Loading...
HomeMy WebLinkAboutSWP272206(2) rAWARDED Zl 2 Z S Contract No. CAG �S' y8 TO GJcst � 4st- CUnI7<i. Cv . �Y + r � O NT 1 NELSON PLACE NW / RAINIER AVENUE N t STORM SYSTEM REPLACEMENT PROJECT ' CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING, 200 MILL AVE. S. RENTON, WA 98055 (206) 235-2631 ' ® Printed on Recycled Paper 1 EQUAL OPPORTUNITY EMPLOYER (206)483-1900 1 FAX:(206)485.8143 223.01 WE-ST-CC-•373NO 1 es Coast Construction Co. Inc. GENERAL CONTRACTORS AND ENGINEERS 1 P.O. Box 419 24205 Woodinville-Snohomish Road a WOODI NVI LLE, WAS H I NGTON 98072 June 22 , 1995 JUN 26' 0i'(-Y OF RENTON 1 �l City of Renton Engineering ©ep Surface Water Utility 1 200 Mill Ave. South Renton, Wash. 98055 RE: Nelson Pl. NW/Rainier Ave. N. 1 Storm System Replacement CAG-95-048 1 Attention: Daniel Carey Project Manager 1 Dear Daniel : Enclosed please find the following: ' 1 . 2 Signed Contracts 2 . 2 Performance Bonds 3 . Certificate of Insurance 1 4 . Insurance Information Form 5 . Insurance Endorsement 6 . Certified Corporate Resolution 1 7 . 5 Copys of State Contractors License 1 Bonding Agent: Jeff Stewart 285-7735 Lovsted Company 424 3rd Ave. W Seattle, Wash. 98119 1 Very truly yours , 1 West Co t Constru tion Co Inc _Palmer E. Sa er President 1 w CITY OF RENT ON BUSINESS LICENSE 1995 Licensee has made applicaion for a City of Renton business license in accordance with the 763 6/21/95 05 WOOD INVILLE-SNOHOMISH provisions of Title V, Businesss Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Codes Ordinances, State laws and Regualtions applicable to the business activity licensed. Post this License at place of business. t WEST COAST CONSTRUCTION CO INC PO BOX 419 WOODINVILLE WA 98072 City of Renton Licensing Division ' 200 Mill Avenue South Renton,WA 98055 (206)235-2608 ' DP 3133 12/94 1 1 1 1 1 ------------------ DEPARTMENT OF LABOR AND INDUSTRIES THIS CERTIFIES THAT THE PQSON NPMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A 3 TRATi09NUMBER { u r , ice ' STATE OF WASHINGTON p ONST CO `I +i t ° r G3 tLJDI 111 Z L i 92 1 Q I _r. F625-052-000(3-92) ' CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF NELSON PLACE NW/RAINIER AVENUE N ' STORM SYSTEM REPLACEMENT PROJECT Of Vq 727 /STEi' ; AI-���a ` -19•of ' EXPIRES 10/16/9/f' City of Renton ' Planning/Building/Public Works Department 1 1 Supervised By: Ronald J. Straka, P.E. Engineering Supervisor Prepared By: Daniel Carey,P.E. Project Manager ' projects/nelson/bidspec.doc/M CITY OF RENTON ' NELSON PLACE NW/RAINIER AVENUE N STORM SYSTEM REPLACEMENT PROJECT CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disabilities Act Policy Scope of Work Location Map ' Site Vicinity Map Instructions to Bidders Call for Bids ' *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form * Bid Bond Form * Proposal ' * Subcontractors List * Schedule of Prices 4-Bond to the City of Renton ' ❖Contract Agreement(Contracts other than Federal - Aid FHWA) ❖Attachment"A" Insurance Information- Sample Prevailing Minimum Hourly Wage Rates (New job classifications) ' Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages ' Environmental Regulation Listing City of Renton Supplemental Specifications Special Provisions ' Standard Plans Construction Plans Geotechnical Engineering Report 1 Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. t *Submit with Bid(yellow pages) ❖Submit with Notice of Award (green pages) CITY OF RENTON Planning/Building/Public Works ' Department 200 Mill Avenue South Renton, Washington 98055 ' projects/nelson/bidspec.doc/M EXHIBIT "A" ' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ' ADOPTED BY RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure equal employ- ment opportunity to all persons regardless of race; creed; color; ethnicity; national origin; sex; the presence of a non-job-related physical, sensory, or mental handicap; age; or marital status. This policy shall be based on the principles of equal employment opportunity and affirmative action guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: ' (1) EMPLOYMENT PRACTICES - All activities relating to employ- ment such as recruitment, selection, promotion, termination and training shall be conducted in a non-discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with governing Civil Service Laws and the agreement between the City of Renton and the Washington State Council of County and City Employees. ' (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 PROGRAM - The City of Renton Affirmative Action Program will be maintained to facilitate equitable representation within the City workforce and to assure ' equal employment opportunity to all. It shall be the responsibility and duty of all City officials and employees to carry out the policies, guidelines and corrective measures as set forth by this program. Corrective ' employment programs may be established by the Mayor on the recommendation of an Affirmative Action Committee for those departments in which a protected class of employees is under-represented. (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the ' Affirmative Action 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 2nd day of June 1980. CITY OF RENTON: RENTON CITY COUNCIL: 3)("bUAW ' Mayor Council President Attest: Issued: July 10, 1972 Revised: February b, 1976 / Revised: June 2, 1980 City Clerk ' CITY OF RENTON ' SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOL UTION NO. 3007 ' The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With ' Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: 1 (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based.on individual performance, ' staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in ' employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY -The City of Renton Americans ' With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall ' be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy ' (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and ' programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear ui all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN b the City Council o the City o Renton Washington, y ty f ryf � ' this 4th day of October 1993. CITY,OF RENTON RENTON CITY COUNCIL: Mayor Council President Attest: J City Clerk ' NELSON PLACE NW/RAINIER AVENUE N STORM SYSTEM REPLACEMENT PROJECT SCOPE OF WORK ' The work involved under the terms of this contract document shall be The full and complete installation of the facilities on Nelson Place NW, Rainier Avenue N, and NW 3rd ' Place, as shown on the plans and described in the construction specifications, to include but not be limited to: installation of approximately 160 linear feet of 24-inch diameter storm pipe, 190 linear feet of 18-inch diameter storm pipe, 360 linear feet of 12-inch diameter storm pipe, six Type II catch basins, six Type I catch basins, concrete sidewalk, curb and gutter, trench patch, asphalt overlay and complete restoration. ' Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 30 working day-5 is allowed for completion of this project. ' The funding of this project will be from City funds. ' projects/nelson/bidspec.doc/bh _ _____ _ __ _--------------------------------------------------------------- _ ®N]k►M r Ln2 ?II IM►k �SE 95tA yr NE 27@h St �� c --------=-------- -_- ----------- - - --- - HE 241h 1 ------------ --------------------------_-_--- -_---_-_-- -_-_--_-_- -_--_-- - -_-_-_- - --�-- ---------------- --------------_-_-_-_-_-_- -_- HE _-_- -- -_-_- -_- -_- -_-_-_- - - - \ i .1 - - - - --- -------- ----- ---- k HE 21,st St -______ _-==-=-Lie _-__-_4 ltSl ==_ _ \\s NE 20th$t N HE20u ____________--_-______ __--_-_ -- --- ---- ---- -------- --- -- ------ -- - ____ ___ _ ___ _!_ ��❑S1121hSt n7th C ®Q " -------- -------- --- --- _ a� nsm � s n4tn s, �� -_- -•�- s nstn -_ � - nsro F Q nsm �• ( NE,rnn \ --.St_l® $11 St N O 116U Q `.x ®4 g K Sf tr71b \3 L�I s,xu St =s r2ou : s N au O S 127t1 S 1 12 sl ,n S 122 n st i� 122hd 12Lr! SC C� 23d 1 HV 7th S ' < < t.E1 ��IJJJ NE 61h ff U124� 127rd R t PL 1 (�S St C� 124,A 124 , N 8th St. J ,1 6th St 6th St �16d s ` $1 N Mh NM Mb S1. N Sb St aa Y 4?r � `+� y Js�� +ts S I26th fl]fT MM �e Project Location � N 4th St - s e 3❑s ` \ �W 3 dEyK " Vh s,si.d s< St of Are S 13;th St D S 134tA St 6E � /( st 6140th St �✓ $Jd$1 aUJ� ]rd P1 ,Ay t5, P1 Sw Ah St ®m O D $Rertm`r7age PI Project Location ' SCALE: 1 Inch = 2000 Feet North Nelson PL NW/ Rainier Ave. N. 2000 Storm System Replacement Project ' City of Renton Surface Water Utility D. Carey 5/94 -1 1�•• � 1LE8-3 Q ILD8-3� 8-�A, I1,DB-2 11,EB-4 r 1 8-5 Q I I1,E8-2 I D8-1 1LD8-1 M -8 -7 16D8- � I ILEB-lf - ` -3 16,D2-4 16.E 2- 16,E2-10 4TH ST 116.D2-6 ?4 IDr- - z i 1z 16,E2 1 Project Location NW 3RD PL 15,D2- 2 Damaged Pipes P ;;0 16,J 3- _ / Q - 16.E3 Z RENTON I fTJ 16.E3-9 Broken Pipe1, / y / 6.E3-2. J I r-ri Q �C-3O I z PL 1; 16.E3-8 ' 16J-3-4 ATPPnR ' - Site Vicinity SCALE: 1 Inch -200 Feet North Nelson PL NW/Rainier Ave. N. 100 200 Storm System Replacement Project ' City of Renton Surface Water Utility D. Carey 5/94 ' INSTRUCTIONS TO BIDDERS t 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date specified in the Call for Bids ' At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. ' No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. ' 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. ' 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award ' contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. ' 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. ' 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. The Subcontractor List must be filled out if the total contract amount exceeds $100,000, and if any subcontractor will perform work that exceeds 10 percent of the total contract amount. ' Failure to provide the list will render the bid non responsive and therefore void. projects/nelson/bidspec.doc/bb ' CITY OF RENTON NELSON PLACE NW/RAINIER AVENUE N ' STORM SYSTEM REPLACEMENT PROJECT CALL FOR BIDS ' Sealed bids will be received until 2:30 pm, June 6, 1995 at the City Clerk's office and will be opened and publicly read in the lst floor conference room, Renton Municipal Building, 200 Mill Avenue South. ' The work to be performed within 30 working days from the date of commencement under this contract shall include, but not be limited to: The full and complete installations�of the facilities including: installation of approximately 160 linear feet of X-incc i diameter storm water pipe, 190 feet of 18-inch pipe, 360 feet of 12-inch pipe, six type II catch basins, six type I catch basins, concrete sidewalk, curb and gutter, trench patch, asphalt overlay and complete restoration. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. . Approved plans and specifications and forms of contract documents may be obtained in the Public Works Department, at the fourth floor Customer Service counter in the Renton Municipal Building, for a non-refundable fee of $27.05 ($25.00 plus $2.05 sales tax) each set plus $5.00 to cover postage, if mailed. The mailing charge is also non-refundable. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidder. No bids will be accepted after the time and date shown above. If a bidder has any questions regarding this call for bid, please contact the City of Renton Department of 1 Planning/Building/Public Works, 200 Mill Avenue South, 4th floor at 277-6193, staff contact Daniel Carey. Z�_ Brenda Fritsvold, Deputy City Clerk Published: Daily Journal of Commerce May 23 & May 30, 1995 ' CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion, Anti-Trust,and Minimum Wage ' (Non-Federal Aid) NON-COLLUSION AFFIDAVIT ' Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the ' foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. ' AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER ' Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to ' overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned ' exception. AND MINIMUM WAGE AFFIDAVIT FORM ' I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as ' specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT N. sT am SyS —72r ' Name of Project AS-r Cp/j S T l_o N S T2 U c_— 1 s�4 C_• �� Name of Bidder's Firm '4 /, � �� i na e of Authorized Represen ative of Bidder ' Dated: G- G-9 S 0/ Notary Public in and for the State of Washington ' Notary(Print) _E7 Y S' 'By e u A'J 4^� My appointment expires: 7-/-97 ' projects/nelson/bidspec.doc/bh AMWEST SURETY INSURANCE COMPANY BOND NO.: 0000454172 ' WOODLAND HILLS, CALIFORNIA PREMIUM: BID DATE: JUNE 6, 1995 PUBLIC WORKS BID BOND ' Know all men by these presents: That we, WEST MAST CONSTRUCTION COMPANY INC (hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation (hereinafter called Surety), organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of WASHINGTON as Surety, are held and firmly bound unto CITY OF RENTON (hereinafter called Obligee) in the penal sum of FIVE percent ( 5 %) of the bid amount, but in no event to exceed Dollars ($ *****s a******* ) for the payment of which the Principal and the Surety bind themselves, their-heirs,-executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has ' submitted or is about to submit a proposal to the Obligee on a contract for NELSON PLACE /RATNTFR AVENUE 1 N. STORM SYSTEM REPLACEMENT PROJECT. NOW, THEREFORE, if the contract is awarded to the Principal and the Principal has within such time as may be specified, entered ' into the contract in writing, and provided a bond, with surety acceptable to the Obligee for the faithful performance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by the bid, then this obligation shall be void; otherwise to remain in full force and effect. ' SIGNED, SEALED AND DATED THIS 6 DAY OF JUNE 19 95 WEST COAST CONSTRUCT ON COMPANY, INC. ' (Print or t na of i ipal) EZV INSUN B I oP ~C, y' �e gnature of Principal) j ' 3 ?`&PORgTF o a AM" SURETY INSURANCE COMPANY t By: -- --- Attorney-In-Fact JFF 1. STEWART /44 UN-A3017(3190)It .::.:.:.:.:...::...:.:..:.:..:.:..... :..::..:..:.::..t.:.:.:.:.:.:.:.:.:.:.:.:.:". ............................................................... ....................... ................................ .................................. . .:::::::::::: :.:.:.:.:.:::::::: :k. ........: . ..plm; . , Hi ::::::::::::::::: l r. ... -• - ,:i r -.r .>: rr:�t:£ r .r...................................................... ::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::............................ 11:-...� ft:� fl..�.�•: �! 1 ' EXPIRATION DATE 3-14-96 POWER DER 0000454172 READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo( A )of Amwest Surety Insurance Company(the"Company")on the front and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No ' representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. KNOW ALL BY THESE PRESENT,that Amwest Surety Insurance Company,a California corporation(the"Company"),does hereby make, ' constitute and appoint: MARK M.SCHAA CARL M.LOVSTED III JEFFREY L.STEWART AS EMPLOYEES OF LOVSTED COMPANY its true and lawful Attomey-in-fact,with limited power and authority for and on behalf of the Company sure o execute,deliver and affix the seal of the company ............ ............ ............ thereto if a seal is required on bonds,undertakings,recognizances,reinsurance agreement for a Mill Act other performance bond or other written obligations in ............ ............ ............ the nature thereof as follow: Bid Bonds up to$**1,000,000.00 Contract(Performance&Payment),Court,Subdivision S**2,500,000.00 a and to bind the company thereby. This appointment is made under and bN authority of the By1.�ws'of tfie Co m )vhich are now in full force and effect. ' I,the undersigned secretary of Amwest Surety Insurance Company,a California corporation FIFREBYTIFY that this Power of Attorney remains in full ............ ............ ............ ............ ............ force and effect and has not been revoked and furthermore,that the resolutions of the Btard of birectors'se(rforth on this Power of Attorney,and that the relevant ............ ............ ............ ............ ............ ............ provisions of the By-Laws of the Company,are now in full force and effect. Signed and sealed this dallof 19 ............ ............ Karen G.Cohen,Secretary tlr +Ir tlt +► +► t► dt +It +► R1',SOIA"NON5'OF T#rE BOA)2D)6F DIRECTORS +It tlt 4r dt iM ilr ! tlt t► qt ............ ............ ............ This POA is signed and sealed by facsimile under and by the authori;y of the followlttgtnsolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on Decemller 15, 1915: *`' RESOLVED,that the President or 4, Vice President,":an �l1�uirction with theeSecretary or any Assistant Secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the inatrumen-evidencing the appi3intmen6n each case,for and on behalf of the Company,to execute and deliver and affix the seal of the Company to bonds,undertakings,rceognizances4and r, ship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any POA previously granted to such person,. RESOLVED FURTHERS that any bond undertaking xp,recogntzc ,or suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President or am Vrce Pre§ident and"'�te�sted and sealed(if a seal be required)by any Secretary or Assistant Secretary;or (ii) when signed by the President or arro L'ice President pr Sectetary or Assistant Secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent,orb ' (iii) when duly executed and sealed(if a seal be requrtedJ by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced ............ by the power of attomeyjssued`b)the Company to such person or persons. RESOLVED FURTHER,that he signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and such signature and seal ' when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,Amwest Surety Insurance Company has caused these presents to be signed by its proper officers,and its corporate seal to be hereunto affixed this 1st day of January, 1993. John}.Savage,Presl6crit Karen G.Cohen,Secretary State of California County of Los Angeles On January 1,1993 before me,Peggy B.Lofton Notary Public,personally appeared John E.Savage and Karen G.Cohen,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the 1 ' person(s)acted,executed the instrument. OFFICIAL SEAL ttttttlt!!/ WITNESS hand and official seal. MSUR '�%, PEGGY B. LOFTON . .........,qy�i,� Notary Pubilc-Califamia Q� RP Oq �' �. L03 ANGE M COUNTY a J,- O 9J'•,F Signature (Seal) C6:Z1i r F�:o e Loll Notary Pu MY C-om sdotl En*ts.q .............. ............. ......:::::: y .. a ..... ... .................... ........ ....UJ . ..................... ' 'zjzzj!llgnnuttt����\ 1 Canoga Avenue Post 1 Box 4500 i i ' I I I I ' CITY OF RENTON NELSON PLACE NW / RAINIER AVENUE N STORM SYSTEM REPLACEMENT PROJECT ' PROPOSAL ' TO THE CITY OF RENTON RENTON, WASHINGTON ' Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and ' thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in ' accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and ' total amount of bid should be shown. Show unit prices both in wri ' and in figures ' Signature Address: PD 3 OK 9/9 o i•J v,lle GUs►SI/. �18o7Z _ Names of Members of Partnership: WFS7 ('o•9 sT C0A)S-reucTio;4 LNc. OR Name of President of Corporation P Lr»EE4 t s� �► E2 Name of Secretary of Corporation 14,.j Corporation Organized under the laws of �'V'09S14 Z -r #'j� With Main Office in State of Washington at �Voo o•.j v, ��c projects/nelson/bidspec.doc/bh a SUBCONTRACTOR LIST I' NELSON PLACE NWIRAINIER AVENUE N STORM SYSTEM REPLACEMENT PROJECT 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) Bid Item (s) 1-7 c T Subcontractor Name N2/Es Address P.a . Q o�c ,3 7e/%✓mac A ��o 0 9 Phone No. 3 3- 2G oo State Contractor's License No LA - KE- S 1 aK 274 J D 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 projects/nelson/bidspec.doc/bh 1 1 SCHEDULE OF PRICES All entries shall be written in ink or typed to validate the bid. Show unit prices in both words and figures. ' Where conflicts occur the written or typed words shall prevail. I 1 1 1 1 - 1 r projects/nelson/bidspec.doc/bh CITY OF RENTON NELSON PLACE NW/RAINIER AVENUE N ' STORM SYSTEM REPLACEMENT PROJECT SCHEDULE OF PRICES ' Note: Unit prices for all items,all extentions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Section 1-09.3(1)of Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 1. I Mobilization ' Lump Sum $ ELEVFA/ 7-4usg— Fou& kk,oaku Doil"-:r $ 1I 40o $ I 1 �Oo 2. 1 Construction Surveying, Staking, As-Builts ' LumpSum $ ��Ve �b�s /a2S SooD 000��� tom / $ $ S 3. 1 Traffic Control _ Lump Sum $6 4vetJ Tl-/wSANo hV' /4U VoRe�0 bo1111, $ 11, SOo $ I I Soo or 4. 1 Trench Excavation Safety Systems ' Lump Sum $ icw, /'tve jDllAt-s $ 2500 $ 2Soa 5. 1 Abandon Existing Manholes and Pipes 00 Lump Sum $ l000 6. 1 Fill 18-Inch Pipe under Nelson Place 00 ' Lump Sum $ oac TFlouSgNo Five 4--o4eo 176//4its $ 150o $ 150a " 7. 1 Remove Structures and Obstructions o0 tLump Sum $ onvC -77-6os14-,,,o Do //AAs $ 1 000 $ l000 8. 304 12-inch Dia. RCP Storm Drain Pipe ' Linear Feet $ —74 1 z4- Do /1A&S $ 00 9. 192 18-inch Dia. RCP Storm Drain Pipe ' Linear Feet $ 77114yS,x A//ats 'Ilz�< y C'FNTs $ 3G S� $ 1008 10. 156 24-inch Dia. RCP Storm Drain Pipe so Jo ' Linear Feet $ foR Sc�r,J DWA.,S 1 �, " �E�Ts $ 41 - $ �9-1 a 1 1. 50 12-inch Dia. Ductile Iron Storm Drain Pipe o ' Linear Feet $ -TA4-]y tll 0011,a2s $ 3go0 $ IgSo 12. 900 Import Backffll ' Tons $ �:--LEye'1 0 C) //4 2 S $ 1 I $ 9 9 o0 13. 6 Type I Catch Basin ' Each $ .SEVC� tXVnio% e� Jo �r'/�2 s $ ^700 $ 420o �� ' projects/nelson/bidspec.doc/bh ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be written in words) (figure) (figure) 14. 1 48-inch Type II Catch Basin ,o Each $ o^Af l�fovSA.�� Five I5. 3 54-inch Type II Catch Basin, I' - 14' deep o0 Each $-Tw-o TEtoL,sr*—.D 0 NE N0 anReo bo 114n-s $ 2 100 $ 61 300 16. 2 54-inch Type II Catch Basin, less than 8' deep Each el J, 40"DIzeo Jt)�l/t2s $ I $Oo 17. 625 ACP Trench Repair Sq. Yd. $-QE-,J its 77/2ee 14) B 12 18, 1 ACP Overlay Preparation and Restoration Lump Sum $ fC'vE —FJ-6JS4^0 t7olla2s $ 5000 $ Sooa 19. 95 ACP Overlay Material o Tons $ .Srxly too 6o �- $ S-70 o pe 20. 85 Cement Concrete Sidewalk Sq. Yd. 170 i�z S $ 35 $ 2 G`75 21. 165 Curb and Gutter o0 oQ Linear Feet. $ �t A rcJ ��� ` � S $ 1 3 $ 2 145 22, 1 Erosion Control Lump Sum. $ D NC 40"J C)A--ep .L ' 1 00 $ !00 23, I Restoration (Complete Project) Lump Sum $ 4-tvc 4�Q�)o►Zeo S $ Soo So Subtotal 120 8.2% Sales Tax 3� Total 125 C,42 projects/neI son/bidspec.doc/bh ' BOND TO THE CITY OF RENTON BOND #1303073 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned WEST COAST CONSTRUCTION COMPANY, INC. as principal, and AMWEST SURETY INSURANCE COMPANY corporation organized and existing under the laws of the State of CALIFORNIA 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$ 125,642.38-- 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 SEATTLE Washington, this 14 day of JUNE 1995. Nevertheless, the conditions of the above obligation are such that: ' WHEREAS, under and pursuant to Public Works Construction Contract CAG- 95-048 providing for construction of Nelson Place NW/Rainier Avenue N. Storm System Replacement Project (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and 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. WEST COAST CONSTRUCTION COMPANY, INC. AMWEST SURETY INSURANCE COMPANY Principal Surety ' Signat e Signature ,f]EFFREY L. S` EWART PR Us � AT"IO RNEY - 1 N - FACT � C1JT Title Title projects/nelson/bidspec.doc/bh + .. : :ii«�... ; «.....«.........«. ...«« .... ........ :.........«.. . .«.«.. ................ «: m 2 m» »« L'• F2 w i%' Fi i ii .7 »'.22:' 1 :: :2»S•• �1 ». .1 »>f: .. *: T• :II '� Sfi ::i : .....:r... ........ ;iil ...i ....«....: ':«. : «meµ.« '..i. .rt.+w...'tww.. :i•w.wa::: .. ::u.wwwA.aww21�:2:« iwwi»::r«:..iwwii:w.wt«aww.::iwwit:». w�R: ............ ......::»«:r:r•:«»:::::»:::»::::«::»::s::::«»:«.::«»::.....«:::::::::::::::::::::::::::::::::::::iii£i«»:r.�ss::r�::7«::::s:::::::::::.....«..«« ..•m«««:.•s:::m:»::»:»:::::::«:::»::s:::::«•s r«s.; .. ..........«.............. « «r«« :.x.. »«:::.m»:«..... . ».«»»:». «.«............. :::::::::...::.::::::::::::::.::: :::.»: «::::»«m:: ::r»:» «...««....... ::::::ii::m:»::!. ::«».....:....«r»......... ' ....««....«.......«.«............«.«..«..«....««.««.....« ....................................£..«......«.........»......«...............«....m �«m r «.«««« .........»...................Fu ;«««i ;..«:::::»:... ..»: i».. siii «:«• :r« ;;. .....«... ..............«.................«......».«...«.... ••�i .r ..S w .. 2- ..Y ri».*r•„r2 'iir m«ii m }�}S t}, :;r.22:..:::::»r::«:..«�:::«::«::••'««m«:::::»«::'I �•ta .2 S �"ai .S ««'i�«:�ili• ii:i«"«':::'�;;:='.'.s«»:i«::�. .. »s r.:»«::«N�� ..r..::.....« .i..r �� /y «.:...........:::::iij ii ...T...... 12.. ..iii «:1.. ..i.. ...... . .i .�;,r..;;., EXPIRATION DATE POWER NUMBER 3-14-96 0000454175 READ CAREFULLY s»»i• This document is printed on white paper containing the artificial watermarked logo(w )of Amwest Surety Insurance Company(the"Company')on the front »iiiiiii c and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. NomMUM representations or warranties regarding this POA may be made by.any person. This POA is governed by the laws of the State of California and is only valid until U. ? the expiration date. j»00 KNOW ALL BY THESE PRESENT,that Amwest Surety Insurance Company,a California corporation(the"Company'),does hereby make, ' »» constitute and appoint: .r»« MARK M.SCHAA CARL M.LOVSTED III JEFFREY L.STEWART AS EMPLOYEES OF LOVSTED COMPANY its true and lawful Attorney-in-fact,with limited power and authority for and on behalf of the Company sure o execut and affix the seal of the company •««« ' µ thereto if a seal is required on bonds,undertakings,recognizances,reinsurance agreement for a Mill Act other p n .bond or other written obligations in «: the nature thereof as follow: Bid Bonds up to$"*1,000,000.00 Contract(Performance&Payment),Court,Subdivision$ •2,500,000.00 amm and to bind the company thereby. This appointment is made under and by a o e By- f Co i4lty7l are now in full force and effect. «r I the undersigned secretary of Amwest Surety Insurance Company,a lifonua orporati �BY hat this Power of Attorney remains in full force and effect and has not been revoked and furthermore,that the so 'ors of the rd of for forth on this Power of Attorney,and that the relevant provisions of the By-Laws of the Company,are now in full forum J e ' U. 7 Signed and sealed this daUUMUM y o 19 . Karen G.Cohen,Secretary ' _ ION T DO F DIRECTORS ilt ilt tit # tit titU. .»„.;:;:» This POA is signed and sealed by facsimile and bye� th of. folio olutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on Decem .15,19 : RESOLVED,that the President or ice PresidTation w th thecretary or any Assistant Secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the' e idenc a intment ch case,for and on behalf of the Company,to execute and deliver and affix the seal of the Company to bonds underta ' r gnizane mwyship ob ns of all kinds;and said officers may remove any such attorney-in-fact or agent and «««« revoke any POA previously grant tperson _ « •••» RESOLVED FURTHE bond,un g;reco c ,or suretyship obligation shall be valid and bind upon the Company: �»M (i) when signed by the Pres dent or any arc resident an tte ed and sealed(if a seal be required)by any Secretary or Assistant Secretary;or ' _ (ii) when signed by the President or atticsident r etary or Assistant Secretary,and countersigned and sealed(if a seal be required)by a duly ... authorized attorney-in-fact or ent;or (iii) when duly executed and sea 1 be re'u $by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced by the power of attome 'ssue the Companto such person or persons. si RESOLVED FURTHER,tt7a ture of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification ' iiixi»Ki thereof authorizing the execution an delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and x«•:.:!i such signature and seal .i:.: ....: when so used shall have the same force and effect as though manually affixed. «;;: IN WITNESS WHEREOF,Amwest Surety Insurance Company has caused these presents to be signed by its proper officers,and its corporate seal to be hereunto ' affixed this 1st day of January, 1993. .......... John E.Savage,Pre dent Karen G.Cohen,Secretary State of California ' County of Los Angeles On January 1,1993 before me,Peggy B.Lofton Notary Public,personally appeared John E.Savage and Karen G.Cohen,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the ' person(s)acted,executed the instrument. 111111111!!/! WITNESS hand and official seal. OFFICIAL MAL 1NSUq�'''�., PEGGY 8. LOFTON ��.� � _... q �i, Notary PUWC-Califomia ,`JR- ' RPOq 'yC ( ) LOS ANGELES COUNTY �� q .E` Signature Seal E CO = MAY 1�Fo':o' e Lofton Notary Pu �� N _ AO 25. IM iy: r97`� ------ r -. ... .•...........::.� q � :ri �i i ra ' b•...•FOR..• r�. :••'•• �� ::: 6320 Canoga Avenue Post Office Box 4500 Woodland liffis,CA 91365-4500 TEL818704-1111 III I ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 0�9, day of , 19 Q5. by and between THE CITY OF RENTON, Washington, a municipal corporation o e State of Washington, hereinafter referred to as "CITY" and _West Coact Construction Company, Inc. , hereinafter referred to as "CONTRACTOR." ' WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within _3Q 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, 1 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. -CAG95-048 for improvement by construction and installation of: Nelson Place NW / Rainier Avenue N. Storm System Replacement Project. 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. L2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps and Plans ' f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any proj ects/ne I son/b idspec.doc/bh ' 3) ' If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its ' intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten ' (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event,the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. j5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall,without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 1 projects/nelson/bidspec.doc/bh ' Nothing,herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) ' the Contractor's agents or employees and(b)the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115,this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full.performance of the Contract not later than _30 I 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 1 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. ' projects/nelson/bidspec.doc/bh ' 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 $ 125,642.38 numbers ' One Hundred Twenty Five Thousand Six Hundred Forty Two Dollars and 381100 written wor which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONT CTOR CIT OF RENTON ' r sine Partr, r Owner f4ayor L I I f Secretary 61 U City Clerk dba W ES'T C.o q S T L o ev.S Te2 u c —TTo.J Co • .LnJ c. Firm Name check one / ❑ Individual ❑ Partnership ® Corporation Incorporated in Toy.! 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/contract/othcont/bh/June92 projects/nelson/bidspec.doc/bh ' CERTIFIED CORPORATE RESOLUTION A meeting of the Board of Directors of WEST COAST CONSTRUCTION ' CO. INC. was duly held on January 24 , 1995 , at which time the following resolutions were duly passed: RESOLVED, that the Board of Directors have authorized and they ' do hereby authorize PALMER E. SATHER, HUNTER J. SATHER and PALMER A. SATHER or any of them, to execute and deliver in the name of and for and on behalf of this corporation, any and all bids, bid bonds, contract bonds , and authorizations, pertaining to contracts; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the corporation is hereby authorized and directed to execute a Certificate of the Secretary certifying to the passage of ' these resolutions ; ' FURTHER RESOLVED, that any and all firms , persons, corporations, and other entities , including, without limiting effect, public entities , shall be entitled to rely on the authority of any one of the foregoing persons to bind this corporation by the ' execution and delivery of any such bids, bid bonds , contracts, contract bonds , and authorizations pertaining to contracts ; FURTHER RESOLVED, that the authority herein contained, shall remain in effect until the persons , firm, corporation or other entity relying upon the authority herein contained receives written notice to the contrary and that all previous authorizations heretofore given with respect to the matters herein contained are revoked; provided, however, that this revocation shall not affect the validity of any instrument hereinabove referred to that was executed by any person or persons who at the time of such execution was duly authorized ' to act. ' P esident Secretary ' The foregoing is a true copy . January 24 , 1995 ' Attest: Vice President Corporate Secretary ATTACHMENT A CITY OF RENTON INSURANCE INFORMATION - SAMPLE ■ I ' projects/nelson/bidspec.doc/bh CITY OF RENTON CONSTRUCTION CONTRACTS p� z INSURANCE AND RELATED REQUIREMENTS ' MINIMUM INSURANCE COVERAGES AND REQUIREMENTS ' The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed. the risks that may be applicable to the(CONTRACTOR)under Contract Number The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. ' Coverages (1) Commercial General Liability - ISO 1993 Form or equivalent, written on an occurrence basis, including: • Premises and Operations (including CG 2503 general aggregate to apply per project if applicable) • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which ' includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) . Automobile Liability including all rOwned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)- Show Washington Labor& Industries Number (4) Umbrella Liability(when necessary) tExcess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. When the contract includes performance of work involving professional activities (i.e. architectural, engineering, computer programming, or advertising) or pollution risk to the environment, the City may also require the following coverages: ' (5) Professional Liability the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of, or in the course of, operations under this Contract. 21 InsuMc Contract Guidelina BNG. RW i (6) Pollution Liability - the City may require this coverage to include sudden and gradual coverage for third party liability including defense costs and completed operations whenever work under this contract involves pollution to the environment. LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate' $ 2,000,000 I Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 'General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation Coverage A(Workers'Compensation)-Show Washington Labor& Industries Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 ' Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 1 I�Co v a Guideline BNG: RW 22 Revised 5/95 e ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if at our sole discretion it is deemed appropriate Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The(CONTRACTOR)shall promptly advise the CITY OF RENTON in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the (CONTRACTOR) will reinstate the aggregate limits to comply with the minimum requirements and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. Required insurance coverages shall be maintained throughout the term of this contract and, except Automobile Liability and Workers' Compensation for a period of two(2) years after the date of substantial completion of the project. CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT 1 INSURANCE INFORMATION FORM CONTRACTORICONSULTANT: WEST COAST CONSTRUCTION CO. . INC. ' PROJECT NUMBER: CAG: 95 - 048 STAFF CONTACT: Pa n i d C a,^ty ' Certificate of Insurance indicates the coverages and limits specified in contract? If no,explain below: X Yes ❑ No ' Is the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? 0 Yes ❑ No (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?*A ❑ Yes ❑ No ' CGL General Aggregate provided on a"per project basis(CG2503)?* JZ Yes ❑ No Additional Insured wording provided?* 1. Yes ❑ No ' All coverage on a primary basis and non-contributing basis?* Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No ' Severability of Interest Clause(Cross Liability)applies? Yes ❑ No ' Notice of Cancel lation/Non-Renewal amended to 45 days?* Yes ❑ No * To be shown on certificate of insurance ' A Not required if ISO Occurrence form is 1990 or earlier; may also be assumed under contract. AM BEST'S RATING FOR CARRIER: CGL A 4 Auto A + Umb A 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. ' Lovsted Company Jeffrey L. cart AgencyBroker Com ted By(Type or Print Name) ' 424 3rd Ave W. ,Seattle, WA Address Y&ied/F(y( ignature) ' Jeffrey L. Stewart (206) 285-7735 Name of person to contact Telephone Number ' NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE FOR EACH LINE OF COVERAGE 1 . 1 ' ENDORSEMENT - 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number a129553168 issued by TRANSCONTINENTAL (C NA) Insurance Company, is amended to include the following terms and conditions as respects Contract Number CAG-95-04$ued by the(OWNER). 1 1. ADDITIONAL INSURED. The OWNER and ' `' '.':.1 (CONTRACTOR), their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities 1 performed by or on behalf of the NAMED INSURED; or(b)products and completed operations of the NAMED INSURED,or(c)premises owned, leased or used by the NAMED INSURED. 1 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or(b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or 1 appointed officers,officials,employees,subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 1 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing 1 herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been lamed. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE(45)days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. 1 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has,be filed with the OWNER. 1 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. 1 June 14 1995 Jeffrey L. Stewart Date Authorized Representative e 1 - ` DATE(MM/DD/YY) at��ssoiso +C E RTI FI CA TE o � S u A i�C E CSR LB ........::. W 0,T 02 06/20/95 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ovsted Company HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 24 3rd Avenue West ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98119 COMPANIES AFFORDING COVERAGE effrey L. Stewart COMPANY 106-285-7735 A Transcontinental Insurance Co. INSURED COMPANY B Transportation Insurance Co. COMPANY West Coast Construction Co Inc C P 0 BOX 419 COMPANY Woodinville WA 98072 D OVERAG.ES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ICO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION TR DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY Al 29553168 05/01/95 05/01/99 PRODUCTS-COMP/OPAGG $ 2,000,000 CLAIMS MADE Fx_1 OCCUR $1,000 Prop. Dam. Ded PERSONAL&ADV INJURY 8 1,000,000 OWNER'S&CONTRACTOR'S PROT "Per Occurrence" appLies EACH OCCURRENCE $ 1,000,000 X XCU Cov.. Applies FIRE DAMAGE(Any one fire) $ 50,000 MED EXP(Any one person) $ 5,000 AUTOMOBILE LIABILITY B X ANY AUTO Al 29553185 05/01/95 05/01/96 COMBINED SINGLE LIMIT $ 1,000,000 ALL OWNED AUTOS i — BODILY INJURY S SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY S X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 5 ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ : I AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE 8 UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS A EMPLOYERS'LIABILITY EACH ACCIDENT 5 1,000,000 THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT $ 2,000,000 PARTNERSlEXECUTIV E OFFICERS ARE: REXCL Al 29553168 05/01/95 05/01/96 DISEASE-EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Policy is on a primary basis and not contributory. e: Contract #CAG-95-048, Nelson Place NW/Rainier Ave N. Storm System eplacement Project dditional insured: City of Renton and SvR Design Company. Waiver of Subrogation applies. CERTIFICATE HOLDER CANCELLATION,:. CITYR01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL)3g7 DC1MAIL +-•r 4 5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER LA City of Renton MED TO THE LEFT, Attn: Beverly Nelson-Globe 200 Mill Avenue S Renton WA 98055 ALIT fiESEN�lLi1V1!— < C� CORD 25$ (3/93) J f L.j llS�p�4 � jpCoRD CORPORATION 1093,arw►:w � >_ � PREVAILING MINIMUM t � HOURLY WAGE RATES 1 1 1 1 1 1 i 1 1 1 1 ��6 STATE O a f O y m S J C? Oy yy� lfl e9� ' STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES t PREVAILING WAGE SECTION - TELEPHONE (360) *956-5335 *(Effective 2-21-95 Prefix 902) PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 ' WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS KING COUNTY EFFECTIVE 03-03-95 (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE ' ** ASBESTOS ABATEMENT, CERTIFIED Certified Asbestos Abatement Worker 19.14 4.45 1M 5D ** AUTOMOTIVE EQUIPMENT MECHANICS ' Sandblaster 11.20 2.19 1B 68 8F Journey Level Mechanic 14.00 2.19 18 6B 8F ** BOILERMAKERS Boilermaker 22.94 8.39 1R 5N ' ** BRICKLAYERS AND MARBLE MASONS All Classifications 22.54 4.96 1N 5A ' ** CABINET MAKERS Cabinet Maker - In Shop 11.71 0.00 1 ' CARPENTERS Carpenter 21.70 5.55 1M 5D ' Drywall Applicators 21.70 5.55 1M 5D Creosoted Material 21.80 5.55 1M 5D Floor Finisher 21.83 5.55 1M 5D Floor Layer 21.83 5.55 1M 5D ' Floor Sander Operator 21.83 5.55 1M 5D Sawfiler 21.83 5.55 1M 5D Shingler 21.83 5.55 1M 5D Stationary Power Saw Operators 21.83 5.55 1M 5D Stationary Woodworking Tools 21.83 5.55 1M 5D ' Accousticat Worker 21.86 5.55 1M 5D Piledriver 21.70 5.55 1M 5D Millwright and Machine Erectors 22.70 5.55 1M 5D '** CEMENT MASONS CEMENT MASON 21.56 6.60 10 6E PATCHING AND PAVING 21.56 6.60 10 6E CURING 21.56 6.60 10 6E CURB AND GUTTER 21.56 6.60 10 6E SIDEWALKS 21.56 6.60 10 6E SEALING COMPOUND 21.56 6.60 10 6E UNDERLAYMENT 21.81 6.60 10 6E MASTIC, EPDXY, PLASTIC 21.81 6.60 10 6E t CONCRETE SAW 21.81 6.60 10 6E POWER TOOLS AND GRINDERS 21.81 6.60 10 6E SANDBLASTING 21.81 6.60 10 6E FINISH COLORED CONCRETE 21.81 6.60 10 6E ' GUNITE NOZZLE PERSON 21.81 6.60 10 6E TUNNEL WORKERS 21.81 6.60 10 6E TROWEL MACHINE ON COLORED 23.06 6.60 10 6E SLABS, COMPOSITION OR KALMAN FLOORS 1 " ' g � WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS - EFFECTIVE 03-03-95 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE ** DIVERS AND TENDERS DIVER 53.16 5.55 1M 5D 8B ' DIVER TENDER 23.65 5.55 1M 50 In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50, to 100' $1.00 per foot for each foot over 50 feet ' Over 1001 to 175' $2.25 per foot for each foot over 100 feet Over 175, to 250, $5.50 per foot for each foot over 175 feet ' Over 250, - Divers may name their own price, provided it is no less than the scale Listed for 250 feet ** DREDGE WORKERS ASSISTANT ENGINEER 21.81 5.81 1B 51 ' OILER 21.47 5.81 1B 5I LEVERMAN 22.23 5.81 1B 51 MATES 21.81 5.81 1B 5I BOATMEN 21.81 5.81 1B 5I , ASSISTANT MATE (DECKHAND) 21.47 5.81 1B 5I ENGINEER WELDER 21.86 5.81 1B 5I CRANEMAN 21.86 5.81 1B 5I MAINTENANCE 21.37 5.81 1B 51 ** DRYWALL TAPERS ' Journey Level 21.67 4.96 1 ** ELECTRICAL FIXTURE MAINTENANCE WORKERS ' Journey Level 8.00 1.37 1J 5A ** ELECTRICIANS JOURNEY LEVEL 23.76 7.26 1J 6H JOURNEY LEVEL (TUNNEL) 26.14 7.33 1J 6H ' CABLE SPLICER 26.14 7.33 1J 6H CABLE SPLICER (TUNNEL) 28.75 7.41 11 6H CONSTRUCTION STOCK PERSON 12.57 4.42 11 6H ** ELECTRICIANS - MOTOR SHOP ' Craftsperson 13.95 1.42 2A 6C Journey Level 13.29 1.40 2A 6C ** ELECTRICIANS - POWERLINE CONSTRUCTION ' Journey Level Lineperson 22.34 5.78 4A 5A 8E Cable Splicer 24.73 5.86 4A 5A 8E Certified Line Welder 22.34 5.78 4A 5A BE Pole Sprayer 22.34 5.78 4A 5A 8E ' Heavy Line Equipment Operator 22.34 5.78 4A 5A 8E Line Equipment Operator 19.27 4.68 4A 5A BE Head Groundperson 16.86 4.59 4A 5A 8E Powderperson 16.86 4.59 4A 5A 8E ' Jackhammer Operator 16.86 4.59 4A 5A 8E Groundperson 15.85 4.56 4A 5A 8E ** ELECTRONIC TECHNICIANS AND TELECOMMUNICATION TECHNICIANS Journey Level 12.07 0.00 1 ' ** ELEVATOR CONSTRUCTORS Mechanic in Charge 27.79 7.80 4A 60 Mechanic 24.70 7.61 4A 60 , Constructor 17.29 7.17 4A 60 Probationary Constructor 12.35 0.00 4A 60 2 ' WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS EFFECTIVE 03-03-95 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE '**FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE ALL CLASSIFICATIONS 8.85 0.24 1 6A ' ALL OTHER CONCRETE PRODUCTS MAINTENANCE 14.05 2.70 1B 6S OPERATOR 13.55 2.69 1B 6S GUNITE 13.55 2.69 1B 6S ' REBAR 13.55 2.69 1B 6S FABRICATOR 13.55 2.69 1B 6S WET POUR 13.30 2.69 16 6S YARD PATCH 13.30 2.69 1B 6S ' WELDER 13.30 2.69 1B 6S CLEAN UP 13.30 2.69 1B 6S ** FENCE ERECTORS AND FENCE LABORERS Fence Erector 13.80 0.00 1 Fence Laborer 11.60 0.00 1 ** FLAGGERS Journey Level 14.46 4.45 1M 5D '** GLAZIERS Journey Level 22.38 4.18 2E 5G f GREENHOUSE ERECTORS ' Greenhouse Erector 8.00 0.00 1 ** HEAT AND FROST INSULATORS (ASBESTOS WORKERS) MECHANIC 24.69 5.01 11 6R '** HEATING EQUIPMENT MECHANICS Journey Level 16.04 2.41 11 5A '** INDUSTRIAL ENGINE MECHANICS Industrial Engine Mech. 12.86 2.79 1 ** INDUSTRIAL VACUUM POWER CLEANER Journey-level 7.90 1.17 1 '** INLAND BOATMEN Operator 17.59 2.96 1K 5D Engineer-Deckhand 16.81 2.96 1K 5D Deckhand 15.19 2.96 1K 50 UINSPECTION, CLEANING, SEALING OF SEWER AND WATER SYSTEMS Technician 6.25 0.00 1 Cleaner Operator, Foamer Operator 8.25 1.48 1 ' TV Truck Operator 8.75 1.78 1 Grout Truck Operator 9.50 1.98 1 Head Operator 10.50 2.28 1 '** INSULATION APPLICATORS Journey Level 16.58 0.00 1 ** IRONWORKERS ' JOURNEY LEVEL 20.25 8.77 1B 5A 1 ' 3 WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS - EFFECTIVE 03-03-95 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE ** LABORERS Asphalt Raker 19.62 4.45 1M 5D ' Ballast Regulator Machine 19.14 4.45 1M 5D Batch Weighman 14.46 4.45 1M 5D Cassion Worker 19.98 4.45 1M 5D Carpenter Tender 19.14 4.45 1M 5D Cement Dumper/Paving 19.62 4.45 1M 5D ' Cement Finisher Tender 19.14 4.45 1M 5D Chipping Gun 19.14 4.45 1M 5D Chuck Tender 19.14 4.45 1M 5D Clean-up Laborer 19.14 4.45 1M 5D ' Concrete Form Stripper 19.14 4.45 1M 5D Concrete Saw Operator 19.62 4.45 1M 5D Crusher Feeder 14.46 4.45 1M 5D Curing Concrete 19.14 4.45 1M 5D Demolition - Wrecking and Moving 19.14 4.45 1M 5D ' (including charred materials) Diver 19.98 4.45 1M 5D Drill Operator (Hydraulic, Diamond, Air Trac) 19.62 4.45 1M 5D Epoxy Technician 19.14 4.45 1M 5D ' Faller/Bucker-Chain Saw 19.62 4.45 1M 5D Final Detail Cleanup 12.14 4.45 1M 5D Gabion Basket Builder 19.14 4.45 1M 5D General Laborer 19.14 4.45 1M 5D ' Grade Checker and Transit Man 19.62 4.45 1M 5D Grinders 19.14 4.45 1M 5D Hazardous Waste Worker Level A 19.98 4.45 1M 5D Hazardous Waste Worker Level B 19.62 4.45 1M 5D Hazardous Waste Worker Levels C and D 19.14 4.45 1M 5D ' High Scaler 19.62 4.45 1M 5D Hod Carrier/Mortarman 19.62 4.45 1M 5D Jackhammer 19.62 4.45 1M 5D Miner 19.98 4.45 1M 5D ' Nozzleman - Concrete Pump, Green Cutter when 19.62 4.45 1M 5D using high pressure air and water on concrete and rock, sandblast, Gunite, Shotcrete, Water Blaster Pavement Breaker 19.62 4.45 1M 5D Pilot Car 14.46 4.45 1M 5D , Pipe Reliner (not insert type) 19.62 4.45 1M 5D Pipelayer and Caulker 19.62 4.45 1M 5D Pot Tender 19.14 4.45 1M 5D Powderman 19.98 4.45 1M 5D ' Powderman Helper 19.14 4.45 1M 5D Railroad Spike Puller (power) 19.62 4.45 1M 5D Re-Timberman 19.98 4.45 1M 5D Spreader (Concrete) 19.62 4.45 1M 5D Spreader - Clary Power or Similar Types 19.62 4.45 1M 50 ' Stake Hopper 19.14 4.45 1M 5D Tamper (Multiple and Self Propelled) 19.62 4.45 1M 5D Tamper.and Similar Electric, Air and Gas 19.62 4.45 1M 5D Toolroom Man (at job site) 19.14 4.45 1M 5D ' Topman - Tailman 19.14 4.45 1M 5D Trackliner (Power) 19.62 4.45 1M 5D Tugger Operator 19.14 4.45 1M 5D Vibrating Screed (air, Gas, or Electric 19.14 4.45 1M 5D ' Vibrator 19.62 4.45 1M 5D Well-Point Person 19.62 4.45 1M 5D ** LABORERS - UNDERGROUND SEWER AND WATER CONSTRUCTION GENERAL LABORER 19.14 4.45 1M 5D , PIPELAYER 19.62 4.45 1M 5D 4 ' WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS EFFECTIVE 03-03-95 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE ' ** LANDSCAPE CONSTRUCTION Irrigation Equipment Installers 11.07 0.00 1 Irrigation & Landscape Equipment Operators 10.63 0.00 1 Landscaping or Planting Laborers 8.42 0.00 1 ' ** LATHERS JOURNEY LEVEL 21.72 5.55 1J 6H ** MACHINISTS (HYDROELECTRIC SITE WORK) Machinist 16.84 0.00 1 ' ** MATERIAL SUPPLIER - TRANSIT MIX Transit Mix - Under 9 Cu. Yds. 19.00 5.84 21 61 8U Transit Mix - 9 Cu. Yds. and Over 19.25 5.84 21 61 8U ' ** METAL FABRICATION (IN SHOP) Fitter 15.86 0.00 1 Welder 15.48 0.00 1 ' Machine Operator 13.04 0.00 1 Painter 11.10 0.00 1 Laborer 9.78 0.00 1 '** MODULAR BUILDINGS Cabinet Assembly, Electrician, Plumber, 10.23 1.33 1 Equipment Maintenance, Uti.tity Person, Toot Maintenance, Welder Production Worker 7.93 1.33 1 '** PAINTERS JOURNEY LEVEL 19.04 3.15 1 5A '** PLASTERERS JOURNEY LEVEL 21.34 6.75 1B 5A ** PLAYGROUND AND PARK EQUIPMENT INSTALLERS Journey Level 8.42 0.00 1 '** PLUMBERS AND PIPEFITTERS JOURNEY LEVEL 26.60 9.21 1T 5A '** POWER EQUIPMENT OPERATORS A-Frame Crane over 10 ton 22.05 5.81 1N 5D 8L A-Frame Crane, 10 tons and under 19.95 5.81 1N 5D 8L Assistant Engineers (Oilers) 19.95 5.81 1N 5D 8L ' Backhoe 75 HP & under 22.05 5.81 1N 5D 8L Backhoe 75 HP & over 22.41 5.81 1N 5D 8L Backhoe 3 yds & under 22.41 5.81 1N 5D 8L Backhoes over 3 yards to 6 yards 22.85 5.81 1N 5D 8L Belt Loaders - Elevating Type 22.05 5.81 1N 5D 8L ' Bobcat 19.95 5.81 1N 5D 8L Brooms 19.95 5.81 1N 5D 8L Bump Cutter 22.41 5.81 1N 5D 8L Cableways 22.85 5.81 1N 5D 8L ' Chipper 22.41 5.81 1N 5D 8L Compressors 19.95 5.81 1N 5D 8L Concrete Batch Plant 22.41 5.81 1N 5D 8L Concrete Pumps 22.05 5.81 1N 5D 8L Conveyors 22.05 5.81 1N 5D 8L ' Crane - 200 tons and over, or 250' of boom 23.85 5.81 1N 50 8L including jib with attachments Crane - 100 Tons thru 199 Tons 23.35 5.81 1N 5D 8L or 150 Ft. Boom including Jib and over ' Crane - 45 Tons through 99 tons or 22.85 5.81 1N 5D 8L 150 Ft. of Boom ' 5 WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS - EFFECTIVE 03-03-95 KING COUNTY , (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE Crane Overhead, Bridge Type (45 - 99 tons) 22.85 5.81 1N 5D 8L Crane Overhead, Bridge Type 100 T. and Over 23.35 5.81 1N 5D 8L ' Crane Overhead, Bridge Type (20 44 tons) 22.41 5.81 1N 5D 8L Cranes - 20 - 44 tons 22.41 5.81 1N 5D 8L Cranes through 19 tons 22.05 5.81 1N 5D 8L Crushers 22.41 5.81 1N 5D 8L ' Deck Engineer/Deck Winches (power) 22.41 5.81 1N 5D 8L Derrick, Building 22.85 5.81 1N 5D 8L Dozers, D-9 & under 22.05 5.81 1N 5D 8L Drill Oilers - Auger Type 22.05 5.81 1N 5D 8L Drilling Machine 22.41 5.81 1N 5D 8L ' Equipment Service Engineer (Oiler) 22.05 5.81 1N 5D 8L Finishing Machine/Curb Extruder 22.41 5.81 1N 5D 8L Fork Lifts, under 3000 lbs 19.95 5.81 1N 5D 8L Fork Lifts, 3000 lbs and over 22.05 5.81 1N 5D 8L ' Grade Engineer 22.05 5.81 1N 5D 8L Gradechecker and Stakeman 19.95 5.81 1N 5D 8L Hoists, Air Tuggers, 22.05 5.81 1N 5D 8L Hydralifts/Boom Trucks 10 tons and under 19.95 5.81 1N 5D 8L Hydralifts/ Boom Trucks over 10 tons 22.05 5.81 1N 5D 8L ' Loaders, 8 yds & over 23.35 5.81 1N 5D 8L Loaders, Overhead 6 yards up to 8 yards 22.85 5.81 1N 5D 8L Loaders, Overhead under 6 yards 22.41 5.81 1N 5D 8L Locomotives, ALL 22.41 5.81 1N 5D 8L ' Mechanics, ALL (Welders) 22.41 5.81 1N 5D 8L Mixers, Asphalt Plant 22.41 5.81 1N 5D 8L Motor Patrol Grader - Non-finishing 22.05 5.81 1N 5D 8L Motor Patrol Grader - Finishing 22.41 5.81 1N 5D 8L Mucking Machine, Mole, 22.85 5.81 1N 5D 8L , Tunnel Drill and/or Shield Oil Distributors, Blowers, etc. 19.95 5.81 1N 5D 8L Pavement Breaker 19.95 5.81 1N 5D 8L Permanent Shaft-type Elevator or Manlift 19.95 5.81 1N 5D 8L ' Piledriver (Other than Crane Mount) 22.41 5.81 1N 5D 8L Plant Oiler (Asphalt Crusher) 22.05 5.81 1N 5D 8L Posthole Digger, Mechanical 19.95 5.81 1N 5D 8L Power Plant 19.95 5.81 1N 5D 8L t Pump Truck Mounted 22.41 5.81 1N 5D 8L Concrete Pump with Boom Attachment Pumps, Water 19.95 5.81 1N 5D 8L Quad 9 and Similar, D-10 and HD-41 22.85 5.81 1N 5D 8L Remote Control Operator 22.85 5.81 1N 5D 8L ' Rollagon 22.85 5.81 1N 5D 8L Roller, Other than Plant Road Mix 19.95 5.81 1N 5D 8L Rollers, Plantmix or 22.05 5.81 1N 5D 8L Multilift Materials - Composition Materials ' Roto-Mill, Roto-Grinder 22.41 5.81 1N 5D 8L Saws, Concrete 22.05 5.81 1N 5D 8L Scrapers - Carry All 22.05 5.81 1N 5D 8L Scrapers, Concrete 22.05 5.81 1N 5D 8L Scrapers, Self-propelled 45 yards and over 22.85 5.81 1N 5D 8L ' Scrapers, Self-propelled under 45 yards 22.41 5.81 1N 5D 8L Screed Man 22.41 5.81 1N 5D 8L Shotcrete Gunite 19.95 5.81 1N 5D 8L Shovels and Attachments, 6 yards & over 23.35 5.81 1N 5D 8L ' Shovels 3 yds & under 22.41 5.81 1N 5D 8L Shovels over 3 yards to 6 yards 22.85 5.81 1N 5D 8L Slipform Pavers 22.85 5.81 1N 5D 8L Spreader, Topside Operator 22.05 5.81 1N 5D 8L Sub-grader - Trimmer 22.41 5.81 1N 5D 8L ' Tower Crane 23.35 5.81 1N 5D 8L Tractors 75 HP & under 22.05 5.81 1N 5D 8L Tractors over 75 HP 22.41 5.81 1N 5D 8L Transporters, All Track or Truck Type 22.85 5.81 1N 5D 8L ' 6 , WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS - EFFECTIVE 03-03-95 ' KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY' HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE Trenching Machines 22.05 5.81 1N 5D 8L ' Truck Crane Oiler/Driver 100 T. & over 22.41 5.81 1N 5D 8L Truck Crane Oiler/Driver under 100 T. 22.05 5.81 1N 5D 8L Wheel Tractors, Farman Type 19.95 5.81 1N 5D 8L YoYo Dozer 22.41 5.81 1N 5D 8L ' ** POWER EQUIPMENT OPERATORS - UNDERGROUND SEWER AND WATER CONSTRUCTION (SEE POWER EQUIPMENT OPERATORS) ** POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE 19.61 4.69 4A 5A ' TREE TRIMMER 16.93 4.60 4A 5A LINE CLEARANCE EQUIPMENT OPERATOR 18.65 4.65 4A 5A SPRAY PERSON 18.33 3.94 4A 5A TREE TRIMMER GROUNDPERSON / CHIPPER OPERATOR 11.87 3.72 4A 5A ' ** REFRIGERATION AND AIR CONDITIONING MECHANIC MECHANIC 25.72 8.04 1A 5A ' ** RESIDENTIAL CONSTRUCTION Res. Carpenters 11.85 3.50 1 Res. Cortmunication Tech. 12.07 0.00 1 Res. Drywall Tapers 19.15 0.00 1 Res. Electricians 15.21 0.00 1 ' Res. Electronic Tech. 12.07 0.00 1 Res. Glaziers 11.87 0.00 1 Res. Insulation Appl. 11.00 2.96 1 Res. Laborers 7.96 0.00 1 ' Res. Painters 14.66 0.00 1 Res. Plumbers 16.26 3.41 1 Res. Refrigeration Mech. 12.73 4.01 1 Res. Sheet Metal Mech. 13.55 2.70 1 Res. Soft Floor Layers 19.89 0.00 1 Res. Sprinkler Fitters - Fire Protection 15.50 3.32 1R 5C ** ROOFERS AND WATERPROOFERS JOURNEY LEVEL 21.00 4.80 1R 5A USING BITUMINOUS MATERIALS 24.00 4.80 1R 5A ' ** SHEET METAL WORKERS MECHANIC 24.77 6.95 1Z 5B ' ** SIGN HANGERS SIGN PAINTER 18.39 2.42 1 SIGN HANGER 15.63 2.42 1 CONSTRUCTION 15.63 2.42 1 ' SILK SCREENER 12.16 2.42 1 CONSTRUCTION "B" 7.91 2.42 1 PRODUCTION SILK SCREENER 7.82 2.42 1 SHOP PERSON 4.99 2.42 1 ' ** SIGN MAKERS AND INSTALLERS (ELECTRICAL) Journey Level 17.29 2.00 1 Stock Person 8.65 1.74 1 ' ** SOFT FLOOR LAYERS JOURNEY LEVEL 19.29 4.91 1B 5A ** SOLAR CONTROLS FOR WINDOWS All Classifications 11.20 1.24 1 5S ' ** SPRINKLER FITTERS - FIRE PREVENTION JOURNEY LEVEL 26.59 10.39 11 5C ' 7 WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS - EFFECTIVE 03-03-95 KING COUNTY (SEE BENEFIT CODE KEY) , HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE , ** STAGE RIGGING MECHANICS (Non Structural) Mechanic 10.50 2.73 1 ** SURVEYORS ' Chain Person 9.35 0.00 1 Instrument Person (Junior Engineer) 11.40 0.00 1 Party Chief 13.40 0.00 1 ** TELEPHONE LINE CONSTRUCTION - OUTSIDE ' CABLE SPLICER 17.71 3.06 18 5A SPECIAL APPARATUS INSTALLER I 17.71 3.06 1B 5A SPECIAL APPARATUS INSTALLER II 17.29 3.04 1B 5A ' INSTALLER - REPAIRER 16.86 3.02 1B 5A TELEPHONE EQUIPMENT OPERATOR - HEAVY 17.71 3.06 1B 5A TELEPHONE EQUIPMENT OPERATOR - LIGHT 16.27 2.98 1B 5A ' JOURNEY LEVEL TELEPHONE LINEPERSON 16.27 2.98 16 5A HOLE DIGGER/GROUND PERSON 8.66 2.52 1B 5A TREE TRIMMER 16.27 2.98 1B 5A POLE SPRAYER 16.27 2.98 1B 5A ' TELEVISION SYSTEM TECHNICIAN 14.43 2.87 1B 5A TELEVISION TECHNICIAN 12.70 2.76 1B 5A TELEVISION LINEPERSON 11.67 2.70 1B 5A ' TELEVISION GROUND PERSON 8.08 2.48 16 5A ** TERRAZZO WORKERS AND TILE SETTERS JOURNEY LEVEL 22.12 4.96 1N 5A ** TILE, MARBLE AND TERRAZZO FINISHERS ' FINISHER 17.70 4.96 1N 5A ** TRAFFIC CONTROL STRIPERS ' JOURNEY LEVEL 18.14 4.11 1K 5A ** TRUCK DRIVERS A-Frame or Hydralift Trucks or Similar 21.22 5.61 1M 5D 8L ' Suggymobile and Similar 21.22 5.61 1M 5D 8L Bulk Cement Tanker 21.22 5.61 1M 5D 8L Bull Lifts, or Similar 20.64 5.61 1M 5D 8L Equipment (Not Warehousing) Bus or Employee Haul 20.64 5.61 1M 5D 8L , Dumpster 0 less than 16 yards 20.64 5.61 1M 5D 8L Dumpster 16 30 yards 21.22 5.61 1M 5D 8L (Fifteen cents ($.15) per hour increase for each 10 Yard increment over 30 Yards.) ' Escort Driver/Pilot Car 15.48 5.61 1M 5D 8L Explosive Truck (Field Mix) and Similar 21.22 5.61 1M 50 8L Flatbed Truck Dual Rear Axle 20.64 5.61 1M 5D 8L Flatbed Truck Single Rear Axle 18.88 5.61 1M 5D 8L Fuel Truck, Grease Truck, Greaser, Battery 20.64 5.61 1M 5D 8L ' and/or Tire Service Man Hyster (Hauling Bulk Loose Aggregates) 21.22 5.61 1M 5D 8L Leverman and Loaders at 20.64 5.61 1M 5D 8L Bunkers and Batch Plants ' Lowbed and Heavy Duty Trailer: 21.22 5.61 1M 5D 8L Mechanic 20.98 5.61 1M 5D 8L Mechanic Helper 20.39 5.61 1M 5D 8L oil/Transport Tanker 20.64 5.61 1M 5D 8L , Oil Distributor Driver 21.22 5.61 1M 5D 8L Pick-Up Truck 18.88 5.61 1M 5D 8L Pickup Sweeper 18.88 5.61 1M 5D 8L Scissors Truck 20.64 5.61 1M 5D 8L 8 ' WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS EFFECTIVE 03-03-95 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE Slurry Truck 20.64 5.61 1M 5D 8L Sno-go and Similar 20.64 5.61 1M 5D 8L Spreaders, Flaherty 21.22 5.61 1M 5D 8L Straddle Carrier (Ross, Hyster, and Similar) 20.64 5.61 1M 5D 8L Swamper 20.64 5.61 1M 5D 8L Team Driver 20.64 5.61 1M 5D 8L Tractor, Small Rubber-Tired 20.64 5.61 1M 5D 8L Vacuum Truck 20.64 5.61 1M 5D 8L warehouseman & Checkers 20.64 5.61 1M 5D 8L ' Water Wagon & Tank Truck: 0 - 3000 gal 20.64 5.61 1M 5D 8L Water Wagon & Tank Truck: Over 3000 gal 21.22 5.61 1M 5D 8L Winch Truck 20.64 5.61 1M 5D 8L Wrecker, Tow Truck, and Similar 20.64 5.61 1M 5D 8L '•* WELL DRILLERS Irrigation Pump Installers 11.60 0.00 1 Oiler 9.45 0.00 1 Well Driller 11.60 0.00 1 t ' 9 ' BENEFIT CODE KEY EFFECTIVE 03-03-95 rttssttssasssswsarsssssttssssssrsssssswwrsststrrsstsrtttssssstttttttttssssssssttrtttsssswwswtttststtaststssttsssssstssss OVERTIME CODES 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SATURDAY AND SUNDAY(EXCEPT MAKEUP DAY) SHALL BE PAID AT ONE AND ONE-HALF ' TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKEUP DAYS DUE TO INCLEMENT WEATHER)SHALL ' BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON SUNDAYS ' AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. r0. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' P. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ' R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE PLUS HEALTH AND WELFARE AND VACATION. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE PLUS HEALTH AND WELFARE AND VACATION. T. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. FOR ' ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK AND FOR ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS,THE HEALTH&WELFARE,AND VACATION BENEFITS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE. PENSION AND TRAINING SHALL BE PAID AT THE REGULAR HOURLY RATE. ' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE ' OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL. ' ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY EFFECTIVE 034)3-95 ' 1. Z. THE FIRST EIGHT HOURS ON THE FIRST SHIFT ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON SATURDAYS AND ALL HOURS WORKED ON SUNDAYS AND ' HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. , A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. , L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ' ADDITION TO THE HOLIDAY PAY. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE ' OF WAGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. , A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY ' AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). ' C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY ' AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY , (9) G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). , H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 2 , BENEFIT CODE KEY ' EFFECTIVE 03-03-95 , 5. 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE ' FRIDAY AFTER THANKSGIVING DAY,DECEMBER 24TH,CHRISTMAS DAY,AND DECEMBER 31ST(9). M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(8). t N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,AND CHRISTMAS DAY(6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). ' S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7). ' V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. ' X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). ' Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE ' DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY(9). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LAST MONDAY IN MAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). F HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). 1-1. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER.THANKSGIVING DAY,AND CHRISTMAS DAY(7). ' 3 BENEFIT CODE KEY EFFECTIVE 03-03-95 6. M. PAID HOLIDAYS: THANKSGIVING AND CHRIST". UNPAID HOLIDAYS_ NEW YEAR'S DAY, MEMORIAL ' DAY,INDEPENDENCE DAY,LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND ' CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. R. HOLIDAYS: NEW YEAR'S DAY;MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL ' DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRIST"DAY(8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, , THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY , BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY,AND A FLOATING HOLIDAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ' EMPLOYEE'S BIRTHDAY(9). NOTE CODES ' 8. B. THE WAGE RATES AND DEPTH PREMIUMS ARE FOR SURFACE SUPPLIED DIVERS AND SCUBA DIVERS. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. ' E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER ' DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS (S24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. F. FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE. TEN (10) DAYS VACATION AFTER THREE YEARS OF , SERVICE. J. NO WORK SHALL BE PERFORMED ON LABOR DAY OR CHRISTMAS DAY EXCEPT WHEN LIFE OR PROPERTY IS IN IMMINENT DANGER. SHOULD ANY OF THESE HOLIDAYS FALL ON SUNDAY,THE FOLLOWING MONDAY SHALL BE ' CONSIDERED A LEGAL HOLIDAY. K. VETERANS DAY AND THE FRIDAY AFTER THANKSGIVING ARE OPTIONAL HOLIDAYS AND ARE PAID AT THE REGULAR RATE OF PAY ONLY WHEN WORKED. I.. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S1.00, ' LEVEL B:S0.75, LEVEL C:$0.50, AND LEVEL D:S0.25. R. FIVE(5)DAYS VACATION PER YEAR. ' U THE PREVAILED VACATION AMOUNT REPRESENTS THE COST TO A CONTRACTOR OR SUBCONTRACTOR WHICH MAY BE REASONABLY ANTICIPATED IN PROVIDING THE FOLLOWING VACATION PLAN: ONE WEEK AFTER ONE YEAR TWO WEEKS AFTER TWO YEARS. THREE WEEKS AFTER EIGHT YEARS. FOUR WEEKS AFTER SIXTEEN YEARS. TWELVE HUNDRED HOURS MUST BE WORKED IN A YEAR'S TIME TO BE ELIGIBLE. , 4 , Cufnplete & mail entire set a STATEMENT OF INTENT TO WITH APPROVAL FEE OF S12-SO TO: PAY PREVAILING WAGES cnt of Labor&Indusmes Dcpartm ESAC Division Public Works Contract .106 Legion Way SE HC710-1 INSTRUCTIONS 1 Olympia WA 98504•4401 (206)753-4019 ON BACK YOUR APPROVED COPIES WILL BE MAILED TO THIS ADDRESS Contract or BPW o. ...................................................................................................................................................._.•-•• Company name Bid due dam Due contract awarded 1� _.. ............._..._ .. ..................._........._.__- .......................,...........__ ..._._._._.. ___........_....._._..._-_........Cotmry whore worst performed Address ................................ .... _.........................................,........................ ................ ................_......................... ........_........................ 1 Ciry State ZIP Prime convacsDr ......................._...._......_.... ..............__...._.._.......................... ..................................................................... ............................. ..... .. . allow .... ..... ..... 9 Y processing Do ou intend to use subcontractors. Please allow a minimum o/ f0 to f5 working days !or rocessin from the Yes '•••... No date the Department received your document with the correct approval lee. 1 ...... ..................._...._.._._-... _ ..........._........._._. _... _ CoCOPIiRt�CTAWARDING name PUBLIC AGLNCY -._....._.... ........................sLa Z ................................. �....__.......................................... . ..................b _................................................................. ,..,,.... , phone number address 3 a.E IATED NO. ( . 2.RATE OF RATE OF F1RLY ST' 1.CRAFT HOURLY PAY...„. FRINGE BENEFITS OF WORKERS 1 ............. . 1 . 7 _ ___._.......__...._ 1 ......._................................ ....._._._ _.........................._...._____........-----.....�_ ---- I HERBY CERTIFY THAT THE ABOVE INFORMATION IS CORRECT AND THAT ALL WORKERS I EMPLOY ON THIS PUBLIC WORKS flame and addrm of company completing Mis tomr. y- 1 PROJECT WILL BE PAID NO LESS THAN THE PREVAILING WAGE RATE(S) AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF ;Company name THE DEPARTMENT OF LABOR AND INDUSTRIES. I UNDERSTAND THAT CONTRACTORS WHO VIOLATE PREVAILING WAGE LAWS, �_, ,._,__ — —•-_ I 1� .E. INCORRECT CLASSIFICATION/SCOPE OF WORK OF WORKERS, ;A _IMPROPER PAYMENT OF PREVAILING WAGES. ETC., ARE SUB- JECT ; TO FINES AND/OR DEBARMENT AND WILL BE REQUIRED TO ................ PAY ANY BACK WAGES DUE TO WORKERS. >---........._.....__.................................................................5�-...�-............ NOTARY, (complete all < copies and have each notarized) City ............ p SUBSCRIBED AND S+'ORN TO BETORE ME :...................... ..................................................R..................._f4 1 7HI5 DATEOAC ._...r............................ .. ...........................ff3tlOtt O•._. ............... _......................................................... th num e u NOTARY PUBLIC :N AND TOR THE STATE � � - 'oT Title Signature 1 .................... slcrtAn zE :..................................... ._............ ....._................................_..... For L&I Use Only eES:a:::c AT APPROVED Department of Labor and Industnes .......................................... 1 MY COM.MISS10N t-_'(FIRES ON B y . 9 ............................................... indusirai F70:029-OOOnieii to pay 11-8 Scatunuan ---'�-��•�•-� 1 INSTRUCTIONS TO COMPLETE THE ' STATEMENT OF INTENT TO PAY PREVAILING WAGES CON-TRACTORS, DISTRIBUTE APPROVED COPIES AS FOLLOWS: ' Canary- awarding agency Blue- L&1,Emp.Selz. Gwen- prime ca =tar ' � .....,......,......_........ x. ..v�...,.,....,,,...�`< ,..,,.;�N�,.-.-..........PinkA subconaacwr......,.....�...,..,.�..,.........,,......_..r.._..�.. .............._.�-......_.,.. ........ .,:. _ 1. Enter each craft you intend to employ on this project. ' if operating engineers and/or truck drivers will be used, please describe the tvpe and list the size or rated capacity of the equipment. If the work will be done by owners or partners please state so under#1. ' If the work is done by owners or partners, #2,#3 and #4 need not be completed. Partners who own less than 30 percent of a partnership are considered to be employees. j2. Enter the rate of hourly pay for each craft or classification. 3. Enter the rate of hourly fringe benefits only if you are paying one or more of the following benefits: va,ation, group medical insurance (e.g., Blue Cross, County Medical, etc.), pension and/or an ' apptzntice training fund. If you are not paying benefits into these funds, add the prevailing fringe benefits to the rate of hourly pay and list the total under#2. a. All company pension plans must be approved by the IRS. b. Apprentice training programs must be approved by the Washington State Apprenticeship and Training Council 4. Enter the estimated number of workers for each craft or classification. 5. If this is residential, landscape, or sewer/waterline construction,please state so on the forms. PLEASE NOTE: The amount listed under#2 plus the amount listed under#3 (if any) must equal or exceed the "prevailing rate of wage". - OVERTIME ' To obtain the prevailing wage for hours worked in excess of 8 hours per day, 40 hours per week, or on Saturday, Sunday & holidays, please call 753-4019- ' APPRENTICES ' Any worker not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of ' registration. To verify apprentices registration and status, call (206) 753-3511. PROGRESS PAYMENTS ' Each voucher claim submitted by a contractor for payment on a project estimate shall state that prevailing wades have been paid in accordance with the prefiled t statement(s) of intent to pay prevailing wages on file with the public agencv. This Statement of Intent is approved based on the information provided by the contractorlsubconrractor. It does not signify approval of the classificarions of labor used by the conrracrorlsubconrracror. Complete & mail entire set I Affidavit Of WITH APPROVAL FEE OF S12.50 TO:Depar mt of Labor& Industries PREVAILING WAGES PAID ZIAC Division Public Works Contract 1 406 Legion Way SE HC710-3 INSTRUCTIONS Olympia WA 98504-4401 (206)753-4019 ON BACK ........................._._. .. ..._..........................._.__—_ _ �........._................. YOUR APPROVED COPIES WILL BE MAILED TO i THIS ADDRESS Contractor BPW No. __.. ..._._........._......__ _ _ .. .._.__._..._....-----------1 _.......... _._...._..............._.................................. ..__..'- Name - Bid due date Due contract awarded _.....__., ___ _ ._ ._......._._... ....-.........-................._.........._.---------_.. —..._..-----------._._ ......... .... Address . County where wort performed Date work completed Ciry Sure 71P Prime mnvactor _.................._......._....._.__.... _........_...__......_._. r `...._._._.:.__...._ ..._..._._. .__..-_........................._....._..................__ ' Please allow a minimum of 10 to 15 working days for processing from the Was a suumett of intent filed for this pmlcc,? Yes --... No date the Department receivod your document with the correct approval fee. .-.. CONTRACT AWARDWG name PUBLIC AGENCY ___—._.__.__......__... _..._.........._- .. ..___ -----._ _.._......_ .. ....... _ ............................... ......... Addrzsi city sate 71P phone number ......_....................................................._. __._._......_ ___................................................_......._...._..............._,.._.. .............(........ ). 2.RATE OF 3. RATE OF HRLY 4. APPRENTICES: Name.registrauon A. 1.CRAFT `_ HOURLY PAY FRINGEBEIrEF>IS suge of progression & dam of hire I Hr r9Y CERTIFY THAT THE ABOVE INFORMATION IS CORRECT AND THAT ALL WORKERS I EMPLOYED ON THIS PUBLIC WORKS Nam and addm=of company carnpleting Tusform: PROJECT WERE PAID NO LESS THAN THE PRZVAILING WAGE RATE ......................__._...__....._......_...._........._......_..............._.........._.......... ........... AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF THE Company name DEPARTMENT OF LABOR AND INDUSTRIES. I UNDERSTAND THAT CONTRACTORS WHO VIOLATE PREVAILING WAGE LAWS, I.E.I ...............................INCORRECT CLASSIFICATION OF WORK OF WORKERS, IM- ' u'""'____.._...._...__._.._._.....__._.__.....__.__...._..._. PROPER PAYMENT OF PPrVA1LiNG WAGES, ETC'., ARE SUBJECT TO FINES AND/OR DEBARMENT AND WILL. BE REQUIRED TO PAY ANY PACK WAGES DUE TO WORKERS. ZEP •-•...........................—.....-..._--..._.................... C _._.._......_._. NOTARY; (complete 4 copies and have each notarized ) i --•—.............................................._........_........_ _._ _.._—__................... 1 ry Scale ' :SUBSCR BED AND SWORN TO BEfORL ME ............................ ......................_ �.TtttS DATE :Phone number Registration number ........................................._............................-....................................... ) f NOTARY PUBLIC IN AND roR T-I-i£ ST ATL _ _- —. W,-_� _ -_.•- or Title Sirnuure ..... ...............•--............................................................__............................. : SIGNATURE _•__..._....._......_..,..._......................................._..........._...._ __ _..................... For L&I Use Only usW wG AT APPROVED Department of Labor and Indtr_mes 1 _................................._............-----...................------............_....._........_............. -MY COMMISS:ON E:XPIRLS ON By .....affid.......ay.... .....o......wages.. ............ ............. ......... ..._..._..._......_............... ........---.Industrt.......tatutltian............... ........................_. .._........................._ al $ F700-00 7-0 00 it f 11-89 INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF PREVAILING WAGES PAID / CON7RACTORS, DISTRIBUTE APPROVED COPIES AS FOLLOWS: ' 1 1.Awarding agency 2. L&I Employment Stds. 3.Prime contractor ' 4.Subcontractor `: ....:....:::�.v:•;:eS...::.::L.hv:Svv:::-:•:::.4N.yvS4;N. '......... :.. 1. Enter each craft you employed on this project. ' If operating engineers and/or truck drivers were used, lease describe the e and list the size P ri'P or,rated capacity of the equipment. ' If the work was done by owners or partners please state so under#1. If the work was done by owners or partners#2,#3 and #4 need not be completed. IPartners who own less than 30 percent of a partnership are considered to be employees. ' 1 2. Enter the rate of hourly pay for each craft or classifcation. 3. Enter the rate of hourly fringe benefits only if you are paving one or more of the following benefits: ' vacation, group medical insurance (e.g., Blue Cross, County Medical, etc.), pension and/or an apprentice training fund. If you are not paying benefits into these funds, add the prevailing fringe benefits to the rate of hourly pay and list the total under#2. ' a. Individual company pension plans must be approved by the IRS. b. Apprentice training programs must be approved by the Washington State Apprenticeship and Training Council. 4. If apprentices have been employed on this project,provide this additional information: name, ' registration number, stage of progression and date hired- 5. If this is residential, landscape or sewer/waterline construction, please state so on the forms. ' PLEASE NOTE: The amount listed under#2 plus the amount listed under#3 (if any) must equal or exceed the "prevailing rate of wage". OVERTIME ,.,.�.:_...,....... ..�._............._......_._... ._....... ......._..._.............._.._......w............ ......_.. . ... To determine the prevailing wage for hours worked in excess of 8 hours per day, 40 hours per week, or on Saturday, Sunday & holidays, please call 753-4019. APPRENTICES Any worker not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of registration. To verify apprentices registration and status, call (206) 753-3=11. ' RETAINAGE Contractors are responsible for obtaining and filing affidavits of the sub-contractors. ' This is required by law and retainage can not lawfully be released until such affidavits are filed. This Affidavit is approved based on the information provided by the contractorlsubcontracror.It does nor signify approval of the classifications of ' labor used by the conrracror/subcontractor. CITY OF RENTON CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' ' employees for the period from through , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. ' Company Name By. Title: 1 ' projects/nelson/bidspec.doc/bh ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ' ordinances, and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics ' Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. ' King County Ordinance No. 800. No. 900. No. 1006 and Resolution No. 8778, No. 24553, No. 24834. No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. ' Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY ' W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the ' State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and ' control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each ' violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. ' R.C.W. 76-04,370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and ' school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. prof ects/ne lson/bidspec.doc/M ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ' R.C.W. 76,04,010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. R.C.W. 70.94,660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvicultural operations. ' R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting ' progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. ' W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13. 