Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272083(1)
1 AWARDED Contract No. CAG 9 3-035— Tp V c4 n',o� L , Sec�Z_ STJLue�ioh 13 C Q 1 C�iror �4 w� : 4 ,S (o, �O8ca�.73 1 S T (� ♦ rIL CON i<ZACT ` INTrrO 1 Gory 1 1 JET VISTA APARTMENTS / 1 TAYLOR AVENUE NORTHWEST 1 STORM SYSTEM REPLACEMENT 1 PROJECT 1 1 1 1 1 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUHAING, 200 MILL AVE. S. 1 RENTON, WASH. 98055 0 (206) 235-2631 i 45• 31e' DIA. SMOOTH BARS EQUALLY SPACED "•`rrP.) SEE NOTE L Oue�f/W/ •SC'�een 5I�• / �e o Ana'Cover ExiSfiixJ G�de (4' OC- HAS.) HOOK CLAMPS (O PLACES _ See Oefoi/5,7!"s Shf. Fos F i eaa' EVENLY SPACED SEE DETAIL Tap Of 5/ape A q BLOv. SMOOTH - VERTICAL 24" L — J BARS 96 d Monhpfe O/fir}Coro PLAN VIEW Iev( CLAMP - GB RISER ANC: DEED Ion II 2"AC To A4P1ch '^\ 4$f6 NO SCALE / TO C.B. RISER M 2x4C o eo*hy \ PROVIDE HAINT. ACCESS BY WELDING (41 \ CROSS BARS TO (4) VERTICAL BARS AS Pree4rsf SIG p I r \ C, efe M.N AND PR HINGE OVIDE UPPER ENDS WITHANTS FLANGES/BOLT DETAIL IUOK CLAMP / - 4 (� PADOCK) ON LOVER S END ELOCATE HLADDER NO SCALE ( \ STEPS DIRECTLY BELOW. LOWER STEEL BANG Celuis Barrier f 3/4. THICK % 4• VI01 WELDED THICK UPPER AND LOVER SMOOTH BARS BARS See Ifefoi/4 _ \ �' -- - iQ2ME0 i0 FIT IN I - --'--�-' Q4 BARS EVENLY SPACED SEE NOTE 1.) This Shf. \ 12 /P' GROVE OF C.B. RISER. n � � � ___� NOTES• L. Dlnensons are For :nstallovon on 54' Cevnpoct G � .�I't/q.,. WPEP. STEEL BAND alo.L.B.for miierent din L.B.'s adyst �K 3/4' % T L B dmenslons to •antam 451 angle on rtK.t' bars and T' ac. ms.. spaaig / GD'p Orop M.N. Caot c'teo' .,bars Around lower steel bond. W/24 Sump SECTION A-A Subq/vde 2. Gpe<al pggorts corravon resistant, steel l bad Bel./n uerf ria wa,. 3. This debrl's nbo ur is also recanne,Med Gobion N/o// xisAig 4$"¢ TYPE 2 CB for use on the inlet to roadway cross- ti See Defo/Y 2 Sod Or 6iass /� culverts txwt with high mo?ypeel2fslreo ez 7h,'s set seed:ny DETAIL s _ Sro. cALv. STEPS Scale= N.T.S. - OVERFLOW STRUCTURE Si/t Fence 42'jS g 2" DETAIL I �_ i_ C7D) SECTION A-A IO SCALE DETAIL s /g" -- N4 Bar @1G'O.0 E.W. Scale: N.T.S SECTION B-B �L z4"Min,._ 0 0.I5" DIA. BRATS o get, >ny Grave/ Compacted ANCHOR 2 FLAME 8 B1W®COVER Fi//er RoeF ,"6 Be 4"/n 5-m BELCAN Siie Fn><fun R -Al. Existing Grarod miP Ton b (mp G6 II OW v) - .=_RoGt Ficvn Bark R;, E/eE� ClI6°S - MJVSIMEM SECTION FdM/ Plion GMve/ Qcarry I v /f ReQuired VIEW•'A" race.E/.s9'o' _ ORDINARY PIPE BEDO/A16 /.E. (!6• FOR 6" e LARGER P/PES L—== -- - NO Sco/s --' = r==�� TYPICAL TRENCH DETAIL _ 4 F.A. D.ZS"x B"x 5"TSTRIPE AVES :IELO 1D IFORM DIA. FRAME Exish'nq ASpSaN Ex./E. 52�f" L-_-J SPME DNtPOR10.Y i BI PIPE CONFlGUR0.Yl10N LBmED Po�mmt NON-CORROSIVH r SPACING I Gobian, lfci•x 3' BOLTS x0 IIIF�-�1II 4,,gfh By Conbr C&r's Chorc.'e O.Z5•'x 2"x 5" G9. DlA YAY KtNOCI(drt a11011f Hi 3� - Gabion As Moruifaciwed .BY STRIPS ,. ''' to 4B' 21* » Moccoferr: God"ms /nc. �� OEGAT15w DIA. "AA.., J 9 -�]Y �4e Sary DETAIL SECTION / 2 ) PIPE / p' UK 99, 66 C✓f ARTERIAL STREET MINIMUMS Scale: N.T.S. 0.75" Du. APe Trench 3" Chss `B"A.C. A'r CJSi IN PUCE BASE 4" A.T.B. ON To BE FLOW • OR PRE-CAST BASE -LAP JOIAIT FOR G" Cyshed Rock MELDED 0.75" DIAAI. TA)LOR. AVEKUE Most Morten Existinq - FBAMB NOTES: (Per Gty OlRenhn Defai/F008) 7hicknr5s If Greater OR VIER 1. FOR EATON BASM NATERUL SPECS BEE STANDARD SPEdFlCADONG. L AIL TYPE E GRH BASIN MUIpPEO BATH OPEN ORATES SHALL BE LOOMNG TYPE SEE DUAL 3.8.5. DETAIL S ALL STEEL PARTS MUST BE 3.ALL TPE E GWH BASIN ANTI IN PA'm AREAS SHi BE EQUIPPED BTIN SOLID LOCKING Up AND GALVANIZED AND ASPHALT 4. CAWH WIIN BE SET W STEPSiAREOIREDRY UNDER OPENING OPENINNAIGO G (STEPS DR EQUAL.SMALL BE INCLUDED).EE L 3.8.8). Scale: N.T.S. COATED (TREATMENT 1 OR BETTER). CATCH BASIN CITY OF R E N T O N ' OEPARTM EXT Oe PYHLIC WOpKS DETAIL- a DETAIL 6 �� CHECKED FOR COMPLMCE Scale: U.Ts. JET VISTA APT. STORM SYS TEM Scale: N.T.S.. TO CRY STANDARDS .� T® .w-w,w w.. KILLI-a... ..11. ■ `'`' REPLA.CEMEA/T—DETAILS e4a4,r'o° awl..._..., Aa-Built Oa(B Dd„;( p. D/•x/T$ R."enwv _ -_— SLL 04-2343 2f293 H lsf a 5 Gate r varssm" -- ar"2 ar•2 I j I I 1 I I j l I I I j 1 I I j I j I j I j 1 1 1 A I I I I I t 1 I I 1 Ci OfRenka SE%4, NWY4, Sec. 78/ Tap 23 N, Rye 5E Al.W. 2nd S/reet k4m.x n6 (So. /32nd Street) �. '2�T�e• - � CONSTRUCTION NOTES: Bross lark { Confroc/w T 5's/d Vr ,& Loc.Yan And /nven� \ E/ec Condor} Exis}.Y/y fH [oy>/y Nof Fourd 7,6f Favnd P= A` pee mar To OfRas s o'), O p Si/f Fence Y. �, 73L+d T 2 Moferrob Aad Hh".bnanshrP She%� CanAvm x !'ty Of t9 Crxr Priw/r :� ,�+ Ex7sf lbuh` IO Ren/nn 5AW;0b ds. el. 5-clfCmficr/CA/y) I w Tom.E/. 37.79 UW 4E 3 Restore Srvfore Ta Mohh Exisfiny. _ P 4. Tirfr Of Fbw Ana' PW5, ny Of The EdsNrq 7.7'E/sc.V.M.�� j I Blass Tuck Pipes Shsz/ Be Performea We The P.p s A2 Acc4Pted 61 EYcawfed i c ( Jet (7 5- EJ hone Are Based 1/ n C, e•.., Po /Y Of Rerr/on m. :Stoek/fk i _ 12 ST o+ Vi b'4�' CmHoc%- Tv Vv/y gar T. Beyinn/ny C.'misfi 'en. Ore - d 6. Crnhochvr Sb//Be R%-4 s,6Y To Ak.n ,,n All UWMi Exist rq 2-P4p Cm. / * 5 ([eP r Affected 1S 7fie Construction. Any Lmmoge To N I Any c/ Uf%eel sso//Be R47ArrM,R� Or Cu/vrrh To Be P/Igged � W,1.f I R" arM Afiondoned. / .$ VICI 1TY MAP 7h p5 d Al The Expense Of 7hc CmR,4 Ana'To J`7 The 5o y. Atin-.Of the Cy &9 The Ro 7h,le Ufi/,Yy -mp Exishiy Lqh/Post � � �Ca/e'�� CcmpenY. A/! Ufi/if/es Are Shevun /n Thei}APR.¢oximo/e In` �j Locutions. Com'rdetr T.FieH Verify Ac&.,'Locafidns. Jet ✓/sfo Aph III�`'Vi f[ � T TIe 6gineer iba Revieveo'A. Chia U"7he hWm- / logic 4rH Hyd u4c Ano/ys/s As 5hw /n The Tc-hmm/ Cmnmr Ex�sr.%y C.e#1(See .ti .Q l p Ewof Plp 6,Sht2) I 'b, 48�Pa /nAf/Tnot br Reforf LYihd•l .y 199Z By 7be Cily Debi/1,5hf.Z \ 5' / h y/V n Manhole 4'I CSsa Of Rmfon. p OetaiY 6,Shf:2) DsMd 3,Sht 2) 8 The Cmstrvcbro <cf'ilea ni11 ln✓o/ve App' .4a GY. .Mm+ho4 S2 - oP Excavah material Easement W 1i p 3O'x4.5 Uhl yy 9, The Ce Y ve&, 5h 11 S,,vs fo The Ergne Far 4.s - Easement Approrv/-The retch Shol>q Defai/a f}ar .b Lons1T: Exisli,g 2-24>1 Cox. ,e L 7/x Lks� of-f r*S5 v,W Shofl Se Shsnge ed Cu/verfs./nv e/ 52.1 ------- - --- "! Q yre a By_Cicert9eC Structural Engineer. \ h • LyAt Z Conshsef At.,Light Bose 0 lVxn-QGyurd By 7hf G'ly far An Consheehon / A.d./rixfon Box A}Sou}h y Y/ " 1 5'UY%lily f I Edge Ashvlh'es MOM, We Slre f kfglit of/Ira The j' K, / Easement O I of ExmwVxvs Arev. mafc4 exishry - 1%, e,G,Y Stnl/ SLbrm'f a YraC Lonhol A/o". Open Difeh-���/ 53-01/4"� an[.T . GsrecP.slnW For Cilyi Aryw5h,1 q'or Yo Conshvehen. xar/abNPAvae Tao],soK,.TiYS' 11. The Ca+t'49 sl Sho//Be RGS411 Rb.0 T s,ms //Praprrfy O "G Y C'1 h Corners As S� ExiS11 4/t R{e ey L Tics Won' 20'x 30'U}i/fy y 70RoeV. Pcrmonrn} Se}tings Slno//Be,4gf med By CRrnsed Suvryor. £osemmt IL A 5 Faol W,'de Ades/,/ N4/kuo &^hall Be Moin}oinM -' N07E: To Access 50 Praperty WA1/Ames Be/uMviC6>/�GB,+"Z. I$ EXIST/NG DRIVEWAY EASEMENT: A ZO T Wide PLAN See '"Record Of Survey'Of Ar},arnt Of Lets Oil ay Easement Ex,s Js Along The E b> Sou}h Rqp /y 3,4 (S, B/ock 30 Of Ear/,o9tan Aue 7,u 6, Line Ole 7Ac Je}V.sM A fv.C/O Frc}Abr}h And/O F/-%dh t Scv/e=1"20' Krr�x9T Cormt Wa. Mvde By Arne}t A"A.ssoc- Of The Proper�y Line).Klny Carnfy Rewn,ng OC304340 Ogled B/ 97, Jab f�. 911-29f. And %G3144Q3. r/tY'r/A'Cgve a Ee ceN.vG}9xX 4-er c N. An Sid<seurei Oo B The Canst-uch"on Achi..f es, eo//qy Locations BoAre Y Dig oval- ar w wear. Y moye Y 48 Fbwr Cocotte 1-800-4Z4-5555 alesri szr sa.rA:ueP ese ev,✓Gn siays Te 4 arc Sho//Be Repvired 4r Reeonslrucfea To Glys Stoneorxd. (PVC Ma}e,b/Shall Be L1 ev). ramp&ry 9ery cr Wqh} . . Be ReBmied To Pro✓ide Conf"news Sere ce. PMVATE' _ .. -Ct7GrTC2ACT'.:: YlT COV77PACT :t mP'aveEd.4rC/vs,CC leh Base Tv Ex1erW M.winam(;"Ans' Moximun /8"Ab" F,h/shed 4 v . /n lb.&Area, Cover G.arelu .42rR rm f2ro ssgg: .. - - Musf.5/9oe /n A/l Oi elms T M6fc6 QA9. CSee,LY'bi/2,5ht 2}_: I //ll��- I 2 Cakh Bolin R, And Cover T 4"24"C/ear0 /To D n¢mayl f Toy/cy�.4ve roe; Rfn E ev 62" 5A Olympic I a ,,y G.M.5822 WMh Solid&e c�Fvr m:" 7 +� - One 318"'Domeier Ley Hc%B/["Frwn Confer Cover slw/ 60 'y :' - I ' Nave any, "LYon"For Sfom Drain.ealch dssln Lora/ed E/ev Air-- �I , . : DI r y Sto. .'�GfYoF And Caverement AO/9 P,�D, nhbL 5943 N/5 LAg 1 _ I 16 �. Rm Flsi 55.58 - Irarne E8, Yn' Y OJ54.3 >De$Rpe i v { k1 S5 I vFJm; O I) 1 1 3 COUa'(_ _ 3 I t vs IV{�24"6f Ye24r ut / - A//CafchBosnJPH dUseACa!nod -443yASTM Cpm/b Rnosu. ""'" 4. AN Pi hw Cobh VN6/Sx /fbn daR"udher GRoshOfset 4//x' Gn [zt, /n A Cmh&sn CC.WngxTo ASW C-4F7edf i 42�R.CP, S>�rxn Dyh, �:; � � � ,,w Soacf2'ofmns, hhns-A4onv%de q-Epuo% For Cwmecfions C._P6 / T.Exisfin49 Catch Basin,7/m Cokh Bsah Wo//5ho11 Be Care- 50 E 2 r- - _ Chss _ �m�Z03" ��: : �/ /s TYPe ,rex;ae sal Ey.,ot T ,for-,v-sn✓ T S Piecsst Eonere}e fleets May Lie Skgo/ied By 7/x Fo//wu4ij IU�Sra✓eX ' - ., Asxoto Sad And Ga el 43 6O' C S3. T WrblY li4'ry Shs/13 Ps Prdvch Tw-xR Sh F I fa^ma on Exisf/rq O -3�ss/n Pocihe In}ernohmol P,pe f Eng,ncernq,lnc. Z R"Y , ,£Ld f/ NOTES: :. : �:_ !. fYems} SeJ/ans 5/u/1 C Arm To Sect&, 7050f f991 ' _r �-- -� _ ---- ConsHuchwOf Wash..Abfe OQ�T Ana' Gs/a.Chapter QAnd UA, CHECKED FOR COMP WVCE Z Al/ Section W;,11, STM Shv/i. A i Of Geskef type TD qTY SIINIDNiO$ Cgfarmng W.'{h A9TM C 443.Oelv,h Of Janhs 50Ait?b'Y Oo Shell Be Slb,,)hd To The Enyine<r,Sr Aapyval Prior 1 -XQ6'�ln' 1902'. ---91.2' SQ0140. Mllf 7 -�N 2�p'2,93 To Fab-rcafmn. C.g #2 - I -.0 ate zA�gg GA Cenkr qF' 51n 1 40 5 160-9'Lt I ® :51 II SOF-2q'9 Li M:H#2 : 5h 1+9$-6L5 Rt O4uG. a O�>EP+ T II Mod1$ee c a T e1II Modlfw C e Sh.7s841-58Rt 42 T.E.In-37Fi'2 i4.o2 -\ //�� ,el CITY OF R E N T O N 1"P. Ill -'$28 54.0 © r -f I;F f] 5D.78A 4¢'�TE 7n•9a16¢9;55 4$°Qj y�;=37;f{ 38.52 / /� OEPSRTM ENT Ov Puel�a WORK. 1.f..CAR =4",S173 42'0T4044-lW,39A2 (Mo&h,1rvv})' �// 1 A JET VISTA APT. STORM SYSTEM NNTB REPLACEMENT 2 REc'itv,W BY ury STAFF AW ac. gy9g e C 2 /2 93 rro 15159 P.s bvv av vows=L-- 1p.s-9s 1101•••`2493 /n ,l aT�aPi I I 1 I I AI I I I j l I I j 1 ♦ I 1 I i I I I A I I 1 If I I I 1 1 1 1❑ 17 1R 1C if 10 10 11 1f1 tl 0 r_ nninnnnnv .. „ n n +. -- - - - - - - -- - - 1 CONSTRUCTION CO. INCORPORATED 1 COP, May 19 , 1993 ' City of Renton 200 Mill Ave . South Renton , Washington 98055 1 Attn : Daniel Carey , P .E . , Project Manager Re : Jet Vista/Taylor Avenue Storm System Replacement Project ' Dear Mr . Carey: Virginia L . Seitz Construction Co . , Inc . does not intend to have any subcontractors on the above referenced project . In regards to the information concerning suppliers . At this ' time Pipe Inc . will be our only supplier . Superintendent - Jim Gillis 13810 Pacific Hwy S . Seattle , Wa 98168 Office Number ( 206 ) 241-9456 Home ( 206 ) 432-1576 Foreman - Richard McKie 19003 80th W . Edmonds , Wa . 98020 ' Office Number ( 206 ) 241-9456 Home ( 206 ) 776-8508 ' Bonding Agent - Mark Richardson , Hurley , Atkins & Stewart , Inc . Suite 1500 , 1800 Ninth Avenue Seattle , Washington 98101 . ( 206 ) 682-5656 If you require any other information , please give me a call . Sincerely , �s Sxar Gillis President ' 13890 PACIFIC HWY SO SEATTLE, WA • 99969 • [206) 241-9456 • FAX 246-1299 CL: VIRGILC194LB t VIRGINIA L. SEITZ CONSTRUCTION CO. INC. ' MINUTES OF CORPORATE MEETING A meeting was called by Sharon G. Gillis, President of VIRGINIA L. SEITZ CONSTRUCTION CO. ,INC. on May 21 , 1991 . 1 Those present were: Sharon G. Gillis - President ' James T. Gillis - Operations Manager Audra L. Watson - Office Manager ' It was decided by Sharon G. Gillis that all parties above will be authorized signers on behalf of VIRGINIA L. SEITZ CONSTRUCTION ' CO. , INC. . Meeting adjourned. ' Sharon G.�Gillis f� President / ' J mes T. Gill nsO� Ma ++' E�ger ' Audra L. Watson Office Manager 1 13810 PACIFIC HWY SO SEATTLE, WA • 98168 (206] 241-9456 FAX 246-1299 CL: VIRGILC194LB DEPARTMENT OF LABOR AND INDUSTRIES r— . . THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A STATE OF WASHINGTON } t n >�' ' •� e ry YAW"+ Vi`RGITt T CDNsi 'CO "INS o 1381Q :P�'C� TC 'Nwy s 1 SEATTLE WA 981683169 . - F525.052-00013-921 1 1 1 „ Ci f;- t� CITY OF RE'NTON Business License Quarterly Report Lictin§a No . ( Ntihioh Licensing Period Labor & hldustries Relsort Period - i 1 U Correct and complete all 0 information as needed. Attach L&I report and return. ' Addilional instructions on back. A nrinimurrr penalty of $20 plus 10% ' of the total arrroun( due will be charged after (lie due date. �u3lrtEs9 Ltic (lish; pfiohe FEE E6NE6111.E $ea hisiiuctlon4 1. hours Worked for Olatter 2. Rate Per (lour .029 3. FEE Able i X Line 2) �wher Nt(mii, Address, {'hone r 4. Minimum Charge 13.75 5. Greater of Lilies 3 and 4 6. Penalty �ti@rgtnc� Niiii E6d.ptiOfiE�. 7. Previous Balance 8. 10UAL DUF tunes 5 - 7) Must be remitted with this report. A $15 fee will be charged for NSF checks. �o§hioglofl 664'U81 No ' W Sttltd Contf&ctof Lic: No Return tills report with Payment to. ' City of Renton Licensing Division 200 Mill Ave S. I hearby certify that (lie staleumits and Information luniished Renton, WA 98055 rile on tills report are true and congilele, (o the best of my wledge. Plione (2061 235-2608 i71tIN� FOR OF ICE SE ONLY -- J t Mime .:� l<hioUiii ./ �...�.� f'FleriB Date:: ' FORM 4132 11192 ! CITY OF RENTON ! JET VISTAJAYLOR AVENUE STORM SYSTEM REPLACEMENT CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Scope of Work ! Site Vicinity Map Location Map Instructions to Bidders ! Call for Bids 'Combined Affidavit& Certificate Form: Non-Collusion ! Anti-Trust Claims Minimum Wage Form 'Bid Bond Form ! 'Proposal 'Schedule of Prices (Bid Schedule A) ❖Bond to the City of Renton 4-Contract Agreement (Contracts other than Federal -Aid FHWA) ! Attachment "A" Insurance Forms 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 ! City Bench Marks Temporary Construction Easement Construction Plans ! Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All ! pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. ! 'Submit with Bid r,.Submit with Notice of Award ! CITY OF RENTON Planning/Building/Public Works Department' 200 Mill Avenue South ' Renton, Washington 98055 H/forms/concoct/CONTENT'S.DOC/bh ! ! 1 ' 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 shalt 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 tad day of ,Tune 1980. CITY OF RENTON: RENTON CITY //COUNCIL: ' Mayor Council President Attest: Issued: July 10, 1972 Revised: February 9, 1976 Revised: June 2, 1980 Qity Clerk ' JET VISTA APARTMENTS/TAYLOR AVENUE NORTHWEST STORM SYSTEM REPLACEMENT SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the City portion of the facilities from CB #1 to MH #1, as shown on the plans and as described in the construction specifications, to include but not be limited to: installation of 89 ' linear feet of 42-inch diameter R.C.P. storm line, two 60-inch diameter manholes, one 9&inch diameter manhole and 48-inch diameter riser, construction of a new street light base and junction box, together with all required appurtenances, 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 1 plans and specifications of this contract document. A total of 30 working days is allowed for the completion of this project. The funding of this ' project will be from City funds. This project will be bid and constructed separately from the Private Contract for the section of ' the system located west of Taylor Avenue NW. 1 1 1 1 JET VISTA APARTMENTS/TAYLOR AVE. NW :- --=-=-----=--- __- STORM SYSTEM REPLACEMENT =- _ _  =Q- -_ =FTf1f -_ __ _____ _ ___ _---------------- x Sbd Q 1 - -______-___________==-- _ _ _ _ _______ ___ _____________ ___ D�� _____________ ________________ _ - __�-/__y___-_____ -_- _ - - �Ds ___�__- yTTIyyIFF�� �'fyyTT--yyi�S�-� �////T/iii�i-llFFF-!!AAl-i-iiiiii-- __ ___ ________ -_ Mon ___!- DODoDo , s -_ _=____________________________________-_--_-__ _-_-___=__=__==-_i = 4A5 -nm -- - V _ _ i =--=- =-----===--=====-==- - K WO �o® _ _ �S t IM � -_-________ UN aync nsm s nxnnO rty' 4 -_ ------ ltyh f r g115A sr I�O s nxn Sf � d i. Sn� �� 11 ®1..1 Iran; S» > N© t1 newO s mm w OLD TM s LJ 12 n p . �_ PROJECT LOCATION --� s 11aw iw oU� � a I'C.� ttae I� Y �D,ts Q tSSNR IIYY R ,1b' ItMi Si" � N 6w n x 6u n wwnTER ST el FIRM F S t�lA s 1] Si S Asl ' i9 S I?Sw 5r AY Sr O T `C_ N S � � 5 Ae Si �^ - � s wwn ie S }N R ®®® D � eom x > - a F7-1 Imam,� o > a o H' AIRPORT WY N S 132nd S VICT RIA t INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 o'clock p.m., on the date 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. ' S. 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 successhil ' 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. CITY OF RENTON JET VISTA APARTMENTS/I'AYLOR AVENUE NORTWEST STORM SYSTEM REPLACEMENT CALL FOR BIDS Sealed bids will be received until 2:30 pm, May 4, 1993 at the City Clerk's office and will be opened and publicly read in the 5th floor conference room, Renton Municipal Building, 200 Mill Avenue South. ' The work to be performed within 30 working days from the date of commencement under this contract shall include, but not be limited to: installation of the City portion of the facilities including 89 linear feet of 42-inch diameter R.C.P. storm line, two 60-inch diameter manholes, one 96-inch diameter manhole and 48-inch diameter riser, construction of a new street light base and junction box, together with all required appurtenances, 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 form 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 Planning/Building/Public Works, 200 MID Avenue South, 4th floor at 277-6193, staff contact Daniel Carey. ' Marilyn Pee 7e , City Clerk Published: April 20, 1993 and ' April 26, 1993 H:(oms/contnct/CALLBIDS.DOC/bh rCITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Tnwn,and Minimum Wage (Non-Fedcral Aid) NON-COLLUSION AFFIDAVIT i� 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 overcharges 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 \( . s__ +1Pr��TM —s �i�ylok Avenue (Uoeys�,as— SSv-narcx ��Mtn c En r �t2oSc r Name of Project VIRUINlA L SEIiI CONSTRUCTION CO, Name of Bidder's Firm Signature of Auth 'zed Representative of Bidder Subscribed and sworn to before me on this �A day of Notary Public in and for the State, cf'J('Pshir;ton Residing at 91-200/bh RM BOND FOAM F ' Herewith find deposit In the form of--a certHied'gtieok;oaahiees aback, cash, or bid bond In the amount of 5 w fth.amount is nct'(ess than five percent of ' the total bid. Sign here ' Know All Men by These Presents:. ' Thatwe, VIRGINIA L, SEd•TZ .CON ST INC-.. ag Principal, and 1 WASHINGTON INTERNATIONAL' INSURANCE'CC�1MrNY` ', •� ' if4ur91y,`afe held and firmly bound unto the t ' City of Renton, as Ob{fgea,in the penat.sutn-ot '*"FIVE PERCENT (5%) OF THE TOTAL AMOUNT BID*** Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, succs_ssorsi#pd &ssfgnS,.Jalndy and severally, by i ' thoso prosonts '+i . '�' :L'r• .- ' The condition of this obligation [a cuoh that,H:the.Obligee.Oall make any award to the j NORTHWEST STORM SYST TAREPLACVEMENT PROJECT ♦ I Pr(ndpai for according to he terns of the t proposer or bid made by the Principal therefore and the.Principal shall duly make and { ' enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shalt give bond for the faithful performance thereof, with Surety or ' Sureties approved by the Obligee; or If the Principal shall, In case gjlailure to do so, I pay and fcrfeitio the Obligee the.penal amount of the deposit apecifled In the call for ' bids, then this obligation shall be null and vold; otherwise It shelf be and remaln In full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty 1 ' and liquidated damages, tho amount of this bond. �{ SIGNED, SEALM AND DATED TH S 4TH DAY OF MAY t$93 VIRGINIA L. SEITZ CONSTRUCTION CO., INC.. By ' n•• WWA ON INTERNATIONAL INSURANCE COMPANY • ,? :• SU!" Geraldine C. "Stewart, Attorney-in-Fact Received return of deposit in the sum of$ 1 1 General ' WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the village of Schaumburg, Illinois, does hereby constitute and appoint • • MART A. DOBBS, STEVEN W. PALMER, MARK S. RICHARDSON AND GERAL➢INE C. STEWART tits true and (awful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bords and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington InternationaL Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President at its principal office. ' This Power of Attorney shall be limited in amount to 52,000,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The President may designate Attorneys-i n-Fact, and authorize them to execute on behalf of the Company, and ' attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority ' given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bad or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding ' upon the company. IN TESTIMONY WHEREOF, the Was ton Internati oral Insurance Company has caused this instrument to be signed and its corporate seal to be of I a� thorized offic this 7th day of October, 1992. ' o Q.`'�t•••••��N�S a WAS IX ERN IONAL INSURANCE COMPANY 0. �&CORPORATE;z�A� ' SEAL ,n.,j s=ewer arson, Vice President Y STATE OF ILLIN015�bsCy :� ARIZa NA - QC'.)i ' COUNTY OF COOK )`�` `''*•�N,aa` � . On this 7th day of Octob p,,- 1 a before me came the individual who executed the preceding instrument, to nie personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the ' Washington International Insurance Company; that the seal affixed to said Instrument is the Corporate Seal of said Company; IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, the day and year first above written. S CHRJSTINE ZARETSKY S Notary Pubric. State o{ Illinois y Chfistine Zaretsky N'tary Pubhi My Commission Exp res tober 7496 `My Comm ssian Expires 10-7-96 -^�EiFFW[ATE STATE OF ILLINOIS ) ' COUNTY OF COOK ) I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY chat the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By-laws of the Corporation, and the Resolution of the Board of ' Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated the 4th day May 1g 93 ' Lewis M. Moeller, Secretary ' CITY OF RENTON JET VISTA APARTMENTS/rAYLOR AVENUE NORTHWEST 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 writing and in figures.) /)ARupNIA t EI7.CONSTRUCTION CO. Signature ' Address: J Names of Members of Partnership: ' OR ' Name of President of Corporation Name of Secretary of Corporation `l ' Corporation Organized under the laws of l')C"SS., n cti With Main Office in State of Washington at \-2)8lb Inc , C � H:forms/cons mct/PROPSAL.DOC/bh 1 i 1 i 1 SCHEDULE OF PRICES 1 1 All entries shall be written in ink or typed to validate the bid. 1 Show unit prices in both words and figures. Where conflicts occur the written or typed words shall prevail. i 1 1 1 1 1 199- ' ADDENDUM NO. 1 TO THE ' JET VISTA APARTMENTS/TAYLOR AVENUE NW STORM SYSTEM REPLACEMENT PROJECT ' FOR THE CITY OF RENTON 1 Bid Opening: May 4, 1993. 2:30 PM This Addendum forms a part of the Bid Documents and modifies the original Bid Documents dated April 20, 1993, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this ' requirement may render the Bid non-responsive and may cause its rejection: Addendum No. 1 accepted by: ���1 GQ� ' Title: �2es ;u�ru ' This Addendum consists of 5 pages, including all revisions, attachments and details. ' SCHEDULE OF PRICES BID SCHEDULE "A" 1 . Page 1 through Page 3 ' a) Schedule of prices Delete Schedule of prices (page 1 through page 3) and replace with the attached ' new Bid Scheduled "A", Schedule of Prices (page 1 through page 3, revised 4/29/93). ' All bids shall be submitted on the new Bid Schedule "A" only. SPECIAL PROVISIONS - DIVISION 1 t1 . Section 1-09.10 Payment Schedule All references to "60-inch Type II catch basins" and "60-inch manhole" shall be changed ' to "72-inch Type II catch basins" and "72-inch manhole". 1 Jet Vista Apartments(raylor Avenue NW Storm System Replacement Project Page 2 ' The following measurement and pay items are changed as follows: ' 1-09.10(3) Furnish and install CB#1 , 72" Type II Catch Basin ' Change 60" to 72" in text Bid Item 3 CB#1, 72" Type II Catch Basin ' 1-09.10(f) Furnish and install MH#2, 72" Type II Catch Basin ' Change 60" to 72" in text ' Bid Item 7 MH#2, 72" Type II Catch Basin 1 1-09.10(9) Shoring for 96" Manhole and 72" Catch Basin excavation ' Change 60" to 72" in text Bid Item 9 Shoring for 96" and 72" Manhole , CONSTRUCTION PLANS 1. Sheet 1 t Change all references for a 60" Catch Basin or manhole to 72". t Change 60" dia. flat slab to 72" dia. flat slab. 2. Sheet 2 ' Change all references for a 60" Catch Basin or manhole to 72" ' a) Detail 3: Change to 72" dia. drop manhole b) Detail 6: Change arrows to 72" Catch Basin dia. ' Dated April 29, 1993 Daniel W. Carey Project Manager , City of Renton Addendum No. 1 Page 2 ' C:DOCS:93-435:D W C:ps 1 ADDENDUM NO. 1 CITY OF RENTON JET VISTA APARTMENI'SJAYLOR AVE. NW STORM SYSTEM REPLACEMENT BID SCHEDULE "A" SCHEDULE OF PRICES (Nate Unit prices for all items,all extimUons and total amount of bid must be shown. Show unit prices to both words ana figures and where conflict occurs we wruum or typed woras shall preoart) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 1 1.0 Mobilization Lump Sum $ sp,-.,a -p,)jja-e5 A.IQ No S Mn, 0--0 S o00, v� lump sum(words) cw-rr S (figures) 2 1.0 Construction Surveying, Staking, As-builts Lump Sum $ , S S• o ya lump sum (words>" LJ CATS (figures) 3 1.0 CB#1, 72"Type II Catch Basin Each $ S; 40(v0.6D per each (words)-jcunits A,-YQ N o Co, (figures) 4 89 42"Storm Drain Pipe Linear Foot $ faPj b per linear foot(words) 14, ry o Cam. T-s (figures) S 1.0 Trench Excavation Safety Systems-42" Pipe Lump Sum $ cp(�t -�,cat,)_Sph P 0i ()jYQ I l 0 lump sum(words)z'— �>o111Kzs A- (figures) r-3 o C e —s 6 1.0 96" Manhole, Type 3 Each $ —11 CQ 5"1. a Imp b s O Per each (words)-bol ltuc-s p lo No (figures) 7 1.0 MH#2, 72" Type II Catch Basin Each $'V;J C u4,< Q S las.UD S Ids, L"o ( Per each(word - tiC Doti +n (figures) I 8 192 Gravel Backfill (� Tons $ 9. Per ton (words) (figures) Page 1 - Revised 4/29/93 9 1.0 Shoring for 96" and 72" Manholes ' Lump Sum $ o ri a� C Z o . tD Lump Sum (words)-r1., t D .ClARS (figures) ' 10 55 Trench Patch-Taylor Avenue ' SquareYd $ o Ca T5 l- .or bh0 Per square yard (words) (figures) 11 10 Cement Concrete Sidewalk ' SquareYd $-rojC � -rwo J�o(I.4a a?�.uv ��p, v,-D Per square yard (words) Ce (figures) ' 12 20 Curb and Gutter t Linear Foot $ 1 I P-a S Pj N31 3y Per linear foot(words) C- --ems (figures) 13 1.0 Light Base and Junction Box ' Lump Sum o , aeS P-10 w Lump Sum (words)rt , 4 you an3 (figures) P,k wio C r,'T 14 1.0 Asphalt Concrete Pavement ' Church Parking Lot Lump Sum Lump Sum (words): P4,j bollunt 14 (figures) N o l:jLr�TS 15 1.0 Restoration ' Lump Sum $ e LTD, U-0 q UU,cv Lump Sum (words) N o C R-, s (figures) ' 16 1.0 Traffic Control Lump Sum $ r\ i k tSi3o. Lro ' Lump Sum (words) N p La s (figures) Subtotal 8.2% Sales Tax y a y 5. -7 3 Total Schedule $ 3 1 4/93/93-194/bh ' Page 2 -Revised 4/29/93 ' 1 ' ALI. BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW THE UNDERSIGNED BIDDER HEREBY UNDERSTANDS THAT, IF AWARDED THE ' CONTRACT, IT MUST START WORK ON THIS PROJECT WITHIN 10 DAYS AFTER FINAL EXECUTION AND COMPLETE THE WORK WITHIN 3o WORKING DAYS AFTER STARTING CONSTRUCTION. ' DATED AT JL2L THIS H` " DAY OF lA, 1993. ' ACKNOWLEDGMENT OF RECEIPT OF ADDENDA: NO. ' DATE A pr : ', -3 O� 15°r 3 ' NO. DATE ' NO. DATE VIRGINIA L SEITZ CONSTRUCTION CO. ;r NAME OF COMPANY SIGNED ' TITLE �Qes ;De„r ADDRESS ' CITY/STATE/ZIP Sl� P ' TELEPHONE CITY OF RENTON STATE CONTRACTOR'S BUSINESS LICENSE NO. a S LICENSE NO. VY-�2 G s L-0 1 1 1 ' H:/foams/contnct/92451.DOC/bh Pagc 3-Revised 4/29/93 BOND NO. 5-300-2532 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: ' That we, the undersigned VIRGINIA L. SEITZ CONSTRUCTION CO. , INC. ' as principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY corporation organized and existing under the laws of the State of ARIZONA 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 $56,682.73 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. ' SEAT TLE , WA St Dated at , Washington, this � day of tA_!NC ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG 93-035 providing for construction of let Vista Apartments/Taylor Avenue Northwest 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, t 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. ' VIRGINIA L. SEITZ CONSTRUCTION CO., INC. WASHINGTON INTERNATIONAL INSURANCE COMPANY Principal ® Surety ' By: Signature Signature Geraldine C. Stewart ' Attorney-in-Fact Title ff Title ' d:/2pr/93.161/DC/bh Approved by UM Wumn 2/14/92 ' General WASH INGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation organized and existing under the taws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois, does hereby constitute and appoint . ` MARY A. DOBBS, STEVEN W. PALMER, MARK S. RICHARDSON AND GERALDINE C. STEWART its true and Lawful attorneys)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and ' the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President at its principal office. This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: ' 1. The President may designate Attorneys-in-Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority ' given him.^ 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing ' such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the company. IN TESTIMONY WHEREOF, the Vas ton International Insurance Company has caused this instrument to be signed and its corporate seat to be aff,4 1 / theorized oftic this 7th day of October, 1992. a• (- �.a••`••.� �� WAS IN ERN TONAL INSURANCE COMPANY i ZV.� ��• G'P�d ' ;z ;CORPORATE; -Pp '0 o : SEAL : m; Steven A erson, Vice President r ; STATE OF ILLINOIS/ ARIZONA ' COUNTY OF COOK * N On this 7th day of Octob N, T9 ZY, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duty sworn, said that he is the therein described and authorized officer of the ' Washington International insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written. S CHRJSTINE ZARETSKY Notary Public, State of Illinois y istine Zaretsky M tary Pubvq be' S 1 My Commission Ex p res ctor 1996 My Comm`on Expires 10.7.96 -� -�-2EA�WCATE STATE OF ILLINOIS ) ' COUNTY OF COOK ) 1, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By-Laws of the Corporation, and the Resolution of the Board of ' Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated the d Vy 19_ ' Lewis M. Moeller, Secretary 1 1 CITY OF UNTON STANDARD FORM OF AGREEMENT CONTRACTS OTHER THAN FEDERAL-AID FHWA ' THIS AGREEMENT, made and entered into this j st day of u C- , 19� by and between THE CITY OF RENTON, Washington, a municipal corporation of the ' State of Washington, hereinafter referred to as "CITY" and Jlja&'In�n t. sollz �on5it,�o� ;;%-1 hereinafter referred to as "CONTRACTOR." ' WITNESSETH: 1) The Contractor shall within the time stipulated,-(to-wit: within 30 working ' days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to ' perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the CiWs Project(identified as No. CAG 93-035 for improvement by construction and installation of: Jet Vista tApartments/Taylor Avenue Northwest 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. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid t 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 Contracts other than Federal-Aid FHWA 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this ' Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate ' the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall ' have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance ' thereof within thirty(30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the ' account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession ' of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature ' including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any ' occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented ' invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed ' and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. 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. ' Contracts other than Federal-Aid FHWA 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 working days from the date of commencement. For each and every working day of delay after the established ' day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve ' the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting ' therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable ' promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. ' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, ' estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. ' 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing ' materials in connection with this Contract said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. a ' Contracts other than Federal-Aid FHWA 11) The total amount of this contract is the sum of $56,682.73 ' Fifty Six Thousand Six Hundred Ei 6htyTTwo Dollars and 73/100 which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. ' IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year fast above-written. ' CONTRACTOR =OF ON ' President/Partner/Owner Mayor A n S cretary 1XFUIV City Clerk dba L) R of#);A 4 00,4 ' Firm Name c�one ' ❑ Individual ❑ Partnership ID Corporation Incorporated in �.� ' Attention: If business is a CORPORATION, name of the corporation should be listed in full and ' both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. ' If business is a PARTNERSHIP, full name of each partner should be fisted 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/contnct/othcont/bhQunc92 1 1 1 I i 1 i CITY OF RENTON INSURANCE INFORMATION 1 1 INSURANCE ENDORSEMENT AND i INSURANCE COVERAGE QUESTIONNAIRE 1 1 1 1 1 1 i9}I61/DC/hh i ' CITY OF RENTON INSURANCE INFORMATION DATE: ' CONTRACT DESCRIPTION-. COMPANY REPRESENTATIVE Jet Vista Apartments/Taylor Avenue NW Storm Sewer Replacement Project, the Certificate Hurley, Atkins & Stewart, Inc 1800 9th Avenue ' The requir limits for this policy ere$1.0 million for each type of coverage. POLL UbUBEWa 98101 206 682 5656 ' PRODUCER: _ INSURANCE CARRIER(s)8 A.M.BEST RATING: Hurley, Atkins & Stewart, Inc. INSURED: Virginia L. Seitz Construction Company, in(:. ' COVERAGE TYPE POLICY POLICY DATES POLICY POLICY TYPE cke M.d. 0. .rws NUMBER Eff m 11E,.p.emn I LIMITS GENERAL UABILfTY: X C01120870 1 92 9 1 9 bn0O1 ' G�Aggrnals 2 000 000 Radom-CnrvlOv Avg Pereensl ay hlwy Ea Om .nm ' Fm 0m.9.(My db) ()r 000 Aledid(My 1 P r ) PROFESSIONAL UABILITY: Rebntion E.m Clean ' EXCESS LIABILITY: Avvr"s%Remneon E�omrnence ' Avgrev.% AUTO LIABILITY: C01120870 1 92 9 1 93%`i " conm.ree u.m Bod'ly mhey P.r.an) Bodey Mpry(Per A W t) OTHER COVERAGES: Rebmm� E.dr Ocarrerws Agg eva e ' PLEASE DESCRIBE ANY QUALIFICATIONS ON ANY OF THE COVERAGES LISTED ABOVE ALONG WITH A FULL DISCUSSION OF ANY TAIL COVERAGES ASSOCIATED WITH CLAIMS MADE POLICIES. 1 1 ' CONTRACT AWARD INSTRUCTIONS: If your firm is selected to perform the work described in this contract.policy declarations pages will need to be forwarded to the Renton City ' Clerk's Office no later than ten days after the bid award. Questions about insurance requirements may be directed to the Finance Dept at 235-2558. The Ci shall receive 30 days notice prior to any policy cancellation. rPRODU!ER CERTIFICATE OF INSURANCE CSR �W I55DEDATE,/2 9SEIVI-1OS/24/93 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE ns & Stewart, Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE venue, Suite 1500 POLICIES BELOW. 8101 COMPANIES AFFORDING COVERAGE son COMPANY LETTER A North Pacific Insurance Co COMPANY B INSURED LETTER COMPANY C LETTER Virginia L Seitz Construction COMPANY Company Inc LETTER ID 13810 Pacific Hwy S Seattle WA 98168 COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE IMMMDNY) DATE IMMMO/YY) LIMBS GENERAL LIABILITY GENERAL AGGREGATE $ 2000000 A. X COMMERCIAL GENERAL LIABILITY C01120870 09/01/92 09/01/93 PRODUCTS-COMP/OP AGE. $ 2000000 CLAIMS MADE- X . 00CUR.. PERSONAL 6 ADV.INJURY $ 1000000 X OWNER'S&CONTRACTOR'SPROT. EACH OCCURRENCE $ 1000000 X 'WA STOP GAP FIRE DAMAGE(Any one Ilrel 6100000 MED.EXPENSE(Any one Person) 8 5000 AUTOMOBILE LIABILITY COMBINED SINGLE $ 1000000 A' X ANY AUTO C01120870 09/01/92 09/01/93 LIMIT ALL OWNED AUTOS BODILY INJURY 8 SCHEDULED AUTOS IPer Person X HIRED AUTOS _. .. BODILY INJURY B ]{ NON-OWNED AUTOS (Per ecddmU GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE 5 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION : STATUTORY LIMITS AND EACH ACCIDENT _. DISEASE—POLICY LIMIT $ EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYEE OTHER DESCRIPTION OF OPEIIATIONS&OCATIONSNEHICL,ES/SPECULL ITEMS RE: Jet Vista Apartments/Taylor Avenue NW Storm System Replacement Project The Certificate Holder is an additional insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL City Of Renton MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Department of Planning/ LEFT, Building/Public Works 200 Mill Ave. S. Renton WA 98055 AUTHORIZED REPRESENTATIVE ACORD 257St7/901 Larry Martinso .PA�A�RDCORPORATION 1990' 1 1 i 1 1 1 1 i PREVAILING MINIMUM 1 HOURLY WAGE RATES 1 1 i 1 1 1 1 1 1 93-161/DC/bh 1 N'Nc aHf 1B69��Y A. ���pl STATE OF WASHINGTON ' DEPARTMENT OF LABOR AND INDUSTRIES General Administration Building • Olympia, Washington 98504-4401 ' ESAC DIVISION - TELEPHONE (206) 956.5335 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 WASHINGTON STATE PREVAILING WAGE RATES KING COUNTY 3 EFFECTIVE 03-03 St (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE •• ASBESTOS ABATEMENT,CERTIFIED '• Certified Asbestos Abatement Worker 17.69 3-85 1M 50 AUTOMOTIVE EQUIPMENT MECHANICS Sandblaster 11.20 2.19 18 66 8F Journey Level Mechanic 14.00 2.19 1B 66 BF •• BOILERMAKERS Boilermaker 22.07 6.16 1R 5N �• BRICKLAYERS AND MARBLE MASONS ALL Classifications 20.92 4.58 113 5A • BUILDING SERVICE EMPLOYEES Janitor 8.50 0.93 2F 50 8F Traveling Waxer, Shampooer 8.90 0.93 2F 5G 8F Window Cleaners 11.20 1.24 1 SS '•• CABINET MAKERS Cabinet Maker - In Shop 11.71 0.00 1 •• CARPENTERS Carpenter 20.39 4.40 1M 5D Drywall Applicator 20.39 4.40 1M 5D Creosoted Material 20.49 4.40 1M 5D Floor Finisher 20.52 4.40 ,M 5D ' Floor Layer 20.52 4.40 1M SD Floor Sander 20.52 4.40 1M SO Sawfiler 20.52 4.40 1M 5D Shingler 20.52 4.40 1M 5D Accoustica L.Worker 20.55 4.40 1M SD Piledriver 20.59 4.40 1M 50 Stationary Woodworking Tools 20.52 4.40 1M 5D Millwright 21.39 4.40 1M SD • CEMENT MASONS CEMENT MASON 20.76 5.00 10 SO PATCHING AND PAVING 20.76 5.00 10 SO CURING 20.76 5.00 10 50 CURB AND GUTTER 20.76 5.00 10 5D ' SIDEWALKS 20.76 5.00 10 5D SEALING COMPOUND 20.76 5.00 10 5D UNDERLAYMENT 21.01 5.00 10 5D MASTIC, EPDXY, PLASTIC 21.01 5.00 10 5D CONCRETE SAW 21.01 5.00 10 SO POWER TOOLS AND GRINDERS 21.01 5.00 10 5D SANDBLASTING 21.01 5.00 10 5D FINISH COLORED CONCRETE 21.01 5.00 10 5D GUNITE NOZZLE PERSON 21.01 5.00 10 5D ' TUNNEL WORKERS 21.01 5.00 10 5D TROWEL MACHINE ON COLORED 22.26 5.00 10 5D SLABS, COMPOSITION OR KALMAN FLOORS ' `�3 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-93 2 KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE •• COMMUNICATION TECHNICIANS Co mmunication Technician 12.07 0.00 1 , Electronic Technician 12.07 0.00 1 DIVERS AND TENDERS Tenders 22.44 4.40 1M 5D ' Divers - 0 to 50 ft 50.45 4.40 1M 5D 8B In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more ' Over 501 to 1001 - $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 1751 to 2501 - E5.50 per foot for each foot over 175 feet ' Over 2501 - Divers may name their own price, provided it is no less than the scale Listed for 250 feet •• DREDGE WORKERS Assistant Engineer 20.21 5.11 is 51 ' Assistant Mate-Deckhand 19.87 5.11 1B 51 Boatman 20.21 5.11 16 51 Engineer welder 20.26 5.11 16 51 Leverman 20.63 5.11 IS 51 , Mate 20.21 5.11 18 51 Oiler 19.87 5.11 1B 51 Crane 20.26 5.11 1B 51 Maintenance 19.77 5.11 18 51 •• DRYWALL FINISHERS , Drywall Taper 21.02 3.71 1 •• ELECTRICAL FIXTURE MAINTENANCE WORKERS , Journey Level 8.00 1.37 1J 5A •• ELECTRICIANS Journey Level 22.31 6.03 11 6H ' Cable Splicer 24.54 6.10 1J 6H Construction Stock Person 12.27 3.11 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 Line Electrician 21.69 5.51 4A 5A 8E , Cable Splicer 24.01 5.59 4A 5A 8E Certified Line Electrician Welder 21.69 5.51 4A 5A BE Pole Sprayer 21.69 5.51 4A 5A 8E Heavy Line Equipment Worker 21.69 5.51 4A 5A 8E Equipment worker 18.71 4.40 4A 5A 8E Head Grounds Person 16.37 4.32 4A 5A 8E Powder Person 16.37 4.32 4A 5A 8E Jackhammer Operator 16.37 4.32 4A 5A 8E Grounds Person 15.39 4.29 4A 5A BE ' •• ELEVATOR CONSTRUCTORS Mechanic in Charge 25.54 7.57 4A 60 Mechanic 22.70 7.41 4A 60 ' Constructor 15.89 7.02 4A 60 Probationary Constructor 11.35 0.00 4A 60 ' WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03.03.93 3 KING COUNTY ' (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE •• FABRICATED PRECAST CONCRETE PRODUCTS ' MAINTENANCE MECHANIC 13.65 2.14 2C 5M 8F CARPENTER 13.65 2.14 2C 5M 8F MACHINE OPERATOR 13.15 2.14 2C 5M SF REBAR BOXES, VAULT AND SLABS 13.15 2.14 2C 5M 8F ' LIFT TRUCK DPERATOR 13.15 2.14 2C 5m 8F GUNNITE PERSON 13.15 2.14 2C 5M EF WET POUR 12.90 2.14 2C 5M 8F YARD PATCH AND DRESS 12.90 2.14 2C 5M 8F TOOL ROOM PERSON 12.90 2.14 2C 5M 8F ' WELDER 12.90 2.14 2C 5M 8F CLEAN-UP PERSON 12.90 2.14 2C 5M 8F •• FENCE ERECTORS AND FENCE LABORERS ' Fence Erector 13.80 0.00 1 Fence Laborer 11.60 0.00 1 •• FLAGGERS Flagger 13.01 3.85 1M 5D �• GLAZIERS Journey LeveL 21.07 3.64 2E 5G GREENHOUSE ERECTORS Greenhouse Erector 8.00 0.00 1 •• HAZARDOUS MATERIAL DISPOSAL ' Equipment Operator 11.00 2.75 1 MateriaL Worker 10.10 2.75 1 Truck Driver 11.39 3.11 1 Welder Mechanic 10.90 2.75 1 ,• HEAT AND FROST INSULATORS (ASBESTOS WORKERS) Mechanic 23.59 4.41 4A 5C •• HEATING EDUIPMENT MECHANICS Journey Level 16.04 2.41 1J 5A • INDUSTRIAL ENGINE MECHANICS Industrial Engine Mech. 12.86 2.79 1 tINDUSTRIAL 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 lK 5D '• INSPECTION, 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 tJourney Level 16.58 0.00 1 IRONWORKERS ALI Classifications 19.96 7.46 16 5A 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-93 4 KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE '• LABORERS Asphalt Raker 18.17 3.85 1M 5D ' Ballast Regulator Machine 17.69 3.85 1N 5D Batch Weighman 13.01 3.85 1M 5D Cassion Worker 18.53 3.85 1N 5D Carpenter Tender 17.69 3.85 1M 5D ' Cement Dumper/Paving 18.17 3.85 1N 5D Cement Finisher Tender 17.69 3.85 1m 5D Chipping Gun 17.69 3.85 1M 5D Chuck Tender 17.69 3.85 1N 5D ' Clean-up Laborer 17.69 3.85 1N 5D Concrete Form Stripper 17.69 3.85 1N 5D Concrete Saw Operator 18.17 3.85 1M 5D Crusher Feeder 13.01 3.85 1N SD Curing Concrete 17.69 3.85 1M 5D , DemoLition - Wrecking and Moving 17.69 3.85 1N SO (including charred materials) Diver 18.53 3.85 1m 5D Drill Operator (Hydrau Lic, Diamond, Air Tree) 18.17 3.85 1N 5D , Epoxy Technician 17.69 3.85 1m 5D Falter/Bucker-Chain Saw 18.17 3.85 1N 5D Final Detail Cleanup 10.69 3.85 1M 5D Gabion Basket Builder 17.69 3.85 1M 5D General Laborer 17.69 3.85 1M 5D , Grade Checker and Transit Man 18.17 3.85 1M 5D Grinders 17.69 3.85 1N 5D High Sealer 18.17 3.85 1M 5D Hod Carrier/Mortarman 18.17 3.85 1M 5D , Jackhammer 18.17 3.85 1M 5D Miner 18.53 3.85 1N 5D Nozzleman - Concrete Pump, Green Cutter when 18.17 3.85 1M 5D using high pressure air and water on concrete and rock, sandblast, Gunite, Shotcrete, Water Blaster , Pavement Breaker 18.17 3.85 1N 5D Pilot Car 13.01 3.85 1M 5D Pipe Reliner (not insert type) 18.17 3.85 1M 5D Pipelayer and Caulker 18.17 3.85 iM 5D , Pot Tender 17.69 3.85 1N 5D Powderman 18.53 3.85 iM 5D Powderman Helper 17.69 3.85 1M 5D Railroad Spike Puller (power) 18.17 3.85 1M 5D Re-Timberman 18.53 3.85 1M 5D , Spreader (Concrete) 18.17 3.85 1N 5D Spreader - Clary Power or Similar Types 18.17 3.85 1M 5D Stake Hopper 17.69 3.85 iM SD Ta per (Multiple and Self Propelled) 18.17 3.85 1M 50, ' Tanper and Similar Electric, Air and Gas 18.17 3.85 1M 5D Toolroom Man (at job site) 17.69 3.85 tH 5D Topaan - Tailman 17.69 3.85 1M 5D Trackliner (Power) 18.17 3.85 1M 5D Tugger Operator 17.69 3.85 1M 5D , Vibrating Screed (air, Gas, or Electric 17.69 3.85 1m 5D Vibrator 18.17 3.85 1N 5D Well-Point Person 18.17 3.85 iM 5D •• LABORERS • UTILITIES CONSTRUCTION ISEE LABORERSI ' •• LANDSCAPE CONSTRUCTION Irrigation Equipment Installers 11.07 0.00 1 , Irrigation 8 Landscape Equipment Operators 10.63 0.00 1 Landscaping or Planting Laborers 8.42 0.00 1 •• LANDSCAPE MAINTENANCE Journey LeveL 8.00 0.00 1 ' •• LATHERS Journey Level 20.41 4.40 1B 6H WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE OU3.93 5 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE • MACHINISTS (HYDROELECTRIC SITE WORK) Machinist 16.84 0.00 1 •• MATERIAL SUPPLIER• EQUIPMENT OPERATOR Operator 22.33 0.00 1 '•• MATERIAL SUPPLIER•TRUCK DRIVER Transit Mix - Under 9 Cu. Yds. 17.38 4.94 2J 61 80 ' Transit Mix - 9 Cu, Yds, and over 17.63 4.94 21 61 8U Dump Truck - 0 to 16 Cu. Yds. 19.43 4.61 iM 5D Dump Truck - 16 to 30 Cu. Yds. 20.01 4.61 1M 5D (For Dump Trucks, add $0.15 per hour for each 10-yard increment over 30 yards.) METAL FABRICATORS ON 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, Utility Person, Tool Maintenance, Welder Production Worker 7.93 1.33 1 �• PAINTERS All Classifications 18.54 2.63 1 5A •• PLASTERERS Journey level 19.88 5.75 1R 5A �• PLAYGROUND AND PARK EQUIPMENT INSTALLERS Journey Level 8.42 0.00 1 �• PLUMBERS AND PIPEFITTERS Al( Classifications 20.75 11.16 1T 5A •• POWER ECUIPMENT OPERATORS ' A-Frame Crane over 10 ton 20.45 5.11 1N 5D A-Frame Crane, 10 tons and under 18.35 5.11 1N 5D Assistant Engineers (Oilers) 18.35 5.11 1N 5D Sackhoe 75 HP & urder 20.45 5.11 1N 5D Sackhoe 75 HP & over 20.81 5.11 1N 5D Sackhoe 3 yds & under 20.81 5.11 1N 5D Backhoes over 3 yards to 6 yards 21.25 5.11 1N 5D Belt Loaders - Elevating Type 20.45 5.11 1N 50 Bobcat 18.35 5.11 1N 5D Brooms 18.35 5.11 IN 5D Bury Cutter 20.81 5.11 1N 5D Cableways 21.25 5.11 1N 5D ' Chipper 20.81 5.11 IN 5D Compressors 18.35 5.11 1N 5D Concrete Batch Plant 20.81 5.11 1N 5D Concrete Pumps 20.45 5.11 IN 5D Conveyors 20.45 5.11 IN 5D ' Crane - 200 tons and over, or 2501 of boom 22.25 5.11 IN 5D including jib with attachments Crane - 100 Tons thru 199 Tons 21.75 5.11 1N 5D or 150 Ft. Boom including Jib and over Crane - 45 Tons through 99 tons or 21.25 5.11 1N 50 ' 150 Ft, of Bow Crane - Overhead, Bridge Type (45 - 99 tons) 21.25 5.11 1N 5D Crane - Overhead, Bridge Type 100 T. and Over 21.75 5.11 1N 5D Crane - Overhead, Bridge Type (20 - 44 tons) 20.81 5.11 1N 5D WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-0393 6 KING COUNTY l (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE Cranes - 20 - 44 tons 20.81 5.11 1N 5D Cranes - through 19 tons 20.45 5.11 1N 5D ' Crushers 20.81 5.11 1N. SO Curb Extruder 20.81 5.11 1N SO Deck Engineer/Deck Winches (power) 20.81 5.11 1N SO Derrick, Building 21.25 5.11 1N 5D Dozers, D-9 & under 20.45 5.11 1N 5D ' Drill Oilers - Auger Type 20.45 5.11 1N 5D Drilling Madhi ne 20.81 5.11 1N 5D Equipment Service Engineer (Oiter) 20.45 5.11 1N 5D Finishing Machine 20.81 5.11 1N 5D , Fork Lifts, under 3000 lbs 18.35 5.11 1N 5D Fork Lifts, 3000 lbs and over 20.45 5.11 1N 5D Grade Engineer 20.45 5.11 1N 5D Gradechecker and Stakeman 18.35 5.11 1N 5D , Hoists, Air Tuggers, 20.45 5.11 1N 5D Hydralifts/Boon Trucks 10 tons and under 18.35 5.11 1N SO Hydralifts/ Boom Trucks over 10 tons 20.45 5.11 1N 5D Loaders, 8 yds & over 21.75 5.11 1N 5D Loaders, Overhead 6 yards up to 8 yards 21.25 5.11 1N 5D t Loaders, Overhead under 6 yards 20.81 5.11 1N 5D locomotives, All 20.81 5.11 1N 5D Mechanics, All (Welders) 20.81 5.11 1N 50 Mixers, Asphalt Plant 20.81 5.11 1N 5D , Motor Patrol Grader - Non-finishing 20.45 5.11 1N 5D Motor Patrol Grader - Finishing 20.81 5.11 1N 50 Mucking Machine, Mote, 21.25 5.11 1N 5D Tu t Drill and/or Shield Oil Distributors, Blowers, etc. 18.35 5.11 1N 50 , Oiler Driver on Truck Crane 20.45 5.11 1N 5D Pavement Breaker 18.35 5.11 1N SO Permanent Shaft-type Elevator or Mantift 18.35 5.11 1N 5D Piledriver (Other than Crane Mount) 20.81 5.11 1N 5D , Plant Oiler (Asphalt Crusher) 20.45 5.11 1N 5D Posthote Digger, Mechanical 18.35 5.11 1N 5D Power Plant 18.35 5.11 1N SO Pump Truck Mounted 20.81 5.11 1N 5D Concrete Pump with Bow Attachment ' Pumps, Water 18.35 5.11 1N 5D Quad 9 and Similar, D-10 and HD-41 21.25 5.11 1N SO Remote Control Operator 21.25 5.11 1N 50 RoLLagon 21.25 5.11 1N SO ' Roller, Other than Plant Road Mix 18.35 5.11 1N 5D Rollers, PLantmix or 20.45 5.11 1N 5D Multilift Materials - Composition Materials Roto-MILL, Roto-Grinder 20.81 5.11 1N SO ' Saws, Concrete 20.45 5.11 1N 5D Scrapers - Carry All 20.45 5.11 1N SO Scrapers, Concrete 20.45 5.11 IN SO Scrapers, Self-propelled 45 yards and over 21.25 5.11 1N 5D Scrapers, Self-propelled under 45 yards 20.81 5.11 1N 5D ' Screed Man 20.81 5.11 1N 50 Shotcrete Gunite 18.35 5.11 1N 5D Shovels and Attachments, 6 yards 8 over 21.75 5.11 1N 5D Shovels 3 yds & under 20.81 5.11 1N SO 6 yards , Shovels over 3 yards to 21.25 5.11 1N 5D Slipform Pavers 21.25 5.11 1N 5D Spreader, Topside Operator 20.45 5.11 1N 5D Sub-grader - Trimmer 20.81 5.11 1N 50 Tower Crane 21.75 5.11 1N 50 , Tractors 60 HP & under 20.45 5.11 1N 5D Tractors over 60 HP 20.81 5.11 1N 5D Transporters, All Track or Truck Type 21.25 5.11 1N 5D Trenching Machines 20.45 5.11 1N 5D ' Truck Crane Oiler/Driver - 100 T. & over 20.81 5.11 1N 5D Truck Crane Oiler/Driver - under 100 T. 20.45 5.11 1N 5D Wheel Tractors, Far (L Type 18.35 5.11 1N 5D YoYo Dozer 20.81 5.11 1N 5D IJASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03-03-93 7 ' KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER ' WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE '• POWER EQUIPMENT OPERATORS - UTILITIES CONSTRUCTION (SEE POWER EGUIPMENT OPERATORS) i•• POWER LINE CLEARANCE TREE TRIMMERS Chipperman 12.90 3.50 4A 5A Spray Man 12.90 3.50 4A 5A ' Tree Trimmer 16.12 4.31 4A 5A Tree Trimmer Groundman 11.30 3.45 4A 5A Journey-level in Charge 18.67 4.40 4A 5A ' REFRIGERATION AND AIR CONDITIONING MECHANIC All Classifications 20.12 9.17 1A 5A '• RESIDENTIAL CONSTRUCTION ' Res. Carpenters 11.85 3.50 1 Res. Communication Tech. 12.07 0.00 1 Res. Drywall Tapers 19.15 0.00 1 Res, Electricians 14.70 2.32 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 13.22 3.89 1 Res. Refrigeration Mech. 10.90 3.54 1 Res. Sheet Metal Mech. 13.55 2.70 1 Res. Air Cord. Mech. 10.90 3.54 1 ROOFERS AND WATERPROOFERS Journey Level 20.50 3.50 1R SA Using Bitumimus Materials 23.50 3.50 1R 5A ,• SHEET METAL WORKERS Sheet Metal Mechanic 23.11 5.78 12 •• 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 18.29 4.55 1B 5A SOLAR CONTROLS FOR WINDOWS All Classifications 11.20 1.24 1 5S �• SPRINKLER FITTERS - FIRE PREVENTION Journey Level 23.59 10.53 11 5C ' STAGE RIGGING MECHANICS 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 t 1 WASHINGTON STATE PREVAILING URGE RATES - EFFECTIVE 03-03 93 8 KING COUNTY (SEE BENEFIT CODE KEY) ' HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE •• TELEPHONE LINE CONSTRUCTION• OUTSIDE Cable Splicer - Telephone Lineman 17.19 2.27 18 5A Special Apparatus Installer 1 17.19 2.27 18 5A Special Apparatus Installer II 16.78 2.25 18 5A Installer - Repairman 16.36 2.24 1B 5A Telephone Equipment Operator - Heavy 17.19 2.27 18 5A ' Telephone Equipment Operator - Light- 15.79 2.22 .18 5A Journey Level Telephone Lineman 15.79 2.22 18 5A Note Digger, Grolndnan - 8.40 2.00 18 5A Tree Trimmer - Telephone Line 15.79 2.22 111 5A Pole Sprayer 15.79 2.22 111 5A ' T.V. System Technician 14.01 2.17 18 5A T.V. Technician 12.32 2.12 18 5A T.V. Lineman 11.32 2.09 1B 5A T.Y. Groundoan 7.85 1.99 1B 5A •• TERRAZZO WORKERS AND TILE SETTERS , Journey Level 20.75 4.58 18 5A •• TILE, MARBLE AND TERRAllO FINISHERS , Finisher 16.60 4.58 1B 5A •• TRAFFIC CONTROL STRIPERS Journey Level 18.14 2.92 1K 5A ' •• TRUCK DRIVERS A-Frame or Hydralift Trucks or Similar 20.01 4.61 1M 5D .Buggymobite and Similar 20.01 4.61 1M SO , Bulk Cement Tanker 20.01 4.61 1M 50 Bull Lifts, or Similar 19.43 4.61 1M 5D Equipment (Not Warehousing) Bus or Employee Haul 19.43 4.61 1M 5D Duopster 0 - less than 16 yards 19.43 4.61 1M 5D ' Dumpster 16 - 30 yards 20.01 4.61 1M 5D (Fifteen cents (S.15) per hour increase for each 10 Yard increment over 30 Yards.) Escort Driver/Pilot Car 14.27 4.61 1M 50 , Explosive Truck (Field Mix) and Similar 20.01 4.61 1M 5D Flatbed Truck - Dual Rear Axle 19.43 4.61 1M 5D Flatbed Truck - Single Rear Axle 17.67 4.61 1N 5D Fuel Truck, Grease Truck, Greaser, Battery 19.43 4.61 1M 5D and/or Tire Service Man , Hyster (Hauling BuLk Loose Aggregates) 20.01 4.61 1M 5D Leverman and Loaders at 19.43 4.61 1M 5D Bunkers and Batch Plants Lowbed and Heavy Duty Trailer: 20.01 4.61 1M 5D , Mechanic 19.77 4.61 1M 5D Mechanic Helper 19.18 4.61 1M 5D OiL Distributor Driver 20.01 4.61 1M 5D OiL/Transport Tanker 19.43 4.61 1N 5D Pick-Up Truck 17.67 4.61 1M 5D , Pickup Sweeper 17.67 4.61 1M 5D Scissors Truck 19.43 4.61 1M SO Slurry Truck 19.43 4.61 1M 5D Sno-go and Similar 19.43 4.61 1M 5D ' Spreaders, Flaherty 20.01 4.61 1M 5D Straddle Carrier (Ross, Hyster, and.SimiLar) 19.43 4.61 1M 5D Swamper 19.43 4.61 1M 5D Team Driver 19.43 4.61 1N 5D Tractor, Small Rubber-Tired 19.43 4.61 1M 5D ' Transit-Mix 20.01 4.61 1M 5D vacuum Truck 19.43 4.61 1M 5D Warehouseman & Checkers 19.43 4.61 1M 5D Water Wagon & Tank Truck: 0 - 3000 gaL 19.43 4.61 1N 5D ' Water Wagon & Tank Truck: Over 3000 gal 20.01 4.61 1M 5D Winch Truck 19.43 4.61 1M 5D Wrecker, Tow Truck, and Similar 19.43 4.61 1M 5D t 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-93 9 KING COUNTY (SEE BENEFIT CODE KEY] HOURLY HOURLY OVER ' WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE WELL DRILLERS Irrigation Pimp Installers 11.60 0.00 1 Oiler 9.45 0.00 1 Well Driller 11.60 0.00 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03-03-93 ' xwxxxmrwrrrrxxrxxxxxrxxrwrrrrerxxxwwwrwxxxmrrrx»rrrrmxxrrrrrrrrarrrrxrrrrrrrsrxrxxxxxwrrrrrxrxrrrrrrr 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 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. ' S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' D. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID ' AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 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. ' H. ALL HOURS WORKED ON SATURDAYS SMALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR HOLIDAY PAY. ' 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. L. ALL HOURS WORKED ON SATURDAYS (EXCEPT AS A MAKEUP DAY) SMALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR HOLIDAY PAY. 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. 0. 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. t 0. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE-UP DAYS DUE TO INCLEMENT WEATHER) AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS, SHALL BE PAID AT ONE AND ONE HALF TIMES YHE HOURLY RATE OF WAGE. ' 1 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 6 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 TINES 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. ' V. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE PREVAILING HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 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 EMPLGYERIS CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ' PLUS ONE AND ONE-HALF TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TINES THE HOURLY RATE OF WAGE PLUS TWO TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. Y. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TINES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. WHERE CONDITIONS REQUIRE WORK TO BE DONE ON SATURDAY, THE WORK WEEK MAY BE TUESDAY THROUGH SATURDAY. ' Z. THE FIRST EIGHT HOURS ON THE FIRST SHIFT ON SATURDAYS SHALL BE PAID AT OIIE 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 TINES 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. S. ALL HOURS WORKED ON SATURDAYS (EXCEPT WHEN WORKED AS A MAKE-UP DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SMALL 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, PLUS HOLIDAY PAY (IF ELIGIBLE). C. THE FIRST TEN HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE ' OF WAGE. ALL HOURS WORKED IN EXCESS OF ELEVEN HOURS PER DAY, MONDAY THROUGH FRIDAY, ALL HOURS WORKED IN EXCESS OF TEN HOURS ON SATURDAYS, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. 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. ALL HOURS WORKED IN EXCESS OF FIVE (5) DAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE ' HOURLY RATE OF WAGE. OVERTIME FOR OVER FIVE (5) DAYS MAY BE WORKED A STRAIGHT TIME BY MUTUAL AGREEMENT IN WRITING. 2 ' G. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. H. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. I. 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 TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES 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. K. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-RALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SUNDAYS SMALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. M. ALL HOURS WORKED ON SATURDAYS 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. 0. 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 LARKED 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). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND PRESIDENTIAL ELECTION 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). 1 3 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). K. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEE'S CHOICE (7). L. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (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). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). ' 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR ' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 0. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ' R- PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). S. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND , CHRISTMAS DAY (6). HOLIDAYS WORKED ON AN EMPLOYEE'S REGULARLY ESTABLISHED WORKDAYS SHALL BE COMPENSATED AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. HOLIDAYS WORKED ON AN EMPLOYEE'S REGULAR DAYS OFF SHALL BE COMPENSATED AT TWO TIMES THE HOURLY RATE OF WAGE. PART-TIME EMPLOYEES WORKING ON HOLIDAYS SHALL BE COMPENSATED AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' 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. ' K. 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. PAID HOLIDAYS: EIGHT (8) PAID HOLIDAYS. ' 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY BEFORE OR THE DAY AFTER NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, t CHRISTMAS DAY, AND THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (10). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9). ' C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). ' D. HOLIDAYS: NEW YEAR'S DAY AND THE FRIDAY AFTER THANKSGIVING DAY (2). PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY (5). 4 ' t 1 1 ' E. HOLIDAYS: NEW YEARS 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 YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ARMISTICE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9). ' G. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. PAID HOLIDAYS: PRESIUENT'S DAY. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ' 1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). t J. HOLIDAY: NEW YEAR'S DAY (1). PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (6). K. HOLIDAYS: NEW YEAR'S DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (3). PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, AND THANKSGIVING DAY (4). ' L. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (5). ' M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS: NEW YEARS 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 YEARS DAY AND THE DAY AFTER THANKSGIVING DAY. ' 0. PAID HOLIDAYS: NEW YEARS DAY, WSHINGTONIS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, CHRISTMAS AND THE DAY AFTER CHRISTMAS. ' P. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY AND LABOR DAY. UNPAID HOLIDAYS: NEW YEARS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. 0. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE ' DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. NOTE CODES 8. A. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS ($24.00) IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. ' 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. ' C. ONE (1) WEEK VACATION AFTER ONE (1) YEAR OF SERVICE. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. 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. G. $.25 PER HOUR VACATION AFTER ONE YEAR OF SERVICE. S.50 PER HOUR VACATION AFTER TWO YEARS OF SERVICE. ' H. TWO (2) WEEKS VACATION AFTER ONE (1) YEAR OF SERVICE. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. 1 5 1. APPRENTICES BELOW SOX RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF E.75. APPRENTICES 80% ' AND ABOVE RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF E1.55. 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 ONE AND ' ONE-HALF TIMES THE REGULAR RATE OF PAY ONLY WHEN WORKED. L. FIVE (5) DAYS VACATION PER YEAR. NOTE: PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. M. FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE, TEN (10) DAYS VACATION AFTER TWO YEARS OF ' SERVICE. NOTE: PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. N. MARBLE MASONS AND GRANITE MASONS RECEIVE AN ADDITIONAL $1.00 PER HOUR. ' O. FIVE (5) DAYS VACATION AFTER ONE (1) YEAR- Q. FIVE (5) DAYS VACATION PER YEAR. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE ' NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. R. FIVE (5) DAYS VACATION PER YEAR. S. ONE WEEK VACATION AFTER ONE YEAR OF SERVICE. TWO WEEKS VACATION AFTER THREE YEARS OF SERVICE. ' THREE WEEKS VACATION AFTER NINE YEARS OF SERVICE. T. TWO WEEKS VACATION FOR ONE TO THREE YEARS OF SERVICE. FOUR WEEKS VACATION FOR THREE TO SIX YEARS OF SERVICE. SIX WEEKS VACATION FOR SIX OR MORE YEARS OF SERVICE. 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. 1 1 1 1 6 , INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT TO PAY PREVAILING WAGES ' CONTRACTORS, DISTRIBOTE APPROVED COPIES AS FOLLOWS Canay- arardmg agency Blue- L&L Emq.Sid, Green- prime anmctor Pink - Subcontractor 1. Enter each craft you intend to employ on this project. If operating engineers and/or truck driven will be used, please describe the type 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 parmers, #2,#3 and 44 need not be completed. Partners 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 classification. Enter the rate of hourly fringe benefits only if you are paying one or more of the following benefits: vc;anon, 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 rota! 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 i 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. I 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 wages have been paid in accordance with the prefiled statement(s) of intent to pay prevailing wages on file with the public agency. This Statement of Intent is approved based on the information provided by the contractor/subcontractor. It does not signify approval of the classifications of labor used by the contracrorlsubconrracIor. 1 1 Cumpiete & mail entire set STATEMENT- OF INTENT TO WITH APPROVAL FEE OF S1Z.50 TO: PAY PREVAILING WAGES Deparvnertt of Labor&lndustnes :•�_� ESAC Division Public Works Contract J06 Legion Way SE HC710.1 INSTRUCTIONS ' ' Olympia WA 98504-a401 (206)753-4019 ON BACK ......_...._._.........__......_.............. ._ YOUR APPROVED COPIES WILL BE MAILED TO + THIS ADDRESS Convect or BPW No. ........... .... ....... .............. ' Company name .. ... Bed due date Date contract awarded .... _.__........_.__....__».... .. __..._-.. ... . .._ . ...... ._.. ....-.... .-..._.— CoI ry when work performed Address , ._._ City Stare ZIP Prime wnvacmr Please allow a minimum of 70 to 15 working days for pronssing from the Do you intend to�usD subconvanors? ' data the Department received your document with the correct approval fee. Y6 No ......._ --_ ._"" ......-_ ........_ ...... . .. _... CONTRACT AWARDING name PUBLIC AGENCY .... ........... .. .... .... .. _—... .. phone numbcr addtvss _ stain 2 RATE OF 3.RATE OF HRLY a.ESTIMATED NO. 1 CRAFT HOURLYPAY.,.._„�FRINGEBENEFITS OF WORKERS , ............. _..._...................„—.._......._._.. ...._ I HEREBY C£RT[fY THAT THE ABOVE INFORMATION IS CORRECT Nacre and ad�ess of completing tl'C9IOmr. AND THAT ALL WORKERS I EMPLOY ON THIS PUBLIC WORKS N C� PROJECT WILL BE PAID NO LESS THAN THE PREVAILING WAGE RATE(ii AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF Company name THE DEPARTMENT OF LABOR AND THAT CONTRACTORS WHO VIOLATE PREYVAII�G WAGEELL LAW , 1.E. INCORRECT ENT O PREVAILING W OF WORK OF WORKERS, A - IMPROPER PAYMENT OF PREVAILING WAGES. ETC. , ARE SUB- JECT N FINES AND/OR DEBARMENT WOO AND WILL BE REQUIRED TO ...... _ __ ..............._......... PAY ANY BACK WAGES DUE TO WORKERS. :Cry .....___...._................................... Se,.. N07ARY, (complote all I copies and have each.ndtarrzed).... t stiaseR:am ��riti istg ro nt:Fat.E ME ............_ ........................................ .. ... ... . ........ .. ' »'•... . Phone nttmbcr '. Reguvaoon No. THIS DATE ) ..._................. NOTARY PV2UC � AND FOR THE STATE :__....__...,..._..._-_'._....................................._.................._.___..—_._.- , 4 ?Title Signature Or ............................................................................................................................ ...................................... slcHAnRE ..................................................................................................... .............-..........._--................ For L&I Use Only aam:^O AT APPROVED Departmentof Labor and Industries ........................................................... MY COMMISSION E:LPIRES ON B :. .... . ....................................................................... ....._.............: Y Industrwi Stattrnaan F700.029.000inleni to p:y 11-89 - - .........`' 1 INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF PREVAILING WAGES PAID CONTRACTORS, DISTRIBUTE APPROVED COPIES AS FOLLOWS: 1.Awarding agency 2. L&I Employment SEds. 3.Prime contractor 4.Subcontractor 1. Enter each craft you employed on this project. If operating engineers and/or truck drivers wen used, please describe the type and list the size 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. Partners who own less than 30 percent of a partnership are considered to be employees. 2. Enter the rate of hourly pay for each craft or classifcarion. 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 paving 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 residencial, 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". _0VERT EM ------ 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 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. RETAINAGE Contractors are responsible for obtaining and riling affidavits or 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 contracrorlsi4bcontractor.It does not signify approval of the classifications of labor used by the contracrorlsubconrracror. • Complete & mail entire set Affidavit Of WITH APPROVAL FEE OF SI2.S0 TO: � Deparonent of Labor&Industries ',� .' PREVAILING WAGES PAID ESAC Division Public Works Contract ' 406 Legion Way SE HC710.3 INSTRUCTIONS Olympia WA 98504-4401 C206)753-4019 ON BACK .... _.._ . .. ........ _.._._._..__.._..._,..,._..._.__. _. YOUR APPROVED COPIES WILL BE MAILED TO + THIS ADDRESS Contract or BPW No ' __— _ _......_....__ _...._.__ .. ..__..._ _._.._... ._._ .... .rurac Noma Bid due ue dale Dace c co ntrac t awarded __.. ..............._ Address — County what wore performed Date worn Completed , City State ZIP Prime contractor ..............._........_.__._.._.,.._......_...__......_._ ..— ......................_.,. .._._ .___._._ ..._... ._.__._. ...._ 1 seth allow a minimum of 10 to 75 working dayt.—far proassing )rom.. Na._ Was ■_._stammrn[ of intent tiled tbr�thu prole:? '- some . data e Department received your document wiN the correct approval fee. Ye . .. No COt.'7RACTAWARDIN6 name ....._.... PUBLIC AGENCY ' _....._._--'-—'--. _.—_ _ _.__..Y.._.__._..�._.._. - _. ......._.p.............. ..... . .. ._- _.. Address city sine ZZP hone number ....... . _ _ .......... _ _. .... .. .................. 1.CRAFT - 2 RATE OF 3. RATE OF HRLY <.APPRENTICES Name registrauon R, _ HOURLYPAY FRINGEBEh-LFITS sage of prog=zion & dam of hire I HE LBY CERTIFY THAT THE ABOVE INFORMATION Is CORRECT Y AND THAT ALL WORKERS I EMPLOYED ON THIS PUBLIC WORKS Nina alld a s4 Of Company tompledng ra form: PROJECT WERE PAID NO LESS THAN THE PREVAILING WAGE RATE .............__._..._..........__.........._............_......_............._.......__.......... ........... -AS DE RMINED BY THE INDUSTRIAL STATISTICIAN OF THE . Company time DEPARTMENT OF LABOR AND INDUSTRIES. I UNDERSTAND THAT , CONTRACTORS WHO VIOLATE PREVAILING WAGE LAWS. I.E. :.................... ..._....... __.._. ......_.......... INCORRECT CLASSIFICATION/SCOPE OF WORK OF WORKERS, IM- :Ad@esz """"""""-""— ..'-'. PROPER PAYMENT OF PREVAILING WAGES, ETC-. , ARE SUBJECT TO FINES AND/OR DEBARMENT AND WILL BE REQUIRED TO PAY ANY BACK WAGES DUE TO WORKERS. ..........__—.__..._.___..___......-St�.._ ...... ..__.__._....................... , NOTARY; fcompiets I copier and have each notarized ) - ....__..................................................---._.._—.._._..----..._............., t [THI SCAntt:D AND SWORN TO LLrORS ME :................ :Tits DATE :Phone number :.Registration number t. . ..............................................._............-..............._.............._.__..._......_.... � ) NOTARY PVOLIC W AHD rOR THL STATE or .......................................... : '.Title Signuim : ..................................................................._......................_.._. SIGNATURE 1 » sX3 c h.. .............................._...................... .........._......__......_......... For L&I Use Only APPROVED Department of Labor and Industries ............................._..._-................... ......_......................__.._..................... NY COMMIS$ON EXPIRES ON BY � ° .` fndlcrtrral .St6IfJIKt.A ..__.... .. . F700.007-000 afCidav�i of wagei l 1 89- ..................................... ........... 1 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' employcc ' for the period from through in accordance with the Intents t< ' Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will b4 executed and submitted prior to or with the last pay request. ' Company Name By. Title: ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLLMON 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. 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 bum 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 Tune 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to ' improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): 1 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. 11 fo=s/envrmta1/envirpo1/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND ' PRESERVATION OF PUBLIC NATURAL RESOURCES PERMITS REQUIItED 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. 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.) H:fo=s/envmtal/envirpol/bh 1 REQLMMMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES , WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for ' recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of , visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. , R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. , R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). , UNTIED STATES ARMY CORPS OF ENGE EEItS 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 1, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter - dust), and Section 9.15 (preventing particulate matter from becoming airborne). ' H:for /envrmta1/cnvirro1/bh 1 1 REQUIREMENTS FOR TITE PREVENTION OF ENVIRONMENTAL POLLUTION AND ' PRESERVATION OF PUBLIC NATURAL RESOURCES ENVHtONMENTAL PROTECTION AGENCY ' Title 40, Chanter 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. 1 1 H:foms/envvnml/e nvirpol/bh 1 1 i City of Renton 1 SUPPLEMENTAL 1 SPECIPICATIONS ' for the 1991 1 Standard Specifications 1 for Road, Bridge, and Municipal Construction 1 1 1 1 1 1 Washington State Department of Transportation 1 SO American Public Works Association Washington State Chapter i CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right of way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "the 1991 Standard Specifications for Road, Bridge, and Municipal Construction" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter, as modified and adopted by the City of Renton. All original (WSDOT/APWA) text is reproduced in it's entirety for clarity and context. All original text being deleted is shown with a line through the characters. �� 9-i:g del a-. All replacement text or text being added is shown in bold face type. All revisions, either additions or deletions are further shown with a change bar in the outside margin of the page. Standard Plans The Standard Plats are selected pages of '7he Standard Plans for Road and Bridge Construction' as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document and is produced to be used together with the original document. Those documents listed above shall govern all work, except as these standards may be modified or superseded by ' project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right of way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the PlanningBuilding/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. SP-i- 1 1 1 Division 1 General Requirements ' Division 2 Earthwork Division 3 Production From Quarry and Pit Sites and Stockpiling , Division 4 Bases Division 5 Surface Treatments and Pavements , Division 6 Structures Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Rater Mains, and Conduits ' Division 8 Miscellaneous Construction Division 9 Materials , SP ii , ' TABLE OF CONTENTS SUPPLEMENTAL SPECIFICATIONS ' Division 1 General Requirements........................................................................................................... I 1-01 Definitions and Terms............................................................................................1 ' 1-01.3 Definitions ...........................................................................................1 1-02 Bid Procedures and Conditions................................................................................1 1-02.1 PregQualification of Bidders.....................................................................1 ' 1-02.2 Plans and SpecificationsBid Documents.......................................................2 1-02.4 Examination of Plans,Specifications,and Site of Work...................................2 1-02.5 Proposal Forms.....................................................................................3 1-02.6 Preparation of Proposal..........................................................................:3 1-02.9 Delivery of Proposal...............................................................................4 1-02.14 Disqualification of Bidders.......................................................................4 1-02.15 Pre-Award Information............................................................................4 1-03 Award and Execution of Contract............................................................................4 ' 1-03.1 Consideration of Bids..............................................................................4 1-03.2 Award of Contract.................................................................................4 1-03.3 Execution of Contract.............................................................................5 ' 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda..............................................................................................5 1-04.5 Procedure and Protest by the Contractor......................................................5 1-04.6 Increased or Decreased Quantities .............................................................5 ' 1.04.11 Final Cleanup .......................................................................................6 1-05 Control of Work....................................................................................................6 1-05.3 Plans and Working Drawings....................................................................6 1-05.5 Vacant Surveying...................................................................................6 ' 1-05.9 Vacant Contracting Agency's Right to Correct Defective and Unauthorized Work.8 1-05.10 Guarantees..................................-.---..................................................8 1-05.I1 Final Inspection.....................................................................................8 1-05.12 Final Acceptance ...................................................................................9 1-05.16 Water and Power...................................................................................9 1-05.17 Orel Agreements....................................................................................9 1-06 Control of Material...............................................................................................10 ' 1-06.2 Acceptance of Materials........................................................................ 10 1-06.5 Foreign-Made Materials ........................................................................ 10 1-07 legal Relations and Responsibilities to the Public.......................................................10 1-07.5 Wildlife,Fisheries,and Ecology Regulations.............................................. 10 1-07.7 Load Limits........................................................................................ it 1-07.9 Wages............................................................................................... 11 1-07.11 Equal Employment Opportunity Responsibilities.......................................... 11 ' 1-07.12 Federal Agency Inspection..................................................................... 13 1-07.13 Contractor's Responsibility For Work....................................................... 13 1-07.15 Temporary Water Pollution/Erosion Control .............................................. 13 1-07.16 Protection and Restoration of Property...................................................... 14 ' 1-07.17 Utilities and Similar Facilities ................................................................. 15 1-07.18 Public Liability and Property Damage Insurance......................................... 16 1-07.20 Patented Devices, Materials,and Processes................................................ I8 1-07.22 Use of Explosives................................................................................ is 1-07.23 Traffic Control.................................................................................... IH 1-07.24 Rights of Way.....................................................................................23 1-08 Prosecution and Progress.......................................................................................24 1-09.1 Subcontracting....................................................................................24 1-09.4 Prosecution of Work.............................................................................25 1.09.5 Time for Completion ............................................................................25 1-08.9 Liquidated Damages.............................................................................26 1-08.11 Contractor's Plant and Equipment............................................................26 1-08.12 Attention to Work................................................................................27 1-09 Measurement and Payment....................................................................................27 1-09.3 Scope of Payment................................................................................27 ' 1-09.6 Force Account ....................................................................................27 1-09.9 Payments...........................................................................................29 SP-fin- 1 TABLE OF CONTENTS SUPPLEMENTAL SPECIFICATIONS , 1-09.11 Disputes and Claims..............................................................................31 1-09.13 Arbitration..........................................................................................31 140 VACANT............................................................................................................33 Division2 Earthwork..........................................................................................................................33 ' 2-01 Clearing, Grubbing, and Roadside Cleanup..............................................................33 2-01.2 Disposal of Usable Material and Debris.....................................................33 ' 2-01.4 Measurement.......................................................................................33 2-02 Removal of Structures and Obstructions.......................................................... .......34 2-02.3 Construction Requirements.....................................................................34 2-02.5 Payment.............................................................................................34 , 2-03 Roadway Excavation and Embankment............................................................. .....34 2-03.4 Measurement.......................................................................................34 2-03.5 Payment.............................................................................................35 2-04 Haul...................................................................................................................35 ' 2-04.5 Payment.............................................................................................35 2-09 Structure Excavation............................................................................................36 2-09.1 Description .........................................................................................36 , 2-09.3 Construction Requirements .....................................................................36 2-09.4 Measurement.......................................................................................36 2-09.5 Payment.............................................................................................37 Division 4 Bases.................................................................................................................................37 ' 4-04 Ballast and Crushed Surfacing ...............................................................................37 4-04.3 Construction Requirements.....................................................................37 Division 5 Surface Treautments and Pavements.......................................................................................38 , 5-04 Asphalt Concrete Pavement...................................................................................38 5-04.1 Description .........................................................................................38 ' 5-04.3 Construction Requirements.....................................................................38 5-04.5 Payment.............................................................................................41 5-05 Cement Concrete Pavement...................................................................................43 5-05.2 Materials ............................................................................................43 , -05.3 Construction Requirements.....................................................................43 Division 6 Structures..........................................................................................................................44 6.02 Concrete Structures..............................................................................................44 ' 6-02.3 Construction Requirements.....................................................................44 6-03 Steel Structures....................................................................................................54 6-03.3 Construction Requirements.....................................................................54 ' 6-04 7"unber Structures................................................................................................57 6-04.3 Construction Requirements .....................................................................57 645 Piling.................................................................................................................58 6-05.3 Construction Requirements .....................................................................58 ' 6-11 Rockeries............................................................................................................60 6-I1.1 Description.........................................................................................60 6-11.2 Materials............................................................................................60 , 6-11.3 Construction Requirements.....................................................................60 6-11.4 Measurement.......................................................................................61 6-11.5 Payment.............................................................................................61 Division 7 Drainage Structures,Sturm Sewers,Sanitary Sewers,Water Mains,and Conduits..........................61 ' 7-01 Drains................................................................................................................61 7-01.2 Materials............................................................................................61 7-01.3 Construction Requirements.....................................................................61 , 7-01.4 Measurement.......................................................................................62 7-02 Culverts..............................................................................................................62 7-02.2 Materials............................................................................................62 ' 7-02.3 Construction Requirements.....................................................................62 7-02.5 Payment.............................................................................................62 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass......................................................... - SP-i r- ' TABLE OF CONTENTS SUPPLEMENTAL SPECIFICATIONS 7-03.2 Materials ...........................................................................................63 7-03.3 Construction Requirements.....................................................................63 7-03.5 Payment ...................... .................................. ..................................64 7-04 Storm Sewers....#.................................................................................................64 7-04.2 Materials ...........................................................................................64 7-04.3 Construction Requirements..... ............ ..................................................64 7-04.4 Measurement......................................................................................65 7-04.5 Payment............................................................................................65 USManholes,Inlets,and Catch Basins.........................................................................66 7-05.3 Construction Requirements....................................................... .............66 7-054 Measurement......................................................................................67 7-05.5 Payment ............................................................................................67 7-10 Trench Exc.,Bedding,and Backfill for Water Mains.................................................68 7-10.3 Construction Details.............................................................................68 7-10.4 Measurement......................................................................................69 7-10.5 Payment ...................:.......*........-*.............*........*............................*69 7-11 Pipe Installation for Water Mains............................................................................70 7-11.3 Construction Details.............................................................................70 7-12 Valves for Water Mains.........................................................................................74 7-12.2 Materials ...........................................................................................74 7-12.3 Construction Details.............................................................................75 7-14 Hydrants.............................................................................................................75 7-14.3 Construction Details.............................................................................75 7-14.5 Payment ............................................................................................75 7-15 Service Connections..............................................................................................76 7-15.3 Construction Details.............................................................................76 7-17 Sanitary Sewers ...................................................................................................76 7-17.1 Description......................... ...............................................................76 7-17.2 Materials ......................... . ............................................................76 7-17.3 Construction Requirements ........................ ....... ...................................76 7-17.4 Measurement...................................................................................... 79 7-17.5 Payment ............................................................................................ 78 Division 8 Miscellaneous Construction ...................................................................................................78 8-02 Roadside Planting.................................................................................................78 8-02.3 Construction Requirements.....................................................................78 8-09.5 Payment ............................................................................................79 8-11 Guardrail............................................................................................................79 9-11.4 Measurement.................................... .................................................79 8-11.5 Payment ........ ......................................... ........ ................................79 8-20 Illumination,Traffic Signal Systems,and Electrical.............................................. .....So 8-20.2 Materials ........................................................................................... so 9-20.3 Construction Requirements..................................................................... so 8-20.4 Measurement......................... ............................................................88 9-20.5 Payment ............................................................................................88 8-21 Permanent Signing................................................................................................go 8-21.3 Construction Requirements............................ ........................................go 8-2.2 Pavement Marking...............................................................................................go 8-22.1 Description.................................................................................. ......go 9-22.3 Construction Requirements.....................................................................91 9-22-4 Measurement......................................................................................92 8-22.5 Payment .......................................................... .....-..........................92 Division 9 Materials............................................................................................................................93 9-02 Bituminous Materials............................................................................................93 9-02.1 Asphalt Material, General......................................................................93 9-02.2 Sampling and Acceptance......................................................................93 9-03 Aggregates..........................................................................................................93 9-03.8 Aggregates for Asphalt Concrete.............................................................93 9-04 Joint and Crack Sealing Materials...........................................................................95 9-04.10 .............................................................Crack Sealing- Rubberized Asphalt 95 SP-V- TABLE OF CONTENTS ' SUPPLEMENTAL SPECIFICATIONS 9-05 Drainage Structures,Culverts,and Conduits............................................................95 , 9-05.4 Steel Culvert Pipe and Pipe Arch..............................................................95 9-05.9 Steel Spiral Rib Storm Sewer Pipe............................................................95 9-05.12 ..................................................... .................. ............PVC Sewer Pipe 96 9-05.14 ........................................................ ..............ABS Composite Sewer Pipe 96 , 9-05.17 ....................................................... Aluminum Spiral Rib Storm Sewer Pipe 96 9-06 Structural Steel and Related Materials.....................................................................97 9-06.5 Bolts..................................................................................................97 ' 9-07 Reinforcing Steel..................................................................................................98 9-07.5 Dowel Ban(For Cement Concrete Pavement).............................................99 9-07.6 Tie Ban(For Cement Concrete Pavement).................................................98 9.09 Timber and Lumber.............................................................................................98 ' 9-09.2 Grade Requirements..............................................................................98 9-10 Piling.................................................................................................................98 9-10.5 Steel Piling..........................................................................................98 9-16 Fence and Guardrail.............................................................................................98 ' 9-16.1 Chain Link Fence and Gates....................................................................98 9-16.2 Wire Fence and Gates............................................................................99 9-16:3 Beam Guardrail....................................................................................99 t 9-21 Raised Pavement Markers (RPM)...........................................................................99 9-21.2 Raised Pavement Markers Type 2.............................................................99 9-23 Concrete Curing Materials and Admixtures..............................................................99 9-23.9 Fly Ash..............................................................................................99 ' 9-28 Signing Materials and Fabrication......................................................................... 100 9-28.6 Enclosed Lens Reflective Sheeting..........................................................100 9-28.15 .......................................................................................Sign Structures 101 9-28.16 ..........................................................................Sign Lighting Luminaires 101 ' 9-29 Illumination,Signals, Electrical......................................... ..................................101 9-29.1 Conduit............................................................................................101 9-29.2 ]unction Boxes...................................................................................102 ' 9-29.3 Conductors. Cable............................................... 2 9-29.4 Messenger Cable, Fittings ............................................................._.....104 9-29.6 Light Standards..................................................................................104 9-29.9 Ballast,Transformers ................................................. ........................104 , 9-29.10 ................................................................................... ........Luminaires 104 9-29.11 ..................................................................................Control Equipment 105 9-29.12 .........................................................................Electrical Splice Materials 105 9-29.13 ..........................................................................Traffic Signal Controllers 105 ' 9-29.16 ............................................................................ Vehicular Signal Heads 110 9-29.17 ..................................................Signal Head Mounting Brackets and Fittings 113 9.29.18 .....................................................................................Vehicle Detector 113 , 9-29.20 .....................................................................................Pedestrian Signal 113 9-29.24 .....................................................................................Service Cabinets 114 9-29.25 .............................................Amplifier,Transformer,and Terminal Cabinets 115 9.30 Water Distribution Materials................................................................................11S ' 9-30.1 Pipe.................................................................................................115 9-30.2 Fittings.............................................................................................115 9-30.3 Valves .............................................................................................116 9-30.5 Hydrants ..........................................................................................116 , 9-30.6 Service Connections............................................................................117 SUPSTOP.DOc - SP-rt - ' 1-Ol Definitions and Terms Or Equal Where the term "or equal" is used herein, the Division 1 Contracting Agency, or the Contracting Agency on General Requirements recommendation of the engineer,shall be the sole judge of the quality and suitability of the proposed substitution. ' Plans 1-01 Definitions and Terms The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including ' layouts,profiles,cross-sections,and other details. 1-01.3 Definitions Secretary,Secretary of Transportation Act of god The chief executive officer of the Department and other authorized representatives. The chief executive officer to the "Act of God" means an earthquake, flood, cyclone, or Department shall also refer to the Department of other cataclysmic phenomenon of nature. A rain,windstorm, Planning/Building/Public Works Administrator. high water or other natural phenomenon of unusual intensity ' for the specific locality of the work, which might reasonably Special Provisions have been anticipated from historical records of the general Supplemental epee fieatiens &RE1 mModifications to the locality of the work, shall not be construed as an act of god. standard specifications Contract Documents speeif>eetiens and supplemental specifications that apply to an individual project. The special provisions may describe work The component parts of the contract which may include, the specifications do not cover. Such work shall comply first but are not limited to, the Proposal Form, the Contract with the special provisions and then with any specifications Form, bonds, insurance information form, insurance that apply. The Contractor shall include all costs of doing ' certificates, various other certifications and affidavit, the this work within the unit bid prices. If the special provisions Contract Provisions, the Contract Plans, Working Drawings, require work that has no unit bid price, costs shall be the Standard Specifications, the Standard Plans, Addendum, incidental and included within the unit bid prices in the and Change Orders. contract. Department, Department of Transportation State The State Agency authorized by law to administer The state of Washington acting through its representatives. ' transportation-related work. Where applicable this shall also The State shall also refer to The City of Renton and its refer to the City of Renton Department of authorized representatives where applicable. Planning/Building/Public Works. ' Major Contract (Bid) Item 1-02 Bid Procedures and Conditions A bid item, unless specifically excluded in the Contract Provisions, for which the unit bid item price extension is 100/ or more of the Awarded Contract Price (excluding retail taxes 1-02.1 &"Qualification of Bidders ' collected in accordance with excise tax rule 170) as determined by the original estimated quantities and unit bid �, _„__ - �.,, _ item prices. ' Material enables the Gentreeting A-gene) is dwide %he4her or net the Any substance specified for use in the construction of the bidder is qualified ta rarfam hgh�ay, mad, or other pubije project and its appurtenances which enters into and forms a pan of the finished structure or improvement and is capable ' of being so used and is furnished for that purpose. Malerialman ' A person or organization who furnishes a raw material, supply, commodity, equipment, or manufactured or To remain ppaitmlified, the bidder most submit an updated fabricated product and does not perform labor at the Project Site; a supplier. floe-6entraettRg Agvney. . ' Notice to Proceed d"e applies be any prespeeime bidder no The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the ' Contractor to proceed with the Work and establishing the date on which the Contract Time begins. ' Page-SP-1 Revision Date: January 20, 1992 1 1-02 Bid Procedures and Conditions ' k9a"OU14 P. 1-02.2 Bid Documents a* } has been less than gatisfaeter). The GOURI) Engineer ef�hd edwmi) in kh A tke "O'k } ie-keeate�ar�A ervrrovvrmmranddisregard any bid submitiej. AAer epening • Spukane, mid appwl shall be hoard m " ten da)s after it is filed and 66N meh Fequest for phins+ Cheeks shall be pa)ahle to the SE*t� q�he bidder @hall ensure the! the eambina6en of �he bid .1- ,d of -he -entraet, �he piano Onj speoifieat ans %ill vwo net vResvd i.R ts. ' the n flt_e _ _ _ _ _ _ _ 8vFribntine a fifd a eentrecF Radweed piano -18'� JOWenwhsdaw emus esil) ' pre ���I � filed uC•.._A.._A n.._9•:_ ai d Fi I ��C._. _._ ^ n Tage�her Hie) Shaw also file a O�ftndafd fe, A f NHdk ilud} 9 l�,flMd rr0VT9t<Nt �e1aff sheets. e �T'` 'LeuVenture n e . meh _--"""..P_ � r of h T'a"1swheB9tTBetB " ' p a"`L. e A .. ( 'i( "d supplie 8 ePB�-BFbeb �"Im y4FwAid are fl)1 g .,dli.1 f m q"R @l rrevrelene f--Rip, h�eean or eonirset an behalf OF�he earperatie".) OFFF9 ad IM�08.I. �M The Gemtraetimg Age ... er�&erial awrpli2f ' Oda• Addtional Viaa.is e _ -eerie. L. __ m__ _f .L.. Ban e4-mtom. g am4 9;4q_ Information as to where Bid Documents can he obtained , Bidders shall be qualified by experience, financing, or reviewed will he found in the Call for Bids for the Work equipment, and organization to do the work called for in the placed in the Contracting Agency's official newspaper. Contract Documents. The Contracting Agency reserves the , right to take whatever action it deems necessary to ascertain 1-02.4 Examination of Plans, Specifications, and Site the ability of the Bidder to perform the work satisfactorily. of Work This action may include a prequalification procedure prior to the Bidder being furnished a bid on any contract or a , preaward survey of the Bidder's qualifications prior to 1-02.4(1) General award. The bidder shall carefully examine the bid documents as defined in Section 1-01.3. Submittal of a bid shall be conclusive evidence that the bidder has made these examinations and ' understands all requirements for the performance of the Page-SP-2 , Revision Date: January 20, 1992 1 1-02 Bid Procedures and Conditions ' completed work. The bidder further warrants, agrees, and No Claim sha0 be allowed because of any ambiguity in the acknowledges by submitting a bid that it: contract if: ' 1. Has taken steps reasonably necessary to ascertain the 1. The bidder discovers an ambiguity but fails to notify nature and location of the work; the Contracting Agency or 2. Has investigated and satisfied itself as to the general 2. The bidder failed to discover airy a patent ambiguity and local conditions which can affect the work or its that would be discovered by a reasonably prudent ' cost, including but not limited to: contractor in preparing its bid. a. Conditions hearing upon acquisition, Any prospective bidder desiring an explanation or transportation, disposal, handling, and storage of interpretation of the bid documents, must request the explanation materials, or interpretation in writing soon enough to allow a written reply ' b. The availability of labor, materials, water, electric to reach all prospective bidders before the submission of their power,and roads, bids. Oral explanations, interpretations, or instructions given by c. Uncertainties of weather, river stages, tides, or anyone before the award of a contract will not be binding on the similar physical conditions at the site, Contract Agency. Any information given a prospective bidder d. The conformation and condition of the ground, concerning any of the bid documents will be fumished to all and prospective bidders as an addendum if that information is deemed e. The character of equipment and facilities needed by the Contracting Agency to be necessary in submitting bids or preliminary to and during work performance; if the Contracting Agency concludes that the lack of the 3. Has satisfied itself as to the character, quality, and information would be prejudicial to other prospective bidders. quantity of surface and subsurface materials or obstacles to be encountered insofar as this information 1-02.5 Proposal Forms ' is reasonably ascertainable from an inspection of the work site (including material sites) as well as from the bid documents and other information made a part of 1.02.5(1) Additives, Alternates, Deductives this contract; and The Engineer reserves the right to arrange the Bid ' 4. Has satisfied itself as to the adequacy of time allowed Forms with Alternates, Additives, or Deductives, if such be to for the completion of the contract. the advantage of the Contracting Agency. The Bidder shall Any failure of the bidder to take the actions described and bid on all Additives, Deductives, or Alternates set forth in the acknowledged in this clause shall not relieve the bidder from Proposal Forms unless otherwise specified in the Special responsibility for estimating properly the difficulty and cost of Provisions. successfully performing the work, or from proceeding to successfully perform the work without additional expense to the 1-02.6 Preparation of Proposal ' Contracting Agency. The bidder agrees that the Contracting Agency shall not be The Contracting Agency will accept only those proposals liable to it on any claim for additional payment or additional time properly executed on forms it provides. Unless it approves in or any claim whatsoever if the claim directly or indirectly results writing, the Contracting Agency will not accept proposals on ' from the bidder's failure to investigate and familiarize itself forms attached to the plans and stamped "Informational.- sufficiently with the conditions under which the contract is to be All prices shall be in legible figures (not words) written in performed. ink or typed. The proposal shall include: The bidder shall be familiar and comply with ail Federal. 1. A unit price for each item (omitting digits more than State, and local laws, ordinances, and regulations which might four places to the right of the decimal point), each unit affect those engaged in the work. The Contracting Agency will price shall also be written in words;where a conflict not consider any plea of misunderstanding or ignorance of such arises the written words shall prevail, ' requirements. 2. An extension for each unit price,and Bid prices shall reflect what the bidder anticipates to be the 3 The total contract price(the sum of all extensions). cost of completing the work, including methods, materials, labor, In.the space provided on the signature sheet,the bidder shall canfum that all addenda has been received. and equipment. Except the contract may provide, the bidder The bidder shall submit a completed "Disadvantaged, shall receive no paymentt for any costs that exceed those in the Minority or Women's Business Enterprise Certification" if it bid prices. Prospective bidders arc advised that work on or adjacent to applies. water may require insurance coverage in compliance with: Any fum doing business under an assumed name shall ' 1. The Longshoremen's and Harbor Worker's submit a certified copy of a "Certificate of Assumed Name" Compensation Act (administered by U.S. Department (unless the Contracting Agency already has a copy on file). of Labor),or Proposals of corporations shall be signed by the officer or ' 2. The State Industrial Insurance (administrated by the officers having authority to sign them. If a bidder is a Washington State Department of Labor and Industries), copartnership, the proposal shall be signed by an authorized member of the copartnership. When the bidder is a joint venture, or 3. Both the proposal shall be signed by one or more individuals as ' . The Contractor shall bear s0 cost for such insurance as provided authorized by the Joint Venture. in Section 1-07.10. ' Page-SP-3 Revision Date: January 20, 1992 1 1-03 Award and Execution of Contract 3. A progress schedule (in a form the Contracting Agency , 1-02.60) Proprietary Information requires) showing the order of and time required for Vendors should, in the bid proposal, identify clearly any the various phases of the work, ' material(s) which constitute "(valuable) formula, designs, 4. A breakdown of costs assigned to any bid item, or drawings, and research data" so as to be exempt from public 5. Attendance at a conference with the Engineer or disclosure, RCW 42.17.310, or any materials otherwise representatives of the Engineer. claimed to be exempt, along with a Statement of the basis for 6. Such additional information as may be specified ' such claim of exemption. The Department(or State) will give which will permit the Engineer to determine the notice to the vendor of any request for disclosure of such Bidder's general ability to perform the Work. information received within 5 (rive) years from the date of submission. Failure to so label such materials or failure to 1-03 Award and Execution of ' timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting Contract vendor of any claim that such materials are, in fact, so exempt. ' 1-03.1 Consideration of Bids 1-02.9 Delivery of Proposal After opening and reading proposals, the Contracting Each proposal shall be sealed and submitted in lie an Agency will check them for correctness of extensions of the ' envelope-pre, wilit-it. The bidder shall Fro{-men prices per unit and the total price. If a discrepancy exists between properly address this envelope to ensure proper handling and the price per unit and the extended amount of any bid item, the price per unit will control. The total of extensions, corrected delivery. 'ry, and including sales taxes where applicable, The Contracting Agency will not consider proposals a where necessary, be used by the Contracting Agency for award purposes and receives after the time, or d other than the place, Cured for to fix the amount of the contract bond. opening bids in the call for bids. The right is reserved by the Contracting Agency to waive informalities in the bidding, accept a proposal of the lowest ' 1-02.14 Disqualification of Bidders responsible bidder, reject any or all bids, republish the call for A bidder may be deemed not responsible and the proposal bids, revise or cancel the work, or require the work to be done in rejected & another way if the best interest of the Contracting Agency is 1. More than one proposal is submitted for the same served. project from a bidder under the same or different All bids will be based on total sum of a0 schedules of names; prices. No partial bids will be accepted unless so Staled in 2. Evidence of collusion exists with any other bidder. the call for bids or special provisions. The City reserves the ' Participants in collusion will be restricted from right however to award all or any schedule of a bid to the submitting further bids; lowest bidder at its discretion. 3. A bidder is not prequalified for the work or to the full ' extent of the bid; 1-03.1(1) Claim of Error 4. An unsatisfactory performance record exists based on A bidder who wishes to claim error after the Bids hale past or current Contracting Agency work; been opened and tabulated shall submit a notarized affidavit 5. There is uncompleted work (Contracting Agency or signed by the Bidder, accompanied by original work sheets ' otherwise) which might hinder or prevent the prompt used in the preparation of the Bid, requesting relief from the completion of the work bid upon; responsibilities of Award. The affidavit shall describe the 6. The bidder failed to settle bills for labor or materials on specific error(s) and certify that the work sheets are the ' past or current contracts; originals used in the preparation of the Bid. 7. The bidder has failed to complete a written public The affidavit and the work sheets shall be submitted to contract or has been convicted of a crime arising from the Engineer before 5:00 p.m. on the next business day after a previous public contract; Bid opening or the claim will not be considered. The Engineer ' 8. The bidder is unable, fmancia0y or otherwise, to will review the certified work sheets, to determine the validity perform the work; of the claimed error, and make recommendation to the 9. A bidder is not authorized to do business in the state of Contracting Agency. If the Contracting Agency concurs in Washington;or the claim of error the Bidder will be relieved of responsibility, ' 10. There arc any other reasons deemed proper. and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the Contracting Agency, all 1-02.15 Pre-Award Information Bids may be rejected or award made to the next lowest ' responsible Bidder. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the bidder: 1-03.2 Award of Contract 1. A complete statement of the origin, composition, and ' manufacture of any or all materials to be used, Normally, contract award or bid rejection will occur within 2. Samples of these materials for quality and fitness tests, 45 calendar days after bid opening. If the lowest responsible Page-SP-4 , Revision Date: January 20, 1992 ' 1-03 Award and Execution of Contract ' bidder and the Contracting Agency agree, this deadline may be part or parts of the contract. The work required in one part must extended. If they cannot agree on an extension by the 45 be furnished even if not mentioned in other pans of the contract. calendar day deadline, the Contracting Agency reserves the right If any pan of the contract requires work that does not ' to award the contract to the next lowest responsible bidder. The include a description for how the work is to he performed, the Contracting Agency will notify the successful bidder of the work shall be performed in accordance with standard trade contract award in writing. The contract, bond form, and all practice(s). For purposes of the contract, a standard trade other forms requiring execution, together with a list of all practice is one having such regularity of observance in the trade other forms or documents required to be submitted by the as to justify an expectation that it will be observed by the successful bidder, will be forwarded to the successful bidder Contractor in doing the work. within 10 days of the award. The number of copies to be In case of any ambiguity or dispute over interpreting the executed by the Contractor shall be determined by the contract, the Engineer's decision will be final as provided in Contracting Agency. Section 1-05.1. 1-03.3 Execution of Contract 1-04.5 Procedure and Protest by the Contractor ' 1-03.30) General 1-04.50) Potential Claims The Contracting Agency is prohibited by RCW 39.06.010 Failure on the part of the Public Works Director or his from executing a contract with it Contractor who is not representative to discover and condemn or reject improper, registered or licensed as required by the laws of the state. in defective or inferior work or materials,shall not be construed addition, the Contracting Agency requires persons doing as an acceptance of any such work or materials, or the part business with the Contracting Agency to possess a valid City of the improvement in which the same may have been used. ' of Renton business license prior to award. To prevent disputes and litigation, it is further agreed by the When the Bid Form provides spaces for a business parties hereto that the public works director or his license number, a Washington State Contractors registration representative shall determine the quantity and quality of the number, or both the Bidder shall insert such information in several kinds of work embraced in these improvements. lie ' the spaces provided. The Contracting Agency requires legible shall decide all questions relative to the execution of the work copies of the Contractor's Registration and business license and the interpretation of the plans and specifications. be submitted to the Engineer as part of the Contracting ' Agency's post-award information and evaluation activities. 1-04.5(3) Applicable Law and Venue The venue of any suit shall be in King County, 1-04.2 Coordination of Contract Documents, Plans, Washington, and if the contractor is a non-resident of the Special Provisions Specifications, and State of Washington, he shall designate an agent, upon whom ' Addenda process may be served, before commencing work under this contract. The complete contract includes these pans: the contract form, bidder's completed proposal form, contract plans, contract' 1-04.6 Increased Or Decreased Quantities provisions, standard specifications, standard plans, addenda, various certifications and affidavits, supplemental agreements, Payment to the Contractor will be made only for the actual change orders, and subsurface boring logs (if any). These parts quantities of work performed and accepted in conformance with complement each other in describing a complete work. Any the contract. When the accepted quantities of work vary from the requirement in one part binds as if stated in all pans. The original bid quantities, payment will be at the unit contract prices Contractor shall provide any work or materials clearly implied in for accepted work unless the total quantity of any contract item, the contract even if the contract does not mention it specifically. using the original bid quantity, increases or decreases by more ' Any inconsistency in the parts of the contract shall be than 25 percent. In that case that part of the increase or decrease resolved by following this order of precedence, (e.g., 1 presiding exceeding 25 percent will be adjusted as follows: over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7i and 1. Increased Quantities. an forth):' Either party to the contract will be entitled to an 1. Addenda equitable adjustment for that portion of the actual 2. Proposal Form quantity in excess of 125 percent of the original bid 3. Special Provisions quantity except as limited in subparagraph 3 in this 4. Contract Plans section. 5 Affiend lie its 60 Lhe standard greeiries6a 9 2. Decreased Quantities. Supplemental Specifications. Either party to the contract will be entitled an 6. Standard 5pwifieetme 9 Standard Plans equitable adjustment if the actual quantity of work 7. Standard Plans Standard Specifications performed is less than 75 percent of the original bid On the contract plans, working drawings, and standard quantity except as limited in subparagraph 3 in this plans, figured dimensions shall take precedence over scaled section. dimensions. 3. Adjustment Limits. ' This order of precedence shall not apply when work is The equitable adjustment for increased or required by one part of the contract but omitted from another decreased quantities will be determined in accordance Page-SP-5 ' Revision Date: January 20, 1992 1-05 Control of Work with Section 1-09.4 except as limited by the following , provisions: 1-05 Control of Work a. No payment for1oss of anticipated profits will be allowed because of any decrease from the ' estimated quantities shown in the proposal form, 1-05.3 Plans and Working Drawings contract provisions, and contract plans. b. For decreased quantities the total payment for The contract plans arc defined in Section 1-01_3. Any ' any item will be limited to not more than 75 proposed alterations by the Contractor affecting the requirements percent of the amount originally hid for the and information in the contract plans shall be in writing and will item. require approval of the Engineer. To detail and illustrate the work, the Engineer may furnish ' etiginfii!5 biel. to the Contractor additional plans and explanations consistent C. No payment will be made for extended or with the original plans. The Contractor shall perform the work unabsorbed home office overhead and field according to these additional plans and explanations. overhead expenses to the extent that there is an The Contractor shall submit supplemental working drawings ' unbalanced allocation of such expenses among the as required for the performance of the work. The drawings shall contract bid items. be on shells measuring 24 b5 36 22 by 34 inches or on sheets d. No payment Tor consequential damages will be with dimensions in multiples of 8-1/2 by 11 inches. The drawings ' allowed because of any variance in quantities from shall be provided far enough in advance of actual need to allow those originally shown in the proposal farm, for the review process by the Contracting Agency or other contract provisions, and contract plans. agencies. This may involve resubmittals because of revisions or C. No adjustment in the unit contract prices will be rejections. Unless otherwise stated in the contract, the Engineer ' made for any item unless the increase or decrease will require up to 30 calendar days from the date the submituls in quantity results in a change of S10,000 or more or resubmittals are received until they are sent to the Contractor. as measured by the original bid quantities and unit This time will increase if the drawings submitted do not meet the prices for the item, contract requirements or contain insufficient details. , When ordered by the Engineer, the Contractor shall proceed If more than 30 calendar days are required for the with the work pending determination of the cost or time Engineer's review of any individual submittal or resubmittal, an adjustments for the change. extension of time will be considered in accordance with Section , The Contracting Agency will not adjust for increases or 1-08.8. decreases if the Contracting Agency has entered the amount for The Contractor shall obtain the Engineer's written approval the item in the proposal form only to provide a common basis for of the drawings before proceeding with the work they represent. bidden. This approval shall neither confer upon the Contracting Agency ' nor relieve the Contractor of any responsibility for the accuracy 1-04.11 Final Cleanup of the drawings or their conformity with the contract. The Contractor shall bear all risk and all costs of any work delays The Contractor shall perform final cleanup as provided in caused by nonapproval of these drawings or plans. ' this section to the Engineer's satisfaction. The Engineer will not Unit bid prices shall cover all costs of working drawings. establish the date of completion until this is done. The highway right of way, material sites, and all ground the Contractor 1-05.5 VaPnrsE Surveying occupied to do the work shall be left neat and presentable. The ' Contractor shall: 1. Remove all rubbish, surplus materials, discarded 1-05.5(1) General materials, falsework, camp buildings, temporary The Engineer will provide construction stakes and marks ' structures, equipment, and debris,and establishing lines, slopes, and grades as stipulated in Sections 2. Deposit in embankments, or remove from the project, 1-05.5(1) and 1-05.5(2). The Contractor shall assume full all unneeded, oversized rock left from grading, responsibility for detailed dimensions, elevations, and surfacing, or paving. excavation slopes measured from these Engineer furnished ' 3. All salvage material as noted on the plans and taken stakes and marks. from any of the discarded facilities shall, at the engineer's The Contractor shall provide a work site which has been discretion, be carefully salvaged and delivered to the City prepared to permit construction staking to proceed in a safe ' shops. Any cost incurred in salvaging and delivering such and orderly manner. The Contractor shall keep the Engineer items shall be considered incidental to the project and no informed of staking requirements and provide at least 48 compensation will be made. hours notice to allow the Engineer adequate time for setting The Contractor shall not remove waming, regulatory, or stakes. guide signs unless the Engineer approves. Stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of replacing stakes, ' markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's Page-SP-6 ' Revision Date: January 20, 1992 1-05 Control of Work operations. This charge will be deducted from monies due or supervision of a licensed surveyor. The Contractor shall to become due to the Contractor. ensure that required field measurements and locations, match Any claim by the Contractor for extra compensation by and fulfill the intended plan dimensions. The Contractor shall reason of alterations or reconstruction work allegedly due to provide all surveys required to complete the structure, except error in the Engineer's line and grade, will not be allowed the following primary survey control which will be provided unless the original control points set by the Engineer still by the Engineer: ' exist, or unless other satisfactory substantiating evidence to 1. Centerline or offsets to centerline or the structure prove the error is furnished the Engineer. Three consecutive 1. Stations of abutments and pier centerlines points set on line or grade shall be the minimum points used 3. A sufficient number of bench marks for levels to to determine any variation from a straight line or grade. Any enable the Contractor to set grades at reasonably ' such variation shall, upon discovery, be reported to the short distances Engineer. In the absence of such report the Contractor shall 4. Monuments and control points as shown on the be liable for any error in alignment or grade. Drawings. ' The Contractor shall provide all surveys required other The Contractor shall establish all secondary survey than those to be performed by the Engineer. controls, both horizontal and vertical, as necessary to assure The Contractor's surveyor shall be a licensed surveyor proper placement of all project elements based on the or licensed engineer in the State of Washington. The primary control points provided by the Engineer. All survey ' Contractor shall keep updated survey field notes in a work shall be done in accordance with Section 1-11 standard field book and in a format set by the Engineer. SURVEYING STANDARDS of these specifications. These field notes shall include all survey work performed by During the progress of the Work, the Contractor shall the Contractor's surveyor in establishing line, grade and make available to the Engineer all field books including ' slopes for the construction work. Copies of these field notes survey information, footing elevations, cross sections and shall be provided the Engineer upon request and upon quantities. completion of the contract work the field book or books shall The Contractor shall be fully responsible for the close be submitted to the Engineer and become the property of the coordination of field locations and measurements with ' Contracting Agency. appropriate dimensions of structural members being If the survey work provided by the Contractor does not fabricated. meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the 1-05.5(4) Contractor Supplied Surveying individual or individuals doing the survey work and the When the contract provides that the Contractor shall survey work will be completed by the Engineer at the supply the survey work required for the project the Contractor's expense. Costs for completing the survey work Contractor shall retain as a part of the Contractor ' required by the Engineer will be deducted from monies due Organization an experienced team of surveyors under the or to become due the Contractor. direct supervision of a surveyor licensed by the State of All costs for survey work required to be performed by Washington. All survey work shall be done in accordance the Contractor shall be included in the prices bid for the with The City of Renton SURVEYING STANDARDS. The ' various items which comprise the improvement. Contractor shall provide all those types of surveying as identified in the Special Provisions or enumerated in the 1-05.5(2) Roadway and Utility Surveys schedule of prices. The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the 1-05.5(5) Contractor Provided As-Built Engineer deems necessary for completion of the Work. These Information shall generally consist of one initial set if: It shall be the contractors responsibility to,record the ' 1. Slope stakes for establishing grading, location, by centerline station, offset, and depth below 2. Curb grade stakes, pavement, of all existing utilities uncovered or crossed during 3. Centerline finish grade stakes for pavement sections his work as covered under this project. wider than 25 feet,and It shall be the contractors responsibility to have his 4. Offset points to establish line and grade for surveyor locate by centerline station, offset and elevation, underground utilities such as water, sewers, and each major item of work done under this contract. Major storm drains. items of work shall be defined to include the following items: ' On alley construction projects with minor grade changes, Manholes, Catch basins and Inlets, Valves, vertical the Engineer shall provide offset hubs on one side of the alley and Horizontal Bends,Junction boxes, Cleanouts, Side to establish the alignment and grade. Alleys with major grade Sewers, Street Lights & Standards, Hydrants, Major changes shall be slope staked to establish grade before offset Changes in Design Grade, Vaults, Culverts, Signal ' hubs are set. Poles, Electrical Cabinets. After the completion of the work covered by this 1-05.5(3) Bridge and Structure Surveys - contract, the contractors surveyor shall provide to the City ' For all structural work such as bridges and retaining the hard covered field book(s) containing the as-built notes walls, the Contractor shall retain as a part of Contractor and one set of white prints of the project drawings upon organization an experienced team of surveyors under direct which he has plotted the notes of the contractor locating t Page-SP-7 Revision Date: January 20, 1992 1-05 Control of Work existing utilities, and one set of white prints of the project is discovered, the Contractor shall promptly, upon written drawings upon which he has plotted the as-built location of order by the Contracting Agency, return and in accordance the new work as he recorded in the field book(s). This with the Engineer's instructions, either correct such Work, or drawing shall bear the surveyors seal and signature certifying if such Work has been rejected by the Engineer, remove it it's accuracy. from the Project Site and replace it with nondefective and authorized Work, all without cost to the Contracting Agency, 1-05.8 Vaeanl Contracting Agency's Right to Correct If the Contractor does not promptly comply with the written Defective and Unauthorized Work order to correct defective and unauthorized Work, or if an ' emergency exists, the Contracting Agency reserves the right If the Contractor fails to remedy defective or to have defective and unauthorized Work corrected or unauthorized work within the time specified in a written removed and replaced pursuant to Section 1-05.8 "Owner's notice from the Engineer, or fails to perform any part of the Right to Correct Defective and Unauthorized Work." Work required by the Contract Documents, the Engineer The Contractor agrees the above one year limitation shall may correct and remedy such work as may be identified in not exclude or diminish the Contracting Agency's rights the written notice with Contracting Agency forces or by such under any law to obtain damages and recover costs resulting , other means as the Contracting Agency may deem necessary. from defective and unauthorized work discovered after one If the Contractor fails to comply with a written order to year but prior to the expiration of the legal Lime period set remedy what the Engineer,,determines to be an emergency forth in RCW 4.16.040 limiting actions upon a contract in situation, the Engineer may have the defective and writing, or liability expressed or implied arising out of a , unauthorized Work corrected immediately, have the rejected written agreement. Work removed and replaced,or have Work the Contractor refuses to perform completed by using Contracting Agency or 1-05.10(2) Warranty of Title other forces. An emergency situation is any situation which, The Contractor shall warrant good title to all materials, ' in the opinion of the Engineer, a delay in its remedy could be supplies, and equipment purchased for, or incorporated in potentially unsafe, or might cause serious risk of loss or the Work. Nothing contained in this paragraph, however, damage to the public, shall defeat or impair the right of persons furnishing , Direct or indirect costs incurred by the Contracting materials or labor, to recover under any bond given by the Agency attributable to correcting and remedying defective or Contractor for their protection, or anv rights under any law unauthorized Work, or Work the Contractor failed or permitting such persons to look to funds due the Contractor _ refused to perform, shall be paid by the Contractor. Payment in the hands of the Contracting Agency. ' will be deducted by the Engineer from monies due, or to The provisions of this paragraph shall be inserted in all become due, the Contractor. Such direct and indirect costs subcontracts and material contracts, and notice of its shall include in particular, but without limitation, provisions shall be given to all persons furnishing materials compensation for additional professional services required, for the Work when no formal contract is entered into for ' and costs for repair and replacement of work of others such materials. destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No 1-05.11 Final Inspection ' extension or time or compensation will be allowed because of the delay in the performance of the Work attributable to The r'__ _.__ 1 ill _ Make the Anal insreelien _ ii h_ exercise of the Contracting Agency's rights provided herein. The rights exercised under the provisions of this section ' shall not diminish the Contracting Agency's ability to pursue any other avenue for additional remedy or damages with }gig.. respect to the Contractor's failure to perform the Work as required. 1-05.11(1) Substantial Completion Date ' When the Contractor considers the entire Work ready 1-05.10 Guarantees for its intended use, the Contractor shall notify the Engineer in writing that the entire Work is substantially complete (except for such items as are specifically listed by the trade praeiiee in Contractor as incomplete) and request the Engineer to establish a Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to ' determine the status of completion. 1-05.10(1) General Guaranty and Warranty If, after this inspection, the Engineer concurs with the The Contractor shall furnish to the Engineer all Contractor that the Work is substantially complete and ready guarantee or warranty furnished as a normal trade practice for its intended use, the Engineer, by written notice to the in connection with the purchase by the Contractor or a Contractor,will set the Substantial Completion Date. If, after subcontractor, or any equipment, materiats, or items this inspection the Engineer does not consider the Work incorporated in the Work. substantially complete and ready for its intended use, the ' If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and unauthorized Work Page-SP-8 Revision Date: January 20, 1992 ' ' 1-05 Control of Work Engineer will, by written notice, so notify the Contractor tested under operating conditions for the time period 1 giving the reasons therefor. specified to ensure their acceptability prior to fmal Upon receipt of written notice concurring is or denying acceptance. During and following the test period, the substantial completion, whichever is applicable, the Contractor shall correct any items of workmanship, ' Contractor shall pursue vigorously, diligently and without materials, or equipment which proves faulty, or that are not unauthorized interruption, the Work necessary to reach in first class operating condition. Equipment, electrical Substantial or Actual Completion. The Engineer will not controls, meters, or other devices and equipment to be tested schedule final inspection until the entire Work, including final during this period, shall be tested under the observation of ' cleanup and such extra Work as may have been ordered by the Engineer, so that the Engineer may determine their the Engineer, has been completed by the Contractor. The suitability for the purpose for which they were installed. Contractor shall provide the Engineer with a revised schedule The costs for power, gas, labor, material, supplies, and indicating when the work necessary to reach Substantial everything else needed to successfully complete operational Completion or Actual Completion, whichever is applicable, testing, shall be included in the various contract prices related will be finished. to the system being tested, unless specifically set forth otherwise is the Bid Form. 1-05.11(2) Final lnspection Date Operational and test periods, when required by the When the Contractor considers the Work complete and Engineer, shall not affect a manufacturer's guaranties or ready for Final Inspection, the Contractor by Written Notice, warranties furnished under the terms of the Contract shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer 1-05.12 Final Acceptance and the Contractor will then make a Final Inspection and the Engineer will notify the Contractor in writing of all �_r___ r_ , fteoepLaneeeon BeeU_ Failure particulars in which the Final Inspection reveals the Work `a"""`! bYVe" ' incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be ' pursued vigorously, diligently, and without interruption until ea.mpleied ,,,_ei__, s__.___. „_ .__ completion. ---...-- -� --g..---- -. _._ . ..._. Contra,- we...,. ...,.....ed,..,... If action to correct deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies. Such steps may include the correction of defects by Contracting Agency forces or by others. In such case,the direct and indirect costs incurred by the Contracting . ' ' repair, or dispose of a � unauiherwed a. Agency shall be deducted from monies due or becoming due the Contractor. Such indirect or direct costs shall include in sueA-ss'etkornveteeieb particular, but without [imitation to, compensation for A Certificate of Completion for the Work submitted by additional professional services required in cost of repair and the Engineer and approved by the Contracting Agency shall replacement of the work of others which is destroyed or constitute Final Acceptance of the Work. Final Acceptance damaged by correction, removal, or replacement of the shall not constitute acceptance of any unauthorized or Contractor's deficient work. defective work or material. The Contractor will not be allowed an extension of Contract Time because of a delay in the performance of the 1-05.16 Water and Power Work attributable to the exercise of the Contracting Agency's The Contractor shall make necessary arrangements, and rights hereunder. shall bear the costs for power and water necessary for the Upon correction of all deficiencies, the Engineer will performance of the Work. notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered complete. 1-05.17 Oral Agreements 1-05.11(3) Operational Testing No oral agreement or conversation with any officer, It is the intent of the Contracting Agency to have at final agent, or employee of the Contracting Agency, either before acceptance a complete and operable system. Therefore when or after execution or the contract, shall affect or modify any the Work involves the installation of machinery or other of the terms or obligations contained in any of the documents mechanical equipment; street lighting, electrical distribution comprising the contract. Such oral agreement or conversation or signal systems, buildings, or other similar work it may be shall be considered as unofficial information and in no way desirable for the Engineer to have the Contractor operate and binding upon the Contracting Agency, unless subsequently test the Work for a period ofsime after final inspection but put in writing. prior to acceptance. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully Page-SP-9 Revision Date: January 20, 1992 1-06 Control of Material obtained from the American Association of State Highway 1-06 Control of Material and Transportation Officials, 917 National Press Building, Washington, D.C. 1-06.2 Acceptance of Materials Federal Specification - U.S. Government Federal ' Stock Catalogue. The specification number refers to the most recent revision adopted by the General Services 1-06.2(1) Samples and Tests for Acceptance Administration. Revisions in effect on the bid advertising The Contractor shall deliver representative samples (from date will apply. the Contractor, Producer, or Fabricator) to the Engineer without The Contracting Agency will consider any revision as charge before incorporating material into the work. In providing in effect 60 calendar days after its adoption. samples,the Contractor shall provide the Engineer with sufficient Copies of separate specifications listed in the Federal time and quantities for testing before use. The Engineer may Stock Catalogue may be obtained at the prices indicated require samples at any time. Samples not taken by or in the from the Business Service Center, General Services presence of the Engineer will not be accepted for test, unless the Administration, Regional Office Building, Seventh and D Engineer permits otherwise. Streets,Washington, D.C. The Contractor shall designate specific Contractor employees as points of contact for concrete testing and Other Publications - Any other publication referred to acceptance. Alternates &hall be designated to ensure that direct in these Specifications or the special provisions will mean its contact is maintained during concrete placement. If designated by latest edition. Requirements, and any revisions, in effect on the Contractor to the Engineer, the concrete supplier will receive the bid advertising date will apply. The Contracting Agency all 28 day concrete strength test results. will consider them as in effect 60 calendar days after The Project Engineer will designate specific Contracting publication. Agency employees as points of contact for concrete testing and Copies may be obtained from the publishing acceptance. organizations. For example, copies of standard grading and All field and laboratory materials testing by the Engineer dressing rules may be obtained from: West Coast Lumber ' will follow methods described in contract documents, in the Inspection Bureau in Seattle, Washington or Portland, Washington State Department of Transportation Laboratory Oregon, and from the Western Wood Products Association, Manual, or in the recognized standards of national organizations. Portland, Oregon. The following provisions will apply when the Contracting ' Agency uses the specifications or methods from the sources 1-06.2(2) Statistical Evaluation of Materials for named below: Acceptance UNLESS STATED OTHERWISE IN THE SPECIAL ASTM - American Society for Testing and Materials. PROVISIONS STATISTICAL EVALUATION WILL NOT The ASTM designation number refers to this society's latest BE USED BY THE CITY OF RENTON. adopted or tentative standard. The standard or tentative standard in effect on the bid advertising date will apply in 1-06.5 Foreign-Made Materials each case. The Contracting Agency will consider any revisions to After completing work that includes more than $2,500.00 become effective on December 1 of the year they arc worth of foreign-made materials, the Contractor shall prepare a adopted, certified statement to comply with Chapter 39.25 RCW. This Copies of any separate ASTM specifications or testing statement must set forth the nature and source of the materials. method may be obtained from: the American Society for Testing and Materials, 1916 Race Street, Philadelphia, PA. ' AASHTO - American Association of State Highway The Contractor shall give a copy of the statement to the and Transportation Officials. An AASHTO number refers to Engineer. that organization's currently published (I) "Standard Specifications for Highway Materials and Methods of 1-07 Legal Relations and Responsibilities Sampling and Testing" or any adopted revisions, or (2) to the Public "Interim Specifications and Methods of Sampling and Testing Adopted by the AASHTO Subcommittee on Materials'" 1-07.5 Wildlife, Fisheries, and Ecology Regulations Any standards, revisions, and interim standards in effect on the bid advertising date will apply. Standards, revisions, and interim standards will be considered as 1-07.5(4) Air Quality becoming effective on December 1 of the year which they The Contractor shall comply with all rules of local air arc adopted. pollution authorities. If there are none, air-quality rules of the Copies of "Standard Specifications for Highway State Department of Ecology shall govern the work. , Materials and Methods of Sampling and Testing" may be Page-SP-JO Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public 1 The Washington Clean Air Act requires that rock vehicle number, Beene number, tare weight, and licensed crushing, rock drilling, asphalt batch plants, and concrete bad limits. plants recleve an air quality permit in advance of the operation. The air quality permit process may include 1-07.9 Wages additional State Environmental Act (SEPA) requirements. Contractors or operators should contact the appropriate air polution control authority well in advance of intended start- 1-07.9(5) Required Documents up. The permit process may require up to 30 days. 1-07.9(5)A Fees for Documents 1-07.7 Load Limits Pursuant to WAC 296-127-040 and 296-127-045,a fee for ' each "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" is required to accompany each 1-07.7(1) General form submitted to the Department of Labor and Industries. While moving equipment or materials on any public The contractor is responsible for payment of these fees and ' highway, the Contractor shall comply with all laws that control shall submit all forms directly to the Department of Labor traffic or limit loads. The contract neither exempts the Contractor and Industries for approval. The cost of these fees shall be from such laws nor licenses overloads. At the Engineer's included in the prices of the various units of work which request, the Contractor shall provide any facts needed to comprise this contract. compute the equipment's weight on the roadway. The required forms may be obtained from the When the Contractor moves equipment or materials within Department of Labor and Industries. the project boundaries, legal load limits shall apply on: In addition, pursuant to RCW 39.12.040, each progress 1 1. Any road open to and in use by public traffic, estimate submitted for payment shall include or have attached 2. Any existing road not scheduled for major a statement, on a form supplied by The Contracting Agency, reconstruction under the current contract, and signed by the Contractor that the prevailing wages have been 3. Any newly paved road (with frtal lift in place) built paid in accordance with the prefiled Statement of Intent to ' under this contract. The Contractor may haul overloads Pay Prevailing Wages on file with the Contracting Agency, or (not more than 25 percent above load limits) on such the estimate will not be paid. roads not open to public traffic if this does not damage completed work. The Contractor shall pay all repair 1-07.11 Equal Employment Opportunity costs of any overload damage. Responsibilities Elsewhere on the project, the Contractor may operate equipment with only the load-limit restrictions in 1, 2, and 3 in Section 1-07.7(2), The Contractor shall remain responsible, 1-07.11(7) Training and Promotion— General however, for all load-caused damage. All vehicles subject to license on a tonnage basis shall be licensed to maximum legal 1.07.11(7)D Training Program Approval capacity before operating under these limits. Training Programs will be approved if the proposed number ' If necessary and safe to do so, and if the Contractor requests of trainees for both the prime and subcontractor cumulatively, it in writing, the Engineer may approve higher load limits than equal or exceed the number established on the contract and the those in the load-limit restrictions in 1, 2, and 3 in Section 1- proposed number of training hours shall equal the training bid 07.7(2). The written request shall: item hourly assignment. Also, a program will be approved only 1. Describe loading details, if it is reasonably calculated to meet the equal employment 2. Describe the arrangement, movement, and position of opportunity obligations of the Contractor and to qualify the equipment on the structure or over culverts and pipes, average trainee for journeyman status by the end of the training ' and period or beneficially contributes toward a trainee achieving 3. State that the Contractor assumes all risk for damage journey status in the classification concerned. In addition, the Unit prices shall cover all costs for operating over bridges Contractor shall comply with the following: and culverts. Nothing in this section affects the Contractor's 1. Other Than Apprenticeship Trades - Contractors who other responsibilities under these Specifications or under public are not affiliated with a program approved by BAT or highway laws. IATC can have their training program approved AB motor vehicles of the contractor, subcontractors, and suppliers shall strictly adhere to ch. 46.44 of the motor provided that the program t submitted for approval re vehicle laws of the State of Washington (1967 edition and DOT Form 27addres and the following standards are amendments thereof) satisfactorily addressed and incorporated in the in regard to size, weight, and loads of Contractor's'prognm: motor vehicles. a. Minimum Qualifications - The Contractor shall ' Payment will not be made for any material that it establish minimum qualifications for persons delivered in excess of the legal weight for which the vehicle is entering the training program. licensed' Is. Work Skills-An outline of the work processes in Any violation of these regulations shall be reported to the which the trainee will receive supervised work ' affected law enforcement agent. experience and training on-the-job and the The contractor is to furnish to the Public Works Director allocation of the approximate time to be spent in a listing of all haul vehicles used on the project, listing the Page-SP-11 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public each major process shall be set forth in these Contractor receives additional training program funds standards. from other sources, provided such other sources do not c. Terms of Training - The terms of training shall specifically prohibit the Contractor from receiving ' be stated in hours. The number of hours required other reimbursement. Reimbursement to the Contractor for completion to journeyman status shall not for offsite training indicated above may only be made exceed 1,000 hours for any one individual. when the Contractor does one or more of the following d. Program Monitoring - The method for recording and the trainees are concurrently employed on a and reporting the training completed shall be Federal-aid project: contributes to the cost of the staled. training, provides the instruction to the train=, or pays e. Ratio of Trainees- A numeric ratio of trainees to the trainee's wages during the offsite training period. journeymen shall be established. It shall be A total of only two hundred hours of flagging and/or consistent with proper supervision, training, traffic control training will be reimbursed for any safety, and continuity of employment. The ratio one individual regardless of the number of projects language shall be specific and clear as to worked as an on-the-job trainee. In addition, a ' application in terms of job site and workforce traineelapprentice, regardless of craft, must have during normal operations (normally considered to worked on the contract for at least 20 hours to be fall between 1:10 and 1:4). eligible for reimbursement. 2. Program Approval Required - Approval or acceptance 6. Compliance - No payment will be made to the of the Contractor's training program shall be obtained Contractor if either the failure to provide the required from the Engineer prior to commencing the trainee's training, or the failure to hire the train= as a work covered by the program. journeyman, is caused by the Contractor and evidences 3. Train= Approval Required - After approval of the a lack of good faith on the part of the Contractor in , training program, information concerning each meeting the requirements of this training provision. It is individual trainee and good faith effort documentation normally expected that a trainee will begin training on shall be submitted on DOT Form 272-050 in a timely the project as soon as feasible after start of work, ' manner. It is the intention of these provisions that utilizing the skill involved and remain on the project as training is to be provided in the construction crafts long as training opportunities exist in the work rather than clerk-typists or secretarial-type positions. classification or until the completion of the training Training is permissible in lower level management program. It is not required that all trainees be on board positions such as office engineers, estimators, for the entire length of the contract. A Contractor will timekeepers, eta, where the training is oriented toward have fulfilled the responsibilities under this training construction applications. provision if the Contractor has provided acceptable 4. Off-Site Training - Some offsite training is permissible training to the number of trainees specified and has ' as long as the training is an integral part of an approved complied with the training hours assigned. The number training program and does not comprise a significant trained shall be determined on the basis of the total part of the overall training. number enrolled on the contract for a significant 5. Training Reimbursement - Except as otherwise noted period. hereinafter, the Contractor will be reimbursed under 7. Wage Progressions - Trainees will be paid at least the the item "Training" per hour for each hour of training applicable ratios or wage progressions shown in the for each employee that is trained in accordance with an apprenticeship standards published by the Washington approved training program. As approved by the State Department of labor and Industries. In the event Engineer, reimbursement will be made for training that no training program has been established by the persons in excess of the number specified herein. Department of IAbor and Industries, the train= shall Reimbursement will be made on the monthly progress be paid in accordance with the provisions of RCW , estimate upon receipt of a certified invoice that shows 39.12.021 which reads as follows: the related weekly payroll number, the name of trainee, Apprentice workmen employed upon public works total hours trained under the program, previously paid projects for whom an apprenticeship agreement has ' hours under the contract, hours due this estimate, and been registered and approved with the State the dollar amount due this estimate. Training invoices Apprenticeship Council pursuant to RCW 49.04. must dull be submitted in a timely manner consistent with be paid at least the prevailing hourly rate for an the achievement of training. The certified invoice shall apprentice of that trade. Any workman for whom an show a statement indicating the Contractor's effort to apprenticeship agreement has not been registered and enroll minorities and women when a new enrollment approved by the State Apprenticeship Council shall be occurs. When an apprentice is first enrolled, copies of considered to be a fully qualified journeyman, and, the certificate showing apprenticeship registration must therefore, shall be paid at the prevailing hourly rate for accompany the invoice. Reimbursement for journeymen. apprenticeship training occurring prior to approval of the training program will be allowed if the Contractor 1-07.11(10)B Required Records and Retention ' verbally notifies the Engineer of this occurrence at the All records must be retained for a period of three years time the apprentice commences work. This following completion of the contract work and shall be available reimbursement will be made even though the Page-SP-12 ' Revision Date: January 20, 1992 147 Legal Relations and Responsibilities to the Public ' at reasonable times and places for inspection by authorized During unfavorable weather and other conditions, the representatives of the State Department of Transportation, and on contractor shall pursue only such portions of the work as Federal-aid projects,the Federal Highway Administration. shall not be damaged thereby. On Federal-aid contracts only, the Contractor/Subcontractor No portion of the work whose satisfactory quality or shall submit to the Project Engineer an annual report for each efficiency will be affected by unfavorable conditions shall be month of July for the duration of the project. The report must constructed while these conditions exist, unless by special indicate the number of minority, women, and nonminority group means or precautions acceptable to the engineer, the ' employees currently engaged in each work classification required contractor shall be able to overcome them. by the contract work.This information is to be reported on Form If the performance of the work is delayed as a result of PR 1391 by August 25-14. damage by others, an extension of time will be evaluated in All Contractors/Subcontractors having contracts of S10,000 accordance with Section 1-08.8. or more that are Contracting Agency or Federally funded shall Nothing contained in this section shall be construed as submit a copy of the Office of Federal Compliance (OFCCP) relieving the Contractor of responsibility for,or damage resulting form CC-257 to the Project Engineer by the fifth of the month from, the Contractor's operations or negligence, nor shall the during the term of the contract. Contractor be relieved from full responsibility for making good Failure to submit the required reports by their out dates any defective work or materials as provided for under Section I- may result in the withholding of progress estimate payments. 05. ' 1-07.12 Federal Agency Inspection 1-07.15 Temporary Water Pollution/Erosion Control Federal laws, rules, and regulations shall be observed by the Contractor on Federal-aid projects. This work is subject to 1-07.15(1) Water Quality Considerations 1 inspection by the appropriate Federal agency. The Contractor In addition to other requirements in the Contract shall cooperate with the Federal agencies in these inspections. Documents this temporary work shall include, but is not These inspections shall not make the Federal Government a party limited to,the following water quality considerations: to the contract and shall not constitute an interference with the 1. Diversion of Uncontaminated Water: Storm water ' rights of the Contracting Agency or the Contractor. shall be diverted around the project to prevent pickup of silt. This may be accomplished by 1-07.13 Contractor's Responsibility For Work pumping; improvising ditches; lining channels or by ' placing metal, plastic or concrete gravity pipe; constructing ditches, berms,culverts,etc., to control 1-07.13(I) General surface water; or constructing dams, sealing basins, All work and material for the contract, including any change or energy dissipaton to control down stream flows. order work, shall be at the sole risk of the Contractor until the 2. Intercepting Ground Water: Surfacing ground entire improvement has been completed as determined by the water shall be intercepted and routed around the Engineer, except as provided in this section. construction site to prevent silt erosion by the use of r tape, - melee goo gravel trenches, French drain tiles, well points, or Interceptor ditch. The Contractor shall provide means of controlling underground water which may be encountered during the Work. GodI sueh as 3. Turbid Water Treatment Before Discharge: Determination of turbidity in surface waters shall be at the discretion of the Engineer; for Lake Class Receiving Waters, turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) over background conditions; for Class AA and Class A Waters, turbidity shall not exceed 5 NTU over background The work shall be under the contractor's responsible turbidity when the background turbidity is 50 NTU care and charge. The contractor shall bear all loss and or less, or have more than a 10 percent increase in damage whatsoever and from whatsoever cause, except that turbidity when the background turbidity is more caused solely by the act of the Contracting Agency which may than 50 NTU; for other classes of waters, refer to occur on or to the work during the fulfillment of the contract. WAC 173-201-M. If any such loss or damage occurs, the contractor shall The term turbidity means the optical property immediately make good any such loss or damage, and in the of sample demonstrating the scattering and event of the contractor refusing or neglecting to do so, the absorption or fight caused by suspended material as ' Contracting Agency may, itself or by the employment of some expressed in Nephelometric Turbidity Units and other person, make good any such loss or damage, and the measured with a calibrated turbidimeter. cost and expense of so doing shall be charged to the Discharges to M State waterway caused by contractor. aggregate washing, drainage from aggregate pit sites, and stockpiles or dewatering of pits and Page-SP-13 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public excavations shall not increase the existing turbidity by the Contractor without interruption of service by of the receiving waters. the use of temporary sewer bypasses. In addition, Turbid water from the Project Site shall be the excavated materials adjacent to and around a treated before being discharged into stream or other rupture of a sanitary sewer fine shall be removed , State waters. Turbidity may be removed by the use from the Project Site and deposited into refuse of lagoons or holding ponds, settling basins, trucks for haul to a sanitary fill site. Equipment and overflow weir, polymer water treatment, tools in contact with the above materials shall be ' discharging to ground surface, by percolation, washed by pressure water lines and the attendant evaporation or by passing through gravel, sand or wash water discharged into a sanitary sewer line for Fiber filters. transmission to a sewage treatment plant. 4. Erosion Control: Temporary erosion control shall be exercised by minimizing exposed areas and slopes 1-07.16 Protection and Restoration of Property until permanent measures are effective. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. Other alternative 1-07.16(1) Private/Public Properly methods for erosion control under certain situations The Contractor shall protect private or public property on or may include netting, mulching with binder, and in the vicinity of the work site. The Contractor shall ensure that seeding. it is not removed, damaged, destroyed, or prevented from being Should rutting and erosion occur the used unless the contract so specifies. ' Contractor shall be responsible for restoring Property includes land, utilities, trees, landscaping, damaged areas and for clean-up of eroded material improvements legally on the right-of-way, markers, monuments, including that in ditches, catch basins, manholes, buildings, structures, pipe, conduit, sewer or water lines, signs, , and culverts and other pipes. and other property of all description whether shown on the plans 5. Chlorine Residual: Water containing chlorine or not. residual shall not be discharged directly into storm If the Engineer requests in writing, or if otherwise drains, streams, or State waters. Chlorine water necessary, the Contractor shall install protection, acceptable to , may be discharged into sanitary sewers or disposed the Engineer, for property such as that listed in the previous on land for percolation- Chlorine residual may be paragraph. The Contractor is responsible for locating all property reduced chemically with a reducing agent such as that is subject to damage by the construction operation. sodium thiosulphate. Water shall be periodically If the Contractor (or agents/employees of the Contractor) , tested for chlorine residual. damage, destroy, or interfere with the use of such property, the 6. Vehicle and Equipment Washing: Water used for Contractor shall restore it to original condition. The Contractor washing vehicles and equipment shall not be allowed shall also halt any interference with the property's use. If the to enter storm drains, streams or other State waters Contractor refuses or does not respond immediately, the unless separation of petroleum products, fresh Engineer may have such property restored by other means and concrete products or other deleterious material is subtract the cost from money that will be or is due the accomplished prior to discharge. Detergent solution Contractor. ' may be discharged into sanitary sewers or allowed The Contracting Agency will obtain all easements and to be held on the ground for percolation. A franchises required for the project. The contractor shall limit recirculation system for detergent washing is his operation to the areas obtained and shall not trespass on recommended. Steam cleaning units shall provide a private property. , device for oil separation. The Contracting Agency may provide certain lands, as 7. Oil and Chemical Storage and handling: Handling indicated in connection with the work under the contract and storage of oil and chemicals shall not take place together with the right of access to such lands. The ' adjacent to waterways. The storage shall be made in contractor shall not unreasonably encumber the premises dike tanks and barrels with drip pans provided with his equipment or materials. under the dispensing area. Shutoff and lock valves The contractor shall provide, with no Liability to the shall be provided on tanks. Shutoff nozzles shall be Contracting Agency, any additional land and access thereto provided on hoses. Oil and chemicals shall be Dot shown or described that may be required for temporary dispensed only during daylight hours unless the construction facilities or storage of materials. Ile shall dispensing area is properly lighted. Disposal of construct all access roads, detour roads, or other temporary waste shall not be allowed on oil and chemical spills. work as required by his operations. The contractor shall ' Fencing shall be provided around oil storage. Locks confine his equipment, storage of material, and operation of shall be provided on valves, pumps,and tanks. his workers to those areas shown and described and such 8. Sewage: If a sanitary sewer line is encountered and additional areas as he may provide. ' repair or relocation work is required, the A. General. All construction work under this contract on Contractor shall provide blocking and sealing of the eas®eats, right-or-way, over private property or franchise, sanitary sewer line. Sanitary sewer Dow shall be shall be confined to the limits of such easements, right-or-way or franchise. All work shall be accomplished so as to cause pumped out, collected, and hauled by tank truck or the least amount of disturbance =it a minimum amount of pumped directly to a sanitary system manhole for damage. The contractor shall schedule his work so that discharge. The existing sewers shall be maintained trenches across easements shall not be left open during Page-SP-14 Revision Date: January 20, 1992 ' ' 1-07 legal Relations and Responsibilities to the Public weekends or holidays and trenches shall not be open for more the Contractor shall immediately notify the Engineer in than 48 hours, writing, B. Structures. The contractor chap remove inch existing Any authorized agent of the Contracting Agency or utility structures air may be necessary for the performance of the ' work and, if required, shall rebuild the structures thus owners may enter the highway right-of-way to repair, rearrange,removed in as good a condition as found. He shall also alter, or connect their equipment. The Contractor shall cooperate repair all existing structures which may be damaged as a with such efforts and shall avoid creating delays or hindrances to result of the work under this contract. those doing the work. As needed, the Contractor shall arrange to C, Fa Ments. Cultivated areas and other surface coordinate work schedules. improvements. All cultivated arras, either agricultural or To ease or streamline the work, the Contractor may desire lawns, and other surface improvements which are damaged to ask unlit owners to move, remove, or alter their equipment th by actions h the contractor shall be restored as Dearly as ways other those listed in the plans or special rovisions. possible to Weir original condition. Y p pee p Prior to excavation on an easement or private right-of-way, The Contractor shall make the arrangements and pay all costs the contractor shall strip top soil from the trench or that arise from them. construction area and stockpile it in such a manner that it In some cases, the plans or special provisions may not show may be replaced by him, upon completion of construction. all underground facilities. If the work requires these to be Ornamental trees and shrubbery shall be carefully removed moved, the Engineer will provide for other forces to move them with the earth surrounding Weir roots wrapped in burlap and or issue a written change order requiring the Contractor to do so replanted in War original positions within 48 hours. g er req g All shrubbery or trees destroyed or damaged, shall be as provided in Section 1-04.4. replaced by the contractor with material of equal quality at All costs required to protect public and private utilities as no additional cost to the Contracting Agency. In the event provided in this section shall be at the Contractor's expense. that it is necessary to trench through say lawn area, the sod When others delay the work through late removal or relocation shall be carefully cut and rolled and replaced after the of any utility or similar facility, the Contractor's loss of time will 1 trenches have been backfilled, The lawn area shall be be adjusted by extending contract time ink m with Section I- cleaned by sweeping or other means,of all earth and debris. keeping The contractor shall use rubber wheel equipment similar to 08.8. the small trac(or-type backhoes used by side sewer If the contract provides notice that utilities will be adjusted, contractors for all work, including excavation and backfdl, relocated, replaced, or constructed during the prosecution of the ' on easements or rigbtsof- way which bale lawn areas. All work, the Contractor shall carry out the work in a way that will fences,markers,mail boxes,or other temporary minimize interference and delay for all forces involved. Anv obstacles shall be removed by the contractor and immediately costs resulting from the coordination and prosecution of the replace, after the trench al backfinotif)lled,the in thine original work regarding utility adjustment, relocation, replacement, ' position. The contractor shall notify the Contracting Agency and property Owner al trig 24 hours in advance of any or construction shall be at the Contractor's expense as work done on easements or rights-of-way. provided in Section 1-05.14. Damage to existing structures outside of easement areas that Pursuant to RCW 19.122,an act relating to underground may result from dewaleriag and/or other construction utilities and prescribing penalties, the Contractor shall: activity under this contract shall be restored to their original 1. cap the utilities underground location center for field condition or better. The original condition shall be location of the utilities; established by pholographs taken and/or inspection made ' prior to conslructiou. All such work shall be done to the Call Before You Dig satisfaction of the property Owners and the Contracting Agency at the expense of the ill contractor. The 48 Hour Locators D. reefs. 71e contractor will assume all responsibility of restoration of the surface of all streets (travelled ways) used 1-800-424-5555 by him if damaged. In the event the contractor dos not have labor or material and immediately available to make necessary repairs, the a contractor 2. not begin excavation until all known underground shallanyinform the Contracting Agency. The ' Contracting Agency will make the necessary repairs and the facilities in the vicinity of the proposed excavation cost of such repairs shall be paid by the contractor, have been located and marked. The contractor is responsible for identifying and Location and dimensions shown on the Plans for existing documenting any damage that is pre-existing or caused by facilities are in accordance with available information without others. uncovering, measuring, or other verification, If a utility is known or suspected of having underground facilities within 1-07.17 Utilities and Similar Facilities the area of the proposed excavation, and that utility is not a subscriber to the utilities undergrouad location center then The Contractor shall protect all private and public utilities the Contractor shall give individual notice to that utility. from damage resulting from the work. Among others, these If, in the prosecution of the work, it becomes necessary utilities include: telephone, telegraph, and power lines; sewer to interrupt existing surface drainage, sewers, underdrains, ' and water lines; railroad tracks and equipment; and highway conduit, utilities, similar underground structures, or parts lighting and signing systems. thereof, the contractor shall be responsible for, and shall If the work requires removing or relocating a utility, the lake all necessary precautions to protect and provide contract will assign the task to the Contractor or the utility temporary services for same. owner. When this task is assigned to the utility owner, and The contractor shall, at his own expense, repair all work is not complete before the Contractor begins his work, damage to such facilities or structures due to this construction Page-SP-15 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public operation to the satisfaction of the City; except for City owned facilities which will be repaired by the utility Be destrwetiex; department at contractor's expense, or by the contractor as 4 , directed by the City. „____as L:_1L__ :__..___ _.y L_ held mble _A_any marker's e8R4f.ensaiien, HHeinflaymeHo 1-07.18 Public Liability and Property Damage Insurance r lit , e to RGV,48. f- � (i the-insufedt (2L) . ...e...b_ .. Bodily ^.Iv,rJ�Liability, ,+,e.u...rb- Peat s4hieh the immured or an� of its :FAd ___..__. .0 i44 Pay _ behalf of L_ insured _ Of I :_L' 1__t _ µ , i, s i n')• is 138A..i :,'.uf. PfApe i) DaiiaT'c'--due lm-V'w ,, Pie . . . tef 9W m A L _ GOHIMAOF _ 1Beidental--08MMei 0 (� expenses (ef ftfst a and..f the (h) _ flee'--- ---_ -- _,� �.- � .»..,:.: .,.f ..._ HS F_., ....... ... in -`...ee.' ' t f.•L_ __- ._..__. 4 ""' fae _, ._..� Y . . ..._ % Pie _. fl . 1 and theeempalt5 Aa:;-„Q.Pme-pith!-a„_ fir`preperl� Damage ' r '1___•'_.no of _ ___ ___ _A __ f_t__ Professional Sep iees Bf an engineer, e �raudulent. psunjqer J L f •lie I' .. " _ designs, Y r __T W..l of the 29n,-_1 .[,Vt4T•_1TSirzfe, payment of judgffiefl�s or settle ite its. r ' ._I:.._ ........ .ayv'ty . .r u...w,-w t "iaifybe _b _ _ __ __ __A _A__ _ ' �ef' no! been ph)sieail� injured or destre5ed re&o" i�- to Bodily ll�ury or property Damage eaeurriRg ke+fr behalf�" agree ment-ef ec is 44 _ _ r _ ____ __ s 'ed by, rented to, or iegistviei lnseeeet-WMP8r8Fii5 used as a swbsfkd�e fo a H Hei Bui this eiiel"siem (4E) laps mej appiy ta less ef use ef , Page-SP-16 ' Revision Date: January 20, 1992 1-07 legal Relations and Responsibilities to the Public Sri 11 IOPgOR Other .L- -n '-- _.A A1.me heMede related 6�erela Fteeh of ihe fe!18 king +9 an insured under this maiiee te 64e Seerewr) a. 08%erage! !he Slaie of Washington, its effieers, and The annownt OF es%erage let the Gentroeier and the State efflplsY ONO. shall in _:L__ _ ___ be __ 1089 U__ _ Single vM:, 0 ' 1 Limits-OF brebility de mega per'aeeuerenea r. P IP .a_:m_ or suits brought on __,._...., ..f L..AI.. . 