Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272103(1)
' AWARDED 19 b Contract No. CAG n$-C99 1 Tp TC.ir O-M ' -Ty c 496. anti (n9 L L7 ScacHI-le., W 4 gS186 Acme.: S7S- 1303 ��Y Q 1 1S;d : $ 7s, 0 7Y. 4S 1 t � BID PROPOSAL & SPECIFICATIONS 1 FOR: 1 1 i 1 P-1 CHANNEL WILDLIFE HABITAT PLANTING 1 1 EAST SIDE GREEN RIVER WATERSHED 1 1 1 1 CITY OF RENTON 1 PUBLIC WORKS DEPARTMENT MM MrAL MUM% 200 ILL AVE S. MUff0k WA6K 66066 • (206) 266-2UI 1 1 t + - R,.. 3-70 File Code AS-14-13 1 CONTRACT MODIFICATION NO. 1 LSGR - Wildlife Habitat Plantine Plan CAG-70-89 fNeme or Watershed or other Profeet) ( Contract No. ) To, Terra Dynamics . Inc . P.O. Box 69667 Seattle , WA 98188 ' ( Name or Contractor ) (Address ) You are hereby requested to comply with the following: Item Applicable No. Gene'.I Ineeea se in Decreue in Provi on ' ral CHANCE Contract Cost C [rect Co., 1-11 The time of planting shall be changed to none none ' the period between November 15th and December 21st , 1990 ' TOTAL $ S Net ( Increase J ( Decrease ) in Contract Cost $ 0 . 00 ' The Cumpletion Date of the contract is ( not changed ) ( extended ) ( reduced ) by 51 _calendar days. Revised Completion Date: Dec . 21 1g 90 List of Attachments:( 1f none, so state ) none ' Original Contract Price $ 75 ,075 . 45 Revised Contract Price $ 75 , 075 _ 45 THIS MODIFICATION IS HEREBY MADE A PART OF THE CONTRACT. ACCEPTED: x ' ( CONTRACTING OF ER OR 9I AUTHORI%Tgip FEeilWIvE ) o -� ( p01,N'f ACTOR )/9IgU t,',u,ntiflMT1VErrrWGGrrICER X V�✓!/l 96 r DATE ) ( DATE. ) ' A. S7!FV! FECHTER STATE ,uni1NISTRun wicER - TERRA == DYNAMICS 1 fl C O r p O r 2 t e d TERRAD1133LT (206) 575-1303 P.O. Box 69667 Seattle, Wa. 98188 1 ' SEPTEMBER 11 , 1990 t CITY OF RENTON DEPT . OF PLANNING & PUBLIC WORKS ' 200 MILL AVENUE SOUTH RENTON WA 98055 ATTN : JOHN HOBSON ' RE : P-1 CHANNEL WILDLIFE HABITAT PLANTING ' GENTLEMEN : WE ARE SUBMITTING THE FOLLOWING INFORMATION AS REQUESTED : ' THE ONLY AUTHORIZED SIGNATURE TO SIGN CONTRACTS OR CHANGE ORDES is AMPLE OF T SIGNATURE TINA SCOCCOLO, BELOSIDENT OF TERRA DYNAMICS , INC . 1 � ' TINA SCOCCOLO ' SINCERELY, TINA SCOCCOLO ' PRESIDENT TS/KH TERRA DYNAMICS DYNAMICS I fl C O f (0 O f a t e d TERRADI133LT (206) 575-1303 ' P.O. Box 69667 Seattie, Wa. 98188 ' SEPTEMBER 11, 1990 ' CITY OF RENTON DEPT. OF PLANNING & PUBLIC WORKS 200 MILL AVENUE SOUTH ' RENTON WA 98055 ATTN: JOHN HOBSON RE: P-1 CHANNEL WILDLIFE HABITAT PLANTING ' GENTLEMEN: WE ARE SUBMITTING THE FOLLOWING INFORMATION AS REQUESTED: ' 1. COMPANY OFFICER: TINA SCOCCOLO 8435 128TH AVE SE RENTON, WASHINGTON ' 271-0909 EMERGENCY 2. FOREMAN: DAVID DROTTZ ' 1200 NE 143RD #321F SEATTLE, WASHINGTON 365-6146 ' 3. BONDING AGENT: HAL ROSS STANLEY T. SCOTT & CO. INC. 2312 EASTLAKE AVENUE EAST t SEATTLE, WASHINGTON 323-3931 ' WE WILL NOT BE USING ANY SUBCONTRACTORS. OUR MATERIAL SUPPLIERS AT THIS TIME ARE AND ARE SUBJECT TO CHANGE: CROWNVECHT NURSERIES - MEADVILLE PA ' STORM LAKE GROWERS - SNOHOMISH WA ROSSO NURSERY - SEATTLE WA FURNEYS NURSERY - SEATTLE WA ' S�C�ER�ELY,Ij (� Xi4' TINA SCOCCOLO PRESIDENT TS/KH ' RESOLUTION We,the Board of Directors of Terra Dynamics Incorporated,a Corporation in the State of Washington,consent to designate Tina Scoccolo as sole signatory to enter into contracts and conduct other endorsements on behalf of the Corporation as allowed by Washington State Law. This action is consented to without holding a special meeting of the Board of Directors thisk 3 day of October, 1990,per Article 3.12 in the Bylaws of the Corporation. ' Adopted by the Board of Directors Signed: ' Tina Scoccolo:President,Secretary and Treasurer Terra Dynamics Incorporated 1 1 1 1 BYLAWS ' OF TERRA DYNAMICS, INC. 1 ARTICLE 1. OFFICES ' The principal office of the corporation shall be located at 331 Andover Park East, Seattle, WA 98188. The corporation may have such other offices, either ' within or without the State of Washington, as the Board of Directors ("Board") may designate or as the business of the corporation may require from time to time. ' ARTICLE 2. SHAREHOLDERS 2.1 ANNUAL MEETING. The annual meeting of the shareholders shall be ' held the second Tuesday in December in each year at principal office of the corporation for the purpose of electing directors and transacting such other business as may come before the meeting. If the day fixed for the annual meeting is a legal holiday at the place of the meeting, the meeting shall be held on the next ' succeeding business day. If the election of directors is not held on the day designated for the annual meeting of the shareholders, or at any adjournment thereof, the election shall be held at a special meeting of the shareholders called as soon thereafter as practicable. 2.2 SPECIAL MEETINGS. The President or the Board may call special ' meetings of the shareholders for any purpose. At the request of the holders of not less than one-tenth of all of the outstanding shares of the corporation entitled to vote at the meeting, the President shall call a special meeting of the shareholders. 2.3 PLACE OF MEETING. All meetings shall be held at the principal office of the corporation or at such other place within or without the State of Washington designated by the Board or by a waiver of notice signed by all of the shareholders ' entitled to vote at the meeting. 2.4 NOTICE OF MEETING. The President or Board when calling an annual ' or special meeting of shareholders shall cause to be delivered to each shareholder entitled to vote at the meeting either personally or by mail not less than 10 nor more than 50 days before the meeting written notice stating the place, day and hour of the meeting and, in the case of a special meeting, the purpose or purposes for which ' the meeting is called. 2.5 ACTION BY SHAREHOLDERS WITHOUT A MEETING. Any action ' required or permitted to be taken at a shareholders' meeting may be taken without a meeting if a written consent setting forth the action so taken is signed by all share- holders entitled to vote with respect to the subject matter thereof. Any such consent shall be inserted in the minute book as if it were the minutes of a ' shareholders' meeting. 1 ' 2.6 QUORUM. A majority of the outstanding shares of the corporation ' entitled to vote, represented in person or by proxy, shall constitute a quorum at a shareholders' meeting. If less than a majority of the outstanding shares are represented at a meeting, a majority of the shares so represented may adjourn the meeting from time to time without further notice. At an adjourned meeting at which a quorum is present or represented, any business may be transacted that might have been transacted at the meeting as originally notified. The shareholders present at a duly organized meeting may continue to transact business until ' adjournment, notwithstanding the withdrawal of enough shareholders to leave less than a quorum. 2.7 PROXIES. At all shareholders' meetings a shareholder may vote by ' proxy executed in writing by the shareholder or by his attorney in fact. Such proxy shall be filed with the Secretary of the corporation before or at the time of the meeting. Unless otherwise provided in the proxy, a proxy shall be invalid after 11 ' months from the date of its execution. 2.8 VOTING OF SHARES. Each outstanding share entitled to vote shall be ' entitled to one vote upon each matter submitted to a vote at a meeting of shareholders. 2.9 CUMULATIVE VOTING. Each shareholder entitled to vote at an election of directors may vote in person or by proxy the number of shares owned by him for as many persons as there are directors to be elected and for whose election he has a right to vote or he may cumulate his votes by distributing among one or ' more candidates as many votes as are equal to the number of such directors multiplied by the number of his shares. 2.10 VOTING LIST. At least ten days before each meeting of shareholders, a ' complete list of the shareholders entitled to vote at such meeting, or any adjournment thereof, shall be made, arranged in alphabetical order, with the address of and number of shares held by each, which list shall be kept on file at the ' registered office of the corporation for a period of ten days prior to such meeting. The list shall be kept open at the time and place of such meeting for the inspection of any shareholder. 2.11 CLOSING OF TRANSFER BOOKS AND FIXING RECORD DATE. For the purpose of determining shareholders entitled to notice of or to vote at any meeting of shareholders, or any adjournment thereof, or entitled to receive payment ' of any dividend, the Board of Directors may provide that the stock transfer books shall be closed for a stated period not to exceed fifty days nor be less than ten days preceding such meeting. In lieu of closing the stock transfer books, the Board of ' Directors may fix in advance a record date for any such determination of shareholders, such date to be not more than fifty days and, in case of a meeting of shareholders, not less than ten days prior to the date on which the particular action requiring such determination of shareholders is to be taken. ' -2 1 1 1 ARTICLE 3. BOARD OF DIRECTORS ' 3.1 GENERAL POWERS. The business and affairs of the corporation shall be managed by the Board. t 3.2 NUMBER, TENURE AND QUALIFICATIONS. The Board shall be com- posed of one director, provided, however, that the number of directors may be changed from time to time to any number allowed by the Washington business ' corporation act by an amendment to these Bylaws, but no decrease shall have the effect of shortening the term of any incumbent director. Each director shall hold office until the next annual meeting and until her successor shall have been elected ' and qualified unless she resigns or is removed. Directors need not be shareholders of the corporation. 3.3 REGULAR MEETINGS. A regular Board meeting shall be held without ' notice immediately after and at the same place as the annual meeting of shareholders. By resolution, the Board may provide the time and place either within or without the State of Washington for holding additional regular meetings without ' other notice than such resolution. 3.4 SPECIAL MEETINGS. Special Board meetinb may be called by or at ' the request of the President or any two directors. The person or persons authorized to call special meetings may fix any place either within or without the State of Washington as the place for holding any special Board meeting called by them. 3.5 NOTICE. Written notice of each special Board meeting shall be delivered personally, telegraphed or mailed to each director at his business address at least two days before the meeting. If such notice is mailed, it shall be deemed to ' be delivered when deposited in the United States mail properly addressed, with postage prepaid. If the notice is telegraphed, it shall be deemed to be delivered when the content of the telegram is delivered to the telegraph company. The attendance of a director at a meeting shall constitute a waiver of notice of such ' meeting, except where a director attends a meeting for the express purpose of objecting to the transaction of any business because the meeting is not lawfully called or convened. Neither the business to be transacted at, nor the purpose of, ' any regular or special meeting of the Board need be specified in the notice or waiver of notice of such meeting. ' 3.6 QUORUM. A majority of the directors shall constitute a quorum for the transaction of business at any Board meeting but, if less than such majority be present at a meeting, a majority of the directors present may adjourn the meeting from time to time without further notice. Members of the Board of Directors or any committee appointed by the Board of Directors may participate in a meeting of such Board or committee by means of a conference telephone or similar communi- cations equipment by means of which all persons participating in the meeting can hear each other at the same time, and participation by such means shall constitute presence in person at a meeting. 3.7 MANNER OF ACTING. The act of the majority of the directors ' present at a meeting at which a quorum is present shall be the act of the Board. ' -3- 3.8 VACANCIES. Any vacancy occurring on the Board may be filled by the affirmative vote of a majority of the remaining directors though less than a quorum ' of the Board. A director elected to fill a vacancy shall be elected for the unexpired term of his predecessor in office. Any directorship to be filled by reason of an increase in the number of directors shall be filled by election at an annual meeting ' or at a special shareholders' meeting called for that purpose. 3.9 REMOVAL. At a meeting of shareholders called expressly for that purpose, one or more members of the Board (including the entire Board) may be removed, with or without cause, by a vote of the holders of a majority of the shares then entitled to vote on election of directors. If less than the entire Board is to be removed, no one of the Directors may be removed if the votes cast against his removal would be sufficient to elect him if then cumulatively voted at an election of the entire Board. 3.10 COMPENSATION. By Board resolution, directors may be paid their expenses, if any, of attendance at each Board meeting or a fixed sum for attendance at each Board meeting or a stated salary as director or any combination of the foregoing. No such payment shall preclude any director from serving the corpo- ration in any other capacity and receiving compensation therefor. 3.11 PRESUMPTION OF ASSENT. A director of the corporation present at a Board meeting at which action on any corporate matter is taken shall be presumed to have assented to the action taken unless his dissent is entered in the minutes of the meeting or unless he files his written dissent to such action with the person acting as the secretary of the meeting before the adjournment thereof or unless he forwards such dissent by registered mail to the Secretary of the corporation immediately after the adjournment of the meeting. A director who voted in favor of such action may not dissent. ' 3.12 ACTION BY DIRECTORS WITHOUT A MEETING. Any action required or permitted to be taken at a meeting of the Board may be taken without a meeting if a written consent setting forth the action to be taken is signed by each of the ' directors. Any such written consent shall be inserted in the minute book as if were the minutes of a Board meeting. 3.13 ACTION OF DIRECTORS BY COMMUNICATIONS EQUIPMENT. Any action required or which may be taken at a meeting of directors, or of a committee thereof, may be taken by means of a conference telephone or similar communi- cations equipment by means of which all persons participating in the meeting can hear each other at the same time. 3.14 EXECUTIVE AND OTHER COMMITTEES. Standing or temporary ' committees may be appointed from its own number by the Board of Directors from time to time and the Board of Directors may from time to time invest such committees with such powers as it may see fit, subject to such conditions as may be ' prescribed by such Board. An Executive Committee may be appointed by resolution passed by a majority of the full Board of Directors. It shall have and exercise all of the authority of the Board of Directors, except in reference to amending the Articles of Incorporation, adopting a plan of merger or consolidation, recommending -4- the sale, lease or exchange or other disposition of all or substantially all of the property and assets of the corporation otherwise than in the usual and regular course ' of business, recommending a voluntary dissolution or a revocation thereof, or amending the Bylaws. All committees so appointed shall keep regular minutes of the transactions of their meetings and shall cause them to be recorded in books kept ' for that purpose in the office of the corporation. The designation of any such committee and the delegation of authority thereto, shall not relieve the Board of Directors, or any member thereof, of any responsibility imposed by law. ARTICLE 4. OFFICERS ' 4.1 NUMBER. The officers of the corporation shall be a President, one or more Vice Presidents, a Secretary and a Treasurer, each of whom shall be elected by the Board. Such other officers and assistant officers as may be deemed necessary ' may be elected or appointed by the Board. Any two or more offices may be held by the same person, except the offices of President and Secretary. 4.2 ELECTION AND TERM OF OFFICE. The officers of the corporation tshall be elected annually by the Board at the Board meeting held after the annual meeting of the shareholders. If the election of officers is not held at such meeting, such election shall be held as soon thereafter as a Board meeting conveniently may be held. Each officer shall hold office until the next annual meeting and until his successor shall have been elected and qualified unless he resigns or is removed. ' 4.3 REMOVAL. Any officer or agent elected or appointed by the Board may be removed by the Board whenever in its judgment the best interests of the corporation would be served thereby, but such removal shall be without prejudice to the contract rights, if any, of the person so removed. ' 4.4 VACANCIES. A vacancy in any office because of death, resignation, removal, disqualification or otherwise, may be filled by the Board for the unexpired ' portion of the term. 4.5 PRESIDENT. The President shall be the principal executive officer of the corporation and, subject to the Board's control, shall supervise and control all of ' the business and affairs of the corporation. When present, he shall preside over all shareholders' meetings and over all Board meetings. With the Secretary or other officer of the corporation authorized by the Board, he may sign certificates for ' shares of the corporation, deeds, mortgages, bonds, contracts, or other instruments that the Board has authorized to be executed, except when the signing and execution thereof has been expressly delegated by the Board or by these Bylaws to some other officer or agent of the corporation or is required by law to be otherwise signed or executed by some other officer or in some other manner. In general, he shall perform all duties incident to the office of President and such other duties as may be prescribed by the Board from time to time. ' 4.6 VICE PRESIDENT. In the absence of the President or in the event of his death, inability or refusal to act, the Vice President (or in the event of more ' than one Vice President, the Vice President who was first elected to such office) ' -5- shall perform the duties of the President, and when so acting, shall have all the powers of and be subject to all the restrictions upon the President. Vice Presidents ' shall perform such other duties as from time to time may be assigned to them by the President or by the Board. 4.7 THE SECRETARY. The Secretary shall: (a) keep the minutes of shareholders' and Board meetings in one or more books provided for that purpose; (b) see that all notices are duly given in accordance with the provisions of these Bylaws or as required by law; (c) be custodian of the corporate records and of the seal of the corporation and see that the seal of the corporation is affixed to all documents, the execution of which on behalf of the corporation under its seal is duly authorized; (d) keep a register of the post office address of each shareholder as ' furnished to the Secretary by each shareholder; (e) sign with the President, or a Vice President, certificates for shares of the corporation, the issuance of which has been authorized by resolution of the Board; (f) have general charge of the stock transfer books of the corporation; and (g) in general perform all duties incident to the office ' of Secretary and such other duties as from time to time may be assigned to him by the President or by the Board. ' 4.8 THE TREASURER. If required by the Board, the Treasurer shall give a bond for the faithful discharge of his duties in such sum and with such surety or sureties as the Board shall determine. He shall have charge and custody of and be responsible for all funds and securities of the corporation; receive and give receipts for moneys due and payable to the corporation from any source whatsoever, and deposit all such moneys in the name of the corporation in such banks, trust companies or other depositories as shall be selected in accordance with the t provisions of these Bylaws and in general perform all of the duties incident to the office of Treasurer and such other duties as from time to time may be assigned to him by the President or by the Board. ' 4.9 SALARIES. The salaries of the officers shall be fixed from time to time by the Board, and no officer shall be prevented from receiving such salary by reason of the fact that he is also a director of the corporation. 4.10 DELEGATION. In the case of absence or inability to act of any officer of the corporation and of any person herein authorized to act in his place, the Board ' of Directors may from time to time delegate the powers or duties of such officer to any other officer or any director or other person whom it may select. ' 4.11 BONDS. The Board of Directors may, by resolution, require any and all of the officers to give bonds to the corporation, with sufficient surety or sureties, conditioned for the faithful performance of the duties of their respective offices, and to comply with such other conditions as may from time to time be required by the Board of Directors. ' ARTICLE 5. CONTRACTS, LOANS, CHECKS AND DEPOSITS 5.1 CONTRACTS. The Board may authorize any officer or officers, agent or agents, to enter into any contract or execute and deliver any instrument in the -6- 1 r name of and on behalf of the corporation, and such authority may be general or confined to specific instances. ' 5.2 LOANS. No loans shall be contracted on behalf of the corporation and no evidences of indebtedness shall be issued in its name unless authorized by a ' resolution of the Board. Such authority may be general or confined to specific instances. 5.3 LOANS TO OFFICERS AND DIRECTORS. No loans shall be made by ' the corporation to its officers or directors, unless first approved by the holders of two-thirds of the shares, and no loans shall be made by the corporation secured by its shares. 5.4 CHECKS, DRAFTS, ETC. All checks, drafts or other orders for the payment of money, notes or other evidences of indebtedness issued in the name of the corporation, shall be signed by such officer or officers, agent or agents, of the ' corporation and in such manner as is from time to time determined by resolution of the Board. ' 5.5 DEPOSITS. All funds of the corporation not otherwise employed shall be deposited from time to time to the credit of the corporation in such banks, trust companies or other depositories as the Board may select. ARTICLE 6. CERTIFICATES FOR SHARES AND THEIR TRANSFER ' 6.1 CERTIFICATES FOR SHARES. Certificates representing shares of the corporation shall be signed by the President or the Vice President and by the Secretary and shall include on their face written notice of any restrictions which the ' Board may impose on the transferability of such shares. All certificates shall be consecutively numbered or otherwise identified. The name and address of the person to whom the shares represented thereby are issued, with the number of shares and date of issue, shall be entered on the stock transfer books of the ' corporation. All certificates surrendered to the corporation for transfer shall be cancelled and no new certificate shall be issued until the former certificates for a like number of shares shall have been surrendered and cancelled, except that in case -' of a lost, destroyed or mutilated certificate, a new one may be issued therefor upon such terms and indemnity to the corporation as the Board may prescribe. ' 6.2 TRANSFER OF SHARES. Transfer of shares of the corporation shall be made only on the stock transfer books of the corporation by the holder of record thereof or by his legal representative, who shall furnish proper evidence of authority to transfer, or by his attorney in fact authorized by power of attorney duly executed and filed with the Secretary of the corporation, and on surrender for cancellation of the certificates for such shares. The person in whose name shares stand on the books of the corporation shall be deemed by the corporation to be the owner thereof ' for all purposes. 6.3 FRACTIONAL SHARES OR SCRIP. The corporation may, but shall not be obliged to, issue a certificate for a fractional share, which shall entitle the -7- i holder to exercise voting rights, to receive dividends thereon, and to participate in ' any of the assets of the corporation in the event of liquidation. In lieu of fractional shares, the Board of Directors may provide for the issuance of scrip in registered or bearer form which shall entitle the holder to receive a certificate for a full share upon the surrender of such scrip aggregating a full share. 1 6.4 SHARES OF ANOTHER CORPORATION. Shares owned by the corpo- ration in another corporation, domestic or foreign, may be voted by such officer, ' agent or proxy as the Board of Directors may determine or, in the absence of such determination, by the President of the corporation. ' ARTICLE 7. DIVIDENDS AND FINANCE 7.1 DIVIDENDS. Dividends may be declared by the Board of Directors and ' paid by the corporation except to the extent such declaration and payment would cause the corporation to be unable to pay its debts as they become due in the usual course of its business; or would cause the corporation's assets to be less than the sum of its liabilities and any preference rights in liquidation of the corporation. The stock transfer books may be closed for the payment of dividends during such periods of not exceeding fifty days, as from time to time may be fixed by the Board of Directors. The Board of Directors, however, without closing the books of the corporation, may declare dividends payable only to the holders of record at the close of business, on any business day not more than fifty days prior to the date on which the dividend is paid. ' ARTICLE 8. SEAL The seal of this corporation shall consist of the name of the corporation, the state of its incorporation and the year of its incorporation. ' ARTICLE 9. WAIVER OF NOTICE ' Whenever any notice is required to be given to any shareholder or director of the corporation under the provisions of these Bylaws or under the provisions of the Articles of Incorporation or under the provisions of the Washington Business ' Corporation Act, a waiver thereof in writing, signed by the person or persons entitled to such notice, whether before or after the time stated therein, shall be deemed equivalent to the giving of such notice. ' ARTICLE 10. INDEMNIFICATION 10.1 The corporation shall indemnify any person who was or is a party or is threatened to be made a party to any threatened, pending or completed action, suit or proceeding, whether civil, criminal, administrative or investigative (other than an action by or in the right of the corporation) by reason of the fact that he is or was a director, officer, employee or agent of the corporation, or is or was serving at the ' -8 1 ' request of the corporation as a director, officer, employee or agent of another corporation, partnership, joint venture, trust or other enterprise, against expenses ' (including attorneys' fees), judgments, fines and amounts paid in settlement actually and reasonably incurred by him in connection with such action, suit or proceeding if he acted in good faith and in a manner he reasonably believed to be in or not opposed to the best interests of the corporation, and with respect to any criminal ' action or proceeding, had no reasonable cause to believe his conduct was unlawful. The termination of any action, suit or proceeding by judgment, order, settlement, conviction, or upon a plea of nolo contendere or its equivalent, shall not of itself ' create a presumption that the person did not act in good faith and in a manner which he reasonably believed to be in or not opposed to the best interests of the corporation, and with respect to any criminal action or proceeding had reasonable cause to believe that his conduct was unlawful. ' 10.2 The corporation shall indemnify any person who was or is threatened to be made a party to any threatened, pending or completed action or suit by or in the ' right of the corporation to procure a judgment in its favor by reason of the fact that he is or was a director, officer, employee or agent of the corporation, or is or was serving at the request of the corporation as a director, officer, employee or agent of another corporation, partnership, joint venture, trust or other enterprise against expenses (including attorneys' fees) actually and reasonably incurred by him in connection with the defense or settlement of such action or suit if he acted in good faith and in a manner he reasonably believed to be in or not opposed to the best interests of the corporation and except that no indemnification shall be made in respect to any claim issue or matter as to which such person shall have been adjudged to be liable for negligence or misconduct in the performance of his duty to ' the corporation unless and only to the extent that the court in which such action or suit was brought shall determine upon application that, despite the adjudication of . liability but in view of all circumstances of the case, such person is fairly and reasonably entitled to indemnity for such expenses which such court shall deem ' proper. 10.3 To the extent that a director, officer, employee or agent of the corporation has been successful on the merits or otherwise in defense of any action, suit or proceeding referred to in subsections (1) and (2), or in defense of any claim, issue or matter therein, he shall be indemnified against expenses (including ' attorneys' fees) actually and reasonably incurred by him in connection therewith. 10.4 Any indemnification under subsections (1) or (2) (unless ordered by a court) shall be made by the corporation only as authorized in the specific case upon ' a determination that indemnification of the director, officer, employee or agent is proper in the circumstances because he has met the applicable standard of conduct set forth in subsections (1) or (2). Such determination shall be made (a) by the Board ' of Directors by a majority vote of a quorum consisting of directors who were not parties to such action, suit or proceeding, or (b) if such a quorum is not obtainable, or even if obtainable, a quorum of disinterested directors so directs, by independent legal counsel in a written opinion, or (c) by the shareholders. 10.5 Expenses (including attorneys' fees) incurred in defending a civil or criminal action, suit or proceeding may be paid by the corporation in advance of the ■ final disposition of such action, suit or proceeding provided in subsection (4) upon receipt of an akinautbhorized in the manner ' directors, officer, employee or agent to repay such amount unless it shall or on behalf ltimately be determined that he is entitled to be indemnified by the corporation as authorized in this section. ' 10.6 The indemnification provided by this Article shall not be deemed exclusive of any other rights to which those indemnified may be entitled under any as lto ,action agreem aconn nnhisvofficialh apa ity and ass or to cacti n in ano directors, her capacity while ' holding such office, and shall continue as to a Psondirector, officer, employee or agent and shall inure to theobe efit ofhasethe o hbe a eirs, ' executors and administrators of such a person. 10.7 Upon the majority vote of a corporation may purchase and maintain insurance on behalf orum of the Board n of Directors, the was a director, officer, employee or agent of the corporation, or is or was servi person who ng at the request of the corporation as a director, officer, employee or agent of another corporation, partnership, joint venture, trust or other enterprise against any liability ' asserted against him and incurred by him in any such capacity, or arising out of his status as such, whether or not the corporation shall have indemnified him against such liability under the provisions of this Article. ' ARTICLE 11. AMENDMENTS ' These Bylaws may be altered, amended or repealed and new Bylaws may be adopted by the Board at any regular or special meeting of the Board. ' ARTICLE 12. FISCAL YEAR The fiscal year of the corporation shall be the calendar year. Adopted by Board of Directors Signed: TINA SCOCCOLO 1 1 -10- I DEPARTMENT OF LABOR AND INDUSTRIES THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A e a ON5T C61' PEL`YALT11 ` 1 y": -.PEGISTR0.TIbN�Rj♦.>��q :^:S.yk a �� STATE OF WASHINGTON c WBV TIE ADI133f T OSr23yF1 TFF}A DYNAMIC$ INC 4 Y I P p,BpX 69667 SEATTLE WA. 9B188 F625-052-000(8-82) L DETACH TO DISPLAY CERTIFICATE-1 CITY OF RENTON ' BID PROPOSAL AND SPECIFICATIONS EAST SIDE GREEN RIVER WATERSHED P-1 CHANNEL WILDLIFE HABITAT PLANTING ' INDEX ' Summary of Fair Practices/Affirmative Action Program, City of Renton ' Scope of Work Vicinity Map Instructions to Bidder Call for Bids *Non-Collusion Affidavit *Bid Bond Form *Proposal *Schedule of Prices Bond to the City of Renton Contract Agreement Environmental Regulation Listing *Minimum Wage Form Standard Specifications and Supplemental Specifications Special Provisions ' Standard Drawings Documents marked * above 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. aCITY OF RENTON Public Works Dept. Renton, WA 98055 EXHIBIT "A" CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure equal employ- ment opportunity to all persons regardless of race; creed; color; ethnicity; national origin; sex; the presence of a non-job-related physical, sensory, or mental handicap; age; or marital status. ' This policy shall be based on the principles of equal employment opportunity and affirmative action guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (I) EMPLOYMENT PRACTICES - All activities relating to employ- ment such as recruitment, selection, promotion, termination and training shall be conducted in a non-diecriminatory 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 FIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and ' commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PROGRAM - The City of Renton Affirmative Action Program will be maintained to facilitate equitable representation within the City workforce and to assure equal employment opportunity to all. It shall be the responsibility and duty of all City officials and employees to carry out the policies, guidelines and corrective measures as set forth by this program. Corrective employment programs may be established by the Mayor on the recommendation of an Affirmative Action Committee for those departments in which a protected class of employees is under-represented. (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the Affirmative Action Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 2nd day of June 1980. CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: Issued: July 10, 1972 Revised: February 9, 1976 l�d►G✓( 1 Revised: June 2, 1980 'City Clerk CITY OF RENTON ' WILDLIFE HABITAT PLANTING SCOPE OF WORK The work involved under the terms of this contract document shall consist of furnishing and installing all trees, shrubs, and ground cover of the kinds and sizes specified. At the locations shown on the plans and staked in the field. All work shall be as set forth in the design drawings and specifications. Any contractor connected with this project shall comply with all Federal, State, Country, and City Codes and regulations applicable to such work and perform the work in ' accordance with the plans and specifications of this contract document. N Re,f RENTON Pn 4� MA RIPO TL e S emPiro wa PROX CT Renton Y S. L OCA T/ON 181 �s P, se b y i N S.W. T 5T. P c i a RENTON SEW� ' S•Or°d W TREATMENT PL Tukwila S.W. 16 ST. center S.W. 19 ST. Tukwila pork wy Longacres Springbrook 0 South Crook Center Strander Blvd. S.W. 27 ST. e• 16 W e0C v N 5 G` 3 c o > Ui a ` a Q c � o `o — a e r c v � c o v Q m c n a o O J W S.W. 43 ST. - 1 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. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. ' 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% 0£ the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The ' check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. Rev. 4/10/89 ' forms/bidders/If CITY OF RENTON P-1 CHANNEL WILDLIFE HABITAT PLANTING GREEN RIVER TO GRADY WAY S.W. EAST SIDE GREEN RIVER WATERSHED ' CALL FOR BIDS Sealed bids will be received until 2:30 p.m., January 10, 1990 at the City Clerk's office ' and will be opened and publicly read in the Ist 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: Furnishing and installing trees, shrubs, and ground cover as specified in the contract specifications and drawings along the P-1 floodwater storage pond and the P-1 channel between the Green River and S.W. Grady Way. This work includes planting 1,594 shrubs and trees and 2,392 willow whips along approximately 5,500 feet of channel bank. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. tApproved plans and specifications and form of contract documents may be obtained in the Public Works Department at the Renton Municipal Building, for a non-refundable ' fee of $25.00 each set plus $5.00 to cover postage, if mailed. The mailing charge will not be refunded. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. Refer to Item 7 0£ the instructions to Bidders. The City's Fair Practices and Non-Discrimination Policies shall apply. Maxine E. Motor, City Clerk ' Published: 1 Daily Journal of Commerce: 12/27/89 and 1/3/90 TERRA DYNAMICS EQUAL EMPLOYMENT OPPORTUNITY POLICY ' A. Terra Dynamics , Inc. will not discriminate against any employees , or applicants for employment because of race, creed, color, religion, sex, national origin, age, physical or mental handicap in regard to ' any position for which the employees or applicant for employment is qualified, or because the employee or applicant is a disabled veteran or veteran of the Vietnam Era in regard to any position for ' which the employee or applicant for employment is qualified. In no event will Terra Dynamics , Inc. utilize the goals , timetables , affirmative action steps required by these conditions in such a manner as to cause or result in discrimination on account of the ' reasons set forth in this paragraph. ' B. We shall notify community organizations that we have employment opportunities available and shall maintain records or the organi- zations ' responses . ' C. We shall make specific and constant personal (both written and oral) recruitment efforts directed at all minority and female ' organizations , schools with minority and female students , minority and female recruitment organizations and minority and female training organizations , within our recruitment areas . ' D. We shall make specific efforts to encourage present minority and female employees to recruit their friends and relatives . E. We shall disseminate our EEO policy within our organization by ' including it in any policy manual, by publicizing it in our newspapers ; by conducting employee meetings ; by posting the policy; and by specific review of the policy with minority and female ' employees . F. We shall disseminate our EEO policy externally by informing and ' discussing it with all recruitment sources ; by advertising in news media, specifically including minority and female news media; and by notifying and discussing it with suppliers . ' G. We shall validate all man specifications , selection requirements , tests , etc. P.O.Box69667 • Seattle, WA98188 • (206)575-1303 • TERRAD-YIPM I133LT 1 ' TERRA DYNAMICS ' H. We shall make every effort to provide after-school , summer and vacation employment to minority and female youths . rI. We shall develop on-the-job training opportunities and participate and assist in any association or employer-group training programs ' relevant to our employee needs consistent with its obligations hereunder. tJ. We shall continually inventory and evaluate all minority and female personnel for promotion opportunities and encourage minority and ' female employees to seek such opportunities . K. We shall make sure that the seniority practices , job classifications , etc. do not have a discriminatory effect. L. We shall make certain that all facilities and company activities are nonsegregated. ' M. We shall continually monitor all personnel activities to ensure that our EEO policy is being carried out . ' N. We shall solicit bids for subcontracts from available minority and female subcontractors engaged in the trades covered by these requirements including circulation of minority and female contract associations . REVISED 1/90 P.O. Box69667 • Seattle, WA98188 • (206)575-1303 • TERRAD' $ I133LT City of Renton ' Combined Affidavit b Certification Form: Non-Collusion,Anti-Trust, and Minimum Wage (Non-Federal Aid) ' NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the Identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or col- lusive 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 retrain 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. Therefore, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased In connection with this order or contract, except as to overcharges resulting from anti-trust violations com- mencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. 