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their ' own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL.92-500 86 Stat 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899• Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file ' a complaint with the U. S. Attorney and share a portion of the fine. ' projects/nelson/bidspec.doc/bh ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: ' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including ' borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. 1 King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME ' Chapter 112. Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) ' WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before ' discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground ' water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. ' W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) projects/nelson/bidspec.doc/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION ANiI PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ' R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire ' weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76,08,275: Operating permit required before operating power equipment in dead or down timber. ' R.C.W. 78,44,080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) ' FIRE PROTECTION DISTRICT R.C.W. 52,28,010, 52,28,020,_52,28,030, 52,28,040, 52.28.050: Provides authority for, requirements ' of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. ' UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899. General Bridge Act of March 23 1906. and General ' Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned ' permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), ' Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). ' projects/nelson/bidspec.doc/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION iJTION AND PRESERVATION OF PUBLIC NATURAL F O TRCE ENVIRONMENTAL PROTECTION AGENCY ' Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). The above requirements will be applicable only where called for on the various road projects. ' Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. ' projects/nelson/bidspec.doc/bh 1 CITY OF RENTON i TRANSPORTATION 1 SUPPLEMENTAL 1 SPECIFICATIONS i for the 1 1994 STANDARD SPECIFICATIONS 1 for Road, Bridge, and Municipal Construction 1 1 - �Y o ha _„V Washington State Department of Transportation ' I 1 kmerican Public Works Association Washington State Chapter project/nelson/bidspec.doc/bU ' CITY OF RENTON TRANSPORTATION SUPPLEMENTAL SPECIFICATIONS ' The following document was prepared by the City of Renton Transportation Systems Division for use on its capital improvement projects. (The Renton Standards used by other divisions in the City are different and are referenced to the 1991 Standard Specifications for Road, Bridge, and Municipal Construction.) ' The Transportation Renton Standards are comprised of the following documents: ' Standard Specifications The Standard Specifications are "The 1994 Standard Specifications for Road, Bridge, and Municipal Construction" published by the Washington State Department of Transportation and the American Public Works tAssociation, Washington Chapter. Standard Plans ' The Standard Plans (also refered to as Standard Details and Standard Drawings) 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. ' Transportation Supplemental Specifications The City of Renton Transportation Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document and is produced to be used together with the original document. Where changes are being made to the 1994 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. All replacement text or text being added is shown in bold face type. Sections being deleted in their entirety are so stated and not shown with a line through the characters. 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 I APWA Supplement to the 1994 Standard Specifications. (SA) Signifies an amendment produced by WSDOT and adopted verbatim by the City of Renton ' (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. TABLE OF CONTENTS ' Division1 General Requirements...................................................................................................................................1 1-01 Definitions and Terms.....................................................................................................................1 ' 1-02 Bid Procedures and Conditions......................................................................................................2 1-03 Award and Execution of Contract.................................................................................................3 1-04 Scope of the Work...........................................................................................................................4 1-05 Control of Work..............................................................................................................................4 ' 1-06 Control of Material.........................................................................................................................8 1-07 Legal Relations and Responsibilities to the Public.......................................................................8 1-08 Prosecution and Progress..............................................................................................................19 1-09 Measurement and Payment..........................................................................................................21 ' 1-11 Renton Surveying Standards........................................................................................................25 Division 2 Earthwork....................................................................................................................................................28 2-01 Clearing,Grubbing,and Roadside Cleanup...............................................................................28 , 2-02 Removal of Structures and Obstructions....................................................................................28 2-03 Roadway Excavation and Embankment.....................................................................................28 2-04 Haul................................................................................................................................................29 ' 2-06 Subgrade Preparation...................................................................................................................30 2-07 Watering.........................................................................................................................................30 2-09 Structure Excavation.....................................................................................................................30 Division 3 Production From Quarry and Pit Sites and Stockpiling..............................:...........................................31 ' Division4 Bases.............................................................................................................................................................31 Division5 Surface Treatments and Pavements...........................................................................................................31 t 5-01 Subsealing......................................................................................................................................31 5-04 Asphalt Concrete Pavement..........................................................................................................31 ' 5-05 Cement Concrete Pavement..........................................................................................................35 Division6 Structures.....................................................................................................................................................36 6-01 Structures.......................................................................................................................................36 ' 6-02 Concrete Structures.......................................................................................................................36 6-03 Steel Structures..............................................................................................................................46 6-05 Piling...............................................................................................................................................46 ' 6-10 Concrete Barrier............................................................................................................................47 6-12 Rockeries........................................................................................................................................47 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................48 ' 7-01 Drains.............................................................................................................................................48 7-02 Culverts..........................................................................................................................................48 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass............................................................49 7-04 Storm Sewers.................................................................................................................................49 ' 7-05 Manholes,Inlets,and Catch Basins.............................................................................................50 7-10 Trench Exc.,Bedding,and Backfill for Water Mains................................................................51 7-11 Pipe Installation for Water Mains...............................................................................................52 7-12 Valves for Water Mains................................................................................................................55 1 7-14 Hydrants.........................................................................................................................................56 7-15 Service Connections.......................................................................................................................57 7-17 Sanitary Sewers.............................................................................................................................58 ' Division 8 Miscellaneous Construction8......................................................................................................................60 8-01 Erosion Control..................................................................:..........................................................60 8-02 Roadside Planting..........................................................................................................................60 , 8-09 Raised Pavement Markers............................................................................................................60 8-10 Guide Posts.....................................................................................................................................60 8-11 Guardrail........................................................................................................................................60 8-13 Monument Cases...........................................................................................................................61 ' 8-14 Cement Concrete Sidewalks.........................................................................................................61 Page-SP-i ' Revision Date: 05117195 (12:54 PM) ' 8-17 Impact Attenuator Systems(New)...............................................................................................62 8-20 Illumination,Traffic Signal Systems,and Electrical..................................................................62 8-22 Pavement Marking........................................................................................................................69 ' 8-23 Temporary Pavement Markings............. 71 Division9 Materials......................................................................................................................................................71 9-00 Definitions and Tests.....................................................................................................................71 ' 9-02 Bituminous Materials]...................................................................................................................71 9-03 Aggregates2....................................................................................................................................71 9-04 Joint and Crack Sealing Materials...............................................................................................72 ' 9-05 Drainage Structures,Culverts,and Conduits3...........................................................................72 9-06 Structural Steel and Related Materials.......................................................................................74 9-07 Reinforcing Steel...:........................................................................................................................75 9-08 Paints..............................................................................................................................................75 ' 9-13 Riprap,Quarry Spalls,and Slope Protection.............................................................................75 9-16 Fence and Guardrail.....................................................................................................................75 9-17 Flexible Guide Posts......................................................................................................................76 9-19 Prestressed Concrete Girders.......................................................................................................76 9-23 Concrete Curing Materials and Admixtures...............................................................................76 9-29 Illumination,Signals,Electrical...................................................................................................76 9-30 Water Distribution Materials.......................................................................................................83 1 ' Page-SP-ii Revision Date: 05117195 (12:54 PM) 1-01 Definitions and Terms 1-01 Definitions and Terms , Plans(RC) ' The contract plans and/or standard plans which show Division I location, character, and dimensions of prescribed work General Requirements including layouts,profiles,cross-sections,and other details. , Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless ' 1-01 Definitions and Terms of the method of binding. The terms "Standard Drawings" or "Standard SECTION 1-01.1 IS REVISED BY ADDING THE Details" generally used in specifications refers to drawings FOLLOWING. bound either with the specification documents or included ' with the Plans or the City of Renton Standard Plans. 1-01.1 General(RC) Secretary,Secretary of Transportation(RC) Whenever reference is made to the State,Commission, The chief executive officer of the Department and other ' Department of Transportation, Secretary of authorized representatives. The chief executive officer to the Transportation, Owner, Contracting Agency or Engineer, Department shall also refer to the Department of such reference shall be deemed to mean the City of Renton Planning/Building/Public Works Administrator. acting through its City Council, employees, and duly Special Provisions(RC) ' authorized representatives for all contracts administered Modifications to the by the City of Renton.0 standard specifications and the amendments to the standard SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY `^'^ and supplemental specifications that apply to ' THE FOLLOWING: an individual project. The special provisions may describe work the specifications do not cover. Such work shall 1-01.3 Definitions(RC,APWA) comply first with the special provisions and then with any specifications that apply. The Contractor shall include all , Act of god(RC) costs of doing this work within the bid prices. "Act of God" means an earthquake, flood, cyclone, or State(RC) other cataclysmic phenomenon of nature. A rain, The state of Washington acting through its windstorm, high water or other natural phenomenon of representatives. The State shall also refer to The City of unusual intensity for the specific locality of the work,which Renton and its authorized representatives where might reasonably have been anticipated from historical applicable. records of the general locality of the work, shall not be ' construed as an act of god. Contract Documents(APWA) Consulting Engineer(RC) The component parts of the contract which may include, but are not limited to, the Proposal Form, the ' The Contracting Agency's design consultant, who may Contract Form, bonds,insurance certificates,various other or may not administer the construction program for the certifications and affidavit, the Contract Provisions, the Contracting Agency. Contract Plans, Working Drawings, the Standard Day(RC) Specifications,the Standard Plans,Addendum,and Change ' Unless otherwise designated, day(s) as used in the Orders. Contract Documents,shall be understood to mean working Dates(APWA) days. Bid Opening Date(APWA) ' Or Equal(RC) The date on which the Contracting Agency publicly Where the term "or equal" is used herein, the opens and reads the bids. Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of Award Date(APWA,RC) the quality and suitability of the proposed substitution. The date of the formal decision of the Contracting The responsibility and cost of furnishing necessary Agency to accept the lowest responsible-and responsive evidence, demonstrations, or other information required to Bidder for the work. obtain the approval of alternative materials or processes by Contract Execution Date(APWA) the Owner shall be entirely borne by the Contractor. The date the Contracting Agency officially binds the Owner(RC) agency to the Contract. The City of Renton, or its authorized representative. Notice to Proceed Date(APWA) Also referred to as Contracting Agency. The date stated in the Notice to Proceed on which the Contract time begins. ' Page-SP-I , Revision Date: 05/17/95 (12:54 PM) i 1-02 Bid Procedures and Conditions 1-02 Bid Procedures and Conditions Contract Completion Date(APWA,RC) SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING The date by which the work is contractually required SENTENCE 1,PARAGRAPH 1 TO READ: i to be completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will 1-02.4(2) Subsurface Information (APWA) • be authorized in writing by the Engineer whenever there is If the Contracting Agency has made subsurface an extension to the Contract time. investigation of the site of the proposed work, the boring log ' data and soil sample test data, and geotechnical reports Final Acceptance Date(APWA,RC) accumulated by the Contracting Agency will be made available The date on which the Contracting Agency accepts the for inspection by the bidders. work as complete per contract requirements. SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE ' Material(APWA) FOLLOWING: Any substance specified for use in the construction of 1-02.5 Proposal Form(APWA) the project and its appurtenances which enters into and The Engineer reserves the right to arrange the Bid forms a part of the finished structure or improvement and Forms with Alternates,Additives,or Deductives, if such be is capable of being so used and is furnished for that to the advantage of the Contracting Agency. The Bidder purpose. shall bid on all Additives, Deductives, or Alternates set ' Materialman(APWA) forth in the Proposal Forms unless otherwise specified in the Special Provisions. A person or organization who furnishes a raw material, supply, commodity, equipment, or manufactured SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE i or fabricated product and does not perform labor at the FOLLOWING: Project Site; a supplier. Notice of Award(APWA) 1-02.6 Preparation of Proposal(RC) i The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's All prices shall be in legible figures and (trot-words) acceptance of the Bid. written in ink or typed.The proposal shall include: I. A unit price for each item (omitting digits more than i Notice to Proceed(APWA) four places to the right of the decimal point), each The written notice from the Contracting Agency or unit price shall also be written in words; where a Engineer to the Contractor authorizing and directing the conflict arises the written words shall prevail. Contractor to proceed with the Work and establishing the SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL date on which the Contract Time begins. SECTION. 1-02 Bid Procedures and Conditions 1-02.6(1) Proprietary Information (RC) ' Vendors should, in the bid proposal, identify clearly SECTION 1-02.1 IS DELETED AND REPLACED BY THE any material(s) which constitute "(valuable) formula, FOLLOWING: designs, drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials i 1-02.1 Qualifications of Bidder(APWA) otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or Bidders shall be qualified by experience, financing, State) will give notice to the vendor of any request for equipment, and organization to do the work called for in disclosure of such information received within 5(five)years ' the Contract Documents. The Contracting Agency reserves from the date of submission. Failure to so label such the right to take whatever action it deems necessary to materials or failure to timely respond after notice of ascertain the ability of the Bidder to perform the work request for public disclosure has been given shall be satisfactorily. This action may include a pre qualification deemed a waiver by the submitting vendor of any claim procedure prior to the Bidder being furnished a proposal that such materials are,in fact,so exempt. form on any contract or a preaward survey of the Bidder's SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE qualifications prior to award. FOLLOWING: i SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.12 Public Opening of Proposals (APWA) 1-02.2 Bid Documents(APWA) The Contracting Agency reserves the right to postpone ' Information as to where Bid Documents can be the date and time for bid opening. Notification to bidder obtained or reviewed will be found in the Call for Bids for will be by addenda. the Work placed in the Contracting Agency's official ' newspaper. iPage-SP-2 Revision Date: 05/17/95 (12:54 PM) i 1-03 Award and Execution of Contract 1-03 Award and Execution of Contract SECTION 1-02.13 PARAGRAPH I IS REVISED BY describe the specific error(s) and certify that the work i DELETING ITEM (h) AND REVISING ITEM (e) IN sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to PARAGRAPH 1. the Engineer before 5:00 p.m, on the next business day ' after Bid opening or the claim will not be considered. The 1-02.13 Irregular Proposals(RC, APWA) Engineer will review the certified work sheets,to determine the validity of the claimed error, and make 1. A proposal will be considered irregular and will be recommendation to the Contracting Agency. If the ' rejected if: Contracting Agency concurs in the claim of error the a. The authorized proposal form furnished is not Bidder will be relieved of responsibility, and the Bid used or is altered; Deposit of the Bidder will be returned. Thereafter, at the b. The completed proposal form contains any discretion of the Contracting Agency, all Bids may be , unauthorized additions,deletions, alternate bids, rejected or award made to the next lowest responsible or conditions; Bidder. C. The bidder adds provisions reserving the right to reject or accept the award, or enter into the SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE i contract; FOLLOWING: d. The proposal form is not property executed; e. The bidder is not prequalified when so 1-03.2 Award of Contract(RC) ' required; f. A price per unit cannot be determined; The contract,bond form,and all other forms requiring g. The bidder does not provide the list as required execution, together with a list of all other forms or in Section 1-02.6 regarding subcontracting;or documents required to be submitted by the successful E., The ,.idde. ,,,,eS ..,,t bid at least the ruin:..ufn bidder,will be forwarded to the successful bidder within 10 R—M......t fiff the item Traffi. Cont..,.l r abeF as days of the award. The number of copies to be executed by Fequ:Fed in Section , ON& the Contractor shall be determined by the Contracting Agency. SECTION 1-02.14 IS REVISED IN ITEM 3 IN ' PARAGRAPH I TO READ: SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-02.14 Disqualification of Bidders(APWA) i 1-03.3 Execution of Contract(APWA, RC) 3. A bidder is not prequalified for the work or to the full extent of the bid; Within 20 10 calendar days after receipt from the City of the forms and documents required to be completed by the i 1-02.15 IS SUPPLEMENTED BY ADDING THE Contractorthe award date, the successful bidder shall return FOLLOWING: the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory 1-02.15 Pre-Award Information(APWA) bond as required by law and Section 1-03.4. If the bidder i experiences circumstances beyond their control that prevents 6. Such additional information as may o specified return of the contract documents within 29 10 calendar days which will permit the Engineer to determine the after the award date, the Contracting Agency may grant up to a Bidder's general ability to perform the Work. maximum of 20 10 additional calendar days for return of the i documents, provided the Contracting Agency deems the 1-03 Award and Execution of Contract circumstances warrant it. The Contracting Agency is prohibited by RCW SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: 39.06.010 from executing a contract with a Contractor who i is not registered or licensed as required by the laws of the 1-03.1 Consideration of Bids(RC,APWA) state. In addition,the Contracting Agency requires persons doing business with the Contracting Agency to possess a The total of extensions, corrected where necessary, and valid City of Renton business license prior to award. including sales taxes where applicable, will be used by the When the Bid Form provides spaces for a business Contracting Agency for award purposes and to fix the amount license number, a Washington State Contractors of the contract bond. registration number, or both the Bidder shall insert such ' All bids will be based on total sum of all schedules of information in the spaces provided. The Contracting prices. No partial bids will be accepted unless so Stated in Agency requires legible copies of the Contractor's the call for bids or special provisions. The City reserves the Registration and business license be submitted to the right however to award all or any schedule of a bid to the Engineer as part of the Contracting Agency's post-award i lowest bidder at its discretion. information and evaluation activities. A bidder who wishes to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original ' work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award.The affidavit shall Page-SP-3 Revision Date: 05/17/95 (12:54 PM) 1-04 Scope of the Work 1-05 Control of Work ' SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment FOLLOWING TO THE FIRST PARAGRAPH: and materials required to perform final cleanup. If this ' pay item does not appear in the contract documents then 1-03.4 Contract Bond (APWA) final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be 5. Be accompanied by a power of attorney for the made. Surety's officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to sign official statements (sole 1-05 Control of Work proprietor or partner). If the Contractor is a corporation, the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS: president or vice-president, unless accompanied by written proof of the authority of the individual 1-05.3 Plans and Working Drawings(RC) ' signing the bond to bind the corporation (i.e., corporate resolution,power of attorney or a letter The Contractor shall submit supplemental working to such effect by the president or vice-president). drawings as required for the performance of the work. The drawings shall be on sheets measuring 24 by-36 22 by 34 ' 1-�4 Scope of the Work 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 If the project calls for Contractor supplied surveying, sum work accomplished to date. The Engineer's the Contractor shall provide all required survey work, calculations and decisions shall be final in regard to the including such work as mentioned in Sections 1-05.4, 1- actual percentage of any lump sum pay item accomplished 05.5,-1-11 and elsewhere in these specifications as being and eligible for payment unless another specific method of provided by the Engineer. calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED the specifications. BY THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes(RC) 1-04.2 Coordination of Contract Documents, If the project calls for Contractor supplied surveying, ' Plans,Special Provisions Specifications, the Contractor shall provide all required survey work, and Addenda(RC) including such work as mentioned in Sections 1-05.4, 1- Any inconsistency in the parts of the contract shall be 05.5, 1-11 and elsewhere in these specifications as being resolved by following this order of precedence (e.g., l provided by the Engineer. All costs for this survey work presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, shall be included in "Contractor Supplied Surveying," per and 7;and so forth): lump sum. 1. Addenda 2. Proposal Form 1-05.5(1)General(APWA, RC) 3. Special Provisions The Engineer or Contractor supplied surveyor will 4. Contract Plans provide construction stakes and marks establishing lines, ' 5. AfRendments to the Standard Specifications slopes,and grades as stipulated in Sections I-05.5(1) and 1- Supplemental Specifications. 05.5(2) and will perform such work per Section 1-I1. The 6. StandaFd Speeification Standard Plans Contractor shall assume full responsibility for detailed 7. Standard Plan Standard Specifications dimensions, elevations, and excavation slopes measured 1 SECTION I-04.11IS SUPPLEMENTED ASFOLLOWS: from the Engineer or Contractor supplied surveyor furnished stakes and marks. 1-04.11 Final Cleanup(RC) The Contractor shall provide a work site which has ' been prepared to permit construction staking to proceed in 3. All salvage material as noted on the plans and a safe and orderly manner. The Contractor shall keep the taken from any of the discarded facilities shall, at the Engineer or Contractor supplied surveyor informed of engineer's discretion, be carefully salvaged and delivered staking requirements and provide at least 48 hours notice ' to the City shops. Any cost incurred in salvaging and to allow the Engineer or Contractor supplied surveyor delivering such items shall be considered incidental to the adequate time for setting stakes. project and no compensation will be made. ' Page-SP-4 Revision Date: 05/17/95 (12:54 PM) 1 1-05 Control of Work 1-05 Control of Work Stakes, marks, and other reference points, including On alley construction projects with minor grade ' existing monumentation, set by Contracting Agency forces changes, the Engineer or Contractor supplied surveyor shall be carefully preserved by the Contractor. The shall provide offset hubs on one side of the alley to establish Contractor will be charged for the costs of replacing stakes, the alignment and grade. Alleys with major grade changes , markers and monumentation that were not to be disturbed shall be slope staked to establish grade before offset hubs but were destroyed or damaged by the Contractor's are set. operations. This charge will be deducted from monies due or to become due to the Contractor. 1-05.5(3) Bridge and Structure Surveys(APWA) ' Any claim by the Contractor for extra compensation For all structural work such as bridges and retaining by reason of alterations or reconstruction work allegedly walls, the Contractor shall retain as a part of Contractor due to error in the Engineer's line and grade, will not be organization an experienced team of surveyors under direct allowed unless the original control points set by the supervision of a licensed surveyor. The Contractor shall ' Engineer still exist, or unless other satisfactory ensure that required field measurements and locations, substantiating evidence to prove the error is furnished the match and fulfill the intended plan dimensions. The Engineer. Three consecutive points set on line or grade Contractor shall provide all surveys required to complete ' shall be the minimum points used to determine any the structure, except the following primary survey control variation from a straight line or grade. Any such variation which will be provided by the Engineer: shall, upon discovery, be reported to the Engineer. In the 1. Centerline or offsets to centerline of the structure. absence of such report the Contractor shall be liable for 2. Stations of abutments and pier centerlines. ' any error in alignment or grade. 3. A sufficient number of bench marks for levels to The Contractor shall provide all surveys required enable the Contractor to set grades at reasonably other than those to be performed by the Engineer. All short distances. survey work shall be done in accordance with Section 1-11 4. Monuments and control points as shown on the SURVEYING STANDARDS of these specifications. Drawings. The Contractor shall keep updated survey field notes The Contractor shall establish all secondary survey in a standard field book and in a format set by the controls, both horizontal and vertical, as necessary to Engineer, per Section 1-I1.1(3). These field notes shall assure proper placement of all project elements based on ' include all survey work performed by the Contractor's the primary control points provided by the Engineer. surveyor in establishing line, grade and slopes for the Survey work shall be within the following tolerances: construction work. Copies of these field notes shall be 1. Stationing +.01 foot provided the Engineer upon request and upon completion 2. Alignment +.01 foot of the contract work the field book or books shall be (between successive points) - submitted to the Engineer and become the property of the 3. Superstructure Elevations +.01 foot Contracting Agency. (from plan elevations) ' If the survey work provided by the Contractor does 4. Substructure Elevations +.05 foot not meet the standards of the Engineer, then the (from plan elevations) Contractor shall, upon the Engineer's written request, During the progress of the Work, the Contractor shall remove the individual or individuals doing the survey work make available to the Engineer all field books including ' and the survey work will be completed by the Engineer at survey information, footing elevations, cross sections and the Contractor's expense. Costs for completing the survey quantities. work required by the Engineer will be deducted from The Contractor shall be fully responsible for the close monies due or to become due the Contractor. coordination of field locations and measurements with All costs for survey work required to be performed by appropriate dimensions of structural members being the Contractor shall be included in the prices bid for the fabricated. various items which comprise the improvement or be included in the bid item for "Contractor Supplied 1-05.5(4) Contractor Supplied Surveying(RC) Surveying" per lump sum if that item is included in the When the contract provides for Contractor Supplied contracts. Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a ' 1-05.5(2) Roadway and Utility Surveys(APWA) part of the Contractor Organization an experienced team The Engineer shall furnish to the Contractor one time of surveyors under the direct supervision of a professional only, or Contractor supplied surveyor will provide as land surveyor licensed by the State of Washington. All needed, all principal lines, grades, and measurements the survey work shall be done in accordance with Sections 1- , Engineer deems necessary for completion of the Work. 05.4, 1-05.5 and 1-11. These shall generally consist of one initial set of: The Contractor and/or Surveyor shall inform the 1. Slope stakes for establishing grading, Engineer in writing of any errors, discrepancies, and 2. Curb grade stakes, omissions to the plans that prevent the Contractor and/or , 3. Centerline finish grade stakes for pavement Surveyor from constructing the project in a manner sections wider than 25 feet,and satisfactory to the Engineer. All errors, discrepancies, and 4. Offset points to establish line and grade for omissions must be corrected to the satisfaction of the underground utilities such as water, sewers, and Engineer before the survey work may be continued. , storm drains(with offsets,50' max interval). Page-SP-5 ' Revision Date:05/17/95 (12:54 PM) 1-05 Control of Work 1-05 Control of Work ' The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to THE VACANT SECTION I-05.8 IS REPLACED BY. protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove 1-05.8 Contracting Agency's Right to Correct any survey stakes and/or points before physically removing Defective and Unauthorized Work(APWA) them. The surveyor shall be responsible for maintaining As- If the Contractor fails to remedy defective or ' Built records for the project. The Contractor shall unauthorized work within the time specified in a written coordinate his operations and assist the Surveyor in notice from the Engineer, or fails to perform any part of maintaining accurate As-Built records for the project. the Work required by the Contract Documents, the ' If the Contractor and Surveyor fail to provide, as Engineer may correct and remedy such work as may be directed by the Engineer and/or these plans and identified in the written notice, by such means as the specifications, accurate As-Built records and other work Engineer may deem necessary, including the use of the Engineer deems necessary, the Engineer may elect to Contracting Agency forces. provide at Contractor expense, a surveyor to provide all If the Contractor fails to comply with a written order As-Built records and other work as directed by the to remedy what the Engineer determines to be an Engineer. The Engineer shall deduct expenses incurred by emergency situation, the Engineer may have the defective the Engineer-supplied surveying from moneys owed to the and unauthorized Work corrected immediately, have the ' Contractor. rejected Work removed and replaced, or have Work the Payment per Section 1-04.1 for all work and materials Contractor refuses to perform completed by using required for the full and complete survey work required to Contracting Agency or other forces. An emergency complete the project and as-built drawings shall be situation is any situation which, in the opinion of the I included in the lump sum price for "Contractor Supplied Engineer,a delay in its remedy could be potentially unsafe, Surveying." or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting ' 1-05.5(5) Contractor Provided As-Built Agency attributable to correcting and remedying defective Information (RC) or unauthorized Work, or Work the Contractor failed or It shall be the contractors responsibility to record the refused to perform, shall be paid by the Contractor. location prior to the backfilling of the trenches, by Payment will be deducted by the Engineer from monies centerline station, offset, and depth below pavement, of all due, or to become due, the Contractor. Such direct and existing utilities uncovered or crossed during his work as indirect costs shall include in particular, but without covered under this project. limitation, compensation for additional professional It shall be the contractors responsibility to have his services required, and costs for repair and replacement of surveyor locate by centerline station, offset and elevation work of others destroyed or damaged by correction, each major item of work done under this contract per the removal, or replacement of the Contractor's unauthorized survey standard of Section I-IL. Major items of work work. shall include but not be limited to: No adjustment in contract time or compensation will Manholes, Catch basins and Inlets, Valves, be allowed because of the delay in the performance of the vertical and Horizontal Bends, Junction boxes, Work attributable to the exercise of the Contracting Cleanouts, Side Sewers, Street Lights & Agency's rights provided by this Section nor shall the ' Standards, Hydrants, Major Changes in Design exercise of this right diminish the Contracting Agency's Grade, Vaults, Culverts, Signal Poles, Electrical right to pursue any other avenue for additional remedy or Cabinets. damages with respect to the Contractor's failure to perform After the completion of the work covered by this the Work as required. ' contract,the contractors surveyor shall provide to the City SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE the hard covered field book(s) containing the as-built notes FOLLOWING: and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating 1-05.10 Guarantees(APWA, RC) ' existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of If within one year after the Acceptance Date of the the new work as he recorded in the field book(s). This Work by the Contracting Agency, defective and drawing shall bear the surveyors seal and signature unauthorized Work is discovered, the Contractor shall certifying it's accuracy. promptly, upon written order by the Contracting Agency, All costs for as-built work shall be included in the return and in accordance with the Engineer's instructions, contract item "Contractor Supplied Surveying." either correct such Work, or if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed ' Page-SP-6 Revision Date: 05/17/95 (12:54 PM) 1-05 Control of Work 1-05 Control of Work and replaced pursuant to Section 1-05.8 "Owner's Right to the Contractor shall pursue vigorously, diligently and ' Correct Defective and Unauthorized Work." without unauthorized interruption, the Work necessary to The Contractor agrees the above one year limitation reach Substantial and Physical Completion. The shall not exclude or diminish the Contracting Agency's Contractor shall provide the Engineer with a revised rights under any law to obtain damages and recover costs schedule indicating when the Contractor expects to reach resulting from defective and unauthorized work discovered substantial and physical completion of the work. after one year but prior to the expiration of the legal time The above process shall be repeated until the Engineer period set forth in RCW 4.16.040 limiting actions upon a establishes the Substantial Completion Date and the ' contract in writing,or liability expressed or implied arising Contractor considers the work physically complete and out of a written agreement. ready for Final Inspection. The Contractor shall warrant good title to all 1-05.11(2) Final Inspection Date(APWA) ' materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this When the Contractor considers the Work physically paragraph, however, shall defeat or impair the right of complete and ready for Final Inspection,the Contractor by persons furnishing materials or labor,to recover under any Written Notice, shall request the Engineer to schedule a ' bond given by the Contractor for their protection, or any final inspection. The Engineer will set a date for Final rights under any law permitting such persons to look to Inspection. The Engineer and the Contractor will then funds due the Contractor in the hands of the Contracting make a Final Inspection and the Engineer will notify the Agency. Contractor in writing of all particulars in which the Final ' The provisions of this paragraph shall be inserted in Inspection reveals the Work incomplete or unacceptable. all subcontracts and material contracts, and notice of its The Contractor shall immediately take such corrective provisions shall be given to all persons furnishing materials measures as are necessary to remedy the listed deficiencies. for the Work when no formal contract is entered into for Corrective work shall be pursued vigorously, diligently, , such materials. and without interruption until physical completion of the listed deficiencies. This process will continue until the SECTION 1-05.11 IS DELETED AND THE FIRST TWO Engineer is satisfied the listed deficiencies have been SENTENCES OF THE FOURTH PARAGRAPH OF corrected. ' SECTION 1-08.9 IS DELETED AND REPLACED BY If action to correct the listed deficiencies is not THE FOLLOWING: initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written ' 1-05.11 Final Inspection(APWA) Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.11(1) Substantial Completion Date(APWA) Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in ' When the Contractor considers the work to be writing, of the date upon which the Work was considered substantially complete, the Contractor shall so notify the physically complete. That date shall constitute the Physical Engineer and request the Engineer establish the completion date of the Contract,but shall not imply all the Substantial Completion Date. To be considered obligations of the Contractor under the Contract have been ' substantially complete the following conditions must be fulfilled. met: 1. The Contracting Agency must have full and 1-05.11(3) Operational Testing(APWA) unrestricted use and benefit of the facilities, both , from the operational and safety standpoint. It is the intent of the Contracting Agency to have at the 2. Only minor incidental work, replacement of Completion Date a complete and operable system. temporary substitute facilities, or correction or Therefore when the Work involves the installation of repair work remains to reach physical completion machinery or other mechanical equipment; street lighting, ' of the work. electrical distribution or signal systems; buildings; or other The Contractor's request shall list the specific items of similar work it may be desirable for the Engineer to have work in subparagraph two above that remains to be the Contractor operate and test the Work for a period of completed in order to reach physical completion. The time after final inspection but prior to the Physical ' Engineer may also establish the Substantial Completion Completion Date. Whenever items of work are listed in the Date unilaterally. Contract Provisions for operational testing they shall be If, after this inspection, the Engineer concurs with the fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Contractor that the Work is substantially complete and , Completion Date. During and following the test period, the ready for its intended use, the Engineer, by written notice to the Contractor,will set the Substantial Completion Date. Contractor shall correct any items of workmanship, If, after this inspection the Engineer does not consider the materials, o not in first class equipment which proves faulty,ass operating condition. Equipmentt,, that are ' Work substantially complete and ready for its intended use, electrical the Engineer will, by written notice, so notify the controls, meters, or other devices and equipment to be Contractor giving the reasons therefor. tested during this period, shall be tested under the Upon receipt of written notice concurring in or observation of the Engineer, so that the Engineer may ' denying substantial completion, whichever is applicable, determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be Page-SP-7 , Revision Date:05/17/95 (12:54 PM) 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the ' Public established until testing and corrections have ,been completed to the satisfaction of the Engineer. 1-05.17 Oral Agreements(APWA) ' The costs for power,gas,labor, material,supplies,and everything else needed to successfully complete operational No oral agreement or conversation with any officer, testing, shall be included in the various contract prices agent,or employee of the Contracting Agency,either before related to the system being tested, unless specifically set or after execution of the contract,shall affect or modify any ' forth otherwise in the Bid Form. of the terms or obligations contained in any of the Operational and test periods, when required by the documents comprising the contract. Such oral agreement Engineer, shall not affect a manufacturer's guaranties or or conversation shall be considered as unofficial warranties furnished under the terms of the Contract. information and in no way binding upon the Contracting SECTION 1-05.I2 IS DELETED AND REPLACED WITH Agency,unless subsequently put in writing. THE FOLLOWING: 1_06 Control of Material ' 1-05.12 Final Acceptance(APWA) The Contractor must perform all the obligations under SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING the Contract before the Completion Date can be THE FOLLOWING: established. A Certificate of Completion for the Work 1-06.2(2) Statistical Evaluation of Materials for issued by the Contracting Agency will establish the Completion Date and certify the Work as complete. The Acceptance Final Contract Price may then be calculated.The following UNLESS STATED OTHERWISE IN THE SPECIAL must occur before the Completion Date can be established PROVISIONS STATISTICAL EVALUATION WILL NOT and the Final Contract Price calculated: BE USED BY THE CITY OF RENTON. 1. The physical work on the project must be SECTION 1-06.5IS REVISED AS FOLLOWS: complete. 2. The Contractor must furnish all documentation 1-06.5 Foreign-Made Materials(SA) required by the Contract and required by law, necessary to allow the Contracting Agency to AfteF eempleting work that ineludes more than $2,500.00 certify the Contract as complete. NVOFt' Of f Feign Fnade mateFialS, the GantraeteF shall pFepafe" A Certificate of Completion for the Work, signed by certified statement-ta-eemplywith Chapter 39.2n'�:r.Thi the Contracting Agency, will constitute acceptance of the statement must set`eFth the nature and sauFee of thefnateFials. Work. The issuance of this Certificate of Completion will ' not constitute acceptance of unauthorized or defective work of General Aa.,mist.-,..,.. Pk'i-;,.fi f o...,hasi.., Room 216 or material. General Administration Building, Olympia; Washington Failure of the Contractor to perform all of the 98504. The GORtFaetOF Shall giN,e a cop), of the statement to Contractor's obligations under the Contract shall not bar 'h=r Engi„eff. the Contracting Agency from unilaterally certifying the Vacant. Contract complete so the Engineer may calculate a Final Contract Price as provided in Section 1-09.9. 1-07 Legal Relations and Responsibilities ' SECTION 1-05.13 IS SUPPLEMENTED BY REVISING to the Public PARAGRAPH 7 TO READ: SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-05.13 Superintendents, Labor,and Equipment of FOLLOWING: ' Contractor(APWA) Whenever the Contracting Agency evaluates the 1-07.1 Laws to be Observed (APWA) Contractor's prequalification pursuant to Section 1-02.1, the The Contractor shall indemnify, defend, and save Contracting Agency will take these performance under harmless the ContractingA (includingagents, �a p� I 47.28.070, ..,:. :n take these reports into account. Agency y any g officers, and employees) against any claims that may arise SECTION 1-05 IS SUPPLEMENTED BY ADDING THE because the Contractor(or any employee of the Contractor ' FOLLOWINGNEWSECTIONS: or subcontractor or materialman) violated a legal requirement. 1-05.16 Water and Power(APWA) In cases of conflict between different safety The Contractor shall make necessary arrangements, regulations,the more stringent regulation shall apply. and shall bear the costs for power and water necessary for The Washington State Department of Labor and the performance of the Work. Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions ' of the Washington Industrial Safety and Health Act of 1973 (W1SHA). ' Page-SP-8 Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the ' Public Public The Contractor shall maintain at the Project Site• includes storm or combined sewer systems within and , office, or other well known place at the Project Site, all included as a part of the street or road drainage system and articles necessary for providing first aid to the injured.The power lines when such are part of the roadway lighting Contractor shall establish, publish, and make known to all system. For work performed in such cases, the Contractor employees,procedures for ensuring immediate removal to a shall include Washington State Retail Sales Taxes in the hospital, or doctor's care, persons, including employees, various unit Bid Item prices, or other contract amounts, who may have been injured on the Project Site. Employees including those that the Contractor pays on the purchase of ' should not be permitted to work on the Project Site before the materials, equipment, or supplies used or consumed in the Contractor has established and made known doing the work. procedures for removal of injured persons to a hospital or a doctor's care. 1-07.2(3) State Sales Tax- Rule 170(APWA) ' The Contractor shall have sole responsibility for the WAC 458-20-170, and its related rules, apply to the safety, efficiency, and adequacy of the Contractor's plant, constructing and repairing of new or existing buildings, or appliances, and methods, and for any damage or injury other structures, upon real property. This includes, but is resulting from their failure, or improper maintenance, use, not limited to, the construction of streets, roads, highways, ' or operation.The Contractor shall be solely and completely etc., owned by the State of Washington; water mains and responsible for the conditions of the Project Site, including their appurtenances; sanitary sewers and sewage disposal safety for all persons and property in the performance of systems unless such sewers and disposal systems are within, ' the work. This requirement shall apply continuously, and and a part of, a street or road drainage system; telephone, not be limited to normal working hours. The required or telegraph, electrical power distribution lines, or other implied duty of the Engineer to conduct construction conduits or lines in or above streets or roads, unless such review of the Contractor's performance does not, and shall power lines become a part of a street or road lighting , not, be intended to include review and adequacy of the system;and installing or attaching of any article of tangible Contractor's safety measures in, on, or near the Project personal property in or to real property, whether or not Site. such personal property becomes a part of the realty by SECTION 1-07.2 IS DELETED AND REPLACED BY THE virtue of installation. ' For work performed in such cases, the Contractor FOLLOWING: shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will 1-07.2 State Sales Tax(APWA) automatically add this sales tax to each payment to the , Contractor. For this reason, the Contractor shall not 1-07.2(1) GENERAL(APWA) include the retail sales tax in the unit Bid Item prices,or in The Washington State Department of Revenue has any other contract amount subject to Rule 170, with the ' issued special rules on the state sales tax. Sections 1-07.2(1) following exception. through 1-07.2(4) are meant to clarify those rules. The Exception: The Contracting Agency will not add in Contractor should contact the Washington State sales tax for a payment the Contractor or a subcontractor Department of Revenue for answers to questions in this makes on the purchase or rental of tools, machinery, ' area. The Contracting Agency will not adjust its payment equipment, or consumable supplies not integrated into the if the Contractor bases a bid on a misunderstood tax Project. Such sales taxes shall be included in the unit Bid liability. Item prices or in any other contract amount. The Contractor shall include all Contractor-paid taxes 1-07.2(4) Services(APWA) , in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. The Contractor shall not collect retail sales tax from Section 1-07.2(3)describes this exception. the Contracting Agency on any contract wholly for Professional or other services (as defined in State The Contracting Agency will pay the retained , percentage only if the Contractor has obtained from the Department of Revenue Rules 138 and 224). Washington State Department of Revenue a certificate SECTION 1-07.3(2) IS SUPPLEMENTED WITH THE showing that all contract-related taxes have been paid FOLLOWING: (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the 1-07.3(2) Merchantable Timber Requirements Contractor may owe the Washington State Department of (SA) Revenue, whether the amount owed relates to this contract No person may export from the United States, or sell, ' or not. Any amount so deducted will be paid into the trade, exchange, or otherwise convey to any other person proper State fund. for the purpose of export from the United States, timber 1-07.2(2) State Sales Tax- Rule 171(APWA) originating from the project. WAC 458-20-171, and its related rules, apply to The Contractor shall comply with the Forest building, repairing, or improving streets, roads, etc., which Resources Conservation and Shortage Relief Amendments are owned by a municipal corporation, or political Act of 1993, (Public Law 103-45), and the Washington subdivision of the state, or by the United States, and which State Log Export Regulations,(WAC 240-15). ' are used primarily for foot or vehicular traffic. This Page-SP-9 , Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the ' Public Public THE FIRST SENTENCE OF SECTION 1-07.5(I) IS to their race, color, religion, sex, of national origin, age, or ' disability, and to promote the full realization of equal REVISED AS FOLLOWS: employment opportunity through a positive continuing 1-07.5(1) General(SA) program: Throughout the work,the Contractor shall comply with all It is the policy of this Company to ensure that applicants ' State Departments of Fish and Wildlife,and Ecology.Wili€e are employed, and that employees are treated duringand Fisheries. employment, without regard to their race, religion, sex, color, of national origin, age, or disability. Such action shall SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING include: employment, upgrading, demotion, or transfer; THE TITLE AND SENTENCE 2, PARAGRAPH 2 TO recruitment or compensation; and selection for training, READ: including apprenticeship, preapprenticeship, and/or on-the-job training. 1-07.5(2) State Department of Fish and Wildlifes ' ITEM 3 OF SECTION 1-07.11(4)A IS REVISED AS of Wildlife and FiSheFieS(APWA,SA) If the work in (1) through (3) above differs little from FOLLOWS: what the contract requires, the Contracting Agency will measure and pay for it at unit contract prices. But if contract 1-07.11(4)A Supervisory Personnel(SA) ' items do not cover those areas, the Contracting Agency will 3. Internal EEO Procedures - All personnel who are pay pursuant to Section 1-09.4.by affeed PFi6e OF by fefee engaged in direct recruitment for the project shall be instructed aeeount. Work in (4) through (9) above will be ineidentake by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group VACANT SECTION 1-07.8 AS BEEN SUPPLEMENTED and female employees. B Y A DDING THE FOL L 0 WING NE W SECTION. PARAGRAPH ONE OF SECTION 1-07.11(4)B IS REVISED AS FOLLOWS: ' 1-07.8 High Visibility Apparel(SA) The Contractor shall require all personnel at the work 1-07.11(4)B Employees, Applicants,and Potential site under their control (including subcontractors and Employees (SA) lower tier subcontractors)to comply with the following: In order to make the Contractor's equal employment 1. To wear reflective vests, except that during opportunity policy known to all employees, prospective daylight hours, orange clothing equivalent to employees, and potential sources of employees, e.g. schools, "Ten Mile Cloth" or hunter orange may be worn employment agencies, labor unions (where appropriate), I in lieu of reflective vests, college placement officers, community organizations, etc., 2. To wear white coveralls at night, the Contractor shall take the following actions: 3. Whenever rain gear is worn during hours of PARAGRAPH ONE AND TWO OF SECTION 1-07.11(7)A darkness,it shall be white or yellow,and IS REVISED AS FOLLOWS: 4. The reflective vests shall always be the outermost garment. Exceptions to these requirements are: (1) when 1-07.11(7)A Special Training Provisions (SA) personnel are out of view of and not exposed to traffic, The number of trainees to be trained and the number of ' (2)when personnel are inside a vehicle, or(3) where it training hours for the contract will be specified in the is obvious that such apparel is not needed for the Special Provisions. The number of training hours to be employees safety from traffic. performed will also be specified under the bid item Training. ' Reflective vests shall have a minimum of 100 square The Contractor will be credited for each approved trainee employed on the contract work who is currently enrolled or inches of reflective surface distributed 30 percent on the front and 70 percent on the back. The retroreflection value becomes enrolled in a BAT/SATC approved program (Section I-07.11(7)C) and will be reimbursed for such trainees as at an entrance angle of 4degrees and an observation angle 1 provided hereinafter.of 0.2 degrees shall be a minimum 500 candle power for the reflective surface of the vest. PARAGRAPHS ONE AND THREE OF SECTION 1- Reflective vests, hard hats, white coveralls, rain gear, 07.11(7)C IS REVISED AS FOLLOWS: and other apparel shall be furnished and maintained in a neat, clean, and presentable condition at no expense to the 1-07.11(7)C Acceptable Training Programs(SA) Contracting Agency. 1. Apprentices registered with a Washington State Department of Labor State Apprenticeship SECTION 1-07.11(2)HAS BEEN REVISED AS FOLLOWS: Training Council (SATC) approved apprenticeship 1-07.11(2) Equal Employment Opportunity agreement. Policy(SA) 3. Trainees participating in a non BAT/SATC program ' I The Contractor shall accept as an operating policy the approved by the PHWA/WSDOT for the specific project. following statement which is designed to further the provision of equal employment opportunity to all persons without regard ' Page-SP-10 Revision Date: 05/17/95 (12.5413M) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public ' PARAGRAPH ONE OF SECTION 1-07.11(7)D IS THE FIRST PARAGRAPH OF SECTION 1-07.11(10)B REVISED AS FOLLOWS. HAS BEEN REVISED AS FOLLOWS: 1-07.11(7)D Training Program Approval(SA) 1-07.11(10)B Required Records and Retention(SA) 1. Other Than Apprenticeship Trades — On Federal-aid contracts only, the Contractor/Subcontractor shall submit to the Project Engineer a , Contractors who are not affiliated with a program 1 g approved by BAIT or rAT-G BAT or SATC can completed PR 1391 by August 25. The report must reflect have their training program approved provided the Contractor/Subcontractor's total employment on all that the program is submitted for approval on Federal-Aid highway projects with the Contracting Agency DOT Form 272-049, and the following standards as of July 31st. The staffing figures to be reported should ' are satisfactorily addressed and incorporated in represent the project work force on board in all or any part the Contractor's program: of the last payroll period preceding the end of July. For 5. If a trainee is participating in a i"TorrT-QBAT multi-year projects, a report is required to be submitted SATC/BAT approved apprenticeship program, a each year throughout the duration of the contract. ' copy of the certificate showing apprenticeship SECTION 1-07.13(1) IS REVISED AND SUPPLEMENTED registration must accompany the first invoice on AS FOLLOWS. which the individual appears. ' SECTION 1-07.11(8) IS SUPPLEMENTED BY REVISING 1-07.13(1) General(RC) THE PHRASE, "SEX, OR NATIONAL ORIGIN" TO The Q)RtFaetei: Shall FebUild FepaFeSOre, and k "SEX,NATIONAL ORIGIN,AGE, OR DISABILITY." good all damages to an),pOf4iOli 6f the PeFtnanent OF temperary SECTION 1-07.11(9) HAS BEEN DELETED AND WOFIE eeeur-FingbefOFe 66ffl P'e'`"" and shall beaF all th-e ' REPLACED BY: expense to d so, exeept damage to the. nt OFIE6RI-13Rd bii (a) aets of God, sac-h as earthquake, A^^a^ OF OtheF 1-07.11(9) Subcontracting,Procurement of cataelysmie pho.......onon of nature, OF (b) aets of the publie , Materials,and Leasing of Equipment enerny OF of govemmental lltWFitie OF (6) slides in eases (SA) where—Seeti8fl 2-03.3(11) is applieabha n. idea h Nondiscrimination - The Contractor shall not that this exception shall fiat apply should damages Fesult ffem. ' discriminate on the grounds of race, color, religion, ,h `enure`"''" fail"Fe .,. take Fe ,.nable pFe,.autions F tO sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The work shall be under the contractor's responsible , care and charge. The contractor shall bear all loss and Solicitation and Utilization - The Contractor shall use damage whatsoever and from whatsoever cause,except that their best effort to solicit bids from , and to utilize, caused solely by the act of the Contracting Agency which disadvantaged, minority, and women subcontractors, may occur on or to the work during the fulfillment of the ' or subcontractors with meaningful minority and contract. women representation among their employees. If any such loss or damage occurs,the contractor shall immediately make good any such loss or damage, and in Subcontractor EEO Obligations-The Contractor shall the event of the contractor refusing or neglecting to do so, , notify all potential subcontractors and suppliers of the the Contracting Agency may,itself or by the employment of EEO obligations required by the contract. The some other person, make good any such loss or damage, Contractor shall use their efforts to ensure and the cost and expense of so doing shall be charged to the subcontractors compliance with their equal contractor. ' employment opportunity obligations. During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. ITEM 4 OF SECTION 1-07.11(10)A HAS BEEN REVISED No portion of the work whose satisfactory quality or AS FOLLOWS: efficiency will be affected by unfavorable conditions shall 1-07.11(10)A General(SA) be constructed while these conditions exist, unless by special means-or precautions acceptable to the engineer,the ' 4. Subcontracting - The progress and efforts being contractor shall be able to overcome them. made in securing the services of disadvantaged, minority, and women subcontractors, or SECTION 1-07.13(4) IS REVISED AND SUPPLEMENTED subcontractors with meaningful minority and female AS FOLLOWS: representation among their employees. 1-07.13(4) Repair of Damage(SA) The Contractor shall promptly repair all damage to either ' temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(2) or I- Page-SP-II , Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the ' Public Public 07.13(3), payment will be made in accordance with Section 1- basins, overflow weir, polymer water treatment, 09.4 using the estimated bid item "Reimbursement for discharging to ground surface, by percolation, ' Third Party Damage."! 04.4. Payment will be limited to evaporation or by passing through gravel,sand or repair of damaged work only. No payment will be made for fiber filters. delay or disruption to work. For the purpose of providing a 2. Erosion Control: Temporary erosion control shall ' common proposal for all bidders, the Contracting agency be exercised by minimizing exposed areas and has entered an amount for "Reimbursement for Third slopes until permanent measures are effective.The Party Damage" in the proposal to become a part of the minimum exposed area and slopes will be defined total bid by the Contractor. in the Special Provisions. Plastic sheet covering SECTION 1-07.14 IS SUPPLEMENTED- BY REVISING shall be placed over exposed ground areas to ALL REFERENCES TO "STATE, COMMISSION, protect from rain erosion. Other alternative SECRETARY" OR "STATE" TO READ methods for erosion control under certain "CONTRACTING AGENCY." situations may include netting, mulching with ' binder,and seeding. SECTION 1-07.15 IS REVISED AND SUPPLEMENTED Should rutting and erosion occur the AS FOLLOWS. Contractor shall be responsible for restoring damaged areas and for clean-up of eroded 1-07.15 Temporary Water Pollution Erosion Control material including that in ditches, catch basins, (APWA, RC) manholes,and culverts and other pipes. 