN RIGHT R3-71R) 35/50 30 60 END I 25/30 20 40 G20-2a ROAD WORK THRU TRAFFIC SIGN SPACING TABLE F O R LOCAL p(1 MERGE Speed x QGIINCV VSIE LEGEND i SP-2 45/50 MPH 500'' O G O CH Z DEVICES TYPEPE III 18 BARRICADE 35/40 MPH 350'i TRAFFIC CONTROL PLAN -**I SEQUENTIAL ARROW SIGN M 25/30 MPH 200 t r ROAD asatrora sr wrmert a ieasraer.tsoa ta.rt.,rasru4ttw OBLITERATED MARKINGS WORK 6 s> w (SEE NOTES) a i ♦ ♦ AHEAD ADOPTED tTY O CLTY OF RENTON w20-1 Standard Plans Z Last Date=011' Typical application - work area hear an intersection.allowing right turns. 7� Plan No K-10 SP PAGE TG - ROAD NOTES WORK i i t ♦ I. Flashing warning lights (Type A, MUTCO) AHEAD should be used to mark barricades at night W20-1 ENO as needed. ° I � ROAD WORK 2. Steady burning warning lights (Type C, MUTCO) ° I G20-2o should be used to mark chonnelizing devices ° x at night as needed. o� Eno 3. Conflicting pavement markings and those no ROAD WORK I \\ ROA>W21-1 longer appicable shall be removed or WORK WORK obliterated. G20-2a AREA I \ °I AHEA 4. Prohibit turns as necessary for traffic y' Conditions. KEEP « MINIMUM TAPER LENGTH e L IN FEET Lane Posted Speed (MPH) R1GNT R4-7a Width (feet) 25 30 35 40 45 SO R3-2 Not (see Note 4) 10 105 150 205 2TO 450 Soo X X ENO I 115 165 225 295 495 550 p x 00" ROAD WORK o N MAX 12 125 180 245 320 540 600 ROAD I ° G20-2a WORK AHEAD / SIGN SPACING TABLE 'd20-1 / Speed X ROADN WORK ° ° 45/50 MPH 500"S GZO-2a OY,- I 35/40 MPH 350'± CDC w4-2(R) 25/30 MPH 200'! I ♦ I ♦ 4W20- r� n =Cul FaO2W CHANNELIZINGVlSuM_,E / DEVICE SPACING IFT1 EH S(L) MPH TO Per ET angent LEGEND I I x ROAD 35/50 30 60 -A WORK 25/30 2n 4D TRAFFIC CONTROL PLAN ° Channe 1 i z i ng Devices / AHEAD aASMIN M STATE KF TNn T of TRA TAn°N Lx0 Sequential Arrow Sign x aTru.rAsataeTrn ® Type I Borr icade ADOPTED Typical application - Work area near an intersection CITY OF RFNMNain providing access to left-turn lane. Sdndud Pl CRYt; Last Due 1020/1995 Plan No K-I 1 SP PAGE KU 1 d r "W lm am mom M M MAW 4M OM M6 4= 0r M a 00 60 M � 00 NO WIN Im m go mom SWIM up so m M � NOTES 1. No encroachment on travelled lane. If encroachment is necessary. lane must be ♦ ♦ closed. — — — — - 2. See Buffer Data Table. Use of buffer vehicle ♦ is recommended. it may be a wort vehicle. If 40 buffer vehicle is used, minimum distcnce from end of taper to work area shall be total of ""R"" (roll ahead disr once) plus length of vehicle, plus "B"" (buffer space). If buffer vehicle is not used. ♦ 0 minimum distance shall be "B". o a 13 — o ° M AREA T WORK" / o x aj� x i x I l/3 Iz too' T '1 �2� MIN 500" MAX Buffer vehicle with G20 2a BUFFER DATA ROAD beacon (optional) WORK SHOULDER SHOULDER (See Note 2) END Buffer Space WORR CLOSED I RK ROAD vO AHEAD AHEAD or Speed (MPH) 25 30 35 40 45 50 W20-1 W21-5 W21-502 toreverse cone per to show B (FT) = 55 85 120 170 220 280 end of work area 1 Buffer vehicle Roll Ahead Distance 4 Yard Dump Truck Stationary Moving CHANNEL IZING 24,000 LBS Operation Operation DEVICE SPACING (FT) R (FT) = 100 175 MPH Toper Tangent SIGN SPACING TABLE 35/50 30 60 Speed x 25/30 20 I 40 45/50 MPH 500'3 35/40 MPH 350'' 25/30 MPH 200'± MINIMUM TAPER LENGTH = L IN FEET IF OR LOCAL a LSNI Lane Posted Speed (MPH) QCu Varq Width (feet) 25 30 35 40 45 50 10 I05 ISO 205 270 450 500 11 115 165 225 295 495 550 TRAFFIC CONTROL PLAN [LifE110 12 l25 I 180 245 320 540 600 WOMINGTOR STATE DEPUT)W IF TRAKSPORTATIOR 0.M,IrA-.Yr-�A1,aTTRGIOR oChannel izing Devices ADOPTED - orrED `�Y CrrY OF RENTON Typical application - Shoulder work on four Snnda,d Plans lane highway. �N � USE Date 10/20/1995 Plan No K•17 sP PAGE KO 16 NOTES I CI I. See Buffer Table. Use of buffer vehicle B R o� � is recommended. It may be o work vehicle. If buffer vehicle is used, minimum distance from end of taper to work area sholI be total of "'R"" ° (r011 ahead dis tonceI plus length Of vehicle, plus o / o WORK���, gore ° '�B" buffer space. if vehicle is not used, minimum distance shall be "B X �;� x L/3 I00" 2' MIN zBuffer 500 MAX G20-2a ROAD vehicle with fN0 WORK SHOULDER beacon (optional) ROAD WDRk WORK (See Note 1) AHEAD or reverse cone taper to W20-1 W21-5 show end of work area CHANNELIZING MINIMUM TAPER LENGTH DEVICE SPACING IFT) = L IN FEET MPH Taper Tangent Lone Posted Speed(MPH) 35 30 60 Width \ (feet) 25 30 35 25/30 20 40 to 105 150 205 11 115 165 225 12 125 180 245 SIGN SPACING TABLE . Speed x BUFFER DATA FOR L�OC AL 35 MPH 350'i Buffer Space 1AMENCY UAL 25/30 MPH Z00't Speed (MPH) 25 30 35 B tFT) = S5 85 120 Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck Stationary 24,000 LBS Operation R (FT) = 100 TRAFFIC CONTROL PLAN- LEGEND VQNINCTM STATt DUuTW.T OF TAANs TmoN aTIIIA.WASNINaTM n n a Channe l i z i ng Devices A.+ ADOPTED CITY OF RENTON A� SnndaTd Plans Typ i ca I opp I i cat i on - shoulder work on urban street I_=Dam 1020/1995 with minor encroachment on traveled lone. N Plan No K IS SP PAGE KO 17 rr 10 imam was" mom an M r awl eIft Oman rr a AM m m m m � I•. d tr.rrr IN.or. N..11 I n�• PI DM/ 1'^ M. -•1 „11 Mrro.. po.l lop ' / (I.n In I n1 Iotw if I : #race .all —brace loll S. tr,n• red IfM ldt •Ir• II,..t /Nt / `I.l eted Otd • ` ��-���-�• Dar D•d If" o CHAIN LINK FENCE TYPE I #rare rot, _ —A.act pots I^d, galh O• rd M. p0.. 1 IM D... I.;II.d end Dnr D.d to Wage — full pot Of«• pot Cna+n Ilnt roar It 1Mfipn .Ir. #.