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 pav 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 PURCIASER AND MINIMUM WAGE AFFIDAVIT ' P l Cl�ni�2i 1�� i1�114�. Nabl�4 �IU- n�T Name of ProjeCT TEPsza. l7Y(KhU I ch � _ Ln/ Name of Bidd 's F;rm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this day of .�G.✓_y �._ 19 rf Notary Public in and for the Sta)e of Washington (� Residing `1 BID BOND KNOW ALL MEN BY THESE PRESENT'S: That we, TERRA DYNAMICS, INC. , as Principal , and UNITED PACIFIC INSURANCE COMPANY, as Surety, are held and firmly bound unto the CITY OF RENTON as Obligee, in the penal sum of ***FIVE PERCENT (5%) OF THE TOTAL AMOUNT' RID*** f, the payment of which the Principal and the Surety bond themselves, thf heirs, executors, administrators, successors and assigns, Jointly and ' severally, by these Dr-esents. The condition of this obligation is such that if the Obligee shal ' make any award to the Principal for: P-1 CHANNEL WILDLIFE HABITAT PLANTING according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter in to a contra( with the Obligee in accordance with the terms of said proposal or bid award and shall give bond for the faithful performance thereof, with Surety or sureties approved by the Obligee; or if the Principal shall case of failure so to do, may and forfeit to the Obligee the penal amc of the deposit specified in the call for bids, then this obligation st be null and void; otherwise it shall be and remain in full force and ' effect and the Surety shall forthwith pay and forfeit to the Obligee, penalty and liquidated damages, the amount of this bond. Signed, Sealed and Dated this LOTH day of JANUARY 199Q. 1 TERRA INC. Ry. D UNIT PA FIC INSURANCE COMPANY 9 By- R IN N. WHEATLEY Attorney-in-Fact ' UNITED PACIFIC INSURANCE COMPANY HEAD OFFICE,FEDERAL WAY, WASHINGTON POWER OF ATTORNEY ' KNOW ALL MEN 9Y THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY,a corporation duly orpani3sd lasdar the laws of the State of Washington,doe hereby make,constitute and appoint ROBIN N. WHEATLEY of SEATTLE, WASHINGTON -------- its true and lawful Attorney-m-Fact,to make,execute,seal and deliver for and on in behalf,and a its act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP ------- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such of hcers,and hereby ratifies and confirms all that its said Attofneylsldm Fact may do in pursuance hereof. ' This Power of Attorney is granted under and by authority of Article VII of the By Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978,which provisions are now in full for"and effect,reading as follows- ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS t 1. The Board of Directors,the President,the Chairman of the Board,any Senior Vice President,any Vice President or Assistant Vice President or 9then officer designated by the Board of Directors shall have power and authority to la) appoint Attorneys-m-Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recogmzances, contracts of indemnity and other writings obligatory in the nature thereof,and (b) to remove any such Attorney in-Fact at any lime and revoke the power and authority given to him. 2. Attorneys in Fact shall have power and authority,subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company,bonds and undertakings,recogrn era nces,contracts of indemnity and other writings obligatory in the nature thereof. The corporate seat is not necessary for the validity of any bonds and undertaking.,recogni"nces,contracts of indemnity and other writings obligatory ,n the nature thereof. ' 3. Attorneys in Fact shell have power and authority to execute affidavits required to be attached to bonds,recognizances,contracts of indents. mty or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-laws of the Company or any article or section thereof. ' This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979,at which a quorum was present,and said Resolution has not been amended or repealed. ' "Resolved,that the signatures of such directors and officers and the seal at the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsmisde signatures or facvmile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or ' undertaking to which it is attached." IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY has"used these presents to be signed by its Vice President,and Its corporate gal to he hereto affixed,this 23rd day of February 19 89 S UNITEqPACIFIC INSJIRANCE COMPANY ,ins v V President ' STATEOF Washington COUNTY OF King }m' ' On this 23rd day of February 1989,perronallyappaared Lawrence W . Carlstrom to me known to be the Vice President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the fore- going instrument and affixed the seal of said corporation thereto,and that Article VII, Section 1, 2, and 3 of the By-Laws of mid Cgnpany, and the Resolution,set forth therein,are still in full force ' J' My Commission Expire: r,Muir WBIc .S May 1 CJ 19 9 0 °4 t �s Notary Public in and for State o W a s h ' t o n ' Reudirgat Tacoma I, John E . Vance Assierent Secretary of the UNITED PACIFIC INSURANCE COMPANY,do hereby certify that the above and foregoing n a true and correct copy of a Power of Attorney executed by mid UNITED PACIFIC INSURANCE COMPANY,which is still in full ' for"and effect, µ�,s f- 1 IN WITNESS WHEREOF,I haw hereunto fart my hand and affixed the real of said Coepeny this J�) day of 21 s 4LGr� 19 ' J ou-ta37 Ea. 0/BO gss Assistant Secri lsry ' ohn E . Vance �. . .. 1 ZO.L-'-;....,;�.if. , .Y°`.PROPOSAL r -k • f TO THE CITY OF RENTON RENTON, WASHINGTON Gentlemen: ' The undersigned hereby certifle° that _SU- has examined the site of the proposed work and ha-5 _read and thoroughly m derstandS the plans , t 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 item, all extensions , and total amount of bid should be shown. Show unit prices both in writing and in figures.) ' Signature cDlel Address PGPx L-r7Lf-7 Names of Members of Partnership: 1 OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at r•1+ .,::, a ;:s i+ . i � .. - City ^E 1 6n I,, �..l ofRenton Publi c Works Department ,r .• tlar * ;{ 1 .r rf. - f4 ti -..' ! Fj�At I.!•r r. -..-1 r v�,. �a?., n U East Side Green River Watershed Schedule A P-1 Channel,` Wildlife Habitat Planting SCHEDULE OF PRICES ___--- -_ - _ (NOTE: Unit prices for all items, all extentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS. 001 . 2392.0 Salix Cottetii or Each S. Sitchensis 4' ht. # c S — �o?, SO SPer Each tVXords Figures 002. 196.0 Amelanchier florida - 5 gal . Each ° Per Etch 003. 224.0 Cornus stolonifera - 5 gal . Each Per Each 004. 222.0 Prunus virginiana - 5 gal . Each Per Each 005. 226.0 Photinia glabra - 5 gal . Eac 78 D� Per Each 006. 86.0 Myrica californica - 5 gal . Eac Per Each f' Page - 1 Q City of Renton Public Works Department East Side Green River Watershed y y =i Sc edule A ,h• t, P-1 Channel , Wildlife Habitat Plant n ' _ , -- SCHEDULE OF PRICE% (NOTE: Unit prices for all items, all extentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS. 007. 304.0 Acer circinatum - 5 gal . Each _ $ Per Each Words Figures 008. 51.0 Pinus nigra - 10 gal . Each _ Per Each 009. 85.0 Rosa nutkana - 5 gal . Each r" - Per Each 010. 100.0 Holodiscus discolor - 5 gal . Each oo do Per Each 011. 100.0 Rhus typhina - 5 gal . Each o. � o0 Per Each Page - 2 ,F:ge�hY�Ti City of Renton *Public Works Department - e \6.- _ East Side Green River Watershed Schedule 'A P-1 Channel , Wildlife Habitat -Planting - _ --- --=- SCHEDULE OF PRICES (NOTE: Unit prices for all items, all estentions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevaiL) ITEM APPROX . ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) DOLLARS CTS. DOLLARS CTS . Subtotal SCHEDULE A $ 69 -If-0 8. 1% Sales Tax $ � s. ' Total SCHEDULE A I 1 1 I 1 Page - 3 BOND TO THE CITY OF RENTON BOND NU1441847 ' KNOW ALL MEN BY THESE PRESENTS : That we, the undersigned TERRA DYNAMICS, INC. as principal , and UNITED PACIFIC INSURANCE COMPANY corporation organized and existing under the laws of the State of WASHINGTON 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 $75,075.45 for the payment of which sum on demand we bind our- selves and our successors, heirs , administrators or personal representatives , as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washing- ton, the Ordinance of the City of Renton. ' Dated at Washington, this /OTf>' day of QC7-afL- w 19f�i • ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 providing for ' P-1 CHANNEL WILDLIFE HABITAT PLANTING (FROM S.W. GRADY WAY TO THE GREEN RIVER) ' (which contract is referred to herein and is made a part hereof as though attached hereto) , and WHEREAS, the said principal has accepted, or is about to accept, the said contract , and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said TERRA DYNAMICS, INC. 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 t said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless ' from any loss or damage occasioned to any person or property by reason of any care- lessness or negligence on the part of said principal , or any subcontractor in the per- formance 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 said con- tract or from defects appearing or developing in the material or workmanship provided or performed under said 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 other- wise it shall be and remain in full force and effect. TERR DYNAMIC I C. UN TED ACIFIC INSU NCE COMPANY ROBIN N. BELSON ATTORNEY-IN-FACT Revised: 8/16/83 ' UNITED PACIFIC INSURANCE COMPANY HEAD OFFICE,FEDERAL WAY, WASHINGTON POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington,does hereby make,constitute and appoint ROBIN N. BELSON of SEATTLE, WASHINGTON ----------- its true and lawful Attorney-in-Fact to make,execute,seal and delve-for and on its behalf,and as its act and deed ' ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP ------- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and affesled by one other of such officers,and hereby ratifies and confirms all that its said Attorneys)-in-Fact may do in pursuance hereof. This Power of Atornery is granted under and by authority of Article VII of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978,which provisions are now in full force and effect reeding as follows: ' ARTICLE VII— EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President Vie Chairman of the Board,any Senior Vice President any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to(a)appoint Attorneys-in-Fact and to authorize them to execute ' on behalf Of the Company,bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,and (b) to remove any such Attorney-in-Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them,to execute ' and deliver on behalf of the Company,bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizances,contracts of indem- nity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of ' UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979.at which a quorum was present and said Resolution has not been amended or repealed: "Resolved, mat the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any cart kale relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile ' signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and fapimile seal shall be valid and binding upon the Company in the hrture with respect to any bond or undertaking to which it is anached.- ' IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY has caused them presents to be signed by its Vice President and its corporate sail to be hereto affixed.In 2 0 t h day of April 19 90 ' qs.�i /^UNITED 4ITEDI ED4 PACIFIC IN/SUS�U`RARAN CE COMPANY �Yxxe President ' STATEOF Washington l COUNTY OF King fay On fife 20th days April .1990,personally appBBfed Lawrence W. Carlstrom to me known to be this Vice-President of the UNITED PACIFIC INSURANCE COMPANY,and acknowledged that he executed and attested the fore- going Instrument and affixed the a" of avid corporation thereto,and that Article VIt 1, 2, and 3 of the By-Laws of mil Company and the 14molution.set form therein,are all in full force. ZAMy Commission Expires: ?. '*`e ;-Igiwv4 May 15 .19 90 "• I Notary Public in and for State of ashingto Residing at Tacoma I. Robert D. Ritzhaupt Assistant secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Ahomey executed by said UNITED PACIFIC INSURANCE COMPANY,which is still in full force and effect IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of mid Company this day of 19 a�Aeo'b Amisant Secretary "t- ' Robert D. R zhau rllw-,as,8duet �,.,,..N� CERTIFICATE OF INSURANCE ISSUE DATE(MMIDD/YY) 4-7-40 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS ' NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW STANLEY T. SCDTT & CO., INC. 2312 EASTLAKE AVE. E. COMPANIES AFFORDING COVERAGE SEATTLE, WASHINGTON 98102 COMPANY CODE SUB-CODE LETTER A AMERICAN STATES COMPANY B INSURED LETTER COMPANY `. TERRA DYNAMICS, INC. LETTER P. 0. BOX 69667 COMPANY D SEATTLE, WA. 9B1BB LETTER 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 POLICYNUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS TR DATE IMMIODIYY) DATE(MMIDDIYY) A GENERAL LIABILITY GENERAL AGGREGATE E 1000 ._.-.. T COMMERCIAL GENERAL LIABILITY OI CC 026463-4 2-10-70 2-10-9I PRODUCTS'COMP/OPS AGGREGATE,4 lOOO _ CLAIMS MADE I OCCUR.', PERSONAL S ADVERTISING INJURY E 1000 X OWNER'S E CONTRACTOR'S PROT.I, EACH OCCURRENCE E 1000 FIRE DAMAGE(Any one lire) 'E 50 .._._ MEDICAL EXPENSE(Any on.person) E AUTOMOBILE LIABILITY COMBINED - SINGLE S A A ANY AUTO LIMIT 1000 ALL OWNED AUTOS BODILY 1 01 CC 026463-4 2-10-90 2-10-91 INJURY E SCHEDULED AUTOS Per parson) HIRED AUTOS ' f X BODILYINJURY E NON-OWNED AUTOS j (Per accident) j GARAGE LIABILITY PROPERTY .E DAMAGE EXCESS LIABILITY i EACH AGGREGATE ' OCCURRENCE A I SU 60163-30 2 10 90 2-10-91 E E OTHER THAN UMBRELLA FORM STATUTORY ' WORKER'S COMPENSATION E (EACH ACCIDENT) AND E (DISEASE—POLICY LIMIT) EMPLOYERS'LIABILITY 3 (DISEASE—EACH EMPLOYEE ' OTHER . . .. ._ _ I ' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESIRESTRICTIONS/SPECIAL ITEMS P-1 CHANNEL WILDLIFE HABITAT PLANTING CERTIFICATE HOLDER ' CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF RENTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO DEPT. OF PLANNING/BUILDING/PUBLIC WORKS MAIL-45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 200 MILL AVE. SOUTH LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR RENTON, WA. 9BO55 LIABILITY OF AN KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED SENTATIy� f!L2c� HAROLD R. ROSS ISM) �"� 40 ACORD 25-S (3188) ®ACORD CORPORATION 1908 ' 1 of 7 CONTRACTS OTHER THAN FEDERAL-AID FHWA ' THIS AGREEMENT, made and entered into this 0 r/J- day of 0 67?6&;E,, 19±1 by and between THE CITY OF RENTON, Washington, a municipal corporation of ' the State of Washington, hereinafter referred to as "CITY" and Terra Dynamics Inc hereinafter referred to as "CONTRACTOR. " ' WITNESSETH: 1 ) The Contractor shall within the time stipulated, (to-wit: within so (eighty) ' working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and ' services required to be performed, and provide and furnish all of the labor, materials , appliances , machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall ' complete the construction and installation work in a workmanlike manner, in connection with the City' s Project (identified as No. CAG 086-89 ' for improvement by construction and installation of: Planting of trees and shrubs in the P-1 Channel from S.W. Grady Way to the Green River. ' All the foregoing shall be timely performed, furnished, constructed, ' installed and completed in strict conformity with the plans and spec- ifications, 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 2of7 ' Contracts Other Than Federal-Aid FHWA ' and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works ➢irector as ' being in such conformity with the plans, specifications and all require- t ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's ' bid and signing of this agreement, consists of the following documents, ' all of which are component parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, as if ' hereto attached. a) This Agreement , b) Instruction to Bidders c) Bid Proposal ' d) Specifications e) Maps & Plans , f) Bid g) Advertisement for Bids h) Special Provisions, if any , i) Technical Specifications, if any 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 t 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 Rev. 4/83 , 3of7 Contracts Other Than Federal-Aid FHWA subcontractors should violate any of the provisions of this Contract, 1 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 tany 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. 1 1 Contracts Other Than Federal-Aid FHWA 4 of 7 , 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 un- , patented invention, process, article or appliance manufactured for use ' in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract.. ' In the event the City shall , without fault on its part, be made a party ' to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, ' expenses and reasonable attorney's fees incurred or paid by the City , in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be ' incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. ' 1 6) Any notice from one party to the other party under the Contract shall , ' be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such ' 1 5of7 Contracts Other Than Federal-Aid FHWA notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail , postage prepaid, 1 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 than8o (eight)4orking 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 tagreed that the damages to the City occasioned by said delay will be the sum of (in accordance with Standard Snecifica inns) , 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 nor 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 6of7 Contracts Other Than Federal-Aid FHWA ' 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, pay- rolls, 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. ' 11 ) The total amount of this Contract is the sum of Seventy-Five Thousand Seventy- ' Five Dollars and 45/100 ($75 075.45) , which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the , "Special Provisions" of this Contract. Rev. 4/83 1 Contracts Other Than Federal-Aid FHWA 7 of 7 ' IN WITNESS WHEREOF, the City has caused these presents to be signed by its ' Mayor and attested by its City Clerk and the Contractor has hereunto set ' his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON A �� t a � __ ' res a art er r Mayor r ATTE a City Clerk Firm Name ' Individual_ Partnership Corporation k' A 1` Corporation State of 1,0corporation 1 1 Attention: ' If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one ' signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the city and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed ' followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. ' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. 1 1 1 ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATIONL 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 follow- ing laws , ordinances , and resolutions : King County Ordinance No . 1527 requires Building and Land Development Division and Hy raulics 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 stand- ards to be incorporated into project design by Engineering Services . Reivew by Hydraulics Division. ' Kin Count Ordinance No . 800 , No. 900 , No. 1006 and Resolution o . , No . Z4553 , No. 24834 , No . 6894 and No . 11242 contained in King County o e Titles 8 and 10 are provisions for disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid Waste. ' Pu et Sound Air Pollution Control A enc Re uI tion I : A regu- ation to control the emission o air contaminants trom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King , Pierce , Snohomish, and KitsaD 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 re- port 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 tie purity of all water of the State consistent with ' public health and public enjoyment thereof, the propagation and protecting 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 astes 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 . WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ' R.C.W. 76. 04 . 370 : Provides for abatement of additional fire haz- ard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near building , roads , campgrounds , and school grounds) . The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists . R. C.W. 76 . 04. 010 : Defines terms relating to the suppression or ' abatement of forest fires or forest fire conditions . R.C .W. 70 . 94 . 660 : Provides for issuance of burning permits for ' abating or prevention of forest fire hazards , instruction or silvicultural operations . R.C.W. 76. 04 . 310 : Stipulates that everyone clearing land or ' clearing right-of-way shall pile and burn or dispose of by other satisfactory means , all forest debris cut thereon , as rapidly as the clearing or cutting progresses , or at such other times as the ' department may specify , and in compliance with the law requiring burning permits . R. C.W. 78 . 44 : Laws governing surface mining (including sand, , gravel , stone, and earth from borrow pits) which provide for fees and permits , plan or operation , reclamation plan , bonding , and ' inspection of operations . W.A. C. 332-18 : Delineates all requirements for surface mined lan rec amation. ' W.A. C. 332- 24 : Codifies requirements of R. C.W. 76 . 04 pertaining to land clearing and burning . ' U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13 , 1902 : Author- ' izes 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 , 6 Stat . 816) : Authorizes the SecretTr—yof the Army, acting t rough 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 o —refuse without a permit into navigable waters is prohibited. Violation is punishable by fine . Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine . , - 2- PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS : KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION ' King County Resolution No . 25789 requires an unclassified use permit tor tilling , quarrying including borrow pits and associ- ated activities such as asphalt plants , rock crushers) and refuse disposal sites and provides for land reclamation subse- quent to these activities . A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Mana ement Act 1171 requires a permit for construction on tate s ore Ines . ermit acquired by Public Works and reviewed by Building and Land Development Division. ' King County Ordinance No. 1488 requires permit for grading , land F s, grave p tsdumping , quarrying and mining operations except on County right-of-way. Review by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME Cha ter 112 , Laws of 1949 : Requires hydraulics permit on certain projects. King County Department of Public Works will obtain. ) WASHINGTON STATE DEPARTMENT OF ECOLOGY {4.A.C . 173-220 : Requires a National Pollutant Discharge Elimination ' System N D 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 tate 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 e reviewed y tTie 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 . ) . ' -3- PERMITS REQUIRED FOR THE PROJECT - Continued WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ' R. C.W. 76 , 04 . 150 : Requires burning permit for all fires except ' or 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 exteme fire weather or to ' prevent restriction of visibility and excessive air pollution. R. C.11. 76. 08 . 030 : Cutting permit required before cutting merchant- able 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 opera- tion (including sand, gravel , stone , and earth from borrow pits) . , UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899 : Requires , permit for construction (other than bridges , see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain) . ' FIRE PROTECTION DISTRICT R. C.W. 52 . 28 . 010 , 52 . 28 . 020 , 52 . 28 . 030 , 52 . 28 . 040 , 52 . 28 . 050 : ' Provides authority for, requirements o , and penalties or ailure 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 Brid e ' Act o March 23 , 1906 , an eneral G Bri e Act o 1946 as amen e August 2 , 1 5 : Requires a permit for construction o ri ge 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 afore- , mentioned 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 verifica- ' lion of population density . Contractor should be sure his opera- tions are in compliance with Regulation I , particularly Section 9. 02 (outdoor fires) , Section 9 . 04 (particulate matter- -dust) , , and Section 9 . 15 (preventing particulate matter from becoming airborne) . -4- ' PEMITS REQUIRED FOR THE PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY ' Title 40 , Chapter Ic , Part 61 : Requires that the Environmental Protection Agency be notit-l—eU 5 days prior to the demolition of any structure containing asbestos material (excluding residential ' structures having fewer than 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, Washington , 98104 . It shall be the responsibility of the Con- tractor 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 ' - 5- W H Q W V Q ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 i OCCUPATION: FLAGGERS ' LOCATION: (STATE: FLAGGERS) CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, THURSTON AND tYAKIMA COUNTIES. FRINGE BENEFITS ' APPRENTICE TRAINING .20 $/HR. STATE HEALTH AND WELFARE 1.75 $/HR. STATE ' PENSION 1.55 $/HR. STATE TRAINING FUND .00 FEDERAL WAGE RATES tOCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ******* STATE WAGE RATE GROUP LISTING ******* 260-0010 FLAGGER 11.40 OTHER ' 260-9260 STATE: NOTE - EFFECTIVE JUNE 9, 1988, THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS ' PER DAY UNDER CONDITIONS STIPULATED IN EAC 296-127-022 . 260-9262 STATE: OVERTIME - ALL HRS. WORKED IN EXCESS OF 8 HRS/DAY AND 40 HRS/WK. , MON. THRU FRI. , AND ALL HRS. WORKED ON SAT. (EXCEPT MAKE-UP DAY IF WORK IS LOST DUE TO WEATHER CONDI- TIONS) SHALL BE PAID 1 1/2 TIMES THE REGULAR ' RATE OF PAY. ALL HRS. WORKED SUN. & HOLIDAYS SHALL BE PAID DOUBLE THE REGULAR RATE OF PAY. 260-9266 STATE: HOLIDAYS - NEW YEARS DAY, MEMORIAL ' DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY FOLLOWING THANKS- GIVING DAY AND CHRISTMAS DAY. 1 t PAGE 1 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: FLAGGERS LOCATION: (FED: FLAGGERS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, ' KITSAP, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES. ' FRINGE BENEFITS ' TOTAL HOURLY BENEFITS 3.50 $/HR. FEDERAL WAGE RATES t OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** FEDERAL WAGE RATE GROUP LISTING ****** 260-0020 FLAGMEN -- 11.40 OTHER 260-9260 FEDERAL: THE FOLLOWING RATES MAY BE PAID ON PROJECTS WHICH HAVE A TOTAL VALUE OF $1.5 MILLION OR LESS: 260-9262 FLAGMEN: $10.78/HR. ' PLUS FULL FRINGE BENEFITS t 1 PAGE 2 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: LABORERS ' LOCATION: (FED. LABORERS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM t COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ' FRINGE BENEFITS TOTAL HOURLY BENEFITS 3.50 S/HR• FEDERAL ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** ' GROUP 1 ' 350-0730 FENCE LABORER 9.08 350-0745 FINAL CLEAN-UP 9.08 350-0996 LANDSCAPING OR PLANTING -- 9.08 350-2055 WATCHMAN -- 9.08 ' 350-2101 WINDOW CLEANER -- 9.08 GROUP 2 ' 350-0091 BATCH WEIGHMAN -- 11.40 350-0461 CRUSHER FEEDER -- 11.40 ' 350-1260 PILOT CAR -- 11.40 GROUP 3 350-0026 ASBESTOS ABATEMENT WORKER == 16.08 350-0081 BALLAST REGULATOR MACHINE 16.08 350-0241 CARPENTER TENDER -- 16.08 ' 350-0271 CEMENT FINISHER TENDER == 16.08 350-0310 CHIPPER 16.08 350-0340 CHUCK TENDER -- 16.08 ' 350-0385 CONCRETE DUMPER/CHUTE OPERATOR == 16.08 350-0390 CONCRETE FORM STRIPPER 16.08 350-0471 CURING CONCRETE 16.08 350-0520 DEMOLITION, WRECKING AND MOVING (INCL. -- 16.08 ' CHARRED MATERIALS) PAGE 3 1 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: LABORERS LOCATION: (FED. LABORERS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM ' COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** ' GROUP 3 350-0710 EPDXY TECHNICIAN -- 16.08 350-0810 GABION BASKET BUILDER =_ 16.08 350-0821 GENERAL LABORER 16.08 350-0860 GRINDERS -- 16.08 ' 350-0941 HAZARDOUS WASTE WORKER == 16.08 350-1371 POT TENDER 16.08 350-1391 POWDERMAN HELPER 16.08 350-1765 STAKE HOPPER -- 16.08 350-1871 TOOLROOM MAN (AT JOB SITE) _= 16.08 350-1880 TOPMAN - TAILMAN 16.08 350-1941 TUGGER OPERATOR -- 16.08 ' 350-2030 VIBRATING SCREED (AIR, GAS OR ELECTRIC) -- 16.08 GROUP 4 ' 350-0051 ASPHALT RAKER == 16.56 350-0250 CEMENT DUMPER - PAVING 16.56 350-0421 CONCRETE SAW OPERATOR -- 16.56 350-0580 DRILL OPERATORS, AIR TRACKS, CAT DRILLS, -- 16.56 WAGON ➢RILLS, RUBBER MOUNTED DRILLS AND OTHER SIMILAR TYPES ' 350-0650 DRILLER - WAGON AND AIR TRACK OPERATOR == 16.56 350-0720 FALLER AND BUCKER - CHAIN SAW 16.56 350-0840 GRADE CHECKER AND TRANSIT MAN -- 16.56 350-0951 HIGH SCALER -- 16.56 350-0981 JACKHAMMER == 16.56 350-1091 MANHOLE BUILDER 16.56 350-1142 MORTARMAN AND HOD CARRIER -- 16.56 PAGE 4 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: LABORERS LOCATION: (FED. LABORERS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM t COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** ' GROUP 4 350-1200 NOZZLEMAN (CONCRETE PUMP, GREEN CUTTER WHEN -- 16.56 USING COMBINATION OF HIGH PRESSURE AIR AND WATER ON CONCRETE AND ROCK, SANDBLAST, GUNNITE, SHOTCRETE) WATER BLASTER ' 350-1256 PAVEMENT BREAKER == 16.56 350-1315 PIPE RELINER (NOT INSERT TYPE) 16.56 350-1280 PIPELAYER AND CAULKER 16.56 350-1485 RAILROAD SPIKE PULLER (POWER) -- 16.56 350-1753 SPREADER (CONCRETE) _= 16.56 350-1751 SPREADER - CLARY POWER OR SIMILAR TYPES 16.56 350-1840 TAMPER (MULTIPLE AND SELF PROPELLED) -- 16.56 ' 350-1820 TAMPER AND SIMILAR ELECTRIC, AIR AND GAS -- 16.56 OPERATED TOOLS 350-1865 TIMBERMAN - SEWER (LAGGER, SHORER, & CRIBBER) -- 16.56 350-1905 TRACK LINER (POWER) -- 16.56 350-2000 VIBRATOR 16.56 350-2091 WELL-POINT MAN 16.56 GROUP 5 350-0200 CAISSON WORKER -- 16.92 ' 350-1110 MINER == 16.92 350-1380 POWDERMAN 16.92 350-1500 RE-TIMBERMAN 16.92 PAGE 5 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: LABORERS LOCATION: (FED. LABORERS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , ' PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ' OTHER 350-9350 FEDERAL: THE FOLLOWING RATES MAY BE PAID ON ' PROJECTS WHICH HAVE A TOTAL VALUE OF $1.5 MILLION OR LESS: 350-9351 GROUP 1 S 8.46/HR. GROUP 2 10.78 GROUP 3 13.67 GROUP 4 14.08 GROUP 5 14.38 PLUS FULL FRINGE BENEFITS. 1 PAGE 6 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: LABORERS LOCATION: (STATE LABORERS) CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH AND THURSTON COUNTIES ' FRINGE BENEFITS HEALTH AND WELFARE 1.75 $/HR. STATE ' PENSION 1.55 $/HR. STATE TRAINING FUND .20 $/HR. STATE ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** STATE WAGE RATE GROUP LISTING ****** GROUP 1 -- 350-2100 WINDOW CLEANER 9.08 ' GROUP 2 350-0090 BATCH WEIGHMAN 11.40 -- ' 350-0460 CRUSHER FEEDER 11.40 =_ 350-1260 PILOT CAR 11.40 350-1870 TOOLROOM MAN (AT JOB SITE) 11.40 -- ' GROUP 3 350-0080 BALLAST REGULATOR MACHINE 16.08 -- 350-0240 CARPENTER TENDER 16.08 =_ 350-0270 CEMENT FINISHER TENDER 16.08 350-0310 CHIPPER 16.08 -- ' 350-0340 CHUCK TENDER 16.08 -- 350-0350 CLEAN-UP LABORER 16.08 350-0390 CONCRETE FORM STRIPPER 16.08 -- 350-0470 CURING CONCRETE 16.08 -- ' 350-0520 DEMOLITION, WRECKING AND MOVING (INCL. 16.08 -- CHARRED MATERIALS) 350-0710 EPDXY TECHNICIAN 16.08 -- 350-0810 GABION BASKET BUILDER 16.08 350-0820 GENERAL LABORER 16.08 350-0860 GRINDERS 16.08 -- 350-1370 POT TENDER 16.08 -- PAGE 7 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: LABORERS LOCATION: (STATE LABORERS) CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH AND THURSTON COUNTIES ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** ' GROUP 3 350-1390 POWDERMAN HELPER 16.08 -- 350-1765 STAKE HOPPER 16.08 =_ 350-1880 TOPMAN - TAILMAN 16.08 350-1940 TUGGER OPERATOR 16.08 -- 350-2030 VIBRATING SCREED (AIR, GAS OR ELECTRIC) 16.08 -- GROUP 4 ' 350-0050 ASPHALT RAKER 16.56 =_ 350-0250 CEMENT DUMPER - PAVING 16.56 350-0420 CONCRETE SAW OPERATOR 16.56 -- 350-0535 DIVER 16.56 =_ 350-0650 DRILLER - WAGON AND AIR TRACK OPERATOR 16.56 350-0720 FALLER AND BUCKER - CHAIN SAW 16.56 -- ' 350-0840 GRADE CHECKER AND TRANSIT MAN 16.56 =_ 350-0950 HIGH SCALER 16.56 350-0980 JACKHAMMER 16.56 350-1090 MANHOLE BUILDER 16.56 -- ' 350-1142 MORTARMAN AND HOD CARRIER 16.56 =_ 350-1200 NOZZLEMAN (CONCRETE PUMP, GREEN CUTTER WHEN 16.56 USING COMBINATION OF HIGH PRESSURE AIR AND WATER ON CONCRETE AND ROCK, SANDBLAST, GUNNITE, SHOTCRETE) WATER BLASTER 350-1256 PAVEMENT BREAKER 16.56 -- ' 350-1315 PIPE RELINER (NOT INSERT TYPE) 16.56 =_ 350-1280 PIPELAYER AND CAULKER 16.56 350-1485 RAILROAD SPIKE PULLER (POWER) 16.56 350-1753 SPREADER (CONCRETE) 16.56 -- ' 350-1750 SPREADER - CLARY POWER OR SIMILAR TYPES 16.56 =_ 350-1840 TAMPER (MULTIPLE AND SELF PROPELLED) . 16.56 350-1820 TAMPER AND SIMILAR ELECTRIC, AIR AND GAS 16.56 -- ' OPERATED TOOLS PAGE 8 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: LABORERS ' LOCATION: (STATE LABORERS) CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH AND THURSTON COUNTIES ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** ' GROUP 4 350-1865 TIMBERMAN - SEWER (LAGGER, SHORER, & CRIBBER) 16.56 -- ' 350-1905 TRACK LINER (POWER) 16.56 350-2000 VIBRATOR 16.56 350-2090 WELL-POINT MAN 16.56 -- GROUP 4A 350-0965 HOD CARRIER -- -- GROUP 5 350-0200 CAISSON WORKER 16.92 350-1110 MINER 16.92 350-1379 POWDERMAN 16.92 -- t 350-1500 RE-TIMBERMAN 16.92 -- OTHER ' 350-9349 PLEASE NOTE: EFFECTIVE JUNE 9, 1988, THE PAYMENT OF OVERRTIME RATES IS NOT REQUIRED FOR THE FIRST TWO HOURS IN EXCESS OF EIGHT HOURS PER DAY, MONDAY THROUGH FRIDAY, UNDER CONDITIONS STIPULATED IN WAC 296-127-022. 350-9350 STATE: OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HRS./DAY OR 40 HRS./WK. , MON. THRU FRI. , AND ALL HOURS WORKED ON SAT. (EXCEPT A MAKE- UP DAY) SHALL BE PAID 1 1/2 TIMES THE REGULAR RATE. ALL HOURS WORKED SUNDAYS AND HOLIDAYS ' SHALL BE PAID DOUBLE THE REGULAR RATE. PAGE 9 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: LABORERS LOCATION: (STATE LABORERS) CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH AND THURSTON COUNTIES ' OTHER 350-9351 STATE: HOLIDAYS - NEW YEARS DAY, MEMORIAL DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY FOLLOWING THANKS- GIVING DAY AND CHRISTMAS DAY. ' 350-9352 STATE: FOREMAN - $0.50 PER HOUR ABOVE THE HIGHEST LABORER'S CLASSIFICATION SUPERVISED. 1 1 1 PAGE 10 t ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: LANDSCAPE CONSTRUCTION ' LOCATION: (STATE) KING COUNTY ' FRINGE BENEFITS TOTAL HOURLY BENEFITS - LANDSCAPE 3.25 $/HR. STATE PLUMBER ' TOTAL HOURLY BENEFITS - LANDSCAPE 3.95 $/HR. STATE EQUIPMENT OPERATOR ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ******* STATE WAGE RATE GROUP LISTING ******* 370-0030 IRRIGATION AND LANDSCAPE PLUMBERS 10.62 =_ 370-0050 IRRIGATION AND LANDSCAPE POWER EQUIPMENT 11.50 OPERATORS ' 370-0010 LANDSCAPING OR PLANTING LABORERS 8.00 -- OTHER ' 370-9370 STATE: OVERTIME FOR LANDSCAPE LABORERS ALL HOURS WORKED IN EXCESS OF 8 HOURS PER DAY AND 40 HOURS PER WEEK SHALL BE PAID 1 1/2 TIMES THE REGULAR RATE OF PAY. 370-9371 STATE: OVERTIME FOR LANDSCAPE PLUMBERS AND POWER EQUIPMENT OPERATORS - ALL HOURS IN EXCESS OF 8 HRS./DAY AND 40 HRS./WK. , MON. ' THRU SAT. SHALL BE PAID 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL HOURS WORKED SUNDAYS AND HOLIDAYS SHALL BE PAID DOUBLE THE REGULAR RATE OF PAY. 370-9377 STATE: EFFECTIVE JUNE 9, 1988 THE PAYMENT OF OVERTIME RATESIS NOT REQUIRED FOR THE ' FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAY, MON. THRU FRI. , UNDER CONDITIONS STIPULATED IN WAC 296-127-022. 1 PAGE 11 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS LOCATION: (STATE: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ' FRINGE BENEFITS ' HEALTH AND WELFARE 2.45 $/HR. STATE PENSION 2.00 $/HR. STATE TRAINING FUND .26 $/HR. STATE ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** GROUP 1A 570-2141 CRANE - OVERHEAD, BRIDGE TYPE 100 TONS 19.75 -- AND OVER -- 570-2244 CRANE - 100 TONS AND OVER, OR 200 FT. OF BOOM 19.75 INCL. JIB AND OVER ' 570-4361 LOADER - 8 YDS AND OVER 19.75 =_ 570-6315 SHOVEL AND ATTACH. , 6 YDS. AND OVER 19.75 GROUP 1 570-1325 CABLEWAYS 19.25 -- 570-2126 CRANE - OVERHEAD, BRIDGE TYPE 45 TONS 19.25 -- t THRU 99 TONS -- 570-2261 CRANE - 45 TONS AND UP TO 100 TONS OR, 150 19.25 FT. OF BOOM INCL. JIB ' 570-3775 HELICOPTER WINCH 19.25 =_ 570-4302 LOADER - OVERHEAD, 6 YDS AND UP TO 8 YDS 19.25 570-4705 MUCKING MACHINE, MOLE, TUNNEL DRILL 19.25 AND/OR SHIELD 570-5425 QUAD 9 AND SIMILAR, D-10 AND HD-41 19.25 =_ 570-5547 REMOTE CONTROL OPERATOR, ETC. 19.25 570-5621 ROLLAGON 19.25 -- 570-6060 SCRAPERS, SELF-PROPELLED, 45 YDS. AND OVER 19.25 =_ 570-6300 SHOVEL, BACKHOES OVER 3 YDS. UP TO 6 YDS. 19.25 570-6405 SLIPFORM PAVERS 19.25 -- 570-6720 TOWER CRANE 19.25 -- 1 ' PAGE 12 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS LOCATION: (STATE: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** STATE WAGE RATE GROUP LISTING ****** GROUP 1 ' 570-6915 TRANSPORTERS, ALL TRACK OR TRUCK TYPE 19.25 -- GROUP 2 570-1229 BUMP CUTTER 18.81 -- 570-1485 CHIPPER 18.81 -- 570-1771 CONCRETE BATCH PLANT OPERATOR 18.81 =_ 570-2111 CRANE - OVERHEAD, BRIDGE TYPE 20 TONS 18.81 THRU 44 TONS 570-2365 CRANE - 20 TONS UP TO AND INCL. 45 TONS 18.81 -- ' 570-2546 CRUSHERS 18.81 =_ 570-2621 DERRICK 18.81 570-2905 DRILLING MACHINE 18.81 -- 570-3131 FINISHING MACHINE 18.81 =_ 570-4285 LOADER - OVERHEAD, UNDER 6 YDS 18. 81 570-4452 LOCOMOTIVES, ALL 18.81 570-4542 MECHANICS, ALL 18.81 -- ' 570-4615 MIXERS, ASPHALT PLANT 18. 81 =_ 570-4645 MOTOR PATROL GRADER, FINISHING, BLUETOPS, 18.61 PULLING SLOPES, DITCHES, ETC. ' 570-4855 PAVE OR CURB EXTRUDER, ASPHALT AND CONCRETE 18.81 =_ 570-4990 PILEDRIVER 18.81 570-5005 PILEDRIVER, SKID TYPE 18.81 -- 570-5365 PUMP TRUCK MOUNTED CONCRETE PUMP WITH 18.81 =_ BOOM ATTACHMENT 570-5762 ROTO-MILL PAVEMENT PROFILER 18.81 570-6045 SCRAPERS, SELF-PROPELLED, UNDER 45 YDS. 18.81 -- 570-6075 SCREED MAN 18.81 =_ 570-6285 SHOVEL, BACKHOES 3 YDS. AND UNDER 18.81 570-6540 SUB-GRADER, TRIMMER 18.81 -- ' 570-6870 TRACTOR, 60 HP AND OVER, BACKHOE AND ATTACH. 18.81 -- PAGE 13 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (STATE: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** GROUP 3 ' 570-0115 A-FRAME CRANE, OVER 10 TONS 18.45 =_ 570-1991 CONCRETE PUMP 18.45 570-2096 CONVEYORS 18.45 -- 570-2349 CRANE - UP TO 20 TONS 18.45 =_ 570-2756 DOZER - D9 AND UNDER, YO-YO, PAY DOZER 18.45 570-3085 EQUIPMENT SERVICE ENGINEER 18.45 -- 570-3326 FORK LIFT 18.45 -- ' 570-3910 HOISTS, AIR TUGGERS, ETC. 18.45 =_ 570-3955 HYDRALIFTS/BOOM TRUCKS OVER 10 TONS 18.45 570-4392 LOADER - ELEVATING TYPE 18.45 -- ' 570-4632 MOTOR PATROL GRADER, NON-FINISHING 18.45 570-4795 OILER DRIVER ON TRUCK CRANE 18.45 570-5732 ROLLERS, ON PLANT, ROADMIX OR MULTI-LIFT 18.45 -- ' MATERIALS -- 570-5985 SAWS, CONCRETE ' 18.95 570-6015 SCRAPERS, CARRY ALL 18.45 570-6030 SCRAPERS, CONCRETE 18.45 -- 570-6480 SPREADER, SLAW KNOX, ETC. 18.45 =_ 570-6855 TRACTOR, 60 HP AND UNDER, BACKHOE AND ATTACH. 18.45 570-7005 TRENCHING MACHINE 18.45 -- ' GROUP 4 ' 570-0130 A-FRAME CRANE, 10 TONS AND UNDER 16.35 =_ 570-0285 ASSISTANT ENGINEERS 16.35 570-0965 BOBCAT 16.35 570-1165 BROOMS 16.35 -- ' 570-1726 COMPRESSORS 16.35 570-1764 ELEVATOR AND MANLIFT 16.35 570-3505 GRADE CHECKER AND STAKEMAN 16.35 -- ' 570-3970 HYDRALIFTS/BOOM TRUCKS 10 TONS AND UNDER 16.35 -- PAGE 14 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (STATE: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** STATE WAGE RATE GROUP LISTING ****** GROUP 4 570-4752 OIL DISTRIBUTORS, BLOWERS, ETC. 16.35 570-4869 PAVEMENT BREAKER 16.35 570-4975 PERMANTNT SHAFT-TYPE ELEVATOR 16.35 -- ' 570-5156 POSTHOLE DIGGER, MECHANICAL 16.35 =_ 570-5215 POWER PLANT 16. 35 570-5244 PROBE TENDER - ROTO MILL 16. 35 -- ' 570-5410 PUMPS, WATER 16. 