3. Chlorine Residual: Water containing chlorine ' If done according to the approved plan or the Engineer's residual shall not be discharged directly into orders, temporary water pollution/erosion control work will be storm drains, streams, or State waters. Chlorine measured and paid for pursuant to Section 1 09.41-04.1 water may be discharged into sanitary sewers or through the lump sum item for "Temporary Water disposed on land for perculation. Chlorine Pollution/Erosion Control.: residual may be reduced chemically with a If no pay item appears in the contract for "Temporary reducing agent such as sodium thiosulphate. Water Pollution/Erosion Control" then all labor, materials, Water shall be periodically tested for chlorine tools and equipment used to complete the work shall be residual. considered incidental to other pay items in the Contract 4. Vehicle and Equipment Washing: Water used for and no further compensation shall be made. washing vehicles and equipment shall not be In addition to other requirements in the Contract allowed to enter storm drains, streams or other Documents this temporary work shall include, but is not State waters unless separation of petroleum limited to,the following water quality considerations: products, fresh concrete products or other 1. Turbid Water Treatment Before Discharge: deleterious material is accomplished prior to Determination of turbidity in surface waters shall discharge. Detergent solution may be discharged be at the discretion of the Engineer; for Lake into sanitary sewers or allowed to be held on the ' Class Receiving Waters,turbidity shall not exceed ground for percolation. A recirculation system for 5 NTU (Nephelometric Turbidity Units) over detergent washing is recommended. Steam background conditions; for Class AA and Class A cleaning units shall provide a device for oil ' Waters, turbidity shall not exceed 5 NTU over separation. background turbidity when the background 5. Oil and Chemical Storage and Handling: turbidity is 50 NTU or less, or have more than a Handling and storage of oil and chemicals shall 10 percent increase in turbidity when the not take place adjacent to waterway$. The storage ' background turbidity is more than 50 NTU; for shall be made in dike tanks and barrels with drip other classes of waters, refer to WAC 173-201- pans provided under the dispensing area.Shut-off 045. and lock valves shall be provided on tanks. Shut- The term turbidity means the optical off nozzles shall be provided on hoses. Oil and ' property of sample demonstrating the scattering chemicals shall be dispensed only during daylight and absorption of light caused by suspended hours unless the dispensing area is properly material as expressed in Nephelometric Turbidity lighted. Disposal of waste shall not be allowed on ' Units and measured with a calibrated oil and chemical spills. Fencing shall be provided turbidimeter. around oil storage. Locks shall be provided on Discharges to a State waterway caused by valves,pumps,and tanks. aggregate washing, drainage from aggregate pit 6. Sewage: If a sanitary sewer line is encountered sites, and stockpiles or dewatering of pits and and repair or relocation work is required, the excavations shall not increase the existing Contractor shall provide blocking and sealing of turbidity of the receiving waters. the sanitary sewer line. Sanitary sewer flow shall Turbid water from the Project Site shall be be pumped out, collected, and hauled by tank ' treated before being discharged into stream or truck or pumped directly to a sanitary system other State waters. Turbidity may be removed by manhole for discharge. The existing sewers shall the use of lagoons or holding ponds, settling be maintained by the Contractor without ' Page-SP-12 Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the ' g P Public Public interruption of service by the use of temporary All shrubbery or trees destroyed or damaged, shall be sewer` bypasses. In addition, the excavated replaced by the contractor with material of equal quality g Agency.at no additional cost to the Contracting A ' materials adjacent to and around a rupture of a g Y• In the sanitary sewer line shall be removed from the event that it is necessary to trench through any lawn Project Site and deposited into refuse trucks for area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfdled. The haul to a sanitary fill site. Equipment and tools in lawn area shall be cleaned by sweeping or other means,of contact with the above materials shall be washed all earth and debris. ' by pressure water lines and the attendant wash The contractor shall use rubber wheel equipment similar water discharged into a sanitary sewer line for to the small tractor-type backhoes used by side sewer transmission to a sewage treatment plant. contractors for all work, including excavation and backfill, on easements or rights-of- way which have lawn ' areas. All fences, markers, mail boxes, or other 1-07.16 Protection and Restoration of Property temporary obstacles shall be removed by the contractor and immediately replace, after the trench is SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING backfilled, in their original position. The contractor , THE FOLLOWING: shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on 1-07.16(1) Private/Public Property(RC) easements or rights-of-way. The Contracting Agency will obtain all easements and Damage to existing structures outside of easement areas , franchises required for the project. The contractor shall that may result from dewatering and/or other construction activity under this contract shall be restored limit his operation to the areas obtained and shall not to their original condition or better. The original trespass on private property. condition shall be established by photographs taken The Contracting Agency may provide certain lands,as and/or inspection made prior to construction. All such , indicated in connection with the work under the contract work shall be done to the satisfaction of the property together with the right of access to such lands. The Owners and the Contracting Agency at the expense of contractor shall not unreasonably encumber the premises the contractor. with his equipment or materials. D. Streets. The contractor will assume all responsibility of The contractor shall provide, with no liability to the restoration of the surface of all streets (traveled ways) used by him if damaged. Contracting Agency,any additional land and access thereto In the event the contractor does no't have labor or not shown or described that may be required for temporary material immediately available to make necessary repairs, construction facilities or storage of materials. He shall the contractor shall so inform the Contracting Agency. construct all access roads, detour roads, or other The Contracting Agency will make the necessary repairs temporary work as required by his operations. The and the cost of such repairs shall be paid by the contractor shall confine his equipment,storage of material, contractor. and operation of his workers to those areas shown and The contractor is responsible for identifying and described and such additional areas as he may provide. documenting any damage that is pre-existing or caused by A. General. All construction work under this contract on others. easements, right-of-way, over private property or Restoration of excavation in Citv streets shall be done ' franchise, shall be confined to the limits of such in accordance with the City of Renton Trench easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of Restoration Requirements, which is available at the disturbance and a minimum amount of damage. The Public Works Department Customer Services counter , contractor shall schedule his work so that trenches across on the 4th floor, Renton Municipal Building, 200 Mill easements shall not be left open during weekends or Avenue South. holidays and trenches shall not be open for more than 48 hours. , B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also ' repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are , damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of- way, the contractor shall strip top soil from the trench or ' construction area and stockpile it in such a manner that it may be replaced by him, upon •completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots , wrapped in burlap and replanted in their original positions within 48 hours. Page-SP-13 , Revision Date: 05/17/95 (12:54I'M) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and.Responsibilities to the Public Public ' as well as claims for property damages which may arise from SECTION 1-07.17lS SUPPLEMENTED BYADDlNG: any act or omission of the Contractor or the subcontractor, or ' by anyone directly or indirectly employed by either of them. 1-07.17 Utilities and Similar Facilities(APWA, RC) The Contracting Agency may request a copy of the In addition to the other requirements pursuant to actual declaration pages(s) for each insurance policy RCW 19.122, an act relating to underground utilities and effecting coverage(s) required on the contract prior to the ' prescribing penalties,the Contractor shall: date work commences.Failure of the Contractor to fully 1. call the utilities underground location center for comply during the term of the Contract with the field location of the utilities; requirements described herin will be considered a material ' breach of contract and shall be caused for immediate Call Before You Dig termination of the Contract at the option of the Contracting Agency. The 48 Hour Locators SECTION 1-07.18(2) IS REPLACED WITH THE 1-800-424-5555 FOLLOWING: and 1-07.18(2) Coverages(RC) 2. not begin excavation until all known underground facilities in the vicinity of the proposed excavation As part of the response to this proposal, the have been located and marked. Contractor shall submit a completed City of Renton Location and dimensions shown on the Plans for Insurance Information form which details specific coverage ' existing facilities are in accordance with available and limits for this contract. information without uncovering, measuring, or other All coverage provided by the Contractor shall be in a verification. If a utility is known or suspected of having form and underwritten by a company acceptable to the underground facilities within the area of the proposed Contracting Agency. The City requires that all insurers: excavation, and that utility is not a subscriber to the 1) Be licensed to do business within the State of utilities underground location center then the Contractor Washington. shall give individual notice to that utility. If,in the prosecution of the work, it becomes necessary 2) Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are to interrupt existing surface drainage,sewers,underdrains, conduit, utilities, similar underground structures, or parts acceptable when written on a claims-made basis). The City may also require proof of professional thereof, the contractor shall be responsible for, and shall take all necessary precautions to protect and provide liability coverage be provided for up to two (2) I years after the completion of the project. temporary services for same. The contractor shall, at his own expense, repair all 3) The City may request a copy of the actual damage to such facilities or structures due to this declaration page(s) for each insurance policy construction operation to the satisfaction of the City;except affecting coverage(s) required by the Contract for City owned facilities which will be repaired by the prior to the date work commences. utility department at contractor's expense, or by the contractor as directed by the City. 4) Possess a minimum A.M. Best rating of AVII (A ' rating of A XII or better is preferred.) If any SECTION 1-07.18 IS DELETED AND REPLACED BY THE insurance carrier possesses a rating of less than FOLLOWING: AVII,the City may make an exception. ' 1-07.18 Public Liability and Property Damage The City reserves the right to approve the security of the insurance coverage provided by the insurance Insurance(RC) company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply SECTION 1-07.18(1) IS REPLACED WITH THE during the term of the contract with these requirements FOLLOWING: will be considered a material breach of contract and shall be cause for immediate termination of the contract at the 1-07.18(1) General(RC) option of the City. The contractor shall obtain and maintain in full force and The Contractor shall obtain and maintain the effect, from the Award Date to the Completion Date, public minimum insurance coverage set forth below. By requiring liability and property damage insurance with an insurance such minimum insurance, the City of Renton shall not be company(ies) or through sources approved by the State deemed or construed to have assessed the risks that may be Insurance Commissioner pursuant to RCW 48. applicable to the Contractor. The Contractor shall assess The Contractor shall not begin work under the Contract its own risks and if it deems appropriate and/or prudent, until the required insurance has been obtained and approved by maintain higher limits and/or broader coverage. the Contracting Agency. Insurance shall provide coverage to Coverage shall include: the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for personal injuries, including accidental death, ' Page-SP-14 Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the , Public Public (1) Commercial General Liability- ISO 1993 Form or 1) Be on a primary basis not contributory with any , equivalent. Coverage will be witten on an other insurance coverage and/or self-insurance occurrence basis and include: carried by CITY OF RENTON. • Premises and Operations (including CG2503; 2) Include a Waiver of Subrogation Clause. ' 3) Severability of Interest Clause(Cross Liability) General Aggregate to apply per project, if 4) Policy may not be non-renewed, canceled or applicable). materially changed or altered unless forty-five • Explosion,Collapse and (45)days prior written notice is provided to CITY , OF RENTON. Notification shall be provided to Underground Hazards CITY OF RENTON by certified mail. • Products/Completed Operations REPLACE SUPPLEMENTAL SPECIFICATION SECTION ' • Contractual Liability (including Amendatory 1-07.18(3) 'LIMITS'WITH THE FOLLOWING: Endorsement CG 0043 or equivalent which includes defense coverage assumed under 1-07.18(3) Limits(RC) contract) LIMITS REQUIRED , Providing coverage in these stated amounts shall not • Broad Form Property Damage be construed to relieve the contractor from liability in • Independent Contractors excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: • Persona UAdvertising Injury Commercial General Liability Stop Cap Liability General Aggregate* $2,000,000 • , Products/Completed Operations $2,000,000 (2) Automobile Liability including all Aggregate • Owned Vehicles Each Occurrence Limit $1,000,000 • Non-Owned Vehicles Personal/Advertising Injury $1,000,000 ' • Hired Vehicles Fire Damage(Any One Fire) $50,000 (3) Workers'Compensation Medical Payments (Any One $5,000 ' • Statutory Benefits (Coverage A) - Show WA Person) L&I Number Stop Gap Liability $1,000,000 (4) Umbrella Liability *General Aggregate to apply per • Excess of Commercial General Liability and project(ISO Form CG2503 or Automobile Liability. Coverage should be as equivalent) broad as primary. Automobile Liability ' (5) Professional Liability- (whenever the work under this Contract includes Professional Liability, Bodily Injury/Property Damage $1,000,000 i.e.Architects, Engineers, Advertising, Computer (Each Accident) ' Programmers the CONTRACTOR shall maintain professional liability covering wrongful acts, Workers'Compensation errors and/or omissions of the CONTRACTOR Statutory Benefits-Coverage A for damage sustained by reason of or in the course , (Show WA L&I Number) of operations under this Contract. (6) The Contracting Agency reserves the right to Umbrella Liability request and/or require additional coverages as Each Occurrence Limit $1,000,000 may be appropriate based on work performed(i.e. General Aggregate Limit $1,000,000 pollution liability). Products/Completed Operations $1,000,000 CONTRACTOR shall Name CITY OF RENTON, and Aggregate ' its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). Professional Liability(If required) The CONTRACTOR shall provide CITY OF RENTON Each Occurrence/Incident/Claim $1,000,000 Certificates of Insurance; prior to commencement of work. Aggregate $2,000,000 The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. The City may require the CONTRACTOR to keep Further,all policies of insurance described above shall: professional liability coverage in effect for up to two (2) years after completion of the project. ' Page-SP-1 S Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public The Contractor shall promptly advise the CITY OF SECTION 1-07.22 /S SUPPLEMENTED BY THE RENTON in writing in the event any general aggregate or ' other aggregate limits are reduced. At their own expense, FOLLOWING: the CONTRACTOR will reinstate the aggregate to comply 1-07.22 Use of Explosives(APWA) with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF Explosives shall not be used without specific authority ' RENTON a new Certificate of Insurance showing such of the Engineer, and then only under such restrictions as coverage is in force. may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 SECTION 1-07.18(4) IS REPLACED WITH THE and such local laws, rules and regulations that may apply. FOLLOWING SUPPLEMENTAL SPECIFICATION The individual in charge of the blasting shall have a 'EVIDENCE OF INSURANCE'. current Washington State Blaster Users License. Within 20 days of award of the contract the The Contractor shall obtain,comply with,and pay for CONTRACTOR shall provide evidence of insurance by such permits and costs as are necessary in conjunction with submitting to the CONTRACTING AGENCY the blasting operations. following: When the use of explosives is necessary for the 1) City of Renton Insurance Information Form prosecution of the Work, the Contractor's insurance shall ' (attached herein)without modification. contain a special clause permitting the blasting. 2) Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in 1-07.23 Traffic Control Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3). as ' revised above. Other requirements are as follows: SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING a. Strike the following or similar wording: THE FOLLOWING TO PARAGRAPH3: "This Certificate is issued as a matter of information only and confers no rights 1-07.23(1) Public Convenience and Safety(RC) ' upon the Certificate Holder"; 5. The contractor shall be responsible for controlling b. ' Strike the wording regarding dust and mud within the project limits and on any cancellation notification to the City: street which is utilized by his equipment for the "Failure to mail such notice shall impose duration of the project. The contractor shall be no obligation or liability of any kind prepared to use watering trucks, power sweepers, upon the company, its agents or and other pieces of equipment as deemed representatives". necessary by the engineer, to avoid creating a I C. Amend the cancellation clause to state: nuisance. "Policy may not be non-renewed, Dust and mud control shall be considered as canceled or materially changed or incidental to the project, and no compensation altered unless 45 days prior written will be made for this section. notice is provided to the City". Complaints of dust, mud or unsafe practices Notification shall be provided to the City and/or property damage to private Ownership by certified mail. will be transmitted to the contractor and prompt ' For Professional Liability coverage only, instead of the action in correcting them will be required by the cancellation language specified above,the City will accept a contractor. written agreement that the consultant's broker will provide the required notification. 1-07.23(3) Flagging,Signs,and All Other Traffic ' Control Devices SECTION 1-07.20/S REVISED AS FOLLOWS: SECTION 1-07.23(3)A IS SUPPLEMENTED BY ADDING 1-07.20 Patented Devices, Materials,and Processes THE FOLLOWING: (APWA) 1-07.23(3)A General(RC) The Contractor shall assume all costs arising from the use. When the bid proposal includes an item for "Traffic of patented devices, materials, or processes used on or Control,"the work required for this item shall be: incorporated in the work, and agrees to indemnify, defend, and 1. Furnishing and maintaining barricades, flashers, save harmless State, Commission, SeeretaFy The Contracting construction signing and other channelization Agency, and their duly authorized agents and employees from devices, unless a pay item is in the bid proposal all actions of any nature for, or on account of the use of any for any specific device and the Special Provisions patented devices,materials,or processes. specify furnishing, maintaining,and payment in a different manner for that device; 2. Furnishing supervisory personnel for all traffic control labor; ' Page-SP-16 Revision Date: 05/17/95 (12:54 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the , Public Public 3. Furnishing any necessary vehicle(s) to set up and equitable adjustment will be considered for the item ' remove the Class B construction signs and other "Traffic Control"to address the increase or decrease. traffic control devices; 4. Furnishing labor and vehicles for patrolling and SECTION 1-07.SUPPLEMENTEEDD A AS FOLLOWS: is REVISED AND , maintaining in position all of the construction S signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for 1-07.23(3)C Traffic Control Plans(RC,SA) this work; and All flaggers are to be shown on the traffic control plan ' 5. Furnishing labor, material, and equipment except for emergency situations. ...If the Contractor's necessary for cleaning up, removing, and methods differ from the contract traffic control plan(s), the replacing of the construction signs and the traffic Contractor shall propose modification of the traffic control ' control devices destroyed or damaged during the plan(s) by showing the necessary construction signs, flaggers, life of the project. and other control devices required for the project. The 6. Removing existing signs as specified or a directed Contractor's letter designating and adopting the specific traffic by the engineer and delivering to the City Shops control plan(s) or any proposed modified plan(s) shall be , or storing and re-installing as directed by the submitted to the Engineer for approval at least ten calendar Engineer. days in advance of the time the signs and other traffic control 7. Preparing a traffic control plan for the project devices will be required. The contractor shall be responsible and designating the person responsible for traffic for assuring that traffic control is installed and maintained , control at the work site. The traffic control plan in conformance to established standards. The contractor shall include descriptions of the traffic control shall continuously evaluate the operation of the traffic methods and devices to be used by the prime control plan and take prompt action to correct any contractor,and subcontractors,shall be submitted problems that become evident during operation. at or before the preconstruction conference, and THE FIRST PARAGRAPH OF SECTION 1-07.23(3)E HAS shall be subject to review and approval of the BEEN REVISED AS FOLLOWS. Engineer. , 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work 1-07.23(3)E Traffic Control Labor(SA) that will affect and traveled portion of a roadway. The Contractor shall furnish all personnel for flagging and 9. Assuring that all traveled portions of roadways for the setup and removal of all temporary traffic control , are open to traffic during peak traffic periods, devices and construction signs necessary to control traffic are a.m.to 8 traffic :30 a.m.,and peak p.m. to 6:pe p.m., during construction operations. Flaggers and spotters shall 6: as specified is the special provisions, or as have a current certification (flagging card)ffem acceptable to directed by the Engineer. the State Department of Labor and Industries (WAC 296-155- ' 10. Promptly removing or covering all nonapplicable 305). Employees of the Contractor engaged in flagging or signs during periods when they are not needed. traffic control shall wear reflective vests and hard hats. During If no bid item "Traffic Control" appears in the hours of darkness, white coveralls or white or yellow rain proposal then all work required by these sections will gear shall also be worn. The vests and other apparel shall ' considered incidental and their cost shall be included in the be in conformance with Section 1-07.8. The Contractor other items of work. shall furnish the MUTCD standard Stop/Slow paddles (18 If the Engineer requires the Contractor to furnish inches wide, letters 6 inches high,and reflectorized) for the , additional channelizing devices, pieces of equipment, or flagging operations. The vests and hard hats shall be services which could not be usually anticipated by a maintained by the Contractor in a neat, clean, and presentable prudent contractor for the maintenance and protection of condition. Any such apparel or equipment which is necessary traffic,then a new item or items may be established to pay or desirable to protect workers engaged in other activities will ' for such items. Further limitations for consideration of be the Contractor's responsibility. payment for these items are that they are not covered by 5. Spotters to warn work crews of impending danger other pay items in the bid proposal, they are not specified from public traffic, when approved by the in the Special Provisions as incidental, and the Engineer. ' accumulative cost for the use of each individual SECTION 1-07.23(3)F HAS BEEN REVISED AS channelizing device, piece of equipment, or service must FOLLOWS: exceed $200 in total cost for the duration of their need. In ' the event of disputes, the Engineer will determine what is 1-07.23(3)F Construction Signs(RC,SA) usually anticipated by a prudent contractor. The cost for All signs required by the approved traffic control plan(s) these items will be by agreed price, price established by the as well as any other appropriate signs prescribed by the Engineer,or by force account.Additional items required as Engineer or required to comply with established standards will ' a result of the Contractor's modification to the traffic be furnished by the ContFaeting ^genet'Contractor. control plan(s) appearing in the contract shall not be Sign and support installation of Class A signs shall be covered by the provisions in this paragraph. in accordance with the Contract Plans or Standard Plans. If the total cost of all the work under the contract No item will be provided in the bid proposal for Class A ' increases or decreases by more than 25 percent, an or Class B construction signs. Payment fef Glass Page-SP-17 ' Revision Date: 05/17/95 (12:54 Prot) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the ' Public Public signs will be limited to the labE)F 604 f6F daily se d _ IPFON ideas.: co .: , 07 23(2)r T,fc DELETE SECTION 1-07.23(5)B AND REPLACE WITH. up ander-All ethef costs for the work to provide Class B ' construction signs shall be included in the unit contract price 1-07.23(5)B Measurement(RC) for the various other items of the work in the bid proposal, or 1. No specific unit of measurement will apply to the be included in "Traffic Control",Lump Sum. lump sum item of Traffic Control. ' THE SECOND SENTENCE OF THE FIRST PARAGRAPH SECTION 1-07.23(5)C IS DELETED AND REPLACED OF SECTION 1-07.23(3)G HAS BEEN REVISED AS WITH: FOLLOWS: ' 1-07.23(5)C Payment(RC) 1-07.23(3)G Traffic Control Management(SA) Payment will be made in accordance with Section I- The TCS shall be certified as a worksite traffic control 04.1 for the following bid item when included in supervisor by the American Traffic Safety Services Association the contract, "Traffic Control," lump sum. or Sverdrup Civil,Inc. The lump sum contract price shall be full pay The TCS may make minor revisions to the TCP to for all costs not covered by other specific pay accommodate site conditions as long as the original intent items in the bid proposal for furnishing,installing, 1 of the TCP is maintained. maintaining, and removing traffic control devices required by the contract and as directed by the SECTION 1-07.23(4)IS REVISED AS FOLLOWS: Engineer in conformance with accepted standards and in such a manner as to maximize safety, and 1-07.23(4) One-Way Piloted Traffic Control minimize disruption and inconvenience to the Through Construction Zone(RC) public.. Progress payment for the lump sum item The`,""''"eting "gene" will `""`sh without eest to "Traffic Control"will be made as follows: ,h r- ..eteF ' „ "aggeFS' .,,...I tFaffie at the ends of the a. When the initial warning signs for the beginning of the project and the end of lead the ,....ff:.. th.OUgh the afea. All othe. neeessafy n,rtrto« construction signs are installed and approved within the limits of the pilot caF eentral aFeA_shall -be A_1FR OR- by the Engineer, 30 percent of the amount ' 3( bid for the item will be paid. r l Lab@F. if the GORt_c_.: , ge.ey is to , :de pil :od b. Payment for the remaining 70 percent of the ' ffie " .. M! the "pee "' PFOViSiORS Will ., -._bastieeYtetI4 amount bid for the item will be paid on a f,h C,...._.,,..:.g A,.eno, A.....ished One Wa, Piloted Tr-afr:,.' prorated basis in accordance with the total Control. job progress as determined by progress Contractor-Furnished One-Way Piloted Traffic Control. payments. The Contractor shall furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be SECTION 1-07.24 IS DELETED AND REPLACED BY THE ' furnished by the Contractor FOLLOWING: When the hid .. .,I ..Ludes ., item for «Gentraete,. 1-07.24 Rights of Way(APWA) PFO.,idea in Section I 07 234 Street right of way lines, limits of easements,and limits When the hid .._,...,.,...I does not ineludo such an ke.. -and of construction permits are indicated on the Drawings. The the EngineeF deems it appFOPFiate to GOWFOI tFaffie in this Contractor's construction activities shall be confined within er, the methed f,...,mating...,.,.:,o..t will be them e a these limits, unless arrangements for use of private property are made. Control".,fie.the four that item exceeds the "*:ty4n Generally,the Contracting Agency will have obtained, the bid proposal. prior to Bid opening, all rights of way and easements, both ' permanent and temporary, necessary for carrying out the 1-07.23(5) Measurement and Payment for Traffic completion of the Work. Exceptions to this are noted in the Control Contract Documents or brought to the Contractor's ' attention by a duly issued Addendum. SECTION 1-07.23(5) IS SUPPLEMENTED BY ADDING Whenever any of the Work is accomplished on or THE FOLLOWING: through property other than public right of way, the Contractor shall meet and fulfill all covenants and ' 1-07.23(5)A General(RC) stipulations of any easement agreement obtained by the The item "Traffic Control" will be considered for an Contracting Agency from the owner of the private equitable adjustment per Section 1-04.6 only when the total property. Copies of the easement agreements are included contract price increases or decreases by more than 25 in the Contract Provisions or made available to the percent. Contractor as soon as practical after they have been obtained by the Engineer. ' Page-SP-18 Revision Date: 05/17/95 (12:54 PIN) 1-08 Prosecution and Progress 1-08 Prosecution and Progress Whenever easements or rights of entry have not been promptly report in writing to the Engineer any conflict, ' acquired prior to advertising, these areas are so noted on error or discrepancy which the Contractor may discover. the Drawings. The Contractor shall not proceed with any After the Contract has been executed, but prior to the portion of the Work in areas where right of way,easements Contractor beginning the Work, a preconstruction , or rights of entry have not been acquired until the Engineer conference will be held between the Contractor, the certifies to the Contractor that the right of way or easement Engineer and such other interested parties as may be is available or that the right of entry has been received. If invited. The purpose of the preconstruction conference will the Contractor is delayed due to acts of omission on the be: ' part of the Contracting Agency in obtaining easements, 1. To review the initial progress schedule; rights of entry or right of way, the Contractor will be 2. To establish a working understanding among the entitled to an extension of time.The Contractor agrees that various parties associated or affected by the such delay shall not be a breach of contract. Work; ' Each property owner shall be given 48 hours notice 3. To establish and review procedures for progress prior to entry by the Contractor. This includes entry onto payment,notifications,approvals,submittals,etc.; easements and private property where private 4. To establish normal working hours for the Work,- improvements must be adjusted. 5. To review safety standards and traffic control; The Contractor shall be responsible for providing, and without expense or liability to the Contracting Agency,any 6. To discuss such other related items as may be additional land and access thereto that the Contractor may pertinent to the Work. desire for temporary construction facilities, storage of The Contractor shall prepare and submit at the materials, or other Contractor needs. However, before preconstruction meeting the following: using any private property,whether adjoining the Work or 1. A breakdown of all lump sum items; not, the Contractor shall file with the Engineer a written 2. A preliminary schedule of working drawing ' permission of the private property owner, and, upon submittals; and vacating the premises, a written release from the property 3. A list of material sources for approval if owner of each property disturbed or otherwise interfered applicable. with by reasons of construction pursued under this 4. A Project Schedule. ' contract. The statement shall be signed by the private property owner, or proper authority acting for the owner 1-08.1(2)Subcontracting(APWA) of the private property affected,stating that permission has Work done by the Contractor's own organization shall been granted to use the property and all necessary permits account for at least 30 percent of the Awarded Contract ' have been obtained or, in the case of a release, that the Price. Before computing this percentage, however, The restoration of the property has been satisfactorily Contractor may subtract (from the Awarded Contract accomplished. The statement shall include the parcel Price) the costs of any subcontracted work on items the , number, address, and date of signature. Written releases contract provisions specifically designates may be first must be filed with the Engineer before the Completion Date excluded from the Awarded Contract Price. will be established. The Contractor shall not subcontract work regardless SECTION 1-07.26 IS REVISED BY CHANGING ALL of tier unless the Engineer approves in writing. Each , REFERENCES TO "COMMISSION, THE request to subcontract shall be on the form the Engineer SECRETARY" OR "STATE" TO READ provides. If the Engineer requests, the Contractor shall "CONTRACTING AGENCY." provide proof that the subcontractor has the experience, ability,and equipment the work requires. Each subcontract SECTION 1-07.27 IS REVISED BY CHANGING ALL shall contain a provision which requires the subcontractor REFERENCES TO "STATE" OR "SECRETARY" to comply with Section 1-07.9 and to furnish all certificates, TO READ"CONTRACTING AGENCY." submittals, and statements required by the Contract ' Documents. 1-08 Prosecution and Progress Along with the request to sublet, the Contractor shall submit the names of any contracting firms the SECTION 1-08.1 IS DELETED AND REPLACED BY THE subcontractor proposes to use as lower tier subcontractors. ' FOLLOWING: Collectively, these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor.When a subcontractor is 1-08.1 Preliminary Matters(APWA) responsible for construction of a specific structure or ' structures, the following work may be performed by lower 1-08.1(1) Preconstruction Conference(APWA) tier subcontractors without being subject to the 25 percent The Engineer will furnish the Contractor with up to 10 limitation: , copies of the Contract Documents. Additional documents 1. Furnishing and driving of piling,or may be furnished upon request at the cost of reproduction. • 2. Furnishing and installing concrete reinforcing Prior to undertaking each part of the Work the Contractor and post-tensioning steel. Except for the 25 shall carefully study and compare the Contract Documents percent limit, lower tier subcontractors shall meet and check and verify pertinent figures shown therein and the same requirements as subcontractors. all applicable field measurements. The Contractor shall Page-SP-19 ' Revision Date:05/17/95 (12:54 PM) ' 1-08 Prosecution and Progress Progress 1-08 Prosecution and Pro g g ' The Engineer will approve the request only if satisfied continue work during these hours may be revoked at any with the proposed subcontractor's prior record,equipment, time the Contractor exceeds the Contracting Agency's noise experience, and ability to perform the work. Approval to control regulations or complaints are received from the ' subcontract shall not: public or adjoining property owners regarding the noise 1. Relieve the Contractor of any responsibility to from the Contractor's operations. The Contractor shall carry out the contract, have no claim for damages or delays should such 2. Relieve the Contractor of any obligations or permission be revoked for these reasons. ' liability under the contract and the Contractor's Permission to work Saturdays, Sundays, holidays or bond, other than the agreed upon normal straight time working 3. Create any contract between the Contracting hours Monday through Friday may be given subject to Agency and the subcontractor,or certain other conditions set forth by the Contracting ' 4. Convey to the subcontractor any rights against Agency or Engineer. These conditions may include but are the Contracting Agency. not limited to: requiring the Engineer or such assistants as The Contracting Agency will not consider as the Engineer may deem necessary to be present during the subcontracting: (1)purchase of sand,gravel,crushed stone, Work; requiring the Contractor to reimburse the crushed slag, batched concrete aggregates, ready mix Contracting Agency for the cost of engineering salaries concrete, off-site fabricated structural steel, other off-site paid Contracting Agency employees who worked during fabricated items, and any other materials supplied by such times; considering the Work performed on Saturdays established and recognized commercial plants; or (2) and holidays as working days with regards to the Contract delivery of these materials to the work site in vehicles Time; and considering multiple work shifts as multiple owned or operated by such plants or by recognized working days with respect to Contract Time even though independent or commercial hauling companies. the multiple shifts occur in a single 24-hour period. ' However, the State L&I may determine that Assistants may include, but are not limited to, survey RCW 39.12 applies to the employees of such firms crews; personnel from the Contracting Agency's material identified in (1) and (2) above in accordance with testing lab; inspectors; and other Contracting Agency WAC 296-127. If this should occur, the provisions of employees when in the opinion of the Engineer, such work Section 1-07.9,as modified or supplemented,shall apply. necessitates their presence. The Contractor shall certify to the actual amounts paid to any Disadvantaged,Minority,or Women's Business 1-08.1(4) Reimbursement for Overtime Work of Enterprises firms that were subcontractors, manufacturers, Contracting Agency Employees(APWA) regular dealers, or service providers on the contract. This certification shall be supplied with the Final Application Where the Contractor elects to work on a Saturday, for Payment on the form provided by the Engineer. Sunday, or other holiday, or longer than an 8-hour work If dissatisfied with any part of the subcontracted work, shift on a regular working day, as defined in the Standard the Engineer may request in writing that the subcontractor Specifications, such work shall be considered as overtime be removed.The Contractor shall comply with this request work. On all such overtime work an inspector will be at once and shall not employ the subcontractor for any present, and a survey crew may be required at the further work under the contract. discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight 1-08.1(3) Hours of Work(APWA) time plus overtime costs for employees of the Contracting Except in the case of emergency or unless otherwise Agency required to work overtime hours. approved by the Contracting Agency, the normal straight The Contractor by these Specifications does hereby time working hours for the contract shall be any authorize the Engineer to deduct such costs from the consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. amount due or to become due the Contractor. ' of a working day with a maximum 1-hour lunch break and SECTION 1-08.4 IS DELETED AND REPLACED BY THE a 5-day work week. The normal straight time 8-hour FOLLOWING: working period for the contract shall be established at the preconstruction conference or prior to the Contractor ' commencing the Work. 1-08.4 Notice to Proceed and Prosecution of the . If a Contractor desires to perform work on holidays, Work(APWA) Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Notice to Proceed will be given after the contract has Engineer for permission to work such times. Permission to been executed and the contract bond and evidence of work longer than an 8-hour period between 7:00 a.m. and insurances have been approved and filed by the Owner. 6:00 p.m. is not required. Such requests shall be submitted The Contractor shall not commence the Work until the to the Engineer no later than noon on the working day Notice to Proceed has been given by the Engineer. The ' prior to the day for which the Contractor is requesting Contractor shall commence construction activities on the permission to work. Project Site within ten days of the Notice to Proceed Date: Permission to work between the hours of 10:00 p.m. The Work thereafter shall be prosecuted diligently, and 7:00 a.m. during weekdays and between the hours of vigorously, and without unauthorized interruption until ' 10:00 p.m. and 9:00 a.m.on weekends or holidays may also physical completion of the work. There shall be no be subject to noise control requirements. Approval to voluntary shutdowns or slowing of operations by the ' Page-SP-20 Revision Date: 05/17/95 (12:54 PM) 1-09 Measurement and Payment 1-09 Measurement and Payment ' Contractor without prior approval of the Engineer. Such SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. ' approval shall not relieve the Contractor from the Contractual obligation to complete the work within the prescribed Contract Time. 1-08.10 Termination of Contract(APWA) SECTION 1-08.51S DELETED AND REPLACED WITH SECTION 1-08.10(1) IS SUPPLEMENTED BY REVISING ' THE FOLLOWING: ALL REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE 1-08.5 Time For Completion(Contract Time) LAST SENTENCE, PARAGRAPH S TO READ I (APWA, RC) "CONTRACTING AGENCY." The Work shall be physically completed in its entirety SECTION 1-08.11 IS NEW SECTION. within the time specified in the Contract Documents or as ' extended by the Engineer.The Contract Time will be stated 1-08.11 Contractor's Plant and Equipment(RC) in "working days", shall begin on the Notice To Proceed The contractor alone shall at all times be responsible Date,and shall end on the Contract Completion Date. for the adequacy, efficiency, and sufficiency of his and his ' A nonworking day is defined as a Saturday,a Sunday,a subcontractor's plant and equipment. The Owner shall day on which the contract specifically suspends work,or one of have the right to make use of the contractor's plant and these holidays: January 1, the thiFd *d....day of anua3 t'� g MondayMondayof Febf: wy Memorial Day, July 4, Labor Day, equipment in the performance of any work on the site of third- , the work. November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a The use by the Owner of such plant and equipment holiday when Christmas Day occurs on a Tuesday or shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assume any Friday. The day after Christmas shall be a holiday when , Christmas Day occurs on a Monday, Wednesday, or responsibility, at any time, for the security of the site from Thursday. When Christmas Day occurs on a Saturday,the the time contractor's operations have commenced until two preceding working days shall be observed as holidays. final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as When Christmas day occurs on a Sunday,the two working ' days following shall be observed as holidays. The Contract additional fencing, barricades,and watchmen service,as he Time has been established to allow for periods of normal deems necessary for the public safety and for the protection inclement weather which, from historical records, is to be of the site and his plant and equipment. The Owner will be expected during the Contract Time, and during which Provided keys for all fenced,secured areas. periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to 1-08.12 Attention to Work(RC) Proceed Date and ending with the Physical Completion The contractor shall give his personal attention to and Date, shall be charged to the Contract Time as it occurs shall supervise the work to the end that it shall be except a day or part of a day which is designated a prosecuted faithfully,and when he is not personally present nonworking day or an Engineer determined unworkable on the work site, he shall at all times be represented by a day. competent superintendent who shall have full authority to ' The Engineer will furnish the Contractor a weekly execute the same,and to supply materials, tools, and labor report showing (1) the number of working days charged without delay,and who shall be the legal representative of against the Contract Time for the preceding week; (2) the the contractor. The contractor shall be liable for the Contract Time in working days; (3)the number of working -faithful observance of any instructions delivered to him or days remaining in the Contract Time; (4) the number of to his authorized representative. nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This ' 1-09 Measurement and Payment weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE schedule)and the fifth day of the week in which a 4-10 shift FOLLOWING: , is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working 1-09.1 Measurement of Quantities(RC) day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from When items are specified to be paid for by ton, it will ' the date of each report in which to file a written protest of be the Contractor's responsibility to see that a certified an alleged discrepancy in the Contract Time as reported. weight ticket is given to the Inspector on the project at the Otherwise,the report will be deemed to have been accepted time of delivery of materials for each truckload delivered. by the Contractor as correct. Pay quantities will be prepared on the basis of said tally ' The requirements for scheduling the Final Inspection tickets, delivered to the Inspector at the.time of delivery of and establishing the Substantial Completion, Physical materials. Tickets not receipt by the Inspector will not be Completion,and Completion Dates are specified in Sections honored for payment. 1-05.11 and 1-05.12. Where items are specified to be paid by the ton, the ' following system will be used: Page-SP-21 ' Revision Date: 05/17/95 (12:54 PM) ' 1-09 Measurement and Payment 1-09 Measurement and Payment ' Each truck shall be clearly numbered to the Payment for Bid Items listed or referenced in the satisfaction of the Engineer and there shall be no "Payment" clause of any particular Section of the duplication of numbers. Specifications shall be considered as including all of the 1 Duplicate tickets shall be prepared to accompany each Work required, specified, or described in that particular truckload of material delivered to the project. Section. Payment items will generally be listed generically The tickets shall bear at least the following in the Specifications,and specifically in the bid form.When information: items are to be "furnished" under one payment item and ' 1. Truck Number. "installed" under another payment item, such items shall 2. Truck tare weight(stamped at source). be furnished FOB project site,or, if specified in the Special 3. Gross truck load weight in tons (stamped at Provisions, delivered to a designated site. Materials to be source). "furnished," or "furnished and installed" under these ' 4. Net load weight(stamped at source). conditions, shall be the responsibility of the Contractor 5. Driver's name and date. with regard to storage until such items are incorporated 6. Location for delivery. into the Work or, if such items are not to be incorporated 7. Pay item number. into the work, delivered to the applicable Contracting 8. Contract number and/or name. Agency storage site when provided for in the Specifications. The Contractor shall submit a breakdown of costs for Payment for material"furnished," but not yet incorporated each lump sum Bid Item. The breakdown shall list the into the Work, may be made on monthly estimates to the items included in the lump sum together with a unit price of extent allowed. labor, materials and equipment for each item. The SECTION 1-09.8 IS SUPPLEMENTED BY REVISING ALL summation of the detailed unit prices for each item shall REFERENCES TO "HEADQUARTERS' MATERIAL add up to the lump sum Bid. The unit price values may be LABORATORY" TO READ "CONTRACTING ' used as a guideline for determining progress payments or AGENCY'S MATERL9L LABORATORY." deductions or additions in payment for ordered work changes. The detailed cost breakdown of each lump sum SECTION 1-09.9 IS DELETED AND REPLACED BY THE item shall be submitted to the Engineer prior to the FOLLOWING: Preconstruction Conference. SECTION 1-09.2 IS SUPPLEMENTED BY REVISING ALL 1-09.9 Payments(APWA) REFERENCES TO "MATERIAL RECEIVER" TO ' READ `ENGINEER." 1-09.9(1) Progress Payments(APWA) SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE Progress payments for completed work and material FOLLOWING: on hand will be based upon progress estimates prepared by ' the Engineer. A progress estimate cutoff date will be 1-09.3 Scope of Payment(APWA, RC) established at the preconstruction meeting. Within 3 days after the progress estimate cutoff date Unless modified otherwise in the Contract Provisions, (but not more often than once a month) the Contractor ' the Bid Items listed or referenced in the "Payment" clause shall submit to the Engineer for review an Application for of each Section of the Standard Specifications, will be the Payment, filled out and signed by the Contractor, covering only items for which compensation will be made for the the work completed prior to the progress estimate cutoff Work described in or specified in that particular Section date.The Application for Payment shall be accompanied by ' when the Contractor performs the specified Work. Should documentation supporting the Contractor's Application for a Bid Item be listed in a "Payment" clause but not in the Payment. Proposal Form, and Work for that item is performed by If payment is requested for materials and equipment the Contractor and the work is not stated as included in or not incorporated in the work, but delivered and stored at incidental to a pay item in the contract and is not work that approved sites pursuant to the Contract Documents, the would be required to complete the intent of the Contract Application for Payment shall be accompanied by a bill of per Section 1-04.1, then payment for that Work will be sale, invoice, or other documentation warranting that the made as for Extra Work pursuant to a Change Order. Contractor has received the materials and equipment and The words "Bid Item," "Contract Item," and "Pay evidence that the materials and equipment are covered by Item," and similar terms used throughout the Contract appropriate insurance or other arrangements to protect the Documents are synonymous. Engineer's interests therein. If the "payment" clause in the Specifications relating The initial progress estimate will be made not later to any unit Bid Item price in the Proposal Form requires than 30 days after the Contractor commences the Work, that said unit Bid Item price cover and be considered and successive progress estimates will be made every month compensation for certain work or material essential to the thereafter until the Completion Date. Progress estimates item, then the work or material will not be measured or made during progress of the Work are tentative, and made paid for under any other Unit Bid Item which may appear only for the purpose of determining progress payment. The elsewhere in the Proposal Form or Specifications. progress estimates are subject to change at any time prior Pluralized unit Bid Items appearing in these to the calculation of the Final Payment per Specifications are changed to singular form. Section 1-09.9(4). Page-SP-22 Revision Date: 05/17/95 (12:54 PM) 1-09 Measurement and Payment 1-09 Measurement and Payment The value of the progress estimate will be the sum of The Contractor shall designate the option desired on , the following: the rOR4 c at the tiffle ,h r 1. Unit Price Items in the Bid Form — the COO( net With the GentFaetin g Agency and'sh ll � f h � approximate quantity of acceptable units of Work contract at least 10 working days prior to the first progress completed multiplied by the Unit Price. payment for the contract. The Contractor in choosing , 2. Lump Sum Items in the Bid Form — the option (2) or(3) agrees to assume full responsibility to pay estimated percentage complete multiplied by the all costs which may accrue from escrow services, brokerage Bid Forms amount for each Lump Sum Item. charges or both, and further agrees to assume all risks in , 3. Materials on Hand —90 percent of invoiced cost connection with the investment of the retained percentages of material delivered to Job site or other storage in securities. The Contracting Agency may also, at its area approved by the Engineer. option,accept a bond for all or a portion of the contractor's 4. Change Orders—entitlement for approved extra retainage. , cost or completed extra work as determined by Release of retained percentage will be made 60 days the Engineer. following the Completion Date (pursuant to RCW 39.12, Progress payments will be made in accordance with RCW 39.76, and RCW 60.28) provided the following the progress estimate less: conditions are met: ' 1. Five(5)percent for retained percentage. 1. On contracts totaling more than $20,000.00, a 2. The amount of Progress Payments previously release has been obtained from the Washington made. State Department of Revenue(RCW 60.28.051). 3. Funds withheld by the Contracting Agency for 2. No claims, as provided by law, have been filed disbursement in accordance with the Contract against the retained percentage. Documents. 3. Affidavit of Wages Paid is on file with the Progress payments for work performed shall not be Contracting Agency for the Contractor and all ' evidence of acceptable performance or an admission by the Subcontractors regardless of tier Contracting Agency that any work has been satisfactorily (RCW 39.12.040). completed. In the event claims are filed the Contractor will be Payments will be made by warrants, issued by the paid such retained percentage less an amount sufficient to ' Contracting Agency's fiscal officer,against the appropriate pay any such claims together with a sum determined by the fund source for the project. Payments received on account Contracting Agency sufficient to pay the cost of foreclosing of work performed by a subcontractor are subject to the on claims and to cover attorney's fees. , provisions of RCW 39.04.250. Retainage will not be reduced for any reason below the minimum limit provided by law. 1-09.9(2) Retainage(APWA) Pursuant to Section 1-07.10, the Contractor is Pursuant to RCW 60.28 there will be retained from responsible for submitting to the State L&I a "Request for ' monies earned by the Contractor on progress estimates a Release" form in order for the Contracting Agency to sum not to exceed 5 percent of the monies earned by the obtain a release from that department with respect to the Contractor.Such retainage shall be used as a trust fund for payments of industrial insurance medical aid premiums. the protection and payment (1)to the State with respect to The Contracting Agency will ensure the Washington State taxes imposed pursuant to Title 82, RCW which may be Employment Security Department and any applicable due from such Contractor,and (2)the claims of any person Contracting Agency department or organization are arising under the Contract. notified of Contract completion in order to obtain releases Monies reserved under provisions of RCW 60.28 shall, from those departments or agency organizations. , at the option of the Contractor,be: 1. Retained in a fund by the Contracting Agency. 1-09.9(3) Contracting Agency's Right to 2. Deposited by the Contracting Agency in an Withhold and Disburse Certain ' interest-bearing account in a bank, mutual Amounts(APWA) savings bank, or savings and loan association In addition to monies retained pursuant to RCW 60.28 (interest on monies so retained may be paid to the and subject to RCW 39.04.250, RCW 39.12, and Contractor). RCW 39.76, the Contractor authorizes the Engineer to 3. Placed in escrow with a bank or trust company by withhold progress payments due or deduct an amount from the Contracting Agency. When the monies any payment or payments due the Contractor which, in the reserved are to be placed in escrow the Engineer's opinion, may be necessary to cover the Contracting Agency will issue a check Contracting Agency's costs for or to remedy the following ' representing the sum of the monies reserved situations: payable to the bank or trust company and the 1. Damage to another contractor when there is Contractor jointly. Such check shall be converted evidence thereof and a claim has been filed. into bonds and securities chosen by the 2. Where the Contractor has not paid fees or ' Contractor and approved by the Contracting charges to public authorities or municipalities Agency and the bonds and securities held in which the Contractor is obligated to pay. escrow. Interest on the bonds and securities may 3. Utilizing material, tested and inspected by the ' be paid to the Contractor as the interest accrues. Engineer, for purposes not connected with the Work(Section 1-05.6) Page-SP-23 Revision Date: 05/17/95 (I2:54 PM) ' 1-09 Measurement and Payment 1-09 Measurement and Payment 4. Landscape damage assessments per Section 1- A proper accounting of all funds disbursed on behalf 07.16. of the Contractor in accordance with this section will be 5. For overtime work performed by City personnel made. A payment made pursuant to this section shall be per Section 1-08.1(4). considered as payment made under the terms and ' 6. Anticipated or actual failure of the Contractor to conditions of the Contract. The Contracting Agency shall complete the Work on time: not be liable to the Contractor for such payment made in a. Per Section 1-08.9 Liquidated Damage; or good faith. ' b. Lack of construction progress based upon the If legal action is instituted to determine the validity of Engineer's review of the Contractor's the claims prior to expiration of the 15-day period approved progress schedule which indicates mentioned above, the Engineer will hold the funds until the Work will not be completed within the determination of the action or written settlement agreement Contract Time. When calculating an of the parties. anticipated time overrun, the Engineer will make allowances for weather delays, 1-09.9(4) Final Payment(APWA) approved unavoidable delays, and Upon Acceptance of the Work by the Contracting suspensions of the Work. The amount Agency the final amount to be paid the Contractor will be withheld under this subparagraph will be calculated based upon a Final Progress Estimate made by based upon the liquidated damages amount the Engineer. Acceptance by the Contractor of the Final ' per day set forth in Contract Documents Payment shall be and shall operate as a release: multiplied by the number of days the 1. to the Contracting Agency of all claims and all Contractor's approved progress schedule, in liabilities of the Contractor, other than claims in the opinion of the Engineer, indicates the stated amounts as may be specifically excepted in Contract may exceed the Contract Time. writing by the Contractor; 7. Failure of the Contractor to perform any of the 2. for all things done or furnished in connection with Contractor's other obligations under the contract, the Work; including but not limited to: 3. for every act and neglect by the Contracting a. Failure of the Contractor to provide the Agency; and Engineer with a field office when required by 4. for all other claims and liability relating to or the Contract Provisions. arising out of the Work. b. Failure of the Contractor to protect survey A payment (monthly, final, retainage, or otherwise) stakes, markers, etc., or to provide adequate shall not release the Contractor or the Contractor's Surety survey work as required by Section 1-05.5. from any obligation required under the terms of the c. Failure of the Contractor to correct defective Contract Documents or the Contract Bond; nor shall such ' or unauthorized work(Section 1-05.8) payment constitute a waiver of the Contracting Agency's d. Failure of the Contractor to furnish a ability to investigate and act upon findings of non- Manufacture's Certificate of Compliance in compliance with the WMBE requirements of the Contract; lieu of material testing and inspection as nor shall such payment preclude the Contracting Agency ' required by Section 1-06.3. from recovering damages, setting penalties, or obtaining e. Failure to submit weekly payrolls, Intent to such other remedies as may be permitted by law. Pay Prevailing Wage forms, or correct Before the Work will be accepted by the Contracting underpayment to employees of the Agency, the Contractor shall submit an affidavit, on the ' Contractor or subcontractor of any tier as form provided by the Engineer,of amounts paid to certified required by Section 1-07.9. disadvantaged (DB), minority (MBE) or women business f. Failure of the Contractor to pay worker's enterprises (WBE) participating in the Work. Such benefits (Title 50 and Title 51 RCW) as affidavit shall certify the amounts paid to the DB, MBE,or ' required by Section 1-07.10. WBE subcontractors regardless of tier. g. Failure of the Contractor to submit and On Federally-funded projects the Contractor may also _obtain approval of a progress schedule per be required to execute and furnish the Contracting Agency ' Section 1-08.3. an affidavit certifying that the Contractor has not extended The Contractor authorizes the Engineer to act as agent any loans, gratuity or gift and money pursuant to Section for the Contractor disbursing such funds as have been 1-07.19 of these Specifications. withheld pursuant to this section to a party or parties who If the Contractor fails,refuses,or is unable to sign and ' are entitled to payment. Disbursement of such funds, if the return the Final Progress Estimate or any other documents Engineer elects to do so, will be made only after giving the required for the final acceptance of the contract, the Contractor 15 calendar days prior written notice of the Contracting Agency reserves the right to unilaterally accept Contracting Agency's intent to do so, and if prior to the the contract. Unilateral acceptance will occur only after the ' expiration of the 15-calendar day period, Contractor has been provided the opportunity, by written 1. no legal action has commenced to resolve the request from the Engineer, to voluntarily submit such validity of the claims,and documents. If voluntary compliance is not achieved, formal 2. the Contractor has not protested such notification of the impending unilateral acceptance will be disbursement. provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the ' Page-SP-24 Revision Date: 05/17/95 (12:54 PM) 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ' Contractor to submit the necessary documents. The ' 30-calendar day deadline shall begin on the date of the 1-09.13 Arbitration postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by SECTION 1-09.13(2) IS SUPPLEMENTED BY the Contracting Agency to unilaterally accept the contract REPLACING ALL REFERENCES TO "THURSTON ' will apply to contracts that are completed in accordance COUNTY"WITH THE WORDS"KING COUNTY." with Section 1-08.5 or for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING: the contract by the Contracting Agency does not in any ' way relieve the Contractor of the provisions under contract 1-09.13(3) Procedures to Pursue Arbitration or of the responsibility to comply with all laws,ordinances, (RC) and regulations—Federal,State,or local—that affect the The findings and decision of the board of arbitrators ' contract. The date the Contracting Agency unilaterally shall be final and binding on the parties, unless the signs the Final Progress Estimate constitutes the final aggrieved party,within 10 days,challenges the findings and acceptance date(Section 1-05.12). decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds ' 1-09.11 Disputes and Claims for the petition for review are limited to showing that the findings and decision: SECTION 1-09.1](2)IS REVISED AS FOLLOWS: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component , 1-09.11(2) Claims(APWA) thereof; 3. Is arbitrary and/or is not based upon the applicable facts Failure to submit with the Final Application for and the law controlling the issues submitted to Payment Final Eentraet Voeeher Ec11tifieation such arbitration. The board of arbitrators shall support its information and details as described in this section for any decision by setting forth in writing their findings and claim shall operate as a waiver of the claims by the Contractor conclusions based on the evidence adduced at any such as provided in Section 1-09.9. hearing. SECTION 1-09.11(3) IS DELETED AND REPLACED BY The arbitration shall be conducted in accordance with ' THE FOLLOWING: the statutes of the State of Washington and court decisions governing such procedure. 1-09.11(3) Time Limitations and Jurisdiction The costs of such arbitration shall be borne equally by (APWA) the City and the contractor unless it is the board's majority This contract shall be construed and interpreted in opinion that the contractor's filing of the protest or action accordance with the laws of the State of Washington. The is capricious or without reasonable foundation. In the venue of any claims or causes of actions arising from this latter case,all costs shall be borne by the contractor. , contract shall be in the Superior Court of the county where the work is performed. 1-11 Renton Surveying Standards For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which 1-11.1(1) Responsibility for surveys(RC) ' the contractor has against the Contracting Agency arising from this contract shall be brought within 180 days from All surveys and survey reports shall be prepared the date of Final Acceptance of the contract by the under the direct supervision of a person registered to Contracting Agency.The parties understand and agree that practice land surveying under the provisions of Chapter ' the Contractor's failure to bring suit within the time period 18.43 RCW. provided shall be a complete bar to any such claims or All surveys and survey reports shall be prepared in accordance with the requirements established b the Board causes of action. q Y It is further mutually agreed by the parties that when of Registration for Professional Engineers and Land , any claims or causes of action which a Contractor asserts Surveyors under the provisions of Chapter 18.43 RCW. against the Contracting Agency arising from this contract 1-11.1(2) Survey Datum and Precision (RC) are filed with the Contracting Agency or initiated in court, The horizontal component of all surveys shall have as ' the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the its coordinate base: The North American Datum of Contracting Agency to assist in evaluating the claims or 1983/91. All horizontal control for projects must be referenced actions. ' to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. ' The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the , requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for Page-SP-25 Revision Date: 05/17/95 (12:54 PM) 1-11 Renton Surveying Standards 1-I1 Renton Surveying Standards ALTA/ACSM Land Title Surveys jointly established and such points to physically reference a corner's location on adopted by •ALTA and ACSM in 1992 or comparable the ground. classification in future editions of said document. The angular and linear closure and precision ratio of traverses Monument Any physical object or structure of record which marks or accurately references: used for survey control shall be revealed on the face of the survey drawing,as shall the method of adjustment. • A corner or other survey point established by or under The horizontal component of the control system for the supervision of an individual per section surveys using global positioning system methodology shall and any corner or monument established by the exhibit at least 1 part in 50,000 precision in line length General Land Office and its successor the Bureau of dependent error analysis at a 95 percent confidence level Land Management including section subdivision and performed pursuant to Federal Geodetic Control corners down to and including one-sixteenth corners; Subcommittee Standards for CPS control surveys as and defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning • Any permanently monumented boundary,right of way Techniques dated August 1, 1989 or comparable alignment, or horizontal and vertical control points classification in future editions of said document.. established by any governmental agency or private The vertical component of all surveys shall be based on surveyor including street intersections but excluding NAVD 1988, the North American Vertical Datum of 1988, dependent interior lot corners. and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such 1-11.1(6) Control or Base Line Survey(RC) benchmarks within 3000 feet of the project site a tie to both Control or Base Line Surveys shall be established for shall be made. The benchmark(s) used will be shown on all construction projects that will create permanent the drawing. If a City of Renton benchmark does not exist structures such as roads, sidewalks, bridges, utility lines or within 3000 feet of a project,one must be set on or near the appurtenances, signal or light poles, or any non-single project in a permanent manner that will remain intact family building. Control or Base Line Surveys shall consist ' throughout the duration of the project. Source of of such number of permanent monuments as are required elevations (benchmark) will be shown on the drawing, as such that every structure may be observed for staking or well as a description of any bench marks established. "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of 1-11.1(3) Subdivision Information (RC) these permanent monuments shall be existing monuments, Those surveys dependent on section subdivision shall recognized and on record with the City of Renton. The reveal the controlling monuments used and the subdivision Control or Base Line Survey shall occupy each monument of the applicable quarter section. in turn, and shall satisfy all applicable requirements of ' Those surveys dependent on retracement of a plat or Section 1-11.1 herein. short plat shall reveal the controlling monuments, The drawing depicting the survey shall be neat,legible, measurements,and methodology used in that retracement. and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically 1-11.1(4) Field Notes(RC) as well as noted. The drawing must be of such quality that Field notes shall be kept in conventional format in a a reduction thereof to one-half original scale remains standard bound field book with waterproof pages. In cases legible. where an electronic data collector is used field notes must If recording of the survey with the King County also be kept with a sketch and a record of control and base Recorder is required, it will be prepared on 18 inch by 24 line traverses describing station occupations and what inch mylar and will comply with all provisions of Chapter measurements were made at each point. 58.09 RCW. A photographic mylar of the drawing will be ' Every point located or set shall be identified by a submitted to the City of Renton and, upon their review and number and a description. Point numbers shall be unique acceptance per the specific requirements of the project, the within a complete job. The preferred method of point original will be recorded with the King County Recorder. numbering is field notebook, page and point set on that If recording is not required, the survey drawing shall page. Example: The first point set or found on page 16 of be prepared on 22 inch by 34 inch mylar, and the original field book 348 would be identified as Point No. 348.16.01, or a photographic mylar thereof will be submitted to the the second point would be 348.16.02,etc. City of Renton. Upon completion of a City of Renton project, either The survey drawings shall meet or exceed the the field notebook(s) provided by the City or the original requirements of WAC 332-130-050 and shall conform to field notebook(s) used by the surveyor will be given to the the City of Renton's Drafting Standards. American Public City. For all other work, surveyors will provide a copy of Works Association symbols shall be used whenever the notes to the City upon request. In those cases where an possible,and a legend shall identify all symbols used if each electronic data collector is used, a hard copy print out in point marked by a symbol is not described at each use. ASCII text format will accompany the field notes. An electronic listing of all principal points shown on ' 1-11.1(5) Corners and Monuments(RC) the drawing shall be submitted with each drawing. The Corner A point on a land boundary,at the juncture of listing should include the point number designation(corresponding with that in the field notes), a brief two or more boundary lines. A monument is usually set at description of the point, and northing, easting, and ' Page-SP-26 Revision Date: 05/17/95 (12:54 PM) i 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards elevation (if applicable) values, all in ASCII format, on stamped and signed "as-built" drawings which includes a i IBM PC compatible media. statement certifying the accuracy of the"as built". The drawing and electronic listing requirements set 1-11.1(7) Precision Levels(RC) forth in section 1-11.1(6) herein shall be observed for all i Vertical Surveys for the establishment of bench marks "as-built"surveys. shall satisfy all applicable requirements of section 1-05 and 1-11.1. 1-11.1(12) Monument Setting and Referencing Vertical surveys for the establishment of bench marks i shall meet or exceed the standards, specifications and (RC) procedures of third order elevation accuracy established by All property or lot corners, as defined in 1-11.1(5), the Federal Geodetic Control Committee. established or reestablished on a plat or other recorded Bench marks must possess both permanence and survey shall be referenced by a permanent marker at the i vertical stability. Descriptions of bench marks must be corner point per 1-11.2(l). In situations where such complete to insure both recoverablilty and positive markers are impractical or in danger of being destroyed, identification on recovery. e.g.,the front corners of lots,a witness marker shall be set. In most cases, this will be the extension of the lot line to a i 1-11.1(8) Radial and Station—Offset tack in lead in the curb. The relationship between the Topography(RC) witness monuments and their respective corners shall be Topographic surveys shall satisfy all applicable shown or described on the face of the plat or survey of requirements of section 1-11.1 herein. record,e.g., "Tacks in lead on the extension of the lot side i All points occupied or back sighted in developing lines have been set in the curbs on the extension of said line radial topography or establishing baselines for station — with the curb." In all other cases the corner shall meet the offset topography shall meet the requirements of section 1- requirements of section 1-11.2(1)herein. i 11.1 herein. All non corner monuments, as defined in The drawing and electronic listing requirements set shall meet the requirements of section 1-11.2(2) herein. If forth in section 1-11.1 herein shall be observed for all the monument falls with in a paved portion of a right of topographic surveys. way or other area, the monument shall be set below the i ground surface and contained within a lidded case kept 1-11.1(9) Radial Topography(RC) separate from the monument and flush with the pavement Elevations for the points occupied or back sighted in a surface,per section 1-11.2(3). radial topographic survey shall be determined either by 1) In the case of right of way centerline monuments all spirit leveling with misclosure not to exceed 0.1 feet or points of curvature (PC), points of tangency (PT), street Federal Geodetic Control Committee third order elevation intersections,center points of cul de sacs shall be set. If the accuracy specifications, OR 2) trigonometric leveling with point of intersection, PI, for the tangents of a curve fall elevation differences determined in at least two directions within the paved portion of the right of way, a monument i for each point and with misclosure of the circuit not to can be set at the PI instead of the PC and PT of the curve. exceed 0.1 feet. For all non corner monuments set while under contract to the City of Renton or as part of a City of i 1-11.1(10) Station--Offset Topography(RC) Renton approved subdivision of property,a City of Renton Elevations of the baseline and topographic points shall Monument Card (furnished by the city) identifying the be determined by spirit leveling and shall satisfy Federal monument; point of intersection (PI), point of tangency Geodetic Control Committee specifications as to the turn (PT), point of curvature (PC), one-sixteenth corner, Plat i points and shall not exceed 0.1 foot's error as to side shots. monument, street intersection, etc., complete with a description of the monument, a minimum of two reference 1-11.1(11) As-Built Survey(RC) points and NAD 83/91 coordinates and NAVD 88 elevation All improvements required to be "as-built" (post shall be filled out and filed with the city. i construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and 1-11.2 Materials Property, must be located both horizontally and vertically i by a Radial survey or by a Station offset survey. The "as- built" survey must be based on the same base line or 1-11.2(1) Property/Lot Corners(RC) control survey used for the construction staking survey for Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, the improvements being as-built". The "as-built" survey i for all subsurface improvements should occur prior to durable metal plugs or caps, tack in lead, etc. and backfilling. Close cooperation between the installing permanently marked or tagged with the surveyor's contractor and the "as-builting" surveyor is therefore identification number. The specific nature of the marker required. used can be determined by the surveyor at the time of i All "as-built" surveys shall satisfy the requirements of installation. section 1-11.1(1) herein and shall be based upon control or 1-11.2(2) Monuments(RC) base line surveys made in conformance with all of section 1- 11.1 and 1-11.3(1)herein. Monuments per 1-11.1(5) shall meet the requirements i The field notes for "as-built" shall meet the as set forth in City of Renton Standard Plans page H031 requirements of section 1-11.1(4)herein and submitted with Page-SP-27 i Revision Date: 05/17/95 (12:54 PM) 2-01 Clearing,Grubbing,and Roadside Cleanup 2-03 Roadway Excavation and Embankment ' and permanently marked or tagged with the surveyor's 5. When an area where pavement has been removed identification number. is to be opened to traffic before pavement patching has been completed, temporary mix ' 1-11.2(3) Monument Case and Cover(RC) asphalt concrete patch shall be required. Materials shall meet the requirements of section 9-22 Temporary patching shall be placed to a and City of Renton Standard Plans page H031. minimum depth of 2 inches immediately after ' backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix Division 2 or MC hot mix shall be used at the discretion of Earthwork the Engineer. ' If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in 2-01 Clearing, Grubbing, and Roadside excavation. If they e not to be e ated and :f Cleanup they-are not mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2- SECTION 2-01.2 IS REVISED AND SUPPLEMENTED AS 02.5,and will not be included in the quantity calculated for FOLLOWS: excavation. t 2-01.2 Disposal of Usable Material and Debris SECTION 2-02.5 IS SUPPLEMENTED BYADDING: (RC) 2-02.5 Payment(RC) ' All debris, waste, excess construction materials and 2. "Saw Cutting",per Lineal Foot. other miscellaneous material not salvaged by the owner or 3. "Remove Sidewalk",per Square Yard. the contractor, or disposed of by another approved method 4. "Remove Curb and Gutter",per Lineal Foot. ' shall be disposed of at a landfill approved and licensed by 5. "Cold Mix",per Ton the appropriate governing body. Copies of disposal 6. "Remove Asphalt Concrete Pavement," per permits and approvals shall be submitted to the Engineer. square yard. 1 7. "Remove Cement Concrete pavement," per f the thF@-e disposal Fnethods aeseFibed bole% square yard. 8. "Remove existing per ' All costs related to the removal and disposal of SECTIONS 2-01.2(1), 2-01.2(2) AND 1-01.2(3) ARE DELETED IN THEIR ENTIRETY. structures and obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be SECTION 2-01.5 IS REVISED AND SUPPLEMENTED AS considered incidental to and included in other items unless ' FOLLOWS: designated as specific bid items in the proposal. 