«• .all #r«f roll #r al rail 0 I aDr It bond S 1 r e l ttv. Oo' 1 l.Mlen .Ir• ? I.I f led ono Da D•d f1l.ege rr CHAIN LINK FENCE TYPE /rot• 0o11 grace l Iry volt #rote Dofl (na, vale, orter Mr pelt pot Pull pOtl l n,/tt 1.4 1.1 tape t.nf lon .ire CnOln Ilnl low;t ten Ion ` c Is —e.a• roll Slr..the' ,all_ )I CHAIN LINK FENCE TYPE 4 #r«f poet #rate Dell r-1 IM pef/ #.ace rots Ind, pore, a+ tern.. pots Pull poll SI••.• cold led fel.age top ra" CMIN LIMO FENCE C (r,pin IiM /.Lr le top roll { N i feW le Dona `�Y nD01YFED O U C11'Y OF I2IWYON T / FW-F-771`mom`m`71 ♦ t.�.� ♦ Standard Plans J J�� �� CHAIN LINK FENCE TYPE 6 'N'1 1st Datc 5/24/91SP PAGE LOO2 S•H•tl roe. Info t.e sheetsaM reelpn•d, e! � OITt Mvtfldl N; I'•02•I ►wl I a 1/..... I'/.'� 15/r•• Nul [S: T All ck—crelf• p0sl buses Sholl bP conctelt clO1S 3000, FF robfic Loops Tr III m{n,onlm liOrnrl"r , '^ - I- • �^ All pos IS moll be spocc•! Of IC' mo.imam inI rr voIS tin rSs 01 her wi sP ,l;r Pc led by the Fnr)ineer. r �'/� A00�•rl I(In cr b01fom Ionlir,n wires Shall be ploCed w; thin the - roprlc loops RAIL IIIPI imi I-. Of If- 1 ir•+t full tobr iC wpOvP. ' R rcncc line. BRACE f)"O'IS 'Y^ iIIUSIr,IIive and Sholl not lirnil hortlwrlrP CND. CORNER 6 PULL POST I INL POST 0 "'11` ^r poll .,PIVI libfl for ony prlflirulor fence. I.,r., ROLL FORMED SECTIONS MEM©ER TYPE BRACE RAIL & TOP RAIL LINE A BRACE POSI fND. COnNFR, A PULL POSI CAI( POST All ROUHp H•COIUNN ROII fORN[0 NUIIND It COIUNfI RPII fOn,fP RfgplD RQl[ fnRN(Q pnCls f OUND I.O. Wright weight We Ighf I.D. relrlhl we IgnlI.h. I 1pt per roof Slit Per fool Sit• Per fool ►I ■e'0"f pe PH IOoI Site Prrfool 11rc �'H Iprl 1•;r,IntMl I/punO11 Ilnct.t■1 IPovrW11 Ilntne+l IPaxWfl llncneli Vo„noft IIncM,l IPll Ilcr.A„ Inc nr+' Irovn,tll Ilh ne,l CIPh'nd%I ,l 1•nuM,� 2.21 I'/e A I% 1.35 1'/• 1.3 S 2 l.t S 7'/. 4.0 S.I e )V 2.21 I'/, ■ 1 11it a 1'/. 1.)S I'/, 4 I'/. 2.21 I'/, r I%A 1.3s ■ 1'/f I.9 S 1%, 2.r] 1%, 7.I7 +i I%, 1,n'. 1,s 5 !'/r 9'/; 1.1 e 1, I V. ,.:I 1'/. . I�i 1.)S Sit ■ 1'/. I.l S 1.1.1 7'/f 4.0 1 Yf . I%i .'. :'/: •,,r 0 )%t 1'/; 1.I A DAIN LINK FENCE AD01y1TD CITY Of RIiN'FON ♦ J ♦ Standard flans O/R' Is1 bale 5/21/91 1'tl•11 Ae.leed lewle. A,Ie IeA nv IIM Peef Ir,,, re.l p�.W, ,� Ivrt DAlf AS VISION „ eP.Ae•C N: 1.-02.2 SP PAGE L002.1 r �r re. r ri■� M re. M m sus m r ,r «r C) 0 0 w C7 o A Z co a G. Wpz .;. 0� 2"N.P.S. C) O < Q Sized as required /SLIPFITTER b Q Q —Vie•I"f - *� A E_- < 2- U vFi .-1 cy I t �j u� �.188 WALL BRACKET 5'9 ALUM. ALLOY 6063-T6 r Z Z � r < 71 1/2"BNC LOCKBOLT i 1,12„ 3 �GR 18-8 S- S. FLUSH JOINT �4�/Z-O.D. I 1 I { TAPERED ALUM- POLE 219 WALL ALLOY 6063-TG 35'0" SATIN GROUND FINISH 28 3 ( I SHAFT II' T012" BOLT CIRCLE I u 4 1/2" OF BOLT ABOVE (4) 1"BNC GALV.STL. FINISHED ANCHOR BOLTS WITH er SH GRADE.