35 =_ 570-5682 ROLLER, OTHER THAN PLANT ROAD MIX 16.35 570-6170 SHOTCRETE GUNITE OPERATOR 16.35 570-7290 WHEEL TRACTORS, FARMALL TYPE 16.35 -- ' OTHER 570-9570 STATE: OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HRS/DAY OR 40 HRS/WK. , MON. THRU FRI. , AND ALL HOURS WORKED SAT. (EXCEPT WHEN WORKED AS A MAKE-UP DAY) , SHALL BE PAID AT 1 1/2 TIMES THE REGULAR RATE. ALL HOURS WORKED SUN. AND HOLIDAYS SHALL BE PAID AT DOUBLE THE REGULAR RATE OF PAY. 570-9572 STATE: HOLIDAYS - NEW YEARS DAY, MEMORIAL DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY FOLLOWING ' THANKSGIVING DAY AND CHRISTMAS DAY. 570-9574 STATE: $0.50 VACATION BENEFIT INCLUDED IN BASE WAGE. PAGE 15 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (STATE: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES OTHER ' 570-9576 STATE: NOTE - EFFECTIVE JUNE 9, 1988, THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS ' PER DAY, MON. THRU FRI. , UNDER THE CONDITIONS STILPULATED IN WAC 296-127-022. t 1 t PAGE 16 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (FEDERAL: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAN➢, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN ' BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND THE PARTS OF CHELAN, DOUGLAS, OKANOGAN, AND YAKIMA COUNTIES LYING WEST OF THE ' 120TH MERIDIAN. FRINGE BENEFITS ' TOTAL HOURLY BENEFITS 4.71 $/HR. FEDERAL WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** FEDERAL WAGE RATE GROUP LISTING ****** GROUP 1 ' 570-2141 CRANE - OVERHEAD, BRIDGE TYPE 100 TONS -- 19.75 AND OVER ' 570-2244 CRANE - 100 TONS AND OVER, OR 200 FT. OF BOOM == 19.75 INCL. JIB AND OVER 570-4361 LOADER - 8 YDS AND OVER 19.75 570-6315 SHOVEL AND ATTACH. , 6 YDS. AND OVER -- 19.75 GROUP 2 ' 570-1325 CABLEWAYS == 19.25 570-2126 CRANE - OVERHEAD, BRIDGE TYPE 45 TONS 19.25 THRU 99 TONS ' 570-2261 CRANE - 45 TONS AND UP TO 100 TONS OR, 150 == 19.25 FT. OF BOOM INCL. JIB 570-3775 HELICOPTER WINCH 19.25 570-4302 LOADER - OVERHEAD, 6 YDS AND UP TO 8 YDS -- 19.25 ' 570-4705 MUCKING MACHINE, MOLE, TUNNEL DRILL -- 19.25 AND/OR SHIELD 570-5425 QUAD 9 AND SIMILAR, D-10 AND HD-41 -- 19.25 ' 570-5547 REMOTE CONTROL OPERATOR, ETC. 19.25 570-5621 ROLLAGON 19.25 570-6060 SCRAPERS, SELF-PROPELLED, 45 YDS. AND OVER -- 19.25 ' 570-6300 SHOVEL, BACKHOES OVER 3 YDS. UP TO 6 YDS. -- 19.25 PAGE 17 tHWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (FEDERAL: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN t BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND THE PARTS OF CHELAN, DOUGLAS, OKANOGAN, AND YAKIMA COUNTIES LYING WEST OF THE ' 120TH MERIDIAN. WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** GROUP 2 ' 570-6405 SLIPFORM PAVERS == 19.25 570-6720 TOWER CRANE 19.25 570-6915 TRANSPORTERS, ALL TRACK OR TRUCK TYPE -- 19.25 GROUP 3 570-1229 BUMP CUTTER 18.81 570-1485 CHIPPER 18.81 570-1771 CONCRETE BATCH PLANT OPERATOR - 18.81 ' 570-2111 CRANE - OVERHEAD, BRIDGE TYPE 20 TONS == 18.81 THRU 44 TONS 570-2365 CRANE - 20 TONS UP TO AND INCL. 45 TONS 18.81 570-2546 CRUSHERS -- 18.81 ' 570-2621 DERRICK == 18.81 570-2905 DRILLING MACHINE 18.81 570-3131 FINISHING MACHINE -- 18.81 570-4285 LOADER - OVERHEAD, UNDER 6 YDS == 18.81 570-4452 LOCOMOTIVES, ALL 18.81 570-4542 MECHANICS, ALL 18.81 570-4615 MIXERS, ASPHALT PLANT -- 18.81 ' 570-4644 MOTOR PATROL GRADER, FINISHING =_ 18.81 570-4990 PILEDRIVER 18.81 570-5365 PUMP TRUCK MOUNTED CONCRETE PUMP WITH -- 18.81 ' BOOM ATTACHMENT -- 570-6045 SCRAPERS, SELF-PROPELLED, UNDER 45 YDS. 18.81 570-6075 SCREED MAN -- 18.81 ' 570-6285 SHOVEL, BACKHOES 3 YDS. AND UNDER -- 18.81 ' PAGE 18 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (FEDERAL: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, ' LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND THE PARTS OF CHELAN, DOUGLAS, OKANOGAN, AND YAKIMA COUNTIES LYING WEST OF THE 120TH MERIDIAN. WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** GROUP 3 ' 570-6540 SUB-GRADER, TRIMMER -- 18.81 570-6870 TRACTOR, 60 HP AND OVER, BACKHOE AND ATTACH. -- 18.81 ' GROUP 4 570-0115 A-FRAME CRANE, OVER 10 TONS -- 18.45 570-1991 CONCRETE PUMP == 18.45 570-2096 CONVEYORS 18.45 570-2349 CRANE - UP TO 20 TONS -- 18.45 ' 570-2756 DOZER - D9 AND UNDER, YO-YO, PAY DOZER == 18.45 570-2935 DRIVER ON TRUCK CRANES OVER 45 TONS 18.45 570-3085 EQUIPMENT SERVICE ENGINEER -- 18.45 570-3326 FORK LIFT == 18.45 570-3910 HOISTS, AIR TUGGERS, ETC. 18.45 570-4392 LOADER - ELEVATING TYPE 18.45 570-4632 MOTOR PATROL GRADER, NON-FINISHING -- 18.45 570-4692 MUCKING MACHINE, ETC. _= 18.45 570-5732 ROLLERS, ON PLANT, ROADMIX OR MULTI-LIFT 18.45 MATERIALS 570-5985 SAWS, CONCRETE 18 .45 570-6015 SCRAPERS, CARRY ALL 18.45 570-6480 SPREADER, BLAW KNOX, ETC. -- 18.45 ' 570-6855 TRACTOR, 60 HP AND UNDER, BACKHOE AND ATTACH. _= 18.45 570-7005 TRENCHING MACHINE 18.45 GROUP 5 PAGE 19 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS ' LOCATION: (FEDERAL: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN ' BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND THE PARTS OF CHELAN, DOUGLAS, OKANOGAN, AND YAKIMA COUNTIES LYING WEST OF THE ' 120TH MERIDIAN. WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** FEDERAL WAGE RATE GROUP LISTING ****** GROUP 5 ' 570-0285 ASSISTANT ENGINEERS =_ 16.35 570-1165 BROOMS 16.35 570-1726 COMPRESSORS -- 16.35 ' 570-3505 GRADE CHECKER AND STAKEMAN == 16. 35 570-3970 HYDRALIFTS/BOOM TRUCKS 10 TONS AND UNDER 16. 35 570-4752 OIL DISTRIBUTORS, BLOWERS, ETC. -- 16.35 570-4812 OILER DRIVER ON TRUCK CRANE 45 TONS AND UNDER == 16.35 570-4869 PAVEMENT BREAKER 16.35 570-5156 POSTHOLE DIGGER, MECHANICAL -- 16.35 570-5215 POWER PLANT -- 16.35 ' 570-5410 PUMPS, WATER == 16.35 570-5682 ROLLER, OTHER THAN PLANT ROAD MIX 16.35 570-7290 WHEEL TRACTORS, FARMALL TYPE -- 16.35 t OTHER 570-9570 FEDERAL: FOOTNOTE "B" - 85% OF THE BASE RATE PLUS FULL FRINGE BENEFITS MAY BE PAID ON PROJECTS MEETING THE FOLLOWING CRITERIA: 1. PROJECTS INVOLVING WORK ON BRIDGES AND ' STRUCTURES WHOSE TOTAL VALUE IS LESS THAN $1.5 MILLION EXCLUDING MECHANICAL, ELEC- TRICAL AND UTILITY PORTIONS OF THE 1 ' PAGE 20 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: POWER EQUIPMENT OPERATORS LOCATION: (FEDERAL: POWER EQUIPMENT OPERATORS) CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND THE PARTS OF CHELAN, DOUGLAS, OKANOGAN, AND YAKIMA COUNTIES LYING WEST OF THE ' 120TH MERIDIAN. OTHER ' 570-9572 CONTRACT. UTILITIES INCLUDE SANITARY AND STORM SEWERAGE AND FACILITIES FOR THE DELIVERY OF WATER, GAS, ELECTRICITY AND ' COMMUNICATIONS. 2. PROJECTS OF LESS THAN $1 MILLION WHERE NO STRUCTURES ARE INVOLVED SUCH AS SUR- FACING AND PAVING. UTILITIES ARE 570-9574 EXCLUDED FROM THE COST OF PROJECT. 3. MARINE TYPE PROJECTS SUCH AS DOCKS 5 WHARFS UNDER $150,000. 1 1 1 1 ' PAGE 21 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: SURVEYORS LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES. ' WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ******* STATE WAGE RATE GROUP LISTING ******* ' 720-0010 CHAIN PERSON 9.35 -- 720-0040 INSTRUMENT PERSON (JUNIOR ENGINEER) 11.40 -- ' 720-0060 PARTY CHIEF 13.40 -- OTHER ' 720-9010 STATE: OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HOURS PER DAY OR 40 HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE REGULAR ' RATE OF PAY. 720-9015 STATE: NOTE - EFFECTIVE JUNE 9, 1988, THE PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF EIGHT HOURS PER DAY UNDER CONDITIONS STIPULATED IN WAC 296-127-022. 1 PAGE 22 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS LOCATION: CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ' FRINGE BENEFITS HEALTH AND WELFARE 1.89 $/HR. STATE ' PENSION 2.00 $/HR. STATE WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** STATE WAGE RATE GROUP LISTING ****** 730-0010 A-FRAME OR HYDRALIFT TRUCKS OR SIMILAR 18.66 -- ' EQUIPMENT WHEN A-FRAME OR HYDRALIFT OR -- SIMILAR EQUIPMENT IS IN USE 730-0080 BUGGYMOBILE AND SIMILAR 18.35 730-0100 BULK CEMENT TANKER 18.51 -- ' 730-0110 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN 18.18 -- LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS ON JOB SITES:WAREHOUSING ' 730-0120 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN 18.53 -- LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS ON JOB SITES:OTHER THAN WAREHOUSING 730-0140 BUS OR EMPLOYEE HAUL 18.18 =_ 730-0260 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 19.00 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 40 YARDS TO AND INCL. 55 YARDS PAGE 23 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** ' 730-0250 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.84 -- ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ' ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 30 YDS. TO AND INCL. 40 YDS. 730-0240 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.68 -- ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ' ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 20 YARDS TO AND INCL. 30 YARDS 730-0230 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.51 -- ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ' ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 16 YARDS TO AND INCL. 20 YARDS PAGE 24 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** 730-0220 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.46 -- ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW ' SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREOF:OVER 12 YARDS TO AND INCL. 16 YARDS -- 730-0210 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.30 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELE➢ POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 5 YARDS TO AND INCL. 12 YARDS -- 730-0200 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.08 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:UP TO AND INCLUDING 5 YARDS ' 730-0405 ESCORT DRIVER OR PILOT CAR 13.02 =_ 730-0410 EXPLOSIVE TRUCK (FIELD MIX) AND SIMILAR 18.40 EQUIPMENT 730-0460 FLAHERTY SPREADER 18.51 -- PAGE 25 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS LOCATION: CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** ' 730-0500 FLATBED TRUCK, DUAL REAR AXLE 18.29 -- 730-0490 FLATBED TRUCK, SINGLE REAR AXLE 16.27 -- 730-0610 FUEL TRUCK, GREASE TRUCK, GREASER, BATTERY 18.18 -- ' SERVICE MAN AND/OR TIRE SERVICE MAN -- 730-0670 HYSTER OPERATORS (HAULING BULK LOOSE 18.35 AGGREGATES) ' 730-0690 LEVERMAN AND LOADERS AT BUNKERS AND 18.08 -- BATCH PLANTS 730-0730 LOWBED AND HEAVY DUTY TRAILER: OVER 100 18.84 -- ' TONS GROSS -- 730-0710 LOWBED AND HEAVY DUTY TRAILER: UNDER 50 18.40 TONS GROSS 730-0720 LOWBED AND HEAVY DUTY TRAILER: 50 TONS 18.68 -- ' GROSS TO AND INCLUDING 100 TONS GROSS -- 730-0800 MECHANIC 18.52 730-0810 MECHANIC HELPER 17.93 -- ' 730-0910 OIL DISTRIBUTOR DRIVER (ROAD) 18.51 =_ 730-1035 OIL/TRANSPORT TANKER 15.89 730-1025 PICK-UP SWEEPER 16.27 -- ' 730-1010 PICK-UP TRUCK 16.27 =_ 730-1100 SCISSORS TRUCK 18.18 730-1140 SLURRY TRUCK DRIVER 18. 40 730-1160 SNO-GO AND SIMILAR EQUIPMENT 18 .40 -- 730-1190 STRADDLE CARRIER (ROSS, HYSTER AND SIMILAR) 18.35 =_ 730-1200 SWAMPER 18.08 730-1300 TEAM DRIVER 18.13 -- ' 730-1350 TRACTOR, SMALL RUBBER-TIRE➢ (WHEN USED WITHIN 18.18 -- TEAMSTER JURISDICTION) 730-1560 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 19.37 -- CONSTR. :OVER 16 YDS. TO AND INCL. 20 YDS. ' 730-1550 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 19.21 -- CONSTR. :OVER 12 YDS. TO AND INCL. 16 YDS. 730-1540 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 19.05 -- ' CONSTR. :OVER 10 YDS. TO AND INCL. 12 YDS. PAGE 26 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** STATE WAGE RATE GROUP LISTING ****** ' 730-1530 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18.88 -- CONSTR. :OVER 8 YDS. TO AND INCL. 10 YDS. 730-1520 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18.72 -- ' CONSTR. :OVER 6 YDS. TO AND INCL. 8 YDS. -- 730-1515 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 18.56 CONSTR. : OVER 4 1/2 YDS TO AND INCL. 6 YDS. ' 730-1570 TRANSIT-MIX USED EXCLUSIVELY IN HEAVY 19.53 =_ CONSTR. :OVER 20 YDS. 730-1501 TRANSIT-MIX, USED EXCLUSIVELY IN HEAVY 18.39 CONSTR. - 0 YDS. TO AND INCL. 4 1/2 YDS. 730-1750 VACUUM TRUCK 18.18 =_ 730-1810 WAREHOUSEMAN AND CHECKERS 18.08 730-2015 WATER WAGON AND TANK TRUCK: OVER 3000 GALLONS 18.51 -- 730-2000 WATER WAGON AND TANK TRUCK: UP TO 1600 18.18 -- GALLONS 730-2010 WATER WAGON AND TANK TRUCK: 1600 GALLONS 18.35 -- TO 3000 GALLONS -- 730-2210 WINCH TRUCK: DUAL REAR AXLE 18.40 730-2200 WINCH TRUCK: SINGLE REAR AXLE 18.18 730-2220 WRECKER, TOW TRUCK AND SIMILAR EQUIPMENT 18.18 -- OTHER ' 730-9730 STATE: OVERTIME - ALL HOURS WORKED IN EXCESS OF 8 HRS/DAY OR 40 HRS/WK. , MON. THRU FRI. , AND ALL HOURS WORKED ON SATUR➢AYS, (EXCEPT ' WHEN WORKED AS A MAKE-UP DAY) , SHALL BE PAID AT 1 1/2 TIMES THE REGULAR RATE OF PAY. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID DOUBLE THE REGULAR RATE OF PAY. 1 1 PAGE 27 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS LOCATION: CLALLAM, GRAYS HARBOR, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES OTHER 730-9731 STATE: HOLIDAYS - NEW YEARS DAY, MEMORIAL DAY, 4TH OF JULY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY FOLLOWING THANKS- GIVING DAY AND CHRISTMAS DAY. 730-9732 STATE: NOTE - EFFECTIVE JUNE 9, 1988, THE ' PAYMENT OF OVERTIME RATES IS NOT REQUIRED FOR THE FIRST 2 HOURS IN EXCESS OF 8 HOURS PER DAY, MON. THRU FRI. , UNDER CONDITIONS ' STIPULATED IN WAC 296-127-022. ' PAGE 28 ' HWY-R3232O-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY ' NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAKIMA ' FRINGE BENEFITS TOTAL HOURLY BENEFITS 3.89 $/HR. FEDERAL WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ' ****** FEDERAL WAGE RATE GROUP LISTING ****** 730-0010 A-FRAME OR HYDRALIFT TRUCKS OR SIMILAR -- 18.66 ' EQUIPMENT WHEN A-FRAME OR HYDRALIFT OR -- SIMILAR EQUIPMENT IS IN USE 730-0080 BUGGYMOBILE AND SIMILAR 18. 35 730-0100 BULK CEMENT TANKER -- 18. 51 ' 730-0110 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN -- 16.18 LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS ON JOB SITES:WAREHOUSING ' 730-0120 BULL LIFTS, OR SIMILAR EQUIPMENT USED IN -- 18.53 LOADING OR UNLOADING TRUCKS, TRANSPORTING MATERIALS ON JOB SITES:OTHER THAN WAREHOUSING 730-0140 BUS OR EMPLOYEE HAUL -- 18.18 730-0145 CHECKERS =_ 18.08 730-0200 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.08 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:UP TO AND INCLUDING 5 YARDS 1 PAGE 29 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY ' NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAKIMA ' WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** ' 730-0210 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- -- 18.30 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW ' SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 5 YARDS TO AND INCL. 12 YARDS -- 730-0230 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.51 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW ' SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREOF:OVER 16 YARDS TO AND INCL. 20 YARDS -- 730-0220 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.46 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREOF:OVER 12 YARDS TO AND INCL. 16 YARDS PAGE 30 EWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER 01, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAKIMA ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** 730-0240 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- -- 18.68 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' THEREOF:OVER 20 YARDS TO AND INCL. 30 YARDS -- 730-0250 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 18.84 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW ' SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS ' - THEREOF:OVER 30 YDS. TO AND INCL. 40 YDS. -- 730-0260 DUMPSTERS, AND SIMILAR EQUIPMENT:TOURNO- 19.00 ROCKERS, TOURNOWAGON, TOURNOTRAILER, CAT DW ' SERIES, TERRA COBRA, LETOURNEAU, WESTINGHOUSE ATHEY WAGON, EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WTH TRAILER AND SIMILAR TOP- LOADED EQUIPMENT TRANSPORTING MATERIAL AND ' PERFORMING WORK IN TEAMSTER JURISDICTION:DUMP TRUCKS, SIDE, END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS AND TRAINS OR COMBINATIONS THEREOF:OVER 40 YARDS TO AND INCL. 55 YARDS PAGE 31 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY ' NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAKIMA ' WAGE RATES OCCUPATION OCCUPATION STATE FEDERAL ' CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** ' 730-0400 ESCORT DRIVER -- 13.02 730-0410 EXPLOSIVE TRUCK (FIELD MIX) AND SIMILAR -- 18.40 EQUIPMENT -- 730-0460 FLAHERTY SPREADER 18. 51 730-0500 FLATBED TRUCK, DUAL REAR AXLE 18.29 730-0490 FLATBED TRUCK, SINGLE REAR AXLE -- 16.27 ' 730-0610 FUEL TRUCK, GREASE TRUCK, GREASER, BATTERY -- 18.18 SERVICE MAN AND/OR TIRE SERVICE MAN 730-0670 HYSTER OPERATORS (HAULING BULK LOOSE -- 18.35 ' AGGREGATES) -- 730-0690 LEVERMAN AND LOADERS AT BUNKERS AND 18.08 BATCH PLANTS 730-0730 LOWBED AND HEAVY DUTY TRAILER: OVER 100 == 18.84 TONS GROSS 730-0710 LOWBED AND HEAVY DUTY TRAILER: UNDER 50 18.40 TONS GROSS ' 730-0720 LOWBED AND HEAVY DUTY TRAILER: 50 TONS -- 18.68 GROSS TO AND INCLUDING 100 TONS GROSS 730-0910 OIL DISTRIBUTOR DRIVER (ROAD) -- 18. 51 ' 730-1025 PICK-UP SWEEPER == 16.27 730-1010 PICK-UP TRUCK 16.27 730-1020 PILOT CAR 13.02 ' 730-1100 SCISSORS TRUCK == 18.18 730-1140 SLURRY TRUCK DRIVER 18.40 730-1160 SNO-GO AND SIMILAR EQUIPMENT 18.40 730-1190 STRADDLE CARRIER (ROSS, HYSTER AND SIMILAR) -- 18.35 ' 730-1200 SWAMPER == 18.08 730-1300 TEAM DRIVER 18.13 730-1350 TRACTOR, SMALL RUBBER-TIRED (WHEN USED WITHIN -- 18.18 ' TEAMSTER JURISDICTION) PAGE 32 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAKIMA WAGE RATES ' OCCUPATION OCCUPATION STATE FEDERAL CODE DESCRIPTION RATE RATE ****** FEDERAL WAGE RATE GROUP LISTING ****** ' 730-1405 TRANSIT MIX, -- 18.56 OVER 4 YDS. TO AND INCLUDING 6 YDS. ' 730-1425 TRANSIT MIX, -- 18.88 OVER 8 YDS. TO AND INCLUDING 10 YDS. 730-1415 TRANSIT MIX, -- 18.72 OVER 6 YDS. TO AND INCLUDING 8 YDS. ' 730-1447 TRANSIT MIX, -- 19.37 OVER 16 YDS. TO AND INCLUDING 20 YDS. 730-1445 TRANSIT MIX, -- 19.21 ' OVER 12 YDS. TO AND INCLUDING 16 YDS. -- 730-1435 TRANSIT MIX, 19.05 OVER 10 YDS. TO AND INCLUDING 12 YDS. ' 730-1451 TRANSIT MIXERS AND TRUCKS HAULING CONCRETE: _= 19.53 OVER 20 YDS. 730-1500 TRANSIT-MIX, 0 TO AND INCLUDING 4.5 YDS. 18.39 730-1750 VACUUM TRUCK -- 18.18 ' 730-1810 WAREHOUSEMAN AND CHECKERS _= 18.08 730-2015 WATER WAGON AND TANK TRUCK: OVER 3000 GALLONS 18. 51 730-2000 WATER WAGON AND TANK TRUCK: UP TO 1600 -- 18.18 GALLONS -- 730-2010 WATER WAGON AND TANK TRUCK: 1600 GALLONS 18.35 TO 3000 GALLONS ' 730-2210 WINCH TRUCK: DUAL REAR AXLE _= 18.40 730-2200 WINCH TRUCK: SINGLE REAR AXLE 18.18 730-2220 WRECKER, TOW TRUCK AND SIMILAR EQUIPMENT 18.18 ' OTHER 730-9730 -- 1 PAGE 33 1 ' HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES DECEMBER O1, 1989 OCCUPATION: TEAMSTERS ' LOCATION: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WHATCOM, PACIFIC (THE PORTION NORTH OF THE WAHKIAKUM COUNTY ' NORTHERN BOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) , AND THE PORTIONS OF THE FOLLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN, DOUGLAS, OKANOGAN AND YAKIMA t OTHER ' 730-9731 -_ 730-9732 - 1 1 1 1 PAGE 34 1 1 STANDARD SPECIFICATIONS i AND 1 SUPPLEMENTAL 1 SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF RENTON STANDARD SPECIFICATIONS ' FOR MUNICIPAL CONSTRUCTION ' Introduction 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. The Renton Standards are comprised of the following documents: ' -- Standard Specifications -- Standard Plans -- Supplemental Specifications ' 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 Public Works Department. ' 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 1 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 Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. ' Standard Specifications The Standard Specifications are comprised of the following two documents: ' -- Divisions 2 through 9 of the 1988 Standard Specifications for Road, Bridge, and Municipal Construction" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. -- The "1988 APWA Amendments to Division One of the 1988 WSDOT/APWA Standard ' Specifications" which is a document in its own and shall be used as Division 1 of the Standard Specifications. ' Standard Plans The Standard Plans for Road and Bridge Construction by the Washington State Department ' of Transportation and the Washington State Chapter of the American Public Works Association, current as of the date of the Call for Bids, are hereby included in these specifications as though quoted in their entirety and shall apply except as amended or 1 superseded by the City of Renton Standard Plans bound herein. Supplemental Specifications ' The Supplemental Specifications noted herein are a compilation of modifications to the Standard Specifications and are intended to replace, revise, delete or add to the Standard ' Specifications. These modifications either create new sections/sub-sections or are referenced to the appropriate existing sections/sub-section headings of the existing Standard Specifications 1 which they modify. As designated at the end of each heading in the Supplemental Specifications, the modifications are presented in the following format: 1 (NEW) -- The designation (NEW) following a heading signifies an entirely new section/sub-section that has been created. ' (DELETED) -- The designation (DELETED) following a heading signifies that section/sub- section of the Standard Specifications has been deleted in its entirety. (REPLACED) -- The designation (REPLACED) following a heading signifies that that section/sub-section of the Standard Specifications has been deleted in its entirety and replaced. The replacement text is shown in CAPITAL LETTERS. ' (ADDITION) -- The designation (ADDITION) following a heading signifies that that section/sub-section of the Standard Specifications remains, as is, but is supplemented by additional specifications. The supplemental text added to the designated section is shown in CAPITAL LETTERS. (REVISED) -- The designation (REVISED) following a heading signifies that that section ' has been revised by one of the following two methods: 1. Text being deleted is shown with a line through the characters as follows, this-is being<ieietad. 2. Text being added is shown in CAPITAL LETTERS. ' Revised portions are shown in context of sufficient non-revised text to make it clear and unambiguous as to the location and the meaning of the revision. 1 r ' City of Renton Supplemental Specifications Division 1 SUBSTRUCTURES INCLUDE ENDWAI T ,' WINGWALIS,BARRIER AND RAILING ATTACHED TO THE WINGWALE, DIVISION I AND CANTILEVER BARRIERS AND RAILINGS. GENERAL REQUIREMENTS SUPERSTRUCTURE(REPLACED) TREFAKI UP IHbSi-RUCrU7EABOVE: ' (1988 APWA AMENDMENTS) I. SIMPLEArM CONnNUOUSMVNMEARINGS OR 2 THE BOTTOM OF THE GIRDER OR BOTTOM SCAB SOFFIT OR 3. ARCH gaE mACKS AND CONSTRUCTION JOINTS AT 1-01.3 DEFINITIONS (REVISED) THE TOP OF VERTICAL ABUTMENT MEMBERS OR RIGID FRAME PIERS. ' AND EXTENDING: ACT OF GOD(New) 1. FROM THE BACK OF PAVEMEM'SEAT TO THE BACK 'ACT OF GOD' MEANS AN EARTHQUAKE, FLOOD OF PAVEMENT SEAT WHEN THE ENDWALIS ARE ' CYCLONE, OR OTHER CATACLYSMIC PHENOMENON O!3 ATTACHED TO THE SUPERSTRUCTURE,OR NATURE. A RAIN, WINDSTORM, HIGH WATER OR OTHER 2 FROM THE EXPANSION JOINT AT THE END PIER TO NATURAL PHENOMENON OF UNUSUAL INTENSITY FOR THE EXPANSION JOINT AT THE OTHER END PIER THE SPECIFIC LOCALITY OF THE WORK, WHICH MIGHT WHEN THE ENDWALIS ARE NOT ATTACHED TO REASONABLY HAVE BEEN ANTICIPATED FROM THE SUPERSTRUCTURE ' HISTORICAL RECORDS OF THE GENERAL LOCALITY OF SUPERSTRUCTURES INCLUDE, BUT ARE NOT LIMITED THE WORK, SHALL NOT BE CONSTRUED AS AN ACT OF TTO GIRDERS R E RSS('SL BB BARRIER AND RAILING ATTACHED TO GOD. SUPERSTRUCTURES RO NOT INCLUDE ENDWALLS, WINGWALLS, BARRIER ANIJ YAILINU ATTACHED TO THE HOLIDAY(Replaced) WINGWALLS AND CANTILEVER BARRIERS AND RAILINGS UNLESS SUPPORTED BY THE SUPERSTRUCTURE RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS, YY 'DSAIJYDHEDDA VETERANSAY, HANG THANKSGIVING 1-02.5(1) PROPRIETARY INFORMATION(NEVI) DAY FOLLOWING,AND CHRISTMAS DAY. THE DAY BEFORE CHRIDAY OCCURS ON STMAS SHALL BE A HOLIDAY WHEN HURSDAY. WHEN (VVI:NDORS SHOULD, INR THE (ES�BID PROPOSAL,WHICH IDENTIFY FRID' HOLIDAY CHRISTMAS AFTERE DAY �AY,0,DRAY OCCURS ON A CLEARLY ANY REALUABLE)EARCH FORMULA,TA- TO BEGNS DRAWIrr NGS AC CHRISTMAS DAY OCCURS ON A SATURDAY, THE DISCLOSURE, RCW 4117310, OR ANY MATERIALS TWO PRECEDING WORKING DAYS SHALL BE OTHERWISE CLAIMED TO BE EXEMPT, ALONG WITH A OBSERVED AS HOLIDAYS. WHEN CHRISTMAS DAY STATEMENT OF THE BASIS FOR SUCH CLAIM OF OCCURS ON A SUNDAY,THE TWO WORKING DAYS EXEMPTION. THE DEPARTMENT (OR STATE) WILL GIVE FOLLOWING SHALL BE OBSERVED AS HOLIDAYS. NOTICE TO THE VENDOR OF ANY REQUEST FOR DISCLOSURE OF SUCH INFORMATION RECEIVED WITHIN 5 (FIVE)YEARS FROM THE DATE OF SUBMISSION. FAILURE OR EQUAL(New) RESPOND EEL SUCH NOTICE ORFAIREQUELURFOR TIMELY WHERE THE TERM ER EQUAL' IS USED HEREIN THE DISCLOSURE HAS BEEN GIVEN SHALL BE DEEMED A OWNER R, THE OWNER S RECOMMENDATION OI)THE WAIVER BY THE SUBMITTING VENDOR OF ANY CLAIM ENGINEER,SHALL F THE SOLE JUDGE SI THE QUALITY THAT SUCH MATERIALS ARE,IN FACT,SO EXEMPT. ' AND SUITABILITY OF THE PROPOSED SUBSITIVIION. SECRETARY(New) THE CHIEF EXECUTIVE OFFICER TO THE DEPARTMENT 1.03 AWARD AND EXECUTION OF ' SHALL ALSO REFER TO THE PUBLIC WORKS DIRECTOR CONTRACT SPECIAL PROVISIONS(New) THE SPECIAL PROVISIONS MAY DESCRIBE WORK THE 1-031(5) CONSIDERATION OF BIDS NE ' SPECIFICATIONS DO NOT COVER SUCH WORK SHALL COMPLY FIRST WITH THE SPECIAL PROVISIONS AND THIN WITH ANY SPECIFICATIONS THAT APPLY. THE ALL BIDS WILL BE BASED ON TOTAL SUM OF ALL CONTRACTOR SHALL INCLUDE ALL COSTS OF DOING THIS SCHEDULES OF PRICES. NO PARTIAL BIDS WILL BE WORK WITHIN THE UNIT BID PRICES. IF THE SPECIAL ACCEPTED UNLESS SO STATED IN THE CALL FOR BIDS OR ' PROVL90NS REQUIRE WORK THAT HAS NO UNIT BID SPECIAL. PROVISIONS THE CITY RESERVES THE RIGHT PRICE, COSTS SHALL BE INCIDENTAL AND INCLUDED HOWEVER TO AWARD ALL OR ANY SCHEDULE OF A BID WITHIN THE UNIT BID PRICES IN THE CONTRACT. TO THE LOWEST BIDDER AT ITS DISCRETION. STATE(Revised) 1-03.3(2) TIME TO EXECUTE AGREEMENT THE STATE SHALL ALSO REFER TO THE CITY OF THE REIYIE EAPPAND�� AUTHORIZED REPRESENTATNF_S� Copies of the Project Manual or Bid Documents, including the unsigned contract or Form of A ment will be available for pick up by the successful Bidder on the tfpt[business day following award. The 1-01.3 DEFINITIONS (REPLACED) number of copies to be executed by the Contractor shall be determined by the Owner. THE CONTRACT, BOND FORM, AND ALL _ (itE �] 07MER FORMS REQUIRING EXECUTION TOGETHER WITH IAETARI�FTAUIRED b=U UCTUREBELOW: TO BE UBST OF MITI DBYTTHEESSUCCESSFUUS OR LBIDDER�WILL BE 1. SIMPLE AND CONTINUOUS3 AAREARINGS,OR FORWARDED TO WE SUCCESSFUL BIDDER WITHIN 10 2. THE BOTTOM OF THE GIRDER OR BOTTOM SLAB DAYS OFTHE AWARD. SOFFIT,OR The successful Bidder shall sign and deliver back to the Owner,all 3. ARCH SKEWBACKS AND CONSTRUCTION JOINTS AT copies of the executed documents 6euad��Aa-p+ejses-Manual "4, THE TOP OF VERTICAL ABUTMENT MEMBERS OF accompanied by the Contract Bond aced cepproved evidence of RIGID FRAME PIERS insurance, AND THE OTHER FORMS BR DOCUMENTS REQUESTED IN THE ABOVE REFERENCED UST. These documents shall be dalivend-RETURNED to the Owner within 14 ' �Su Iemen�tal�perificaliens a�eeT— Division 1 Supplemental Scecifications City or Renton ' days e1-awvr4 unless otherwise mutually agreed by the Owner and CONTRACTORS FILING OF THE PROTEST' OR ACTION IS Contractor. CAPRICIOUS OR WITHOUT REASONABLE FOUNDATION. After all Forms of Agreement have been executed by the Owner,the IN THE LATTER CASE,ALL COSTS SHALL BE BORNE BY THE Owner will deliver one fully executed Form o[pgmement bound in the CONTRACTOR Pmjcct Manual to the successful Bidder. A Bid shall not be binding upon the Owner until the Form of Agreement has been signed by the Owner. 1-04.5(3) POTENTIAL CLAIMS(ADDITION) ' FAILURE ON THE PART OF THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE TO DISCOVER AND 1-04 SCOPE OF WORK CONDEMN OR REJECT IMPROPER, DEFECTIVE OR INFERIOR WORK OR MATERIALS, SHALL NOT BE , CONSTRUED AS AN ACCEPTANCE OF ANY SUCH WORK OR MATERIALS OR THE PART OF THE IMPROVEMENT IN 1-04.2 COORDINATION OF CONTRACT WHICH p�ANDDLLmGATION DTI' 19�FURT ERG REBY DOCUMENTS.PLANS,SPECIAL PROVISIONS, THE PARTIES HERETO '}HAT THE PUBLIC WORKS SPECIFICATIONS.AND ADDENDA(NEW) DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE THE QUANTITY AND QUALITY OF THE SEVERAL KINDS OF WORK EMBRACED IN THESE IMPROVEMENTS. HE SHALL THE COMPLETE CONTRACT INCLUDES THESE PARTS: DECIDE ALL QUESTIONS RELATIVE TO THE EXECUTION TIIE CONTRACT FORM, PLANS, SPECIAL PROVISIONS, OF THE WORK AND THE INTERPRETATION OF THE PLANS THESE SPECIFICATIONS, ADDENDA, AND ALL. AND SPECIFICATIONS. , SUPPLEMENTAL DOCUMENTS. THESE PARTS COMPLEMENT EACH OTHER IN DESCRIBING A COMPLETE 4 WORK ANY REQUIREMENT IN ONE PART BINDS AS IF 1-04.SU APPLICABLE LAW AND VENUE STATED IN ALL PARTS THE CONTRACTOR SHALT, (ADDITION) PROVIDE ANY WORK OR MATERIALS CLEARLY LMPLTED IN ' THE DESCRIPTION EVEN IF THE CONTRACT DOES NOT THE VENUE OF ANY SUIT SHALL BE IN KING COUNTY, ANYY DISCREPANCY IN THE PARTS OF THE CONTRACT MEN T SPECIFICALLY. WASHINGTON, AND IF THE CONTRACTOR IS A NON- SHALL BE RESOLVED BY FOLLOWING THIS ORDER OF RESIDENT OF THE STATE OF WASHINGTON HE SHALL PRECEDENCE (EG., 1 PRESIDING OVER 2, 3, 4, AND 5; 2 DESIGNATE AN AGENT, UPON WHOM PROaSS MAY BE PRESIDING OVER 3,4,AND 5;AND SO FORTH): SERVED, BEFORE COMMENCING WORK UNDER THIS ' 1. SPECIAL PROVISIONS CONTRACT. 2. PLANS . SUPPLEMENTAL SPECtIICAT[ONS 4. STANDARD PLANS 1-04.9 USE OF BUILDINGS OR STRUCTURES 4 5. STANDARD SPECIFICATIONS (NEM UNITS OF MEASUREMENT ON THE PROPOSAL SHALL GOVERN OVER UNITS OF MEASUREMENT CONTAINED IN 1, 2, 3, 4, OR 5 ABOVE. ON THE PLANS OR DRAWINGS, THE ENGINEER WILL DECIDE WHETHER ANY BUILDING FIGURED DIMENSIONS SHALL TAKE PRECEDENCE OVER OR STRUCTURE ON THE RIGHT OF WAY MAY REMAIN SCALED DIMENSIONS. DURING THE WORK AND WHETHER THE CONTRACTOR 1N CASE OF ANY AMBIGUITY OR DISPUTE OVER MAY USE SUCH A BUILDING OR STRUCTURE. , INTERPRETING THE CONTRACT, THE ENGINEERS DECISION WILL BE FINAL AS PROVIDED IN SECTION 1415.1. 1-04.10 USE OF MATERIALS FOUND ON THE 1-04.5(2) PROTESTS (ADDITION] PROJECT SITE(REVISED) ' IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE With written approval of the Engineer, the Contractor may ux in perforining the Work any stone, gravel, sand, or other material WILL BE DAMAGED BY THE FINDING OF THE ENGINEER obtained ut required excavations, or timbers removed in perforating HE SHALL, WITHIN 3 DAYS, NOTIFY THE ENGINEER AND the Work DDrovtded that such materials Otis the requirements of the THE CITY CLERK IN WRITING OF THE ANTICIPATED Contract Documents and arc not requin for other use by the ' NATURE AND AMOUNT OF THE DAMAGE OR DAMAGES. Contract Documents as selected materials In no case will such use be TIME IS OF THE ESSENCE IN THE GIVING OF SUCH NOTICE permitted to the detriment of the Owner. IN THE EVEN AN AGREEMENT CANNOT THEN BE Disposition of suitable materials obtained in the mum of the Work REACHED WITHIN 3 DAYS, THE CITY AND THE shall be as follows,per the Engineer's direction: CONTRACTOR WILL EACH APPOINT AN ARBITRATOR AND (1) Use as selected material pursuant to Section 2-033(10)of the ' THE TWO SHALL SELECT A THIRD WITHIN 30 DAYS current WSDOT/APWA Standard Specification. THEREAFTER (2) Delivered to the Engineer as saha THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, W17HIN 10 (3) ante and dispose of pursuant to Section 2-01 of the current , DAYS, CHALLENGES THE FINDINGS AND DECISION 8Y WSDOT AFWA Standard SO�e��cations. SERVING AND FILING A PETITION FOR REVIEW BY THE ALL SALVAGE MATERIAL ASN 7IFl0 ON THE PLANS AND SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE TAKEN FROM ANY OF THE DISCARDED FACILITIES SHALL, GROUNDS FOR THE PETITION FOR REVIEW ARE LIMITED AT THE ENGINEERS DISCRETION BE CAREFULLY TO SHOWING THAT THE FINDINGS AND DECISION: SALVAGED AND DELIVERED TO THt CITY SHOPS. ANY 1. ARE NOT RESPONSIVE TO THE QUESTIONS COST INCURRED IN SALVAGING AND DELIVERING SUCH SUBMITTED• ITEMS SHALL BE CONSIDERED INCIDENTAL TO THE 2. IS CONTRAPY TO THE TERMS OF THE CONIRACr PROJECT AND NO COMPENSATION WILL BE MADE. OR ANY COMPONENT THEREOF 3. IS ARBITRARY AND/OR IS NOls BASED UPON THE APPLICABLE FACTS AND THE LAW CONTROLLING 1-04.12 WASTE SITES WM , THE ISSUES SUBMITTED TO ARBITRATION. THE BOARD OF ARBITRATORS SHALL SUPPORT ITS DECISION BY SETTING FORTH IN WRITING THEIR ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE FINDINGS AND CONCLUSIONS BASED ON THE WASTED SHALL BE HAULED, DUMPED, AND SPREAD AT EVIDENCE ADDUCED AT ANY SUCH HEARING. THE LOCATIONS SELECTED BY THE CONTRACTOR. THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY THE ARBITRATION SHALL. BE CONDUCTED IN OF OBTAINING HIS OWN WASTE SITE. ALL WORK ACCORDANCE WITH THE STATUTES OF THE STATE OF INCLUDED IN THIS SECTION SHALL BE CONSIDERED TO BE WASHINGTON AND COURT DECISIONS GOVERNING SUCH INCIDENTAL TO OTHER ITEMS OF WORK AND NO PROCEDURE FURTHER COMPENSATION WILL BE MADE THE COSTS OF SUCH ARBITRATION SHALL BE BORNE THE ROUTE TAKEN TO THE WASTE SITE SHALL BE , EQUALLY BY THE CITY AND THE CONTRACTOR UNLESS IT MAINTAINED SOLELY BY THE CONTRACTOR IN A MANNER IS THE BOARD'S MAJORITY OPINION THAT THE AS DESCRIBED BELOW: Su lemental S etifications , ev. act ' City of Renton Suonlemental Smificationc Division I THE CONTRACTOR SHALL BE PREPARED TO USE WATER THE EXTRA COST IN ENGINEERING REQUIRED FOR SUCH ' TRUCKS, POWER SWEEPERS, AND RELATED EQUIPMENT REPLACEMENT. AS DEEMED NECESSARY BY E PUBLIC WORKS THE LASER METHOD OF ESTABLISHING GRADE MAY BE DIRECTOR TO ALLEVIATE THE PROBLEM OF LOST SPOILS USED PROVIDING: ALONG E ROUTE. PROMPT RESTORATION OF E I. REQUESTS FOR USE LISTING FOUIPMENL' AND ROUTE ISMANDATOZY. METHOD OF OPERATION ARE SUBMffhb FOR ' E CON 'kCTOR SHALL SECURE ALL NECESSARY CITY REVIEW AND APPROVAL AT LEAST FIVE DAYS PERMITS AND APPROVALS FOR ANY WASTE SITE TO BE PRIOR TO USE USED. COPIES OF E PERMITS AND APPROVALS ARE TO I GRADES ARE CHECKED AT LEAST ONCE EVERY 50 BE SUBMITTED TO THE ENGINEER PRIOR TO STARTING FEET AND AT LEAST 3 TIMES DAILY BY ANY WORK CONVENTIONAL METHODS 1 3. PROPER ANCHORING OF PIPE IS PERFORMED IN 1-04.14 CONTRACTOR'S COPIES OF CONTRACT LOCATIONS WHERE A BOX IS BEING USED FOR DOCUMENTS (NEW) ' THE CONTRACTOR WILL BE SUPPLIED BY THE OWNER -05S(3) CONSTRUCTION STAKING PROVIDED BY CITY WITH S SETS OF PLANS AND SPECIFICATIONS. AT LEAST' WT (NE-- ONE COMPLETE SET OF CONTRACT DOCUMENTS INCLUDING ONE FULL SIZE SET OF DRAWINGS, SHALL BIi THE CONTRACTOR SHALL ARRANGE HIS WORK TO KEPI' AT THE SITE OF CONSTRUCTION IN GOOD ALLOW A REASONABLE TIME FOR THE SETTING OF ' CONDITION AND AT ALL TIMES AVAILABLE TO THE STAKES FOR THE NEXT PHASE OF HIS OPERATION TO OWNER AND THE ENGINEER ADDITIONAL COPIES OF THE PREVENT WORK DELAYS WHILE WAITING FOR CONTRACT DOCUMENTS IF REQUIRED WILL BE CONSTRUCTION GUIDES. THE CONTRACTOR SHALL FURNISHED BY THE ISWRFR AT NE1!' COST OF ASSUME FULL RESPONSIBILITY FOR DETAILED REPRODUCTION. DIMENSIONS AND FOR TRANSFERRING ELEVATIONS OR MEASUREMENT'S MEASURED FROM SUCH STAKES AND ' MARKS. DELAYS BY REASON OF LACK OF STAKES OR A TIME 1-05 CONTROL OF WORK �TO E C FOR ONTRRACTOR AND S THANHALL NdYS f BEDI'HEMBADSIS FOR CLAIMS FOR ADDITIONAL COMPENSATION OR CONS 'RUCITON TIME. ALL COSTS FOR THE CONTRACTORS SURVEYING SHALL 1-053 DRAWINGS BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS IN THE PROPOSAL, AND NO FURTHER COMPENSATION WILL BE MADE, UNLESS A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED IN E SCHEDULE OF PRICES. 1-05.3 DRAWINGS (ADDITION) 1-05.5(4)CONTRACTOR PROVIDED DRAWINGS SUBMITTED SHALL BE ON 22 INCH BY 34 INCH CONSTRUCTION STAKING (NEW) 1 MYLAR OR SMALLER SHEETS WITH DIMENSIONS IN MULTIPLES OF 81/2 BY 11 INCHES. WHERE THE CONTRACTOR IS REQUIRED TO PROVIDE SECNURINGCT,TT HE SON ERVICES NG HE OF AA LPROFFE.SSPONS�I PROFE FOR SSIONAL 1-05.3(1)SUBMITTA?S( W) SURVEYOR WHO SHALL PROVIDE ALL SURVEY STAKING ' NEEDED IN CONJUNCTION WITH THE PROJECT THIS THE CONTRACTOR SHALL FURNISH FIVE COPIES OF ALL STAKING SHALL CONSIST OF,BUT NOT BE LIMITED TO: DRAWINGS, SPECIFICATIONS DESCRIPTIVE DATA, ROADWAY CENTERLINE....................SANITARY SEWER CERTIFICATES SAMPLES, TEST'S, METHOD, SCHEDULES; SLOPE STAKING................—_.................FTREINDRANTS AND MANUFA6URER'S INSLRUC11ONS AS REQUIRED TO CURBS AND GUTTERS.________..._...STREET LIGHTING ' DEMONSTRATE FULLY THAT THE MATERIALS AND GRADING AND PAVING UNDERGROUNDING POWER& EQUIPMENT TO BE FURNISHED AND THE METHOD OF TELEPHONE WORK COMPLY WITH THE PROVISIONS AND INTENT OF TELEMETRY.._.........•......._TRAFFIC SIGNAL SYSTEM THE SPECIFICATIONS AND DRAWINGS IF THE STORM DRAIN SYSTEM_..PSP&L CO.&P.N.W.B.VAULTS INFORMATION SHOWS ANY DEVIATION FROM THE MONUMENTSMONUMEN'REFERENCE/STRADLE POINTS CONTRACT REOUIREMENTS THE CONTRACTOR SHALL BY SIGNAL SYSTEMS&POLES A STATEMENT IN W WTING ACCOMPANYING THE RIGHT OF WAY&EASEMENT LIMITS INFORMATION ADVISE E ENGINEER OF E DEVIATION AMID STATE THE REASONS THEREFORE. THE CONTRACTOR SHALL SUPPLY THE CITY WITH REQUIRED SURVEY NOTES AND NOTIFY THE CITY FOR 1.055 CONSTRUCIYON STAKES (ADDITIOM LI INSPECTION OF THE STAKING AT LEAST ONE WORKING DAY IN ADVANCE OF WORK TAKING PLACE THE CONTRACTOR SHALL ASSUME FULL THE ENGINEER SHALL. HAVE E RIGHT TO MAKE RESPONSIBILITY FOR THE ACCURACY OF THE STAKING REASONABLE CHANGES IN THE GRADES AS THEY ARE AND SHALL PROVIDE ALL REPLACEMENT STAKING OR SHOWN ON THE DRAWINGS. GRADES WILL BE RESTAKING NEEDED. THE CITY WILL PROVIDE THE ' ESTABLISHED IN THE FORM OF OFFSET STAKES AT CONTRACTOR'S SURVEYOR WITH THE HORIZONTAL AND DISTANCES NOT GREATER THAN 25 FEET FOR BATTER VERTICAL CONTROL NEEDED TO PERFORM THE BOARDS RIK OIWH�EROR WORK IS IN ADVANCE OF F THE SURVEYOR SHALL PRO DE THE ORIGINAL NOTES CONTRACTOR SHALL HAVE. IN HIS EMPLOYMENT A AND A SET OF THE FIELD NOTES WHICH SHALL CONTAIN ' WORKER COMPETENT TO SET A BATTER BOARD OR AS-CONSTRUCTED LOCATIONS OF THE IMPROVEMENTS OTHER CONSTRUCTION GUIDE FROM THE LINE AND CONSTRUCTED UNDER THIS CONTRACT. GRADE STAKES GIVEN BY E ENGINEER, SUCH THESE NOTES SHALL CONTAIN AS A MINIMUM E EMPLOYEES SHALL HAVE THE DUTY AND RESPONSIBILITY CENTER LINE STATION AND OFF SET AND CUT TO EACH OF PLACING AND MAINTAINING SUCH CONSTRUCTION TEE VALVE, BEND HYDRANT MANHOLE, CULVERT, GUIDES. A BATTER BOARD SET WITH AN ENGINEER'S CA CH BASIN INL&S CLFANOL}TS, SIDESEWER, WATER LEVEL,SHALL BE USED FOR ALL LINES SET ON A GRADE SERVICE, CULTS GUTTER, SIDEWALK, AO ALL OTHER OF OSO PERCENT' OR LESS AT LEAST THREE BATTER CHANGES IN AL.TGNMFNT OR GRADE AS MAY BE NEEDED BOARDS SHALL REMAIN IN PLACE DURING PIPE TOYING TO DRAW ACCURATE AS CONSTRUCTED RECORDS OF THE OPERATIONS. IF, THROUGH THE CONTRACTOR'S PROJECT THESE NOTES SHALL BE KEPT LEGIBLY IN A NEGLIGENCE, ANY STAKES SHALL BE DESTROYED AND FORMAT CONFORMING TO GOOD ENGINEERING THHEEUIRE CONPACTORS,A SUM FINAL PAYMENT EQUIVALENT TO THEOM CT'TCO CE TN A HARD NTRACTORSC SURVEYORVERED FIELD THEOK UPPLIED TO CITY ON REQUEST. Sum i_ e.12tL"fa Soecifaft3ns tY AP! Division 1 Supplemental Specifications City of Renton ' THE LUMP SUM UNIT PRICE FOR CONSTRUCTION FAILURE TO PROVIDE A SAFE PROJECT SITE. THE STAKING WILL BE FULL COMPENSATION FOR ALL CONTRACTOR SHALL NOT BE ELIGIBLE FOR ANY EXTRA SURVEYING NEEDED TO CONSTRUCT THE PAYMENT OR EXTENSION OF CONTRACT TIME BASED ON IMPROVEMENTS TO THE LINE AND GRADE PER THE EITHER THE ACTIONS REQUIRED TO MAKE THE SITE SAFE APPROVED PLANS AND TO PROVIDE THE REQUIRED OR ON ANY ADDITIONAL WORK — SUCH AS RE- CONSTRUCTION AHD AS CONSTRUCTED FIELD NOTES. CONSTRUCTING, BACKFILLING OR RE-EXPOSING WORK PARTIAL PAYMENTS FOR THIS ITEM WILL BE MADE IN THAT WAS NOT INSPECTED—DUE TO THE CONTRACTORS ' CONNECTION WITH THE MONTHLY PAY ESTIMATES BASED FAILURE TO PROVIDE A SAFE PROJECT SITE UPON WORK COMPLETED AS DETERMINED BY THE AS CNENTE�RLIINE, CURBS AND GUTTERS AND R. ALL ROADWAY GRADING AND 1-05.9 EQUIPMENT(NEWT PAVING SHALL BE DONE AT A MfNIMUM OF 25 FOOT CENTERS A COPY OF ALL CUT-SHEETS AND SIMILAR AT THE ENGINEER'S REQUEST, THE CONTRACTOR WORK SHALL BE GIVEN TO THE CITY AND A COPY OF THE SHALL PROVIDE AN OPERATING AND MAINTENANCE SURVEY CONTROL NOTES SHALL BE GIVEN TO THE CPIY MANUAL FOR EACH MODEL OR TYPE OF MIXING, WHEN DONE PLACING OR PROCESSING EQUIPMENT BEFORE USING IT IN THE FORK THE CONTRACTOR SHAH.ALSO PROVIDE 1-05.5(5) CONTRACTOR PROVIDED AS-BUILT EQUIPMENT MEETS OPERATING REQUIREMNFIRM ENTS,SUCH INFORMATION (NEW) VIBRATION RATE, REVOLUTIONS-PER-MINUTE, OR ANY OTHER REQUIREMENTS. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO THE CONTRACT MAY REQUIRE AUTOMATICALLY RECORD THE LOCATION BY CENTERLINE STATION CONTROLLED EQUIPMENT FOR SOME OPERATIONS. IF t OFFSET AND DEPTH BE:LO*PAVEMENT,OF ALL EXISTING THE AUTOMATIC CONTROLS ON SUCH EQUIPMENT FAILS UTILTTICONTRACTOR3 UNCOVERED OR CROSSED DURING HIS WORK THE CONTRACTOR MAY OPERATE THE EQUIPMENT` AS COVERED UNDER THIS PROJECT. MANUALLY FOR THE REMAINDER OF THAT NORMAL IT SHALL. BE THE CONTRACTORS RESPONSIBILITY TO WORKING DAY, PROVIDED THE METHOD OF OPERATION HAVE HIS SURVEYOR LOCATE BY CENTERLINE STATION PRODUCES RESULTS OTHERWISE MEETING THE OFFSET AND ELEVATION, EACH MAJOR ITEM OF WORK SPECIFICATIONS CONTINUED OPERATION OF THE ' DONE UNDER THIS CONTRACT. MAJOR ITEMS OF WORK EQUIPMENT MANUALLY BEYOND THIS WORKING DAY SHALL BE DEFINED TO INCLUDE THE FOLLOWING ITEMS: WILL BE PERMITTED ONLY BY SPECIFIC AUTHORIZATION MANHOLES........CATCH BASINS AND 1NLEI'S/INVERTS OFTHE ENGINEER VALVES_..._...._......VERTICAL AND HORIZONTAL BENDS THE ENGINEER WILL REJECT EQUIPMENT THAT JUNCTION BOXES....