2-01.5 Payment(RC) 2-03 Roadway Excavation and Section 1 09.6. Embankment C-611tFactin Ageney has enteFed an arnount in the PFOPOSal� SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' Roadside Cleanup shall be considered incidental to the contract and no additional payment shall be made. 2-03.3 Construction Requirements(RC) Roadway excavation shall include the removal of all ' 2-02 Removal of Structures and materials excavated from within the limits shown on the Obstructions plans. Suitable excavated material shall be used for embankments, while surplus excavated material or SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED unsuitable material shall be disposed of by the Contractor. AS FOLLOWS: Earthwork quantities and changes will be computed, either manually or by means of electronic data processing 2-02.3(3) Removal of Pavement,Sidewalks, and equipment, by use of the average end area method. Any ' Curbs (RC) changes to the proposed work as directed by the Engineer In removing pavement, sidewalks, and curbs, the that would alter these quantities shall be calculated by the Contractor shall: Engineer and submitted to the Contractor for his review I. Haul broken-up pieces into the readway embankment and verification. t of to some off-project site. Any excavation or embankment beyond the limits indicated in the Plans,unless ordered by the Engineer,shall at least c foot„fsed not be paid for. All work and material required to return ' Page-SP-28 Revision Date: 05/17/95 (12:54 PM) 2-04 Haul 2-04 Haul ' these areas to their original conditions, as directed by the the hauling vehicle at the point of loading. The ' Engineer, shall be provided by the Contractor at his sole contractor shall provide truck tickets for each expense. load removed. Each ticket shall have the truck All areas shall be excavated,filled,and/or backfilled as number, time and date, and be approved by the ' necessary to comply with the grades shown on the Plans. In engineer. filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut SECTION 1-03.5 IS REVISED AS FOLLOWS: sections, fine grading shall begin within the final six (6) ' inches of cut. Final grading shall produce a surface which 2-03.5 Payment(RC) is smooth and even,without abrupt changes in grade. Payment will be made for the following bid items when Excavation for curbs and gutters shall be they are included in the proposal: accomplished by cutting accurately to the cross sections, I. "Roadway Excavation'or"Roadway Excavation— t grades and elevations shown. Care shall be taken not to Area A(B,C,etc.)",per cubic yard. excavate below the specified grades. The contractor shall When the Engineer orders excavation 2 feet or less below maintain all excavations free from detrimental quantities of subgrade, unit contract prices for roadway excavation and haul leaves, brush, sticks, trash and other debris until final shall apply. If he orders excavation more than 2 feet below ' acceptance of the Work. subgrade, that part below the 2-foot depth shall be paid for as Following removal of topsoil or excavation to grade provided in Seetiefl 1-04.4 Item 3 of this payment section. In and before placement of fills or base course, the subgrade this case,all items of work other than roadway excavation shall ' under the roadway shall be proofrolled to identify any soft be paid at unit contract prices. or loose areas which may warrant additional compaction or The unit contract price per cubic yard shall be full pay for excavation and replacement. excavating, loading, placing, or otherwise disposing of the The Contractor shall provide temporary drainage or material. FOF haul, the Unit e0fltFa6t pFiee as provide ' protection to keep the subgrade free from standing water. co,.,:en 2 ne shall apply,except when the pay iter„ :,.shown R Acceptable excavated native soils shall be used for fill inel••ding haul. in that ease tThe unit contract price per cubic in the area requiring fills. Care shall be taken to place yard shall include haul. excavated material at the optimum moisture content to 3. "Unsuitable Foundation Excavation',per cubic yard. t achieve the specified compaction. Any native material used The unit contract price per cubic yard for "Unsuitable for fill shall be free of organics and debris and have a Foundation Excavation' shall be full pay for excavating, maximum particle size of 6 inches. loading, and disposing of the material. FOF haul the It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with when the bid item is Shown ludiRg haul. in that water. The measures may include sloping to drain, tThe unit contract price per cubic yard shall include haul. compacting the native materials,and diverting runoff away 2 "Embankment ,per cubic yard. from the materials. If the Contractor fails to take such preventative measures,any costs or delay related to drying Ceram • ^ f Sh 11 1 e r,,1 , ,, _ all ,, Fial labor, tool, the materials shall be at his own expense. equipment, and ieeideetalsFequifed The quantities f4 If the native materials become saturated,it shall be the embankment eompaetion ,,,,,,wn in the proposal �o ' responsibility of the Contractor to dry the materials, to the The Engineer will be the sole judge of the optimum moisture content. If sufficient acceptable native �needed- soils are not available to complete construction of the Payment roadway embankment,Gravel Borrow shall be used. for embankment compaction will not be made as a separate ' If subgrade trimmer is not required on the project, all item. All costs for embankment compaction shall be included portions of Section 2-03 shall apply as though a subgrade in other bid items involved. trimmer were specified. If sufficient acceptable native soils, as determined by , the Engineer, are not available to complete construction of 2-04 Haul the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard SECTION 1-04.5 IS REVISED AND SUPPLEMENTED AS ' Specifications shall be used. FOLLOWS. SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE 2-04.5 Payment(RC) FOLLOWING: Payment will be made for the folio-wing biditem .,hen it t 2-03.4 Measurement (RC) is ineluded in the prepesal-i- -I- "I#aui",pef unit, The Contracting Agency will use the following methods All costs for the hauling of material to, from,or on the to measure work performed unless specific exceptions in other job site shall be considered incidental to and included in.the sections provide otherwise: unit price of other units of work. 1. At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in Page-SP-29 ' Revision Date: 05/17/95 (12:54 PM) 2-06 Subgrade Preparation 2-09 Structure Excavation ' If the contract includes structure excavation,Class A or B, 2-06 Subgrade Preparation including haul,the unit contract price shall include all costs for loading and hauling the material the full required distance, ' SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE otherwise all such disposal costs shall be considered incidental to the work. FOLLOWING: SECTION 2-09.3(4)IS REVISED AS FOLLOWS: ' 2-06.5 Payment(RC) 2-09.3(4) Construction Requirements,Structure Subgrade preparation and maintenance including Excavation,Class B(RC,SA) watering shall be considered as incidental to the If workers enter any trench or other excavation 4 feet or construction and all costs thereof shall be included in the more in depth that does not meet the open pit requirements of appropriate unit or lump sum contract bid prices. Section 2-09.3(3)B, it shall be shored or other safety method constructed in conformance with WISHA requirements. 2-07 Watering SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS SECTION 2-07.4 IS REVISED AS FOLLOWS: FOLLOWS: 2-07.4 Measurement(RC) 2-09.4 Measurement(RC,SA) Gravel backfill. All gravel backfill will be measured by ix,.,te sh.,n he measured by tanks OF tank t.,,,.',..04;.-HA,,A the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with ' C-OfltFaetOF shall supply and install , meteFs at no expense to section 1-09.2. the Cantfaeting ^gene., Shoring or Extra Excavation. No specific unit All costs of watering shall be included in,or considered measurement shall apply to the lump sum item of shoring or ' incidental to other items of work. extra excavation Class A. Shoring or extra excavation Class B will be measured by the square foot as follows: SECTION 2-07.5 IS REVISED AS FOLLOWS: Vlhere the.trench is exeavated to a depth 44 feet OF MOF and sh,,.:.,,, : .,..r",,.ted aF the eafth faces ., exeavated to 2-07.5 Payment(RC) Payment will he made in .,,...,..d.nee with Section 1 nn I' measured an each de of the t.eneh OF excavationn ,,,he.e such OFI. eF f Fme,J idea-sui.e fflean♦ i.vdl be made FFem the 4- "Wat• " pqF.pal- .,ter:.... .I line OF theF... ro ..t 1:.. of ,J o..:......tv,l All costs of wat-eri'n-geshall be included in,or considered incidental to other items of work. .The area for payment 2-09 Structure Excavation will be one vertical plane measured along the centerline of the trench, including structures. Measurement will be SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE made from the existing ground line to the bottom of the FOLLOWING: excavation and for the length of the work actually performed. If the contract includes a pay item for grading to remove materials, the upper limit for measurement will 2-09.1 Description (RC) be the neat lines of the grading section shown in the Plans. ' This work also includes the excavation, haul, and The bottom elevation for measurement will be the bottom disposal of all unsuitable materials such as peat, muck, of the excavation as shown in the Plans or as otherwise swampy or unsuitable materials including buried logs and established by the Engineer. stumps. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 2-09.3 Construction Requirements 2-09.5 Payment SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: Payment will be made for the following bid items when 2-09.3(1)D Disposal of Excavated Material(RC) they are included in the proposal: All costs for disposing of excavated material within the 1. "Structure Excavation Class A",per cubic yard. 1 project limits shall be included in the unit contract price for 2. "Structure Excavation Class B", per cubic yard. structure excavation, Class A or B. 3. "Structure Excavation Class A Incl. 1 iaul", niust load and haul the mate.:.,l t „ disposal s the State ill per cubic yard. pay as ,ided in Section 1 04.4 Fl..leading and hauling The 4. "Structure Excavation Class B Incl. Ilaul", ' State will not pay for handling at the disposal site Any su, h per cubic yard. disposal shal1 rneet the.equirements Of ce6tiE)H 2 03.3(7)G. The unit contract price per cubic yard for the bid items listed as I through 4 above shall be full pay for all labor, Page-SP-30 Revision Date: 05/17/95 (12:54 PM) 5-01 Subsealing P 5-04 Asphalt Concrete Pavement materials,tools,equipment,and pumping,or shall be included , in the unit bid price of other items of work if "Structure Division 5 Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the contract. Surface Treatments and Pavements 6. "Shoring or Extra Excavation Class B", per square ' foot. 5-01 Subsealing 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. SECTION 5-01.2 HAS BEEN REVISED AS FOLLOWS.- If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as 5-01.2 Mix Design backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by The standard mix design for subsealing is as follows: unit price shall be calculated by the Engineer only for the I part(by volume)Portland cement Type I or II neat line measurement of the excavation and shall not 3 parts(by volume)pozzolan(natural or artificial) include the extra excavation beyond the neat line. 2.25 parts(by volume)water If there is no bid item for shoring or extra excavation Any deviation from the dry mix portion (Portland cement Class B on a square foot basis and the nature of the excavation and pozzolan) shall be approved by the Engineer. The water is such that shoring or extra excavation is required, then content may be varied by the Contractor as required for local shoring or extra excavation shall be considered incidental conditions. Pozzolan shall meet the requirements of ASTM C to the work involved and no further compensation shall be 618-80 Class C,F,and N. made. The GentFaetoF shall add powdered aluminum oF approved 7. "Gravel Backfill(Kind)for(Type of Excavation), equal as an expanding—agent to off-set shrinkage. he per Cubic Yard or per Ton". ns shall be appfflved by the EfigHiieer, . When gravel backfill is paid by the ton, the The C-,...._..etff shall add a ligHiraf and water ..oduoing Contractor shall take care to assure to the satisfaction of agent approved—by the Engineer. The propartiens shall beee the Engineer that such per ton backfill is only being used appFON,ed by the EngineeF. ' for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence 5-04 Asphalt Concrete Pavement 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. SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS FOLLOWS. Division 3 5-04.3(8)A Acceptance Sampling and Testing 1. General. Acceptance of asphalt cement concrete shall Production From Quarry and Pit be as-provided under tati�� a nonstatistical Sites and Stockpiling acceptance. Determination of statistieal of nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items - No supplemental specifications were involving mix of a specific class. necessary for Division 3. Dense graded mixes(asphalt concrete pavement Classes A, B, E, F, and G)shallwi4 be evaluated for quality of gradation on a dailytet basis by the Contractor. This gradation analysis shall be Division 4 based on WSDOT Test Method 104 and the Bases results delivered to the Contracting Agency by noon of the following working day. This No supplemental specifications were information shall be used by the Engineer to evaluate conformance with Section 9-03.8(6)A.2. necessary for Division 4. and A--asphalt content shall be tested at the Eengineer's discretion if the Compaction Pay Factor(Section 5-04.3(10)B)falls below 1.00. , The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ± 3% for sieve sizes 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 Page-SP-31 Revision Date: 05/17/95 (12:54 PM) 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Contractor's data -efe within the ranges listed the test.FeSURS obtained fmm the aeeepta above , then the cost of sampling ind testing will be borne by the een-stitute a lot. Only one lot peF jk4r- will he ' Contracting Agency. ceneRte pavement Class D) will be eyaluated fe make any ehanges to the iA4F without pr-iff quality Of gFadation only, Testing will be based on . The JMF (job Mix a)-is defined ' Statistieal aeeeptaftee preeedUFes will apply only in Section 9-03.8(6)A (Basis of Acceptance). The Contractor may not make any changes to the JMF without prior written approval of the Speeial PFOYiSiOnS. Gentr atlW the Engineer. ' the WSDOT s speeifleally - eke stetist:sel The CA.,traptnr Fnae 'request a e ..hange: the aeea ..the r Sp el Dr if it is recL FZ.If the appFON,ed, •,l�ll�e- Statistieal Aeeeptanee, (1) applies only Wo dueed up to the time of the ehange \I/SPOT vets (2) is adfninistered__under- thavVill be ev-Aluated oft the basis of ewaiiable tests PFOViSiORS ef Seetion 5 04.5(1) feF Quality and a ne%y lot will begin. The quantity ted h., ash sample 411 nstitute quality, and(3) ill be used feF a elass offnix A �, sublet. -Sampling—and testing-ferttistieal the PFOpesal quantities Per that elass of fnix WE ease.. ee shall be f ...eF red .. nd-ern tens.2,500 h..s:s at the Frequene y of one sample peF .filet Nonstatistieal Aerseptance will be used, (1)fe" with a minimum of five sublets peF elass of mi*-. Sublet size shell he determined to the n est I Fmix Me less than.. 2'500 tons, and (2) ..11 Inn t,.«s t sublets, .:de .. t less then Cve .n Fgfm treats adyenised aFded nd adrninistered ., sized h based on proposal quantities,with 2. Aggregates. Aggregates will be accepted for sand Sampling and testing for nonstatistical equivalent and fracture based on their conformance acceptance shall be performed on a random to the requirements of Section 9-03.8(2).-without basis at a minimum frequency of one sample for each sublot of 400tons or each day's 3. Asphalt Cement. Asphalt Cement will be production, whichever is least. When proposal accepted feF tests based on their conformance to quantities exceed 1,200 tons for a class of mix the requirements of Section 9-02.1(43). Testing of under nonstatistical acceptance,sublot size shall asphalt properties to assure certification shall be be determined to the nearest 100 tons to provide the responsibility of the contractor. If the vendor not less than three uniform sized sublots, based or grade of the asphalt cement changes,a new job on proposal quantities, with a maximum sublot mix formula (JMF) shall be evaluated and size of 800 tons. approved. Co Test Results. The Engineer will furnish the 1 43. Asphalt Concrete Mixture Contractor with a copy of the results as they A. Sampling become available. ef all aeeept (1) A sample will not be obtained from either peFfffffied in the field by 7A0 a.m. the ' the first or last 25 tons of mix produced in Of the YOFkday efts' ""^lift, er feF each production shift. nighttimework within F, .r hours afteF the (2) Samples f complianee of gradation and beginning ofihe next pas,ing shift.The SogineeFasphalt eement eentent will be obtained en will also pi:e%,ide, by neen of the next WOF1 I I ndom basis F.em the hauling_YehicleafteF sampling, •the Composite Pay Fact ff(CPF) The C-Oflt•aetff II e :de adequate e have ..tPInztfOFF S to enable samples-teWhen a heenffedueed. sample from uncompacted mix is D. Test Methods. When sample testing of asphalt needed,the Contractor shall ensure that. content is necessary, Aacceptance testing for the samples can - be obtained in compliance of asphalt con et3t will use the accordance with WSDOT Test Method Nuclear Asphalt Gauge Procedure; WSDOT 712 The platFer..... shell allew the ple Test Method 722-T. When sample testing of I to hetaken without the ^:nee- enter;nn gradation is necessary,Aacceptance testing for the hauling yeh:ele compliance of gradation will use the Quick B. Definition of Sampling Lot and Sublot. For the Determination of Aggregate Gradation using purpose of acceptance sampling and testing, a Alternate Solvent Procedure; WSDOT Test lot4s is ill b defined as the total quantity of Method 723-T. material or work produced for each job mix E. Reject Mixture formula (JMF). Only one lot per JMF is (1) Rejection by Contractor. The Contractor expected to occur. 14 each job f r...i,1 may,prior to sampling,elect to remove any ( Mll) plaeed and re rated h,. Fande 1, defective material and replace it with new selected samples-tested-Flo,=aeeeptanee. AH of material at no expense to the Contracting Page-SP-32 Revision Date: 05/17/95 (12:54 PM) 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Agency. Any such new material will be (3) A Partial Sublet in addition to he , sampled, tested, and evaluated for acceptancepl ^a acceptance. . ,ti ^ the Engineer also isolate rom' ..b, aS.a (2) Rejection - by Engineer Without Testing'AlMout Testirig. The Engineer suspeeted of being de gradation , may, without sampling, reject any batch, asphalt eement eentent. Such isolated load, or section of roadwayany bateh, FriateFial will not include an original samp! load, OF Se(36011 of roadway sublot of laeatii—A FRiniMUFH Of three Fa*,dern I material that appears defective in samples of the ^o a' ill be gradation or asphalt eernent content. obtained and tested Th� . ^I •,ill the Material rejected before placement shall be evaluated fOF prise adjustment in not be incorporated into anythe pavement. Urdu tee with the statistical aeceptance ' Any rejected section of compacted In. This material ill 's eonsid -a Foadwaypavement shall be removed. separate let. When—the isolated ma—'al O'VeFlaff the Efivision between materials No payment will be made for the rejected sublets, the resulting twe adjoining partial materials or the removal of the materials sublets %will be co::bined into a single !a unless the Contractor requests that the With a FninifflUER Of SiX Fandern samples. rejected material be tested. If the (4) An EntireSUb'Ot. if ari entiresublot is Ceontractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and sublot will be obtained and the suble tested. Representative samples to be evaluated as rodepende^t lot with the removed for testing from compacted Original test FeSUltineluded as ^ fifth test pavement shall be removed by coring. kvith the new independent lat instead ar based on 60flfbFmariee with the statisti (-5) A ket in Progress. The C;Ontfaetff shall Feteeted--FnateF#a l is—loess ♦'—znan 0.rn.75, na payment will be Made fOF the rejected as the engineer is satisfied that sampling and testing shall bewill 130FRe by N%rhefie,,,er the Composite Pay FaetOF(C-PF) the Eontraetor. however, i€-the PF is fa-^ lot in progress: 41l be borne by the Gontmeting no earreeti ngeney and the rnix will be, oa ^ b-. is less than n-rc^ n rc roc f 0.75. if eeti,. oeeuFs after (6) An Entire Lot. An entire lot with ^ r•oc of los plaeernent and the CPF is greater than n 7: than 0.75 :'�.ril be rejected. The designated fOF the ♦ed rnix will ho .,.1u6tien as defined n Seetie seit�pee�^♦: perseFitage . 10 PeFeent of the unit eantraet price added 1, ltern 3,shall be 25 pemeiit-. fOF p'cement and FeroS:al SECTION 5-04.03(/0)A /S SUPPLEMENTED BY ADDING sosts:Acceptance of the initially rejected THE FOLLOWING: suspeeted material will use the acceptance sampling and testing methods. If the material does not fall 5-04.3(10)A General(RC) within the job mix formula tolerances of The Contractor shall not use vibration when Section 9-03.8(6)A, the mix will be compacting on a street where A.C. Line (Transite) is in rejected and all costs associated with place (refer to City of Renton Comprehensive Water sampling, testing and removal shall be System Plan to identify locations of A.C.lines.) borne by the Contractor. The rejected SECTION 5-04.3(I0)B IS REVISED AS FOLLOWS: material must be removed and replaced with new material at no expense to the 5-04.3(10)B Control Contracting Agency. If the material falls Asphalt concrete pavement Classes A, B, E.and P used in within the job mix formula tolerances, traffic lanes, including lanes for ramps, truck climbing, the mix will be accepted for quality of weaving, and speed change, and having a specified compacted mix but will remain subject to the course thickness greater than 0.10 toot,shall be compacted to a compaction adjustment of Section 5- specified level of relative density. The testing shall occur on 04.3(10) and all costs associated with a sublot basis using the definition of a sublot described in sampling and testing will be borne by Section 5-04.3(8). The specified level of relative density shall the Contracting Agency. be evaluated—;n accor,danwe with Seetion 1 06.2(i). Page-SP-33 Revision Date: 05/17/95 (12:54 PM) 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement minimum e€92-1.0 percent of the reference maximum density the basis of a test point evaluation of the compaction train. The s dete.,.,ined by u,ennT Test Method ,nc The reference test point evaluation shall be performed in accordance with maximum density shall be determined as that developed in instructions from the Engineer. The number of passes with an the job mix formula (JMF)the maN,ing average of the most approved compaction train,required to attain the maximum test point density,shall be used on all subsequent paving. beif�tprodueedplaeed. If the Contractor chooses, a moving Asphalt Concrete Class D and preleveling mix shall be average of the three most recent tests of maximum density compacted to the satisfaction of the Engineer. may be determined through the use of WSDOT Test In addition to the randomly selected locations for tests of Method 705 by the Contractor at the Contractor's expense. the density, the Engineer may also isolate from a normal lot The specified level of density attained will be determined by any area that is suspected of being defective in relative density. ' the statis6raal evaluation by the average of three-€we nuclear Such isolated material will not include an original sample density gauge tests taken in accordance with WSDOT Test location. A minimum of three-5 randomly located density Method 715 on the day the mix is placed (after completion of tests will be taken. The isolated area will then be evaluated for the finish rolling) at randomly selected locations within each price adjustment in accordance with this the statistical sublot.density let. Th isented withinby-eae-h aeoeptanee section,considering it as a separate-sublotaet. The Engineer will SECTION 5-04.3(14)IS DELETED AND REPLACED BY. furnish the GORtFaCtOF w4h a copy of the results of all 5-04.3(14) Planing Bituminous Pavement(SA) acceptance testing performed in the field as soon as the results The planing shall be performed with a milling machine are availableby 7A0 a.m. the mor-.ing of the next ..,,Fkd ., of a type that has operated successfully on work comparable with that to be done under the contract and beginning of the ,&a paving shill, Pavement compaction shall be approved by the Engineer prior to use. below 89 percent of the reference maximum density shall The surface of existing pavements or the top surface of not be accepted. Relative densities falling between 89 subsurface courses shall be planed to remove irregularities percent and 92 percent shall be subject to the price and to produce a smooth surface. adjustments of Section 5-04.5(1)B. Aeeeptanee of paveniefit Planing shall be performed in a manner such that the o t .: 1 l be as d on the evaluation don roc �ao u :�lative density ed. underlying pavement is not torn, broken or otherwise abovinjured by the planing operation. The surface of the For compaction lots falling below a CPF of 1.00 pay underlying pavement shall be slightly grooved or €afer and thus subject to price reduction or rejection, cores roughened sufficiently to ensure a bond when overlaid. may be used as an altemativee to the nuclear density gauge tests. When eeres OFe talken by the CORtFaeting Ageney a opeFations shall be disposed of h., the r .. . .7 the Fequest of the shn" be ' uested satin€aetiffl Of theRngineef. Unless othe 0W noon of the next working day after- paving. When eOFeS are GantFaetff shall proN,ide a waste site fOF the taken by the !`entfaeting A.. t rht f th o ,.., a o moo,...es o a ^QiealT C`..Fa.., tA_. they shall be Fequeste 1 by .een of the ..v... .l,a ao paving. �,,. � The Contractor shall keep the planings and remove NNrE) - When the Contracting Agency them from the project, or stockpile the planings on requests cores and the level of relative density within a Contracting Agency Property, if a site is shown in the sublot is less than 92.0 percent,tThe COSWOHtFaCting Ageney shall be reimbUFSed Plans, for future use by the Contracting Agency. If the for the-coring and testing shall be borne planings are not to be stockpiled for the Contracting by the Contractor. When the Contracting Agency requests � the Contractor may utilize theplaningsin the cores and the level of relative density within a sublot is Agency's use, y asphalt concrete pavement as specified in Section 5-04.2. greater than 92.0 percent, the cost for coring and testing All other debris resulting from the planing operations shall Fate of$75 per eoFe when the shall be borne by the Contracting Agency. e�ekse�aF�lte be disposed of by the Contractor to the satisfaction of the le,el of relati ,e density with:..•.. sabletlot is less than 92.0 Engineer. Unless otherwise provided, the Contractor shall provide a waste site for the disposal of these materials. At the start of paving, if requested by the Contractor, a For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both compaction test section shall be constructed, as directed by the sides of the equipment,capable of sensing the proper grade Engineer, to determine the compactibility of the mix design. from an outside reference line, or multi-footed ski-like Compactibility shall be evaluated as the ability of the mix to arrangement. The automatic controls shall also be capable attain a given quality level corresponding to a pay factor of 1 1.00 or greater referenced to the specified minimum density of maintaining the desired transverse slope. The transverse slope controller shall be capable of maintaining the screed (92-1 percent of the reference maximum density�etefn3it�ed-by at the desired slope within plus or minus 0.1 percent. u,ennT Ten. Method 705) If a compaction test section is requested; a Compaction pay factor of 1.00 shall apply until compatibility is proven. Following determination of compactibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section,the mix will be considered compactible. Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than listed above shall be compacted on Page-SP-34 Revision Date: 05/17/95 (12:54 PM) 1 5-05 Cement Concrete Pavement 5-05 Cement Concrete Pavement section 5-04.3(14)A, heater planing is deleted. 5-05 Cement Concrete Pavement. L section 5-04.3(14)B,Cold planing is deleted. 5-05.3 Construction Requirements Section 5-04.5 is revised as follows: SECTION 5-05.3(])A, THE SECOND SENTENCE UNDER 5-04.5 Payment NO. 3,MIX DESIGN MODIFICATIONS, IS REVISED TO READ: 6. "Misc and/or Driveway Asphalt Conc. Apffeae-h Cl. ",per ton. This item,when included in the 5-05.3(1)A Alternate Concrete Mix Design For , contract,includes asphalt paving for areas such as Paving(SA) driveways and traffic islands that are not part of A plus or minus 100 pound variation in both the coarse other paving work. and fine aggregate target weights will be allowed from the -S: "-IA--hMix ComplinneePFiee Adjustment," approved contractor provided mix design weights as a ealeu4afion. modification without resubmittal. job Mix Complionee Priee Adjustment" will be eale laced and paid for as described in Seat:,..,a 04.en)A. PARAGRAPHS 4, 5, 6, AND 7 OF SECTION 5-05.3(12) HA VE BEEN REVISED AS FOLLOWS: SECTION 5-04.5(I) QUALITY ASSURANCE PRICE ADJUSTMENTS IS DELETED. 5-05.3(12) Surface Smoothness(SA) SECTION 5-04.5(1)A IS DELETED AND REPLACED All areas representing high points having deviations in WITH THE FOLLOWING. excess of 0.3 inch as determined by procedures described in WSDOT Test Method 807 shall be reduced by abrasive means 5-04.5(1)A Price Adjustments for Quality of AC until such deviations do not exceed 0.1 -3-inch as determined by Mix(RC) reruns of the profilograph. High areas of individual profiles Nonstatistical Acceptance-Each lot of asphalt concrete shall be reduced by abrasive means so that the profile index pavement produced and having all constituents falling will not exceed 0.7 inch in any 0.1 mile section. All high within the limits of the job mix formula shall be accepted at areas in excess of 0.1 inch shall be reduced to 0.0 inch prior the unit contract price. If the constituents of the mix fall to reducing any high points of 0.1 inch or less. outside the limits of the job mix formula,the mix shall not .4 of all areas with high points in excess e be accepted(see Section 5-04.3(8)Rejection of Mixture). n0.- eh the final aeoeptance of the pavernent F^F *h^es SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED parallel to the centedine will be based an profile indexes as AS FOLLOWS: andeF the supeivision of the Enginee. along a lino parallel to the edge of pavement. The ., ^.e^ee .. e fae indexes will be 5-04.5(1)B Price Adjustments for Quality AC taken at not less than 3 feet rain the edge f pavement and Compaction(RC) aeh longitudinal joint and ill not be averaged f.,F a epta.ee For each sublot eempaetion control lot, a Compaction purposes. High aFeaS of individual profiles shall be r-edueed by Pay Factor i^eentiye Price Adjustment F et ff(GIPAF)will be .,bFasiye fneans so that the ^.,.ale index will not exceed 0.7 determined based on the relative density of the tests. The inch in an), 0.1 Fnile seetion. All high are in exeess of 001 following table lists the Compaction Pay Factors and their ineh shall be reduced to 0.0 ineh ^ F W Feducing , high associated relative density.. The rro n F equals the a:f-eFenea points of@4 ineh OF less. bet..,pe^ the !`,......osite Pay Fae.,._ and unity with regaFd4e When any of the daily profile indexes exceed 7.0 inches per mile, final acceptance of the pavement for smoothness PFiee Adjustment will be ealeulated as the PFOdUet Of CIPAR, parallel to the centerline will be based on profile indexes as the^ of asphalt e the eempaetion eantrol 1 measured with the profilograph, operated by the tons,and the unit ntra..^_:,.e^ on,. m^ Contractor under the supervision of the Engineer, along a Relative Density Compaction Pay Factor line parallel to the edge of pavement and each longitudinal joint and will not be averaged for acceptance purposes. (average of three tests) The final acceptance profile indexes will be measured after >D2.0 1.00 all corrective work is complete and will demonstrate that ' 91.5 0.99 all 0.1 mile sections on the project are within the 0.7 inch 91.0 0.95 specification. When cement concrete pavement abuts bridges of 90.5 0.91 pavement ,.onst...ere,, undeF .,n0the eo..ofitr e, the finished 90.0 0.85 pavement parallel to centerline within 15 feet of the abutting 89.5 0.80 joint shall be uniform to a degree that no variations greater than 89.0 0.75 1/8 inch are present when tested with a 10-foot straightedge. When eement 60RUOte pavement is placed adiaeent and Page-SP-35 Revision Date: 05/17/95 (12:54 PM) 6-01 Structures 6-02 Concrete Structures profile :..de., feF the adjacent 12 f et lane shell he the r.,b" F :7 1....hes and the ...,.Ale index of the 6-02 Concrete Structures date ed b. FUHRifig a .,Ale with the PFE)rfilegraph on the t with;n 3 feet of the edge of pavement. SECTIONS 6-02.1 THROUGH 6-02.3(6)D, EXCEPT THE FIFTH PARAGRAPH OF SECTION 5-05.3(19) HAS TABLE 6-02.3(6),ARE DELETED IN THEIR ENTIRETY BEENREVISED AS FOLLOWS: AND ARE REPLACED BY THE FOLLOWING NEW SECTIONS 6-02.1 THROUGH 6-02.3(6)D, INCLUDING A 5-05.3(19) Reinforced Concrete Bridge Approach NEW CONTRACTING AGENCY-PROVIDED MIX Slabs(SA) DESIGNS CHART. Reinforced concrete bridge approach slab anchors shall be installed as detailed in the Plans. 6-02.1 Description(SA) installations,llthe gFE)Ut , adhesive used t '.stall the aneh `s Section 6-02 applies to the construction of all hell h.. strength of 4000 at structures (and their parts) made of Portland cement 1 thFee days ..d be eapable of de.,ele.ing the ultimate StFength concrete with or without reinforcement. Any part of a F the anehOr d The anehOF d shall eenfOffn to A A S structure to be made of other materials shall be built as M 193. Eomp<essive strength shall be determined `-ifl these Specifications require elsewhere. aeceFdaiiee with A A cuTO T 106. ThA-AP-hAffs; Ishall b ' installed ..Ilel b„♦b to ...,.F.le ,...,de .,.,d 6-02.2 Materials(SA) they will not be misaligned dufing eonGFete placernent. The Materials shall meet the requirements of the following anchor rods shall conform to ASTM A 307. The steel plates sections: shall conform to AASHTO M 183. The anchors shall be Portland Cement 9-01 installed parallel both to profile grade and center line of Aggregates for Portland Cement Concrete 9-03.1 roadway. The Contractor shall secure the anchors to Gravel Backfill 9-3.12 ensure that they will not be misaligned during concrete Joint and Crack Sealing Materials 9-04 placement. For Method A anchor installations, the grout Reinforcing Steel 9-07 or adhesive used to install the anchors shall have a Epoxy-Coated Reinforcing Steel 9-07 minimum compressive strength of 4000psi at three days Prestressed Concrete Girders 9-19 and be capable of developing the ultimate strength of the Curing Materials and Admixtures 9-23 Fly Ash 9-23 anchor rod. Compressive strength shall be determined in plastic Waterstop 9-24 accordance with AASHTO T 106. Water 9-25 THE LAST PARAGRAPH OF SECTION 5-05.5 IS Elastomeric Bearing Pads 9-31 REVISED AS FOLLOWS: 6-02.3 Construction Requirements(SA) 5-05.5 Payment (SA) All costs for providing, placing, and compacting the 6-02.3(1) Classification of Structural Concrete(SA) crushed surfacing top course and furnishing and installing The class of concrete to be used shall be as noted in the the compression seal shall be included in the unit contract Plans and these Specifications. The numerical class of price per cubic yard of"Cone.Class 4000 for Bridge Approach concrete defines the specified compressive strength at 28 Slab." days.The letter designations following the class of concrete identify specific uses. LS for Low Shrink applications P for Piling applications Division 6 W for Underwater applications Structures D for Deck applications The Contractor may request, in writing, permission to use a class of concrete with a higher compressive strength than specified. The substitute concrete shall be evaluated 6-01 Structures for acceptance based on the specified class of concrete. The Engineer will respond in writing.The Contractor shall bear THE SECOND SENTENCE OF PARAGRAPH 2,SECTION any added costs that result from the change. 6-01.9 1S REVISED TO READ: 6-02.3(2) Proportioning Materials (SA) The total Chloride ion (Cl-) content of the mixed 6-01.9 Working Drawings (SA) concrete shall not exceed 0.06 percent of cementitious The drawings shall be on sheets measuring 24 by 36 material for prestressed concrete nor 0.10 percent of inches, 11 by 17 inches, or on sheets with dimensions in cementitious material for reinforced concrete. Cementitious multiples of 8 1/2 by 11 inches. material shall be the weight of cement plus fly ash,if used. Concrete for bridge decks, bridge approach slabs, and for Contracting Agency-provided mixes shall use only Class Page-SP-36 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures 1 fine aggregate. Concrete for slip-formed barrier may use Specified Compressive Strength at 28 days, 3000 psi Class I or 2 fine aggregate. minimum Unless otherwise'specified, the Contractor shall use Cementitious Material,Pounds per Cubic 500 lbs Type II Portland cement in all concrete. Yard,minimum(Not more than 25% of The use of fly ash for all classes of concrete other than cementitious material may be fly ash.) for Contracting Agency-provided mixes is optional.Fly ash, Coarse Aggregate Nominal Maximum Size 1-1/2 in if used, shall not exceed 25 percent by weight of the total Fine Aggregate Cl. 1 or 2 cementitious material in the concrete mix and all concrete within a class in a structure shall have the same proportion -For commercial concrete, the Contractor may use mobile of fly ash.The water to cement ratio shall be calculated on mixers that measure material by volume. the total cementitious material. As an alternative to the use of cement and fly ash as Contracting Agency-Provided Mix Designs separate components, a blended hydraulic cement, Type CL11M10 CL300o CL300os CtAo0Q W AINId CL400ow ir IP(MS) or Type I (PM) (MS), may be used. The blended 23 Day SI—Zb 3000 3111W 3000 ,INNI 41NW ,dad cement shall be produced such that the maximum fly ash iAV Cubic Yard ent content of the cementitious material is 25-percent. FlyA uo 5a 5,t1 66u 660 660 Fix AM Cl—1 1315 1100 1130 1305 1090 13.50 Fine Ate.Claaa 2 Coarse A�N2 I950 I9511 I9911 See Note! 6-02.3(2)A Contractor-Provided Mix Design (SA) caa—A8yN5 I8110 lets see No"3 The Contractor shall provide a mix design for concrete coamAww Class 6000 and 6000LS. For all other classes of concrete, M:ater m20s90 „ 2a s a 7 245 2 the Contractor may provide an alternate mix design to the %EnlraiaedAir 6 6 6 Contracting Agency-Specified mix design. If the Contractor Water R Reducer/" optnl op1.1 R<yd s<eNote: seeNot<: Req'd Ret Type ' elects to provide an alternative for Class 4000P or Class water Redxer 4000D, the proposed mix shall provide a minimum fly ash Type F or content per cubic yard of 100 lbs.and 75 lbs.respectively. CL40M1S CL4000D CL44HRIDIS C3.9NNIP Ct-S(M CLSIMMII For concrete designated as LS (Low Shrink) or W/Air w/Air W/Air W/Air w/Alr 28 concrete designated as W (underwater placement), the (PA)Day Strength ,aoo ,INIO ,ma JINNI 5NN1 SNM maximum water cement ratio shall be as shown in Section lb./Cubic Yard Cement "0 6611 66N 6141 725 725 6-02.3(2)C. For concrete Class WOOLS, the Contractor- FlyA,b 75 75 10(l Fix AM Clan 1 1130 I IN 1175 1040 1070 provided mix design water cement ratio shall not exceed Fix AM Clai2 11641 Coarse AM 02 0.36. Coane AM N5 1270 1700 171M) I,INI U,11 co.raeAw The Contractor's submittal of a mix design shall Nc lain g Coane AM N8 400 ,111 provide a unique identification for each mix design and m.:water 2w 2'RI 265 31N1 0 2611 Nt.a w/c Rath 0.39 0.39 o.w n.0 0.o.m 0.36 shall include the mix proportions per cubic yard and the %Entrained Air 6 6 6 6 6 Water Red.Type A Req'd Req'd Req'd Req'd Req'd proposed sources. Concrete placeability, workability, and Water Reducer/ Ret Type D Optn1 opml Req'd strength shall be the responsibility of the Contractor. The water Reducer see Contractor shall notify the Engineer in writing of any mix TypReferences f Nole1 Rees Aggregate weights Based on Specific Gravity of 2.67. Actual design weight modifications. weights will be adjusted for varying Specific Gravities. Fine aggregate shall conform to Section 9-03.1(2)Class Note 1: See 6-02.3(3)D 1 or Class 2. Note 2: Required where aggregate qualification is based on use of water reducer Coarse aggregate shall conform to Section 9-03.1(3), Note 3: 1870 pounds of either Coarse Agg 02 or Coarse Agg#5 Grading No.2,5,or 6,or to Section 9-03.1(4). The nominal maximum size aggregate shall be 3/4 inch for all classes 6-02.3(2)C Contracting Agency-Provided Mix except Class 3000, 4000P, and 4000W. The nominal Designs(SA) maximum size aggregate for Class 3000 and 4000W shall be The specified compressive strength at 28 days and mix 1-1/2 inches. The nominal maximum size aggregate for proportions for the Contracting Agency-provided mix Class 4000P shall be 1/2 inch. designs are listed in the Contracting Agency-provided mix Water reducing/retarding admixture for concrete design chart. Class 4000P shall conform to the requirements of Section 9- Concrete Class 5000, Contracting Agency-provided 23.6 Type D. High range water reducing admixtures shall mix design, shall be supplied from concrete plants with an conform to the requirements of Section 9-23.6 Type G. established standard deviation not to exceed 600 psi. To establish a standard deviation for a concrete plant, 6-02.3(2)B Commercial Concrete(SA) the results of at least 30 consecutive compression tests will Where concrete Class 3000 is specified for luminaire be required except as noted below. The cylinders shall be 6 bases, plugging culverts, concrete collars, sign foundations, inch by 12 inch test specimens and shall be made, handled, guardrail anchors,culvert headwalls,sidewalks,curbs, and and stored in accordance with WSDOT Test Methods 809 gutters the Contractor may use commercial concrete. (Method 1) and tested in accordance with WSDOT Test Commercial class concrete shall not be used for bridges, Methods 801 and 811. Each set of at least two test retaining walls,or box culverts. specimens shall be made from separate batches of Commercial class concrete shall conform to the production concrete within the last twelve months and following: Page-SP-37 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures a) The production concrete shall be made with Contractor provided mixes. Use of set retarding or similar materials and conditions to those reducer/retarder admixtures in Contracting Agency anticipated for the proposed concrete provided mix designs requires the Engineer's approval. b) The production concrete compressive strength shall be greater than or equal to 0.8 fc of the 6-02.3(3)D High-Range Water Reducing proposed concrete. Admixture(SA) The standard deviation, (S), shall be calculated as A high-range water reducer (superplasticizer) may be follows: used in all Contractor provided mix designs. The use of a high-range water reducer shall be submitted as a part of S=(((n(Ex2)-((Ex)2)/(n(n-1)))1�2 the Contractor's concrete mix design. where: The Contractor may request the use of a high range n =total number of test values water reducer in Contracting Agency-provided mix Ex2 =summation of the squares of individual test designs. If the request is approved, the Contractor shall be values responsible for the concrete performance as defined in (Ex)2 = summation of the individual test values Section 6-02.3(2)A. squared 6-02.3(4) Ready-Mix Concrete(SA) If the Contractor's concrete production facility does All concrete, except Commercial Concrete, shall be I not have sufficient number of compressive test results to batched in a prequalified manual, semi-automatic, or meet the 30 test requirement, but does have test records for automatic plant as described in Section 6-02.3(4)A. If the 15 to 29 consecutive tests,the standard deviation calculated plant has not been prequalified, the Contractor shall from these available tests may be used if after the provide written notification to the Engineer two weeks calculation the standard deviation is first multiplied by the prior to anticipated use of the batch plant to allow for appropriate factor given the following table: Contracting Agency inspection. Information concerning NRMCA certification may be obtained from the National Number of Tests Factor for Increasing the Ready Mix Concrete Association at 900 Spring Street, Standard Deviation Silver Springs, MD 20910. The Engineer is not responsible 15 1.16 for any delays to the Contractor due to problems in getting 20 1.08 25 1.03 the plant certified. 30 or more 1.00 *Interpolate linearly for intermediate number of tests. 6-02.3(4)A Qualification of Concrete Suppliers (SA) 6-02.3(3) Admixtures(SA) Prequalification may be obtained through an annual Concrete admixtures shall be added to the concrete inspection conducted by the Contracting Agency or, as an mix at the time of batching the concrete or in accordance alternate, through certification by NRMCA, or by an with the manufacturer's written procedure and as independent evaluation certified by a professional engineer approved by the Engineer. A copy of the manufacturer's and using NRMCA or Contracting Agency quidelines. The written procedure shall be furnished to the Engineer prior Contracting Agency inspection and the NRMCA to use of any admixture. Any deviations from the certification have similar requirements for plant and manufacturer's written procedures shall be submitted to delivery equipment. 1 the Engineer for approval. Admixtures shall not be added For central-mixed concrete, the mixer shall be to the concrete with the modified procedures until the equipped with a timer that prevents the batch from Engineer has approved them in writing. discharging until the batch has been mixed for the prescribed mixing time. A mixing time of one minute will 6-02.3(3)A Compatibility(SA) be required after all materials and water have been Admixtures from different manufacturers shall not be introduced into the drum. Shorter mixing time may be used together unless the Contractor provides written allowed if the mixer performance is tested in accordance documentation verifying that the admixtures are with Designation 26, Variability of Constituents in compatible in combination with all other ingredients of the Concrete, Concrete Manual, U.S. Department of the concrete. Interior (ASTM C94-86b Annex Al Concrete Uniformity Requirements).Tests shall be conducted by an independent 6-02.3(3)B Air-Entrainment Admixture(SA) testing lab or by a commercial concrete producer's lab. If An air entraining admixture shall be used to air the tests are performed by a producer's lab, the Engineer entrain concrete.Air entrained cement shall not be used. or a representative will witness all testing. For shrink-mixed concrete, the mixing time in the 6-02.3(3)C Water-Reducing Admixture (SA) stationary mixer shall not be less than 30 seconds or until A water reducing admixture shall be used on the ingredients have been thoroughly blended. Contracting agency provided mixes as shown on the mix For transit-mixed or shrink-mixed concrete, the design table. mixing time in the transit mixer shall be a minimum of 70 The Contractor may use a set retarding admixture or a revolutions at the mixing speed designated by the combination water reducer and retardant admixture in all manufacturer of the mixer. Following mixing, the concrete in the transit mixer may be agitated at the manufacturer's Page-SP-38 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures , designated agitation speed. A maximum of 320 revolutions 2. For the second violation, the Engineer will give ' (total of mixing and agitation) will be permitted prior to written notification and the State will accept the discharge. concrete with a price reduction equal to 15 All transit-mixers shall be equipped with an percent of the invoice cost of the concrete that is operational revolution counter and a functional device for supplied from the point of the infraction until the measurement of water added. All mixing drums shall be _ deficient condition is corrected. free of concrete buildup and the mixing blades shall meet 3. For the third violation, the concrete supplier is the minimum specifications of the drum manufacturer. A suspended from providing concrete until all such copy of the manufacturer's blade dimensions and deficiencies causing the violation have been configuration shall be on file at the concrete producer's permanently corrected and the plant and office.A clearly visible metal data plate(or plates)attached equipment have been reinspected and meets all to each mixer and agitator shall display: (1) the maximum the prequalification requirements. concrete capacity of the drum or container for mixing and 4. For the fourth violation, the concrete supplier agitating, and (2) the rotation speed of the drum or blades shall be disqualified from supplying concrete for for both the agitation and mixing speeds. Mixers and one year from the date of disqualification. At the agitators shall always operate within the capacity and end of the suspension period the concrete supplier speed-of-rotation limits set by the manufacturer. Any may request that the facilities be inspected for mixer,when fully loaded,shall keep the concrete uniformly prequalification. mixed. All mixers and agitators shall be capable of discharging the concrete at a steady rate. Only these 6-02.3(4)B Hand Mixing(SA) transit-mixers which meet the above requirements will be The Contractor shall not hand mix concrete except in allowed to deliver concrete to any state project covered by emergencies and then only with written permission from these Specifications. the Engineer. Hand mixing is never permitted for concrete , In transit-mixing,mixing shall begin within 30 seconds to be placed in water. after the cement is added to the aggregates. If the Engineer permits, hand mixing shall be done on Central-mixed concrete, transported by truck a watertight platform in a way that distributes materials mixer/agitator, shall not undergo more than 250 evenly throughout the mass. Mixing shall continue long , revolutions of the drum or blades before beginning enough to produce a uniform mixture. No hand mixed discharging. To remain below this limit, the suppler may batch shall exceed 1/2 cubic yard. agitate the concrete intermittently within the prescribed time limit. When water or admixtures are added after the 6-02.3(4)C Consistency(SA) load is initially mixed, an additional 30 revolutions will be The maximum slump for concrete shall be: required at the recommended mixing speed. 1. 3.5 inches for vibrated concrete placed in all For each project, at least biannually, or as required, bridge roadway slabs, bridge approach slabs, and the Engineer will examine mixers and agitators to check for flat slab bridge superstructures. any buildup of hardened concrete or worn blades. If this 2. 4.5 inches for all other vibrated concrete. examination reveals a problem,or if the Engineer wishes to 3. 7 inches for non-vibrated concrete. (Includes` test the quality of the concrete, slump tests may be Class 4000P) performed with samples taken at approximately the 1/4 and When a high range water reducer is used, the 3/4 points as the batch is discharged. The maximum maximum slump listed above may be increased an allowable slump difference shall be as follows: additional 2 inches while the concrete is affected by the If the average of the two slump tests is <4 inches, the admixture. difference shall be <1 inch or if the average of the two slump tests is >4 inches, the difference shall be <1 1/2 6-02.3(4)D Temperature and Time For Placement inches. If the slump difference exceeds these limits, the (SA) equipment shall not be used until the faulty condition is Concrete temperatures shall remain between 60F and corrected. However, the equipment may continue in use if 90F while it is being placed. longer mixing times or smaller loads produce batches that The batch of concrete shall be discharged at the pass the slump uniformity tests. project site no more than 1.5 hours after the cement is All concrete production facilities will be subject to added to the concrete mixture. The time to discharge may verification inspections at the discretion of the Engineer. be extended to 1.75 hours if the temperature of the concrete Verification inspections are a check for: current scale being placed is less than 75F. With the approval of the certifications;accuracy of water metering devices; accuracy Engineer and as long as the temperature of the concrete of the batching process; and verification of coarse being placed is below 75F, the maximum time to discharge aggregate quality for Contractor-provided mix designs. may be extended to two hours. When conditions are such If the concrete producer batch plant or delivery that the concrete may experience an accelerated initial set, equipment fails to, pass the verification inspection, the the Engineer may require a shorter time to discharge. following actions will be taken: 1. For the first violation, a written warning will be 6-02.3(4)E Air-Entrainment(SA) provided. Air content shall be between 4.5 percent and 7.0 , percent for all concrete placed above the finished ground Page-SP-39 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures I line.Air entrained concrete will be permitted for use below Admixtures brand,quantity per/100 wt.,and total finished ground line provided the Contractor assumes quantity batched responsibility for compressive strength. Air-Entraining Admixture Water Reducing Admixture 6-02.3(5) Acceptance of Concrete(SA) Other Admixture The Certificate of Compliance shall be signed by a 6-02.3(5)A General(SA) responsible representative of the concrete producer, other ' Concrete made in accordance with a Contractor- than the driver, affirming the accuracy of the information provided mix design will be accepted based on conformance provided. In lieu of providing a machine produced record to the requirement for temperature, slump, air content for containing all of the above information, the concrete concrete placed above finished ground line, or as adjusted producer may use the Contracting Agency-provided by the appropriate price adjustment for air content printed forms, which shall be completed for each load of deviation and slump deviation, and the specified concrete delivered to the project. compressive strength at 28 days as tested and determined by the Contracting Agency. 6-02.3(5)C Conformance to Mix Design (SA) Commercial concrete will be accepted based on Aggregate weights shall conform within plus or conformance to the requirements for temperature, air minusy2 percent of the mix design weights. Cementitious content for concrete placed above finished ground line, material weight shall conform within plus or minus 1 I slump, or as adjusted by the appropriate price adjustment percent of the mix design weight. Water measured by for air content deviation and slump deviation, and the volume or weight shall not exceed the mix design amount specified compressive strength at 28 days as tested and by more than 1.5 percent. determined by the Contracting Agency. All weights shall conform to the mix design weights or Concrete made in accordance with a Contracting as modified in accordance with Section 6-02.3(2)C. Agency-provided mix design will be accepted based on conformance to the specified requirements for 6-02.3(5)D Test Methods(SA) proportioning,temperature,air content for concrete placed Acceptance testing will be performed by the above finished ground line, slump, or as adjusted by the Contracting Agency in accordance with WSDOT Standard appropriate price adjustment for air content deviation and Test Methods as set forth in the WSDOT Laboratory slump deviation,and 28 day compressive strengths. Manual. WSDOT Standard Test Methods to be used with this specification are: 6-02.3(5)B Certification of Compliance(SA) 801 Method of Test for Compressive Strength of The concrete producer shall provide a Certificate of Molded Cylinders Compliance for each truckload of concrete.The Certificate 803 Method of Sampling Fresh Concrete of Compliance shall verify that the delivered concrete is in 804 Method of Test for Slump of Portland Cement compliance with the mix design and shall include: Concrete 805 Method of Test for Determination ofypercent of Manufacturer Plant(Batching Facility) Entrained Air in Portland Cement Concrete Contracting Agency Contract No. 806 Method of Test for Weight Per Cubic Foot and Date Cement Factor of Concrete Time Batched 809 Method of Making, Handling, and Storing 1 Truck No. Concrete Compressive Test Specimens in the Field Initial Revolution Counter Reading 811 Method of Capping Cylindrical Concrete Quantity(Quantity batched this load) Specimens Type of concrete by class and producer design mix The Contractor may observe any of the sampling and number testing performed by the Engineer. If the Contractor Cement Producer,Type,and Mill Certification No. observes a deviation from the specified sampling or testing A copy of the applicable cement mill certification shall procedures, the Contractor shall verbally describe the accompany the certification of compliance with deviations observed to the Engineer or designated the first load of concrete using the cement from representative immediately, and shall confirm these the identified shipment. observed deviations in writing to the Engineer within 24 Fly Ash(if used)Brand and Type hours. The Engineer will respond in writing within three Approved aggregate gradation designation working days of the receipt of the Contractor's written communication. Mix Design weights per cubic yard and actual batched weights for: 6-02.3(5)E Point of Acceptance(SA) Cement Determination of concrete properties for acceptance Fly Ash(if used) will be made based on samples taken as follows: Coarse Concrete Aggregate and moisture content Bridge decks, overlays, and barriers at the discharge (each size) of the placement system. Fine Concrete Aggregate and moisture content All other placements at the truck discharge. Water(including free moisture in aggregates) Page-SP-d 0 Revision Date: 05/17/95 (12:54I'M) 6-02 Concrete Structures 6-02 Concrete Structures ' It shall be the Contractor's responsibility to provide After one set of tests indicate that the concrete is ' adequate and representative samples of the fresh concrete within specified limits, the remaining concrete to be to a location designated by the Engineer for the testing of placed may be accepted by visual inspection. concrete properties and making of cylinder specimens. Samples shall be provided as directed in Sections 1-06.1 6-02.3(5)H Sampling and Testing for Compressive and 1-06.2. Strength(SA) CONTRACTOR PROVIDED MIX DESIGN 6-02.3(5)F Water/Cement Ratio Conformance Acceptance testing for compressive strength for , (SA) concrete produced in accordance with a Contractor- The actual water cement ratio shall be determined provided mix design or Commercial concrete shall be from the certified proportions of the mix, adjusting for on conducted at the same frequency as the acceptance tests for the job additions. No water may be added after acceptance temperature,consistency,and air content. testing or after placement has begun, except for concrete CONTRACTING AGENCY PROVIDED MIX used in slip forming. For slip-formed concrete, water may DESIGN be added during placement but shall not exceed the For concrete produced in accordance with a maximum water cement ratio in the mix design, and shall Contracting Agency-provided mix design, compressive meet the requirements for consistency as described in strength tests specimens shall be made at a frequency of Section 6-02.3(4)C. If water is added, an air and approximately every five truck loads unless the Contractor temperature test shall be taken prior to resuming elects to place this concrete as part of the minor deviation , placement to ensure that specification conformance has material allowed in Section 6-02.3(5)I. Specimens for been maintained. acceptance of compressive strength of deviant material shall be made at the same frequency as for Contractor 6-02.3(5)G Sampling and Testing Frequency for provided mixes.Specimens for compressive strength testing Temperature,Consistency,and Air shall only be made from concrete that is accepted for Content(SA) placement. Concrete properties shall be determined from concrete as delivered to the project •and as accepted by the 6-02.3(5)I Limited Acceptance of Deviant Contractor for placement.The Contracting Agency will test Material(SA) for acceptance of concrete for slump, temperature, and air A limited number of loads of Ready-Mix concrete may content,if applicable,as follows: be accepted having minor deviations from the Specification Sampling and testing will be performed before limits with an appropriate price adjustment. Placement of concrete placement from the first truck load.Concrete shall 10 loads or less may not include more than 3 loads with not be placed until tests for slump, temperature, and minor deviations. Placements involving more than 10 loads entrained air (if applicable) have been completed by the shall not have more than I additional load within these Engineer and the results indicate that the concrete is within limits for each additional 5 loads, or fractions thereof. A acceptable limits.Except for the first load of concrete,up to placement shall consist of all concrete of a given strength 1/2 cubic yard may be placed prior to testing for class placed during a 24 hour day. acceptance. Sampling and testing will continue for each All concrete whose slump and/or air content if load until two successive loads meet all applicable applicable deviates more than the allowed minor amount acceptance test requirements. After two successive tests and all loads in excess of the permissible number per indicating that the concrete is within specified limits, the placement will be rejected and shall be removed if placed sampling and testing frequency may decrease to one for before testing is complete. every five truck loads. Loads to be sampled will be selected in accordance with the random selection process as outlined 6-02.3(5)J Minor Deviations(Optional Placement in WSDOT Test Method 803 Section 4. with Price Adjustment)(SA) When the results for any subsequent acceptance test Within the above stated number of loads, concrete indicates that the concrete as delivered and approved by which exceeds the maximum slump by 1/2 inch or less, or the Contractor for placement does not conform to the which exceeds or is below the applicable air content by 1/2 specified limits the sampling and testing frequency will be percent or less will be rejected unless the Contractor elects resumed for each truck load. Whenever two successive to place this concrete with a price adjustment. If the subsequent tests indicate that the concrete is within the Contractor elects to place this concrete, the price specified limits, random sampling and testing frequency at adjustment for slump and/or air content deviation shall be one for every five truck loads may resume. calculated in accordance with the price adjustment Sampling and testing for a placement of one class of calculation specified below. concrete consisting of 50 cubic yards or less will be as listed above,except: Sampling and testing will continue until one load meets all of the applicable acceptance requirements, and Page-SP-41 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures Price Adjustment=U.P.[1/2(1-P.F.)[V b. Accept the concrete with a calculated where: payment adjustment. P.F.= pay factor tabulated below 3. If the (rc - fe) value is greater than 500 psi, the U.P.= unit contract price per cubic yard for the Engineer will: class of concrete involved a. Require the complete removal and V= cubic yard volume of concrete in the tested replacement with concrete meeting the load based on the certificate of compliance or specifications at the Contractor's expense;or as estimated for a partial load b. Require corrective action at the Contractor's Where these specifications designate the payment for expense; or the concrete on other than a per cubic yard basis, the unit c. Accept the concrete where the finished ' contract price(U.P.)of concrete shall be taken as$300 per product is found to be acceptable for the cubic yard for concrete Class 4000 and higher and$160 per intended purpose, with a calculated payment cubic yard for concrete Class 3000 and commercial adjustment. concrete. Where found acceptable without corrective action,the Pay factors for adjusting the concrete price for quantity of concrete represented by an acceptance test that acceptance due to air content deviation and excess slump fails to meet the specified compressive strength will be are: subject to the following payment adjustment. PAY FACTORS Deviations Pay Factor Max. Slump Pay Factor Payment Adjustment = 10.0005(fc-fc)U.P.[Q From Specified Exceeded by where: % Air rc = Specified minimum compressive strength at 28 Up to 0.3% 0.98 1/4" 0.98 days. 0.3-0.5% 0.96 1/2" 0.96 fc = Compressive strength at 28 days as determined by WSDOT Test Methods. *All concrete with an air content less than 4% shall be U.P.= Unit contract price per cubic yard for the class rejected. of concrete involved. If deviations occur in the air content and slump within Q = Quantity of concrete represented by an the same testing frequency quantity,the pay factor shall be acceptance test based on the required the product of the individual pay factors. The following frequency of testing. table lists the product of pay factors to be used: Where these Specifications designate payment for the PRODUCT OF PAY FACTORS concrete on other than a per cubic yard basis, the unit 0.98 x 0.98=0.96 contract price of concrete shall be taken as $300 per cubic 0.98 x 0.96=0.94 yard for concrete Class 4000, 5000,and 6000. For concrete 0.96 x 0.96=0.92 Class 3000 and commercial concrete,the unit contract price for concrete shall be$160 per cubic yard. 6-02.3(5)K Rejecting Concrete Rejection by Contractor - The Contractor may, prior 6-02.3(5)M Concrete With Non-Conforming to sampling, elect to remove any defective material and Strength(Contracting Agency replace it with new material at the Contractor's expense. Provided)(SA) Any such new material will be sampled, tested, and Contracting Agency-provided mix design concrete evaluated for acceptance. placed in conformance with the specifications which fails to Rejection Without Testing - The Engineer, prior to meet the specified 28 day compressive strength (fc) will be sampling, may reject any batch or load of concrete that evaluated by the Engineer for acceptance. appears defective in composition;such as cement content or The Engineer and the Contractor shall review all the aggregate proportions. Rejected material shall not be production records, the concrete producer's certificates of incorporated in the structure. compliance, test records, field notes, and the placement records for the concrete in question. If the review confirms 6-02.3(5)L Concrete With Non-Conforming that the concrete as produced and placed conforms to the Strength(Contractor Design or specified requirements, the Contracting Agency will accept Commercial)(SA) the concrete. If, however, the review indicates that the Concrete produced in accordance with a Contractor- concrete was not produced within the specified 1 provided mix design or Commercial Concrete with a requirements and/or was not placed in accordance with the compressive strength (fc) which fails to meet the specified specifications, the concrete in question will be evaluated as minimum compressive strength at 28 days (fc) shall be concrete with non-conforming strength in accordance with I evaluated for acceptance as follows: Section 6-02.3(5)K. The Contractor has the opportunity to 1. If(fc - fc) is less than 60 psi, the concrete will be supply additional information related to the actual 28 day accepted as being in conformance and no payment compressive strength. adjustment shall apply. 1 2. If the(f'c-fc)value is between 60 and 500 psi,the 6-02.3(6) Placing Concrete(SA)Engineer will: The Contractor shall not place concrete: a. Require corrective action at the Contractor's 1. On frozen or ice-coated ground or subgrade; expense; or Page-SP-42 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures , 2. Against or on ice-coated forms, reinforcing steel, of a concrete pump requires a reserve pump (or other ' structural steel, conduits, precast members, or backup equipment) at the site to prevent missed deadlines construction joints; from breakdowns. 3. Under rainy conditions; placing of concrete shall If the concrete will drop more than 5 feet, it shall be be stopped before the quantity of surface water is deposited through a sheet metal (or other approved) sufficient to affect or damage surface mortar conduit. If the form slopes, the concrete shall be lowered quality or cause a flow or wash of the concrete through approved conduit to keep it from sliding down one surface; side of the form. No aluminum conduits or tremies shall be 4. In any foundation until the Engineer has used to pump or place concrete. approved its depth and character; Before placing concrete for roadway slabs on steel 5. In any form until the Engineer has approved it spans, the Contractor shall release the falsework under the and the placement of any reinforcing in it;or bridge and let the span swing free on its supports.Concrete , 6. In any work area when vibrations from nearby in flat slab bridges shall be placed in one continuous work may harm the concrete's initial set or operation for each span or series of continuous spans. strength. Concrete for roadway slabs and the stems of T-beams When a foundation excavation contains water, the or box-girders shall be placed in separate operations if the Contractor shall pump it dry before placing concrete. If stem of the beam or girder is more than 3 feet deep. First this is impossible, an underwater concrete seal shall be the beam or girder stem shall be filled to the bottom of the placed that complies with Section 6-02.3(6)B.This seal shall slab fillets. Roadway slab concrete shall not be placed until be thick enough to resist any uplift. enough time has passed to permit the earlier concrete to All foundations and forms shall be moistened with shrink(at least 12 hours). If stem depth is 3 feet or less,the water just before the concrete is placed. Any standing Contractor may place concrete in one continuous operation water on the foundation or in the form shall be removed. if the Engineer approves. The Contractor shall place concrete in the forms as Between expansion or construction joints, concrete in soon as possible after mixing. The concrete shall always be beams, girders, roadway slabs, piers, columns, walls, and plastic and workable. For this reason, the Engineer may traffic and pedestrian barriers, etc., shall be placed in a reduce the time to discharge even further. Concrete continuous operation. placement shall be continuous, with no interruption longer No traffic or pedestrian barrier shall be placed until than 30 minutes between adjoining layers unless the after the roadway slabs are complete for the entire Engineer approves a longer time.Each layer shall be placed structure. No concrete barriers shall be placed until the and consolidated before the preceding layer takes initial falsework has been released and the span supports itself. set. After initial set, the forms shall not be jarred, and No barrier, curb, or sidewalk shall be placed-on steel or projecting ends of reinforcing bars shall not be disturbed. prestressed concrete girder bridges until the roadway slab In girders or walls, concrete shall be placed in reaches a compressive strength of at least 3,000 psi. continuous,horizontal layers 1.5 to 2 feet deep.Compaction The Contractor may construct traffic and pedestrian shall leave no line of separation between layers. In each barriers by the slipform method. However,the barrier may part of a form, the concrete shall be deposited as near its not deviate more than 1/4 inch when measured by a final position as possible. IOAfoot straightedge held longitudinally on the front face, Any method for placing and consolidating shall not back face, and top surface. Electrical conduit within the segregate aggregates or displace reinforcing steel. Any barrier shall be constructed in accordance with the method shall leave a compact, dense, and impervious requirements of Section 8-20.3(5). concrete with smooth faces on exposed surfaces. Plastering When placing concrete in arch rings, the Contractor is not permitted. Any section of-defective concrete shall be shall ensure that the load on the falsework remains removed at the Contractor's expense. symmetrical and uniform. To prevent aggregates from separating, the length of Unless the Engineer approves otherwise, arch ribs in any conveyor belt used to transport concrete shall not open spandrel arches shall be placed in sections. Small key exceed 300 feet. If the mix needs protection from sun or sections between large sections shall be filled after the large rain, the Contractor shall cover the belt. When concrete sections have shrunk. pumps are used for placement, the operator(s) shall be certified by the American Concrete Pumping Association 6-02.3(6)A Weather and Temperature Limits to for the type of equipment and class of concrete to be placed. IProtect Concrete(SA) Prior to use on the first placement of each day a HOT WEATHER PROTECTION Contractor's representative shall visually inspect the The Contractor shall provide concrete within the pumps water chamber for water leakage. No pump shall be specified temperature limits by: used that allows free water to flow past the piston. 1. Shading or cooling aggregate piles (sprinkling If a concrete pump is used as the placing system, the these piles with water is not allowed) pump priming slurry shall be discarded before placement. 2. Refrigerating mixing water; or replacing all or Initial acceptance testing may be delayed until the pump part of the mixing water with crushed ice, priming slurry has been eliminated from the concrete being provided the ice is completely melted by placing pumped. Eliminating the priming slurry from the concrete time. may require that several cubic yards of concrete are If the concrete would probably exceed 90F using discharged through the pumping system and discarded. Use normal methods, the Engineer may require approved Page-SP-43 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures temperature-reduction measures be taken before the Any concrete placed in air temperatures below 35F placement begins. shall be immediately surrounded with a heated enclosure. If air temperature exceeds 90F, the Contractor shall Air temperature within the enclosure shall be maintained use water spray or other approved methods to cool all between 50F and 90F, and the relative humidity shall be concrete-contact surfaces to less than 90F. These surfaces above 80ypercent.These conditions shall be maintained for include forms, reinforcing steel,steel beam flanges,and any a minimum of seven days or for the cure period required by others that touch the mix. The Contractor shall reduce the Section 6-02.3(11), whichever is longer. The Contractor time between mixing and placing to a minimum and shall shall stop adding moisture 24 hours before removing the not permit mixer trucks to remain in the sun while waiting heat. Extra protection shall be provided for areas especially to discharge concrete. Chutes, conveyors, and pump lines vulnerable to freezing (such as exposed top surfaces, ' shall be shaded. corners and edges, thin sections, and concrete placed into If bridge roadway slabs are placed while air steel forms). temperature exceeds 90F,the Contractor shall: If weather forecasts predict air temperatures below 1. Cover the top layer of reinforcing steel with clean, 35F during the seven days just after the concrete wet burlap immediately before concrete placement,the Contractor may place the concrete only if it placement; is protected with a heated enclosure. 