1:_v :0 is ,:_:._a as f_n_..8 Aks seen as possible, bui not laier than 6% dew fer khe iniiial 1 ...1lim8f f.._ al 1 I Ql ' egraemem 1-07.18(1) General The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved change arisingof mn6mwaus or rep&aied ejepes"-" by the Contracting Agency. Insurance shall provide coverage to subabantiall) the some general eaed t one shall b to the Contractor, all subcontractors, and the Contracting considered as orising B-I Of site 60emple lee, Agency. The coverage shall protect against claims for a personal injuries,including accidental death,as well as claims for property damages which may arise from any act or a- imse of prom sea: omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. eenq�ftel en or d The Contractor shall forward to the Contracting Agency adjoeem ie a railread-; the original policy, or endorsement obtained, to a e- Contractor's policy currently in force as specified in section 1-03.2 and 1-03.3 herein. Failure or the Contractor to fully comply during the term 9 deiroelk of the Contract with the re quirements described herein will rale%ater maintemonee agreemeni. be considered a material breach of contract and shall be ' cause for immediate termination of the Contract at the option of the Contracting Agency. eenneetiBn Wierewith Page•SP-17 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public I-07,18(2) Coverages 1-07.20 Patented Devices, Materials, and Processes The Contractor shall secure commercial, general liability arising on an ISO 1986 form or equivalent with the general The Contractor shall assume all costs aggregates applying separately per project. Coverage shall patented devices, materials, or processes usseded from the use of oon or incorporated n include premises and operations, explosion, collapse and in the work, and agrees to indemnify, defend, and save harmless underground hamrds, products/completed operations, the libale, Gemffii The Contracting Agency, and contractual liability, broad form property damage, their duly authori2ed agents and employees from all actions of independent contractors, personal injuryladvertising injury my nature for, or on account of the use of any patented devices, and stop gap liability. Additionally, the Contractor shall materials, or processes. secure comprehensive automobile liability coverage including all owned, non-owned and hired vehicles. The Contracting 1-07.22 Use of Explosives Agency shall be specifically named as an additional insured When using explosives, the Contractor shall use the utmost on all policies and requires a minimum of 30 days written care to protect fife and property, to prevent slides, and to leave ' notice be given to the Contracting Agency prior to the undisturbed all materials outside the neat lines of the cross- cancellation or material change of any policy. section. As part of the response to this proposal, the Contractor All explosives shall be stored securely as required by ah shall submit a completed Insurance Information Form which laws and ordinances that apply. Each storage place shall be ' specifies specific coverages and limits for this contract. clearly marked: "Dangerous - Explosives." No explosivc, shall All coverages provided by the Contractor shall be in a be left unprotected along or near any existing highway. form, and underwritten by a company acceptable to the If public utilities or railroads own equipment near the blast Contracting Agency. Carriers shall normally have a site, the Contractor shall notify the owners of the location, date, , minimum A.M. Best Rating of A XII, The Contractor shall time, and approximate duration of the blasting. This notice shall furnish copies of the declarations pages of relevant insurance be given sufficiently in advance to enable all owners to take any policies to the Contracting Agency within 20 days of award of steps as they deem necessary to protect their property from , the contract as specified in section 1-03.2 and 1-03.3 herein, injury. 1 ry Blasting near proposed structures shall be completed before 1-07.18(2)B Special work on them begins. If the contract requires working over water, the Explosives shall not be used without specific authority of , following additional coverages are required: the Engineer, and then only under such restrictions as may a. Watercraft,owned and non-owned be required by the proper authorities. Explosives shall be b. U.S. flarborworkers'/Longshoremen and Jones handled and used in strict compliance with WAC 296-52 and Act such local laws, rules and regulations that may apply. The Other additional coverages that may be required will be individual in charge of the blasting shall have a current listed in the Special Provisions. Washington State Blaster Users License. When the use of explosives is necessary for the The Contractor shall obtain, comply with, and pay for ' prosecution of the Work, the Contractor's insurance shall such permits and costs as are necessary in conjunction with contain a special clause permitting blasting. blasting operations. When the use of explosives is necessary for the 1-07.18(3) Limits prosecution of the Work, the Contractor's insurance shah ' a. All coverages combined single limit: contain a special clause permitting the blasting. $1,000,000 per occurrence, no deductible; It. comprehensive automobile liability coverage 1-07.23 Traffic Control , including all owned, non-owned and hired vehicles in the amount of $1,000,000 combined single limit. 1-07.23(l) Public Convenience and Safety Providing coverage in these stated amounts shall not be The Contractor shall conduct all operations with the least ' con an construed to relieve the Contractor from liability in excess of possible obstruction d inconvenience to the public. The such limits. Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due 1-07.18(4) Evidence of Insurance regards to the rights of the public. To the extent possible, the ' The Contractor shall provide evidence of insurance by Contractor shall finish each section before beginning we on the the following methods within 20 days of award of the next. contract as specked in section 1-03.2 and 1-03.3 herein. To disrupt public traffic as little as possible, the Contractor ' 1. Complete and submit the Insurance Information shall (unless the special provisions state otherwise): Form provided. 1. Permit traffic to pass through the work with the least 2. Submit copies of the non proprietary declarations possible inconvenience or delay, pages of all required insurance policies. 2. Maintain existing roads and streets that lie next to or ' inside the project limits, keeping them open and in good, safe condition at all times, Page-SP-18 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public 3. Remove or repair any condition resulting from the 1. Drop-offs up to 0.20 foot, unless otherwise ordered by work that might impede traffic or create a hazard,and the Engineer, may remain exposed with appropriate 4. Keep existing traffic signal and highway lighting warning signs alerting motorists of the condition. ' systems in operation as the work proceeds. (The 2. Drop-offs more than 0.20 foot that are in the traveled Contracting Agency will continue the routine way or auxiliary lane will not be allowed unless maintenance on such systems.) protected with appropriate warning signs and further To protect the rights of abutting property owners, the protected as indicated in 3b or 3c below. Contractor shall: 3. Drop-offs more than 0.20 foot, but no more than 0.50 1. Conduct the construction so that the least foot, that are not within the traveled way shall be inconvenience as possible is caused to abutting protected with appropriate warning signs and further property owners, protected by having one of the following: 2. Maintain ready access to driveways, houses, and a. A wedge of compacted stable material placed at a buildings along the line of work, slope of 4:1 or flatter. 3. Provide temporary approaches to crossing or b. Channelizing devices (Type 1 barricades, plastic intersecting roads and keep these approaches in good safety drums, or other devices 36 inches or more condition,and in height)placed along the traffic side of the drop- 4. Provide another access before closing an existing one off and a new edge of pavement stripes placed a whenever the contract calls for removing and replacing minimum of 3 feu from the drop-off. The an abutting owner's access. maximum spacing between the devices in feu shall S. The contractor shall he responsible for controlling be twice the posted speed in MPH. Pavement dust and mud within the project limits and on any drop-off warning signs shall be placed in advance street which is utilized by his equipment for the and throughout the drop-off treatment. ' duration of the project. The contractor shall be C. Temporary concrete barrier or other approved prepared to use watering trucks, power sweepers, barrier installed on the traffic side of the drop-off and other pieces of equipment as deemed necessary with 1 foot between the drop-off and the back of by the engineer,to avoid creating a nuisance. the barrier and a new edge of pavement stripe a Dust and mud control shall be considered as minimum of 2 feet from the face of the barrier. An incidental to the project, and no compensation will approved terminal, flare, or impact amenuator will be made for this section. be required at the beginning of the section. For Complaints of dust, mud or unsafe practices andlor night use, the barrier shall have standard property damage to private Ownership will be delineation such as paint, reflective tape, lane transmitted to the contractor and prompt action in markers,or warning lights. correcting them will be required by the contractor. 4. Drop-offs more than 0.50 foot not within the traveled When traffic must pass through grading areas, the way or auxiliary lane shall be protected with Contractor shall: appropriate warning signs and further protected as 1. Make cuts and fills that provide a reasonably smooth, indicated in 3a, 3b, or 3c if all of the following even roadbed, conditions are met: 2. Place, in advance of other grading work, enough fill at a. The dropoff is less than 2 feet. all culverts and bridges to permit traffic to cross, b. The total length throughout the project is less than 3. Make roadway cuts and fills, if ordered by the 1 mile. ' Engineer, in partial-width lifts, alternating lifts from c. The drop-off does not remain for more than three side to side to permit traffic to pass on the side opposite working days. the work, d. The drop-off is not present on any of the holidays 4. Install culverts on half the width of the traveled way, listed in Section 1-08.5,and ' keeping the other half open to traffic and unobstructed e. The drop-off is only on one side of the roadway. until the rust half is ready for use, 5. Dro"ffs more than 0.50 foot that are not within the 5. After rough grading or placing any subsequent layers, traveled way or auxiliary lane and are not otherwise prepare the final roadbed to a smooth, even surface covered by No. 4 above shall be protected with (free of humps and dips) suitable for use by public appropriate warning signs and further protected as traffic, and indicated in 3a or 3c. 6. Settle dust with water, or other dust palliative, as the 6. Open trenches within the traveled way or auxiliary lane Engineer may order. shall have a steel-plate cover placed and anchored over If grading work is on or next to a roadway in use, the them. A wedge of suitable material, if required, shall Contractor shall finish the grade immediately after rough grading be placed for a smooth transition between the pavement and place surfacing materials as the work proceeds, and the steel plate. Warning signs shall be used to alert ' The Contractor shall conduct all operations to minimize any motorists of the presence of the steel plates. drop-offs (abrupt changes in roadway elevation) left exposed to The Contractor shall be-responsible for providing adequate traffic during nonworking hours. Unless otherwise specified in safeguards, safety devices, protective equipment, and any other the Traffic Control Plan, drop-offs left exposed to traffic during needed actions to protect the life, health,and safety of the public, nonworking hours shall be protected as follows: and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any Page-SP-19 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public measures or actions the Engineer may deem necessary to protect 10. Promptly removing or covering all nonapplicable the public and property. The.responsibility and expense to signs during periods when they are not needed. provide this protection shall be the Contractor's except that If no bid item "Traffic Control" appears in the proposal which is to be furnished by the Contracting Agency as specified than all work required by these sections will considered ' in other sections of these Specifications. incidental and their cost shall be included in the other items of work. 1-07.23(3) Flagging, Signs, and All Other Traffic If the Engineer requires the Contractor to fumish additional ' Control Devices channclizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the 1-07.23(3)A General maintenance and protection of traffic, then a new item or items The Contractor shall provide flaggers, signs, and other my be established to pay for such items. Further limitations for traffic control devices not otherwise specified as being furnished consideration of payment for these items are that they are not by the Contracting Agency. The Contractor shall erect and covered by other pay items in the bid proposal, they arc not maintain all construction signs, warning signs, detour signs, and specified in the Special Provisions as incidental, and the other traffic control devices necessary to warn and protect the accumulative cost for the use of each individual channelizing public at all times from injury or damage as a result of the device, piece of equipment, or service must exceed $200 in total Contractor's operations which may odcur on highways, roads, or cost for the duration of their need. In the event of disputes, the streets. No work shall be done on or adjacent to the roadway Engineer will determine what is usually anticipated by a prudent , until all necessary signs and traffic control devices are in place. contractor. The cost for these items will be by agreed price, When the bid proposal includes an item for "Ma menenee price established by the Engineer, or by force account. and-Prekeeiien-ei-Traffic Control," the work required for this Additional items required as a result of the Contractor's item shall be: modification to the traffic control plan(s) appearing in the ' 1. Furnishing and maintaining barricades, flashers, and contract shall not be covered by the provisions in this paragraph. other channeliration devices, unless a pay item is in the If the total cost of all the work under the contract increases bid proposal for any specific device and the Special or decreases by more than 25 percent, an equitable adjustment will be considered for the item 'Maimemanee and 1 rotee ian -' Provisions specify famishing, maintaining, and payment in a different manner for that device; Traffic Control"to address the increase or decrease. 2. Furnishing supervisory personnel for all traffic control Upon failure of the Contractor to immediately provide Labor; flaggcrs; erect, maintain, and remove signs; or provide, erect, �- 3. Furnishing any necessary vehicle(s) to set up and maintain, and remove other traffic control devices when ordered remove the Class B construction signs and other traffic to do so by the Engineer, the Contracting Agency may, without control devices; further notice to the Contractor or the Surety, perform any of the d. Furnishing labor and vehicles for patrolling and above and deduct all of the costs from the Contractor's ' maintaining in position all of the construction signs and payments. the traffic control devices, unless a pay item is in the The Contractor shall be responsible for providing adequate bid proposal to specifically pay for this work; and flaggers, signs, and other traffic control devices for the 5. Furnishing labor, material, and equipment necessary protection of the work and the public at all times regardless of , for cleaning up, removing, and replacing of the Whether or not the flaggers, signs, and other traffic control construction signs and the traffic control devices devices are ordered by the Engineer, furnished by the destroyed or damaged during the life of the project. Contracting Agency,or paid for by the Contracting Agency. The ' 6. Removing existing signs as specified or a directed by Contractor shall be liable for injuries and damages to persons The engineer and delivering to the City Shops or and property suffered by reason of the Contractor's operations or storing and re-installing as directed by the Engineer. any negligence in connection therewith. 7. Preparing a traffic control plan for the project and ' designating the person responsible for traffic control 1-07.23(3)C Traffic Control Plains at the work site. The traffic control plan shall The traffic control plan or plans appearing in the contract include descriptions of the traffic control methods plans show a method of handling traffic. The Contractor shall and devices to be used by the prime contractor, and designate and adopt in writing the specific traffic control plan or ' subcontractors, shall be submitted at or before the plans required for their method of performing the work. If the preconstruction conference, and shall be subject to Contractor's methods differ from the contract traffic control review and approval of the Engineer. plan(s), the Contractor shall propose modification of the traffic 8. Contacting police, fire, 911, and ambulance services control plants) by showing the necessary construction signs and to notify them in advance of any work that will other traffic control' devices required for the project. The affect and traveled portion of a roadway. Contractor's letter designating and adopting the specific traffic 9. Assuring that all travelled portions of roadways are control plan(s) or any proposed modified plan(s) shall be ' open to traffic during peak traffic periods, 6:30 a.m. submitted to the Engineer for approval at least ten ealendae two to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as working days in advance of the time the signs and other traffic specified in the special provisions, or as directed by control devices will be required. The contractor shall be the Engineer. responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Page-SP-20 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public contractor shall continuously evaluate the operation of the throughout the construction osduring a major phase of the work. traffic control plan and take prompt action to correct any Thcy arc mounted on posts, existing fixed structures, or problems that become evident during operation. substantial supports of a semi-pern tocnl nature. Class B construction signs are those signs that arc placed and removed 1-07.23(3)E Traffic Control Labor daily, or are used for short durations which may extend for one The Contractor shall furnish all personnel for flagging and or more days. They are mounted on portable or temporary for the setup and removal of all temporary traffic control devices mountings. If it is necessary to add weight to the signs for and construction signs necessary to control traffic during stability, only a bag of sand that will rupture on impact shall be construction operations. Flaggers shall have a current used. The bag of sand shall have a maximum weight of certification (flagging card) from the State Department of Labor 40 pounds and shall be suspended no more than 1 foot from the and Industries (WAC 296-155-305). Employees of the Contractor ground. In the event of disputes, the Engineer will determine if a engaged in flagging or traffic control shall wear reflective vests construction sign is considered as a Class A or B construction and hard hats. The vests and hard hats shall be maintained by the sign. Contractor in a neat, clean, and presentable condition.--9 When Class A or B construction signs arc required, the work to provide these signs shall be: 1. Furnishing, removing, and disposing of the posts or supports for the signs; ' es"d rian to the Engineer, of 2. Initial acquisition from the Engineer and ultimate return shag ed for - _ to the Engineer of the required Contracting Agency- furnished signs; Any such apparel or 3. Initial installation and subsequent removal of both Class ' equipment which is necessary or desirable to protect workers A and B construction signs; engaged in other activities will be the Contractor's responsibility. 4. Furnishing labor and materials for maintaining the When the bid proposal includes an item for "Traffic Control signs in a clean and presentable condition; and Labor," the work covered by this item shall be.limited to the 5. All other incidentals necessary for providing Class A or ' labor required for flagging and for handling the Class B B construction signs according to the approved traffic construction signs and other temporary traffic control devices control plan(s). only for: wet;an 1 1. Set up and removal on the site of the work, 2. Relocation to and from temporary storage, provided m6re .v.._ ___ ,_-_ on, L_.%e _-, - sign . ., be _„-_ that the temporary storage is on, or reasonably near enough to be considered,the site of work, and , 3. Relocation on the site of work, provided that, the new locations are in accordance with the contract plans, approved traffic control plan, or the orders of the Engineer. The hours eligible for "Traffic Control Labor" will be those pre ided for :- 8__6__ , 07 23(3)E T-_rr_ -,--, , _,.-_ All hours actually used for the previously described work. The labor ether costs for the work to provide Goss construction signs to perform the work for "Maintenance and Protection of Traffic' shall be included in the unit contract price for the various other is specifically excluded from this work. items of the work in the bid proposal,or be included in "Traffic Control", Lump Sum. 1-07.23(3)F Construction Signs Signs, posts, or supports that are lost, stolen, destroyed, or AB signs required by the approved traffic control plan(s) as which the Engineer deems to be unacceptable, while their use is well as any other appropriate signs prescribed by the Engineer required on the project, shall be replaced by the Contractor will be furnished by the Genimating-Agency Contractor. The without additional compensation. Contractor shall erect them on posts or supports and maintain them in a clean, meal, and presentable condition until the 1-07.23(4) One-Way Piloted Traffic Control ' necessity for them has ceased. All nonappheable signs shall be Through Construction Zone removed or coveted with either metal or plywood during.periods The construction sometimes requires that traffic be when they arc not needed. When the need for any of these signs maintained on a portion of the roadway during the progress of has ceased, the Contractor, upon approval of the Engineer, shall the work using one-way piloted traffic control. If this is the case, take down these signs, posts, or supports. All posts or supports the Contractor's operation shall be confined to one-half the shall be removed from the project and shall remain the property roadway,permitting traffic on the other half. If, in the opinion of of the Contractor. The Contracting Agency-furnished signs shall the Engineer, one-way piloted traffic control is necessary, it shall ' be returned to the Engineer in good condition. All such signs be provided for in one of the following manners: lost, damaged, or destroyed shall be replaced by the Contractor in kind at the Contractor's expense or their value will be s' r The -- - e n9lAreney "' '' M sh ,c_ eas deducted from the Contractor's payments. le ibe t , " " Construction signs will be divided into two classes. Class A of!he Pilot ear GoMpel area and �*14 fiiirnish a pilot ear and construction signs are those signs that remain in service " W •--fAe threUgh the ftMRr akll _ L__ ' Page-SP-21 Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public ' construction, 'irrespective of whether or not the termini of the detour arc within the limits of the contract. oaa.ia+r-3 07 23(2)£ '' .M. ^—'--' Labor, If he 3. The initial point of entry to or crossing of the public road system from Contracting Agency-furnished ' quarry, pit, borrow,or waste sites, or from Contracting Agency-fumishcil haul roads serving those sites, when Genteel- outside the limits in I above. , Contractor-Furnished One-Way Piloted Traffic Control. No payment will be made to the Contractor for traffic The Contractor shall furnish the pilot car(s)and drivcr(s) for control items required in connection with the movement of the pilot car control area. Any necessary Daggers shall be equipment or the hauling of materials outside the limits of 1, 2, fumished by the Contractor and 3 above. The provisions of Section 1-04.6 will not apply to any traffic When the bid proposal includes an item for "Contractor control or traffic control items. However, the item -Maimeneiee Piloted Traffic Control," measurement and payment will be a -Preteelien-eF Traffic Control" will be considered for an , as provided in Section 1-07.23(5). equitable adjustment only when the total contract price increases When the bid proposal does not include such an item or decreases by more than 25 percent. and the Engineer deems it appropriate to control traffic in The measurement and payment for the items included in the this manner, the method of calculating payment will be the bid proposal for traffic control costs incurred within the limits of , same as provided in Section 1-07.23(5) for "Contractor 1, 2, and 3 above will be made to the Contractor by the Piloted Traffic Control" after the quantity for that item Contracting Agency as described below or as described in the exceeds the quantity in the bid proposal. Special Provisions. As conditions permit, the Contractor shall, at the end of , each day, leave the work area in such condition that it can be 1-07.23(5)B Measurement traveled without damage to the work, without danger to traffic, 1. No specific unit of measurement will apply to the lump and without one-way piloted traffic control. The Engineer will be sum item of traffic , the sole judge as to whether or not piloting can be dispensed with control. after working hours. If piloting is required after working hours due to carelessness or negligence on the part of the Contractor to properly condition the work at the end of the day, such piloting 3, T affie eentral laber .. 11 be e hour fee a_ti costs shall be home by the Contractor. if the Contracting Agency is furnishing the piloting, the costs charged to the Contractor will Q;.233)E T-Mrr.,Gomm!",,;,: include the pilot car, the pilot car driver,and the two tlaggcm. 4- The Contractor shall be responsible for protection of the work and traffic at all times regardless of nagging and pilot car , services furnished by the Contracting Agency, and the Contractor shall be liable for damages and injuries suffered by ' reason of the Contractor's operations or any negligence in connection therewith. amprem%ill not be 1-07.23(5) Measurement and Payment for Traffic 1-07.23(5)C Payment ' Control 1. Traffic Control," lump sum. 1-07.23(5)A General The lump sum contract price shall be full pay for ' When the bid proposal does not include an item for any all costs not covered by other specific pay items in the necessary traffic control, all costs for traffic control shall be bid proposal for furnishing, installing, maintaining, and included, by the Contractor, in the unit contract price for the removing traffic control devices requited by the various other items of work in the bid proposal. The Contractor contract and as directed by the Engineer in , shall estimate these costs based on the Contractor's contemplated conformance with accepted standards and in such a work procedures. manner as to maximize safety, and minimize when traffic control items are included in the bid proposal, disruption and inconvenience to the public.. payment is limited to the following areas: Progress payment for the lump sum item ' 1. The entire construction area under contract and for a Traffic Control" will distance to include the initial warning signs for the be made as follows: beginning of the project and the end of construction a. When the initial warning signs for the beginning of sign. Any warning signs for side roads on the approved the project and the end of construction signs are traffic control plan are also included. If the project installed and approved by the Engineer,30 percent consists of two or more sections, the limits will apply to of the amount bid for the item will be paid. each section individua'11y. b. Payment for the remaining 70 percent of the ' 2. A detour provided in the plans or approved by the amount bid for the item will be paid on a prorated Engineer for by-passing all or any portion of the Page-SP-22 ' Revision Date: January 20, 1992 1-07 Legal Relations and Responsibilities to the Public ' basis in accordance with the tonal job progress as for "Add i __.A T__fr_ __ Leber" _L_ he ih determined by progress payments. ;L 'GoniffieIat Noted Treffie GORIfel" per hour. labor befere the stwaw45 meeeded the amount si,11 feMh The un i eentreet pr ce per hour shall be full ra� ai khe b d proposal (er the bid prapasal qua , wig be paid under the iWM for iraffie eemfel !Ober. &meant for the item 'A ' the area • , requ red for noon _\_1 be full __. far all ....-.._ r�e-f_—i__ :__ and kite abe p4et ear p4ui and _ 1 nZ 2anln ?;a n_.._'_g Zones .h_ va _ __l nae" __I r,._ _ _ 0' _,.1 in the Tr-flie CAiire" mill be paid at a rase es�ablished by Cen�faekng Agiam@j fum shad sigHm. GOMS�rueiiun a V"s Elie 06ffle 00 Asks Oa9ffi8fflE1Fi1j paid 13) the GOB! I 1-07.24 Rights of Way .. Al � .A _ Of.._. f.._ l,. _..__ elOd f eilk AAl l... __.. ' i . M ith...:.L C__. 4_ 1 IlC 01 IlC O 3 Street right of way lines, limits of easements, and limits of construction permits will be indicated on the Drawings. The Contractor's construction activities shall be confined nagging and for evaing, _ __A _e_....:_g ._fie within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency Will have obtained, prior to Sid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this will be noted in the Contract Documents or brought to the Coatractor's per hour rf._ __,_ 1 _�__- _hell met epweeattention by a duly issued Addendum. �.T r. , Whenever any of the Work is accomplished on or " Modified b) ahanse Order. Adl� hours ef work fee through property other than public right of way, the n___i__ __A for __ __ __ _ __a ___e iiig _.rr_ Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements will be included in the Contract Ffereafil (of the hid propose; quftmii� as modified b) Provisions or made 'available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, they will be so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to ' the sum of 6, 1b, aid le for O%erhead NO other fa the Contractor that the right of way or easement is available or that the right of entry has been received. if the Contractor Page-SP-23 Revision Date: Janttary 20, 1992 1-08 Prosecution and Progress is delayed due to acts of omission on the part of the Except for the 25 percent limit, agents shall meet the same ' Contracting Agency in obtaining easements, rights of entry or requirements as subcontractors. right of way,the Contractor will be entitled to an extension or The Engineer will approve the request only if satisfied with time. The Contractor agrees that such delay shall not be a the proposed subcontractor's record, equipment, experience, and , breach of contract. ability. Approval to subcontract shall not: Each property owner shall be given 48 hours notice prior 1. Relieve the Contractor of any responsibility to carry to entry by the Contractor. This includes entry onto out the contract, easements and private property where private improvements 2. Relieve the Contractor of any obligations or Lability ' must be adjusted. under the contract and the Contractor's bond, The Contractor shall be responsible for providing, 3. Create any contract between the Contracting Agency without expense or liability to the Contracting Agency, any and the subcontractor, or additional land and access thereto that the Contractor may 4. Convey to the subcontractor any rights against the , desire for temporary construction facilities, storage of Contracting Agency. materials, or other Contractor needs. However, before using The Contracting Agency will not consider as subcontracting: any private property, whether adjoining the Work or not, the (1) purchase of sand, gravel, crushed stone, crushed slag, ' Contractor shall file with the Engineer a written permission batched concrete aggregates, ready mix concrete, fabricated of the private property owner, and, upon vacating the structural steel, and any other materials supplied by established premises, a written release from the property owner of each and recognized commercial plants; or (2) delivery of these property disturbed or otherwise interfered with by reasons of materials to the work site in vehicles owned or operated by such ' construction pursued under this contract. The statement shall plants or by recognized commercial hauling companies. be signed by the private property owner, or proper authority The Contractor shall certify to the amounts paid to any acting for the owner of the private property affected, stating Disadvantaged, Minority, or Women's Business Enterprises that permission has been granted to use the property and all firms that were subcontractors or agents on the contract. This necessary permits have been obtained or, in the case of a certification shall be supplied with the Final Contract Voucher release, that the restoration of the property has been Certification on the form provided by the Engineer. satisfactorily accomplished. The statement shall include the If dissatisfied with any part of the subcontracted work, the parcel number, address, and date of signature. Written Engineer may request in writing that the subcontractor be releases shall be filed with the Engineer prior W Acceptance. removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work 1-08 Prosecution and Progress under the contract. ' 1-08.1(1) Precoristruction Conference 1-08.1 Subcontracting The Engineer will furnish the Contractor with up to 5 Work done by the Contractor's own organization shall copies of the Contract Documents, excluding the two fully account for at least 30 percent of the total original cost of the executed copies. Additional documents may be furnished upon request at the cost of reproduction. Prior to contract. Before computing this percentage, however, the undertaking each part of the Work the Contractor shall Contractor may subtract (from the ' Awarded Contract Price) the costs of any subcontracted work carefully study and compare the Contract Documents and check and verify on items the contract designates as specialty items. verify pertinent figures showy therein and all Work performed to meet the requirements for MBE and applicable field measurements. The Contractor shall W'BE utilization will be considered specially items. promptly report in writing to the Engineer any conflict, error The Contractor shall not subcontract work unless the or discrepancy which the Contractor may discover. Engineer approves in writing. Each request to subcontract shall After the Contract has been executed, but prior to the be on the form the Engineer provides. If the Engineer requests, Contractor beginning the Work, a precoostruction conference the Contractor shall provide proof that the subcontractor has the will be held between the Contractor, the Engineer, all ' experience, ability, and equipment the work requires. The subcontractors, utility department, quasi public utility Contractor shall require each subcontractor to comply with companies, and such other interested parties as may be section 1-07.9 and to furnish all certificates and statements invited' with time, place, and date to be determined after ' required by the contract. award of the contract. Subsequently, a representative of the Along with the request to sublet, the Contractor shall submit contractor will attend a weekly conference to review progress the names of any contracting firms the subcontractor proposes to and discuss any problems that may be incurred. The time, use as agents. Collectively, these agents shall not do work that place and date of these weekly meetings shall be established at ' the pre-construction conference. exceeds percent of the total amount subcontracted to a The purpose of the preconstruction conference will be: subcontractor. When a subcontractor a responsible for construction of a specific structure or structures, the following 1. To review the initial progress schedule; work may be performed by agents without being subject to the 2. To establish a working understanding among the , 25 percent limitation: various parties associated or affected by the Work; 1. Furnishing and drivingref piling,or 3. To establish and review procedures for progress 2. Furnishing and installing concrete reinforcing and post- payment, notifications, approvals,submittals,etc.; , tensioning steel. 4. To establish normal working hours for the Work; Page-SP-24 Revision Date: January 20, 1992 ' 1-08 Prosecution and Progress 5. To review safety standards and traffic control; and with regard to the Contract Time; and considering multiple 6. To discuss such other related items as may be work shifts as multiple working days with respect to Contract pertinent to the Work. Time even though the multiple shifts occur in a single 24-hour The Contractor shall prepare and submit at or prior to period. Assistants may include, but are not limited to, survey the preconstruction meeting the following: crews; personnel form the Contracting Agency's material 1. A breakdown of all lump sum items; testing lab; inspectors; and other Contracting Agency 2. A list of proposed subcontractors; employees when in the hopping of the Engineer, such work 3. A preliminary schedule of working drawing necessitates their presence. submittals; and 4. A list of material sources for approval if applicable, 1-08.1(3) Reimbursement for overtime work of The contractor shall notify The City of Renton at least 48 Contracting Agency Employees hours prior to commencing work. The same oolifications Where the Contractor elects to work on a Saturday, shall be provided to all emergency services, by dialing 911 Sunday,or other holiday,or longer than an 8-hour work shift from a phone with a Renton exchange telephone number, on a regular working day, as defined in the Standard and the school district when working within a roadway right- Specifications, such work shall be considered as overtime of-way. The contractor shall also notify property Owners work. On all such overtime work an inspector shall be adjacent to the construction area, indicating the duration present, and a survey crew may be required at the discretion and proposed time of access closure to their property at all of the Engineer. The Contractor shall reimburse the times. Contracting Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency ' 1-08.1(2) Hours of Work required to work overtime hours. Except in the case of emergency or unless otherwise The Contractor by these Specifications does hereby approved by the Contracting Agency, the normal straight authorize the Engineer to deduct such costs form the amount ' time working hours for the contract shall be any consecutive due or to become due him. 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break. The normal 1-08.30) Project Management Software straight time 8-hour working period for the contract shall be The City or Renton uses "Microsoft Project ver 3.0" to established at the preconstruction conference or prior to the prepare progress schedules and charts. The Contractor is Contractor commencing the Work. encouraged to submit the schedules required in section 1-08.3 If a Contractor desires to perform work on holidays, on disk in the "Microsoft Project ver 3.0" format. 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 1-08.4 Prosecution of Work Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 1:11 p.m, is not required. Such requests shall be submitted to .`, :W l ox:-A - -* •'h- eontmet e lomroeeql the Engineer no later than noon on the working day prior to A e , the day for which the Contractor is requesting permission to " diligen0y pHr erk •- work. ' Permission to work between the hours of 10:00 p.m, and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be areeirtei in ihe eeMreet- subject to noise control requirements. Approval to continue Notice to proceed will be given after the contract has work during these hours may be revoked at any time the been executed and the contract bond and evidence of Contractor exceeds the Contracting Agency's noise control insurances have been approved and filed with the Contracting regulations or complaints are received from the public or Agency . The Contractor shall not commence the Work until adjoining property owners regarding the noise from the the Notice to Proceed has been given by the Engineer. The Contractor's operations. The Contractor shall have no claim Contractor shall commence construction activities on the for damages or delays should such permission be revoked for Project Site within 10 days of the date specified in the Notice these reasons. to Proceed. The Work thereafter shall be prosecuted ' Permission to work Saturdays, Sundays, holidays or diligently to completion within the Contract Time. other than the agreed upon normal straight time working hours Monday through Friday may be given subject to 1-08.5 Time for Completion certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited The Contractor shall complete all contract work within the to: requiring the Engineer or such assistants as the Engineer number of"working days" stated in the special provisions or as may deem necessary to be present during the Work; extended by the Engineer in accordance with Section 1-08.8. Every day is a "working day"unless it is a Saturday,requiring the Contractor to reimburse the Contracting Y, a Sunday, Agency for the cost of salaries paid Contracting Agency a Y on which the contract specifically suspends work,or one of employees who worked during such times; considering the these holidays: January 1, e 6hi "- Work performed on Saturdays and holidays as working days wry` Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, Page-SP-25 Revision Date: January 20, 1992 Prosecution and Progress ' and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. 1-08.9 Liquidated Damages The day after Christmas shall be a holiday when Christmas , Day occurs on a Monday, Wednesday, or Thursday. When Time is of the essence of the contract. Delays inconvenience Christmas Day occurs on a Saturday, the two preceding the traveling public, obstruct traffic, interfere with and delay working days shall be observed as holidays. When commerce, and increase risk to highway users. Delays also cost Christmas day occurs on a Sunday, the two working days tax payers undue sums of money, adding time needed for , following shall be observed as holidays. administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to When any of those holidays falls on a Sunday, the following calculate the actual cost of delays, it has adopted the following Monday shall be counted a nonworking day. When the holiday formula to calculate liquidated damages for failure to complete a , falls on a Saturday, the preceding Friday shall be counted a contract on time. nonworking day. Accordingly, the Contractor agrees: Gentraet time shag begin on the firs! %er"ir da� folio h ii 1. To pay (according to the following formula) liquidated ' the i" __iend__ A_.. _a,._ rile .c_ Agame) damages for each working day beyond the number of working days established for completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the ' Contractor. _cr ,r.- - raet as :. __ __ c__v ._o 1h, LIQUIDATED DAMAGES FORMULA befere' ( let where: LD =Liquidated damages per working day (rounded to the nearest dollar). , C =Original contract amount. T —Original time for completion. u R.._ h- _. _ ___. Y OFIE is —_ - ed _ the _....-_. thatthe swell data led Praiesk in �hfit Period, 0;ie 08mrHeIRP shall �d , ram.._._.._.:_.. ...___.r has cai __A ..___,.._..._a ..__ and benefit of deemed as ha ing aeoert.d 'he wseffimt -a -e"eet- the )Each successive working day, beginning with the Notice ' to proceed Date and ending with the Actual Completion Date, ' shall be charged to the Contract Time as it occurs except a OHRIPHEI, th- --=---- — a--- he eentraot her - day or part of a day which is designated a non-working day by the Engineer. . For overruns in ' The Engineer will furnish the Contractor a weekly report contract time occurring after the date so established, the formula showing the number of working days charged against the for liquidated damages shown above will not apply. For overruns Contract Time for the preceding week, the number of in contract time occurring after the substantial completion date, working days specified for completion of the Work, the liquidated damages shall be assessed on the basis of direct number of working days remaining to complete the Work, engineering and related costs assignable to the project until the and the estimated Completion Date. This weekly report will date of actual completion of all the contract work.. The be correlated with the Contractor's current approved Contractor shall complete the remaining work as promptly as , progress schedule. If the Contractor elects to work 10 hours a possible. Upon request by the Project Engineer, the Contractor day and 4 days a week (a 4.10 schedule) and the fifth day or shall furnish a written schedule for completing the contract. the week in which a 4-10 shift is worked would ordinarily be Liquidated damages will not be assessed for any days for charged as a working day then the filth day of that week will which an extension of time is granted. No deduction or payment ' be charged as a working day whether or not the Contractor of liquidated damages will, in any degree, release the Contractor works on that day. from further obligations and liabilities to complete the entire The Contractor will be &lowed 14 calendar days from contract. the date of each report in which to file a written protest of an The liquidated damages do not include, and are in ' alleged discrepancy in the Contract Tune as repotted. To be addition to, damages from costs for inspection, supervision, considered by the Engineer, the protest shall be in sufficient legal expense, and court costs incurred beyond contract detail to enable the Engineer to ascertain the basis and completion date. The cost of additional inspection and ' amount of time disputed. Otberwise, the report will be supervision shall be an amount equal to actual salary cost deemed to have been accepted by the Contractor as correct. plus 100 percent for overhead. The Engineer will give the Contractor written notice of the completion date for all work the contract requires. That date shall 1-08.11 Contractor's Plant and Equipment , constitute the date of completion of the contract, but shall not imply the Seeretary Contracting Agency's acceptance of the The contractor alone shall at all times be responsible for work or the contract. the adequacy, efficiency, and sufficiency of his and his Page-SP-26 , Revision Date: January 20, 1992 1-09 Measurement and Payment subcontractor's plant and equipment. The Owner shall have 1. The words "For Structure," "For Concrete Barrier," the right to make use of the contractor's plant and "For Bridge," etc. with the intent of clarifying specific ' equipment in the performance of any work on the site of the use of the item;or work. 2. The words "Site (Site Designation)," with the intent of The use by the Owner of such plant and equipment shall clarifying where a specific item of work is to be be considered as extra work and paid for accordingly. performed. ' Neither the Owner nor the engineer assume any Modification of payment items in this manner shall in no responsibility, at any time, for the security of the site from way change the intent of the specifications relating to these items. the time contractor's operations have commenced until final Unless modified otherwise in the Contract Provisions,the acceptance or the work by the engineer and the Owner. The Bid Items listed or referenced in the "Payment" clause of contractor shall employ such measures as additional fencing, each Section of the Standard Specifications, will be the only barricades,and watchmen service, as he deems necessary for items for which compensation will be made for the Work the public safety and for the protection of the site and his described in or specified in that particular Section when the plant and equipment. The Owner will be provided keys for Contractor performs the specified Work. all fenced,secured areas. The words "Bid Item," "Contract Item," and "Pay Item," and similar tams used throughout the Contract 1-08.12 Attention to Work Documents are synonymous. If the "payment" clause in the Specifications relating to The contractor shall give his personal attention to and any, unit Bid Item price in the Proposal Form requires that shall supervise the work to the end that it shall be prosecuted said unit Bid Item price cover and be considered faithfully, and when he is not personally present on the work compensation for certain work or material essential to the site, he shall at all times be represented by a competent item, then the work or material will not be measured or paid superintendent who shall have full authority to execute the for under any other Unit Bid Item which may appear same,and to supply materials, tools,and labor without delay, elsewhere in the Proposal Form or Specifications. ' and who shall be the legal representative of the contractor. Pluralized unit Bid Items appearing in these The contractor shall be Gable for the faithful observance of Specifications are changed to singular form. any instructions delivered to him or to his authorized Payment for Bid Items listed or referenced in the representative. "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work 1-09 Measurement and Payment required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items 1-09.3 Scope of Payment are to be"furnished" under one payment item and "installed" The payment provided for in the contract shall be full under another payment item, such items shall be furnished payment to the Contractor for: FOB project site, or, if specified in the Special Provisions, ' 1. Furnishing all materials and performing all work under delivered to a designated site. Materials to be "furnished,"or the contract (including changes in the work, materials, "furnished and installed" under these conditions, shall be the or plans) in a complete and acceptable manner; responsibility of the Contractor with regard to storage until 2. Ail risk, loss, damage, or expense of whatever such items are incorporated into the Work or, if such items character arising out of the nature or prosecution of the are not to be incorporated into the work, delivered to the work;and applicable Contracting Agency storage site when provided for 3. All expense incurred resulting from a suspension or in the Specifications. Payment for material "furnished," but discontinuance of the work as specified under the not yet incorporated into the Work, may be made on monthly contract, estimates to the extent allowed. The payment of any estimate or retained percentage shall not relieve the Contractor of the obligation to make good any 1-09.6 Force Account ' defective work or materials. If the contract calls for work or materials to be paid for by Unless the plans and special provisions provide otherwise, force account, payment amounts will be determined as shown the unit contract prices for the various bids items shall be full below. payment for all labor, materials, supplies, equipment, tools, and I. For labor all other things required to completely incorporate the item into The Contracting Agency will reimburse the the work as though the item were to read "In Place." Contractor for labor and for supervision by foremen If the "Payment" clause in the specifications, for an item dedicated solely to the particular force account item of ' included in the proposal, covers and considers all work and work (but not for supervision by general material essential to that item,then the work or materials will not superintendents or general foremen). The Engineer will be measured or paid for under any other item which may appear compute the labor payment on the basis of these four elsewhere in the proposal or specifications. factors: Certain payment items appearing in these Specifications may a. Weighted Wage Rate. be modified in the plans and proposal to include: The Weighted Wage Rate combines: Page-SP-27 Revision Date: January 20, 1992 1-09 Measurement and Payment (1) the current basic wage and fringe benefits the the Engineer may determine the cost for all or part of , Contractor is required and has agreed to pay, the materials. When determined in this manner,the cost (2) Federal Insurance Compensation(FICA), will be the lowest current wholesale price from a (3) Federal Unemployment Tax Act (FUTA),and source that can supply the required quantity (including ' (4) State Unemployment Compensation Act delivery costs). (SUCA) The Contracting Agency reserves the right to A Weighted Wage Rate shall be computed for provide materials. In this case, the Contractor will each classification of labor used. This rate receive no payment for any costs, overhead, or profit. , shall reflect the Contractor's actual cost. It 3. For Equipment shall neither exceed what is normally paid The approval of the Engineer shall be required for to comparable labor nor fall below the the selection of machine-power tools or equipment , minimum required by Section 1-07.9. If prior to their use on force account. the Engineer authorial overtime, the The payment for any machine-power tools or Weighted Wage Rate shall be determined equipment shall be made according to the current on the same basis. AGCAVSDOT Equipment Rental Agreement which is , b. Travel Allowance and Subsistence. in effect at the time the force account is authorized. This includes the actual costs of allowances for The rates as set forth in the Rental Rate Blue Book (as travel or subsistence paid to employees in the modified by the current AGC/WSDOT Equipment mum of their work on the item. This Rental Agreement) are the maximum rates allowable ' reimbursement will be made only if such for equipment of modem design and in good working allowances are required by a regional labor condition. These rates shall be full compensation for all agreement or are normally paid by the Contractor fuel, oil, lubrication, repairs, maintenance, and all ' to comparable labor for performing other work. other costs incidental to furnishing and operating the c. Industrial Insurance and Medical Aid Premiums. equipment except labor for operation. The Contracting Agency will reimburse The Contracting Agency will add 15 percent to Contractor-paid premiums for Marine Industrial equipment costs to cover project overhead, general , Insurance, for State of Washington Industrial company overhead (excluding equipment overhead Insurance, and Medical Aid Premiums which included in the Rental Rate Blue Book), and profit. become an obligation of the Contractor and are Current copies of the Rental Rate Blue Book and chargeable to the force account work. The the AGCIWSDOT Equipment Rental Agreement will , Contracting Agency will not pay the Contractor be maintained at each District office of the Department for Medical Aid premiums that are paid by the of Transportation and at each of theoffices of the employees. Associated General Contractors of America (in Seattle, ' d. Overhead and Profit. Spokane, Tacoma, and Wilsonville, Oregon) where The Contracting Agency will pay the Contractor they are available for inspection. 20 percent of the sum of the costs listed in a, b, 4. Force Account Mobilization and c above to cover project overhead, general Force amount mobilization is defined as the ' company overhead, profit, and any other costs preparatory work performed by the Contractor incurred. including transportation of tools, equipment, and 2. For Materials personal travel time (when included in a bargaining The Contracting Agency will reimburse actual agreement). The Contracting Agency may pay for , invoice coat for Contractor-supplied materials. This mobilization of equipment and labor if the force cost includes actual freight and express charges and account item is not an item included in the original taxes as described in Section 1-07.2 provided that these contract proposal or such other contract items as may , costs have not been paid in some other manner under be included in the special provisions as being eligible the contract. A deduction will be made for any offered for reimbursement for mobilization. Off-site work in or available discounts or rebates if the Contracting preparation for the travel to the project, costing$300 or Agency his provided the Contractor with the means to less will not be paid. The Contracting Agency will not , comply with the provisions allowing the discount. The pay for mobilization for off-silt preparatory work for Contracting Agency will then add 15 percent of the force account items under any circumstances unless the balance to cover project overhead, general company Contractor specifically makes a request in writing in overhead, profit, and any other cost of supplying advance of any such mobilization work. The written ' materials. request shall include an estimate for mobilization costs To support charges for materials, the Contractor involving off-site preparatory work and the basis for shall provide the Engineer with valid copies of vendor reimbursement. The approval of the Engineer will be ' invoices, including freight and express bills. If invoices required prior to commencing the mobilization for all are not available for materials from the Contractor force amount. To the agreed final amount of stocks, the Contractor shall certify actual costs by mobilization for force account shall be added an affidavit, amount equal to 15 percent of that sum for all other , If claims for materials costs arc too high, costs, including project overhead, general company inappropriate, or unsupported by satisfactory evidence, overhead,and profit. Page-SP-28 Revision Date: January 20, 1992 1-09 _ Measurement and Payment 5. Subcontractors The subcontractors will be allowed a 5 percent ' markup of the total cost computed from 1, 2, 3, and 4 for insurance, B&O tax, and bonding. 6. Contractor Markup on Subcontractors When work is performed on a force account basis , by approved subcontractors, the Contractor will be , allowed an additional markup equal to 5 percent of the total cost computed for 1, 2, 3, 4, and 5 for all Administrative costs. 7. Insurance, B&O Tax, and Bonding The Contractor will be allowed an additional markup equal to 5 percent of the total cost computed ' for 1, 2, 3, 4, 5, and 6 for insurance, B&O tax, and bonding. The payments provided above shall be full payment for all work done on a force account basis. The payment shall cover all or f-- can -- �hfit mo —"""' ` "-"'-'`__ -'" expenses of every nature, kind, and description, including all ee -- 1 09.10. ' ni - ep _ _ of ,tie a_tmet b 41e overhead expenses, profit, occupational tax and any other Federal or State revenue acts, premiums on public liability and of he __ _ -ciur . , eafflrl� % rh all i ..e __dinfinee, _—A properly damage insurance policies, and for the use of small regaletie»r that 'free the ' tools and equipment for which no rental is allowed. The daie ihe Seer_ _ signs ih- c:_e, No claim for force account shall be allowed except upon written order by the Engineer prior to the performance of the (SeeiieH 11.`-.-1T ' work. No work shall be construed as force account work which can be measured under the specifications and paid for at the unit prices named in the contract. Jews- The amount and costs of any work to be paid by force account shall be computed by the Engineer, and the amount 1-09.9(1) Progress Payments certified by the Engineer shall be final as provided in Section 1- Progress payments for comple" work and material on 05.1. hand will be based upon progress estimates prepared by the ' The Contractor's wage, payroll, and cost records pertaining Engineer. A progress estimate cutoff date will be established to work paid for on a force account basis shall be open to at the preconstruction meeting. inspection or audit as provided in Section 1-09.12. Within 3 days after the progress estimate cutoff date (but not more often than once a month) the Contractor shall ' 1-09.9 Payments submit to the Engineer for review an Application for Payment, filled out and signed by the Contractor, covering the work completed prior to the progress estimate cutoff date. The Application for Payment shall be accompanied by Pa9*eni* documentation supporting the Contractor's Application for payments �ig be made fef %erk and labor reffe"ed and Payment. The initial progress estimate will be made not later than ' 30 days after the Contractor commences the Work, and successive progress estimates will be made every month part&I estimates pre thereafter until Acceptance. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to Acceptance Date. e is oeh aYBd. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form - the approximate quantity of acceptable units of Work completed multiplied by the Unit Price. 2. Lump Sum Items in the Bid Form - the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item. 3. Materials on Hand - 90 percent or invoiced cost of material delivered to Jobsite or other storage area approved by the Engineer. Page-SP-29 Revision Date: January 20, 1992 1-09 Measurement and Payment ' 4. Change Orden - entitlement for approved extra 1. Releases have been obtained from the State cost or completed extra work as determined by the Department of Labor and Industries, the State of Engineer. Washington Employment Security Department, and ' Progress payments will be made in accordance with the all other departments and agencies having progress estimate less: jurisdiction over the activities of the Contractor. 1. Five (5) percent for retained percentage. 2. On contracts totalling more than $20,000.00, a 2. The amount of Progress Payments previously made. release has been obtained from the Washington ' 3. Funds withheld by Owner for disbursement in State Department or Revenue. accordance with the Contract Documents. 3. No claims, as provided by law, have been filed Progress payments for work performed shall not be against the retained percentage. evidence of acceptable performance or an admission by the 4. Affidavit of Wages Paid is on file with the , Contracting Agency that any work has been satisfactorily Contracting Agency for the Contractor and all completed. Subcontractors. Payments will be made by warrants, issued by the In the event claims are riled the Contractor will be paid Contracting Agency's fiscal officer, against the appropriate such retained percentage less an amount sufficient to pay any fund source for the project. such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing 1-09.9(2) Retainage on claims and to cover attorney's fees. , Pursuant to RCW 60.28 there will be reserved and Retainage will not be reduced for any reason below the retained from monies earned by the Contractor on estimates minimum limit provided by law. during the progress of the Work a sum not to exceed five , percent of the monies earned by the Contractor. Such 1-09.9(3) Contracting Agency's Right to Withhold retainage shall be used as a trust fund for the protection and and Disburse Certain Amounts payment (1) to the State with respect to taxes imposed In addition to monies retained pursuant to RCW' 60.28, pursuant to Title 82, RCW which may be due from such the Contractor authorizes the Engineer to withhold progress , Contractor, and (2) of anv persoo or persons, mechanic, payments due or deduct an amount from any payment or subcontractor or materialman who shall perform any labor payments due the Contractor which, in the Engineer's upon such contract or the doing of said Work, and all opinion, may be necessary to cover the Contracting Agency's persons who shall supply such person or persons or costs for or to remedy the following situations: , subcontractors with provisions or supplies for carrying on 1. Failure of the Contractor to submit and obtain such work. approval of a progress schedule. Monies reserved under provisions of RCW 60.28 shall, at 2. Failure of the Contractor to remedy defective Work. , the option of the Contractor, be: 3. Failure of the Contractor to provide the Engineer 1. Retained in a fund by the Contracting Agency until with a field office when required by the Special 30 days following Acceptance of the Work;or Provisions. 2. Deposited by the Contracting Agency in an interest- 4. For overtime work performed by Contracting ' bearing account in a bank, mutual savings bank, or Agency personnel. savings and loan association, not subject to 5. Lack of construction progress based upon the withdrawal until after Acceptance of the Work or Engineer's review or the Contractor's approved until agreed to by bath parties; progress schedule which, indicates that the Work ' 3. Placed in escrow with a bank or trust company by will not be completed within the Contract Time. the Owner until 30 days following Acceptance of the When calculating an anticipated time overrun, the Work. When the monies reserved are to be placed in Engineer will make allowances for weather delays, ' escrow the Owner will issue a check representing the approved unavoidable delays, and suspensions of the sum of the monies reserved payable to the bank or Work. The amount withheld under this trust company and the Contractor jointly. Such subparagraph will be based upon the liquidated check shall be converted into bonds and securities damages amount per day set forth in the Special , chosen by the Contractor and approved by the Provisions multiplied by the number of days the Owner and the bonds and securities held in escrow. Contractor's approved progress schedule, in the The Contractor shall designate the option desired on the opinion of the Engineer, indicates the Contract may Contract Form at the time the Contractor executes the exceed the Contract Time. , Contract with the Contracting Agency and shall be part of the 6. Damage to another contractor when there is contract. The Contractor in choosing option (1) or (2) or (3) evidence thereof and a claim has been riled. agrees to assume full responsibility to pay all costs which may 7. Failure to submit weekly payrolls or correct accrue from escrow services, brokerage charges or both, and underpayments to Contractor or subcontractor , further agrees to assume all risks in connection with the employees. investment of the retained percentages in securities. 8. Where the Contractor has not paid fees or charges Release of retained percentage will be made 30 days to public authorities or municipalities which the ' following Acceptance by the Contracting Agency provided the Contractor is obligated to pay. following conditions are met: Page-SP-30 , Revision Date: January 20, 1992 ' 1-09 Measurement and Payment 9. Failure of the Contractor to perform any of the bans,gratuity or gift and money pursuant to Section 1-07.19 Contractor's other obligations under the contract. of these Specifications. ' The Contractor authorizes the Engineer to act as agent If the Contractor fails, refuses, or is unable to sign and for the Contractor disbursing such funds as have been return the Final Progress Estimate or any other documents withheld pursuant to this paragraph to a party or parties who required for the final acceptance of the contract, the are entitled to payment. Disbursement of such funds, if the Contracting Agency reserves the right to unilaterally accept Engineer elects to do so, will be made only after giving the the contract. Unilateral acceptance will occur only after the Contractor 15 calendar days prior written notice of the Contractor has been provided the opportunity, by written Contracting Agency's intent to do so, and if prior to the request from the Engineer, to voluntarily submit such expiration of the 15 calendar day period, documents. If voluntary compliance is not achieved, formal 1. no legal action has commenced to resolve the validity notification of the impending unilateral acceptaoce .will be of the claims,and provided by certified letter from the Engineer to the 2. the Contractor has not protested such disbursement. Contractor which will provide 30 calendar days for the ' A proper accounting of all funds disbursed on behalf of Contractor to submit the necessary documents. The 30 the Contractor in accordance with this section will be made. calendar day deadline shall begin on the date of the postmark A payment made pursuant to this section shall be considered of the certified letter from the Engineer requesting the as payment made under the terms and conditions of the necessary documents. This reservation by the Contracting Contract. The Contracting Agency shall not be liable to the Agency to unilaterally accept the contract will apply to Contractor for such payment made in good faith. contracts that are completed in accordance with Section I- If legal action is instituted to determine the validity or the 08.5 or for contracts that are terminated in accordance with claims prior to expiration of the 15 day period mentioned Section 1-08.10. Unilateral acceptance of the contract by the above, the Engineer will hold the funds until determination of Contracting Agency does not in any way relieve the the action or written settlement agreement of the parties. Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and 1-09.9(4) Final Payment regulations - Federal, State, or local - that affect the Upon Acceptance of the Work by the Contracting contract. The date the Contracting Agency unilaterally signs Agency the final amount to be paid the Contractor will be the Final Progress Estimate constitutes the final acceptance calculated based upon a Final Progress Estimate made by the date(Section 1-05.12). Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate ss a release: 1-09.11 Disputes and Claims 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in 1-09.11(3) Time Limitation and Jurisdiction writing by the Contractor; For the convenience of the parties to the Contract it is 2. for all things done or furnished in connection with mutually agreed by the parties that any claims or causes of action the Work; which the Contractor has against the State of Washington arising 3. for every act and neglect by the Contracting from the contract shall be brought within 180 calendar days from Agency;and the date of final acceptance (Section 1-05.12) of the contract by 4. for all other claims and liability relating to or arising the State of Washington; and it is further agreed that any such I out of the Work. claims or causes of action shall be brought only in the Superior A payment (monthly, final, retainage, or otherwise) shall Court of T4wursten King County. The parties understand and not release the Contractor or the Contractor's Surety from agree that the Contractor's failure to bring suit within the time any obligation required under the terms of the Contract period provided, shall be a complete bar to any such claims or ' Documents or the Contract Bond; nor shall such payment causes of action. It is further mutually agreed by the panics that constitute a waiver of the Contracting Agency's ability to when any claims or muses of action which the Contractor asserts investigate and act upon findings of non-compliance with the against the State of Washington arising from the Contract are filed WMBE Ordinance; nor shall such payment preclude the with the State or initiated in court,the Contractor shall permit the Contracting Agency from recovering damages, setting State to have timely access to any records deemed necessary by penalties, or obtaining such other remedies as may be the State to assist in cvalmting the claims or action. permitted by law. ' Before the Work will be accepted by the Contracting 1-09.13 Arbitration Agency,the Contractor shah submit an affidavit,on the form provided by the Engineer, of amounts paid to certified 1-09.13(2) Administration of Arbitration ' disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit Arbitration shall be administered through the American shall certify the amounts paid to the DB, MBE, or WBE Arbitration Association (AAA) using the following arbitration subcontractors regardless of der, methods: On Federally-funded projects the Contractor may also be 1. The current version of the Northwest Region Expedited required to execute and furnish the Contracting Agency an Commercial Arbitration Rules shall be used for claims affidavit certifying that the Contractor has not extended any with an amount less than 525,000. Page-SP-31 Revision Date: January 20, 1992 1-09 Measurement and Payment 2. The current version of the Expedited Procedures of the party a "statement of proof." The statement of proof shall be ' Construction Industry Arbitration Rules shall be used scrvcd, with a copy to the AAA, no less than 20 calendar days for claims with an amount equal to or greater than prior to the arbitration hearing and shall include: S25,000 and less than S50,000. 1. The identity, current business address, and residential ' 3. The current version of the standard procedures of the address of each witness who will testify at the hearing, Construction Industry Arbitration Rules shall be used 2. The identity of a witness as an expert if an expert for claims with an amount equal to or greater than witness is to be called, a statement as to the subject S50,000 and leas than $100,000. These procedures matter and the substance of the facts and opinions on ' shall also be used when claims with an amount equal to which the expert is expected to testify, a summary of or greater than S100,000 arc to be arbitrated by mutual the grounds for each opinion, and a resume of the agreement. export's qualifications, and The Contracting Agency and the Contractor mutually agree 3. A list of each document that the party intends to offer , the venue of any arbitration hearing shall be within the State of in evidence at the arbitration hearing. Either party may Washington, King County and that any such hearing shall be request from the other party a copy of any document conducted within the State of Washington, King County. listed. 1f such a request is made, a copy of the , The Contracting Agency and the Contractor mutually agree document shall be provided within five calendar days to be bound by the decision of the arbitrator, and judgment upon from the date the request is received. the award tendered by the arbitrator may be entered in the The arbitrator may permit a party to call a witness or offer a Superior Court of a:huraten King County. The decision of the document not shown or included in the statement of proof only , arbitrator and the specific basis for the decision shall be in upon a showing of good cause. writing. The arbitrator shall use the contract as a basis for The findings and decision of the board of arbitrators decisions. shall be final and binding on the parties, unless the aggrieved party, within 10 days,challenges the findings and decision by ' 1-09.13(3) Procedures to Pursue Arbitration serving and filing a petition for review by the superior court If the dispute cannot be resolved through administrative of King County, Washington. The grounds for the petition procedures provided in Sections 1-04.5, 1-09.11, and any special for review are limited to showing that the findings and , provision provided in the contract for resolution of disputes, the decision: Contractor shall advise the Engineer, in writing, that mandatory 1. Are not responsive to the questions submitted; and binding arbitration is desired. A demand for arbitration shall 2, Is contrary to the terms of the contract or say component be filed by the Contractor, in accordance with the AAA rules, - thereof; , 3. Is arbitrary and/or is not based upon the applicable facts and with the Contracting Agency, and with the AAA. Selection of the the law controlling the issues submitted to arbitration. The arbitrator and the administration of the arbitration shall proceed board of arbitrators shall support its decision by setting forth in accordance with AAA rules using arbitrators from the list in writing their findings and conclusions based on the developed by the AAA, except that for claims under S25,000 evidence adduced at any such hearing. using the Northwest Region Expedited Commercial Arbitration Rules, arbitration selection shall proceed pursuant to Section 55 The arbitration shall be conducted in accordance with the of the Expedited Procedure of the Construction Industry statutes of the State of Washington and court decisions ' Arbitration Rules. Arbitration shall proceed utilizing the governing such procedure. appropriate rule of the AAA as determined by the dollar amount The costs of such arbitration shall be borne equally by of the claim as provided in Section 1.09.13(2). the City and the contractor unless it is the board's majority Unresolved disputes which do not involve delay or impacts opinion that the contractor's filing of the protest or action i ma s , to unchanged work y be brought to arbitration during the capricious or without reasonable foundation. In the latter course of the project, provided that: the administrative case, all costs shall be borne by the contractor. procedures have been exhausted and the dispute has been , pursued to the claim status as provided in Section 1-09.11(2). Unless the Contracting Agency and the Contractor agree otherwise, all other unresolved claims(disputes which have been pursued to the claim status) which arise from a contract must be ' brought in a single arbitration hearing and only after completion of the contract. The total of those unresolved claims must be less than f100,000 to be eligible for arbitration, except by mutual agreement of the Contracting Agency and Contractor. ' In addition, the Contractor agrees arbitration proceedings must commence, by filing of the aforementioned demand for arbitration, within 180 calendar days of final acceptance of the ' contract, the same as any other claim or causes of action as provided in Section 1-09.11(3). The scope and extent of discovery shall be determined by the arbitrator in accordance with AAA rules. In addition, each ' party for claims greater than $25,000 shall serve upon the other Page-SP-32 Revision Date: January 20, 1992 , VACANT 1-10 VACANT ' Go"treeter. Division 2 ' Earthwork 2-01.4 Measurement Clearing and grubbing, when included separately, will be measured by the acre within the bounds staked by the Engineer. These areas will be excluded from measurement: 2-01 Clearing, Grubbing, and 1. Any area along an existing highway that requires no Roadside Cleanup work. 2. Any gap that requires no work, provided the gap is at ' least 50 feet long when measured parallel to the center 2-01.2 Disposal of Usable Material and Debris line and contains at lust 2,500 square feet. Isolated areas of less than 2,500 square feet that require When possible, the Contractor should sell all usable material work lying between arms excluded from measurement will be such as timber, chips, or firewood produced by clearing, counted as having 2,500 square feel. If these isolated areas occur grubbing, or roadside cleanup. The Contractor shall not allow intermittently, the futal measurement shall not exceed the total the public to fell trees. area containing the several isolated areas when measured as The Contractor shall meet all requirements of state, county, continuous. and municipal regulations regarding health, safety, and public Clearing and grubbing may be combined in the proposal if welfare in the disposal of all debris. the proposal calls for such combined work to be measured -per acre," the measurcmcnt methods described above will apply. If . the proposal designates such combined work as "lump sum," the .^.:spes:l of debris^_ a GsntraeEar pro ided waste s4e shall Department will not base payment on any unit of measurement. All debris,waste,excess construction materials and other 2-01.5 Payment ' miscellaneous material not salvaged by the owner or the Payment will be made for the following bid items when they contractor, of disposed of by another approved method shall are included in the proposal: be disposed of at a landfill approved and licensed by the 1. "Clearing", per acre. appropriate governing body. 2. "Grubbing",per acre. a 81.2(1i 5a1-A4ekkio 3. "Clearing and Grubbing",per acre or lump sum. a sea, a Open The unit contract price per acre or lump sum For The Orel Clearing", "Grubbing", and `Clearing and Grubbing" shall be full pay for all work described in Section 2-01. Payment for grubbing structure sites which would not otherwise be grubbed will not be paid for under "Grubbing". Instead, such work shall or the appropriate lose! air re;lwi Oft I be included in the unit contract prices for "Structure Excavation" buming,when per iiilted, shall be done n a high obsele that meei or some other category. W�eqe require lei 6s. a 2- Height one �881 of more fer e%.eF) feet OP difilnele�. T-e fire' ide a eeffiffie" proposal basis fer all b dders, Oie } 6ententeleei debiis, W stumps free ef eneess state has eeiiiltmed W�p amount 0; Fetee appown; fer readsiA - 4- staeking equ;rffie«+ Roadside Cleanup shall be considered incidental to the contract and no additional payment shall be made. ►i umber af-staeks yards me) be buming &I one time. ' 6 1 01.2(2) Disposal Method No. 2 WasieSo! i 01.2(3) Disposal Alethad Pie. 3 Chipping into wood ehips. Weed A ps to he usli maj be any a ze Unsaid Page-SP-33 Revision Date: January 20, 1992 2-02 Removal of Structures and Obstructions 2-02 Removal of-Structures and 2-03 Roadway Excavation and Obstructions Embankment ' 2-02.3 Construction Requirements 2-03.4 Measurement The State will use the following methods to measure work , 2-02.3(3) Removal of Pavement, Sidewalks, and performed unless specific exceptions in other sections provide Curbs otherwise: In removing pavement, sidewalks,and curbs, the Contractor 1. Roadway excavation, borrow excavation, and , shall: unsuitable foundation excavation— by the cubic yard. 1. Haul broken-up pieces into the roadway embankment Material will be measured in its original position by or to some off-project site. cross-sectioning. In roadway excavation, pay quantities ' 2. Cover any pieces buried within the right-of-way with at will be computed to the neat lines of the cross-sections least 5 feet of soil. as staked. When the State requires excavated material 3. Make a vertical saw cut between any existing to be removed, stockpiled, and moved again, the pavement, sidewalk, or curb that is to remain and the material will be measured to the neat line of that ' portion to be removed. removed from the stockpile. In this case, the 4. Replace at no expense to the State any existing measurement and payment provisions of Sections 2- pavement designated to remain that is damaged during 04.4 and 2-04.5 shall apply. At the discretion of the the removal of other pavement. engineer, roadway excavation, borrow excavation, ' 5. When an area where pavement has been removed is and unsuitable foundation excavation - by the cubic to be opened to traffic before pavement patching has yard (adjusted for swell) may be measured by truck been completed, temporary mix asphalt concrete in the hauling vehicle at the point of loading. The patch shall be required. Temporary patching shall contractor shall provide truck tickets for each bad , be placed to a minimum depth of 2 inches removed. Each ticket shall have the truck number, immediately after backfilling and compaction are time and date,and be approved by the engineer. complete, and before the road is opened to traffic. 2. Controlled blasting of rock faces — by the linear foot ' MC cold mine or MC hot mix shall be used at the of hole drilled. Holes will be measured from the top of discretion of the Engineer. the rock surface to the elevation of the roadway ditch If pavements, sidewalks, or curbs lie within an excavation or to a bench elevation set by the Engineer. area, their removal will be paid for as part of the quantity 3. Prefabricated vertical drain — by the linear foot. removed in excavation. If they lie in an area not to be excavated, Measurement will be measured from the top of the and if they are not mentioned as a separate item in the proposal, working platform to the bottom of each hole. Trial they will be measured and paid for as provided under Section 2- drains will be measured in the same manner as ' 02.5. production drains. 4. Sand drainage blanket — by the ton. Moisture above s 2-02.5 Payment percent will be deducted from pay quantities. 5. Embankment compaction (except under Method A) — , Payment will be made for the following bid item when it is by the cubic yard. Material will be measured to the included in the proposal: neat lines of the staked cross-sections of compacted 1. "Removal of Structure and Obstruction", lump sum. embankment. No allowance will be made for material 2. 'Saw Cutting",per Lineal Foot. that settles. No deduction will be taken for other items , 3. "Remove Sidewalk",per Square Yard. constructed within the embankment (bridge abutments, 4. "Remove Curb and Gutter",per Lineal Foot. piers, columns, backfill, pipes, etc.). The State will 5. "Cold Mite",per Ton exclude from compaction measurement material that is ' All costs related to the removal of structures and wasted or placed under water and not compacted in obstructions including saw cutting and temporary asphalt layers as provided by Sections 2-03.3(14)A and shall be considered incidental to and included in other items 2-03.3(14)C. In cuts and excavation below grade, unless designated as a specific bid item in the proposal. compaction will be measured by the cubic yard in the ' cross-section of compacted backfill material. When material in cuts or below grade is scarified and recompacted, it will be measured by its compacted depth, up to a maximum of 6 inches. ' 6. Gravel borrow (including haul) — by the ton or cubic yard. Measurement by cubic yard will be made in the hauling vehicle at the point of delivery on the roadway. ' Page-SP-34 , Revision Date: January 20, 1992 2-04 Haul ' 7. Aeration — by the hour Ito the nearest 112 hour), materials, labor, equipment, and all other costs necessary to Hours actually spent aerating material. The following complete the required work. will be excluded from aeration time: 6. "Sand Drainage Blanket",per ton. a. Time spent by supervisors or foremen directing The unit contract price per ton for "Sand Drainage Blanket" ' the work. shall be full pay for the material and for processing, hauling, and b. Timc taken to move equipment from and to placing it. different locations on the project site. 7. . c. Time spent repairing equipment. sent d. Time equipment is idle or on standby. , e. Time equipment is doing nonaeration work. The State will include time for one movein and one move-out if a piece of equipment outside the project limits is required for aeration. tseeded. Payment for 2-03.5 Payment embankment compaction will not be made as a separate item. All ' costs for embankment compaction shall be included in other bid Payment will be made for the following bid items when they items involved. are included in the proposal: Unless otherwise provided, the work described in Section 2- 1. "Roadway Excavation" or"Roadway Excavation — 03.304), Embankment Construction, shall be incidental to other Area A(B, C, etc.)", per cubic yard. pay items involved. When the Engineer orders excavation 2 feet or less below g, "Gravel Borrow Incl. Haul", per ton or per cubic yard. subgrade, unit contract prices for roadway excavation and haul The unit contract price per ton or cubic yard for "Gravel shall apply. If he orders excavation more than 2 feet below Borrow Incl. Haul" shall be full pay for the gravel borrow and ' subgrade, that part below the 2-foot depth shall be paid for as for processing, hauling and placing it. provided in Seet,on 1 9..4 Item 3 of this payment section. In 9. "Aeration",by force account. this case, all items of work other than roadway excavation shall Payment for aeration equipment shall be made according to be paid at unit contract prices. the current AGC-Washington State Department of Transportation The unit contract price per cubic yard shall be full pay for Equipment Rental Agreement. excavating, loading, placing, or otherwise disposing of the - The payment for aeration and other related unit contract material. For haul, the unit contract price as provided in Section prices shall be full pay for all costs incidental to aeration, 2-04 shall apply, except when the pay item is shown as including including temporary sealing of aerated embankments for haul. In that case the unit contract price per cubic yard shall protection against the elements, intermittent operation and for include haul. furnishing and operating the equipment assemblies and for all 2. "Borrow Excavation Incl. Haul',per cubic yard. related supplies and labor to perform the work specified. Should ' The unit contract price per cubic yard for "Borrow the Contractor fail to seal an aerated area prior to inclement Excavation Incl. Haul" shall be full pay for excavating, loading, weather, additional aeration to restore the area to its previous hauling, placing, or otherwise disposing of the material. This condition shall be at the Contractor's expense. price includes pay for removing from the surface of a borrow To provide a common basis for all bidders, the State has ' site, disposing of, wasting, or stockpiling any material not estimated the force account for "Aeration", and has entered the suitable for embankment. amount in the proposal to become a part of the total bid by the 3. "Unsuitable Foundation Excavation", per cubic yard. Contractor. Actual amounts paid by force account may vary from The unit contract price per cubic yard for "Unsuitable this estimate. Foundation Excavation" shall be full pay for excavating, loading, and disposing of the material. 