__...._....._._._....................CLEANOUTS REPEATEDLY BREAKS DOWN OR FAILS TO PRODUCE SIDE SEWERS.............STREET LIGHTS&STANDARDS RESULTS WITHIN THE REQUIRED TOLERANCES. THE HYDRANTS-.-.-MAJOR CHANGES IN DESIGN GRADE(S) CONTRACTOR SHALL PROMPTLY REPLACE REJECTED VAULTS._.__._........--.....—....._._.__...._CT_....A CULVERTS EEQQUIPMENT SHALL GIVE THE CONTRACMENT. REJECTION AND TOR NO RIGHT TO ENT OF SIGNAL POI.ES_..__.___.___»...pt FiTatCN.CABINET'S MORE PAY ORTIME IO THE COECONRTSORYOTHS CONTRACT THE CONTRACTORS SHALL 1-05.18 ERRORS AND OMISSIONS(NEWT PROVIDE TO nit CRY THE HARD COVER FIELD BOOK( CONTAINING THE CONSTRUCTION STAKING AND IF THE CONTRACTOR, IN THE COURSE OF HIS WORK BUILT NOTES, AND ONE SET OF WHITE PRINTS OF THE BECOMES AWARE OF ANY ERRORS OR OMISSIONS IN THE CONSTRUCTIaN DRAWINGS UPON WHICH HE HAS CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY PLOTTED THE NOTES OF THE CONTRACTOR LOCATING SURVEY POINT'S AND INSTRUCTIONS OR IF HE BECOMES EXISTING UTILITIES AND ONE SET OF WHITE PRINTS OF AWARE OF ANY DISCREPANCY BOWEFN THE CONTRACT THE CONSTRUCTIO14 DRAWINGS UPON WHICH HE HAS DOCUMENTS AND THE PHYSICAL CONDITIONS OF THE PLOTTED THE AS-BUILT LOCATION OF THE NEW WORK AS LOCALITY, HE SHALL IMMEDIATELY INFORM THE RECORDED IN THE FIELD BOOKS) THIS DRAWING SHALL ENGINEER THE ENGINEER, IF HE DEEMS IT NECESSARY ' BEAR THE SURVEYORS SEAL AND SIGNATURESHALL RECTIFY THE MATTER AND ADVISE THE' CERTIFYING ITS ACCURACY. CONTRACTOR ACCORDINGLY. ANY WORK DONE AFTER THE LUMP SUM U PRICE FOR CONSTRUCTION SUCH DISCOVERY,UNTIL AUTHORIZED,WILL BE DONE AT STAKING WILL BE FULL L COMPENSATION T ALL THE CONTRACTOR'S RISK SURVEYING NEEDED TO CONSTRUCT THE ' IMPROVEMENTS TO THE LINE AND GRADE PER THE APPROVED PLANS AND TO PROVIDE THE REQUIRED CONSTRUCTION AHD AS-CONSTRUCTED FIELD) NOTES PARTIAL PAYMENTS FOR THIS ITEM WILL BE MADE IN 1-07 LEGAL RELATIONS AND CONNECTION WITH THE MONTHLY PAY ESTIMATES BASED , UPON WORK COMPLETED AS DETERMINED BY THE RESPONSIBILITY TO THE PUBLIC ENGINEER 1.05.6 INSPECTION OF WORK AND MATERIALS 1-07.4 SANITATION{ADDITION) (ADDITION] ' ALL EXPENSES INCURRED IN SUPPLYING ACCESS, IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PARKING, AND SANITATION FACILITIES SHALL BE ASSURE THAT THE PROJECT SITE IS SAFE FOR THE CONSIDERED INCIDENTAL TO THE PROJECT AND NO ENGINEER TO ENTER AND TO INSPECT THE COMPENSATION SHALL BE MADE ' CONTRACTOR'S WORK AND MATERIALS. MAINTAINING SUCH A SAFE PROJECT SITE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL 1-07.7 LOAD LIMITS (ADDITION) INCLUDE BUT NOT BE LIMITED TO COMPL LANCE WITH THE SPECIFICATIONS FOR TRAFFIC CONTROL' AND FOR SHORING AND CRIBBING OR EXTRA EXCAVATION' AND ALL MOTOR VEHICLES OF THE CONTRACTOR ' OTHER APPLICABLE TAWS AND REGULATIONS. NO WORK SUBCONTRACTORS, AND SUPPLIERS SHALL STRICTLY OR MATERIALS WILL BE INSPECTED OR ACCEPTED BY THE ADHERE TO CH. 46.44 OF THE MOTOR VEHICLE LAWS OF CITY ON A PROJECT SITE THAT IN THE DETERMINATION THE STATE. OF WASHINGTON (1967 EDITION AND OF THE ENGINEER DOES PLOT MEET ESTABLISHED AMENDMENTS THEREOF) IN REGARD TO S= WEIGHT, SAFETY STANDARDS. AND LOADS OF MOTOR VEHICLES. ' THE CONTRACTOR SHALL BE RESPONSIBLE FOR PAYMENT WILL NOT BE MADE FOR ANY MATERIAL MAKING ARRANGEMENTS FOR REINSPECTION BY THE THAT IS DELIVERED IN EXCESS OF THE LEGAL WEIGHT CITY AFTER THE CONTRACTOR HAS TAKEN CORRECTIVE FOR WHICH THE VEHICLE IS LICENSED. _ ACTIONS TO MAKE THE PROJECT SITE SAFE THE REPORTED VIOLATION IOTHE .THESE EDGIAW�ENNS SHALL ENFORCEMENT CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ANY AND ALL COSTS AND/OR DELAYS RESULTING FROM HIS AGENT. Su lemental S ifiealions ev. aV 4 , ' CRY of Renton Supplemental Specifications Division 1 THE CONTRACTOR IS TO FURNISH TO THE PUBLIC CONTRACTOR REFUSING OR NEGLECTING TO DO SO THE WORKS DIRECTOR A LISTING OF ALL HAUL VEHICIFS OWNER MAY, ITSELF OR BY THE EMPLOYMENT OF SOME USED ON THE PROJECT LISTING THE VEHICLE NUMBER, OTHER PERSON MAKE GOOD ANY SUCH LASS OR LICENSE NUMBER TAR$ WEIGHT, AND LICENSED [AAD DAMAGE, AND 'ENE COST AND EXPENSE OF SO DOING llM1TS SHALL BE G FAVORABLE WfATHD TO THE EE N UNFAVORABLE AND OTHER CONDITIONS THE CONTRACTOR SHALL PURSUE ONLY 1-07.90) GENERAL(ADDITIOND SUCH FOR OF THE WORK AS SHALL NOT BE DAMAGED THEREBY. BEFORE THE CITY WILL RELEASE EACH PROGRESS NO PORTION OF THE WORK WHOSE SATISFACTORY ESTIMATE PAYMENT CHECK THE CONTRACTOR MUST QUALITY OR EFFICIENCY WILL, BE AFFECTED BY SUBMIT A 'CERTIFICATION bY GENERAL CONTRACTOR' UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED (FORM SUPPLIED BY CIT CONFIRMING THAT PREVAILING WHILE THESE CONDITIONS EXIST, UNLESS BY SPECIAL WAGE RATES HAVE BEEN PAID. MEANS OR PRECAUTIONS ACCEPTABLE TO THE ' ON FEDERAL-AID PROJECTS THE CONTRACTOR AND EACH ENGINEERS THE CONTRACTOR SHALL BE ABLE TO OVEACOM SUBCONTRACTOR SHALL ALSO FURNISH WEEKLY PAYROLL THEM. STATEMENTS TO THE ENGINEER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING DUST AND MUD WITHIN THE PROJECT ' LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS 1-07.11(9) SUBCONTRACTING(ADDITION) CONTPMENT NIRACTOR SHALL BE PR THE REPARED TOEUSEOWATERIHNG TRUCKS, POWER SWEEPERS AND OTHER PIECES OF BEFORE PAYMENT OF THE FINAL ESTIMATE THE EQUIPMENT AS DEEMED NE(ESSARY BY THE ENGINEER, ' CONTRACTOR SHALL SUBMIT AN AFFIDAVIT OF AMOUNTS TO AVOID CREATING A NUISANCE PAID TO MINORITY BUSINESS ENTERPRISE AND OF DUST AND MUD CONTROL SHALL BE CONSIDERED AS WOMEN BUSINESS ENTERPRISE PARTICIPANTS ON THE INCIDENTAL TO THE PROJECT, AND NO COMPENSATION FORM PROVIDED BY THE CITY; CERTIFYING THE WILL BE MADE FOR THIS SECTION. AMOUNTS PAID TO MINORITY BUSINESS AND OR WOMEN COMPLAINTS OF DUST, MUD OR UNSAFE PRACTTCES BUSINESS ENTERPRISE PARTICIPANTS. AND/OR PROPERTY DAMAGE TO PRIVATE OWNERSHIP ' WILL BE TRANSMITTED TO THE CONTRACTOR AND 1-07.11(10) RECORDS AND REPORTS IADDITIOM PREQUIIRRED BACTION TOHNE CONI CORRECTING ACCTTTOOR.NG THEM WILL BE ' AN EQUAL EMPLOYMENT OPPORTUNITY REPORT 1-07.16(1) PRIVATE AND PUBLIC PROPERTY CERTIFICATE SHALL BE EXECUTED BY THE BIDDER WITH HIS BID PROPOSAL ON THIS PROJECT AND WHICH COMES LADDITIO M WITHIN THE PROVISIONS OF THE EQUAL EMPLOYMENT OPPORTUNITY REGULATIONS OF THE SECRETARY OF THE OWNER WILL OBTAIN ALL EASEMENTS AND LABOR AS REVISED MAY 21, 1968. THE FORM OF FRANCHISES REQUIRED FOR THE PROJECT. THE I CERTIFICATE WILL BE FURNISHED TO THE CONTRACTOR CONTRACTOR SHALL LIMIT HIS OPERATION TO THE WITH THE PROPOSAI, WHICH THE CONTRACTOR WILL AREAS OBTAINED AND SHALL NOT TRESPASS ON PRIVATE NEED TO COMPLETE, STATING AS TO WHETHER HE, HIS PROPERTY. FIRM, ASSOCIATION, PARTNERSHIP, OR CORPORATION THE OWNER MAY PROVIDE CERTAIN LANDS AS HAS PARTICIPATED INANY PREVIOUS CONTRACTS OR INDICATED IN CONNECTION WITH THE WORK UNDER THE ' SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CONTRACT TOGETHER WITH THE RIGHT OF ACCESS TO CLAUSE AND IF SO,WHETHER OR NOT HE HAS SUBMITTED SUCH LANDS. THE CONTRACTOR SHALL NOT ALL REPORTS DUE UNDER APPLICABLE FILING UNREASONABLY ENCUMBER THE PREMISES WITH HIS REQUIREMENTS. EQUIPMENT OR MATERIALS. FAILURE ON THE PART OF THE BIDDER TO FURNISH THE CONTRACTOR SHALL PROVIDE,WITH NO LIABILITY THE REQUIRED CERTIFICATE WILL BE DUE CAUSE FOR TO THE OWNER, ANY ADDITIONAL LAND AND ACCESS RETEC ION OF HIS BID. THERETO NOT SHOWN OR DESCRIBED THAT MAY BE IF A PROPOSAL LACKS AN EEO REPORT CERTIFICATE, REQUIRED FOR TEMPORARY CONSTRUCTION FACILITIES AND THE CONTRACTOR WOULD OTHERWISE BE OR STORAGE OF MATERIALS. HE SHALL CONSTRUCT ALL AWARDED THE CONTRACT, THE CONTRACTOR SHALL. ACCESS ROADS DETOUR ROADS,OR OTHER TEMPORARY HAVE 10 DAYS AFTER NOTICE BY THE DIRECTOR OF WORK AS REQUIRED BY HIS OPERATIONS THE ' PUBLIC WORKS TO PROVIDE THE SAME IF THE CONTRACTOR SHALL CONFINE HIS EQUIPMENT STORAGE CONTRACTOR REFUSES OR FAILS WITHIN THAT TIME TO OF MATERIAL., AND OPERATION OF HIS WOttKERS TO PROVIDE THE CERTIFICATE, THEN THE PROPOSAL THOSE AREAS SHOWN AND DESCRIBED AND SUCH GUARANTEE, IN THE FORM OF BOND, CHECK, OR CASH ADDITIONAL AREAS AS HE MAY PROVIDE WHICH ACCOMPANIED THE BID, WILL BE FORFEITED TO A GENERAL ALL CONSTRUCTION WORK UNDER THIS ' THECITY. C6RI'AeTCI ON EASEMENIS, RIGHT-OF-WAY, OVER WHENEVER A CONTRACTOR REQUESTS PERMISSION TO PRIVATE PROPERTY OR FRANCHISE, SHALL BE SUBLET PART OF ANY CONTRACT AND SUCH CONTRACT CONFINED TO THE LIMITS OF SUCH EASEMENTS,COMES WITHIN THE PROVISIONS OF THE EQUAL RIGITTOF-WAY OR FRANCHISE ALL WORK SHALL OPPORTUNITY REGULATIONS OF THE SECRETARY OF BE ACCOMPLISHED SO AS TO CAUSE THE LEAST LABOR, REVISED MAY 21 1%9 HE SHALL OBTAIN THIS AMOUNT OF DISTURBANCE AND A MINIMUM ' CERTIFICATION FROM HIS PR(SPOSED SUBCONTRACTOR AMOUNT OF DAMAGE THE CONTRACTOR SHALL AND FORWARD IT TOGETHER WITH SUCH REQUEST. NO SCHEDULE HIS WORK SO THAT TRENCHES ACROSS SUBCONTRACT WILL BE APPROVED BEFORE RECEIPT OF EASEMENTS SHALL NOT BE LEFT OPEN DURING SUCH CERTIFICATION FROM THE SUBCONTRACTOR WEEKENDS OR HOLIDAYS AND TRENCHES SHALL FOR THIS PURPOSE, CERTIFICATION FORMS MAY BE NOT BE OPEN FOR MORE THAN 48 HOURS. OBTAINED FROM THE PROJECT ENGINEER ASSIGNED TO B. STRUCTURES, THE CONTRACTOR SHALL REMOVE THIS PROJECT. SQCT--STING STRUCTURES AS MAY BE NECESSARY FOR THE PERFORMANCE OF THE 1-07_.13 CONTRACTOR'S RESPONSIBILITY FOR sORKtNDEUIIRED,REMOVEDL TH REBUILD on WORK AND DAMAGE(ADDITION) CONDITION AS FOUND. HE SHALL ALSO REPAIR — ALL EXISTING STRUCTURES WHICH MAY BE THE WORK SNAIL BE UNDER THE CONTRACTOR'S DAMAGED AS A RESULT OF THE WORK UNDER THIS CONTRACT. RESPONSIBLE CARE AND CHARGE. THE CONTRACTOR C. S� CULTIVATED AREAS AND OTHER SNAIL BEAR ALL LOSS AND DAMAGE WHATSOEVER AND MPROVEMENIS. ALL CULTIVATED ' FROM WHATSOEVER CAUSE, EXCEPT THAT CAUSED AREAS, EITHER AGRICULTURAL OR LAWNS, AND SOLELY BY THE ACT OF THE OWNER WHICH MAY OCCUR OTHER SURFACE IMPROVEMENTS WHICH ARE ON OR TO THE WORK DURING THE FULFILLMENT OF THE DAMAGED BY ACTIONS OF THE CONTRACTOR CONTRACT, SHALL BE RESTORED AS NEARLY AS POSSIBLE TO IF ANY SUCH LOSS OR DAMAGE OCCURS, THE —THEIR ORIGINAL CONDITION. CONTRACTOR SHALL IMMEDIATELY MAKE GOOD ANY PRIOR TO EXCAVATION ON AN EASEMENT OR SUCH LASS OR DAMAGE, AND IN THE EVENT OF THE PRIVATE RIGHT-OF-WAY,THE CONTRACTOR SHALL Su lemenlal S erifi<alions ' ev. aee Division I Supplemental Specifications City of Renton ' STRIP OP SOIL FROM THE TRENCH OR POR AND SHALL TAKE ALL NECESSARY PRECAUTIONS TO CONSTRUCTION AREA AND STOCKPILE IT IN SUCH PROTECT' AND PROVIDE TEMPORARY SERVICES FOR A MANNER THAT IT MAY BE REPLACED BY HIM, SAME UPON COMPLETION OF CONSTRUCTION. THE CONTRACTOR SHAM., AT HIS OWN EXPENSE, ORNAMENTAL TREES AND SHRUBBERY SHALL BE REPAIR ALL DAMAGE TO SUCH FACILITIES OR CAREFULLY REMOVED WITH THE EARTH STRUCTURES DUE O THIS CONSTRUCTION OPERATION SURROUNDING THEIR ROOTS WRAPPED IN BURLAP O THE SATISFACTION OF THE CITY; EXCEPT FOR CITY AND IHINN 49H�OURD.S IN THEIR ORIGINAL POSITIONS UTILITY WNED FACILITIES AT CONTT'RAWILL BCT'OR'S SENSE,OR ALL SHRUBBERY OR TREES DESTROYED OR BY THE CONTRACTORAS DIRECTED BY THE CITY. DAMAGED SHALL BE REPLACED BY THE CONIRACtOR WITH MATERIAL OF EQUAL , QUALITY AT NO ADDITIONAL COST TO THE 1-07.18 PUBLIC LIABILITY AND PROPERTY OWNER, IN THE EVENT THAT IT IS NECESSARY O DAMAGE INSURANCE TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT AND ROILED AND REPLACED AFTER THE TRENCHES HAVE BEEN BACKFIII.ED. THE LAWN AREA SHALL.BE CLEANED ' BY SWEEPING OR OTHER MEANS, OF ALL EARTH 1-07.18(l) GENERAL(REVISED) AND DEBRIS THE CONTRACTOR SHALL USE RUBBER WHEEL On non-FHWA funded projects the Contractor shall obtain and EQUIPMENT SIMILAR O THE SMALL TRACTOR- maintain in full force and effect during the term of the contract,AND TYPE BACKHOES USED BY SIDE SEWER UNTIL FINAL ACCEPTANCE, ublic liability,and property dame t CONTRACTORS FOR ALL WORK, INCLUDING P EXCAVATION AND BACKFILI,, ON EASEMENT'S OR insurance with insurance companies or through sources sp�roved RIGHTS-OF-WAY WHICH HAVE LAWN AREAS. ALL the State Insurance Commissioner pursuant toTnlc obtain RCKr FENCES MARKERS, MAIL BOXES, OR OTHER On FHWA Funded Projects, the Contractor shall obtain and keep m TEMPORARY OBSTACLES SHAH. BE fora during the terra of the contract, AND UNTIL FINAL REMOVED BY THE CONTRACTOR AND ACCEPTANCE, public liability and props damage insurance with , IMMEDIATELY REPLACE, AFTER THE TRENCH IS C companies or through sources approved the State Insurance BACKFILLED, IN THEIR ORIGINAL POSITION. THE Commissioner pursuant to Title limit t of $ a amount of bodily enge injury CONTRACTOR SHALL NOTIFY THE OWNER AND shall not a less than a single bmit Per SL(10 nM For bodily injury PROPERTY OWNER AT LEAST 24 HOURS IN including death and property mage per oavanee. ADVANCE OF ANY WORK DONE ON EASEMENTS OR ' RIGHTS-OF-WAY. 1-o7.23 TRAFFIC CONTROL(REVISED) DAMAGE O EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM DEWATERING AND/OR OTHER CONSTRUCTION al. ACTIVITY UNDER 'THIS CONTRACT SHALL BE E[TOEREIR � LNAL SHL88BRTI OIIGINALCONDI CONDITION 1-07.23(l) PUBLIC CONVENIENCE AND SAFETY , ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE PRIOR TO CONSTRUCTION. ALL SUCH WORK SHALL BE DONE O THE SATISFACTION OF THE PROPERTY OWNERS AND THE CONTRACTOR SHALL CONDUCT ALL OPERATIONS ' THE OWNER AT THE EXPENSE OF THE WITH THE LEAST POSSIBLE OBSTRUCTION AND CONTRACTOR. INCONVENIENCE O THE PUBLIC THE CONTRACTOR D.- STREETS. THE CONTRACTOR WILL ASSUME ALL SHALL HAVE UNDER CONSTRUCTION NO GREATER IZESPOM LENGTH OR AMOUNT OF WORK THAN CAN BE SURFACEIBOF ALLOSTREETS RESTORATION WAYS) PROSECUTED PROPERLY WITH DUE REGARDS TO THE USED BY HIM IF DAMAGED. RIGHT'S OF THE PUBLIC. TO THE EXTENT POSSIBLE.THE , INTHEEVENTTHECONTRACTOR DOESNOTHAVE CONTRACTOR SHALL FINISH EACH SECTION BEFORE LABOR OR MATERIAL IMMEDIATELY AVAILABLE -BEGINNING WORK ON THE NEXT. O MAKE NECESSARY REPAIRS,THE CONTRACTOR O DISRUPT PUBLIC TRAFFIC AS LITTLE AS POSSIBLE, SHALL SO INFORM THE OWNER THE OWNER WILL THE CONTRACTOR SHALL (UNLESS THE SPECIAL MAKE THE NECESSARY REPAIRS AND THE COST OF PROVISIONS STATE OTHERWISE): ' SUCH REPAIRS SHALL BE PAID BY THE L PERMIT TRAFFIC O PASS THROUGH THE WORK CONTRACTOR WITH THE LEAST POSSIBLE INCONVENIENCE OR THE CONTRACTOR IS RESPONSIBLE FOR IDENTIFYING DELAY, AND DOCUMENTING ANY DAMAGE THAT IS PRE-EXISTING I MAINTAIN EXISTING ROADS AND STREETS THAT OR CAUSED BY OTHERS LIE NEXT O OR INSIDE , THE PROJECT LIMITS KEEPING THEM OPEN PEN AND IN 1-07.17(1) GENERAL(ADDITION 3. REMOVE E OD ORCRREPPAIR°NYTCONDTTION RESULTING FROM THE WORK THAT MIGHT IMPEDE TRAFFIC LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR OR CREATE A HAZARD AND , EXISTING UNDERGROUND FACILITES ARE IN 4. KEEP EXISTING TRAI HC SIGNAL AND HIGHWAY ACCORDANCE WITH THE BEST AVAILABLE INFORMATION LIGHTING SYSTEMS IN OPERATION AS THE WORK WITHOUT UNCOVERING AND MEASURING. THE OWNER PROCEEDS (ME ESTATE WILL CONTINUE THE DOES NOT GUARANTEE THE SIZE AND LOCATION OF ROUTINE MAINTENANCE ON SUCH SYSTEMS.) EXISTING FACILITIES. TO PROTECT THE RIGHTS OF ABUTTING PROPERTY IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TOOWNERS THE CONTRACTOR SHALL. CONTACT ALL PUBLIC AND PRIVATE COMPANIES HAVING I. CbNDUCr THE CONSTRUCTION SO THAT THE UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE ABUTTING LING PROPERTY OWNERS,NCE AS IBIS IS CAUSED TO CONSTRUCTTONAREA. Z. MAINTAIN READY ACCESS O DRIVEWAYS CALL BEFORE YOU DIG HOUSES, AND BUILDINGS ALONG THE TINE OP WORK APPROACHES TO THE 48 HOUR LOCATORS 3. a S IN ERT EECCTINGR ROADS AND KEEPROSSING THESE APPROACHES IN GOOD CONDITION AND 4. XTINNE ANOTHER iEOE CLOSING AN1-800-424-5555 PROVIDE ONE WHENEVER THE CONTRACT CALLS FOR REMOVING AND REPLACING AN ABUTTING OWNER'S ACCESS. IF, IN THE PROSECUTION OF THE WORK, IT BECOMES WHEN TRAFFIC MUST PASS THROUGH GRADING AREAS, NECESSARY O INTERRUPT EXISTING SURFACE THE CONTRACTOR SHALL DRAINAGE SEWERS, UNDERDRAINS, CONDUIT, UTILITIES, 1. MAKE CUTS AND FILLS THAT PROVIDE A , SIMILAR UNDERGROUND ST'RUCLUREs, OR PARTS REASONABLY SMOOTH,EVEN ROADBED, THEREOF, THE CONTRACTOR SHALL BE RESPONSIBLE Su lemental S ecipeations , er. rage ' City of Renton Supplemental Specifications Division 1 I PLACE, IN ADVANCE OF OTHER GRADING WORK, 1 ENOUGH FILL AT ALL CULVERTS AND BRIDGES TO 4, DROP-OFFS MORE THAN 050 FOOT NOT WITHIN THE PERMIT TRAFFIC TO CROSS TRAVELED WAY OR AUXILIARY LANE SHALL BE 3. MAKE ROADWAY CUTS ANT)FILLS IF ORDERED BY PROTECTED WITH APPROPRIATE WARNING SIGNS THE ENGINEER, IN PAK5LWIDTH LIFTS, AND FURTHER PROTECTED AS INDICATED IN 3B IF ALTERNATING LIFTS FROM SIDE TO SIDE TO ALL OF THE FOLLOWING CONDITIONS ARE MET. PERMIT TRAFFIC TO PASS ON THE SIDE OPPOSITE A. THE DROP-OFF IS LESS THAN 2 FEET, ' THE WORK, B, THE TOTAL LENGTH THROUGHOUT THE 4. INSTALL CULVERTS ON HALF THE WIDTH OF THE PROJECT IS LESS THAN I MILE, TRAVELED WAY,KEEPING THE OTHER HALF OPEN C. THE DROP-OFF DOES NOT REMAIN FOR MORE TO TRAFFIC AND UNOBSTRUCTED UNTIL THE THAN THREE WORKING DAYS FIRST HALE IS READY FOR USE, D. THE DROP-OFF IS NOT PRES Nr ON ANY OF ' S. AFTER ROUGH GRADING OR PLACING ANY THE HOLIDAYS LISTED IN SECTION 1.085,AND I-SUBSEQUENT LAYERS, PREPARE THE FINAL THE DROP-OFF IS ONLY ON ONE SIDE OF THE ROADBED TO A SMOOTH,EVEN SURFACE(FREE OF ROADWAY. HUMPS AND DIPS) SUITABLE FOR USE BY PUBLIC 5. DROP-OFFS MORE THAN 050 FOOT THAT ARE NOT TRAFFIC,AND WITHIN THE TRAVELED WAY OR AUXILIARY LANE 6. SETTLE DUST WITH WATER, OR OTHER DUST AND ARE NOT OTHERWISE COVERED BY NO. 4 PALLIATIVE,AS THE ENGINEER MAY ORDER ABOVE SHALL BE PROTECTED WITH APPROPRIATE IF GRADING WORK IS ON OR NEXT TO A ROADWAY IN WARNING SIGNS AND FURTHER PROTECTED AS USE, THE CONTRACTOR SHALL FINISH THE GRADE INDICATED IN 3A OR 3C IMMEDIATELY AFTER ROUGH GRADING AND PLACE 6. OPEN TRENCHES WITHIN THE TRAVELED WAY OR SURFACING MATERIALS AS THE WORK PROCEEDS. AUXILIARY LANE SHALL HAVE A STEEL-PLATE ' THE CONTRACTOR SHALL BE RESPONSIBLE FOR COVER PLACED AND ANCHORED OVER THEM. A PROVIDING ADEQUATE SAFEGUARDS SAFETY DEVICES, WEDGE OF SUITABLE MATERIAL_ IF REQUIRED, PROTECTIVE EQUIPMEIYP, AND ANTI OTHER NEED ED SHALL BE PLACED FOR A SMOOTH TRANSITION ACTIONS TO PROTECT THE LIFE,HEALTH,AND SAFETY OF BETWEEN THE PAVEMENT AND THE STEEL,PLATE. THE PUBLIC, AND TO PROTECT PROPERTY IN WARNING SIGNS SHALL BE USED TO ALERT ' CONNECTION WITH THE PERFORMANCE OF THE WORK MOTORISTS OF THE PRESENCE OF THE STEEL COVERED BY THE CONTRACT. THE CONTRACTOR SHALL PLATES. PERFORM ANY MEASURES OR ACTIONS THE ENGINEER PROPERTY. NT E RESPONS BIILITYAMHiEEXPPENSSE AND TO 1--07.23(2) CONSTRUCTION AND MATNTF_NANCE PROVIDE THIS PROTECTION SHALL BE THE OF DETOURS (NE ' CONTRACTORS EXCEPT THAT WHICH IS TO BE FURNISHED BY THE STATE AS SPECIFIED IN OTHER SECTIONS OF THESE SPECIFICATIONS. UNLESS OTHERWISE APPROVED, THE CONTRACTOR THE CONTRACTOR SHALL CONDUCT ALL OPERATIONS SHALL MAINTAIN TWO-WAY TRAFFIC DURING TO MINIMIZE ANY DROP-OFFS (ABRUPT CHANGES IN CONSTRUCTION. THE CONTRACTOR SHALL BUILD, 1 ROADWAY ELEVATION) LEFT EXPOSED TO TRAFFIC MAINTAIN IN A SAFE CONDITION,KEEP OPEN TO TRAFFIC, DURING NONWORKING HOURS. UNLESS OTHERWISE AND REMOVE WHEN NO LONGER NEEDED: SPECIFIED IN THE TRAFFIC CONTROL PLAN, DROP-OFFS 1. DETOURS AND DETOUR BRIDGES THAT WILL LEFT EXPOSED TO TRAFFIC DURING NONWORKING ACCOMMODATE TRAFFIC DIVERTED FROM THE HOURS SHALL BE PROTECTED AS FOLLOWS: ROADWAY OR BRIDGE DURING CONSTRUCTION, 1. DROP-OFFS UP TO 0.20 FOOT UNLESS OTHERWISE 2. DETOUR CROSSINGS OF INTERSECTING HIGHWAYS, ORDERED BY THE ENG113EEIR MAY REMAIN AND EXPOSED WITH APPROPRIATE WARNING SIGNS 3. TEMPORARY APPROACHES ALERTING MOTORISTS OFTHE CONDITION. UNIT CONTRACT PRICES WILL COVER CONSTRUCTION, 2. DROP-OFFS MORE THAN 0.20 FOOT THAT ARE IN MAINTENANCE, AND REMOVAL OF ALL DETOURS THE TRAVELED WAY OR AUXILIARY LANE WILL SHOWN IN THE PLANS OR PROPOSED BY THE ' NOT BE ALLOWED UNLESS PROTECTED WITH STATE APPROPRIATE WARNING SIGNS AND FURTHER THE CONTRACTOR SHALL PAY ALL COSTS TO BUILD, PROTECTED AS INDICATED IN 3B OR 3C BELOW. MAINTAIN, AND REMOVE ANY OTHER DETOURS 3. DROP-OFFS MORE THAN 0.20 FOOT,BUT NOT MORE WHETHER BUILT FOR THE CONTRACTOR'S CONVENIEN(5E THAN 050 FOOT THAT ARE NOT WITHIN THE OR TO FACILITATE CONSTRUCTION OPERATIONS. ANY ' TRAVELED WAY SHALL BE PROTECTED WITH DETOUR PROPOSED BY THE CONTRACTOR SHALL NOT BE APPROPRIATE WARNING SIGNS AND FURTHER BUILT UNTIL THE ENGINEER APPROVES, SURFACING AND PROTECTED BY HAVING ONE OF THE FOLLOWING: PAVING SHALL BE CONSISTENT WITH TRAFFIC A. A WEDGE OF COMPACTED STABLE MATERIAL REQUIREMENTS. PLACED AT A SLOPE OF 4:1 OR FLATTER. UPON FAILURE OF THE CONTRACTOR TO IMMEDIATELY B. CHANNELIZING DEVICES [TYPE 1 PROVIDE,MAINTAIN OR REMOVE DETOURS OR DETOUR BARRICADES, PLASTIC SAFETY DRUMS, OR BRIDGES WHEN ORDERED TO DO SO BY THE ENGINEER, OTHER DEVICES 36 INCHES OR MORE IN THE STATE MAY, WITHOUT FURTHER NOTICE TO THE HEIGHT) PLACED ALONG THE TRAFFIC SIDE CONTRACTOR OR THE SURETY, PROVIDE, MAINTAIN, OR OF THE DROP-OFF AND A NEW EDGE OF REMOVE THE DETOURS OR DETOUR BRIDGES AND PAVEMENT STRIPES PLACED A MINIMUM OF 3 DEDUCT THE COSTS FROM ANY PAYMENTS DUE OR FEET FROM THE DROP-OFF. THE MAXIMUM COMING DUE THECONIRACTOR SPACING BETWEEN THE DEVICES IN FEET SHALL BE TWICE THE POSTED SPEED IN MPH. PAVEMENT DROP-OFF WARNING SIGNS SHALL 1-07.23(3)FLAGGING.SIGNS.AND ALL OTHER BE PLACED IN ADVANCE AND THROUGHOUT TRAFFIC CONTROL DEVICES New THE DROP-0FFTREATMENT. C. TEMPORARY CONCRETE BARRIER OR OTHER APPROVED BARRIER INSTALLED ON THE ETHE CONTRACTOR SHALL. PROVIDE ALL TRAFFIC SIDE OF THE DROP-OFF WITH 1 FOOT CONTROL NOT OTHERWISE SPECIFIED AS BEING BETWEEN THE DROP-OFFA AND THE BACK OF FURNISHED BY THE OWNER. THE CONTRACTOR SHALL THE BARRIER AND A NEW EDGE OF ERECT ,AND MAINTAIN ALL CONSTRUCTION SIGNS, PAVEMENT STRIPE A MINIMUM 2 ILL BARRICADES WARNING SIGNS, DETOUR SIGNS AND FROM THE FACE OF THE BARRRIER AN OTHER TRAFFIC CONTROL DEVICES NECESSARY TO WARN AITAPPROVED TERMINAL, FLARE,REQUIRED OR IMPACT AND PROTECT THE PUBLIC AT ALL TIMES FROM INJURY BEGINNING N IN OR WILL B REQUIRED AT THE OR DAMAGES AND TO CREATE THE LEAST POSSIBLE BEGINNING IE THE SECTION. FOR STANDARD USE, OBSTRUCTION AND INCONVENIENCE TO THE PUBLIC AS A THE BARRIER SHALL HAVE STANDARD RESULT OF THE CONTRACTORS OPERATIONS WHICH MAY DELINEATION SUCH AS PAINT, OCCUR ON HIGHWAYS ROADS, STREETS, SIDEWALKS, TAPE,LANE MARKERS,OR WARNINGG LIGHTS.LIGHTS. DRIVEWAYS,OR ANY OTi-IER fiE V L.ED AREA. NO WORK SHALL BE DONE ON OR ADJACENT TO THE ROADWAY UNTIL ALL NECESSARY SIGNS AND TRAFFIC ' CONTROL DEVICES ARE IN PLACE WHEN THE BID PROPOSAL. INCLUDES AN REM FOR TRAFFIC CONTROL,' OR IF TRAFFIC CONTROL IS Sup lemental S ecifiratinns 1 ev. aee Division 1 SUOUlemental SUeC111CationS City of Renton ' INCIDENTAL TO OTHER ITEMS OF WORK, THE WORK SHALL CONFORM TO THE STANDARDS ESTABLISHED IN REQUIRED FOR TRAFFIC CONTROL SHALL INCLUDE BUT THE LATEST ADOPTED EDITION OF THE "MANUAL ON NOT BE LIMITED TO: UNIFORM TRAFFIC CONTROL DEVICES' (MUTCD) (A) FURNISHING, INSTALLING AND MAINTAINING PUBLISHED BY THE US. DEPARTMENT OF SIGNS BARRICADES, FLASHERS AND OTHER TRANSPORTATION AND THE MODIFICATIONS TO THE TRAFI`9C CONTROL DEVICES IS OQUIRED BY THE MUTCD FOR STREETS AND HIGHWAYS FOR THE STATE OF TRAFFIC CONTROL PLAN AS WELL AS ANY OTHER WASHINGTON. COPIES OF THE MUTCD MAY BE APPROPRIATE SIGNS PRESCRIBED BY THE PURCHASED FROM THE SUPERINTENDENT OF , ENGINEER OR REQUIRED TO CONFORM WITH DOCUMENTS, US. GOVERNMENT PRINTING OFFICE, ESTABLISHED STANDARDS: WASHINGTON D.C. 20402. MODIFICATIONS TO THE MUTCD (B) FURNISHING SUPERVISORY PERSONNEL FOR ALL FOR STREETS AND HIGHWAYS FOR THE STATE OF TRAFFIC CONTROL TABOR WASHINGTON MAY BE OBTAINED FROM THE (C) FURNISHING ANY NECESSARY VEHICLES TO SET UP DEPARTMENT OF TRANSPORTATION, OLYMPIA, , AND REMOVE THE SIGNS, BARRICADES AND WASHINGTON 98054. TRAFFIC CONTROL DEVICES; TRAFFI C LPLANSTHETYP[CALTRAFFIC (D) FURNISHING LABOR AND VEHICLES FOR PATROLLING AND MAINTAINING IN POSITION ALL DOCUMENT'S SHOW A FEW TYPICAL E CONTRACT CO THE SIGNS BARRICADES AND TRAFFIC HANDLING TRAFFIC THE CONTRACTOR SHALL PREPARE CONTROL G LABO A JOB-SPECIFIC TRAFFIC CONTROL PLAN REQUIRED FOR (E) FURNISHING fABO�R, MATERIAL AND EQUIPMENT THEIR METHOD OF PERFORMING THE WORK AND ' NECESSARY FOR CLEANING UP, REMOVING, AND PRESENT THIS PLAN AT THE PRE-CONSTRUCTION REPLACING THE SIGNS,BARRICADES AND TRAFFIC CONFERENCE FOR REVIEW AND APPROVAL BY THE CONTROL DEVICES DESTROYED OR DAMAGED ENGINEER. CHANGES AND MODIFICATIONS TO THE DURING THE LIFE OF THE PROJECT, TRAFFIC CONTROL PLAN PROPOSED BY THE , (F) REMOVING EXISTING SIGNS AS SPECIFIED OR AS CONTRACTOR SHALL BE SUBMITTED TO THE ENGINEER DIRECTED BY THE ENGINEER AND DELIVERING TO FOR APPROVAL AT LEAST TWO WORKING DAYS IN CITY YARD OR STORING AND R&INSTALLING AS ADVANCE OF THE TIME THE SIGNS AND OTHER TRAFFIC DIRECTED BY THE ENGINEER., CONTROL DEVICES WILL BE REQUIRED. (G) PREPARING A TRAFFIC CONTROL PLAN FOR THE TRAFFI NTR L LAB R. THE CONTRACTOR PROJECT AND DESIGNATING THE PERSON S AIL PERSONNEL OR , RESPONSIBLE FOR TRAFFIC CONTROL AT THETO WORK SITE. THE TRAFFIC CONTROL PLAN SHALL PROVIDE ALL TEMPORARY TRAFFIC CONTROL DURING INCLUDE DESCRIPTIONS OF THE TRAFFIC CONTROL CONSTRUCTION OPERATIO(NFS�,FIAGGERS SING HALL HAVE A PRIME METHODS AND DEVICES TO BE USED BY THE FROM THE CONTRACTOR AND SUBCONTRACTORS, CURRENT TE��DEPARTMENT OF LABORGAND INDUSTRIES (WAC SHALL BE SUBMITTED AT OR BEFORE THE PRE- 296.15S W). ANY APPAREL OR EQUIPMENT SUCH AS CONSTRUCTION CONFERENCE FOR THE PROJECT REFLECTIVE VESTS,HARD HATS AND FLAGGING PADDLES AND SHALL BE SUBJECT TO REVIEW AND WORKERS ARE EJQGAN GEED IN TRAFFIC DESIRABLE CONTROL OR IN OTHER APPROVAL BY THE ENGINEER (H) CONTACTING POLICE FIRE AND AMBULANCE ACTIVITIES WILL BE THE CONTRACTOR'S RESPONSIBILITY. SERVICES TO NOTIFY THEM IN ADVANCE OF ANY PORTION THAT WILL ROADWAY CT ar>Y TRAVELLED Fn 1-07.23(,5)MEASUREMENT AND PAYMENT FOR (I) ROADWAYS ARE ALL TRAVELLED OPEN TO TRAFFIC DURINGNS OF PEAK TRAFFIC CONTROL(NEW) TRAFFIC PERIODS, 6:30 A.M. TO 8:30 A.M. AND 3:00 ' -AM.TO 6:00 P.M. OR AS SPECIFIED IN THE SPECIAL WHEN THE BID PROPOSAL DOES NOT INCLUDE AN ITEM vPROVISLONS OR AS DIRECTED BY THE ENGINEER; FOR TRAFFIC CONTROL,, ALL COSTS FOR TRAFFIC (J) PROMPTLY REMOVING OR COVERING ALL NON- CONTROL SHALL BE INCLUDED,BY THE CONTRACTOR IN -APPLICABLE SIGNS DURING PERIODS WHEN THEY WORK NI 7PRICE HE FOR THE VARIOUS OTHER ITEMS MS OF ARE NOT NEEDED. ' THE REM 'TRAFFIC- CONTROL' WILL NOT BE ESTIMATE THESE COSTS BASED ON THE CONTRACTOR'S CONSIDERED AS A MAJOR ITEM REGARDLESS OF THE .CONTEMPLATED WORK PROCEDURES. TOTAL AMOUNT BID FOR THE ITEM ON THE BID THE ITEM 'TRAFFIC CONTROL' WILL BE CONSIDERED PROPOSAL HOWEVER, IF THE TOTAL COST OF ALL THE FOR AN EQUITABLE ADJUSTMENT ONLY WHEN THE WORK UNDER THE CONTRACT INCREASES OR DECREASES TOTAL CONTRACT PRICE INCREASES OR DECREASES BY BY MORE THAN 25 PERCENT,AN EQUITABLE ADJUSTMENT MORE THAN 25 PERCENT. WILL BE CONSIDERED TO ADDRESS THE INCREASE OR THE MEASUREMENT AND PAYMENT FOR THE ITEMS DECREASE AS PROVIDED IN SECTIONS 1-04.4 AND 1-04.6. INCLUDED IN THE BID PROPOSAL FOR TRAFFIC CONTROL UPON FAILURE OF THE CONTRACTOR TO IMMEDIATELY COSTS WILL BE MADE TO THE CONTRACTOR BY THE PROVIDE FIAGGERS; ERECT, MAINTAIN OR REMOVE OWNER AS DESCRIBED BELOW OR AS DESCRIBED IN THE SIGNS; OR PROVIDE, ERECT MAINTAIN OR REMOVE SPECIAL.PROVISIONS. ' OTHER TRAFFIC CONTROL DEVICES WHIN ORDERED BY THE ENGINEER, THE OWNER MAY WITHOUT FURTHER NOTICE TO THE CONTRACTOR ORBIESURETY PERFORM MEASUREMENT: ( OR ORDER OTHERS TO PERFORM ANY OF Ti{E ABOVE AND DEDUCT ALL OF THE COSTS FROM THE NO SPECIFIC UNIT OF MEASUREMENT WILL APPLY TO CONTRACTOR'S PAYMENTS. THE LUMP SUM ITEM OF TRAFFIC CONTROL' PROVIDING ADEQUATE FIAGGERS, RESPONSIBLE FOR BARRICADES,LIGHTS, SIGNS,AND OTHER TRAFFIC CONTROL DEVICES FOR THE PAYMENT: (NEW) PROTECTION OF THE WORK AND THE PUBLIC AT ALL TIMES REGARDLESS OF WHETHER OR NOT THE ' F AGGERS, BARRICADES, LIGHTS, SIGNS, AND OTHER 1.'TRAFFIC CONTROL' PER LUMP SUM. TRAFFIC CONTROL DEVICES ARE ORDERED BY THE THE LUMP SUM CONTRACT PRICE SHALL BE FULL PAY ENGINEER,FURNISHED BY THE OWNER,OR PAJD FOR BY FOR ALL COSTS ASSOCIATED WITH PROVIDING TRAFFIC THE OWNER THE CONTRACTOR AND THE SURETY SHALL CONTROL IN ACCORDANCE WITH THE CONTRACT BE LIABLE FOR INJURIES AND DAMAGES TO PERSONS AND -SPECIFICATIONS, THE TRAFFIC CONTROL PLAN AND AS PROPERTY SUFFERED BY REASON OF THE CONTRACTOR'S REQUIRED TO CONFORM WITH ESTABLISHED OPERATIONS OR ANY NEGLIGENCE IN CONNECTION STANDARDS;TO WARN AND PROTECT THE PUBLIC AT ALL THEREWITH. TIMES FROM INJURY OR DAMAGE;AND TO CREATE THE IF IT IS NECESSARY TO ADD WEIGHT TO THE SIGNS FOR FEAST POSSIBLE DISRUPTION OR INCONVENIENCE AS A STABILITY ONLY A BAG OF SAND T14AT WILL RUPTURE RESULT OF THE CONTRACTOR'S OPERATIONS. ON IMPACT SHALL BE USED. THE RAG OF SAND SHALL PROGRESS PAYMENT' FOR THE LUMP SUM ITEM ' HAVE A MAXIMUM WEIGHT OF 40 POUNDS AND SHALL BE TRAFFIC CONTROL'WILL BE PAID ON A PRORATED BASIS SUSPENDED NO MORE THAN I FOOT FROM THE GROUND. IN ACCORDANCE WITH THE TOTAL JOB PROGRESS AS CONFORMANCE TO ESTABLISHED DETERMINED BY PROGRESS PAYMENTS. TANDARDS. FLAGGING, SIGNS, AND ALL OTHER ' VCFTLL OL DEVICES FURNISHED OR PROVIDED Supplemental s erifications II ev. 1 Fape 8 , City of Renton Supplemental Specifications Division 1 ' 1-07,230)DUST CONTROL(NEWT 1-08 3(1)PRE-CONSTRUCTION CONFERENCE THE CONTRACTOR SHALL PROVIDE A MINIMUM bW GALLON CAPACITY WATER TRUCK WITH A PRESSURE PRIOR TO THE START OF CONSTRUCTION THE SPRAY SYSTEM DLSIGNED FOR STREET CLEANING. THE CONTRACTOR, ENGINEER, ALL SUBCONTRALTORS ' STREETS SH,.LL BE CLEANED OF DUST AND DEBRIS AT UTILITY DEPARTMENT QUASI PUBLIC IEF7 1t THE END OF EACH WORKING DAY OR MORE OFTEN P COMPANIES, AND OTHEtt INTERESTED PARTIES SHALL REQUIRED BY THE ENGINEER FOR COMPLIANCE WITH ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH SECTION 1-07.73(1). IN ADDITION, THE CONTRACTOR TIME Plp� AND DATE TO BE DETERMINED AFTER SHALL PROVIDE SPRINKLING AS NECESSARY TO AWARD pp THE CONTRACT. SUBSEQUENTLY A ' ALLEVIATE DUST NUISANCE OI) AS DIRECTED AY THE ENGINEER REPRESENTATIVE OF THE CONTRACTOR WILL ATTEPID A WEEKLY CONFERENCE TO REVIEW PROGRESS AND TIME, PLACE ISCUSS ANYAND DATE OF THESET MAY BE MEETINGS SHALL BE ESTABLISHED "AT THE PRE-CONSTRUCTION CONFERENCE 1 1-08 PROSECiTfION AND PROGRESS THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON AT LEAST 48 HOURS PRIOR TO COMMENCING WORK THE SAME NOTIFICATIONS SHALL BE PROVIDED TO ALL EMERGENCY SERVICES BY DIALING 911 FROM A PHONE WITH A RENTON EXCILANGE TELEPHONE NUMBER.AND ' 1-08.1(3) REIMBURSEMENT FOR OVERTIME THE SCHOOL DISTRICT WHEN WORKING WITHIN A WORK OF OWNER EMPLOYEES (REVISED) ROADWAY RIGHT-OF-WAY. THE CONTRACTOR SHALL ALSO NOTIFY PROPERTY OWNERS ADJACENT TO THE CONSTRUCTION AREA, INDICATING THE DURATION AND Where the Contractor elects to work on a Saturday,Sunday,or other PROPOSED TIME OF ACCESS CLOSURE TO THEIR ' holiday,or longer than on 8-hour work shift on a regular working day, PROPERTY AT ALL TIMES. as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspcnor will be present,and a survey crew may be required at the discretion of 1-08.9 LIQUIDATED DAMAGES (ADDITION) the Engineer. The Contractor shall reimburse the Owner Ter-iha-Cui ameans-o4-r IN THE AMOUNT THE LIQUIDATED DAMAGES DO NOT 1NCLUDE, AND ' OF o $50vertime PER HOU for employees oC the Owner required to work ARE IN ADDITION TO DAMAGES FROM COSTS FOR overtime hours. INSPECTION SUPERVISION, LEGAL EXPENSE, AND COURT The to by these Spefrom the am dot hereby authorize the COSTS INC(iRRED BEYOND CONTRACT COMPLETION Owner to deduct such wets from the amount due or to become due DATE THE COST OF ADDITIONAL INSPECTION AND ham' SUPERVISION SHALL BE AN AMOUNT EQUAL TO ACTUAL ' SALARY COST PLUS 100 PERCENT FOR OVERHEAD. 1-08.3 PROGRESS SCHEDULE(REPLACED) 1-08.11 OVERTIME WORK BY OWNER IMMEDIATELY AFTER EXECUTION AND DELIVERY OF EMPLOYEES THE CONTRACT, AND BEFORE THE FIRST PARTIAL PAYMENT IS MADE,THE CONTRACTOR SHALL DELIVER TO THE ENGINEER AN ESTIMATED CONSTRUCTION When the contractor performs construction work over the accepted PROGRESS SCHEDULE IN A FORM SATISFACTORY TO THE 9 hours ppccr dayy or 40 hours per week,or on any City holiday,or ON ENGINEER, SHOWING THE PROPOSED DATES OF SATURDAY OR SUNDAY,and the work requires inspection,the the "COMMENCEMENT AND COMPLETION OF EACH OF THE contractor shall reimburse the City at the rate of$50 per hour. The VARIOUS PAY ITEMS OF WORK REQUIRED UNDER THE City shall have the sole authority to deetermining the necessity of CONTRACT DOCUMENTS AND THE ANTICIPATED AMOUNT having the overtime inspection, and shall notify the contractor of its OF EACH MONTHLY PAYMENT THAT WILL BECOME DUE intent to require said inspection,and shall not' the contractor of its TO THE CONTRACTOR IN ACCORDANCE WITH THE intent to require said inspection. Said costs will be deducted from PROGRESS SCHEDULE THE CONTRACTOR SHALL ALSO monies due the contractor on each monthly estimate. FURNISH PERIODIC ITEMIZED ESTIMATES OF WORK DONE FOR THE PURPOSE OF MAILING PARTIAL PAYMENTS THEREON. THE COST INCURRED ON MAKING UP ANY OF 1-08.12 CONTRACTOR'S PLANT AND EQUIPMENT THESE SCHEDULES WILL BE USED ONLY FOR (NEW) DETERMINING THE BASIS OF PARTIAL PAYMENTS AND ' WILL NOT BE CONSIDERED AS FIXING A BASIS FOR ADDITIONS TO OR DEDUCTIONS FROM THE CONTRACT. THE CONTRACTOR ALONE SHALL AT ALL TIMES BE SHOULD IT BECOME EVIDENT AT ANY TIME DURING RESPONSIBLE FOR THE ADEQUACY, EFFICIENCY AND CONSTRUCTION THAT OPERATIONS WILL OR MAY FALL SUFFICIENCY OF HIS AND HIS SUBCONTRACTORS GIANT BEHIND THE SCHEDULE OF THIS FIRST PROGRAM THE AND EQUIPMENT. THE OWNER SHALL HAVE THE RIGHT CONTRACTOR SHALL„UPON REQUEST,PROMPTLY Sl}BM1T TO MAKE USE OF THE CONTRACTOR'S PLANT AND ' REVISED SCHEDULES IN THE SAME FORM AS SPECIFIED EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON HEREIN, SETTING OUT OPERATIONS, METHODS AWORKING F�, U AND THESITEOFTHEWORK AND NIGHT WORK EQUIPMENT,ADDED �ETEC, BY WHICH THE LOST TIME WILL BE EQUIPMENT SHALL BE CONSE BY THE SIDERED ASR OF UEXTRA OWCH ORRK AND MADE UP AND CONFER WITH THE ENGINEER UNTIL AN PAID FOR ACCORDINGLY. ' APPROVED MODIFICATION OF THE ORIGINAL SCHEDULE NEITHERTHE OWNER NORTHE ENGINEER ASSUME ANY HAS BEEN SECURED. FURTHER, IF AT ANY TIME A RESPONSIBILITY, AT ANY TIME, FOR THE SECURITY OF PORTION OF THE ACCEPTED SCHEDULE IS FOUND TO THE SITE FROM THE TIME CONTRACTOR'S OPERATIONS CONFLICT WITH THE CONTRACT PROVISIONS, IT SHALL HAVE COMMENCED UNTIL FINAL ACCEPTANCE OF THE UPON REQUEST BE REVISED BY THE CONTRACTOR AND WORK BY THE ENGINEER AND THE OWNER THE THE WORK SHALL BE PERFORMED IN COMPLIANCE WITH CONTRACTOR SHALL EMPLOY SUCH MEASURES AS THE CONTRACT PROVISIONS. ADDITIONAL FENCING, BARRICADES AND WATCHMEN PAYMENTS OF ANY FURTHER ESTIMATES TO THE SERVICE AS HE DEEMS NECESSARYt FOR THE PUBLIC CONTRACTOR AFTER SUCH REQUEST IS MADE AND UNTIL SAFETY AND FOR THE PROTECTION OF THE SITE AND HIS AN APPROVED MODIFIED SCHEDULE HAS BEEN PLANT AND EQUIPMENT. THE OWNER WILL BE PROVIDED PROVIDED BY THE CONTRACTOR MAY BE WITHHELD. KEYS FOR ALL FENCED,SECURED ARIAS. ' EXECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF CONSTRUCTION OF APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN OBLIGATION OF THE CONTRACT. ' Su{ lemental S ecifications ev, ace Division 1 Supplemental S=fficatlonS City of Renton , 1-08.13 ATTENTION TO WORK(NEW) TILE CONTRACTOR SHALL GIVE HIS PERSONAL ATTENTION TO AND SHALL SUPERVISE THE WORK TO THE END THAT IT SHALL BE PROSECUTED FAITHFULLY,AND WHEN HE IS NOT PERSONALLY PRESENT ON THE WORK SITE, HE SHALL AT ALL TIMES BE REPRESENTED BY A , COMPETENT SUPERINTENDENT WHO SHALL HAVE FULL AUTHORITY TO EXECUTE THE SAME, AND TO SUPPLY WHO SHALL BE fffE LEGOLS AND AL REPR�ESENrAATTVEOt1 THE CONTRACTOR THE CONTRACTOR SHALL BE LIABLE FOR THE FAITHFUL OBSERVANCE OF ANY INSTRUCTIONS , DELIVERED TO HIM OR TO HIS AUTHORIZED REPRESENTATIVE 1-09 MEASUREMENT AND PAYMENT 1-09.3 SCOPE OF PAYMENT(NEW) THE PAYMENT OF ANY ESTIMATE OR RETAINED PERCENTAGE SHALL NOT RELIEVE THE CONTRACTOR OF THE OBLIGATION TO MAKE GOOD ANY DEFECTIVE WORK OR MATERIALS, IF THE"PAYMENT`CLAUSE IN THE SPECIFICATIONS,FOR AN ITEM INCLUDED IN THE PROPOSAL, COVERS AND CONSIDERS ALL WORK AND MATERIAL ESSENTIAL TO , THAT REM,THEN THE WORK OR MATERIALS WILL NOT BE MEASURED OR PAID FOR UNDER ANY OTHER ITEM WHICH MAY APPEAR ELSEWHERE IN THE PROPOSAL OR SPECIFICATIONS. CERTAIN PAYMENT ITEMS APPEARING IN THESE SPECIFICATIONS MAY BE MODIFIED IN THE PLANS AND ' PROPOSAL TO INCLUDE 1. THE WORDS 'FOR STRUCTURE', 'FOR CONCRETE BARRIER' FOR BRIDGE" ETC. WITH THE INTENT OF CIARIhING SPECIFIC tJSE OF THE ITEM•OR 2. THE WORDS ' - SITE (SITE DESIGNATIOi - WITH CLARIFYING , THE DrITNT OF CLARIFYING WHERE A SPECIFIC ITEM OF WORK IS TO BE PERFORMED. MODIFICATION OF PAYMENT ITEMS IN THIS MANNER SHALL IN NO WAY CHANGE THE IM'ENT OF THE SPECIFICATIONS RELATING TO THESE ITEMS. ' Si lv, aMemental S eoi(oations e , City of Renton Supplemental Specifications Division 2 ' 2-03.3 14 A ROCK EMBANKMENT DIVISION 2 CONSTRUCTION(REVISED) EARTHWORK When practical and as a roved the En racer, the Contractor shall save the liner p F;M DRAINING material from excavations or borrow pits for use in topping rock fills. If selected materials suitable for toppin arc available, the State will pay for them as described it Section 22-03.N10). If such materials arc not available on sites the State will pa for imported materials by including them in 2-01 CLEARING, GRUBBING,AND the unit contract price for gravel borrow or borrow excavation, each ' ROADSIDE CLEANUP including haul. If the proposal does not include these items,the State will pay as provided in Section 1-04A. 2-03.3(14)B EARTH EMBANKMENT ' 2.01.2 DISPOSAL OF USABLE MATERIAL AND CONSTRUCTION(REVISED) DEBRIS (REVISED) The Contractor shall place earth embankments in horizontal layers When possible,the Contractor should sell all usable material such as of uniform thickness. These layers shall run full width from the top to timber,chips or firewood produced by clearing,grubbing,or roadside the bottom of the embankment. Slopes shall he compacted to the ' cleanup. The Contractor shall not allow the public to fell trees. re aired density as part of embankment compaction. The Contractor shall meet all requirements of state, county i and During grading operations, the Contractor shall shape the surfaces municipal regulations regarding health,safety,and public welfare m the of embankments and excavations to uniform cross-section and d of all debris. eliminate all ruts and low places that could hold water. 818F shall On a tangent, the Contractor shall raise the center of the ' embankment above the sides. On a sidehill,the high point of any layer ALLls DEBRIS, WASTE, EXCESS CONSTRUCTION shall intersect the original ground and shall slop uniformly toward the MATERIALS AND OTHER MISCELLANEOUS MATERIAL NOT lower side. The slope shall not exceed 1 foot in 2A feet. SALVAGED BY THE OWNER OR THE CONTRACTOR OR DISPOSED OF BY ANOTHER APPROVED METHOD ARE TO 2-03.3 141C COMPACTING EARTH ' BE DISPOSED OF AT A LANDFILL APPROVED AND LICENSED BY THE APPROPRIATE GOVERNING BODY. EMBANKMENTS (REVISED) 2.01.3(4) ROADSIDE CLEANUP(DELETED) Moisture Content.Within the limits described below,the Contractor sha adjust moisture content during compaction to produce a firm, ' stable embankment. The Contractor shall not begin compaction until the moisture content is so adjusted. Under Methods Air B, the moisture content of the material shall 2.02.301 REMOVAL OF PAVEMENT.SIDEWALKS, not exceed 3 percent above the timum determined by the tuts AND CURBS (REVISION) described in Section 2-03.3 14)D. 0f the material contains too little moisture to compact properly, the Engineer may order the Contractor to water the material in specific amounts. In this case, the State will ' For clearing, grubbing, or clearing and grubbing combined, the unit pay the unit contract price for water(Section 2-07). contract price per acre, or lump sum,shaflll be fullpay for all work as described in Section 2-01. The State will pay as follows for any of these bid items included in the proposal: 2-03.3(14)E UNSUITABLE FOUNDATION 1. 'Clearing',per acre. EXCAVATION(ADDITION) 2. 'Grubbing',per acre. Payment for grubbing structure sites which would not otherwise by grubbed will not he paid for under 'Grubbing'. Instead, such work MATERIALS EXCAVATED FROM THE ROADWAY OR shall be included in the unit contract prices for'Structure Excavation" CHANNEL CHANGE PRISMS, WILL NOT BE CLASSIFIED AS ' or some other category. UNSUITABLE FOUNDATION EXCAVATION UNLESS THE 3. Clearin and Grubbing',per acre or lump sum. REMOVAL MUST BE ACCOMPLISHED BY DRAGLINE An OPERATION OR BY SPECIAL EXCAVATION METHODS 044 REQUIRING DIFFERENT EQUIPMENT FROM THAT USED FOR ROADWAY EXCAVATION, IN WHICH CASE MEASUREMENT AND PAYMENT AS 'UNSUITABLE FOUNDATIO';EXCAVATION' ON A PER CUBIC YARD BASIS 6onlraHel-sWteteL�td, WILL APPLY. S. HEN AN AREA WHERE PAVEMENT HAS BEEN REMOVED IS TO BE OPENED TO TRAFFIC BEFORE PAVEMENT PATCHING HAS BEEN FINISHED, 2-03.3(14)F DISPLACEMENT OF UNSUITABLE ' TEMPORARY MIX ASPHALT CONCRErE PATCH FOUNDATION MATERLALS (DELETED) SHALL BE REQUIRED. TEMPORARY PATCHING SHALL BE PLACED TO A MINIMUM DEPTH OF 2 INCHES IMMEDIATELY AFTER BACKFILLING AND COMPACTION ARE COMPLETED AND BEFORE THE ' ROAD IS OPENED TO TRAFFIC. 