2. Sprinkle cool water on the forms and reinforcing ' steel just before the placement if the Engineer 6-02.3(6)B Placing Concrete in Foundation Seals requires it; (SA) 3. Finish the concrete slab without delay; and If the Plans require a concrete seal, the Contractor 4. Provide at the site water-fogging equipment to be shall place the concrete underwater inside a watertight used if needed after finishing to prevent plastic cofferdam,tube,or caisson.Seal concrete shall be placed in cracks. a compact mass in still water. It shall remain undisturbed If the evaporation rate at the concreting site is 0.20 and in still water until fully set.While seal concrete is being pounds per square foot of surface per hour or more deposited, water elevation inside and outside the cofferdam (determined from Table 6-02.3(6)), the Contractor shall shall remain equal to prevent any flow through the seal in surround the fresh concrete with an enclosure. This either direction. The cofferdam shall be vented at the vent enclosure will protect the concrete from wind blowing elevation shown in the Plans. The thickness of the seal is across its surface until the curing compound is applied. If based upon this vent elevation. casting deck concrete that is 80F or hotter, the Contractor The seal shall be at least 18 inches thick unless the shall install approved equipment at the site to show relative Plans show otherwise. The Engineer may change the seal humidity and wind velocity. thickness during construction which may require redesign COLD WEATHER PROTECTION of the footing and the pier shaft or column. Although seal The Contractor shall provide a written procedure for thickness changes may result in the use of more or less cold weather concreting to the Engineer for review and concrete, reinforcing steel, and excavation, payment will approval. Permission given by the Engineer to place remain as originally defined in unit contract prices. concrete during cold weather will in no way ensure To place seal concrete underwater, the Contractor acceptance of the work by the Contracting Agency. Should shall use a concrete pump or tremie. The tremie shall have the concrete placed under such conditions prove a hopper at the top that empties into a watertight tube at unsatisfactory in any way, the Engineer shall still have the least 10 inches in diameter. The discharge end of the tube right to reject the work although the plan and the work was on the tremie or concrete pump shall include a device to carried out with the Engineer's permission. seal out water while the tube is first filled with concrete. The Engineer may require the Contractor to provide Tube supports shall permit the discharge end to move and maintain a recording thermometer near the concreting freely across the entire work area and to drop rapidly to site. During freezing or near-freezing weather, data from slow or stop the flow. One tremie may be used to concrete this thermometer shall be readily available to the Engineer. an area up to 18 feet per side. Each additional area of this The Contractor shall not mix nor place concrete while size requires one additional tremie. the air temperature is below 35F, unless the water or Throughout the underwater concrete placement aggregates (or both) are heated to at least 70F. The operation, the discharge end of the tube shall remain aggregate shall not exceed 150F. If the water is heated to submerged in the concrete and the tube shall always more than 150F, it shall be mixed with the aggregates contain enough concrete to prevent water from entering. ' before the cement is added. Any equipment and methods The concrete placement shall be continuous until the work shall heat the materials evenly. is completed, resulting in a seamless, uniform seal. If the The Contractor may warm stockpiled aggregates with concreting operation is interrupted, the Engineer may dry heat or steam, but not by applying flame directly or require the Contractor to prove by core drilling or other under sheet metal. If the aggregates are in bins, steam or tests that the seal contains no voids or horizontal joints. If water coils or other heating methods may be used if testing reveals voids or joints, the Contractor shall repair aggregate quality is not affected. Live steam heating is not them or replace the seal at no expense to the Contracting permitted on or through aggregates in bins. If using dry Agency. heat, the Contractor shall increase mixing time enough to Concrete Class 4000W shall be used for seals, and it permit the super-dry aggregates to absorb moisture. shall meet the consistency requirements of Section 6- 02.3(4)C. Page-SP-44 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures '6-02.3(6)C Dewatering Concrete Seals and THE FIRST SENTECE OF THE THIRTEENTHPARAGRAPH IS REVISED AS FOLLOWS: Foundations(SA) After a concrete seal is constructed, the Contractor 6-02.3(16) Plans For Falsework and Formwork shall pump the water out of the cofferdam and place the (SA) rest of the concrete in the dry.This pumping shall not begin until the seal has set enough to withstand the hydrostatic A State of Washington Professional Engineer, licensed under Title 18 pressure normally at least three days for gravity seals and Civil or Structural State of Washington, in the branchctural Engineering may be retained to check, ' at least ten days for seals containing piling. The Engineer may extend these waiting periods to ensure structural review and certify falsework and formwork plans and safe or to meet a condition of the operating permit. calculations of an individual who is licensed in another state If weighted cribs are used pto rest hydrostatic an�.:,hen sash rverk was net�repafed undee the "deet ' ....a..,......�� of the Washington State Professional C....:..oe- pressure at the bottom of the seal, the Contractor shall rovided that the follow conditions are satisfied. anchor them to the foundation seal.Any method used(such p g as dowels or keys) shall transfer the entire weight of the THE SECOND PARAGRAPH OF SECTION 6-02.3(20) crib to the seal. AND THE SEVENTH PARAGRAPH HAVE BEEN No pumping shall be done during or for 24 hours after REVISED AS FOLLOWS: concrete placement unless done from a suitable sump separated from the concrete work by a watertight wall. 6-02.3(20) Grout for Anchor Bolts and Bridge , Pumping shall be done in a way that rules out any chance Bearings(SA) of concrete being carried away. THE LAST SENTENCE OF THE 18TH PARAGRAPH IN Grout shall meet the following requirements: SECTION 6-02 HAS BEEN REVISED AS FOLLOWS: Requirement Compressive Strength Test Method AASHTO T 106 6-02.3(10) Roadway Slabs(SA) Values 4,000 psi a 73 days An acceptable surface shall be one free from deviations of more than 1,12 in 1/8 in under the 10-foot straightedge. Before placing grout, the concrete on which it is SECTION 6-02.3(11)IS REVISED AND SUPPLEMENTED to be placed shall be thoroughly cleaned, roughened, AS FOLLOWS: and wetted with water to ensure proper bonding. The grout pad shall be cured as recommended by the 6-02.3(11) Curing Concete(SA) manufacturer or kept continuously wet with water After placement, concrete surfaces shall be cured as for three days. kept ,.enti,...ously .. with .. ate follows: -eRth of 000 c .s 1. Slabs (roadway, except those using Class 4000D PARAGRAPHS SIX AND 13 OF SECTION 6-02.3(24)C and 4000DLS; sidewalks; culvert tops; roofs; and cover HAVE BEEN REVISED AND SUPPLEMENTED AS tunnels) - curing compound covered by white, reflective type FOLLOWS: sheeting or continuous wet curing. 4. Roadway slabs using concrete Class 4000D and 6-02.3(24)C Placing and Fastening(SA) 4000DLS-continuous wet cure with heavy quilted blankets Mortar blocks (or other approved devices) shall be used or burlap only,for 14 days. to maintain the concrete coverage required by the Plans. 3. Retaining walls and sidewalks and floors of culverts- The Mortar blocks shall: continuous moisture for at least ten days. 1. Have a bearing surface measuring not greater 4. All other concrete surfaces (except traffic barriers than 2 inches in either dimension,and and rail bases)-continuous moisture for at least three days. 2. Develop Have a compressive strength equal to that Runoff water shall be collected and disposed of in of the concrete in which they are embedded. accordance with all applicable regulations. In no case shall Reinforcing steel bars shall not vary more than the runoff water be allowed to enter any lakes, streams, or following tolerances from their position shown in the Plans: other surface waters. Wet curing roadway slabs with heavy quilted blankets or burlap, shall consist of a fog or mist spray covering the entire concrete surface before the bleed water has evaporated. As soon as the concrete has achieved initial set, , the surface shall be covered with presoaked heavy quilted blankets or burlap. When using curing compound, the Contractor shall apply two coats(that complies with Section 9-23.2)to the fresh concrete. Page-SP-45 , Revision Date: 05/17/95 (12:54 PM) 6-03 Steel Structures 6-05 Piling Members 10 inches or less in thickness ±1/4 in. Members more than 10 inches in thickness ±318 in. 6-03 Steel Structures Except: The distance between the nearest reinforcing steel bar surface and the top surface of the roadway deck slab ±1/4in. THE THIRD SENTENCE OF THE SIXTH PARAGRAPH Longitudinal spacing of bends and ends of bars ±1 in. IN SECTION 6-03.3(7) HAS BEEN REVISED TO Length of bar laps -1.5 in. READ: Embedded length: No.3 through No. 11 -1 in. 6-03.3(7) Shop Plans(SA) No.14 through No. 18 -2 in. When reinforcing steel bars are to be placed at equal spacing The reproducible copies shall be clear, suitable for within a plane: microfilming,and on permanent sheets that measure 22 by 32 Stirrups and ties ±1 in. inches or 24 by 36 inches. All other reinforcement ±1 bar dia. SECTION 6-02.3(25)B HAS BEEN SUPPLEMENTED BY THE FIRST PARAGRAPH OF ITEM 2C OF SECTION 6- ADDING THE FOLLOWING PARAGRAPH: 03.3(28)A IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(25)B Casting(SA) 6-03.3(28)A Method of Shop Assembly(SA) Slump shall not exceed 4 inches for normal concrete For straight sections of bridges without skews or nor 7 inches with the used of a high range water reducing tapers, girders in each subsequent stage may be assembled admixture. The high range water reducer shall meet the to include one girder shop section from the previous stage requirements of Section 6-02.3(3) and Section 6-02.3(3)D. and one or more girder shop sections at the advancing end. When the slump exceeds the maximum slump specified,the acceptability of the concrete shall be subject to the THE FIRST SENTENCE OF PARAGRAPHS I & 2 AND provisions of Section 6-02.3(5). The Unit Price(U.P.)of the THE FIFTH SENTENCE OF ITEMS I & 2 OF concrete for precast prestressed members shall be taken as SECTION 6-03.3(32) HAVE BEEN REVISED AS $600 per cubic yard for calculation of the pay adjustment. FOLLOWS: THE SECOND SENTENCE OF THE NINTH 6-03.3(32) Assembling and Bolting(SA) PARAGRAPH OF SECTION 6-02.3(26)A HAS BEEN REIVISED AS FOLLOWS: To begin bolting any field connection or splice, the Contractor shall install and tighten to snug-tight, enough bolt 6-02.3(26)A Shop Drawings(SA) to bring all parts into full contact-with each other prior to tightening these bolts to the specified minimum tension. These shall be clear, suitable for microfilming, and on As erection proceeds, all field connections and splices for permanent sheets that measure 22 by 34 inches or 24 by 36 each member shall be securely drift pinned and bolted in inches. accordance with paragraphs I or 2 below before the weight SECTION 6-02.5 IS REVISED AS FOLLOWS: of the member can be released or the next member is added. Once all these bolts are snug-tight, each bolt shall be 6-02.5 Payment(SA) systematically tightened to the specified minimum tension. Once all these bolts are snug-tight, each bolt shall be 1 9. "Deficient Strength Cone. Price Adjustment', by systematically tightened to the specified minimum tension.calculation. "Deficient Strength Cone. Price Adjustment" will be 6-05 Piling calculated and paid for as described in Section 6-02.3(5)LB. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the THE SECOND PARAGRAPH OF SECTION 6-05.3(1) B IS item "Deficient Strength Cone. Price Adjustment' in the bid REVISED AND SUPPLEMENTED AS FOLLOWS: proposal to become a part of the total bid by the Contractor. The item "Deficient Strength Cone. Price Adjustment' covers 6-05.3(1)B Driving Piles(SA) all applicable classes of concrete. The Contractor shall not drive piling from an existing 10. "Slump and Air Price Adjustment',by calculation. structure unless all of the following conditions have been "Slump and Air Price Adjustment" will be calculated and met: paid for as described in Section 6-02.3(5)J. For the purpose of 1. The existing structure will be demolished within providing a common proposal for all bidders, the Contracting the contract, Agency has entered an amount for the item "Slump and Air 2. The existing structure is permanently closed to Price Adjustment' in the proposal to become a part of the total traffic,and bid by the Contractor. The item "Slump and Air Price 3. Working drawings are submitted in accordance Adjustment'covers all applicable classes of concrete. with Sections 6-01.9 and 6-02.3(16), showing the structural adequacy of the existing structure to safely support all of the construction loads. Page-SP-46 Revision Date: 05/17/95 (12:54 PM) 6-10 Concrete Barrier 6-12 Rockeries THE FIRST SENTENCE OF THE SECOND PARAGRAPH The rock density shall be a minimum of 160 pounds OF SECTION 6-05.3(4)A IS REVISED AS FOLLOWS: per cubic foot. The source of supply and representative samples of the material shall be approved by the engineer before delivery to the site. 6-05.3(4)A Steel Casings or Shells(SA) The rock walls shall be constructed of one-man rocks, Spiral OF traight welded pile casings are not allowed for (85 to 300 pounds)each 10" in its least dimension;two-man pile casings greater than 24-inch diameter. rocks,(300 to 600 pounds) each 13" in its least dimension; SECTION 6-05.3(4)D HAS BEEN REVISED AS three-man rocks(800 to 1,200 pounds)each 16" in its least ' FOLLOWS: dimension; four-man rocks (1,500 to 2,200 pounds) each 18" in its least dimension. The rocks shall range uniformly 6-05.3(4)D Placing Concrete(SA) in size for each classification specifies. The four- man rocks shall only be used for the first course of rock in Before placing concrete, the Contractor shall remove all walls over 6 feet in height. debris and water from the casing. If the water cannot be removed, the casing shall be removed(or cut off 2 feet below ground and filled with sand)and a new one driven. 6-12.3 Construction Requirements(RC) , The Contractor shall place concrete continuously through The rock unloading at the site will be done in such a a 2-55-foot rigid conduit, directing the concrete down the manner as to segregate the rock by the size ranges center of the pile casing,ensuring that every part of the pile indicated in the preceding paragraph. is filled and the concrete is worked filling every paA and The walls shall be started by excavating a trench, not wer-IEiR^around the reinforcement. less than 6 inches or more than one foot in depth below The top 2-55 feet of concrete shall be placed with the tip of the subgrade in excavation sections,or not less than 6 inches or conduit at ,east '_ feet below the top of fresh concrete. The more than one foot in depth below the existing ground Contractor shall vibrate, as a minimum, at least top -10 level in embankment sections. Areas on which the rockery feet of concrete. In all cases the concrete shall be vibrated to is to be placed shall be trimmed and dressed to conform to a point as least 5 feet below the original ground line. the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the 6-10 Concrete Barrier completion of the cut or fill section. Rock selection and placement shall be such that there THE SECTION REFERENCE OF SECTION 6-10.3 IS will be no open voids in the exposed face of the wall over 6 REVISED TO READ: inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular 6-10.3 Construction Requirements(SA) attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall In all barriers, the Contractor shall use air entrained have a continuous appearance and be placed to minimize concrete that complies with Section 6-02.3(4)AE. erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be 6-12 Rockeries stable and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right 6-12.1 Description(RC) angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the The work described in this section, regardless of the rockery. Each row of rocks will be seated as tightly and type of materials encountered, includes the excavation and evenly as possible on the rock below in such a manner that shaping of the cut or fill slopes and furnishing and there will be no movement between the two. After setting a constructing rockeries/rock retaining wall where shown on course of rock, all voids between the rocks shall be chinked the plans or where directed by the engineer. on the back with quarry rock to eliminate any void sufficient to pass a 2 inch square probe. 6-12.2 Materials (RC) 6-12.3.1 Rockery Backfill (RC) Rock walls shall be formed of larger pieces of quarried The wall backfill shall consist of 1-1/2 inch minus basalt, andesite or other igneous rock. Individual pieces of crushed rock or gravel conforming to section 9-03.9(3). rock shall be sound and resistant to weathering. When This material will be placed to an 8 inch minimum , broken into pieces weighing 50 to 150 grams and tested for thickness between the entire wall and the cut or fill soundness with sodium sulphate in accordance with aashto material. The backfill material will be placed in lifts to an t104, the loss through a one-inch sieve after 6 cycles shall elevation approximately 6 inches below the course of rocks not exceed 35% by weight. placed. The backfill will be placed after each course of The rock material shall be as nearly rectangular as rocks. Any backfill material on the bearing surface of the possible so as to afford the minimum amount of void space rock course will be removed before setting the next course. between the blocks. No stone shall be used which does not extend through the wall. The rock material shall be hard, 6-12.3.2 Drain Pipe(RC) ' sound, durable and free from weathered portions, seams, A 4 inch diameter perforated pvc pipe shall be placed cracks and other defects. as a footing drain behind the rockeries as shown in the Page-SP-47 Revision Date: 05/17/95 (12:54 PM) 7-01 Drains 7-02 Culverts ' standard plans, and connected to the storm drainage pipe shall be jointed with snap-on, screw-on, or wraparound system where shown. coupling bands, as recommended by the manufacturer of the tubing. 6-12.3.3 Rejection Of Material(RC) The inspector will have the authority to reject any SECTION 7-01.4 /S SUPPLEMENTED ADDING THE defective material and to suspend any work that is being FOLLOWING: improperly done, subject to the final decision of the engineer. All rejected material will be removed from the 7-01.4 Measurement(RC) construction site and any rejected work shall be repaired or When the contract does not include "structure replaced at no additional cost to the Owner. excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated with these 6-12.4 Measurement(RC) items shall be included in other contract pay items. Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall 7-02 Culverts and rounded to the nearest square yard. SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS 6-12.5 Payment(RC) FOLLOWS: Payment will be made under the item "rock retaining 7-02.2 Materials(RC) wall",per square yard. The unit price per square yard shall be full Materials shall meet the requirements of the following compensation for the rockery/rock retaining wall in place sections: and shall include all work, materials, and equipment Plain Concrete Culvert Pipe 9-05.3(1) required to complete the installation, including drainage Reinforced Concrete Culvert Pipe 9-05.3(2) pipe and all other items. Beveled Concrete End Sections 9-05.3(3) Steel Culvert Pipe and Pipe Arch Division 7 Asphalt Treatment 9-05.4 Steel Nestable Pipe and Pipe Arch Drainage Structures, Storm Sewers, Asphalt Treatment 9-05.4(8) SanitarySewers Water Mains and Steel End Sections � � Asphalt Treatment[ 9-05.4(9) Conduits Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) PVC Pipe 9-05.12 7-01 Drains Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it SECTION 7-01.2/S REVISED AS FOLLOWS: shall be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or steel,and aluminum is corrugated aluminum 1 7-01.2 Materials(RC) alloy as specified in Sections 9-05.4 and 9-05.5.Drain pipes may be concrete, zinc coated (galvanized) Where plain or reinforced concrete,steel,or aluminum Asphalt Treatment I or aluminum coated (aluminized) are referred to in Section 7-02 it shall be understood that corrugated iron or steel with Asphalt Treatment 1, corrugated reference is also made to PVC. 1 aluminum alloy, polyvinyl chloride (PVC), or corrugated SECTION 7-02.3(1)C IS ANADDED NEW SECTION: polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-02.3(1)C Placing PVC Pipe(RC) SECTION 7-01.3 IS REVISED AS FOLLOWS: In the trench, prepared as specified in Section 7- 02.3(l) PVC pipe shall be laid beginning at the lower end, 7-01.3 Construction Requirements(RC) with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of ' PVC drain pipe shall be jointed with a bell and spigot the pipe to 6" above the top of the pipe. When it is joint using a flexible elastomeric seal as described in necessary to connect to a structure with a mudded joint a Section 9-04.8. The bell shall be laid upstream. PE or ABS rubber gasketed concrete adapter-collar will be used at the drain pipe shall be Jointed with snap-on, screw-on, or point of connection. wraparound coupling bands as recommended by the manufacturer of the tubing. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing underdrain ( Page-SP-48 Revision Date: 05/17/95 (12:54 PM) 7-03 Structural Plate Pipe,Pipe Arch,Arch,and 7-04 Storm Sewers Underpass THE FIRST SENTENCE OF SECTION 7-02.3(5) HAS thee. "Shoring Extra Excavation Class B". If it is not in ' BEEN REVISED AS FOLLOWS: the contract,thenn it shall be incidental. 7-02.3(5) Plugging Existing Culverts(SA) 7-04 Storm Sewers , Where shown in the Plans or where designated by the SECTION 7-04.2 IS REVISED AS FOLLOWS: Engineer, existing culverts shall be plugged on the inlet end ' with Class 3000 or Commercial concrete. 7-04.2 Materials(RC) SECTION 7-02.5 HAS BEEN REVISED AS FOLLOWS. Materials shall meet the requirements of the following sections: 7-02.5 Payment(RC) Plain Concrete Storm Sewer Pipe 9-05.7(1) 17. "Structure Excavation Class B",per cubic yard. Reinforced Concrete Storm Sewer Pipe 9-05.7(2) 18 "Structure Excavation Class B Incl. Haul", per cubic Steel Spiral Rib Storm Sewer Pipe 9-05.9 ' Steel Storm Sewer Pipe 9-05.10 yard. Aluminum Storm Sewer Pipe 9-05.11 If no bid item for Structure Excavation Class A or Aluminum Spiral Rib Storm Sewer Pipe 9-05.17 Structure Excavation Class B, including haul,is included in PVC Sewer Pipe 9-05.12 the schedule of prices then the work will be considered Corrugated high density polyethylene incidental and its cost should be included in the cost of the pipe(CPEP) 9-05.12(1) pipe. Where steel or aluminum are referred to in this Section in 19. "Shoring or Extra Excavation Class B", per square regard to a kind of storm sewer pipe, it shall be understood that foot. steel is zinc coated(galvanized),Asphalt Treatment I Coated If this pay item is not in the contract, then it shall be eF aluminum eeate' (aluminized` corrugated iron or steel and incidental. aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass 7-04.3 Construction Requirements SECTION 7-03.2 IS REVISED AS FOLLOWS: SECTION 7-04.3(I)B IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-03.2 Materials(RC) 7-04.3(1)B Pipe Bedding(RC) Materials shall meet the requirements of the following Pipe bedding for PVC sewer pipe shall consist of clean, sections: granular pea gravel consistent with section 9-03.12(3). It Concrete Class 3000 6-02 shall be placed to a depth of 6" over and 6" under the Corrugated Steel Asphalt Treatment 1 9-05.6(8) exterior walls of the pipe. Corrugated Aluminum 9-05.6(8) Reinforcing Steel 9-07 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: SECTION 7-03.5 IS REVISED AS FOLLOWS: 7-04.3(2)A Survey Line and Grade(RC) 7-03.5 Payment(RC) Survey line and grade will be provided by the Engineer or contractor in a manner consistent with accepted practices and Payment will be made in accordance with Section 1-04.1, these specifications. for each of the following bid items that are included in the proposal: SECTION 7-04.3(1)G IS SUPPLEMENTED BY ADDING 1. "St. Str. Plate Pipe Gage In. Diam.",per THE FOLLOWING: linear foot with Asphalt Treatment I. 2. "St. Str. Plate Pipe Arch Gage Ft. 7-04.3(2)G Storm Sewer Line Connections(RC) In. Span",per linear foot with Asphalt Treatment 1. All connections not occurring at a manhole or catch 3. "St. Str. Plate Arch Gage Ft. In. basin shall be done utilizing pre-manufactured tee ' Span", per linear foot with Asphalt Treatment 1. connectors or pipe sections approved by the Engineer. Any 11. "Structure Excavation Class B",per cubic yard. other method or materials proposed for use in making 12. "Structure Excavation Class B Incl. Haul", per cubic connections shall be subject to approval by the Engineer. yard. If no bid item for Structure Excavation Class A or Structure Excavation Class B, including haul,is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the Page-SP-49 Revision Date: 05/17/95 (12:54 PM) 7-05 Manholes, Inlets, and Catch Basins 7-05 Manholes, Inlets,and Catch Basins ' SECTION 7-04.4 IS REVISED AS FOLLOWS: that point, the existing structure shall be raised or lowered to the required elevation. he—materials and method of 7-04.4 Measurement(RC) seetien, ane1 the—finished strt+stttre shall eonfOffn to the- The r.. of the Cr.,.,.J...`I Plan o ..r .. appFON,�.� h. rho The length of storm sewer pipe will be the number of Fe .e 0 linear feet of completed installation measured along the invert u unpaved streets: Manholes,catch basins and similar ' and will include the length through elbows, tees, and fittings. structures in areas to be surfaced with crushed rock or The number of linear feet will be measured from the center of gravel shall be constructed to a point approximately eight manhole to center of manhole or from the center of catch inches below the subgrade and covered with a temporary basin to center of catch basins and similar type structures. wood cover. Existing manholes shall be cut off and covered ' Excavation of the storm sewer trench will be measured as in a similar manner. The contractor shall carefully structure excavation Class B or structure excavation Class B reference each manhole so that they may be easily found including haul, by the cubic yard as specified in Section 2-09 if upon completion of the street work. After placing the ' these items are included in the contract or else will be gravel or crushed stone surfacing, the manholes and considered incidental to the pipe installation. manhole castings shall be constructed to the finished grade Shoring or extra excavation will be measured as specified of the roadway surface. Excavation necessary for bringing in Section 2-09.4 or will be incidental if not included as a manholes to grade shall center about the manhole and be pay item.. held to the minimum area necessary. At the completion of SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS the manhole adjustment,the void around the manhole shall FOLLOIVS: be backfilled with materials which result in the section 1 required on the typical road way section, and be 7-04.5 Payment(RC) thoroughly compacted. In cement concrete pavement: Manholes, catch basins The unit contract price per linear foot for storm sewer and similar structures shall be constructed and adjusted in pipe of the kind and size specified shall be full pay for all the same manner as outlined above except that the final work to complete the installation, including adjustment of adjustment shall be made and cast iron frame be set after inverts to manholes. When no bid item "gravel backfill for forms have been placed and checked. In placing the pipe bedding" is included in the Schedule of Prices, pipe concrete pavement,extreme care shall be taken not to alter bedding, as shown in the standard plans, shall be the position of the casting in any way. considered incidental to the pipe and no additional In asphalt concrete pavement: Manholes shall not be payment shall be made. adjusted until the pavement is completed,at which time the 5- "Testing Stfffn oSewefPipe", peF linear foot. center of each manhole shall be carefully relocated from Testing of storm sewer pipe, if required by the references previously established by the contractor. The Engineer, shall be considered incidental to and included in pavement shall be cut in a restricted area and base material the unit contract prices for other items. be removed to permit removal of the cover. The manhole 6. "Structure Excavation Class B",per cubic yard. shall then be brought to proper grade utilizing the same 7. "Structure Excavation Class B Incl. Haul", per cubic methods of construction as for the manhole itself. The cast yard. iron frame shall be placed on the concrete blocks and If no bid item for Structure Excavation Class A or wedged up to the desired grade. The asphalt concrete 1 Structure Excavation Class B is included in the schedule of pavement shall be cut and removed to a neat circle, the prices then the work will be considered incidental and its diameter of which shall be equal to the outside diameter of cost shall be included in the cost of the pipe. the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or 7-05 Manholes, Inlets, and Catch Basins Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE within but not to exceed 2 inches of the finished pavement FOLLOWING: 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 7-05.3 Construction Requirements(RC) cement. Asphalt Class G concrete shall then be placed and All manholes shall have eccentric cones and shall have compacted with hand tampers and a patching roller. The ladders. complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint SECTION 7-05.3(I) IS REVISED AND SUPPLEMENTED between the patch and the existing pavement shall then be AS FOLLOWS: carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving 7-05.3(1) Adjusting Manholes and Catch Basins sand before the asphalt cement solidifies. The inside to Grade(RC) throat of the manhole shall be thoroughly mortared and The existing cast iron ring and cover on manholes and the plastered. catch basin franc and grate shall first be removed and Adjustment of inlets: The final alignment and grade of thoroughly cleaned for reinstalling at the new elevation. From cast iron frames for new and old inlets to be adjusted to Pug -SP-50 Revision Date: 05/17/95 (12:54 PM) 7-10 Trench Exe.,Bedding,and Backfill for Water 7-10 Trench Exc.,Bedding,and Backfill for Water Mains Mains ' grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the SECTION 7-05.4ISREVISEDAS FOLLOWS: inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb 7-05.4 Measurement(RC) and gutter section, that portion of the cast iron frame not Manholes will be measured per each. Measurement of embedded in the gutter section shall be solidly embedded in manhole heights for payment purposes will be the distance concrete also. The concrete shall extend a minimum of six from finished rim elevation to the invert of the lowest outlet ' inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing pipe Adjustments of new structures and miscellaneous course of asphalt concrete pavement will butt the cast iron items such as valve boxes shall be considered incidental to ' frame. The existing concrete pavement and edge of the the unit contract price of the new item and no furthur casting shall be painted with hot asphalt cement. compensation shall be made. Adjustments in the inlet structure shall be constructed in Adjustment of existing structures and miscelaneous the same manner and of the same material as that required items such as valve boxes shall be measured by "Adjust ' for new inlets. The inside of the inlets shall be mortared Existing ," per each which shall be full pay for all and plastered. labor and materials including all concrete for the Monuments and cast iron frame and cover: completed adjustment in accordance with Section 7-05.3(1) Monuments and monument castings shall be adjusted to and the City of Renton Standard Details. grade in the same manner as for manholes. Connection to existing pipes and structures shall be Valve box castings: Adjustments of valve box castings measured per each. shall be made in the same manner as for manholes. SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-05.3(2)IS REVISED AS FOLLOWS: FOLLOWS: 7-05.3(2) Abandon Existing Manholes(RC) Where it is required that an existing manhole be 7-05.5 Payment(RC) abandoned,the structure shall be broken down to a depth of at 10. "AdjustManhele Existing ," per each. least 4 feet below the revised surface elevation,all connections The unit contract price per each for "Adjust plugged, the manhole base shall be fractured to prevent Existing A'anhele"OF"Adjust Gateh oast " shall be full standing water, and the manhole filled with sand and pay for all costs necessary to make the adjustment including compacted to 90 percent density as specified in restoration of adjecent areas in a manner acceptable to the Section 2-03.3(14)C. Debris resulting from breaking the upper Engineer. part of the manhole may be mixed with the sand subject to the 12. "Structure Excavation Class B",per cubic yard. approval of the Engineer. The ring and cover shall be salvaged 13. "Structure Excavation Class B Incl. Haul", per cubic and all other surplus material disposed of. yard. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING Structure excavation for concrete inlets and area inlets is THE FOLLOWING: considered incidental to the cost of the inlets and shall be included in the unit contract price for the concrete inlet and the 7-05.3(3) Connections to Existing Manholes area inlet. If no bid item for Structure Excavation Class A (RC) or Structure Excavation Class B is included in the schedule Where shown on the plans, new drain pipes shall be of prices then the work will be considered incidental and its , connected to existing line, catch basin, curb inlets and/or cost should be included in the cost of the pipe. manholes. The contractor shall be required to core drill 18. "Connect to Existing Catch Basin," per each. into the structure,shape the new pipe to fit and regrout the 19. "Connect Structure to existing pipe," per each. opening in a workmanlike manner. Where directed by the engineer or where shown on the plans,additional structure 7-10 Trench Exc., Bedding, and Backfill channeling will be required. for water Mains A "Connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No 7-10.3 Construction Details "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line SECTION 7-10.4 IS REVISED AS FOLLOWS: ' manholes,catch basins or curb inlets. Any damage to existing pipe or structure that is to 7-10.4 Measurement(RC) remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. Measurement of bank run gravel for trench backtill will The unit bid price per each shall be full compensation be by the cubic yard measured by the calculation of neat lines for all labor, materials and equipment required. based on maximum trench width per Section 2-09.4 or by the ton,in accordance with Section 1-09. Page-SP-51 Revision Date: 05/17/95 (12:54 PM) L 7-I1 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains 7-10.5 IS REVISED AND SUPPLEMENTED AS polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be FOLLOWS: installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil. polyethylene 7-10.5 Payment(RC) plastic in accordance with Section 4-5 of ANSI 21.5 or 3- "Removal and Replacement of Unsuitable Matffi l AWWA C105. per. . The polyethylene wrap shall be tube type and black The unit ,.........et pFiee Pee ,.. bie yard r "Refri,yal and color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be ' suitable material as.-peeiFoa in Section 7_10 3( Payment for considered incidental to the installation of the pipe and no "removal and replacement of unsuitable material" will be additional payment shall be allowed. considered incidental to or calculated under other bid items 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND I and no further compensation will be made. REPLACED BY THE FOLLOWING 4. "Bank Run Gravel for Trench Backftll",per cubic yard or ton. 7-11.3(7) Laying Steel Pipe(RC) The unit contract price per cubic yard or ton for "Bank Steel pipe shall not be used. t Run Gravel for Trench Backfill" shall be full pay for all work to furnish, place, and compact the material in the trench. Also SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED included in the unit contract price is the disposal of excess AS FOLLOWS. and unusable material excavated from the trench. 6. "Foundation Material" ,per ton or cubic yard. 7-11.3(9)A Connections to Existing Mains (RC) Payment at the unit contract price for "foundation The Contractor may be required to perform the connection material" shall be full compensation for excavating and during times other than normal working hours. The Contractor disposing of the unsuitable material and replacing with the shall not operate any valves on the existing system wifhou appropriate foundation material per Section 9-30.711(1). SpeeifiO "e'" iSSiA-" of the-, Engineff. Water system personnel will operate all valves on the existing system for the 7-11 Pipe Installation for Water Mains contractor when required. No work shall be performed on the connections unless a representative of the water department is present to 7-11.3 Construction Details(RC) inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be 7-11.3(4) Laying of Pipe on Curves done by City forces as rovided below: SECTION 7-11.3(4)A HAS BEEN REVISED AS City Installed connections: FOLLOWS: Connections to existing piping and tie-ins are indicated on the drawings. The contractor must verify all existing 7-11.3(4)A Ductile Iron Pipe(RC) piping,dimensions,and elevations to assure proper fit. Long radius(500 feet or more)curves,either horizontal or Connections to the existing water main shall not be vertical, may be laid with standard pipe by deflecting the made without first making the necessary arrangements joints. If the pipe is shown curved in the Plans and no special with the Engineer in advance. fittings are shown, the Contractor can assume that the curves A two-week advance notice shall be required for each can be made by deflecting the joints with standard lengths of connection which requires a cutting of the existing water 1 pipe. If shorter lengths are required, the Plans will indicate mains or a shut-down of the existing water mains. The City maximum lengths that can be used.The amount of deflection at reserves the right to re-schedule the connection if the work each pipe joint when pipe is laid on a horizontal or vertical area is not ready at the scheduled time for the connection. curve shall not exceed one half of the manufacturer's printed Work shall not be started until all the materials, ' recommended deflections. equipment and labor necessary to properly complete the work are assembled on site. SECTION 7-1I.3(4)B IS SUPPLEMENTED AS FOLLOWS: The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, ' 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe(4 haul and disposal of unsuitable materials, shoring, de- inches and Over) (RC) watering, foundation material, at the connection areas Polyvinyl Chloride (PVC) Pipe shall not be used for before the scheduled time for the connection by the City. water mains and appurtenances. The Contractor shall provide all materials necessary to THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS install all connections as indicated on the construction BEEN REVISED AS FOLLOWS: plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the 7-11.3(6) Laying Ductile Iron Pipe and Fillings connections. The Contractor shall provide and install with Polyethylene Encasement(RC) concrete blocking, polywrap the piping at the connections, W efe ..hON in the Plans, tThe Contractor shall la} backfill and surface restoration at the locations shown on ductile iron pipe with a polyethylene encasement. Pipe and the plans for the connections to the existing water mains. rPage-SP-.i 2 Revision Date: 05/17/95 (12:54 PM) 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains The City will cut the existing main and assemble all All water used to perform hydrostatic pressure shall be ' materials. charged a usage fee. SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS FOLLOWS: Allowable leakage per 1000 ft. of pipeline in GPH 7-11.3(11) Hydrostatic Pressure Test(RC) Nominal Pipe Diameter in inches . A hydrant meter and a back flow prevention device PSI 6" 8" 10" 12" 16" 20" 24" will be used when drawing water from the City system. 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 ' These may be obtained from the City by completing the 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 required forms and making required security deposits. 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 There will be a charge for the water used. Before applying 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 85 the specified test pressure, air shall be expelled completely 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 225 0.68 0.90 L13 1.35 L80 2.25 2.70 from the pipe,valves and hydrants. If permanent air vents 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air If the pipeline under test contains sections of various has been expelled,the corporation cocks shall be closed and diameters, the allowable leakage will be the sum of the the test pressure applied. At the conclusion of the pressure computed leakage for each size. For those diameters or test,the corporation cocks shall be removed and plugged. pressures not listed,the formula below shall be used: The mains shall be filled with water and allowed to stand The quantity of water lost from the main shall not exceed the under pressure for a minimum of 24 hours to allow the escape number of gallons per hour as determined by the formula of air and allow the lining of the pipe to absorb water. The State will furnish the water necessary to fill the pipelines for L=N P , testing purposes at a time of day when sufficient quantities of 7400 water are available for normal system operation. in which The test shall be accomplished by pumping the main up to L = Allowable leakage,gallons/hour the required pressure, stopping the pump for a minimum of N = No. of joints in the length of pipeline , two hours, and then pumping the main up to the test pressure tested again. During the test, the Section being tested shall be D = Nominal diameter of the pipe in inches observed to detect any visible leakage. A clean container shall P = Average test pressure during the leakage be used for holding water for pumping up pressure on the main test,psi being tested. This makeup water shall be sterilized by the TheFe shall not be an appreeiable OF abrupt less in. addition of chlorine to a concentration of 50 mg/1. The quantity of water required to restore the pressure shall SECTION 7-11.3(12)A SHALL BE REVISED AND be accurately determined by either 1) pumping from an open SUPPLEMENTED AS FOLLOWS: container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by 7-11.3 12 A Flushing " t g"(RC) pumping through a positive displacement water meter with ( ) t and Pol y-p a sweep unit pumping through a positive displacement water Sections of pipe to be disinfecteedd in shall firs[ be flushed meter with a sweep unit hand registering 1 gallon per poly-pigged to remove any solids or contaminated revolution.The meter shall be approved by the Engineer. material that may have become lodged in the pipe. If rte Acceptability of the test will be determined as follows: hydrant is installed at the end of the f^^i^ the main cannot be , Acceptability of the test will be determined by two "poly-pigged", then a tap shall be provided large enough to factors,as follows: develop a velocity of at least 2.5 fps in the main. 1. The quantity of water lost from the main shall not exceed The "Poly-pig" shall be equal to Girard Industries the number of gallons per hour as listed in the following Aqua-Swab-AS,2lb/cu-ft density foam with 90A durometer ' table. urethane rubber coating on the rear of the"Poly-pig" only. 2. The loss in pressure shall not exceed 5 psi during the 2 The "Poly-pig" shall be cylinder shaped with bullet nose or hour test period. squared end. Uri.efe a 'ea' UFRti 66h! Fite is used f...a:.-:..£GtiO ram- the pipe,flushing shall be done afteF diSint;eCtiOR. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard ' detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. Page-SP-53 Revision Date: 05/17/95 (12:54 PM) 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Items to be galvanized are to meet the following requirements: REPLACED WITH: ASTM A153 for galvanizing iron and steel hardware. 7-11.3 12 D Dr Calcium H ochlorite RC ASTM A123 for galvanizing rolled, pressed and forged ( ) y yP ( ) steel shapes. Dry calcium hypochlorite shall not be placed in the pipe as laid. Joint restrainer system components: SECTION 7-11.3(12)K HAS BEEN REVISED AS Tie 1 : ASTM A242, type 2, zinc plated or hot-dip FOLLOWS. galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM 7-11.3(12)K Retention Period (RC) A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. Treated water shall be retained in the pipe at least minimum for 5/8" and 60,000 lbs. minimum for 3/4" by 24 hours but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative heat treating (quenching and tempering) to manufactures reheat and hardness specifications. SST points shall be at least 25 mg/I. 753:3/4" for 14" to 24" mechanical joints. same ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS specification as SST 7. SST 77: 3/4" same as SST 7, FOLLOWS: except 1" eye for 7/8" rod. same ASTM specification as SST 7. 7-11.3(12)N Final Flushing and Testing(RC) Before placing the lines into service, a satisfactory report Tin : heavy hex nut for each tiebol : SS8: 5/8" and ' shall be received from the local or State health department or 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" an approved testing lab on samples collected from and 3/4", ASTM A563, grade A, zinc plated or hot-dip representative points in the new system. Samples will be galvanized collected and bacteriological tests obtained by the Engineer. Tiecouoling: used to extend continuous threaded rods SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY and are provided with a center stop to aid installation, ADDING THE FOLLOWING: zinc plated or hot-dip galvanized. SSIO: for 5/8" and 3/4" tierods,ASTM A563,grade C3. S10: for 5/8" and 7-11.3(13) Concrete Thrust Blocking and Dead- 3/4" tierods,ASTM A563,grade A. Man Block(RC) Provide concrete blocking at all hydrants, fittings and Tierod: continuous threaded rod for cutting to desired horizontal or vertical angle points. Conform to The City of lengths, zinc plated or hot-dip galvanized. SS12: 5/8" Renton standard details for general blocking, and vertical and 3/4" diameter, ASTM A242, type 2; ANSI 131.1. blocks herein. All fittings to be blocked shall be wrapped 512: 5/8" and 3/4"diameter,ASTM A36,A307. with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming Tiewasher: round flat washers, zinc plated or hot-dip materials and shall not be poured around joints. The forms galvanized. SS17: ASTM A242, F436. S17: ANSI shall be stripped prior to backfilling. Joint B18.22.1. restraint(shackle rods),where required,shall be installed in Installation: accordance with section 7-11.3(15). Install the joint restraint system in accordance with the Provide concrete dead-man blocks at locations shown manufactures instructions so all joints are mechanically on the plans. The dead-man block shall include reinforcing locked together to prevent joint separation. Tiebolts steels,shackle rods,installation and removal of formwork., shall be installed to pull against the mechanical joint SECTION 7-11.3(15)IS NEWADDITIONAL SECTION. body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both 7-11.3(15) Joint Restraint Systems (RC) rods threaded equal distance into tiecouplings. Arrange ' General: tierods symmetrically around the pipe. Where shown on the plans or in the specifications or required by the engineer,joint restraint system (shackle rods) shall be used. all joint restraint materials used shall be those manufactured by star national products, 1323 holly avenue PO box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: ' High strength low-alloy steel(cor-ten), ASTM A242, heat-treated,superstar"SST" series. High strength low-alloy steel(cor-ten), ASTM A242, superstar"SS" series. Page-SP-Sd Revision Date: 05/17/95 (12:54 PM) 7-12 Valves for Water Mains 7-12 Valves for Water Mains SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: , Pipe Diameter Number of 3/4" Tie Rods Required 7-11.5 Payment(RC) 6...........................................................2 1. "_Pipe for Water Main and Fittings In. 8".........................................................3 Diam.",per lineal foot. 10"........................................................4 The unit contract price per linear foot for each size and 12..........................................................6 kind of"_Pipe for Water Main—In. Diam." shall be full ' 14"........................................................8 pay for all work to complete the installation of the water main 16..........................................................8 including but not limited to trench excavating, bedding, laying 1811........................................................8 and jointing pipe and fittings, backfilling, concrete thrust 20..........................................................10 blocking, installation of polyethylene wrap, cleaning by 24.......................................................... 14 poly-pigs, vertical crosses for insertion and removal of 30..........................................................(16-7/8"rods) poly-pigs,temporary thrust blocks and blow-off assemblies, 36"........................................................(24-7/8"rods) testing, flushing, disinfecting the pipeline, shackle rods, abandoning and capping existing water mains, removing miscellaneous pipes, removing and salvaging existing Where a manufactures mechanical joint valve or fitting hydrant assemblies, and other appurtenances to be is supplied with slots for "T" bolts instead of holes, a abandoned as shown on the plans,and cleanup. , flanged valve with a flange by mechanical joint adapter 3. "Concrete Thrust Blocking and Dead-Man shall be used instead, so as to provide adequate space Blocks",per cubic yard. for locating the tiebolts. The unit contract price bid for "Concrete Thrust Where a continuous run of pipe is required to be Blocking and Dead-Man Block" Shall be for the complete restrained, no run of restrained pipe shall be greater cost of labor, materials, equipment for the installation of than 60 feet in length between fittings. Insert long body the concrete thrust blocks and dead- man blocks, including solid sleeves as required on longer runs to keep tierod but not limited to excavation,dewatering,haul and disposal lengths to the 60 foot maximum. Pipe used in of unsuitable materials, concrete, reinforcing steel, shackle continuously restrained runs shall be mechanical joint rods and formwork. If this item is not included in the pipe and tiebolts shall be installed as rod guides at each contract schedule of prices, then thrust blocking and dead- joint. man blocks shall be considered incidental to the installation Where poly wrapping is required all tiebolts, tienuts, of the pipe and no further compensation shall be made. tiecouplings, tierods, and tiewashers, shall be 4. "Connection to Existing Water Mains",per each. galvanized. All disturbed sections will be painted,to the The unit contract price per each connection to existing inspectors satisfaction,with koppers bitomastic no.300- water mains shall be for complete compensation for all in,or approved equal. equipment, labor, materials required for the connections to Where poly wrapping is not required all tiebolts, the existing water mains. tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or 7_12 Valves for Water Mains , plain and painted in the entirety with koppers bitumastic no.800-m,or approved equal. SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe , and no additional payment shall be made. 7-12.2 Materials(SA) SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS Materials shall meet the requirements of the following FOLLOWS: sections: Gate Valves 9-30.3(1) 7-11.4 Measurement(RC) Gate Valves 16 Inches and Larger 9-30.3(2) Measurement for payment of concrete thrust blocking Buttertly Valves 9-30.3(3) and dead-man blocks will be per cubic-yard when these Valve Boxes 9-30.3(4) items are included as separate pay items. If not included as Valve Marker Posts 9-30.3(5) Combination Air Release/Air Vacuum Valves 9 30.9(6) separate pay items in the contract,then thrust blocking and 9-30.3(7) dead-man blocks shall be considered incidental to the End Connections 4 303p) installation of the water main and no further compensation 9-30.5(1) ' shall be made. Tapping Sleeve and Valve Assembly 9-30.3(8) Measurement for payment for connections to existing water mains will be per each for each connection to existing SECT/ON 7-12.3(Ol)HAS BEEN REVISED AS FOLLOWS: water main(s)as shown on the plans. 7-12.3(01) Installation of Valve Marker Post(RC) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be ' set with 18 inches of the post exposed above grade. The Page-SP-55 Revision Date: 05/17/95 (12:54 PM) 7-12 Valves for Water Mains 7-12 Valves for Water Mains ! exposed portion of the vak,e fnafker posts shall be painted With ladder rung, concrete risers as required, adjustment to final grade. and then the size of the valk,e and the distance in feet an inches to the valve shall be steneiled with black paint 0 3. "16 inch and larger Butterfly Valve and Concrete € post, Vault " per each. 2 ine es high e The unit contract price per each for the 16" and larger SECTION 7-12.3(2)ISA NEWSECTION: butterfly valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve 7-12.3(2) Adjust Existing Valve Box to Grade(RC) complete in place on the water main, including trenching, ' Valve boxes shall be adjusted to grade in the same jointing, blocking of valve, painting, disinfecting, manner as for manholes, as detailed in Section 7-05.3(1) of hydrostatic testing, concrete vault, cast-iron casting and the Renton Standards. Valve box adjustments shall cover, ladder, concrete risers as required, adjustment to include, but not be limited to, the locations shown on the final grade. ' Plans. Existing roadway valve boxes shall be adjusted to 4. "Blow-off assembly," per each. conform to final finished grades. The final installation The unit contract price per each for each blow-off assembly ! shall be made in accordance with the applicable portions of Section 7-12. shall be for all, labor, equipment and material to complete the installation of the assembly per the City of Renton [n the event that the existing valve box is plugged or Water Standard Detail,latest revision. blocked with debris, the Contractor shall use whatever ' means necessary to remove such debris, leaving the valve installation in a fully operable condition. 5. "Air-Release/Air-Vacuum Valve Assembly," per The valve box shall be set to an elevation tolerance of each. ! one-fourth inch(1/4")to one-half inch(1/2")below finished The unit contract price per for air-release/air-vacuum valve grade. assembly shall be for all, labor, equipment and material to SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not FOLLOWING: limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, _ 7-12.4 Measurement backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of Adjustment of existing valve boxes to grade shall be Renton Standard Detail,latest revision. measured per each,if included as a separate pay item in the Contract; if not a separate pay item but required to 6. "Adjust Existing Valve Box to Grade(RC)," per complete the work, then value box adjustment shall be each. considered incidental. Hydrant auxiliary gate valve will be included in the The contract bid price for "Adjust Existing Valve Box to measurement for hydrant assembly and will not be Grade" above shall be full compensation for all labor, included in this measurement item. material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, SECTION 7-12.5 IS DELETED AND REPLACED WITH including all incidental work. If not included as a separate THE FOLLOWING: pay item in the Contract, but required to complete other work in the Contract, then adjustment of valve boxes shall 1. "Gate Valve from 4 inch to 10 inch in diameter be considered incidental to other items of work and no and Valve Box," per each. futher compensation shall be made. The unit contract price per each for the valve of the specified size,shall be full pay for all labor,equipment and shall be full pay FOF II WOFI. , + h d install the vak, material to furnish and install the valve complete in place on the water main, including trenching, jointing, blocking jointing, bloeking of valve, painting, disinfecting, hydrostatie of valve, painting, disinfecting, hydrostatic testing, cast- iron valve box and extensions as required, valve nut extensions,adjustment to final grade. ! 2. "12 inch Gate Valve and Concrete Vault," per each. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and ! material to furnish and install the valve complete in place on the water main, including trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting and cover, ! Page-SP-56 Revision Date: 05/17/95 (12:54 PM) 7-14 Hydrants 7-15 Service Connections SECTION 7-14.5 IS REVISED AS FOLLOWS: ' 7-14 Hydrants 7-14.5 Payment(RC) 7-14.3 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 SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED proposal: AS FOLLOWS: 1. "Hydrant Assembly",per each. The unit contract price per each for"Hydrant Assembly" 7-14.3(1) Setting Hydrants(RC) shall be full pay for all work to furnish and install fire hydrant After all installation and testing is complete, the exposed assemblies, including all costs for auxiliary gate valve, portion of the hydrant shall be painted with onetwo field coats. shackles, tie rods, concrete blocks, gravel, and painting and , The type and color of paint will be designated by the Engineer. guard posts required for the complete installation of the Any hydrant not in service shall be identified by covering hydrant assembly as specified. The pipe connecting the with a burlap or plastic bag approved by the Engineer. hydrant to the main shall be considered incidental and no , Hydrants shall be installed in accordance with AWWA additional payment shall be made., exeepahe—pipe specifications C600-93, Sections 3.7 and 3.8.1 and the City eenneeting the hydFant to the fnain will be paid for-as speeified of Renton standard details. Hydrant and guard posts shall in seetion 7 ,1_5 be painted in accordance with the water standard detail. 2. "Resetting Existing Hydrants",per each. , Upon completion of the project, all fire hydrants shall be The unit contract price per each for "Resetting Existing painted to The City of Renton specifications and guard Hydrant' shall be full pay for all work to reset the existing posts painted with two coats of preservative paint NO. 43- hydrant, including rebuilding (or replacement with a new 655 safety yellow or approved equal. Fire hydrants shall be hydrant),shackling, blocking,painting, and guard posts and of such length as to be suitable for installation with reconnecting to the main. The new pipe connecting the connections to 6", 8" AND 10" piping in trenches 3 - 1/2 hydrant to the main shall be considered incidental and no feet deep unless otherwise specified. The hydrant shall be additional payment shall be made. designed for a 4-1/2 foot burial where 12" and larger pipe the Fnain to the hydfant will be paid as specified in. is shown unless otherwise noted on the plan. c 5. Guard posts, shown on the plans shall be Fire hydrant assembly shall include: cast-iron or incidental to the contract. ductile iron tee(MJ x FL),6" gate valve(FL x MJ), 6" DI 3. "Moving Existing Hydrants",per each. spool(PE x PE),5-1/4" MVO fire hydrant(MJ connection), The unit contract price per each for "Moving Existing 4" x 5" Stortz adapter, cast iron valve box and cover,3/4" Hydrant' shall be full pay for all work to move the existing shackle rods and accessories, concrete blocks and two hydrant, including new tee, rebuilding (or replacement with concrete guard posts (only if hydrants are outside right-of- a new hydrant), shackling, blocking, painting, and guard waY)• posts and reconnecting to the main. The new pipe connecting Joint restraint(Shackle Rods) shall be installed in the hydrant to the main shall be considered incidental and accordance with Section 7-11.3(15). no additional payment shall be made New pipe fff by Fant SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING eonneetions will be paid for as speeified in Section 7 114. THE FOLLOWING: Guard posts, shown on the plans shall be incidental to the contract. 7-14.3(3) Resetting Existing Hydrants(RC) , This work shall conform to Section 7-14.3(l). All 7-15 Service Connections hydrants shall be rebuilt to the approval of the City(or replace with a new hydrant). All rubber gaskets shall be SECTION 7-15.3 IS REVISED AND SUPPLEMENTED AS replaced with new gaskets of the type required for a new FOLLOWS: ' installation of the same type. SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING 7-15.3 Construction Details (RC) THE FOLLOWING: ' Pipe materials used to extend or replace existing water 7-14.3(4) Moving Existing Hydrants(RC) service lines shall be copper, All hydrants shall be rebuilt to the approval of the pipeservice line connection to the new main will conform to City(or replaced with a new hydrant). All rubber gaskets the standard plans of the City of Renton. The Engineer , shall be replaced with new gaskets of the type required for will indicate the location for the taps on the new main for a new installation of the same type. each service to be connected.. The contractor will direct tap main for 3/4" service. The contractor will use copper tubing, type K,soft for 3/4" services. Type I: Connections to existing copper services will be made with compression type,three part , union couplings. Page-SP-57 Revision Date: 05/17/95 (12:54 PM) 7-17 Sanitary Sewers 7-17 Sanitary Sewers ' Install new meter setter and meter box and cover per excavating, tapping the main, laying and jointing the pipe City of Renton Standard Details, latest revisions. Relocate and fittings and appurtenances backfilling, testing, meter box per location shown on plans and reconnect to flushing, and disinfection of the service connection:, new existing private water service line. meter setter,solid core threaded spacer,new meter box and cover, at location shown on the plans, and per City of Type II: Where existing galvanized services exist,they Renton Standard Details,latest revision. shall be replaced with a new copper pipe The Unit eentrac-tprieePef each fo, "SeFViee Eenneetion ' service to the property line. (Meters shall be _ l p f,- E t In. Siam." shall be-€Ul- a,�,io-all„-.�vrIx�o-„install located in planter strip between sidewalk and curb) - - -------------• --- .. .:b but„ ot limited to Install new meter setter and meter box and cover per exeavating,tapping the rnain, laying and jointing the pip City of Renton Standard Details, latest revisions. Relocate and fittings and appurtenancesbackfilling, meter box per location shown on plans and reconnect to flushin and disinfeetion of y J " existing private water service line. 4. Combination Air Release/Air Vacuum ' Type III: Where future stub services shall be installed Valves In.,per each. they shall be installed as above,to the The unit contract price per each of _In., property line with a meter box(less 3/4 combination air-release/air-vacuum valve shall be full pay meter). A solid core threaded spacer the for all work to install the air-vac release assembly, 1 length of a meter shall be installed in place of including but no limited to, excavating, tapping the main, the meter. laying and jointing the pipe and fittings and apputenances, Install new meter setter and meter box and cover per backfilling, testing, flushing, and disinfection, meter box City of Renton Standard Details,latest revisions. and cover, at location shown on the plans, and per City of SECTION 7-15.5 HAS BEEN DELETED AND REPLACED Renton Standard Detail,latest revision. WITH THE FOLLOWING: 7-17 Sanitary Sewers 7-15.5 Payment(RC) Payment will be made in accordance with Section 1- SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: 04.1,for the following bid item when it is included in the proposal: 7-17.2 Materials(RC) 1. Type I"Service connection In.Diam," per Pipe used for sanitary sewers may be: each. The unit contract price per each for "Type 1 Service Rigid Flexible Connection_In. Diam." shall be full pay for all work to Concrete ABS Composite install the service connection, including but not limited to Vivified Clay PVC(Polyvinyl Chloride) excavating, tapping the main, laying and jointing the pipe Ductile Iron and fittings and appurtenances backfilling, testing, Materials shall meet the requirements of the following flushing, and disinfection of the service connection:, new meter setter, new meter box and cover, re-connecting to sections. existing private water service line and re-locating the meter Plain Concrete Storm Sewer Pipe 9-05.7(l) Reinforced Concrete Storm Sewer Pipe 9-05.7(2) at location shown on the plans and City of Renton Vitrified9 05.8 Standard Details,latest revision. PVC Sewer Pipe 9-05.12 Ductile Iron Sewer Pipe 9-05.13 2. Type II "Service connection In.Diam," per 9 0544 each. The unit contract price per each for "Type II Service All pipe shall be clearly marked with type, class, and Connection _In. Diam." shall be full pay for all work to thickness. Lettering shall be legible and permanent under install the service connection, including but not limited to normal conditions of handling and storage. excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances backfilling, testing, 7-17.3 Construction Requirements ' flushing, and disinfection of the service connection:, new meter setter, new meter box and cover, re-connecting to existing private water service line and re-locating the meter 7-17.3(1) Excavation and Preparation of Trench at location shown on the plans and City of Renton SECT/ON 7-17.3(1)B IS SUPPLEAIENTED BY ADDING Standard Details,latest revision. THE FOLLOWING: 3. Type III "Service connection In.Diam, 7-17.3(1)B Pipe Bedding(RC) per each. Pipe bedding material for PVC pipe shall be placed to The unit contract price per each for "Type III Service Connection In. Diam." shall be full pay for all work to a depth of 6" below the bottom of the pipe and extending install the service connection, including but not limited to up I2" above the crown on all pipes. rPage-SP-58 Revision Date: 05/17/95 (12:54 PM) 7-17 Sanitary Sewers 7-17 Sanitary Sewers The hand-placed bedding around the pipe and to a ends of the pipe to provide full length barrel support of the ' point 12" above the crown of the pipes shall be pipe and to prevent point loading at the bells or couplings. mechanically compacted to 90 percent. The remaining Where necessary to raise or lower the pipe due to backfill shall be mechanically compacted to 95%density. unforeseen obstructions or other causes, the ENGINEER , Hand compaction of the bedding materials under the may change the alignment and/or the grades. Except for pipe haunches will be required. Hand compaction shall be short runs which may be permitted by the ENGINEER, accomplished by using a suitable tamping tool to firmly pipes shall be laid uphill on grades exceeding 10 percent. tamp bedding material under the haunches of the pipe. Pipe which is laid on a downhill grade shall be blocked and ' Care shall be taken to avoid displacement of the pipe held in place until sufficient support is furnished by the during the compaction effort. following pipe to prevent movement. Pipe bedding shall be considered incidental to the pipe Unless otherwise required, all pipe shall be laid and no further compensation shall be made. straight between the changes in alignment and at uniform ' SECTION 7-17.3(2)A IS REVISED AS FOLLOWS: grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the 7-17.3(2)A Survey Line and Grade(RC) minor axis of the reinforcement in a vertical position. Survey line and grade control hubs shall be provided Immediately after the pipe joints has been made, ' in accordance with Sections 1-05.4, 1-05.5 and 1-11 and proper gasket placement shall be checked with a feeler gage consistent with accepted practices. as approved by the pipe manufacturer to verify proper The Contractor shall transfer line and grade into the gasket placement. ditch where they shall be carried by means of laser control SECTION 7-17.3(2)E IS SUPPLEMENTED BY ADDING using 50 foot minimum intervals for grade staking. Any THE FOLLOWING TO THE END OF THE 2ND other procedure shall have the written approval of the PARAGRAPH. Engineer. SECTION 7-17.3(2)B IS SUPPLEMENTED BY ADDING 7-17.3(2)E Gasketed Joints(RC) THE FOLLOWING: Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint 7-17.3(2)B Pipe Laying(RC) system. Any damaged pipe shall be replaced by the Checking of the invert elevation of the pipe may be made Contractor at this expense. by calculations from measurements on the top of the pipe, or SECTION 7-17.3(2)G IS SUPPLEMENTED BY ADDING by looking for ponding of 1/2" or less, which indicates a THE FOLLOWING: satisfactory condition. At manholes,when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the(eight-tenths) flow elevation, unless otherwise approved 7-17.3(2)G Sewer Line Connections(RC) by the Engineer. Unless otherwise approved by the Engineer, all All pipe, fittings, etc. shall be carefully handled and connections of lateral sewers to existing mains shall be protected against damage, impact shocks, and free fall. All made through a cast iron saddle secured to the sewer main pipe handling equipment shall be acceptable to the with stainless steel bands. When the existing main is ENGINEER. Pipe shall not be placed directly on rough constructed of vitrified clay, plain or reinforced concrete, , ground but shall be supported in a manner which will cast or ductile iron pipe, the existing main shall be core protect the pipe against injury whenever stored at the drilled. trench site or elsewhere. No pipe shall be installed where Connections (unless booted connections have been , the lining or coating show defects that may be harmful as provided for) to existing concrete manholes shall be core- determined by the ENGINEER. Such damaged lining or drilled, and shall have an "O" ring rubber gasket meeting coating shall be repaired, or a new undamaged pipe shall ASTM C478 in a manhole coupling equal to the Johns- be furnished and installed. Manville Asbestos-Cement collar, or use a conical type ' The CONTRACTOR shall inspect each pipe and flexible seal equal to kore-N-Seal. PVC pipe connection fitting prior to installation to insure that there are not shall consist of tee, nipple and couplers as approved by the damaged portions of the pipe. Any defective, damaged or Engineer. unsound pipe shall be repaired or replaced. All foreign SECTION 7-17.3(2)I IS SUPPLEMENTED BY ADDING matter or dirt shall be removed from the interior of the THE FOLLOWING: pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the 7-17.3(2)I Protection of Existing Sewerage , pipe line shall be closed with water tight expandable type Facilities(RC) sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, When extending an existing sewer, the downstream system shall by wood, or other similar temporary plugs will not be placing a scree fie protected from construction debris permitted. en or trap in the first existing manhole Pipe shall be laid directly on the imported bedding downstream of the connection. It shall be the contractor's material. No blocking will be permitted, and the bedding responsibility to maintain this screen or trap until the new shall be such that it forms a continuous, solid bearing for system is placed in service and then to remove it. Any , the full length of the pipe. Bell holes shall be formed at the construction debris which enter the existing downstream system, shall be removed by the contractor at his expense, Page-SP-59 Revision Date: 05/17/95 (12:54 PM) 8-01 Erosion Control 8-09 Raised Pavement Marke rs ' and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance 8-02 Roadside Planting by the Engineer. SECTION 7-17.3(4)I IS SUPPLEMENTED BY ADDING THE FIRST PARAGRAPH OF SECTION 8-02.3(2)A HAS THE FOLLOWING: BEEN REVISED AS FOLLOWS: 7-17.3(4)I Television Inspection (RC) 8-02.3(2)A Chemical Pesticides(SA) Once the television inspection has been completed the Application of chemical pesticides shall be in accordance contractor shall submit To the Engineer the written reports with the label recommendations and Washington State of the inspection plus the video tapes. Said video tapes are Department of Agriculture orders. The applicator shall be to be in color and compatible with the City's viewing and licensed by the State Gentraeting ge..y of Washington for recording systems. The City system accepts 1/2" wide high the class of pesticide utilized. The Contractor shall furnish the density VHS Tapes. The tapes will be run at standard Engineer evidence that all operators are licensed and that the speed SP(1 5/16 I.P.S.). pesticide used is registered in the State Gontfaeting Agency of SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS Washington. The Contractor shall furnish the Engineer a copy FOLLOWS: of the product label and material safety data sheet for each pesticide to be used.All chemicals shall be delivered to the job site in unopened containers. The licensed applicator shall 7-17.5 Payment(RC) complete a Pesticide Application Record (DOT Form 540- The unit contract price per linear foot for sewer pipe of 506)daily with a copy furnished to the Project Engineer. the kind and size specified shall be full compensation for THE FOURTH PARAGRAPH OF SECTION 8-02.3(12) ' structure excavation, dewatering, backfilling,pa), fef HAS BEEN REVISED AS FOLLOWS. furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint 8-02.3(12) Plant Establishment(SA) materials, per Section 7-17.3(4) and adjustment of inverts to Third year plant establishment, if when included in the manholes for the completion of the installation to the required contract, shall begin immediately at the completion of the lines and grades. Unless specifically identified and provided second year plant establishment period and shall be a fninir u as separate items, structure excavation, dewatering and f 6 HiOflthS Of Ufltil n . b 31 h heVeF is later. If the backfilling shall be incidental to pipe installation and no second year plant establishment period ends on or before further compensation shall be made. May 31,third year plant estalishment shall end on October 9. "Bank Run Gravel for Trench Backfill Sewer',per 31 of the same year. If the second year plant establishment cubic yard or ton. period ends after May 31, third year plant establishment The unit contract price per ton or cubic yard for "Bank shall end on October 31 on the following year. Run Gravel for Trench Backfill Sewer"shall be full pay for all work to furnish,place,and compact material in the trench. SECTION 8-05.02 IS REVISED AS FOLLOWS. 