- NUTS AND WASHERS 1 �J GRADE. (.� 4 CONCRETE 8"0_p 151 HANDHOLE PAD 4"x6"OPEN ING � �W/COVER AND Q;l GROUND LUG S.S. SCREWS •" SASE FLANGE ALLOY �• !: .'S I+6 —�,3.66 -T6 WITH BOLT - t COVERS 8 S S.SCREWS? 2 a� a Q m M IZ�Q 2-N.P.S. SLIPFITTER IB r 2. 1 4,Z- 0.0 _188 WALL BRACKET 5 9- R. ALUM. ALLOY 6063 T6 1 \ . i Y2 8NC LOCK80LT 1.2.7 ►�� -�-GR. 16-8 S.S. f ,� FLUSH JOIN7 _ 1 4%Z' 0.D. I TAPERED ALUM, POLE 219 WALL ALLOY 6063- T6 SATIN GROUND FINISH i i 3("3 SHAFT l � 12- BOLT CIRCLE (4) 1"BNC GALV.STL. ` 41/2"OF BOLT ANCHOR BOLTS WITH ABOVE FINISHED NUTS AND WASHERS GRADE. 4' CONCRETE 6"O.D- 151 HANDHOLE PAD 4"x 6"OPENING W/COVER AND GROUND LUG- S. S. SCREWS :I:S Q' � y BASE FLANGE ALLOY 1 16 356 -T6 WITH BOLT �• �� COVERS 6 S.S. SCREWS 5-,4t- 0 a A IZ =Orr 2"N.P.S. -y SLIPFITTER I 4%2 O.0 .I88 WALL BRACKET 5 9"R. ALUM. ALLOY 6063-T6 rr Y2" BNC LOCK80LT 1.2« } � —�GR. 18-6 S.S. + I��FLUSH JOINT 4%Z" O.D. I I TAPERED ALUM. POLE 219 WALL ALLOY 6063- T6 SATIN GROUND FINISH i 1 � 35-3" SHAFT i � 12« BOLT CIRCLE (4) 1"BNC GALV_STL. ` 41/2"OF BOLT ANCHOR BOLTS WITH ABOVE FINISHED NUTS AND WASHERS GRADE- 4" CONCRETE 8"O.D.— I 151 HANDHOLE PAD 4"a6"OPENING W/COVER AND I/,— ,GROUND LUG S. S. SCREWS .•1-• { (�I„ BASE FLANGE ALLOY 6 Z' ..._ ,•S 1 / ���356 -T6 WITH BOLT I COVERS 5 S S. SCREWS 0 a A n- d- 2"N.P.S. SLIPFITTER 1 , _ 4%Z 0.D .I BB WALL BRACKET 5 4" R. ALUM. ALLOY 6063 T6 �2 13 LOCKBOLT G R. 16-8 S.S. } FLUSH JOINT 4 YZ' O.D. 1 i TAPERED ALUM. POLE ..219 WALL ALLOY 6063- T6 SATIN GROUND FINISH SHAFT i 12" BOLT CIRCLE (4) 1"BNC GALV.STL. ` 4 1/2-OF BOLT ANCHOR BOLTS WITH ABOVE FINISHED NUTS AND WASHERS GRADE. 4" CONCRETE 8"O.D-- I 151 HANDHOLE PAD I �, 4".6"OPENING W/COVER AND GROUND LUGS S S. SCREWS •I• ll 1LLOY 3 1{6.. I BASE:� 356 -TL6 WITH ABOLT L COVERS & S S.SCREWS -411 ONE LENGTH OF DUCTILE IRON NOTE: f PIPE (CLASS 50) TO SOILD PLAIN END FITTING MAY BEARING WHEN SPAN IS BE USED FOR PENETRATIONS MORE THE 4'-0" OF MANHOLE WALLS I.P. TEE CI 50 (M.J. x M.J. x M.J.) HALF DAM AS APPR I I BY ENGINEER FLEXIBLE JOINT EXISTING MH SHALL BE COPE DRILLED FOR D.I.P. KOR—N—SEAL CI 50 BOOT (DIST. P.I.P.E. INC TACO MA, WA.) dd r q� MIN. POSS. BACKFILL WITH LENGTH COMPACTED MATERIAL AS DIRECTED BY ENGINEER 6" MIN. CEMENT CONCRETE CLASS "C" BLOCK IV POURED IN PLACE .'..f D.I.P. 90' BEND CI 50 (M.J. x M.J.) • ' , '', ;; :. .. ., ..... MATCH CROWN OF EXISTING METRO PIPE DUCTILE IRON DROP CONNECTION BLOCK NO. MH—DROP1 DATE UWG NO: W. 1990 MUTRO Municipality of Metropol I tan Seattle 35.10 CIVIL DETAILS 138