2-03.3 141I EMBANKMENTS AT BRIDGE AND MC COLD MIX OR MC HOT MIX SHALL BE USED AT TRESTLE ENDS (REVISED) THE DISCRETION OF THE ENGINEER This work consists of filling around the ends of trestles and bridges, 2-02.5 PAYMENT(ADDMON) the a= defined in Section 1 91.9 1-012 The Contractor shall begin and complete this work as soon as possible after each bridge a 2. -SAW CUTTING'PER LINEAL FOOT. completed or when the Engineer requires. 3. 'COLA MIX MC ASPHALT,,ppER TON. ALL COSTS RELATED TO THE REMOVAL OF ' STRUCTURES AND OBSTRUCTIONS INCLUDING SAW CUTTING AND TEMPORARY ASPHALT SHALL BE CONSIDERED INCIDENTAL TO AND INCLUDED IN THE UNIT CONTRACT PRICE OF OTHER BID ITEMS UNLESS DESIGNATED AS A SPECIFIC BID REM. ' Su lemental S ecifications tV. act Division 2 Supplemental Specifications City of Renton 2-03.4 MEASUREMENT DDTITONI PEAT, MU SWAMPY OR UNSUITABLE MATERIALS, ' INCLUDING BURIED LOGS AND SILMPS. AT THE DISCRETION OF THE ENGINEER,ROADWAY ' EXCAVATION NDATIOi4 BORROW WIION BY THEN, AND D UNSUITARD ABLE 2-09 3(1)D DISPOSAL OF EXCAVATED MATERIAL MEASURED BY TRUCK IN THE HAULING VEHICLE AT THE (REVISED) POINT OF LOADING. THE CONTRACTOR SHALL PROVIDE TRUCK TICKETS FOR EACH LOAD REMOVED. EACH ANY SUCH DISPOSAL SHALL MEET THE REQUIREMENTS , TICKET SHALL HAVE THE TRUCK NUMBER NAME AND OF SECTON 2-033(7)C. DATE,AND BE APPROVED BY THE ENGINEER. 2-03.5 PAYMENT(REVISED) 2-093(1) E BACMLLING I. BACKFILL SUPPORTING ROADBED, ROADWAY , When the proposal includes any of the following bid items,the State EMBANKMENT'S, OR STRUCTURES PLACED W will pay as follows: HORIZONTAL LAYERS NO MORE THAN 6 INCHES 1. *RoadwayExcavation' or 'Roadway Excavation rea-A A THICK WITH EACH LAYER COMPACTED TO 95 T .etc. ,ppeer cubic yard. PERCENT OF THE MAXIMUM DENSITY hcn the Engineer orders excavation 2 het or less below DETERMINED BY THE COMPACTION CONTROL subgiade,unit Contract prices for roadway excavation and haul TEST,SECIION 2-033(14)D. ' sha apply. If he orders excavation more than 2 feet below subgrade,that part below the 2-foot deplh shall be id for as provided in Section—LA4.4 2-033(3) Unsuitable !Foundation 2-09.3(41 CONSTRUCTION REQUIREMENTS. Excavation. In this case,all items off work other than roadway STRUCTURE EXCAVATION.CLASS B (REVISED) , excavation shall be paid at unit Contract pricer. The unit contract pntt per cubic yard shall be full 1: for excavating, loading, placing or otherwise disposing of the The above requirements for structure excavation Class A,shall a�ply material. For haul, the unit contract prim as provided in also to structure excavation Clan B. In addition,the Contractor a all Section 2-04 shall appplIy,except when the pay item is shown ss follow Division 7 as it applies to the specific kinds of work. ' including haul. In tbat rase the unit contract price per cubic The hole for any Caleb basin or manholc shall provide at least 1 foot card shall include haul. of clearance between outside structural surfaces and the undisturbed 3.. Unsuitable Foundation Excavation", cubic yard. _ earth bank If workers enter arty trench or other excavation 4 feet or more in •' depth that does not meet the open pit m uiremeots of Section 2- 093(3)B,it shall be shored and m 15, The Contractor alone shall be , bid' responsible for worker safe assumes and the State no nsibility. � IS ITEM APPEARS IN THE SCHEDULE ����TH " OF PRICES,THE CONTRACT PRICE PER CUBIC YARD aha7 ' kfiltingeFthe SHALL BE EiILL COMPENSATION FOR EXCAVATING earraeaeave" , LOADING, PLACING OR OTHERWISE DISPOSING Of` re-exeavathaklake-b�reyuireA-ea THE MATERIAL,INCLUDING HAUL baekfili—ma WHEN NO BID ITEM FOR 'UNSUITABLE SON ALL WORK IN WHICH TRENCH EXCAVATION FOUNDATION EXCAVATION' APPEARS IN THE WILL EXCEED A DEPTH OF 4(FOUR)FEET,AN ADEQUATE SCHEDULE OF PRICES, BUT AN ITEM FOR SYSTEM FOR TRENCH EXCAVATION THAT MEETS THE FOUNDATION MATERIAL CLASS A OR CLASS B REQUIREMENTS OF THE WASHINGTON INDUSTRIAL ' APPEARS IN THE SCHEDULE OF PRICES, THE SAFETY AND HEALTH ACT, CHAPTER 49.17 RCW 1S PAYMENT SHALL BE AS SET FORTH IN SECTION 2- REQUIRED. 095.7. The Contractor must submit six sets of plans before shoring or WHEN NEITHER OF THE ABOVE ITEMS IS PROVIDED Cribbing. Thecae must meet the plan requirements set forth in Section IN THE CONTRACT SUCH WORK AS MAY BE 2-09.3(3)D. , ORDERED BY THE ENGINEER SHALL BE Upon completing the work,the Contractor shall remove all shoring ACCOMPLISHED AS EXTRA WORK AND PAYMENT and cribbing unless the plans or the Engineer direct otherwise. WILL BE MADE AS PROVIDED IN SECTION 1-04.4. 7. Embankment Compaction',,per Cubic yard. Tha—an' 2-09.4 MEASUREMENT(REVISED) ' mat�ria, & Gra 'he-eubie Whew-embanknroa•� -- m .:thed-hr-payment for embankment Compaction will not be made as a separate item. All Cosa ia- �"a°fw , for embankment Compaction shall be included in other bid items r-P involved. not be dalluebad Unless otherwise provided,the work described in Section 2-033(14), Embankment Construction, shall be incidental to other pay items NO SPECIFIC ,NTT MEASUREMENT SHALL APPLY TO involved. THE LUMP SUM ITEMM OF SHORING AND CRIBBING OR EXTRA EXCAVATION CLASS B. ' 2-04.5 PAYMENT(REPLACED) 2-09.5 PAYMENT(ADDITION) ALL COSTS FOR THE HAULING OF MATERIAL TO, FROM 7. 'SHORING AN DCRIBBING OR EXTRA EXCAVATION , TO OAND IINCLUDED IN B SITE THE UNIT CONTRACT PRICE O BE CONSIDERED F CLASS B•,PER LUMP SUM. OTHER UNITS OF WORK THE UNIT CONTRACT PRICE PER LUMP SUM SHALL BE FULL PAY FOR THE CONSTRUCTION AND REMOVAL OF SHORING AND CRIBBING. THE UNIT CONTRACT PRICE PER LUMP SULM, SHALL BE FULL PAY FOR ALL EXCAVATION, ' 2-09 STRUCTURE EXCAVATION WHEN P3cICRAMpEXXCCAV w'o iS i use WORK REQUIRED RUEU�OF CONSTRUCTING SHORING AND CRIBBING. IF SELECT BACKEILL MATERIAL. IS REQUIRED FOR BACKFILLING WITHIN THE LIMITS OF THE STRUCTURE EXCAVATION,IT ' SHALL ALSO BE REQUIRED AS BACKFIL L MATERIAL FOR 2-09.1 DESCRIPTION(ADDITION) THE EXTRA EXCAVATION AT THE CONTRACTOR'S EXPENSE THIS WORK ALSO INCLUDES THE EXCAVATION , HAUL IF THERE IS NOT BID ITEM FOR SHORING AND CRIBBING AND DISPOSAL OF ALL UNSUITABLE MATERIALS SUCH AS OR EXTRA EXCAVATION CLASS B AND THE NATURE OF Su lemental S ifications , ev. ' City or Renton Supplemental Specifications Division 2 THE EXCAVATION IS SUCH THAT SHORING AND CRIBBING OR EXTRA EXCAVATION IS REQUIRED THEN THIS WORK SHALL BE INCIDENTAL TO THE UNIT BID PRICE OF THE ITEM(Sl REQUIRING EXCAVATION AND NO FURTHER COMPENSATION SHALL BE MADE WHEN "STRUCTURE EXCAVATION CLASS B' IS NOT INCLUDED IN THE BID ITEMS THEN ALL EXCAVATION, ' AND ALL HAUL AND DISPOSAL OF EXCESS OR UNSUITABLE MATERIALS, TOGETHER WITH ALL LABOR, TOOLS AND EQUIPMENT REQUIRED TO EXCAVATE TO LINE AND GRADE FOR ANY PIPE, CULVERT OR CONDUIT SHALL BE CONSIDERED INCIDENTAL TO THE PRICE PAID FOR THAT PIPE, CULVERT OR CONDUIT AND NO ' ADDITIONAL PAYMENT SHALL BE MADE 8. 'FOUNDATION MATERIAL CLASS A OR CLASS B'. PER TON. IF EXCAVATION BELOW THE ELEVATION SHOWN ON THE PLANS TO REMOVE UNSTABLE, OR UNUSABLE, OR ' UNSUITABLELABOR, L IE UI RED BY THE IER THNA LABOR, MATRIAL AND EQUIPMENT REQUIRED TO EXCAVATE,LOAD,HAUL„AND DISPOSE OF SUCH MATERIAL,AND TO REPLACE THE MATERIAL WITH FOUNDATION MATERIAL CLASS A OR CLASS B SHALL BE ' PAID IN THE BID ITEM "FOUNDATION FOUNDATTION MATERIAL CLASS A ADDITIONALOR CLASS PAYSMENT SHALL BW14 PER TON AND NO ' 2-10 DITCH AND CHANNEL EXCAVATION ' 2-11 TRIMMING AND CLEANUP ' 2-11.3 CONSTRUCTION REQUIREMENTS The contractor shall: 1. Trim shoulders and ditches to produce smooth surfaces and ' uniform crass-sections that conform to the grades set by the Engineer. 2. Open and clean all channels, ditches, and gutters to ensure Groper drainage. 3. ress the back slope of any ditch or borrow pit that will remain adjacent to the roadway. Round off the top of the back slope and distribute the material evenly along its base 4. Remove and dispose of all weeds, brush, refuse, and debris that lie on the roadbed,shoulders,ditches,and slopes S. Remove from paved shoulders all loose rocks and gravel. 6. Distribute evenly along the embankment any material not needed to bring the shoulders to the reqaired cross-section. 7. REMOVE TREES,SNAGS,DOWN"IIMBER UPTURNED STUMPS, LARGE ROCKS AND BOULDERS, AND OTHER UNSIGHTLY MATTER OUTSIDE THE AREA STAKED FOR CLEARING OR GRUBBING. 8. THIN TREES OR BRUSH AS REQUIRED BY THE ENGINEER 9. FILL HOLES AND SMOOTH AND CONTOUR THE GROUND. 10. SHAPE THE ENDS OF CUTS AND FILLS TO FIT ' ADJACENT TERRAIN AND TO ENHANCE THE AREA'S APPEARANCE 11. OBLITERATE ABANDONED ROADS AND RESHAPE THE AREAS TO BLEND NATURALLY WITH SURFOUNDINGS. The Contractor shall not I. Use heavy equipment (tractors, graders, etc) to trim the shoulders of an ensting or new bituminous surface. 2 Drag, push, or scrape shoulder material across completed surfacing or pavement. When the contract requires the Contractor to rebuild part of a ' roadway only the rebuilt areas shall be trimmed and cleaned up. If the Contractor's work obstructs ditches or side roads,they shall be cleared and the debris disposed of as the Engineer directs. Su lemental S dfrcations ' ev, aft city or Renton Suuolemental Speeifrcations Division 3 DIVISION 3 ' PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING ' 3-03 SITE RECLAMATION , 3-032(j) STATE-PROVIDED SITES (REPLACED) , ALL BORROW, QUARRY OR PR'SITES OF OVER THREE ACRES IN SIZE OF DISTURBED LAND OR RESULTING IN PIT WALLS MORE THAN THIRTY FEET HIGH AND STEEPER THAN A ONE TO ONE SLOPE WHICH ARE OWNED OR ' FURNISHED BY THE STATE SHALL BE RECLAIMED AS SHOWN IN THE PLANS AND AS DESIGNATED BY THE ENGINEER ULTIMATE RECLAMATION PLANS ARE NOT NORMALLY REQUIRED FOR BORROW QUARRY, OR PIT SITES NOT MEETING THE ABOVE CRITERIA OR FOR STOCKPILE OR WASTE SITES. HOWEVER, ALL SUCH SITES SHALL BE , RECLAIMED TO THE EXTENT NECESSARY TO CONTROL EROSION AND PROVIDE SATISFACTORY APPEARANCE CONSISTENT WITH ANTICIPATED FUTURE USE. 3-03.2(2) CONTRACTOR-PROVIDED SITES ' (REVISED) Ali-1,esrew;_goa res ;wweWina-a+ore ' tha er+a1--w+ie Vmisked-lay—the Geattac1 eat------ w.-- Ike-eBnd oab-enA . ratio uieed--feaeR•-Ehe ge�aei cees, ALL736RRbNW,6fiARRY,AND PIT SITES OF OVER THREE ACRES IN SIZE OF DISTURBED ' LAND OR RESULTING IN PIT WALLS MORE THAN THIRTY FEET HIGH AND STEEPER THAN A ONE TO ONE SLOPE WHICH ARE OWNED OR FURNISHED BY THE CONTRACTOR SHALL BE RECLAIMED IN ACCORDANCE WITH THE CONDITIONS AND REQUIREMENTS OF AN APPROVED ' OPERATING PERMIT ACQUIRED FROM THE DEPARTMENT OF NATURAL RESOURCES. When material is acquired exclusively for use on this contract, the Department of Transportation may approve reclamation plans as allowed by the Surface-Mind Land Reclamation Act of Washington and the rules and regulations adopted by the Department of Natural Resources. , When the Contractor obtains an operating Permit from the Department of Nature(Resources, evidence of such approval shall be furnished to the Engineer prior to any work within the site. . ULTIMATE RECLAMATION PLAN ARE NOT REQUIRED FOR BORROW QUARRY, OR PIT SITES NOT MEETING THE ABOW CRITERIA OR FOR STOCKPILE OR WASTE SITES. However,all such sites shall be reclaimed to the extent necessary to control erasion ' and provide satisfactory appearance consistent with anticipated future COMPLLANCE WITH THE STATE ENVIRONMENTAL POLICY ACT (SEPA) IS REQUIRED FOR SITES INVOLVING MORE THAN 100 CUBIC YARDS OF EXCAVATION OR LANDFILL THROUGHOUT THE LIFETIME OF THE SITE UNLESS THE LOCAL AGENCY IN WHICH THE PROJECT IS LOCATED ESTABLISHES A GREATER AMOUNT. SITES INVOLVING MORE THAN 500 CUBIC YARDS OF EXCAVATION OR LANDFILL THROUGHOUT THE LIFETIME OF THE SITE ALWAYS REQUIRE COMPLIANCE WITH SEPA ' THOSE RECLAMATION PLANS TO BE APPROVED BY THE DEPARTMENT OF TRANSPORTATION SHALL BE PREPARED AND SUBMITTED FOR APPROVAL AS HEREINAFTER SPECIFIED. ----_. _p^"r-:�,.gL,o-t-:he-Ft(ati--...o-`-....-e• _ 'ae.—�Aece ' shoal matien-P{a"sae-bsaP . . `fteeepeeiTteA. Undel�rrnno, dreumstance will the tontractor be all: to waste material within a wetland as defined in Section 2-033(7). Su lemental S erifications [Key, aft City of Renton Supplemental Specifications Division 4 ' DIVISION 4 BASES ' 4-063(2)A MIX DESIGN Mo THE MIX DESIGN REQUIREMENTS FOR ASPHALT ' TREATED -0�� BASE SHALL BE AS DESCRIBED IN SECTION 1 1 Su leme& S aifioations et v.I aee City of Kenton Suunlemental Specifications Division 5 5-02.3(3) APPLICATION OF ASPHALT RREVISED) ' DIVISION 5 SURFACE TREATMENTS AND Applfution Rate , PAVEMENTS (Ga1.zslq (Lb •Aggregates. dd Class A APPb Applied Prime Coat 0.40.O,SO 3/4'-1/2' 30.40 , OAO.03S Tack Coat 0354S0 1/2'4/4- ZS-30 5-02 BITUMINOUS SURFACE cl TREATMENT ass B d 4 A 1jg i/a' 2540 , 1/4--0 4-6 pass C 0,400 I/2'-1/4• 25-M 0J54S0 20ao 5 02.11 1 BITUMINOUS SURFACE TREATMENT 1/4'-0 4-6 Claw D 0.20-035 3/8--r10 18-25 ' CLASS A(REVISED) Pre Scal 0.15-0.20 1/4--0 8-15 This method of treatment requires two applications of halt and The area covered by any one spread of asphalt shall be no more than 9 PP �P can be covered with aggregate within three ONE minutes from the twit THREE applications of aggregate as specified. The second time of application upon any pan of the spread. application(tack coat)shall be applied not less than ten days after the IF FIELD CONDITIONS WARRARI', THIS TIME MAY BE ' irst application(prime coat) for cutback asphalts and as approved by INCREASED AS DESIGNATED BY THE ENGINEER the Engineer for emulsified asphalts. 5 02.3(]� EQUIPMENT(REVISED) 5-02.3(5) APPLICATION METHOD OF AGGREGATES (REVISED) Rollers shall be self-propelled pneumatic-tired or smooth-wheeled rollers EACH weighing not less "10 tons. A minimum of three rollers shall be used. Two pneumatic-tired Spreading equpment shall be self-propelled,supported on at least rollers shall provide two complete coverages immediately behind the four pneumatic tuns,with an approved device for accurately metering spreading equipment for the coarse aggre tc. The third roller which and distnbutin the aggegate uniform) over the roadway surface. provides the final rolling shall be a smoothh wheeled roller for Class A MEANS OF CO OLLIBROOMS ENG VERTICAL( WITH A PRESSURE. POSITIVE CON OVER UNTREATED BASES. A PHEUMATTG TIRED ROLLER SHALL BE USED IN ALL OTHER SITUATIONS. 5-02.3(2)A UNTREATED SURFACES (REVISED) The maximum rate of roller travel shall be limited to 5 mph. , The Contractor shall apply fine aggregates, with the-specified ADDITIONAL apmading egin ment, tit-thw-eeadamy-immediately The existing roadway surface shall be shaped to a uniform grade and following the initial rolling of the coarse ag regam unless otherwise cross-section m shown in the plans,or as designated by the Engineer. specifcd in the contract documents or ordered by the Engineer. The roadway shall be sprinkled,bladed,and rolled, after which the Excess aregate shall be removed from the roadwa By. , top 1 inch of dampened material shall be bladed back and forth across IF AFTE12 COMPLETION OF THE INITIALROOMING THE the roadway until the entire roadway surface shows a uniform grading ENGINEER DETERMINES THE NEED TO REMOBILIZE FOR from coarse to fine and conforms to the line,grade,and cross-section ADDITIONAL BROOMING, THE CONTRACTOR SHALL shown in the plans,or staked by the Engineer.il4r#teutbaek-as REBROOM THE AREAS DESIGNATED BY THE ENGINEER The entire surface shall then be rollea with a smooth-whew ed or pneumatic-tired roller, or both, as designaced by the Engineer,except ' that the final rolling shall be accomplished with a smooth-wheeled 5-02.3(7) PATCHING AND CORRECTION OF roller as specified in Section 5-023(1). Rolling shall continue until me DEFECTS (REVISED) entire roadway presents a Cum and unyielding surface. In the event the compacted aggegates are IS of such gradation as to resist penetration of the Cfli"BACK asphalt, the Contractor shall If the Engineer determines a fog seal is necessary, the-6entracter , loosen no more than the upper 1/2 inch of surface and relay without sryal}.ap f.fSS-}.at�kstat com ction immediately be the prime coat application. rosidualr-equara-yard.-p9ate�µ-he No traffic will be allowed on the repaired surface until the prime ltfo� I,AT ANY TIME coat of asphalt and aggregate is applied. DURING THE IFE OF THE CONTRA IC ,THE CONTRACTOR During the operation of blading and rolling,water shall be applied, SHALL APPLY A FOG SEAL OF CSS-1 AT THE RATE OF 0.07 if necessary, in the amount and at the locations designated y the TO 0.18 fOH2 TO 0.05 RESIDUAL) GALLONS PER SQUARE ' En 'niter. YARD. 'THE EMULSIFIED ASPHALT SHALL BE DILUTED (immediately before the prime coat of asphalt is applied,the roadway WITH WATER AT A RATE OF ONE PART WATER TO ONE surface shall be stable and unyielding,dry to medium damp condition, PART EMULSIFIED ASPHALT UNLESS OTHERWISE free from irregularities and material segregation, and true to tine, DIRECTED BY THE ENGINEER grade,and cross-uctioa. 5-02.4 MEASUREMENT(ADDITION) ADDITIONAL BROOMING WILL BE MEASURED BY THE HOUR , Su lemenlal S ecificalions ' ev, awe Division 5 Supplemental Specifications City or Renton ' 5.02.5 PAYMENT (REVISED) 5-04.3(17) PAVING UNDER TRAFFIC(REVISED) Asphalt for fog seal will not be considered a major contact bid During paving operations, lane stripes shall be maintained item as defined by Section 3-Ot.-17 1.011 In addition,conditions (1) throughout the project by applying temporary lane stripes each day ro and (2) of the first paragraph of Section 1.04.6 do not apppply to this the roadway that was paved that da . Tem ' item and any impact due to an increase or docrease from plan quantity e€-pla¢ingKcri f-parenwa4ypw�'__ ._ _ __:_.._ _. . r__. •_ will be the sole risk of the Contactor. lengtl�rekiea-Ixta-c 7. ADDITIONAL BROOMING',PER HOUR. THE UNIT CONTRACT PRICE PER HOUR FOR feet, TEMPORARY STRIPING 9HALL CONSIST OF PLACING ADDITIONAL BROOMING"SHALL BE FULL PAY STRIPS OF PAVEMENT MARKING TAPE, A MINIMUM OF 4 FOR ALL COSTS OF LABOR TOOLS,AND FEET IN LENGTH, ON THE LANE SEPARATION LINE TO EQUIPMENT NECESSARY 1b REBROOM THE DELINEATE THE PATH OF TRAVEL FOR VEHICLES. ROADWAY AS SPECIFIED. ADDITIONAL INTERVALS BETWEEN MARKING STRIPS SHALL BE A BROOMING WILL NOT BE CONSIDERED A MAJOR MAXIMUM OF 36 FEET. The pavement marking tope shall be 4 CONTRACT BID ITEM AS DEFINED IN SECTION inches wide,pressure sensitive, reflative type tope of a form suitable 1.01.2. IN ADDITION,CONDITIONS(1)AND f2)OF for marking asphalt or concrete pavement surfaces. Biodegradable ' THE FIRST PARAGRAPH OF SECTION 1.04.6 0 NOT tape with paper backing will not be allowed. Surface preparation and APPLY TO THIS ITEM AND ANY IMPACT DUE TO application shall be in conformance with all the manufacturer's AN INCREASE OR DECREASE FROM PLAN specifications. QUANTITY WILL BE THE SOLE RISK OF THE CONTRACTOR. ' 5-04.5 PAYMENT (REVISED) Payment will be made for each of the following bid items that arc 5-04 ASPHALT CONCRETE PAVEMENT included in the proposal: 1. "Preparation Of Untreated Roadway,per mile. ' The unit contract prim per mile for"Preparation Of Untmted Roadway shall be full pay for all labor,tools,and 5-04.2 MATERIALS ADDTTIO etq .PPment requirtd to do the work described under Section ( N) 5-049(5)B,with the exception,however,that all costs involved in labor,materials,and equipment for patching the RECYCLING AGENT"......---...__."""'" "" . ........9.02.1(5) roadway prior to placement of asphalt cori mte shall be '"'"'... included in the unit contract price per ton for"Asphalt Cone.Pavement CI.....'which was used for patching. If the proposal does not include a bid item for'Preparation Of Untreated Roadway',the roadway shall be prepared as 5-04.3(1)A REQUIREMENTS FOR ALL PLANTS specified,but the work shall be included in the contract ' (ADDITION) prices of the other items of work. 2. Asphalt(grade)',per ton. The unit contract price per ton for'Asphalt( de)"for L 11. BURNER FUE THE PLANT BURNER FUEL SHALL prime coat shall be full pay for furnishing anrvvlying the BE RESTRICTED TO THE USE OF PROPANE,BUTANE, grade of asphalt specified,including heating,hau[`ng,and NATURAL. GAS, METHANE, COAL, NO. 1 OR NO. 2 a plying to the madway,and other work as hereinbefore FUEL 011, OR OTHER ACCEPTABLE BURNER FUEL d=esenbed in Section' 5-04. 5 B.AS DETERMINED BY THE ENGINEER 3. 'Prime Coat AM.',per cubic yard,or per ton. The unit contract price per cubic yard or per ton for'Prime Coat AM." shall be full pay for furnishing,loading,and 5-04.3(3) ASPHALT PAVERS_(REVISED) hauling aggegate to the plain of deposit and spreading the aggregate m the quantities required by the Engineer. 4. " =halt for Tack Coat',per ton. The t the d se slope controller shall be capable of maintaining the The unit contract price per ton for'Asghalt for Tack Coat' sated at the desired slope within plus e r minusls, percent. The paver shall be full pay for all costs of material,labor,tools,and shall be equipppeed with automatic feeder controls,properly adjusted to equipment necessary for the application of the tack coat as maintain a uniform depth of material ahead of the screed. spenfied. I[there is no bid item and a tack mat is required, Manual operation will be permitted in the construction of'rregguularly it shall be applied and the work shall be included in the unit shaped and minor areas. THESE AREAS,AS D=RMINEU BY contract prices of the other items of work. THE ENGINEER,MAY INCLUDE,BUT ARE NOT LIMITED TO, GORE AREAS, ROAD APPROACHES, LEFT•TURN 5 "Aspha 1 1—lt Cone..Pavement Cl ..."',per ton. CHA1N'NELIZATIONS,AND TAPERS. 6."gs�gaLANEe'-Apg�ae 6.'MPER TON. AND/Oft D• WAY ASPHALT; PER TON. 5-04.3(10)B CONTROL REVISED 7. Asphalt Cone.for Preleveling Cl.... ",per ton. -� ) _The unit contact rice per ton for"Asphalt Cone.Pavement a._. ,-A�1�aI -MISCQ-[ANEOUS AND/OR DRIVE WAY ' g-gASPHALT;and'Asphalt Cone.for Preleveling shall be full pay for the furnishing of all labor,equipment, materials,and supplies required in the construction of each when class of asphalt concrete pavement and approach,including cCOAFS MAY BE USED AS AN the pmpanton of any exssnng Portland cement concrete, ALTERNATE TO THE NUCLEAR DENSITY GAUGE TESTS. brickk or bituminous surface,or pavement base,and all other WHEN CORES ARE TAKEN BY THE STATE AT THE REQUEST work to fulfill the requirements described in Section 5-04. OF THE CONTRACTOR, THEY SHALL BE REQUESTED BY 12. "Crack Scaling',per bn<ar foot. NOON OF THE NEXT WORKDAY AFTER PAVING. THE -Grrae✓rSea _ _ STATE SHALL BE REIMBURSED FOR THE CORING EXPENSES AT THE RATE OF $75 PER CORE WHEN THE' prp aeosal4eFalF biAAe r-thar-Purpora-onl.'rthe-gists CORE INDICATES THE ACCEPTABLE LEVEL OF COMPACTION WITHIN A LOT HAS NOT BEEN ACHIEVED. grlieahn,isg=aad4tas-ar4is�t-in-tyre Asphaa ale-era tc4er,The unit aronptm prim peer lineaarr tfhcoet for'Crack esaluali ASPHALT CONIC Scaling"shall be full pay for all materials,labor,tools and CLASSES B, E, F, AND G CONSTRUCTED UNDER equipment for cleaning and sealing of cracks as specified in CONDITIONS OTHER THAN LISTED ABOVE SHALL BE Section 5-043(5)C. COMPACTED ON THE BASIS OF A TEST POINT EVALUATION 13. Temporary Striping" OF THE COMPACTION TRAIN. The test point evaluation shall be performed in amordanm with instructions from the Engineer. The gif ' number of paisses with an a=c ymed coin, ction train, required to �saen attain the maaxim m test point d mity,shaltbe used on all subsequent paving. ' So lemental S Reifications CV, aft City of Renton Suuolefnental Specifications Division 5 ' 14. *Removing Temporary Striping' 3. 'CEMENT CONCRETE DRIVEWAY',PER SQUARE aaar-feo'Fee-R~411g YARD The unit contract prices per sgwm yard for'Cement Cone. ' Pavement—Day.....Ft.Secnon','Unfinished Cement etnpngS Cone.Pavement_...Day Ft.Section'and*Qmsnt-Gene ALL CO C FOR THE ITEM,13 TEMPORARY STRIPING,& 14 CEMP.M'CONCRETE DRIVEWAY', REMOVING TEMPORARY STRIPING SHALL BE P SQUARE YARD shall be full pay for all preparation CONSIDERED INCIDENTAL TO AND INCLUDED IN THE of the subgmde,for furnishing all labor,materials including , UNIT CONTRACT PRICE OF OTHER UNITS OF WORK' concrete and h rs e ba (8waaeWtlins-Ae�w46ats),equipment, 15. 'Soil Residual Herbicide_.Ft.Wide%per mile. tools and all work in connection with constructing,eunng 16. 'Soil Residual Herbicide',per square yyaard. and 9protectingg the ppaavv�eement AND SHALL INCLUDE The unit contract price per code for'Soil Residual Herbicide CONSTRUCTION JOINTS,CONTRACTION JOINTS, ..Ft.WidC or ppeer square yard[or'Soil Residual THROUGH JOINTS SAWCUTTRNG KEYWAYS, ' Herbicide'shall be full pay Tor all ousts of material,labor, SEALING JOINTS WHEN REQUIR!?D AND DOWEL toolsr and equipment necessary for the application of the EARS. It as speeded. ]f there is no bid item and soil 4 •r'•-�'n.,�-p.rs residual herbicide is required,it shall be applied and all costs for the work will he included in the unit contract prices of the other items of work. ' 17. 'Longitudinal Joint Seal',per linear foot. The unit contact price per linear foot for*Longitudinal Joint Scal'shall be full pay for furnishing all tools, 5-05.5(1) PAVEMENT THICKNESS (REVISED) equipment,labor,materials,and supplies necessary to construction of the joint seal in accordance with the If the Contractor believes that the number of thickness Standard Plan and these Specifications. measurcme in made in primary unit areas are insufficient to fairly ' Any work required to complete the asphalt concrete indicate the actual thickness of pavement placed, the Contractor may pavement specified heroin,but which o not _Z00i n 7y request that additional thickness measurements be made by the mentioned to the foregoing spcclfitations of Section 5-04 nett. Such additional measurements will be used in determinin shall he performed by the Contractor and all costs therefor g shall be included in the unit contract prices of the other the average thickness variation. The location of all additional thickness ' items o[work. measurements will be determined by the Engineer except that they will be spaced not closer than 200 feet. al nm made, ;"el ef!he Pam halos THE 5-05 CEMENT CONCRETE PAVEMENT COST OF ALL SUCH ADDITIONAL MEASU MADE, ' INCLUDING FILLING OF THE CORE HOLES WITH CONCRETE,WILL BE DEDUCTED FROM ANY MONIES DUE OR THAT MAY BECOME DUE THE CONTRACTOR UNDER 5-05.3(2) CONSISTENCY(REVISED) THE CONTRACT AT THE RATE OF$100 PER CORE- As a guide for determiningthe amount of water required for camper , consistcncy of concrete,the ngineer may use the Method of Test for Slump of Portland Cement Concrete,WSDOT Tut Method No. 504. UNLESS OTHERWISE AUTHORIZED BY THE ENGINEER , THE SLUMP FOR PAVING CONCRETE SHALL BE 1 PLUS OR MINUS 1 4 INCH WHEN MEASURED WITH THE SLUMP CONE. EN HAND COMPACTING AND FINISHING IS PERMITTED, THE SLUMP SHALL NOT EXCEED 2 INCHES. :42, no hen hand E ` _-A amoue er o secure the desired workability of the ' concrete and to prevent honeycombing and rock pockets will be determined by the Engineer. 5-05.3(11) FINISHING(REVISED) ' The pavement shall be given a final finish surface by texturing with a comb perpendicular to the center tine of the pavement. The comb ' shall Produce striations appmrdmately 0.015 foot in depth at appronmatelyy 1/2-inch spacings in the fresh concrete. The actual nominal depPths of the striations shall be determined in the field by the Engineer. 'I he comb shall be operated mechanically either singly or in gangs with several placed end to end. Finishing shall take place with , the elements of the comb as nearly perpendicular to the concrete surface as is practical,to eliminate dragging the mortar. If the striation equipment has not been previously approved, a test section shall be constructed prior to approval n(the equipment. IF THE PAVEMENT HAS A RAISED CURB WITHOUT A FORMED CONCRETE GUTTER THE TEXTURING SHALL END 2 FEET FROM THE , CURB LINE THIS 2-FOOT UNTEXTURED STRIP SHALL BE HAND FINISHED WRHA STEEL TROWEL 5-05.3(18) CEMENT CONCRETE ' APPROACH(DR I VEWAYS) (ADDITION) CONCRETE FOR DRIVEWAYS SHALL BE CLASS AQ 4)AS SPECIFIED IN SECTION 6.M3(2). THE MAXIMUM MP ' SHALL NOT EXCEED 5 INCHES. 5-05.5 PAYMENT(REVISED) * � Su lemental S ecifieations ev, ate City of Renton Supplemental Specifications Division 6 ' 6-02.3(1) CLASSIFICATION OF STRUCIURAL DIVISION 6 CONCRETE (ADDITION) ' STRUCTURES IF THE ENGINEER APPROVES IN WRITING THE CONTRACTOR MAY USE A CLASS OF CONCRETE kffl A HIGHER 28-DAY DESIGN STRENGTH THAN THAT REQUIRED IN THE SPECIAL PROVISIONS, PLANS, AND OR 6-01.5 ERECTION METHODS (ADDITION) THESE SPECIFICATIONS. ANY REQUEST FOR A CHANGE SHALL BE IN WRITING. THE CONTRACTOR SHALL BEAR THE ERECITON PROCEDURE SHALL BE REVIEWED BY ANY ADDED COSTS THAT RESULT FROM THIS CHANGE THE STEEL FABRICATOR PRIOR TO BEING SUBMITTED TO ' THE ENGINEER 6-02.3(5) CONSISTENCY(REVISED) 6.016 VAGANT LOAD RESTRICTIONS ON Slum tau shall follow WSDOT Tut Method No. 804. Far BRIDGES UNDER CONSTRUCTION (NEW) genera$ ; neL+as -UNLESS THE RAMS, SPECIFICATIONS, OR SPECIAL PROVISIONS STATE OTHERWISE, THE MAXIMUM BRIDGES UNDER CONSTRUCTION SHALL REMAIN SLUMP SHALL BE CLOSED TO ALL TRAFFIC, INCLUDING CONSTRUCTION L THREE INCHES FOR CONCRETE PLACED IN ALL EQUIPMENT, UNTIL THE SUBSTRUCTURE AND THE FOOTINGS, BOX GIRDER BOTTOM SLABS BRIDGE SUPERSTRUCTURE,THROUGH THE ROADWAY DECK,ARE APPROACH SLABS, AND ROADWAY DEN SLABS ' COMPLETE FOR THE ENTIRE STRUCTURE, EXCEPT AS INCLUDING THE SUPERSTRUCTURE OF FLAT SLAB PROVIDED HEREIN, COMPLETION INCLUDES RELEASE OF RIDGES). ALL FALSEWORI, REMOVAL OF ALL FORMS AND 2. SEVEN EPOS INCHES ES FOR WATER. THAT IS TO BE ATTAINMENT OF THE MINIMUM DESIGN CORCRELE 3. FOUR INCHES FOR ALL OTHER CONCRETE STRENGTH AND SPECIFIED AGE OF THE CONCRETE IN ' ACCORDANCE WITH THESE SPECIFICATIONS. ONCE THE If the right consistency cannot be achieved, a water-reducing STRUCTURE IS COMPLETE,SECTION 1.07.7 SHALL GOVERN admixture may be used provided the batch meets the slump limit and ALL TRAFFIC LOADING, INCLUDING CONSTRUCTION complies with proportions required in Section 6-023(2). TRAFFIC(EQUIPMENT) IF NECESSARY AND SAFE TO DO SO AND IF THE CONTRACTOR REQUESTS IT IN WRITING ')IiE ENGINEER 6-02.3(6) PLACING CONCRETE(REVISED) MAY APPROVE TRAFFIC ON A BRESGE PRIOR TO COMPLETION. THE WRITTEN REQUEST SHALL: The Contractor shall not place concrete: A. DESCRIBE THE EXTENT OF THE STRUCTURE 1. ON FROZEN OR ICE-COATED GROUND OR COMPLETION AT TIME OF THE PROPOSED SUBGRADE; EQUIPMENT LOADING.' 2. AGAINST OR ON ICE-COATED FORMS,B. DESCRIBE THE LOADING ARRANGEMENT REINFORCING STEEL, STRUCTURAL STEEL, (MOVEMENT, AND POSITION OF TRAFFIC CONDUITS,PRECAST MEMBERS,OR CONSTRUCTION C. PROM EEN ON THE CALCULATIONS PREPARED BY 3. UNDER RAINY CONDITIONS' PLACING OF U UNDER THE DIRECTION OF)A PROFESSIONAL CONCRETE SHALL BE STOPPED BEFORE THE ENGINEER,LICENSED UNDER TITLE 18 RCW,STATE QUANTITY OF SURFACE WATER IS SUFFICIENT TO ' OF WASHINGTON AND CARRYING THE AFFECT OR DAMAGE SURFACE MORTAR QUALITY PROFESSIONAL ENG(NEER'S SIGNATURE AND SEAL, OR CAUSE A FLAW OR WASH OF THE CONCRFTE AND SURFACE; D. STATE THAT THE CONTRACTOR ASSUMES ALL RISK 44. In any foundation until the En neer has a roved its de th FOR DAMAGE and character, ® PP P ' CONSTRUCTION TRAFFIC SHALL NOT OCCUPY THE 25. In any form until the Engineer has approved it and the STRUCTURE UNTIL THE ENGINEER'S APPROVAL HAS BEEN placement of any reinforcing in it;or OBTAINED IN WRITING, 36 In any work area where vibrations from ncarb work(driving , CONTRACT PRICES SHALL COVER ALL COSTS or pulling piles, etc.) may harm the concrete s initial set or ASSOCIATED WITH PREPARATION AND SUBMITTAL OF strength. THE REQUEST AND OPERATION OF APPROVED TRAFFIC TUIPM AS OUTLINED HEREIN, NOTHING IN THIS TION AFFECIS THE CONTRACTOR'S OTHER 6-02.3(6)A WEATHER AND TEMPERATURE RESPONSIBLITIES UNDER THESE SPECIFICATIONS OR LIMITS TO PROTECT CONCRETE UNDER PUBLIC HIGHWAY LAWS. 6-01.12 FINAL CLEANUP (ADDITION) Any roneretc placed in air temperatures below 35 de F shall be immediately surrounded with a heated enclosure wirer AIR TEMPERATURE WITHIN THE 04MOSURE THE CONTRACTOR IS ADVISED THAT AFTER THE SHALL 13E MAINTAINED BEIWEEN 50 AND 90 DEGREES F STRUCTURE IS COMPLETE,A REPRESENrATTVE(S) OF THE AND THE RELATIVE HUMIDITY SHALL BE ABOVE 80 ' DEPARTMENT'S BRIDGE CONDITION UNIT MAY PERFORM PERCENT. THESE CONDITIONS SHALL BE MAINTAINED AN INVENTORY INSPECTION OF THE STRUCTURE THE FOR A MINIMUM OF SEVEN DAYS OR FOR THE CURE PURPOSE OF THE INVENTORY INSPECTION IS TO FIELD PERIOD REQUIRED BY SECTION &02-3(11)2 WHICHEVER IS VERIFY CERTAIN CONTRACT DETAILS, TO PROVIDE p LONGER Piy heat and meifitum&W t lkoap mof wijh4n hra-awelesure BASELINE CONDITION ASSESSMENT OF THE STRUCTURE, . The Contractor shall stop adding AND TO IDENTIFY ANY POTENTIAL MAINTENANCE moisture 24 hours before removing the heat. Extra protection shall be FEATURES, provided for areas especially vulnerable to freezing (such as exposed top surfaces,comers and edges,thin sections,and concrete placed into steel forms). 6-02 CONCRETE STRUCTURES 6-02.3(9) VIBRATION OF CONCRETE (REVISED) 3. Insert the vibrato= slowly to a depth that will effectiveI vibrate Mskellyersl7-IE FULL DEPTH OF ET ' 6-02.2 MATERIALS EACH LAYER, PENRATING INTO THE PREVIOUS LAYER ON MULTILAYER POURS; 4. Protect partially hardened Fees-plastie}conmte (I.E,NON- EIASTOMERIC BEARING PADS..._............_._.....................9-31 _ I P EI�TI'S VI PENETRATION WHEN ONLY ITS OWN WEIGHTTOIS APPLIED)by preventing the vibrators from penetrating it or ' making direct contact with steel that extends into it; Su Iemental S ificalions ev. ate Division 6 Supplemental Specifications City of Renton ' 6-02 3 10 ROADWAY SLABS(REVISED) 6-023(17)C BRACING (REVISED) If the playa call for an asphalt conettte overia , (1'p BE On Drestressed girder spans. the Contractor shall install X- , CONSTRIPCIED UNDER 7i-tE SHINE CONTRACT SUCtf AS BRACING kaewbetween$,,data AT EACH END AND MIDSPAN ASPHALT CONCRETE,LATEX MODIFIED CONC EPOSY to prevent LATERAL movement or rotation. Oarirt CONCRETE, OR SIMILAR the Contractor shall produce the final diaphragtx----A----.�-1— T'FIIS BRACING BE P ACP.D finish b dragging a strip of damp,scamleu burlap lengthwise over the IMMEDIATELY AFTER ERECTION OF THE GIRDERS. THE , full width op the slab or by bmomingg it tightly. A burlap dog shall BRACING SHALL NOT BE REMOVED UNTIL THE equal the slab in width. Approximately 3 feet of the dog shall contact DIAPHRAGMS OR ROADWAY SLAB ARE CAST AND CURED the surface,with the least possible bow in its leading edge It must be FORA MINIMUM OF 24 HOURS. kept wet and free of hardened lumps of concrete When it fails to ROADWAY DECK FORMING SYSTEMS MAY REQUIRE produce the required finish,the Contractor shall replace it. When not BRACING, STRUTTING OR TIES BETWEEN GIRDERS FOR ' in use,it shall be lifted clear of the slab. THE GIRDER TO ADEQUATELY SUPPORT THE FORM LOADING. WHEN BRACES, STRUTS, OR TIES ARE REOF_ 02 3 11 A CURING AND FINISHING CONCRETE THE UCONI'RA THEY ANANDB BE DESIGNED BE HOWN ON DTHE TRAFFIC AND PEDESTRIAN BARRIER FAISEWORTUFORMWORK PUNS SUBMITTED TO THE (REVISED) TIES SHALL BE�FURONIISHED MID BIN TALLEEDD BY'HE , CONTRACTOR AT NO ADDITIONAL COST TO THE STATE. After the ten-day curing period,the Contractor shall remove from the barrier all form-release agent, mud dust, and other foreign 66-02.3((Mr f+I•" CONCRETE FORMS ON STEEL substances in either of two ways: (1)by Iiiht sandblasting and was; ' with water or((2)yy spraying month a water e st SPANS(REVISED) WATER JET EQUIPME SIttS L USE 1219N FRESH WATER AND SHALL.PRODUCE(AT THE N0771 E)AT Blab-CONCRETE forts on all steel structures shall be removable LEAST ISO PSI WITH A DISCHARGE OF AT LEAST THREE and shall not remain in place. Where needed, the forms shall have GPM. THE WATER JET N0771 F SHALL HAVE A 25-DEGREE openings for truss or girder members. Each opening shall be large , TIP AND SHALL BE HELD NO MORE THAN NINE INCHES 141 inches between the concrete and steel on FROM THE SURFACE BEING enough to leave at least•WASHED. all sides of the steel member after the forms have been removed. Unit contract prices cover all casts related to these openings. 3. THE TEN-DAY CURING PERIOD,REMOVE THE CURING COMPOUND �02.3(11)J REMOVAL OF FALSEWORK AND ' COMPLETELY BY LIGHT SANDBLASTING OR FORMS (REVISED) BY SPRAYING WITH A HIGH-PRESSURE WATER JET TO PRODUCE AN EVEN SURFACE - e!t Lp-ice-4teum APPEARANCE THE WATER JET EQUIPMENT' , SHALL USE CLEAN FRESH WATER AND SHALL E CONTRACTOR MAY O SIDE RMS, iml PRODUCE(AT THE NO771.E)AT LEAST 2500 PSI BARRIER FORMS, AND PEDESTRIAN BARRIER FORMS WITH A DISCHARGE OF AT LEAST 4 GPM. THE AFTER 24 HOURS IF THESE FORMS ARE MADE OF STEEL WATER JEr N0771 F SHALL HAVE A 25- OR DENSE PLYWOOD AN APPROVED WATER REDUCING DEGREE TIP AND SHALL BE HELD NO MORE ADDITIVE IS USED :k I THE CONCRETE REACHES 1,400 PSI THAN NINE INCHES FROM THE SURFACE BEFORE FORM REMOVAL But this compound shall not be , BEING CLEANED. applied to that area of the construction joint between the footing and the column or wall. The Contractor may remove steel or dense 6-02 3 12 CONSTRUCTION JOINTS (REVISED) plywood side forms,traffic barrier forms,and pedestrian barrier forts a ter 24 hours if an approved water reducing additive is used and the concrete reaches 1r4W-psi before form removal. This strength shall be If the DDlane require a roughened surface on the joint,the Contractor proved by teat Minders made from the last concrete placed into the , shall stria it off to leave corrugations at ri t angles to the length of form. The rylin en shall be cured according to WSDOT Test Method the member. The grooves shall be at least Si-inch wide,FROM god at No.809 Method 2. - Mast Winch bat-ne-mero-thee TO Winch deep,.AND SPACED AT Yr On CONCRETE box girder structures, the forms supporting the INCH TO 1-INCH CENTERS If the first strike-off does not produce roadway slab shall rest on ledgers or similar suppppoorts without being ' the required roughness,the Contractor shall repeat the process before shored to or supported on, the bottom slab. Tlrese forms supports the concrete reaches initial set. The final surface shall be clean and shall be fastened as near as possible to the top of the web walls. without laitance or loose material. Unless the plans all for their removal, the intarief readwa slab INTERIOR forts FOR CONCRETE BOX GIRDER STRUCTURES may be left in place. ' 6.02 3(16)B PREAPPROVED FORMING PLANS All other forms shall be removed whether above or below the level (REVISED) of the ground or water. Sections 6-023(7)and 64MN8)govem form removal for concrete exposed to sea water or to alkaline water or sal. The forms inside of hollow piers, ggtr,den, abutments, etc. shall be To streamline the plan approval process,the Contractor may request removed through THE openings SHO WN W THE P1AN5.ptevided , preapprovat on form plans for abutments, wingwalts, diaphm��nnss fertMeF�ufpecw retarmng walls, columns, girders and beams, BOX CULIrE.RTSI railings, and bulkheads. Plans for fa6cwork supporting the roadway l f17 T(1R1 PLACING ANCHOR BOLTS(REVISED) slab or interior spans between ptcrast prestressed concrete girder may also be submitted for pretipproval. Other falscwork plans, however,shall not be pr approved,but shall be approved as required 2. It the bolts are set in drilled holes,hole diameter shall exceed in Section 6-02.3(16)A. bolt diameter by at least I inch. GROUTING SHALL COMPLY WITH SECTION 6*23(20)AS AMENDED, 6.023(17)A CAPS PILING POSTS Ai,ID MUDSILLS 3• If the bolts are set in pipe, grouting shall comply urreme its for grouting shoes in Section (ADDITION), oz�(2o)As AMENDED. ' 4. If freezing weather occurs before bolts an be bolted into The Contractor shall support all faiseswrk on either driven piling or sleeves OR HOLES,THEYHta-Neevesshall be filled with an mudsilis. All piling, post, or mudsill shall be designed to carry the aPProved antifreeze solution(nonevapooting). matdmum des; load plus all construction equipment. If the plans all for piling or foundation shafts to support pemne nt structures, the 6-02 3(19) ELA&T-QNC9 1C-BEAR4N&R D8 , Contractor may not use mudsilla for alsework unless the under)yyrr'ng mil passes t�Ul ettlement test dexritied in this section. WHEN BRIDGE BEARINGS {REPLACED) USING P[I TO SUPPORT THE FA[SEWORK THE CONTRACT FALSEWORK PANS SHALL Sp PCIFY THE r-aentaet MINIMUM RED BEARING AND PENETRATION FOR wdaee-efa ' THE PILING. Su lemental S ecifications (Key. ace L , City of Renton Supplemental Specifications Division 6 6-02.3(119)A ELASTOMERIC BEARING PADS 1. BUILD A FORM APPROXIMATELY 4 INCHES HIGH ' (ADDITION) WITH SIDES 4 INCHES OUTSIDE THE BASE OF EACH( MASONRY PLATE; I FILL EACH FORM TO THE TOP WTTH GROUT THE CONTRACTOR SHALL USE RUBBER CEMENT TO 3. WORK GROUT UNDER ALL PARTS Oi EACH BOND THE LOWER CONTACT SURFACE OF ELASTOMERIC MASONRY PLATE; BEARING PADS TO THE STRUCTURE 4. REMOVE EACH FORM AFTER THE GROUT HAS HARDENED• 5. REMOVE TINE GROUT OUTSIDE EACH MASONRY 6-02.3(19)B BRIDGE BEARING ASSEMBLIES PLATE TO THE BASE OF THE MASONRY PLATE; (ADDITION) 6. BEVEL OFF THE GROUT NEATLY TO THE TOP OF THE MASONRY;AND 7. PLACE NO ADDITIONAL LOAD ON THE MASONRY ' FOR ALL FIXED, SLIDING, OR ROLLING BEARINGS, THE PLATE UNTIL THE GROUT HAS SET AT LEAST 72 CONTRACTOR SHALL: HOURS. I. MACHINE ALL SLIDING AND ROLLING SURFACES AFTER ALL GROUT UNDER THE MASONRY PLATE AND TRUE, SMOOTH, AND PARALLEL TO THE IN THE ANCHOR BOLT CAVITIES HAS ATTAINED A MOVEMENT OFTHE BEARING- MINIMUM STRENGTH OF 4,000 PSI, THE ANCHOR BOLT ' 2. POLISH ALL SLIDING SURFACES; NUTS SHALL BE TIGHTENED TO SNUG-TIGHT. SNUG- 3. ANCHOR EXPANSION BEARINGS SECURELY, TIGHT MEANS EITHER THE TIGHTNESS REACHED BY(1)A SETTING THEM TRUE TO LINE AND GRADE; FEW BLOWS FROM AN IMPACT WRENCH OR(2)THE FULL 4. COAT ALL SLIDING SURFACES THOROUGHLY WITH FORT OF A MAN USING A SPUD WRINCH. ONCE THE OIL AND GRAPHITE JUST BEFORE PLACING THEM NUT IS SNUG-TIGHT THE ANCHOR BOLT THREADS SHALL ' INTO POSITION;AND BE BURRED JUST ENOUGH TO PREVENT LOOSENING OF 5. AVOID PLACING CONCRETE IN SUCH A WAY THAT THE NUT. IT MIGHT INTERFERE WITH THE FREE ACTION OF ANY SLIDING OR ROLLING SURFACE 23 GROUT PLACEMENT UNDER STEEL BEARINGS SHALL 6-02.3( OPENING TO TRAFFIC(REVISED) COMPLY WITH SECITON 6-02.3(20)AS AMENDED. Any-bridgeBRIDGES with a roadway slab made of Portland cement 20 ST�3Fsb EPANS�F3N-BiiAR4NF S GROUT concrete shall remain closed to all traffic, INCLUDING 6-02.3 ( CONSTRUCTION EQUIPMENT, until the concrete has FOR ANCHOR BOLTS AND BRIDGE BEARINGS ATTAINEDreaehed the minimum ultimate strength. This strength (REPLACED) shall be determined with cylinders made of the same Concrete as the roadway and cured under the same conditions. A concrete deck bridge shall never be opened to traffic earlier than ten days after the deck FeP.a concrete was placed and never before the Engineer has approved. FOR LOA3] RESTRICTIONS ON BRIDGES UNDER 11 Hi lh OWL,ariv CONSTRUCTION,REFER TO SECITON 6-01.6. <<_^F^_77�7idielg-ewtfaee5i _ _ z __ _ is c__ 6-02.3(24)A FIELD BENDING (REVISED) s If the plans call for field bending of steel reinforcing bars, the ' witq-that�e-eeEierta -efreFting-eadace. Contractor shall bend them in keeping with the structure configuration 6reut-placement-undsr�a.o•�_ ,•,-_ �. ..