12. "T.V. Inspection," per lump sum. ' 8-05.02 Materials In the second paragraph the section reference is Division 8 revised to read: Miscellaneous Construction8 Section 6-02. 8-09 Raised Pavement Markers 8-0 1 Erosion Control SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: THE THIRD PARAGRAPH OF 8-01.3(4)A IS 8-09.5 Payment(RC) ' SUPPLEMENTED BYADDING THE FOLLOWING: Payment will be made for each of the following bid items 8-01.3(4)A Seeding(SA) that are included in the proposal: When seeding by hand, the seed shall be incorporated I. "Raised Pavement Marker Type F,per ' into the top 1/4 inch of soild by hand raking or other eachhundred. method that is approved by the Engineer. 2. "Raised Pavement Marker Type 2", per eachhandred. 3. "Raised Pavement Marker Type 3- In.", per eachherdred. The unit contract price per eachlitmdred for "Raised Pavement Marker Type I","Raised Pavement Marker Type 2", and"Raised Pavement Marker Type 3 In."shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these ' Page-SP-60 Revision Date: 05/17/95 (12:54 PM) 8-10 Guide Posts 8-14 Cement Concrete Sidewalks , Specifications including all cost involved with traffic control ' unless traffic control ift 8-13 Monument Cases aeCE)Fdance .vish stection 1 07.23(5). is listed in the contract as a separate pay item. SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS ' 8-10 Guide Posts FOLLOWS: 8-13.1 Description(RC) ' SECTION 8-10.3 IS REVISED AS FOLLOWS: This work shall consist of furnishing and placing 8-10.3 Construction Requirements(SA) monument cases and covers, In accordance with the Standard Plans and these Specifications, in conformity with the lines and Guide posts shall be of such length as to provide a height locations shown in the Plans or as staked by the Engineer or by , of 482 inches, plus or minus 3 inches above the nearest edge the Contractor supplied surveyor. of traveled pavement surface and to maintain an 18 to 24 inch SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS burial depth.,of as etheFwise speeified. FOLLOWS: ' 8-11 Guardrail 8-13.3 Construction Requirements THE FIRST PARAGRAPH OF SECTION 8-11.4 IS The monument will be furnished and set by the Engineer , REPLACED WITH THE FOLLOWING TWO or by the Contractor supplied surveyor. SECTIONS: When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring 8-11.4 Measurement(SA) that a registered surveyor references the existing monuments prior to construction. After construction is Measurement of beam guardrail and beam guardrail Type complete, the monuments shall be re-established by the I long posts will be by the linear foot measured along the line surveyor in accordance with RCW58.09.130. of the completed guardrail firom end to end including tFam+fiee seetiona, expansion sections, and will also SECTION SUPPLEMENTED BY ADDING THE include the terminal section for Type F connections. FOLLOWING: G:: Measurement of beam guardrail transition sections will be per each for the type of transition section installed. 8-13.4 Measurement Terminal sections, except for Type F connections, will be All costs for surveying and resetting existing considered part of the transition section and will be monuments impacted by contruction shall be considered included in the measurement of the transition section. incidental to the contract unless specifically called out to be , ITEM NO. 5 OF SECTION 8-11.5 HAS BEEN REVISED paid as a bid item. AS FOLLOWS: SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 8-11.5 Payment(SA) «10 1. ., 10 1. T.eated Timber Post", eF each. 8-13.5 Payment The—mot—contract iee per each—€er "•n 1. x .n in. 2. "Reset Existing Monument" per each. ' Trp.ato,1 Timbe-Post"shall be full pay f f f. .'.Frog all !a Resetting an existing monument impacted by toots, equipment, materiais necessar3F—to eomplete—the construction shall be incidental unless included as a pay item. 'alternate W6 x 15 stool .ems« and ..tt..ehi fient of the .. nrdFai1 8-14 Cement Concrete Sidewalks suffaeing and pavement damaged by install I i 5. "Beam Guardrail Transition Section Type per each. SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING , The unit contract price per each for "Beam Guardrail THE FOLLOWING: Transition Section Type_" shall include posts,terminal sections, and attaching the transition to masonry 8-14.3(4) Curing(RC) structures. The Contractor shall have readily available sufficient ' protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly placed concrete. Damaged, vandalized, or unsightly concrete shall be removed and replaced at the expense of the Contractor. , Page-SP-61 , Revision Date: 05/17/95 (12:54 PM) 8-17 Impact Attenuator Systems(New) 8-17 Impact Attenuator Systems(New) ' SECTION 8 cement concrete specified in Section 9-03. Urea shall be SUPPLEMENTED BY ADDING THE thoroughly mixed with the sand in an amount equal to 5 FOLLOWWING: percent by weight of the sand to guard against freezing. 8-14.4 Measurement(RC) 8-17.3 Construction Requirements(SA) When the contract contains a pay item for "Curb Installation shall be in accordance with the Ramp, Cement Concrete," the per each measurement shall manufacturer's recommendations. This shall include the include all costs for the complete installation per the plans connection to concrete barrier or a bridge abutment and and standard details including expansion joint material, the transition section identified in the Plans,construction of curb and gutter and ramped sidewalk section. Sawcutting, steel reinforced concrete pads or anchors, construction of ' removal and disposal of excavated materials including reinforced concrete backup,and attachment to pavement. existing pavement and sidewalk, crushed surfacing base The Contractor shall have a complete set of materials and all other work, materials and equipment replacement parts on the job site for each type of required per Section 8-14 shall be included in the per each temporary barrier and shall repair any damaged impact price for Curb Ramp, Cement Concrete unless any of attenuators immediately. •During repair of damaged these other items are listed and specified to be paid as impact attenuators, the Contractor shall provide necessary separate pay items. traffic control as approved by the Engineer. If the contract does not provide a pay item for "Curb Temporary impact attenuators shall not be used for Ramp, Cement Concrete," but the plans call for such permanent impact attenuators. installation, then quantities shall be measured with and As soon as a temporary impact attenuator is no longer paid for under the bid items for Curb and Gutter and for needed, as determined by the Engineer, the Contractor Cement Concrete Sidewalk. When curb ramps are to be shall remove it from the project and it shall remain the constructed of asphalt concrete, the payment shall be property of the Contractor. included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-17.4 Measurement(SA, RC) SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Temporary and permanent impact attenuators will be measured per each for each installation. ' 8-14.5 Payment(RC) Resetting impact attenuators will be measured per each for each installation that is adjusted or reset to a new 2. "Curb Ramp,Cement Concrete," per each. location on the project. Payment for excavation of material not related to the If no pay item is included for temporarey impact construction of the sidewalk but necessary before the sidewalk attenuators then all costs to provide and install shall be can be placed,when and if shown in the Plans, will be made in considered a part of the pay item for"Traffic Control." accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and 8-17.5 Payment(SA, RC) 1 disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all Payment will be made in accordance with Section 1- costs thereof in the unit contract price per square yard for 04.1, for the following bid items when they are included in "Cement Conc. Sidewalk and the per each contract price for the proposal. ' Curb Ramp,Cement Concrete." 1. "Temporary Impact Attenuator," per each. 2. "Permanent Impact Attenuator," per each. 3. "Repair Impact Attenuator," by force account as 8-17 Impact Attenuator Systems (New) provided in Section 1-09.6. If no pay item is included for temporary impact THE VACANT SECTION 8-17 IS REPLACED BY THE attenuators then all costs to provide, install, maintain and FOLLOWING: reset shall be considered a part of the pay item for "Traffic ' Control." 8-17.1 Description (SA) To provide a common proposal for all bidders, the Contracting Agency may enter an amount for "Repair This work shall consist of furnishing, constructing, Impact Attenuator" in the proposal to become a part of the repairing, and removing temporary impact attenuator total bid by the Contractor. No payment will be made for systems and furnishing and constructing permanent impact repair of impact attenuators damaged by the Contractor's attenuator systems, including pads, nose covers, and operations. transitions. 4. "Resetting Impact Attenuator," per each. 8-17.2 Materials(SA) The Contractor shall select impact attenuator systems ' from the approved list shown in the Plans. Sand for inertial barrier systems shall be dry and meet the requirements of fine aggregate Class 1 for Portland Page-SP-62 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and , Electrical Electrical a necessary part and incidental to the excavation in ' 8-20 Illumination, Traffic Signal Systems, accordance with, the standard specifications. Unsuitable material shall be removed and backfill shall be select and Electrical material approved by the Engineer. The City reserves the right to make additions or deletions to the trench which SECTION 8-20.1(1) HAS BEEN SUPPLEMENTED WITH prove necessary for the completion of the project. THE FOLLOWING: The minimum width for the trench will be at the ' option of the contractor. Trench width will, however, be of 8-20.1(2) Industry Codes and Standards (SA) sufficient size so that all of the necessary conduit can be International Municipal Signal Association (IMSA), installed within the depths specified while maintaining the P.O. Box 539, 1115 North Main Street,Newark,NY 14513. minimum cover. ' Trench backfill material in roadway and sidewalk 8-20.2 Materials areas shall be compacted to 95% of the material's maximum density,per Section 2-03.3(14)D. SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH SECTION'8-20.3(4)HAS BEEN REVISED AS FOLLOWS: ' THE FOLLOWING. 8-20.2(1) Equipment List and Drawings(RC) 8-20.3(4) Foundations(RC) v A_qs; 21 5`i1,.e fifiish shall he applied l ♦e exposed .uff ee.. The Contractor shall submit for approval six sets of shop of,,,,,,,,,,e,o ;� .,.......d.,....e ,,,;,h the o,...:_e..,e..... of ce„«:,... � drawings for each of the following types of standards called for A-f on this project: , Where obstructions prevent construction of planned 1. Light standards with or without pre-approved plans. foundations, the Contractor shall construct an effective ' 2. Signal standards with or without pre-approved plans. foundation satisfactory to the Engineer. 3. Combination Signal and lighting standards. The height of Engine the light a .a 4. Metal Strain Poles. eonerete The !`entr..eter will not he requiFed to submit shop foundation plus the anehOF 1301t Stub height shall not exeee A inehes..L..,,e she.........d C..e The contractor shall provide all material for and construct the foundations for and to the dimensions The Contractor also shall submit either on the signal specified in table 1 below. The anchor bolts shall match standard shop drawings or attached to the signal standard that of the device to be installed thereon. ' shop drawings all dimensions to clearly show the specific All excess materials are to be removed from the mast arm mounting height and signal tenon locations for each signal pole to be installed. foundation construction site and disposed of at the , contractor's expense. SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY Concrete shall be placed against undisturbed earth if ADDING THE FOLLOWING: possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum 8-20.3(2) Excavating and Backfilling(RC) density. Before placing the concrete the contractor shall , The contractor shall supply trench within the unit block-out around any other underground utilities that lie in widths and to the specified depths at the locations indicated the excavated base so that the concrete will not adhere to on the contract plans or as directed by the engineer. the utility line. Concrete foundations shall be troweled, ' The contractor shall have approved compaction brushed, edged and finished in a workmanship-like equipment on site before beginning any excavation; manner. Concrete shall be promptly cleaned from the compaction shall be performed at the time of the initial exposed portion of the anchor bolts and conduit after backfilling of the trench unless directed otherwise by the placement. Foundation shall all be Class 3000 concrete. , engineer. After the specified curing period,the contractor may install Trenching for conduit runs shall be done in a neat the applicable device thereon. manner with the trench bottom graded to provide a uniform grade. No work shall be covered until it has been Table I , examined by the engineer. backfill material used for fill around and over this conduit system shall be free of rocks Type of device Dimensions greater than two inches in diameter to a depth of six inches above the conduit. Street Light Pole 4'Deep x 3' Sq or Dia. ' Trench within the roadway area shall use select trench Signal Pole up to 40' mast arm 7'Deep x 3'Sq or Dia. backfill which shall consist of 5/8th inch minus crushed Signal Controller See Detail Sheet surfacing top course or other material as indicated in the Street Light Control Cabinet See Detail Sheet special provisions or schedule of prices and directed for use Special Base See Detail Sheet by the engineer. The source and quality of the material shall be subject to approval by the engineer. Trench All concrete foundations shall be constructed in the backfill within the sidewalk area shall be made with manner specified below: , acceptable materials from the excavation subject to the 1. Where sidewalk or raised islands are to be constructed as Engineer's approval of the material and shall be considered a part of this project, the top of the foundation shall be Page-SP-63 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and ' Electrical Electrical made flush with the top of the sidewalk or island. (See to install conduits by open trenching. Open trench construction detail sheet) shall conform to the following: ' 2. Where no sidewalks are to be installed, the grade for the I. The pavement shall be sawcut a minimum of 3 inches top of the foundation shall be as specified by the engineer. deep. The cuts shall be parallel to each other and (See detail sheet) extend 2 feet one (1) foot beyond the edge of the All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the trench. field. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED over conduits below the roadbed, and 18 inches AS FOLLOWS: below finished grade in all other areas.. 47 T." eh width shrill be A inehes OF the eO 8-20.3(5) Conduit(SA,RC) diameteF PIUS 2 inehes,whieheveris l" Galvanized steel "and—,.it Shall be`"""n"d at the fellewin�g 5. Trenches located within paved roadway areas shall leealiens: be restored per the Renton Standard Detail. 3- Allruns; fie the lUfflinaiFe base to the nearest conefete.-rhe ce erezc shall-he-placed level to, and fHl Funs--installed nst 7' ' the sufface of. the alle at t..,FC.e signal installations pavement, f 11.,, 4, Al ed by 3 inches of pavingmaterial All pole Fisefs, exeept as etheB,ise FequiFed by that....,t..hos the existing pavement. owning es Pull Wires Shall be installed. ' 6- Nil bends with radius less thffl; 3 fce4. Rm s All conduit shall be rigid non-metallic unless noted embedded withinFeinfOFeed eanerete StFUCWFes aFe otherwise in the Plans or Special Provisions. exempted. All conduit openings shall be fitted with approved ' 7- O"""e bellends or Bushings. Wall thickness of conduit shall be faundAti9nS UlheFe ..last... " ",et"n:" ^duct consistent within continuous conduit runs with no mixing inst eise hero in the Fun, the eenduit segmen of different schedule types between terminations. ^to-;^" the jtfHetiOR I."" OFseF'Viee f undati " `hall. The contractor shall provide and install all conduit "^s:"t of " W ` length of galvanized "aeI and necessary fittings at the locations noted on the plans. eenduit eemplete with a field bend, pproved Conduit size shall be as indicated on the wiring and conduit adapteF fitting, equipment gFoun4i*g schedule shown on plans. ,.^d,."t . gmuiiding bushing, and banding jumpef Conduit to be provided and installed shall be of the eenneeted to equipment greundin type indicated below: "el Fa".".., ell.ew eernplete with eoupling ^d a 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM In get length of galvanized steal eanduit may—be standards shall be used whenever the conduit is to be installed in re,. "r the " "l), fne^tioped 1 n_f e4 placed other than within the roadway area. length of galvanized steel eenduit with field hand 2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM „ ..n "^,h"ddod ithin .e;"v"."ed ""^".ate"t... standards shall be used when the conduit is to be placed "r within the roadway area. � All,,rho. ,.,.a+:,..,"noted in the",.^lids.er to exempted. All joints shall be made with strict compliance to the 9-. All ..^ externally attached to stFuetures. manufacturer's recommendations regarding cement used Nonmetallic conduit m be o "leyed as an altemate to and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING ' the "" et Alenmetallie eend. :« installation shell inelud" THE FOLL OWING: equipment gFo nding—eandUek)F and shall .,r..., +" 8-20.3(6) Junction Boxes barfieF. The contractor shall provide and install junction boxes ' Aluminum eanduit will be an altefflate to galvanized steel of the type and size at the locations specified in the plans conduit subjeet to the folio i ' and as per detail sheets. -17 ...Theuse of ah, ;.u', conduit "hall ho FeSt.:"tad t,. The inscription on the covers of all junction boxes shall above gFou^d l" ati , h.. all seFviee-risers be as indicated below: ' shall be galvanized steel. 1. Street lighting only: "Lighting" 2-. AlurniHura conduit shall not be placed : eanerete. 2. Signal only: "Signals" 3. Traffic signal and street lighting. "TS-LT" by approved Jacking OF ElFiHiHe fflethOdS. Pa-Vement shall not 4. Telemetry only: "Telemetry" d; h .+.ha i f the Engineer and then only :n Inscriptions on junction boxes performing the same the a., nt "- onsare function, i.e. street lighting, traffic signal, or both, shall be Engineer, ..„all test halos may be cut in the pavement to locat consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in Iff allowed ebsFrll the standard plans and detail sheets.owed in the Plans or if obstructions are encountered The unit contract price per each for "Type I" or in jacking or drilling operations, the Contractor will be allowed "Type 11" junction box shall be full compensation for Page-SP-64 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and , Electrical Electrical furnishing same and for all costs of labor, material, tools, All street light standards, signal poles and other ' and equipment necessary to provide and install the standards on which electrical equipment is mounted shall junction boxes including excavation, backfilling and be grounded to a copper clad metallic ground rod 5/8" in compaction all in accordance with plans,specifications and diameter x 8'0" in length complete with a 48 AWG bare detail sheets. copper bonding strap located in the nearest junction box. All junction boxes shall have galvanized steel lids and All signal controller cabinets and signal/lighting service frames. cabinets shall be grounded to a 5/8" in diameter x 8'0" in , All junction boxes and associated concrete pads shall length copper clad metallic ground rod located in the be installed on compacted sub grade which shall include six nearest junction box with a bare copper bonding strap inches of 5/8th-inch minus crushed surfacing top course sized in accordance with the plans, specifications and material installed under and around the base of the applicable codes. junction box. Concrete shall be promptly cleaned from the Ground rods are considered miscellaneous items and junction box frame and lid. all costs are to be included with the system or conductors. The unit contract price per junction box shall include Ground straps are also miscellaneous items unless a installation of 5/8th-inch minus crushed surfacing top separate pay item is provided in the"Schedule of prices." ' course and a 4" thick Class er t cement concrete pad SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED enclosing the junction box as per the plans, specifications and detail sheets. Installation of the crushed surfacing and AS FOLLOWS. the concrete pad shall be incidental to the unit price per 8-20.3(10) Service(RC) , junction box and no further compensation will be made Power sources shown in the Plans are approximate only; unless the contract includes separate pay items for exact location will be determined in the field. "crushed surfacing" and/or for"concrete pad." , Unless otheF-A,ise noted in the Plans oF in the Speeial SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS FOLLOWS: in Seetion n 29 6(3) a ffleteF base installed in aeGOFdanee with :.ili tworh. h- ^l, .....��r� 0 0 0 8-20.3(9) Bonding,Grounding(RC) of oted in. the Plans, the n ^"eORd•..*.^^ ^ d , AH metallie appuftenanees eefitainmg—eleetfieal gf and assembly. eondueters(luminaires, light standards, eabinets�eta'lk The bFeaker shall be a standafd thermal eonduit, ete.) shall be fnade mechanieally and eleetFieally breaker eneased in a Faintight housing that ean be padleeked. ,,,,eu e to f;.m a continuous system which shall he ^£e etiyel.. Upon request of the Contractor, the Engineer will make ' the necessary arrangements with the-serving utility to complete _onduit system^ nstit tee the equipment gFOUn illg^ f1a the service connections. Electrical energy used prior to Where . tail:^ ^ nd •r is installed, +h + n + h n completion of the contract will be charged to the Contractor, include ^ equipment ^-"•nding ^^a•^ as noted in rho except that the cost of energy used for public benefit, when Standard Plans in addition to eend,^+".S ^^ilea 1;-RF iA +hve such operation is ordered by the Engineer, will be borne by the centfact. Bending- umpeFS and equipment groundi g State City. ^dueler, shall be stFanded OF solid, bare OF ulated green Three types of power service are used as indicated , o of thesame ^a^+:" I area as ,.l" o n« below: unlesr- a gff equipment g-6HHdiBg OMEIU^+^f is Fequired4n 1. Type I system shall be single phase 120 volt, 2 wire, 60 the-Standard Plans Where parallel e its afe elased in a cycle A.C. (traffic signal service only) common eenduit, the equipment grounding eandUetff shall 2. Type II, system shall be single phase 240 volt, 2 wire, 60 ' Boa h5.the-ating n_f the l^."est^ +a cycle A.C. (street lighting non contactor, 'individual _____ _ _ a- ._• ».._.•. _..__ �....b controlled photo-cell with n;,,oa ;�,he� ��,�,,;+ p ll h o neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire Identification of the equipment grounding conductor shall 60 cycle A.C. (street fighting contactor/traffic signal, conform to all Code requirements. grounded neutral service) Grounding of conduit and neutral at the service point shall The power service point shall be as noted on the plans be accomplished as required under the Code. Grounding of the and shall be verified by the electrical servicing utility. neutral shall be accomplished only at the service. The service cabinet shall be marked with the service Two seFYiee grounds shall be installed at each I ' agreement letters and numbers. The markings shall be installed on the outside cabinet door near the top of the cabinet. The ,O.....e. Ra d "hall " "£""" to the detail 'h markings shall be series C using stencils and black enamel Standard Plans fer "Seri iee Ground." The sewtee—grow alkyd gloss paint conforming to Federal Specification , 0nstallations shall be locatedminimumof 6 feet Th TT-E-489. grou nding electrode ^ nd n.. .." the o " utfal SECTION 8-20.3(11) IS REVISED AND SUPPLE;1fENTED bus. The ..a 0 nd ."EI a Shall be ^ a , rh_ AS FOLLOWS: 8-20.3(I I) Field Test(RC) the first ground FOEI.Ground ele640des shall be bonded --,,eF After all tests have been completed tbi: tFaffie signal f�FFOHS core mateFials shall be lid d r 1ess rh ' an In£a,r in length if they are'Q i V;n diameter OF not less thansystems, the installation will be tUFned on to Aash operation by in4 £nor : length :£rh...,.. ..S/4 inch,..L,."O.:.,,J .,: .., the G"^t:aetO ore. .... .,t the diF.CtiO., of the kneineeF. The al shall Page-Sf-65 , Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical of an approved threaded sleeve nut and stud, and The time allowed f^- Fl^`h 40 repairing the foundation with epoxy concrete repair. 7. The grout pad shall not extend above the elevation of The date fOF ^hanging f ern Flashing to stop and ge the bottom of the slip base. 3hall be mutually affeed upon by the GontFaEtor 8. Anchor bolts shall be installed plumb,f I degree. thE^ginee, No change to stop and go operation will be 9- allowed after 2 p.m. on any day nor will the change be allowed ,details:n the Stan,,^_,, PlaflS. on Friday, weekends, holidays, or the day preceding a holiday. Bfeakaway eoupling installation shall confoFm to the tellowing n. ent fg.the ehange 4-. At existing f undation^ the arch.,. n .t ngle gM t 1. Requests for traffic signal turn on will not be pad, and le,.,eling nuts shall be removed. Conduit considered until a pre-turn on inspection of signal shall be eut t a ..,a.,:......., height of 2 inches abe,e system has taken place. the foundation n Heh,,. bolts that a e damaged shall. 2. All discrepancies and deficiencies must be corrected by be Fepaired with appFON'ed sleeve nuts as noted unde ' the contractor and re-inspected prior to requesting slip base installation PFOeeduFe--. signal turn on date. n n^"^. bolt ^han be .,« off 1 n to :nghe^ above3. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided the foundation. At new foundations, the anch@F bolts- and has been energized by the electric utility. `hall be installed with to of belt 2 1 2 to 3 inches 4. A minimum of three(3)working days notice will be above the fetindation.. required for signal turn on. 3- Couplings shall be installed to within 1/8 inch to 5. Channelization at the intersection must be complete per 34 inch of the foundation. Couplings shall then be plan before requesting signal turn on date. Any leelea deletions of channelization prior to turn on must be 4-. The pole shall be set and plumbedi and washers, approved by the engineer. 6. City forces shall provide,post and maintain proper nuts, and skirt installed per f' signing warning of new signal ahead. Clip baseinstallations shall c of rm to details in th 8-20.3(13) Illumination Systems Standard Plans. ' SECTION 8- 7.3(13)A is EDAS FOLLOWS:REVISED AND �,eted to ,he pole above the ��;� Rol Thelewing int;qn:nation shall be stamped on the-tagi SUPPLEMENTED A LuFainaiFe ..,be F. 8-20.3(13)A Light Standards Z- 1 3. 1 ..... a:.e.oltage 4-- The slip "lane shall he `nee of ob^truet. ns sue ' All new light standards shall be numbered for identification in accordance with the Plans using painted 3-inch anehOF" it ,, other " ' t s shall teFfninate series C numbers installed three feet above the base facing the ' a height at OF below two elevation of the top f the travelled way. Paint shall be black enamel alkyd gloss bottem slip plate- conforming to Federal Specification TT-E-489. 2-. Ad!n ache..s hall be n n SUT0 N4 164 (AST n In setting timber poles, the Contractor shall provide a 325). WaSheFS in the slip lane hall be nla g,l 13� minimum burial of 10 percent of the total pole length plus between the"gigm slip"late and the keepe'"late 2 feet and shall plumb or rake the poles as directed by the 3. Anchor bolts shall extend through the top heavy hex Engineer. nut two full threads. The hand hole shall be located at 90 degrees to the ' 4 Clamping bal€s shall be new AASHT-0 vl davit arm on the side away from traffic. A grounding lug 164 (n STAA n 325) or nSTr4 n 449 bolts .. th or nut shall be provided in the hand hole frame or inside el an undamaged «h.ead The clamping bolts ` a 1 the hand hole frame or inside the pole shaft to attach a be tightened to the SpOeified tKque, Plus OF MIRE! ground bonding strap. ' All poles and davit arms shall be designed to support a alfbrated [OFEflute ..h hefi.re egt.ng the ligl'.t luminaire weight of 50 lbs. or more and to withstand standard. pressures caused by wind loads of 85 m.p.h. with gust -5, The.ealvanized S..Cage.•Of the tWO Slap nlatec an,l the factor of 1.3. ' keepeF plate shall be smeath, without iFregulff All poles shall maintain a minimum safety factor of t event slackenini of halt 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for tension due to flattening of the irregularities. basic wind pressure. 6. Anchor bolts damaged after the foundation concrete Davit Arms: is placed shall not be repaired by bending or welding. The davit stvle arm shall incorporate a 5'9" radius bend The Contractor's repair procedure is to be submitted as measured from the centerline of the shaft. The outer to the Engineer for approval prior to making an%, portion of the arm shall be nearly horizontal to +2' above repairs. The procedure is to include removing the horizontal and shall be furnished with a 2" diameter damaged portion of the anchor bolt; cutting threads shipfitter with a maximum length of 8 inches to fit the on the undamaged portion to remain, the installation luminaire specified. The pole end of the davit arm tube Puge-SP-66 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical shall be fastened securely to the top of the shaft ' producing a flush joint with an even profile. SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING Anchor Base: THE FOLLOWING: A one piece anchor base of adequate strength, shape and ' size shall be secured to the lower end of the shaft so that 8-20.3(14) Signal Systems(RC) the base shall be capable of resisting at its yield point the All signal conductors shall be stranded copper and bending moment of the shaft at its yield point. The base shall have 600 volt insulation and be of the sizes noted on shall be provided with four slotted or round holes to the plans. All multi-conductors used for the signal system ' receive the anchor bolts. Nut covers shall be provided shall conform to division 9-29.3 and shall be of the sizes with each pole. noted on the signal wiring schedule and wiring diagram. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts and All stranded wires terminated at a terminal block shall two washers, shall be furnished with the pole. Anchor have an open end,crimp style soderless terminal connector, ' bolts shall meet the requirements of Section 9-06.5(3) and and all solid wires terminated at a terminal block shall 9-06.5(4). The anchor bolt yield point shall be capable of have an open end soldered terminal connector. All resisting the bending moment of the pole shaft at its yield terminals shall be installed with a tool designed for the point installation of the correct type of connector and crimping ' The contractor shall assure that all anchor bolts with pliers, wire cutters, etc., will not be allowed. All conform to the recommended ASTM specifications of the wiring inside the controller cabinet shall be trimmed and pole manufacturer and shall secure and submit to the City cabled together to make a neat, clean appearing for approval all manufacturer data on pole bending installation.No splicing of any traffic signal conductor shall moment, anchor bolt fabrication data, test results and any be permitted unless otherwise indicated on the plans. All other data that may be required to confirm that the anchor conductor runs shall be attached to appropriate signal bolts meet these specifications. terminal boards with pressure type binding posts. The only Miscellaneous Hardware: exceptions shall be the splices for detector loops at the All hardware (bolts, nuts, screws, washers, etc.) needed nearest junction box to the loops. to complete the installation shall be stainless steel. I.D. (Identification for poles): SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING , The contractor shall supply and install a combination of THE FOLLOWING(RC) 4-digits and one letter on each pole, whether individual luminaire or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot 8-20.3(14)C Induction Loop Vehicle Detectors(RC) level on the pole facing approaching traffic. Legends 11. Splices to loop return cables shall be made with ' shall be sealed with transparent film, resistant to dust, soldered compression type connectors. weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING reflectorized 2 inch legend on a black background. The THE FOLLOWING: ' I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering 8-20.3(14)D Test for Induction Loops and Lead-in office. Cost for the decals shall be considered incidental to the Cable(RC) , contract bid. The Contractor shall keep records of field testing and Light standards shall be spun aluminum davit style shall furnish the engineer with a copy of the results. and shall meet the pole detail requirements indicated below and the detail sheets at the end of these specifications. SECTION 8-20. REVISED AND The pole shaft shall be provided with a 4" x 6" flush SUPPLEMENTEEDD A AS S FOLLOWS. hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. 8-20.3(14)E Signal Standards(RC) The pole shall be adjusted for plumb after all needed 3. Disconnect connectors complete with pole and ' equipment has been installed thereon. After pole is bracket cable shall be installed in any signal standard installed and plumbed, nuts shall be tightened on anchor supporting a luminaire. Illumination WHIST bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that slip base wii:ingg- can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. the space between the concrete foundation and the %ndieatOFS of detectors. bottom of the pole base plate shall be filled with a dry pack 14. The signal standard and its fabrication shall mortar grout and trowled to a smooth finish conforming to conform with all current Washington State the contour of the pole base plate. Department of Transportation Signal Standard Dry pack mortar grout shall consist of a 1:3 mixture of Specifications and current pre-approved plans by portland cement and fine sand with just enough water so WSDOT. that the mixture will stick together on being molded into a 15. Installation of all nuts and bolts shall be ball by hand,and will not exude moisture when so pressed. performed with proper sized sockets, open end or A one half inch drain hole shall be left in the bottom of the box wrenches. Use of pipe wrenches or other tools grout pad as shown on the standard detail. Page-SP-67 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and ' Electrical, Electrical which can damage the galvanization of the nuts and"Tratlie-Signal Eentrol Sj'stem ", shall be full and bolts will not be permitted. pay for furnishing all labor, materials, tools, and equipment Tools shall be of a sufficient size and strength to necessary for the construction of the complete electrical achieve adequate torquing of the nut(s). system, modifying existing systems, or both, as shown in the SECTION 8-20.3(14)F IS AN ADDED NEWSECTION: Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities ' destroyed or damaged during construction, salvaging existing 8-20.3(14)F Opticom Priority Control Systems materials, and for making all required tests. All additional (RC) materials and labor, not shown in the plans or called for herein ' All new Opticom Priority System components shall be and which are required to complete the electrical system, shall 500 Series,or approved equal. The Contractor shall supply be included in the lump sum contract price. one copy of the manufacturer's software on original disks. 4."Cenduit Pipe In. Diam.", pef linear a et. Controller cabinets shall have the 562 harness wired into The Unit contract pFiee Per linear feet €er"Gerduit the cabinet by the supplier. In. Piam." shall be €ull—Pa3^for furni nin ^'g �„ Pipe, pip" SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING eenneetiens, elbows, bends, saps, FedueeFS, cendulets, a„a THE FOLLOWING: ^ �^ ' fOF placing the pipe iRR669FElanee with the abEw pretiisieis, including—all excavation OFjaeking requ4e4; 8-20.3(15) Grout(RC) After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate the eanduit, except that when eonduit is included en an), shall be filled with a dry pack mortar grout trowled to a I ""`s"' part of an illUfflMatiOn OF tFaffie signal smooth finish conforming to the contour of the pole base system and the conduit is not shown as a pay item, it shall be plate. Dry pack mortar grout shall consist of a 1:3 mixture sum pFree f;ar the system shown, of portland cement and fine sand with just enough water so All costs for installing conduit containing both signal and that the mixture will stick together on being molded into a illumination wiring shall be included in the contract prices for ball by hand and will not exude moisture when so pressed. the signal system. A one half inch drain hole shall be left in the bottom of the All costs for installing junction boxes containing both grout pad as shown on the standard detail. illumination and signal wiring shall be included in the contract prices for the signal system. SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS The unit prices for the items listed below shall be full FOLLOWS: compensation for furnishing and installing each item and for all labor, materials, tools, equipment and testing 8-20.4 Measurement(RC) necessary and/or incidental for the full and complete installation as per the contract plans,detail sheets and these When shown as lump sum in the Plans or in the proposal specifications. as illumination system , traffic signal display—a*^,Q ' 3. "Trench and Backfill,......." wide by........." deep, " dew.: ^ system , OF •.^ffi^ signal 60fitrel System _ per linear foot. no specific unit of measurement will apply, but measurement The unit contract price for (3) "Trench and Backfill" will be for the sum total of all items for a complete system to per linear foot shall be full compensation for excavating, ' be furnished and installed, loading, hauling and otherwise disposing of the waste Conduit of the kind and diameter specified in the materials, for backfilling and compacting backfill material Schedule of Prices will be measured by the linear foot for the to specified density and for the restoration of the trench to actual neat line length in place, unless the conduit is included its pre-existing condition or as shown on the plans or as ' in an illumination system, signal system, or other type of directed by the Engineer all in accordance with the plans, electrical system lump sum bid item. specifications and detail sheets. Measurement for unit price items shall be as described 4, "Select Trench Backfill," per ton.(4)"Select in Section 8-20.5 or as described in the contract schedule of Trench Backfill" shall consist of 5/8" minus crushed ' prices and/or special provisions. surfacing top course and the unit per ton price shall SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS include all costs associated with furnishing and FOLLOWS: installing the material and loading,hauling and disposing of waste materials. 8-20.5 Payment(RC) 5. " ....Foundation,.......," per each.* 6. "Type....Junction box," per each. * Payment will be made for each of the following bid items *The unit per each price for (5)"Foundation" and that are included in the proposal (6)"Junction Box" shall be full compensation for full and I. "Illumination System ", lump sum. complete installation per the plans,specifications and detail 2. "Traffic Signal Display and Detee ^^ System sheets including enclosing each item in a finished concrete lump sum. pad which shall be incidental unless a separate pay item is 3- "Traffic signal Eentrel System ", Idmp Suns included in the Schedule of Prices for "Concrete Pad." The lump sum contract price for -Illumination System 7. "Concrete Pad," per square yard. and "Traffic Signal Display and Detection System Page-SP-68 Revision Date: 05/17/95 (12:54 Plot) 8-22 Pavement Marking 8-22 Pavement Marking , Measurement for (7)"Concrete Pad" shall be by the installation in accordance with the plans,specifications and ' equare yard of surface area enclosed inclusive of and not detail sheets. The unit price shall also include providing subtracting for the area of the junction box or foundation and installing conduit stub-outs and soldered splices, enclosed and shall be full compensation for full and splices to loop return cables unless separate pay items are complete installation as per the plans, specifications and included in the contract schedule of prices for these other detail sheets. items. Sawcutting shall be considered incidental to the loop 8. "......."Schedule 40 Conduit,P.V.C." per linear installation whether or not there is a separate pay item in foot.* the contract for sawcutting. Measurement for a standard 6' 9. "......."Schedule 80 conduit,P.V.C.," per linear x 6' induction loop shall be 28 linear feet. Sawcutting for ' foot.* loop "Home runs" shall be done such as to minimize the * The unit contract price for conduit shall include all total linear feet of sawcutting required by means of proper conduit, couplings, adapters, elbows, bends, reducers, bell locating of loop return "Stub-out", by direct routing of , ends,bushings,and any other material,labor or equipment "home runs" and by combining up to.4 pairs of loop wires necessary to complete the installation of the conduit. in a single "home run" sawcut. Loop and "Home Run" Measurement shall be by linear foot from end of conduit to layout shall be approved by the Engineer before sawcutting end of conduit as measured from the top of grade along the takes place. ' middle of the trench line and adding a vertical 24. ".......Splice kit," per each. measurement at the end of each conduit run equal to the 26. "Emergency Vehicle pre-emption detector," per design depth of the trench. No payment shall be made for each. additional conduit used by the contractor due to horizontal 27."Opticom discriminator card," per each. ' or vertical weaving of the conduit within the trench line. 28. "Detector amplifier," per each. 10. "Street Light Standard.......," per each. 29. "Street light fuse kit," per each. i 1. .........watt...Luminaire and lamp," per each. 30."Pedestrian push button with sign, " per each. 12. .........watt...Luminaire and lamp with photocell," 31. "Pedestrian push button post," per each. , per each. 32. "Pedestrian signal pole,Type 1, 10-feet," per each. 13.........AWG....copper wire," per linear foot. 33. "Relocate existing.......pole," per each. 14."Service cabinet," per each. The unit per each price for "relocate existing ....pole" ' The unit per each price for(14)"Service cabinet" shall shall be full compensation for removing the pole from its be full compensation for furnishing and installing the fully existing foundation, removing and salvaging or re- equipped cabinet and for risers, standoffs and any other installing existing equipment, plugging holes as required materials, labor or costs associated with providing and installing the pole on its new foundation and shall ' electrical service as required by the electrical utility, the include all labor,tools, materials,equipment and any other contract plans, details and specifications and not included costs necessary and/or incidental to complete the as separate pay items in the contract schedule of prices. installation and make the electrical equipment operational 15. "........Signal head......," per each. all in accordance with the plans, specifications and detail 16. ".......Signal head mounting hardware," per lump sheets. SUM. 34. "Remove existing.......Foundation," per each. The lump sum price for (16)......Signal head mounting The unit per each price for "Remove existing hardware" shall be full compensation for supplying and foundation" shall be full compensation for full and ' installing all traffic or pedestrian signal head mounting complete removal and hauling and disposal of the hardware in conformance with the plans,specifications and foundation. detail sheets. ' 17. "Pole mounted terminal box......x..."x......and 8-22 Pavement Marking mounting hardware," per each. 18. "2/c shid loop return cable," per linear foot. 19. "3/C shid pre-emption cable,"per linear foot. SECTION 8-22.1 IS REVISED AS FOLLOWS: 20. "...-pair shid interconnect cable," per linear foot. ' 21. "Traffic signal controller and cabinet," per each. 8-22.1 Description(RC) The unit contract price for "Traffic Signal Controller and Cabinet" shall be full compensation for furnishing and Skip Center Stripe , installing a fully equipped, wired and operational A BROKEN YELLOW line 4 inches wide. The controller and cabinet. broken or"skip" pattern shall be based on a 40-feet 24- 22. "Traffic signal wire," per lump sum. foot unit consisting of a-10 foot 9-foot line and a-304ee4 23. "Signal standard,Type...,with ...-foot mast arm," 15-foot gap. Skip center stripe is used as center line ' per each. delineation on two lane or three lane, two way highways. 24. "Induction loop vehicle detector." per linear foot. The unit linear foot contract price for (24)"Induction Double Yellow Center Stripe loop vehicle detector" shall be measured by the linear feet Two SOLID YELLOW lines, each 4 inches wide, of full depth sawcut required for installation. The unit separated by a 4-inch-or 12 inch space. Double yellow price shall be full compensation for full and complete center stripe is used as center line delineation on installation including wire, sealant and all other labor, multilane,two way highways and for channelization. ' materiais, tools and equipment required to complete the Page-SP-69 Revision Date: 05/17/95 (12:54 PM) 8-22 Pavement Marking 8-22 Pavement Marking ' Gore.StripeApproach Stripe SECTION 8-21.3(5)IS REVISED AS FOLLOWS: A SOLID WHITE line, 8 inches wide, used—at f eewa„ - o' Stripe ; used sod to 8-22.3(5) Tolerances for Line Stripes(RC)delineate turn lanes from through lanes, for traffic islands, Length of Stripe: The longitudinal accumulative and for hash marks. Hash mark stripes shall be placed on error within a-404eet 24-foot length of skip stripe shall 45 degree angle and 10 2-0-feet apart. not exceed plus or minus 1 inch. Lane Stripe SECTION 8-22.3(6)IS REVISED AS FOLLOWS: A BROKEN WHITE line, 4 inches wide, used to 8-22.3(6) Installation Instructions(RC) delineate adjacent lanes travelling in the same direction. Installation instructions for plastic markings shall be ' The broken or "skip" pattern shall be based on a provided for both the Contractor and the Engineer. All 40-fee t24-foot unit consisting of a 10 feet 9-foot line and materials shall be installed according to the manufacturer's a 30-€eet 15-foot gap. recommendations Drop Lane Stripe(Skip Approach Line) shall be ffeSelit at the initial material inst �,e the A BROKEN WHITE line, 8 inches wide, used to delineate a lane that ends at an off ramp. The broken or SECTION8-22.3(7)IS NEWSECTION. "skip" pattern shall be based on a 24I-5-foot unit ' consisting of a 93-foot line and a 154-2--foot gap. 8-22,3(7) Removal of Traffic Markers (RC) N Pass e Where shown on the plans or directed by the Engineer, A SOLID YELLOW OW IiHe, A inehes wide, sepafated the Contractor shall remove all old or conflicting stripes, ' fFam a skip eentef stripe by a 4 ineh Spaee Whffe passin lines, buttons, or markers as required to complete the is prehibited ffem the lane bounded by the no . channelization of the project as shown on the plans or Wherepassing iS PFOhibited in both `i ss detail sheets. This work shall be considered incidental to o sh..n he o.ve- -90 ID VE r nur lines eaeh d ineho other contract pay items and no further compensation shall ' wide,se aFated by a A °fieh OF 12 inch""ee. be made unless a separate pay item or items are provided Reversible Lane Stripe for such removal. Twe 13 OKEN YELLOW OW liHe each n inches ..rao Removal of traffic markers shall be conducted in a manner so as to prevent damage to the existing pavement. All damage due to Contractor operations shall be repaired by the Contractor at his expense and to the satisfaction of the Engineer. Two Way Left Turn Stripe Pavement markings shall be obliterated by A SOLID YELLOW line, 4 inches wide, with a hydroblasting, sandblasting, or other method approved by BROKEN YELLOW line, 4 inches wide, separated by a the Engineer, until blemishes caused by the pavement 4-inch space. The broken or"skip" pattern shall be based markings removal conform to the coloration of the adjacent on a-40-feet 24-foot unit consisting of a4g-€eat 9-foot pavement. If, in the opinion of the Engineer, the pavement line and a-344 et 15-foot space. The solid line shall be is materially damaged by pavement marking removal, such installed to the right of the broken line in the direction of damage shall be repaired by the Contractor at his expense travel. to the satisfaction of the Engineer. Sand or other material deposited on the pavement as a result of removing stripes Crosswalk Stripe and markings shall be removed as the work progresses to A SOLID WHITE line, 8 inches wide and 10-feet avoid hazardous conditions. Accumulation of sand or ' long, installed parallel to another crosswalk stripe with a other material which might interfere with drainage will not 6 foot aee between the i:..e. unless noted otheftwise in be permitted. the mast and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of SECTION IS REVISED AND SUPPLEMENTED AS lanes. See detail sheet.. FOLLOWS: Stop Bar 8-22.4 Measurement(RC) A SOLID WHITE line,48 12, 18 or 24 inches wide ' unless as noted ether�ise-in on the Contract plans. � Skip center stripe, skip center stripe with no-pass stripe, double yellow center stripe, edge stripe, dotted extension Traffic LetterLegend stripe, lane stripe, drop lane stripe, double no-pass stripe, A WHITE marking contbrming to the cu«,n reversible lane stripe, and two way left turn stripe will be pub}ieation measured by the linear foot as "Paint Stripe" or "Plastic I'averxeral l4 using alphabetical Stripe." The measurement will be based on t4 e ravel' � letters..- FeqHiFed a marking system capable of simultaneous application of three 4-inch lines with two 4-inch spaces. No Of the Faikoad crossing symbol, all tFaf e iette« shall he deduction will be made for unpainted area when the marking x feeth+gh.See contract plans and detail sheets. includes a skip line such as skip center stripe, skip center stripe with no-pass stripe, lane stripe, reversible lane stripe, or two Page-SP-70 Revision Date: 05/17/95 (12:54 PM) 8-23 Temporary Pavement Markings 9-03 Aggregates2 , way left turn stripe. No addition will be allowed when more considered incidental to other items in the contract or than one line can be installed on a single pass such as skip included under "Traffic Control," if that item is included center stripe with no-pass stripe, double yellow center stripe, as a bid item. double no-pass stripe, reversible lane stripe, or two-way left turn stripe. ' GefeApproach stripe, barrier stripe, crosswalk stripe, and Division 9 stop bar will be measured by the linear foot of each marking type. Materials ' Traffic arrows will be measured by the unit with each arrow head defined as a unit. Tie 1,, ,and 3,aFFO.rs an eOnSidOFed one two units each, unit 9-00 Definitions and Tests Traffic lettefslegends, handicapped parking stall symbols, ' preferential lane symbols, railroad crossing symbols, drainage SECTION 9-00 IS SUPPLEMENTED BY ADDING THE markings, and cycle detector symbols will be measured by the FOLLOWING: unit. ' Measurement for paint/plastic stripe line removed 9-00(A) Recycled Materials(RC) shall be by the linear foot of "...." wide line or shall be included in the lump sum price for "remove existing traffic The City encourages the use of recycled materials markings" unless specified to be paid as a separate pay whenever practicable, provided that those materials meet ' item. or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS utilized, the City requires that a Recycled Product FOLLOWS. Reporting Form be completed by the Contractor. , 8-22.5 Payment(RC) 9-02 Bituminous Materialsl 3. "Painted GereApproach Stripe",per linear foot. ' 4-. " 13. "Painted Traffic LettefLegend",per each. 9-02.1 Asphalt Material,General 14. "Plastic Traffic LetteFLegend",per each. , 22. "Remove Paint Line....." wide," per linear foot.* SECTION 9-02.1(10)IS NEW SECTION. 23. "Remove Plastic Line......" Wide," per linear foot.* 9-02.1(10) Loop Sealant(RC) Unless specified otherwise in the contract or permitted 24. "Remove existing traffic markings,"per lump p sum.* by the Engineer upon request from the contractor, loop * The linear foot contract price for 21. "Remove Paint sealant shall be hot-melt, rubberized asphalt sealant Line" and 22. "Remove Plastic Line" and the lump sum (Crafco Loop Detector Sealant or approved equal), shall contract price for 23. Remove existing traffic markings meet the penetration, flow and resilience specifications of shall be full compensation for removal of existing traffic ASTM D3407 and shall be installed with an approved markings as per the plans, specifications and detail sheets. applicator in conformance with manufacturer's If these pay items do not appear in the contract schedule of recommendations. prices, then the removal of old or conflicting traffic The contractor shall request and obtain approval from ' markings required to complete the channelization of the the Engineer for the type of loop sealant to be used before project as shown on the plans or detail sheets shall be installing detector loops and shall submit manufacturer considered incidental to other items in the contract and no cutsheets or other data if requested by the Engineer in further compensation shall be made. order to enable the Engineer to determine the acceptability ' The unit contract prices for the above listed bid items of the sealant. All loop sealant shall only be installed in shall be full pay for furnishing all labor, tools, material, thoroughly clean and dry pavement and shall be applied in and equipment necessary for the completion of the work as conformance with the methods required as to temperature , specified. and means of application such as to completely fill the sawcut area, encapsulate the loop wires and adhere to the 8-23 Temporary Pavement Markings pavement. 'SECTION 8-13.5 IS SUPPLEMENTED WITH THE 9-03 Aggregates2 FOLLOWING: SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 8-23.5 Payment(RC) 9-03.8(6)A Basis of Acceptance (RC) If no pay item is included in the contract for 1. Asphalt Concrete will be accepted based on its conformance to the project job mix formula (JMF). installation for removal of temporary pavement FOr the deteFmination of�Jeet 3M°,the ' markings thenn all costs associated with these items are Centraeter shall submit to tie Engi.,_­ Page-SP-71 ' Revision Date: 05/17/95 (12:54 PM) 9-03 Aggregates2 9-03 Aggregates2 amples of the v to b *th the gfadatien data showing the Constituent of Mixture Tolerance Limits `061EP01O aVeFages and ' `"t`en of the The tolerance limit for ' produced, t8gethffeach mix constituent and the o '"chat"^ of the pleted shall not exceed the Based on SUbMitted gFadation and aggregates fmni. broad band specification ' the Eentraeter the Engineo. Will deteFfnine ,ho limits specified in asphalt eantent, a+tti-StHp reElUffement, and aspha44 Section 9-03.8(6). samples submitted and PFOP Aggregate passing Broad band ,; ^ v o h ..; , tests ;,I he run 1" 3/4 t 5/8 t, 1/2 specification limits ' 40 deteFmine the pefeemage of asphalt, by weight, to-b�e and 3/8" sieves Section 9-03.8(6). added. The Wr- thus established shall hhe ehanged Aggregate passing 1/4" sieve t 6% ^^'•' U^ ,.rdor of the Engineef, No material for Aggregate passing No. 10 sieve t 5% payment may be produced for use on a project Aggregate passing No. 40 sieve t 4% until the job mix formula has been approved by Aggregate passing No. 200 sieve t2% Note l the engineer. The mixture shall be designed to Asphalt cement t0.5%Note2 meet the test criteria listed in Section 9-03.8(2) For open graded mix: Tolerance limits shall be for ' and remain within the limits set forth in 9-03.8(6). aggregate gradation only and shall be as specified in Section The determination of the job mix formula shall be 9-03.8(6). the responsibility of the Contractor. Note 1 —2.0% if less than 50% RAP (Recycled Asphalt The intermingling of asphalt concrete mixtures Pavement),2.5%for 50%RAP or more. produced from more than one JMF is prohibited. Note 2—0.5%if less than 20%RAP, 0.7%for over 20% Each strip of asphalt concrete pavement placed RAP,but less than 50%RAP, 1.0%for 50%' RAP or greater. during a working shift shall conform to a single job These tolerance limits constitute the allowable limits used mix formula established for the class of asphalt in Section 5-04.3(8)A to determine acceptance.^" deSe-ice concrete specified unless there is a need to make an iR Seetien 1 96.2M. adjustment toin the JMF. b- Teleranees Nonstatistieal Aeeeptanee. ^fte the P'4W is detor.,,;ned ,he nst;tuent" of the The JMF shall be submitted in writing by the ' Contractor to the Engineer at least 10 days prior n . of aeeeptance "hall , ..F,,.m to the start of paving operations and shall include to the range of the pFepeFtien specified in the as a minimum: a. Percent passing each sieve size. f r ffad.ben and the design mix asphalt" n b. Percent of asphalt cement. .,IUS OF..,:^.."0.7 pereent c. Asphalt grade. E Adjustments �`bbregates. Up r,rare., ro„ o ., d. Mixing temperature. " st Ffem th e. Compaction temperature. Eentraaetor, the PFOjOGt 1 rtgineet ay a Fold adjustments the Ines f. Anti-strip agent content. .,f 7 pereent for- the aggregate The Contractor may not make any changes Fetained on the Ne. 10 sie and above, to the JMF without prior written approval of the 1 pement for the aggregate passing the No. Engineer. Should a change in sources of materials 10 and No. 40 sieves, and 0.5 pefeent-fer be made, a new JMF must be approved by the the aggregate passing the No. 200 sieve. These field adjustments to the MF .nay ho Engineer before the new material is used. No.,, xtuFe "hall be r„duced F„r use „^ the made h,,the D'.,e6t Engineer ^r,,.,ided te- F eject until the .fne nt of ..asphalt. teFial and ..r,t: ehan . e ,;II „duce al of equal JJ StFip additi .,,e t„he added h "heeFi established. better quality. The above adjustments ^diany F..rther .,d', st^,e4 as rdered IJeb tIr�13E l,erir}Hla Staiisc.cm1�6ccptarrw The average gradation of the eornpleted- asphalt GOReFete Fnix submitted by the (`antraet„r in the mi* new WR Adjustments beyond these liFnits design p epesal—as required-in Section 9 03$(6) and the Will FequiFe development of a new . resulting Mix Design ' shall be the jNW- The adjusted WF plus or minus th ^.. eh„ e o adjustment of per e nt „Fallowed t„leFaRees shall be w0thin the Asphalt Gentent The r)r,,;.,"t I:..gr^.�e,5',�r--�^'.may 23. Job Mix Formula Tolerances and�4�}astet�c=nts. ' a. Tolerances S tatistic-al Aeopetanee.-After the he content " t 's re JMF is determined, the several constituents of to change asphalt the mixture at the time of acceptance shall 0.3 percent From the approved jMF. No conform to the following tolerances: field adjustments of the W11 relative;o the asphalt ".,�ment c-�>^t exceeding n percent Fr,,.,, the initiai jM12 illl be mad ' Page-SP-72 Revision Date: 05/17/95 (12:54 ISM) 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits3 ' without the approval of the—Matffiarls pipe shall be Type II in conformance with ASTM C150. No ' EngifleeF admixture shall be used unless otherwise specified. SECTION 9-03.11 HAS BEEN REVISED AS FOLLOWS. SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE FOLLOWING: 9-03.11 Recycled Portland Cement Concrete ' Rubble(SA) 9-05.7(2)A Basis for Acceptance(RC) All pipe shall be subject to (1) a three-edge-bearing REFERENCES TO RECYCLED CONCRETE IN THE strength (D-load) test in accordance with ASTM C76; and ' FIRST, SECOND, AND SIXTH PARAGRAPHS ARE (2) a hydrostatic test of rubber gasket joints in accordance REVISED TO READ: with ASTM C361 or AWWA C302 except test pressure recycled Portland cement concrete shall be 5 psi. , THE THIRD PARAGRAPH IS REVISED TO READ: SECTION 9-05.7(3) IS DELETED AND REPLACED BY A maximum of 204-0 percent by weight of recycled THE FOLLOWING: asphalt pavement may be used in the blended product. The asphalt content is calculated as the amount of asphalt particles 9-05.7(3) Concrete Storm Sewer Pipe Joints retained on all screens'/.inch and above. (RC) THE SECOND PARAGRAPH OF SECTION 9-03.15 HAS Joint assembly design shall be reinforced concrete bell BEEN REVISED AS FOLLOWS. and spigot type incorporating a fully retained single rubber ' gasket in accordance with ASTM C361 or AWWA C302. 9-03.15 Bedding Material for Rigid Pipe(SA) Rubber gasket material shall be neoprene. If in the opinion of the Engineer, SECTION 9-05.7(4). IS SUPPLEMENTED BY THE duetile iFeft pipe may be se FOLLOWING: the native granular material is free from wood waste, organic material, and other extraneous 9-05.7(4) Testing Concrete Storm Sewer Pipe or objectionable materials, it may be used for pipe bedding. ' The material shall have a maximum dimension of 1 1/2 Joints(RC) inches.and shall have^Fnwiimum dimension ^f' �Rshpq. Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA 9-04 Joint and Crack Sealing Materials C302 except test pressure shall be 5 psi. , SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS SECTION 9-04.11 IS A NEW SECTION FOLLOWS: 9-04.11 Butyl Rubber(SA) 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) Butyl rubber shall conform to ASTM D2000, M1 BG Steel spiral —ste,n—sewer pipe shall meet the 610. size, eeating, Fnetal, and preteetive treatment shall be as shown 9-05 Drainage Structures, Culverts, and The manufacturer of spiral rib storm sewer pipe shall Conduits3 furnish the Engineer a Manufacturer's Certificate of ' Compliance stating that the materials furnished comply in all SECTION 9-05.4 IS REVISED AS FOLLOWS: respects with these Specifications. The Engineer may require additional information or tests to be performed by the 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Contractor at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe Steel culvert pipe and pipe arch shall meet the shall be furnished with pipe ends cut perpendicular to the requirements of AASHTO M 36, Type I and Type 11. Welded longitudinal axis of the pipe. Pipe ends shall be cut evenly. seam aluminum coated (aluminized) corrugated steel pipe and Spiral rib pipe shall be fabricated either by using a continuous ' pipe arch with metallized coating applied inside and out helical lock seam or a continuous helical welded seam following welding is acceptable and shall be asphalt paralleling the rib. treatment coated. Q..:...I .a. sto.... .,^. pipe shall have halve^I ribs tth; SECTION 9-05.7(2) IS DELETED AND REPLACED BY t meet y—be^f4med fforn a single •hicknes THE FOLLOWING: MateFial and eonfoH:n to one of the felloNving - n A corn ne 36 Seetion 2- 0.375-ineh L 14 ;ae-h wide, —by n�0.43?5 9-05.7(2) Reinforced Concrete Storm Sewer Pipe mum) eepeentereenteF. . (RC) -3-. 3�4 ineh wide by 54 ineh deep at 12 inches eent- Reinforced Concrete Storm Sewer pipe shall conform seater: to the requirements of ASTM C-76 and shall be Class IV. pipe shall be fabricated %vith ends that ean be eff�etively Cement used in the manufacture of reinforced concrete io nted with coupling bands. Page-SP-73 ' Revision Date: 05/17/95 (02:04 PM) 9-05 Drainage Structures,Culverts,and Conduits3 9-05 Drainage Structures,Culverts,and Conduits3 ' When FequiFed,Spifal Fib pipe shall be biturnineus tFeated Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. e r the FeqUirements of Sections o nc n«) oSpiFal Fib steFm sewer pipe shall have helieal Fibs tha n n� p; est twardly, be €caned €rem a single thickness of Steel spiral rib storm sewer pipe shall be -and onnfoFm to one ofthe fellowing co -- manufactured of metallic coated(aluminized or galvanized) 4: A.IkSHTO N4 196 Section,2 2 corrugated steel and inspected in conformance with Section 2: 0.375 ineh 1 P8-ineh wide -byy-0.4373-it�e4i 9-05.4. The size,coating,and metal shall be as shown in the . Plans or in the Specifications. 3- 3 A inch 1 14 inch wide by 0.95 inch (..,inin.,,..,) For spiral rib storm sewer pipe, helical ribs shall deep at 11.75 inches eeRteF t^eenteF project outwardly from the smooth pipe wall and shall be 4. 3A ineh wide by 5,18 ineh deep at 12 inches^onto to - ' fabricated from a single thickness of material. The ribs eenten shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch Pipe shall be fabFieated with ends that ean be effeetively ' (measured outside to outside) and a minimum of 0.95 inch jointed with eeupling bands. high (measured as the minimum vertical distance from the When FeElHiFed spiral Fib pipe shall tie h-41-1FRiA,,....t.e.,ted outside of pipe wall immediately adjacent to the lockseam of paved. The bitumineus tFeatment fbF spiral Fib PiPO Shall or stiffener to the top surface of rib). The maximum eonFroeffrn te the-requi ements of Section 905.4(3) and spacing of the ribs shall be 11.75 inches center to center 9 05+4).. (measured normal to the direction of the ribs). The radius For spiral rib storm sewer pipe, helical ribs shall of bend of the metal at the corners of the ribs shall be a project outwardly from the smooth pipe wall and shall be minimum of 0.10 inch and a maximum of 0.17 inch. If the fabricated from a single thickness of material. The ribs ' sheet between adjacent ribs does not contain a lockseam, a shall be 3/4 inch wide by 3/4 inch deep with a nominal stiffener shall be included midway between ribs, having a spacing of 7-1/2 inches center to center. Pipe shall be nominal radius of 0.25 inch and a minimum height of 0.20 fabricated with ends that can be effectively jointed with ' inch toward the outside of the pipe. Pipe shall be coupling bands. fabricated with ends that can be effectively jointed with For narrow pitch spiral rib storm sewer pipe, helical coupling bands. ribs shall project outwardly from the smooth pipe wall and When required, spiral rib or narrow pitch spiral rib shall be fabricated from a single thickness of material. The ' pipe shall be bituminous treated or paved. The bituminous ribs shall be 0.375 inch ± 1/8 inch wide (measured outside treatment for spiral rib pipe shall conform to the to outside) and a minimum spacing of ribs shall be 4.80 requirements of Sections 9-05.4(3)and 9-05.4(4) inches center to center(measured normal to the direction of For narrow pitch spiral rib sewer pipe,the helical ribs the ribs). The radius of bend of the metal at the corners of shall project outwardly from the smooth pipe wall and shall the ribs shall be 0.0625 inch with an allowable tolerance of be fabricated from a single thickness of material. The ribs + 10 percent. shall be .375 inch ± 1/8 inch wide (measured outside to For wide pitch spiral rib storm sewer pipe, helical ribs outside) and a minimum of.4375 inch high (measured as shall project outwardly from the smooth pipe wall and shall the minimum vertical distance of ribs shall be 4.80 inches be fabricated from a single thickness of material. The ribs center to center (measured normal to the direction of the shall be 3/4 inch ± 1/8 inch wide (measured outside to ribs). The radius of bend of the metal at the corners of the outside)and a minimum of 0.95 inch high (measured as the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 minimum vertical distance from the outside of pipe wall to percent. top surface of the rib). The maximum spacing of ribs shall SECTION 9-05.12(1)IS NEWADDITIONAL SECTION: be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at ' 9-05.12(1) CPEP Sewer Pipe(RC) the corners of the ribs shall be 0.0625 inch with an CPEP - Smooth interior pipe and fittings shall be allowable tolerance of± 10 percent. manufactured from high density polyethylene resin which SECTION 9-05.19ISA NEW SECTION: ' shall meet or exceed the requirements of Type III, Category 4 or 5, Grade P33 or P34, Class C per ASTM 9-05.19 Thermoplastic Storm Sewer Pipe(SA) D1248. In addition,the pipe shall comply with all material Thermoplastic storm sewer pipe shall conform to the and stiffness requirements of AASHTO M294. following: SECTION 9-05.14 IS DELETED: Material shall be provided only from a source qualified by the Mterials Laboratory Qualification SECTION 9-05.17 IS REVISED AND SUPPLEMENTED Program. Program requirements are available on AS FOLLOWS: requiest from the Materials Laboratory. PVC storm ' sewer pipe shall conform to the requirements of 9-05.17 Aluminum Spiral Rib Storm Sewer AASHTO M 304. Polyethylene storm sewer pipe shall Pipe(RC) conform to the requirements of AASHTO M 294S. ' Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the 9-05.19(1) Basis for Acceptance(SA) longitudinal axis of the pipe. Pipe ends shall be cut evenly. Qualified suppliers are identified in the Contract Provisions. Qualification testing is conducted by the tPage-SP-74 Revision Date: 05/17/95 (02:04 PM) 9-06 Structural - 'Steel and Related Materials 9 08 Paints Headquarters Materials laboratory, for each manufacturer ' of thermoplastic storm sewer pipe. Qualification shall also 9-07 Reinforcing Steel include the requirement of a formal quality Control Plan for each plant presented for consideration. SECTION 9-07.3 IS REVISED AS FOLLOWS. A Manufacturere's Certificate of Compliance shall be required accompanying the materials delivered to the project. The certification shall clearly identify production 9-07.3 Epoxy-Coated Steel Reinforcing Bars(SA) lots for all material represented. The Contracting Agency 9. The minimum thickness of epoxy coating shall be 7 ' may conduct verification tests of pipe stiffness or other mils 10 mils plus or minus 2 mils. properties as it deems appropriate. 109.All samples shall be shipped to the Washington State 9-05.19(2) Coupling Bands(SA) Department of Transportation, Materials Laboratory, ' Coupling bands for pressure tested installations shall Tumwater, Washington 98504. conform to the materials employed during the source prequali5cation. 9-08 Paints 9-06 Structural Steel and Related SECTION 9-08.8ISA NEW SECTION. , . Materials 9-08.8 Manhole Coating System Products(RC) 9-06.5 Bolts 9-08.8(1) Coating System Specification (RC) The following coating system specifications shall be , SECTION 9-06.5(4) HAS BEEN SUPPLEMENTED BY used for coating (sealing) interior concrete (including the ADDING: channel) surfaces of sanitary sewer manholes when required. 9-06.5(4) Anchor Bolts(RC) Coating System Specification ' All anchor bolts, nuts, washers and anchor plates for signal poles,street light poles,strain poles or other types of A. General poles shall meet the recommended specifications of the pole 1. Buried Manhole manufacturer. The Contractor shall be responsible for Surface Color Paint System ' providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and a. Buried,and White C-1 other data required to confirm that the anchor bolts meet exposed those specifications. concrete The following standard specifications shall apply to surfaces. anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation 9-08.8(2) Coating Systems from the manufacturer affirming that anchor bolts meeting A. High Solids Urethane these specifications are recommended for the pole to be installed thereon: Coating System: C1 1. The standard anchor bolt for aluminum street light poles Coating Material: High Solids Urethane shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft Surfaces: Concrete of the anchor bolt shall be a full one inch in diameter with Surface Preparation: In accordance with SSPC SP- a hot forged four inch "L" bend on the bottom end and a 7(Sweep or brush off blast) minimum of six inches of die-cut threads on the top end. Application: Shop/Field The drying time t 2. The anchor bolts for signal poles and strain poles shall between coats shall not meet the specifications as designated on the approved exceed 24hours in any case manufacturer's pole plans and/or supplemental plans or System Thickness: 6.0 mils dry film specifications provided by the manufacturer. Coatings: Primer: One coat of Wasser All anchor bolts, nuts and washers shall meet the pole MC-Conseal high solids manufacturer's specifications and shall be hot dipped urethane(2.0 DFT)Finish: galvanized unless such galvanization is not permitted for Two or more coats of Wasser the type of steel as per Section 9-06.5(4). MC-Conseal(min,4.0 DFT) ' Page-SP-75 ' Revision Date: 05/17/95 (02:04 PM) 9-13 Riprap, Quarry Spalls,and Slope Protection 9-17 Flexible Guide Posts ' may be accepted, providing they do not interfere with the 9-13 Riprap, Quarry Spalls, and Slope proper construction of the fence. t Protection 9-16.1(2)C Pipe Posts,Class 2 (SA) Class 2 posts shall be produced by a facility under THE LAST SENTENCE OF THE FIRST PARAGRAPH OF program quality control. A manufacturer's Certificate of SECTION 9-13.3 IS REVISED AS FOLLOWS: Compliance reflecting the Quality Control Program, shall ' be the sole basis of acceptance. Uncertified materials must 9-13.3 Sack Riprap(SA) be tested prior to use and shall conform to Class 1. Each sack shall be filled with approximately 1 cubic foot 9-16.3(1) Rail Element ' of concrete having a consistency in conformance with Section 6-02.3(43)C for nonvibrated concrete. The W-beam rail element, backup plates, and ^' sections shall consist of 12 gage steel formed into a beam not less than 12 inches wide and 3 inches deep. The Tthrie beam ' 9-16 Fence and Guardrail rail elements, backup plates, and the transition sections shall consist of 120 gage steel formed into a beam not less than 20 THE FOLLOWING SECTIONSARENEW.• inches wide and 3 inches deep. Thrie beam for bridge rail retrofit shall consist of 10 gage steel formed into a beam not ' 9-16.1(1)A Class 1 Material(SA) less than 20 inches wide and 3 inches deep. Terminal Class 1 material may be used for chain link fence sections, except Design F terminal sections shall consist of construction statewide. 