2-04 Haul presided in Seeiien 2 04 shall apply, aiwep!mhe i Wt bid item s shemm as imeludint haul. In the! , The unit contract price per cubic yard shall include haul. 2-04.5 Payment 4. "Controlled Blasting of Rock Face",per linear foot. The unit contract price per linear foot of drill hole for ' "Controlled Blasting of Rock Face" shall be full pay for all inehided in the r . ma terials, explosives, labor, tools, and equipment needed. } Quantities shown in the Plans are based on 30-inch hole spacing. ' Actual quantities will depend on field conditions and results fromranspeiiat "on " i - test sections. AU costs for the hauling of material to, from, or on the Measurement and payment for roadway excavation and haul job site shall be considered incidental to and included in the related to blasting shall be as provided under those items in this unit price of other units of work. section and shall include the volume of material excavated from the benches or setbacks approved for drilling separate lifts. 5. "Prefabricated Vertical Drain", per linear foot. The unit contract price per linear foot for "Prefabricated Vertical Drain" shall be full pay for furnishing all tools, Page-SP-35 Revision Date: January 20, 1992 2-09 _ Structure Excavation The Contractor must submit six sets of plans before shoring. 2-09 Structure Excavation These must meet the plan requirements set forth in Section 2- 09.3(3)D. ' Upon completing the work, the Contractor shall remove all 2-09.1 Description shoring unless the Plans or the Engineer direct otherwise. Structure excavation consists of excavating and disposing of 2-09.4 Measurement ' all natural material or man-made objects that must be removed to make way for bridge foundations, retaining walls, culverts, Excavated materials will be measured in their original trenches for pipelines, conduits, and other structures as shown in position by the cubic yard. The State will measure and pay for the Plans. only the material excavated from inside the limits this section , This work also includes, unless the contract provides defn". If the Contractor excavates outside these lim or otherwise, removing whole or partial structures, grubbing performs extra excavation as described in Section 2-09.3(3)B, it structure sites that would not otherwise be grubbed, building and shall be considered for the Contractor's benefit and shall be later removing shoring, cofferdams, or caissons, pumping or included in the cost of other bid items. draining excavated areas,protecting excavated materials from the Horizontal limits. The State will use the aides of the trench weather, and placing and compacting backfill. or pit as horizontal limits in measuring excavation. No payment This work also includes the excavation, haul, and for structure excavation will be made for material removed (1) , disposal of all unsuitable materials such as peat, muck, more than 1 foot outside the perimeter of any pile cap, footing, swampy or unsuitable materials including buried logs and or seal, (2) more than 3 feet beyond the roadway side of a wing stumps. wall, and (3) more than l foot beyond the other sides and end of a wing wall. , 2-09.3 Construction Requirements For pipelines the State will measure from the exterior sides of the pipe barrel to calculate structure excavation quantities as follows: 2-09.3(1)D Disposal of Excavated Material , The Engineer may direct the Contractor to dispose of Horizontal Limit (distance excavated material in embankments, backfills, or remove it from Pipe Diameter from side or pipe barrel) the site. ' All costs for disposing of excavated material within the Under 12 inches 1.0 foa for sanitary sewer project limits shall be included in Ile unit contract price for 0.5 foot for all other structure excavation, Class A or B. (minimum trench width for payment 1.5 feet) , 12 inches through 42 inches I foot w:_____,shallo ___ � _._ _t o__,:__- na v��r and pipe arches through s_ 50 inches in span ' If the contract includes structure excavation, Class A or B. including haul, the unit contract price shall include all costs for I.&rger than 42 inches,pipe 2 feet loading and hauling the material the full required distance, arches more than 50 inches in otherwise all such disposal costs shall be considered incidental span,situctunl plate pipe, to the work. and underpasses. 2-09.3(4) Construction Requirements, Structure For a manhole,catch basin,or inlet, the limits will be I foot Excavation, Class B outside the perimeter of the structure. ' The above requirements for structure excavation Class A, Lower limits. For a pile cap, footing, or scal, the bottom shall apply also to structure excavation Class B. In addition, the elevation shown in the Plans, or set by the Engineer, will serve Contractor shall follow Division 7 of these Specifications as it as the lower limit in measuringstructure excavation. For a wing applies to the specific kinds of work. wall, the lower limit will follow a line parallel to the bottom and The hole for any catch basin or manhole shall provide at 1 foot below it. Any swell from pile-driving will be excluded from excavation quantities. least 1 fool of c between outside structural surfaces and For pipe lines the bottom outside of the pipe will serve as If workers enter any trench or other excavation 4 feet or the undisturbed a act bank. the lower limit for measuring excavation. The Engineer may set another lima when excavation must be made below grade. more in depth that does not meet the open pit requirements shall Upper limits. The top surface of the ground or stream bed Section 2nsible for it shall be shored. The Contractor slant shall as the work begins will be the upper limit for mcasuring ' m responsible far worker safety and the State assumes no excavation. If the Contract,or a separate contract, includes a pay responsibility. item for grading to remove materials, the upper limit will be the fed, all work a which trench excavation exceeds a depth neat lines of the grading section shown in the Plans. of 4 feet, re adequate system for ngttreoch industrexcavatial that meets The Engineer may order the Contractor to partially build the ' the requirements of the Washington industrial safety and health act,chapter 49.17 RCW is required. embankment before placing pipe. In this case, the upper lmit for measurement will be not more than 4 feet above the invert of the Page-SP-36 , Revision Date: January 20, 1992 ' 4-04 Ballast and Crushed Surfacing pipe. For a structural plate pipe, pipe arch, or underpass, the shoring, cofferdams, or caissons. When extra excavation is used ' upper limit will be the top of the embankment at the time of in lieu of constructing the shoring, cofferdam or caisson, the installation as specified in Section 7-03.3(1)A, lump sum contract price shall be full pay for all excavation, Gravel backfill. All gravel backfill will be measured by the backfill, compaction, and other work required. If select backfill material is required for backfilling within the limits of structure ' Ales Too as measured in conformance with section 1-09.2. excavation, it shall also be required as backfill material for the When Section 6-02.3(22) applies to gravel backfill for walls, extra excavation at the Contractor's expense. volumes of pipes more than 6 inches in diameter,and volumes of If it is necessary to place riprap outside of cofferdams to drain backfill, except that placed around weepholes and parts of repair local scour, it shall be paid by agreed price or force ' structures in the backfilled zone, will be deducted. Volumes of account. minor structural projections will not be deducted. If the Engineer requires shoring, cofferdams, or caissons Shoring or extra excavation. No specific unit measurement when the contract provides no bid item for such work, the State ' shall apply to the lump sum item of shoring or extra excavation will pay as provided in Section 1-04.4. Class A- or Shoring or extra excavation Class B. %41 moo If the Engineer requires the Contractor to build shoring or measured by the square feat -A fe"A A extra excavation Class A that extends below the elevation shown in the Plans, the State will pay the lump sum price and no more ' more vN shorng °- ed -- "- a f---- are when the extra depth does not exceed 3 feu. For depths greater exec the slope of repose pre%Wed it is 911 to i a than 3 feu below the elevations shown, payment will be as provided in Section 1-04.4. be Measure ride of th@ ire"eh - 6. "Shoring or Extra Excavation Class B",per squefe ' feet Lump Sum. ..:44 be nade he the stitir _mound 1 me _- r___ the io The unit contract price per square—feet lump sum for linesm of _ des grated grad"- -" - Buier 'i "Shoring or Extra Excavation Cl. B" shall be full pay for the ' construction and removal of shoring. The unit contract price per 'f "- em - -- - fer "- length -f square foot shall be full pay for all excavation, backfill, pa a� compaction, and other work required when extra excavation is the beftem ef !he eitefivat*811 as Ae.hm in the Rams of as used in lieu of constructing shoring. If select backfill material is ' required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the 2-09.5 Payment extra excavation at the Contractor's expense. If there is no bid item for shoring or extra excavation Payment will be made for the following bid items when they Class B en-e-sgware-feet-basis and the nature of the excavation is arc included in the proposal: such that shoring or extra excavation is required as determined 1. "Structure Excavation Class A",per cubic yard. by the Engineer, payment to the Contractor for the work will be 2. 'Structure Excavation Class B",per cubic yard. made in accordance with Section 1-04.4. ' I 3. "Structure Excavation Class A Incl. Haul", per cubic 7. "Gravel Backfdl (Kind)",per enbie-ysrA Ton. yard. The unit contract price per eabieyerd ton for the kind and 4. "Structure Excavation Class B Incl. Haul",per cubic class of backfill used shall be full pay for all labor, material, yard, tools,and equipment used. The unit contract price per cubic yard for the bid items listed as I through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if "Structure Division 4 Excavation" or "Structure Excavation Incl Haul" are not Bases listed as pay items in the contract. ' Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit 4-04 Ballast and Crushed Surfacing prices for the items involved. ' If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit contract price per cubic 4-04.3 Construction Requirements yard for "Structure a Excavation Class A or B" will apply. But if the Contractor excavates deeper than the plans or the Engineer' 4-04.3(4) Placing and Spreading requires, the State will not pay for material removed from below the required elevations. In this case, the Contractor, at no I. Central Plant Mix Method. After mixing, material for expense to the State, shall replace such material with concrete or each layer of surfacing shall be transported to the other material the Engineer approves. roadway in approved vehicles. Vehicles for hauling the ' 5. "Shoring or Extra Excavation CI. A", lump sum. mixture shall be capable of depositing the mixture The lump sum contract price for "Shoring or Extra within the receiving hopper of the spreading Excavation Cl. A" shall be full pay for all labor, materials, tools, equipment, or in windrows of uniform size in front of and equipment needed to build, dewater, and remove the Page-SP-37 Revision Date: January 20, 1992 1 5-04 Asphalt Concrete Pavement ' the spreading equipment, with a minimum of ' segregation of the mix. 5-04.3 Construction Requirements A motor grader may be used as the spreading machine or the spreading machine shall be capable of receiving the material by direct deposit in its hopper 5-04.3(5) Conditioning of Existing Surface ' from the hauling vehicle or from a uniform windrow, When the surface of the existing pavement or old base is and be capable of spreading and screeding the material irregular, it shall be brought to uniform grade and cross-section to a depth and surface that when compacted will be true as approved by the Engineer. to line, grade, depth of course, and cross-section Prekvcling of uneven or broken surfaces over which asphalt ' without further shaping. concrete is to be placed is required and may be accomplished by 2. Road Mix Method. Each layer of surfacing material using the specified asphalt concrete placed with an asphalt paver, shall be spread by equipment that it approved by a motor patrol grader, or by hand raking, as approved by the ' the Engineer. Equipment that causes segregation of Engineer. When asphalt concrete pavement Class G is being the surfacing material during the spreading constructed u a wearing course overlay, upon approval of the operation will not be allowed. Similar types of Engineer, asphalt concrete pavement Class A or Class B may be spreading equipment shall be used throughout the used as an alternate for pmleveling, provided there is no increase , limits of each seperate spreading operation. in cost to the state for preleveling. Spreading on small areas of less than 2,000 square After placement, the asphalt concrete used for preleveling yards or on areas irregular in shape may be shall be compacted thoroughly. accomplished by other means as approved by the , Engineer. 504.3(8)A Aeeeptanee Sampling and Testing, Dense The following nominal depth of compacted material shall not 6paded-p};*{ttre be exceeded in any one course without the approval of the 4- Geneval , Engineer For W%a _ea ie -- -- _lass__ . r- r- Ballast 0.50 foot asphalt Gravel Base 0.75 foot .„-rasa. r__ ____ tit -_dart__ Crushed Surfacing 0.35 fool Pe .�, _ , PI_.. defines the sampling fr--weney, the _..o..;.,,._ Division 5 ' Surface Treautments and Pavements and Agg- neenki as, ee°___: Aggregates wig be sampled under Aeeeptanee Plan A, 5-04 Asphalt Concrete Pavement based eseeeptanee hasej aseepuuiee sampligg will me! Opp!), W as id equi ale" 5-04.1 Description arid fireefure ef mine ai aggregoes.a-- Asphalt Genefete Mutture This work shall consist of one or more courses of plant A- Sampling mixed asphalt concrete placed on a prepared foundation or base } A sample mill met be obtained from .the,-+W in accordance with these Specifications and in conformity with rst ar ' the lines, grades, thicknesses, and typical cross-sections shown pro duet 8" shifl- in the Plans or established by the Engineer. Asphalt concrete shall be composed of asphalt and aggregate asplialt ' which, with or without the addition of mineral filler and blending sand u may be required, shall be mixed in the proportions B„ specified to provide a homogeneous, stable and workable mixture. a defined *a the taut! quantity of material of al Ork , Asphalt concrete Class A, Class B, Class D, Class F and Class G arc designated as leveling or wearing courses. Asphalt concrete Class E is designated as a pavement base course. With the exception of asphalt concrete Class D, all mixtures arc ein � shag be considered dense graded asphalt concrete. Only one !at pet jh!F %ill be expeeted to �. The j?W Rob Min Fammia) is defined in Seetion Page-SP-38 preduead up to the time ef the ehange � it; be Revision Date: January 20, 1992 ' 5-04 Asphalt Concrete Pavement e%aleaked on the basis of mailable tests and a rifteefflen! and 6he CPF is Spottier ki&1 945 tons, For ketelmna,too Plan IR, it shall be 190 ions �fil�' 3- A Panial--Snbim A - -- the C— Test Results The Engineer Mill A Mish treating, LIAO Engineer ntfi� also isolate from a Genirfteior "id a SOP5 of the results ef &W name! sublet an) material the! is suspeeied Engineer %-ill also pro de, b) fteen 8; Who %ink emaree! nine &I v ill be obtained and tegiod- (GPF-) of the eeffirleted sublets after three SHW IN adjustmen! n aeAerdainee m kh ihe statist eel sift 0 been riedweed. . M. This initterifil Ail! be P �s An Entire O ibio! the deiemined by Tes! Method original lest result ineluded as _ fifth test k4h 1• Rejee! Mimure } Rejee! entneeter- Gemi-aeiei original let. r defe-Ii-, inate-Hil and replete it % ih He shut down epefatiens and shag iet esume ne%% material mi4l be sainpiod, tested, and the engine@ is satisfied that speeifieetn�n 1L The FRgiflee/ pregrea9`.1__J __ ___,k__ _r ___a _,_. ,h __pear_ 4- remeved. designated percentage Padua!on as defined-in ' see!:Ell_ c -.2ln _d__ r_ __ _ peep materials unless ilie Gentreeier requests that 5-04.3(9) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. Asphalt pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer or specified in the Plans or in the Special Provisions,the nominal if ,h_ r•nr r__ the __:__, compacted depth of any layer of any course shall not exceed the following depths: material,made fer the rejeeied aid inA�pdh Coer.a.CI...E 0.55 foot Aryhah Caenetr Cl.0 A.od B Wh=idled for B.C. .0 0.55 foot shall be beme by the Gentraeler, 118%ewr' Mpbah Gtonete CI...A.B wA F O.75 foot Npbah Coor.ete CI...G 0.10 fool NphAh Co. n=Ct D 0.09 fora On areas where irregularities or unavoidable obstacles make r•nr _r n �� lr _ _ _ __ _„__ the use of mechanical spreading and finishing equipment Page-SP-39 Revision Date: January 20, 1992 5-04 Asphalt Concrete Pavement , 'unpractical, the paving may be done with other equipment or by P. , hand. The placing of asphalt mixtures at night will not bePain! density, shall be used Be subseque I* r permitted except by approvaFof the Engineer or if specified in the Special Provisions. i8mrseted te the mt Slaun He af the &ng lein ' When the asphalt mixture is being produced by more than one asphalt plant, the material produced by each plant shall be , placed by separate spreading and compacting equipment. ' 5-04.300) Compaction be 5-04.3(10)B Control disphall as erele pa, 0 a-", classes A, 8, 6, and F used a as a separate ' ForW. concrete Classes A, B, E, F and G, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn ' channeliration, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction _ shall be a minimum of 92 percent or the maximum density as , an! of the relevel ee ilia determined 6y WSDOT Test Method 705. The level of eo.e®:-_., by WiPOT T__t compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at , randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons,whichever is less. Control lots not meeting the minimum density standard ' shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. Cores may be used as an alternate to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The ' Engineer shall be reimbursed for the coring expenses at the rate of$75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a ' compaction test section shah be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to ' attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). Following determination of compactibility, the Contractor is A! the stait of pa u r 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 the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number or passes , with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Asphalt concrete Class D and preleveling mix shall be ' compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any ' area which appears defective and to require the further compaction of areas that fall below acceptable density Page-SP-40 Revision Date: January 20, 1992 , ' 5-04 Asphalt Concrete Pavement ' I readings. These additional tests shall not impact the 04.3(5)B, with the exception, however, that all costs involved in compaction evaluation of the entire control lot. labor, materials,and equipment for patching the roadway prior to placement of asphalt concrete shall be included in the unit 5-04.301) joints contract price per ton for "Asphalt Cone. Pavement Cl. _" ' The placing of the top or wearing course shall be as nearly which was used for patching. If the proposal does not include a continuous as possible, and the roller shall pass over the bid item for "Preparation of Untreated Roadway', the roadway unprotected end of the freshly laid mixture only when the laying shall be prepared as specified, but the work shall be included in of the course is discontinued for such length of time as to permit the contract prices of the other items of work. the mixture to become chilled. When the work is resumed, the 2. "Asphalt(grade)",per ton. previously compacted mixture shall be cut back to produce a The unit contract prim per ton for "Asphalt (grade)" for slightly beveled edge for the full thickness of the course. prime coat shall be full pay for furnishing and applying the grade ' Where a transverse joint is being made in the wearing of asphalt specified, including heating, hauling, and applying to course, strips of heavy wrapping paper shall be used. The the roadway, and other work as heminbefore described in wrapping paper shall be removed and the joint trimmed to a Section 5-04.3(5)B. slightly beveled edge for the full thickness of the course prior to 3. "Prime Cost Agg.", per cubic yard,or per ton. ' resumption of paving. The unit contract price per cubic yard or per ton for "Prime The material which is cut away shall be wasted and new mix Coal Agg." shall be full pay for furnishing, loading, and hauling shall be laid against the fresh cut. Rollers or tamping irons shall aggregate to the place of deposit and spreading the aggregate in be used to seal the joint. the quantities required by the Engineer. Where the asphalt concrete is placed against a concrete or 4. "Asphalt for Tack Coat",per ton. stone curb or gutter, against a cold pavement joint, or any metal The unit contract price per ton for "Asphalt for Tack Coat" surface,a thin paint coat of emulsified asphalt shall be applied in shall be full pay for a0 costs of material, labor, tools, and advance. The application shall be thin and uniform, care being equipment necessary for the application of the lack coat as ' exercised to avoid accumulation of asphalt in depressions. specified. If there is no bid item and a tack coat is required, it The longitudinal joint in any one layer shall be offset from shall be applied and the work shall he included in the unit the layer immediately below by not more than 6 inches nor less contract prices of the other items of work. than 2 inches. All longitudinal joints constructed in the top layer 5. "Asphalt Conc. Pavement Cl. ",per ton. shall be at a lane line or edge line of the travelled way. However, 6. "Mist and/or Driveway Asphalt Conc. Appreseh Cl. on one-lane ramps a longitudinal joint may be constructed at the _".per ton. center of the traffic lane,subject to approval by the Engineer, if: 7. "Asphalt Conc. for Preleveling Cl._",per ton. 1. The ramp must remain open to traffic, or The unit contract price per ton for "Asphalt Conc. Pavement 2. The ramp is closed to traffic and a hot-lap joint is Cl. _", 'Asphalt Conc. Approach Cl. _", and "Asphalt constructed. Conc. for Preleveling Cl. _" shall be full pay for the If a hot-lap joint is allowed,two paving machines shall be furnishing of all labor, equipment, materials, and supplies ' used; a minimum compacted density in accordance with required in the construction of each class of asphalt concrete Section 5-04.3(10)B shall be achieved throughout the traffic pavement and approach, including the preparation of any existing lane; and construction equipment shall not impact any Portland cement concrete, brick or bituminous surface, or ' uncompacted mitt, pavement base, and all other work to fulfill the requirements When asphalt concrete pavement is placed adjacent to described in Section 5-04. cement concrete pavement, the Contractor shall construct If the Contractor is required to furnish the aggregates, all longitudinal joints between the asphalt concrete pavement and the costs of furnishing, hauling and processing aggregates and ' cement concrete pavement. The joint shall be constructed by blending sand into the complete mix shall be included in the unit routing a longitudinal groove 1-inch deep and 1/2-inch wide in contract price per ton for asphalt concrete pavement of the class the asphalt concrete pavement and shall be filled to within I/s- specified, except that blending sand, when act up as a bid item, inch of flush with a mixture conforming to Section 5-04.3(5)C will be paid for in the manner described below. At the discretion ' procedure 2. of the Engineer, the Contractor may be required to include mineral filler in the mix. 5-04.3(15) Asphalt Concrete Approach If any of the aggregates are furnished in stockpile by the Asphalt approaches shag be constructed at the locations State, the cost of hauling and incorporating those aggregates in shown in the Plans or as directed by the Engineer in the mix, and all costs of furnishing, hauling, and incorporating accordance with this section. the necessary blending sand and any additional aggregates into the complete mix shall be included in the unit contract price per ' 5-04.5 Payment ton for asphalt concrete pavement of the class specified, except that when blending sand is set up as a bid item, it will be paid for Payment will be made for each of the following bid items in the manner described below. At the discretion of the Engineer, ' that are included in the proposal: the Contractor may be required to include mineral filler in the 1. Preparation Of Untreated Roadway",per mile. mix. The unit contract price -per mile for "Preparation Of B. "Asphalt Conc. Pavethent Cl. _for Pavement Untreated Roadway" shall be full pay for all labor, tools, and Repair",per ton. ' equipment required to do the work described under Section 5- 9. "Pavement Repair Excavation Incl. Haul", per square yard. Page-SP-41 Revision Date: January 20, 1992 1 5-04 Asphalt Concrete Pavement , The unit contract price per ton for "Asphalt Conc. Pavement specified- All costs for item #15. "Temporary Striping" and , Cl. for Pavement Repair" and per square yard for #16. "Removing Temporary Striping" shall be considered "Pavement Repair Excavation.Incl. Haul" shall be full pay for incidental to other items of work and no further performing the pavement repair work as specified. compensation shall be made. 10. "Blending Sand", per cubic yard. 17. "Soil Residual Herbicide_Ft. Wide",per mile. ' The unit contract price per cubic yard for "Blending Sand" 18. "Soil Residual Herbicide",per square yard. shall be full pay for all coats in connection with the furnishing, The unit contract price per mile for "Soil Residual hauling, and incorporating blending sand in the mixed Herbicide_Ft. Wide" or per square yard for "Soil Residual ' aggregates,as required by the Engineer. Herbicide"shall be full pay for all costa of material, labor, tools, If there is a bid item for blending sand and the Contractor and equipment necessary for the application of the herbicide as elects to provide aggregatea from a source other than that specified. If there is no bid item and soil residual herbicide is provided by the State,and if it becomes necessary, in the opinion required, it shall be applied and all costs for the work will be of the Engineer, to use blending sand for proper grading of the included in the unit contract prices of the other items of work. aggregates, the Contractor shall furnish and incorporate 19. "Longitudinal Joint Seal",per linear foot. sufficient quantities of blending sand to meet the requirements as The unit contract price per linear foot for "Longitudinal determined by the Engineer. The pay quantity will be the amount Joint Scal" shall be full pay for furnishing all tools, equipment, ' actually used, but not exceeding the quantity set up in the labor, materials, and supplies necessary to construction of the contract. If there is no bid item for blending sand, whatever joint seal in accordance with the Standard Plan and these amount of blending sand as may be needed to meet the Specifications. ' requirements as detcrmined by the Engineer, shall be furnished 20- " by the Contractor at no expense to the State. esiee}ation.. 11. "Mineral Filler", by force account. 24- . "Mineral Filler", if required, will be paid for by force iiy-eslerdeher . ' account as specified in Section 1-09.6. For the purpose of =Je4 Milk Pemgdia ice-IYiee Adjustment 61 " and "je6 providing a common proposal for all bidders, the State has _ estimated the amount of force account for "Mineral Filler" and has entered the amount in the proposal to become a part of the ?,2. ' total bid by the Contractor. ealeulaiiee- 12. "Planing Bituminous Pavement", per square yard. _ The unit contract price per square yard for "Planing , Bituminous Pavement" shall be full pay for furnishing all tools, Any work required to complete the asphalt concrete equipment, labor, materials, and supplies necessary to pavement specified herein, but which is not specifically accomplish the work in accordance with the specifications, mentioned in the foregoing specifications of Section 5-04, shall including the removal and disposal of all cuttings and debris, and be performed by the Contractor and all costs therefor shall be ' for all other costs required to accomplish the work. included in the unit contract prices of the other items of work. 13. "Anti-Stripping Additive",by force account. "Anti-Stripping Additive" will be paid for in accordance with Section 1-09.6 except that no overhead,profit or other costs effien! , shall be allowed. Payment shall be made only for the invoice cost of the additive. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive used. For the eenlrael. ruireseprodLgg purpose of providing a common proposal for all bidders, the State has estimated the amount of force account for "Anti- Stripping Additive" and has entered the amount in the proposal to become a part of the total bid by the Contractor. entraeler. Vriesadjustmentteffis 14. "Crack Sealing",by force account. wi44 no! be eensadered major eammet bid tema as defined by "Crack Sealing" will be paid for by force account as specified in Section I-09.6. For the purpose of providing a common proposal for all bidden, the State has estimated the impael due to an iiiefeme or deermse fie "i plan ilwant ties le amount for force account for "Crack Sealing" and has entered the amount in the proposal to become a part of the total bid by the Contractor. 5 OCS(-I)h Priee Adjtistments for n. C x • , i ry Striping" -hall be full 1 f er f aN _ __ __ ___, •__,_ Y"J � r speeified. ' 46- " feet. The • treer 1 f__• C..- "Rome,--vTempers Pay for Fumishing all laja�, Page-SP-42 ' Revision Date: January 20, 1992 ' S-05 Cement Concrete Pavement anabsis of quality ef gradation and asphah 5-05 Cement Concrete Pavement fells, -ing priee adjustment fetters! 5-05.2 Materials Materials shall meet the requirements of the following All 4�-------'- -a-sing .. er 914" e• 11,- and 3 __ ;sections: � 6 Portland Cement 9-0I iA Fine Aggregate 9-03 6 Cmm Aggregate 9-03 ' 20 Joint Filler 9-04.1 Asphalt eamen S2 Joint Swlatua 9-04.2 Reinforcing Steel 9-07 Dowel Barn 9-07.54 Tic Ban 9-07.63 :_j:..:d.._l __.. f__ter%.:u be____:a___a 1 nn :_ Curing Materials and Admixtures 9.23 Water 9.25 4- Epoxy Resins 9-26 For weh lei of asphalt earterate pavement predweed 5-05.3 Construction Requirements ' 5-05.3(3) Equipment Equipment necessary for handling materials and performing all pans of the work shall be approved by the Engineer as to quantity of asphalt eenefete in the lot in tons, and Eli design, capacity, and mechanical condition. The equipment shall Wail eantrao pr ee For ien of mi3t. be at the jobsite sufficiently ahead of the start of paving ;L riteeeplamee Plan G operations to be examined thoroughly and approved. 1. Batching plant and equipment. a. General. The hatching plant shall include bins, e weighing hoppers, and scales for the fmc aggregate and for each size of coarse aggregate. If cement is used in bulk, a bin, hopper,and separate fall - .,.IA.. the :_L m -. fe ..le' •L- 1_ shall be scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. The hatching sablaks or samples from tiie @tree shall be iested !a plant shall be equipped with a suitable ' nonresenable batch counter which will correctly A.fil"tierr indicate the number of batches proportioned. b. Bins and hoppers. Bins with adequate separate compartments for fmc aggregate and for each size GPF is less then - rmi" _ of the coarse aggregate shall be provided in the �„z„_ ,„ . ___. �_ L- equals .1. hatching plant. c. Scales. Plant and truck scales shall meet the ' requirements of Section 1-09.2. d. The hatching plant shall be equipped to proportion NGMF, the que"Itty of asphalt eaneroe irt the lot in aggregates and bulk cement by means of automatic lens, and the uni!aemraei priee per ton of iiji- weighing devices of an approved type. ' 2. Mixers. 6 04.5(1)B Pfaee—Adjustments—krnQuality AG a. General. Concrete may be mixed at a hatching Compaetia plant or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's plate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. b. Batching plant. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period. ' The mixer shall be equipped with an approved Liming device which will automatically lock the Page-SP-43 ' Revision Date: January 20, 1992 6r02 _ Concrete Structures ' discharge lever when the drum has been charged and release it at the end of the mixing period. The 5-05.3(5) Mixing Concrete device shall be equipped with a bell or other The concrete may be mixed in a hatching plant or in truck , suitable warning device adjusted to give a clearly mixers. The mixer shall be of an approved type and capacity. audible signal each time the lock is released. Mixing time shall be measured from the time all materials are in Mixers shall be cleaned at suitable intervals. the drum. Ready-mixed concrete shall be mixed and delivered in The pickup and thmwover blades in the drum accordance with the requirements of Section 6-02.3(4)G. ' shall be repaired or replaced when they are worn When mixed in a batching plant, the mixing time shall not down 314 inch or more. The Contractor shall have be less than 50 seconds nor more than 90 seconds. available at the jobsite a copy of the The mixer shall be operated at a drum speed as shown on manufacturer's design, showing dimensions and the manufacturer's name plate on the mixer. Any concrete mixed , arrangements of the blades in reference to original less than the specified time shall be discarded and disposed of by height and depth, or provide permanent marks on the Contractor at no expense to the State. The volume of blades to show points of 3/4 inch wear from new concrete mixed per batch shall not exceed the mixer's nominal ' conditions. Drilled holes 1/4 inch in diameter near capacity in cubic feet, as shown on the manufacturer's standard each end and at midpoint of each blade are rating plate on the mixer. recommended.. Each concrete mixing machine shall be equipped with a c. Truck mixers and truck agitators. Truck mixers device for counting automatically the number of batches mixed ' used for mixing and hauling concrete, and truck during the day's operation. agitators used for hauling plant-mixed concrete, All elements of a batch shall be simultaneously and shall conform to the requirements of Section continuously fed to the mixer to ensure uniform distribution of 6-02.3(4)AG cement,water,aggregates, and admixtures. ' d. Nonagitator trucks. Bodies of nonagitating hauling Retempering concrete by adding water or by other means equipment for concrete shall be smooth, mortar- will not be permitted. Admixtures for increasing the workability tight, metal containers and shall be capable of or for accelerating the set will be permitted only when specified ' discharging the concrete at a satisfactory or approved by the Engineer. controlled rate without segregation. If discharge of concrete is accomplished by tilting the body, the 5-05.3(8) Joints surface of the load shall be retarded by a suitable baffle. Covers shall be provided when needed for 5-05.3(8)C Construction Joints protection. Plant-mixed concrete may be When placing of concrete is discontinued for more than 45 transported in nonagitated vehicles provided that minutes, a transverse construction joint shall be installed. the concrete is delivered to the site of the work Construction joints shall be as shown in the Standard Plan. ' and discharge is completed within 45 minutes after the introduction of mixing water to the cement and All transverse and longitudinal construction joints shall be aggregates, and provided the concrete is in a sawed or routed and sealed with joint filler conforming to the workable condition when placed. requirements of Section 9-04.29. The width of these joints shall , 3. Finishing equipment. be 112 inch. The concrete shall be placed with an approved slip-form paver designed to spread, consolidate, ' screed, and float-finish the freshly placed concrete in Division 6 one complete pass of the machine so a dense and Structures pavement is achieved with a minimum of hand finishing. , 4. Joint Sawing Equipment. The Contractor shall provide approved power 6_02 Concrete Structures driven gang saws for sawing joints,adequate in number , of units and power to complete the sawing at the required rate. The Contractor shall provide at least one 6-02.3 Construction Requirements standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work ' at all times during sawing operations. The Contractor 6-02.3(2) Proportioning Materials shall provide adequate artificial lighting facilities for ' night sawing. All of this equipment shall be on the job 6-02.3(2)A Contractor Provided Mix Design ' both before and continuously during concrete The Contractor shall provide a mix design for concrete placement. Sawing equipment shall be available Class 5000,6000, 5000LS, and 6000LS. For all other classes of immediately and continuously upon call by the concrete, the Contractor may provide an alternate mix design to Engineer on a 24 hour basis, including Saturdays, the State Specified mix design. ' Sundays and holidays. Page-SP-44 , Revision Date: January 20, 1992 ' 6-02 Concrete Structures For low shrink concrete Class 3000LS, 4000LS, 5000LS, cylinders will be produced from separate batches of production WOOLS, or concrete for underwater placement in shafts, the concrete. The equipment usedefor the production concrete shall ' maximum water cement ratio shall be 0.38. be the same as that used for the proposed class of concrete. The Contractor's submittal for approval of a mix design If the Contractor's concrete production facility does not shall include the mix proportions per cubic yard and the have a sufficient number of compressive test results to meet the proposed sources for all the mix ingredients. Mix designs 30 test requirement, but does have lest records for 15 to 29 submitted by the Contractor shall include test data confirming consecutive tests, the CV calculated from these available tests OW concrete made in accordance with the proposed mix design rosy be used if, after calculation, the CV value is first multiplied will meet the requirements of these Specifications. Test data shall by the appropriate factor given in the following table: be from an independent testing lab or from a commercial concrete producer's lab. If the test data is developed at a Number of Factor for producer's lab, the Engineer or a representative may witness all Tests* Increasing CV testing. The Contractor shall provide a unique identification for each 15 1.16 mix design. Approval of a mix design from a previous 20 1.08 Department project may be made by reference to the mix design 25 1.03 identification and based on accumulated performance data from 30 or more 1.00 testing by the State or from an independent luting lab. Data for consideration shall include performance data less than one year 'Interpolate linearly for intermediate number of test. old. Fine aggregate shall conform to Section 9-03.1(2) Class 1 or 6-02.3(2)C Stale-Provided Mix Designs Class 2. Fine aggregate gradation will be approved with the The specified compressive strength at 28 days and mix proposed mix design. proportions for the Stale-provided mix designs are listed below. Coarse aggregate shall conform to Section 9-03.1(3), The Contractor shall not exceed the specified water cement ratio. ' Grading No. 2 or 5, or to Section 9-03.1(4). The nominal maximum size aggregate shall be 3/4 inch for Classes 4000, Cl...of Couc,ote 5000, 6000 and 30DOLS, 4000LS, 50DOLS, and 6000LS and 1 4000 3000 1/2 inch for Classes 4000W and 3DOD. The coarse aggregate No Airl 5.5%Air No Aul 5.5%, gradation shall be submitted for approval with the proposed mix Air design. Spcifm Comer wv Sunrath The Contractor shall design the concrete mix to meet the u 28 d.y.,minimum pi. 4000 4000 3000 3000 required average compressive strength equal to 1.34 times the Cement,pound.per cubic yard rnlspecified compressive strength for concrete plants with a saner/ pormar. rho 660 540 seta coefficient of variation (CV) of 20 percent. For concrete plants wa`rm®eattyoega`. maximam 0.44 0.44 0.50 0.50 with a CV other than 20 percent, the required average strength 0.382 0.382 0.132 0.452 shall be: Co.roe Aurg4e,pou.d.per Cubic yud fcf = (1!(1-1.28V)) fC (SSD B.W3 Gradioa No.2 1950 im G radios No.5 1800 1800 where f er = Fme Aggregate,pormds per required average compressive strength at 28 days wbk yard fC = (SSD Ba W3 Clad 1305 ills 1400 1205 specified compressive strength at 28 days V = 'No entrained air content,entrapped air only. coefficient of variation (CV)expressed as a decimal 21teduced waterlcement ratio applies to low i.e., CV shrink concrete and concrete for underwater = 2011 V = 0,20 placement in shafts. Use of a water reducing admixture is mandatory for these applications. Increase coarse and A CV of 20 percent will be used unless the concrete fine aggregate weights to adjust the yield, supplier can justify a lower value. 3Aggregatc weights listed are based on a specific For approval of the Contractor's mix design, the attainment gravity of 2.67. The Engineer will adjust aggregate of the required average compressive strength at 28 days will be proportions for the specific gravity of the aggregates determined from the results of testing five 6 inch by 12 inch used. cylinders tested in accordance with WSDOT Test Methods 801 and 811. If the Contractor wants to use 0y ash as a constituent of the To establish a CV for a concrete plant, the result of at least concrete, all the requirements for a Contractor-provided mix 30 consecutive compression tests will be required except as noted design shall be met. below. The cylinders will be 6 inch by 12 inch test specimens and will be made, handled, and stored in accordance with 6-02.3(3)B Water-Reducing Admixture WSDOT Test Method $09 (Method I) and tested in accordance Concrete in all underwater placements for shafts, bridge with WSDOT Tut Methods 801 and 911. Each set of two roadway slabs, traffic and pedestrian barriers and all low Page-SP-45 Revision Date: January 20, 1992 6.02 Concrete Structures shrink concrete shall include a water-reducing admixture. concrete and the tube shall always contain enough concrete to For these uses,the Contractor shall add water reducer within prevent water from entering. The concrete placement shall be the manufacturer's recommended dose range as approved by continuous until the work is completed, resulting in a seamless, the Engineer. uniform seal. If the concreting operation is interrupted, the ' The Contractor may use a act retarding admixture or a Engineer may require the Contractor to prove by core drilling or combination water reducer and retardant admixture with the other tests that the seal contains no voids or horizontal joints. If Engineer's approval. testing reveals voids orjoints,the Contractor shall repair them or replace the seal at no expense to the State. ' 6-02.3(4)C Consistency Concrete Class 4000W shall be used for seals,and it shall The maximum slump for vibrated concrete shall be: meet the consistency requirements of Section 6r02.3(4)C.9f4y I. Three inches for concrete placed in all footings, box elms 409041 Aenetwe meeting the Mensistefley requi-MMM-N ' girder bottom slabs, bridge approach slabs, and saoisit 6 92_9E4)G roadway deck slabs (including the superstructure of flat 6.02.3(6)C Dewatering Concrete FeuedetioaSeals and slab bridges). Foundations 2. Four inches for all other concrete. After a concrete seal is constructed, the Contractor shall ' The maximum slump for nonvibrated concrete shall be pump the water out of the cofferdam and place the rest of the 7 inches. concrete in the dry. This pumping shall not begin until the seal The ---'— m al -- for Gem ,^^^•_, eAROPOIS, fel has set enough to withstand the hydrostatic pressure - normally at least three days for gravity seals and at least ten days for seals ' Based on the Contractor's written request and as approved containing piling. The Engineer may extend these waiting by the Engineer,the maximum slump may be reduced. periods to ensure structural safety or to meet a condition of the If the Contractor is unable to provide a concrete with a operating permit. , workable consistency, a water reducing admixture in State- If weighted cribs are used to resist hydrostatic pressure at provided mixes may be used provided the batch meets the slump the bottom of the seal, the Contractor shall anchor them to the limit and complies with the proportions required in Section 6- foundation seal. Any method used (such as dowels or keys) shall 02.3(2)C. transfer the entire weight of the crib to the seal. ' When a high-range water reducer is used, the maximum No pumping shall be done during or for 24 hours after slump for vibrated concrete may be increased 2 inches while the concrete placement unless done from a suitable sump concrete is affected by the admixture. separated from the concrete work by a watertight wan. Pumping shall be done in a way that rules out any chance of 6-02.3(6)B Placing Concrete in Foundation Seals concrete being carried away. W If the Plans require a concrete seal, the Contractor shall 6-02.3(6)D Point of Acceptance ' place the concrete underwater inside a watertight cofferdam, Determination of concrete properties for acceptance will be tube, or caisson. seal aenereto shall be Viseed in a eampae made based on samples taken to most nearly represent the mass-in still%%!orlt shall remain undisturbed and in still water condition of the concrete as placed in the forms. Any placement until fully set. While seal concrete is being deposited, water system which, in operations, alters the specified properties of the ' elevation inside and outside the cofferdam shall remain equal to concrete will require sampling at the discharge from the prevent any flow through the seal in either direction. The placement system. Concrete being placed through a tremie cofferdam shall be vented at the vent elevation shown in the system shall be accepted by testing concrete samples from the Plans.The thickness of the seal is based upon this vent elevation. truck discharge. ' The seal shall be at least 18 inches thick unless the Plans It shall be the Contractor's responsibility to provide show otherwise. The Engineer may change the seal thickness adequate and representative samples of the fresh concrete to a during construction which may require redesign of the footing location designated by the Engineer for the testing of concrete , and the pier shaft or column. Although seal thickness changes properties and making of cylinder specimens. Samples shall be may result in the use of more or less concrete, reinforcing steel, provided as directed in Sections 1-06.1 and 1-06.2. and excavation, payment will remain as originally defined in unit When mutually agreeable to the State and the Contractor, contract prices. acceptance samples may be taken at a location other than the , To place seal concrete underwater, the Contractor shall use point of discharge. The alteration of concrete properties in a concrete pump or tremie. The tremie shall have a hopper at the passage through the placement system shall be recognized in top that empties into a watertight tube at least 10 inches in analyzing results of such samples and in determining acceptance , diameter. The discharge end of the tube on the tmmie or of the fresh concrete. concrete pump shall include a device to seal out water while the tube is fire filled with concrete. Tube supports shall permit the 6-02.3(11)A Curing and Finishing Concrete Traffic discharge end to move freely across the entire work area and to and Pedestrian Barrier ' drop rapidly to slow or stop the now. One tremie may be used to The Contractor shall supply enough water and workers to concrete an area up to 18 feet per side. Each additional area of cure and fmish concrete barrier as required in this section. Unit this size requires one additionakWomie. contract prices shall cover all curing and finishing costs. Throughout the underwater concrete placement operation, the discharge end of the tube shall remain submerged in the Page-SP-06 Revision Date: January 20, 1992 , 6-02 Concrete Structures ' Fixed-Form Harrier combined coats shall equal at least 1 gallon per The edge chamfers shall be formed by attaching chamfer 150 aquare feet.) strips to the barrier forms. 2. No later than the morning after applying the After troweling and edging a barrier (while the forms curing compound, cover the barrier with white, remain in place), the Contractor shall: reflective sheeting for at least ten days. 1. Brush the top surface with a fine bristle brush; 3. After the ten day curing period, remove the curing 2. Cover the top surface with heavy,quilted blankets;and compound completely by fight sandblasting or by 3. Spray water on the blankets and forms at intervals short spraying with a high-pressure water jet to produce enough to keep them thoroughly wet for three days, an even surface appearance. The water jet After removing the forms, the Contractor shall: equipment shall use clean fresh water and shall ' I. Remove all lips and edgings with sharp tools or chisels; produce (at the nozzle) at least 2,500 psi with a 2. Fill all holes with mortar, discharge of at least 4 gpm. The water jet nozzle 3. True up comers of openings; shall have a 25 degree tip and shall be held no 4. Remove concrete projecting beyond the true surface by more than nine inches from the surface being ' stoning or grinding; cleaned. 5. Cover the barrier with heavy, quilted blankets (not Method B. Under the wet blanket method,the Contractor burlap); shall: 6. Keep the blankets continuously wet for at ]cast seven 1. Cover the barrier with heavy, quilted blankets as days. soon as it is strong enough to withstand damage. The Contractor may do the finishing work described in steps 2. Keep the blankets continuously wet for at least ten I through 4 above during the second (the seven day) curing days. (No additional finishing is required at the ' period if the entire barrier is kept covered except the immediate end of the curing period.) work area. Otherwise, no finishing work may be done until at least ten days after pouring. 6-02.3(17) Falsework and Forms After the ten day curing period, the Contractor shall remove Formwork and falsework are both structural systems. from the barrier all form-release agent, mud, dust, and other Formwork contains the lateral pressure exerted by concrete foreign substances in either of two ways: (1) by light placed in the forms. Falsework supports the vertical and/or the sandblasting and washing with water, or (2) by spraying with a horizontal loads of the formwork, reinforcing steel, concrete, and high-pressure water jet. The water jet equipment shall use clean live loads during construction. fresh water and shall produce (at the nozzle) at least 1,500 psi The Contractor shall set falsework to allow for shrinkage, with a discharge of at least three gpm. The water jet nozzle shall settlement, and any structural camber the Plans or the Engineer have a 25 degree tip and shall be held no more than nine inches require. ' from the surface being washed. The Contractor shall set all forms true to designated lines. After cleaning, the Contractor shall use brushes to rub 1:1 Interior shape and dimensions shall guarantee that the finished mortar into air holes and small crevices on all surfaces except the concrete will conform with the Plans. brushed top. This mortar shall consist of one part Portland If the new structure is near or pan of an existing one, the cement (of the same brand used in the concrete) and one part Contractor shall not use the existing one to suspend or support clean, fine plaster sand. As soon as the mortar takes its initial falsework (unless the Plans or Special Provisions state set, the Contractor shall rub it off with a piece of sacking or otherwise). ' I carpet. The barrier shall then be covered with wet blankets for at On bridge roadway slabs, forms designed to stay in place least 48 hours. made of steel or precast concrete panels designed to slaj it Ileee No curing compound shall be used on fixed-form concrete shall not be allowed. barrier. The completed surface of the concrete shall be even in Barriers shall be used to protect falsework adjacent to traffic ' color and texture. from damage by vehicles. Slip-Form Barrier For post-tensioned structures, both falsework and forms The edge radius shall be formed by attaching radius shall be designed to carry the additional loads caused by the post- strips to the barrier slip forming. tensioning operations. The Contractor shall finish slip-form barrier by: (1) steel troweling to close all surface pockmarks and holes; and (2) for 6-02.3(17)C Bracing plain surface barrier, lightly brushing the front and back face The Contractor shall brace falsework longitudinally and ' with vertical strokes and the top surface with transverse strokes, transverse to stiffen it and to keep individual members from After finishing, the Contractor shall cure the slip-form buckling. Bracing shall be as rigid as possible. If movement is barrier by using either method A (curing compound) or B (wet likely, wedges shall'be used with braces to stabilize the blankets)described below. falsework. The Contractor shall replace any split or damaged ' Method A. Under the curing compound method, the erossbracing. Contractor shall: When timber members brace falsework bents near roadways 1. Spray two coats of clear, chlorinated rubber or railroads, the Contractor shall use bolted connections with curing compound (Type 1)on the concrete surface bolts 518 inch or more in diameter. The connection for any bent after the free water has disappeared. (Coverage of shall be designed to resist the horizontal load. This load shall be the sum of potential horizontal loads from equipment, work t Page-SP-47 Revision Date: January 20, 1992 6-02 Concrete Structures sequence, wind, and other causes. This load shall never be less properties, the Contractor may use plywood that does not carry ' than 2 percent of the total dead load. the APA stamp. Bolts at connections shall be at lust 518 inch in diameter. The grades of plywood for various form applications shall The sizes of any spikes or nails shall be as required in the Plans. be as follows: ' The Contractor shall replace all crossbracea split or damaged by 1. Traffic and Pedestrian Barriers (except those that will connections or for any other reason. receive an architectural surface treatment) — Plywood To stabilize steel scaffold falsework, the Contractor shall used for these surfaces shall be APA grade High attach exterior braces to towers taller than 20 feet unless the Density Overlaid (HDO) 60-60 Class 1. But if the ' Engineer allows otherwise. These horizontal and diagonal braces Contractor coats the form to prevent it from leaving must be fastened securely to the frame legs. joint and grain marks on the surface, plywood that On prestressed girder spans, the Contractor shall install X meets or exceeds APA grades B-B Plyform Class I or ' bracing between girders at each end and midspan to prevent B-C (Group 1 species) may be used. Under this option, lateral movement or rotation. This bracing shall be placed the Contractor shall provide for the Engineer's immediately after erection of the girders. The bracing shall not approval a 4 foot square, test panel of concrete formed be removed until the diaphragms or roadway slab are cast and with the same plywood and coating as proposed in the ' cured for a minimum of 24 hours. form plans. This panel shall include one form joint When deck overhang(the distance from the centerline of the along its centerline. The Contractor shall apply coating exterior girder to the near edge of the roadway slab) on a material, according to the manufacturer's instructions, prestressed girder span exceeds the distances listed in the table before applying chemical release agents. ' below, the Contractor shall provide extra bracing. This bracing 2. Other Exposed Surfaces (all but those on traffic and shall include: (1) a cross tie connecting the top flange of each pedestrian barriers) - Plywood used to form these exterior girder with its counterpart on the other side, and (2) surfaces shall meet or exceed the requirements of APA , braces between the bottom flanges of all girders. All bracing grades B-B Plyform Class 1 or B-C (Group I series). If shall be placed at the midpoint between diaphragms (or at more one face is less than B quality, the B (or better) face frequent intervals). shall contact the concrete. 3. Unexposed Surfaces (such as the undersides of ' Girder Series Distance in Inches roadway slabs between girders, the interiors of box girders, etc., and traffic and pedestrian barriers where W42G 30 surfaces will receive an architectural treatment) — W50G 42 Plywood used to form these surfaces may be APA ' W58G 63 grade CDX, provided the Contractor complies with W7dG stress and deflection requirements stated elsewhere in Girder Seriesthese Specifications. ' Form joints on an exposed surface shall be in a horizontal or 6 >,q vertical plane. But in wingwalls and box girders, side form joints a 42 shall be placed at right angles and parallel to the roadway grade. 40 63 Joints parallel to studs or joists shall be backed by a stud or joist. ' 44 66 Joints at right angles to studs and joists shall be backed by s stud or other backing the Engineer approves. Perpendicular backing If a concrete finishing machine is supported at the outside is not required if studs or joists are spaced: edge of the slab,the Contractor shall adjust for its added weight. 1. Nine inches or less on center and covered with 1/2 inch ' Roadway deck forming systems may require bracing, plywood, or strutting, or ties between girders for the girder to adequately 2. Twelve inches or less on center and covered with 3/4 support the form loading. When braces, struts, or ties are inch plywood. 1 required, they shall be designed and detailed by the Contractor The face grain of plywood shall run perpendicular to studs and shall be shown on the falsework/formwurk plans submitted or joists unless shown otherwise on the Contractor's formwork to the Engineer for approval. These braces, struts, and ties shall plans and approved by the Engineer. Proposals to deviate from be furnished and installed by the Contractor at no additional cost the perpendicular orientation shall be accompanied by supporting ' to the State. calculations of the stresses and deflections. On any retaining wall that follows a horizontal circular 6-02.3(11)F Face Lumber, Studs, Wales, and Metal curve,the wall stems may be a series of short chords if: Forms 1. The chords within the panel arc the same length, unless ' Wooden forms shall be faced with smooth sanded, exterior otherwise approved by the Engineer. plywood. This plywood shall meet the requirements of the 2. The chords do not vary from a true curve by more than National Bureau of Standards, U.S. Product Standard PS 1, and 1/2 inch at any point,and ' the Design Specification of the American Plywood Association 3. All panel points are on the true curve. (APA). Each full sheet shall bear the APA stamp. The Contractor Where architectural treatment is required, the angle point shall list in the form plans the grade and class of plywood. If the for chords in wall stems shall fall at vertical rustication joints. Engineer approves the manufacturer's certification of structural For exposed surfaces of abutments, wingwalls, piers, ' retaining walls, and columns, the Contractor shall build forms of plywood at least 3/4 inch thick with studs no more than 12 inches Page-SP-48 Revision Date: January 20, 1992 ' ' 6-02 _ Concrete Structures on center. The Engineer may approve exceptions, but deflection 2 725 ' of the plywood, studs, or wales shall never exceed 1/500 of the 600 560 span (or 1/360 of the span for unexposed surfaces, including the 470 375 bottom of the deck slab between girders). 3 900 All form plywood shall be at least 112 inch thick except on 750 690 sharply curved surfaces. There, the Contractor may use 1/4 inch 640 565 plywood if it is backed firmly with heavier material. 4 1,075 The rear faces of forms for retaining walls and sloping faced 875 800 ' columns over 12 feet high shall include portholes at least 18 725 625 inches square. These portholes shall occur at least every 12 feet 5 1,250 horizontally and every 8 feet vertically. The portholes will 1,000 900 provide access for vibrating and inspecting the concrete as it is 915 690 placed. 6 1,425 Round columns or rounded pier shafts shall be formed with 1,125 1,000 a self-supporting metal shell forth or form tube that leaves a 900 750 smooth, nonspiralling surface. Wood forms are not permitted. 7 1,600 Metal forms shall not be used elsewhere unless the Engineer 1,250 1,110 is satisfied with the surface and approves in writing. The 990 815 Engineer may withdraw approval for metal forms at any time. If 8 1,775 ' permitted to use a combination of wood and metal in forms, the 1,375 1,215 Contractor shall coat the forms so that the texture produced by 1,075 875 the wood matches that of the metal. Aluminum shall not be used 9 1,950 for metal forms. 1,500 1,320 ' For design purposes, the Contractor shall assume that on 1,165 935 vertical surfaces concrete exerts 150 pounds of pressure per 10 2,125 square foot per foot of depth. However, when the depth is 1,625 1,425 reached where the rate of placement controls the pressure, the 1,250 1,000 ' following table applies: 15 3,000 2,250 1,950 Rate or Placing Pressure, Pounds per Square Foot for 1,670 1,300 ' Feel per(lour Temperature of Concrete as Sbowu The pressures in the above table have been increased to 70 F provide an allowance for the vibration and impact. and Horizontal surfaces shall support a pressure of 160 pounds ' 40 F per square foot for each foot of concrete height. 50 F 55 F All exposed comers shall be beveled 3/4 inches. However, 60 F above traffic barriers shall not be beveled unless the Plans require it. All forms shall be mortar-tight as possible with no water standing in them as the concrete is placed. The Contractor shall apply a parting compound on forms for exposed concrete surfaces. This compound shall be a chemical ' release agent that permits the forms to separate cleanly from the concrete. The compound shall not penetrate or stain the surface and shall not attract dirt or other foreign matter. After the forms are removed, the concrete surface shall be dust-free and have a uniform appearance. The Contractor shall apply the compound at the manufacturer's recommended rate to produce a surface free of dusting action and yet provide easy removal of the forms. If an exposed concrete surface will be sealed, the release ' agent shall not contain silicone resin. Before applying the agent, the Contractor shall provide the Engineer a written statement from the manufacturer stating whether the resin in the base ' material is silicone or non-silicone. The Contractor shall submit to the Engineer a sample of the parting compound at least ten working days before its use. Approval or nonapproval shall be based on laboratory tests ' results. The Engineer may reject any forma that will not produce a satisfactory surface. Page-SP-49 Revision Date: January 20, 1992 6.02 _ Concrete Structures ' Before releasing forms under concrete cured at temperatures 6-02.3(17)] Removal offallsework and Forms colder than 50 F, the Contractor shall first prove that the The Contractor shall never remove forms or falscwork concrete meets desired strength- regardless of the time that has ' unless the Engineer approves. The Engineer will decide, on the elapsed. basis of post-placement curing conditions, the exact number of The Engineer may approve leaving in place forms for curing days that shall elapse before form removal. If the footings in cofferdams or cribs. This decision will be based on Engineer does not decide otherwise, the Contractor may remove whether removing them would harm the cofferdam or crib and ' forma (from the time of the last pour the forms support) as whether the fortes will show in the finished structure. indicated in the table below. Both compressive strength and On concrete box girder structures, the forms supporting the curing days criteria must be met if both are listed. roadway slab shall rest on ledgers or similar supports without being shored to, or supported on, the bottom slab. These form ' supports shall be fastened as near as possible to the top of the Percent web walls. When the cells of a concrete box girder strticturc of Specified Minimum Curing contain utilities, the roadway slab interior forms shall be ' Concrete Placed In Compressive Strength Days removed. Unless otherwise shown in the Plans, the interior forms in all other cells may be left in place. Columns,wall faces,mans pieniand - 3 All other forms shall be removed whether above or below abutments(except pier caps),traffic and the level of the ground or water. Sections 6-02.3(7)and 6-02.3(8) ' pedestrian barriers,and any other side form net supporting the concrete weight.I govern form removal for concrete exposed to sea water or to Pier caps continuously supported.2 60 3 alkaline water or soil. The forms inside of hollow piers, girders, Sidewalks net supported on bridge 70 _ abutments, etc. shall be removed through openings shown in the roadway slabs.2 Plans or approved by the Engineer. ' Croubeams, caps,pier caps not 80 5 continuously supported,ants and 6-02.3(24)A Field Bending top slabs on concrete box culverts, If the Plans call for field beading of steel reinforcing ' inclined columns and inclined bars, the Contractor shall bend them in keeping with the3 walls' structure configuration and the Plans and Specifications. Roadway slabs supported on wood - 10 or steel stringers or on steel or Bending steel reinforcing bars partly embedded in concrete prestressed concrete girders? - shall "et-be done as follows: , Box girders,T-beam girders,and 80 14 rittem appre* a' of a field bending plan from she Gentrueter. flat-slab superstructure.2,7 Arches 2.) 21 than site-Ne:-M- Field bending shall not be done: , 'Where forms do not support the load of concrete. 1. On ban Size No. 14 or No. IS, 2Where forms support the load of concrete. 2. When air temperature is lower than 45 F. 3Whcm continuous spans arc involved, the time for all spans 3. By means of hammer blows or pipe sleeves, or ' will be determined by the last concrete placed affecting any span. 4. While bar temperature is in the range of 400 700 F. In field-bending steel reinforcing ban, the Contractor shall: Before releasing supports from beneath beams and girders, 1. Make the bend gradually; the Contractor shall remove forms from columns to enable the 2. Apply heat as described in Tables 2 and 3 for bending Engineer to inspect the column concrete. bar Sizes No. 7 through No. 11 and for bending bar The Contractor may remove the side forms of footings 24 Sizes No. 6 and smaller when the ban have been hours after concrete placement if a curing compound is applied previously bent. Previously unbent bars of Sizes No. 6 ' immediately. But this compound shall not be applied to that area and smaller may be bent without heating; of the construction joint between the footing and the column or 3. Use a bending tool equipped with a bending diameter wall, as fisted in Table 1; The Contractor may remove side forms, traffic barrier 4. Limit any bend to these maximums — 135 degrees for ' forms, and pedestrian barrier forms after 24 boon if these forms ban smaller than Size No. 9, and 90 degrees for bars arc made of steel or dense plywood, an approved water reducing Size No. 9 through No. 11; additive is used, and the concrete reaches a compressive strength 5. Straighten by moving a hickey bar (if used) of 1,400 psi before form removal. This strength shall be proved progressively around the bend. ' by test cylinders made from the last concrete placed into the In applying heat for field-bending steel reinforcing form. The cylinders shall be cured according to WSDOT Test ban, the Contractor shall: Method No. $09, Method 2. 1. Use a method that will avoid damages to the concrete; ' Wet curing shall comply with the requirements of Section 6- 2. Insulate any concrete within 6 inches of the heated bar 023(11). The concrete surface shall not become dry during form area; removal or during the entire curing period. 3. Ensure, by using temperature-indicating crayons or Before placing forms for traffic and pedestrian barriers, the other suitable means, that steel temperature never ' Contractor shall completely release all falsework under spans. exceeds the maximum temperatures shown N Table 2 below; Page-SP-50 , Revision Date: January 20, 1992 1 6-02 Concrete Structures ' 4. Maintain the steel temperature within the required Prior to the start of production of girders, the Contractor range shown in Table 2 below during the entire shall advise the Engineer .of the production schedule. The bending process; Contractor shall give the Inspector safe and free access to the ' 5. Apply two heat tips simultaneously at opposite sides of work. If the Inspector observes any nonspecification work or bars larger than Size No. 6 to assure a uniform unacceptable quality control practices, the Inspector will advise temperature throughout the thickness of the bar. For the plant manager. If the corrective action is not acceptable to the Size No. 6 and smaller bars, apply two heat tips, if Engineer, the girder(s)will be rejected. necessary; The State intends to perform Quality Assurance Inspection. 6. Apply the heat for a long enough time that within the By its inspection,the State intends only to facilitate the work and bend area the entire thickness of the bar— including its verify the quality of that work. This inspection shall not relieve center—reaches the required temperature; the Contractor of any responsibility for identifying and replacing 7. Bend immediately after the required temperature has defective material and workmanship. been reached; The various types of girders are: 8. Heat at least as much of the bar as Table 3 below Prestressed Concrete Girder - Refers to prestressed ' requires; concrete girdeors including Series W42G, WSOG, W58G, and i; 9. Locate the heated section of the bar to include the W74G 4, 6. :girders, bulb tee girders, and deck entire bending length;and bulb tee girders. 10. Never cool bars artificially with water, forced air, or Bulb Tee Girder - Refers to a bulb Ice girder or a deck other means. bulb tee girder. Deck Bulb Tee Girder - Refers to a bulb tee girder with a Table 1 top flange designed to support traffic loads (i.e., without a cast- Beading Diameters for Field-Bending Reinforcing Bars in-place deck). This type of bulb tee girder is mechanically Bend Diameter/Bar Diameter Ratio connected to adjacent girders at the job site. Bar Size Heat Not Applied Heat Applied No.4,No.5 86 gg 6-02.3(25)A Shop Plans ' Ne--S--Na 6 9 8 The Plans show design conditions and details for prestressed No.6 thry 4, Na. S, No. 9 Not Permitted B girders. Deviations will not be permitted, except as specifically No. 10,No. I Not Permitted 10 allowed by these Specifications and by manufacturing processes approved by the annual plant approval process. ' I Table 2 The Contractor shall have the option to furnish Series Preheating Temperatures for Field-Bending Reinforcing Bars W74G44- prestressed concrete girders with minor dimensional Temperature (F1 differences from those shown in the Plans. The 2 518 inch top Bar Sze Minimum Maximum flange taper may be reduced to 1-519 inch, and the 5 inch web ' width may be increased to 6 inches. Other dimensions of the No.4 12,00 1,250 girder shall be adjusted as necessary to accommodate the above No.5,No.6 1,350 1,400 mentioned changes. If reinforcing steel is adjusted in the end No.7 thru No.9 1,400 1,450 block area to provide the clearance the Plans require, the ' No.10,No.11 1,450 1,500 .6 +488 a-2t� Contractor may change the width of the end block to 1 toot 4 No. -0 +14} 0 i458 inches. The overall height and flange width of the girder shall 0ya,,.iQ,?to .µ go 4-, 0g remain unchanged. ' If the Contractor elects to provide a Series W74G14 girder Table 3 with an increased web thickness, shop plans along with Minimum Bar Length to be Heated supporting design calculations shall be submitted to the Engineer ' (d = nominal diameter of bar in inches) for approval prior to girder fabrication. The girder shall be Bend Angle designed for at least the same load carrying capacity as the girder Bar Sim 45° 90. 135° shown in the Plans. The load carrying capacity of the mild steel reinforcement shall be the same as that shown in the Plans. ' No.4 thru No. 8 8d 124 15d The Contractor may alter bulb tee girder dimensions as No.9 8d 12d Not Permitted specified from that shown in the Plans if: No. 10,No. l l 9d 14d Not Permitted 1 The girder has the same or higher load carrying capacity (using current AASHTO Design ' 6-02.3(25) Prestressed Concrete Girders Specification); The Contractor shall be required to perform quality control 2. The Engineer approves, before the girder is made, inspection. The manufacturing plant of prestressed concrete complete design calculations for the girder; girders shall be certified by the Prestress Concrete Institute's 3, The Contractor adjusts substructures to yield the same ' Plant Certification Program for the type of prestress member to top of roadway elevation shown in the Plans; be produced and shall be approved by WSDOT as a Certified 4. The depth of the girder is not increased by more than 2 Prestress Concrete Fabricator prior to the start of production. inches and is not decreased; WSDOT certification will be granted at, and renewed during, the 5. The web thickness is not increased by more than I inch annual prestressed plant review and approval process. and is not decreased; Page-SP-51 ' Revision Date: January 20, 1992 6-02 Concrete Structures ' 6. The top flange minimum thickness of the girder is not 3. Width(narrow web section): + 3/8 inch,- 1/4 inch ' increased by more than 2 incha, providing the top 4. Girder Depth (overall): ± 1/4 inch flange taper section, is decreased a corresponding 5. Flange Depth: + 114 inch,- 118 inch ! amount; 6. Strand Position: ± 1/4 inch from the center of gravity ' 7. The top flange taper depth is not increased by more of a strand group and of an individual strand than 1 inch; and 7. Longitudinal Position of the Harping Point: ± IS S. The bottom flange width is not increased by more than inch" 2 inches. 8. Bearing Recess (center recess to beam end): ± 1/4 ' The Contractor shall provide four copies of the shop plans inch to the Engineer for approval. Only steel aide forma will be 9. Beam Ends(deviation from square or designated skew) approved, except plywood forms are acceptable on the end Horizontal: ± 1/2 inch from web centerline to bulkheads. Approval of shop plans means only that the Engineer flange edge ' accepts the methods and materials. Approval does not imply Vertical: ± 1/8 inch per foot of beam depth correct dimensions. 10. Bearing Area Deviation from Plane (in length or width of bearing): 1/16 inch ' 6-02.3(25)B Casting 11. Stirrup Reinforcing Spacing: ± 1 inch Before casting girders,the Contractor shall have possession 12. Stirrup Projection from Top of Beam: ±314 inch of an approved set of shop drawings. 13. Mild Steel Concrete Cover: - 1/8, + 318 inch All concrete mixes to be used shall be pre-approved in the 14. Offset at Form Joints (deviation from a straight line ' WSDOT plant certification process and must meet the extending 5 feet on"ch side of joint): ± 1/4 inch requirements of Section 9-191. The temperature of the 15. Differential Camber Bctwcen Girders in a Span concrete when placed shall be between 50 F and 90 F. The (measured in place at the job site) temperature limits in Section 6-02.3(6)A do not apply to For 1-girders: 1/8 inch per 10 feet of beam length ' prestressed concrete girders. (Series 4, 6, 8, i9;, an4-wK'i3C, The Contractor shall use air-entrained concrete in the entire W50G,WSBG,and W74G). For deck bulb we girders: Cambers shall be equalized by an roadway deck flange of deck bulb-tee girders. approved method when the difference , No welds will be permitted on steel within prestressed in cambers between adjacent girders girders. Once the prestressing steel has been installed, no welds or stages measured at mid-span or grounds for welders shall be made on the forms or the steel exceeds 114 inch. in the girder, except as specified. 16. Position of Inserts for Structural Connections: ± 1/2 ' The Contractor may form circular block-outs in the girder inch top flanges to receive falsework hanger rods. These block-outs 17. Position of Lifting Loops: ±3 inches longitudinal, ± shall: 1 inch transverse ' I. Not exceed I inch in diameter, 18. Weld plates for bulb tee girders shall be placed ± 1/2 2. Be spaced no more than 72 inch" apart longitudinally inch longitudinal,and± 1/8 inch vertical on the girder, 3. Be located 3 inches or more from the outside edge of 6-02.3(25)J Horizontal Alignment ' the top flange on Series W42G, W50G, and W58G apt r._-.__._- -L_o Meek the herwaR.-, - --___. of b_ th 4through--ig girders and 6 inch" or more for Series 44-W74G girders,and 4. Be located within I foot 3 inches of the web centerline , for bulb tee girder. The Contractor may form circular block-outs in the girder webs to support brackets for roadway slab falsework. These 6�e alignment of Elie girder is not infidemeed b5 temporary block-outs shall: ' 1. Not exceed 1 inch in diameter, 2. Be spaced no more than 72 inches apart longitudinally on the girder,and The Contractor shall check and record the horizontal ' 3. Be positioned act as to clear the girder reinforcing and alignment of both top and bottom flanges of each girder upon prestressing steel. removal of the girder from the casting bed. The Contractor shall also check and record the horizontal alignment within a 6-02.3(25)I Tolerances two week period prior to shipment, but no less than three ' The girders shall be fabricated as shown in the Plans and days prior to shipment. If the girder remains in storage for a shall meet the dimensional tolerances fisted below. Actual period exceeding 120 days, the Contractor shall check and acceptance or rejection will depend on how the Engineer believes record the horizontal alignment at approximately 120 days. ' a defect outside these tolerances will affect the structure's Each check shall be made by measuring the distance between strength or appearance. each flange and a chard that extends the full length of the 1. Length (overall): ± 114 inch per 25 feu of beam girder. The Contractor shall perform and record each check length, up to a maximum of±1 inch at a time when the alignment of the girder is not influenced ' 2. Width(flanges): + 3/8 inch,- 1/4 inch by temporary differences in surface temperature. These Page-SP-52 Revision Date: January 20, 1992 , ' 6.02 Concrete Structures records shall be available for the Engineer's inspection and strands at either end. Series W42G sad WSOG4 6,__d Ce included in the Contractor's Prestressed Concrete Certificate girders can be picked up at'a'maximum angle of 30 degrees to of Compliance. the venial(measured in the longitudinal plane of the girder). All Immediately after the girder is removed from the casting other prestressed girders shall be picked up vertical. Girders bed,neither flange shall be offset more than 118 inch for each 10 shall be braced laterally to prevent tipping or buckling as ' feet of girder length. During storage and prior to shipping, the specified in the Plans. offset (with girder ends plumb and upright and with no external Before moving a long girder, the Contractor shall check it force)shall not exceed 1/4 inch per 10 feet of girder length. Any for any tendency to buckling. Each girder that may buckle shall girder within this tolerance may be shipped, but must be be braced on the sides to prevent buckling. This bracing shall be ' corrected at the job site to the 1/8 inch maximum offset per 10 attached securely to the top Flanges of the girder. The lateral feet of girder length before concrete is placed into the bracing shall be in place during all lifting or handling necessary diaphragms. for transportation from the manufacturing plant to the job site and The Engineer may permit the use of external force to erection of the girder. The Contractor is cautioned that for some correct girder alignment at the plant or job site if the Contractor delivery routes more conservative guidelines for lateral bracing provides stress calculations and a proposed procedure. If external may be required. Before removing the bracing to cast force is permitted, it shall not be released until after the roadway diaphragms, the Contractor shall fasten all girders in place by ' slab has been placed and cured ten days. other means. If the Contractor wishes to deviate from these handling and 6-02.3(25)K Girder Deflection bracing requirements, the vertical pickup, or the pickup location, The Contractor shall check and record the vertical the proposed method shall be analyzed by the Contractor's ' deflection (camber)of each girder upon removal of the girder engineer and submitted with the supporting calculations to the from the casting bed. The Contractor shall also check and Engineer for approval. The Contractor's analysis shall conform record the vertical deflection (camber) within a two week to Articles 5.2 and 5.3 of the P.C.1. Design Handbook, Precast period prior to shipment, but no less than three days prior to and Prestressed Concrete, Third Edition, or other approved ' shipment. If the girder remains in storage for a period methods. The Contractor's calculations shall verify that the exceeding 120 days, the Contractor shall check and record concrete stresses in the prestressed girder do not exceed those the vertical deflection (camber) at approximately 120 days. listed in Section 6-02.3(25)M. ' The Contractor shall perform and record each check at a If girders arc to be stored, the Contractor shall place them time when the alignment of the girder is not influenced by on a stable foundation that will keep them in a vertical position. temporary differences in surface temperature. These records Stored girders shall be supported at the baring recesses or, if shall be available for the Engineer's inspection and included there are no recesses, approximately 18 inches from the girder ' in the Contractor's Prestressed Concrete Certificate of ends. For long-term storage of girders with initial horizonal Compliance. curvature, the Contractor may wedge one side of the bottom flange, tilting the girders to control curvature. If the Contractor elects to set girders out of plumb during storage, the Contractor shall have the proposed method analyzed by the Contractor's engineer to ensure against damaging the girder. ' ofGernpitenee.. 6-02.3(25)M Shipping The "D" dimensions shown in the Plans arc computed After the girder has reached its 28 day design strength, and girder deflections at midspan based on a time elapse of 120 days the fabricator believes it to comply with the specification, the after release of the prestressing strands. A positive (+) "D" girder and a completed Certification of Compliance (DOT 354 ' dimension indicates upward deflection. 151), signed by a Prestressed Concrete Institute Certified The Contractor shall control the deflection of prestressed Technician or a professional engineer, acceptable to WSDOT, concrete girders that are to receive a cast-in-place slab by shall be presented to the Engineer for inspection. If the Engineer ' scheduling fabrication or other means. The actual girder finds the certification and the girder to be acoeptabzc, the deflection at the midspan may vary from the "D" dimension at Engineer will stamp the girder"Approved for Shipment." the time of slab forming by a maximum of plus 1/2 inch for No prestressed girders shall be shipped that are not stamped girder lengths up to 80 feet and plus I inch for girder lengths "Approved for Shipment." over 80 feet. The method used by the Contractor to control the No bulb tee girder shall be shipped for at least seven days girder deflection shall not cause damage to the girders or any after concrete placement. No other girder shall be shipped for at over stress when checked in accordance with the AASHTO least ten days after concrete placement. Specifications. Girder support during shipping shall meet these All costs, including any additional Sate engineering requirements unless otherwise shown in the Plans: expenses, in connection with controlling the girder deflection shall be home by the Contractor. Centerline Support Within ' Type of Girder This Distance From Ether Fad 6-02.3(25)L Handling and Storage During handling and storage, each girder shall always be Series%''42G and W50G4r4r*n"and all bulb tee ginkn 3 feet kept plumb and upright. It shall be lifted only by the lifting Series W58G 4 4 feet Series W74G44 5 feet ' Page-SP-53 Revision Date: January 20, 1992 6-03 Steel Structures ' These stress limits apply to all tendons (unless the Plans set If the Contractor wishes to use other support locations, they other limits): may be proposed to the Engineer for review and approval in 1. Maximum service load after all losses: 80 percent of ' accordance with Section 6-02.3(25)L. The Contractor's proposal the specified yield point stress of the steel. shall include calculations showing that concrete stresses in the 2. Maximum tensile stress during jacking: 79 percent of girders will not exceed those listed below: the specified minimum ultimate tensile strength of the ' steel. Criteria for Checking Girder Stresses 3. Maximum initial stress at anchorage after searing: at the Time of Lifting or Transporting and Erecting 70 percent of the specified minimum ultimate tensile strength of the steel. ' Stresses at both support and harping points shall be satisfied Tendons shall be anchored at initial stress= that will based on these criteria: ultimately maintain service loads at least as great as the Plans 1. Allowable compression arms, fc = 0.60 f cm require. a. fcm = compressive strength at time of lifting or As tensioning proceeds, the Engineer will be recording the ' transporting verified by test but shall not exceed applied load, tendon elongation, and anchorage seating values. design compressrJe strength (fc) at 28 days in psi + 1,000 psi When removing the jacks, the Contractor shall relieve 2. Allowable tension stress, ft stresses gradually before cutting the prestressing reinforcement. ' a. With no bonded reinforcement = 3 times the The prestressing strands shall be cut a minimum of 1 inch from square root of fcm the face of the anchorage device. b. With bonded reinforcement to resist total tension , force in the concrete computed on the basis of an 6-03 Steel Structures uncracked section = 7.5 tines the square root of fcm. The allowable tensile stress in reinforcement is 30 ksi(AASHTO M-31, Gr. 60) 6-03.3 Construction Requirements ' 3. Prestress loss" a. 1 day to 1 month = 20,000 psi b. 1 month to 1 year = 35,000 psi 6-03.3(25) Welding and Repair Welding , C. 1 year or more = 45,000 psi(max.) All welding and repair welding shall comply with the 4. Impact on dead load AASHTO/AWS D1.5-88 Bridge Welding Code. The a. Lifting from casting beds = 0 percent requirements described in the remainder of this subsection shall b. Transporting and erecting = 20 percent prevail wherever they differ from the AASHTO/AWS D1.5-88. ' Welding of structural steel will be permitted only to the 6-02.3(26)E Tensioning extent shown in the Plans. No welding, including tack and The Contractor shall not begin to tension the tendons until: temporary welds shall be done in the shop or field unless the 1. All concrete has reached a compressive strength of at location of the welds is shown on the approved shop drawings or ' least 4,000 psi or the strength the Plans require approved by the Engineer in writing. (demonstrated on test cylinders made of the same Welding procedures shall be submitted for approval with concrete cured under the same conditions as that in the shop drawings. The procedures shall specify the type of bridge), and equipment to be used, electrode selection, preheat requirements, ' 2. The Engineer is satisfied that all strands arc free in the bast materials, and joint details. When the proccdur= arc not ducts. prequalified by AWS or AASHTO,evidence of qualification tests Tendons shall be tensioned to the values shown in the Plans shall be submitted. , (or approved shop drawings) with hydraulic jacks. When Welding shall not begin until after the Contractor has stressing from both ends of a tendon is specified, it need not be received the Engineer's approval of shop plans as required in simultaneous unless the Plans require. The jacking sequence Section 6.033(7). These plans shall include procedures for shall follow the approved shop drawings. welding, assembly,and any heat-straightening or heat-curving. ' Each jack shall have a pressure gauge that will determine Any welded shear connector longer than 8 inches may be the load applied to the tendon. The gauge shall display pressure made of two shorter shear connectors joined with full-penetration accurately and readably with a dial at lust 6 inch= in diameter welds. ' or with a digital display. Each jack and its gauge shall be If using AASHTO M 222 Grade D or E steel, the calibrated as a unit and shall be accompanied by a certified Contractor shall provide proof of weldabibty to the Engineer calibration chart. The Contractor shall provide one copy of this before fabrication. chart to the Engineer for use in monitoring. The cylinder In shielded metal-arc welding, the Contractor shall use low- ' extension during calibration shall be in approximately the hydrogen electrodes. position it will occupy at final jacking force. In submerged-arc welding, flux shall be oven-dried at 550 F All jacks and gauges must be recalibrated and recertified: for at lust 2 hours, then stored in ovens held at 250 F or more. (1) at least every 180 days, and (2) after any repair or If not used within 4 hours after removal from a drying or storage ' adjustment. The Engineer may use pressure cells to check jacks, oven, flux shall be redried before use. gauges,and calibration charts before and during tensioning. Page-SP-54 ' Revision Date:January 20, 1992 6-03 Steel Structures Preheat and interpass temperatures shall comply with the 2- Bridge bearings and expansion joints. minimums in Table 2 below: 3. Sign bridges, cantilever sign structures, and sign ' brackets- Table 2 4. Light,signal,and strain pole standards. Thickness(1)of Thicken Pan The testing procedure and acceptance criteria for tubular at Point of Welding(Inches) Tempentun(F) members shall conform with Section 10 of the latest edition of the AWS Structural Welding Code D1.191.1—Steel. t<3/4 t00 Magnetic Particle Inspection 3/4<t<1 1/2 ]so 1. Fillet and partial penetration groove welds: 1 112<I<2 112 200 t>2 1/2 250 Al least 30 percent of each size and type of fillet ' welds (excluding intermittent fillet welds) and partial All web and flange plates, bearing stiffeners,bearing plates, Penetration groove welds in the following welded and heavy sections (restrained when welded) shall be preheated assemblies or structures shall be tested by the magnetic ' to at least 250 F. particle method:. If groove welds (web-to-web or flange-to-flange) have been a. Flangc-to-web connections in highway bridges. rejected, they may be repaired no more than twice. If a third b. End and intermediate pier diaphragms in highway failure occurs,the Contractor shall: bridges. t 1. Trim the members, if the Engineer approves, at least c. Stiffeners and connection plates in highway 112 inch; or bridges. 