� s cam,,•;.-• < 'done Plans. g (2�, Bendmg steel reinforcing bars partly embedded in concrete shall not GROUT SHALL BE A PREPACKAGED GROUT, MIXED be done until the En neer has given written approval of a field- PIACED, CURED AS RECOMMENDED BY THE bending plan from the�ntran Si Approval for such bending will be MANUFACTURER, OR THE GROUT SHALL BE PRODUCED IPs'en only for bars smaller than e: No.14. ' USING TYPE 11 PORTIAND CEMENT, FINE AGGREGATE Field bending shall not be done: 1. On bars Size 1418, CLASS 1, AND WATER, IN ACCORDANCE WITH THESE er aturree No.is lowee 2. When air temperature r than 40 degrees F, GROUT SHALL MEET THE FOLLOWING REQUIREMENTS: 3. By means of hammer blows or pipe sleeves,or ' 4. While bar temperature is in the range of 400 to 700 degrees F.REQUIREMENT COMPRESSNE STRENGTH In field-bending steel reinforcing ban,the Contractor shall: TEST METHOD AASHTDT lab 1. Make the bend gradually VALUES 4=Pal®7 DAYS W- of6 bar�iameN r GROUT SHALL BE A WORKABLE MIX WITH FLOWABII,IIY ' SUITABLE FOR THE INTENDED APPLICATION. 2. APPLY HEAT AS DESCRIBED TABLES 2 AND 3 FOR IF THE CONTRACTOR ELECTS TO USE A PREPACKAGED BENDING BAR SIZES NO. 7 THROUGH NO. 11 AND GROVT A MATERIAL SAMPLE AND LABORATORY TEST FOR BENDING BARS SIZES NO. 6 AND SMALLER DATA I`ROM AN INDEPENDENT TESTING LABORATORY WHEN THE BARS HAVE BEEN PREVIOUSLY BENT. SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL PREVIOUSLY UNBENT BARS OF SIZES NO. 6 AND WITH THE REQUEST FOR APPROVAL OF MATERL4L SMALLER MAY BE BENT WITHOUT HEATING; ' SOURCES. IF THE CONTRACTOR ELECTS TO USE A GROUT CONSISTING OF TYPE H PORTLAND CEMENT FINE AGGREGATE CLASS 1, AND WATER, THE 3. USEIB NG TOOL EQUIPPED WITH A BENDING PROPORTIONS AND LABORATORY TEST DATA FROM AN DIAMETER AS LISTED IN TABLE 1; ' INDEPENDENT TEST LABORATORY SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL WITH THE REQUEST fkeeeg�-nu�,-J- iiiid 4, FOR APPROVAL OF MATERIAL SOURCES. thaba THE CONTRACTOR SHALL RECEIVE APPROVAL FROM SixesNes. THE ENGINEER BEFORE USING THE GROUT. 4. LIMIT ANY BEND- MAW, MS: 135 BEFORE PLACING GROUT,THE CONCRETE ON WHICH IT DEGREES FOR BARS SMALLER THAN SIZE NO, 9, IS TO BE PLACED SHALL BE THROOUGHLY CLEANED AND 90 DEGREES FOR BARS SIZE NO. 9 THROUGH ROUGHENED AND WETTED WITH WATER TO ENSURE; NO.11;AND PROPER BOPIDING. THE GROUT PAD SHALL BE KEPT 5. STREIGHTEN BY MOVING A HICKEY BAR(IF USED) CONTINUOUSLY WET WITH WATER UNTIL A STRENGTH OF PROGRESSIVELY AROUND THE BEND. 2,000 PSI IS ATTAINED. In applying heat for field-bending steel reinforcing bars, the ' BEFORE PLACING GROUT INTO ANCHOR BOLT SLEEVES Contractor shall: OR HOLES, THE CAVITY SHALL BE THOROUGHLY 1. Use a method that will avoid damages to the mnmte; CLEANED AND WETTED TO ENSURE PROPER BONDING. 2. Insulate any concrete within 6 inch"of the healed bar area; TO GROUT BRIDGE BEARING MASONRY PLATES, THE 3. Ensurer by MEANS OF Ysing-temperature-indiming crayons, CONTRACTOR SHALL or other suitable means, that steel temperature never exceeds ' the marimum temperatures shown'-•"..'-. b.�'-' below; Su lemental S ecifications er. aE Division 6 Svoolemental Specifications City of Renton , 4. Maintain the steel temperature within the required range AFTER REINFORCING STEEL BARS ARE PLACED IN A shownice-'Table-)-belowduringthe entimbending ptacesS TRAFFIC OR PEDESI'R1AN BARRIER AND PRIOR TO SLIP- , c r]__.._ a_. ._-`__ _ .._�r_�., ...:__ ..._._s..._::e FORM CONCRETE PLACEMENT THE CONTRACTOR SHALL wusns-c Y CHECK CLEARANCES AND kbNFORCWG STEEL BAR PLACEMENT. THIS CHECK SHALL BE ACCOMPLISHED BY 5. APPPLYrnTWO HEAT TIPS SIMULTANEOUSLY AT USING A TEMPLATE OR BY OPERATING THE SLI-FORM OPPOSITE SIDES OF BARS LARGER THAN SIZE NO.6 MACHINE OVER THE ENTIRE LENGTH OF THL TRAFFIC OR ' TO ASSURE A UNIFORM TEMPERATURE PEDESTRIAN BARRIER ALL CLEARANCE AND THROUGHOUT THE THICKNESS OF THE BAR FOR REINFORCING STEEL BAR PLACEMENT DEFICIENCIES SIZE NO. 6 AND SMALLER BARS, APPLY TWO HEAT SHALL BE CORRECTED BY THE CONTRACTOR BEFORE TIPS,IF NECESSARY; SLIP-FORM CONCRETE PLACEMENT. 6. Apply the heat for a long enough time that within the bend area the entire thickness of the bar-including its center- , reaches the required temperaturc; 6-02.3(24)F MECHANICAL BL-ITFSPLICES 7. BEND IMMEDIATELY AFTER THE REQUIRED (REVISED) TEMPERATURE HAS BEEN REACHED; The Contractor shall form mechanical butt-aplices with an Engineer- , g �nd approved system using sleeve filler metal, threaded coupling, or 8. HEAD V LEAST AS MUCH OF THE BAR AS another method that complies with this section. INDICATED IN TABLE 3; If necessary to maintain required clearances after the splices are in 9. LOCATE THE HEATED SECTION OF THE BAR TO place, the Contractor shall adjust, relocate, or add stirrups, ties, and INCLUDE THE ENTIRE BENDING LENGTH;AND can. 10. Never cool ban artificially with water, forced air, or other Before splicing, the Contractor shall provide the Engineer with the means following m(ormadon for each shipment of splice rnatenal: 1. The type or series identificatioe (and heat treatment lot T'A P1 P I number for threaded-sleeve splims)1 2. The grade and size of ban to be spliced, 3. A manufacturer's catalog with complete data on material and ' T__qar� procedures, Ba S'm _=7m=7 4. A written statement from the manufacturer that the material is vrr y identical to that used earlier by the Engineer in testing and - Ne.4r-Ne,acrFle.6 1'1QQ 1'agq F approving the system design,and , o 7,{,la,9,PIG q ;,Mg lx@sF 5. A written statement from the Contractor that the system and , materials will be used according to the manufacturers Na'^-.e,Alm 1,20g 4'200p p instructions and all requirements of this section. All splices shall meet these criteria: TABLE 1 1. Tension slices shall develop at least -�sresm-130 BENDING DIAMETERS FOR FIELD-BENDING PERCENT of �of the YIELD TENSILE STRENG i1'! mr tka REINFORCING BARS ultimate-teAsi7e-strength-specified for the unspliced bar. The , BEND DIAMETER BAR DIAMETER RATIO othmapptcaamnosfl he[compl to [be sleeve shall exceed that of the 2. AASHTO M 31 ban within a splice sleeve shall not slip more BAR SIZE HEAT NOT APPLIED HEAT APPLIED than 0.03 inch for Grade 40 bars,nor more than 0.045 inch for NO.4 �- Grade 60 ban. This slippage shall be measured between gage , NO.5,NO.6 8 8 points clear of the splice sleeve. Measurements shall be taken NO.T,NO.a NO.9 NOTF• TT1FD 8 once after loading to 90 percent of the minimum yield tensile NO,10,NO.II NOT PFRNIMED 10 strength specified for the unsphced bar and nlalang to 3,000 T A PI FA 3 3. MAXIMUM ALLOWABLE BAR SIZE Minimum-Bar-irP%gsh e-be-He%ated A MECHANICAL BUTT SPLICE NO.14 BAR, ' B.MECHANICAL LAP SPLICE NO.6 BAR __,, .__le The Engineer will visually inspect the splices and accept all that Bars'" .es- cans ,ace a pear to conform with the test samples. For sleeve-filler splices,the Ipngtncer will allow voids within [he limits on Ile in the design approval. If the Engineer considers any splice defective, it shall be ' removed and replaced at the Contractor's expense. TABLE 2 In preparing sleeve-filler metal splices,the Contractor shall: PREHEATING TEMPERATURES FOR FIELD-BENDING 1. Clean the bar surfaces b . (a)oxyacetylene torch followed by REINFORCING BAR power wire brushing,or b)abrasive blasnn� 2. Remove all slag,mill sea e,rust,and other foreign manor from TEMPERATURE M all surfaces within and 2 inches beyond the sleeve; ' BAR SIZE MINIMUMMAXIMUM 3. Grind down any projection on the bar that would prevent NUT,NO3,NO.6-f,T6��,20� placing the sleeve; NO.7,NO.8,NO.9 1,150 1,250 4. Prepare the ends of the bars as the splice manufacturer NO.10.NO.11 1,200 1,300 recommends and as the approved procedure requires;and 5. Pmheat,just before adding the filter,the entire sleeve and bar ' TABLE 3 ends to 300 degrees F,plus or minus 50 degrees F. (If a gas MINIMUM BAR LENGTH TO BE HEATED torch is used,the flame shall not be directed into the sleeve- (D=NOMINAL DIAMETER OF BAR IN INCHES) When a metallic, sleeve-filler splice is used (or any other system requiring special equipment), both the system and the operator shall BAR SIZE 45" 90° ]]35'� GGuahfy in the following way under the supervision of the State ' NSTTHRu N0.8 815 fiD 9 Rtlenals and Fabrication Inspector. The operator shall prepare s x N0.9 8D 12D NOTPERMITTED test splices (three vertical, three horizontal using �an NO.10,NO.11 9D 14D NOT PERMITTED having the same AASHTO Designation AND SIZE(MAXIMUM)as those to be used in the work. Each test sample shall be 42-inches long, made up of two 21-inch ban joined end-toend by the splice. The bar 6-02.3(24)C PLACING AND FASTENING (REVISED I alignment shall not deviate more than 1/8 inch from a straight line over the whole Icn�th of the sample. All six sample must meet the tensile strength and slip criteria specified in this section. 91 Tim Contractor shall provide labor, materials, and equipment for FOR RMg►fsemmes�ng-d�riwg e.�ea� making these test samples at no expense to the State. lltc State will ED CONCRETE,II'E RE 'FORQNG STEEL test the samples at no cost to the Contractor. ' BARS SHALL BE TIED AT AT TNT'ERSECTIONS AND CROSSBRACED TO KEEP THE CAGE FROM MOVING DURING CONCRETE PLACEMENT. CROSSBRACING SHALL BE WITH ADDITIONAL REINFORCING STEEL CROSSBRACING SHALL BE PLACED BOTH ' LONGITUDINALLY AND TRANSVERSELY. $ulemenfal S�ifa2e 4 cis Sv. canoes , City of Renton Supplemental Specifications Division 6 ' 6-02.3 24 Cr JOB CONTROL TESTS (REVISED) DIMENSION DIFFERENCES FROM THOSE SHOWN IN THE PLANS. THE DIMENSIONS THAT MAY BE CHANGED ARE ' THE 2-5/8 INCH TOP FLANGE TAPER WHICH MAY BE As the work 4ss rogrees,the Engineer may require the Contractor to REDUCED TO 1-5/8 INCH AND THE 5-INCH WEB WIDTH provide a sample 6""'plice (thermal or mechanical) to be used in a WHICH MAY BE INCREASED TO 6 INCHES. OTHER job control tut. The operator shall create this sample on the job site DIMENSIONS OF THE GIRDER SHALL BE ADJUSTED AS with the Engineer present using bars of the same size as those being NECESSARY TO ACCOMMODATE THE ABOVE MENTIONED ' epliced in the wort The sample shall comply with all mquiremcnts of CHANGES. THE OVERALL HEIGHT AND WIDTH OF THE these specifications, and is in addition to all other sample splices GIRDER SHALL REMAIN UNCHANGED. required for qualification. The Engineer will require no more than two IF THE CONTRACTOR ELECT'S TO PROVIDE A SERIES 14 samples on any pproject with fewer than 200 spltces and no more than GIRDER WITH MINOR DIMENSION DIFFERENCES AS one sample per I(0 splices on any project with more than 200 splices. SPECIFIED, SHOP PLANS ALONG WITH SUPPORTING DESIGN CALCULATIONS SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL PRIOR TO GIRDER 6-02.3(25)A BULB TEE GIRDER FLANGE FABRICATION. THE GIRDER SHALL BE DESIGNED FOR AT CONNECTION LEAST THE SAME LOAD CARRYING CAPACITY AS THE GIRDER SHOWN IN THE PLANS. THE AMOUNT OF MILD STEEL REINFORCEMENT SHALL BE THE SAME AS THAT ' On bulb tee girders, amber shall be equalized before adjacent SHOWN IN THE PLANS. girders an weld-tied and before keyways are filled. Keyways bctwoen tee girders shall be filled flush with the surrounding surfaces with Glass GS-eeaerefeGROUT. This aewerets-GROUT sfiall have reached a 6-02.3(25)E PRESTRESSING (REVISED) ss compreive strength of 3,000 psi before the equalizing equipment a =moved. Compressive strength will be determined by fabricating If the lava require 14-inch strands,each stand shall have an initial ' cubes in accordance with WSDOT Test Method 813 and testing in P accordance with AASHTO Test T 106, tensile force of 29,909 31,000 pounds. Each tee girder shall be connected with ad'attnt girders as the plans Each lendonstressmg jack shall have a pressure gauge or load cell require. In the dock,all connecting bars shal�be center punched at the that will measure jacking force. Any gauge shalldisplay pressure fabricating plant to ensure proper alignment in the field. accurately and readably with a dial at)cast 6 inches in diameter or with Welding grounds shall be attached directly to the steel plates being a digital display. Each jack and its gauge shall be calibrated as a unit ' welded when welding the weld-tics on �e-bulb tee and shall a accompanied by a certified calibration chart. The Orders- Contractor shall romde one copy of this chart to the Engineer for use Only after the eenerMs-GROUT in the keyways has reached 3,IXp in monitoring. a cylinder extension during calibration shall be in i and after girders have been weld-tied will construction equipment approximately the position it will occupy at final jacking force. her than equalizing apparatus)be allowed on the deck ' 6-02.3(25)G HANDLING AND STORAGE 6c02.3(25)B PROTECI70N OF EXPOSED (REVISED) REINFORCEMENT(REVISED) ' During handling,each girder shall always be kept plumb and upright. From manufacture to encasement in concrete, all minforcement It shall be lifted only by the lifting strands at either end. GIRDERS used in girders shall be protected against dirt,grease,damage,nut,and SHALL BE BRACED LATERALLY TO PREVENT TIPPING OR all corrosives. If the steel has been damaged, it will be mjected. The BUCKLING. Enpneer may inject the steel if it shows rust or corrosion. Before moving a long girder the Contractor shall check it for any When a @Met u removed from its casting bed,the bars and strands tendency to buckle sideways. ch ' er that may buckle shall he ' pro e[ting from aitkersad-THE GIRDER shall be cleaned and ppa�inted braced on the sides to prevent bending u it is hauled and put in place. wnt�a minimum dry film thickness of 1 mil of paint Formula No.A-9- This bating shall be attached securely to the top flanges of the girder. 03. During shipping and handling, projecting reinforcement shall be tpeeifieA-ia-tke-pla+w.—The lateral bracing shall in place during all Prot ected from bending or brea rag. Just fort taring concrete lifting or handling necessary for transportation from [he fabricating around the painted projecting bars or strands, the Contractor shall B g rY ' remove from them all dirt,oil,and other foreign matter. plant to the job sate and erection of the girder at the job site. The Contractor a cautioned that for some delivery routes more conservative guidelines for lateral bracing may be required. Before 6-02.3(25)C CASTING AND SHOP PLANS removing the bracing to cast diaphragms,the Contractor shall fasten all (REVI girders in place by other means. SED) If the Contractor wishes to deviate from these handling and bractnp re uirements, THE VERTICAL PICKUP, OR THE PICKUP The plans show design conditions for prestressed girders. LOCATION, the propaacd methods SHALL BE ANALYZED BY Deviations from prestressingdetails shown in the plans will not be THE CONTRACTORS ENGINEERS AND SUBMITTED WITH permitted,EXCEPI'AS SPECLFIED. THE awd-supporting calculations sh,11 be sabxtiited-to the Engineer For Series 14 girder,if reinforcing steel is adjusted in the end block FOR APPROV AL The Contractors ANALYSIS shall ' area to provide the Nearance the plans requi=, the Contractor may conform to ArticleS 64.9 .2 AND 53 of the P.C.I. DESIGN changgee the width of the end block to 1 toot 4 inches. Handbook(Precut and Prestressed Concrctc),Third Edition,or other lie(ore casting prders, the Contractor shall provide four co is of approved methods. r. ' the fabrication plans to the Engin:or for approval. H hold down devices have not been approved earlier, these must also be approved aagio"e The Contractors calculations must verify that the concrete ' before fabrication. Only steel side forms will be approved, but stresses; prestressed girder do not exceed thane listed in Section plywood forms on the bottom and end bulkheads arc atteptable. 1[ garden are to be catered, the Contractor shall a them on a Approval of shop plans means only that the Engineer accepts the gr P methods and materials. Approval does not imply eorrcct dimensions. stable foundation that will keep them in a vertical position. Stored Unless the plans permit, no welds will im permitted on steel bars Orders shall be supported at the bearing recesses or, if there a= no recesses,approximately 18 inches from the girder ends. For long-term within prestressed girders. Once the prestressing steel has been installed,no welds or grounds for welders shall be made on the forms storage of girders with initial horizontal curvature,the Contractor may ' or the sled in the girder. wedge one side of the bottom flange, tilting the girders to control The Contractor may form circular block outs in the top girder deflection. I(the Contractor elects to set girders out of plumb during flanges to receive falsewrork hanger rods These block outs shall: storage, the Contractor shall haw the proposed method analyzed by 1. Not exceed 1 inch in diameter, his/her engineers to ensure against damaging the girder. 2. Be spaced no more than 72-inches apart lengthwise on the grrdcr, 3. Be looted mom than 3 inches from the outside edge of the top flange on Series 4 thru 6-10 girders(mom than 6 incha for Series 14 @'rders). The circular block outs an also allowed in the webs of the prestressed concrete girders to support brackets for roadway slab t'alsework. The block outs in the webs shall be not more than 1 inch in diameter, spaced at 6 feet - 0 inches maximum longitudinally and positioned so as to clear the girder minfomin and prestressing steel. THE CONTRACTOR, AT HIS OPTION MAY FURNISH PRESTRESSED CONCRETE GIRDERS SERIES 14 WITH MINOR Su lemental S cifications ev. ) ram Division 6 Snpnlemental Specifications City of Renton 6-02.3(25)K STRENGTH(REVISED) 6-023(26)A SHOP DRAWINGS(REVISED) Concrete strength shall be measured on test cylinders cast from the Before casting the structural elements,the Contractor shall submit: same concrete as that in the girder. These cylinders shag be cured I. Seven sets of shop drawings for approval by the Bridge and under time-temperature relationships and conditions that simulate Structures En 'met, Department of Transportation, those of the girder: If the forms arc heated by steam or hot air,test Transportation Building,Olymppia,WA 98509i and cylinders will remain in the coolest zone throughout curing. If forms 2. Two sets of shop drawings to the Project Pn neer. ' art heated another way, the Contractor shall provide a record of the Theo shop drawings shall show complete detaV of the methods, curing time-temperature relationship for the cylinders for each girder materials, and equipment the Contractor proposes to use in to the En 'neer.WHEN TWO OR MORE GIRDERS ARE CAST IN prestressing work. c rims shall follow the design conditions shown A COMIUOUS LINE AND IN A CONTINUOUS POUR, A inthe plans unless the Engineer permits equally effective variations. SINGLE SET OF TEST CYLINDERS MAY REPRESENT ALL In addition, the Contractor shall provide the Engineer with shop GIRDERS PROVIDED THE FABRICATOR DEMONSTRATES drawings. These drawings shall show: , UNIFORMITY OF CASTING AND CURING TO THE 1. The method and sequence of stressing SATISFACTION OF THE ENGINEER. 2. Technical data on tendons and steel reinforcement,anchoring Under the surveillance of the Inspector,the Contractor shall mold, devices, anchoring stresses, types of tendon conduit, and all cure, and test enough of these cylinders to satisfy specifics other data on prestressing operations. requirements for measurin concrete strength. The Contractor shall 3. SeparateOiff�een stress and etangetion calculations fer-wa.h 9-1;if ' follow procedures required%y the Headquarters Materials Laboratory. tesat.Sf{AI,L BE SUBMITTED If but is used to shorten curing time,the Contractor shall let cylinders FOR I�TENDON IF THE DIFFERENCE IN cool for at least ii hour before appmgg.. Sulphur a shall be allowed TENDON ELONGATIONS EXCEEDS 2 PERCENT. to cure M hour before rating If the Headquarters Materials Engineer 4. That tendons in the bridge will be arranged to locate their approves,the Contractor may use other upping method& center of gravity as the plans require. t To measure concrete strength in the girder, the Contractor shall 5. Details of ditional or modified reinforcing steel required by randomly select two tut cylinders and enrage their compressive the stressing system. strengths. The coinpprestive strength in either cylinder shall not fall COUPLINGS OR SPLICES WILL NOT BE PERMITTED IN more than 5 percent lxlow the requirement. If then two cylinders do PRESTRESSING STRANDS. COUPLINGS OR SPLICES IN BAR not the tat,two other cylinders shall be selected and toted. TENDONS ARE SUBJECT TO THE ENGINEER'S APPROVAL If too few cylinders were molded to airy out all required rota on FRICTION LOSSES IN POST-TENSIONING STEEL SHALL BE ' any girder,the Contractor shall remove and test cores from the idler BASED ON WOBBLE AND CURVATURE COEFFICIENTS under the surveillance of the Engineer. IF THE FABRMOR DETERMINED BY THE POST-TENSIONING SYSTEM CASTS CYLINDERS TO REPRESENT MORE THAN ONE SUPPLIER AND SHALL BE VERIFIED DURING THE GIRDER,ALL GIRDERS IN THAT LINE SHALL BE CORED. STRESSING OPERATIONS AT THE JOB SITE THE VALUES Then cores shall measure 4 inches in diameter by 5-inches high AND OF THESE COEFFICIENTS ASSUMED FOR DESIGN ARE , SHALL BE REMOVED FROM JUST BELOW THE TOP FLANGE. SHOWN IN THE PLANS. ONE APPROXIMATELY 3 FEET TO THE LEFT AND THE THE CONTRACTOR SHALL DETERMINE ALL POINTS OF OTHER APPROXIMATELY 3 FEET TO THE RIGHT OF THE INTERFERENCE BETWEEN THE MILD STEEL. MIDPOINTS OF THE GIRDERS. Fer—I-g4rAaN these-shall-b- REINFORCEMENT AND THE PATHS OF THE POST- ' imatafy3-feet-<e TENSIONING TENDONS. DETAILS TO RESOLVE peiats INI'ERFERt7JCE5 SHALL BE SUBMITTED WITH THE SHOP , of-tkegirda ale--� •tea.-.,.. PLANS FOR APPROVAL WHERE REINFORCING BAR Dover-ed�awgea-at-tpsmidpeint After PLACEMENT CONFLICTS WITH POST-TENSIONING TENDON cepFing these Cores (witM1out any other Conditioning), t c Contractor PLACEMENT,THE TENDON PROFILE SHOWN IN THE PLANS shall test them using the same methods as for testing cylinders. The SHALL BE MAINTAINED. MILD STEEL REINFORCEMENT Engineer may accgctept the girder if these cores have the required FOR POSE-TENSIONING ANCHORAGE ZONES SHALL NOT , coTHECOSNTRACfOR SHALL COAT ALL CORED HOLES SHOP PLANS HAVE BEEN h. BE FABRICATED LAPPROVED BY THE R THE GINEENR[NG WITH A TYPE 11 EPDXY AND FILL THE HOLES WITH AN Approval of then shop drawings will man only that the Engineer APPROVED PATCHING MIX BEFORE RELEASE OF THE considers them to show a reasonable approach in enough derail. PRESTRESSING STEEL.. THE EPDXY SHALL MEET THE Approval will not indicate a check on dimensions. REQUIREMENTS OF SECTION 9-26. 'Die Contractor may deviate from the approved shop drawings only , The-6ontweteFsha11 eea after obtaining the Engineer's approval of a written request that and eureserwith-the caeae-eeaerete-es�ka[ describes the proposed chanTs. Approval of a change in method, material, or equipment shall not relieve the Contractor of any patchesAave-teat responsibility for Completing the work successfully. risibility completion of the project, the Contractor shall provide the , Engineer with reproducible originals of the shop drawings (and any 6-02.3(25)L BULB TEE GIRDER approved changes). These shall be clear,suitable for microfilming,and I F47-177NDIMENSIONS(REVISED) on permanent sheets that conform with the size requirements of Section 1-053. The Contractor may alter bulb tee girder DIMENSIONS AS , SPECIFIED,from that shown in the plans IF enthis}harlemis i @ 6-02.3(26)B ANCHORAGES (REPLACED) carrying1. The girder has the same or higher load carrying Capacity(using Current AASHTO Design Sppeeccirfication); POST-TENSIONING REINFORCEMENT SHALL BE 2. The Engineer approves, girdle the girder is made,complete SECURED AT EACH END BY MEANS OF AN APPROVED design atracto ad for the tiler, ANCHORAGE DEVICE WHICH SHALL BE OF SUCH A ' 3. The Contractor adjusts substructure to yield the same top of NATURE THAT IT SHALL NOT roadway elevation shown in the plans. OTHERWISE DAMAGE THE POST-TENSIONING 4. The depth a the girder is not increased by more than 2 inches REINFORCEMENT. THE ANCHORAGE ASSEMBLY SHALL BE and is not decreased; 5. THE WEB AND I GROUTED TO THE ENGINEERS SATISFACTION. THAN 1 INCH AND H S NOT DECREASED;SS IS NOT INCREASED BY MORE ANCHORAGE ZONE GRID REINFORCEMENT REQUIRED '6. THE TOP FLANGE MINIMUM THICKNESSSHALL BE CALCULATED BY THE POST-TENSIONING OF THE SYSTEM SUPPLIER AND SHALL BE SHOWN IN THE SHOP GIRDER IS NOT INCREASED BY MOREE THAN 2 PLANS. THE ANCHORAGE ZONE GRID REINFORCEMENT INCHES, PROVIDING THE TOP RANGE TAPER SHALL BE FURNISHED AND INSTAL-LED BY THE DEPTH IS DECREASED A CORRESPONDING AMOUNT; CONTRACTO REINFORCEM ENT R, IN ADDITION TO THE STRUCTURAL REQUIRED BY THE PLANS, AT NO , 7. THE TOP FLANGE TAPER DEPTH IS NOT INCREASED ADDITIONAL COST TO THE STATE THE CALCULATION BY MORE INCH. FOR THE REQUIRED ANCHORAGE ZONE GRID 8. THHEE BOTTOM FLANGE ANGE WIDTH IS NOT INCREASED REINFORCEMENT SHALL BE IN ACCORDANCE WITH THE BY MORE TEIAPI2INCHES. BURSTING STRESS FORMULA AND PROCEDURE OUTLINED IN THE POST-TENSIONING INSTITUTE PUBLICATION , TITLED'POST-TENSIONED BOX GIRDER BRIDGE MANUAL' 1978 EDITION. THE CONTRACTOR SHALL SUBMIT DETAILS, CERTIFIED TEST REPORTS AND/OR SUPPORTING CALCULATIONS, AS SPECIFIED BELOW, WHICH VERIFY THE STRUCTURAL ' Su lemental Srecifications ev. 1{�race 6 ' City of Renton Supplemental Specifications Division 6 ADEQUACY OF THE ANCHORAGE DEVICES FOR THREE TIMES THE LARGEST CROSS-SECTION APPROVAL BY THE ENGINEER. THIS REQUIREMENT DOES DIMENSION. NOT APPLY WHERE THE ANCHORAGE DEVICES HAVE 2. THE REINFORCEMENT IN THE TEST BLOCK BEEN PREVIOUSLY APPROVED BY WSDOT FOR THE SAME BEHIND THE ANCHORAGE FOR A DISTANCE STRUCTURE CONFIGURATION. THE CONTRACTOR SHALL EQUAL TO THE LARGEST OF THE TWO CROSS ALSO SUBMIT ANY NECESSARY CHANGES TO THE SECTIONAL DIMENSIONS OF THE ANCHORAGE CONTRACT PLANS THE TEST REPORT SHALL SPECIFY ALL SHALL SIMULATE THE ACTUAL ' PERTINENT TEST DATA DEAD ENDED ANCHORAGES WILL REINFORCEMENT USED IN THE STRUCTURE DEF'INEDPAS ANCHORAGESS THA DEAD T CCAANNOT BERACCCES ARE SED BLOCK ETHEREREINFORRCC'EMMENTF MAY BE DURING THE STRESSING OPERATIONS. INCREASED AS REQUIRED TO PREVENT THE CONrRACMR'S PROPOSED ANCHORAGE DEVICES FAILURE IN THAT PORTION. ' SHALL MEET THE REQUIREMENTS LISTED IN A OR B 3. CONCRETE STRENGTH AT THE TIME OF BELOW: TESTING SHALL NOT EXCEED 85 PERCENT OF A. BEARING TYPE ANCHORAGE THE MINIMUM CONCRETE STRENGTH AT THE I. THE COMPUTED AVERAGE BEARING STRESS TIME OF POST-TENSIONING AS SPECIFIED IN ON THE CONCRETE DIRECTLY BENEATH THE PLANS. THE CONCRETE STRENGTH ' BEARING PLATE DETERMINED S SHALL NOT EXCEED EITHER SHALL BE ERMINED IN ACCORDANCE OFTHE FOLLOWING: WITH PROCEDURES AS OUTLINED IN ASTM C 1074 ESTIMATING CONCRETE STRENGTH BY A: AT SERVICE LOAD(AFTER ALL LOSSES)- THEt MATURITY METHOD. 4. THE TEST SHALL. BE COMPRISED OF THREE _ SEPARATELY fcp BUr NorGRRF)ATERITNN US re TESTED TOGETHER IN ONE TEST BLOCK, OR ' 5. ANCHORAGES SHALL BE CAPABLE OF B. AT JACKING LOAD(BEFORE SEATING)- DEVELOPING 95 PERCENT OF THE ULTIMATE STRENGTH OF THE POST-TENSIONING fcp= 0.8 fc1(A'b/Ab-0.2)56 REINFORCEMENT WITHOUT MEASURABLE ' BUT NOT GREATER THAN IM rd FOR PERMANENT DISTORTION OF THE ASSEMBLY IDNOTIUDINAL TENDONS ANCHORED IN THE AND WITHOUT CONCRETE FAILURE IN THE WEBS VE NOT GREATER THAN in rd FOR TEST BLOCK MEASURABLE PERMANENT WEBS TENDONS ANCHORED IN THE DECK SLAB,WHERE. DISTORTION IS DEFINED AS A DISTORTION ACROSS THE FACE OF THE ASSEMBLY OF 0.01 fcp =' PERMISSIBLE COMPRESS"CONCRETE S RMS, INCH OR MORE USING THE ORIGINAL PLANE AS A REFERENCE AND IS MEASURED AFTER Tc = COMPRESSIVE STRENGTH OF CONCRETE, THE TEST LOADING IS RELEASED. THE TEST BLOCK SHALL BE ACCEPTABLE WITH REGARD fd = LOMPRESSNESn1ENGiHOFCONCREIEAT TO CONCRETE FAILURE IF THE FOLLOWING TIME OF INITIAL PRESTRESS. CRITERIA ARE SATISFIED ' A NO CONCRETE CRACKS WITH A LOAD OF 40 Ab = MAXIMUM AREA OF THE PORTION OFTHE PERCENT OF THE ULTIMATE STRENGTH CONCRETE ANCHORAGE SURFACE THAT IS OF THE POST-TENSIONING GEOMETRICALLY SIMILAR TO AND REINFORCEMENT. CONCENTRIC WTH THE AREA of THE B. WIDTH OF CONCRETE CRACKS WITH A ANCHORAGE(IXCLUDING OPENINGS), TEST LOAD OF 70 PERCENT OF THE ' Ab = BEARING AREA oFTHe ANCHORAGE ULTIMATE STRENGTH OF THE POST- TENSIONING REINFORCEMENT DOTS NOT EXCLUDING OPENINGS, EXCEED 0.005INCH. 2. THE COMPUTED BENDING STRESSES IN THE C. AFTER LOADING TO 95 PERCENT OF THE DISTRIBUTION PLATE INDUCED BY THE PULL ULTIMATE STRENGTH OF THE POST- ' OF THE PItESTRESSTNG STEEL SHALL NOT TENSIONING REINFORCEMENT AND EXCEED 90 PERCENT OF THE YIELD POINT OF RELEASING THE TEST LOAD, THE WIDTH OF CONCRETE CRACKS DOES NOT EXCEED THE MATERIAL WHEN 95 PERCENT OF THE 0.0 ULTIMATE STRENGTH OF THE POST- INCH. TENSIONING REINFORCEMENT TO CONFORM TO IS APPLIED. 6' MATERIALS p WORKMANSHIP SHALL THE BENDING STRESSES IN THE THE APPLICABLE 9-06 DISTRIBUTION PLATE SHALL BE COMPUTED INSTALLING T s A CHOR G6-03ANDE, IN ACCORDANCE WITH THE PROCEDURE BEFORE INSTALLING THE ANCHORAGE DEVICE, THE DESCRIBED IN THE ARTICLE TITLE CONTRACTOR SHALL SUBMIT A MANUFACTURER'S SIMPLIFIED BEARING PLATE COMPUTATIONS CERTIFICATE OF COMPLIANCE FOR THE ANCHORAGE FOR POST-TENSIONING ANCHORAGES' DEVICE INACCORDANCE WITH SECTION 1-063. PUBLISHED IN THE JULY AUGUST 1975 EDITION OF THE Pa JOURNAL„ AND THESE 6-023(26)C METAL CONDUIT(REVISED) CALCULATIONS SHALL BE SUBMITTED WITH THE SHOP PLANS FOR APPROVAL 3. MATERIALS AND WORKMANSHIP SHALL The Contractor shall encase each tendon in a.galvanized, ferrous CONFORM TO THE APPLICABLE mreett&[[conduit that is rigid and spiral. RA REQUIREMENTS OF SECTIONS 6-03 AND 94)I: *fCT III' SHALL MA NN THE UIRED PROFILE B. OTHER ANCHORAGE ASSEMBLIES: WITHIN A PLACEMENT TOLERANCE OF t% INCH FOR OTHER ANCHORAGE ASSEMBLIES SHALL BE LONGITUDINAL TENDONS AND +1/g— INCH FOR DEFINED AS AN ASSEMBLY THAT DOES NOT MEET' TRANSVERSE SLAB TENDONS, DURrNZ; ALL PHASES OF THE REQUIREMENTS OF ITEM A-1 ABOVE FOR THE WORK The conduit shall be completely sealed to keep out all BEARING TYPE ANCHORAGES THE ADEQUACY OF mortar. OTHER ANCHORAGE ASSEMBLIES SHALL BE Each conduit shall be located to place the tendon at the center of DEMONSTRATED BY TESI5 REPRESENTINGALJOB CONDITIONS. THE SHALL 'ty the plans require. �e-kaep-Ffietien-Iesaes+e-a-miniawati-thUl ' L THE CONCRETE TEST BLOCK SHALL HAVE A AND CROSS SECTION EQUAL TO TWICE THE DRAINS SHALL B 1nn WI MINIMUM DIAMETER ' MINIMUM EDGE DISTANCE OF CENTER LINE STANDARD STEEL OR POLYETHYLENE PIPE VENTS SHALL OF TENDON TO THE FACE OF CONCRETE IN POINT UPWARD AND REMAIN CLOSED UNTIL GROUTING THE ACTUAL STRUCTURE IN ONE DIRECTION BEGINS. DRAINS SHALL POINT DOWNWARD AND REMAIN AND EQUAL TO THE MINIMUM SPACING OF OPEN UNTIL GROUTING BEGINS ENDS OF STEEL VENTS THE ANCHORAGES PLUS 3 INCHES IN THE AND DRAINS SHALL BE REMOVED 1 INCH INSIDE THE OTHER DIRECTION. THE LENGTH OF THE CONCRETE SURFACE AFTER GROUTING HAS BEEN ' CONCRETE TEST BLOCK SHALL BE AT LEAST COMPLETED;POLYETHYLENE VENTS AND DRAINS MAY BE LEFT FLUSH TO THE SURFACE UNLESS OTHERWISE Su kmental ificattons Division 6 Supplemental SmIficaflons City of Renton DIRECTED BY THE ENGINEER. CONDUIT VENTS ARE NOT SHALL PROVIDE A HEAT SOURCE AND PROTECTIVE ' REQUIRED FOR TRANSVERSE POST-TENSIONING DUCTS IN COVERING FOR THE STRUCTURE TO KEEP THE THE ROADWAY SLAB UNLESS SPECIFIED IN THE PLANS. TEMPERATURE OF THE SURROUNDING CONCRETE ABOVE ' 35 F. GROUT TEMPERATURE SHALL NOT EXCEED 90 P DURING MIXING AND PUMPING. IF CONDITIONS ARE 6-02.3(26)E TENSIONING(REVISED) SUCH THAT THE TEMPERATURE OF THE GROUT MIX MAY EXCEED 90 F,THE CONTRACTOR WILL MAKE NECESSARY These stress limits apply to all tendons Unless the lens Set other PROVISIONS,SUCH AS COOLING THE MIX WATER AND/OR limits): PP Y ( P DRY INGREDIENTS,TO ENSURE THAT THE TEMPERATURE ' 1. ) Marimum service bad after all losses: 80 percent of the OF THE GROUT MIX DOES NOT EXCEED 90 P. ecppcccified yield point stress of the steel. gpouprepe 4 2. klaAmum tensile stress during jacking: ?S--penent 79 PERCENT of the specified minimum ultimate tensile strength ' of the steel. Type 1;pap4land same"; I 3. 8F shnc c._v.._. f__—.....:_.._r. spe 1NfilAL�tT.ANCHORAG�EATING:70 PERCENT OF THE SPECIFIED MINIMUM ULTIMATE ' TENSILE STRENGTH OF THE STEEL Tendons shall be anchored at initial Stresses that will ultimately An maintain service loads at least as t as the plans require. A6 Lain 484 ax 'ogwdront atas'�r , TENSIONING PROCEED THE ENdINEER IM1. BE RECORDING THE APPLIED LOAD, TENDON ELONGATION, di— AND ANCHORAGE SEATING VALUES. When removing the jacks, the Contractor shall relieve stresses eeaete-else) , of it' ggrraaduallyy A�b�e�fom Butting the pprestressing reinforcement. THE , PRESTRESSING STRANDS SHALL BE CUT A MINIMUM OF 1Rt INCH FROM THE FACE OF THE ANCHORAGE DEVICE merixg-ne-pamv �Bd' 6-02.3(26)F GROUTING(REVISED) 6-02.4 MEASUREMENT (REVISED) , After tensioning the tendons, the Contractor shall again blow oil- Except as noted below,all classes of concrete shall be+-{3}ereaaared free,compressed air through each conduit. All drains; shall then be � tars-as-s MEASURED BV PEACE BY THE cloud and the vents opened. After completely filling the conduit with qe-Mans, CUBIC YARD TO PEAT LINES OF THE STRUCTURE AS grout, the Contractor shall ppump the grout from the low end at a ' pressure of not more than 230 piW Sl. Grout shall be continuously SHOWN IN THE PLANS. wasted through the vent until no more air or water pockets show. At this point,all vents shall be closed and pouting pressure at the injector held between 100 and 2W p6*PSt for at feast 10 seconds. The Contractor shall leave all plugs,raps,and valves in place and closed for 6-03 STEEL STRUCTURES at least 24 hours after grouting. , Grouting equipment shall: 1. Include a pressure gnu with an upper end readout of between 275 and 325 SI; 2. Screen the grout be om it enters the pump with an casily 6-03.3(�7 A ERECTION PROCEDURE(DELETED) reached screen that has clear openings of no more than 0.19 ' inches; 3. Be gravity fed from an attached,overhead hopper kept partly full duriable t pumping;and 6-03.3(18) BUILT MEMBERS(REVISED) 4. Be able to complete the Largest tendon on the project in no more than 20 minutes of continuous grouting. ' In addition, the Contractor shall have standby equipment (with a The various pieces forming one built member shall be straight and Separate power source) available for flushing when the regular close-fitting,true to detailed dimensions,and free from twists, bends, equipment cannot maintain a onFg flow of grout. This standby open joints,or other defects. equipment shall be able to rump at 250 esigpsl. WHEN FABRICATING CURVED GIRDERS, LOCALIZED THE GROUT SHALL CONSIST OF WATER AND A WATER HEAT OR THE USE OF MECHANICAL FORCE SHALL NOT BE REDUCING ADMIXTURE AND SHALL BE MIXED IN THE USED TO BEND THE GIRDER FLANGES ABOUT AN AXIS , FOLLOWING PROPORTIONS PARALLEL TO THE GIRDER WEBS. rORTtwNDCEMWrTvreu ISACK WATIM IS GALLONS MAXIMUM methedb-thaFtime WMER It®UCING ADMIXTURE MANUFACTIRUM RECOMMENDATION h�dii neither liaealized heat nor Pal FLY ASH(OPTIONAL) 20 POUNDS MAXIMUM t THE WATER REDUCING ADMIXTURE SHALL BE LIMITED TO AASHTO M 194 TYPE A OR D AND SHALL NOT CONTAIN (DELETED) INGREDIENTS THAT MAY CORRODE STEEL MIAT CHLORIDES FLUORIDES, SULFATES, OR NITRATES), IS (21) 6-03.3 21 B WEB STIFFENERS ASH MAY BE USED AT THE OPTION OF THE CONTRACTOR THE CONTRACTOR SHALL PROPORTION THE MIX TO ' PRODUCE A GROUT WITH A FLOW OF 15 TO 20 SECONDS AS 6-03.3(21)B VACANT DETERMINED BY ASTM C 939, FLOW OF GROUT FOR PREPLACED-AGGREGATE CONCRETE (FLOW CONE METHOD THE GROUT EJECTED FROM END VENT SHALL HAVE M E VE A MINIMUM FLOW OF 15 SECONDS , THE GROUT MIX SHAD. BE INJECTED WITHIN 30 6-03.3(25) WELDING AND REPAIR WELDING MINUTES AFTER THE WATER IS ADDED TO THE CEMFNr. (REVISED) TEMPERATURE OF THE SURROUNDING CONCRETE-- BE AT LEAST 35 F FROM THE TIME THE GROUT INJECTING BEGINS UNTIL 2 INCH CUBES OF THE GROUT HAVE A The Contractor shall not: ' COMPRESSIVE STRENGTH OF 900 PSI. CUBES SHALL BE 1. Weld with el or ekctmslag methods. MADE IN ACCORDANCE WITH WSDOT TEST METHOD 813 2. WELD NOR ME CUT IVFIEN bIE AMBIENT AND SCORED IN ACCORDANCE WITH METHOD 2 OF TEMPERATURE IS BELOW 20 DEGREES F,OR WSDOT TEST METHOD 809. IF AMBIENT CONDITIONS ARE i.—� . SUCH THAT THE SURROUNDING CONCRETE 3. Use coped holes in the web for welding butt splices in the TEMPERATURE MAY FAIL BELOW 35 F,THE CONTRACTOR flanges unless the plans show them. ' So lemental S ecifrcations r. see a , City of Renton Supplemental Specifications Division 6 ' &0.3(25)A WELDING WSPEMON(REVISED) 6-033(27) HIGH STRENGTH BOLT HOLES (REVISED) The Contractor's welding inspection procedures, techniques, and taspettor qualification shall comply with: At the Contractor's option under the conditions described in this 1. The AWS Structural el in Code D1.1-80,and P 2 The Third Edition (1981) of the AASHTO Standard section holes may be punched or subpunched and reamed drilled or Sp ecifications for Welding o((Strvaural Steel Highway Bridges subdrilM and leameQ or formed by numerically controljed drilling _et Itoperations. The hole for each high strength bolt shall be 1/1binch larger than the INSPECTION OF WELDS SHALL BE AS FOLLOWS: nominal diameter of the bolt. Visual Ins ction ' e Every wc1a shall e given a 100 percent visual inspection Radio phi�c Ins ection Pesd haw ul-penetF I ration tension groove welds shall be given a 100 percent radiographic inspection. These welds include those in the tension arcs '-`- of webs, where inspection shall cover the greater of these two distances: (a)15 inch"from the tension flange,or(b)one-third of the 4 web depth tewvrr�Plato-'giFAe Magnetic Particle In action IS—thaF-'PBIMiflaa--BYOF Fillet welds an longitudinal butt welds in webs shall be given a Ilse, ma etiC partitic inspection. 1. Flange-to-Web Connections ,__,, , , Until the Engineer accepts the Contractor's record of qualityry ,__�""' - �- -_ Whild 116468FRI)WA control, 100 ment of all fillet welds in flange-to-we b eeaneetAGGARMS OF ' connections ot�built-up members shall be inspected. After eF866f ---- such acceptance, 30 percent Of each weld shall be inspected. Ten percent of this inspection shall occur at each end of the weld length. The remaining 30 percent shall occur randomly at Fng-mat eMmg mimbers OF points selected by the Engineer. MRRc 2 Boxed Members of Trusses h ' Each fillet weld in boxed members of trusses shall be given a see 100 percent inspection. W AHRICATING ANY CONNECTION,THE CONTRACTOR 3. End and Intermediate Pier Diaphragms MAY SUBDRILL OR SUBPUNCH THE HOLES THEN REAM Each fillet weld in end and intermediate pier diaphragms shall FULL SIZE AFTER ASSEMBLY OR DRILL HOLES FULL SIZE be given a 100 percent inspection. FROM THE SOLID WITH ALL THICKNESSES OF MATERIAL ' 4. Longitudinal Hutt Weld in Web SHOP ASSEMBLED IN THE PROPER POSITION. IF Each longitudinal butt weld in the web shall be inspected CONTRACTOR CHOOSES NOT TO USE EITHER OF THESE under the same requirements as flange-to-web connections METHODS,THEN THE FOLLOWING SHALL APPLY: ((see above). 