10 gage steel. Design F terminal sections shall consist of 10 ' gage steel. A tolerance of 3 percent on any dimension of the 9-16.1(1)B Class 2 Material(SA) rail element or Design F terminal section will be allowed. The physical properties of the steel shall conform to AASHTO Class 2 material may be used for chain link fence posts M 180. for construction east of the Cascades only. ' Class 2 pipe shall meet the outside dimensions of THE FIRST PARAGRAPH OF SECTION 9-16.3(2) IS ASTM A 120. Schedule 40 and have a minimum yield REVISED AND SUPPLEMENTED AS FOLLOWS: strength of 50,000 psi. Class 2 pipe shall be hot-dip zinc ' coated with 0.9 ounces per square foot of exterior surface 9-16.3(2) Posts and Blocks(SA) and shall be over coated with clear acrylic. The internal Except for anchor assemblies,all posts for any one project surface of pipe shall have a protective coating of hot-dip shall be of the same type (wood or steel). Posts and blocks zinc or zinc rich paint with a minimum thickness of 0.3 shall be of the sized and length shown in the Plans and meet ' mils. the requirements of these Specifications. Post and blocks may be S4S or rough sawn. 9-16.1(2) Posts SECTION 9-16.4(3)HAS BEEN REVISED AS FOLLOWS: ' THE FOLLOWING SECTIONS HAVE BEEN ADDED TO SECTION 9-16.1(2) 9-16.4(3) Wire Rope(SA) 9-16.1(2)A Roll-formed Posts(SA) Wire rope shall be 5/8 -1<2-inch diameter zinc coated steel ' Roll-formed posts for chain link fence shall be of Class structural wire rope conforming to the requirements of ASTM 1 material and shall be the shape,size, and weight per foot A 603.Class A B. shown in the Standard Plans. Roll-formed end,corner,and pull posts shall be made from 0.1345-inch minimum 9-17 Flexible Guide Posts ' thickness sheet steel and shall have integral fastening loops to connect to the fabric for the full length of each post. THE FIRST SENTENCE OF THE FOURTH PARAGRAPH Roll-formed line post shall be made from 0.110 inch OF SECTION 9-17.1 IS REVISED TO READ: minimum thickness sheet steel for Type 3 and Type 4 fences ' and shall be made from a 0.120-inch minimum thickness 9-17.1 General(SA) sheet steel for Type 1 and Type 6 fences. Each flexible guide posts shall be permanently identified 9-16.1(2)B Pipe Posts,Class 1 (SA) with the manufacturer's name, ate the month and year of ' Class 1 pipe sections shall conform to ASTM A 120, fabrication, and a mark indicating the recommended burial Schedule 40,Standard Weights. depth. in An acceptance tolerance for posts for chain link fence outdoor e�,aluatio­n. ' will allow deviation from the weight per linear foot specified in the Standard Plans. This tolerance shall be applied on an individual post basis and shall be plus or minus 5 percent for tubular and H-Section posts and plus ' or minus 6 percent for roll form sections. Materials that exceed the weight per foot or wall thickness specifications ' Page-SP-76 Revision Date: 05/17/95 (02:04 PM) 9-19 Prestressed Concrete Girders 9-29 Illumination,Signals, Electrical ' No splicing of any traffic signal conductor shall be ' 9-19 Prestressed Concrete Girders permitted unless otherwise indicated on the plans. All conductor runs shall be pulled to the appropriate signal THE FIRST SENTENCE OF THE SECOND PARAGRAPH terminal compartment board with pressure type binding OF SECTION 9-19.1 IS REVISED AS FOLLOWS: posts. The only exceptions shall be the splices for detector ' loops at the nearest junction box to the loops. The contractor shall provide and install all the 9-19.1 Aggregates and Proportioning(SA) necessary wiring, fuses and fittings so as to complete the The Contractor shall submit for approval a proposed mix installation of the signal and lighting equipment as shown ' design for each design strength with a slump n exceed ^ on the plans. All materials and installation methods,except itlCheS f nOFfflal Fete or 6 : EheS if . d as noted otherwise herein, shall comply with applicable used sections of-the National Electrical Code. 8. Detector loop wire shall be No. 1244 AWG stranded ' 9-23 Concrete Curing Materials and copper wire, Class B, with chemically cross-linked polyethylene type RHH-RHW insulation of code Admixtures thickness. ' (11) Six pair eCommunications cable (6PGG) shall meet SECTION 9-23.9 IS REVISED AS FOLLOWS. REA specification PE-39 and shall have six pair-No. 19 AWG wires with 0.008 inch FPA/MPR coated 9-23.9 Fly Ash(RC) aluminum shielding. The cable shall have ' a petroleum compound completely filling the inside Fly ash shall not be used around water lines. of the cable. The shielded communications/signal interconnect cable ' 9-29 Illumination, Signals, Electrical shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE 2. Insulation: solid, virgin high density polyethylene or ' FOLLOWING: polypropylene,with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted 9-29.1 Conduit(RC) into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. The conduit P.V.C. - non-metallic shall be of the two 4. Shielding: A corrosion/oxidation resistant tinted ethylene ' types indicated below: copolymer coated (both sides) .008" thick corrugated 1. Schedule 80 Extra heavy wall P.V.C. conforming to aluminum tape shield is applied longitudinally with ASTM, Standards, to be used in all installations under shielding coverage. A.005 corrugated tape applied in the roadways. same manner is acceptable. ' 2. Schedule 40 heavy wall P.V.C. conforming to ASTM 5. Outer jacket: A black,low density high molecular weight Standards. virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE conditions plus abuse during installation) is extruded ' FOLLOWING: overall to provide a continuous covering. 6. Footage markings: footage markings must be printed sequentially a minimum of 2'along the outer jacket. 9-29.2 Junction Boxes(RC) 7. Filling: the entire cable within the outer jacket is flooded Junction boxes shall be reinforced concrete with with petroleum-polyethylene gel filling compound ' galvanized steel from anchored in place and galvanized including the area between the outer jacket and the shield. steel cover plate (Diamond pattern) as indicated on detail SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE sheets. FOLLOWING: ' The inscriptions on the covers of the junction boxes shall be as follows: 9-29.9 Ballast,Transformers (RC) 1. Signal only:"Signals" 2. Street Lighting only: "lighting" The Ballast shall be pre-wired to the lamp socket and ' 3. Traffic Signal and Street lighting Facilities: "TS-LT" terminal board. The above inscriptions shall not be higher than the top surface of the cover plates. SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.10 Luminaires(RC) 9-29.3 Conductors, Cable(RC) The filter shall be charcoal with elast-omer gasket. , Luminaires shall have a cast aluminum housing of the Each wire shall be numbered at each terminal end cobra head style with a glass ovate refractor. with a wrap-around type numbering strip bearing the The manufacturer's name or symbol shall be clearly circuit number shown on the plans. marked on each luminaire. ' Page.SP-77 ' Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical ' Inormal cyclic operations at the beginning of artery 9-29.11 Control Equipment gfeenyellow. 4. Power Interruption. On NEMA" controllers any t SECTION 9-29.11(2) IS DELETED AND REPLACED power interruption longer than 475 plus or minus WITH. 25 milliseconds, signals shall re-energize consistent with No. 2 above to ensure an 8 second flash period 9-29.11(2) Photoelectric Controls(RC) prior to the start of artery green. A power Photoelectric controls shall be a plug-in device, rated interruption of less than 475 plus or minus to operate on 120 volts, 60 Hz. The unit shall consist of 25 milliseconds shall not cause resequencing of the a light sensitive element connected to necessary control controller and the signal displays shall re-energize ' relays. The unit shall be so designed that a failure of any without change. Type—170eente,lefsshall electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable 8 second flash peFiod will not be FequiFed. turn-on values in the temperature range of-55 degrees C to +70 degrees C. The photo cell shall be mounted externally 5. Conflict Monitor. Upon sensing conflicting signals on top of the luminaire. In a contactor controlled system, or unsatisfactory operation voltages, the conflict the photo cell to control the system shall be mounted on the monitor shall immediately cause the signal to revert luminaire nearest to the service/contactor cabinet. The to flash;however,the controller shall stop time at the photo cell shall be capable of switching "ON" 1,000 watts point tof he controlct.ler After the conflict monitor has been of incandescent load as a minimum. reset, the controller shall immediately take command of the signal displays at the beginning of artery SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE greewyellow. ' FOLLOWING: 6. Flash unit shall be a two circuit type, capable of switching loads up to 1000 watts per circuit 9-29.13 Traffic Signal Controllers(RC) alternately at a rate of 60 flashes per minute per t The unit shall operate on 120 volt, 60 cycle, single circuit,plus or minus two flashes per minute. phase alternating current and shall use the power line SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED frequency as a time base. The traffic signal controller shall AS FOLLOWS: ' meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the Publications. Components such as resistors, capacitors, diodes and pre-emption controls shall cause the signals to display the transistors shall be individually replaceable utilizing required clearance intervals and subsequent pre-emption ' approved standard soldering techniques. Intergrated intervals. Pre-emption shall sequence as noted in the contract. circuits shall be mounted in sockets and shall be easily Pre-emption equipment shall be installed so that internal wiring replaceable without soldering. All components shall be of the controller, as normally furnished by the manufacturer, is ' standard "Off the shelf" items. not altered. Termination Of the PFe OfnptiOfv_�� Shall The traffic signal controller shall be capable of interfacing with the Multisonic real time, master computer. The controller shall be capable of both on-line operation the pFe empase- ' (control by the multisonic master computer) and standby Emergency vehicle pre-emption shall be furnished as operation. The controller shall establish the sequence of modules that plug directly into a rack wired to accept 3-M signal phases, including overlaps, in conformance with the discriminator type units. The pre-emption system signal phasing diagram on the plans. When operating operation shall be compatible with the 500 Series 3M ' either in a fixed time mode or in a fully-actuated mode with company "opticom" system which the City of Renton is volume density on each phase as required. All clearance currently using and shall be capable of being activated by timing and pedestrian timing shall be accomplished at the the same transmitters. local intersection. The optical signal discriminator system shall enable an ' authorized vehicle to remotely control traffic control SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED signals from a distance of up to 1800 feet (0.54 kilometers) AS FOLLOWS: along an unobstructed "line of sight" path. The system ' shall cause the traffic signals controller to move into an 9-29.13(2) Flashing Operations(RC) appropriate fire pre-emption program. this optical 2. Police Panel Switch. When the flash-automatic discriminator shall interface to the 562 software, for field switch located behind the police panel door is turned programmability. It shall consist of the following ' to the flash position, the signals shall immediately- components: revert to flash; however, the controller shall "STOP TIME." When the switch is placed on automatic,the a. Optical energy detectors which shall be mountedon the traffic signal mast arms and shall receive signals shall continue to flash for an additional the optical energy emitter's signal. ' 8 second flash period. At the completion of the continued 8 second flash period, unless otherwise b. Discriminators which shall cause the signal specified, the controller shall immediately resume controller to go into internal pre-emption which ' Page-SP-78 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals, Electrical , will give the authorized vehicle the right of way in Additionally, all power supplies shall have noise immunity ' the manner shown on the phase sequence from other devices within the cabinet. diagram. SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED C. Pre-emption Indicator Lights. AS FOLLOWS. ' Optical Detector 9-29.13(7) Traffic-Actuated Controllers (RC) Traffic-actuated controllers shall be electronic devices a. Shall be of solid state construction. which, when connected to traffic detectors or other means of b. Fittings shall meet the specifications of the system actuation, or both, shall operate the electrical traffic signal ' manufacturer to facilitate ease of installation. system at one or more intersections. All solid-state electronic traffic-actuated controllers and C. Shall operate over an ambient temperature range their supplemental devices shall employ digital timing 'of 407 to+180°F(-40°C to+85°C). methods.The traffic signal control equipment, unless otherwise permitted in the contract, must specifically conform to current d. Shall have internal circuitry encapsulated in a NEMA speciffiications.F"„ to c ' semi-flexible compound and shall be impervious uw e When d, ,n ,° ,� to moisture. eq*ipment shall modified by these Speeifications and the e0ntFae4-. e. Shall respond to the optical energy impulses Actuated traffic signal controllers shall be 8-phase control generated by a pulsed Xenon source with a pulse units. Volume-density timing features shall be provided on all 'energy density of 0.8 micro joule per square meter controllers. >:lle�. o ^� shallug at the detector, a rise time less than one e ' be utilized microsecond and half power point pulse width on pins identified es "spare" OF "futtire" „all F 4�sed. ' not less than thirty microseconds. Discriminator ContrelleF ns Each module shall do the following: any and all appFON'ed makes is FnaHdatef�,, and demonstFation a. Shall provide for a minimum of two channels of ' optical detector input. b. Shall provide for a minimum of two discrete if manof v eleets te utilize ti seftwaFe fneth0d, he shall channels of optically isolated output. When a pre-emption detector detects an emergency t vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after eall and pedestrian eall that ean be viewed simultafieously with observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector simultaneously. easen fer—green terminatien��e , 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 Feefl indicate power on, signal being received, channel called. upon an aetuation. All timing functions and input and output features for Switches shall control system power and simulate detector fully-actuated, volume-density operation shall be provided calls for each phase. in accordance with NEMA standards. ' SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING The controller shall provide for setting each timing THE FOLLOWING: interval by means of positively calibrated settings. The timing functions shall be on the front of the controller unit ' 9-29.13(4) . Wiring Diagrams or shall have keyboard entry and liquid crystal display. The controller cabinet shall have a waterproof For the standby operation,the traffic signal controller shall envelope with a side access attached to the inside of the include all circuitry required to provide all timing and all cabinet door. At the time of delivery the envelope shall functions for signal operation in a fully-actuated mode. ' have four complete sets of schematics and manuals for all Standby operation shall automatically occur upon opening assemblies and sub-assemblies. of interconnect lines,failure of central master computer, or when specified by the master. The standby operation shall SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING follow and be coincidental in phase to that phase being ' THE FOLLOWING: displayed at the start of standby operation. Transfer from 9-29.13(6) Radio Interference Suppressors computer supervision shall not call up a starting yellow. A Cornell-Dubiler radio interference filter NF 10801-1 ' 30 amps or equivalent shall be used to filter the A.C.power. Page-SP-79 , Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals, Electrical ' SECTION 9-29.13(7)A /S SUPPLEMENTED BY ADDING DETECTOR test switch THE FOLLOWING: Each vehicle and pedestrian phase shall have a ' momentary (spring return) detector test switch. When 9-29.13(7)A Environmental, Performance and Test depressed, the switch shall place a call on its respective Standards for Solid-State Traffic signal phase. O Controllers(RC) The traffic signal controller assemblies, including the The convenience outlet and lamp socket traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the A convenience outlet protected with a ground fault ' Engineer. Testing and check-out of all timing circuits, interrupter and an incandescent lamp socket shall be phasing and signal operation shall be at the City of Renton furnished in the main cabinet. A door switch for the lamp Signal Shop, Renton, Washington. The Signal Shop will shall be provided. THIS circuit shall be protected by a make space available to the contractor for the required test circuit breaker rated at 20 amps. ' demonstrations. The contractor shall assemble the cabinet and related signal control equipment ready for testing. A Fail Safe Unit complete demonstration by the contractor of all integrated components satisfactorily functioning shall start the test Fail safe unit shall meet the NEMA-PLUS period. Any malfunction shall stop the test period until all specifications and shall monitor both the positive and parts are satisfactorily operating. The test shall be negative portions of the A.C.sine wave for all green,amber extended until a minimum of 72 hours continuous and pedestrian walk indications. The duration of a display ' satisfactory performance of the entire integrated system of conflicting indications shall not be long enough to be has been demonstrated. The demonstration by the visible to motorists or pedestrians before the monitor contractor to the Engineer of all components functioning initiates flashing operation. There shall be a visual properly shall not relieve the contractor of any indication that the monitor has preempted normal responsibility relative to the proper functioning of all operation. aforestated control gear when field installed. The fail safe monitor shall be Model SSM-12LE as SECTION 9-29.13(7)B is REVISED AND manufactured by Eberle Design Inc.,or approved equal. ' SUPPLEMENTED AS FOLLOWS: Surge Protector(Lighting Arrester) 9-29.13(7)B Auxiliary Equipment for Traffic The controller shall have an input voltage surge Actuated Controllers(RC) protector that shall protect the controller input from any ' The fe1lo,.*- requirements frpply to auxiliary voltage surges that could damage the controller or any of t furnished with Type 170 controller eabinets! its components. , ' Field Wiring_Terminal fan requirements,and RUXilififf COMFOI panel switehes shall There shall be a terminal strip for field wiring in the 78-16.. controller cabinet. The terminals shall be numbered in ' accordance with the schematic wiring diagram on the Power Switches plans. If a different numbering system is used for the cabinet wiring,then both numbers shall label each terminal There shall be a main power switch inside the cabinet and the cabinet wiring schematic drawing shall include the t that shall render all control equipment electrically dead field wiring numbers where the terminal strip is illustrated. when turned off. There shall be a controller power switch A common bus bar with a minimum of 15 terminals and a that shall render the controller and load switching devices ground bar with a minimum of 6 terminals shall be ' electrically dead while maintaining flashing operation for provided. purposes of changing controllers or load switching devices. Computer Interface Unit Stop Time Bypass Switch ' Interface communication devices shall be designed as There shall be a switch in the cabinet identified as the separate units or as modules that plug directly into the stop time bypass switch. If the intersection is placed on controller case. The communication devices shall be used flashing operation either by the flash switch or the fail safe for on-line computer control of the intersection and shall be ' monitor, the controller shall immediately stop time. The capable of transmitting all detector and signal status stop time bypass switch shall remove stop time from the information and receiving and decoding command controller and permit normal cycling operation while the information from the computer all in conformance and intersection remains in flashing operation. within the capability of the multisonic master computer ' unit and the interconnect cables. ' Page-SP-80 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals, Electrical ' SECTION 9-29.13(7)D IS REVISED AND SECTION 9-29.16 IS SUPPLEMENTED BYADDING THE ' SUPPLEMENTED AS FOLLOWS: FOLLOWING: 9-29.13(7)D Controller Cabinets(RC,SA) 9-29.16 Vehicular Signal Heads (RC) ' 1. Construction shall be of 0.073-inch minimum thickness Type 304 stainless steel, 0.125-inch minimum Vehicular signal heads shall have 12 inch lens sizes thickness csheet aluminum, or cast aluminum. unless shown otherwise on the signal plans. Vehicular Cabinets shall be finished inside with an approved finish signal head housings shall consist of separate sections and ' coat of exterior white enamel and outside with an approved be expandable type for vertical mounting. Lens shall be enamel finish, light gray or aluminum in color. As an glass and meet I.T.E. Specifications for light output. alternate to painting, the outside and inside of the Reflectors shall be alzac. Each signal head shall have a 1/4 aluminum cabinets may be clear anodized aluminum. inch drain hole in its base. , 5. The cabinet door shall be provided with: Vehicle signal heads shall be cast aluminum. a. A spring loaded construction core lock capable All signal heads shall include a back plate 5 inch of accepting a Best CX series core installed by square cut border. Signal heads,including outside of visors ' others. Cast cabinets shall have an approved one and back of back plates shall be finished with two coats of point positive latch. Formed cabinets shall have factory-applied traffic signal yellow baked enamel. The a three point latch. inside of the visors and front of back plates shall be finished b. A police panel door with a stainless steel hinge With two coats of factory-applied flat black enamel. ' pin and a lock. Two police keys with shafts Mounting hardware will provide for a rigid connection a minimum of 1 3/4 inch long shall be provided between the signal head and mast arm. All mounting with each cabinet. hardware will be of the top-mount plumbizer type as shown Inside the police panel there shall be a signal on the standard plans, unless specified otherwise on the ' on-off switch which shall prohibit any signal plans. display in the field but will allow the control Position of the signal heads shall be located as close as equipment to operate when placed in the possible to the center of the lanes. Signal heads shall be "off" position. A second switch shall be the mounted on the mast arm such that the red indicators lie in ' auto-flash switch. When placed in the the same plane and such that the bottom of the housing of a "flash" position, controller power shall signal head shall not be less than 16 feet 6 inches nor more remain on and controller shall stop time than 18 feet 6 inches above the grade at the center of the ' dependent on switch setting on the auxiliary roadway. All bolts and other miscellaneous mounting panel described later. hardware shall be stainless steel. C. Beth Fnain deoF and poliee paRel door shall haveSECTION 9-29.16(1)A HAS BEEN REVISED AS FOLLOWS: ' Cabinet doors shall be gasketed with one piece, close cell neoprene. They shall be 9-29.16(2)A Optical Units equipped with some type of stops so the door Eight inch conventional signals shall employ a 67 to may be held open in either of two-positions at 69 watt traffic signal lamp rated for 1304�0 volt operation, ' approximately 90 degrees and 180 degrees 595 minimum initial lumen, 665 rated initial lumen, and be of suitable design to withstand a 40 8,000-hour minimum, 2 7/16-inch light center length, mph wind.. A-21 bulb, medium base,clear traffic signal lamp. Twelve inch ' d. A two position door stop assembly. traffic signal heads require 4-2-0130 volt, 165 watt, e. The Controller cabinet shall have a load bay 1,750 minimum initial lumen, 1950 rated initial lumen clear panel with at least the following items traffic signal lamps with a 3-inch light center length, mounted on the face of the panel: transfer 8,000 hour minimum rated life, P-25 bulb and medium base. ' relays; load switches; and, terminal blocks Bulbs shall be installed with the opening between the filament for termination of all wires contained on a ends up. separate panel (the terminal block shall conform to Washington Standard SECTION 9-19.16(2)B HAS BEEN REVISED AS ' Specifications). FOLLOWS: This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access 9-29.16(2)B Signal Housing(RC) ' to the terminations on the back of the load bay panel. Each lens shall be protected with a removable visor of T)rpe 1:70 e0ntro;1er5 shall be housed in a Model palyeaFbenate plasti aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching tile rollowingL ears for installation to the housing doors. Conventional signal , heads shall have square doors. Page-SP-81 ' Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical ' installed with Type 170 ee t to shall eanfoFm PNIA1 SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: ' SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)C Louvered Visors(RC) - Where noted in the Contract, louvered tunnel visors shall 9-29.20 Pedestrian Signal(RC) be furnished and installed. Directional louvers shall be ' Pedestrian signals shall be either in^��.,d�r fiber optic constructed to have a snug fit in the signal visor. The outside P cylinder shall be constructed of aluminumpelye-arbenate or neon-grid type, or other types as specified in the contract. Pedestrian signals shall conform to ITE Standards Standard plastie, and the louvers shall be constructed of anodized for Adjustable Face Pedestrian Signal Heads, 1975). t aluminum painted flat black. Dimensions and arrangement of lneandeseent pedestrian signal heads shall employ louvers shall be as shown in the contract. SECTION 9-29.16(2)D HAS BEEN DELETED AND life,it shall be Fated 1280 initial REPLACED WITH: 2 7A6 eh light length, 21 lumen, lb 9-29.16(2)D Back Plates . Symbol messages, when Back plates shall be furnished and attached to the specified,shall be a minimum of 12 inches high and 7 inches in 1 signal heads. Back plates shall be constructed of anodized, width. 3-S half-hard aluminum sheet, 0.058-inch minimum Housings shall be die-cast aluminum and shall be painted thickness,with 5-inch square cut border and painted black with two coats of factory applied traffic signal yellowgreen in front and yellow in back.. enamel. ' VACANT SECTION 9-29.10(1)IS REPLACED BY ADDING 9-29.16(2)E Painting Signal Heads THE FOLLOWING NEW SECTION. Traffic signal heads, including outside of visors and back of back plates, shall be finished with two coats of factory 9-29.20(1) Fiber Optic Type(RC) applied traffic signal gfeeRyellow baked enamel.The inside of The fiber optics shall be drawn from optical glass of visors, front of back plates, and louvers shall be finished with high purity. The fibers shall be temperature resistant. The two coats of flat black enamel. fibers shall be resistant to the UV light emitted by the ' SECTION 9-29.16(3)IS DELETED. halogen lamp and shall maintain their high transmission properties throughout the lifetime of the sign. The light 9-29.16(3) Polye flFb,.., to T- ffie c�>i ,, guides shall contain fibers with a diameter of 53 microns. v� cup vvvacc ■r accScv cavo (RC) Each single arm in the harness shall contain approximately ' 300 fibers. The optical sheathing shall have a wall SECTION9-29.16(3)A IS DELETED. thickness of at least 1.5 microns. The common end of each bundle shall have a hexagonal bundle format. The 9 29.1 66(3)A 8 ineh P01yetn borate-Tom,~-affie Signal common bundle end and each arm end shall be epoxied and Heads(RC) optically polished. The light source shall be a halogen incandescent lamp SECTION 9-29.16(3)B IS DELETED. with dichroic reflector. The lamp shall use built-in, lead-in ' wires instead of pins. The reflector shall be covered with a 9 29.16(3)B 13 ineh Polyearoe n:te-Tyr--o„TgSigna; hard coating capable to withstand a temperature of 400 Heads(RC) degrees Centigrade, rapid temperature changes, aggressive chemical attacks. The coating shall be tested by soaking in ' SECTION 9-29.17HAS BEENREVISEDAS FOLLOWS: Oxalic Acid 0.71N for a period of 2 hours. The coating shall not dissolve during this period. The lamp shall be 50 9-29.17 Signal Head Mounting Brackets and watt and rated for 6000 hours at 10 volts. The lamp Fittings together with the fiber shall produce a light intensity as ' high as 3800CD. The 115-volt primary, 10-volt secondary Fitti.,,.S G. T.'Pe AA and r! mounts shall be installed transformers, light guides and all wiring shall be enclosed unpainted-All otlef hardware for otheFmounts shall be painted in a sheet aluminum housing. The matrix plate shall be with two coats of factory applied traffic signal Federal yellow constructed of 0.125 thick aluminum sheet protected by a ' gfeen baked enamel. 0.125 polycarbonate sheet. The signal housing shall be SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED weather tight. Each common end of a bundle shall have a AS FOLLOWS: clip-on type color filter,one of Portland Orange and one of ' Lunar White. The viewing end of the fiber optic display 9-29.18(1) Induction Loop Detectors (RC) shall not require a cone for magnification, and shall Detector amplifiers shall be Detector Systems model provide a wide viewing angle. Each message shall have a 810A or equal. minimum of 82 light points. All components shall be ' Induction loop amplifiers installed with NEMA controls fastened to the flat black matrix plate. When the sign is not shall conform to current NEMA specifications. Amp Ii iers illuminated,it shall blank out with no message legible. The ' Page-SP-82 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical t low power consumption lamps shall be serviceable without SECTION 9-29.24(2) IS DELETED AND REPLACED , any tools. WITH THE FOLLOWING: SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and ' Contactors(RC) 9-29.20(2) Neon Grid Type(RC) The electrical circuit breakers and contactors shall be All neon grid heads shall be equipped with Z crate visors as indicated on the contract plans and detail sheets. The made of polycarbonate plastic designed to eliminate sun following equipment shall be featured within the cabinet. ' phantom. Neon tubing shall be enclosed and shockmounted inside 1. Main circuit breaker a rugged plastic module. 2. Branch circuit breakers ' n eenibination .....;tChh Se h6ld - Shall be , ,...idea for 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type each tranSfefinff. Each unit shall PFON'ide a gFounding teFFni 4. Light control test switch(120 volt-15 Amp) T-FanSf F e_ hall _ _ 'ide Sea seeend f ,,,,tact-s 5. Contactor relay for each circuit and iRtegFal .oX glass eleetrede housing. 6. Double pole branch breaker(s) for lighting circuits (240 volt) ' The pedestrian signal shall have a solid state message 7. One 120 volt, 20 Amp single pole branch breaker (for module, electronic ballast, no external transformer, and utility plugs) operate at 30 watts. 8. Type 3-single phase 120/240 volt grounded neutral service The heads shall display two symbol messages, "hand" 9. One 120 volt 40 Amp single pole branch breaker (signal ' (for the do not walk mode) in Portland orange and "Man" service) (for the walk mode) in lunar white. The message module 10. Complete provisions for 16 breaker poles s 11. Name plates phenolic black with white engraving except hall consist of two neon gas tubes enclosed in a housing m the main breaker which shall be red with white lettering. made of polycarbonate plastic. The lens material shall be ' All name plates shall be attached by S.S.screws. polycarbonate plastic. The visors shall be flat black in 12. Meter base sections are unnecessary color. SECTION 9-29.25 IS DELETED AND SUPPLEMENTED SECTION 9-29.24 IS DELETED AND REPLACED BY THE BY THE FOLLOWING: , FOLLOWING: 9-29.25 Terminal and Interconnect Cabinets(RC) 9-29.24 Service Cabinets(RC) The pole mounted terminal box shall be made of , The signal/street lighting service cabinet shall be as molded fiberglass, be grey in color, be approximately 16" indicated on the contract plans and detail sheets. All high x 13-7/8" wide x 5-7/8" deep and have a minimum of electrical conductors, buss bars and conductor terminals 16 terminals on the terminal blocks. The box shall be shall be copper or brass. The cabinet shall be fabricated weather tight, have a single door with continuous hinge on ' from galvanized cold rolled sheet steel, with 12 gauge used one side and screw hold downs on the door locking side. for exterior surfaces and 14 gauge for interior panels. Door All hardware will be stainless steel. All mounting hardware hinges shall be the continuous concealed piano type and no shall be stainless steel and shall be incidental to the unit ' screws, rivets or bolts shall be visible outside the enclosure. price of terminal box. The cabinet door shall be fitted for a Best internal type Terminal blocks shall be 600V heavy duty, barrier lock. The cabinet shall have ventilation louvers on the type. Each terminal shall be separated by a marker strip. lower and upper sides complete with screens, filters and The marker strip shall be permanently marked with the ' have rain tight gaskets. The cabinet door shall have a one circuit number indicated in the Plans. Each connector shall piece weather proof neoprene gasket. be a screw type with No. 10 post capable of accepting no SECTION 9-19.24(1) IS DELETED AND REPLACED less than 3#12 AWG wires fitted with spade tips. WITH THE FOLLOWING: Cabinet doors shall be gasketed with a one-piece closed ' cell neoprene gasket and shall have a stainless steel piano 9-29.24(1) Painting(RC) hinge. The finish coat shall be a factory baked on enamel One spare 12 position terminal block shall be installed ' light grey in color. The galvanized surface shall be etched in each terminal cabinet and amplifier cabinet. before the baked on enamel is applied. The interior shall Mounting shall be as noted in the contract. be given a finish coat of exterior grade of white metal Interconnect splice tower cabinets shall be Type F, enamel. with nominal dimensions of 22" high x 13" wide x I I" deep ' Painting shall be done in conformance with the and constructed of cast aluminum and fitted with a Best provisions of Section 8-20.3(12). internal lock. Page-SP-83 ' Revision Date: 05/17/95 (02:04 PM) 9-30 Water Distribution Materials 9-30 Water Distribution Materials tApproval of valves other than model specified shall be 9-30 Water Distribution Materials obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions,as required. 9-30.1 Pipe All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be SECTION 9-30.1(])IS REVISED AS FOLLOWS: installed in a concrete vault per City of Renton Standard ' Details,latest revision. 9-30.1(1)Ductee Iron Pipe(RC) SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING 1. Ductile iron pipe shall be centrifugally cast and meet THE FOLLOWING: the requirements of AWWA C151. Ductile iron pipe ' shall have a cement-mortar lining meeting the 9-30.3(3) Butterfly Valves(RC) requirements of AWWA C104. DUetile-iFOR pipe-te Butterfly valves shall be Dresser 450 or Pratt be joined using belted flanged joints shal Groundhog. ' Standard Thickness Class 53 All other ductile iron pipe shall be Standard Thickness Class 5230 or the SECTION 9-30.3(5) HAS BEEN DELETED AND thickness class as shown in the Plans. REPLACED WITH THE FOLLOWING: ' 9-30.3 Valves 9-30.3(5) Valve Marker Posts(RC) The valve markers shall be fabricated and installed in conformance with the Standard Drawings. SECTION 9-30.3(I)HAS BEEN REVISED AS FOLLOW.• Valve markers shall be carsonite composite utility 9-30.3(1) Gate Valves(RC) marker .375"x 6'-0" or approved equal with blue label "water. Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS ' List 14,Mueller Company No.A2380,Kennedy,or M&H. FOLLOWS: Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(7) Combination Air*Release/Air Vacuum All gate valves less than 12" in diameter shall include Valves(RC) ' an 8" x 24" cast iron gate valve box and extensions, as Air and vacuum release valves shall be APCO- Valve required. All 12" diameter and larger gate valves shall be and Primer Corp, "Heavy-Duty," combination air release installed in a vault. See Water Standard Detail for 12" gate valve,or equal. valve assembly vault and I" bypass installation. Installation shall be per the City of Renton Standard Gate valves shall conform to AWWA C500 and shall Detail,latest revision. be iron body, bronze-mounted, double disc with bronze Piping and fitting shall be copper or brass. Location wedging device and 0-ring stuffing box. of the air release valve as show on the plans is approximate. ' RESILIENT SEATED GATE VALVES: The installation shall be set at the high point of the line. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 SECTION 9-30.3(8)IS REVISED AS FOLLOWS: latest revisions. 9-30.3(8) Tapping Sleeve and Valve Assembly ' All external and internal ferrous metal surfaces of the (RC) gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory Tapping sleeves shall be cast iron, ductile iron stai+�less applied to all valve parts prior to valve assembly and shall steel epoxy-coated steel,or other approved material. ' meet or exceed the requirements of AWWA Standard C- SECTION 9-30.3(9)ISA NEW SECTION: 550 latest revision. Valves shall be provided with two (2) internal 0-ring stems seals. The valves shall be equipped 9-30.3(9) Blow-Off Assembly ' with one (1) anti-friction washer. The resilient gate valve Permanent blow-off assembly shall be 478 Kupferle shall have rubber sealing surfaces to permit bi-directional Foundry Co. or approved equal. Installation of blow-off flow. The stem shall be independent of the stem nut or permanent blow-off assembly shall be per City of Renton integrally cast. Water Standard Detail, latest revision. Pipe and fittings ' Manufacturers of Resilient Seated gate Valves shall shall be galvanized. Blow-off assembly shall be installed at provide the City on request that the valve materials meet location(s) shown on the plans. Temporary blow-off the City specifications. assembly on new dead-end water main shall be installed at Valves shall be designed for a minimum water location shown on the plans. operating pressure of 200 psi. Temporary blow-off assemblies for testing and End connections shall be mechanical joints, flanged flushing of the new water mains will not be included under joints or mechanical by flanged joints as shown on the this item and shall be considered incidental to the contract project plans. and no additional payment shall be made. ' Resilient Seated Gate Valves shall be U.S. Nletroseal 250,Clow, M&H Style 3067,Mueller Series 2370, Kennedy. ' Page-SP-84 Revision Date: 05/17/95 (02:04 PM) 9-30 Water Distribution Materials 9-30 Water Distribution Materials ' SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: ' FOLLOWING: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.5 Hydrants(RC) SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS ' Fire hydrants shall be Iowa,Corey Type(opening with FOLLOWS: the pressure) or approved equal conforming to AWWA C- 502-85. Approval must be obtained prior to bid opening. 9-30.6(5) Meter Setters(RC) Compression type fire hydrants (opening against Meter setters shall be installed per the City of Renton , pressure) shall be Clow Medallion, M&H 929, Mueller Standard Details for water meters,latest revision. Super Centurion 200,conforming to AWWA C-502-85. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING ' THE FOLLOWING. 9-30.5(1) End Connections(RC) ' Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. SECTION 9-30.5(2)IS DELETED AND REPLACED WITH ' THE FOLLOWING. 9-30.5(2) Hydrant Dimensions(RC) Fire hydrants shall be Corey type (opening with the ' pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 ' inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch,60 degrees V. Threads, outside diameter of male tread 4.875 , and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water , tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, ' hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant ' adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants,latest revisions. SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS ' FOLLOWS: 9-30.6(3) Service Pipe ' 9-30.6(3)B Polyethylene Pipe(RC) Polyethylene pipe shall not be used. 9-30.6(3)C Polybutalene Pipe(RC) ' Polybutalene pipe shall not be used. Page-SP-85 Revision Date: 05/17/95 (02:04 PM) t � SPECIAL PROVISIONS 1 1 1 1 1 1 1 1 1 1 CONTRACT PLANS AND SPECIFICATIONS ' A. STANDARD SPECIFICATIONS ' The "1994 Standard Specifications for Road, Bridge, and Municipal Construction" prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) and all amendments thereto, including the APWA "Division One Supplement", shall be hereinafter referred to as the "Standard Specifications" together with the laws of the State of Washington and the Ordinances of the City of Renton, so far as applicable, are hereby included in these Specifications and shall apply as through quoted in their entirety. B. RENTON STANDARDS The City of Renton Transportation Standards Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work and are hereby included in the Contract Documents. ' The Renton Standards are comprised of the following documents: 1 . 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 to the published Renton Standards contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Excerpts from the Renton Standard Plans have been bound in this document for the Contractor's convenience. 2. Transportation Supplemental Specifications The City of Renton Transportation Supplemental Specifications is a compilation of the revisions made to the WSDOT/APWA 1994 Standard Specifications and is produced to be used together with that original document. The City of 1 Renton Transportation Supplemental Specifications have been bound into this document. ' The original (WSDOT/APWA) text in modified sections is reproduced in sufficient amounts to provide clarity and context. All original text being deleted is shown with a line through the characters. T4s, 0s being deleted. All replacement text or text being added is shown in bold face type. All revisions, either additions or deletion are further shown with a change bar in the outside margin of the page. C. SPECIAL PROVISIONS The Special Provisions replace, amend, or supplement the Transportation Standard Specifications and the Renton Standards. All provisions of the Transportation Standard Specifications and Renton Standards, which are not so amended, replaced, deleted, or supplemented, remain in full force and effect. In case of conflict, the Special ' Provisions shall take precedence over the Transportation Standard Specifications and Renton Standards. D. PROJECT DRAWINGS (PLANS) ' A reduced copy of the Drawings (Plans) for this project are bound into the Contract Documents. In the case of conflict between Renton Standards and the Drawings, the ' Drawings shall govern, unless otherwise approved in writing by the Engineer. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 2 DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01 .2 Abbreviations ' 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: AC Asphalt Concrete CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E East Ex, Exist Existing FF Finished Floor ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. 1-02.4 Examination of Plans, Specifications, and Site Work 1-02.40) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawing are approximate and some existing ' utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 3 i construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms ' Delete the first sentence of this section and replace with the following: The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and ' "Schedule of Prices." 1 03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (Addition) The contract will be awarded to the lowest responsive, responsible bidder. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, and Addenda In the Second paragraph of Section 1-04.2 and after the text, "2. Proposal Form," add "(Proposal and Schedule of Prices)". 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any public utilities which may be involved. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.1 (1) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1 . The Owner shall issue a Work Suspension Order directing the Contractor to t Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 4 cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, ' the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim I by the Contractor unless the suspension extends beyond-the contract working days allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. j1-07.20) State Sales Tax Add the following to Section 1-07.20): ' The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. ' Payment of sales tax to the Washington State Department of Revenue is, under this contract, required to be made by the contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. 1-07.13 Contractors Responsibility for Work 1-07.13(1) General ' Add the following: The Contractor shall submit a performance and payment bond to the City of Renton, ' State of Washington. The bond shall be in the full amount of contract. Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. ' This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their existence. If the defect, in the opinion of the Owner, is of such ' nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. ' Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:D0CS:95-347:DWC:ps Pa e 1-07.16 Protection and Restoration of Property , 1-07.160) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original ' condition as possible. All lawn within the area to be disturbed by the contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. ' Restoration shall consist of placing 4" topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from ' movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties ' and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer , service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified ' in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of ' destruction or damage, restore the item to pre-construction condition at the Contractor's expense. 1-07.17 Utilities and Similar Facilities Section 1-07.17 of the APWA Division I General Requirements is supplemented by the ' following: Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps II au,e 0 ' ' The locations and dimensions shown in the plans for existing buried facilities are in p 9 accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown or ' correctly located on the plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional 1 compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are ' provided below: tRCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the Intent of the legislature In enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1 .) ' 19.122.020 Definitions Unless the context clearly requires otherwise, the definitions in this section apply ' through out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 7 below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flowline. E. "Excavator" means any person who engages directly in excavation. , F. "Identified facility" means any underground facility which Is Indicated In the project plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility ' which has been identified but cannot be located with reasonable accuracy. H. "Locatable underground facility" means an underground facility which can be ' field-marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, . electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 1442.) ' 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service - Time for notice - Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through ' a one-number locator service. All owners of underground facilities within a one- number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days ' Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Pa_e 8 , 1 1 or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. ' Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the ' underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not 1 locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1 ; 1984 c 144 3.) ' 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable care - Liability for damages - Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site conditions: 1 . An underground facility not identified as required by this chapter or other provision of law; and ' 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or excavator is also a utility. iB. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1 1 . Determine the precise location of underground facilities which have been Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 9 marked; , 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the , construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift ' the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility A. An excavator who, In the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. ' B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private noncommercial , property shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies ' the property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties - Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in ' such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject , Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 10 ' to treble damages for costs incurred in repairing or relocating the facility. C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) ' 19.122.080 Waiver of notification and marking requirements 1 The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held +� invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.180) General (Revised) The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: A. Worker's compensation: .(under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). iB. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent contractors, OWNERS and CONTRACTORS protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with ' employment exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City ' of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: ' D. The CONTRACTOR will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by CONTRACTOR will be ' considered primary and not contributory to any other insurance available to the OWNER or the ENGINEER. Nelson Place NW/Rainier Avenue N Contract Plans and Specirwations H:DOCS:95-347:DWC:ps Page I I All policies shall provide for 45 days written notice prior to any cancellation or , nonrenewal of insurance policies required under Contract. "Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind , upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of , not less than Al2. 1-07.18(4) Endorsement (Addition) The contractor shall also name the Owner, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. , Subsequent to award of the contract the CONTRACTOR shall submit to the OWNER the following: A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled i out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an ' appropriate representative of the insurance company(ies). 1-07.23 Traffic Control (Addition) ' The Contractor shall prepare a traffic control plan for review and approval by the City. At least one lane of all roads and drives shall be kept open to traffic at all times, unless otherwise approved in writing by the Engineer. 1-07.230) Public Convenience and Safety (Supplemental) As a minimum, the Contractor shall maintain or provide Immediate access for emergency vehicles at all times. Street parking will be prohibited in areas of the construction if requested by the Contractor. Contractor shall provide appropriate signage. Excavated areas shall not be left open during hours that the Contractor is not working at the site. Excavations shall be covered with a steel plate rated for an HS-20 traffic load or shall be backfilled. Backfilled areas in roadway open for traffic shall be , temporarily paved with 1 1/2 inches of AC Pavement, Class B. 1-07.23(1)A Residential Access (New Section) The Contractor shall notify the Engineer and any affected property owner at least 24 , hours and not more than 36 hours prior to construction that would block access to said property. Blockage may occur only during construction hours and shall not remain overnight. Contractor shall maintain or provide immediate access for emergency vehicles at all times. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Pa,-e 12 , 1-08 PROSECUTION AND PROGRESS 1-08.1(3) Hours of Work (Addition) Work hours shall be limited to week days only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the City. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. The contractor shall give a minimum 48 hours notice to the City prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.13 Compensation for Overtime Work (New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. 1 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or modified as follows: Where items are specified to be paid for by the ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities ' will be prepared on the basis of said tally tickets, delivered to the inspector at time of delivery of materials. Tickets not received by inspector on day of delivery will not be honored for payment. 1-09.2(2) Lump Sum Breakdown Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with the following: Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 13 The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a ' complete breakdown of all lump sum bid items showing the value assigned to each part of the work including an allowance for profit and overhead. Upon acceptance of the breakdown of the contract price by the Engineer, it shall be used as the basis for all requests for partial payment. 1-09.3 Scope of Payment ' Supplement this section with the following: It is the intention of these Special Provisions that the performance of all work under the bid for each item shall result in the complete construction, in accepted operating condition, of each item. Work and material not specifically listed In the Schedule of Prices but necessary to provide a complete and finished project according to the Contract Plans, Specifications, and general practice shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices in the contract. 1-09.3(1) Basic Bid (New Section) This section is an outline of the basic bid which determines the low bidder for this project. All work specified or shown in the contract Documents and not specifically listed in the following items is considered incidental to the listed bid items and shall be included in the unit prices. Bid Item 1: Mobilization The Contractor shall prepare a Work Plan which shall show the proposed construction sequence of the project, when new pipes and catch basins will be ' installed, how stormwater drainage will be maintained during construction, and when existing pipes and catch basins will be disconnected and pluged. The Contractor shall prepare a Mobilization Plan which shall show the location for ' storage of all equipment and material proposed to be located at the construction site. The Contractor shall plan the work to minimize the time that the parking lot to the Cass Office Building is blocked. Where possible, access to the parking lot shall be maintained during work in front of the driveway. The total time the driveway may be blocked should not exceed one or two days. The Contractor shall not store or park any vehicles, equipment, and material in the Cass Office Building parking lot, or block access to the parking lot. The Work Plan, Mobilization Plan, and Traffic Control Plan shall be submitted to the City for review, revision, and approval prior to notification to proceed with the project. Payment for mobilization will be made at the lump sum bid price, which payment will be in accordance with 1-09.7 of APWA Standard Specifications (1994). Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 14 , ' Bid Item 2: Construction Surveying, Staking. and As-Builts Construction surveying, staking, and as-built notes and information shall be supplied by the Contractor as provided in Supplemental Specifications 1-05.5(4) and 1-05.5(5). All survey work shall be done under the direct supervision of a ' surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. The contractors surveyor shall provide the City with field books, as-built notes, prints with the existing utilities, and prints with the as-built locations and surveyor's seal and signature per Supplemental Specification 1-05.5(5). ' Payment for Construction Surveying, Staking and As-builts will be made at a lump sum amount bid, which price will be considered complete compensation for all materials, equipment, labor, as-built information, and licensed surveyors seal and signature required to complete this item of work in accordance with the Contract Documents. Bid Item 3: Traffic Control The Contractor is required to prepare a Traffic Control Plan for review and approval by the City. Several plans may be needed to show different traffic control ' provisions and markings for various phases of the project. The contractor shall close the western most lane of Rainier Avenue where the deeper excavation is located (from CB #1 to CB #3) to traffic while the excavation is open. The contractor shall use "Jersey Barriers", or equivalent barriers approved by the Engineer, to close the section. All open trenches shall have steel plating placed over them, in addition to the lane closure. Payment for Traffic Control will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, equipment and material ' required for Traffic Control as detailed in Section 1-07.23. Bid Item 4: Trench Excavation Safety Systems ' The contractor is responsible for providing adequate shoring and support for the excavation to prevent soil sluffing, soil loss, and damage to pavement, structures, and ground adjacent to the excavation. The contractor will be responsible to repair any damaged pavement, structures, and ground at his own expense. The contractor is alerted to the Geotechnical Engineering Report and boring logs included in the bid document. Measurement for payment will be based on the percentage of pipeline work complete at the payment cutoff date. ' Payment of trench excavation safety systems to meet the requirements of WISHA Chapter 49.17 RCW will be made at the monthly percent complete of pipeline work times the lump sum price bid, which payment will be complete compensation for all labor, equipment, materials, design, engineering, submittals, sheeting, shoring, dewatering, removal, disposal, etc. required to complete the trench excavation safety support system as required to meet applicable regulations. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 15 Bid Item 5: Abandon Existing Manholes And Pipes ' Existing manholes and catch basins shall be completely removed where the plans show a new structure being installed at an existing structure's location. Otherwise, existing structures shall be abandoned per Supplemental Specification Section 7- 05.3(2), where shown on the plans. Existing stormwater pipes shall be plugged at the ends with Class 3000 concrete per section 7-04.3(4) F , where shown on the , plans. Payment for abandonment of existing manholes and pipes will be made at the lump , sum price bid, which payment will be considered complete compensation for all labor, equipment and material required to complete this item of work in accordance with the Contract Documents ' Bid Item 6• Fill 18-Inch Pipe Under Nelson Place The 18-inch stormwater pipe under Nelson Place shall be completely filled with flowable controlled density fill (CDF) after the pipe is abandoned and plugged. The pipe shall be filled under pressure so that no voids are left in it. CDF shall be free- flowing Class A using 30 lbs. of Type 1/II cement and 300 lbs. of Type F Fly Ash, and shall meet the requirements in Special Provisions section 9-03.22. Payment for filling the 18-inch Pipe will be made at the lump sum bid price, which payment will be considered complete compensation for all labor, equipment, and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 7: Removal of Structures and Obstructions Removing and disposing of materials shall be in accordance with Section 2-02 of the Standard Specifications, except as modified herein. The work of this section shall include removal of asphalt pavement, walks, ' driveways, concrete curb, culverts, miscellaneous structures as needed for the construction of the storm sewer as shown on plans or as directed by Engineer in order to construct utility improvements. Measurement for Removal of Structures and Obstructions will be lump sum in accordance with the Contract Documents. Payment for Removal of Structures and Obstructions will be made at the lump sum amount bid, which price will be considered complete compensation for all materials, equipment, and labor required to complete this item of work in , accordance with the Contract Documents. Bid Item 8: Furnish and Install 12" RCP CL IV Storm Drain Pipe ' Measurement of 12" diameter Reinforced Concrete Pipe (RCP) class IV will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of manholes. Payment for storm pipe of the type and class shown will be made at the amount Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 16 ' ' bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, hauling and disposal of ' trench material and street surfacing, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, ' water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, etc. required for complete installation, and to complete the work in accordance with the Contract Documents. RCP shall meet the specifications detailed in Section 9-05.3(2). The following conditions apply to ALL Bid Items for storm drain pipes. The Contractor is alerted to the Puget Power vaults south of the corner of NW 3rd Place and Rainier Avenue N and the buried electrical lines that run to those vaults. A schematic plan of the electric lines is included in the Geotechnical Section of the bid document. The Contractor shall contact Puget Power to locate all buried lines and any potential utility conflicts. The Contractor is responsible for maintaining the operational service of the stormwater drainage system at all times per Special Provisions Section 1-07.16(5). ' The Contractor is responsible for protecting all private and public utilities encountered from damage resulting from the work, and for repair of all damaged facilities at his own expense, per Section 1-07.17 of the Supplemental Specifications. The Contractor is responsible for locating and potholing all utilities (per Special Provisions Section 1-07.17) in advance of pipe installation to verify that the 1 required vertical and horizontal clearances exist. Any adjustments to pipe location and elevation must be approved by the Engineer prior to installation. The City will not pay for any delays caused by utility conflicts. rBid Item 9• Furnish and Install 18" RCP CL IV Storm Drain Pipe 1 Measurement of 18" diameter Reinforced Concrete Pipe (RCP) class IV will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of manholes. Payment for storm pipe of the type and class shown will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, hauling and disposal of trench material and street surfacing, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, etc. required for complete installation, and to complete the work in accordance with the Contract Documents. RCP shall meet the specifications detailed in Section 9-05.3(2). Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 17 Bid Item 10: Furnish and Install 24" RCP CL IV Storm Drain Pipe ' Measurement of 24" diameter Reinforced Concrete Pipe (RCP) class IV will be , based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of manholes. Payment for storm pipe of the type and class shown will be made at the amount ' bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, hauling and disposal of trench material and street surfacing, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, , water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, etc. required for complete installation, and to complete the work in accordance with the Contract Documents. RCP shall meet the specifications detailed in Section 9-05.3(2). , Bid Item 11 : Furnish and Install 12-inch Ductile Iron Storm Drain Pipe Measurement of 12" diameter Ductile Iron ( DI ) class 51 will be based on lineal footage measurements horizontally over the centerline of the installed pipe, ' including the length through all fittings and from center to center of manholes. Payment for storm pipe of the type and class shown will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, hauling and disposal of trench material and street surfacing, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, ' etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, etc. required for complete installation, and to complete the work in accordance with the Contract Documents. DI pipe shall meet the specification detailed in Special Provisions 9-05.13 Bid Item 12: Furnish and Install Imported Backfill I This item will be used only when material from trench and structural excavations is ' unsuitable for use as backfill, and the use of imported backfill is approved by the Engineer. The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the quality of excavated material. Measurement for placing imported backfill for trench, catch basin, and manhole, backfill will be based on actual tonnage weight as determined by measurement from a certified scale, or by the calculation of neat lines based on the maximum trench or excavation width per Section 2-09.4 using a conversion factor of 1 .5 tons per cubic yard, whichever is less. No payment shall be made for costs due to over-excavation and subsequent backfill, unless the inspector determines that the over-excavation could not be Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 18 , avoided. Over-excavation is defined as trenching outside the maximum trench or excavation width. ' Payment for imported backfill will be made at the unit price bid per ton, which payment will be complete compensation for all labor, materials, equipment, select 1 imported back-fill material, haul, placement, compaction, compaction testing, etc. required to complete this item of work in accordance with the Contract Documents. Payment includes all costs for removal, hauling, and disposal of unsuitable material. Imported backfill shall meet the specifications in Section 9-03.19. Bid Item 13: Furnish and Install Type I Catch Basins Measurement for Type I Catch Basins will be per each for each catch basin installed in conformance with the Contract Documents. Payment for Type I Catch Basins will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, bedding material, back-fill, compaction, connections, special fittings, risers, frame and grate, adjustment of frame to grade, appurtenances, etc. required to complete all catch basins in conformance with the Contract Documents. Catch Basin #6 shall have a " Rectangular Reversible Frame And Cover - Bolt Down", Inland Foundry Company part # 982, or approved equivalent. All other 1 Catch Basin frame and grates shall be locking. Catch Basins shall meet the specification of Section 7-05. Bid Item 14: Furnish and Install 48" Type II Catch Basins Measurement for 48" Type II Catch Basins will be per each for each catch basin installed in conformance with the Contract Documents. Payment for Type II Catch Basins will be made at the unit price bid per each, which 1 payment will be complete compensation for all labor, equipment, materials, excavation, foundation and bedding material, backfill, compaction, concrete base, precast concrete manhole sections, connections, special fittings, manhole frame and lid, adjustment of frame to grade, ladder and rungs, appurtenances, etc. ' required to complete all manholes in conformance with the Contract Documents. Catch Basins shall meet the specification of Section 7-05. All Type II Catch Basins 1 shall have a solid locking lid per City of Renton Standard Detail B074. Bid Item 15: Furnish and Install 54" Type II Catch Basins, 8' To 14' Deep Measurement for 54" Type II Catch Basins 8' to 14' deep will be per each for each catch basin installed in conformance with the Contract Documents. This item includes CB #1 , 2, 3, and may also be used for any 54" Type II Catch Basin between 8 and 14 feet deep, as measured vertically from the invert of the discharge pipe to the top of the manhole ring. Payment for Type II Catch Basins will be made at the unit price bid per each, which Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:1)WC:ps Page 19 payment will be complete compensation for all labor, equipment, materials, excavation, foundation and bedding material, backfill, compaction, concrete base, precast concrete manhole sections, connections, special fittings, manhole frame and lid, adjustment of frame to grade, ladder and rungs, appurtenances, etc. required to complete all manholes in conformance with the Contract Documents. Catch Basins shall meet the specification of Section 7-05. All Type II Catch Basins , shall have a solid locking lid per City of Renton Standard Detail B074. Bid Item 16: Furnish and Install 54" Type II Catch Basins Less Than 8' Deep ' Measurement for 54" Type II Catch Basins less than 8' deep will be per each for each catch basin installed in conformance with the Contract Documents. , This item includes CB #4, 12, and may also be used for any 54" Type II Catch Basin less than 8 feet deep, as measured vertically from the invert of the discharge pipe to the top of the manhole ring. j Payment for Type II Catch Basins will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, foundation and bedding material, backfill, compaction, concrete base, precast concrete manhole sections, connections, special fittings, manhole frame and lid, adjustment of frame to grade, ladder and rungs, appurtenances, etc. , required to complete all manholes in conformance with the Contract Documents. Catch Basins shall meet the specification of Section 7-05. All Type II Catch Basins shall have a solid locking lid per City of Renton Standard Detail B074. Bid Item 17: ACP Trench Repair ACP Trench Repair for all areas shall conform to City of Renton Standard Detail ' H032A " Typical Patch For Flexible Pavement . . .", including any areas where the trench is not perpendicular to the centerline, unless otherwise approved by the ' Engineer. Measurement of trench repair shall be in square yards, horizontally over the completed surface of the trench. Trench repair measurement width shall be as defined by the limit of trench repair payment shown in the contract documents, unless otherwise approved by the Engineer. Payment for asphalt concrete pavement trench repair (crushed surfacing, top ' course and keystone and asphalt cement concrete) will be made at the amount bid per square yard, which payment will be complete compensation for all labor, materials, haul, surface preparation, saw cut, gravel materials including crushed surfacing, top course and key stone, water, compaction, temporary trench patch (placement and removal), asphaltic materials, tack oil, placement, final trench patch, cleanup, pavement striping (to match existing striping), etc. required to ' complete this item of work in conformance with the Contract Documents. ACP Trench Repair shall meet the specifications in Special Provisions Section 5-04. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications 1-f:DOCS:95-347:DWC:ps Page 20 ' Bid Item 18: ACP Overlay Preparation and Restoration This bid item shall be used for all preparation and restoration costs associated with the overlay work. A full lane width Asphalt Concrete Pavement Overlay ( ACP ) Class "B" shall be 1 performed on Rainier Avenue from CB # 1 to CB #6, and on NW 3rd Place from CB #2 to CB #4. ACP Overlay shall conform to City of Renton Standard Detail H032 " Lane Width Overlay ", A 6 foot width (appx.) of asphalt pavement is present on Rainier Avenue next to the west side curb and gutter. Beyond the asphalt the street consists of concrete panels with asphalt placed on top of them. The overlay shall be accomplished by either sawcutting and removing existing asphalt, or grinding and removing the top two inches ( 2" ) of existing asphalt, and paving with two inches ( 2" ) of class "B" asphalt. The overlay width may be reduced by the Engineer depending on the field 1 conditions, and location of the project excavation. Payment for ACP Overlay Preparation and Restoration will be at the lump sum ' price, which payment shall be complete compensation for all labor, materials, equipment, mobilization, haul, traffic control, notifications, aggregate, sweeping, utility marking and adjustment, tack coat, preparation of subgrade, sawcutting, removal of existing asphalt, pavement grinding, feathering, joint sealing, cleanup, restoration of all pavement markings with new markings to match existing, etc. required to complete this item of work. ACP Overlay Preparation and Restoration shall meet the specification detailed in Special Provisions Section 5-04, 5-04.6, and the Supplemental Specifications. No ' additional payment will be made to correct ACP not installed in accordance with the specifications. ' Bid Item 19: ACP Overlay Material This bid item shall be used for the actual amount of ACP used for the overlay Measurement of the ACP Overlay Material shall be by the ton. Payment for ACP overlay will be at the unit bid price per ton, which payment shall ' be complete compensation for all labor, materials, equipment, haul, placement of asphalt concrete, roller compaction, etc. required to complete this item of work. ACP Overlay Material shall meet the specification detailed in Special Provisions 5- 04.6, 5-04, and the Supplemental Specifications. No additional payment will be made to correct ACP not installed in accordance with the specifications. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications ' H:DOCS:95-347:DWC:ps Page 21 Bid Item 20: Cement Concrete Sidewalk , Measurement for cement concrete sidewalk will be based on the square yard of finished surface. This bid item includes all driveways and handicap access ramps. Restoration of the driveway for the Cass Office Building shall be done in phases, if , needed, so that access to the parking lot is maintained at all times. Payment for cement concrete sidewalks will be made at the unit price per square yard, which payment will be complete compensation for all labor, materials, , equipment, excavation, cutting, grading, foundation material, compaction, PVC conduit system, forms, joints, placement, finishing, curing, appurtenances, etc., required to complete these items of work in accordance with the Contract ' Documents. Cement Concrete Sidewalks shall meet the specification in Section 8-14. Bid Item 21: Curb and Gutter Curb and gutter used shall match existing structures. Measurement for cement concrete curbs and gutters will be based on the linear foot along the line and slope of the completed curb and gutter. Payment for cement concrete curb and gutter will be made at the unit price per linear foot, which payment will be complete compensation for all labor, materials, equipment, excavation, saw cuts, grading, foundation material, compaction, forms, joints, placement, finishing, curing, appurtenances, etc. required to complete these items of work in accordance with the Contract Documents. Curb and Gutter shall meet the specifications of Section 8-04. Bid Item 22: Erosion Control ' Erosion Control consists of all activities needed to prevent the erosion of soil on the project site, creation of sediment laden water, and the migration of sediment laden water into a drainage system. Erosion Control includes catch basin protection, placement of plastic sheets over soil, seeding, mulching, netting, cleaning catch basins, etc., and any other activities needed to control erosion from the project. No specific unit of measurement shall apply to the lump sum item for erosion ' control. The lump sum contract price for Erosion Control shall be full pay for all work outlined in this bid item, as shown on the plans, Erosion/ Sedimentation Control Notes, Section 8-01 , and as designated by the Engineer. Bid Item 23: Restoration (Complete Project) Measurement for Restoration will be made on the completed project restored, except asphalt concrete paved surfaces, curb and gutter, and sidewalk, in accordance with the Contract Documents. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 22 ' Payment for Restoration will be made at the lump sum amount bid, which price will be considered complete compensation for all materials, equipment, labor, salvaging ' existing and/or providing new imported topsoil, finish grading, treated landscape timber (water stops) with anchors, planting or replanting where applicable to replace landscape shrubs and plants removed, hydroseeding, mulch, fertilizer, excelsior matting, one-year guarantee, sweeping, site cleanup, etc. required to complete this item of work in accordance with the Contract Documents. Contractor shall provide the same species of landscape shrubs as existing, if new shrubs are required. Restoration shall include replacement of all existing markers and monuments that are removed or damaged during construction per Special Provision Section 1- 07.16(3)A. 1-09.5 Ordering Materials Section 1-09.5 of the APWA Division I General Requirements is supplemented with the following: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be ' approximate only and, unless otherwise specified, the Owner will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. 1 1-09.8 Payment for Material on Hand Section 1-09.8 of the APWA Division I General Requirements is supplemented with the following: Payment for "Material on Hand" will be made only when considered desirable and appropriate by the City. The City reserves the right to make the final determination as to whether payment will be made for "Material on Hand." 1-09.9 Payments Supplement this section with the following: 1 "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the specifications as work under this ' Contract but for which an item has not been set forth in the proposal shall be included in other items of work. Failure to do so will not relieve the Contractor of his Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 23 responsibility to perform the work indicated and no other compensation will be , allowed. 1-09.9(2) Retainage , Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of the following are satisfied: , 1 . The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay ' Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor i and Industries. That agency provides the form. 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the ' Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the ' Contractor's letterhead, stating that all bills and wages have been paid on this project. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 24 ' DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP ' 2-01.1 Description ' Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the Engineer. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the ' shrubs and replant them in the original locations after backfilling the pipeline. If a shrub is damaged during construction, the Engineer may require the Contract to replace in like size and kind. Shrub replacement or replanting shall be in accordance with Section 8-02.30 3). 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description ' Supplement this section with the following: ' The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for the completion of the project. All removal will be considered incidental to the work unless specifically identified as a bid item. 2-02.3 Construction Details 2-02.3(1) General Requirements Supplement this section with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilities, ' roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of ' Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 25 removal for concrete or rigid materials shall be either the edge of the structure, an , existing construction joint, or a new sawcut. The depth of sawcuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(3)A Remove Existing Pavement (New Section) , The removal of existing pavement within project limits shall include sawcuts, removal, ' haul and disposal of AC pavement and PCC pavement. 2-02.3(8) Salvage (New Section) ' Unless otherwise indicated in the plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the Owner in good condition and as directed by the Engineer. Materials and items deemed of no value by the Engineer shall be removed by the Contractor and become his property, to be disposed of at his discretion. 2-02.3(9) Waste Disposal (New Section) Waste materials shall be hauled to a waste site secured by the contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment , Delete entire section and replace with the following: Bid items with descriptions, units of measure, and payment are outlined in Section 1- , 09.30 ). e Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 26 , ' DIVISION 5 ' SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT ' 5-04.1 Description ' Add the following: Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5-04.2 Materials ' Supplement this section with the following: Tack Coat Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1 (6) of the Standard Specifications. 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Add the following to the first paragraph: If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Rejection of load due to non- protection will not be basis for any compensation. ' 5-04.3(5)C Crack Sealing Delete the first sentence and replace with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. 5-04.3(9) Spreading and Finishing Supplement this section with the following: ' Asphalt Concrete Pavement (ACP) Class B ' ACP Class B shall be placed to the compacted depths specified herein or shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with applicable provisions of Section 5-04. Feathering Asphalt Concrete Pavement ' The Contractor shall feather the ACP in a manner to produce a smooth riding connection to existing pavements. ' Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 27 All costs in connection with feathering the ACP shall be incidental to and included in , the unit contract price. 5-04.3(17) Paving Under Traffic , Add the following sentence to the second paragraph of this section: , No traffic shall be allowed on newly placed pavement without the approval of the Engineer. 5-04.5 Payment , Delete entire section and replace with the following: Bid items with descriptions, units of measure, and payment are outlined in Section 1- 09.3(1). 5 04.6 Asphalt Concrete Pavement Overlays 5-04.6(1) Scope of Work ' The intent of these specifications is to provide a minimum of 2 inches compacted depth of class "B" asphalt concrete pavement at various locations, which are shown ' in the plans or identified in the bid items. All work required to complete the overlay, but not specifically mentioned on the plans and specifications, shall be performed by the contractor and shall be considered as incidental to the construction, and all costs ' therefor shall be included in the bid item price. At all times, there must be materials on the job site to handle any spills caused by the ' contractor, such as tack, oils, diesel, etc.. Materials would include, but not be limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of , contaminated materials. 5-04.6(2) Traffic Control: , Notifications The Contractor shall be responsible for delivering notification twice to all properties ' that front on, or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four ' hours (24 hours) prior to the beginning work. On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of , 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall obtain prior approval for the parking restrictions from the City of Renton Department of Public , Works Transportation Systems Division. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 28 ' The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner is in the area. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. All work and materials associated with the notification procedures shall be incidental to the project, unless a specific item for "Traffic Control" is included. 5-04.6(3) Removal of Structures and Obstructions The Contractor shall remove all plastic traffic buttons, thermoplastic stop-bars and thermoplastic cross-walks from roadway surface, and the area shall be swept clean prior to application of the tack coat for overlay. The removal and disposal of plastic traffic buttons and thermoplastic legend, stop-bars and crosswalks, shall be considered incidental to the project and no additional compensation shall be made. ' 5-04.6(4) Preparation and Placement The Contractor shall maintain existing surface contour during overlay, unless otherwise ' instructed by the Engineer. 5-04.6(4)A Preparation of Existing Surfaces The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are ' clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty ' by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. ' Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for ' preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. 5-04.6(4)B Utility Adjustments The Contractor shall install "poppers" to assist in locating the utility lids. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking ' to the lids. Diesel will not be used. After the application of soap, catch basins shall be Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 29 covered to prevent tack and ACP from getting into catch basin. The Contractor shall locate all utilities for access immediately after overlay and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4"-6" in diameter and the depth of the overlay from the center of the utility location. , The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working ' day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that ' has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustment shall be made per contract with respect to materials and methods , except for revisions approved in the field by the City engineer. Utility adjustments must be completed five (5) working days after overlay is complete, ' and within the specified working days. 5-04.6(4)C Spreading and finishing , The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a ± 2" per 100 linear feet tolerance. The Contractor may be required to pull a string line ' and paint a line as a guide. During overlay procedure, driveways and connecting streets shall be tied to new mat , by means of adding additional material and "FEATHERING" the edge. All material raked off shall be removed from site. The Contractor shall not use vibration when compacting on streets where A.C. Line , (Asbestos Concrete) is used (refer to City of Renton comprehensive Water System Plan, figure #7, 1/15/92). , 5-04.6(5) Payments Bid Items with descriptions, units of measure, and payment are outlined in Section 1- 09.30). Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 30 , ' DIVISION 7 ' DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7.04.3(4) Cleaning and Testing 7.04.3(4)A General (Additional) Storm sewers and appurtenances shall be cleaned and tested per this section of the Standard Specifications. All costs for this work shall be included in the bid item for storm pipe installation. i 7-05 MANHOLES, INLETS AND CATCH BASINS 7-05.1 Description Supplement this section with the following: Work includes placement of new manholes, adjusting manholes to grade, rechanneling ' and reconnecting existing manholes and abandoning manholes. 7-05.3 Construction Requirements ' 7-05.3(1) Adjusting Manholes to Grade Supplement this section with the following: Adjustment of manholes shall be considered incidental to the unit price for manholes; no additional payment shall be made. All manholes, catch basins, grates, and valve ' boxes affected by the construction shall be adjusted to final grade. 7-05.3(2) Abandon Existing Manholes ' Supplement this section with the following: Manholes are not to be abandoned until authorized by the Engineer. 7-05.3(3) Connection to Existing Manholes Supplement this section with the following: The Contractor shall notify the city at least 24 hours prior to connecting to any ' existing utilities. 7-05.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- ' 09.3(1 ). ' Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 31 7-18 SIDE SEWERS 7-18.3(6) As-built Data (New Section) The Contractor shall record the location, depth, and construction of all existing and ' repaired side sewers encountered during construction. All side sewer repair shall meet City of Renton standards. 1 1 i 1 1 Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 32 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL ' 8-01.1 Description ' Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: • Storm Drain Inlet Protection • Covering Soil with Plastic Covering • Sediment Control Fencing • Miscellaneous Erosion Control 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or ' approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being ' transported away from the construction area by storm water. 8-01.5 Payment ' Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.30). If a Bid Item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 33 8-04 CURBS, GUTTERS AND SPILLWAYS ' 8-04.1 Description Add the following: , Work includes replacement of curb and gutters removed or damaged due to construction activities. ' 8-04.3 Construction Requirements Add the following: , Curb and gutters shall match the existing curb and gutter, including type and ' dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement (New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless , otherwise authorized by the Engineer. 8-04.5 Payment ' Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.3(1 ). 8-14 CEMENT CONCRETE SIDEWALKS ' 8-14.1 Description Add the following: , Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access ' areas. 8-14.3(2) Placing and Finishing Concrete ' Add the following: Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. 8-14.3(5) Width of Replacement (New Section) Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. , Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 34 , 8-14.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- ' 09.3(1 ). 8-22 PAVEMENT MARKING ' 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.5 Payment ' Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1- 09.30). If a Bid Item for Pavement Marking is not listed, the cost of all such work shall be ' considered incidental and included within the unit bid prices in the contract. r r Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 35 DIVISION 9 , MATERIALS 9-03 AGGREGATES 9-03.15 Bedding Material for Rigid Pipe ' Replace the entire section with the following: Bedding material for all rigid pipe, RCP and Ductile Iron, shall meet the requirements of i Section 9-03.12(3) except the percent passing the No. 200 sieve shall be 7 percent maximum. , 9-03.16 Bedding Material for Flexible Pipe Add the following to the section: Bedding material for CPEP pipe used on this project shall conform to this section. 9-03.19 Bank Run Gravel for Trench Backfill i Add the following to the section: ' All import backfill used to replace unsuitable native material shall conform to this section. Unsuitability shall be determined by the Engineer. 9-03.22 Controlled Density Fill (New Section) Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, , aggregates, water and admixtures proportioned to provide a non-segregating, self- consolidating, free-flowing and excavatable material which will result in a hardened, dense, non-settling fill. , Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ASTM C94 or WSDOT 6-02.3. 9-03.220) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water ' and admixtures which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3. Materials ' 1 . Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 2. Fly Ash: Class F or Class C r 3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 4. Water WSDOT 9-25 i Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 36 ! 5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ! ASTM C 260 9-03.22(2) Proportioning ! The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts may vary from those shown as approved by the Engineer or approved trial ! mix data or field test results for proper strength, workability, consistency and density. Class of C.D.F. A B C ! Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq.ft.) (14400) (43200) (43200) ! Max gals. of mixing water per cubic yard 50 50 30 ! Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assumed Sp.G. 2.67) 3200 3200 3200 1 . If air entraining or water reducing admixture is used for flow-ability, total water ' and aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable C.D.F., 3/8" minus or sand is recommended. ! 3. Weights may be adjusted for flow-ability and pump-ability. ' 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump ' Normal Flow-ability 6 - 8 inch slump High Flow-ability 8 inch slump or greater ' C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section to be filled with C.D.F. shall be contained at either end of trench section by bulkhead or earth fill. ! C.D.F. patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, C.D.F. ' must have a temperature of at least 40 degrees F. Mixing and placing shall stop when Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 37 temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous ! an operation as is practicable. C.D.F. shall not be placed on frozen ground. 9-03.22(4) Compaction ' For flowable C.D.F. compaction is not necessary for placement. ' The contractor may as an option, adjust the water content to obtain a 0 to 1 ' maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. ! 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact ' with C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. 9-03.22 (6) Testing , Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. , If laboratory trial batches or field trial data confirm weight and strength, no further testing will be necessary, if approved by the Engineer. For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ' 9-05.13 Ductile Iron Sewer Pipe Replace the second sentence of the second paragraph with the following: The ductile iron pipe shall be Class 51 . ' 9-05.120) Corrugated Polyethylene Pipe (CPEP) (Addition) 9-05.12(A) Description , Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or , approved equivalent. 9-05.12(1)B Pipe Material and Fabrication ' CPEP shall be in conformance with the latest version of ASTM F 667. 9-05.12(1)C Fittings and Gaskets ! Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536. Fittings shall be manufactured by Nyloplast ! Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 38 ' USA, Inc., or approved equivalent. PP 4 ' 9-05.12MD Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Pipe cuts ' shall be in the valley of the corrugation. Gasket shall be placed in the first full corrugation valley adjacent to the end of the pipe. The gasket fin shall point away from the end of the pipe. Lubricate gasket and fitting socket with manufacturer- approved lubricant prior to pushing pipe into fitting. ' Nelson Place NW/Rainier Avenue N Contract Plans and Specifications H:DOCS:95-347:DWC:ps Page 39 � STANDARD PLANS 1 1 1 1 1 1 1 1 1 LANE LINE MARKING 7,-8„ STANDARD VEHICLE WHEEL PATH 3'; 4.5' MIN. MIN. MIN. 1' 1' ACP CLASS MIN. MIN. 'E' OR 'B' 6" CRUSHED SURFACING 2" CLASS "B" TOP COURSE I 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL EDGE OF CURB & GUTTER, WITH AR4OOOW OR CENTER OF LANE LINE 2.5 MIN. CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER *MINIMUM ACP CLASS 'E' SHALL BE: **PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS LANE WIDTH OVERLAY & INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' OR 'B' (FOR FLEXIBLE PAVEMENT ONLY) RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' OR 'B' **NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT r CITY OF RENTDN SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR ADOPTED d Standard plans DETERMINING PAVEMENT THICKNESS. ��'W IST DATE:5/1/95 DATE REVISION BY APPR' DWG. NAME: DWG HR-05 SP PAGE: PAGE# H032 1' 1' 2.5' 1' 1' MIN MIN MIN MIN MIN i �. .. . . . . . . . . 6.5' MIN. r . 1' 1' 2.5' �{ 1' 1' MIN MIN MIN MIN MIN 2" CLASS „B„ _. . FACE OF CURB OR EDGE OF PAVEMENT ti 2" CLASS 'B' ACP CLASS 'E' OR 'B' 6" CRUSHED *2„ TO 6" SURFACING TOP COURSE CLASS 'E' CENTER LINE OR OR LANE LINE CRUSHED ROCK, CLASS 'B' FLOWABLE FILL �. . OR AS REQUIRED BY ENGINEER 6.5' MIN. TYPICAL PATCH FOR FLEXIBLE PAVEMENT 2" DEPTH of WHEN PERPENDICULAR TO ROADWAY CENTER LINE GRIND OR SAWCUT AND REMOVE O ADOPTED CITY OF RENTON * SEE DWG# HR-05 FOR MINIMUM STANDARDS ,�=` Standard plans NTO LST DATE:4/28/95 DATE I REVISION I BY APPR' DWG. NAME: DWG# HR-23 SP PAGE: PAGE# H032A SIDEWALK DRIVEWAY OR ALLEY 5 3 EXPANSION JOINTS �N /N�ohMc/D�N� SEE NOTE 2 /p a 6 NIN 3/8" EXPANSION N �p�0 3p00' M V u0 2.5, JOINTS S0 yghgXqk I„ U �Q ~ SEE NOTE 2 r. SEE NOTE I // s SIDEWALK 10..T 6" RESIDENTIAL =4 �- 19 loll COMMERCIAL OR INDUSTRIAL ALTERNATE 1 A // // 4 CURB AND GUTTER SEE DETAIL "A" �i SHOWN HOWEVER, WHEN THERE IS A PLANTING STRIP `�.s OTHER CURBS MAY 10 BE USED (SEE SECTION A-A EXPANSION JOINT 3/8" EXPANSION STANDARD PLANS) JOINTS 'SEE NOTE 2 DRIVEWAY OR ALLEY S. R� SCORE LINE C SI .. /NO p pCU 1q qc/qc/q b 5 1 0 h/ A �S• h/ N Ip70 170. h 18 501 hqk qfi. 3/8" EXPANSION hqx DETAIL A JOINTS — SEE NOTE I SEE NOTE 2 s'� APPROACH WITH I —SIDEWALK MONOLITHIC CURB SEE NOTE 5 A ALTERNATE 2 �v �2•s• 101, 4" WHEN SIDEWALK IS NEXT TO CURB NOTE, CEMENT CONCRETE DRIVEWAY 1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10, C/C. THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL EXTEND 2-1/4" DEEP. OR ALLEY APPROACH 2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF APPROACH, 3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED 4, ALL JOINTS SHALL BE CLEANED AND EDGED, ` ADOPTED 5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE POURED ! CITY or RENTON INTEGRAL WITH STANDARD CURB (SEE DETAIL "A"). standard plena 6. SUBGRADE COMPACTION SHALL BE 95Y. MODIFIED PROCTOR. �F o LST DATE 12/15/91 DATE _ REVISION BY APPR' DWC. NAME: FRO 1 N SP PAGE F006 1/2" WED 8 PL. 1/2" x 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON TOP 0 9-0-0 26-3/8" p 24" 1_ " 1 6 �--23-1/4"---� 33-1/4" SECTION A-A FRAME (NON-L❑CKING) COVER (NON-LOCKING) A FOR 5/8"-11 N,C, x 1-1/4" 1-3/8" B S.S. S❑C, HD. CAP SCREW (3 REQ'D.) 5/e" 3/8" 2" �1/2" TYP. TYP, N❑N-SKID PATTERN c 1" SEAT �l 0 1-7/8" TYP. C A p DoO o B 25" SECTION B-B 2" RAISED LETTERS AS REQ'D, SEE NOTE No,3 BELOW UNDERSIDE SHOWN FOR CLARITY 3/4" CORE (TYP.) ON 23" B.C. DRILL AND TAP 5/8"-11 N,C,ON 23" B.C.(TYP. 3 PL.) 1-1/2" CORE(TYP.) (LOCKING) FRAME (LOCKING) COVER MANHOLE FRAME AND COVER NOTES: 1. FOR N❑N-LOCKING USE OLYMPIC FOUNDRY No, MH 30 OR EQUAL. ADOPTED 2. FOR LOCKING LID USE ❑LYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. CITY or RENTON 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), Standard plena SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"), Ise DATE: 12/15/91 DATE REVISION 8Y 4PPR' DWG. NAME: BR29 SP PAGE: 8074 w w w w w w w w ww w w ww w w w w ww w w 16 bars o 7" centers NOTES,bottom face 1.Proprietary catch basin steps are acceptable, provided that I� with 1" MIN cover they conform to Section R, ASTM C 478 (AASHTO M 199) and meet � _ all WISHA requirements. 2" CLR I IiT TYP I�I�y 2.Cotch basin step legs shall be parallel or approximately radial at the option of the manufacturer, except that all steps in yl any catch basin shall be similar. Penetration of outer wall by a leg is prohibited. 2'MIN 20" ' S,Slab opening may be 24" x 20" or 24" diameter. �+ 4,As an acceptable alternate to rebor, welded wire fabric having a minimum area of 0.12 square Inches per fpot may be used. 96" TOP SLAB Welded wire fabric shall comply to ASTM A 497 (AASHTO M 221). TYPICAL ORIENTATION F 05 bars Q 6" centers OR ACCESS AND STEPS bottom face /\ with i" MIN cover -E 3" 2 CLR I I I" 12" MIN � R TYP \/ ZHANDHOLD Z •8 galvanized deformed rebor :�_•7 galvanized 12" MIN smooth steel T _T it �'4" center to center72" TOP SLAB � rn o� CATCH BASIN STEP DROP RUNG 08 galvanized deformed 04 Bars o 6" centers CATCH BASIN STEP rebor bar bottom face PREFABRICATED LADDER with 1" MIN cover 2" CLR ) TYP II �s'L 24" s"� MISCELLANEOUS CA BASIN DETAILS 1" clearance •3 bar (See note 4) GRADE RING , 48" & 54" TOP SLAB ADOPTED O�� CO. CITY OF RENTON + _ + STANDARD PLANS IST DATE:8-Dec-86 SP PAGE: B035 GENERAL NOTES Floodlights shall be provided to mork flogger stations at right as needed. If entire work orw h vfeble from one END station,one nogger may be used at CONSTRUCTION G20-2 alternate location. Steady burning worning lights (TYPE C, 11UTCD) should be used to mark channeizing devices of night as needed. Olstonce from work area to and of topor shol be lengthened If necessary to be viable to approaching traffic. Sign sequsnce is the some for both directions of travel. `a Sir Sparip • x (feet) Urba, tMP40049rids 40/57 tptt 500: W20 - 7o 'R=S1r1 25/35 MPH 280! Alternate J Bless Districts flogger loco tlon oQo W20 - 4 O .4 ( ONE LANE l ROAD / AHEAD W20 - 1 W21- 4 ROAD ROAD CONSTRUCTION OR WORK Ar AHEAD AHEAD FOR LOCAL 0 A®[EMCV U2[E TRAFFIC CONTROL PLAN LEGEND ADOP"1TD 4-24_9 Replaced End Constrct)oAlternateqn.Added Distance from Fiapger �ti�Y O� CITY OF REWON CH/WNEL2NG DEVICES to Work Area 6 Alternate Fb er Location, Revised Notes ABN 1 K_ FLAGGER 10-0-91 Deleted End Construction Signs,Added "For Local ' Agency AM s ♦ ♦ Standard Plans Use". `,�`off I st natcApr 24 1992 -90 Revised Sign Spacing Tobie,Flogger Dimension, Added _ N`r Typical appAcatlon of traffic control devices on a two-lone t! 31 W21-4,and Resigned ABN SP PAGE K001 highway where one lane Is closed and flogging is provided. DATE REVISION BY APW w K -02 GENERAL NOTES W20-1 The movimum spocnq between chomeGxnq ROAD devices in toper should be nearly equal CONSTRUCTION x I I ti test to the apeed "t " marrnum --r- spacing between ehonnefixn deices used AHEAD to separate traffic should b. 2 Urns. the x ^ speed flm)t. W20 5(L) ` T For bnq-twm protects,conflicting pavement markups no longer applicable .hall be removed.Temporary markups,includrp LEFT LANE " directional pavwment orro.e,shall be used CLOSED os necessary.Where tone changes ore restricted. AHEAD X use chomelxing devices to supplement X the temporary Ions line.For short term `3 projects,use chonnelxng devices to delineate I O I I adjacent tralk tines. A buffer space may be used between the O ENO ■ark area and adjacent chamelxtnq devices. CONSTRUCTION 020 - 2 This opplcotlan may be used during peak tro(fic period*.Lane distribubution may W4 2(R) O reversed (signing changed occordpfy) when O O O peak traffic no. chapee direction. O f O C4 OUtw curve or turn wQrkq sire moy be To (1 O _J substituted for sign wt-4M to depict o O roadway ol4gnment as appropriate. O - — Temporary solid lane line. I o (For short term projects Stan Spacing • x See notes.) 0 newsy. 50/SS MPH 00' WOR Er 10 prws.aye } ARE Rural Rood Urban Arlerlals 40/SS 1PH SOO" Y urban Sleets 25/35 MPH 250'r Rweldentlal p Buerves District. ENDIOO G40 2 CONSTRUCTION O MeO411/ TAPER LENGTH flit IN FEET O O Spee O O J 25 JOPo to 40 d 45�60 SS O O 105 150 205 270 450 S00 550 x I I x / WI 4111 n M t66 225 295 495 550 605 `i y � 1 12S 1t10 T15 320 540 fi00 660 yLx l4d't7.rt W13 - 1 I!�®R LbO9AQIS. ROAD QOEHCV MBE CONSTRUCTION LEGEND AHEAD TRAFFIC CONTROL PLAN w20 - 1 ADOPTED 0 0 o CHANNELIZING DEVICES G~�Y CITY OF RENTON ..�.. OBLITERATED MMKINGS (see notes) Standard Flans DAD SEOUENTIAI ARROW SIGN Added W13-1 and Length o! 4-24-9 Toper Post Walk Area ABN �iN rp� Ist DatcApr 24 1992 i -1Added or LocalAgency Use" Aq s SP PAGE K004 8-3 1-9 evise o es an est ne A8N Typical application of traffic control devices OA EREVISION ff. K-05 There directional traffic volumes are uneven. - GENERAL NOTES O MM4-9(L) Fleshing waming light, (TYPa A, MUTCD) should W be used to mark barricades at night as needed. Signs R11-2 and W20-3 may display the optional menage"STREET'as appropriate. FIRST STREET Signs RII-3'Road(Street)Closed to Thru Trof- M4-9(L) �—fic",or RII-4'Local Traffic Only"may be sub- stituted for sign RII-2 when applicable. C /M4-10(R) DETOUR For additional guidance,'Second Street"street = 0 name signs,D3-I,may be used with the M4-9 G20-2 W W detour signs,and may be black on orange, cMf1D130 C 0 o RII-2 W = The two M4-9(R)detour signs on Second Str- rn Y Q stet should display an advance arrow when In- M4-9(R) p stalled mid-block. M4-9(R) OW W20-2 SECOND STREET WORK r AREA W20-2 W20-3 �v Q W - D v RII-2 Q M4-9(R) Q lC p W20 3 t7 = �O M4-9( ) 0 0 O� no t v) a N c U o DETOUR c m tJ z � � v y M4-10(R) z G20-2 anoi3a THIRD STREET M4-9(L) W Z W W = o m 2 N 3 W o M4-9(L) to C LL u o C W TYPICAL APPLICATION—DETOUR SIGNING FOR STREET CONSTRUCTION PROJECT IN A STREET GR10. TRAFFIC"CONTROL 'PLAN LEGEND Miliiag2SaQ TYPE III BARRICADE 0*Q\a)"�t ADOPTED CITY OF RENTON STANDARD PLANS UST DATE:17-Jul-S1 SP PAGE: K013 r� �r ■w r r r r r r� r� r �r r r r r r r� r -- —� GENERAL NOTES "A" Street SIDEWALK "W" Street Controls shown ore for pedestrion CLOSED AHEAD traffic only. - 1111. Street lighting should be considered. USE OTHER i I Use warring lights on barricades SIDE See applicable Standard Plan for / vehicle troffic control plans. I I O SIDEWALK WORK77 AREA CLOSED oo WORK AREA 4 V V 4 c 0 C t / C < \J < I O e I C O 0 l4 V SIDEWALK CLOSED AHEAD USE OTHER "B" Street L SIDE I -V Street FOR LOCAL s I * Fs I &QEHCV UOE PEDESTRIAN TRAFFIC LEGEND CONTROL PLAN C 0 n CHANNELIZING DEVICES �I ADOPTED G� �� CITY OF REN•I'ON ® TYPE t BARRICADE A Standard Plans -2e-92 Revised 5 ,Added Note .lo �� � I.st Date Apr 24 1992 T icol application - Two methods for controlling pedestrian traffic b 10-1e•g1 Revised layout,Removed/Revised signs, N NT Y r Added 'For Loud Agency Use",Resi ned SP PAGE KO1 4 eft er directing pedestrians to another route or providing a walkway. «:K-15 � CONSTRUCTION PLANS 1 1 1 1 1 1 1 1 i 1 ' RENTON, S C�TY Ov R ' (� (�� NW. DESIGN C0V PANYNELSO11 �.J PLACE • Civil Engineering ' RAHER AVE. N. • Planning� Landscape Architecture STORM SYSTEM [REPLACEMENT 911 Western Avenue ' • Suite 302 • Seattle, WA 98104 . Phone 206.223.0326 ' GENERAL NOTES: INDEX 0 F DRAWINGS Existing site improvements r shown are fbased cc upon a survey en TCA Inc.. dated lied or a and City of Renton • records. No warranty or guarantee of accuracy or completenaaa is either implied or ezpreased. Existing • underground utilities and improvements have been shown on these drawings for me purpose of assisting th Contractor in locating said utilities and improvements in the field. The Contractor shall be responsible for checking actual locations in the field and checking with appropriate agencies that may hove underground utilities an, • improvements within the project limits. The Contractor shall be solely responsible for any and all damage to SHEET NO. DESCRIPTION underground utilities and improvements resulting from his operation. -outs or the structure is to 2. All connections to new or existing concrete structures will be at manufactured knock be core-drilled. 3- Prior to the start of construction activities, telephone (206) 277-5570 a minimum of 24 hours in advance of st required inspections. Inspection squads for the following workday must be received no later than 3:00 pun. The 1 COVER SHEET ONLY exception to the 24-Hour Minimum Scheduling requirement is in cases of bonofide emergencies. In.cases ' - of true emergencies(broken utilities, urgent traffic control problems, etc.)telephone 235-2631. 4. There will be no guarantee of re-inspection on the same day for any work which is not ready at the time of the scheduled inspection. 5. Where a new pipe dean on existing or new utility by 6' or less, an approved polyethylene plastic foam shall be cushion between the utilities. 6. In all n cases where me. equipment, or material will in any way obstruct vision or inhibit normal traffic flow adequate Signs and flagmen will be required to protect motorists and pedestrians. In addition, the followirg personnel will be notified 24 hours prior to any work being performed within the street right-of-way: ' Street Maintenance Superintendent -- 235-2615 Fire Department -- 235-2642 3 DETAILS Police Department 235-2600 Engineering Division -- 235-2631 Valley Communications Center - 911 7. In the event difficult street crossings must be constructed in more than one Continuous operation,the Engirroering Division will endeavor to provide an inspector during each phase of construction so long as me Engineering Division is contacted 24 hours in advance at 235-2631. 8. It shall be the sole responsibility of the Contractor to obtain street use and other related or required permits prior to any construction activity on-site or the City right-of-way. 9. The subgradea under all areas to be paved shall be firm and unyielding, and compacted to 98%of the maximum ' - tlensity (per Standard Proctor Test). Proof rolling may be required prior to poring to insure stability. - 10. The Contractor shall adjust all existing and new manhole rime,drainage structure lids,valve boxes, and uti ity access structures to finish grade within areas affected by me proposed improvements. 1 t. All pavement, walk and curb removals shall be vertical saw cut at the boundaries of removal area. Remo�ala shall be included in the total contract price. Contractor shall restore or replace all pavement. walks,curbs, � Y driveways, walls, rockeries, landscaping including lawn,fences, utilities, meters,vaults, mailboxes and signs. '10 or related items damaged by construction to original or better condition. N L, 12. All street closures. partial or full, shall be approved by Public Works 24 hours in advance. ' '7 v 13. The hours of work in street rightrk. way shall be limited to ling am to of0 Renton on weekdays only unless otherwise Al W Q approved in writing by Public Works at 235-2635. Truck hauling on City of Renton arterial streets shall be limited C > to 8:30am to 3:30pm.Q PRO CT SITE 14. Priorto any utility service interruptions to an individual residence. a minimum of 24-hour written notice shall be Z/ given to the resident and the City of Renton. Contractor shall make all efforts to restore service within a reasonable me Z 4 15. Any work within the street right-of-way requires a separate permit and bond, and work must be performed by a SCALE 1"=200' 9G z O licensed, bonded Contractor. t > c a N 77 Z w CITY OF RENTON STORM WATER DRAINAGE NOTES: 6y W � (The folowklg rotes are required by the City of Riordan to appe>an tress f>•fa». soma rot«maY net spay ro iris praleaE) NON ' ¢ of Cn Z 1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS.A PRECONSTRUCnON MEETING MUST Z All HELD WITH THE CITY OF RENTONaccordance DEPARTMENT OF PUBLIC WORKS DESIGN ENGINEER. J rTT 2. All construction shall be in accordance with the'1994 Standard Specifications for Rood, Bridge and Municipal Construction prepared Dy WSDOT/APW0. as amended by the City of Renton Department of Public Works,and 'ill the City of Renton'Public Works Department Standard Details manual doted 2/1/91. NW 41 f� ST 3. The stone drainage system shall be constructed according to the approved plans which are on file in the t Department of Public Works. Any deviation 1 from me approved plans will require written approval from the City NW4TH STr - -� of Renton Department of Public Works, Design Engineer or Storm Water Utility. 4. A copy of these approved plane must be on the job site whenever constriction is m progress. I Z frC"I I 5. Datum shall be U.S.G.S. unless otherwise approved by City of Renton Deportment of Public Works. Reference benchmark and elevation are noted on the plane. 6. All sedimentation/erosion facilities must be in operation prior to clearing and building construction, and they must I be satisfactorily maintained until construction is completed and the potential for on-site erosion ha.-i CALL 48 nVsJss3 N� 3RD PL 7 All retention/detention focilitee must be installed and in operation prior to or in conjunction with all cpa/I� b0h , activity unless otherwise approved by the Department of Public Works. Storm Water Utility. wr9 fV 8. Grans seed may by applied by hydroseeding. The grass seed mixture,other than City of Renton approved standard B�� YOU M Z mixes, shall be submitted by a Landscape Architect and approved by the Department of Public Works, Storm Water 55 Utility. 1-800-424-55 Z 9. All Pipe and appurtenances shall be laid on a property prepared foundation in accordance with Section 7-022(1.)1-1' of the current WSDOT Standard Specifications for Road and Bridge Construction. This shall include necessary T I leveling of the trench bottom or the top of the foundation material'as well as Dla"ment and compaction of required W 3RD S z W w w bedding material to uniform grade so that the entire length of the pipe will be supported on a uniformly dense > > unyielding bone. All pipe bedding shall be APWA Class C with the exception of PV Dipe. All trench W Q Q Q shall be compacted to minimum 98%for pavement and structural fill and 95% otherwise, per ASTM D155- .sew�e�wS RECOMMENDED FOR APPROVAL ' I L, I Peo grovel bedding shall be 6' over and under PVC pipe. rrR/�sw / Q10. Galvanized steel pipe and aluminized steel pipe for all drainage facilities shall have asphalt treatment/1 better Q I inside and outside. 1 Q 11. Structures shall of be permitted within 10 feet of the spring line of any storm drainage pipe.or 15 feet frpm,than_ ATE PUN REVIEW O top of any channel bank. CT W > J ( 12. All catch basin grates shall be depressed 0.10 feet below pavement level. z Q Z Q } (uv v 13. Open cut road crossings thru existing public right-of-way will not be allowed unless specifically approved by City 5.,..faaa Wa1vr`IAt.1it 1 of Renton Department of Public Works. Design Engineer r SURFACEW ER UTILI DATE J 14. Rock for erosion protection of roadside ditches.where required, shall be of sound query rock placed to a depth of 1 foot and must meet the following specifications: 4'-8'/40%-70R passing; Y-4' rock/30x-40x pawing; and -2' rock/tOS-20S passing. TRANSPORTATION DATE 15. All building downspout and footing drains shall be connected to the storm drainage system, unless approved by LOCATION MAP the Department of Public Works, Design Engineer or Stone Water Utility. to accurately dimensioned Certified as REM FOR TO CITY 5 STANDARDS built drawing of this drainage system will be submitted to the City of Renton upon completion. 16. issuance of the Building or Construction Permit by the City of Renton does not relieve the Owner of the continuing zS I S- not obligation and/or liability connected with storm surface water disposition. Further,the City of Renton does TI ITY YSTEMS MANAGER - DATE not accept any obligation for the proper functioning and maintenance of the system provided during construction. 17. The Contractor shall be responsible for providing adequate safeguards, sofety devices, protective equipment, I�LAPM I90 flaggers, and any other needed actions to protect the life, health and safety of the public,and to protect property n connection with the performance of work covered by the contract. Any work within the traveled right-of-way MAIN ENANCE SERVO ES GER DATE may interrupt normal traffic flow shall require an approved traffic control plan by the Troffc Engineering Division of the Department of Public Works. NI sections of the WSDOT Standard Specifications Sec. 1-07.23, S'��•ps Traffic Control, shall apply. Cont ract ffic or shall prepare and file a Tra Control Plan with the City of Renton, in TRANSPORTATION SYSTEMS MANAGER DATE accordance with City requirements. An approved Traffic Control Plan shall be on file with the City prior to starting ark. 18. Special drainage measures will be required if the project location is within the aquifer protection area. SHEET 1 of 3 '4_ CITY PEN-ON 1 10 20 40 ,E t-'AT-- 3i4 -56 SE SECTION 18 TOWNSHP 23 RANGE 5 E 2,0 0 3V 4386 EL-46,58 ' ` _ =-\CH­RK. RI-RCAD<�KE H C�H N ?iES- AC- EXISTING LEGEND SF. : -F IN,RNr -RIE-Z Cf II \ELS(IN PL : HARD N SCALE: 1" 20' -1;, H'C,RA\- TEL-­CN_REEF RPI N b STA 9+85.73 RAINER AVE. N.W. 3RD PLACE REMOVE EX. INLET CENTERLINE OF ROW -r;1,ETER Iv 1B STA. 11*47.7, 32'RT >1 SD TOJMANHOLE - _T'IRM-,-,Al\MA\�'L_ -F\17E A'�offf) & 8 DIK STA. 10+00 RAINER AVE. TREE C846wwww STA. 20+00 N.W. 3RD PLACE' a' m,o00 I I �T'RM-RM\--A-CH�A'N(1� ­� 8+00 3 _­I_�;y�-WER V�N­_- -1 E('TRI(:wAI%T V- ---LL 12+00 9+00 0+'00 11+09 i;��I'�,Y�-WER +7 _�BL� _E V S"N VA N I M IAI P.' V0,14-EE ',..Nll ',� I T �F) �TCRM PAN-%Ilk. -C-5- SPO'=_EVATQN A'-LDb_Na X. 6 CONC. SO t \ IOVE12" #1 'AIJL*�.NA_E�M,WD _'.IL TY _�p (F �L:W_NE-3� �U­ER 7-, 4 2 2 2 CB #>2 _11 RAINER AVE. E_'L Z) -1-ER I 3 3 3 P _F c-R- S 5' , _'41 _;L143IF-RM7� 7,14 --N_ FmC �T-ERWSF '��IJIF­E­X12' CONIC. SO' ---- -�---- -- - - REWD �T T3zE T LI T E-EVATI IN ---E SLA\D 5r,LF 24 _E T-E.-T R­ =-T wA PROPOSED LEGEND 8'MARL W Ssz 4 ­L PLUG EX. V­ C. NW. TYPE 11 CATCH BASIN PLUG PLUG EX. 18- OWC. NW. TYPE I CATCH BASIN - ;4' 4\ L 1 8"SD STORM PIPE 4 NG NAL- ABAap CB H o h.lco -PLUGL PLULi-. CATCH BASIN PROTECTION( 5 EXIST. PVC NE. 3 _X-146:�XPL REPLAC F;6KEN 8' CMP_- AND CURP, SREQUIRED 2 13 LF 12" SO CB"3 3 SOIL 02 PLUG MATCHLINE STA. 18+50 ANL,. AN UN TYPE 1 C8 00' BORING ;2 GRA!E - 50�50 NC. (N NOTE: XIS TING UNDERG OLIND �y IL 6 PVC (NE) 49.50 Lu POWER N THIS AREA AL IG Q) L E E RAINIER AVE N ✓t�6z. WEST PLUG & ABANDON EX. 6Z CONC. E. 4V' _.C� APPROXIMATE LOCATION OF TiON OF P6 VERIFY OCA 0 R Y _j PWG & ABANDON EX. 18--,&QNC. SE. Z EXISTING GAS MAIN. AND NITIFY CITY IMMEDI TELY "ANDONED NOTE-5 's. COORDINATE CONFLICTS W/ IF CONFLICTS ARISE. (16-E2_-2) KILC'�NnRE 18" SO TO 13E AB WA$30-CMP7-nF -HINGTON NATURAL GAS ADEKRO NO TIL TY -H AN ARE PLW & ARANDOIN '­EI)-ROV ­zERVATI--,\S VAH'T FC N-5 CB #12 E� EXIS�,12* CONIC. INIVII., C-CH EASI%�%�INLY AS R� A 7LF 12 ,S ND-ENT-FU�,ES SF�:.'A A;7 BASED PLUG & ABANDON -T 4 %F�I�f�RAC`QtTA EXIST. 12" CONIC. E. iTREET M311JVEN_­I,N. �I­&CC-%I, RWQ�E,2' CB TYPE 11 54- #4 ­EPAAE�=Y Z' �D \REL HO MA N; UNDtO "12* SO P -E 2,CL N- -Nz Y 2 I?i R.T-EREI,;�.--WI\E-R 7N ­2 STA. 17+76.5 14.2'RT CB #4 C., + \3.,/(16, E2-4) Jb 0!�RACE L EX CB 7L 01AL, I ' - RIM 66.24-'FFRI,XIVA-E CH,;R EN_\C-FC!_ND gt- - I 1_1!�s I \S �z POUND CR .1!2 NEW I.E.'18' (E) -59 go RIM: 66.24 63.44 3;2 L -1C 4-3 327'0'FFSI'E STORM DRAIN PAINTED MARKE 6 CONC. (NW) 63 44 EX. I.E.E 6" CONC. (NW) _­-T- EX. E. 12* CONC. 63.29 F 12" CONE. (N) 6-5 29 IF 12- CONE. (E) 61 59 5' RV:0 4 60 EX. I.E. 12" CONIC. 61.39 -fPR.--XV)ATLy 130 L,F 'D O�FSJ� MATCHLINE S IF 12 CONC. (W) 61-59 ' - KV -BA IN TO-OL7- 6 EX. I.E. 6" CONIC. (SW) - 62.54 IE 6-CONC (SW) - 6?'14 DRAIN CA TA. 18+,50 11 54* #1 -20 IE 12" CMP (S) 61.',)4 CB T'we P v'-#5 CB TYP EX. I.E. 12- CMP (S) - 61.54 16 LF 18" SO STA. 11+60 30.2RT CB TYPE 1 #7 REPLACEEX..CB... .REPLACE EX..CB............. .... ............ ......................... ... 54* If, ....... ........ :'*...... q : STA. 19+14.5, 6.3'RT CB:TYPE 11 54- #2 ......... STA. 9+27.3;'32.8'RT* RIM = 52.16 p RIM = 47.82: CB*TYPE'11 3 a REPLACE EX. C8 EX. I.E. 15- CONIC. (NW) 48.71 EX, I.E. 8- PVC (SW) 40.92 RIM = 51.77 STA. 10+05, 33'RT RIM 52.24 EX. I.E. 8" CONIC. (E) = 48.81 EX I.E. 6" CONC. (E) 45.57 NEW I.E. 18-: (W) 44.75 RIM = 50.94 EX. I.E. 6" CONIC. (S) 51.14 EX. I.E. 6* CONIC. (SW) = 46.96 EX, I.E. 18' CONIC. (SE) 35.37 .. .... (E) 40.56...NEW,:.E,.18* 60: 'IE. 2-4-(NY 37.08 . ................ ...NEW I.E. 18 1 39.48.. .................... NEW-IE 12--(SE).49.24. ......I NEW I.E.12-_(S)'�� 46.90... ... ... NEW EX. I.E. 12" :CLAY NEW E. 2" (N) = 45.60 NEW I.E. 12: (N) =� 47.00 CB #2: EXIST GRADE NEW IE. 12-(NW) 44.00 (N) = FIELD VERIFY NEW I.E. 24- (S) = 39.42 T' NEW I.E. 12" NW) 48.98 PROJECTED TO q INLET PROX. :Loc. NEW IE 112: JS) =40.58 AP :0 :120LF w STA. 11+47.5, 32.2'RT: NEW IE 2 SE) 46.46 q 12. SO 0 .3.IX GRATE =:48.00 ... ..... OF.2 C AS ...... ...... ....... ... ...............SO 55: 50 S) � .+ .. . . . :.. . .... ...i......... ........ ..... ................. ......LE:b' CQNC: 46.9 X'Sr--6"'C'0NC. 16 LF 18" SD:0 1OX 18 0 EXIST GRADE c0qc.L V) CB:TYPE 11 4 1 1 PROJECTED TO -- 17+92, 7'RT w L)a 50: 45 65 LF- 12- SO 7.7 77 L- 12-". 7� ... ....... ....... . .... RIM = 64.5 ......... ......... ...... ...... ..........0 1_0%......... jg x. (SOLID 13 LF 12' SO 0 2.0% ------------ NEW I.E. 18: W) = 58.2 0 Z I CB TYPE 1 #6,:LOCKING y N LID)A>u ------ NEW I.E. 18 E) = 58.00 L I N STA. 8+21, 30.2'RT Q. > c R 50: �50 .... ...... X3: 40 w......... ........ ... .... ......... ... .......... ....... ...... ... ......... 0 ;�REPLACE.EX.EXt CB X_ 156 MP 0 LF 2 01.5% 45 EXI q NEW I.E. Q" STING : 0- EX. I.E.:6" CONC..(W) 51.33 18- CONIC-: By INLET S47-Is S.4.4 Weft"Ifo* 0 54.LF 18, EXISTING GRADE G EXIST GRADE CB TYPE 11 54- #3 D SO 40: - 4f :50 ............. 50 8+20 LE% 6".UZ 1). 46�90 ............ ....... .........w ..... .... ... ....4.5. ... ....... ....... ....... ...... ....... :.(0 .......PROJECTED'TO Cc 48 v�$ w 164w CB TYPE:I #8 _�j BEFORE: YOU DIG EX TYPE 1 CB STA. 19-1�42 11.6' LT 1140 27:LF I : L 800-424-55M STA+ 19+39, 10.6'RT 50 F 12* DI: REPLACE:EX. CB 5 19+00 RIM 45 ......... ........:4.5....... .........:RIM�=..50,50...... ......... ...... 50 40 I.A.40...... ......... LF ...... 2� so-- .............. ..... I.E. 8­('c)­ 49:5'a .................. LJ 02.0% NEW I.E. 12- (S) 47.50 22LF 12* 12" SO 02.0% VON EX CB (16, E2_2) CB #3: CB TYPE 1 #11 EX. I.E. 6" (NE) = :49.50 CONC. ST'A. 19+14, 32%6'RT CITY OF RENT ON STA. 10+84.4, 58'RT 0 45.40 ...... ... 40'L .......REPLACE-EX.:INLET 2.5 ..... . ................. ........ ......... ...... ...... ... . .. ....... .... DEPARTMENT OF PUIBLJC WORKS X . . .... EX-I.E. 12" CONC. (NW) 46.67 RE RIM = 48.80 aN aEX, CMP:(SW) 46.22 0 NW Fiabier Ave. N Nehm PlIace EXISTING EX:I.E. 18" CONC. (S) 4112 IE. 12* (SE) 45.80 CB TYPE 1 #10 18* CONC. DE 1 #9'L NEW I.E.12- (N) = 41.12 Storm System Replacernerit CB 'RT - .< .6 RT 35 :STA. 11+26.3, 32.2 -:35 STA. 19+39 10. 40 D E S 1 0 Id c.0 M.p A.III y Plan and Proft ........ :RIM..=.4115.��.�....:...... ..... ... RIM- = 50.70 - CES TYPE il 54' »4,5TA r7+-7c-s D.C. 5 DATE, FLE 010L-9� :NEW IE. 12: �NW) �_ 44.70 w NEW I.E. 12- (N) = 47.06 911 Western Avemje+ NEW IE. 2 S) = 44.80 Suke 302 CB #1 NEW I.E. 12" (W) = 46.96 -E:X. 8"CMP EX.:I.E. 8- (E.) = 49.55 TO BE CAPPED Seattle, WA 98104 FICASION BY 2 oF. 3 10+60 11+00 11+60 30 19+00 . 35 Phone 206.223.0326L No. APPROYM SEE DETAIL 4 SEE DETAIL 4 FOR PAVEMENT REPAIR FOR PAVEMENT REPAIR ! PROVIDE TOPSOIL k HYDROSEED IN PROVIDE TOPSOIL k NON-PAVEMENT AREAS HYDROSEED IN NON-PAVEMENT AREAS ! C.B. DIA MAX KNOCKOUT OR CUTOUT FIOLE SIZE `\ ' 48 21' 36* FRAME AND GRATE NOTES: jp" 48' \ • ` BACKFlLL \ (SEE STANDARD PLAN CATCH BASIN TO BE IN ACCORDANCE WITH ASTM 96. 6lY CONFORMING TO FOR DETAILS) C 47B (AASHTO M 199) k ASTkt C 890 UNLESS OTHERWISE SHOWN 5 ON PLANS OR NOTED IN THE STANDARD SPECIFICATIONS. SEC 9 1 03. 1 SEC 0 COMPACTED IN 1Y 3A O• AS AN ACCEPTABLE ALTERNATE TO REPAR, WELDED WIRE FABRIC SOLID LID / MAX LIFTS { •1A Z0- HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT ,� SEE NOTES BELOW \� . MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO ASTMAf 5 6" RISER SECTION A 497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE PLACED IN THE - ADJUSTMENT SECTION KNOCKOUTS. w BEDDING MATERIAL Z O APWA O I-g3 BAR HOOP r THE BOTTOM OF THE PRECAST BASE MAY BE ROUNDED. MODIFIED STEP PER WSDOT�•. TOP SLAB COVER w N _ 03.16 5 TT BANK RUN GRAVEL r a o w COMPACTED TO 95S a s s JO• PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR C.B. DIA. VARIES �� OR UDDER PER WSDOT APWA a DENSITY a 'S �� 20• KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 6' MIN. SEE TABLE SEC 9-03.19 W/MAX. / 2" MINIMUM. PARTICLE SIZE 1'. 'IO z b 5 S', KNOCKOUTS MAY BE ON ALL 4 SIDES WITH MAXIMUM DIAMETER MAX. PIPE SIZE MAY BE LIMITED COMPACT IN 6" MAX LIFTS TO 95S DENSITY. / \�{l 12• RISER SECTION OF 20'. KNOCKOUTS MAY BE EITHER ROUND OR "D" SHAPE. BY PIPE CONFIGURATION 2-M3 BAR HOOP \N PIPE TO BE INSTALLED IN FACTORY SUPPLIED KNOCKOUTS. I I 'M MAX BEDDING MATERIAL W MAX a• 1` KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER W-1.5 x PIPE DIA + PER W�r10T APWA 8' II 18'MIN g-p3,�S W=1.5 x PIPE DIA + 1MIN DIAMETER PLUS CATCH BASIN WALL THICKNESS. FOR 6' W=27'MIN. COMPACTED TO 95% FOR T W=2YMIN. 76 � r: 8' W=30"MIN. DENSITY 8' W=30'MIN. � 1?• THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE PIPE b Z 12'W�36"MIN. 1YW=36'MIN. ' INVERT IS 5'-0'. iv FWD PPE FLEXLE PPE �?�� ;. \Q• THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION AND 6' MIN •;- t�M7N RISER SECTION SHALL NOT EXCEED 1/2'/FT. 1 Tr� II NOTES: +/ F�-5* MIN.•,•, �T IN PLACE BASE ' 03 BAR „1 CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE WITH 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. EACH CORNER STANDARD SPECIFICATIONS AND MEET THE STRENGTH REQUIREMENTS OR PRE-CAST BASE v PRECAST BASE SECTION OF FEDERAL SPECIFICATION RR-F-621D. MATING SURFACES SHALL BE 2. HAND TAMP UNDER HAUNCHES. k3 BAR (MEASUREMENT AT THE TOP FINISHED TO ASSURE NON-ROCKING FIT. EACH SIDE OF THE BASE) 3. COMPACT BEDDING MATERIAL TO 95X MAX. DENSITY EXCEPT FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST NOTES: DIRECTLY OVER PIPE HAND TAMP ONLY. INTO RISER. ' 1. FOR CATCH BASIN MATERIAL SPECS. SEE STANDARD SPECIFICATIONS. 4. TRENCH BACKFILL SHALL CONFORM TO THE STANDARD i' #3 BAR EACH WAY 2. ALL TYPE II CATCH BASINS SHALL BE EQUIPPED WITH ROUND SOLID low-LOCKING LIDS SPECIFICATIONS AND ROCKS OR LUMPS LARGER THAN 1' PER FOOT OF CITY OF RENTON STANDARD PLAN B074, PIPE DIAMETER SHALL NOT BE PRESENT IN THE BACKFlLL MATERIAL. 3. CATCH BASIN SHALL BE SET SO STEPS ARE DIRECTLY UNDER OPENING (STEPS SHALL BE INCLUDED). 5. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. IENCH ' CATCH BASH TYPE 1 rZ CATCH BASIN TYPE I � CT ION CfTY OF RENTON STANDARD PLAN B012 CITY OF RENTON STANDARD PLAN B027 �EN CR.4;xDrES"[c0w C 1x r0 D Br c c,c D Swc. •,axrT i![•i-ED xOr .-,5 C/C x0• [ r"w D r.h x0[Br nDT,OrvIS 5pK10 K° EDr.S.cC C0.D CJfM ri,S"a[D•Ka[r[%caw yr v([•w Swu ERDSMSED�WBJTATION CONTROL (ESC) NOTES wcrDN°'c•"'Tucio r:w"I 1 1 A'[ n (1) The implementation of ESC and the construction. upgrading e�"so,w•rtw10%"•`;"��x "' ^ c".�""'"'[` "rt c`a,c *r v.ra.su•r•s maintenance, replacement and u radio of these cwrD•v,o,.r [ i ! ESC facilities is the responsibility of the contractor until all construction is approved. ,�,,,�ttov e•aa.rx„v,•nx rc mca-.1.:•,- ES ,Dam•� (2) The C facilities shown on this plan must be constructed in conjunction with all clearing and grading activities, x..,w.D:1--••oaow, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water standards. (3) The ESC facilities shown on this plan are the minimum requirements for anticipated site conditions. During the ./r,.-1.•.,,swx"+r[e,a construction period. these ESC facilities shall be upgraded (e.g. additional sumps, relocation of ditches and silt The ESC facilit fences, eta.) as needed for unexpected storm events. v c[v ca,c .r•.xo w„r• ! ( ) ies shall be inspected daily by the contractor and maintained as necessary to ensure their i continued functioning. I v:i (5)4 Any area stripped of vegetation, including roadway embankments, where no further work is anticipated for o Period of 15 days, shall be immediately stabilized with the approved ESC methods (e.g. seeding, mulching, sacra Dx[s,D ee" 1'R netting, erosion blankets, etc.) cuxe.xD cumw'awc i/2"R (6) Any area needing ESC measure. not requiring immediate attention, shall be addressed within fifteen (15) days. I 5 1/2w TOP OF CURB 7 The ESC facilities on inactive sites shall be Inspected and maintained a minimum of once a month or within the • AT APPROACH ! 48 hours following a storm event. r/r.:uv.xva,x.,r•va ro (8) At no time shall more than one foot of sediment be allowed to accumulate within a Catch basin. All catch -�� �� scow�,KS 1 2 R YR basins and conveyance lines shall be cleaned prior to paving. The cleaning operation shall not flush sediment a ... e laden water into the downstream system. (9) All paved areas shall be kept clean for the duration of the project. "`-"°'"a sa••c" ��cc II TT 7 12 (10) Where seeding for temporary erosion control is required, fast germinating grasses shall be applied at an .. appropriate rate (e.g. annual or perennial rye applied at approximately 80 pounds per acre). �J� ' (11) Where strow mulch for temporary erosion control is required, it shall be applied at a minimum thickness of two inches. 1 �1 6' CONC. CURB k GUTTER SEE STANDARD PLANS IN BID DOCUMENT ' LANE WIDTH OVERLAY H032 NOTE: WID CATCH BASIN PROTECTION TO BE PUT IN r/r" c//r nciio,orx.wr[wr / " /r" °•'["["',e°[".v.,s TYPICAL TRENCH PATCH H032A PLACE FOR ALL EXISTING AND NEWLY INSTALLED CATCH BASINS DURING rw•c"r.s.[x n"xs zr.ovo ax coxc CONSTRUCTION PRIOR TO PAVING. _ c'r°•'°cun[w SEE DETAIL BELOW: Dw D"r" CEWENT CONCRETE BAI RER CURB AND GUTTER SECTION A-A SECTION 9-8 7 CITY OF RENTON STANDARD PLAN I = ! I_I I =III T[[TxFR 1.5.r rD•"WM"v Df16DaF,rt"r Tr/i4wI0T �VOIN �- 1/2- X 1/r _ d CITY OF RENTON WIRE MESH WITH FILTER FABRIC ON TOP WRAPWAL�( I DEPA.RT2[ENT OF PUBLIC WORKS ' UNDER CB GRATE W/6" MON. CATCH BASM GRATE FILTERED WATER OVERLAP 6 CITY OF RENTON STANDARD PLAN F007 Nelson Place NW / Ranier Ave. N Storm System Replacement tms a,w.T Details ! s-ls-sa T PAVEWFNT REPAIR (OFFSET JOINT) 5 CATCH BASH PROTECTION CALL E HOURS D� TVs 4 BEFORE YOU DIG DRAwrt:UN are: FILE KAME:Y3o37\N«a.11 CITY OF RENTON STANDARD PLAN H032 1-800-424-5555 sc�E Ko1m �Sa.DOK w.oe aEaclo:JwR W. REVISION FTV APPR. DATE APPRtNED- SHEET: 3 of: 3 1 1 � GEOTECHNICAL � ENGINEERING REPORT 1 1 i 1 1 1 1 IME 4 6672M ,70M � qS M MIMEIME a� 3� - tL�7 7z c u t \ :318122 1••vaG �-316123 166764 165797 ry rio/zOBv X N I 318112- 1 72 I I I LZ a +z/oacctt z�,R I d 1657t35 31$(13' lL58005 Cr O' �700 .31 g1&e-ICo5 OO2 0 1 1557.?3 N•3'15O X D It _ 39 165776 3 319109 165754 3 Mo 2-4 ro �CY 31�PX j .S~'/o A1 ?ra KY 181000 31a102 316OW-165755 Q I 1 1 165755 1 � j t-`;� -- 1.51� t45797 CM cra 310096 165749 318096 165770 318096 ' 31 B09 / �0 1657i9 6579 165758 (V a• 3 PL . ___ (120/208) 316087 PX 3i8o4L IC58 o s pX 41 165793 PX 318085 1 165793 O J J 318066 20'I � NO i J 165790 Q 1/0 1 = 31008 S a_ 165793 U39O 0 310076 t120 1 779 - N- 7 , 318070 IOT I I�u 2•�- �� 750 � l65800 Ln 318077 Q 165753 I t 1-4; t-e" SPARES) �C l LD 318063 166 3 1 066 L-X 65 F:y01 P X (93 CYX145 yNP , L0 750 LO C�0 Q 31 062 165')64 318062 165779 V mew to 202 r/ MA. THESONS •I 318045 R E C E I V E D 00 AUTO(,I=NTER 165801 Nelson Place/ Rainier Avenue Storm System Project '1 318041 / MAY 1 21995 Schematic of Puget Power Lines and Vaults ( I65787"/ ,i ? S v R DESIGN GG{ * CONTACT PUGET POWER BEFORE CONSTRUCTION Z _ 3 % — t5 uv ' RECEiVEE" FEB 2 8 1995 S V R ' LIMITED GEOTECHNICAL ENGINEERING REPORT NELSON PLACE STORM SYSTEM REPLACEMENT RENTON, WASHINGTON 1 Submitted To: ' SVR Design Co. 911 Western Avenue, Suite 302 ' Seattle, Washington 98104 ' Submitted By: AGRA Earth & Environmental, Inc. 11335 NE 122nd Way, Suite 100 ' Kirkland, Washington 98034-6918 February 1995 File #1 1-0971 2-00 1 ' * AGRA Earth & Environmental * AGRA AGRA Earth Earth & Environmental Environmental, Inc. 11335 NE 122nd Way Suite 100 Kirkland, Washington U.S.A. 98034-6918 ' 22 February 1995 Tel (206) 820-4669 1 1-0971 2-00 Fax (206) 821-3914 ' SVR Design Co. 911 Western Avenue, Suite 302 Seattle, Washington 98104 ' Attention: Mr. Tom Vo n Schrader ' Subject: Limited Geotechnical Engineering Evaluation Nelson Place Storm System Replacement ' Renton, Washington Dear Tom: ' As requested by you, AGRA Earth & Environmental, Inc. (formerly RZA AGRA) is plea sed sed to submit this report describing the results of our recent limited geotechnical engineering ' evaluation for the proposed Nelson Place storm system replacement project. The purpose of this study was to interpret general surface and subsurface site conditions, from which we could formulate conclusions and recommendations concerning the excavation and backfilling of storm drain trenches. As described in our proposal memorandum dated 3 June 1994, our scope of services consisted of a surface reconnaissance, a limited subsurface exploration, geotechnical analyses, laboratory testing, and report preparation. We received your written ' authorization for our services on 30 June 1994. This report has been prepared for the exclusive use of SVR Design Co., the City of Renton, and their agents, for specific application to this project in accordance with generally accepted geotechnical engineering practice. ' PROJECT DESCRIPTION ' The project site is located at the intersection of Rainier Avenue N., Nelson Place NW, and NW Third Place in Renton, Washington, as shown on the attached Location Map (Figure 1). Currently, a storm drain extends from Rainier Avenue N. to NW Third Place along a northwest trending alignment that traverses several private properties. We understand that this storm drain will be rerouted northward along Rainier Avenue N. and then westward along NW Third Place. These existing and proposed alignments are shown on the attached Site and ' Exploration Plan (Figure 2). The new pipe will reportedly have a maximum invert depth of about 12 feet below grade. Engineering& Environmental Services � 1 SVR Design Co. 1 1-0971 2-00 1 1 22 February 1995 Page 2 1 It should be emphasized that the conclusions and recommendations contained in this report are based on our understanding of the currently proposed utilization of the project site, as 1 derived from verbal information and plans supplied to us. Consequently, if any changes are made in the project, we may need to modify our conclusions and recommendations to reflect those changes. ' EXPLORATORY METHODS We evaluated surface and subsurface conditions at the project site on 15 July 1994. Our 1 subsurface exploration program consisted of advancing two soil borings (designated B-1 and B-2) at the project site, to depths of about 16'/2 and 21 '/z feet below existing grade. The approximate locations of these borings are shown on Figure 2, and their locations and depths 1 are summarized in Table 1 , below. The specific number, locations, and depths of our borings were selected in relation to the 1 proposed storm drain alignment, under the constraints of budget and site access. We determined the approximate location of each exploration by measuring from existing site features, and we subsequently scaled these locations onto a sketch prepared by our field 1 representative. As such, the boring locations shown on Figure 2 should be considered accurate only to the degree permitted by our layout sketch and implied by our measuring methods. 1 It should be emphasized that our explorations reveal subsurface conditions only at discrete 1 locations across the project site and that actual conditions may vary between these exploration locations. Furthermore, the nature and extent of any such variations would not become evident until construction activities have begun. If significant variations are observed 1 at that time, we may need to modify the conclusions and recommendations contained in this report to reflect actual site conditions. 1 TABLE 1 GENERAL LOCATIONS AND APPROXIMATE DEPTHS OF EXPLORATIONS 1 l Exploration Location Termination Depth (feet) ' a B-1 South Shoulder of NW Third Place 16'/2 B-2 East Shoulder of Nelson Place NW 21 '/2 ' _ 1 0AGRA 1 Earth & Environmental SVR Design Co. 1 1-0971 2-00 22 February 1995 Page 3 Borings Both soil borings were advanced with a hollow-stem auger, using a truck-mounted drill rig operated by an independent firm working under subcontract to AGRA. A geotechnical engineer from our firm continuously observed the borings, logged the subsurface conditions, and obtained representative soil samples. All soil samples were classified in the field, placed in watertight containers, and transported to our laboratory for further visual classification and testing. After each boring was completed, the borehole was backfilled with a mixture of soil cuttings and bentonite chips, and the surface was patched with concrete or asphalt. During the drilling process, soil samples were obtained from our borings at 2.5- to 5-foot depth intervals by means of the Standard Penetration Test procedure (ASTM:D-1 586). This test and sampling method consists of driving a standard 2-inch (outside diameter) steel split-barrel sampler a distance of 18 inches into the soil with a 140-pound hammer free-falling a distance of 30 inches. The number of blows required to drive the sampler through each of the three 6-inch intervals is recorded, and the total number of blows struck during the final 12 inches is considered the Standard Penetration Resistance, or "blow count." If a total of 50 blows is struck within one 6-inch interval, the driving is ceased and the blow count is recorded as 50 blows for the actual number of inches of penetration. The resulting Standard Penetration Resistance values provide a measure of the relative density of granular soils and the relative consistency of cohesive soils. The attached boring logs describe the various types of soils and materials encountered in our borings, based primarily on interpretations made in the field and supported by our subsequent laboratory examination of selected soil samples. These logs also indicate the approximate ' depth of the contacts between different soil types, although these contacts may be gradational or undulating. Where a change in soil type occurred between sampling intervals, we inferred the depth of the contact. In addition, our logs indicate the depth of any groundwater observed in our boreholes, as well as any laboratory tests performed on the soil samples. SITE CONDITIONS The following sections present our observations, measurements, and interpretations concerning surface, soil, and groundwater conditions at the project site. Descriptive logs of our explorations and graphic results of our laboratory tests are-attached to this report. ' Surface Conditions The project site is situated in a lowland region characterized by dense commercial development and flat to gently rolling terrain. Lake Washington lies approximately 3/4 mile ' north, and the Cedar River lies approximately '/4 mile east. Surface grades are fairly flat and level across the site, and asphalt pavement covers the proposed storm drain alignment. s ' � AGRA r Earth &Environmental SVR Design Co. 1 1-0971 2-00 1 22 February 1995 Page 4 i 1 Soil Conditions I Our exploratory borings disclosed somewhat variable soil conditions at the project site. Boring 1 B-1 , which was advanced at the southern shoulder of NW Third Place, encountered 4 inches of asphalt mantling about 4 feet of medium-dense, cobbly, sandy gravel fill over 1 0'/2 feet of loose to medium-dense, moist to wet, silty, fine sand with some organics. At a depth of 15 1 feet, boring B-1 disclosed stiff, saturated, sandy silt extending to the termination depth of 16'/2 feet. Boring B-2, which was advanced at the eastern shoulder of Nelson Place NW, disclosed 4 inches of asphalt mantling '/2 foot of sandy gravel fill over 6'/2 feet of very loose 1 to loose, moist, silty, fine sand. We observed a 2-foot-thick layer of very soft peat at a depth of 7'/2 feet, underlain by 9 feet of very loose to loose, wet to saturated, silty, fine sand interbedded with soft silts. At a depth of 18'/2 feet, boring B-2 revealed dense, saturated, 1 silty sand extending to the termination depth of 21 '/2 feet. Table 2, below, summarizes the approximate thicknesses and depths of soil layers disclosed by our borings. 7 1 i TABLE 2 APPROXIMATE THICKNESSES AND DEPTHS OF SOIL LAYERS 1 Exploration Thickness of Thickness of Depth to Stiff Depth to Asphalt and Sandy Very Loose to Sandy Silt Dense Silty Gravel Fill Loose, Silty, (feet) Sand (feet) Fine Sand (feet) (feet) 1 B-1 4 Yz 10'/2 15 N/E B-2 1 17'/2 * N/E 18'/2 1 ' N/E = not encountered within depth of exploration * Includes 2 feet of very soft peat at depth of 7'/2 feet 1 To further characterize soil conditions at the project site, we conducted laboratory tests on selected samples obtained from our explorations. The results of these tests can be 1 ;y summarized as follows: • A grain size analysis performed on a sample of the upper, very loose to loose, ' silty, fine sand yielded a fines content of 32 percent, a sand content of 67 percent, and a gravel content of 1 percent, with a moisture content of 13 percent. 1 • A grain size analysis performed on a sample of the upper, sandy gravel sand fill yielded a fines content of 5 percent, a sand content of 27 percent, and a gravel ' content of 68 percent, with a moisture content of 3 percent. 1 i W' AGRA ' Earth & Environmental s SVR Design Co. 1 1-0971 2-00 ' 22 February 1995 Page 5 • An Atterberg limit determination performed on a sample of the deep, stiff, ' sandy silt yielded a very low plasticity and a moisture content of 19 percent. Groundwater Conditions We observed groundwater at a depth of about 14 to 15 Yz feet below existing grade in both borings at the time of drilling. It should be realized, however, that high groundwater levels will likely occur during the winter and spring or after periods of heavy rainfall, and perched groundwater could form atop the sandy silt or peat horizons. Furthermore, local groundwater levels could fluctuate due to site utilization, construction activities, and other factors. CONCLUSIONS AND RECOMMENDATIONS Current plans call for installation of a new storm drain pipe along Rainier Avenue N. and NW ' Third Place, with an invert depth of about 10 feet. Our geotechnical conclusions and r- recommendations are as follows: • Excavation Methods: Based on our explorations, we anticipate that the storm ` drain trenches can be readily excavated with a conventional backhoe or trackhoe. Nonetheless, the excavation contractor should realize that differing soil conditions and unexpected underground obstructions might be encountered along the alignment. • Shoring and Slopes: Due to the presence of very loose and very soft near- surface soils, severe sidewall caving could occur in the trenches. As such, the contractor should be prepared to install trench boxes or shoring systems appropriate for OSHA Type C soil conditions. If open cuts can be used, we recommend that the slope inclinations be no steeper than 1 '/2 H:1 V (Horizontal:Vertical). • r n G ou dwater: It should be noted that perched groundwater or generally higher groundwater levels could be encountered in the trenches, especially during the winter and spring or after extended periods of heavy rainfall. If high groundwater levels are encountered during construction, localized dewatering systems, such as pumped sumpholes, might be required. We recommend that large-scale dewatering systems such as well points not be used, due to the risk of incurring settlements in adjacent areas. ' • Trench Bottoms: We anticipate that the trench bottoms will primarily comprise very loose to loose, silty, fine sands. In our opinion, compaction of the trench ' bottom should not be attempted, due to the high fines and moisture contents of these soils. Compactive efforts applied to silty soils would merely cause disturbance rather than an increase in density. v ' WAGRA Earth & Environmental 1 SVR Design Co. 1 1-0971 2-00 22 February 1995 Page 6 • Peat Laver. Boring B-2 encountered a 2-foot-thick layer of very soft peat at a depth of about 7 t/2 feet. If these peats are exposed in the trench bottom, we , recommend that they be overexcavated and replaced with small quarry spalls, washed rock, or controlled-density fill (CDF). • Reuse of Sandy Gravels: In our opinion, the cobbly, sandy gravels disclosed in ' the upper 4'/.- feet of boring B-1 will provide the most favorable source for trench backfill. Due to their low fines content, these soils could be used under ' a relatively wide range of weather conditions. 0 Reuse of Silty Fine Sands: The thick deposit of very loose to loose, silty, fine ' sands encountered by both borings appears marginally suitable for use as trench backfill. The wetter portions of these soils will likely require some aeration and drying before placement. ' • Reuse of Peat: Under no circumstances should the peat soils be reused as trench backfill. Furthermore, the contractor should exercise care when ' ~ excavating these peats, to avoid contaminating other soils. 0 Backfill Compaction: We recommend that all trench backfill be placed in ' L horizontal lifts not exceeding 12 inches in loose thickness and then be T, compacted to a uniform density by means of a vibratory roller or hoepack. , Using the modified Proctor maximum dry density (ASTM:D-1557) as a standard, we recommend that trench backfill be compacted to the following densities: ' Backfill Depth Minimum Compaction Upper 2 feet 95 percent ' Below 2 feet 90 percent • Backfill Observation and Testing: An AGRA representative should be retained ' to periodically observe the backfilling operation and perform a series of in-situ density tests. �- CLOSURE The conclusions and recommendations presented in this report are based, in part, on the explorations accomplished for this study. If variations in subsurface conditions are ' encountered during earthwork, we may need to modify this report. Because the future performance and integrity of the backfill depend largely on proper construction procedures, ' Jmonitoring by experienced geotechnical personnel should be considered an integral part of the construction process. We are available to provide geotechnical monitoring and soil testing i.. * AGRA LEarth & Environmental SVR Design Co. 1 1-0971 2-00 ' .22 February 1995 Page 7 services during the excavation and backfilling phases of the project. If variations in the ' subgrade conditions are observed at that time, we would be able to provide additional geotechnical recommendations to minimize delays as the project develops. We appreciate the opportunity to be of service to you on this project. Should you have any questions regarding this report or any aspects of the project, please do not hesitate to call. Respectfully submitted, _ AGRA Earth & Environmental', Inc: F ' Ja es M. Bri bine, P.E. enior Project Engineer ME urt D. Merriman, o j ' Associate s "' ' EXPIRES 11 /20/0 j Enclosures: Figure 1 - Location Map Figure 2 - Site & Exploration Plan ' Boring Logs B-1 and B-2 Grain Size Distribution Graph ' JMB/KDM/lad Ea hh & Environmental 24TH ST= RE ti z s� zzI I? R� !� 2 HE . 20TH _ :.- y - BOAT LA�WH W ✓�o�y�. 'O _ NE x w f < y 91.s [Jnr 2' ' W [ 14TH � ST S I ��'^glv:: .r 'Z" ;IpOR1AI _ NE in 31 S_ _Ta'!127H ST ��i \ IfAO!PAIN 3 ST s N II S I`�,1, r i �, AR DR •3TH N RENTON 1 _S " r 115� S7 s ( A(RPoRT // S_ 1iStH PL f Al UUMCH NE IOTH 3 _ In HST r ¢ ST -'3 ' `'Il BOEIhG I d / �" p NE LOTH ST _ S s�4 4NTH _ ST f1 M • RENTON S NE 9TH PL 1 Z FS � S ! 117TH PL PLANT / _ HE S. BRrv<� 1187H1 ST : 87001 sll n > 1 NE MA 11R vaK 1 - x S t 1I9TH ! 7DWA ,T�. > = h NE S !LOTH STD ssroo a I�ST `a p'1 GENE < } N ST s 6 NE <' 80W S t 121ST St <I MON 1 �S a! 122NO STi :217 ST-I i� i PARK � MM J �� M� �' �'NH 7TH ST o 7T}1 v $ 123R0 ST awa t S iI1iM S 12 Im L .�� < o1crW[.o(H �7 PY N Z rn, ! }}.�>•i ' N a , 57 z;N 6TH ST I T I (WIND ST y P mr cats t }= t y It m rua 2 Z Z l�BMU ,h f 14 . < *j � c y S� 3o 5_ 1 t w". I Et ME rl26TH�S7 a i, �I t noaur N S7- is InTH vL I SITE 7/ / C : < < <' < irl3at \2S '! 128TH(� ST izarH I �r $ w <! a 4TH N ITH ST 4.M ST., s v 8200 n- � � - •�... I rl � J I100 � . a 4, o o r J FNTO c$ w Ean �� < '< J W Q o= Z n W < < c7 1 Sr w 3Ro sr a '°?V RfxrOv a„ = 3RD ST m , AIRPORT I N y do o ' q S AI ORT NYC �s z, sT = `' S U2N0 ST 1100 , 4a NWIN IN E 77suT trL1 8 N 0 �orrrRe, _ 5 VICTORIASao <' ,tom ., s a ;t 17 _ ra7Nr I3a a :-S. c70Rr� r RENTON= 'y "u '^ OLIvf7 sT �� n zN.n 5 18 , , ,;. °l `Q W CD4, er y a a —, S 2ND _ $ It r �A � sti�zNo n � •�, � � �•` owe■ S 3RD �r` $ r • ,�, ,� •�, N N s 3an � •,� � UNS 0 ,� ��. s C' aTH RR g �' g I< S 5TH ST J S 6TH ST t N S < v Sk 7TH f �, ST ' STH 7TH S1 -- iOOI 6 RIDfJVTON ` J LACE ST G DP rHrER 1 •'` 0`N cFOAR II = S llll^ T X S REN�ON VILLAGE PL s I1TH ST RZA-AGRA W.C. 7t2 NELSON PLACE STORM SYSTEM RAINIER AVENUE N. & NW. THIRD PLAC ENGINEERING 8 ENVIRONMENTAL SERVICES DESIGN JMB RENTON, WASHINGTO 11335 N.E. 122nd Way DRAWN DMw Suite 100 LOCATION MAP Kirkland, Washington DATE JUL 1994 98034-6e18 SCALE N.T-S- FIGURE m m m � 0 D r, _ Z FNORTy 7 `-APPROXIMATE ALIGNMENT �'FST EXISTING STORM DRAIN B-2 APPROXIMATE ALIGNMENT OF PROPOSED STORM DRAIN I AUTO SALES LOT _ .........---_ RAINIER AVENUE NORTH APPROXIMATE RZA-AGRA1097t2 NELSON PLACE STORM SYSTEM W.O.W RAINIER AVENUE N. & NW. THIRD PLACE ENGINEERING&ENVIRONMENTAL SERVICES DESIGN JMB RENTON, WASHINGTON 11335 N.E. 122nd Way DRAWN DMW Suite 100 SITE & EXPLORATION PLAN Kirkland, Washington DATE JIM 1994 88034-6818 SCALE N.T.S. FIGURE 2 Nelson Place Storm PROJECT: S stem Re air W.O. 7 7-097 72-00 BORING NO. B- 7 a SOIL,DESCRIDESCRIPTIONW STANDARDPENETRATION RESISTANCE Pofge I I AL Blows per foot Z Approximate ground surface elevation: Unknown F 3 0 10 20 30 40 5oTESTING 0 4 Inches asphalt over medium dense,damp, grayish brown,cobbly,sandy GRAVEL(Fill) ------ ---------- ................. ----------.... ... .......... ...........F ..........------- -----------­------------------- S-7 ------------------------------------------- Loose to medium dense,moist to wet,brown, silty,fine SAND with trace roots S-2- .............---------------- ------------------- ------- ---------- -------- Becomes gray with rust mottling ..................4........... ----------------- -------- -------------------------- S-3 T . ................. ...... .........------- ----------.......... -------.......... _ 10 - Becomes wet to saturated is 4. ........ ------------------------.......................................... ------ ...... ------------------- - -­-------- ................................... ......------- ................... ............................................................... ATD ----------------------------------------- Sliff,saturated,brownish gray,sandy SILT N&------1 -----­ -------- -- --- ---- Boring terminated at oppro)dmately --- --- 16.5 feet --------- .................------------------ -—----- .........................-------...........------- - 20 - ................... ............................... ...........­.—................... ----------------- -------- ------------ 25 ................................................ :------------------.............................. .......... ------------------- .......... --------.......... ..........------- ........ 30 - D 10 20 30 40 50 LEGEND MOISTURE CONTENT Plastic limit Natural liquid limit 2-inch OD split-spoon sample Grain size analysis RZA AGRA, Inc Engineering&Environmental Sen4ces Groundwater level ATD at time of drilling 11335NE 122nd Way,Suite 100 Klrldand,Washington 98034-6918 Drilling started: 15 July 7 994 Drilling completed:- 15 July 7 994 Logged by: MAW Nelson Place Storm PROJECT: System Re air W.O. 11-097 72-00 BORING NO. B-2 x _ 3 STANDARDPENETRATIONRESISTANCE Page 1 SOIL DESCRIPTION °-� of 1 O A Approximate ground surface elevation:Unknown 14 � 0 9 0 . Blows per foot 10 20 30 40 5oTESTING O -_--Inches asphalt over 6 inches sandy GRAVEL(Rip , ----- -._._ _........ ---+--------------- -._ ..............._... .... Very loose to loose,moist,brown,silty,fine ! .... SAND with some sandy slitlnterbeds LE S-7 .......... ------- TES2 - - ---i------------+------------—a.....---- -----........_. --------L ------------ ....... ........ -- ---------------------------- € i Very soft,wet,dark brown,sandy silty PEAT with EE y..__ ._._._.'..._.-_. some Interbedded sandy SILT S-3 -=-- ---- ----- - --- - - -- - - ------------------------------------------- 10 Very loose to loose,wet to saturated,blue-gray to brown,silty,fine SAND Interbedded with very S 4 _ soft to soft,wet to saturated,blue-gray to - -- - brown,sandySlLT --+ ... ..... : ... ... c.......... - S-5 ATD — -- i ----- - ---- - ... -------- .... -------------------------- ---- 20 Dense,saturated,rusty brown,silty SAND with i some gravel S 6 --_- - -i ... ----�-- - - _.........- Boring terminated at approximately 27.5 feet .......----- ------>--- -- r-- - , - - - ...... 1� 2 5 i _. -;............. .... - .... :. 30 p 10 20 30 40 50 LEGEND MOISTURE CONTENT Plastic limit Natural Liquid limit 2-inch OD split-spoon sample ® Grain sizeanalysis R7A AGRA, Inc Engineering&Environmental Services � Groundwater level ATD at time of drilling 11335 NE 122nd Way,Suffe 100 Kirkland,Washington 98034-6918 Drilling started: 15 July 1994 Drilling completed: 75 July 7 994 Logged by: MAW G(?AI N SI ZE DISTR BUl10N SIZE OF CPENr\ G IN INS S U.S.STANIDA D SIEVE SIZE HYDfCNETER 36" 12' 6' 3" 11/2" 3/4" 3/8" 4 10 20 40 60 100 200 100 — —— 90 2 70 60— C� W 50 1 Z \ L \ Z 40 W U W 30 a 20 10 o 1000.00 100.00 10.00 1.00 0.10 0.01 0.00 GRAIN SIZE IN MILLIMETERS LArYEL ase Fine Coarse Medium Fine Sift Clay BQVLQEBS COBBLESSWJ FINE QRANEQ Exploration Sample Depth Moisture Fines Soil Description i B-1 S-1 3% S% Sandy GRAVEL,some silt +-�-�-• B-2 S-1 13% 32% Silty SAND Project: Nelson Place Storm System Repair ' RZA AGRA, Inc. Work Order: 11-9712-00 , Engineering & Environmental Services ' Date: 7-18-94 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034-6918 1 1 1 1 1 1 1 1 1 1 1 1 1