2. Replace the members at no expense to the State. d. Welded connections and splices in earth retaining By using extension bars and runoff plates, the Contractor structures. ' shall terminate groove welds in a way that ensures the soundness c. Boxed members of trusses. of each weld to its ends. The bars and plates shall be removed I. Bridge bearings and expansion joints. after the weld is finished and cooled. The weld ends shall then be g. Sign bridges, cantilever sign structures, and sign ' ground smooth and flush with the edges of abutting pate. brackets. The Contractor shall not: h. Light, signal, and strain pole standards. 1. Weld with electrogas or clectroslag methods, 2. Longitudinal butt welds in bum and girder webs: 2. Weld nor flame cut when the ambient temperature is At lust 30 percent of each longitudinal butt weld below 20 F,or in the beam and girder webs shall be tested by the 3. Use coped holes in the web for welding butt splices in magnetic particle method. the flanges unless the Plans show them. 3. Complete penetration groove welds on plates 5116 inch or thinner shall be 100 percent tested by the magnetic ' 6-03.3(25)A Welding Inspection particle method.Testing shall apply to both sides of the The Contractor's welding inspection procedures, weld, if backing plate is not used. techniques, methods, acceptance criteria, and inspector 4. The ends of each complete penetration groove weld at qualification shall be in accordance with the AASHTO/AWS plate edges shall be tested by the magnetic particle D1.5-88 Bridge Welding Code. method. Nondestructive testing in addition to visual inspection shall Where 100 percent testing is not required, the Engineer be performed by the Contractor. Unless otherwise shown in the reserves the right to select the location(s) for testing. ' Plans or specified in the Special Provisions, the extent of If rcjectablc flaws are found in any test length of weld in inspection shall be as specified in this section. Testing and Item 1 or 2 above, the full length of the weld or 5 feet on each side of the test length,whichever is less, shall be tested. inspection shall apply to welding performed le the shop and le After repairs of defects have been made, additional ' the field.Visual Inspection nondestructive testing shall be performed to ensure that the All welds shall be 100 percent visually inspected. Visual repairs are satisfactory. This luting shall include the repaired inspection shall be performed before, during, and after the area plus at lust 2 inches on each side of the repaired area. ' completion of welding. After the Contractor has completed his welding inspection, Radiographic Inspection the Contractor shall allow the Engineer sufficient time to perform quality assurance ultrasonic welding inspection. Complete penetration tension groove welds c highway The Contractor shall maintain the radiographs and the bridges shall be 100 percent radiographically inspected, These ' welds include those in the tension area of webs, where inspection radiographic inspection report in the shop until the last joint to be shall cover the greater of these two distances: (a) 15 inches from radiographed in that member is accepted by the radiographer the tension flange, or(b)one third of the web depth. representing the Contractor. Within two working days following Ultrasonic Inspection this acceptance,the Contractor shall mail the film and two copies ' Complete penetration groove welds on plates thicker than of the radiographic inspection report to the Materials Engineer, 5/16 inch in the following welded assemblies or structures shall Department of Transportation, P.O. Box 167, Olympia, WA be 100 percent ultrasonically inspected: 98504. ' 1. Welded connections and splices in highway bridges and earth retaining structures, excluding longitudinal butt welds in bum or girder webs. ' Page-SP-55 Revision Date: January 20, 1992 6-03 Steel Structures shall utilize drift pins to align the connection. The alignment 6-03.3(32) Assembling and Bolting drift pins shall fill between 15 and 30 percent of the holes in a To begin bolting any field connection or splice, the single field connection and between 15 and 30 percent of the Contractor shall install and tighten to snug-tight enough bolts holes on each side of a single joint in a splice plate. Once the to bring all parts into full contact with each other prior to alignment drift pins are in place, all remaining holes shall be tightening the bolts to the specified minimum tension. "Snug- filled with bolts and tightened to snug-tight starling from near tight" means either the tightness reached by (1) a few blows the middle and proceeding toward the outer gage lines. Once from an impact wrench, or (2) the full effort of a person all of these bolts are snug-tight, the Contractor shall ' using a spud wrench. systematically tighten all these bolts to the specified minimum As erection proceeds, all field connections and splices for tension. The Contractor shall then replace the drift pins with each member shall be securely drift pinned and bolted before the bolts. Each of these bolts shall be tightened to the specified ' weight of the next-member can be released or the next member minimum tension. is addedie--adda . Field erection drawings shallwill specify pinning and bolting requirements that meet or exceed the To complete a field bolted connection or splice in a following minimumstheea1R4V:mxrna: continuous operation, the Contractor shall fill 15 percent of the ' 1. Joints in normal structures: 50 percent of the holes holes in a single field connection or on each side of a single joint in a single field connection and 50 percent of the in a splice plat with drift pins. All remaining holes shall be filled holes on each side of a single joint in a splice plate with bolts and tightened to snug-tight starting from near the shall be filled with drift pins and bolts. 30 percent middle proceeding toward the outer gage Lines. Once all of these ' of the filled holes shall be pined. 70 percent of the bolts are snug-tight, the Contractor shall systematically tighten all filled holes shall be bolted and tightened to snug- these bolts to the specified minimum tension. The Contractor tight. Once all the bolts are snug-tight, each bolt shall then replace the drift pins with bolts tightened to the t shall be systematically lightened to the specified specified minimum tension. If this method is utilized, the next minimum tension. "Systematically tightened" means member cannot be added nor the weight of the member being beginning with bolts in the most rigid part, which is bolted released until a minimum of 85 percent of the bolts are usually the center of the joint, and working out to its systematically tightened to the specified minimum tension. ' free edges. The fully tensioned bolts shall be located All bolts shall be placed with heads toward the outside and near the middle of a single field connection or a underside of the bridge. All high-strength bolts shall be installed single splice plate. and tightened before the falsework is removed. 2. Joints in cantilevered structures: 75 percent of the The Contractor may erect metal railings as erection holes in a single field connection and 75 percent of proceeds. But railings shall not be bolted or adjusted permanently the holes on each side of a single joint in a splice until the falsework is released and the deck placed. plate shall be filled with drift pins and bolts. 50 The Contractor shall not begin painting until the Engineer ' percent of the filled holes shall be pinned. 50 has inspected and accepted field bolting. percent of the filled holes shall be bolted and Lightened to snug-tight. Once all the bolts are snug- 6-03.3(33) Bolted Connections tight, each bolt shall be systematically tightened to Bolts, nuts, hardened washers, and direct tension indicators ' the specified minimum tension. The fully tensioned shall meet the requirements of Section 9-06.5(3). bolts shall be located near the middle of a single field All bolted connections are friction type. Painted structures connection or a single splice plate. require Type 1 or Type 2 bolts. Unpainted structures require i- Type 3 bolts. AASHTO M 253 Type 1, 2, and 3 bolts shall not ' So_pe:een: of ftill„ -.___�c .Wh _. leas. 99 __--_-, _r be galvanized or be used in contact with galvanized material. the holes pinned it a 1� single joint. Hardened washers arc not required for connections using 2- AASHTO M 164 and AASHTO M 253 bolts except as required ' in the following: person! Of6sis holes pinned in a") sitigie jeint. 1. Irrespective of the tightening method, hardened Drift pins shall be placed throughout each field washers shall be used under both the head and the nut connection and each field joint with the greatest concentration when AASHTO M 253 bolts arc to be installed in , in the outer edges of a splice plate of member being bolted. structural carbon steel (AASHTO M 193). To complete a joint following the method listed above, 2. Where the outer face of the bolted ports has a slope the Contractor shall fill all remaining holes of the field greater than 1:20 with respect to a plane normal to the , connection or splice plat with bolts and tighten to snug-tight. bolt axis, a hardened beveled washer shall be used to Once all of these bolts are snug-tight, each bolt shall be compcnsatc'for the lack of parallelism. systematically tightened to the specified minimum tension. Direct tension indicators, if used, shall be galvanized on After these bolts are tightened to the specified minimum painted structures and epoxy-coated on unpainted structures. ' tension, the Contractor shall replace the drift puts with bolts All galvanized nuts shall be lubricated with a lubricant tightened to the specified minimum tension, containing a visible dyc so a visual check for the lubricant can be The Contractor may complete a field bolted connection made at the time of field installation. Black bolts shall be `oily" or splice in a continuous operation before releasing the weight to the touch when installed. Weathered or rusted bolts and nuts , of the member or adding the next member. The Contractor shall be cleaned and rclubricated prior to installation. Page-SP-56 Revision Date: January 20, 1992 ' 6-04 Timber Structures After assembly, bolted pans shall fit solidly together. They Conditions 2: One face at right angle to boh axis, one face shall not be separated by washers, gaskets,or any other material. sloped no more than 1:20,without bevel washer. ' Assembled joint surfaces, including those next to bolt heads, Conditions 3: both faces sloped no more than 1:20 from nuts, and washers, shall be free of loose mill scale, burrs, din, right angle to bolt axis, without bevel washer and other foreign material that would prevent solid seating. aNut rotation is relative to the bolt regardless of Whcn all bolts in a joint are tight, each bolt shall carry at which element(nut or bolt) is being turned. Tolerances least the proof load shown in Table 3 below: permitted: plus or minus 30 degrees for fmal turns of 1/2 turn or less; plus or minus 45 degrees for final Table 3 turttsbof 2/3 turn or more. Minimum Bolt Tension D = nominal bolt diameter of bolt being Bolt Size AASHTO M 164 AASHTO M 253 tightened. (Inches) (POUnds) (PDM&) "When bolt length exceeds 12D, the rotation shall 12 12,050 14,900 be determined by actual tests in which a suitable ' 5/8 19,200 23,700 tension device simulates actual conditions. 314 28,400 35,100 718 39,250 48,500 2. Dircct-Tension-Indicator Method ' 1 51.500 63,600 The load indicator shall be placed under the nut 1 118 56,450 80,100 with the protrusions facing the nut and with a hardened 1 114 71,700 101,800 flat washer placed between the load indicator and the 1 3/8 85,450 121,300 nut. After a bolt in a connection or joint splice plate has 1 1/2 104,000 147,500 been tightened to snug-tight and all specified bolting conditions satisfied, the nut shall be further tightened Tightening may be done by either the turn-of-nut or the until all the gap openings are 0.005 inch or less for direct-tension-indicator method. Preferably, the nut shall be painted structures. Gap openings shall be 0.1)(!0 inch ' turned tight while the bolt la prevented from rotating, for unpainted structures. When tightening the nut, hold However, if required because of bolt entering and/or wrench the bolt head with a wrench to prevent turning. Where operational clearances,tightening may be done by turning the nut lightening is not practical, the head of the bolt may bolt while the out is prevented from rotating. Following are be turned with the nut held. In this case, the load descriptions of the Turn of Nut and Direct-Tension-Indicator indicator shall be placed under the bolt head with the Methods: protrusions against a hardened flat washer. For 1. Turn-of-Nut Method unpainted structures, the direct tension load indicators ' After a bolt in a connection or joint splice plate has and hardened washers shall be epoxy coated to match been tightened to snug-tight and all specified bolting the color of the surrounding weathered steel. conditions satisfied, it shall be tightened to the To ensure that this tightening method is followed, specified minimum tension by rotating,the amount the Engineer will observe as the Contractor installs and specified in Table 4. Before final tightening, the tightens all bolts. In the presence of the Engineer, the Contractor shall match-mark with crayon or paint Contractor shall inspect all bolts with a feeler gauge. the outer face of each nut and the protruding part of AASHTO M 253 bolts and galvanized AASHTO M 164 the bolt. To ensure that this tightening method is bolts shall not be reused. Ungalvanized AASHTO M 164 bolts followed, the Engineer will (1) observe as the may be reused if approved by the Engineer. Touching up or Contractor installs and tightens all bolts, and (2) retightening previously tightened bolts which may have been inspect each match-mark. loosened by the tightening of adjacent bolts shall not be ' Table 4 considered as reuse, provided the snugging up continues from Tar aof-Nut Tightening Method the initial position and does not require greater rotation, Nut Rotation'from Snug-Tight Condition including the tolerance, than that required by Table 4. ' Bolt Length Disposition of Outer Faces of Bolted Parts 6-04 Timber Structures Condition Condition Condition ' 1 2 3 6-04.3 Construction Requirements 1<4Db 1/3 turn 112 turn 213 turn 4D<1<8D 1/2 turn 213 turn 6-04.3(4) Field Treatment of Cut Surfaces, Bolt 516 turn Holes, and Contact Surfaces 8D<1<12Dc 213 turn 516 turn All cuts and abrasions in treated piles or timbers shall be 1 turn trimmed carefully, coated with two coats of bel-creosote, and covered with an approved het-roofing asphal/p+tch or asphalt- ' Bolt length measured from underside of head to extreme end asbestos aeft»g some% . ..: of point. All bolt holes drilled in the field shall be treated with Act Conditions 1: both faces at right angles to boll axis. creosote oil . If the material 1 Page-SP-57 Revision Date: January 20, 1992 6-05 Piling will be painted, the holes shall be pressure treated with the same ' preservative as was used on the timber. Any unfilled holes shall 6-05 Piling be plugged with wood plugs treated with the same preservative used in the holes. The heads and threaded ends of all timber connections shall be sealed with an approved roofing asphalt 6-05.3 Construction Requirements just prior to drawing the connection down tight. On structures of untreated timber, two thorough coats of het ' creosote oil shall be applied to the heads of all pileal W%e ends, 6-05.3(1) General tops,and all contact surfaces of sills,caps, floorbeams, stringers, and wheel guards; all end joints; all contact surfaces of bracing 6-05.3(1)B Driving Piles and truss members; the back faces of bulkheads; and all other The Contractor shall completely dig all foundation pits (and Limber that will contact the earth. build any required cofferdams or cribs) before he begins driving In addition, all depressions or openings around bolt holes, foundation piles. He shall adjust pit depths to allow for upheaval joints, or daps that may retain moisture shall be sealed with an caused by pile-driving,judging the amount of adjustment by the approved roofing aspha nature of the soil. Before constructing the footing or pile cap,the ' Contractor shall restore the pit bottom to correct elevation by 6-04.3(5) Holes for Bolts, Dowels, Rods, and Lag removing material or by backfaling with granular material. Screws The Contractor shall not drive piling from an existing ' Holes shall be bored: structure. 1. For drift pins and dowels — with a bit 1/16 inch Piles shall be driven deep enough to obtain the load-bearing smaller in diameter than the pins and dowels. capacity shown in the Plans. If the Plans specify a minimum tip 2. For truss rods or bolts —with a bit the same I'16 ineh elevation, piles shall be driven to that elevation unless the , larger-in iameter as-dh the rods or bolts. Engineer directs otherwise. If the piles do not develop the 3. For lag screws —in two parts: (a) with the shank lead required load-bearing capacity at the specified tip elevation, the hole the same diameter as the shank and as deep as the Contractor shall continue driving them until they reach bearing ' unthreaded shank is long; and (b)with the lead hole for capacity. If no tip elevation is specified,piles shall extend at least the threaded part approximately two thirds of the shank 10 feet below the bottom of the concrete footing and 15 feet diameter. below the bottom of the concrete sesl. In embankments, if piling is driven through previously ' 6-04.3(6) Bolts, Washers, and Other Hardware placed material, its bearing capacity shall be based on resistance Bolts, flat-head bolts, dowels, washcrs, and other hardware, found only in the underlying foundation material unless otherwise including nails, shall be black or galvanized as specified in the specified. Embankment material includes all that placed above Plans, but if not so specified shall be galvanized when used in the natural ground line or the new ground line formed by ' treated limber structures. Flat-head bolts are detailed in the excavation or removal of unsuitable soils. Standard Plans. If the embankment or the foundation material being Washers of the size and type specified shall be used under driven through produces undue friction on the piling, ' all bolt heads and nuts that would otherwise contact wood. Flat- prebored holes larger than the piling diameter may be head bolts require washers under the nuts only. required. All bolts shall be checked by burring the threads after the nuts have been finally tightened. Vertical bolts shall have nuts on i , the lower ends. . Jetting may be used in lieu of boring Wherever bolts fasten timber to timber, to concrete, or to these holes only if the Engineer believes it will not damage the steel, the members shall be bolted tightly together at installation embankment or foundation soils. After the pile is driven, the and retightened just before the State accepts the work. These Contractor shall fill the open space left by the oversized hole bolts shall have surplus threading of at least 3/1 inch per foot of with dry aand or pea gravel approved by the Engineer, timber thickness to permit future tightening. So long as the pile is not injured and the embankment or foundation material being driven through is not permanently , 6-04.3(7) Countersinking damaged,the Contractor shall use any means necessary to: Countersinking shall be done wherever smooth faces are 1. Secure the minimum depth specifted,e€-}A-feet, required. Each recess shall be painted with het-creosote oil. 2. Penetrate hard material that lies under a soft upper After the bolt or screw is in place, the recess shall be filled with layer, an approved roofing asphaltheFgitek. 3. Penetrate through hard material to obtain the specified minimum tip elevation,or 4. Penetrate through a previously placed embankment. Normal means refer to methods such as prebormg, , spudding, or jetting piles. Blasting or drilling through obstructions are not considered normal meals. If the Engineer requires, the Contractor shall overdrive the ' pile beyond the minimum load-bearing .capacity and penetration Page-SP-58 Revision Date: January 20, 1992 1 6-05 Pig shown in the Plans. In this case, the Contractor will not be 2. Four thousand pounds for piles 50 feet and longer or required to: that have a loadbcaring capacity of 20 to 30 tons. I. Use other than normal means or jetting or If a drop hammer is used for timber piles, it is preferable to preboring,to achieve the additional penetration; use a heavy hammer and operate with a short drop. For each diesel, steam, or au-driven hammer used, the Contractor shall provide the Engineer with the manufacturer's 2. Bear the expense of removing or replacing any pile specifications and catalog. These shall show all data needed to damaged by overdriving;or calculate the bearing value of the piles driven. 3. Bear the expense of overdriving the pile more than Underwater hammers may be used only with approval of the 3 feet as specified in Section 6-05.5. Engineer. In driving piles for footings with seals, the Contractor shall Timber piles shall be driven with drop, diesel, steam, or air- use no method (such as jetting or prcboring) that might reduce driven hammers. friction capacity. Thc Engineer may require the Contractor to Drop hammers on timber piles shall have a maximum drop ' increase awl thickness if it proves impossible to drive piles of 10 feet. Drop hammers shall not be used to drive timber piles adequately. Unit bid prices shall cover all costs related to that have load-bearing capacities of more than 30 tons. increasing seal thickness for this reason. When used on Limber piles, diesel, steam, or air-driven ' . Piles shall be driven accurately in true line and position. hammers shall develop at least 13;000 foot-pounds per blow. The Unless the Plans show otherwise, all piles shall be driven ram of any diesel hammer shall weigh at least 2,700 pounds. vertically. The Contractor shall trim the tops of all piles to the Steel casings for cast-in-place concrete piles shall be driven true plane shown in the Plans and to the elevation the Engineer with diesel, steam,or air hammers. These shall develop at least: ' requires. Any piles under timber caps or grillages shall be sawed 1. Thirteen thousand foot-pounds per blow (and the ram to the exact plane of the structure above them and fit it exactly. of any diesel hammer weighing at least 2,700 pounds) The Contractor shall remove and replace any broken, split, or for piles of 55 ton bearing capacities, and misplaced piles. 2. Twenty four thousand foot-pounds per blow (and the ' If, without the Engineer's approval, a pile is driven below ram of any diesel hammer weighing at least 4,000 cutoff elevation, the Contractor shall remove and replace it (and pounds) for piles of 70 ton bearing capacities. bear the costs of doing so), even if this requires a longer pile. Steel H-piles and steel pipe piles shall be driven with Any pile that rises as nearby piles an driven, shall be driven diesel, steam, or air hammers. Unless the Plans or Special down again if the Engineer requires. Provisions state otherwise, these shall develop at least: To minimize the detrimental effects of pile driving 1. Thirteen thousand foot-pounds per blow (and the ram vibrations on concrete less than 28 days old, piles shall not be of any diesel hammer weighing at least 2,700 pounds) ' driven closer than the distance determined from the following for piles of 55 ton bearing capacities or less,and formula: 2. Twenty four thousand foot-pounds per blow (and the ram of any diesel hammer weighing at least 4,000 D = C times the square root of E pounds) for piles with bearing capacities greater than 55 tons. Where: D distance in feet When using a diesel hammer, the Contractor shall increase E = rated hammer energy in foot-pounds ram weight to a point that produces satisfactory results if the C = coefficient shown below based on the weights shown above do not do 30. ' number of Precast concrete piles (13, 16, and 18 inches in diameter) days of curing time shall be driven with a single-acting steam,air,or diesel hammer. The ram shall weigh at least half as much as the pile. The ratio Curing Coefficient Curing Coefficient of foot-pounds to ram weight shrill not exceed six. The hammer Time(days) (C) Time(days) (C) shall develop at least: 1. Thirteen thousand foot-pounds per blow for 13 inch 1 0.34 6 0.12 piles,and ' 2 0.23 7-9 0.11 2. Twenty four thousand foot-pounds per blow for 16 and 3 0.18 10-13 0.10 18 inch piles. 4 0.15 14-20 0.09 All piles shall be driven with feed-load drivers. The 5 0.13 21-28 0.08 Contractor shall not use hanging or swinging leads unless they ' can be fuel in position during driving. Leads shall be long 6-05.3(1)C Equipment for Driving enough to eliminate the need for any follower(except for timber For each drop hammer used, the Contractor shall weigh it in piles as specified in Section 6-05.3(2)B). To avoid bruising or the Engineer's presence or provide the Engineer with a breaking the surface of treated timber piles, the Contractor shall certificate of its weight. The exact weight shall be stamped on the use spuds and chocks as little as possible. In building a trestle or hammer. Drop hammers shall weigh not less than: foundation with inclined piles, leads shall be adapted for driving 1. Three thousand pounds for piles under 50 feet long that batter piles. ' have a bad-bearing capacity of not more than 20 tons, The Contractor shall not use water jets unless the Engineer and approves. If they arc used, the number of jets and water volume and pressure shall be enough to erode the material next to the pile. The equipment shall include a minimum of two water jet Page-SP-59 Revision Date: January 20, 1992 6-11 _ _-_ Rockeries pipes and two 3/4 inch jet nozzles. The pump shall produce a The formulas in Section 6-05.3(2)F shall determine bearing constant pressure of at least 100 psi at each nozzle. The jets shall capacities of all steel 44-piles. be withdrawn before the pile reaches its final penetration, and the Unless the Plans say otherwise, 12 inch piles shall be driven ' pile shall then be driven to its final penetration and bearing to a bearing capacity of at least 70 tons. The Plans specify value. If the water jets loosen a pile previously driven, it shall be bearing capacities for steel H-piles of other sizes. redriven in place or pulled and replaced by a new pile. To check on pile loosening, the Contractor shall attempt to redrive at least 6-11 Rockeries ' one in every five pilca. The various unit contract prices for driving piles shall cover all costa related to the use of water jets, preboring, or 6-11.1 Description spudding. The State will not pay any costs the Contractor incurs ' in redriving piles loosened as a result of using water jets, The work described in this section, regardless of the type of materials encountered, includes the excavation and shaping preboring,or spudding. of the cut or fill slopes and furnishing and constructing rockeries/rock retaining wall where shown on the plans or 6-05.3(2) Timber Piling where directed by the engineer. , 6-05.3(2)A Storage and Handling 6-11.2 Materials The Contractor shall store and handle piles in ways that Rock walls shall be formed of larger pieces of quarried ' basalt, andesite or other igneous rock. Individual pieces of protect them from injury. Treated piling shall be stacked closely rock shall be sound and resistant to weathering. When and piled to prevent warping. The ground beneath and around broken into pieces weighing 50 to 150 grams and tested for stored piles shall be cleared of weeds, brush, and rubbish. Pilin soundness with sodium sulphate in accordance with aashto g t104, the loss through a one-inch sieve after 6 cycles shall not ' shall be covered against the weather if the Engineer requires it. exceed 35% In� we.* hr t. The Contractor shall take special care to avoid breaking the The roc material shall be as nearly rectangular as possible so as to afford the minimum amount of said space surface of treated piles. They shall be lifted and moved with rope between the blocks. No stone shall be used which does not or chain slings (without the use of cant dogs, peaveys, hooks, or extend through the wall. The rock material shall be hard, , pike poles). If timber piles are rafted, any attachments shall be sound, durable and free from weathered portions, seams, cracks and other defects. within 3 feu of the butts or tips. Any surface cut or break shall The rock density shall be a minimum or 160 pounds per be brushed with twothree coats of ken-creosote oil and covered cubic foot. The source of supply and reppresentative samples with an approved roaring as halt.-` - - ' _- of the material shall be approved by the engineer before ' PP g P y r �i ++�* delivery to the site. apprerea. The Engineer may reject any pile because of a cut or The rock walls shall be constructed of one-man rocks, break (85 to 300 pounds) each 10" in its least dimension- two-man rocks, (300 to 600 pounds) each 13" in its least Imension; three-man rocks (800 to 1,200 pounds) each 16" in its least 6-5.3(2)D Treatment of Pile Heads dimension; four-man rocks (1,500 to 2,200 pounds) each 18" in its least dimension. The rocks shall range uniformly in size After cutting piles to correct elevation, the Contractor shall for each classification specifies. The four-man rocks shall thoroughly coat the heads of all untreated piles with two coats of only be used for the first course of rock in walls over 6 feet in ken-creosote oil (except concrete-encased piles), height. After tuning treated piles to correct elevation, the 6-11.3 Construction Requirements Contractor shall brush three coats of ken-creosote oil on all Pile heads (except those to be covered with concrete footings or The rock unloading at the site will be done in such a concrete caps). The pile heads shall then be capped with alternate manner as to segregate the rock by the size ranges indicated ' in the Preceding paragraph. layers of auks!--pitch-(er approved roofing asphalt) and a The walls shall be started by excavating a trench, not less waterproofing fabric that conforms to Section 9-11.2. The cap than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than shall be made of four layers of an approved roofing one foot in depth below the existin ground level in asphaltgbek and three layers of fabric. The fabric shall be cut embankment sections. Areas on which t�e rockery 6 to be large enough to cover the pile top and fold down at least 6 inches placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall along all sides of the pile. After the fabric cover is bent down start as soon as possible upon the completion of the cut or fill over the pile, its edges shall be fastened with large-head section. , galvanized nails or with three turns of galvanized wire. The Rack selection and Placement shall be such that there 8 g will be no open voids in the exposed face of the wall over 6 edges of the cover shall be neatly trimmed, inches across in any direction. The rocks shall be placed and On any treated pile encased inconcrete, the cut end shall keyed together with a minimum of voids. Particular attention shall be given to the placin and keying together of ' receive two coats of hot-csote oil and then a heavy coat of an the final course of all rockeries. The Final course shall reo have a approved roofing asphaltesai top, p wh, or geme other amie _ continuous appearance and be placed to minimize erosion of the ;back!-ill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable and have a 6-05.3(6) Steel Piling stable appearance. The rocks shall be carefully placed by ' Steel piles shall be made of rolled steel H- ile sections, steel mechanical equipment and in a manner such that the P P longitudinal axis if the rock shall be at right angles or pipe piles, or of other structural steel sections described in the perpendicular to the rockery face. The rocks shall have all Plans. inc ning faces sloping to the back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock below in such a manaer that there will be no movement 6-05.3(6)E Determination of Bearing Capacities between the two. After setting a course of rock, all voids , between the rocks shall be chinned on the back with quarry Page-SP-60 ' Revision Date: January 20, 1992 1 ' 7-01 Drains rock to eliminate any void sufficient to pass a 2 inch square Corrugated Polyethylene (PE) probe. Drain Pipe, 12 inch through 24 inch ' diameter maximum 9-05.1(7) 6-11.3.1 Rockery Backfill Perforated Commit Underdmin Pipe 9-05.2(2) The wall backfill shall consist of 1-1/2 inch minus perforated Bituminized Fiber Underdmin crushed rock or gravel conforming to section 9-03.9(3). This Pipe 9-05.2(3) material will be placed to an g inch minimum thickness ' between the entire wall and the cut or fill material. The Zino Cared(Galvanized)or Aluminum Coned backfill material wig be placed in lifts to an elevation (Aluminized)Corrugated Iron or Steel 8mroximalely 6 inches below the course of rocks placed. Underdmin Pipe 9-05.2(4) 7 e backfill will be placed after each course of rocks. Any backfill material on the bearing surface of the rock course Perforated Corrugated Aluminum Alloy ' will be removed before setting the next course. Underdmin Pipe 9-05.2(5) Perforated Polyvinyl Chloride (PVC 6-11.3.2 Drain Pipe Underdrain Pipe, 8 inch diameter maximum 9-05.2(6) A 4 inch diameter perforated pve pipe shag be placed as Perforated Corrugated Polyethylene (PE) ' a footing drain behind the rockeries m sFhiown in the standard Underdmin Pipe.8 inch d(amewr maximum 9-05.2(7) plans, and connected to the storm drainage system where Perforated Corrugated Polyethylene(PE) shown. Underdmin Pipe, 12 arch through 24 inch ' 6-11.3.3 Rejection Of Material diameter maximum 9-05.2(8) The inspector will have the authority to reject any Drain pipes may be concrete, zinc coated (galvanized) defective material and to suspend any work that is being improperly done, subject to the final decision of the engineer. Asphalt Treatment for aluminum coated (aluminized) All rejected material will be removed from the construction corrugated iron or steel with Asphalt Treatment 1, corrugated ' site and any rejected work shag be repaired or replaced at no additional cost to the Owner. aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene(PE)at the option of the Contractor unless the Plans 6-11.4 Measurement specify the type to be used. Underdmin pipe, other than AASHTO Designation M Measurement of the finished rock wag for payment will 36 Type III Class IV, shag be perforated. They may be concrete, be made from the footing grade to the top of the wall and rounded to the nearest square yard. bituminized fiber, zinc coated (galvanized) or aluminum coated (aluminized) corrugated iron or steel or corrugated aluminum 6-11.5 Payment alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type Payment will be made under the item "rock retaining to be used. wall", per square yard. It is not necessary that all drain or underdrain pipes on any ' The ck price per square yard shall ce Cull compensation oneproject he of the same kind of material; however, all for the rockery/roc retaining wag in place and shall include all work, materials, and equipment required to complete the contiguous pipe shall be of the same kind. installation. 7-01.3 Construction Requirements Division 7 A trench of the dimensions shown in the Plans or as specified by the Engineer shag be excavated to the grade and line Drainage Structures, Storm Sewers, given by the Engineer. Drain pipe shall be laid in reasonably Sanitary Sewers, Water Mains, and close conformity with the line and grades as shown in the Plans. The drain pipe shall be laid with watertight joints unless Conduits otherwise specified. PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. 7-Ol Drains The beg shag be laid upstream. PE or ABS drain pipe shall be jointed with snap-cm, screw-on,or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.2 Materials when underdmin pipe is being installed as a means of intercepting ground or surface water, the trench shag be Materials shag meet the requirements of the following fine-graded in the existing soil 3 inches below the grade of the sections; pipe as shown in the Plans. Gravel backfill shall be used under Gravel Backfrll for Draim 9-03.12(4) the pipe. Gravel backfill shag be placed to the depth shown in the Concrete Drain Pipe 9-05.10) Plans or as directed by the Engineer. All backfill shall be placed ' Zinc Coated(Galvanized)or Aluminum in 12 inch maximum layers and be thoroughly compacted with Crated(Aluminized)Corrugated Iron three passes of a vibratory compactor for each layer. The or Steel Drain Pipe 9-05.1(2) Contractor shag use care in placing the gravel backfill material to Corrugated Aluminum Alloy Drain Pipe 9-05.1(3) prevent its contamination. ' Polyvinyl Chloride(PVC)Drain Pape,8 arch diameter maximum 9-05.1(5) When it is necessary to intercept water flowing underneath Corrugated Polyethylene(PE) y 8• B the roadway surfacing, the sub rade drain shag be constructed in Drain Pipe, 8 inch diameter maximum 9-05.1(6) accordance with the Standard Plan. L Page-SP-61 Revision Date: January 20, 1992 1 7-02 Culverts Concrete drain pipe shall be laid with the bell or larger end pipe arch shall be the name for the entire length of any culvert, ' upstream. and shall be that required for the maximum height of cover. All perforated pipe shall be laid with the perforations down. Alternate pipe installations shown in the Plans may be ' Upon final acceptance of the work, all drain pipes shall be open, constructed provided there is no increase in the cost to the State, clean,and free draining. Measurement for payment of the bid items associated with PVC underdrain pipe shall be jointed using either the the drainage installation will be based on the diameter of the flexible elastomeric aeal as described in Section 9-04.8 or solvent culvert pipe described by the bid item in the proposal. , cement as described in Section 9-04.9, at the option of the If the Contractor elects to use an alternate installation, plans Contractor unless otherwise specified in the Plans. The bell shall for the alternate shall be submitted to the Engineer for approval be laid upstream. PE or ABS drainage tubing underdrain pipe prior to procuring or constructing the alternate. shall be jointed with snapon, scmvvon, or wraparound coupling When schedule A, B, C, or D culvert pipe is specified in the bands,as recommended by the manufacturer of the tubing. Plans, the Contractor may provide alternates in accordance with the requirements of the schedule shown in the Standard Plan. If 7-01.4 Measurement the option selected requires Design C trench construction while another acceptable alternate does not, the Design C trench , The length of drain or underdrain pipe will be the number of construction shall be incidental to the culvert Pa linear feet of completed installation measured along the invert. pipes installed under side road connections, where the depth Pipe placed in excess of the length designated by the Engineer of cover is less than 2 feU, shall not be of the bell and spigot , will not be measured or paid for.Excavation of the trench will be measured as structure type.Culvertpipe over 30 inches in diameter and culvert pipe excavation Class B or structure excavation Class B including arch of all sizes shall be of the treatment, class, material, and haul by the cubic yard as specified in Section 2-09. size specified in the Plans or of the acceptable alternate , Gravel backfill for drains will be measured by the volume treatment, class, material, and size as may be designated in the placed within the ncatline limits of structure excavation Class B. plans. When the contract does not include"structure excavation Beveled end sections shall be of the same material as the Class B" or "Structure excavation Class B including haul' as culvert pipe to which they are attached. ' a pay item all costs associated with these items shall be Where plain or reinforced concrete, steel, or aluminum included in other contract pay items. are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 7-02 Culverts 7-02.3 Construction Requirements 7-02.2 Materials , Materials shall meet the requirements of the following 7-02.3(1) Placing Culvert Pipe— General sections: 7-02.3(1)C Placing PVC Pipe Plain Concrete Culvert Pipe 9-05.3(1) Reinforced concrete Culvert Pipe 9-05.3(2) In the trench, prepared as specified in Section 7-02.3(1) Beveled Concrete End Sutton 9-05.3(3) PVC pipe shall be laid beginning at the lower end, with the Steal Culvert Pipe and Pipe Arch bell end upgrade. Pea gravel will be used as the bedding Asphalt Treatment t 9-05.4 material and extend from 6" below the bottom of the pipe to ' steel Nenable Pipe and Pipe Arch 6" above the top of the pipe. When it is necessary to connect Asphalt Treatment I 9-05.4(8) to a structure with a mudded joint a rubber gasketed Steel End Sections concrete adaptor-collar will be used at the point of Asphak Treatment 1 9-05.4(9) connection. , Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) 7-02.$ Payment PVC Pipe 9-05.12 Payment will be made for each of the following bid items , Where steel or aluminum are referred to in this Section in that are included in the proposal: regard to a kind of culvert pipe, pipe arch, or end sections, it I. "Schedule_Culv. Pipe_In. Diam.", per linear shall be understood that steel is zinc coated with Asphalt foot. ' Treatment I (galvanized) or aluminum coated (aluminized) 2, -Plain Cone. Culv. Pipe_In. Diam.",per linear corrugated imn or steel, and aluminum is corrugated aluminum foot. alloy as specified in Sections 9-05.4 and 9-05.5. 3. "Cl._Rcinf. Cone. Culv. Pipe_In. Diam.", The Contractor has the option of constructing culverts of per linear foot. plain or reinforced concrete, steel, or aluminum within the limits 4. "Plain St. Culv. Pipe_In. Th. _In. Diam. specified and as shown in the Plans. It is not necessary that all per linear foot. culvert pipe on any one project be of the same kind of material; 5. "Tr. _St. Culv. Pipe_In. Th._In. however,all contiguous pipe shill be of the same kind. Diam.",per linear foot. ' Unless otherwise shown in the Plana or specified, the class 6. "Plain St. Culv. Pipe Arch_In. Th. _In. of concrete pipe or the thickness of steel or aluminum pipe or Span",per linear foot. Page-SP-62 Revision Date: January 20, 1992 7-03 Structural Plate Pipe, Pipe Arch,Arch, and Underpass 7. "Tr._St. Culy. Pipe Arch_In. Th. _In. prices then the work will be considered incedental and its cost Span",per linear foot. should be included in the cost of the pipe. 8. "Plain Nestable St. Pipc In. Th. —In. Main.% 21. 'Shoring or Extra Excavation Class B",per lump per linear foot. sumaquere feet. 9. "Tr._Nestable St. Pipe_In. Th. _In. The unit contract price per lump sumagneve--feet for Diam.", per linear foot. "Shoring or Extra Excavation Class B" shall be full pay for the 10. "Plain Nestablc St. Pipe Arch_In. Th. _In. work as specified in Section 2-09.5. Span",per linear foot. 22. "Safety Bars for Culvert Pipe Type_",per linear 11. 'Tr._Nestable St. Pipe Arch_In. Th._ foot. In. Span",per linear foot. The unit contract price per linear fool for "Safety Bars for 12. "Plain Al. Culv. Pipe_In. Th. _In. Diam.", Culvert Pipe Type_" shall be full pay for all sockets, labor, per linear foot. tools, materials, and equipment necessary to fabricate, furnish, 13. "Plain AI. Culy. Pipe Arch_In.Th._In. and install the safety bars. The work and materials to construct Span",per linear foot. the headwalls will be paid for separately. The unit contract price per linear foot for culvert pipe or 23. "Tapered End Section with Type Safety pipe arch of the kind and size specified shall be full pay for Bars_In. Diam.",per each. furnishing, hauling and assembling in place the completed The unit contract price per each for "Tapered End installation, including beveled end sections when required, and Section with Type Safety Bars _ In Diam." shall all other work incidental to the construction and final cleaning of be full pay for all labor, tools, materials, and equipment the culvert. Furnishing of selected material from the roadway or necessary to fabricate, furnish,and install the end section. prescribed borrow areas will be paid at the applicable unit ' contract pOeCS 14. 14. 'Relaying (type of Pipe and Size)",per linear foot. 7-03 Structural Plate Pipe, Pipe Arch, The unit contract price per cubic yard for "Structure Arch, and Underpass Excavation Class B" or "Structure Excavation Class B Incl. Haul" and per linear foot for "Relaying (type of pipe and size)" shall be full pay for excavating the trench, removing the pipe, 7-03.2 Materials transporting it to its new location, cleaning, and relaying the Materials shall meet the requirements of the following ' Pipe sections: Where culvert pipes are to be removed but are not to be Commit Class 3000 6-02 mlaid, all costs in connection with the removal shall be included Corrugated Steel Asphalt Treatment 1 9-05.6(8) in the unit contract price per cubic yard for "Structure Corrugated Aluminum 9-05.6(8) ' Excavation Class B" or "Structure Excavation Class B Incl. Reinforcing Steel 9-07 Haul". 15. "Flared End Section_In. Diam.", per each. Alternate installations shown in the proposal may be ' 16, "Flared End Section_In. Span", per each. constructed provided there is no increase in the total cost of the The unit contract price per each for flared end sections for installation or detriment to the State. the size culvert furnished and installed shall be full pay for all Measurement for payment of the bid items associated with costs to complete the work including toc plates and extensions the drainage installation will be based on the size of the when specified. installation described by the bid item in the proposal. 17. "Design C Trench Construction",per cubic yard. If the Contractor elects to use an alternate installation, plans The unit contact price per cubic yard for"Design C Trench for the alternate shall be submitted to the Engineer for approval Construction" shall be full pay for constructing the section, prior to procuring or constructing the alternate. including excavation and disposal of excavated materials, furnishing and placing of the required hay or straw, and placing 7-03.3 Construction Requirements all remaining material. No payment for Design C trench construction shall be made when the Design C trench construction is required as a result of the Contractor's option in 7-03.3(1) Foundations, General selection of schedule pipe. Structural plate pipes, pipe arches, underpasses, and bases 19. 'Cone. Class 3000", per cubic yard. for arches shall be placed on stable foundations prepared to the The unit contract price per cubic yard for "Conn. Class widths, depth, and grade given by the Engineer. Soft spots 3000" shall be full pay for all work required to plug existing encountered in the base shall be excavated to a depth directed by pipes. the Engineer and be backfdled with gravel or other suitable 19. "Strocturc Excavation Class B", per cubic yard. material and thoroughly compacted. 20. "Structure Excavation Class B Incl. Haul",per cubic Rock, in either ledge or boulder formation, hard pan, or yard. cemented gravel occurring in the base material shall be The unit contract price per cubic yard for "Structure excavated below grade and backfilled with suitable material so Excavation. Class B" or "Structure Excavation Class B Incl. there will be a minimum 8 inch cushion under the pipes, pipe Haul", as specified in Section 2-09, shall be full pay for the arches,or underpasses. excavation. If no bid item for Structure Excavation Class A Any shoring or extra excavation required shall meet the or Structure Excavation Class B is included in the schedule of requirements of Section 2-09.3. ' Page-SP-63 Revision Date: January 20, 1992 7-04 Storm Sewers ' 17. "Tapered End Section with Safety Bars_In. 7-03.5 Payment Span", per each. The unit contract price per each for "Tapered End Payment will be made for each of the following bid items Section with Safety Bars _ In. Diam." and "Tapered End that are included in the proposal: Section with Safety Bars _ In. Span" shall be full pay for 1. 'St. Sv. Plate Pipe_Gage_In. Diam.", per all labor, tools, materials, and equipment necessary to ' linear foot with Asphalt Treatment 1. fabricate,furnish,and install the end section. 2. "St. Str. Plate Pipe Arch_Gage_Ft._In. Span",per linear foot with Asphalt Treatment 1. 7_O4 Storm Sewers ' 3. "St. Str. Plate Arch_Gage_Ft._In. Span",per linear foot with Asphalt Treatment 1. 4. "Design_St. Underpass_Gage_Ft. _ 7-04 2 Materials In. Span%per linear foot- ' 5. "Al. Sv. Plate Pipe_In. Th._In. Diam.", per Materials shall mart the requirements of the following linear foot- sections: 6. -Al. Sur. Plate Pipe Arch_In. Th._Ft. Plain Concrete Storm Sewer Pipe 9-05.7(1) In.Span", per linear foot. Reinforced Concrete Storm Sewer Pipe 9-05.7(2) , 7. "Al. Sir. Plate Arch_In. Th. Ft. Span",per Steel Spiral Rib Storm Sewer Pipe 9-05.9 linear foot. Steel Storm Sewer Pipe 9-05.10 S. "Design_Al. Underpass_In. Th. _Ft. Aluminum Storm Sewer Pipe 9-05.11 _In. Span", per linear foot. Aluminum Spiral Rib Storm Sewer Pipe 9-05.17 , The unit contract price per linear foot for structural plate PVC Sewer Pipe 9-05.12 PrP4 P!x r arch, arch, and underpass of the design,type, gage Corrugated high density polyethylene thickness, and size specified shag full payy YP . g g or for furnishing, pipe(CPEP) 9-05.120) completed Where steel or aluminum are referred to in this Section in ' hauling, and assembling in place the completed structure. regard to a kind of storm sewer pipe, it shall be understood that 9. 'Coot. Class_",per cubic yard. steel is zinc coated (galvanized), Asphalt Treatment 1 Coated The unit contract price per cubic yard for 'Conn Class corrugated 'von or steel and shall be paid as specified in Section fr02. or aluminum esaied aluminum is corrugated aluminum alloy as specified in Sections , 10. "St. Reinf. Bar", per pound. 9-05.4 and 9-05.5. The unit contract price per pound for "St. Reinf. Bar" shall Where bare aluminum or alumized steel pipe comes in be paid as specified in Section 6-02.11. "Structure Excavation Class B",per cubic yard. contact with concrete, the pipe shall be treated in accordance with Section 7-02.3(1)B2. 12. 'Structure Excavation Class B Incl. Haul",per cubic Alternate pipe installations shown in the Plans may be yard. constructed provided there is no increase in the total cost of the The unit contract price per cubic yard for "Structure installation or detriment to the State. Excavation Class B" or "Structure Excavation Class B Incl. Measurement for payment of the bid items associated with Haul" shall be paid v spection la in Section 2-09. It no bid item the storm sewer installation will be based on the diameter of the for Structure Excavation Class A or Structure Excavation storm sewer pipe described by the bid item in the Plans. Class B is included in the schedule of prices then the work If the Contractor elects to use an alternate installation, plans ' will be considered incedental and its cost should be included for the alternate shall be submitted to the Engineer for approval in the cast of the pipe. prior to procuring or constructing the alternate. 13. "Gravel Backfill for Foundation Class_", per cubic yard. 7-04.3 Construction Requirements , The unit contract price per cubic yard for "Gravel Backfi0 ' For Foundations Class_", shall be paid as specified in Section 2-09. 7-04.3(1) Excavation and Preparation of Trench , 14. "Shoring or Extra Excavation Class B",per squaw feet Lump Sum. 7 04,3(1)B Pipe Bedding The unit contract price per sgmm deaf lump sum for'Shoring or Extra Excavation Class B" shall be full pay for the Suitable excavation shag be made to receive the bell of the , work as specified in Section 2-09.5. pipe. and the joint shall not bear upon the foundation material. 15. "Safety Bars for Culvert Pipe Type_", per linear All adjustment to line and grade shall be made by scraping away foot or filling in with suitable bedding material under the body of the The unit contract price per linear foot for "Safety B pipe and not by blocking or wedging. Bedding material shall be , ars for gravel backfill for pipe bedding and shall be constructed to the Culvert Pipe Type_" shall be full pay for all sockW, labor, dimensions shown in the Standard Plan. tools, materials, and equipment necessary to fabricate, furnish, pipe bedding for PVC sewer pipe shag consist of pea and install the safety bars. The work and materials to construct gravel. It shall be placed to a depth of 6" over and 6" under ' the headwalls will be paid for sepaiately. the exterior walls of the t 16. "Tapered End Section with Safety Bars_In. pipe. Diam.",per each. Page-SP-64 ' Revision Date: January 20, 1992 1 1 7-04 Storm Sewers 7-04.3(2) Laying Storm Sewer Pipe 7-04.4 Measurement The length of storm sewer pipe will be the number of linear 7-04.3(2)A Survey Line and Grade feu of completed installation measured along the invert and will Survey line and grade will be provided by the Engineer or include the length through elbows, tees, and fittings. The number ' contractor in a manner consistent with accepted practices and of linear feet will be measured from the center of manhole to these specifications. center of manhole or to the inside face of catch basins and The Contractor shall transfer line and grade into the ditch similar type structures. where they shall be carried by means of a laser beam or a taut The concrete Commercial Class 3000 for plugging existing ' grade line supported on firmly set batter boards at intervals of storm sewer pipes will be measured by the cubic yards required not more than 30 feet. Not less than three batter boards shall be as specified in Section 7-02.4. in use at one time. Grades shall be constantly checked and in the The length of testing storm sewer pipe in conformance with event of a deviation, the work shall be immediately stopped, the Section 7-04.3(4) will be the number of linear feu of completed ' Engineer notified, and the cause remedied before proceeding installation actually tested. with the work. Any other procedure shall have the written Excavation of the storm sewer trench will be measured as approval of the Engineer. structure excavation Class B or structure excavation Class B including haul, by the subie-yaeA-as specified in Section 2-09 if 7-04.3(2)G Storm Sewer Line Connections these items are included in the contract. Storm sewer line connections to trunks, mains, laterals, or Shoring or extra excavation will be measured as specified in side storm sewers shall be left uncovered until after the Engineer Section 2-09.4. ' has inspected and approved the work. After approval of the connection, the trench shall be backfilled as specified. 7-04.5 Payment All connections shall be done utilizing pre•manuractured tee connectors or pipe sections approved by the Engineer. Payment will be made for each of the following bid items Any other method or materials proposed for use in making that are included in the proposal: connections shall be subject to approval by the Engineer. 1. "Plain Conc. Storm Sewer Pipe_In. Diam.",per linear foot. 1 7-04.3(3) Balling Storm Sewer Trenches 2. "Class_Reinf. Conc. Storm Sewer Pipe_In. Storm sewer trenches shall be backfilled as soon after the Diam.",per linear foot. pipe laying as possible. The Contractor shall not have more than 3. "Tr. _St. Storm Sewer Pipe_In. Th. _In. 200 feet of trench open in which the sewer has been completed Diam.",per linear foot. except by permission of the Engineer. Backfilling of trenches in 4. "Tr._Al. Storm Sewer Pipe_1n. Th. _In. the vicinity of catch basins, manholes, or other appurtenances Diam.",per linear foot. will not be permitted until the cement in the masonry has become The unit contract price per linear foot for storm sewer pipe thoroughly hardened. of the kind and size specified shall be full pay for all work to The space between the pipe and the bottom and sides of the complete the installation, including adjustment of inverts to trench shall be filled in 6 inch loose layers and each layer manholes. When no bid item "gravel backfill for pipe compacted to 95 percent maximum density. The filling shall be bedding" is included in the Schedule of Prices, pipe bedding, brought up evenly on both sides to the level of the top of the as shown in the standard plaits,shall be considered incidental pipe. The pipe shall then be covered to at least 1 foot above its to the pipe and no additional payment shall be made. top, and the materials solidly tamped with appropriate tools in a $�- "Testing Stem&@met Pipe",per linear fee!. manner to avoid injuring or disturbing the completed sewer. 8-fir^+ The material used for backfilling around and to ■ point Sewor Pipe" 1 foot above the top of the pipe shall be clean earth or sand, free Testing of storm from clay, gravel,or stones which will not pass through a I inch sewer pipe, if required by the Engineer, shall be considered sieve, incidental to and included in the unit contract prices for other ' In the remaining portion of the backfill, the backfill material ems• shall be placed in accordance with Section 2-09.3(1)E. 6. "Structure Excavation Class B",per cubic yard. Walking on the pipe shall not be allowed until at least 1 foot 7. "Structure Excavation Class B Incl. Haul",per cubic ' of earth has been placed upon it. yard. PVC Pipe shall be bedded and backfilled with pea gravel The unit contract price per cubic yard for 'Structure in accordance with 7-04.3(1)B prior to backfdling the Excavation Class B" or 'Swcture Excavation Class B Incl. remainder of the trench. Haul",as specified in Section 2-09, shall be full pay for all work Measurement of bank run gravel for trench backfill will necessary for the construction of the storm sewer trench If no be by the ton, in accordance with section 1-09.1, or by the bid item for Structure Excavation Class A or Structure calculation of neat lines based on maximum trench width per Excavation Class B is included in the schedule of prices then section 2-09.4 using a conversion factor of 1.5 tons per cubic the work will be considered incedental and its cost should be ' yard,whichever is less. included in the cost of the pipe. 8. "Conc. Class 3000",per cubic yard. Page-SP-65 Revision Date: January 20, 1992 t 7-05 Manholes, Inlets,and Catch Basins The unit contract price per cubic yard for "Cone. Class Backfilling around the work will not be allowed until 3000" shall be full pay for all work required to plug existing concrete or mortar has thoroughly set. storm sewer pipes. Catch basins shall be watertight. 9. "Shoring or Extra Excavation Class B", per lump Catch basin, grate inlet, and drop inlet connections to the ' sumatloare-fee l. sewer shall be so placed that the connecting pipe may be easily The unit contract price per lump sumsquere feet for rodded over its entire length. After the connections are made., the "Shoring or Extra Excavation Class B" shall be full pay for the Contractor shall rod all inlet and outlet pipes. All connections , wont as specified in Section 2-09.5. that cannot be successfully rodded shall be removed and new connections trade. 7-05 Manholes, Inlets, and Catch Backfilling of inlets, manholes, and catch basins shall be done in accordance with the provisions of Section 2-09. ' Basins Manholes and inlets shall be constructed on a compacted or undisturbed Level foundation. A grout pad shall be placed to attain full bearing for precast units if deemed necessary by the 7-05.3 Construction Requirements Engineer. Upon fatal acceptance of the work, all catch basins, ' The excavation for all manholes, inlets, and catch basins manholes, inlets, and other drainage structures shall be open, shall be sufficient to leave 1 Toot in the clear between their outer clean,and free draining. surfaces and the earth bank. All manholes shall have excentric cones and shall have ' The cover or grating of a manhole or catch basin shall not ladders. be grouted to final grade until the £mal elevation of the pavement, Any shoring or extra excavation required shall meet the gutter, ditch, or sidewalk in which it is to be placed has been requirements of Section 2-09.3. established, and until permission thereafter is given by the ' Engineer to grout the cover or grating in place. Covers shall be 7-05.30) Adjusting Manholes and Catch Basins to seated properly to prevent rocking. Grade The Contractor shall have the option of constructing Where shown in the Plans or where directed by the ' manholes of precast concrete or cast-in-place.concrete. Engineer, the existing manholes or catch basins shall be adjusted The channels in manholes shall conform accurately to the to the grade as staked or otherwise designated by the Engineer. sewer grade. The existing cast iron ring and cover on manholes and the Ladder rungs shall be grouted in the precast concrete walls, catch basin frame and grate shall first be removed and ' Rungs shall be uniformly spaced at 12 inches and be vertically thoroughly cleaned for reinstalling at the new elevation. From aligned. that point,the existing structure shall be raised or lowered to the In the event any pipe enters the manhole through the precast required elevation. concrete units, the Contractor shall make the necessary cut ' through the manhole wall and steel mesh. The steel shall be cut flush with the face of the concrete and shall be cut in such a manner that it will not loosen the reinforcement in the manhole In unpaved streets: Manholes, catch basins and similar wall. structures in areas to be surfaced with crushed rock or gravel , The ends of all pipes shall be trimmed flush with the inside shall be constructed to a point approximately eight inches walls. below the subgrade and covered with a temporary wood Rubber gaskets or flexible plastic gaskets may be used in cover. Existing manholes shall be cut off and covered in a , tongue and groove joints of precast units. Joints between precast similar manner. The contractor shall carefully reference manhole units used for sanitary sewers shall be rubber gasketed. each manhole so that they may be easily found upon All other joints and all openings cut through the walls shall be completion of the street work. After placing the gravel or grouted and watertight. crushed stone surfacing, the manholes and manhole castings If gaskets are used, handling of the precast units after the shall be constructed to the finished grade of the roadway gasket has been affixed shall be done carefully to avoid surface. Excavation necessary for bringing manholes to disturbing or damaging the gasket or contaminating it with grade shall center about the manhole and be held to the foreign material. Care shall be exercised to attain proper minimum area necessary. At the completion of the manhole alignment before the joints arc entirely forced home. During adjustment, the void around the manhole shall be backflled insertion of the tongue or spigot, the units shall be partially with materials which result in the section required on the supported to minimize unequal lateral pressure on the gasket and typical road way section, and be thoroughly compacted. , to maintain concentricity until the gasket is properly positioned. Where bituminous surface treatment is to be placed, the Rigid pipes connecting to sanitary sewer manholes shall be manhole castings shall be installed from ill inch to one inch provided with a flexible joint at a distance from the face of the higher than the roadway surface,as the engineer may direct. manhole of not more than 1 1/2 times the nominal pipe diameter In cement concrete pavement: Manholes, catch basins or 19 inches,whichever is greater. and similar structures shall be constructed and adjusted io Flexible pipes connecting to sanitary sewer manholes shall the same manner as outlined above except that the fmal be provided with an entry coulliing or gasket approved by the adjustment shall be made and cast iron frame be set after Engineer. No pipe joint in flexible pipe shall be placed within forms have been placed and checked. In placing the concrete 10 feet of the manhole. Page-SP-66 Revision Date: January 20, 1992 ' 7-05 Manholes, Inlets,and Catch Basins pavement, extreme care shall be taken not to alter the density as; specified in Section 2-03.3(14)C. Debris resulting ' position of the casting in any way, from breaking the upper part of the manhole may be mixed with In asphalt concrete pavement: Manholes shall not be the sand subject to the approval of the engineer. The ring and adjusted until the pavement is completed, at which Lime the cover shall be salvaged and all other surplus material disposed center of each manhole shall be carefully relocated from of. references previously established by the contractor. The pavement shall be cut in a restricted area and base material 7-05.3(3) Connections to Existing Manholes be removed to permit removal of the cover. The manhole The Contractor shall verify invert elevations prior to shall then be brought to proper grade utilizing the same construction. The crown elevation of laterals shall be the same as I methods of construction as for the manhole itself. The cast the crown elevation of the incoming pipe unless specified. The von frame shall be placed on the concrete blocks and wedged existing base shall be reshaped to provide a channel equivalent to up to the desired grade. The asphalt concrete pavement shall that specified for a new manhole. be cut and removed to a neat circle, the diameter of which The Contractor shall excavate completely around the shall be equal to the outside diameter of the cast iron frame manhole to prevent unbalanced loading. The manhole shall be plus two feet. The base materials and crushed rock shall be kept in operation at all times and the necessary precautions shall removed and class b(3/4) concrete shall be placed so that the be taken to prevent debris or other material from entering the ' entire volume of the excavation is replaced up to within but sewer, including a tight pipeline bypass through the existing not to exceed 1 1/2 inches of the finished pavement surface. channel if required. Water used for flushing and testing shall not On the following day the concrete, the edge of the asphalt be allowed to enter the sewer. concrete pavement,and the outer edge of the casting shall be All damage to the manhole resulting from the Contractor's painted with hot asphalt cement. Asphalt concrete shall then operation shall be repaired at no expense to the State. be placed and compacted with hand tampers and a patching Where shown on the plans, new drain pipes shall be roller. Asphalt concrete will he paid for as " asphalt connected to existing fine, catch basin, curb inlets and/or concrete pavement, class b including paving asphalt per ton". manholes. The contractor shall be required to core drill into ' The complete patch shall match the existing paved surface for the structure, shape the pew pipe to fit and regrout the texture, density, and uniformity of grade. The joint between opening in a workmanlike manner. Where directed by the the patch and the existing pavement shall then be carefully engineer or where shown on the plans, additional structure painted with hot asphalt cement or asphalt emulsion and shall channelling will be required. be immediately covered with dry paving sand before the A "Connection to existing" item will be allowed at any asphalt cement solidifies. The inside throat of the manhole connection of a new line to an existing structure, or the shall be thoroughly mortared and plastered. connection of a new structure to a existing line. No ' Adjustment of inlets: The final alignment and grade of "connection to existing" will he accepted at the location of am east iron frames for new and old inlets to be adjusted to installation, relocation and adjustment or line manholes, catch grade will be established from the forms or adjacent basins or curb inlets. pavement surfaces. The final adjustment of the top of the The unit bid price per each shall be full compensation for inlet will be performed in similar manner to the above for all labor,materials and equipment required. manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not 7-05.4 Measurement embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 1 1/2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. . The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet Manholes will be measured per each. Measurement of structure shall be constructed in the same manner and of the manhole heights for payment purposes will be measured from ' same material as that required for new inlets. The inside of finished rim elevation to the invert of the lowest outlet pipe, the inlets shall be mortared and plastered. Inlets will be measured per tech. Monuments and cast iron frame and cover: Monuments Structure excavation Class B and structure excavation Class and monument castings shall be adjusted to grade in the same B including haul will be measured byihe-enbre-yard as specified manner as for manholes, in Section 2-09. Valve box castings: Adjustments of valve box castings Abandon existing manholes will be measured per each. shall be made in the same manner as for manholes. Connections to existing manholes will be measured per each. Shoring or extra excavation will be measured as specified in 7-05.3(2) Abandon Existing Manholes Section 2-09.4. Where it is required that an existing manhole be abandoned, ' the structure shall be broken down to a depth of at least 4 feet 7-05.5 Payment _ below the revised surface elevation, all connections plugged, the payment will be made for each of the following bid items manhole base shall be fractured to prevent standing water, that are included in the proposal: and the manhole filled with sand and compacted to 90 percent ' Page-SP-67 Revision Date: January 20, 1992 7.10 Trench Exc., Bedding, and Backfill for Water Mains ' 1. "Manhole Under 12 Ft. _In. Diam. Type ", Per cach. 7-10 Trench Exc., Bedding, and 2. "Manhole 12 Ft. to 20 Ft. In. Diam.Typc_", per each. — Baekfill for Water Mains 3. "Manhole Over 20 Ft. _In. Diam.Type_", per each. 4. "Catch Basin Type_",per each. 7-10.3 Construction Details 5. "Catch Basin Type 2_Inch Diam.",per each. 6. "crate Inlet Type per each. 7-10.3(7) Trench Excavation 7. "Drop Inlet Type_ ,per each. 8. "Concrete Inlet",per each 9. *Arm Inlet",per each. 7-10.3(7)B Extra Trench Excavation The payment for the various items specified above shall be Changes in grades of the water main from those shown on full pay for furnishing all labor, materials, tools, and equipment the Plans, or as provided in the Special Provisions, may be necessary to complete each unit according to the Plans and necessary because of unploticd utilities, or for other reasons. If, specifications, including the furnishing and placing of all to the opinion of the Engineer, it is necessary to adjust, correct, accessories, such as cast iron rings, cover, trap, steps, grating, relocate, or in any way change the line and grade, such changes and other items. shall be made by the Contractor under the terms of these 10. "Adjust Manhole", per each. Specifications. 11. "Adjust Catch Basin",per cach. When pipeline grade is lowered in excess of 1 fool below The unit contract price per each for "Adjust Manhole" or the grade indicated in the Plans, the Contractor shall make such "Adjust Catch Basin" shall be full pay for all costs necessary to extra excavation as necessary. make the adjustment including restoration of adjacent areas in a When the pipeline horizontal alignment is changed by more manner acceptable to the Engineer. than 1 foot from the line indicated in the Plans, after the trench 12. "Structure Excavation Class B", per cubic yard. has been excavated, the Contractor shall excavate the trench at ' - 13. "Structure Excavation Class B Incl. Haul",per cubic the changed location and backfill and compact the previous yard. trench. The unit contract price per cubic yard for "Structure Excavation Class B" or "Structure Excavation Class B Incl. mien-Excavation of the trench at the changed ' Haul", as specified in Section 2-09, shall be full pay for location shall be considered incidental to installation , the excavation and backfilling for manholes, grate inlets, drop inlets, pipe. Measurement of"bank run gravel for trench backfill" and catch basins. If no bid item for Structure Excavation will be by the too. Class A or Structure Excavation Class B is included-in the schedule of prices then the work will be considered incedental 7-10.3(g) Removal and Replacement of Unsuitable and its cost should be included in the cost of the pipe. Materials 14. "Abandon Existing Manhole",per each. Whenever in excavating the trench for water mains the 15. "Connection to Existing Manhole", per tech. bottom of the trench exposes peat, soft clay, quicksand, or other The unit contract price per each for "Abandon Existing unsuitable foundation material, such material shall be removed to Manholes" and "Connection to Existing Manholes" shall be full the depth directed by the Engineer and backfilled with foundation pay for all costs necessary to Perform the work as required. material.When determined by the Engineer that silty soils or fine 16. "Shoring or Extra Excavation Class B",per lump sandy soils are encountered, Class C foundation material will be sumagwse-feet. required. Silty veils or fine sandy soils usually flow in the The unit contract price per lump sumsquere--feet for presence of a stream of water. When determined by the Engineer ' "Shoring or Extra Excavation Class B" shall be full pay for the that clays, pests, or other soft materials are encountered that work as specified in Section 2-09.5. become saturated with water, but do not break down into fine 17. "Drop Manhole Connection",per each. particles and flow, Class A or Class B foundation material will The unit contract price per cach for "Drop Manhole be required. Connection" shall be full pay for all labor, materials, and Material removed from the trench that is unsuitable for equipment necessary for the construction of a drop connection at backfill shall be removed and hauled to a waste site. If material is a manhole. Included, but not limited to, is all ductile iron pipe, not available within the limits of the project for backfilling the fining, and blocking necessary to construct a drop for one sewer trench, the Contractor shall furnish suitable material meeting the ' pipe. The price paid per drop connection is in addition to the requirements of Section 9-03.19.96-7(3). price paid for manholes and for the specified sewer pipe that is All unsuitable material shall be loaded directly into trucks replaced with ductile iron pipe. and hauled to a waste site obtained by the Contractor. Stockpiling of unsuitable material at the project site will not be allowed. ' 7-10.3(9) Bedding the Pipe 7-10.3(9)A Rigid Pipe , Page-SP-68 ' Revision Date: January 20, 1992 7-10 Trench Exe., Bedding,and Backfill for Water Mains Bedding material meeting the requirements of using a conversion factor of 1.5 tons per cubic yard, Section 9-03.1530:9(l)k shall be placed under the pipe and to a whichever is less. depth of at least 6 inches over the top of the pipe. The bedding Shoring or extra excavation trench will be measured as 1 material shall be rammed and tamped around the pipe by the use specified in Section 2-09.4 for shoring or extra excavation Class of shovels or other approved hand-held tools, so w to provide B. firm and uniform support over the full length of all pipe, valves, 1 and fittings. Care shall be taken to prevent any damage to the 7-10.5 Payment pipe or its protective coating. Payment will be made for each of the following bid items 7-10.3(9)B Flexible Pipe that arc included in the proposal: 1 Material to be used for bedding flexible pipe shall meet the 1. "Rock Excavation",per cubic yard. requirements of Section 9-03.1630.7(�B. Bedding shall be The unit price per cubic yard for "Rock Excavation" shall placed in more than one lift. The first lift is to provide at least be full pay for all work to remove and dispose of materials as 4 inches of bedding under any portion of the pipe and shall be specified in Section 7-10.3(7)A. If no pay item is listed, rock placed before the pipe is installed, and shall be spread smoothly excavation shall be considered incidental to work to construct the se that the pipe is uniformly supported along the barrel. water main and all costs shall be included in other items of work Subsequent lifts of not more than 6 inches thickness shall be specified in Section 7-11.5. stalled to a depth of 6 inches over the crown of the pipe. Each - 1 shall be compacted to 90 percent of maximum density aser ewbie Tard fer "im Tie el Mecified in Section 2-03.3(14)D. 7-10.4 Measurement �)& No measurement shall be made for clearing and grubbing, } . removal of existing street improvements, protection of existing rep eubio'yard. ' utilities and services, trench excavation and backfill, bedding the "Remo val—and pipe, and compaction of backfill. When listed as a pay item, rock excavation will be measured in its original position by volume in cubic yards. The quantity' .Payment for measured for payment will include only the material excavated "removal and replacement of.unsuitable material" will be from within the limits hereinafter defined. Any additional considere dincidental to other bid items and no further excavation outside of these limits will be considered as having compensation will be made. ' been made for the Contractor's benefit, and all costs in 4. "Bank Run Gravel for Trench Backfill per eabie connection with such excavation shall be included in the unit yefd4on. contract prices for the various items of work. The unit contract price per eobi--y&r$ton for "Bank Run The horizontal limits for measuring rock excavation will be Gravel for Trench Backfill" shall be full pay for all work to the sides of the trench, except no payment will be made for furnish, place, and compact the material in the trench. Also material removed outside of vertical planes extended beyond the included in the unit contract price is the disposal of excess maximum trench widths, u specified in Section 7-10.3(7). and unusable material excavated from the trench. Vertical distances shall be measured from the upper surface of No separate payment will be made for clearing and the rock to an elevation 6 inches below the underside of the pipe grubbing, removal of existing street improvements, furnishing barrel, or to the lower surface of the rock, whichever is less. and installing sand cushion, protection of existing utilities and Boulders exceeding one cubic yard in volume shall be paid for services, trench excavation and backfdl, bedding the pipe, and according to their measured volume. compacting the backfdl. These items shall all be considered as Removal of the extra trench excavation as defined in incidental to the work of constructing the water main, and all Section 7-10.3(7)B will be measured by the cubic yard. The costs thereof shall be included in the payment as specified in depth shall be the actual depth removed for the changed tine or Section 7-11.5, grade in accordance with Section 7-10.3(5) or as directed by the 5. "Shoring or Extra Excavation Trench",per square Engineer. The width shall be the actual width removed for the feedump sum. changed line or grade, but in no case shall the measured width The unit contract price per square featlump sum for ' exceed the allowable widths specified in Section 7-10.3(7). "Shoring or Extra Excavation Trench" shall be full pay for the Removal and replacement of unsuitable material will be work as specified in Section 2-09.5 for shoring or extra measured by the cubic yard. The depth shall be the actual depth excavation Class B. removed below the depth specified in Section 7-10.3(5). The 6. "Foundation Material' ,per ton. ' width shall be the actual width removed, but in no case shall the Payment will be made at the unit contract price per ton measured width exceed the allowable widths specified in for "foundation material" which price shall be full Section 7-10.3(7). compensation for excavating and disposing of the unsuitable Measurement of bank run gravel for trench backfill will be material and replacing with the appropriate foundation ' by the n, material per Section 9.30.711(1). in accordance with Section 1-09.1, or by the calculation of neat lines based on maximum trench width per Section 2-09.4 Page-SP-69 Revision Date: January 20, 1992 7-11 _ _ Pipe Installation for Water Mains , 7-11 Pipe Installation for Water 7-11.3(8) Laying Concrete Cylinder Pipe Generate Mains , he led to oncrete cylinder pipe 7-11.3 Construction Details shall not be used. t7-11.3(3) Cutting Pipe 7-11.3(9) Connections 7-11.3(9)A Connections to Existing Mains , 7-11.3(4) Laying of Pipe on Curves Connections to the existing water main shall not be made Long radius(1000 feet or more)curve, either horizontal or without first making the necessary arrangements with the vertical, may be laid with standard pipe by deflecting the joints. Engineer in advance. Work shall not be started until all the If the pipe is shown curved in the Plans and no special fittings materials, equipment, and labor necessary to properly complete ' arc shown, the Contractor can assume that the curves can be the work are assembled on the site. made by deflecting the joints with standard lengths of pipe, If Existing water mains shall be cut by the Contractor. The shorter lengths are required, the Plans will indicate maximum Contractor shall remove the portions of pipe to provide for the lengths that can be used. The amount of deflection at each pipe installation of the required finings at the points of connection. All ' joint when pipe is laid on a horizontal or vertical curve shall not damage caused by the Contractor's operations to existing joints exceed one half of the manufacturer's printed recommended in piping to remain in-service shall be repaired by the Contractor deflections. at no expense to the State. The Contractor shall determine the Where field conditions require deflection or curves not exact length of the existing water main that must be removed. anticipated by the Plans, the Engineer will cictcrmine the methods The pipe ends shall be beveled to prevent damage to the to be used. No additional payment will be made for laying pipe transition coupling gasket during installation of the coupling. The on curves as shown in the Plans, nor for field changes involving exterior of the existing pipe end shall be cleaned to a sound, ' standard lengths of pipe defected at the joints. When special smooth finish before installation of the coupling. fittings not shown in the Plans are required to meet field Transition couplings shall be installed by the Contractor and conditions,additional payment will be made for special fittings as shall be provided with a plastic film wrap. The plastic film wrap provided in Section 1-09.6. shall be wrapped loosely around the pipe, fittings, and couplings, ' When rubber gasketed pipe is laid on a curve,the pipe shall and secured with 2-inch-wide polyethylene adhesive tape. be jointed in a straight alignment and then deflected to the curved Pipelines in which the couplings are installed shall be wrapped a alignment. Trenches shall be made wider on curves for this minimum of 3 feet on each side of the coupling. All joints or ' purpose. seams in the plastic film wrap shall be made using the 2-inch-wide polyethylene adhesive tape. The plastic film wrap 7-11.3(5) Cleaning and Assembling Joint need not be watertight, but no part of the pipe or coupling shall All pans of the pipe ends, couplings, fittings, and be exposed to the backfill. Cam shall be exercised during , appurtenances shall be cleaned to remove oil, grit, or other backfilling to prevent the plastic film wrap from being punctured foreign matter from the joint. Care shall be taken to keep the or otherwise da=gad• Plastic film wrap and its installation shall joint from contacting the ground. conform to AWWA C105 except u modified herein. Pipe not furnished with a depth mark shall be marked before When work is once started on a connection, it shall proceed assembly to ensure visual observation of the work. continuously without interruption,and as rapidly as possible until completed. No shutoff of mains will be permitted overnight, over 7-11.3(6) Laying Ductile Iron Pipe with weekends, or on holidays. , Polyethylene Encasement If the connection to the existing system involves turning off the water, the Contractor shall be responsible for notifying the Where shown in the Plans, the Contractor shall ]ay ductile residents affected by the shutoff. The Engineer will advise which iron pipe with a polyethylene encasement. Pipe and polyethylene property owners are to be notified. , encas ement shall be installed in accordance with AWWA C105. The Contractor may be required to perform the connection The polyethylene encasement shall also be installed on all during time other than normal working hours. The Contractor appurtenances, such as pipe laterals, couplings, fittings, and shall not operate any valves on the existing system without valves, in accordance with Section 4-5 of ANSI 21.5 or specific permission of the Engineer. AWWA C105. The types of connections arc varied and suggested piping Installation of the polyethylene encasement shall be armngemcnta have been shown is the Plans. For the installation considered incidental shall the lowed then of the pipe and no of these connections, the surfaced portion of the roadway shall additional payment shall be allowed therefore. not be penetrated unless the connecting point is directly under it. , For connection by any other method, the Contractor shall fumish 7-11.3(7) Laying Steel Pipe a detailed sketch for approval not less than two weeks prior to Steel pipe shall not be used: the expected construction. , Page-SP-70 Revision Date: January 20, 1992 7-11 Pipe Installation for Water Mains ' When not stated otherwise in the special Provisions or on residents affected by the shutoff. The engineer will advise the plans all connections to existing water mains will be done which property Owners are,p be notified. by City forces as Provided below: The contractor may be required to perform the City Installed connections: connection during times other than normal working hours. Connections to existing piping and tie-ins are indicated The contractor shall not operate any valves on the existing on the drawings. The contractor must verify all existing system. Water system personnel will operate all valves on the piping,dimensions,and elevations to assure proper fit. existing system for the contractor when required. ' Connections to the existing water main shall not be made No work shall be performed on the connections unless a without rust making the necessary arrangements with the representative of the water department is present to inspect Engineer in advance. Work shall not be started until all the the work. materials, equipment and labor necessary to properly The types of connections are varied and suggested piping 1 complete the work are assembled on the site. arrangements have been shown in the plans. For the The Contractor shall provide all materials necessary to installation of these connections, the surfaced portion of the install all connections as indicated on the coatruction roadway shall not be penetrated unless the connecting point is I drawings. The contractor shall perform the excavation, directly under it. For connection by any other method, the bedding, and backfdl, and provide concrete blocking for the contractor shall furnish a detailed sketch for approval not connections to existing mains. less than two weeks prior to the expected construction. The City will cut the existing main and assemble all materials. When the City makes the connections to the existing 7-11.3(11) Hydrostafic Pressure Test system all labor, materials, and equipment required of the contractor shall be considered incidental and all related costs should be included in other items of work. 1 Contractor installed connections: Connections to the existing water main shall not be made without first making the necessary arrangements with the engineer in advance. Work shall not be started until all the ' materials, equipment, and labor necessary to properly complete the work are assembled on the site. Existing water mains shall be cut by the contractor. The ' contractor shall remove the portions of pipe to provide for the installation of the required fittings at the points of connection. All damage caused by the contractor's operations to existing joints in piping to remain in-service The mains shag be figed with waIer and RHO vad ie man shall be repaired by the contractor at no additional cost to the State. The contractor shall determine the exact length of existing water main that must be removed. The pipe ends shall be bevelled to prevent damage to the transition coupling ' gasket during installation of the coupling. The exterior of the existing pipe end shall be cleaned to a sound, smooth rmish before installation of the coupling. Transition couplings shall be installed by the contractor again, During the and shall be provided with a plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, fittings, and couplings, and secured with 2-inch wide polyethylene adhesive tape. Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on each side of the me"eantration of fig Mg.A. coupling. All joints or seams in the plastic film wrap shall be made using the 2-inch wide polyethylene adhesive tape. The plastic film wrap Peed not be watertight, but no part of the pipe or coupling shall be exposed to the backfill. Care shall be exercised during hackfilling to prevent the plastic film r wrap from being punctured or otherwise damaged. Plastic film wrap and its installation shall conform to awwa c105 except as modified herein. When work is once started on a connection, it shall t'ennula proceed continuously without interruption, and as rapidly as possible until completed. No shutoff of mains will be permitted overnight or over weekends or on holidays. If the *D FP connection to the existing system involves turning off the water, the contractor shall be responsible for notifying the in-which Page-SP-71 ' Revision Date: January 20, 1992 7-I1 Pipe Installation for Rater Mains b quantities of water are available for normal system operation. ' Al z A hydrant meter and a backflow prevention device will be 9 = filantinai dia new af U a p pe in inehes used when drawing water from the City system. These may P be obtained from the City by completing the required forms ' teat, psi and making required security deposits. There will be a charge for the water used. Gauges used in the test may be required to be ceruTed There shall %a!be " firpreviable or abrupt !as- ------- for accuracy at a laboratory by the Owner. ' A visible leakage detected shall be corrected by the contractor to the satisfaction of the Owner regardless of the allowable leakage specified above. Should the test section fad Engtamr` to meet the pressure test successfully as specified, the contractor shall, at his own expense, locate and repair the defects and then retest the pipeline. should the b6sw 6he pressure !eat All tests shall be made with the hydrant auxiliary gatesmemsaftill) as , ' the centraeker ai He ense 40 valves open and pressure against the hydrant valve. After the test has been completed, each gate valve shall be tested by Vire6e. closing each in turn and relieving the pressure beyond. This ' -- _ —_ _ L the L J__-. _ .. _ - _- ""`""""`a . - test of the gate valve will be acceptable if there is no ... ... pressure against the hydra"t di a+ "fter Elie tegi its- immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The contractor shall in wen and rehe ing the pressure b"-ond. This test of the got verify that the pressure differential across the valve does not W*M be fteeeriable if thefe is He iffiffiediake less of pressure exceed the rated working pressure of the valveam the gauge when the !he - a! e being . Sections to be tested shall normally be limited to 1,500 feet. The Owner may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the , the-veiva- contractor's crews, be tested in order to qualify the crew See!ans te be tesied sha14 name!!) be limited te 1,500 feet and/or the material. Pipe laying shall not be continued more The Engineer may that the first Pm off-4vipe, lot less than an additional 1,000 feet until the first section shall have , J.__ 1,000 feet p- ,---` - -J L __ _f L . ,. .. s been tested successfully. OfeN%S__ _ _ _ Prior to calling out the Owner to witness the pressure A L _ more L_ ""k"{'�'.y'_ _e_„ __ _ tenal test,the contractor shag have all equipment set up completely ready for operation and shall have successfully performed the ' test to assure that the pipe is in a satisfactory condition. 1he GoMrMeter shall haNe ad equipment sets up eoffirlete4) reed) Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the , contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled,the corporation cocks shall be closed and the test pressure applied. At the conclusion of , the pressure test, the corporation cocks shall be removed and tea! is obtaisled- plugged. All water mains and appurtenances shall be tested under The test shall be accomplished by pumping the main up ' a hydrostatic pressure equal to 150 psi in excess of that under to the required pressure; stop the pump for a minimum of 2 which they will operate. In no case shall the test pressure be hours as directed by the Owner, and then pump the main up less than 200 psi. All pumps, gauges, plugs, saddles, to the test pressure again. During the test, the section being corporation stops, miscellaneous hose and piping, and other tested shall be observed to detect any visible leakage. A clean , equipment necessary for performing the test shall be container shall be used for holding water for pumping up furnished and operated by the contractor. pressure on the main being tested. This makeup water shall The pipeline trench shall be hackfilled sufficiently to be sterilized by the addition of chlorine to a concentration of prevent movement of the pipe under pressure. All thrust 50 mg/l. blocks shall be in place and sufficiently cured to reach design The quantity of water required to restore the initial strength before testing. Where permanent blocking is not hydrostatic pressure shall be accurately determined by either required, the contractor shall furnish and install temporary 1) pumping from an open container of suitable size such that blocking and remove it after testing. accurate volume measurements can be made by the Owner , The mains shall be filled with water and allowed to stand or, 2) by pumping through a positive displacement water under pressure fora minimum of 24 hours to allow the meter with a sweep unit hand registering one gallon per escape of air and/or allow the Uning of the pipe to absorb evolution. The meter shall be approved by the Owner. ' water. The Owner will furnish the water necessary to fill the Acceptability of the test will be determined by two pipelines for testing purposes at a time of day when sufficient factors, as follows: Page-SP-72 , Revision Date: January 20, 1992 7-11 Pipe Iostallatbn for Water Mains ' 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. , 2. The loss in pressure shall not exceed 5 psi during the test period. All water used to preform hydrostatic pressure shall be charged a usage fee. • -0B8A34-t1-d2c Allowable leakage per 1000 ft. of pipeline in GPH in wh eh -is the d amater in .Dry calcium hypochbrile Nominal Pipe Diameter shall not be place in the pipe as laid. I in inches PSI 6" 8" 10" 12" 16" 20" 24" 7-11.3(12)K Retention Period 450 0.95 127 IS9 1.91 235 3.18 3.92 Treated water shall be retained in the pipe at least 24 hours 400 0.90 120 1S0 1.80 2.40 3.00 3.60 but no long than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points 350 0.84 1.12 1.40 1.69 225 2.81 337 shall be at least 25 mgll. 275 0.75 1.00 1.24 1.49 IM 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 237 2.85 7-11.3(12)N Final Flushing and Testing 225 0.69 0.90 1.13 135 1.80 225 2.70 Following chlorination, all treated water shall be flushed 200 0.64 0.85 I.06 1.28 1.70 2,12 255 from the newly-laid pipe until the replacement water throughout its length shows, upon lest, the absence of chlorine. In the event 1 If the pipeline under test contains sections of various chlorine is normally used in the source of supply, then the tests diameters, the allowable leakage will be the sum of the shall show a residual not in excess of that carried in the system. computed leakage for each size, or for those diameters or A sample tap shall be located ahead of the flushing hose for pressures not listed by the formula Stated in section 74.2.11 convenience and for sanitary sampling. of the Standard Specifications. Before placing the lines into service, a satisfactory report shall be received from the local or Stale health department or an 7-11.302) Disinfection of Rater Mains approved testing lab on samples collected from representative ' points in the new system. Samples will be collected and 7-11.3(12)A Flushing bacteriological tests obtained by the Engineer. Sections of pipe to be disinfected shall first be Awshedpoly- pigged to remove any solids or contaminated material that may 7-11.3(13) Concrete Thrust Blocking have become lodged in the pipe. If Concrete thrust blocking, as detailed in the Plans, shall be end ef the main, the main cannot be "poly-pigged", then a tap placed at bends, tees, dead ends, and crosses. Blocking shall be shall be provided large enough to develop a velocity of at least Class 3000 concrete poured in place. 2.5 fps in the main. Concrete blocking shall bear against solid undisturbed earth Taps required by the Contractor for temporary or permanent at the sides and bottom of the trench excavation and shall be release of air,chlorination or flushing purposes shall be provided shaped so as not to obstruct access to the joints of the pipe or by the Contractor as a part of the construction of water mains. fittings. I Provide concrete blocking at all hydrants, fittings and 6W pipe, flushing shob be done after diainieeiia�. horizontal or vertical angle points. Conform to The City of The Contractor shall be responsible for disposal of treated Renton standard details for general blocking, and vertical water flushed from mains and shall neutralize the wastewater for blocks herein. All fittings to be blocked shall be wrapped protection of aquatic Life in the receiving water before disposal with 4-mil polyethylene plastic. Concrete blocking shall be into any natural drainage channel. The Contractor shall be properly formed with plywood or other acceptable forming responsible for disposing of disinfecting solution to the materials and shall not be poured around joints. The forms satisfaction of State and local authorities. If approved by the shall be stripped prior to backfilling. Joint restraint(shackle Engineer, disposal may be made to any available sanitary sewer rods), where required, shall be installed in accordance with provided the rate of disposal will not overload the sewer. section 7-11.3(15). Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail 7-11.3(15) Joint Restraint System included in this document. Water containing chlorineGeneral: residuals shall not be disposed into the storm drainage Where shown on the plans or in the spec3ficatiom or required by system or any waterway. the engineer,joint restraint system (shackle rods) shall be used. ' all joint restraint materials used shad be those manufactured by 7-11.3(12)D Dry Calcium Hypochlorite star national products, 1323 holly avenue pa box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: Page-SP-73 Revision Date: January 20, 1992 7-12 Valves for Water Mains , High strength low-alloy,stc-A(cor-leu), ASTht A242, heat-treated, Where a manufactures mechanical joint valve or fitting is ' superstar *SST"series. supplied with slots for "T" holes instead of holes, a flanged valve High strength low-alloy sted(corAeo), ASTM A242, superstar with a flange by mechanical joint adaptor shall be used instead,so "SS"series. as to provide adequate space for locating the tiebolts. Items to be galvanised are to meet the following requirements: Where a continuous fun of pipe is required to be restrained, no ' ASTM A153 for galvanizing iron and sled hardware. run of restrained pipe shall be greater than 60 feel in length ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on shapes. longer runs to keep tierod lengths to the 60 foot maximum, Pipe used in continuously restrained runs shall be mechanical joint pipe , Joint restrainer system components: and tieboles shall be installed as rod guide at each joint. Tiebolt: ASTM A242, type 2, zinc plated or hot-dip Where poly wrapping is required all tiebolts, tienuts, galvanized. SST 75/8" for 2" and 3" mechanical joints, 3/4" for tiecoupliags, tierods, and tiewashers, shall be galvanized. All 4" to 12' mechaniral joints, ASTM A325, type 3D, except tensile disturbed sections will be painted, to the inspectors satisfaction, ' strength of full-body threaded section shall be increased to with koppers bitamastic no.300-m,or approved equal. 40,000 lbs.minimum for 5/8" and 60,000 lbs. minimum for 314" Where poly wrapping is not required all tiebolLs, tieuuts, by heat treating (quenching and tempering) to manufactures tiecoupliags, tierods and tiewashers may be galvanised as reheat and hardness specifications. SST 753: 314" for 14" to 14" specified in the preceding paragraph or plain and painted in the , mechanical joints. same ASTM specification as SST 7. SST 77: entirety with koppers bitumastic no.800-m,or approved equal. 314' same as SST 7, except 1" eye for 7/8" rod. same ASTM Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be specification,as SST 7. considered incidental to installation of the pipe and as additional payment. Tienuu heavy hex nut for each tiebolt.• 558: 5/8" and 314", ASTM A563,grade C3, or zinc plated. SS: 5/8"and 3/4", ASTM A563,grade A, zinc plated or hot-dip galvanized 7-12 Valves for Water mains Tiecouplina: used to extend continuous threaded rods and are , provided with a center stop to aid installation, zinc plated or hot- 7-12.2 Materials dip galvanized. SS10: for 518" and 314' tierods, ASTM A563, Materials shall meet the requirements of the following grade C3. SIO: for 5/8"and 3/4"tierods, AS'L1f A563, grade A. ' sections Tierod: continuous threaded rod for cutting to desired lengths, Gate Valves 9-30.3(17 zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, Gate Valves 16 Inches and Larger 9-30.3('_) ASTM A242, type 2; ANSI B1.I. S12: 5/8" and 3/4" diameter, BuuerOy Valves 9-30.3(3) ASTM A36,A307. Valve Boxes 9-30.3(4) , Valve Marker Posts 9-30.3(sl Tiewasber: round Hat washers, zinc plated or hot-dip galvanised. Combination Air Release/Air Vacuum Valves 9-30.3(6) SS17:ASTM A242, F436. S17:ANSI B18.22.1, End Connections 9-30.3(7) Installation: Tapping Sleeve and Valve Assembly 9-30.3(8) ' Install the joint restraint system in accordance with the manufactures instructions so all joints are mechanically locked The valves shall be standard pattern of a manufacturer together to prevent joint separation. Tiebolts shall be installed to whose products are approved by the Engineer and shall have the pull against the mechanical joint body and not the SU follower. name or mark of the manufacturer, year valve casting was made, , Torque nuts at 75-90 foot pounds for 314" nuts. Install size and working pressure plainly cast in raised letters on the tiecouplings with both rods threaded equal distance into valve body. tiecouplings. Arrange tierods symmetrically around the pipe. The valve bodies shall be cast iron, ductile iron, or other , approved material mounted with approved noncorrosive metals. All wearing surfaces shall be bronze or other approved pipe diameter........................number of 3/4" noncorrosive material, and there shall be no moving bearing or tierods required contact surfaces of von in contact with iron. Contact surfaces 4".....................................2 shall be machined and finished in the best workmanlike manner, 6".....................................2 and all wearing surfaces shall be easily renewable. 8........................••.•.•.•.•••••3 Valves shall he designed for a minimum water operating 10"....................................4 pressure of 200 psi. Gate valves shall be Clow list 14, , 12"....................................6 Mueller Company No. A-2380, Kennedy, U. S. Metropolitan, 14"....................................8 or M& H. 16"....................................8 Approval of valves other than models specified shall be , 18"....................................8 obtained prior to bid opening. 20".................................... 10 All valves less than 12" in diameter shall include an 8" x 24".................................... 14 24" cast iron valve box and extensions, as required. All 12" 30"....................................(16.7/8"rods) diameter and larger valves shall be installed in a vault. See 36"....................................(24-7/8"rods) water standard details for 12" valve assembly vault and 1" bypass installation. Page-SP-74 Revision Date: January 20, 1992 ' 7.14 hydrants ' 7-12.3 Construction Details 7-14.3(3) Resetting Existing Hydrants Where existing hydrants are shown in the Plans for adjustments to conform to new street alignment or grade or both, 7-12.3(Ol) Installation of Valve Marker Post the hydrant shall be relocated without disturbing the location of 1 Where required, a valve marker post shall be furnished and the hydrant lateral tee at the main. installed with each valve. Valve marker posts shall be placed at The method of hamessing the hydrant shall be determined the edge of the right-of--way opposite the valve and be set with by the conditions found in the field and shall be reshackled or 18 inches of the post exposed above grade. the exposed-pBrtien mblocked m directed by the Engineer. 1 This work shall conform to Section 7-14.3(1). All hydrants shall be rebuilt to the approval of the Clty(or replace with a new hydrant). All rubber gaskets shall be replaced with new ' gaskets of the type required for a new installation of the same .Valve markers type. shall be earsonite composite utility marker .375" x 6'-0" or approved equal with blue label "water". 7-14.3(4) Moving Existing Hydrants Where shown in the Plans, existing hydrants shall be 7-14 Hydrants moved. When the existing tee is moved to a new hydrant location, a new tee shall be inserted and the open part of the abandoned tee shall be sealed and shackled. The work shall ' 7-14.3 Construction Details conform to Section 7-14.3(1). Ail hydrants shall be rebuilt to the approval of the 7-14.3(1) Setting Hydrants City(or replace with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new Where shown in the Plans, hydrants shall be installed in installation of the same type. accordance with the detail shown on the Standard Plans. Hydrants shall not be installed within 3 feet of a traveled 7-14.5 Payment roadway. In addition, a minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The Payment will be made for each of the following bid items sidewalk flange shall be set 2 inches above finished grade. that are included in the proposal: All hydrants shall be set on concrete blocks as shown in the 1. "Hydrant Assembly",per each. Standard Plans. The hydrant drain shall waste into a pit of The unit contract price per each for "Hydrant Assembly" crushed stone or gravel situated at the base of the hydrant as shall be full pay for all work to furnish and install fie hydrant shown in the Standard Plans. assemblies, including all costs for auxiliary gate valve, shackles, All hydrants shall be inspected in the field upon arrival to tie rods, concrete blocks, gravel, and painting and guard posts ensure proper working order. After installation, they shall be required for the complete installation of the hydrant assembly as subjected to a hydrostatic test as specified in Section 7-11. specified,except the pipe connecting the hydrant to the main will After all installation and testing is complete, the exposed be paid for as specified in Section 7-11.5. Guard posts, if - I portion of the hydrant shall be painted with enetwo field coats. required, shall be shown on the plans and shall be incidental The type and color of paint will be designated by the Engineer. to the contract. Any hydrant not in service shall be identified by covering 2. "Resetting Existing Hydrants",per each. with a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Resetting Existing Hydrants shall be installed in accordance with awwa Hydrant" shall be full pay for all work to reset the existing specifications c60a77, sections 3.7 and 3.8.1 and the water hydrant, including rebuilding (or replacement with a new standard details. Hydrant and guard posts shall be painted hydrant),shackling, blocking, painting, and reconnecting to the in accordance with the water standard detail. Upon main. New pipe required from the main to the hydrant will be completion of the project, all fire hydrants shall be painted to paid as specified in Section 7-11.5. The City of Renton specifications and guard posts painted 3. "Moving Existing Hydrants",per each. yellow. Fire hydrants shall be of such length as to be The unit contract price per each for "Moving Existing suitable for installation with connections to 6", 8" AND "" Hydrant" shall be full pay for all work to move the existing piping in trenches 3 -112 feet deep unless otherwise specified. hydrant, including new tee, rebuilding (or replacement with a The hydrant shall be designed for a 4-1/2 foot burial where new hydrant), shackling, blocking, painting, and reconnecting 12" and larger pipe is shown unless otherwise noted on the to the main. New pipe for hydrant connections will be paid for u plan. specified in Section 7-11.5. I"hydrant assembly shall include: Cl Tee (AU x FL), 6" gate 4. "Reconnecting Existing Hydrants",per each. valve(FL x MI)6' Cl spool (PE x PE)5"MVO fire hydrant (11J The unit contract price per each for "Reconnecting Existing connection)8"x 24"cast iron valve box and 314 inch sbackle rod Hydrant" shall be full pay for all work to reconnect the existing with accessories Two concrete guard posts(Only if outside RPM. hydrant, excepting however, that new pipe wed for the Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). connection5 "will an paid as specified i Section linear . 5. "Hydrant Extensions, Vertical",per linter foot. Page-SP-75 Revision Date: January 20, 1992 7-15 Service Connections The unit contract price per linear foot for "Hydrant hydrant vertically.eal" shall be (u0 pay for all work to extend the 7-17 Sanitary Sewers Y '7-15 Service Connections 7-17.1 Description This work shall consist of constructing sanitary sewer lines 7-15.3 CoRSWction Details in accordance with the Plans, these Specifications, and the Standard Plans, u staked by the Engineer. Sewer located in the AB service connections to water mains, except to ductile Aquifer Protection Area shall be designed on an individual iron pipe Class 52 or stronger, shall be made using saddles as basis. specified and of the size and type suitable for use with the pipe being installed. Ductile iron pipe Class 52 or stronger may be 7-17.2 Materials direct tapped for corporation stops in accordance with the recommendations of DIPRA. Pipe used for sanitary sewers may be: ' The depth of trenching for service connection piping shall provide a minimum of 2 feet of cover over the by of the pipe. Rigid Flexible Particular care ,all be exercised to ensure that the main is not damaged by installation of the service line. Excavating and Concrete ABS-Earipesiw backfilling for service connections shall be as specified in + 1--y PVC (Polyvinyl Chloride) Section 7-10. Ductile Iron Service lines shall be cut using a tool or tools specifically designed to leave a smooth, even, and square end on the piping All sanitary sewer pipe shall have flexible gasketed joints material to he cut. Cut ends shall be reamed to the full inside unless otherwise specified. diameter of the pipe. Pipe ends to be connected using couplings It is not intended that materials listed are to be considered which seal to the outside surface of the pipe shall be cleaned to a equal or generally interchangeable for all applications. The ' sound, smooth finish before the couplings are installed. Engineer shall determine from the materials listed those suitable Where shown in the Plans, existing water service for the project, and shall so specify in the specifications or the connections shall be reconnected to the new water mains. The Plans. location of water service connections shall be verified in the field Materials shall meet the requirements of the following , by the Contractor. sections. Pipe materials used to extend or replace existing water Plain Concrete Storm Sewer Pipe 9-05.7(1) service lines shall be copper, relybulaelow, or polyethylene Reinforced Concrete Storm Sewer Pipe 9-05.7C2) pipeservice line connection to the new main will conform to Gk5 so e'A,* 9b5.8 the standard plans of the City of Renton bound herein as PVC sewer Pipe 9-05.12 Ductile Iron Sewer Pipe 9-05.13 applicable. The Engineer will indicate the location for the ARS canves be So 9 95.i4 taps on the new main for each service to be connected.. The contractor will direct tap main for 314" service. AO pipe shall be clearly marked with type, class, and The contractor will use copper tubing, type K, soft for 3/4" thickness. Lettering shall be legible and permanent under normal services. conditions of handling and storage. ' Type L• Connections to existing copper services will be conditions of handling and storage. made with compression type,three part union couplings. 7-17.3 Construction Requirements Type II: Where existing galvanized services exist,they ' shall be replaced with a new copper pipe service 7-17.3(1) Excavation and Preparation of Trench to the property line. (Meters shall be located in planter strip between sidewalk and curb) 7-17.3(1)B Pipe Bedding ' Type III: Where future stub services shall be installed they Bedding, of the class or classes shown in the Plans or ahaa be installed as above,to the property line described in the Special Provisions, shall be installed in with a meter box Oess 3/4 meter). A solid core accordance with the Standard Plans, and shall include all , threaded spacer the length of a meter shall be materials and work within the limits of the pipe zone its shown in installed in place of the meter, the Standard Plans. If no bedding class is shown for rigid pipe, Insulating couplings shall be used at any connection between Class B bedding shall be provided. If no bedding class is shown galvanized steel or iron pipe and copper pipe. All fittings, for flexible pipe, Class F bedding shall be provided. appurtenances, and other miscellaneous materials on the sections Bedding of whatever class shall provide uniform support of existing pipe which have been removed shall become the along the entire pipe barrel, without load concentration at joint property of the Contractor. collars or bells. No blocking of any kind shall be used to adjust ' the pipe to grade except when used with embedment concrete. Bell holes shall be dug as required to ensure uniform support Page-SP-76 ' Revision Date: January 20, 1992 7-17 Sanitary Sewers ' along the pipe barrel. Bedding disturbed by pipe movement, or by removal of shoring or movement of a trench shield or box 7-17.3(2)G Sewer Line,,Cortnections shall be reconsolidated prior to backfill. Special care shall be Sewer line connections to trunks, mains, laterals, or side ' taken to provide adequate bedding support at wyc or tee sewers shall be left uncovered until after the Engineer has connections and adjacent to manholes or other structures, so as inspected and approved the work. After approval of the to avoid bending or shearing stresses at these critical points. connection,the trench shall be backfdlcd w specified. Compaction of bedding shall be as specified in the Standard Unless otherwise approved by the Engineer, all Pi bedding material for PVC connections of lateral sewers to existing mains shall be made Pipe ing pipe shall be placed to a through a cast iron saddle secured to the sewer main with depth of 6" below the bottom of the pipe and extending up 6" stainless steel bands. When the existing main is constructed above the crown on all pipes. of vitrified clay, plan or reinforced concrete, cast or ductile The hand-placed bedding around the pipe and to a point iron pipe,the existing main shall be core drilled. 6"above the crown shall be foot-tamped until it is unyielding. Connections (unless booted connections have been The remaining backfill shall be mechanically tamped with provided for) to existing concrete manholes shall be core- hand-operated mechanical or pneumatic tampers to 95% drilled, and shall have an "O" ring rubber gasket meeting densdy. ASTM C478 in a manhole coupling equal to the Johns- Pipe bedding shall be considered incidental to the pipe Manville Asbestos-Cement collar, or use ■ cooks] type and no further compensation shall be made. flexible seal equal to kore•N-Seal. PVC pipe connection shall ' consist of tee, nipple and couplers as approved by the 7-17.3(2) Laying Sewer Pipe Engineer. 1 7-17.3(2)B Pipe Laying 7-17.3(2)I Protection of Existing Sewerage Facilities After an accurate grade line has been established, the pipe All existing live sewers including septic tanks and drain shall be laid within reasonably close conformity to the established fields shall be kept in service at all times. Provision shall be line and grade in the properly dewatered trench. Mud, silt, made for disposal of sewage flow if any existing sewers are gravel, and other foreign material shall be kept out of the pipe damaged. Damage to existing sewers shall be repaired by the and off the jointing surfaces. Contractor, at no expense to the State, to a condition equal to or All pipe laid in the trench to the specified line and grade better than their condition prior to the damage. shall be kept in longitudinal compression until the backfill has Water accumulating during construction shall be removed been compacted to the crown of the pipe. All pipe shall be laid to from the new sewers but shall not be permitted to enter the conform to the prescribed line and grade shown in the plans, existing system. The Contractor shall be responsible for flushing within the limits that follow. out and cleaning any existing sewers into which gravel,rocks, or Sewer pipe shall be laid to a true line and grade at the invert other debris has entered as a result of his/her operations, and of the pipe and the Contractor shall exercise care in matching shall repair lift stations or other facilities damaged by his/her pipe joints for concentricity and compatibility. In no case shall operations. two pipes be joined together with ends having the maximum The physical connection to an existing manhole or sewer manufacturer's tolerance. The invert line may vary from the true shall not be made until authorized by the Engineer. Such line and grade within the limits stated to develop uniformity, authorization will not be given until all upstream lines have been concentricity, and uniform compression of jointing material completely cleaned, all debris removed, and where applicable, a provided such variance does not result in a reverse sloping pipe temporarily placed in the existing channel and sealed. invert. The limit of the variance at the invert shall not exceed When extending an existing sewer, the downstream plus or minus 0.03 foot at the time of backfill. Checking of the system shall be protected from construction debris by placing invert elevation of the pipe may be made by calculations from a screen or trap in the fast existing manhole downstream of measurements on the top of the pipe,or by looking for ponding the connection. It shall be the contractor's responsibility to of 1/2" or lest, which indicates a satisfactory condition. At maintain this screen or trap until the new system is placed in manholes, when the downstream pipe(s) is of a larger size, service and then to remove it. Any construction debris which pipe(s) shall be laid by matching the (eight-tenths) flow enter the existing downstream system, shall be removed by elevation,unless otherwise approved by the Engineer.. the contractor at his expense, and to the satisfaction of the The sewer pipe, unless otherwise approved by the Engineer, Engineer. When the fast manhole is set, it's outlet shall be shall be laid up grade from point of connection on the existing plugged until acceptance by the Engineer. sewer or from a designated starting point. The sewer pipe shall be installed with the bell end forward or upgrade. When pipe 7-17.3(4)I Television Inspection laying is not in progress, the forward end of the pipe shall be The Engineer may require any or all sanitary sewer lines be kept tightly closed with an approved temporary plug. inspected by the use of a television camera before final Where pipelines are to be laid on specified curves of acceptance. The costs incurred in making the initial inspection sufficiently short radius to deflect the pipe joints in an amount shall be home by the owner of the sanitary sewer. greater than recommended by the manufacturer, the curves shall The Contractor shall bear all costs incurred in correcting be achieved with a series of tangents and shop-fabricated bends, any deficiencies found during television inspection including the ' subject to the approval of the Engineer. cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. Page-SP-77 Revision Date: January 20, 1992 9.02 Roadside Planting The Contractor shall be responsible for all costs incurred in The unit contract price per linear foot for "Testing Sewer , any television inspection performed solely for the benefit of the Pipe" shall be full pay for all labor, material and equipment Contractor. required to conduct the leakage tests required in Once the television inspection has been completed the Section 7-17.3(4). , contractor shall submit To the Engineer the written reports of 7. "Trench Excavation", per cubic yard. the inspection plus the video tapes. Said video tapes are to be The unit contract price per cubic yard for "Trench in color and compatible with the City's viewing and recording Excavation" shall be full pay for all excavation, removal of systems. The City system accepts 1/2"wide high density VHS water, backfilling, and all other work necessary to the ' Tapes. The tapes will be run at standard speed SP (1 5116 construction of the sewer trench. No separate payment will be I.P.S.). made for protection of existing utilities and services. These items shall be considered as incidental to the work of "Trench , 7-17.4 Measurement Excavation" and all costs thereof shall be included in the payment for "Trench Excavation." The length of sewer pipe will be the number of linear feet of g. "Removal and Replacement of Unsuitable Material", completed installation measured along the invert and will include per cubic yard. ' the length through elbows, tees and fittings. The number of The unit contract price per cubic yard for "Removal and linear feet will be measured from the center of manhole to center Replacement of Unsuitable Material" shall be full pay for all of manhole or to the inside face of catch basins and similar type work to remove unsuitable material and replace and compact structures. suitable material as specified in Section 7-173(1)A. , The concrete Class 3000 for plugging existing sewer pipes 9. "Bank Run Gravel for Trench Backfill Sewer",per will be measured by the cubic yards as specified in ton emb*e'5Ord. Section 7-02.4. The unit contract price per toneubie—yar9 for "Bank Run The length of testing sewer pipe in conformance with Gravel for Trench Backfill Sewer" shall be full pay for all work , Section 7-17.3(4) will be the number of linear feet of completed to furnish,place,and compact material in the trench, installation actually tested. 10. "Cone. Class 3000", per cubic yard. Excavation of the sewer trench will be measured the same The unit contract price per cubic yard for "Cone. Class ' as structure excavation Class B, b5 the-eubio-yard, as specified 3000" shall be full pay for all work required to plug existing in Section 2-09. sewer pipes. Shoring or extra excavation trench, will be measured as 11. "Shoring or Extra Excavation Trench", per lump specified in Section 2-09.4 for shoring or extra excavation Class sumsgeare-fee t. ' B. The unit contract price per lump sumsgeere--feet for Measurement of "Bank Run Gravel for Trench Backfill "Shoring or Extra Excavation Trench" shall be full pay for the Sewer" will be determined by the cubic yard in place, measured work as specified in Section 2-09.5 for shoring or extra by the neat line dimensions shown in the Plans. excavation Class B. Measurement of bank run gravel for trench backfrfl will be by the ton, in accordance with section 1-09.1, or by the calculation of neat lines based on maximum trench width per , section 2-09.4 using a conversion factor of 1.5 tons per cubic Division 8 yard,whichever is less. Miscellaneous Construction 7-17.5 Payment ' Payment will be made for each of the following bid items 8.02 Roadside Planting that are included in the proposal: 1. `Plain Conc. or V.C. Sewer Pipe_In. Diam.",per ' linear foot. 8-02.3 Construction Requirements 2. "Cl._Reinf. Conc. Sewer Pipe_In. Diam.", per linear foot. 3. "PVC Sewer Pipe_In. Diam.",per linear foot. 8-02.3(12) Plant Establishment 4. "Ductile Iron Sewer Pipe_In. Diam.",per linear Plant establishment shall consist of caring for all plants foot. planted on the project and caring for the planted areas within the 5. "ABSproject limits. The provisions of Section 1-07.13 do not apply to ' Liar-( .T.V. inspection per lump sum. this section. The unit contract price per linear foot for sewer pipe of the The first year of plant establishment shall begin immediately kind and size specified shall be full compensation for structure upon written notification from the Engineer of the acceptance of excavation, dewatering, backfilling, @5fer furnishing, hauling, initial planting for the entire project. The fast year plant ' and assembling in place the completed installation including all establishment period shall be a minimum of one calendar year wyes, tees, special fittings, joint materials, per Section 7- after acceptance of initial planting. A second year plant 17.3(4)and adjustment of inverts•to manholes for the completion establishment, if included in the Contract, shall begin of the installation to the required lines and grades. immediately at the written acc"rice of the fast year plant 6. "Testing Sewer Pipe",per linear fool. establishment period and shall be one full calendar year if there Page-SP-78 Revision Date: January 20, 1992 ' 8.11 Guardrail ' is a third year plant establishment. Without a third year plant Measurement of beam guardrail anchors of the type establishment, it shall be a minimum of 6 months or until specified will be per each forAhe completed anchor, including the October 31,whichever is later. attachment of the anchor to the guardrail. Third year plant establishment, if included in the contract, Measurement of 10-inch x 10-inch treated timber posts will shall begin immediately at the completion of the second year be per each for the timber post or alternate W6 x 15 steel post, plant establishment period and shall be a minimum of 6 months including block and hardware for attachment of the guardrail. or until October 31,whichever is later. ' During the first year plant establishment period, it shall be Measurement of removal of beam guardrail will be by the the Contractor's responsibility to ensure the resumption and linear foot measured along the line of guardrail removed continued growth of the transplanted material. This care shall including transition sections, expansion sections, and terminal 1 include, but not be limited to, labor and material; necessary for sections. removal of foreign, dead, or rejected plant material, maintaining Measurement of removal of beam guardrail anchors will be a weed-free condition, and the replacement of all unsatisfactory per each. plant material planted under this contract. The Contractor shall Measurement of raising beam guardrail and removing and replace all plants stolen or damaged by the acts of others, rescuing beam guardrail will be by the linear foot measured The Contractor shall meet with the Engineer for the purpose along the line of guardrail actually raised or removed and reset. of joint inspection of the project on the closest working day to the This will include transition sections, expansion sections, and ' first day of the month. All conditions unsatisfactory to the terminal sections. Engineer shall be corrected by the Contractor within a 10 day period immediately following the inspection. Corrective work 8-11.5 Payment shall include the removal and disposal of all unsatisfactory plant material. Failure to comply with corrective steps as outlined by Payment will be made for each of the following bid items the Engineer shall constitute justification for the State to take that are included in the proposal: corrective steps and to deduct all costs thereof from any monies 1. "Beam Guardrail Type ", per linear foot. due the Contractor. At the end of the plant establishment period, 2. "Bum Guardrail Type 1-_Ft. tong Post",per ' plants which do not show normal growth shall be replaced. linear foot Planting dates for replacement plant material will be approved by 3. "Weathering St. Beam Guardrail Type_',per the Engineer. linear foot. All automatic irrigation systems shall be operated fully The unit contract price per linear foot for -Beam Guardrail ' automatic during the plant establishment period and until final Type_", "Beam Guardrail Type I-_ Ft. I-ong Post", or acceptance of the contract. "Weathering St. Beam Guardrail Type_" shall be full pay During the second and third year plant establishment for furnishing all labor, tools, equipment, and materials, period,the Contractor shall perform work as described above on including all standard posts, all CTR posts, attaching the a force account basis at the direction of the Engineer. guardrail to concrete masonry structures, and for all other costs necessary to complete the work specified. 10-inch x 10-inch 8-09.5 Payment treated timber posts (or steel alternate) will be paid separate]) as outlined herein. Payment will be made for each of the following bid items 4. "Beam Guardrail Anchor Type_",per each, that are included in the proposal: The unit contract price per each for "Beam Guardrail 1. "Raised Pavement Marker Type 1",per achhandred. Anchor Type _" shall be full pay for furnishing all labor, ' 2. "Raised Pavement Marker Type 2",per achhen4red. tools, materials, and equipment, and for all other costs and 3. `Raised Pavement Marker Type 3-_In.",per expenses necessary to construct the anchor including excavation, aehhu%d e9. backfilling, disposal of surplus excavated material, repair or The unit contract price per achho"dro8 for "Raised restoration of facilities, including shoulder or median surfacing Pavement Marker Type 1", "Raised Pavement Marker Type 2", and pavement that may be damaged by construction of the and "Raised Pavement Marker Type 3- In." shall be full anchors, and including all required connections of the anchor to pay for all labor, materials, and equipment necessary for the beam guardrail and any other work necessary for complete furnishing and installing the markers in accordance with these anchor installation. Where Type 2 anchors are required, the Specifications including all cost involved with traffic control additional depth of post embedment shall be included in the unit except for reimbursement for labor for traffic control in contract price of the anchor. accordance with Section 1-07.23(5). 5. "10-In. x 10-In. Treated Timber Post",per each. ' The unit contract price per each for"10-In. x 10-In. Treated 8-11 Guardrail Timber Post" shall he full pay for furnishing all labor, tools, equipment, materials necessary to complete the installation of the ' 10-inch x 10-inch treated timber post or alternate W6 x 15 steel 8-11.4 Measurement post and attachment of the guardrail, including any restoration or replacement of shoulder or median surfacing and pavement Measurement of beam guardrail and beam guardrail Type damaged by installation operations. 1 long posts will be by the linear foot measured along the line of 6- CRT T---•- T'_h--P—_.• ___well.' , the completed guardrail from end to end including transition sections,expansion sections,and terminal sections. Nei" shall be full pay for Immishiig all Page-SP-79 Revision Date: January 20, 1992 8-20 Illumination, Trafriic Signal Systems, and Electrical and ma orals neeessar) to eAmpleie the installation of the CRT C. Metal Strain Poles. ' �P�iod timber past ineiuding Elriilitig hules i� the posts at the The Gewraeief �ill ot be required ko sub..... .11 76. "Access Control Gate", per each. Flame listed in the areeial pre%isions. , The unit contract price per each for "Access Control Gate" The Contractor also shall submit either on the signal shall be full pay for all labor, tools, materials (except lock), and standard shop drawings or attached to the signal standard equipment required to install the access control gates as specified shop drawings all dimensions to clearly show the specific mast including the costs of any excavating, backfilling and compacting arm mounting height and signal tenon locations for each ' required. signal pole to be installed. 83. "Removing and Resetting Seam Guardrail",per linear ft. 8-20.3 Construction Requirements , ' 99. "Raising Existing Beam Guardrail", per linear ft. The unit contract price per linear foot for "Removing and Resetting Beam Guardrail" and for "Raising Existing Beam 8-20.3(2) Excavating and Balling Guardrail" shall be full pay for removing and resetting or raising The excavations required for the installation of conduit, ' Ile guardrail and for backfiUmg and compacting holes, foundations, poles and other appliances shall be performed in a 109. "Removing Beam Guardrail", per linear ft. manner to cause the least possible injury to the streets, 1144D. "Removing Beam Guardrail Anchor Type sidewalks, and other improvements. The trenches shall not be ", per each. excavated wider than necessary for the proper installation of the ' The unit contract price per linear foot for "Removing Beam electrical appliances and foundations. Excavating shall not be Guardrail" and per each for "Removing Beam Guardrail Anchor performed until immediately before installation of conduit and Type _" shall be full pay for the removal and disposal of the other appliances. The material from the excavation shall be , guardrail and anchors and for backfilling and compacting hales placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Traffic Signal All surplus excavated material shall be removed and 8-20 Illumination disposed of by the Contractor in accordance with Section?-03, , Systems, and Electrical or as directed by the Engineer. The excavations for foundations shall be backfilled in conformance with applicable requirements of Section 2-09. 8-20.2 Materials Backfill requirements for conduit trenches shall be as noted in ' Section 8-20.3(5). Excavations after backf1ling shall be kept well filled and 8-20.2(1) Equipment List and Drawings maintained in a smooth and well drained condition until Within twenty days following execution of the Contract, the permanent repairs are made. Contractor shall submit to the Engineer a completed "Request for At the end of each day's work and at all other times when Approval of Material Source" that describes the material construction operations are suspended, all equipment and other proposed for use to fulfill the Plans and specifications, obstructions shall be removed from that portion of the roadway , If required to do so, the Contractor shall submit open for use by public traffic. supplemental data, sample articles, or both, of the material Excavations in the street or highway shall be performed in proposed for use. Supplemental data (six copies required) would such a manner that not more than one traffic lame is restricted in include such items as catalog cuts, product specifications, shop either direction at any time. ' drawings, wiring diagrams, etc. Any material purchased or labor The contractor shall supply trench within the unit widths performed prior to such approval shall be at the Contractor's and to the specified depths at the locations indicated on the risk. All approvals by the Engineer must be received by the contract plans or as directed by the engineer. Contractor before materials will be allowed on the job site. The contractor shall have approved compaction ' The Contractor shall submit six copies of isocandela equipment on site before beginning any excavation; diagrams indicating the vertical light distribution, vertical control compaction shall be performed at the time of the initial limits, and the lateral light distribution classifications for each backfilling of the trench unless directed otherwise by the type of luminaire submitted for approval. In addition, the ' engineer. Contractor shall submit a letter from the luminaire manufacturer Trenching for conduit runs shall be done in a neat detailing lamp socket positions with respect to lamps and manner with the trench bottom graded to provide a uniform refractors furnished for each light distribution type specified in grade. No work shall be covered until it has been examined , the Plans and defined herein. Copies of the aforementioned by the engineer. backfill material used for fill around and diagram and letter shall be transmitted with the luminaire over this conduit system shall be free of rocks greater than submitted for testing and approval. two inches in diameter to a depth of six inches above the The Contractor shall submit for approval six sets of shop conduit. , drawings for each of the following types of standards called for Trench within the roadway area shall use select trench on this project: backfdt which shall consist of 518th inch minus crushed 1. Light standards with or without pre-approved plans. surfacing top course or other material as indicated in the ' 2. Signal standards with or without pre-approved plans special provisions or schedule of prices and directed for use 3. Combination Signal and lighting standards. by the engineer. The source and quality of the material shall Page-SP-W Revision Date: January 20, 1992 ' 8-20 Illumination, Traffic Signal Systems,and Electrical ' be subject to approval by the engineer. Trench backfill in table I below. The anchor bolts shall match that of the within the sidewalk area shall be made with acceptable device to be installed thereon+, materials from the excavation subject to the Engineer's All excess materials are to be removed from the ' approval of the material and shall be considered a necessary foundation construction site and disposed of at the part and incidental to the excavation in accordance with the contractor's expense. standard specifications. Unsuitable material shall be removed Concrete shall be placed against undisturbed earth if and backfill shall be select material approved by the possible. Disturbed earth or backfill material shall be Engineer. The City reserves the right to make additions or compacted to 95 percent of the material's maximum density. deletions to the trench which prove necessary for the Before placing the concrete the contractor shall block-out completion of the project. around any other underground utilities that lie in the The minimum width for the trench will be at the option excavated base so that the concrete will not adhere to the of the contractor. Trench width will, however, be of utility line. Concrete foundations shall be troweled, brushed, sufficient size so that all of the necessary conduit can be edged and finished in a workmanship-like manner. Concrete iostaBed within the depths specked while maintaining the shall be promptly cleaned from the exposed portion of the ' minimum cover, anchor bops and conduit after placement. Foundation shall Trench backfill material in roadway and sidewalk areas all be Class "B" concrete. After the specified curing period, shall be compacted to 95% of the material's maximum the contractor may install the applicable device thereon. density, per Section 2-01,3(14)D, Table 1 8-20.3(4) Foundations Foundations shall be constructed of poured in place Portland Type of device Dimensions cement concrete meeting the applicable requirements of Section 6r02 and conforming to the Standard Plans. Street Light Pole 4'Deep x 3' Sq or Da. The bottom of concrete foundations shall rest on firm Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Da. ground. Signal Controller See Detail Sheet ' Foundations shall be poured in one pour where practicable. Street Light Control Cabinet See Detail Sheet The exposed portions shall be farmed to present a neat Special Base See Detail Sheet appearance. The footings shown in the Plans shall be extended if All concrete foundations shall be constructed in the conditions require additional depth, and such additional work, if manner specked below: ordered by the Engineer, will be paid for as extra work as 1. Where sidewalk or raised islands are to be constructed as a provided in Section I-04.4. part of this project, the top of the foundation shall be made Forms shall be true to line and grade. Tops of footings for Onth with the lop of the sidewalk or island. (See detail sheet) posts and standards, except special foundations, shall be finished 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the engineer. (See to ground line or sidewalk grade, unless otherwise noted in the detail sheet) Plans or directed by the Engineer. All concrete foundations shall be located as per stationing ' Forms shall be rigid and securely braced in place. Conduit on the plans or as located by the engineer in the field. ends and anchor bolts shall be plumbed and rigidly placed in proper position and to proper height prior to pouring concrete 8-20.3(5) Conduit and shall be held in place by means of a template until the forms Installation of conduit shall conform to appropriate articles are removed. of the Code and these Specifications. Plumbing of standards shall be accomplished by adjusting The size of conduit used shall be as shown in the Plans. leveling nuts. Shims or other similar devices for plumbing or Conduits smaller than 1-inch electrical trade size shall not be raking will not be permitted. used unless otherwise specified, except that grounding Both forms and ground which will be in contact with the conductors at service points may be enclosed in 1/2-inch concrete shall be thoroughly moistened before placing concrete; diameter conduit. - however, excess water in the foundation excavation will not be It shah be the option of the Contractor, at no expense to the permitted. Forms shall not be removed until the concrete has set State, to use larger size conduit if desired, and where larger size at least three days. conduit is used, it shall be for the entire length of the run from Glass 9 suiliatie finish shall be applied to expesed surfeees ef outlet to outlet. Reducing couplings will not be permitted. ' ith The ends of all conduits shall be well reamed to remove )G- burrs and rough edges. Field cuts shall be nude square and true. Slip joints or running threads will not he permitted for coupling metallic conduit; however, running threads will be permitted in ' traffic signal head spiders. When a standard coupling cannot be used, an approved threaded union coupling shall be used. The threads on all metallic conduit shah be rust-free, clean and well painted with a good quality colloidal copper suspended in a The contractor shall provide all material for and petroleum vehicle before couplings arc made up. All couplings construct the foundations for and to the dimensions specified shall be tightened so that a good electrical connection will be Page-SP-81 Revision Date: January 20, 1992 8-20 Illumination, Traffic Signal Systems, and Electrical ' made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Where coating on galvanized conduit has been injured in handling or installing, ao! iniped steel , such injured places shall be thoroughly painted with galvanizing repair paint, Formula A-9-73. All conduit ends shall be threaded and capped with standard ' conduit couplings or conduit caps until wiring is started. When shall be gal anteed steel- couplings or conduit caps are removed, the threaded ends shall ;?- be provided with approved conduit bushings. The use of any plugs, even though temporary, in lieu of the conduit couplings ' and conduit caps is expressly prohibited. Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at least 18 inches below Eigmeer, grade. All conduit stubs shall be capped. abgit eiiens. ' Conduit stubs, caps, and exposed threads shall be painted with galvanizing repair paint Formula A-9-73. Metallic conduit bends, except factory bends, shall have a , radius consistent with the requirements of Article 346 and other Open trench construction shall conform to the following: articles of the Code. Where factory bends are not used, conduit 1. Edges of the trench shall be sawcut a minimum of shall be bent, using an approved conduit bending tool employing 2 inches deep and shall be parallel. correctly sized dies, without crimping or flattening, using the 2. pavement shall be removed m an approved manner. , longest radius practicable. 3. Trench depth shall provide 24 inches minimum cover Nonmetallic conduit bends, where allowed, shall conform to over conduits. Article 347-13 of the Code. 4- Conduit shall be laid to a minimum depth of: plas _ imehes, mhiehe%ar is larger. , 4 t 24 inches below the-reafi '-t--.aka- 4 4g-ieepea-bele c finish grade in all ether areas. . I, hew of ieeetie»s ' 4- 2- All m4read eregaings. } bex- Pie ement. 1 4- All m_m 'Faffie signal . Pull Wires Shall be installed. All conduit shall be rigid non-metallic unless noted utd,aea- otherwise in the Plans or Special Provisions. 6414 be"is w4h red usleg- '`-- ' feet. ,,..__ __,._„-' All conduit openings shall be fitted with approved ,. bellends or Bushings. Wall thickness of conduit shall he T- All aenduk emering junetion boxas and ser iee consistent within continuous conduit runs with no mixing of different schedule types between terminations. , The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule , eempleta with a field bond, approved nenmetaflie shown on plans. adapter fitting, -_ `me grounding eendweier, Conduit to be provided and installed shall be of the type grounding bushing, and bending jumpof sef eeted to indicated below: I. Schedule 40 heavy wall p-v-c. Conforming to AST, ' standards shall be used whenever the conduit is to be placed other than within the roadway area. pre, iously mentioned Wed APP21 2. Schedule 80 extra heavy wall p.vs. Conforming to AST, standards shall he used when the conduit is to be placed-Rd. Runs embedded %ithu , within the roadway area. All joints shall be made with strict compliance to the 8- Ad! other laea6ens ieted i"the . manufacturer's recommendations regarding cement used and . environmental conditions. , lacking or drilling pits shall be kept 2 feet from the edge of any type of pavement wherever possible. Excessive use of water _._,l:- eenduimista ia Page-SP-82 ' Revision Date: January 20, 1992 5-20 Illumination,Traffic Signal Systems, and Electrical ' that might undermine the pavement or soften the subgrade will 4. Telemetry only:"Telemetry" not be permitted. Inscriptions on junction boxes performing the same On new construction, conduit shall be placed prior to function, i.e. street lighting,'trafrw signal, or both, shall be placement of base course pavement. consistent throughout the project. All junction boxes shall be Conduit terminating in foundations other than fight standard installed in conformance with provisions contained in the foundations shall extend a maximum of 2 inches above the standard plans and detail sheets. ' foundation vertically. At light standard foundations, conduit shall The unit contract price per each for "Type 1" or "Type not extend note than 3/4 inch above the foundation. 11" junction box shall be full compensation for furnishing Conduit entering through the bottom of a junction box shall same and for all costs of labor, material, tools, and be located near the end walls to leave the major portion of the equipment necessary to provide and install the junction boxes ' box clear. At all outlets, conduit shall enter from the direction of including excavation, backfilling and compaction all in the run, terminating 6 inches to 8 inches below the junction box accordance with plans, specifications and detail sheets. lid and within 3 inch" of the box wall nearest its entry location. All junction boxes shall have galvanized steel lids and Suitable marker stakes shall be set at the ends of conduits Frames. ' which are buried so that they can be easily located. All junction boxes and associated concrete pads shall be Fittings shall be installed at locations as designated by the installed on compacted sub grade which shall include six Engineer so as to provide a conduit channel that will permit inches of 5/Sth-inch minus crushed surfacing top course ' freedom for installing the electrical control wires. When conduit material installed under and around the base of the junction finings arc called for in the Plans, or where their installation is box. Concrete shall be promptly cleaned from the junction required by the Engineer, the Contractor shall also furnish all box frame and lid. necessary covers and gaskets. The unit contract price per junction box shall include All covered underground conduit shall be cleaned with an installation or 5/Sth-inch minus crushed surfacing op course approved sized mandrel and blown out with compressed air prior and a 4" thick Class "B" cement concrete pad enclosing the to pulling wire. junction box as per the plans, specifications and detail sheets. Conduits installed for future use shall be prepared as Installation of the crushed surfacing and the concrete pad follows: After final assembly in place, the conduit shall be shall be incidental to the unit price per junction box and no blown clean with compressed air. Then, in the presence of the further compensation will be made unless the contract Engineer, a cleaning mandrel correctly sized for each size of includes separate pay items for "crushed surfacing" andlor ' conduit shall be pulled through to ensure that the conduit has not for "concrete pad." been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. No 8-20.3(8) Wiring pull wires shall be installed. All underground wiring shall be installed in conduit unless ' Where surface mounting of conduit is required, supports specifically noted otherwise in the contract. All wiring in conduit shall consist of "unistrut" type or equal mounting complete with be installed with an approved lubricant. clamps sized for the conduit. Support spacing shall comply with With the exception of induction loop circuits, magnetometer the code or shall be w noted in the contract. Approved expansion circuits and illumination circuits, all wiring shall -run finings shall be installed at all expansion joints. Fasteners shall continuously, without splices, from a terminal located in a be as approved by the Engineer. cabinet, compartment, pedestrian push button assembly, or signal Existing conduit in place scheduled to receive new head to a similarly located terminal. Terminals located below ' conductors shall have any existing conductors removed and a grade will not be allowed. cleaning mandrel sized for the conduit shall be pulled through. All splices in underground illumination circuits, induction Conduit runs shown in the Plans are for bidding purposes loop circuits, and magnetometer circuits shall be installed at only and may be changed, with approval of the Engineer, to junction boxes. The only splice allowed in an induction loop avoid underground obstructions. circuit shall be the shielded cable to loop wire splice. The only splice allowed in a magnetometer circuit shall be the probe 8-20.3(6) Junction Boxes lead-in cable to magnetometer cable splice. Junction box" shall be installed at the locations shown in , the Plans. The Contractor may install, at no expense to _the State, mica, eetifeming to details such additional boxes as may be desired to facilitate the work. Junction box installation shall conform to details in the Standard Induction loop splices and ' Plans. magnetometer splices shall be as shown in the standard Junction boxes shall be adjusted to be flush with the finished details. Underground illumination circuit splices shall employ grade, copper crimped connectors installed with an approved tool The contractor shall provide and install junction boxes of designed for the purpose, the type and size at the locations specified in the plans and as Epoxy splices with clear rigid molds will be required on two per detail sheets. way and three way splices in underground illumination circuits. The inscription on the covers of all junction boxes shall Four way or more splices in underground illumination circuits be as indicated below: may be cast epoxy or heat shrink type. I. Street lighting only:'Lighting, Epoxy splices shall be physically separated from other 2• sigma may: "Signals' splices and wiring within the junction box to avoid damage from 3. Traffic signal and street lighting: 'TS.LT" Page-SP-83 Revision Date: January 20, 1992 8-20 Illumination,Traffic Signal Systems,and Electrical heat during the casting process. Where heat shrink splices are mechanical means, a dynamometer with drop-needle hand shall ' allowed, wiring shall be clean and dry. The splice material shall be used on every mechanical pull. be well Lapped over the wire insulation. If any wire insulation is On mechanical pulls, insulation shall be stripped off the damaged by the application of excessive hmt, the entire splice individual conductor and the conductor formed into a pulling eye ' shall be replaced. and firmly taped, or a cable grip shall be used. The pulling force Aerial illumination splices shall employ vice or crimp type applied directly to the conductor; i.e, when pulling eyes arc used pressure connectors. Splice insulation may be epoxy, heat or when the conductor is formed into a loop, shall be limited to ' shrink,or tape. 0.008 pound per circular Mil area of copper conductor. When a Tape splice insulation shall consist of thermoplastic cable grip is applied over nonmetallic sheathed cables, the electrical insulating tape applied to a thickness equal to the maximum pulling force shall be limited to 1,000 pounds provided original wire insulation. It shall he well lapped over the original this is not in excess of the force as calculated above. ' insulation, and there shall be a coating of moisture resistant To limit the sidewall pressure at bends in duct and conduit varnish applied and allowed to dry. Two layers of friction tape runs, the pulling force in pounds shall not exceed 100 tines the will then be applied, and the splice shall be finished with a radius of the bend in feet. Adequate lubrication of the proper second complete coating of moisture resistant varnish. type to reduce friction in conduit and duct pulls shall be utilized , Quick disconnect connectors, fused or unfused as required, as necessary. The grease and oil-type lubricants used on lead shall be installed at all poles supporting a luminairc. Installation sheathed cables shall not be used on nonmetallic sheathed cables. shall conform to details in the Standard Plans. When wiring is noted for future connection, the ends of , Pole and bracket cable shall be installed between the cach wire or cable shall be sealed with an approved heat shrink disconnects and the luminaim. end cap. Sufficient slack wire shall be installed at each junction box to allow any conductor, cable, or splice within the junction box 8-20.3(9) Bonding, Grounding , to be raised a minimum of 18 inches outside of the box. Insulated grounded conductors of size No. 6 or smaller shall be identified either by a continuous white or natural gray finish along its entire length or by an approved white marking for theAgieeetgreun ' full length of the visible conductor at all terminations, junction boxes,or accessible locations. Every conductor at every wire termination, connector, or device shall have a PVC wire marking sleeve bearing as ins ailm pment gr8unding eendueiar as wied iii d e Standard Plans ' legend, the circuit number indicated in the contract. All terminal strips shall also bear the circuit number consistent with the immpers and equipment grounding aefidustaie @hall be stranded contract. baregreeneepper %tiresame ' At all illumination circuit splices, each wire entering the splice shall have a PVC wire marking sleeve bearing as its legend the circuit number indicated in the contract. All wiring, exclusive of the previously mentioned rat�j , illumination circuits, at junction boxes and at the controller cabinet shall have an approved tag with legends as follows: eexduif. 1. Individual conductors —the circuit number indicated in Identification of the equipment grounding conductor shall the contract. conform to all Code requirements. , 2. Muhiconductor cable — the numbers of the signal Grounding of conduit and neutral at the service point shall heads and/or pedestrian push buttons served. be accomplished as required under the Code. Grounding of the 3. Loop lead-in cable—the numbers of the loops served. neutral shall be accomplished only at the service. , 4. Magnetometer cable — the numbers of the magnetometers served. Drip loops shall be provided on all aerial conductors where Standard Plans 9i all be installed. The ground eleetrediio shag be they enter poles, signal heads,or wmthcrhmds. ffl �olGreundeloottedes , Where direct burial cable or nonmetallic conduit is installed, mare mate ago and shall be sehd feds met cars shall be used in excavating, installing, and backfdling, so that no rocks, wood, or other foreign material will be left in a position to cause possible injury. Direct burial cable shall be Aiameten ' placed a minimum of 24 inches below grade and shall be placed The connection of the grounding electrode conductor to the loosely in the bottom of a trench. An approved red warning tape grounding electrode shall be made with two approved ground shall be installed in the trench, 6 inches above the direct buried clamps. All other grounding of the equipment grounding ' conductors. conductors throughout the system shall be by approved When conductors,either cable or single, arc being installed, grounding bushings and clamps. care shall be exercised to not exceed tension limitations Where direct burial cable or aerial illumination wring is recommended by the manufacturer. Conductors may be pulled installed, a supplemental ground conforming to details in the ' directly by hand. However, if conductors are pulled by any Page-SP-84 ' Revision Date: January 20, 1992 8-20 Illumination,Traffic Signal Systems,and Electrical ' Standard Plans shall be installed adjacent to each light standard (timber, steel,or concrete)as detailed in the plans. 8-20.301) Field Test" Messenger cable shall be bonded to steel strain poles by Prior to completion of the work, the Contractor shall cause means of a bond strap connected between an approved U-bolt the following tests to be made on all electrical circuits whose connector and a bonding lug on the pole. nominal operating voltage is from 115 volts to 600 volts other Al points where shields or shielded conductors are than direct burial installations in the presence of the Engineer: grounded, the shields shall be neatly wired and terminated on 1. Test for continuity of each circuit. approved grounding lugs. 2. Test for grounds in each circuit which &hall consist of All street light standards, signal poles and other the physical examination of the installation to ensure standards on which electrical equipment is mounted shall be that all required ground jumpers, devices, and ' grounded to a copper clad metallic ground rod 5/8" in appurtenances do exist and are mechanically firm. diameter x Sill" in length complete with a p8 AWG bare 3. A 500 volt megohm meter test on each circuit between copper bonding strap located in the nearest junction box. All the conductor and ground with all switch boards, panel signal controller cabinets and signal)ighting service cabinets boards, fuse holders, switches, receptacles and ' shall be grounded to a 518" in diameter x 8'0" in length overcurrent devices in place and all readings recorded. copper clad metallic ground rod located in the nearest The Contractor shall furnish the Engineer with three junction box with a bare copper bonding strap sized in copies of the test results identifying observed readings accordance with the plans, specifications and applicable with their respective circuits. codes. Megger testing of illumination circuits, when Ground rods are considered miscellaneous items and all dimming controls have been installed, should be costs are to be included with the system or conductors. performed on individual circuits when ballasts are not ' Ground straps are also miscellaneous items unless a separate installed. pay item is provided in the"Schedule of prices." The insulation resistance shall not be less than 6 megohms between conductor and ground on those 8-20.3(10) Service circuits with total single conductor length of 2,500 feu Power sources shown in the Plans are approximate only; and over, nor less than 8 megohms for those circuits exact location will be determined in the field. with single conductor length of less than 2,500 feu. Any change in the above stated minimum readings must be approved in writing by the Engineer. Only im r eetisn 9 on "'; - meker base ins"'insWied in -_"-'-"' those factors based` on dielectric properties of conductor insulations, splicing insulations, terminal ef site "Bied in tile Plans, the neeessary eanduii risers an strip castings, etc., will be cause for consideration of a ground assembly- variance. T` semiee breaker shall bea skandard Wweiwtal eireui4. A functional test in which it is demonstrated that each and every part of the system functions as specified or Upon request of the Contractor, the Engineer will make the intended herein. necessary arrangements with the serving utility to complete the For those circuits below 115 volts nominal except induction service connections. Electrical energy used prior to completion loop circuits and all direct burial circuits, the continuity tests, of the contract will be charged to the Contractor, except that the ground test, and functional test shall be performed. The megger cost of energy used for public benefit, when such operation is test confirming insulation resistance of not less than 2 megohms ordered by the Engineer, will be borne by the Slate City. to ground shall be required. Testing requirements for induction Three types of power service are used as indicated loop circuits shall be as noted in Section 8-20.3(14)D. below: Any fault in any material or in any part of the installation 1. Type 1 system shall be single phase 120 volt,2 wire,60 cycle revealed by these tests shall he replaced or repaired by the A.C. (traffic signal service only) Contractor in a manner approved by the Engineer, and the same 2. Type It, system shall be single phase 240 volt, 2 wire, 60 test shall be repeated until no fault appears. cycle A.C. (street lighting non contactor, individual After au lasts lift, a boom eeffifilaked let io%ffie ligRa controlled photo<ex with no neutral wire) 3. Type III system shall be single phase 1201240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded aeutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. The service cabinet shall be marked with the service The date for ehangiiig Frem flashing W slop and go agreement letters and numbers. The markings shall be installed ' on the outside cabinet door near the top of the cabinet. The tke--Engineer. No change to stop and go operation will be markings shall be series C using stencils and black enamel alkyd allowed aftcr 2 p.m. on any day nor will the change be allowed gloss paint conforming to Federal Specification 77-E-489. on Friday, weekends, holidays, or the day preceding a holiday. 1 fil ese it f4 the ehatige. ' Page-SP-W Revision Date: January 20, 1992 9-20 _ _ Illumination, Traffic Signal Systems, and Electrical ' 1. Requests for traffic signal turn on%rill not be considered icy, until a pre-turo on inspection of signal system bas taken keeper plate shall he smooth, N tliawt megulfifi place. 2. All discrepancies and deficiencies must be corrected by the . . ' contractor and re-inspected prior to requesting signal turn ou dale 6. Anchor bolts damaged after the foundation concrete is 3. Requests for signal turn on shall not be considered until placed shall not be repaired by bending or welding. electrical service to the intersection has been provided and The Contractor's repair procedure is to be submitted to ' has been energized by the electric utility. the Engineer for approval prior to making any repairs. 6- A minimum of three 0)working days notice will be The procedure is to include removing the damaged required for signal bun on. portion of the anchor bolt, tuning threads on the m 5. Chi elizatim at the intersection most be complete per ' undamaged portion to remain, the installation of an plan before requesting signal turn on dale. Any deletions of rhanneliratiou prior to turn on must be approved by the approved threaded sleeve nut and stud, and repairing engineer- the foundation with epoxy concrete repair. 6. City forces shall provide, post and maintain proper signing 7. The grout pad shall not extend above the elevation of warning of new signal ahead. the bottom of the slip base. ' 8. Anchor bolts shall be installed plumb, t 1 degree. 8-20.3(12) Painting 9- sir"___ fee _r"_c_..e "_,.._Moils_ _hall ___f.._ to details All painting required shall be done in conformance with in ' applicable portions of Section 6-07. Prior to painting, all galvanized surfaces shall be treated as fey)as%ygg; specified in Section-6-673(4). Section 6-07.3(4). 3- grHdi Controller cabinets shall be finished inside with an approved pole,9, SWI , finish coat of exterior white metal enamel and outside with an be eut ta - maiaffium height of 2 ineheo -h- e .h- approved enamel finish, light gray or aluminum in color. If the finish is damaged before final installation, the Engineer may require field painting as follows: ' First coat of Formula A-6-86, second and third coats of ;L Formula D-1-57. , Galvanized steel, aluminum or concrete light standards and shekl--be--installed—kh ldr of buk—^_ ;'2 ie 3-Meite , luminaires shall not be painted. abo e Oke fewltdateerr 3 8-20.3(13) Illumination Svstexns leveled. ' 8-20.3(13)A Light Standards 4. The f3Hie _h_n be _et Ofli ..,.._h..,. and ...__h___ _..,_ Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged. reeaffiffiendatReRs. Any parts that are damaged due to the Contractor's operations Slip base msert iflstallaiwns shall __ r,. ie details " kh , shall be repaired or replaced at the Contractor's expense, to the Ssaadafel Plant satisfaction of the Engineer. Light standards shall not be erected on concrete foundations 1�11 ' until foundations have set at least 72 hours, and shall be raked e suf iciently to be plumb after all load has been placed, or as '- Lufflittaife-"amber` otherwise directed by the Engineer. Slip beat installation shall e8nfem te the lella%iflV. 3- 6umiflaire e7tege. ' All new hght standards shall be numbered for identification in accordance with the Plans using painted 3-inch series C numbers installed three feet above the base facing the travelled , heigh!at er below the e4eN-ai an of the top of the bettem way. Paint shall be black enamel alkyd gloss conforming to slip view. Federal Specification T7-E489. 2- wi %iisg., nh_u be . SIIT-9 .! 164 (AST,. A ;25) In setting limber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet ' bottom slip plate and the keeper plate. and shall plumb or rake the poles as directed by the Engineer. 3" Anchor bolts shall extend through the top heavy hex The hand hole shall be located at 90 degrees to the davit nut two full threads, arm on the side away from traffic. A grounding lug or nut ¢ ng me% VAHTGshall be provided in the hand hole frame or inside the hand , hole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a , luminaire weight of 50 lbs. or more and to withstand ereeking the light staiiditrel- pressures caused by wind loads of 85 m,p.h. with gust factor of 1.3. Page-SP-86 , Revision Date: January 20, 1992 ' 8-20 Illumination, Traffic Signal Systems,and Electrical ' All poles shall maintain a minimum safety factor of 4.38 Dry pack mortar grout shall consist of a 1:3 mixture of p.s.i.on yield strength of weight bad and 2.33 p.s.i. for basic portland cement and fine sand with just enough water so that wind pressure. the mixture will stick together on being molded into a ball by Davit Arms: hand, and will not exude moisture when so pressed. A one ' The davit style arm shall incorporate a 5'9" radius bend as half inch drain hole shall be left in the bottom of the grout measured from the centerline of the shaft. The outer portion pad as shown on the standard detail. of the arm shall be nearly horizontal to +2'above horizontal and sball be furnished with a 2" diameter shipfitter with a ' maximum length of 8 inches to fit the hunluaire specified. 8-20.3(14) Signal Systems The pole end of the davit arm tube shall be fastened securely All signal conductors shall be stranded copper and shall to the top or the shaft producing a flush joint with an even have 600 volt insulation and be of the sizes noted on the Profile. plans. All multi-conductors used for the signal system shall ' Anchor Base: A one piece anchor base of adequate strength,shape and size conform to division 9-29.3 and shall be of the sizes noted on shall be secured to the lower end of the shag so that the base the signal wiring schedule and wiring diagram. All stranded shall be capable of resisting at its yield point the bending wires terminated at a terminal block shall have an open end, ' moment of the shaft at its yield point. The base shall be crimp style soderless terminal connector, and all solid wires provided with four slotted or round holes to receive the terminated at a terminal block shall have an open end anchor bolts. Nut covers shall be provided with each pole. soldered terminal connector. All terminals shah be installed Anchor Bolts: with a tool designed for the installation of the correct type of Four steel anchor bolts,each fitted with two hexouts and two ' washers,shall be furnished with the pule. Anchor bolts shall connector and crimping with pliers,wire cutters,etc., will not meet the requirements of Section 9-065(3) and 9-065(4). be allowed. All wiring inside the controller cabinet shall be The anchor bolt yield point shall be capable of resisting the trimmed and cabled together to make a neat, clean appearing beading moment of the pole shaft at its yield point installation. No splicing of any traffic signal conductor shah ' The contractor shah assure that all anchor bolts conform be permitted unless otherwise indicated on the plans. All to the recommended ASTM specifications of the pole conductor runs shall be attached to appropriate signal manufacturer and shall secure and submit to the City for terminal boards with pressure type binding posts. The only approval all manufacturer data on pole bending moment, exceptions shall be the splices for detector bops al the nearest anchor bolt fabrication data, test results and any other data junction box to the bops. that may be required to confirm that the anchor bolts meet these specifications. 8-20.3(14)C Induction Loop Vehicle Detectors Miscellaneous llardwarea Induction loops shall be constructed as detailed in the All hardware (bolts, puts, screws, washers, etc.) needed to Contract and the following: complete the installation shall be stainless steel. I.D. (Identification for poles): 1. Loop wire shah conform to Section 9-29.3. The contractor shah supply and install a combination of a 2. Lead-in cable shall conform to Section 9-29.3. digits and one letter on each pole, whether individual 3 lumimire or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on Gentreet. the pole facing approaching traffic. legends shall be sealed q Each loop shall be the size and number of turns ' with transparent film, resistant to dust, weather and indicated in the Plans. ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white reneclorized 2 inch legend on 5. No loop installation will be done in rainy weather or ■ black background. The I.D. number will be assigned to when the pavement is wet. each pole at the end of the contract or project by the City 6. All saw cuts shall be cleaned with a high pressure traffic engineering office. washer and dried with 100 psi minimum air Cost for the decals shall be considered incidental to the pressure, to the satisfaction of the Engineer. If contract bid. traffic is allowed over the sawcut prior to wire ' Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and AM saanon,the sawcuts shag be cleaned again. the detail sheets at the end of these specifications. The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. 7. Wiring shall be installed with ablunt-nosed wooden The pole shall be adjusted for plumb after all needed wedge equipment has been installed thereon. After pole is installed g AD slack shall be removed from the wiring prior to and plumbed, outs shah be tightened on anchor bolts using p installation of rope. Kinks in wiring or folding back of roper sized sockets, open end, or box wrenches. Use of excess wiring will not be allowed. pliers, pipe wrenches, or other tools that can damage f approved galvanizing will not be permitted. Tools shall be of sufficient 9. Sawcut sealant shall conform to D 312 Type 4. size to achieve adequate torquing of the nuts. the space Other sealants may be used if approved by the Engineer. between the concrete foundation and the bottom or the pole 10. Sealant shall be applied such that air bubbles or foam base plate shah be filled with a dry pack mortar grout and will not be trapped in the sawcut. trowled to a smooth fmish conforming to the contour of the pole base plate. Page-SP-87 ' Revision Date: January 20, 1992 8-20 Illumination, Traffic Signal Systems,and Electrical 11. Splices to bop return cables shall be made with 14. The signal standard and its fabrication shall ' soldered compression type connectors. conform with all current Washington Stale Department of Transportation Signal Standard 8-20.3(14)D Test for Induction Loops and Lead-in Specifications and current pre-approved plans by ' Cable WSDOT. All tests shall be performed by the Contractor in the 15. Installation of all nuts and bolts shall be performed presence of the Engineer for each loop. The tests shall be with proper sized sockets, open end or box performed at the amplifier location after complete installation of wrenches. Use of pipe wrenches or other tools ' the loop. All costs associated with testing shall be included in the which can damage the galvanization of the outs and unit contract prices of the respective bid items. bolts will not be permitted. Test A —The DC resistance between the two lead-in cable Tools shall be of a sufficient size and strength to , wires will be measured by a volt ohm meter. The resistance shall achieve adequate torquing of the nut(s). rat exceed 5 ohms. Teat B — A megohm meter test at 500 volts DC shall be Signal standards shall not be erected on concrete made between the lead-in cable shield and grounding, prior to foundations until foundations have set at (cast 14 days and have ' connection to grounding. The resistance shall equal or exceed attained 80 percent of design strength. 