1. DRILL BOLT HOLES IN STEEL SPLICE PLATES FULL S. Stiffeners and Connection Plates SIZE USING STEEL TEMPLATES. ' Thirty rcent of each fillet weld in transvetse and longitudinal 2 DRILL BOLT HOLES IN THE MAIN MEMBERS OF web stiffeners and connection plat"shall be inspected. Ten TRUSSES, ARCHES CONTINUOUS BEAM SPANS percent of this inspection shall occur at each end of the weld. BENTS, TOWERS, PLATE GIRDERS BOX GIRDERS, ,the remaining 10 pemnt shall occur randomly at points AND RIGID FRAMES AT ALL C6NNECTIONS AS selected by the Engi'neer. FOLLOWS: 6. MISCELLANEOUS FILLET WELDS A. A MINIMUM OF 30 PERCENT OF THE HOLES IN ' THIRTY PERCENT OF THE FILLET WELDS IN A ONE SIDE OF THE CONNECTION SHALL BE STRUCTURAL ITEM,SUCH AS A GRATE INLET SIGN MADE FULL SIZE USING STEEL TEMPLATES. BRIDGE, BRIDGE BEARING, ETC., SHALL BE B. A MINIMUM OF 30 PERCENT OF THE HOLES IN INSPECTED. THE SECOND SIDE SHALL BE MADE FULL SIZE 4We1dmenK ASSEMBLED IN THE SHOP. _._ C ALL REMAINING HOLES MAY BE MADE FULL SIZE IN UNASSEMBLED MEMBERS USING hnic Ins p�P°fFiea STEEL TEMPLATES. Ultrasonic Ins 3. DRILL BOLT HOLES IN CROSSFRAMES GUSSETS ALL hULLPENETKAT[ON GROOVE WELDS GREATER THAN 5/16 LATERAL BRACES, AND OTHER S CONDARSI 1NCH SHALL BE 100 PERCENT ULTRASONICALLY MEMBERS FULL SIZE USING STEEL TEMPLATES. ' INSPECTED. THE CONTRACTOR SHALL SUBMIT FOR THE ENGINEER'S 1. Transvex Flange and Web Splices APPROVAL A DETAILED OUTLINE OF THE PROCEDURES Each transverse groove weld on flange and web splices shall be PROPOSED TO ACCOMPLISH THE WORK FROM INITIAL wen a 100 percent' ion. DRILLING THROUGH SHOP ASSEMBLY. ' 2 End and Intermediate Pier Diaphragms Each groove weld on end and intermediate pier diaphragms 6-03,3(27)A PUNCHED HOLES (REVISED) shall be given a 100 percent inspection. 3. Other Weldments Each groove welds in other wldments shall be given a 100 For punched holes,die diameter shall not exceed punch diameter by _ percent inspection,unless the plans state otherwise. molt than t/m inch. Any hole requiring enlargement to admit the bolt ' AF E!R THE CONTRACTOR HAS COMPLETED HIS shall be reamed. All hop" shall be cut clean with no tom or ragged WELDING INSPECTION, THE CONTRACTOR SHALL ALLOW edggeu to THE ENGINEER SUFFICIENT TIME TO PERFORM QUALITY heleuTHE STATE WILL RE1E COMPON 1-LAVING ASSURANCE ULTRASONIC WELDING INSPECTION. POORLY MATCHED HOLES. THE CONTRACTOR SHALL MAINTAIN THE ' RADIOGRAPHS AND THE RADIOGRAPHIC INSPECTION REPORT IN THE SHOP UNTIL THE LAST JOINT TO BE 6-03.3(27)B REAMED AND DRILLED HOLES RADIOGRAPHED IN THAT MEMBER IS ACCEPTED BY THE (REVISED) RADIOGRAPHER REPRESENTING THE CONTRACTOR WITHIN TWO DAYS FOLLOWING THIS ACCEPTANCE, THE ' CONTRACTOR SHALL MAILTHE FILM AND TWO COPIES OF Reaming and drillingg shall be done with twist drills, OR WITH THE RADIOGRAPHIC INSPECTION REPORT TO THE SHORT TAPER REAMERS, producing cylindrical holes MATERIALS ENGINEER, DEPARTMENT OF perpendicular to the member. Reamers and rills shall be directed TRANSPORTATION,P.O.BOX 167,OLYMPIA,WA 98504. mechanically,not hand-held. Connecting parts that require named or D Penetrant Or Magnetic-Particle Inspection drilled holes shall be assembled and held secure) as the holes arc c cn o each groove weld at plate— snail be given a 100 formed,then match-marked before disassembly. The Contractor shall percent dye-penetrant or magnetic-particle inspection. provide the Engineer a diagram showing these match-marls. The State will reject components having poorly matched holes. Burrs on outside surfaces shall be removed. If the Engineer re uires,the Contractor shall disassemble parts to remove buns. IF TEMPLATES ARE USED TO REAM OR DRILL FULL-SIZE ' CONNECTION HOLES, THE TEMPLATES SHALL BE Su lementol S eeiftrations ( M ILI Isee Division 6 Supplemental Specifications City of Renton POSITIONED AND ANGLED WITH EXTREME CARE AND DONE BY TURNING THE BOLT WHILE THE NUT IS ' BOLTED FIRMLY IN PLACE. TEMPLATES FOR REAMING OR PREVEN ED FROM ROTATING. DRILLING MATCHING MEMBERS OR THE OPPOSITE FACES ' OF ONE MEMBER SHALL BE DUPLICATES. ALL SPLICE aaFeenl COMPONENTS SHALL BE MATCH-MARKED UNLESS After�ssem4Fy�-he7 OTHERWISE APPROVED BY THE ENGINEER . 1....... .__t...:__ .h.__ __IE4 to bellhead_ �i 6-03.3( BOLTED CONNECTIONS (REVISED) At{-belted-eenaecviexca 8iree �ASE3 utact t�eea � pat to�Mk $eIi Site Bali�P 4"n n m Bek Tension meet-theaoHewiag-speeif�etions: SFFFA#(-i64 , pw . ... . . . . . .. .4.49HTG Ad 2933fg 19'a00 Diree T�ghtsnia by -F h. BOLTS NUTS, HARDENED WASHERS, AND DIRECT TENSIOPI INDICATORS SHALL MEET THE REQUIREMENTS , OF SECTION 9-06.5(3 ALL BOLTED CONNECTIONS ARE FRICTION TYPE PAINTED STRUCTURES REQUIRE TYPE IOR TYPE 2BOLTS. __.had _ raw heal If th UNPAINTED STRUCTURES REQUIRE TYPE 3 BOLTS. htaa7aga AASHTO M 164 TYPE 2 AND 3 AND AASHTO M 253 TYPE it 1,2AND 3 BOLTS SHALL NOT BE GALVANIZED OR TO BE ' UUSED IN CONTACT WITH GALVANIZED MATERIAL. �To begin boltin any connection, the Contractor shall install and HARDENED WASHERS ARE NOT REQUIRED FOR tighten to snug-ti t enaugh bolts to bring all parts into full contact CONNECTIONS USING AASHTO M 164 AND AASHTO M 253 .nth each other. nug-tight"means either the tightness reached by(1) BOLTS EXCEPT AS REQUIRED IN THE FOLLOWING: a few blows from an Impact wrench, or(2) the full effort of a man 1. IRRESPECTIVE OF THE TIGHTENING METHOD, using a spud wrench. HARDENED WASHERS SHALL BE USED UNDER Alter this initial tightening, bolts shall be installed and brought to , BOTH THE HEAD AND THE NUT WHEN AASHTO M snug-tight in all holes that remain in the connection. Then,beginning 253 BOLTS ARE TO BE INSTALLED IN STRUCTURAL with bolts in the most ri id pan of the joint and working out to Its free CARBON STEEL((AASHTO M 183). edges,the Contractors all systematically tighten all bolts to specified 2. WHERE THE OIJI'ER FACE OFTHE BOLTED PARTS tension. HAS A SLOPE GREATER THAN 1:20 WITH RESPECT 1. Turn-of-Nut Method , TO A PLANE NORMAL TO THE BOLT AXIS, A After all bolts in the joint have been brought to mug tightness, HARDENED BEVELED WASHER SHALL BE USED TO the nuts shall be further tightened by the amount of rotation COMPENSATE FOR THE LACK OF PARALLELISM. shown in Table 4. DIRECT TENSION INDICATORS, IF USED, SHALL BE After snug tightening, but befom final tightening, the GALVANIZED ON PAINTED STRUCTURES AND EPDXY- Contractor shall match-mark with rayon or paint the outer ' COATED ON UNPAINTED STRUCTURES. THE face of each nut and the protruding part of the bolt. To CONTRACTOR SHALL SUPPLY FOR THE ENGINEER'S ensure that this tightening method is followed, the Engineer APPROVAL TEST REPORTS AND MANUFACTURER'S will (1) observe as the Contractor installs and tightens all CERTIFICATES OF COMPLIANCE FOR ALL DIRECT TENSION bolts,and(2)inspect each match-mark INDICATORS. ALL GALVANIZED NUTS SHALL BE LUBRICATED WITH A TABLE 4 ' LUBRICANT CONTAINING A VISIBLE DYE SO A VISUAL CHECK FOR THE LUBRICANT CAN BE MADE AT THE TIME TURN-OF-NUT TIGHTENING METHOD OF FIELD INSTALLATION. BLACK BOLTS MUST BE "OILY" TO THE TOUCH WHEN INSTALLED. WEATHERED OR 1 RUSTED BOLTS AND NUTS SHALL BE CLEANED AND Ng Rotation from Snug-Ti¢¢hht Condition RELUBRICATED PRIOR TO INSTALLATION. Bolt Length Disposition of Outer 19aces of Bolted Parts ' AFTER ASSEMBLY BOLTED PARTS SHALL FIT SOLIDLYmeasured under- at right at right mopesured (both Taus (one fat (both d faces no TOGETH TON SHALL NOT BE SEPARATED BY rom a WASHERS, GASKET'S, OR ANY OTHER MATERIAL mite m head angles s) oangle is more than o ASSEMBLED JOINT SURFACES,INCLUDING THOSE NEXT TO extreme bolt aria) right t axis, 1:20 from BOLT HEADS, NUTS, AND WASHERS, SHALL BE FREE OF end t) one face right angle LOOSE MILL SCAIX BURRS, DIRT AND OTHER FOREIGN point) sloped no to bolt ' MATERIALTHAT WOULD PRV; EN SOLID SEATING. more than axis,with- WHEN ALL BOLTS IN A JOINT ARE TIGHT EACH BOLT 1:20,with- out bevel SHALL CARRY AT LEAST THE PROOF LOAb SHOWN IN out bevel washed TABLE 3 BELOW: washer) 1<4 1/3 turn 1/2 TABLE 3 4Dtur 2/2 turn MINIMUM BOLT TENSION 4D<1<8D 1/2 turn 5/6 turn S[6 turn SD<1<12LT2 2/3 turn 5/6 cum 11 turn 2. Direct-Tension-Indictor Method BOLT(INCHES) AASHTO M 164 AASHTO M 253 T._ :_d:__..._ ..h..,, _t_�d .._d__ .h_ _... __.per (INCHESI (POUNDS) (POUNDS) �"'—,Aed ss e ' 1/2 12,050 14,900 -.. .414-F -peks-iw-t ve-6ese-p �e-Iwts-akaN-bhe-fwnhetigbFeaed-u hail 2800 35,100y a 'Yll/8 39,150 4g,600 ' 63600 1118 56,4�50 80,100 11/4 71,700 301,800 1 A2 195450 4000 147� IN.wm°:,cram u t�e"a�e,ae er.a:a u law a tool is boy 1/ t." . T"k.prrmined:plue m ram.30 dep. W Gail nun,or N Run m ' TIGHTENING MAY BE DONE BY EITHER THE TURN-OF- �plw,r ,act 4V.roe Gw mum a2/a roro«mw.. NUT OR THE DIRECT-TENSION-INDICATOR METHOD. PREFERABLE,THE NUT SHALL BE TURNED TIGHT WHILE 2D-oomiml ma drmeterol roe Isr tip a aeara. THE BOLT 1S PREVEN ED FROM ROTATING. HOWEVER, IF REQUIRED BECAUSE OF BOLT ENTERING AND/OR .b°°�r"m'e"a"d`12n•`b` '°"`i°°`ew°`°""m'°ed q''°"a cm; in WRENCH OPERATION CLEARANCES,TIGHTENING MAY BE vect°swmkaemi°°a.v;a rimumuaml m°diai"m. ' Su lemental S ecifarations ev. Gee19 City of Renton SURPlemental Specifications Division 6 THE LOAD INDICATOR SHALL BE PLACED UNDER 6. Leave at least 3/4 inch of space under each MASONRY THE NUT WITH THE PROTRUSIONS FACING THE NUT AND PIATEshoa for grout. WITH A HARDENED FLAT WASHER PLACED BETWEEN THE After the MASONRY PLATESsheas have been act and the span or IAAD INDICATOR AND THE NUT. AFTER ALL BOLTS IN series of continuous spans ate comyletcly m erected the space between o THE JOINT HAVE BEEN BROUGHT TO SNUG TIGHTNESS, the t of the masonry and the botto of the MASONRY THE NUT'S SHALL BE FURTHER TIGHTENED UNTIL ALL PLATESsheas shall be rifled with grout. Main MASONRY GAP OPENINGS ARE 0.015 INCH OR LESS AND MORE THAN PLATHSshoes for cantilever spans shall be act and grouted in before 50 PERCENT OF THE GAP OPENINGS IN THE LOAD any stecl work is erect^d. INDICATOR MEASURE 0.005 INCH OR LESS GAP OPENINGS 6-61 uf agile' anSHALL BE 0.000 INCH FOR UNPAINTED STRUCTURES. e-a-fi ewia v of --- -WHEN TIGHTENING THE NUT HOLD THE BOLT HEAD --` -- -r -___. ..___,.- ad WITH A HAND WRENCH TOPRMNI•TURNING. eewde' 6h]a §►-adde0.G OUT IXTURE PLACEMENT To ensure that this tightening method is followed,the Engineer will SHALL BE AS REQUIRED IN SECTION 6-023(20) AS ' observe as the Contractor installs and tightens all bolts. In the AMENDED. presence of the Engineer,the Contractor shall inspect all bolts with a To grout shoes,the Contractor shall: feeler gauge. 1. Build a form appro:dmately 4-inches high with sides 4 inches AASHTO M 253 BOLTS AND GALVANIZED AASHTO M 164 outside the base of each shoe; BOLTS SHALL NOT BE REUSED. UNGALVANIZED AASHTO 2. Fill each form to the top with grout; M 164 BOLTS MAY BE REUSED 1F APPROVED BY THE 3. Work grout under all parts of each shoe; ' ENGINEER TOUCHING UP OR RETIGHTENING 4. Remove each form after the grout has hardened; PREVIOUSLY TIGHTENED BOLTS WHICH MAY HAVE BEEN 5. Remove the grout outside well shoe to the base of the shm; LOOSENED BY THE TIGHTENING OF ADJACENT BOLTS 6. Bevel off the grout neatly to the top of the masonry,and SHALL NOT BE CONSIDERED AS REUSE PROVIDED THE 7. Place no additional load on the shm until the grout has set at SNUGGING UP CONTINUES FROM THE fNITIAI. POSITION least 72 hours. ' �UDING THE TOLERANCE,THAUIRE N THHATT REQUIRED BY TABLE 4. 6-03.3(37) SEITWGEXPA4ST0944EARINGBriB RIAT-ES STEEL BRIDGE BEARINGS (REPLACED) ' 6-03.3(33)A BOLTING INSPECTION(REVISED) MASONRY PATES, SHOES, AND KEEPER PLATES OF The Contractor, in the presence of the Engineer,shall inspect the EXPANSION BEARINGS SHALL BE SET AND ADJUSTED TO tightened bolt using an inspection toque wrench. ADJUSTMENT AT FOR NORMAL INACCURACYTEMPERATURE OF 64 IN FABRICATED F.F. - htaeFNE bolts of the same grade, size, and condition as those LENGTH SHALL BE MADE AFTER DEAD-LOAD CAMBER IS under inspection shall be placed individually in a STATE OUT FURNISHED TENSION CALIBRATOR dame- elibrated to measure bolt tension. This calibration operation shall be done at least once each inspection day. There shall be a washer under the part 6-03.3(39) SWINGING THE SPAN(REVISED) turned in tightening each bolt if washers are used on the structure. If washers arc not used on the structure,the material abutting the part ' turned shall be of the same specification as that used on the structure, No forms, steel reinforcing bars,or concrete roadway slabs shall be In the calibrated device,each bolt shall be tightened by any convenient placed on steel spans until the spans swing free,on their supports and means to the speeded tension. The inspecting wrench shall then be elevations recorded. No simple span or any,series of continuous spans applied to the tightened bolt to determine the toque required to turn Will be considered as swinging free until all temporary supports have the nut or head 3 degrees a proximately 1 inch at a 12-inch mdtus)in been released. Forms, reinforcing steel, or concrete roadway slabs ' the tightening direction. shall not be laced on any simple or continuous span steel girder throa8o4ts-chaff-8siakayop-.�sqe erque:THE JOB- bridge until all its spans arc adjusted and its MASONRY PLATES, INSPECTION TORQUE-SHALL BE TAKEN AS THE AVERAGE shoes, AND KEEPER PLATES grouted. For this specification, the OF THREE VALUES THUS DETERMINED AFTER REJECTING structure shall be considered as continuous across hinged joints. THE HIGH AND LAW VALUES. After the falsework is released (spans swung tree) the MASONRY t ..Ten percent (at least two) of the tightened bolts on the structure PLATES,shoo,AND KEEPER PLATES ate grouted,and before any tepresented by the test bolts shall be selected at random in each load is applied,the Engineer will: connection. The job-inspection toque shall then be applied to each I. Measure elevations at proper points along the tops of girders with the inspecting wrench turned in the tightening direction. If this or 0oorbeams, toque turns no bolt head or nut,the State will accept the connection 2. Compare steel weight amber elevations with the elevations as being properly tightened. But if the torque turns one or more bolt measured in step 1,and ' heads or nuts, the job-inspection toque shall then be applied to all 3. Furnish the Contractor with new dead-load amber dimension. bolts in the connection. Any bolt whose head or nut turns at this stage The Contractor shall adjust the top-of-web to top-of-deck shall be titened and reinspected. The Contractor may, however, dimensions,varying from plan camber as necessary and as determined =tighten art he bolts in the connection and resubmit it for inspection. by the Engineer. ' 6-03.3(35) SETTING ANCHOR BOLTS (REVISED) 6-03.3(40) FILLING AND DRAINING POCKETS (REVISED) Anchor bolts shall be set in masonry as required in Section 6- 02 18. Anchor bolts shall be grouted in after the shoes,MASONRYwat-F 1� ' PIA , AND KEEPER PLATES have been set and the span or p._ � ..__ ... ._. ....v_t. series of continuous spans are completely erected and adjusted to line y�hc v ��� and amber. epl�vp�ved � ideeaeh-sHo !he fillaf e: (r033(36) SETTING AND GROUTING 'Die Contractor shall provide enough hotel to drain all water from ' pockets in trusses,girders,and other members. SH©€SMASONRY PLATES(REVISED) All costs related to PROVIDING DRAIN HOLES SHALL BE INCLUDED IN THE UNIT CONTRACT PRICES FOR The following procedure applies to MASONRY PLATES shewfor STRUCTURAL ORMill A-11 Wine CAST STEEL fdliauteFor-east all steel spans,including shoes,KEEPER PLATES, and turning racks key, on movab a bridge ONRY To set AS M PLATESdrees,the Contractor shall: 3 get 1. SET MASONRY PLATES ON THE ANCHOR BOLTS; 2. Place steel shims under the MASONRY PLATESshees to position pin centers OR BEARINGS to line and grade and in relationship to well other. Steel shims shall be no more than 2-SS inches square and placed under MASONRY PLATE shes webs; 3. Level the bases of all MASONRY PLATFSshees; 4. Draw anchor bolt nuts down tighq 5. Recheck pin centers OR BEARINGS for alignment;and Su IrMal S ecifrcat It ions ev. age Division 6 tiupplemental smitications uty or RCMUn 6 04 TIMBER STRUCTURES capacity. The Engineer may require the Contractor to increase seal thickness if it proves impossible to drive piles adequately. Unit bid prices shall cover all costs related to increasing seal thickness for this reason. ' Piles shall be driven accurately in true fine and position. Unless the 6-04.3(6� BOLTS.WASHERS.AND OTHER Wens show otherwise, all piles shall be driven vertically. The HARDWARE REVISED Coatractor shall trim the tops of all piles to the true plane shown in the ( plans and to the elevation the Engineer requires. Any piles under ember caps or gnllages shall be sawed to the cact plane of the BOLTS, FLAT-HEAD BOLTS, DOWELS, WASHERS, AND structure above them and fit it exactly. The Contractor shall remove ' OTHER HARDWARE, INCLUDING NAILS SHALL BE BLACK and replace any broken,split,or misplaced piles. OR GALVANIZED AS SPECIFIED IN THE�PIANS,BUT IF NOT t[, without the Engineer's approval, a pik is driven below cutoff SO SPECIFIED SHALL BE GALVANIZED WHEN USED IN elevation, the Contactor shall remove and replace it (aod bear the TREATED TIMBER STRUCTURES. FIAT-HEAD BOLTS ARE coats of doing so), even if this requires a km&er pile. Any pile that DETAILED IN THE STANDARD PLANS. rises as nearby piles are driven, shall he driven down again if the , Washers of the size and type specified shall be gad under all bolt E.f@near n rest heads and nuts that would otherwise contact wood. Fat-head bolts TO MINIMIZE THE DETRIMENTAL EFFECTS OF PILE quire washers under the nuts only. DRIVING VIBRATIONS ON CONCRETE LESS THAN 28 DAYS fia&head belts') OLD PILES SHALL NOT BE DRIVEN CLOSER THAN THE All boltsAll bolts s d by burring the threads after the nuts have I)NiiXNCE DETERMINED FROM THE FOLLOWING ' been finally tightened. Vertical bolts shall have nuts on the lower ends. FORMULA: Wherever bolts fasten timber to limber,to concrete,or to steel,the D = C TIME ME SQUARE ROOT OF E members shall be bolted tightly together at installation and retightened just before the State accepts the work. These bolts shall have surplus WHERE D = DWANCE IN FEET threading of at least 3/9 inch per foot of timber thickness to permit E= RAMD HAMMER ENERGY IN TOOT-POUNDS future tightening. C = CoffFICExr snowN B¢oW EASED ON THE , NUMBER OF DAYS OF CURING TIME CURING COFFFI= CURING COEEYICINr 6-05 PILING TTME(DAYS) (C) TIME(DAYS) (C) , 1 o a 0.1 3 0m 74 0.11 3 Cite 30.13 0.10 6-05.3(1)B DRIVING PILES (REVISED) ' ols Ia.m S L OLa me 0.13 -38 The Contractor shall completely dig all foundation pits (and build 6-05.3(2)B DRIVING (REVISED) ' any required rot&rdams or cobs)before he begins diinng foundation piles. He she adjust pit depths to allow(or upheaval egad by pile- Te Contractor shall use full ien h iies+vhe b{a. N-b e' T diving,judging the amount of adjustment by the nature of the soil. Tape P hils. TE Before ronstnctmg the footing or pde cap,the Contractor shall restore , the pit bottom to correct elcvatwn by removing material or by TIMBER PILES HALL VE PRESSURE TREATED TIPS. backfillur with panuI"material. THE CONTRACTOR SHALL NOT DRIVE PILING ROMAN EXISTING STRUCTURE 6-05.3(44) CAST-IN-PLACE CONCRETE PILES Piles shall be driven deep enough to obtain the load-bearing capacity (REVISED) ' shown in the ylans.r but no,of less than-:I feat If the plans specs minimum tip elevation,piles shall be driven to that elevation unless the Engineer directs otherwise. If the Dles do not develop the required Thesc shall consist of steel casingsor shells driven into the ground, load-bearing capacity at the apec�ficd tip elevation,the(Pontractor shall REINFORCED AS SPECIFIED, AND FILLED WITH CLASS AX continue dnvin^ them until I= reach bearing ca ct 1F NO TIP CONCRETE ELEVATION pS SPECIFIED,PILES SHALL ED AT LEAST ' 10 FEET BELOW THE BOTTOM OF THE CONCRETE FOOTING SSEEAL� FEET BELOW THE BOTTOM of THE 6-05.3(4)B DRIVING AND INSPECTING STEEL In embankments, if piling is driven through previously placed CASINGS (REVISED) material,its bcari%capacity shall be based on resistance found only in ' the underlying foundation material unless otherwise specified. A driven had and do[ of the ri [ sae for the hammer shall Embankment material includes all that placed above the natural gg P gh ground line or the new ground line formed by excavation or removal of distribute the blow and protect the top of the steel acing from driving unsuitable soils. damage. Rigid leads aha11 support hammer and pile. If the embankment or an intermediate hard zone produces undue friction on the piling, pxbomd holes larger than the piling diameter3-feet , may be required Jetting may be used in lieu of boring t ese holes only !he if the Engineer believes it will not damage the embankment or foundation soils. After the pile is driven, the Contractor shall fill the open space left by the oversized hole with dry Send or pea gravel h.rs be am the"64ng is driven approved by the Engineer. After driving a pile casing, leave it Contractor shall le it empty until , So long as the pile is not injured and the embankment not the Engineer has inspected and approved it The Contactor shall permanently damaged, the Contractor shall use any means necessary make available to the Fngineer a light suitable for inspecting the entire to; length of its interior. a Engineer will reject any cuing that is I,�Sse m'he M -A _ran reeFi improperly driven, that shows partial collar that would reduce its 1. SECURE THE MINIMUM DEPTH SPECIFIED. bearing value,or that has been reduced in diameter. The Contactor 2 Penetrate hard material that lies under a soft shall repWtt(and bear the cost in er, driven rivenany rejected acing. rod After sly at the re the Engineer, driven =singgss shall n cut off horizontally at the required elevation. Thry shall be clean and free of 3. OBTAI�ED MINIMUM TIP ELEVATION, water when concrete and reinforcing steel are placed. OR If part of the pile will chow above the ground or water line,the steel 4. Penetrate through a previously placed embankment. casing shall be cut off at least 6 inches below the finished ground line If the Engineer requires, the Contactor shall overdrive the pile or at the bw water line as determined by the Engineer. Anglia build- beyond the minimum load-bearing capacity and penetration shown in up above the steel casing for 55-ton and 70-ton piles she conform the plans. In this ease,the Contractor will not be required to: (1)use: respectively to the Standard Plans for 13 inch and lfrinch diameter any special me ms, such as etting or preboring, tD achieve the prestressed piles�xcept that these build-ups mapy��bee tound or additional penc(ration; or (2j bear the expense of removingg or octagonal Build-up forms shall compli with Section 4rXI7)F. The ' revplacin anyy pile damesp,cd byy overdriving; OR ((3)) BEAR IHE reinforcing steel for the build-up pie above the steel Basingg shall EXPE E OF OVERDRIVING THE PILE MORE'IITAN 3 FEET extend at least 8 feet into the lower, steal-encased action. The unit AS SPECIFIED IN SECTION 6-056. contract price per linear foot for furnishing concrete piling (size In driving piles for footings with seats, the Contactor shall use no specified)shall cover all coats related to the build-up. method (such as jetting or preboring) that might reduce friction ' Su lemental S ec cations tY, apeIL City of Renton Supplemental Specifications --Division 6 ' 6 05.3{4)D PLACING CONCRETE(REVISED) erY(or performing the work. Such price shall also be full pay, when measurement includes,for piling length ordered but not driven. Before placing concrete, the Contractor shall rem 9. 'Pile Splim-Timber",per wch.ove all debris end The unit contract prim per wch for'Pile Splice-Timber-shall be full water from the casing. If the water cannot be removed,the casing shall pay for furnishing and installing the splice as specified. The prima shall be removed(or filled with sand)and a new one driven. include the furnishing of all materials, tools, equipment, and Labor THE CONTRACTOR SHALL PLACE CONCRETE necessaryfor the timber splice. No payment will be made for steel or CONTINUOUSLY THROUGH A SHEET METAL (OR OTHER east-in-place concrete pile splims. APPROVED) CONDUIT IN EACH CASING, FILLING EVERY Payment for build-ups of precast or precast-prestressed concrete PART ANb WORKING THE MIX AROUND THE Ales m will be made on the basis of for account work as covered in REINFORCEMENT WITHOUT MOVING IT. THE CONDUIT Section 1-09.6. No payment will be made for build-ups or additional SHALL EXTEND, AS A MINIMUM TO THE BOTTOM OF THE lengths of build-up made necessary bemuse of damage to the piling REINFORCEMENT AND EXTRACTED AS THE REINFORCED during driving. The length of splice for precast concrete piles includes' SECTION IS FILED. CONCRETE IN A REINFORCED PILE the length cut off to expose reinforcing steel for the splint. The 1.udes SHALL BE VIBRATED. THE VIBRATION SHALL EXTEND 25 of splint for prewar-prestresseA piles indudw the length in which holes FEET BELOW THE TOP OF THE PILE OR TO THE BOTTOM are drilled and reinforcing bars an grouted. OF THE PILE,WHICHEVER IS LESS. 10. 'Furnishing Prestressed Hollow Cone.Piling(Size)*,per linear foot. 11. Placing Prestressed Hollow Cone.Pile sip)',per"ch. d to mmfeweceeliea-shal46e+�ibr�ted. 12. 'Driving Prestressed Hollow Conte Pile�siu)•,per each. The unit contract price per linear foot for 'Fumuhing Prestressed Hollow Concrete Piling (size)', per each for Placing Prestressed Hollow. "5.3 6)C SPLICING (REVISED) Concrete Pile(sae)%and per each for'Driving Prestressed Hollow, ' ( Concrete Pile (sae)'shall be full pay for piling in place. The prices shall include the furnishing of all materials,tools,equipment,and labor The Engineer will normally pemtit steel piles to be spliced. But in necessary for performing the work except that any required extensions each case the Contractor most obtain approval on the need and the shall be d for on the basis of font account work as covered in Section 1-09.6 of the Standard S rmtions. method for splicing. P�f teat~STEEL PILE SPLICES SHALL SPACED AT A MINIMUM DISTANCE OF 10 FEET. Splice welds shall comply with Section 6.03.3(25). The Contractor may use E6010 or E6011 electrodes on A 36 steel up to I-inch thick 6-07 PAINTING These electrodes need not be oven-baked, but shall be stored in an atmosphere maintained at 80 degrees F (plus or minus 20 degrees F) and between 20 and 60 percent relative humidity. Each weld shall be made from one side with a single V groove (beveled 60 degrees) or double V groove(beveled 30 degrees). The root opening shall be 1/16 6-07.3(21 REPAINTING EXISTIN TEEL inch' STRUCTURES(REVISED) ' 6-05.5 PAYMENT(REVISED) Unless otherwise provided, maintenance painting includes cleaning and painting the metal parts of an existing bridge. Cleaning means Payment will be made for each of the followingbid items that arc removing nut,sale,dead paint,dip,grease,and other Foreignmatter. included in the 1: The Contractor shaft clan and paint all exposed metal surfaces that 1. *Furnishing and kind Tut Pilc', r"ch. my �h Thy include all metal surfaces that do not touch other g g(kind) per metal,wooden floor or truss members,concrete or stone masonry,or The unit contract prim per wch for'Furnishing and Driving(kind) other surfaces. Test Pile" shall be full pay for furnishing and driving test piles to the bearing capacity or penetration required by the En ''neer, furnishing and installing a pile tip when pile tips are specified for the permanent CTOR S SANDBLAST Al.l R ST SPOTS THE piles,prcbonng when pnbonng is specified for the permanent pile, ACCORDANCE WITH SSPCSP6 SPECIFICATIONS FOR for pulping the piles or cutting them off as required,and for removin COMMERCIAL BLAST CLEANING. The edges of cleaned areas them from the site or for delivery to the State for salvage when ordered shall show no red or yellow The edges of sound paint shall be by the Engineer. This prim shall also include all costs in connection feathered smooth. After rust r sandblasting,the Contractor shall remove all with movin�all pile driving equipment or other necessary equipment to loose rust,dirt,sand,and dust before painting. ' the site of the work and for removingall such equipment from the site When ppressure flushing is required,it shall be done with clean,fresh after the piles have been driven. If, after the test piles have been water. The ressum flushing equipment shall produce(at the nozzle) driven,it u found necessary to eliminate the piling from all or any pan at least 3,D00 psi with a discharge of at least 4 gpm. The nozzle shall of the structure,no additional pay will be allowed for moving the pile have a 25degme tip and shall be held no more than 9 inches from the driving equipment to and from the site of the work surface being washed. 2. wch ng Timber Pile(untreated or name treatment)',per The cleaningg-ppaainting requirements of Sections 6-073(1)&-aadB 3. Driving Timber Composite Pile%pereach. THROUGH Fs hall apply hen unless the plans or special provisions ' 4. "Driving Cone.Pile(sum- per wch. require otherwise. If the touch-up coat leaves unsealed cracks or S. 'Driving St.Pile',per each. creams, these shall be scaled with red lead sealing paste(applied by The unit contract rim reach for'Drivin Pile brush or spatula)before the fast coat is applied. Tile plans of special p Pe in an) (_..,)'shall provisions normally specify the number of coats required. If no ' sp fi ii pay for driving the pile to the beano' and/or penetration number is given,the darted metal shall be painted with three map. spet'ilied. 'ilre prim shall include the furnishing oT all tools,equipmeEntt,, If roadway or sidewalk planks lie so dose to the metal that they and labor necessary for rforming the work WH prevent proper cleaning and painting, the Contractor shall remove or OVERDRIVING PILES AS SIPECIFIED IN SECTION 6-053(1)H. cut the planks to provide at lean a 1-inch clearance. Any plank PAYMENT FOR THE FIRST 3 FEET OF OVERDRIVING WILL removal or cutting shall be done as the Engineer directs. The ' BE INCLUDED IN THE UNIT CONTRACT PRICE FOR Contractor shall replace all planks after painting. If removal breaks or DRIVING KIND) PILE. ADDITIONAL PENETRATION damages the planks and makes them unfit for reuse, the Contractor BEYOND AE FIRS)' 3 FEET OF OVERDRIVING WILL BE shall replace them at no expense to the State. PAID FOR ON THE BASIS OF FORCE ACCOUNT WORK AS COVERED IN SECTION 1-09.6. eFe��B�eP!-fl'� "�'.gtaae"addiNo"at-penstsetien 6. •Furnishing Timber Piling(untreated or name treatment)', ' per linear foot. 7. Furnishing Cone.Piling(sae)",per linear foot. S. *Furnishing St.Piling*,per linear foot. The unit contract prim per linear foot for'Furnishing(kind)Piling (._. shall be full pay for furnishing the piling specified. The price ' sha include the furnishing of all materials,tools,equipment,and labor Su IementalS scificalions ' ev.I AL 1 M Division 6 Supplemental Specifications City of Renton 6-09 CRIBBING ' Filling shalom 1 bipacted layers not trtrote than 14incha deep. If cross-connecting wi COM res arc eequired, the Contractor shall adjust the 6-09.2 MATERIALS(REVISED) number and depth of layers so that wires or between the compacted layers. Materials shall meet the requirements of the following Sections: ' Metal Cribbing.........................._........_..._...._........._.-.._.....9.27.1 6-09.3(6)F UNIT WEIGHT REQUIREMENTSAND Gabion Cribbing�rtsent.............._..........9-27.1) TEST(REVISED) WEI HT F THE CUP ONEp. E �............_.......�...... ..._........'...9-27.3( KET 3J SHALL BE ATIE4ST 0100 POUNDS PER�CUBIC ION O OT. SHOULD THE UNIT WEIGHT BE LESS THAN 100 POUNDS ' PER CUBIC FOOT THE GABION WILL BE REJECTED AND THE ENGINEER MLL REQUIRE THE CONTRACTOR TO 6-09.3(6) GABION CRIBBING AI+II'34EVETMENT CONDUCT AND PASS ADDITIONAL UNIT WEIGHT TESTS (REVISED) BEFORE COMPLETING OTHER GABIONS. ' The Contractor shall conduct either of the following unit weight tuts(A-er-B)to prove the density of completed gabions: A A filled gabion BASREI'(er-gabiea-�keronF)shall be selected from the winpleted structure and weighed. 6-09.3(6)A DESCRIPTION(REVISED) B. A gabion BASIN shall be filled with stone from a loaded , truck that has been weighed. After filling, the truck and unused stone shall be weighed again. The difference between This work is building wire gabion cribbing ewd-¢a4iee-tawtaaxaas the two weighings shall be used to determine weight per cubic required by the plans,these Specifications,and thcEngineer. foot of the material in the gabion. The Contractor shall conduct one unit weight test for each 5W cubic 6-09.3 6 B-GABION-T-YRE BASKETS (REVISED) #'� of gabihes placed.aThe Engineer may reduce the squired ' (� (R r monstr to these tests after proper unit weight has been consistently demonstrated. _ �aPN y'be-m": f CONTRACTOR SHALL PROVIDIE ANGHT D E SCALES THAT COMPLY WITH SECTION 1.09.2. iha igtfshelFBe-asedeeF�'ype-l-baskets.--61}P{asteaew-shall .___._ w ...n Asa Merrsedan�y y �s�ets. -- +-��-�r+he-ertN-ws�i�YaM��......-least-equal-tat mwv3-F>9e BASIQiT'SM.4-Y BE FABRICATED FROM EITHER WOVEN {� �°`ti' �ih OR WELDED STEEL WIRE; HOWEVER A GABION 6taetor fa�Oa 'd'-ih~$"g.n°°r-w° STRUCTURE SHALL NOT INCLUDE BOTH. BASKETS MAY �,' BE ASSEMBLED WITH EITHER LACING WIRE OR CLIPeie6w^ iB lit lost A of � , FASTENERS- HOWEVER PERIMETER A OR DIAPHRAM � �&.: ,v„ EDGE Sdii NOT INCLUDE BOTH. 6-09.30K DIMENSIONS (REVISED) 6-09.3(6)G CONSTRUCTION REQUIREMENTS (REVISED) ' The Contractor shall supply gabion baskets ef-rowme txt-in the lengths and heights the plans require. Each length shall be a multiple Each row,or tier of baskets shall be reasonably straight and shall (double,triple or greater)of horizontal width. Horizontal width shall conform with alignment and grade. Hexagonal mesh baskets shall be .,.be ha;--- 'Ise ....-�:---ad FAO 36 inches. All baskets from the same stretched endwise before filling. Filler shall be placed carefully,then ' manufacturer shall be the same width AND SHALL BE WITHIN A tamped or vibrated. The last layer shall fill each basket completely so TOLERANCE OF 5% OF THE MANUFACTURERS STATED that the secured lid will rest on the filler. e__h�__k_.s.,,,._rid SIZES. 'aeent-baskets-i . The plans show dimensions in feet. If the Contractor pprefers to EACH BASKET SHALL BE LACED order baskets made with metric measurements,the Engineerrs approval SECURELY T ADJACENT BASKETS AND ITS LID THEN of substitute design details shall be obtained before gabion LACED OR CLIPPED TO THE SIDES, ENDS, AND ' construction begins. DIAPHRAGMS. ALL SELVEDGE WIRES OF ENDS OF ADJACENT BASKETS SHALL BE LACED TOGETHER THE BOTTOM SELVEDGE OF 6-09.3(6)D FABRICATION OF BASKETS(REVISED) THE BASKET BEING CONSTRUCTED ON A PREVIOUSLY CONSTRUCTED BASKET MUST BE LACED TO THE TOP OF Gabions shall be made so that the sides, ends lid, THAT BASKET. for and dIII . can be assembled into recnn lar baskcu o�the Excavation for gables s shall mmply with the requirements for re wired s'�the construction site. Common wall Mellon ma �'t'rn's excavation,Class B,n Section 2-09. q y Backfilling behind or around gabions shall comply with Section 2- co used ie gabion structures up to 1Lfeet high. Common-wall 09.3(1)E. construction includes any basket when its top wives as the bottom of ' the one above it or where one wall serves an adjacent basket. WHEN GABION STRUCTURES ARE MORE THAN'12 FEET HIGH THE 6-09.4 MEASUREMENT (REVISED) BASKETS SHALL HAVE INDEPENDENT SIDES, ENDS, TOP, AND BOTTOM. ' pa ndepaadem'":sr @ag Metal cribbing shall be measured by the square foot using the sum ' Each gabion shall be divide bile diapheragms into cells the same of bin fact areas. length as horizontal basket width. Diaphragms shall be made of the To determine bin face area, the State will consider each bin as 30- same mesh and gage as the basket body. feet long even when shorter stringers arc used on the wall face. Bin All perimeter AND DIAPHRAGM edges reg--44phragm height will be calculated by multiplying the number of stringers on the edges shall be lead OR CLIPPED TOGETHER so it at joints as at bin face by 1.33 feet. Eachh bin face area will be calculated as follows: least as str n m the body of the mesh itself. THE ENDS OF THE Bin Face Area - (No.of stringers in face)x 133 x 10. , LACING WIRE SHALL BE ANCHORED BY THREE TIGHT Gabion cribbing es�wwmient vill be the calcutated neat line volume TURNS AROUND THE SELVEDGE WIRE ofbion baskets in place,using manufacturers STATED dimensions ftStructure excavation Class B and structure excavation Class B includitig haul will be measured by the cubic yard as speed in 6-09.3(6)E FILLING BASKETS(REVISED) Section 2-09. ' Baskets shall be filled with STONE THAT MEETS THE REQUIREMENTS OF SECTION 9-273(3). THE STONE SHALL BE PLACED AND COMPACTED TO MEET THE UNIT WEIGHT REQUIREMENTS OF SECTION 6.093(6)F. seundr angslas-cteae ' Su I�emental S ecifications (Rey'.I?J_l31 see 1 ' City of Renton Supplemental Specifications Divi ion 6 6-09.5 PAYMENT(REVISED) THE ROCK DENSITY SHALL BE A MINIMUM OF 160 ' POUNDS PER CUBIC FOOT. THE SOURCE OF SUPPLY AND REPRESENTATIVE SAMPLES OF THE MATERIAL.SHALL BE Payment will be made for each of the following bid items that are APPROVED BY THE ENGINEER BEFORE DELIVERY TO THE included in the pro posal: SITE. 1. Merel CnbbmgType.....Design......geersquare font. THE ROCK WAILS SHALL BE CONSTRUCTED OF ON& I 'Structure Excavation Class B' per"bic yard. MAN ROCKS (85 TO 300 POUNDST EACH 10' IN ITS LEAST 3. 'Structure Excavation Class B incl.Haul%per cubic yard. DIMENSION-TWO-MAN ROCKS.(300 TO 600 POUNDS) EACH The unit contract prices per cubic rd for 'Structure Excavation 13- IN ITS Ili&DIMENSION- THREE-MAN ROCKS (800 TO Class B','Structure Excavation Cl. B In 1.Haul',and per square toot 1,2W POUNDS) EACH 16- IN ITS LEAST DIMENSION- FOUR- for Metal Cribbing Type_.Design....'shall be full pay for untishing MAN ROCKS(IC TO Z200 POUNDS)EACH IS-IN LT'i LEAST all labor, materials, tools, and equipment necessary for construction DIMENSION. THE ROCKS SHALL. RANGE UNIFORMLY IN ' and backfilling of the metal cribbing. All toss in ohed in the use of SIZE FOR EACH CLASSIFICATION SPECIFIES.THE FOUR- special comers shall be included by the Contractor in the unit contract MAN ROCKS SHALL ONLY BE USED FOR THE FIRST pnm per ssqquare foot for the adjacent bins measured as specified in COURSE OF ROCK IN WALLS OVER 6 FEET IN HEIGHT. Section 6-09.4. 4. "Gab' Cribbing',Rev cubic yard. 6-113(CONSTRUCTION REQUIREMENTS) The unit contract price per cubic yard for 'Strucure Excavation Class B',AND 'Gabtoa Crabbing', sad-6a4ien-RawtmaRV shall be •H{E ROCK UNLOADING AT THE SITE WILL BE DONE IN full pay for furnishing all labor, materials,in tans, and equipment SUCH A MANNER AS TO SEGREGATE THE ROCK BY THE accessary to complete the work u specified including testimg,Kean-up, SIZE RANGES INDICATED IN THE PRECEDING PARAGRAPH. ' and any final adjustments deemed necessary by the Engineer. THE WALLS SHALL BE STARTED BY EXCAVATING A TRENCH, NOT LESS THAN 6 INCHES OR MORE THAN ONE FOOT IN DEPTH BELOW SUBGRADE IN EXCAVATION SECTIONS OR NOT LESS THAN 6 INCHES OR MORE THAN 6-10 CONCRETE BARRIER ONE LLEVVELLIINEMBANL°(,EPTH��ENNTSECCTTIONS. AREASONWHICRHHT�HE ' ROCKERY IS TO BE PLACED SHALL BE TRIMMED AND DRESSED TO CONFORM TO THE ELEVATION OR SLOPE 6-10.3 CONSTRUCTION REQUIREMENTS INDICATED. THE ROCK WALL CONSTRUCTION SHALL START AS SOON AS POSSIBLE UPON THE COMPLETION OF ' (REVISED) THE CUT OR FILL SECTION. ROCK SELECTION AND PLACEMENT SHALL BE SUCH In all barriers,the Contractor shall use air-entrained concrctc that THAT THERE WILL BE NO OPEN VOIDS IN THE EXPOSED complies with Ss, the 6-0'r 3 FACE OF THE WALL OVER 6 INCHES ACROSS IN ANY P � -�3( L� DIRECTION. THE ROCKS SHALL BE PLACED AND KEYED TOGETHER WITH A MINIMUM OF VOIDS. PARTICULAR 6-10.3(2) CAST-IN-PLACE CONCRETE BARRIER ATTENTION SHALL BE GIVEN TO THE PLACING AND KEYING TOGETHER OF THE FINAL COURSE OF ALL (REVISED) ROCKERIES. APPEARANCE AND COURSE E PLACEDDTTO MINIMIZE The barrier shall be made of Class AX concrete that meets the EROSION OF THE ;BACKFILL MATERIAL THE LARGER ROCKS SHALL BE PLACED AT THE BASE OF THE ROCKERY requirements of Section 6-02. The Contractor may use Portland SO THAT THE WALL WILL BE STABLE AND HAVE A STABLE cement 1�oe 111,but shall bear any added cast. APPEARANCE THE ROCKS SHALL BE CAREFULLY PLACED Imm rately after removing the forms, the Contractor shall BY MECHANICAL EQUIPMENT AND IN A MANNER SUCH complete any finishing work needed to produce a uniformly smooth, THAT THE LONGITUDINAL AXIS IF THE ROCK SHALL BEAT .dense surface. The surface shall have no rock pockets and no holes RIGHT ANGLES OR PERPENDICULAR TO THE ROCKERY ' IarRcr than YWnch across. The barrier shall be cured IN FACE THE ROCKS SHALL HAVE ALL INCLINING FACES ACCORDANCE WIT'I-I THE REQUIREMENT'S aaQerdenc-w IN SLOPING TO THE BACK OF THE ROCKERY. EACH ROW OF rota( tedescribed in Section 6-02.3(L1kS. ROCKS WILL BE SEATED AS TIGHTLY AND EVENLY AS POSSIBLE ON THE ROCK BELOW IN SUCH A MANNER THAT THERE WILL BE NO MOVEMENT BETWEEN THE TWO. ' AFTER SETTING A COURSE OF ROCK,ALL VOIDS BETWEEN 6-11 ROCKERIES (NEW SECTION) THE ROCKS SHALL BE CHINKED ON THE BACK WITH QUARRY ROCK TO ELIMINATE ANY VOID SUFFICIENT TO PASS A 2 INCH SQUARE PROBE- 6-11.1(DESCRIPTION) 6-11.3.1 ROCKERY BACKFILL THE WORK DESCRIBED IN THIS SECTION, REGARDLESS THE WALL BACKFILL SHALL CONSIST OF 1-1 INCH OF THE TYPE OF MATERIALS ENCOUNTERED INCLUDES MINUS CRUSHED ROCK OR GRAVEL CONFORMING TO ' THE EXCAVATION AND SHAPING OF THE CI)T OR FILL SECTION 9-03.9(3). THIS MATERIAL WILL BE PLACED TO AN SLOPES AND FURNISHING AND CONSTRUCTING 8 INCH MINIMUM THICKNESS BETWEEN THE ENTIRE WALL ROCKERIES/ROCK RETAINING WALL.WHERE SHOWN ON AND THE CUT OR FILL MATERIAL THE BACKFILL THE PLANS OR WHERE DIRECTED BY THE ENGINEER MATERIAL WILL E PLACED IN LIFTS TO AN ELEVATION APPROXIMATELY"6 INCHES BELOW THE COURSE OF ' ROCKS PLACED. THE BACKFILL WILL BE PLACED AFTER 6-11.2_ MATERIALS EACH COURSE OF ROCKS. ANY BACKFILL MATERIAL. ON THE BEARING SURFACE OF THE ROCK COURSE WILL. BE ROCK WAILS SHALL BE FORMED OF LARGER PIECES OF REMOVED BEFORE SETTING THE NEXT COURSE- QUARRIED BASALT,ANDESITE OR OTHER IGNEOUS ROCK ' INDIVIDUAL PIECES OF ROCK SHALL BE SOUND AND 6-11.3.2 DRAIN PIPE RESISTANT TO WEATHERING. WHEN BROKEN PIECES WEIGHING 50 TO 150 GRAMS AND TESTED FOR SOUNDNESS WITH SODIUM SULPHATE IN ACCORDANCE WITH AASHTO A 4 INCH DIAMETER PERFORATED PVC PIPE SHALL BE T104, THE LASS THROUGH A ONE-INCH SIEVE AFTER 6 PLACED AS A FOOTING DRAIN ARD {BEHIND THE ROCKERIES AND CONNECTED AS CYTHE CLES ROCK N CK MATERIAL SHALOT EXCEED 35%BYL ERAS NEARLY THE STOIRN THE M DRAIN SYSTEM WHERE SHOWN. TO ' RECTANGULAR AS POSSIBLE SO AS TO AFFORD THE MINIMUM AMOUNT OF VOID SPACE BETWEEN THE BLACKS. NO STONE SHALL BE USED WHICH DOES NOT EXTEND THROUGH THE WALL THE ROCK MATERIAL ' SHALL BE HARD 50UND, DURABLE AND FREE FROM WEATHERED P00ONS, SEAMS, CRACKS AND OTHER DEFECTS. ' Su kmental S erifxations ev, ePe Division 6 Supplemental Specifications City of Renton 1 6.113.3 REJECTION OF MATERIAL THE INSPECTOR WILL HAVE THE AUTHORITY TOREJECT ANY ' D ANY WORK THAT IS DEFECTIVE S B IMPROPERL MATERIAL Y NE, SND TO SUBIECT TO THE FINAL DECISION OF THE ENGINEER ALL REJECTED MATERIAL WILL BE REMOVED FROM THE CONSTRUCTION SITE AND ANY REJECTED WORK SHALL BE REPAIRED OR ' REPLACED AT NO ADDITIONAL COST TO THE OWNER 6-11.4 MEASUREMENT MEASUREMENT OF THE FINISHED ROCK WALL FOR ' PAYMENT WILL BE MADE FROM THE FOOTING GRADE TO THE TOP OF THE WALL AND ROUNDED TO THE NEAREST SQUARE YARD. 6-11.5 PAYMENT ' PAYMENT WILL BE MADE UNDER THE ITEM 'ROCK RETAINING WALL',PER SQUARE YARD. THE UNIT PRICE PER SQUARE YARD SHALL BE FULL COMPENSATION FOR THE ROCKERY ROCK RETAINING WALL IN PLACE AND SHALL INNUDE ALL WORK MATERIALS, AND EQUIPMENT REQUIRED TO COMPLETE THE INSTALLATION. ' Sup lemental S ecifieations 1 er. aee ' City of Renton Supplemental Specifications Division 7 saewon, or wraparound coupling bands, as recommended by the manufacturer of the tubing. DIVISION 7 DRAINAGE STRUCTURES, STORM 7-01.4 MEASUREMENT (ADDITION) SEWERS, SANITARY SEWERS, WHEN THE CONTRACT DOES NOT INCLUDE'STRUCTURE ' WATER MAINS AND CONDUITS CLASS EXCAVATION ONLULASS 1Bf, OR 'STRUCTURE TEMEXCAVATIN COSTS PAY ALL ASSOCIATED WITH THESE ITEMS SHALL BE INCLUDED IN OTHER CONTRACT PAY ITEMS. ' 7-01 DRAINS 7-02 CULVERTS ' 7-01.1 DESCRIPTION 7-02.2 MATERIALS (REVISED) This work shall mmist of constructing drain pipe and underlain pipe in accordance with the plans, these Specifications and Standard Materials shall meet the requirements of the following Sections: Ptans,at the locations as staked by the Engineer. Plain Co co CWen P¢e t Beveled Covneee E,W Seenosi, 7-01.2 MATERIALS (ADDITION) s,ttlCw.