50 mcgohms. Test C — A meggcr test shall be made between the loop 8-20.3(15) Grout circuit and grounding. The resistance shall equal or exceed Grout shall conform to the requirements of Section ' 50 megchms. 6-03.3(36). If any of the installations fails to pass all tests, the loop After the pole is plumbed the space between the installation or lead-in cable shall be repaired and replaced and concrete foundation and the bottom of the pole base plate , then retested. shall be filled with a dry pack mortar grout trowled to E The Contractor shall keep records of field testing and smooth finish conforming to the contour of the pole base shall furnish the engineer with a copy of the results, plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that , 8-20.3(14)E Signal Standards the mixture will stick together on being molded into a ball by Traffic signal standards shall be furnished and installed in hand and will not exude moisture when so pressed. A one accordance with the methods and materials noted in the contract half inch drain hole shall be left in the bottom of the grout and the following: pad as shown on the standard detail. 1. All dimensions and orientations will be field verified by the Engineer prior to fabrication. 8-20.4 Measurement 2. The signal standard component identification shall When shown as lump sum in the Plans or in the proposal as ' conform to details in the Plans. illumination system _, traffic signal display and detection 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard system _, or traffic signal control system _, no specific unit of measurement will apply, but measurement will be for the shag supporting r lu o det . sum total of all items for a complete system to be furnished and , installed. 4- Conduit of the kind and diameter specified in the Schedule of Prices will be measured by the linear foot for the actual neat ' inAieaters or doiceteva- line length in place, unless the conduit is included in an S. All pole entrances required for pole-mounted signal illumination system, signal system, or other type of electrical system lump sum bid item. ' heads, cabinets, signs, pedestrian push button Measurement for unit price items shall be as described in assemblies,etc.,shall be field drilled.6. Damage ton the galvanized pole surface resulting from Section 8-20.5 or as described in the contract schedule of field drilling shall be repaired with approved zinc rich prices and/or special provisions. paint. ' 7. Field welding will not be allowed. 8-20.5 Payment 8. All tenons shall be factory installed. Payment will be made for each of the following bid items 9. All welding shall be completed prior to galvanizing. that are included in the proposal: ' 10. Foundations shall be constructed to provide the pole 1. "Illumination System ", lump sum. orientation noted in the plans. 2. "Traffic Signal Diepky-enA-BeteeEieo-System_ 11. The pole stall be plumbed after signal heads arc lump sum. ' installed. 3 " Goime!System VF Sul , 12. The space between the bottom base plate and the top of The lump sum contract price for "Illumination System foundation shall be filled with grout, with a 3/8-inch ", and "Traffic Signal Disp6yee48moetieo-System_", plastic drain tube. end-• _", shall be full pay for 13. Anchor bolts shall be installed so that two full threads furnishing all labor, materials, tools, and equipment necessary ' extend above the top of the base plate. for the construction of the complete electrical system, modifying Page-SP-88 Revision Date: January 20, 1992 , 8-20 Illumination, Traffic Signal Systems,and Electrical existing systems, or both, as shown in the Plans and herein 8. "......." Schedule 40 Conduit, P.V.C." per linear specified including excavation, backfilling, concrete foundations, foot.• conduit, wiring, restoring facilities destroyed or damaged during 9. ........" Schedule 80conduil,P.V.C., " per linear construction, salvaging existing materials, and for making all foot** required tests. All additional materials and labor, not shown in ' The unit contract price for conduit shall include all the plans or called for herein and which are required to complete conduit, couplings, adapters, elbows, bends, reducers, bell the electrical system, shall be included in the lump sum contract ends, bushings, and any other material, labor or equipment ' price. necessary to complete the installation of the conduit. Measurement shall be by linear foot from end of conduit to _ in. end of conduit as measured from the top of grade along the , middle of the trench line and adding a vertical measurement at the end of each conduit run equal to the design depth of the trench. No payment shall be made for additional conduit used by the contractor due to horizontal or vertical weaving ahirpiiig of _- _-__ __d bedd:__ _r _:__ __ _-_ -.t of the conduit within the trench fin e. merlt 10. "Street Light Standard .......," per each. 11. ......:watt...Luminaire and lamp," per each. 12. ........watt...Luminaire and lamp with photocell," per ' each. 8)sieffi she B 13. .......AW'G....copper wire," per linear foot. All costs for installing conduit containing both signal and 14. "Service cabinet, " per each. illumination wiring shall be included in the contract prices for the The unit per each price for (14)"Service cabinet" shall be ' signal system. full compensation for furnishing and installing the cabinet All costs for installing junction boxes containing both and for risers, standoffs and any other materials, labor or illumination and signal wiring shall be included in the contract costs associated with providing electrical service as required ' prices for the signal system. by the electrical utility, the contract plans, details and The unit prices for the items listed below shall be full specifications and not included as separate pay items in the compensation for furnishing and installing each item and for contract schedule of prices. all labor, materials, tools, equipment and testing necessary 15. "........Signal head......," per each. ' and/or incidental for the full and complete installation as per 16. ".......Signal head mounting hardware," per lump the contract plans, detail sheets and these specifications. sum. 3. "Trench and Backfill........" wide by........." deep, " The lump sum price for (16)......Signal head mounting per Linear foot. hardware" shall be full compensation for supplying and The unit contract price for (3) "Trench and Backfill" per installing all traffic or pedestrian signal head mounting linear foot shall be full compensation for excavating, loading, hardware in conformance with the plans, specifications and hauling and otherwise disposing of the waste materials, for detail sheets. backfilling and compacting backfill material to specified 17. "Pole mounted terminal box,..,"x..."x...", and ' density and for the restoration of the trench to its pre-existing mounting hardware," per each. condition or as shown on the plans or as directed by the 18. "2/c shid bop return cable," per linear foot. Engineer all in accordance with the plans, specifications and 19. "3/C shld pre-emption cable,"per linear foot. ' detail sheets. 20. "...-pair shid interconnect cable," per linear foot. 4. "Select Trench Backfill," per ton. (4)"Select Trench 21. "Traffic signal controller and cabinet," per each. Backfill" shall consist of 5/8" minus crushed surfacing 22. "Traffic signal wive," per lump sum. top course and the unit per ton price shall include all 23. "Signal standard, Type...,with ...-foot mast arm," ' costs associated with furnishing and installing the per each. material and loading, hauling and disposing of waste 24. "Induction bop vehicle detector." per linear foot. materials. The unit linear foot contract price for (24)"Induction 5. "........Foundation, ........" per each.' bop vehicle detector" shall be measured by the linear feet of 6. "Type....Junction box," per each. • full depth sawcut required for installation. The unit price *The unit per each price for (5)"Foundation" and shall be full compensation for full and complete installation (6)"Junction Box" shall be full compensation for full and including wive, sealant and all other labor, materials, tools complete installation per the plans, specifications and detail and equipment required to complete the installation in sheets including enclosing each item in a finished concrete accordance with the plans, specifications and detail sheets. pad which shall be incidental unless a separate pay item is The unit price shall also include providing and installing included in the Schedule of Prices for "Concrete Pad." conduit stub-outs and soldered splices, splices to bop return ' 7. "Concrete Pad," per square yard. cables unless separate pay items are included in the contract Measurement for (7)"Concrete Pad" shall be by the schedule of prices for these other items. Sawcutting shall be square yard of surface area enclosed inclusive or and not considered incidental to the.bop installation whether or not ' subtracting for the area of the junction box or foundation there is a separate pay item in the contract for sawcutting. enclosed and shall he full compensation for full and complete Measurement for a standard 6' x 6' induction bop shall be 28 installation as per the plans, specifications and detail sheets, linear feet. Sawcutting for loop "Home rugs" shall be done Page-SP-89 Revision Date: January 20, 1992 8-21 _. _ __... _ — Permanent Signing ' such as to minimize the total linear feet of sawcutting conduit, electrical wive, and other material required to make required by means of proper locating of loop return "Stub- the sign lighting equipment operable. The Contractor shall out", by direct routing of "home runs" and by combining up intercept electrical conductors and make approved conductor ' to 4 pairs of loop wives in a single "home run' sawcut. Loop splices at the nearest junction box or other source of power as and "llome Run" layout shall be approved by the Engineer noted in the Plans. The Contractor shall demonstrate to the before sawcutting takes place. Engineer the complete and satisfactory operation of each and 24. ".......Splice kit," per each. every lighting fixture used for sign illumination. ' 26. "Emergency Vehicle pre-emption detector," per each. 27. "Opticom discriminator card," per each. 8-21.3(10)A Sign Lighting Luminaires 28. "Detector amplifier," per each. Sign lighting luminaires shall meet the requirements of ' 29. "Street light fuse kit," per each. Section 9-28.16. 30, "Pedestrian push button with sign, " per each. The sign lighting luminaire shall be supported by a 31. "Pedestrian push button post," per each. lighting bracket assembly as detailed in the Standard Plans. 32. "Pedestrian signal pole,Type 1, 10-feet," per each. The luminaire shall be served by 3/4 inch rigid steel conduit. ' 33. "Relocate existing.......pole," per each. The maximum horizontal spacing of sign lighting The unit per each price for "relocate existing ....pole" luminaire futures shall be 16 feet 0 inches. End spacing of shall be full compensation for removing the pole from its the outside futures to the edge of the sign should he one half existing foundation, removing and salvaging or re-installing of the spacing between adjacent fixtures. Spacing between , existing equipment, plugging holes as required and installing adjacent futures shall be uniform. the pole on its new foundation and shall include all labor, If two or more closely spaced signs are in the same tools, materials, equipment and any other costs necessary vertical plane on a structure, it shall be permissible to treat and/or incidental to complete the installation and make the the signs as one unit in order to establish uniform future , electrical equipment operational all in accordance with the spacing and light levels. plans,specifications and detail sheets. Illuminated signs 16 feet 0 inches or less in width shall 34. "Remove existing.......Foundation," per each. have one future, and those wider than 16 feet 0 inches shall ' The unit per each price for "Remove existing foundation' have two or more futures in accordance with the above shall be full compensation for full and complete removal and criteria or as shown in the Plans. hauling and disposal of the foundation. An isolation switch shall be provided in the line side conductors, mounted over the shoulder to de-energize all , 8-21 Permanent Signing luminaires for maintenance purposes. The switch shall be single pole, single throw, or double-pole, single throw as necessary to open all conductors to the luminaires other than 8-21.3 Construction Requirements neutral and ground conductors. The switch shall contain 600 ' volt terminal strips on the load side with solderless box lugs as required plus four spare lugs per strip. The switch 8-21.3(4) Sign Removal enclosure shall be rated NEN1A 3 or better. ' Where shown in the Plans or ordered by the Engineer, the Conductors between the junction box or other source of cxisting signs and, if so indicated, the sign structures shall be power and the sign luminaire shall be code sized and the removed by the Contractor. Where indicated, the Contractor insulation shall be cross linked polyethylene type USE. shall remove concrete pedestals to a minimum of 12 inches , -below finished grade and backfill the hole to the satisfaction of 8.22 pavement Marking Engineer. Where the existing sign post is located within s sidewalk area, the Contractor shall remove the post and finish the area so as to make the sidewalk continuous. Wood signs, wood 8-22.1 Description ' sign posts, and wood structures shall become the property of the This work shall consist of famishing and installing d Vegad of"sprra%ad by the Engineer City. Metal signs,metal pavement markings upon the roadway surface in accordance with ' sign posts, and metal structural members shall remain the the Plans, Standard Plans, and these Specifications, at locations property of the State and shall be stockpiled, as specified by the shown in the Contract or as directed by the Engineer. Engineer, at the location designated in the Special Provisions. Pavement markings are defined as follows: The Contractor shall disassemble all signs and remove the Skip Center Stripe ' windbeams. The signs shall be disassembled in such a manner as to leave them in a reusable condition. When ordered by the A BROKEN YELLOW line 4 inches wide. The broken Engineer, the signs and windbeams shall be bundled and or "skip" pattern shall be based on a-49-feet 24-foot unit strapped to pallets so they can be handled by a forklift. consisting of a-10 feet 9-foot line and a 90 feet 15-toot gap. , Skip center stripe is used as center line delineation or two 8-21.3(10) Sign Lighting lane or three lane, two way highways. Where indicated in the. Plans, the Contractor shall Double Yellow Center Stripe ' furnish and install external sign illumination equipment. Sign Two SOLID YELLOW lines, each 4 inches wide, illumination equipment shall include fixtures, brackets, separated by a 4-inch ar !a ijjah space. Double yellow Page-SP-90 , Revision Date: January 20, 1992 8-22 Pavement Marking center stripe is used as center line delineation on multilane, two way highways and for channelization. Crosswalk Stripe A SOLID WHITE lutc,-I-2 8 inches wide and 10-feet Edge Stripe long, insta0ed parallel to another crosswalk strips-w:Ht-a A SOLID line, 4 inches wide, used on the edges of the traveled way. Edge stripes shall be WHITE except that on 6entraet and parallel to the direction of traffic flow and roadways with one way travel, the left edge stripe in the centered in pairs on lane lines and the center of tanes. direction of travel shall be YELLOW. See detail sheet.. ' Dotted Extension Stripe Stop Bar A BROKEN LINE, 4 inches wide used to guide A SOLID WHITE line,-}8 12, 1S or 24 inches wide vehicles through an interchange or intersection. The broken oniees as noted ether+viarirl on the Contract plans. ' pattern will be based on a 6-foot pattern consisting of a Traffic Arrow 2-foot line and a 4-foot gap. Dotted extension stripe shall be the same color as the line it is extending. A WHITE marking conforming to details in the Contract. Care-SH ipeApproach Stripe A SOLID WHITE line, 8 inches wide, used at-4'raewey Traffic LetterLegend to delineate A WHITE marking ' turn lanes from through lanes, for traffic islands, and for tfefl- hash marks. Hash map -"-p � using alphabetical letters... Lane Stripe ' A BROKEN WHITE line, 4 inches wide, used to 4144-See contract plans and detail sheets. delineate adjacent lanes travelling in the same direction. The Handicapped Parking Stall Symbol broken or "skip" pattern shall be based on a-40-4-&t24-fool ' unit consisting of a I@ feet 9-foot line and a-U& p ii 15-foot A WHITE marking conforming to dctads in the gap, Contract. Drop Lane Stripe(Skip Approach Line) Preferential Lane Symbol A BROKEN WHITE line, 8 inches wide, used to A WHITE marking conforming to details in the delineate a lane that ends ai an off raffip. The broken or Contract. "skip" pattern shall be based on a 2413foot unit consisting Railroad Crossing Symbol of a 9-3-foot line and a 152-2-foot gap. A WHITE marking conforming to details in the ' pie Pass Stripe Contract. The letters included in the railroad crossing symbol shall conform to the FHWA publication Standard Alphabet for Highway Signs and Pavement Markings for ' siiipepassproportion. Cycle Detector Symbol ' A WHITE marking conforming to details in the ' Contract. Drainage Marking BROKFN r _ 8 R'" e+' A WHITE marking consisting of a 4-inch by 12-inch ' strip of plastic pavement marking material placed at the and-e-36-feet gap location of a cress-culvert, 1 foot outside the pavement edge stripe, with the 12-inch length parallel to the longitudinal Two Way Left Turn Stripe axis of the pipe. A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 8-22.3 Construction Requirements 4-inch space. The broken or "skip" pattern shall be based t on a-49 feet 24-foot unit consisting of a 10 fee, 9-foot line and a 90-feet 15-foot space. The solid line shall be installed 8-22.3(5) Tolerances for Line Stripes to the right of the broken line in the direction of travel. Allowable tolerances for stripes arc as follows: Length of Stripe: The longitudinal accumulative error Barrier Stripe within a 40 feet 24-foot length of skip stripe shall not A SOLID YELLOW line, 18 inches wide u iiesm jieie exceed plus or minus I inch. Width of Stripe: The width of stripe shall not vary more than plus or minus 1/4 inch. Page-SP-9f ' Revision Date: January 20, 1992 8-22 Pavement Marking Lane Width: The lane width, which is defined as the 1. "Paint Stripe", per linear fool ' lateral width from the edge of pavement to the center of the 2 "Plastic Stripe", per linear foot. lane line or between the centers of successive lane lines, 3. "Painted Go eApproach Stripe", per linear foot. shall not vary from the widths shown in the Contract by 4- re e.=--", ' more than plus or minus 4 inches. 5. "Painted Barrier Stripe", per linear foot. Film Thickness: A film thickness tolerance not 6. "Plastic Barrier Stripe", per linear foot. exceeding 10 percent will he allowed for thickness or yield 7. "Painted Crosswalk Stripe", per linear foot. ' in paint application. 8. "Plastic Crosswalk Stripe", per linear foot. 9. "Painted Stop Bar", per linear foot. 8-22.3(6) Installation Instructions 10. "Plastic Stop Bar", per linear foot. Installation instructions for plastic markings shall be 11. "Painted Traffic Arrow", per each. ' provided for both the Contractor and the Engineer. All materials 12. "Plastic Traffic Arrow", per each. shall be installed according to the manufacturer's 13. "Painted Traffic better Legend", per each. recommendation 14. "Plastic Traffic LetterLegend", per each. 15. "Painted Handicapped Parking Stall Symbol", per ' installagen preeedure. each. Where shown on the plans or directed by the Engineer, 16. "Painted Preferential Lane Symbol Type_", per the Contractor shall remove all old or conflicting stripes, each. ' lines, buttons, or markers as required to complete the 17. "Plastic Preferential Lane Symbol Type _", per channelization of the project as shown on the plans or detail each. sheets. This work shall be considered incidental to other 18. "Painted Railroad Crossing Symbol", per each. contract pay items and no further compensation shall be 19. "Plastic Railroad Crossing Symbol", per each. ' made unless a separate pay item or items are provided for 20. "Painted Cycle Detector Symbol", per each. such removal. 21. "Plastic Drainage Marking", per each. 22. "Remove Paint Line ....." wide," per linear foot.* 8.22.4 Measurement 23. "Remove Plastic Line ......" Wide," per linear foot.* ' 24. "Remove existing traffic markings, "per lump sum.• Skip center stripe, skip edge sr stripe with tension stripe, • The linear foot contract price for 21, "Remove Paint double yellow center stripe, edge stripe, dotted extension stripe, Line" and 22. "Remove Plastic Line" and the lump sum lane stripe, drop lane stripe, double no-pass stripe, reversible contract price for 23. "Remove existing traffic markings" ' lane stripe, and two way left turn stripe will be measured by the shall be full compensation for removal of existing traffic linear foot as "Paint Stripe" or "Plastic Stripe." The markings as per the plans, specifications and detail sheets. If measurement will be based on the travel distance required of a these pay items do not appear in the contract schedule of , marking system capable of simultaneous application of three prices, then the removal of old or conflicting traffic markings 4-inch lines with two 4-inch spaces. No deduction will be made required to complete the ehannelization of the project as for unpainted area when the marking includes a skip line such as shown on the plans or detail sheets shall be considered skip center stripe, skip center stripe with no-pass stripe, lane incidental to other items in the contract and no further ' stripe, reversible lane stripe, or two way left turn stripe. No compensation shall he made. addition will be allowed when more than one line can be installed The unit contract prices for the above listed bid items on a single pass such as skip center stripe with no-pass stripe, shall be full pay for furnishing all labor, tools, material, and double yellow center stripe, double no-pass stripe, reversible equipment necessary for the completion of the work as ' lane stripe,or two-way left turn stripe. specified. Ge Approach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking The unit contract prices for the above listed bid items shall ' tom' be full pay for furnishing all labor, tools, material, and Traffic arrows will be measured by the unit with each arrow equipment necessary for the completion of the work as specified. head defmcd as a unit. Type ' 2, a qd 5 a laws are aansFdered eaelr ' Traffic leueealegends, handicapped parking stall symbols, Preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the , unit. Measurement for paint/plastic stripe fine removed shall be by the linear foot of"...." wide line or shall be included in the lump sum price for "remove existing traffic markings." 8.22.5 Payment Payment will be made for each of the following bid items ' that arc included in the proposal: Page-SP-92 Revision Date: January 20, 1992 , 9-02 Bituminous Materials Materials t Division 9 9-02 Bituminous Materials ' 9-02.1 Asphalt Material, General ' 9-02.1(4) Paving Asphalt W'SDOT Test Viscosity Grade Characteristics Method AR4000W AR-2000W Tests on Residue from RTFC Procedurel 208 Absolute Viscosity at 140 F,poise 203 25W5000 1500-2500 Kinematic Viscosity at 275 F cst, min. 202 275 200 ' Penetration at 77 F I00l;15 we, min. 201 40 50 Percent of Original Penetration at 77F min. 2 45 40 Ductility at 45 F(I cMmin.) m. min. 213 10 20 Teston Original Asphalt lashpoint(Cleveland Open Cup) F min. 206 440 425 Solubility in Trichloroethylene, % min. 214 99.0 Wo ITFO may be used but RTFC shall be the referee method. 20riginal penetration as well as penetration after RTFC loss will be determined by WSDOT Test Method 201, The producer shall ship by prepaid eNpress er U.S. Alai' 1 9-02.1(8) Vaenn Loop Sealant Unless specked otherwise in the contract or permitted by shipped for use on %%ark under the juris&tiea 'e the the Engineer upon request from the contractor, loop sealant ' shall be hot-melt, rubberized asphalt sealant (Crafco Loop one quart (!%%o of more quarts for emulsified ASplifilt), t6ke Detector Sealant or approved equal), shall meet the di Peet'N from the maierial daring or akvr loading, proper! penetration, flow and resilience specifications of ASTD1 p"` '" the Alaterials '`"rate-' r"'. ' D3407 and shall be installed with an approved applicator in i - conformance with manufacturer's recommendations, kw Tum%%fiier, Washington nocnn The contractor shall request and obtain approval from Metal quart sample cans shall be cylindrical or the Engineer for the type of bop sealant to be used before rectangular in shape with a 1-3l4 inch hole and a screw cap. installing detector loops and shall submit manufacturer Cans with smaller holes, friction top paint cans, and glass cutsheets or other data if requested by the Engineer in order jars will not be accepted. Clean polyethylene or similar to enable the Engineer to determine the acceptability of the plastic noureactive containers will be required for emulsified sealant. All loop sealant shall only be installed in thoroughly asphalt. clean and dry pavement and shall be applied in conformance Identification labels (Form 350-028) for the asphalt cans with the methods required as to temperature and means of will be supplied by the Department of Transportation. application such as to completely fill the sawcut area, ' encapsulate the bop wires and adhere to the pavement. 9-03 Aggregates 9-02.2 Sampling and Aeeeptene The asphalt supplier shall sample each bad or other lot 9-03.8 Aggregates for Asphalt Concrete ' that is shipped for use on work under the jurisdiction of the Department of Transportation. The sample shall consist of 9-03.8(2) Test Requirements one quart (two or more quarts for emulsified asphalt), taken Aggregate for asphalt concrete shall meet the following test ' directly from the material during or after loading, properly requirements: labeled, and retained for a minimum of six months. "'hen requested by the Engineer, any or all of these samples shall be promptly shipped to the Materials Laboratory, P.O. Box ' 167, Olympia, Washington 98504, or 1655 So. Second Ave., Tumwater, Washington 98502. ' Page-SP-93 Revision Date: January 20, 1992 9-03 Aggregates class of Asphalt Cmerete ' Fe.a.,by.eigbt (see Nate) 1 2 a 4 4 2 9-03.8(6) Proportions of Materials Sand Fquie.Iear Mialmum 45 45 — 45 35 45 The materials of which asphalt concrete is composed shall ' IThe fracture requirements art at lust one fractured face on be of such sizes, gradings, and quantities that, when 90 percent of the material retained on each sieve size U.S. No. 10 and proportioned and mixed together, they will produce a well above, if that sieve retains more than 5 percent of the total sample. graded mixture within the requirements listed in the table which 21be fracture requirements an al least one fractured face on follows. ' 75 percent of The material retained on each sieve size U.S. No. 10 and The percentages aF aggregate rc(era to completed dry mix, above,If that sieve retains more than 5 percent of the total sample. and includes mineral filler when used. . Grading Requirements ' 3The fracture requirements are at least two fractured faces Sieve Size Class A Class B Clan Class E Class F Class on, 75 percent and at least nice fractured face on 90 peecem of the D G sacral misused oo each sieve, U.S. No. 8 and above, if that sieve Percent Passing retains more than 5 percent of the total sample. 1 1/4' — — — 100 — 471e fracture requirements are at least tune fractured face square on 50 percent or the material retained on each sieve size U.S. No. 1'quare — — — 90-100 — — 10 and above, if that sieve retains more than 5 percent of the total 3/4'square 100 — — — 100 — sample, 518'square — 100 — 67-86 — — 1/2' square 90-100 90-100 100 60-80 80-100 100 K'hen material is being produced and stockpiled for use on 3/8' square 75-90 75-90 97-100 — — 97-100 a specific contract or for a future contract, the fracture and sand 1/4' square 55-75 55-75 — 40-62 45-78 60-88 equivalent requirements shall apply at the lime of stockpiling. When U.S. No.4 — — 30-50 — — material is used from a stockpile that has not been tested as provided U.S.No.8 — — 5-15 — — — above, the requirements for fracture and sand equivalents shall apply at U.S. No. 10 3248 3248 — 2540 30-50 32-53 the time of its introduction to the cold feed of the mixing plant. U.S.No. 40 11-24 I1-24 — 10-23 — 1 I-24 The properties of the aggregate in a preliminary mix design for U.S. No. 3.0-7.0 3.0.7.0 2.0-5.0 2.0-9.0 2.0-8.0 3.0-7.0 , asphalt concrete shall be such that,when it is combined within the limits 200 set forth in Section 9-03.8(6) and mixed in the laboratory with the designated grade of asphalt, mixtures with the following test values can For asphalt concrete Class A, B, E. F, and G produced be produced: using recycled asphalt materials and placed in areas other than ' the wearing course of the traveled lane, the gradation for the Cl..of Asphalt concrete U.S. No. 200 is revised as follows: A B D E F G stabilomnw Value bin. 37 35 — 35 3S 35 ' Cohedoma.Value Mm. too too — too 50 100 Maximum Percent Air Voids 24.5 24.5 — 24.5 24.5 24.5 Passing Modified Lottmaa U.S. No.200 Stripping Test Pa. P. P. P. Pas P. 50%-60%Recycled Material 8.0% , 9-03.8(3)C Gradation — Recycled Asphalt Pavement 61%-70% Recycled Material 9.0% and Mineral Aggregate For the determination of a Project Mix Resign, the Asphalt concrete plantings or old asphalt concrete utilized in Contractor shall submit to the Engineer's representative, ' the production of asphalt concrete shall be sized prior to entering samples of the various aggregates to be used along with the the mixer se that a uniform and thoroughly mixed asphalt gradation data showing stockpile averages and variation of concrete is produced in the mixer. If there is evidence of the old the aggregate produced along with proposed combining ratios , asphalt concrete not breaking down during the heating and and average gradation of the completed mix. The initial mixing of the asphalt concrete, the Engineer may elect to modify asphalt content shall be determined by the Engineer from the the maximum size entering the mixer. No contamination by aggregates and data provided. deleterious materials will be allowed in the old asphalt concrete ' used. 9 03.8(6)A Bassi of a,.eept,,___ The gradation for the new aggregate used in the production } Asphalt Go to e*e wil] he aseepied based of the asphalt concrete shall be the responsibility of the Contractor, and when combined with recycled material, the ' combined material shall meet the gradation specification requirements for the specified Class ACP as listed in Section 9-03.8(6) and -03-8(6yA or as shown in the Special Provisions. The new aggregate shall meet the general aggregates as predueed, iogeo 0 1 0 Proposed requirements fisted in Section 9-03.8(1) and shall meet the sambining rates and the &%erage gradation of hlie appropriate fracture and sand equivalent requirements as listed in Section 9-03.8(2). __ _ __ is _ __ ' aggregates and asphalt retamis look eess. Page-SP-94 ' Revision Date: January 20, 1992 ' 9-04 Joint and Crack Sealing Materials predueed ffam mere than ens JMF is prehib ied &A adjustiisentm as ordered b) 6W Engineer %ill beUsing the represeibative "mplas submitted and passing L%e Ole. Wand Ple. 40 tia��, spesified unless there is a P"d ia make an adjustment k8lepaROAS Aall he Min the range ef tiie brftA 1 ' +n-the-M1F. bond speeiftieetier@. strip add! e to be added has been established. fmm the nk-al 'A-4F A ill be tade % tie i he ._sign prep___. as requiredg__.'_ft n 9; 8(6) _ 9-04 Joint and Crack Sealing Materials the jN4F+ An) ahange or adjustment of pereenbages 9 ix Formula Teieranees and At�uqimenis 9-04.10 Crack Sealing —Rubberized Asphalt a,. Telemnees __ Plan_ . .w__. te Rubberized asphalt for crack scaling asphalt concrete pavement shall conform to AASHTO M 173 (ASTM D 1190) ' and have a COC Flash Point (AASHTO T 48) -of 400 F minimum. AASHTO M 173 (ASTM D 1190) is modified to Gaftlitue"!OF AG! delete the Bond Test requirement. AASHTO T 48 is modified to require careful agitation of the mbberized asphalt sample during ' Ail R iF%aiwas dsell 1 a testing to prevent local overheating. Fed 55-5-164 MmA="�"'J 9-05 Drainage Structures, Culverts, and Conduits 9-05.4 Steel Culvert Pipe and Ape Arch ' Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type 1 and Type 11. Welded seam aluminum Nete 1 29% if less than So% R,lP coated (aluminized) corrugated steel pipe and pipe arch with (:Reey.l_., Asphalt n_ __ 2 5% f__69% O♦ metallized coating applied inside and out following welding is e� acceptable and shall be asphalt treatment coated. renvc eiie—iv—,,_e_ ihan 2v9ue nw. �r% fee _..__ 20% n.. but ___ __ 59% PkP, i.G* 9-05.9 Steel Spiral Rib Storm Sewer Pipe Thein the sreei T-eiefflnem 'heeerha 100 Pie" G. "kAer 6�e R!F metal, and Frateeti e tPeatmen! she!! be as sho%ffl in the Plato 0 fenfi urcr of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with and the design mix asphalt eaetenii plus or mint 4 these Specifications. The Engineer may require additional of pal as it. information or teats to be performed by the Contractor at no expense to the State. e- Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal Fereen! for the aggregate retained 0" axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe ' shall be fabricated either by using a continuous helical lock scam or a continuous helical welded seam paralleling the rib. Page-SP-95 Revision Date: January 20, 1992 9-05 Drainage Structures, Culverts,and Conduits For narrow pitch spiral rib storm sewer pipe, the lap ' width specified in Section 7.5.1 shall be 1/4 inch. For use in applications without bituminous treatment, the } .-„SHT-9 ?196, liee�ie_ continuous lockseam most be qualified by tests conducted by 2-. 0.375 :flex ± 418 i__h ...:A_ h.. „ .,-,•,< :__h ,_ _ _ _ the headquarters Materiak Laboratory. ' } 9-05.12 PVC Sewer Pipe tenter. t jeiioed with eewpling bands 9-05.12(1) PVC Sewer Pipe )Aqqe 1 1 equit ad, spiral I.b pipe shall be h ibmiHOUR treated 8 Notes: 1. CPEP - Smooth interior pipe and fittings shall be , manufactured from high density polyethylene resin which Steel spiral rib storm sewer pipe shall be manufactured shall meet or exceed the requirements of Type 111, Category of metallic coated (aluminized or galvanized) corrugated steel 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In ' and inspected in conformance with Section 9-05.4. The size, addition, the pipe shall comply with all material and stiffness coating, and metal shall be as shown in the Plans or in the requirements of AASIITO M294, Specifications. For spiral rib storm sewer pipe, helical ribs shall project 9-05.14 ABS Composite Sewer Pipe ' outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two limes . , the wall thickness (2t) plus or minus 1/8 inch (measured bnc _..__ pipe _hall meet .h_ _ _ __ _ outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener Pembye askewd ll ' to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the "" direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a eeffill ' maximum of 0.17 inch. If the sheet between adjacent ribs pipe being e nneete'• that f.' ___ using _.lilt_ __ ___ . __ does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch the approval of the__eL "' Engineer. Fittings shall he a suffieim ._ -- .L . n ,_g __d ,,._A _ _ _ and a minimum height of 0.20 inch toward the outside of the "_"" ` "" pipe. Pipe shall be fabricated with ends that can be leau" ` effectively jointed with coupling bands. ABS Composite pipe shall not be used. When required,spiral rib or narrow pitch spiral rib pipe ' shall be bituminous treated or paved. The bituminous 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe treatment for spiral rib pipe shall conform to the ., _iflum spiral Riam ge, or Fire 8614 _eet h_ requirements of Sections 9-05.4(3) and 9-05A(4) For narrow pitch spiral rib sewer pipe, the helical ribs size, meta, and ___tfttke _ _ ___ 911014 be as _ _ _ in .h_ ' shall project outwardly from the smooth pipe wall and shall be fabricated from a+single thickness of material. The ribs The Manuffiewper of spiral rib 9te" soy er pipe Ae shall be .375 inch — 1/8 inch wide (measured outside to fernish te the Eigiieer _ tram l_. __ _ Garth__,_ _f outside) and a minimum of .4375 inch high (measured as the stattill; 1410! theMal in ' v minimum vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The fiddittests ___r.__., ,. 6�8f•__._ ete radius or bend of the metal at the corners�r the ribs shall be pe, the , 0,0625 inch with an allowable tolerance of—10 percent. 9-05.9(1) Continuous Lock Seam Pipe a*ia ei ihe pipe. P pa ands shall be out a%only. Spiral rib p pe Pipes Fabrieeted %,th a eentinuous helieal seem parallel to shall be fabrieawd by usiAg a eemitweas i elioal leelk seam. tie 1W6 118) be used le? fell eirele pipe. The geam shall be Spiral rib Bier% se-A er p pe shall have helieft! ribo tha lemed in the flat between ribs and Shaw aefilem ie seet4efte projee! eutmerd�', be femed from %single Welenegg of material, c Pipes fabricated with continuous helical seam parallel to } , the rib may be used for full circle pipe. The luck seam shall iL 0 94; ineh ± 14 :tell ..We L. __ _ _ be formed in the flat between ribs and shall conform to Sections 7.5.1 through 7.5.3 of AASIITO M 36. 3. 95 :__h _ _ , Page-SP-96 Revision Date: January 20, 1992 ' 9-06 Structural Steel and Related Materials 4- `, S'S iftell dftf Rt 12 ti eeHiff tO For narrow pitch spiral rib storm sewer pipe, the seam eerNer lap width specified in Section 13.2.1 shall be 1/4 inch. The continuous lock seam must be qualified by tests conducted by ' the lleadgtarters Materials Laboratory, 9-06 Structural Steel and Related ' Materials Aluminum spiral rib storm sewer pipe shall be manufactured of corrugated aluminum and inspected in conformance with Section 9-05.5. The size, coating, and 9-06.5 Bolts ' metal shall be as sbown in the plans or in the specifications. The manufacturer of spiral rib storm sewer pipe shall furnish to the Engineer a certificate of complianceAnchor stating that 9-06 Anchor Bolts the materials furnished comply in all respects with these Anchor bolts shall meet the requirements of ASTM A 449. Specifications. The Engineer may require additional Galvanized anchor bolts shall be tested for embriulement after information or tests to he performed by the Contractor, at no galvanization in accordance with ASTM F 606 Section 7. Bolts expense to the State. with an unthreaded length of five times the nominal diameter Unless otherwise specified, spiral rib storm sewer pipe shall also be tested for embrinlement in accordance with ASTM shall be furnished with pipe ends cut perpendicular to the A 143. longitudinal axis of the pipe. Pipe ends shall be cut evenly. Nuts for anchor bolts shall conform to AASHTO M Spiral rib pipe shall be fabricated by using a continuous 291, Grade DH. Washers for anchor bolts shall meet the ' helical lock seam with a seam gasket. requirements of AASHTO M 293. For spiral rib storm sewer pipe, helical ribs shall project The bolts shall be tested by the manufacturer in accordance outwardly from the smooth pipe wall and shall be fabricated with the requirements of the ASTM A 449 specifications and as from a single thickness of material. The ribs shall be 3,14 inch specified in these Specifications. Before installing any bolts in the ' wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches structure, the Contractor shall submit to the Engineer for center to center. Pipe shall be fabricated with ends that can approval a Manufacturer's Certificate of Compliance, as defined be effectively jointed with coupling bands. in Section 1-06.3, for the anchor bolts, nuts, and washers. For narrow pitch spiral rib storm sewer pipe, helical ribs Approval to install the bolts will be given by the Engineer in ' shall project outwardly from the smooth pipe wall and shall wntmg. be fabricated from a single thickness of material. The ribs All anchor bolts, nuts, washers and anchor plates for shall be 0.375 inch ± 1/8 inch wide (measured outside to signal poles, street light poles, strain poles or other types of ' outside) and a minimum spacing of ribs shall be 4.80 inches poles shall meet the recommended specifications of the pole center to center (measured normal to the direction of the manufacturer. The Contractor shall be responsible for ribs). The radius of bend of the metal at the corners of the providing to the Engineer any and all data concerning ribs shall be 0.0625 inch with an allowable tolerance of + 10 fabrication, strength test results, mID certification and other percent. — data required to confirm that the anchor bolts meet those - For wide pitch spiral rib storm sewer pipe, helical ribs specifications. shall project outwardly from the smooth pipe wall and shall The following standard specifications shall apply to be fabricated from a single thickness of material. The ribs anchor bolts for street light, signal and strain poles provided shall be 3/4 inch + 1/8 inch wide (measured outside to that the Contractor can submit documentation from the outside) and a minimum of 0.95 inch high (measured as the manufacturer affirming that anchor bolts meeting these minimum vertical distance from the outside of pipe wall to top specifications are recommended for the pole to be installed thereon:surface of the rib). The maximum spacing of ribs shall be 1. The standard inches in boltlength for aluminium street light poles 11.75 inches center to center (measured normal to the shall be 42 inches s length and shall meet the requirements direction of the ribs). The radius of bend of the metal at the of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt ' corners of the ribs shall be 0.0625 inch with an allowable shall be ■ fun ooe inch lo diameter with a hot forged four tolerance of±10 percent. inch "L" bend oo the bottom end and a minimum of is inches of die-cut threads on the top end. 9-05.17(1) Continuous Lock Seam Ape 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or te the rib mefl� be used fe foil eireie P;pe. 7he leelt Omni shall be specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole e__.i__- „ thresCh ,o a of di Surf, s. 196 manufacturer's specifications and shall be hot dipped ' Pipes fabricated with continuous helical seam parallel to galvanized unless such galvanization is notpermitted for the the rib may be used for full circle pipe. The lock seam shall type of steel as per Section 9-06.5(4). be formed in the flat between ribs and shall conform to ' Section 13.2.1 through 13.2.5 of AASI[TO M 196. Page-SP-97 ' Revision Date: January 20, 1992 9-07 Reinforcing Strel ' 9-07 Reinforcing Steel 9-10 Piling ' 9-07.5 Dowel Bars (For Cement Concrete Pavement) 9-10.5 Steel Piling Dowel ban shall be plain steel bars of the dimensions The material for steel piling, pile tips, and pile splices shall ' shown in the Standard Plan. They shall conform to AASHTO M conform to the requirements of the Specifications for Structural 193 and shall be mated in accordance with AASI[TO M 284. Steel, AASHTO M 183, except the material for steel pipe piling, tips, and splices shall conform to the requirements of ' 9-07.6 Tie Bars (For Cement Concrete Pavement) ASTM A 252,grade 2. All sSteel piling may be accepted by the Engineer based on the Manufacturer's Cenification of Tie ban shall conform to the requirements of the Standard Compliance. Steel pipe piling with a diameter larger than 18 Specifications for Deformed Billet-Stccl Ban for Concrete inches shall be straight seam welded pipe. Reinforcement, AASHTO M 31, Grade 60 and shall be coated ' in accordance with AASHTO M 284. The form of the deformed bar shall be subject to approval 9-16 Fence and Guardrail by the Engineer. ' Tie ban shall be free from rust, loose mill scale, dirt, grease, or other defects affecting the strength or bond with the 9.16.1 Chain Link Fence and Gates concrete. 9.16.1(1) General 9-09 Timber and Lumber All material used in the construction of chain Link fence and gates shall be new. Iron or steel material shall be galvanized unless specified otherwise. Imperfectly galvanized material or ' 9-09.2 Grade Requirements material upon which serious abrasions of galvanizing occur will not be acceptable. The base material for the manufacture of steel pipes used for Pro- isiens, all timber and lumber shall be graded as shev a in th posts, braces, top rails, and gate frames shall conform to the ' requirements of ASTM F 1083A !20. The base material for the manufacture of steel H columns shall meet the requirements of ASTM A 306. Roll-formed posts, braces, and rails shall be made from ' 4+nekee--by--Ginehes- 123e 5AICLIB, sheet steel and shall conform with the details as shown in the Plans or Standard Plans. The material for end, corner, and pull In the Tabulated working Stresses Chart on Page 539, Posts shall have a minimum yield strength of 35,000 psi. The ' under the section for Sign Posts, Mile Posts, Sawed Fence minimum yield strength for Alternate a toll-formed line posts Posts and Mailbox Posts, Western Cedar is changed to read shall be 40,000 psi and for Alternate B roll-formed line posts western R�Q Cedar. The various working stress figures 45,000 psi. Top nil and braces to be used with Alternate A or B line posts shall conform to the minimum yield strength as ' required for Western Red Cedar in the five columns are required for either post respectively,revised to read as follows: All posts,braces, top rails, and gate frames shall be hot-dip 4"x4" 1050 75 425 750 1,000,000 galvanized. They shall have a minimum average of 1.8 ounces ' zinc coating per square foot of surface area with no individual 4"x6" 925 75 425 1050 1.000,000 test being below 1.6 ounces zinc coating per square fool of surface area. In the case of members made from pipe,this area is 6'x6",6"x8" defined as the total area inside and outside. A sample for ' 8'x10" 1100 70 425 925 1,000,000 computing the average weight of coating is defined as a 12-inch 6"x10",8"x12' 1050 70 425 875 1,000,000 piece cut from each end of the galvanized member. Fittings shall be galvanized in accordance with the requirements of ASTM F Unless otherwise noted in the Plans or in the Special 626. Other materials shall be galvanized in accordance with the ' Provisions,all timber and lumber shall be graded as showy in requirements of ASTM A 153. the Tabulated Working Stress Chart except as follows: The grade requirements for Sign Posts, Mike Posts, 9-16.1(7) Chain Link Fence Fabric ' Sawed Fence Posts,and Mailbox Posts are supplemented with Chain link fabric shall consist of 11 gage wire (0.120-inch the following: diameter) for Types 3, 4, and 6 fence; and 9 gage wive For single post applications, the grade for western Red (0.148-inch diameter) for Type 1 fence. The fabric wire may be Cedar 4"x4"is expanded to allow No. 2 or better one of the following materials provided that only one type shall ' For single post applications, the grade for Western Red be selected for use in any one contract: Cedar 4%6"is expanded to allow No.2 or better. Galvanized steel wire conforming to ASTM A 491A-399. Page-SP-98 , Revision Date: January 20, 1992 9-21 Raised Pavement Markers(RPM) Galvanizing shall be Class 1 performed by the hot-dip steel shall conform to AASIITO M 180.tho-4ellewyng-�nhmmwa process. rogniretoenta- Aluminum coated steel wire conforming to ASTM A 491. 70;000 Psi Class lI aluminum wire conforming to 6061-T94 alloy. Ele"gat an in 2 inehe 424 The wire shall be woven into approximately 2-inch diamond The rail splices shall have a minimum total ultimate strength mesh. The width and top and bottom finish of the fabric shall be of 80,000 pounds at each joint. as shown in the Plans. The 6-inch channel rails and splice plates shall be in conformance with AASHTO M 193, All fabrication shall be 9-16.2 Wire Fence and Gates complete before galvanizing. The holes in the plate shall be slotted to faciliatc erection ' and to permit expansion and contraction. The edges of the nil 9-16.2(2) Steel Fence Posts and Braces shall be rolled or rounded so they will present no sharp edges. Steel fenee posts and braeas shall be ef good e8mmereta! Where the nil is on a curve, the plates at the splice shall make contact throughout the area of splice. When the radius of ' curvature is less than 150 feet, the nil shall be shaped in the All posts for chain link fence shall be of the shape, size, shop. and weight per foot shown in the Standard Plans. Roll- formed end, corner, and pull posts shall be made from 9-16.3(4) Hardware 0.1345-inch minimum thickness sheet steel and shall have Bolts, unless otherwise specified, shall comply with ASTM integral fastening loops to connect to the fabric for the full A307 Grade A specifications. Nuts shall comply with ASTM length of each post. Roll-formed line posts shall be made A 563 Grade A specifications. ' from 0.110-inch minimum thickness sheet steel for Type 3 and Type 4 fences and shall be made from 0.120-inch Washers she , unless otherwise specified, shall meet ASTM F minimum thickness sheet steel for Type 1 and Type 6 fences. 844 specifications. Line posts may be channel, T, U, Y, or other approved %Veughi iroplaie- The Contractor shall submit a shape, manufactured solely for use as fence posts. One type of manufacturer's certificate of compliance for the bolts, nuts, line post shall be used throughout the project. Line posts shall be and washers prior to installing any of the hardware. studded, slotted, or properly adapted for attaching either wire or mesh in a manner that will not damage the galvanizing of posts, wire, or mesh during the fastening. Line posts shall have 9-21 Raised Pavement Markers a minimum weight of 1.33 pounds per linear foot and shall be (RPM) provided with a tapered steel anchor plate attached securely ' having a minimum weight of 0,67 pounds and having a surface area of 20 square inches plus or minus 2 square inches. 9-21.2 Raised Pavement Markets Type 2 End, comer, gate, and pull posts shall meet the requirements specified for line posts, except that the posts shall have a minimum weight of 3.1 pounds per linear foot and anchor 9-21.2(1) Physical Properties plates and special studs, slots, or adaptors for the attachment of The markers shall be not less than 4.0 inches nor more than wires will not be required. 5.0 inches in width,and not more than 0.75.1-0 inch in height. Braces shall have a minimum weight of 3.1 pounds per The outer surface of the marker housing shall be smooth linear foot. except for the purpose of identification. All posts, braces, anchor plates, and hardware not covered The base of the markers shall be substantially free from by ASTM F 626 shall be galvanized in accordance with the gloss or substances that may reduce its bond to sdhesivc. ' requirements of ASTM A 121, or A 111, A tolerance of minus 5 percent on the weight of individual 9-23 Concrete Curing Materials and posts,braces, or anchor plates will be permitted. Admixtures 9-16.3 Beam Guardrail 9-23.9 Fly Ash 9-16.3(1) Rail Element Fly ash shall conform to the requirements of AASHTO ' The W-beam rail element, backup plates, and terminal M 295 Class C or F with optional chemical requirements as sections shall consist of 12 gage steel formed into a beam not less set forth in Table 1 and optional physical requirements as set than 12 inches wide and 3 inches deep. Thrie beam rail forth in Table 2A and with a further limitation that the leas elements, , backup plates, and on ignition shall be a maximum of 1.5 percent. the transition sections shall consist of 10 gage steel formed into a Will not be used around water lines. bum not less than 20 inches wide and 3 inches deep. Design F terminal sections shall consist of 10 gage steel. The pail•eleme is ' lumse- of L_-:_ ""--- steel. The physical properties of the ' Page-SP-99 Revision Date: January 20, 1992 9-28 Signing Materials and Fabrication and shall be easily removed after storage for 4 hours at 150 F ' 9-28 Signing Materials and under weight of 2.5 psi. The adhesive shall form a durable bond to smooth, Fabrication corrosion, and weather-resistant surfaces and permit the ' reflective sheeting to adhere securely, 48 hours after application at temperatures of-30 F to 200 F. The adhesive bond shall be 9-28.6 Enclosed Lens Reflective Sheeting sufficient to render the applied sheeting vandal-resistant and The reflective sheeting shall consist of spherical lens prevent its shocking off when subjected to an impact energy ' elements embedded within a transparent plastic having a smooth, of 20 ft. lbs. applied with a hemispherical tipped object 1 inch flat outer surface. The sheeting shall be weather resistant and in diameter at OF. have a protected pm-coated adhesive backing. The adhesion test shall be the same as outlined in Federal , The reflective sheeting shall have the following minimum Specification LS 300C except that in addition to testing at coefficient of retroflection values at 0.2 degrees and 0.5 degrees room temperature,the adhesion shall also be tested at OF and observation angle expressed as average candelas per foot-candle 180 F. , per square toot of material. Measurements shah be conducted in The resistance to accelerated weathering shall be as accordance with ASTM E 810. described in Federal Specification LS 300C except the weathering apparatus and procedure shall be N accordance with Silver-White Premium White Yellow ASTM G 53. Obs. Ang. 0.2° 0.59 0.2° 0.50 0.2° 0.5° The reflective sheeting shall be sufficiently flexible to be cut , Ent. Ang. to shape easily and permit application over and conformance to, 4° 70 30 140.0 50.0 50.0 25.0 moderate shallow embossing characteristic of certain sign 30' 30.0 15.0 60.0 28.0 22.0 13.0 borders and symbols. Conditioned for 48 hours, the tensile , strength of the sheeting shall be 5 to 20 pounds per inch width Red Blue Green when tested in accordance with ASTM D 828. Following liner Obs. Ang. 0.2° 0.5" 0.20 0.5° 0.2° 0.5° removal, the reflective sheeting shall not shrink more than Ent. Ang. 1132 inch in 10 minutes nor more than 1/8 inch in 24 hours in ' 4" 14.5 7.5 4 2 9 4.5 any dimension per 9 inch square at 75 F and 50 percent relative 30° 6.0 3.0 1.7 0.8 3.5 2.2 humidity. Orange Browa The sheeting, when applied according to manufacturer's Obs. Ang. 0.2° 0.5' 0.21 0.5' recommendations to cleaned and etched .020 inch x 2 inch x ' Ent Ang 8 inch aluminum, conditioned (24 hours) and tested at 72 F and 4` 25.0 13.5 1.0 0.3 50 percent relative humidity, shall be sufficiently flexible to show 30' 7.0 4.0 0.3 0.2 no cracking when bent around a 314 inch diameter mandrel. ' The sheeting surface shall be smooth and flat to facilitate Reflective sheeting for demountable shields and symbols self-cleaning in the rain, regular cleaning, and wet performance, shall be applied to 0.050 inch thick sheet aluminum. Reflective and exhibit 85 degrees glossmeter rating of not less than 40 when sheeting for other demountable legend components shall be tested in accordance with ASTM D 523. The sheeting surface ' applied to aluminum not less than 0.032-inch thick. shall be readily processed and compatible with recommended The brightness of the reflective sheeting, totally wet by rain, transparent and opaque process colors, and show no loss of the shall be not less than 90 percent of the above values. Wet color coat with normal handling,cutting,and application. performance measurements shall be conducted in conformance The sheeting shall permit cutting and color processing at ' with the Standard RAINFALL TEST specified in Federal temperatures of 60 F to 100 F and relative humidities of 20 to Specification LS 300C. 80 percent. The sheeting shall be heat resistant and permit force The diffuse day color of the reflective sheeting shall be curing without staining of unapplied sheeting at temperatures up , visually evaluated by comparison with the applicable Highway to 150 F and up to 200 F on applied sheeting. The sheeting Color Tolerance Chart. Color comparisons shall be made under surface shall be solvent resistant se that it may be cleaned with north daylight or a scientific daylight having a color temperature gasoline, VM&P Naptha, mineral spirits, turpentine, methanol of from 6500 degrees to 7500 degrees Kelvin. Daytime color and xylol. , evaluation shall be illuminated at 45 degrees and viewed at Premium enclosed lens reflective sheeting shall contain an 90 degrees. There shall be no significant color shift when viewed identifying marking, such as a water mark, which is visible after under nighttime(retromflective)conditions. sheeting application. The marking shall not adversely affect the The reflective sheeting shall include a pre-coated pressure performance or life of the sheeting. ' sensitive adhesive(Type 1)or a heat activated adhesive(Type 11), either of which may be applied without necessity of additional 9-28.6(1) Application adhesive coats on the reflective sheeting or application surface. The reflective sheeting shall be applied in the manner ' Chemical activators shall not be used to activate Type II specified by the sheeting manufacturer. The applied sign face adhesive. shall not have bubbles, wrinkles, or foreign material beneath the The protective liner attached to the adhesive shall be reflective sheeting. removable by peeling without soaking in water or other solvents , Page-SP-100 , Revision Date: January 20, 1992 t9.29 Illumination, Signals, Electrical ' juncture of the door and housing shall be gasketed to provide 9-28.15 Sign Structures a ram tight and dust tight joint. Refractors shall be manufactured from heat resistant borosilicate glass. The refractor shall be shielded so that no 9-28.15(2) Timber Sign Posts light source is visible from the sign viewing approach. The At the Contractor's option, timber sign posts and mileposts shield shall be an integral part of the door assembly. When shall be untreated Western red cedar, treated Douglas fg, or called for in the plans, fixtures shall be provided with a wive ' treated Hem-fir meeting the grades specified in Section 9-09.2. guard in prevent damage to the refractor. Douglas for and Hem-fir posts shall be given a treatment in The reflector shall be manufactured from one piece accordance with Section 9-09-3(4). Posts--shall he--gwen polished (Aluk or equal) aluminum. The reflector shall be Preservative designed so condensed water will drain away. retention shall be a minimum of 0.40 pounds per cubic foot. The light source shall be a 175 watt deluxe phosphor Penetration shall be a minimum of 318 inch or 90 percent of coated mercury vapor lamp. The lamp socket shall be a sapwood for posts under 5 inches thick and 1/2 inch or porcelain enclosed mogul type containing integral lamp grips 90 percent of sapwood for posts 5 inches and thicker. S4S finish to ensure electrical contact under conditions of normal ' is not required for unpainted posts. vibration. The center contact shall be spring loaded. Shell and center contact shall be rated for 1500 watts,600 volts. 9.28.16 Sign Lighting Luminaires Ballasts shall be suitable for operating a 175 watt metal .- ... halide lamp and shall conform to the requirements or section sign iigh:__ luminaries sho _-_a __ _ _h..,. 9-29.9. The crest factor shall remain within a range of 1.6 to 1.8. Ballasts shall have a design life of no less than 100,000 hours. ' ll - Ballasts shall consist of separate components, each of which shall be capable of being easily replaced. All conductor terminals shall be identified as to the component terminal to which they connect. Heat generating components ' enUs (Rai lidd shall be mounted to use the portion of fixture on which they are mounted as a beat sink. Capacitors shall be separated from heal generating components or thermally shielded to limit the case temperature to 75°C. Each fixture shall be ' provided with a fuse assembly for every field conductor houbing kH eleeirieal legg other than neatral shall be fused en above ground potential on the line side of the ballast. The primary voltage shall be as indicated in the plans. t 14 HPG Photometric performance shall be as follows: mti ___ 1 r The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 16 feet plans. in llie h Al wide shall not numerically exceed 5:1 approaching H. In addition, the illuminance gradient shall not numerically exceed 2:1, illuminance gradient being defined as the ration of the minimum illuminance of 1 square foot of panel to that of any adjacent square ' foot of panel. This performance shall be obtained when the fixture is mounted 1 foot below the bottom edgelemed is Fadiieet light aid e6niltate side and aid riare. Sign lighting luminaires shall have a cast aluminum of the sign and 5 feet out. ' housing and door assembly with a polyester paint finish. All The average to minimum uniformity ration for lalv external bolts, screws, hinges, hinge pins, and door closure a panel as dimensioned above shag not numericeed mechanisms shall be series 300 grade stainless steel. exceed 3ca Average initial illuminance shag exceed The housing shall encase a reflector, lamp socket and Ill teas specifi fora mercury vapor lamp of 175 watts as specified. ballast It shag have a mounting clamp suitable for securely supporting the luminaire on a 1-1/2 inch square tube Also,the Candlepower Distribution Data on page 9-144 is preventing rotation after leveling and tightening. The deleted. ' housing shall be drilled and tapped for side entry conduit and wiring. Condensation drain holes shall be provided as recommended by the manufacturer. 9-29 Illumination, Signals, Electrical ' The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive closure devices. The door shall be provided with 9-29.1 Conduit the means to allow the door to be locked in the open position Rigid metal conduit shall conform to Article 346 of the ' 70 to 90 degrees from the plane of the door opening. The National Electrical Code. Page-SP-101 ' Revision Date: January 20, 1992 1 9-29 Illumination, Signals, Electrical �49. 9-29.3 Conductors, Cable ' Exterior and interior surfaces of all steel conduit, except threaded ends, shall be uniformly and adequately zinc coated by Each wire shall be numbered at each terminal end with a ' a hot-dip galvanizing process. The average weight of we wrap-around type numbering strip bearing the circuit coating shall be not less than 0.80 ounce of zinc per square foot number shown on the plans. of single surface area as determined by tests on 12-inch samples No splicing of any traffic signal conductor shall be taken from each end of a standard length of conduit of each size. permitted unless otherwise indicated on the plans. All ' The weight of zinc coating on any individual test specifications conductor runs shall be pulled to the appropriate signal shall be not less than 0.70 ounce of zinc per square foot of single terminal compartment board with pressure type binding surface area. The weight of zinc coating will be determined in posts. The only exceptions shall be the splices for detector accordancc with AASHTO T 65. Dcterminations and nominal bops at the nearest junction box to the loops. weights shall conform to the requirements of the Underwriters The contractor shall provide and install all the necessary Laboratory Publication No. 6(latest edition). In addition, the wiring, fuses and fittings so as to complete the installation of exterior as well as the interior conduit samples shall withstand the signal and lighting equipment as shown on the plans. All t four dips in the PREECE test in accordance with ASTM A 239. materials and installation methods, except as noted otherwise The threaded ends of all conduits shall be either galvanized in herein, shall comply with applicable sections of the National accordance with the foregoing or shall be painted with galvanized Electrical Code. repair paint, Formula A-9-73. All field cuts shall also be painted For the purpose of this specification, the neutral conductor ' with galvanized repair paint, Formula A-9-73. is defined as a current carrying conductor with zero potential. Couplings for rigid metal type conduits may be either For the purpose of this specification, equipment grounding hot-dip or electroplated galvanized and, in addition, shall be conductor is defined as the conductor used to connect the ' painted with one coat of galvanizing repair paint noncurrent-carrying metal parts of equipment, raceways, and Formula A-9-73. The paint shall have a minimum wet film other enclosures to the system grounded conductor and/or the thickness of 3 mils. The painted coating shall cover the entire grounding electrode conductor at the service equipment or at the coupling source of a separately derived system. t Grounding end bushings shall be galvanized malleable iron Conductors and cable shall conform to the .applicable with copper, tinned copper, or stainless steel lugs and stainless specifications as follows: steel clamping screw, mounting screw, and set screw. I. All current carrying single conductors shall be stranded Every length of rigid metal conduit shall bear the label of copper conforming to ASTM B3 and B8. Insulation ' Underwriters Laboratories, Inc. or the label of the Canadian shall be 600 volt. Except as allowed in item 3, Standards Association if affected items of Canadian manufacture chemically cross-linked polyethylene or EPR Type are approved for use on the project. Installation shall conform to USE insulation of code thickness is required for all ' appropriate articl es of the Code. current carrying single conductors in underground The conduit P.V.C. - non-metallic shall conform to electrical systems. Equipment grounding conductors Article 347 of the code and ASTSM Standards. and bonding jumpers shall be stranded or solid copper The conduit shall be of the two types indicated below: wire the size noted on the Standard Plan for grounding ' 1. Schedule 80 Fain heavy wall P.V.C. conforming to ASTM, details. Equipment grounding conductors may be bare Standards,to be used in all installations under roadways. or insulated, stranded or solid. When pulled through 2. Schedule 40 heavy wall P.V.C. conforming to ASTM a raceway it shall be insulated with Type XHHW or Standards. Type THWN and shall have continuous green color or , green color with one or more yellow stripes. Insulated 9-29.2 Junction Boxes equipment grounding conductors shall be stranded copper. 6Me-eef4mal- 2. Multi-conductor cable for traffic signal control circuits ' junction boxes shall be reinforced concrete with shall be rated to operate on 600 volts. Individual galvanized steel from anchored in place and galvanized steel conductors shall be stranded copper, shall be insulated cover plate(Diamond pattern) as indicated on detail sheets. with a minimum of 45 mils plasticized polyvinyl The inscriptions on the covers of the junction boxes shall chloride compound in accordance with UL83, or be as follows: approved equal, and shall be color coded and of the 1. Signal only:"Signals" size listed rut the table below. The individual conductors 2_ Street Lightingmay:"�h�" shall be cabled together with cable tape and encased in ' 3, Traffic Signal and Street lighting Facilities: "TSLT" a polyvinyl chloride sheath 75 mils thick. The The above inscriptions shall not be higher than the top above-noted requirements for conductor insulation do surface of the cover plates. not apply to the twos nductor and three-conductor ' Junction box" installed in concrete structures shall be of cables noted in item (e). cast galvanized ferrous, NEMA 3 and 5 construction. A 3/8-inch drain shall be installed in each metallic junction box. t Page-SP-102 , Revision Date: January 20, 1992 ' 9-29 Illumination,Signals,Electrical AGas' cable identified in (7), and the magnetometer kad-in wu. lino. BYaiid. onwi c...r ri,s. oi.p Ci.dua..C.ler BWpr able identified N (9), the minimum insulation ' thickness around any electrical conductor shall be sou 11wi. 1 14 19M a.a Yauo.,c Nos 45 mils, and the minimum acceptable insulation ] 14 19M sad,Yslw,G. wWr-whir 3 14 rom a.4,raw,c sink thickness shall refer solely to the thickness of that 4 14 19M Pad.Yaw,a s�k B�k insulation immediately around any conductor excluding ' s 14 19m a.i.Y.U--,G,s. LW r— 12 1W;u Wh N. any sheath or jacket thickness. Ir wrss whets e�isc,� 7 Two conductor shielded cable shall have No. I sr.s . 9m a.a r.uo..Gwm any 14 conductors and shall conform to I.M.S.A. ' Multi-conductor cable shall he assembled for 5 conductor specification No. 50-2. (5C), 8 conductor (8C), 11 conductor (I IC), or 20 conductor B. Detector loop wire shall be No. 1244 AWG stranded (20C)cables as per the following typical illustrations: copper wire, Class B, with chemically cross-linked a. 5 Conductor(5C) - one No. 12 AWG, white, one polyethylene type RHH-RHW insulation of code ' No. 12 AWG, white with green or black stripe, thickness• and three No. 14's consisting of wire group 1. 9. Pour conductor shielded able (4CS) shall consist of b. 8 conductor (8C) - one No. 12 AWG, white, one a cable with four No. 18 AWG conductors with No. 12 AWG white with green or black stripe, and polypropylene insulation, an aluminized polyester ' six No. 14's consisting of wire groups 1 and 3. shield, water blocking material in the cable interstices, c. 11 Conductor (11C) - one No. 12 AWG, white, and a 26 mil minimum outer jacket of polyethylene. one No. 12 AWG, white with green or black The four-conductor assembly shall be twisted six turns ' stripe, and, nine No. 14's consisting of wire per foot. Each conductor shall have a different groups 1, 3,and 5. insulation color. Overall cable diameter shall be d. 20 Conductor (20C) - one No. 12 AWG, white, 0.25 inches maximum. Capacitance between adjacent one No. 12 AWG, white with green or black pairs shall be 18 pf. per foot and 15 pf. per foot ' stripe, and, 18 No. 14's consisting of wire groups between diagonal pairs. The capacitances shall not vary 1, 2, 3, 4,5,and Spare. more than 10 percent after a 10-day immersion test c. Two and three control conductor control cable with ends exposed in a saturated brine solution. shall consist of three No. 14 stranded copper 10. Throe-conductor shielded cable (3CS) for the detector conductors. Each conductor shall have 20 mil circuit for optical fire preemption receivers shall consist polyethylene insulation and a 10 mil PVC jacket. of three No. 20 AWG conductors with aluminized The cable shall be rated at 600 volts minimum. mylar shield and one No. 20 drain wire, all enclosed The cable assembly shall be covered with with an outer jacket. All wires shall be 7x28 stranded a polyester tape applied with a 10 percent tinned copper material. Conductor insulation shall be minimum lap. The overall jacket shall be 45 mil rated 75 degrees C, 600 volt. The drain wire shall be PVC. uninsulated. Conductor color coding shall be yellow, ' 3. All single conductors employed in traffic control shall blue, and orange. DC resistance of any conductor or be Class B or Class C stranded copper. The minimum drain wire shall not exceed 11 ohms per 1,000 feet. wire size shall be No. 12 AWG. Insulation shall be Capacitance from one conductor to the other two THW or USE. conductors and shield shall not exceed 48 pf/ft. The ' 4. Triplex or Quadmplcx type ACSR neutral jacket shall be rated 80 C, 600 volt, with a minimum self-supporting aerial conductors of the appropriate size average wall thickness of 0.045 inch. The finished for aluminum conductors shall be used where required outside diameter of the cable shall be 0.3 inch in the contract. The neutral conductor shall be the same maximum. size as the insulated conductor. All current carrying (11) Six--pair eCommunications cable (6PCG) shall meet conductors shall be stranded. FLEA specification PE-39 and shall have sea-pair-No. 5. Pole and bracket cable shall be two conductor stranded 19 AWG wives with 0.008 inch FPA/MPR coated ' copper No. 10 AWG insulated for 600 volts between aluminum shielding. The cable shall have a petroleum conductors. The insulation shall consist of 45 mils compound completely filling the inside of the cable. polyvinyl chloride with 95 mils polyethylene jacket. If The shielded communkations/signal interconnect cable luminaires with remote ballasts arc specified in the shall meet the following: contract, this same cable shall be used between 1. Conductors:Solid,soft drawn,aoaealed copper,sire 19 awg. lum'ulaire and ballast for both timber and ornamental 2' Insulation: ant' virgin high density polyethylene or pole construction. If the luminare requires future wire pdyprapyknea with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted into temperature greater than 75 C, the outer jacket shall be pairs with varying lays (twist lengths) to minimize cross talk stripped for that portion of the cable inside the and meet strict apaeita ice limit. luminaire.The single conductors shall then be sheathed 4. Shielding: A corrosion/oxidation resistant dated ethylene with braided fiberglass sleevmg of the temperature copolymer coated (both sides) .008' thick corrugated ' rating recommended by the luminaire manufacturer. aluminum tape shield is applied longitudinally with shielding 6. With the exception of type XHHW insulation and with coverage. A .005 corrugated tape applied in the same the further exception of the shielded two conductor manner is acceptable. ' Page-SP-103 Revision Date: January 20, 1992 9-29 Illumination, Signals, Electrical , S. Outer jacket: A black, low density high molecular weight 10 percent input voltage range with plus or minus 9 percent lamp virgin polyethylene (compounded to withstand sunlight, watts regulation. 1,000 wau high pressure sodium lamps will be temperature variations and other environmental conditions served by auto regulator type ballasts providing for a plus or plus abuse during iastallation) is wamded overall to provide a continuous covering. minus 10 percent input voltage range with plus or minus 6. Footage markings: footage markings most be printed 15 percent lamp watts regulation. sequentially a minimum of 2'along the outer jacket. Ballasts for mercury vapor lamps shall be designed to , 7. Filling:the entire cable within the outer jacket is flooded with properly operate the lamp specified. Ballasts shall be designed to petroleum-polyethylme gel filling compound including the start lamps at temperatures as low as -20 F. Ballasts shall have area between the outer jacket and the shield. the electrical characteristics of the "constant wattage" or "regulator" type, high power factor with voltage ratings as noted ' 9-29.4 Messenger Cable, Fittings in the plans. Mercury vapor ballasts shall be capable of plus or Messenger cable shall be 3/8-inch, seven wire strand minus 2 percent lamp wattage regulation with plus or minus messenger cables conforming to ASTM A 475, 13 percent input voltage variation. extra-high-strength grade, 15,400 pounds minimum breaking Ballasts for metal halide lamps shall be designed to properly ' strength, Class A galvanized. operate the lamp specified. Ballasts for all metal halide lamps Strain insulators shall be wet process, porcelain, conforming shall be auto regulator type. to EEI-NEMA Class 54-2 standards for 12,000 pound ultimate No capacitor, transformer, or other device shall employ the strength. class of compounds identified as polychlorinated biphenyls (PCB) ' Down guy assembly shall consist of a four-way or eight-way as dielectrics, coolants, or for any other purpose. steel expanding anchor, having a minimum of 300 square inches, The power delivered to a lamp shall be limited to plus or made of pressed steel, coated with asphalt or similar minus 7.5 percent of the rated lamp power during normal ' preservative, and filled with a 3/4-inch minimum guy eye anchor operation and with a center rated lamp. During warm-up of the rod 8 feet long. As an alternate to expanding anchors, screw type lamp, lesser power delivery will be permitted. anchors with two 8 inch helixhelices, 3 1/2-inch pitch, 1-inch by The power factor for at[high pressure sodium vapor ballasts 7-foot guy anchor rod, and rated for 7,000 pound maximum shall be 95 percent(nominal)or higher. , torque may be installed. Each ballast shall have a name plate attached permanently to All pole hardware, bolts, plate rods, hangers, clips, wire the case listing all electrical data. guards, and pole bands shall be hot-dipped galvanized in The Balast shall be pre-wired to the lamp socket and - conformance with the requirements of AASHTO M 232. terminal board. ' 9-29.6 Light Standards 9-29.10 Luminaires All luminaires shall be of the distribution type and wattage ' 9-29. indicated in the Plans. Clear lamps shall be employed unless Slip Slip Base Hardware platesbe--- and anchor plates shall conform indicated otherwise in the contract. to the Conventional highway luminaires shall be ballast in head requirements of AASHTO M 223, Grade 50. The base plate shall conform to ASTM A 36i. The keeper place shall be type with cobra head configuration. Luminaire distribution types ' shall conform to the IES classification system. Conventional 8 gage, conforming to ASTM A 526, coating G 90. Studs and highway luminaries shall provide a cut-off distribution using bolts shall conform to ASTM A 325 or A 449. Nuts shall conform to ASTM A 325 or A Grade DH. Hard e tied s refractor-less housing and a high pressure sodium light source. , They shall be capable of accepting a 200, 250, 310, or 400 watt washers shall conform to ASTM F 436.36. lamp complete with ballast. All luminaires shall have a cast aluminum housing with ' 9-29.6(6) Steel Light Standards a slip-fitter end mounting. Shafts shall be AASHTO M 223, Grade 50. Pipe shall be Horizontal luminaires shall attach to 2-inch pipe tenons on ASTM A 53, Grade B. Connection bolts shall meet the mast arms. Vertical mounted luminaires shall be appropriately requirements of AASHTO M 164. Galvanizing shall be in sized for their respective pole top tenons. The reflector of all ' accordance with AASHTO M III and M 232, luminaires shall be of a snapon design or shall he secured with screws. The reflector shall be manufactured of polished 9-29.6(7) Welding aluminum or molded from prismatically formed borosilicate Welding of steel structures shall be in accordance with glass. The refractor or flat lens shall be mounted in a door frame ' Section 1.4.2 of the Specifications for Structural Supports of assembly which shall be hinged to the lum naive and accurcd in Highway Signs, Luminaires and Traffic Signals, AASHTO the closed position to the luminaire by means of an automatic 1985. type latch. The refractor or flat lens and door frame assembly, when closed, shall exert pressure against a gasket seal. Gaskets ' 9-29.9 Ballast, Transformers shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. The Ballast for high pressure sodium vapor lamps shall be filter shall be charcoal with elastomer gasket. designed to properly operate the lamp specified. Ballasts for high Luminaires shall have a cast aluminum housing of the ' Pressure sodium vapor lamps except 1,000 watt lamps shall be of cobra head style with a glass ovate refractor. the magnetic regulator type providing for a plus or minus Page-SP-104 t Revision Date: January 20, 1992 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly The unit shall be to designed that a failure of any electronic marked on each luminaire. component will energize the lighting circuit. ' All luminaires shall have their internal components secured to the luminaim frame with stainless steel mounting hardware (nuts, bolts, washers, hinges, etc.). The stainless steel shall be A1SI, 300 aerie*, chrome-nickel grade. The luminaire slip-finer ' bolts shall be either stainless steel or hot-dip galvanized. The housing,complete with integral ballast, shall be weathertight. The socket mounting mechanism shall be sufficiently rigid . ' that upon application of a 2 pound bad in any direction on the light source center, the light source center will not deflect more than 1/16 inch. If sand-cast, the aluminum will be left in its natural finish, Unless ethemise noted _P the eentreet, ell eentralfi shag be ' or, if die-cast, the aluminum shall receive a painted aluminum finish. All luminaires shall be mounted level, both transverse and longitudinally, as measured across points specified by the &Raehed e tlief is a tii iber r9le, to �he !up of steel or aluminung manufacturer. beveling and orientation shall be accomplished after pose plumbing. Highway and decorative luminares shall (seethe-leMeeky- have slip-finers capable of adjusting through a 5 degree axis for The photo cell shall be a solid state device with stable the required leveling procedure. turn-on values in the temperature range of-55 degrees C to ' Refractors shall be formed from heat resistant, high impact, +70 degrees C. The photo cell shall be mounted externally molded borosilicatc glass. Flat lens shall be formed from heat on top of the luminaire. In a contactor controlled system, the resistant,high impact bornsilicate or tempered glass. photo cell to control the system shall be mounted on the The conductor entering the fixture shall have a temperature luminaire nearest to the service/contactor cabinet. The photo rating equal to or greater than the fixture manufacturer's cell shall be capable of switching "ON" 1,000 watts of recommendation. High temperature sleeving is an acceptable incandescent load as a minimum. method to achieve this. All luminaries shall be provided with markers for positive 9-29.12 Electrical Splice Materials ' identification of light source type and wattage. Marken shall be 3 inches square with Gothic bold, black 2-inch legend on colored background. Background color shall be gold for sodium, blue for 9-29.12(2) Traffic Signal Splice Material ' I mercury,and red for metal halide light sources. Legends shall be lead-in cable to loop wire or magnetometer sensing probe sealed with transparent film resistant to dust, weather, and splices shall be spany resin east i5pa i6h alser rig d molds as ultraviolet exposure. Legends shall correspond to the following noted in the Contract or as shown in the Standard Plans. codex ' 9-29.13 Traffic Signal Controllers Lamp Wattage Legend A controller shall consist of a complete electrical mechanism 70 7 for controlling the operations of traffic control signals including ' 100 10 the timing mechanism and all necessary auxiliary equipment, 150 Is mounted in a cabinet.The unit shall operate on 120 volt, 60 175 17 cycle, single phase alternating current and shall use the 200 20 power line frequency as a time base. The traffic signal 250 25 controller shall meet the requirements of the National 310 31 Electrical Manufacturers Association (NEMA) Standard 400 40 Publications. 700 70 Components such as resistors, capacitors, diodes and ' 0 75 1,00000 x1 transistors shall be individually replaceable utilizing approved standard soldering techniques. Intergrated circuits shall be mounted in sockets and shall be easily replaceable without ' 9-29.11 Control Equipment soldering. All components shall be standard "Off the shelf° items. 9-29.11(2) Photoelectric Controls The traffic signal controller shall be capable of Photoelectric controls shall be ■plug-in device, rated to interfacing with the Multisonic reel time, master computer. operate on 120 volts, 60 Hz. The unit shall consist of a light The controller shall be capable of both on-line operation sensitive element connected to necessary control rclays. bite-light (control by the multisonic master computer) and standby operation. The controller shall establish the sequence of ' Fy _ signal phases, including overlaps, in conformance with the coo-' signal phasing diagram on the plans. When operating either minimum limits _f, _d 9 r__. ___. _. in a fixed time mode or in a fully-actuated mode with volume density on each phase as required. All clearance timing and ' Page-SP-105 Revision Date: January 20, 1992 9-29 Illumination, Signals,Electrical pedestrian timing shall be accomplished at the local controller shall immediately take command of the signal ' intersection. displays at the beginning of artery greeeyellow. 6. Flash unit shall be a two circuit type, capable of ' 9-29.13(2) Flashing Operations switching bads up to 1000 watts per circuit All controllers shall be equipped for flashing operation of alternately at a rate of 60 flashes per minute per signal lights. Flashing operations, when required by railroad circuit, plus or minus two flashes per minute. pre-emption, flashing control, or other causes, shall be set for , flashing yellow lights on the main street or highway and for 9-29.13(3) Emergency Pre-emption flashing red on the cross street or streets, unless otherwise Immediately after a valid call has been received, the specified in the contract. During flash display all pedestrian pre-emption controls shall cause the signals to display the circuits shall be de-energized. required clearance intervals and subsequent pre-emption ' Actuated traffic signal control mechanisms shall be capable intervals. Preemption shall sequence as noted in the contract. of entry into flash operation and return to normal operation as Pre-emption equipment shall be installed so that internal wiring follows: of the controller, as normally furnished by the manufacturer, is , 1. Terminal Strip Input (Remote Flash). When called as not altered. Termination of the pre emptien se-quen" shall risee a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced indiesiers, return to normal operation consistent with the the pre••eexple9-phase, , requirements of the latest edition of the Manual on Emergency vehicle pre-emption shall be furnished either Uniform Traffic Control Devices. as separate units or as modules that plug directly into a rack 2. Police Panel Switch. When the flash-automatic switch wired to accept 3-M discriminator type units. The pre. located behind the police panel door is turned to the emption system operation shall be compatible with the 3M , flash position, the signals shall immediately revert to company "opticom" system which the City of Renton is flash; however, the controller shall "STOP TIME." currently using and shall be capable of being activated by the When the switch is placed on automatic, the signals same transmitters. , shall continue to flash for an additional 8 second flash When a pre-emption detector detects an emergency period. At the completion of the continued 8 second vehicle, the phase selector shall hold the controller in the flash period, unless otherwise specified, the controller required phase or advance directly to that phase after shall immediately resume normal cyclic operations at observing all vehicle clearances. The phase selector shall , the beginning of artery greenyellow. hold the controller in the phase selected until the detector no 3. Controller Cabinet Switches. When the flash-automatic longer detects the emergency vehicle. switch located inside the controller cabinet is placed in When the phase selector is responding to one detector, it the flash position, the signals shall immediately revert shall not respond to any other detector until calls from the ' to flash; however, the controller shall continue to fast detector are satisfied. Indicator lights shall indicate function. When the flash-automatic switch is placed in power on, signal being received, channel called. Switches the automatic position, the controller shall immediately shall control system power and simulate detector calls for resume normal cyclic operation at the beginning of the each phase. ' artery green. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the 9-29.13(4) Wiring Diagrams flash-automatic switch is in the automatic position and Schematic wiring diagrams of the controllers and auxiliary the controller on-off switch is placed in the OFF equipment shall be submitted at the time the controllers are ' position,the signals shall immediately revert to flash. delivered for testing or, if ordered by the Engineer, previous to 4. Power Interruption. On "NEMA" controllers any purchase. The diagram shall show in detail all circuits and parts. power interruption longer than 475 plus or minus The party shall be identified by name or number in a manner 25 milliseconds, signals shall re-energize consistent readily interpreted. The controller cabinet shall have a with No. 2 above to ensure an 8 second Rash period waterproof envelope with a side access attached to the inside prior to the start of artery green. A power interruption of the cabinet door. At the time of delivery the envelope shall , of less than 475 plus or minus 25 milliseconds shall not have four complete sets of schematics and manuals for all cause rescqucncing of the controller and the signal assemblies and sub-assemblies. displays shall re-energize without change. Type 9-19.13(6) Radio Interference Suppressors ' A cornell-dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. be requited. Additionally, all power supplies shall have noise immunity ' 5. Conflict Monitor. Upon sensing conflicting signals or from other devices within the cabinet. unsatisfactory operation voltages, the conflict monitor AD traffic signal controllers, flashers, or other shall immediately cause the signal to revert to flash; current-interrupting devices shall be equipped with radio however, the controller,shall stop time at the point of interference suppressors installed at the input power point. , conflict. After the conflict monitor has been reset, the Interference suppressors shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall Page-SP-106 , Revision Date: January 20, 1992 9-29 Illumination, Signals,Electrical ' provide a minimum attenuation of 50 decibels over a frequency The controller shall provide for setting each timing range of 200 kilocycles to 75 megacycles when used in interval by means of positively calibrated settings. The timing ' connection with normal installations, functions shall be on the front of the controller unit or shall The interference filters furnished shall be hermetically have keyboard entry and liquid crystal display. For the scaled in a substantial metal case filled with a suitable insulating standby operation, the traffic signal controller shall include compound.Terminals shall be nickel plated, 10-24 brass studs of all circuitry required to provide all timing and all functions sufficient external length to provide space to connect two for signal operation in a fully-actuated mode. Standby No. g AWG wires, and shall be so mounted that they cannot be operation shall automatically occur upon opening of turned in the cue. interconnect lines, failure of central master computer, or Ungrounded terminals shall be insulated from each other when specified by the master. The standby operation shall ' and shall maintain a surface leakage distance of not leas than follow and be coincidental in phase to that phase being 1/4 inch between any exposed current conductor and any other displayed at the start of standby operation. Transfer from metallic parts with an insulation factor of 100-200 megohms computer supervision shall not call up a starting yellow. dependent on external circuit conditions. ' Suppressors shall be designed for operations on 50 amperes, 9-29.13(7)A Environmental, Performance and Test 125 volts, 60 cycles, single wire circuits, and shall meet Standards for Solid-State standards of the Underwriters' Laboratories and the Radio Traffic Controllers Manufacturers Association. The scope of this specification includes the controller assembly of solid-state design installed on local intersections. 9-29.13(7) Traffic-Actuated Controllers The controller assembly includes the weather-proof cabinet, Traffic-actuated controllers shall be electronic devices controller unit, load switches, signal conflict monitoring ' which, when connected to traffic detectors or other means of circuitry, accessory logic circuitry, AC line filters, vehicle actuation, or both, shall operate the electrical traffic signal detectors,coordination equipment and interface, and pre-emption system at one or more intersections. equipment. The control assembly shall meet or exceed NEMA ' All solid-state electronic traffic-actuated controllers and their Environmental Standards and Tut Procedures. Normal operation supplemental devices shall employ digital timing methods. will be required while the control assembly is subjected to any The traffic signal control equipment, unless otherwise combination of high and low environmental limits (i.e. low permitted in the contract, must specifically conform to current voltage at high temperature with high repetition noise transients). ' NEMA specifications. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop toted to the satisfaction of the Actuated traffic signal controllers shall be $-phase control Engineer. Testing and checkout of all timing circuits, units. Volume-density timing features shall be provided on all phasing and signal operation shall be at the City of Renton controllers. Signal Shop, Renton, Washington. The Signal Shop will E%-er5 pin r neeTing plug -`-14 beotilized asmake space available to the contractor for the required test demonstrations. The contractor shall assemble the cabinet identified as -spare" of "fula e" a! aB remain amused. Go � elier and related signal control equipment ready for toting. A between PIEMA eemroHers of an) &"d a!-! complete demonstration by the contractor of all integrated components satisfactorily functioning shall start the test inte' bil iH period. Any malfunction shall stop the test period until all Wig; parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been mantegt demonstrated. The demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any responsibility relative to the ' inekiied of a e lsp� proper functioning of all aforestated control gear when field installed. 9-29.13(7)S Auxiliary Equipment for Traffic ' s that san be vie�ed Actuated Controllers Furnished aiih Type 470_e� eemiraiiers BIMA proN do a "Bifflulta"08"s gap out- Rashers, Aagh triiesf� Mays, load switehes, breal t s, r__ panel switches sha-11 All timing functions and input and output features for ' fully-actuated, volume-density operation shall be provided in accordance with NEMA standards. 14, ' Page-SP-107 Revision Date: January 20, 1992 1 9-29 Illumination, Signals, Electrical Power Switches common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. There shall be a main power switch inside the cabinet ' that shall render all control equipment electrically dead when Computer Interface Unit turned off. There shall be a controller power switch that shall render the controller and load switching devices Interface communication devices shall be designed as electrically dead while maintaining flashing operation for separate units or as modules that plug directly into the ' purposes of changing controllers or bad switching devices. controller case. The communication devices shall be used for on-line computer control of the intersection and shall be Stop Time Bypass Switch capable of transmitting all detector and signal status information and receiving and decoding command ' There shall be a switch in the cabinet identified as the information from the computer all in conformance and within stop time bypass switch. If the intersection is placed on the capability of the multisonic master computer unit and the flashing operation either by the flash switch or the fail safe interconnect cables. ' monitor, the controller shall immediately stop time. The strip The following auxiliary equipment shall be furnished and time bypass switch shall remove stop time from the controller installed in each cabinet for NEMA traffic-actuated controllers: and permit normal cycling operation while the intersection 1. A solid-state Type 3 NEMA flasher with flash-transfer remains in flashing operation. relay which will cut in the flasher and isolate the ' controller from fight circuits. See Section 9'29.13(2) DETECTOR test switch for operational requirements- 2. Solid-state load switches of sufficient number to Each vehicle and pedestrian phase shall have a provide for each vehicle phase (including future phases ' momentary (spring return) detector test switch. When if shown in the plans), each pedestrian phase and depressed, the switch shall place a call on its respective signal preemption sequence indicated in the contract. Type phase. P&R cabinets shall include a fully wired 16 position back panel. Solid-state load switches shall conform to ' The convenience outlet and lamp socket NEMA standards except only optically isolated load switches will be allowed. Load switches shall include A convenience outlet protected with a ground fault indicator lights on the input circuits. ' interrupter and an incandescent lamp socket shall be 3. A power panel with: furnished in the main cabinet. A door switch for the lamp a. A control-display breaker sized to provide shall be provided. THIS circuit shall be protected by a 125 percent overload protection for all control circuit breaker rated at 20 amps. equipment and signal displays, 30 ampere , minimum. Fail Safe Unit b. A 20 ampere accessory breaker wired parallel to the control-display breaker. The breaker will carry Fail safe unit shall meet the NEMA-PLUS specifications accessory loads, including vent fan, cabinet light, ' and shall monitor both the positive and negative portions of plug receptacle, etc. the A.C. sine wave for all green, amber and pedestrian walk c. A busbar isolated from ground and unfused for the indications. The duration of a display of conflicting neutral side of power supply. ' indications shall not be long enough to be visible to motorists d. A radio interference suppressor to the output side or pedestrians before the monitor initiates flashing operation. of the control-display breaker. See There shall be a visual indication that the monitor has Section 9-29.13(6) for other requirements. preempted normal operation. e. A transient voltage protection device connected to ' the controller power circuit for protection against Surge Protector(Lizhtinz Arrester) voltage abnormalities of less than 112 cycle duration. The protector shall be a solid-state high The controller shall have an input voltage surge energy circuit containing no spark gap, gas tube, ' protector that shall protect the controller input from any or bar component. No degradable component shall voltage surges that could damage the controller or any of its be used. The current rating of the device shall be components. 15 amps. min It shall meet U.L. ' standard 1"9 and shall provide protection Feld Wiring Terminal between neutral to CND., and line to GND., as well as line to neutral. There shall be a terminal strip for field wiring in the f. Cabinet ground busbar independent (150K ohms , controller cabinet. The terminals shall be numbered in minimum)of neutral. accordance with the schematic wiring diagram on the plans. 4. A police panel located behind the police panel door If a different numbering system is used for the cabinet with a flash-automatic switch and a control-display ' wiring, then both numbers shall label each terminal and the power line on-off switch. See Section 9-29.13(2) for cabinet wiring schematic drawing shall include the field operational requirements. wiring numbers where the terminal strip is illustrated. A Page-SP-108 ' Revision Date: January 20, 1992 Illumination,Signals,Electrical 5. An auxiliary control panel located inside the controller marked with the phase number and plan loop cabinet with a flash-automatic switch and a controller number. All panel markings shall be permanent. ' on-off switch. See Section 9-29.13(2) for operational Pressure sensitive tapes will not be allowed. requirements. A three wire 15 ampere plug receptacle 8. Insulated terminal blocks of sufficient number to with grounding contact and 20 ampere ground fault provide a termination for all field wiring. A minimum interrupter shall also be provided on the panel. of 12 spare terminals shall be provided. Terminal ' 6. A conflict monitor conforming to NEMA standards. blocks shall be 600 volt, heavy duty, barrier type, See Section 9-29.13(2) for operational requirements. except loop detector lead-ins which may be 300 volt. The unit shall monitor conflicting signal indications at Each terminal shall be provided with a field-side and the field connection terminals. The unit shall be wired a control-side connector separated by a marker strip. in a manner such that the signal will revert to flash if The marker strip shall bur the circuit number indicated the conflict monitor is removed from service. in the plans and shall be engraved. Each connector Supplemental loads not to exceed 10 watts per shall be ■screw type with No. 10 post capable of monitored circuit or other means, shall be provided to accepting no less than th a No. 12 AWG wires fined prevent conflict monitor actuation caused by dimming with spade tips. or lamp burnout. Supplemental loads shall be installed 9. A vent fan with adjustable thermostat. The minimum on the control side of the field terminals. Conflict CFM rating of the fan shall exceed three times the monitors shall include a minimum of one indicator fight cabinet volume. for each phase used. The monitoring capacity of the 10. An incandescent or fluorescent interior cabinet light unit shall be compatible with the controller frame size. mounted at the top of the enclosure with door switch to Conflict monitors shall include a program card. automatically energize when the door opens. The light ' 7. A display and detection panel showing signal shall be installed a minimum of 12 inches from the vent indications and providing detection inputs. The fan thermostat. The switch shall be labeled `light." interSmtion panel shall depict the general 11. All wiring within the cabinet, exclusive of wiring ' interSection layout, street names, phase and overlap installed by the signal controller manufacturer, shall identification and north arrow. Appropriately colored have insulation conforming to the requirements of incandescent indicator lamps for each red, amber, Section 9-29.3. Cabinet wiring shall be trimmed to green, walk and don't walk for every phase and eliminate all slack and shall be laced or bound together ' overlap shall be provided. The locations of the display with nylon wraps or equivalent. All terminals, lamps on the panel shall simulate the field locations of exclusive of field terminals, shall be numbered and associated signal displays. The interScetion display permanently identified consistent with the cabinet lamps shall be wired to appropriate field wire wiring diagram provided by the signal controller terminals. The panel shall be located on the inner side manufacturer. The cabinet will be completely wired so of the door. Detector switches with separate operate, that the only requirement to make a field location Lest, and off positions shall be provided for each field completely operational is to attach field power and ' detector input circuit as part of the panel. A display ground wiring. Internal cabinet wiring shall not utilize . lamp will be provided for each switch and will the field side connections of the terminal strip intended illuminate upon vehicle, pedestrian, or test switch for termination of field wires. actuation. The test switch shall provide a spring loaded 12. One reproducible mylar or two microfilms and four ' momentary contact that will place a call into the copies of the cabinet wiring diagram and component controller. When in the OFF position, respective wiring diagrams shall be furnished with each cabinet. detector circuits will be disconnected. In the operate Each cabinet shall be equipped with a plastic envelope position, each respective detector circuit shall operate to house one or more cabinet wiring diagrams. The ' normally. cabinet wiring diagram shall indicate and identify all Switches shall be provided on the panel with labels wire terminations, all plug connectors, and the and functions as follows: locations of all equipment in the cabinet. Included in ' a. Display on - Signal indicator lamps will display the diagram shall be an interSection sketch identifying the exact operation of the intersection. Detector all heads, detectors, and push buttons; and a signal display lamps will operate consistent with their sequence chart. separate switches. 13. Each vehicle detector amplifier, pedestrian call b. Test - All signal indicator lamps shall be isolation unit, phase selector, and bad switch shall be energized. identified with semi-permanent stick-on type label. The c. Display off - All signal indicator lamps and following information shall be included: detector indicator lamps shall be de-energized. a. Vehicle Detector Amplifier Channel ' The display and detection panel shall include 1. Loop number an approved means of disconnecting all wiring 2. Assigned phase(s) entering the panel. The display disconnect shall b. Pod Call Isolation Unit include a means to jumper detection calls when the 1. Push button number display panel is disconnected. All switches on the 2. Assigned phase(s) panel shall be marked with its associated phase a Load Switches number. Vehicle detection switches shall be 1. Signal head number ' Page-SP-109 Revision Date: January 20, 1992 1 9-29 Illumination, Signals, Electrical 2. Assigned phase(s) filter, secured in placed with a spring loaded ' d. Phase Selectors framework. 1. Circuit Letter 5. The cabinet door shall be provided with: 2. Phase(s)called a. A spring loaded construction core lock capable of ' The label shall be placed on the face of the unit. It accepting a Best CX series core installed by shall not block any switch, light, or operational words others. Cast cabinets shall have an approved one on the unit. The lettering on this label shall be neat, point positive latch. Formed cabinw shall have ' legible, and easily read from a distance of a three point latch. approximately 6 feet. b. A police panel door with a stainless steel hinge pin The following requirements apply to auxiliary equipment and a lock. Two police keys with shafts furnished with Type 170 controller cabinets: a minimum of 1 314 inch long shall be provided ' Flashers, flash transfer relays, load switches, breakers, with each cabinet. buses, police panel switches, receptacle requirements, vent Inside the police panel there shall be a signal fan requirements, and auxiliary control panel switches shall on-off switch which shall prohibit any signal conform to requirements noted in FHWA publication display in the field but will allow the control ' IP-78-16. equipment to operate when placed in the "off' Flashing operation-shall conform to Section 9-29.13(2), position. A second switch shall be the auto- except the 8-second flash period described in Item 2 of that flash switch. When placed in the "(lash" ' section will not be required. Emergency pre-emption shall position, controller power shall remain on and conform to Section 9-29.13(3). coat-roller shall stop time dependent on switch Radio interference suppressor requirements as noted in setting on the auxiliary panel described later. 3d above,transient voltage protections as noted in 3e above, c. Both main door and police panel door shall have , display panel requirements as noted in 7 above, terminal one piece,closed cell, neoprene gaskets. blocks as noted in 8 above, cabinet light as noted in d. A two position door stop assembly. 10 above, cabinet wiring as noted in 11 above, wiring 6. Painting requirements shall be as specified in diagram requirements as noted in 12 above, and equipment Section 8-10,11,11. , labeling as noted in 13 above, shall apply. The detector panel shall conform to details in the Plans. The conflict monitor conforming to FHWA publication The input panel terminal blocks TB^_through TB9 and ' IP-78-16 shall be provided complete with supplemental loads associated cable to the input files as described in FH%kFA as noted in 6 above. IP-78-16, Chapters 11 and 12 shall be furnished. The alternate raceway specified in Chapter 18 will not be 9-29.13(7)D Controller Cabinets allowed. Each door shall be furnished with a construction ' Each traffic-actuated NEMA controller shall be housed in core lock conforming to 5a above. a weatherproof cabinet conforming to the following The cabinet shall be aluminum with an anodized finish. requirements: The cabinet shall include a print rollout drawer 1. mounted below the input file and above the power ' alumiaue" onstruction shall be of 0.073-inch distribution assembly. minimum thickness Type 304 stainless steel, 0.125- inch minimum thickness clear anodized sheet 9-29.16 Vehicular Signal Heads , aluminum,or cast aluminum.2. The cabinet shall contain shelving, brackets, racks, Each signal head shall be of the adjustable, vertical type etc., to support the controller and auxiliary equipment. with the number and type of lights detailed in the contract; shall All equipment shall set squarely on shelves or be Provide a fight indication in one direction only; shall be , mounted in racks and shall be removable without adjustable through 360 degrees about a vertical axis;and shall be turning, tilting, or rotating or relocating one device to mounted at the location and in the manner shown in the plans. remove another. Except for optically programmed signal heads, all vehicular 3. The cabinet shall be of adequate size to properly house signal heads at any one intersection shall be of the Same make ' the controller and all required appurtenances and and type. auxiliary equipment in an upright position with Vehicular signal heads shall have 12 inch lens sizes a clearance of at least 3 inches from the vent fan and unless shown otherwise on the signal plans. Vehicular signal filter to allow for proper air flow. In no case shall more head housings shall consist of separate sections and be ' than 70 percent of the cabinet volume be used. There expandable type for vertical mounting. Leas shall be glass shall be at least a 2 inch clearance between shelf and meet I.T.E. Specifications for light output. Reflectors mounted equipment and the cabinet wall or equipment shall be alzatc. Each signal head shall have a 1/4 inch drain ' mounted on the cabinet wall. hole in its base. 4 The __b:__. shag _ _ an airintake %__ Vehicle signal heads shall be cast aluminum. disposable Mier. Thacabinet shall have an air'intake Aft signal heads shall include a back plate 5 inch square vent on the lower half of the main door, with a 12 cut border. Signal heads, including outside of visors and , inch by 16 inch by 1 inch removable throw-away back of back plates shall be finished with two coats or factory-applied traffic signal yellow baked enamel. The Page-SP-110 ' Revision Date: January 20, 1992 ' 9-29 Illumination,Signals,Electrical ' inside of the visors and front of back plates shall be finished The objective lens shall be a high resolution planar with two coats of factory-applied flat black enamel. incremental lens hermetically seated within a flat laminant of Mounting hardware will provide for a rigid connection weather resistant acrylic or approved equal. The lens shall be between the signal head and mast arm. All mounting symmetrical in outline and may be rotated to any 90 degrees ' hardware will be of the top-mount plumbizer type as shown orientation about the optical axis without displacing the primary on the standard plans, unless specified otherwise on the image. plans. The optical system shall accommodate projection of diverse, ' Position of the signal heads shall be boated as close as selected indicia to separate portions of the roadway such that possible to the center of the lanes. Signal heads shall be only one indication will be simultaneously apparent to any viewer mounted on the mast arm such that the red indicators He in after optically limiting procedures have been accomplished. The the same plane and such that the bottom of the housing of a projected indication shall conform to ITE transmittance and ' signal head shall not be less than 16 feet 6 inches nor more chromaticity standards. than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting 9-29.16(2)A Optical Units hardware shall be stainless steel. The optical unit shall consist of a lens, a reflector, a lamp ' holder, and a traffic signal lamp visible to the traffic to be 9-29.16(1) Optically Programmed, Adjustable Face, controlled at all distances from 10 feet to 500 feet under all light 12 inch Traffic Signal and traffic conditions except dense fog. ' Eight inch conventional signals shall employ a 67 to 69 watt 9-29.16(1)A Optical System traffic signal lamp rated for 1304-26 volt operation, 595 minimum Eight-inch conventional signals shall employ a 67 to 69 initial lumen, 665 rated initial lumen, 8,000-hour minimum, watt traffic signal lamp rated for-1-20 130 volt operation, 595 2 7/16rmch light center length, A-21 bulb, medium base, clear ' minimum initial lumen, 665 rated initial lumen, 8,000 hour traffic signal lamp. Twelve inch traffic signal heads require min., 2-7/16 inch fight center length, A-21 bulb, medium 120 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated base, clear traffic signal lamp. Twelve inch traffic signal initial lumen clear traffic signal lamps with a 3-inch light center ' heads require 420-130 volt, 165 watt, 1,750 minimum initial length, 8,000 hour minimum rated life, P-25 bulb and medium lumen, 1950 rated initial lumen clear traffic signal lamps with base. Bulbs shall be installed with the opening between the a 3-inch light center length, 8,000 hour min. rated life, P-25 filament ends up. bulb and medium base. Bulbs shall be installed with the Lenses shall be glass of the color indicated, circular in opening between the filament ends up. shape, with a visible diameter- of either 8 or 12 inches, as Lenses shall be glass, of the color indicated, circular in specified in the contract, and of such design as to give an shape, with a visible diameter of either 8 or 12 inches, as outward and downward distribution of light with a minimum specified in the contract, and of such design as to give an above the horizontal. The lenses shall be standard red, amber, ' outward and downward distribution of light with a minimum and green,8 3/8-inch or 12-inch prismed traffic signal lenses and above the horizontal. The lenses shall be standard red, shall conform to the specifications of ITE Standards (Standards amber,and green, 8-3/8-inch or 12-inch prismed traffic signal for Adjustable Face Vehicle Traffic Control Signal Heads, ' lenses and shall conform to the specifications of ITE 1977 edition). The lens shall fit into a neoprene gasket in Standards (Standards for Adjustable Face Vehicle Traffic a manner to render the interior of the lens and reflector weather Control Signal Heads, 1977 edition). The leas shall fit into a and dust-tight. The lens and gasket shall be secured to the door neoprene gasket in a manner to render the interior of the lens with four noncorrosive lens clips. and reflector weather and dust-tight. The lens and gasket The reflector shall be one piece, Alzak aluminum shall be secured to the door with four noncorrosive lens clips. conforming to ITE Standards. The components of the optical system shall comprise: The lamp holder shall be of weatherproof molded 1. Lamp; construction, immune to the operating temperatures inthe unit, 2. Lamp Collar; of the vibration proof type, and shall be substantially supported 3. Optical Limiter-Diffuser; independent of the reflector. The socket shall have 4. Objective bens. a heat-resistant, moisture and weatherproof molded phenolic The lamp shall be nominal 150 watt, 120 volt AC, three housing and be designed to accommodate a 67 to 69 watt, prong, sealed beam having an integral reflector with stippled 2 7/16-inch focal length traffic signal lamp for 8-inch signals and cover and an avenge rated life of at least 6,000 hours. The lamp accommodate a 165 wan nominal 3-inch focal length traffic shall be coupled to the diffusing element with a collar including signal lamp for 12-inch signals, and to physically position the ' ■specular inner surface. The diffusing element may be discrete filament of the Lamp at the exact focal point of the reflector so or integral with the convex surface of the optical limiter. that accurate focus will always be obtained. The lamp holder The optical limiter shall provide an accessible imaging shall be designed so that it can be easily rotated and positively surface at focus on the optical axis for objects 900 to 1,200 feet positioned to provide lamp filament orientation without affecting distant, and permit an effective veiling mask to be variously the lamp focus. The lamp holder shall be designed so that it will applied as determined by the desired visibility zone. The optical be seated against the reflector from the back side. There shall be limiter shall be provided with positive indexing means and a weather and dust-tight gasket between the lamp holder and ' composed of heat-resistant glass. reflector. The inner brass of the lamp holder shall have a lamp grip to prevent the lamp from working loose due to vibration. Page-SP-111 ' Revision Date: January 20, 1992 9-29 Illumination, Signals, Electrical There shall be a minimum clearance between the lamp holder terminal block shall have sufficient studs to terminate all field ' and back of body housing of 1/2 inch. The lamp holder shall be wires and lamp wires independently to the block with separate provided with two wires of sufficient length to be connected to screws. The terminals to which field wires arc attached shall be the terminal block specified below. permanently identified to facilitate field work. The optical unit shall be designed to prevent any Each lens shall be protected with a removable visor of objectionable reflection of the sun's Lays even at tines of the day polycarbonate plastic of the tunnel type, unless specified when the sun may shine directly into the lens. When the door of otherwise in the contract. Visors shall have attaching ears for the optical unit is closed, all joints in the assembly between the installation to the housing doom. Conventional signal heads shall ' interior and exterior of the reflector shall be closed against have square doors. suitable neoprene gaskets in order that the units shall be weather and dust-light. 9-29.16(2)C Louvered Visors ' Where noted in the Contract, louvered tunnel visor shall be 9-29.16(2)B Signal Housing furnished and installed. Directional louver shall be constructed Each Was shall be protected with a removable aluminium to have a snug fit in the signal visor. The outside cylinder shall visor of the tunnel type, unless specified otherwise in the be constructed of aluminumpal)easbeaals plas6e, and the ' contract. Visors shall have attaching ears for installation to louvers shall be constructed of anodized aluminum painted Ilat the housing doors. Conventional signal heads shag have black. Dimensions and arrangement of louvers shall be as shown square doors. in the contract. The signal head housing, or case, shall consist of an ' assembly of separate sections, expansible type for vertical 9-29.16(2)D Back Plates mounting, substantially secured together in a weathertight Where neied ii il e Gentraoi, bBack plates shall be manner to form a unit of pleasing appearance. Each section shall furnished and attached to the signal heads. Back plates shall be , house an individual optical unit. constructed of anodized, 3-S half-hard aluminum sheet, Each section shall be complete with a one-piece, 0.058-inch minimum thickness, corrosion-resistant aluminum alloy die cast door and shall have wgh 5-incb square cut border. a nominal 8-inch or 12-inch diameter opening for the lens. Each , door shall be of the hinged type having two integrally cast hinge 9-29.16(2)E Painting Signal Heads lugs and latch jaw. The door shall be attached to the housing by Traffic signal heads, including outside of visors and back of means of two noncorrosive, stainless steel hinge pins that are back plates, shall be finished with two coats of factory applied removable without the use of a special press or tool. traffic signal green yellow baked enamel. The inside of visors, , A noncorrosive, stainless steel, threaded latch bolt and matching front of back plates, and louvers shall be finished with two coats wing nut shall provide for opening and closing the door without of flat black enamel. the use of any special tools. Each door shall have a cellular ' neoprene gasket around the entire outer edge of the door, which, when the door is closed, shall make a positive weather and dust-tight scat. Each door shall have four tapped holes spaced about the circumference of the lens opening with four areeifieelly identified in the eentraet. 3A49 the exeeption ef tep ' noncorrosive screws to accommodate the signal head visors. Each door shall have some device such as washers, clips, or keys, or be constructed so as to keep it from dismounting from the housing accidentally when it is open. ' The body of each signal section shall consist of a one piece 9 29.16(3)A 8 ineh: 128,'j ea.-bo ate—Traffic- Signal corrosion resistant, die cast aluminum alloy. Each section shall lileft have serrated rings top and bottom so when used with proper ' brackw, each section may be adjustable in respect to an adjoining section, and the hangers may be locked securely to prevent moving. Cast integrally with the housing shall be two hinge lugs and one latch jaw. The by and bottom of the housing , shall have an opening to accommodate standard 1 1/2-inch pipe Shaw be of the fimed keus type for 67 to 69 me14 bulbs. The brackets.The sections shall be so designed that when assembled, they interlock with one another forming one continuous weathenight unit. The sections shall be interchangeable and shall ' be dust and weathcrtight when assembled with the door and be used with slandaro signal head meuntiiig ii�mserim The appropriate furnished hardware. . A terminal block of an approved type shall be mounted inside at the back of the housing. All sockets shall be so wired 9-29-16(3)B 12 ineh Palyearbonate Traffie c' that a white wire will be connected to the shell of the socket and #leads a wire,the color of the lens, to the bottom, or end terminal of the socket. These win shall in turn be connected to the terminal ameep ' block mounted in the housing, in the proper manner. The Page-SP-112 Revision Date: January 20, 1992 , ' 9-29 Illumination, Signals, Electrical apiteal s5siem shall be designed fee a 1950 Lumen ireffie s gn&l installed %%kh Type 170 eenirals 9holl eoilofai-4&-444" E. Hot asphalt used for bop detector sealant shall conform to 9-29.17 Signal Head]Mounting Brackets and Fittings Section 9-02.1(8). other sealant sptcWwd in the contract plans, specifications, or details shall meet or exceed Vehicle and pedestrian signal head mountings shall be as manufacturer specifications. detailed in the Standard Plans. Material requirements for signal Induction loop amplifiers installed with NEMA controls head mounts are as follows: shall conform to current NEMA specifications. Amplifiers ' installed with Type 170 controls shall conform to FHWA Aluminum publication IP-78-16. 1. Hinge fittings for Type E mount. When required in the contract, amplifier units shall be ' 2. Arms and slotted tube fittings for Type N mount. provided with supplemental tuning features identified as follows: 3. Plumbizer, tapered adjustment washers and flange 1. Delay Timing-When delay timing is required, the unit adaptor fittings for Type M mount. The plumbizer shall delay detector output for up to 15 seconds shall be cast from tenzalloy AAA No. 713. minimum, settable in one second maximum intervals. t 4. Tube clamp and female clamp assembly for Type 2. Delay Timing with Gate - When delay timing with gate N mount. is required, the unit shall provide delay liming features Bronze as noted above with the additional capability of 1. Terminal compartments for Type A, B, C, F, H, inhibiting delay liming when an external signal is and K mounts. applied. 2. Collars for Type C, D, and F mounts. 3. Extension Tuning - When extension timing is required, 3. Ell fittings for Type L and LE mounts. the unit shall extend the detector output for up to ' 4. Messenger hanger and wive entrance fittings for 7 seconds minimum, senable in 0.5 second minimum Type P, Q, R, and S mounts. intervals. 5. Balance adjuster for Type Q, R, and S mounts. 4. Delay and Extension Timing with Gate - When delay Galvanized Steel and extension timing with gate is required, the unit ' 1. Washers for Type A, B, C, D, F, H, and K shall provide both delay and extension timing features mounts. as noted above with the additional capability of 2. Fasteners for Type A. B, E, H,and K mounts. inhibiting delay while enabling extension upon Stainless Steel application of an external signal. Without external 1. All set screws and cotter Keys. signal, the unit shall inhibit extension and enable delay. 2. Bands for Type N mount. 3. Hinge pins for Type E mount. 9-29.20 Pedestrian Signal 4. Bolts, nuts and washers for Type M mount.5. Bolt, nut and washers for Type L mount. Pedestrian signals shall be eiNter-a+eandeseertt-er neon-grid 6. Bolts, nuts,washers,and screw buckle swivels. type, or other types as specified the contract. Pedestrian ls shall conform to ITE Standards (Standard far Adjustable Steel signa ' 1. Center pipes, nipples, elbow and lee fittings for Face Pedestrian Signal Heads, 1975).- - - Type A, 8, C. F, and K mounts. 2. Multi-head mounting assemblies and spider 6 ,,_„ _,_-- ,-_rr_ signal tram- rated fer ,;„. -, _ h shall be rated 1280 inkdal !a assemblies for Type Q, R,and S mounts. ' ' 3. Nipples for Type L, LE, P, Q,R,and S mounts. 2 7116 ineh ht eeniet '---•v • „ bulb. All pedestrian signals supplied to any one project shall be F.4•-_- for Type M and .l mounts -hall be -._„_, from the same manufacturer andrtype but need not be from the unpainted. All ether hardware for ather mounts shall be painted same manufacturer as the vehicle heads. with two coats of factory applied traffic signal Federal yellow Ward. . Symbol messages, when Pisa great baked for enamel.r messenger hanger fittings shall be a minimum of specified, shall be a minimum of 12 inches high and 7 inches in P fo I/2 inch N width diameter. Housings shall be die-cast aluminum and shall be painted r Terminal compartments12sec for termTypinal A,block. . F, H, and K with two coats of factory applied traffic signal yelbwgreee mounts chap contain a 12 section terminal block. enamel. ' Neon grid pedestrian heads shall be solid state type and 9-29.18 Vehicle Detector shall be supplied with Z crate visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. The unit 9-29.18(1) Induction Loop Detectors shall be 1 112 inches deep. Members shall be constructed of Detector amplifiers shall be Detector Systems model 0.030-inch thick black polycarbonatc plastic. 810A or equal. Induction bop amplifiers installed with NEMA controls ' shall conform to current NEMA specifications. Amplifiers Page-SP-113 ' Revision Date: January 20, 1992 1 9-29 Illumination, Signals, Electrical 9-29.20(2) Neon Grid Type tungsten Awereseem and Mereuitj a ' All neon grid heads shall be equipped with Z crate visors made of polyearbonate plastic designed to eliminate sun ' phantom. Neon tubing shall be enclosed and shockmounted inside a rugged plastic module. , A eembine6en am tehjf�qe holder shall be Fixish.._A-- -' Transformers shail Pie, We reeessed seeeiidan tPHIA-t.. ..Rd !2 rage sheet @wel. T-�Ve G awei esb-et&�� The pedestrian signal shall have a solid state message Where aluminum efibinets am allowed vWj If ' module, electronic ballast, no external transformer, and operate at 30 watts. 6OU of%oldin> The heads shall display two symbol messages, "hand" AU dmd front panels imMUM m.3 1 ' (for the do not walk mode) in Portland orange and "Man" (for the walk mode) in lunar white. The message module - shall consist of two neon gas tubes enclosed in a housing made , of polycarbonate plastic. The lens material shall be ' polycarbonate plastic. The visors shall be flat black in color. 9-29.24 Service Cabinets ' The signal/street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall regian. t be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no heitaffi_ ' screws, rivets or bolts shall he visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight 9-29.24(1) Painting ' gaskets. The cabinet door shall have a one piece weather The finish coat shall be a factory baked on enamel light proof neoprene gasket, grey in color. The galvanized surface shall be etched before I"adiiiien te the "''uireffienks far_ the baked on enamel is applied. The interior shall be given a t finish coat of exterior grade of white metal enamel. ,"_ _- —.._1 _.._A..-.--- L __ bars, A A uet8f _ ______ .. tefnimia! Painting shall be done in conformance with the provisions of shall be -"rr-.. Goidauter ................ ..h..,, ...-zn.,e,--.-..�� Section 5-20.3(12). XHIP" USE __eta -_A n --_ '__ _"LY...: I r'n�m Type � . if field larger .L-_ ihai U.L he 'JW v and -_... ........ v.. _.wpW m eeniaelers fel4a% mg sehedule! saeonj-C"f.have rain tight eabinel -ems m 64 sereeng at the�"`V` Fleetrieft! code ampeek5 tables fe, Ot more than ihf� T76 rd Gem. k0umide eril)) �1}F %-O"ts shall be ga9ketshall ' 9-29.24(2) Electrical Circuit Breakers and Contactors The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The et. ' following equipment shall be featured within the cabin Page-SP-114 Revision Date: January 20, 1992 ' 9-30 Water Distribution Materials 1. Main circuit breaker 2- ' 2. Branch circuit breakers 3. U"ty plug(120 volt-20 Amp rated)G.F.I.Type >;.dtk 4. Light control test switch (120 volt-15 Amp) S. Contactor relay for each circuit' 'aie.l,w 6. Double pole branch breaker(s)for lighting circuits (240 volt) 7. One 120 volt,20 Amp single pole branch breaker (for utility b "'" 1.. wee {'g""`fO° plugs) �+if*nege 12 @l ee 19 "alvos 19 1 Aoe S. Type 3-single phase 120/240 volt grounded neutral service ' 9. One 120 volt 40 Amp single pole branch breaker (signal 3. Cabinet doors shall be gasketed with a one-piece closed service) cell neoprene gasket and shall have a stainless steel 10. Complete provisions for 16 breaker poles piano hinge. The door shall also be pre ided hoh 11. Name plates phenolic black with while engraving except the a spring leaded ee ' main breaker which shall be red with white lettering. All oeee ling----a Best G;X-seFies eom, The lo_ekinF name plates shall be attached by S.S.screws. 12. Meter base sections are umececsary meehanism shall pre- do a tapered beh, 4 . 3 . lifie, or 2:;:; ek Majeirnum 610 is lout a! eliage fer tungsten �Mmsr-mar ea,---— shall prey do a 9 oilaepe ineh and baiiasied lamp lead on n"nnn,-1.all 7. One spare 12 position terminal block shall be installed ' !+he .._t e r__ hinge_ than „:; ,♦.._ eifeb' _a __- ____ in each terminal cabinet and amplifier cabinet. f ei we,i- ' shall equala., _ ___d the ra _ __♦_ .L_ ___ _ _. TL_ __,_V 9. Mounting shall be as noted in the contract. Oka!! he rated r__ _ Interconnect splice lower cabinets shall be Type F, with The an _hall h_.._ _ Melded __ sash._-'_ _ , r__ nominal dimensions of 22" high x 13" wide x 11" deep and „n s� .� TL_ ___ _ _ alai _ __ _ iiI __ constructed of cast aluminum and fitted with a Best internal ' and slat be L..�..♦'_.. salad•The L_l l_f tads _L_I L_ kk k. E 9-30 Water Distribution Materials 1 ee d-6. app e«e4, /`:__..:. L , efs .._hall be 249 _ 2Y-1 .elk _. — fated (__ ....,...�.,,12�-, .ie_ h eh_. _- is --- --ll- and - 9-30.1 Ape 9.30.10) Ductile Iron Ape 1. Ductile iron pipe shall be centrifugally cast in 18 foot 4,999' _l, be L _ . _ nominal lengths conforming to AWWA C151 and shall r .. .. �Y have a cement-mortar lining conforming to AWV,'A 9-29.25 Amplifier, Transformer, and Terminal C104. Rweti]e iron pipe to be joined "sing belted Cabinets n__ged ♦ L_11 be C♦__J _d TL 1 Class59 All ether ductile iron pipe shall be Standard Thickness The pole mounted terminal box shall be made of molded Class 5236 or the thickness class as shown in the Plans. fiberglass, be grey in color, be approximately 16" high x 13- 2. Non-restrained joints shall be rubber gasket, push-on 7/8" wide x 5-7/8" deep and have a minimum of 16 terminals type, or mechanical conforming to AWWA CI I L ' on the terminal blocks. The box shall be weather tight, have 3. Restrained joints shall be as specified in the Special a single door with continuous hinge on one side and screw Provisions or as shown in the Plans. hold downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel 9-30.2 Fittings ' and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, harrier type. Each terminal shall be separated by a marker strip. The 9-30.2(7) Transition Reducing and Flexible ' marker strip shall be permanently marked with the circuit Couplings number indicated in the Plans. Each connector shall be a Transition couplings, reducing couplings, screw type with No. 10 post capable of accepting no less than transition-reducing couplings, and flexible couplings for water 3#12 AWG wires fitted with spade tips. mains shall be compression type, constructed with ductilegvay ' iron sleeves and ductile or malleable iron followers. Bolts and nuts shall be ductile iron. Factory finish shag be the standard of 4- " Via_._ _Lan be sass,_._♦_d of melded ,, gage the manufacturer. .. Page-SP-I15 Revision Date: January 20, 1992 9-30 Water Distribution Materials ' 9-30.3 Valves 9-30.5 Hydrants ' Fire hydrants shall be Iowa, or approved equal. 9-30.3(1) Gate Valves Approval must be obtained prior to bid opening. , Valves shall be designed for a minimum water operating Fire hydrants shall conform to AWWA C502 and shall be of pressure of 200 PSI. Gate valves shall he Iowa List 14, standard manufacture and of a pattern approved by the Mueller Company No. A2380, Kennedy,or M81I, Contracting Agency. ' Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.50) End Connections All gate valves less than 12" in diameter shall include an Hydrants shall be constructed with mechanical joint 8" x 24" cast iron gate valve box and extensions, as required. connection unless otherwise specified in bid proposal , All 12" diameter aad larger gate valves shall be installed in a description. vault. See Water Standard Detail for 12" gate valve assembly The end connections shall be mechanical joint or flanged vault and 1" bypass installation. conforming to AWWA C110, C110a, and C111. Gate valves shall conform to AWWA C500 and shall be iron , body, bronze-mounted, double disc with bronze wedging device 9-30.5(2) Hydrant Dimensions and 0-ring stuffing box. The .,:___-i___ _ d detailsi v - _ 7 A Re�h5+2 9-30.3(3) Butterfly Valves eihem% so noted, shall 6e as f�lle 9- Butterfly valves shall be Dresser 450 or Pratt Groundhog. -disivie x 6.:neirac Butterfly valves shall be rubber seated and shall meet or 8mmir re, ntin aw it oide die a eZmeMve ' exceed AWWA C504, Class 150B. Butterfly valves shall be � 're--q-`&1,y suitable for direct burial. Shaft seals shall be standard O-ring w . go allr'g — G"t""ti^S seals. The size of the butterfly valves shall be the same as that of *Se^"f d. the line on which they are located. al 6 il Valve operator shall be of the traveling nut or worm gear a to 2 s type, sealed, gasketed, and permanently lubricated for Thread N Ple p t� underground service. Valve operator shall be constructed to the W leriipplai-ineb , standard of the valve manufacturer to withstand all anticipated operating torques and designed to resist submergence in groundwater. patient The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWW'A 'spread C504. �A 9-30.3(5) Valve Marker Posts ' Valve marker posts shall be installed at the discretion of Fire hydrants shall be Corey type (opening with the the City in those unpaved areas where the top of the valve pressure) conforming to AWWA C-504.80 with a 6 inch inlet box could be covered by weeds, shrubs, bark or other and a M.V.O. of 5 inches, two 2 1/2 inch hose nozzles with ' materials. The valve markers shall be fabricated and National Standard 7 1/2 threads per inch and one 4 inch installed in conformance with the Standard Drawings. pumper nozzles with the new Seattle Pattern 6 threads per Valve markers shall be carsonite composite utility inch, 60 degrees V. Threads, O.D. Thread 4.875 and root marker 375"x 6'-0" or approved equal with blue label diameter 4.6263, 1-1/4" pentagon operating out opened by , "water turning counter clockwise 0efl). Valve marker posts shall be in accordance with the Plans or All nozzles shall be fitted with cast iron threaded caps with Special Provisions. operating nut of the same design and proportions as the hydrant stem nut. Caps shall be threaded to fit the corresponding nozzles , 9-30. Tapping Sleeve and Valve Assembly and shall be fitted with suitable neoprene gaskets for positive Tapping valves shall be furnished with Ganged inlet end water tightness under tut pressures. connections having a machined projection on the flanges to mate 9-30.5(6) Guard Posts ' with a machined recess on the outlet flanges of the tapping sleeves and crosses. The outlet ends shall conform in dimensions Guard pasts far hydrants shall be provided where shown on to the AWWA Standards for hub or mechanical joint the Plans (only if outside right-of-way). Guard posts shall be connections, except that the outside of the hub shall have a large reinforced concrete 6 feet in length by 9 inches in diameter. ' flange for attaching a drilling machine. The seat opening of the valves shall be larger than normal size to permit full diameter cuts. Tapping sleeves shall be cast iron, stainless si- i,, ' epoxy-coated steel, or other approved material. Page-SP-116 Revision Date: January 20, 1992 , ' 9-30 Water Distribution Materials ' 9-30.6 Service Connections 9-30.6(3) Service Pipe ' 9-30.6(3)B Polyethylene Pipe Polyethylene pipe shall not be used. go"tat on FOH,dot 6 fer potable %atop pipe. pipe jeinw Shaw be 9-30.6(3)C PolybutWene Pipe ' Polybutalene pipe shall not be used. PAb-butelene pipe� - be t ' Page-SP-117 Revision Date: January 20, 1992 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS 1 i 1 1 1 i i i i 1 i ' CITY OF RENTON ' JET VISTA APARTMENTS/TAYLOR AVENUE NORTHWEST STORM SYSTEM REPIACEMENT ' SPECIAL PROVISIONS Special provisions hereinafter contained supersede any conflicting provisions of the ' Standard Specifications and the foregoing amendments to the Standard Specifications are hereby made a part of this contract. ' Whenever reference is made to the Engineer, such reference shall mean the Public Works Administrator, City of Renton, or his/her duly authorized agent. t 1 t DIVISION 1 ' GENERAL REQL1REMENTS 1-03 AWARD AND EXECUTION OF CONTRACT t1-03.1(2) Consideration of Bids(Addition) The contract will be awarded to the lowest responsive, responsible bidder. ' 1-04 SCOPE OF WORK 1-04.12 Hours of Work (Additional Section) Hours of work for the project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. ' Hours of work in City right-of-way shall be limited to the hours of 8:30 am to 3:30 pm. 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, expect as approved in writing by the Engineer. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.1(6) Archaeological Discoveries and Historic Preservation Clause (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair ' compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer(SHPO)to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified ' archaeologist can be 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 9}161/DC/bh 1 Preservation, determines that the potential find is a significant cultural ' resource, the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an ' adjustment for increased cost of performance of the contract. 1-07.14 Responsibility for Damage(Addition) ' The Contractor is hereby notified that the Assembly of God church parking lot may be surfaced with a thin layer of asphalt (less than 2 inches thick), and may be susceptible to ' damage from heavy loads and equipment. The contractor shall bear sole responsibility for any damage to the church parking lot ' and adjacent areas caused by any and all vehicles, loads, and construction techniques used by the contractor in completing the project. This requirement applies to all areas of the parking lot, both inside and outside the temporary construction easement. The Contractor shall rebuild, repair, restore and make good all damages to any portion of the church parking lot and adjacent area and shall bear all expenses to do so at the lump sum bid amount without any additional compensation. All rebuilding, repair, and ' restoration shall be to the satisfaction of the Engineer. 1-07.16 Protection and Restoration of Property(Supplemental Section) ' Private property such as plants, shrubs, trees, fences, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the , contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them 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. 1-07.17 Utilities and Similar Facilities ' Section 1-07.17 of the APWA Division I General Requirements is supplemented by the following: ' Locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other , 93.161/1)C/bh ' verification. The Contractor shall be responsible for determining their exact location. All utilities shall be potholed to locate horizontally and vertically a sufficient time in advance of the pipe excavation, removal, and laying operation to allow adjustments to be made as necessary to avoid conflicts. ' The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: ' RCW 19.122 UNDERGROUND UTILITIES 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) ' 19.122.020 Definitions ' Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. 1 C. Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. ' D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flowline. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project plans as being located within the area of proposed excavation. G. "Identified but unlocatable underground facility"means an underground facility which has been identified but cannot be located with reasonable accuracy. 93-161/DC/bh 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 144 ' 2.) 19-122.030 Notice of excavation to owners of underground facilities- One-number ' locator service - Time for notice-Marking of underground facilities - Costs Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one- number locator service. All owners of underground facilities within a one-number ' locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities- If no one-number locator service is available, notice shall be provided individually to ' those owners of underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten ' business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground ' facility shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there ' are identified but unlocatable underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The 9}161/DC/bh towner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the ' option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. ' Excavators shall have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. ' The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. 1 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. tIf 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. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with ' 93,161/DC/bh 1 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 93-16I/DC/bh ' 1 1 relocating the facility. In those cases in which an excavator fails to notify ' known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. ' C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this ' chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements ' The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that ' underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 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.) 1-07.18(1) 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). B. 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 Nonowned 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 9}161/DC/bh 1 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. ' 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 Alt. 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 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 Taylor Avenue NW shall be kept open to traffic at all times. 1-07.23(1) Public Convenience and Safety(Addition) , The Contractor shall: ' 1. Limit the use of the Renton Church of God parking lot to the Temporary Construction Easement Area. Vehicles and material may not be placed or parked outside of this area. ' 2. Provide at least a 12-foot wide turning lane between church parking areas at the northeast corner of Temporary Construction Easement to allow traffic in ' the parking lot to turn from one parking lane to the next, even if the turning lane impinges on the Easement. 93161/1)C/hh ' 1 1 Except as approved in writing by the Engineer. 1 1-08.5 Time for Completion (Addition) 1. The contractor shall not block the driveway entrance to the Jet Vista 1 Apartments for more than 5 working days. 2. The contractor is required to complete all construction within the Assembly of 1 God church parking lot, including all surface restoration and repairs, and vacate the parking lot within 30 calendar days of moving equipment into the parking lot. 1 3. A total of 30 working days is allowed for the completion of the entire project. 1 1-08.9 Liquidated Damages(Addition) The contractor agrees to pay the City $250 per calendar day for each day beyond 30 calendar days that construction in the church parking lot is not completed, and the 1 church parking lot is not restored and vacated. 1-09 MEASUREMENT AND PAYMENT 1 1-09.1 Measurement of Quantities 1 Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or modified as follows: 1 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 1 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 1-09.2(2) Lump Sum Breakdown Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with 1 the following: The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a 1 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 1 requests for partial payment. 1-09.5 Ordering Materials 1 Section 1-09.5 of the APWA Division I General Requirements is supplemented with the following: 1 93-161/DC/bh 1 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. 1-09.8 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(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: I. The Contractor and each Subcontractor shall submit to the City of Renton, and ' to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of ' Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor ' and Industries. That agency provides the form. 4. At least 30 days have elapsed since final acceptance of the project by the City , of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the ' Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. ' 93.161/D(:/bh ' 1 ' 1-09.10 Payment Schedule ' Add the following Section 1-09.10 to the APWA Division I General Requirement. 1-09.10 Payment Schedule 1-09.10 Scope ' Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all larger operations, and incidentals ' appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the ' regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Iabor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the ' prices named in the Bid Schedule for the various appurtenant items of work. 1-09.10 (1) Mobilization 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 (1988). ' Bid item 1 Mobilization ' 1-09.10 (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. ' Payment for Construction Surveying and Staking 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 2 Construction Surveying, Staking, As-Bullts 1-09.10(3) Furnish and Install CB#1, 60" Type II Catch Basin ' Measurement for 60" Type II Catch Basin 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 payment will be complete compensation for all labor, equipment, materials, excavation, back-fill, bedding compaction, connections, special fittings, concrete base, precast ' concrete manhole sections, manhole frame and lid, adjustment of frames to grade, ladder 93-161/DC/bh and rungs, appurtenances, etc. required to complete all manholes in conformance with ' the Contract Documents. CB#1 shall have a solid cover(non-locking) per Standard Detail B074. ' Bid Item 3 CB# 1, 60"Type II Catch Basin 1-09.10(4) Furnish and Install 42" Storm Drain Measurement of 42" dia. reinforced concrete storm pipe of the type and class shown will ' be based on lineal footage measurements horizontally over the centerline of the installed pipe. Payment for 42" Dia. reinforced concrete 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 42" pipe of the type shown, installation, bedding, all appurtenances (such as special fittings, manhole connectors, etc.), placement of trench back-fill, compaction, dewatering, water, disposal of excess materials, grading, special fittings, bends, connections, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents. The 42" storm drain pipe shall be reinforced concrete, C-76 Class III. , Bid Item 4 42" Storm Drain Pipe 1-09.10 (5) Trench Excavation Safety Systems to meet the Requirements of ' WISHA Chapter 49.17 RCW 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. Bid Item 5 Trench Excavation Safety Systems-42" Pipe , 1-09.10(6) Furnish and Install 96" Manhole,Type 3 ' Measurement for 96" manhole will be per each manhole, including the 48" riser, installed in conformance with the Contract Documents. ' Payment for 96" manholes will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, ' dewatering, bedding, back-fill, compaction, connections, special fittings, concrete base, precast concrete manhole sections, 48" riser sections, manhole frame and lid, steps, and 93-161/DC/bh appurtenances, etc. required to complete all manholes in conformance with the Contract Documents. Bid Item 6 96" Manhole, Type 3 ' 1-09.10 (n Furnish and Install MH #2, 60" Type H Catch Basin Measurement of MH #2, 60" Type II Catch Basin located next to the 96" manhole will be ' per each for each 60" Type II Catch Basin installed in conformance with the Contract Documents. ' Payment for MH #2, 60" Type II Catch Basin will be made at the unit price bid per each, which payment will be complete compensation for all labor, equipment, materials, excavation, back-fill, bedding compaction, connections, special fittings, concrete base, precast concrete manhole sections, manhole frame and lid, adjustment of frames to grade, ladder and rungs, appurtenances, etc. required to complete all manholes in conformance with the Contract Documents. ' The lid for MH #2 shall be a Neenah Foundry Company vented manhole frame lid with a locking bar (R-1919-1), or equal as approved by the Engineer. See Detail in Standard Plans. Bid Item 7 MH #2, 60" Type II Catch Basin ' 1-09.10 (8) Furnish and Install Bankrun Gravel for Excavation Back-fill This item will be used only when material from trench and structural excavations is ' unsuitable for use as backfill, and the use of imported bankrun gravel backfill is approved by the Engineer. The quantity for this item is included for bid purposes only. The actual quantity used in construction will vary from that amount depending on the quality of excavated material Measurement for placing imported bankrun gravel for trench, catch basin, and manhole, 1 back-fill 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. Payment for imported bankrun gravel for trench, catch basin, and manhole back-fill will ' be made at the unit price per ton bid, which payment will be complete compensation for all labor, materials, equipment, imported back-Fill material, haul, placement, compaction, testing, etc. required to complete this item of work in accordance with the Contract Documents. Bid Item 8 Gravel back-fill 1-09.10 (9) Shoring for 96" Manhole and 60" Catch Basin Excavation Measurement for payment will be based on the percentage of excavation work complete ' at the payment cutoff date. 9}161/1>c/bh The Contractor shall provide three sets of plans showing the proposed methods and ' excavation limits of shoring in accordance with Sections 6-01.9 and 6-02.306). Working drawings and calculations shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and shall carry a ' Professional Engineer's signature and seal. Payment for shoring and trench excavation safety systems to meet the requirements of ' WISHA Chapter 49.17 RCW will be made at the monthly percent complete of excavation 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 excavation for the 96" manhole and 60" catch basin as required to meet applicable regulations. Bid Item 9 Shoring for 96" and 60" Manholes , 1-09.10 (10) Trench Patch- Taylor Avenue ' Measurement of trench patching on Taylor Avenue shall be in square yards, horizontally over the completed surface of the trench. Trench patch measurement width shall be as ' defined by the limit of trench patch payment shown in the contract documents, unless otherwise approved by the ENGINEER. Payment for trench patching (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 stripping (to match existing stripping), etc. required to complete this item of work in conformance with the contract ' documents. Bid Item 10 Trench Patch -Taylor Avenue ' 1-09.10 (11) Cement Concrete Sidewalk Measurement for cement concrete sidewalk will be based on the square yard of finished , surface. 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. (See Standard Plans Detail F007.) Bid Item 11 Cement Concrete Sidewalk ' 93161/DC/bh 1 ' 1-09.10 (12) Curb and Gutter 1 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. ' This item includes curb and gutter on Taylor Avenue and in the Assembly of God church parking lot. Curb and gutter used shall match existing structures. Bid Item 12 Curb and Gutter ' 1-09.10 (13) Concrete Light Base and Junction Box Measurement for concrete light base and junction box will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, materials, equipment, excavation, grading, foundation material, compaction, forms, ' placement, finishing, curing, anchor bolts, PVC conduit, ground rod, appurtenances, etc., required to complete this item in accordance with the Contract Documents. This item includes removal of the existing light base and junction box. The Contractor shall insure that the anchor bolts installed for the new fight base match the bolt pattern and dimensions of the existing light base. The dimensions of the new light pole base ' shall be as shown on the Standard detail included in this document, and modified by the Engineer. The City will be responsible for removing the existing light pole and lighting system wiring from the conduits, and replacing the lighting system wiring, splice, fuse, and fight pole on the new light base and junction box. Bid Item 13 Light base and Junction Box 1-09.10 (14) Furnish and Install Asphalt Concrete Pavement - ' Church Parking Lot Measurement for all asphalt concrete pavement in the Assembly of God church parking ' lot will be made at the lump sum price bid, which payment will be complete compensation for all labor, materials, equipment, grading, base course, A. C. material, tack, haul, saw cut, placement, patch removal, finishing, compacting, adjusting ' manholes, catch basins and inlets, regrading and blending of adjoining terrace, pavement and parking lot markings, restoration, etc. required to complete these items of work in accordance with the Contract Documents. This item includes all asphalt concrete pavement for the trench and manhole excavation in the church parking lot, and all areas in the church parking lot and adjacent areas 93161/DC/6h damaged by the contractor. New asphalt concrete pavement shall be at least 2 inches ' thick, and must match existing thickness if greater. Bid Item 14 Asphalt Concrete Pavement-Church Parking Lot t 1-09.10 (15) Restoration(Complete Project) ' Measurement for Restoration will he made on the completed project restored, except asphalt concrete paved surfaces, curb and gutter, and sidewalk, in accordance with the Contract Documents. ' 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, 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. Bid Item 15 Restoration , 1-09.10 (16) Traffic Control 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• The Contractor is required to prepare a ' traffic control plan for review and approval by the City. Bid Item 16 Traffic Control ' DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS AND CONDUITS , 7-04.3(1)B Pipe Bedding(Addition) , "Bedding Gravel" shall meet the requirements of Section 9-03.12(3) "Gravel Backfill for Pipe Bedding". ' "Foundation Gravel" shall meet the requirement of Section 9-03.9(3) "Crushed Surfacing" Base Course. 7-04.3(3) Backfilling(Addition) , 'Bank run Gravel' shall meet the requirements of Section 9-03.19 "Bank Run Gravel for ' Trench Backfill". 93-161iDcroh , 1 1 1 1 i i 1 1 STANDARD PLANS i 1 CITY BENCH MARKS 1 TEMPORARY CONSTRUCTION EASEMENT 1 i 1 1 1 1 1 93-161,/L>C,bn 1 NOTES Ring and cover Manholes to be constructed In accordance with N AA$HTO M-199 (A$TM C 478)Unless otherwise Shown cFil on plans or noted in the Standard SDeclflcatlons. } ToD sloeAdjustment section r � (Leveling bricks or Crode rings optlonol) Handholds In odjustment section shall have 3" a 24" minimum clearance. SteDS In manhole shall have t Hondholds 6"minimum clearance. See Standard Pion x 16"MAx 'MISCelloneous Manhole Details.- 48".54".72",or 96" Steps or ladder All reinforced COgi In DIOCe Concrete shall be Class A. Shelf rva Non-reinforced concrete In channel and shelf shall ;lope = I/2 "/Fi -f� be Clogs C. All precast concrete shall be Class AX. :onstruct channel& . . 1 Precast bases shall be furnished with cutouts Or ;half In field ., knockouts. Knockouts shal have a wall thickness of 2"minimum. Knockout or cutout hole size IS equal to Pipe outer diameter plus manhole wall thickness. Maximum hole size Is 36" for 48"manhole.42" for 54" manhole. Minimum distance between holes le 8".Maximum hole size Is 60" for 72" manhole.84" for 96"manhole. Reinforcing steel Minimum distance between holes Is 12". (for precast base with Integral riser) 0.15 SO IN/FT In each direction for 48"DIA Manhole rings and covers shall be In accordance 0.19 SO IN/FT In each direction for 54"DIa with Standard SDeciflcatlons and meet the •`, .'• ' 0.24 SO IN/FT In each direction for 72"DIA strength requirements of Federal Specification _ '� 0.29 SO IN/FT In each direction for 96"DIA RR-F-6210. Mating surfaces shell be finished to MOr TOr Fillet I •��: assure non-rockln fit with an cover ��• g Y position. Precast base with Integral riser All base reinforcingsteel shall hove a minimum yield Via,.Oln- J I _ strength of 60.000 PSI and be placed In the upper 0 8". half of the base with I" minimum clearance. 36"DIA-p" I Grovel backf10 for Pipe bedding, For 48"& Sq"Dlh--.{I1-0' For details s.See Grade Ring.Ladder,'Miscellaneous Handholds 4l For separate cast For 72"& 96'DI 0' 6"MIN compacted depth.For precast oases only. and TOD Slobs.gee Standard Plan 'MlscBllpneous In place only Manhole Details: '0'RING Separate cost In place or Separate precast bass See the $tandord Specifications for Joint requirements. Relnforoing Steel(for separate base onlyl 0.23 SO IN/FT In each direction for 48"DIA 0.19 SO IN/FT In each direction for 54"DIA MANHOLE - TYPE 3 0.35 SO IN/FT In each direction for 72"DIA 48", 54", 72" & 96" Precast Base Joint 0.39 SO IN/FT in each direction for 96"DIA Design Assumptions �, ....,...... Height:8' to 12': Soil bearing value equals 3300 •/FT2 (MIN) Height:Over 12' to 25':Soll bearing value equals 3800 •/FT2 (MIN) ADOPTED U�& CITY OF RENTON vierre .d.n d..le.weweela.y aro r.emr eau lox.. se • • STANDARD PLANS s.,e S(rsrows °i ,e.4n 'Q�N IST DATE:22-Dec-86 SP PAGE: B028 NOTES, 18 Bare o 7" centers 1.Proprietary catch basin steps are acceptable, provided that bottom face they conform to Section R.ASTM C 478 (AASHTO M 199) and meet with 1" MIN cover ,.�::;;,-- all WISHA requirements. 2" CLR TYP �"(I _ 2.Cotch basin step lags shall be parallel or approximately radial at the option of the manufacturer,except that all steps in any catch basin shall be similar.Penetration of outer wall by a leg is prohibited. 2'MIN S.Slob opening may be 24" x 20" or 24" diameter. 20" tl--L-_1=1 4.As an acceptable alternate to rebor,welded wire fabric having a minimum area of 0.12 square Inches per foot may be used. 96" TOP SLAB Welded wire fabric shall comply to ASTM A 497 (AASHTO M 221). TYPICAL ORIENTATION FOR ACCESS AND STEPS •3 Bore C 8" canters bottom face 3 with 1" MIN cover r 12" MIN 2" CLR �; —•I Yr" R TYP - , •8 galvanized deformed rebar iv 07 galvanized HANDHOLO 12" MIN ^ smooth steel 20" :r m - 12" MIN T 11 Y4" center to center 72" TOP SLAB o r e z B CATCH BASIN STEP DROP RUNG •e galvanized deformed 04 Ban a 6" centers CATCH BASIN STEP rebar bar bottom face PREFABRICATED LADDER �� with 1" MIN cover z" CLR ) MISCELLANEOUS TYP 24" MISCELLANEOUS BASIN DETAILS u � — r -�F- 1" clearance •3 bar (See note 4) LM GRADE RING 48" & 54" TOP SLAB ADOPTED CITY OF RENTON • • STANDARD PLANS IST DATE:8-Dec-86 N SP PAGE: B035 I/2" VEB 8 PL. II 1/2" 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON TOP c 0 0 D D 0� D D �0 2,.. 0 1 61" I--23-v. '--� � 33-1/4" SECTION A-A FRAME (NON-LOCKING) COVER (NON-LOCKING) A FOR 5/8"-II N.C. x 1-1/4" B S.S. SOC. HD. CAP SCREW (3 REQ'➢.) 5/B" 3/8" r2" �1/2" rYP. TYP. NON-SKID PATTERN .1 " SEAT I o I-T/B•• TMo A 0 09, 0 o B zs" ' 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 AN0 7AP 3/8"-11 N.C. 1-1/2" CORE(TYP.) (LOCKING) ON 23" B.C.(TYP. 3 PL.) FRAME (LOCKING) COVER MANHOLE FRAME AND COVER NOTES 1. FOR NON-LOCKING USE ❑LYMPIC FOUNDRY No. MH 30 OR EQUAL. ADOPTED 2. FOR LOCKING LID USE OLVMPIC FOUNDRY No. MH 30 D/T OR EQU CITY Of RENTON AL. ♦ � 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), StendAM Plens SANITARY (SPECIFY "SEWER'), OR WATER (SPECIFY "WATER"), DST DATE. 12/13/91 DATE REVISION BY APPR' DWG, NAME: BR29 SP PAGE: B074 R-1 Series Pressure Frames Bolted Lids ' Heavy Duty Watertight, pressure type with flat neopre I sket ' seal and stainless steel exposed bolts. Suitable for 50 p.s.i. For higher pressure application, please send specifications. ' With machined horizontal bearing surfaces. Specify: ' 1. Catalog number. Catalog Dimensions in inches o.of wt. z •� , No. A B I C I E Bolts Lbs. -IF - R-1918-A 15 3/a 12 10 10 180 R-1918'-B 22 25 12 12 315 R-1918-C 28 24 32 12 12 500 R-1916-D 3 P/B 30 383/4 12 16 875 —c --� ' R•1918-E 2 1/4 36 46 12 16 1100 —E R- ater-Resistant Manhole , Fram , with Locking Bar Heavy Duty . ' rf= Total Weight 385 Poundsn- ��Mt[ TgxR� per Neoprene gasket seal makes cast- ing water-resistant.Pentogon-heod �••*r bolt and wrench are avails J W �• j on special order. S en required. . machined horizontal bearing JET VISTA/ TAYLOR AVENUE PROJECT ' Surfaces. Use R-1919-1, Vented Locking Lid, or Equal R-1919-1 Manhole Frame ' Lid with Locking Bar Heavy Duty Total Weight 615 Pounds , Furnished with machined horizontal and _ - vertical bearing surfaces. - Specify: l.Venfed lid as shown or solid lid if required. 2.1-ocking or non-locking unit. sib 3.Lids lettered "Sanitary Sewer" or BBass HEX Ha "Storm Droin" ��z} BOLT BRASS S HEXER- PI BOLT CO , I B T GIN 1� 30 B-I.a4 V- ---40 HOLES NEENAH ' 66 FOUNORY COMPANY F, FUSE KITS QUICK DISCONNECT 10 AMP IN LINE FUSE TO LUMINAIRE KITS — S.E.C. OR EQUAL I TYPICAL DESIGN "B" JUNCTION BOX GROUND LUG 1/4" MINIMUM SPLICE KITS DRAIN HOLE CLEAR EPDXY SPLICE KITS ON ALL THRU WIRE RUNS I 2" MIN. GROUT TOP OF CONCRETE UNDER POLE BASE FOUNDATION TO 4" CONCRETE PAD BE LEVEL WITH TOP OF SIDEWALK 5" OR CURB. IIII= °V IIII=IIII= III =III �==III =111 =1 = ;, � „ _ = 11=IIII-IIII BARE C IIII�IIIl-IIII=IIII COPPER I I I I GROUND WIRE aP IIII_ I'i II � II II II I II GROUND II II CLAMP II II II I 1 5 Depth ( min. ) II II SIZED AS REQ�D) PVC CONDUIT 11 I II LIGHTING SYSTEM II II LIGHTING SYSTEM II II WIRES 70 CONTACTOR LL TYPICAL LIGHTING UNDERGROUND SYSTEM � cJ CONCRETE ADOPTED FOUNDATION CITY Or RENTON 5/8"X8 �--- 3' S0. OR DIA. I • —" standard plans COPPER—CLAD �i 6sT Oe'rE:s/si GROUND ROD UAIL I REVISION BY APPR' DWG. NAME: JR-06 SP PAGE:J007 TYP. CONC. PAD R/Y! LINE SIDEWALK CURB i I V � Y — — — — FE ROADWAY i 3 I CURB --"""" ---- " SIDEWALK R/W LINE 10' MIN. CLEARANCE FROM DRIVEWAY TYPICAL PLAN VIEW H 1 25' 1 10' 1 35' +0' L - - 2B- 3-J T 0.188 O.IBe 0.219 0.219 2' r0 +' JINSIDE ERED ALUM. POLE OVERHANG V-2' WALL ALLOY 5063-T6 IN GROUND FINISH H DHOLE 4'x8' NING W/COVER 'SL. .S. SCREWS, InLUD OLE . . LIGHT BASE AND JUNCTION BOX LOCATIONS TRENCH LOCATION •'1 ADOPTED CITY OF RENTON TYPICAL STREET CROSS SECTION + Standard plans + 1ST DATE:5/91 DATE EVASION 113Y IAPPR'CI DWG. NAME: JR-35 SP PAGE: J014 / TYPICAL LIGHT BASE AND JUNCTION BOX CONCRETE PAD -0 VARIABLE T 3-0• MIN. 0 -6 0 I' 1' 4 it � � 11.. : I .• I •�11. •.� ', �•1 ie•e� ___ -----_ . _________________ • •�f FRONT MEW SIDE NEW TYPICAL JUNCTION BOX "B" CONCRETE PAD I --3'-o'-•I l AI , 1 1 1 1 FRONT NEW `SIDE MEW J TYPICAL JUNCTION BOX "C" CONCRETE PAD I 4•�I —D. ^ �- -o TYPICAL CONCRETE PAD DETAILS T 1 ADOPTED `----------------- ' I CITY OF RENTON FRONT MEW J SIDE MEW Standard y1enF ,r LST DATE: 5/91 DATE I REVISION BY APPR' DWG. NAME: JR-36A SP PAGE:JO1 5 I/YXA` EXPANSION MATERIAL 1/4'R AT JOINTS . P GEM. GONG CURB AND GUTTER :P 1/2 X4* EXPANSION MATERIAL 1/4'R AT JOINTS SCORE LINES TO BE RADIAL, TO CURB AND GUTTER T + W GENERAL NOTES JOINTS: DUMMY.JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THLY SHALL 1/Y%� EXPANSION NATERUL NOT BE LESS THAN 3/16' IN THICKNESS AND SHALL BE EXTENDED 2' BELOW THE GUTTER LINE. I/A'R AT JOINTS .... ... i/2' THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL SCORE LINES EXTEND J' BELOW CONCRETE.. B ..... ...-- B WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER. THE JOINT SHALL BE A COLD JOINT. ........... . I/2'X S' EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO PT.'S AT ALL CURB RETURNS 1/2-X4_ 'W'-WIDTH OF SIDEWALK EXPANSION MATERIAL SHALL BE PLACED AT EVERY THIRD SIDEWALK PANEL. THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO ME REOUIREMENTS OF CLASS B (3/A') WITH AIR ENTRAINMENT THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 21/2' TOOLED FINISH. SUBCRADE COMPACTION SHALL BE 90S (MODIFIED PROCTOR) 1/A'/FT. SLOPE 1/i/FT. SLOPE 1/2'R I/7%S' EXPM490N MATERIAL 1/2"R 1/7R CURB RETURN ONLY PAVEMENT AS PER PLANS 4. 1 PAVEMENT AS PER PLANS PARKWAY STANDARD CEM. GONG. STANDARD CEM. GONG. CURB AND CUTTER CURB AND GUTTER SECTION A-A SECTION 8-8 SEE SHEET 2.5.1 FOR ROADWAY DEVELOPEMENT STANDARDS TYPICAL SIDEWALK DETAIL ADOPTED � CITY OF RENTON ♦ !Tk� Slenderd plem LST DATE 7/89 DATE REVISION I By IAPPRTJ DWG. NAME- FR-02 SP PAGE: F007 _J 1`I_ 4" •] bars (2) F j 1/2"R ' 4/i'R r.—=.J 'fie "pIA Holes Pavement �'/ T" H,3' MIN T 7A � LA_ 0"MA% _ Cement concrete , II R :1 Pavement ' I 'v II 2"ClR ITYPI L /7"R Non-shrink grout SINGLE FACED MOUNTABLE ' CEMENT CONCRETE CURB 3H Sand and cement grout :. 1"depth MOUNTABLE INTEGRAL CEMENT CONCRETE CURB •6 bars (2) P_21 ATTACHMENT DETAIL 4" 61 4" PRECAST CEMENT CONCRETE BUMPER CURB Y Pavement N 1/.1 R T 11f 7 ,. II R 4 1/i'R 1%i'R /2 R DOUBLE FACED MOUNTABLE -a T R CEMENT CONC:ETE CURB Cement concr to ' pavement e 1 Top of curb at approach t MOUNTABLE CEMENT CONCRETE 51/2' t R CURB AND GUTTER /i'R INTEGRAL CEMENT —CONCRETE CURB /i'R —Top Curb p'R o at Approach Povemenl - T & /7" 6/ CEMENT CONCRETE '.' Top of curb : CURBS AND GUTTERS at approach T-6" .rns nn.er.nvrs nrmme. 7j%" CEMENT CONCRETE CURB AND GUTTER CEMENT CONCRETE CURB or BARRIER CURB 2-21-91 10.4ted pr..e.t c.m.e1 s.ncr.b ewe a rn1'.d. JKJ DATE I REVISION BY 1 APPR'D ADOPTED MY OF RENTONAN STANDARD PLANS.Q�N LST DATE:1-DecM SP PAGE: F001 ■ OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT i EXISTING ASPHALT [ PAVEMENT MIN.IN. &6 GUTTER CUR _ - - SAWCUT NOTE, MUST MATCH EXISTING THICKNESS IF GREATER. ARTERIAL STREET MINIMUM 1 3" CLASS 'H' A.C. JII} 4" A.T.H. -7/ 6" CRUSHED ROCK RESIDENTAIL STREET MINIMUM 1 4" CLASS 'B' A.C. JIS 6" CRUSHED ROCK CURB GUTTER REPLACEMENT DETAIL ADOPTED CRY OF 9ENTON ♦ _/ 9lenderd plans L9T DATE- 12/15/91 li QATE I REVISION BY APPR' DWG. NAME: FRO5 SP PAGE: F008 v H.W. JI 4T 3 0 z (VA Xw. 3w° Pl. ST z > > ' c 2 q\ > (VA )a N.W. Q 3 aO Q S T. a a V V N JALO VA h w 1 r7 1 R-P0 T \ N.W. 2wa ST. S. Tull M TO IN vv rn sw TT�� 77 - - CE F2 ' . IVEF2 LINE S. 2w0 p� \ p� -- -w _ /� �R 9007 1/ w � H9 3Ro (^\ ST Q 1 .4) ti U N S E"T q I`J P JET VISTA/ TAYLOR AVENUE PROJECT City of Renton Bench Marks b ur `ST o e , W. ' Ekv._ w = 65 4 G�;3 . �Ir N - -- - _ ti 14 E E -.vie 1 8.M. ,1eY= 621�1 2y z �3 : 1 G hl5eje or �dO1le �����lyP So/ i S/ C. W. d y�FffO JfJ �J 17e 1 i N Wes} -7 Z y Sri TB 3 v7 ' U.M . EL FIV = 7725 y3z 3c R AIL PCAD R POL E N o. S I DF N NNI 24 ST �-T,.,9yY�aiP AvE ivuw 6'7 i'r cr n'.cY 2.� .fT• —� i 1 City Of Renton ' Mon. # l 7G Maintain 12 Foot Wide Lane For Parking Lot Traffic14) Q Nof Found 5f. a' 1 Brass 7&-(s � Jet C t Ex. B f2" ST. A'- , I 0s5 Ape`s. o � fOR V/Ci t M, I Sco I vi 8"S?f P.pe Ma hole W 1 ('See x �/� • I o DeTi/ 3, Sht. 2) ' _ I A4anho(e #2 30 is 4-5' Uti/'ty ' C? j Eosemen t Q Temporary Construction Easement pU i 40' x 80' Or�f�y 53 O%4" 2 /5 ' 70'jR.O.W. ' °e "Record Of Survey " OF Portions Of Lots 4 E 5, Block 30 Oi` Ear11;79to17 Acre 7rac7S, t i7c Counfy, Wa, Mao'e By Arneft 417d ,4550c. xteo' 3/8/9f , Job h/o. 9ff- 29f. 1 1 1 1 i 1 1 1 CONSTRUCTION PLANS 1 1 1 1 1 1 1 1 1 1 93161/DC/hh 1 ' City O/Renbn SE%s, N5 At, y � Sec. 1B• Tuq Y5 N, Rqe SC N.W. Znd Sh'eef M6n♦17e ,Y. _ coAlsrRucnav Noyes: ' 3 (Sa /92nd Street) r 7 ' Q �1 Brass Trek i Cmtrochv To FisAt Ver Yy Local on And .4rverrs E/ec ConoLil �'I 11 Cl Ex zh" Pipes Ria- To Laying grf7pra(PAC!/.rl) All Found hbl Found =S, 132nd L Abtero4 Ass NbkeranahP Shah' Cbnlbm To CityOf Si/r Fenee 1 I •*. Exisidr 16uN 3°' Fp FenAxn S.bsobra4.\\ s (Fw Anwh Cm/RC/Ong) I ",' Rim. el 56.I1 VW 3 Restore S✓/ace ro AAahh Erhhnq. ' \ - Y, Znx E/. 37.79 4. 7rom er O<A/r A,M P/ugq;n9 O/ The ExistMf F 7 i 7'E/rc.VouM. Bass Taek Pipes Shall Be fkr/wmm A/rer 7/u Rp.s Are Atcrpte2 ErCowreoTl �ti ✓ d S. FJ^vu.* Are Based t/pm City of Renhn Lhat✓m. ;AbfeNo/ I y b /2,ST I n,. -O• I Aph;. Conhac/Y To �/y A a, To Dyin rig Conatucd'rn, SAzE Rk - K.y I G Cmhachr SW/Be R roll e5to r a . Any Lk in A//Uro >• 6 Affeefe 1, 7/x COn5frucfien. M L7annge h Exisr�nq 2-24% cox. � ff r CuAwlz ro Be Aw9ev, N[AC I Poor II R l..d AAt A.awe e O 77.C nQ- ono'Abanobned. A3:/' h V/C/N/TY MAP eJ A.nrt O/7he CmAxb Ana To w \ TAe$.6Wbe/im O/fie Cily A.st The Rry rine 11WIVy EriaNng Lrphf fh.t /- \ oT COwpwy. All Uhhhes Are SAo /n 7hev AAvwmoxhwte Jer ✓isb Apia N J -31 Loceh'ans. CmMocter To F'eM 4lsn* Acrua/Loco',bna (q 2 7Ae LSapinry rbs Rrwem4d Apo'Caner Nisi The N/e'.a- 'i C.G*J 5 I i Eristi bq,e And thesvahb Ano/ya, Ai SA a Ls The TrM.bo/ t Coaoaer Exsn' ( CL ,.1; O r'g ^. Co.�z(see LG /b CB F! / anvil 6,ShA2) 48 ID Ape In4vrmo%w R.garf LbNd..beery l992 By fie Ciry O Oebi/I,Shf.2 q/r h n Aeerrho/r e'/CSee of Ren/m. oL1rbi/6.Shh2) 4e � + b�• o Debi/ 3,Sht.2) Q The fanstrucfars Icy/viers wall Inw/vs,IRcrax.43O 4Y. ' /O'IMh7y -- -- ----------- ------_ '� i Abnhok l.2 0,' EXCo va h'aq Matdii0/ Eetemenf _ W Z Ixl I iO z45'[Itil iy 4. 71as Carrrre2r Shall Ae Dnwf/a Me Figurer FOr Eaxment Approve/.Ttv Timrh $Jes-r'ry Cyrals *g be Jo Lontlr. Exiafinq P-24 p Cox. .ZR- p > y4,i n 73n Lkais» of Jerh$hr.'nq Sh0//L+e SM..{cetY -------- ------- -- Q O I Uterase✓Jrrucfura/ Weer. Rsw<r'e LlP.It Atta a. Illlvn Rlq:.s/By 7hc G An Ca-u•h+vlon CmaM.rt Near Cighr Box . 5C/tih 5• I 0( I And✓unction Bor At Souhf Eo4e 'e9ivih'p /y*Vl 73C $lyre! kTpY,t of nby, Tht 75 Eaxment 0 I O/Ertovorpn Areo. Marti srrsany CmtroMr AAF SuL»rt a Tia/Ab Cmhe/ Ryon. 3 =O//4'v Boer.ms'trn. C✓rr cr Rsvrla.• for Ls/yy AAyoro.v/ Fior to Cenlbsat+an. Opn D.hh•��� Q eronoVid F/ane JAai,TON,7NS 11. The Cage cA,r Shall Be Rerpwn"AL rd ReMSN//ReLtr/y 0, I F` Corners As Shovrrn Eiishhp. Al!ReFerener Tin Ax' 00'.30'Ulr'lVy ,a ]O R.OW. Aermeamt Settings Shol/Be Po-/o'.nN By L.conlod Awwpr Easement 12 'A 5 Foot Woe finest im Yblkaxy Shall Se Abn.binee To Access So. FFoperly At All Pmet Aflwren CB e!/C.B.02. NOTE: 13 EXIST/NG DRIVEWAY EASEMENT. A PO Fast Wide PLAN See `Record O/-5. Or Porhans O/Loh Ll.'rvoay Easement ex;srs A/erg The Enb a South Rgoerry ' 3,4 15, B/ock 30 O/Eorhngton Ace 7ro' fs, Line O/fie Jet y yb Aph.C/O Fx.t A6rth A.w/O Ferf SouM Scale:I'•z0' King County. Wa. Anode By Arnett A�Assee. O/77M Preputy L;ne). kl ny County Recaabq*aSO4540 1 +� LMted. .9/B/9/, Jad A6. 91I-291. And =OS/44JJD. Ca//Far LOCationa L1r/o.-e You Oiq Ad Any Sideleu Oanow By The ConsMrnt-m A:AWZi, 4B Ibur LacoAvs I-s00.4Y4.5555 C,v//Be R,m/ma And Recon stuclra' To Ctyi Ste x'Ord. - CPVCMbterie/,4So//Be Uxo). Tempvav, Srry it M.ghf Br Repaired Te LYovide Cantbusys Service. ' I - fi4l Are CL7NT,k.4CT !'r)'.LYWYR4CT '' - GENERAL NOTES: (FGr Cc h'h Eosins) xNL' G ! In ,,,nen-nwd Areas C bef Gaain To E./erM Miw%nun G'Aro' '9 Abram /B'AAre t>n/ehed flwu-(e. /n Po.ed Areo, Cewr l T _._ Abst SAaoe /n A11 a ec an To Abhh ' A(rYp1 P Cakh Bode R.nq~CqV To Be 24t/m gaw,:V,epw To �Exnh f}ofL/t A .. I :. r _ 4P/ [kWn .otfag A+iv/eh Rim Elea fi Eyss£mg FYm P Ry/or wla�s �, CVymoic Forerdry Co.AG HB'd With $did L!d Ercepd Fv Me 7/C'Oiame/r i hWe 'from e / 1 ' - - e L fr aft C n rn Cover SAW/ 60 s; . Hove Nh-o'irg, `Q^a/!I"For SAvm Agown. (LockEas/n La)Rv W tMn Ee e4va Sha/i lbw L4n/r Dawn (Locking Lid)Rrq 0 -5td 2ff p G'tyo, And Cover Eqw/ Ta O/ympc Foundry A6.5943 WS-L. 1 () {r ..!&eke Frame 1 RfCO{p¢IVO�Ia 31 Ina Ehli• .r Hpe J �I I 3 ] .. Co//ar 1:.. .1PPR0'AI. 3 N er.:rg All CkhASTM C /! Jpeu'/itol Rot/Id Rudber 6osFet ' .. - li 3 ;0o FHTS1,i 48 x2d I �. c�.�Cfj�'•-+ _:. 4t' RCtR ... w Et .c C _ a 4 _ W24d olna t Otear B lOX b' - i cvih one 4 10 fog G"baa •. =>f�pRC.PyIy- 13 - fYevOk are Te kS...V-Scut N/J Al/ it CrMA Basin .r foaYSl, /n A COMA Bw.vl C�iy fonArm,rg S AS C-424 __ _ _ -.I LYr'/kd�/Cm, l y,,7hs Cokh LSe ii/Fg"d SR i .. : lnQs'EOX Shaw Ar ahLC•d. SheA'h rCur Close pC S R'xcmf Cmvtk Nems Aby Be 5 rid Ay 7/k AvA- ig: •/FOef : :: tt. :: l:I.t i.Jl� Assotb/no' sand And Orevr/ 41 Wj/6rovr/ :: .60 !b G trcebrl Te I*,,* b%y u1 ' w Everett Co 1 /e H-oo&ers -i- .. .. ... - - -T-- 7iwva lFFo/i!e • - - - - - _ W C Abe Inc. .. .. ... .. ) ,�� Toum nacre ' haan For lnArmatran 4,,Ls vO u --io,jf P Clf,. ZnHmah'mo/ Rp / Cngineerlig,/ne. 4o :.: .: msQ b. O x SCob,,, Same-cofcnl. Ta-/Reed,464e An&MMun�lwDa91 .. .... .. ••.. .? huchbn Of/Absh.5b/t QOT And N6sh. APWA. .... .. .... ... .. .. II NO - _ Z. Cm/11,5e enx Ti 7Ae ft Fsr Agee v0l Pr ar 1 .. .. .. I / •r..b M CHECKED FOR IAXW COMPLIANCE vela -44 a Reader 60.aket ry r. _ TO CffY STAfOARDS ASTM U`4S.LOeb/b O/ Jdnfa Me 35 __ _ .. ___.�,�I _ Date Z oh AbA*cafiun. rhd Cng.Yr I1 f4 B7 O t, 9-'.6'Y C.6 2. C.B. %1 5rk/'✓vi/y M H *1 Date 1ZrIv, ' �Cin r Sea�1+40.s -�fA-9'Lt eta. 1+505 2d-9 Lt M.H.#2 6la N9B 62.5 fix CITY O F R E N T O N Dlcra,gs T '-II Modified C.B. -- T II Msdifiea C.fl Sb 1+E91-SERA 42 I E M 37.5'1 I.E.;In 52.8 LE. In •SO.Oi 42517E-/ni4el6 48'd IL -57.5'L orsw sTwe„t es reels wewee I.E,Ouf 82.j I.E. Qd •49.9 420I;11LOul•5800 (MolYh Invert) JET VISTA APT STORM SYSTEA•! REPLACEMENT 4 e �, l Q ¢µieoV Brt+rT eTAFF OC. Sx S ...... 2•/2-93 .xwlJ/s9 v ens..v .��..� 43' / 3I4• Ola. Sn[piH OVN//om.SfJeN 1.5" ate ao• ShsadaM Fiome BARS EiW LT SPACED yaTYP) SEE NOTE 1. ` -See OG/oi/5,7hp Shf. / 4a'd, a P And Coven Ex/stinq Grose a• O[. MAs o ,I HOOK CLAMPS <11 PLACES ---���� EVENLY SPACED SEE DETAIL ' __... Top Ar Slope / I•„y, .uu. A A BLOW. VC2111 - V(RIICAL 49.24' L J BARS 9G 4 A4ontq/e `-• O{fut Cane SHOO ' PLAN VIEW 1OOK CLAMP C.B RISER °D I 2'AC To AFs*-h t^ o, 48 rv0 S[AL[ t0 AMICHO ERIS[R Exist zlev uey \ PROVIDE MINT. ACCESS IIY WELDING (u P/raosf 96 0 CROSS BARS TO to VERVCAL BARS AS \ ConCrefe M.H. SHOWN. HINGE UPPER ENDS WITH FLANGES/BOLT DETAIL HOOK CLAMP AND PROVIDE LOCKING MECHANISM (WITH STEPS DIRECTLY ER END BELOW. LOGtE LADDER MO SCALE �edn,MraM \ ]/t' THICK % �' VIDE LONG SMOOTH BARS LOWER STEEL BAnp 11 3/y• (HICK % s• VIDE 5rr O.AN'/ 4 \\ )t-- _ _ WELDED TO UPPER AND LOVER BANDS ,y ! , \, ----([[--- FORTED Tp Eli IN �t2, BARS EVENLY SPACED SEE NOTE 1.) ' _12 _ )2' _ GROVE OE C.S. RISER. NOTES L Onensbny are For astallatm w 5A' LISP STEEL BaVO tl,a. L& For dERren< rta LB's aaJus< LINE % 1' VIDE dnensans to naotan e51 uplr an .rt,tal' bars a,d 7' QC Max. spac,Yg 60m Drop M.P. SECTION A-A Composted of bars arpmd lo.er sterl ba,W WI24"Sw' SU rode -� Be/om /nve/t rt. 2. pMpeeetis p�aaivenseeroslon resseant. neN fio0%On Wo// / 4B atK waE I. 3. TNstlrbr•s burner Is also eCa eMen 0 TYPE 2 CB For use on tM W.t to road.ay cross- 5.e D lad 2 Sdd Or Gros, / clAvfrts Mtn MAW+ Mtental Far debris 7Ris SM. $Cedilrq colNctnn (except en TyP. 2 itrran0. ' DETAIL 3 ST Scale N.T.S. REE GALV.PS $iN Fence 42"yf I O"FRttOW STRUCTURE ' DETAI L ( - (Typ) SECTION A-A 5cale: N.T5. NO SCALE DETAIL s t /B" tl46or C4>G"O.0 EW Scale: N.T.S. SECTION 8-B 2Q, 0.75" DIA. PRAHE 24"0 t]1� BevWv Grove/ Compocled A B C OVER F//el RpGk b Be 4rinFv STRIP S SEE NOTES B S lLOW F - � ' T is ONLY) fCurrblian Grevd QQ'Ior Fiw, Block R'ver _I�'I E/eW G7=G"L AOMNFM SECTIONN , /J RGfvirrd uorry. I _-------_ VIM 'A' T—. ' TaC.B.EL 5910, -- _ - ORDINARY PIPE BEDDIA16 53=!" FOR 6" � LARGER P/PES _- I --�-- c.e. olArvM¢s i j A u. o.:s x : : s srxTPs r ""' SEE TYPICAL TRENCH DETAIL(1 I WLI, SO 0.75^ DIA. FRAME 'i , Existing As ly 5251E `----J SPA.[ VKIFONO.Y , II.VL P9E SRE WY BE WRED rWsG/nenf 0.5^ ULV. OR i BY PwE CONf1GWPATON NON-CORROSIYC ]' SPACIM 210E 2=O' C. bidn, /y4,x°.5• BOLTS AN]N7TE ' Z"th By Conhro l ry Charce 0.25^s 2^. 5^ , i C.B. DK W1L IRIDO(OUT OR(5lI01R IIDIE AfC M-CC- As Morwloclured By gVELDED lIPS Ar 21• Moccoteni Godims /x. '• !1 S 5 u/ 0.75" DIA. ✓A, ' DETAIL SECTION �z1FFA4 / d� ar cs,! Scale: N.T.S. 0.75" DIA. P P[ r T x s Hpe rl. /? TRIAL STREET MINIMUMS A5, r YRl " 5' ClbsA.T. 'B'A.C. CAST BI PLACE BASE 4' A.T.B. DS TO l6 " • OR PRE-CAST BARE LAP JOINT FOR G' Cru,hb Roek ' 0.75- TO ^ DIABEANE . TAYLOR AVENUE Musf MatcA Exfsfinq N0m5; (PI,Cily O{Realm Oeloi/)1`008) n'ickness If EAD VIM 1. FOR CATCH WINLATERAL SPECS. SEE STANDARD SPECIF1U S710N 6reafGr 1 ALL TYPE L CATCH BASH EOUWPED MTM OPEN GRATES SMALL BE LOCKR+G TYPE SCE DETAIL 3.8.3. DETAIL 8 ALL STEEL PARTS MUST AS S. ALL TYPE L CATCH BASIN HOT W PAM AREAS SMALL BE [OWPFD CKR SO110 LOCKING UO AND ' GALVMIIED AND ASPIIALT SMALL HOT SUMMON AS CATCH WIN. OLYVPIC FOUNDRY /SUM SOW O/f W CWAL (SEE DETAIL].BA). COATED (TREATMENT 1 OR Stale: N.T.S 6 CATCH WIN SMALL BE SO SO STEPS ME DIRECTLY UNO OPENING ( SMALL BE INCLUDED). BETTER). CATCH BASIN CITY OF R E N T O N DETAIL y DKPANTMeNT OF PUBLIC WORKS 6 A DETAIL ® CHECKED FORCCMIPLDWCE scale: N.TS. JET VISTA APT. STORM SYSTEM Scale: N.T 55. �J TO CRY T r. ,,,,, S APiINmN �- , TB .x •' REPLACEMENT-DETAILS D L� � BtBS/aa/1) Fa"F'•w ��P 2.1293 „a 1S159 Date V.,V // 4*q" M1wKy VII oqG , m m m m m m m m m m m m = m m i m m m