< P ia,aP n ASPpnt.TTnFn IiDrrt va1A Srtt1NmWk O�peaeE Pg,e Arth ASPNALTTRFATMFM'I A((a)) Daln i may be concrete, zinc coated (galvanized) ASPHALT Sittl Es SMiom ASPHALT TRFATMFM I- ^^'A(9) p pcs Y (6a ) Aluminum Cann Pia sass TREATMENT I or aluminum coated(aluminized) corrugated iron or wt..era seen s(y) steel WITH ASPHALT TREATMENT I,corrugated aluminum all PVC PIPE a¢s.12 ppoolyyntnnyvll chloride (PVC), or corrugated WITH ASPI-IM TREATMENT I polyethylene (PE) at the option of the Contractor unless the plans specs the type to be used. Where sh<I or aluminum are referred to in this Section is regard to Underdram pipe, other than AASHTO Designation M 36 Type III 4a Class IV,shall be perforated. They may be concrete,bituminized fiber, a kind of culvert pipe,pipe arch or end sections,it shall be understood zinc mated (galvanized)or aluminum coated (aluminized) corrugated that steel is zinc coated inch ASiPHALT TREATMENT I(galvanized) iron or steel or corrugated aluminum alloy,polyvinyl chloride(I'VC), or aluminum coated (aluminized) corrugated iron or aced, and or corrugated lyeihylenc TE)at the option o[th a e Contctor unless aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 the plans specs the type toile used. and 9-CS-5- It is not necessary that all drain or underlain pipes on any one The Contractor has the option of constructing culverts of plain or protect be of the same kind of material; however, all contiguous pipe reinforced concrete, steel,or aluminum within the limits s led and shall be of the same kind. as shown in the plans. It is not necessary that all culvert pipe on any CORRUGATED POLYETHYLENE(PE) one project be of the same kind of material; however, all contiguous ' DRAIN PIPE,12-INCH THRU 24-INCH pipe shall be of the same kind. DIAMETER MAXIMUM....................................................9.05.1 Unless otherwise shown in the plans or specified, the class of """""""""E ' concrete i or the thickness of steel or aluminum I or I arch PERFORATED CORRUGATED POLYETHYLENE(PE) )x pipe p pc UNDERDRAIN PIPE,12-INCH THRU 24-INCH shall m the same for the entire length of any culvert,and shall be that DIAMETER MAXIMUM._....................._. re uircd for the marimum height of cover. ......_....._..........9.051(g) q Bh Alternate pipe instillations shown in the plans may be constructed provided there is no increase in the cost to the State. Measurement for payment of the bid items associated with the drainage installation will be based m the diameter of the cuvert pipe 7-01.3 CONSTRUCTION REQUIREMENTS described by the bid item in the proposal. (REVISED) If the Contractor elects to use an alternate installation,plans for the ' alternate shall be submitted to the Engineer for approval prior to procuring or constructing the alternate. A trench of the dimensions shown in the plans or as specified by the When schedule A, B, C or D culvert pipe is specified in the plans, Engineer shall be excavated to the grade and line given by the the Contractor may provide al[cmales in accordance with the Engineer. Drain pipe shall be laid in reasonably close conformity with requirements of the schedule shown in the Standard Plan. If the the line and grades as shown in the plans.The drain pipe shall be laid option selected requires Design C trench construction while another with watertight joints unless otherwise specified. acceptable alternate does not, the Design C trench construction shall PVC drain pipe shall be jointed with a bell and spI t we using a be incidental to the culvert pipe. fle,dbte clastomeric seal as described in Section 9-0d.g. we bell shall Pipes installed under side road connections, where the depth of be laid upstream.PE or ADS drain pipe shall be jointed with snap-on, cover is lest than 2 feet,shall not be of the bell and spigot type. screwon, or wraparound coupling bands as recommended by the Culvert pipe over 30 inches in diameter and culvert pipe arch of all ' manufacturer oft he tubing. sizes shall be of the treatment,class,material,and size specified in the When underlain pipe is being installed as a means of intercepting plans or of the acceptable alternate treatment,class,material,and size ground or surface water, the trench shall be fine-graded in the enstingg as may be designated in the plans. sod 3 inches below the grade of the pipe as shown in the plans. Gaud Beveled end sections shall be of the same material as the culvert backfill shall be used under the pipe. Gravel backfill shall be placed to pipe toEwRhic PLAIN am attached. ' the depth shown ic in the plans or as directed by the Engineer. All N'H OR REINFORCED CONCRETE, STEEL, OR backfill shall be placed in 12 inch marimum layers and be thoroughly ALUMINUM ARE REFERRED TO IN SECTION 7-02 IT SHALL compacted with three passes of a vibratory compactor for each layer. BE UNDERSTOOD THAT REFERENCE IS ALSO MADE TO The Contractor shall use care in placing the gavel backfill material to PVC. prevent its contamination. ' When it is necessary to intercept water Bowing underneath the roadway surfacing, the sub de drain shall be constructed in 7-02.3(1) PLACING CULVERT PIPE--GENERAL accordance with the Standard Plan. (ADDITION) Concrete drain pipe shall be laid with the bell or larger end upstream. All perforated pipe shall be laid with the perforations dam. Upon ANY SHORING AND CRIBBING OR EXTRA EXCAVATION ' final acceptance of the work,all drain pipes shall be open,clean, and REOUIRED SHALL MEET THE REQUIREMENTS OF SECTION free drainmgg. 2-093. PVC underlain pipe shall be jointed using either the flexible elastomeric seal as esenbed in Section 9-042 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless ' otherwise specified in the plans. The bell shall be laid upstream. PE or ADS drainage tubing underlain pipe shall be jointed with snap-on, Su lemenlal S ecifications ' tKCV. ace Division 7 Supplemental Specifications City of Renton ' 7-02 3(1)C PLACING PVC PIPE(NEW) 7-04 STORM SEWERS IN THE TRENCH,PREPARED AS SPECIFIED IN SECTION 7- ' Q.3(3)PVC PIPE SHALL BE LAID BEGINNING AT THE LOWER END,WITH THE BELL END UPGRADE. PEA GRAVEL WILL 7-04.2 MATERIALS (ADDITION) BE USED AS THE BEDDING MATERIAL AND EXTEND FROM 6' BELOW THE BOTTOM OF THE PIPE TO 6' ABOVE THE ' TOP OF THE PIPE. WHEN IT IS NECESSARY TO CONNECT Materials shaft meet the requirements of the following Sections: TO A STRUCTURE WITH A MUDDED JOINT A RUBBER GASKETED CONCRETE ADAPTOR-COLLAR WILL BE USED Plain Concrete Storm Sewer Pipe.__._—.._.__._�9-05.7(21 ATTHE POINT OF CONNECTION. Reinforced Concrete Storm Sewer Pipe__._.—_4Q5 (21 Steel Spiral Rib Storm Sewer 9-0i 9 ' Steel Storm Sewer Pipe-----------.---.---.---.------....._-------- 7-92 4 MEASUREMENT(ADDITION) Aluminum Storm Sewer Pi pe........._ ._._._.____ ._... Aluminum Spiral Rib Storm Sewer Pripepe..... .__._....______95.1 SHORING AND CRIBBING OR EXTRA EXCAVATION WILL PVC SEWER PIPE..._.....................__....._.........................945.12 BE MEASURED AS SPECIFIED IN SECTION 2419A. ' Where stud or aluminum an referred u e is Sermon in regard t e kind of storm sewer pi it shall be understood that steel zinc 7-02.5 PAYMENT(ADDITION) coated (galvanized) ASPHALT TREATMENT I COATED or aluminum coated (aluminized)mrru�aled iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-W5. ' 21. "SHORING AND CRIBBING OR EXTRA Alternate pipe installations shown in the plans may be constructed EXCAVATION CLASS B",PER LUMP SUM. provided them a no increase in the total cost of the installation or THE LUMP SUM PRICE FOR"SHORING AND CRIBBING OR detriment to the State. EXTRA EXCAVATION CLASS B" SHALL BE FULL PAY FOR Measurement for payment of the bid items associated with the storm THE WORK AS SPECIFIED IN SE&ION 2-095. sewer installation will be based on the diameter of the storm sewer pi described by the bid item in the plans ' It the Contractor elects to use an alternate installation,plans for the alternate shall be submitted to the Engineer for approval prior to 7-03 STRUCTURAL PLATE PIPE,PIPE procuring or constructing the alternate. ARCH,ARCH,AND UNDERPASS 7-043(1)B PIPE BEDDING (ADDITION) , PIPE BEDDING FOR PVC SEWER PIPE SHALL CONSIST OF 7.03.2 MATERIALS PEA GRAVEL IT SHALL BE PLACED TO A DEPTH OF 6" OVERAND 6"UNDERTHE EXTERIOR WALLS OF THE PIPE. ' Materials shall meet the requirements of the following Sections: 7-04.3(2)A SURVEY LINE AND GRADE (REVISED) cemeB soz CsrrvgrcN AeeIASPffALTTRFATMFM7Ke C.or rdai Aluminum vas s Survey line and grade will be provided cc the Engineer AOR ND ' A"°t°`a°s srKl CONTRACTOR in a manner consistent with accepted practice AND THESE SPECIFICATIONS. 7-03 3(i) FOUNDATIONS GENERAL(ADDITION) 7-04 3(2)G STORM SEWER LINE CONNECTIONS , (ADDITION) ANY SHORING AND CRIBBING OR EXTRA EXCAVATION REQUIRED SHALL MEET THE REQUIREMENTS OF SECTION ALL CONNECTIONS SHALL BE DONE UTILIZING PRE- 2-093. MANUFACTURED TEE CONNECTORS OR PIPE SECTIONS APPROVED BY THE ENGINEER. ANY OTHER METHOD OR ' ADDITTON) MATERIALS PROPOSED FOR USE IN MAKING 7-03 4 MEASUREMENT ( CONNECTIONS SHALL BE SUBJECT TO APPROVAL BY THE ENGINEER SHORING AND CRIBBING OR EXTRA EXCAVATION WILL BE MEASURED AS SPECIFIED IN SECTION 2-09.4. 7.04 30) BACKFILLING STORM SEWER , 7-03.5 PAYMENT(REVISED) TRENCHES (ADDITION) PVC PIPE SHALL BE BEDDED AND BACKFILLED WITH ' Payment will be made for each of the following bid items that are PEA GRAVEL IN ACCORDANCE WITH 7-04 1)B PRIOR TO included in the ppmpnsaI. BACKFILLING THE REMAINDER OF THE CH. 1. -SL Str.Plate Piwc Gage_._In.Diam',per linear foot MEASUREMENT OF BANK RUN GRAVEL FOR TRENCH WITH ASPHALT TREATMENTL BACKFILL WILL BE BY THE TON, IN ACCORDANCE WITH ? 'St.Str.Plate Pi pc Arch_.Gage FL—In.Span',per SECTION 1-09.1, OR BY THE CALCULATION OF NEAT LINES linear foot WITH ASPHALT TREATMENT 1. BASED ON MAXIMUM TRENCH WIDTH PER SECTION 2-09.4 ' 3. 'St.Ste Plate Arch—.Gage Ft......In.Span",per linear USING A CONVERSION FACTOR OF 15 TONS PER CUBIC Loot WITH ASPHALT pTREATMENT L YARD,WHICHEVER IS LESS. 'Gravel Backfill For Foundations Ce unit ass contract.price hall be paid t a ssppeecified in Section 2-09.THE UNIT CONTRACT PRICE FOR GRAVEL BACKFILL FOR 7-044 MEASUREMENT (REVISED) FOUNDATIONS CLASS A OR CLASS B SHALL BE PAID IN , ACCORDANCE WITH SECTION 2-09- The length of storm ewer pipe will be the number of linear feet of 14. 'SHORING AND CRIBBING OR EXTRA completed installation measured along the invert and will include the EXCAVATION CLASS B",PER LUMP SUM. length through elbows, tees, and fittings. The number of linear feet THE LUMP SUM CONTRACT PRICE FOR "SHORING AND wiltbe measured from the center of manhole to center of manhole or ' CRIBBING OR EXTRA EXCAVATION CLASS B", SHALL BE to the inside fare of catch basins and similar type structures. FULL PAY FOR THE WORK AS SPECIFIED IN SECTION 2-095. The concrete Class C for plugging existing storm sewer pip"will be measured by the cubic yards required as specified in Section 7-M4. The length of testing storm sewer pipe in conformance with Section 7-043(4) will be the number of linear feet of completed installation actually tested. ' Su lemental S cifications ev. rage Z ' city of Renton Supplemental Silecifications Division 7 Excavation of the stone sewer trench will be treasured as structure excavation Class Boere�structure excavation Class B including haulr4v der. ' WCL�U.D dIN THspE CO iNTRACT. 2-09., IF THESE ITEMS ARE Sl f�N UNPAVED SI M: MANHOLES, CATCH BASINS AND AREAS TO BE SURFACED WITH SHORING AND CRIBBING OR EXTRA EXCAVATION WILL CRUSHED ROCK OR GRAVEL SHALL BE CONSTRUCTED TO BE MEASURED AS SPECIFIED IN SECTION 2-09.4. A POINT APPROXIMATELY EIGHT INCHES BELOW THE SUBGRADE AND COVERED WITH A TEMPORARY WOOD ' COVER EXISTING MANHOLES SHALL BE CUT OFF AND 7-04.5 PAYMENT(REVISED) COVERED IN A SIMILAR MANNER THE CONTRACTOR SHALL CAREFULLY REFERENCE EACH MANHOLE SO THAT THE Payment will be made for each of the following bid items that are STTRE[TAWORK.Y BE (AFTELY R UPLAND CINGG THE COMPLETION VE F OR included in the proposal: CRUSHED STONE SURFACING THE MANHOLES AND ' 1. Plain Conc.Storm Sewer Pipe.._.In.Diam.',per linear MANHOLE CASTINGS SHALL BE CONSTRUCTED TO THE foot. FINISHED GRADE OF THE ROADWAY SURFACE Z 'Class.....Reinf.Cone.Storm Sewer Pipe—In.Diam.',per EXCAVATION NECESSARY FOR BRINGING MANHOLES TO linear foot. GRADE SHALL CENTER ABOUT THE MANHOLE AND BE 3, Tr......St.Storm Sewer Pipe_...In.Th.—In.Diam.",per HELD TO THE MINIMUM AREA NECESSARY. AT THE ' linear foot. COMPLETION OF THE MANHOLE ADJUSTMENT,THE VOID 4. Tr..._.Al.Storm Sewer Pipe._.In.Th......In.Diam.',per AROUND THE MANHOLE SHALL BE BACKFILLED WITH linear foot. MATERIALS WHICH RESULT IN THE SECTION REQUIRED The unit contract prim per linear foot for storm sewer pipe of the ON THE TYPICAL ROAD WAY SECTION, AND BE kind and size a 'fled shall be full pay for all work to complete the THOROUGHLY COMPACTED. WHERE BITUMINOUS installation,including adjustment of Inverts to manholes. WHEN NO SURFACE TREATMENT IS TO HE PLACED THE MANHOLE ' BID ITEM 'GRAVEL BACKFILL FOR PIPE BEDDING' IS CASTINGS SHALL BE INSTALLED FROM 172 INCH TO ONE INCLUDED IN THE SCHEDULE OF PRICES, PIPE BEDDING INCH HIGHER THAN THE ROADWAY SURFACE, AS THE AS SHOWN IN THE STANDARD PLANS, SHALL B ENGINEER MAY DIRECT. CONSIDERED INCIDENTAL TO THE PIPE AND NO IN CEMENT CONCRETE PAVEMENT: MANHOLES, CATS ADDITIONAL PAYMENT SHALT. HE MADE 'STRUCTURE " HALT. ' EXCAVATION SHALL ALSO BE INCIDENTAL IF NOT CONSTRUCTED AND ADJUSTED IN THE SAME MANNER AS INCLUDED AS A SEPARATE PAY ITEM. OUTLINED ABOVE EXCEPT THAT THE FINAL ADJUSTMENT SHALL BE MADE AND CAST IRON FRAME BE SET AFTER ". oem-Sa..we THE CONC HAVE BEEN PLACED EEXXTREEME CARE SHALLCKED. IN r G OF STORM SEWER PIPE TAKEN NOT TO ALTER THE)SOSTTION OF THE CASTING IN ' IF'REQUIRFD BY THE'19NGINEER, SHALL BE CONSIDERED ANY WAY INCIDENTAL TO AND INCLUDED W THE UNIT CONTRACT IN ASPHALT CONCRETE PAVEMENT: MANHOLES SHALL PRICES FOR OTHER ITEMS. IIIE PAVENIHNI IS COMPLETED, G "Structure Excavation Class B" per cubic yard. AT WHICH TIME THE CENTER OF EACH MANHOLE SHALL 7. 'Structure Excavation Class B ittcl.Haul',per cubic yard. BE CAREFULLY RELOCATED FROM REFERENCES ' The unit contract prim per cubic yard for "Structure Excavation PREVIOUSLY ESTABLISHED BY THE CONTRACTOR THE Class B" or 'Structure Excavation pass B Incl. Haul",as specified in PAVEMENT SHALL BE CUT IN A RESTRICTED AREA AND Section 2-09, shall be full pay for all work necessary for the BASE MATERIAL BE REMOVED TO PERMIT REMOVAL OF construction of the storm sewer trench. OR SHALL BE THE COVER THE MANHOLE SHALL THEN BE BROUGHT INCIDENTAL IF NOT SPECIFIED AS PAY ITEM(S). TO PROPER GRADE UTILIZING THE SAME METHODS OF 8. Cone.Class C,per cubic yard. CONSTRUCTION AS FOR THE MANHOLE ITSELF. THE CAST The unit confect price per cubic yard for'Cow. Class C shall be IRON FRAME SHALL BE PLACED ON THE CONCRETE full pay for all work required to plug existing stone sewer pipes, or BLOCKS AND WEDGED UP TO THE DESIRED GRADE THE shalt be incidental if not spectfed as a ppaayy item. ASPHALT CONCRETE PAVEMENT SHALL BE CUT AND A SHORING AND WE OREX'LRA REMOVED TO A NEAT CIRCLE,THE DIAMETER OF WHICH EXCAVATION CLASS B",PER SQUARE FOOT. SHALL BE EQUAL TO THE OUTSIDE DIAMETER OF THE THE LUMP SUM CONTRACT PRICE PER SQUARE FOOT CAST IRON FRAME PLUS TWO FEET. THE BASE MATERIALS FOR 'SHORING AND CRIBBING OR EXTRA EXCAVATION AND CRUSHED ROCK SHALL BE REMOVED AND CLASS CLASS B', SHALL BE FULL PAY FOR THE WORK AS g(3/4)CONCRETE SHALL BE PLACED SO THAT THE ENTIRESPECIFIED IN SECTION 2.095. VOLUME OF THE EXCAVATION IS REPLACED UP TO WITHIN BUT NOT TO EXCEED 1 0 INCHES OF THE ' FINISHED PAVEMENT SURFACE ON THE FOLLOWING DAY THE CONCRETE, THE EDGE OF THE ASPHALT CONCRETE 7-05 MANHOLES, GRATE INLETS, DROP PAVEMENT, AND THE OUTER EDGE OF THE CASTING INLETS,AND CATCH BASINS ASPHALT BE PAINTED SHALL HOT ASPHALT PLLACED AND ' COMPACTED WITH HAND TAMPERS AND A PATCHING ROLLER ASPHALT CONCRETE WILL BE PAID FOR AS ' ASPHALT CONCRETE PAVEMENT CLASS B INCLUDING 7-053 CONSTRUCTION REQUIREMENTS PAVING ASPHALT PER TON'. M COMPLEM PATCH SHALL MATCH THE EXISTING PAVED SURFACE FOR (ADDITION TEXTURE, DENSfTY AND UNIFORMITY OF GRADE THE JOINT BETWEEN THE PATCH AND THE EXISTING ALL MANHOLES SHALL HAVE EXCENTRIC CONES AND PAVEMENT SHALL THEN BE CAREFULLY PAINTED WITH SHALL HAVE)ADDERS. HOT ASPHALT CEMENT OR ASPHALT EMULSION AND ANY SHORING AND CRIBBING OR EXTRA EXCAVATION SHALL BE IMMEDIATELY COVERED WITH DRY PAVING REQUIRED SHALL MEET THE REQUIREMENT'S OF SECTION SAND BEFORE THE ASPHALT CEMENT SOLIDIFIES. THE ' 2-093 INSIDE THROAT OF THE MANHOLE SHALL BE THOROUGHLY MORTARED AND PLASTERED. ADJUSTMENT OF INLETS: THE FINAL ALIGNMENT AND 7A53(l) ADJUSTING MANHOLES AND CATCH TO BE ADJUSTED TO GRADE WILT.BEEESTABBLLISSHEED OLD I FFRo ' BASINS TO GRADE(REVISED) THE FORMS OR ADJACENT PAVEMENT SURFACE& THE FINAL ADJUSTMENT OF THE TOP OF THE INLIET WILL BE Whew shown in the tans or where directed b the Engineer, the PERFORMED IN SIMILAR MANNER TO THE ABOVE FOR existing manholes or catch basins shall it adjusted by a th he MANHOLES. ON ASPHALT CONCRETE PAVING PROJECTS B J USING CURB AND GUTTER SECTION THAT PORTION OF staked or otherwise designated by the Engineer. THE CAST IRON FRAME NOT EMBEDDED IN THE GUTTER The existing cast iron ring and cover on manholes and the catch SECTION SHALL BE SOLIDLY EMBEDDED IN CONCRETE basin frame and grate shall first be removed and thoroughly cleaned ALSO, THE CONCRETE SHALL EXTEND A MINIMUM OF SIX for reinstalling at the new elevation. From that point, the existing INCHES BEYOND THE EDGE OF THE CASTING AND SHALE. structure shall be raised or lowered to the required elevation. re BE LEFT 1 1/2 INCHES BELOW THE TOP OF THE FRAME SO THE WEARING COURSE OF ASPHALT CONCRETE ' fo" PAVEMENT WILL BUTT THE CAST IRON FRAME THE EXISTING CONCRETE PAVEMENT AND EDGE OF THE Su lemMal S WcatIORS ' ( ev. ag, Division 7 Supplemental,,__It cations x.asy or x`eoturi CASTING SHALL BE PAINTED WITH HOT ASPHALT 14. 'SHORING AND CRIBBING OR EXTRA ' CEMENT. ADJUSTMENTS IN THE INLET STRUCTURE SHALL EXCAVATION CLASS B',PER LUMP SUM. BE CONSTRUCTED IN THE SAME MANNER AND OF THE THE LUMP SUM CONTRACT PRICE FOR-SHORING AND SAME MATERIAL AS THAT REQUIRED FOR NEW INLETS. CRIBBING OR EXTRA EXCAVATION CLASS B', SHALL BE ' THE INSIDE OF THE INLETS SHALL HE MORTARED AND FULL PAY FOR THE WORK AS SPECIFIED IN SECTION 2. PLASTERED, 09S.0 MONUMENTS AND CAM IRON FRAME COVER ADJUSTED TO GRADE IN THE SAME MANNER AS FOR MANHOLES. BOX CASTINGS: ADJUSTMENTS OF VALVE BOX 7-10 TRENCH EXC., BEDDING,AND ' E IN THE SAME MANNER AS FOR BACKFILL FOR WATER MAINS MANHOLES. 7-05.3(2) ABANDON EXISTING MANHOLES(REVISED) 7-10.3(7) TRENCH EXCAVATION{ADDITION) t Where it is required that an existing manhole be abandoned, the IF WORKERS ENTER ANY TRENCH OR OTHER structure shall be broken down to a depth of at least 4 feet below the EXCAVATION 4 FEET OR MORE IN DEPTH THAT DOES NOT t revised surface elevation, all connections plugged, THE MANHOLE MEET THE OPEN PIT REQUIREMENTS OF SECTION 2- BASE SHALL BE FRACTURED TO PREVENT STANDING �.3(3 B, IT SHALL BE SHORED AND CRIBBED. THE WATER and the manhole filled with sand and compacted to 90 CONTRACTOR ALONE SHALL BE RESPONSIBLE FOR percent density as specified in Section 2-033(14)C. DcIim resulting WORKER SAFETY, AND THE STATE ASSUMES NO from breaking the upper pan of the manhole may. mixed with the RP.SPONSIBIL.TIY. ' sand subject to the approval of the Engineer. The ring and cover shall THE CONTRACTOR MUST SUBMIT SIX SETS OF PLANS be salvaged and all other surplus malenal disposed of BEFORE SHORING OR CRIBBING. THESE PLANS MUST MEET THE PLAN REQUIREMENTS SET FORTH IN SECTION 2-093(3)D. CONNECTIONS TO EXISTING UPON COMPLETING THE WORK, THE CONTRACTOR 7-05.3 ( SHALL REMOVE ALL SHORING AND CRIBBING UNLESS THE ' MANIOLES (ADDITION) PLANS OR THE ENGINEER DIRECT OTHERWISE. WHERE SHOWN ON THE PLANS NEW DRAIN PIPES SHALL 7-103(,77)B EXTRA EXCAVATION(REVISED) BE CONNECTED TO EXISTING UNE, CATCH BASIN, CURB INLETS AN)/DR MANHOLES. THE CONTRACTOR SHALL BE ' REQUIRED'1'O CORE DRILL INTO THE STRUCTURE,SHAPE THE NEW PIPE TO FIT AND REGROUT THE OPENING IN A exee.®t+eM WORKMANLIKE MANNER WHERE DIRECTED BY THE EXCAVATION OF THE TRENCH AT THE CHANGED ENGINEER OR WHERE SHOWN ON THE PLANS LOCATION SHALL BE CONSIDERED INCIDENTAL TO ADDITIONAL STRUCTURE CHANNELLING WILL BE` INSTALLATION OF THE PIPE. MEASUREMENT OF 'BANK t REQUIRED. RUN GRAVEL FOR TRENCH BACKFILL' WILL BE BY THE AT ANY CONNNNECTION OFSANNEW LINE" ITEM To AN EXISTING WED TON. STRUCTURE,OR THE CONNECTION OFA NEW STRUCTURE TO A EXISTING IINE. NO 'CONNECTION TO EXISTING' 7-10.4 MEASUREMENT (REVISED) , WILL BE ACCEPTED AT THE LOCATION OF NEW INSTALLATION, RELOCATION AND ADJUSTMENT OF LINE R ._-., mm„ MANHOLES,CATCH BASINS OR CURB INLETS. THE UNIT BID PRICE PER EACH SHALL BE FULL awB�h COMPENSATION FOR ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED. 4003F-� �� _.:.,gdh &-hfimtNDe w 7 77 n8 ' 7-05.4 MEASUREMENT(REVISED) 10,3(;9 Removal and replacement of unsuitable material will be measured by the cubic yard. 'Ile depth shall be the actual depth removed below ' A4anheFeasured-$er-sack+—,"•.`_"urenxrtt-eF+naaDeb the depth specified in Section 7-103(5). The width shall be the actual height rd width removed, but in no case shall the measured width exceed the Klan, allowable widths spenPied in Section 7-103(7). Man and eateh has ns,book nwv and�aa� Measurement of bank run 1 for trench backfill will be bey he �OLES WILL BE MEASURED PER EACH. ACCORDANCE WITH SECTION 1-09.1 OR BY [V� , MEASUREMENT OF MANHOLE HEIGHTS FOR PAYMENT CALCULATION OF NEAT LINES BASSI} ON MAXIMUM PURPOSES WILL BE MEASURED FROM FINISHED RIM TRENCH WIDTH PER SECTION 2-09.4 USING A CONVERSION ELEVATION TO THE INVERT OF THE LOWEST OUTLET FACTOR OF IS TONS PER CUBIC YARD, WHICHEVER IS PIPE LESS. Grate inlets and drop inlets will be measured per each. SHORING AND CRIBBING OR EXTRA EXCAVATION ' Structure excavation Class B and structure excavation Class 8 TRENCH,WILL BE MEASURED AS SPECIFIED IN SECTION 2- includingg haul will be measured by-ths-erDi�aeA-as specified in 09.4 FOR SHORING AND CRIBBING OR EXTRA EXCAVATION Section 2-09. CLASS B. Abandon existing manholes will be measured per each. Connections to existing m m te anholes will be measured per ch. 7-10.5 PAYMENT(REVISED) ' SHORING AND CRIBBING OR EXTRA EXCAVATION WILL. BE MEASURED AS SPECIFIED IN SECTION 2-09.4. Payment will be made for each of the following Did items that arc 7-055 PAYMENT(REVISED) included in the proposal: 1. Rock Excavation',per cubic yard The payment for the various items Tied BELOW shall be full The unit price per cubic yard for'Rock Excavation'shall be full pay paym sped for all work to remove and dispose of materials u spenfied in Section pay for famishing all Labor,materials,tools,and equipment necessary 7-10_X7)A. If no pay item is listed,rock excavation sbail be considered to complete each unit according to the plans and spenfiatioms incidental to work to construct the water main and all casts shall be including the furnishing and placing of all accessories,such as cast iron included in other items of work specified in Section 7-113. rings,cover,trap,stepp55��grating&,and other items. ' 13. 'Connection to F.+cnng Menhela 'per"ch. R The unit contract prim per each forandon Existing Manholes' and"Connection to Existing Manholes'shall be full pay for all costs haekT necessary to perform the work-as required. SSuu elemental S ecifications ' (Rev.ILI Hi8vi rAm t ' Pity or Renton Supplemental Specifications Division 7 shall be installed in accordance with AWWA C105. THE �d Wbre Material",per eu4ieyard, POLYETHYLENE ENCASEC�MEEE�,,NT SHALL ALSO BE INSTALLED -Riiinwel -Rd' ON ITITIN�GSNAND VALL ICH AS N ACCORRD CE aass-ss����++fwd-{a•Seetiea-7topt�.P YMENTFO 'REMOVAL D WIN INSTALLATION OF THHEZPOORA �EN�� REPIACEMENC Op Uffit LE MATERIAL..• WILL BE SHALL BE CONSIDERED INCIDENTAL TO THE ' CONSIDERED INCIDENTAL TO OTHER BID ITEMS AND NO INSTALLATION OF THE PIPE AND NO ADDITIONAL FURTHER COMPENSATION WILL BE MADE. PAYMENT SHAD,BE ALLOWED THEREFORE 4. Bank Run Gravel for TrenchBackfilll''6pNer rAiayaA TON. for Trench Backf�shall be full fewtinyffor all work t furnishChinvel 7-11.3(6) LAYING DUCTILE IRON PIPE WiTT-I ' place,and comppaact the material in the trench. ALSO Mt WED POLYETHYLENE ENCASEMENT(REVISED) THE UNIT CONIRACr PRICE IS THE WASTING OF EXCESS AND UNUSABLE MATERIAL EXCAVATED FROM THE TRENCH. Where shown in the plans,the Contractor shall lay ductile iron pipe No separate payment will be made for clearing and grubbing, with a polyethylene encasement. Pipe and polyethylene encasement removal of existing street improvements,furnishing and installing sand shall t c installed in accordance with AW WA CIOS. THE cushion,protection of existing utilities and services,trench excavation POLYETHYLENE ENCASEMENT SHALL ALSO BE INSTALLED and backfill, bedding the pipe, and compacting the bacUill. These ON ALL APPURTENANCES SUCH AS PIPE LATERALS items shall all be considered as incidental to the work of constructing COUPLINGS, FITTINGS ANT) VALVES IN ACCORDANCE the water main,and all coats thereof shall be included in the payment WITH SECTION 4-5 OF ANSI 21.5 OR AWK/A C105. as specified in Section 7-115. INSTALLATION OF THE POLYETHYLENE ENCASEMENT ' S. -FOUNDATION MATERIAL.',PER TON. SHALL BE CONSIDERED INCIDENTAL TO THE PAYMENT WILL BE MADE AT THE UNIT CONTRACT INSTALLATION OF THE PIPE AND NO ADDITIONAL PRICE PER TON FOR 'FOUNDATION MATERIAL' WHICH PAYMENT SHALL BE ALLOWED THEREFORE. PRICE SHALL BE FULL COMPENSATION FOR EXCAVATING AND DISPOSING OF THE UNSUITABLE MATERIAL AND REPLACING WITH THE APPROPRIATE FOUNDATION 7-113(7) LAYING STEEL PIPE(REPLACED) MATERIAL PER SECTION 9-30.78(1). 6. *SHORING AND CRIBBING OR EXTRA THE UNIT CONTRACT TRENCH" PERS LUMP SUM FOR �L PIPE SHALL NOT BE USED. 'SHORING AND CRIBBING OR EXTRA EXCAVATION ' S EP TRENCH" SHALL EsECCTIOON 2�.5 FOR SHORING AND CRIBBING (REPLACED) LAYING CONCRETE CYLINDER PIPE OR EXTRA EXCAVATION CLASS& (REPLACED) ' 7-11 PIPE INSTALLATION FOR WATER CONCRETE CYLINDER PIPE SHALL NOT BE USED. MAINS 7-113(9)A CONNECTIONS TO EXISTING MAINS ' 7-11.3(4) LAYING OF PIPE ON CURVES (ADDITION) (REVISED) WHEN NOT STATED OTHERWISE IN THE SPECIAL PF(OVISIONS OR ON -I HE PLANS ALL CONNECTION= ' Long radius or--wniiWVERTICAL CURVES,may be laid with standard pipe by deflecting the joints. If CTTONS: the pipe is shown cursed in the plans and no special fittings an shown, Z'bFf�'ZIIi5I7S' NG PIPING AND T11?INS ARE the Contractor can assume that the curves an be made by deflecting INDICATED ON THE DRAWINGS. THE CONTRACTOR MUST the joints with standard lengths of pipe. It shorter lengths ate VERIFY ALL EXISTING PIPING, DIMENSIONS, AND required,the plan will indicate maximum lengths that an be used. The ELEVATIONS TO ASSURE PROPER FIT. amount Of deflection at ach pipe joint when pipe is laid on a CONNECTIONS TO THE EXISTING WATER MAIN SHALL Aerixestal—ee—vertical curve shall not vatted ONE-HALF the NOT BE MADE WITHOUT FIRST MAKING THE NECESSARY manufacturer's rimed recommended deflections. ARRANGEMENTS WITH THE ENGINEER IN ADVANCE HORIZONTAL CURVES WITH A RADIUS OF 1000 FEET OR WORK SHALL NOT BE STARTED UNTIL ALL THE ' MORE MAY BE LAID WITH STANDARD PIPE BY MATERIALS, EQUIPMENT AND LABOR NECESSARY TO DEFLECTING THE JOINTS. IF THE PIPE IS SHOWN CURVED PROPERLY COMPLETE THE WORK ARE ASSEMBLED ON IN THE PLANS AND NO SPECIAL.FTTTINGS ARE SHOWN THE THE SITE CONTRACTOR CAN ASSUME THAT THE CURVES 6 BE THE CONTRACTOR SHALL PROVIDE ALL MATERIALS MADE WITH STANDARD LENGTHS OF PIPE IF SHORTER NECESSARY TO INSTALL ALL CONNECTIONS AS INDICATED ' LENGTHS ARE REQUIRED,THE PLAN WILL INDICATE THE ON THE CONSTRUCTION DRAWINGS, THE CONTRACTOR MAXIMUM LENGTH THAT CAN BE USED. THE AMOUNT OF SHALL PERFORM THE EXCAVATION BEDDING, AND DEFLECTION AT EACH PIPE JOINT WHEN PIPE IS LAID ON BACKFIIJI AND PROVIDE CONCRETE BLACKING FOR THE HORIZONTAL CURVE SHALL NOT EXCEED ONE-HALF OF CONNECTIONS TO EXISTING MAINS. THE MANUFACTURER'S PRINTED RECOMMENDED THE CITY WILL CUT THE EXISTING MAIN AND ' DEFLECTION. ASSEMBLE ALL MATERIALS. Where field conditions require deflection or curves not antanpated WHEN THE CITY MAKES THE CONNECTIONS TO THE by the plans,the Engineer will determine the methods to be use6 No EXISTING SYSTEM ALL LABOR MATERIALS, AND additional payment will be made for laymmg pipe on curves as shown in EQUIPMENT REQUIRED OF THE CONTRACTOR SHALL BE the plans, nor for field changes involving standard lengths of pipe CONSIDERED INCIDENTAL AND ALL RELATED COSTS deflected at the joints. When special fittings not shown in the plans arc SHOULD BE INCLUDED IN OTHER ITEMS OF WORK ' required to meet field conditions,additional payment will be made for CONTRACTOR INSTALLED CONNECTIONS: special fittingsas provided in Section 1-09.6. MAIN SHALL When rubr gasketed pipe is laid on a curve, the pipe shall be NOT BE MADE WITHOUT FIRST MAKING THE NECESSARY jointed in a straight Alignment and then deflected to the curved ARRANGEMENTS WITH THE ENGINEER IN ADVANCE alignment. Trenches shall be made wider on curves for this purpose. WORK SHALL NOT BE STARTED UNTIL ALL THE MATERIALS, EQUIPMENT AND LABOR NECESSARY TO PROPERLY COMPLETE THIE WORK ARE ASSEMBLED ON 7-113(6) LAYING DUCTILE IRON PIPE WITH THE SITE POLYETHYLENE ENCASEMENT(REVISED) EXISTING WATER MAINS SHALL BE CUT BY THE CONTRACTOR THE CONTRACTOR SHALL REMOVE THE Whcm shown in the tans,the Contractor shall le ductile iron r PORTIONS OF PIPE D PROVIDE FOR THE INSTALLATION with apolyethylene encasement. Pi and polyethylene ene encasement OF THE REQUIRED FITTINGS AT THE POINTS OF Pipe po Ye YI CONNECTION. ALL DAMAGE CAUSED BY THE Su lemental S ecifications ev.III LWW I raft Division 7 Supplemental Smiliications City of Renton ' CONTRACTOR'S OPERATIONS TO EXISTING JOINTS IN HYDRANT METER AND A BACKFLOW PREVENTION PIPING TO REMAIN IN-SERVICE SHALL BE REPAIRED BY DEVICE WILL BE USED WHEN DRAWING WATER FROM THE CONTRACTOR AT NO ADDITIONAL COST TO THE THE CITY SYSTEM. THESE MAY BE OBTAINED FROM THE STATE. THE CONTRACTOR SHALL DETERMINE THE CITY BY COMPLETING THE REQUIRED FORMS AND EXACT LENGTH OF EXISTING WATER MAIN THAT MUST BE MAKING REQUIRED SECURITY DEPOSITS THERE WILL BE REMOVED. THE PIPE ENDS SHALL BE BEVELLED TO A CHARGE FOR THE WATER USED. PREVENT DAMAGE TO THE TRANSITION COUPLING GAUGES USED IN THE TEST MAY BE REQUIRED TO BE GASKET DURING INSTALLATION OF THE COUPLING. THE CERTIFIED FOR ACCURACY AT A LABORATORY BY THE EXTERIOR OF THE EXISTING PIPE END SHALL BE OWNER CLEANED TO A SOUND, SMOOTH FINISH BEFORE A VISIBLE LEAKAGE DETECTED SHALL.BE CORRECTED INSTALLATION OF THE COUPLING. BY THE CONTRACTOR TO THE SATISFACTION OF THE TRANSITION COUPLINGS SHALL BE INSTALLED BY THE OWNER REGARDIFSS OF THE ALLOWABLE LEAKAGE , CONTRACTOR AND SHALL BE PROVIDED WITH A PLASTIC SPECIFIED ABOVE, SHOULD THE TEST SECTION FAIL TO FILM WRAP. THE PLASTIC FILM WRAP SHALL BE WRAPPED MEET THE PRESSURE TEST SUCCESSFULLY AS SPECIFIED, LOOSELY AROUND THE PIPE, FITTINGS,AND COUPLINGS THE CONTRACTOR SHALL,AT HIS OWN EXPENSE,LOCATE AND SECURED WITH 2-INCH WIDE POLYETHYLENES AND REPAIR THE DEFECTS AND THEN RETEST THE ADHESIVE TAPE. PIPELINES IN WHICH THE COUPLINGS PIPELINE. ARE INSTALLED SHALL BE WRAPPED A MINIMUM OF 3 ALL TESTS SHALL BE MADE WITH THE HYDRANT FEET ON EACH SIDE OF THE COUPLING. ALL JOINTS OR AUXILIARY GATE VALVES OPEN AND PRESSURE AGAINST SEAMS IN THE PLASTIC FILM WRAP SHALL BE MADE USING THE HYDRANT VALVE AFTER THE TEST HAS BEEN THE 2-INCH WIDE POLYETHYLENE ADHESIVE TAPE THE COMPLETED, EACH GATE VALVE SHALL BE TESTED BY PLASTIC FILM WRAP NEED NOT BE WATERTIGHT, BUT NO CLOSING EACH IN TURN AND RELIEVING THE PRESSURE PART OF THE PIPE OR COUPLING SHALL BE EXPOSED TO BEYOND. THIS TEST OF THE GATE VALVE WILL BE ' THE BACKFILL. CARE SHALL BE EXERCISED DURING ACCEPTABLE IF THERE IS NO IMMEDIATE LOSS OF BACKFILLING TO PREVENT THE PLASTIC FILM WRAP FROM PRESSURE ON THE GAUGE WHEN THE PRESSURE COMES BEING PUNCTURED OR OTHERWISE DAMAGED. PLASTIC AGAINST THE VALVE BEING CHECKED. THE FILM WRAP AND ITS INSTALLATION SHALL CONFORM TO CONTRACTOR SHAH. VERIFY THAT THE PRESSURE AW WA C105 EXCEPT AS MODIFIED HEREIN, DIFFERENTIAL ACROSS THE VALVE DOES NOT EXCEED WHEN WORK IS ONCE STARTED ON A CONNECTION, IT THE RATED WORKING PRESSURE OF THE VALVE ' SHALL PROCEED CONTINUOUSLY WITHOUT SECTIONS TO BE TESTED SHALL NORMALLY BE LIMITED INTERRUPTION AND AS RAPIDLY AS POSSIBLE UNTIL TO 1,5W FEET. THE OWNER MAY REQUIRE THAT THE COMPLETED. Ro SHUTOFF OF MAINS WILL BE PERMITTED FIRST SECTION OF PIPE, NOT LESS THAN 1,000 FEET IN OVERNIGHT OR OVER WEEKENDS OR ON HOLIDAYS, IF LENGTH, INSTALLED BY EACH OF THE CONTRACTORS THE CONNECTION TO THE EXISTING SYSTEM INVOLVES CREWS, BE TESTED IN ORDER TO QUALIFY THE CREW , TURNING OFF TIME WATER,THE CONTRACTOR SHALL BE AND/OR THE MATERIAL. PIPE LAYING SHALL NOT BE RESPONSIBLE FOR NOTIFYING THE RESIDENTS AFFECTED CO NUED MORE THAN AN ADDITIONAL 1,000 FEET BY THE SHUTOFF. THE ENGINEER WILL ADVISE WHICH UNTIL THE FIRST SECTION SHALL HAVE BEEN TESTED PROPERTY OWNERS ARE TO BE NOTIFIED. SUCCESSFULLY. THE CONTRACTOR MAY BE REQUIRED TO PERFORM PRIOR TO CALLING OUT THE OWNER TO WITNESS THE THE CONNECTION DURING TIMES OTHER THAN NORMAL PRESSURE TEST THE CONTRACTOR SHALL HAVE ALL , WORKING HOURS. THE CONTRACTOR SHALL NOT EQUIPMENT SIiT UP COMPLETELY READY FOR OPERATE ANY VALVES ON THE EXISTING SYSTEM. WATER OPERATION AND SHALL HAVE SUCCESSFULLY SYSTEM PERSONNEL WILL OPERATE ALL VALVES ON THE PERFORMED THE TEST TO ASSURE THAT THE PIPE IS IN A EXISTING SYSTEM FOR THE CONTRACTOR WHEN SATISFACTORY CONDITION. REQUIRED, BEFORE APPLYING THE SPECIFIED TEST PRESSURE.AIR , NO WORK SHALL BE PERFORMED ON THE SHALL BE EXPELLED COMPLETELY FROM THE PIPE, CONNECTIONS UNLESS A REPRESENTATIVE OF THE VALVES AND HYDRANTS. IF PERMANENT AIR VENTS ARE WATER DEPARTMENT IS PRESENT TO INSPECT THE WORK NOT LOCATED AT ALL HIGH POINTS, THE CONTRACTOR THE TYPES OF CONNECTIONS ARE VARIED AND SHALL INSTALL CORPORATION COCKS AT SUCH POINTS SUGGESTED PIPING ARRANGEMENTS HAVE BEEN SHOWN SO THAT THE AIR CAN BE EXPEII.ED AS THE LINE IS IN THE PLANS. FOR THE INSTALLATION OF THESE FILLED WITH WATER AFTER ALL THE AIR HAS BEEN CONNECTIONS THE SURFACED PORTION OF THE EXPELLED,THE CORPORATION COCKS SHALL BE CLOSED ROADWAY SMALL NOT BE PENETRATED UNLESS THE AND THE TEST PRESSURE APPLIED. AT THE CONCLUSION CONNECTING POINT IS DIRECTLY UNDER IT. FOR OF THE PRESSURE TEST,THE CORPORATION COCKS SHALL CONNECTION BY ANY OTHER METHOD, THE BE REMOVED AND PLUGGED. CONTRACTOR SHALL FURNISH A DETAILED SKETCH FOR THE TEST SHALL BE ACCOMPLISHED BY PUMPING THE , APPROVAL NOT LESS THAN TWO WEEKS PRIOR TO THE MAIN UP TO THE REQUIRED PRESSURA STOP THE PUMP EXPECTED CONSTRUCTION. FOR A MINIMUM OF 2 HOURS AS DDIRFZ1ED BY THE OWNER. AND THEN PUMP THE MAIN UP TO THE TEST PRESSURE AGAIN. DURING THE TEST THE SECTION BEING TESTED SHALL BE OBSERVED Tb DETECT ANY ' 7-113(1]) HYDROSTATIC PRESSURE TEST VISIBLE LEAKAGE A CLEAN CONTAINER SHALL BE USED (REPLACED) FOR HOLDING WATER FOR PUMPING UP PRESSURE ON THE MAIN BEING TESTED, THIS MAKEUP WATER SHALL, BE STERILIZED BY THE ADDITION OF CHLORINE TO A ALL WATER MAINS AND APPURTENANCES SHALL BE CONCENTRATION OF 50 MG L TESTED UNDER A HYDROSTATIC PRESSURE EQUAL TO 150 THE QUANTITY OF WATER REQUIRED TO RESTORE THE t PSI IN EXCESS OF THAT UNDER WHICH THEY WILL INITIAL HYDROSTATIC PRESSURE SHALL BE ACCURATELY OPERATE IN NO CASE SHALL THE TEST PRESSURE BE DETERMINED BY EITHER 1) PUMPING FROM AN OPEN LESS THAN 200 PSI. ALL PUMPS,GAUGES,PLUGS,SADDLES, CONTAINER OF SUITABLE SIZE SUCH THAT ACCURATE CORPORATION STOPS,MISCELLANEOUS HOSE AND PIPING, VOLUME MEASUREMENTS CAN BE MADE BY THE OWNER AND OTHER EQUIPMENT NECESSARY FOR PERFORMING OR,2)BY PUMPING THROUGH A POSITIVE DISPLACEMENT ' THE TEST SHALL BE FURNISHED AND OPERATED BY THE WATER METER WITH A SWEEP UNIT HAND REGISTERING CONTACTOR. ONE GALLON PER EVOLUTION. THE METER SHALL BE THE PIPELINE TRENCH SHALL BE BACKFILLED APPROVED BY THE OWNER SUFFICIENTLY TO PREVENT MOVEMENT OF THE PIPE ACCEPTABILITY OF THE TEST WILL BE DETERMINED BY UNDER PRESSURE ALL THRUST BLOCKS SHALL BE IN TWO FACTORS,AS FOLLOWS: PLACE AND SUFFICIENTLY CURED TO REACH DESIGN 1. THE QUANTITY OF WATER LOST FROM THE STRENGTH BEFORE TESTING. WHERE PERMANENT MAIN SHALL NOT EXCEED THE NUMBER OF GALLONS BLOCKING IS NOT REQUIRED, THE CONTRACTOR SHALL PER HOUR AS LISTED IN THE FOLLOWING TABLE FURNISH AND INSTALL TEMPORARY BLOCKING AND 2. THE LOSS IN PRESSURE SHALL NOT EXCEED 1 REMOVE IT AFTER TESTING. PSI PER MINUTE DURING THE TEST PERIOD. THE MAINS SHALL BE FILLED WITH WATER AND ALL WATER USED TO PREFORM HYDROSTATIC , ALLOWED TO STAND UNDER PRESSURE FOR A MINIMUM PRESSURE SHALL BE CHARGED A USAGE FEE OF 24 HOURS TO ALLOW THE ESCAPE OF AIR AND/OR ALLOW THE LINING OF THE PIPE TO ABSORB WATER E OWNER WILL FURNISH THE WATER NECESSARY TO FILL THE PIPELINES FORTESTING PURPOSES ATA TIME OF DAY ' WHEN SUFFICIENT QUANTITIES OF WATER ARE AVAILABLE FOR NORMAL SYSTEM OPERATION. A Su l lemental S ecificalions (Key, act City of Renton Sunnlernental c-ifications Division 7 ' ALLOWABLE LEAKAGE PER 1000 FT.OF 7-11.3(]}) CONCRETE THRUST BLOCKING PIPELIN IN GPH (ADDITION) E CONCRETE BLOCKING SHALL BE CLASS 'B' CONCRETE POURED IN PIACE. CONCRETE BLOCKING SHALL BEAR ' NOMINAL PIPE DIAMETER' AGAINST UNDISTURBED EARTH AT BOTTOM AND IN INCHES BEARING PVIE COSURFNCERETE BLOCKIBLONG AT ALL HYDRANTS, PSI 6' 8" 10" 12" 16' 20' 24' FITTINGS AND HORIZONTAL OR VERTICAL ANGLE POINTS. CONFORM TO THE CITY OF RENTON STANDARD DETAILS 1 FOR GENERAL BLOCKING, AND VERTICAL BLOCKS HEREIN. ALL FITTINGS TO BE BLOCKED SHALL BE 450 0.95 1.27 1.59 1.91 255 3.18 3.82 WRAPPED WITH 4-MIL POLYETHYLENE PLASTIC 400 0.90 120 15(1 1Jt0 2.40 3.00 3.60 CONCRETE BLOCKING SHALL BE PROPERLY FORMED WITH PLYWOOD OR OTHER ACCEPTABLE FORMING 350 0.94 1,12 1.40 1.69 225 2.81 3,37 MATERIALS AND SHALL NOT BE POURED AROUND JOINTS. 275 0.75 1.00 124 IA9 1.99 2A9 199 THE FORMS SHALL BE STRIPPED PRIOR TO BACKFILLING. JOINT RESTRAINN (SHACKLE RODS) WHERE REQUIRED, 250 0.71 0.95 1.19 IA2 1.90 2.37 235 SHALL BE INSTALIFD IN ACCORDANCE WITH SECTION 7- 225 0.68 0.90 1.13 1.35 1.80 2.25 170 113(IS). ' 200 0.64 0.85 1,06 128 1.70 2.12 255 7-11.3W)JOINT RESTRAINT SYSTEMS (NEW) IF THE PIPELINE TINDER TESL•CONTAINS SECTIONS OF GENERAL. VARIOUS DIAMETERS,THE ALLOWABLE LEAKAGE WILL SHOWN ON THE PLANS OR IN THE BIEySITTHpE SUM OF THE COMPUTED LEAKAGE FOR EACH SPECIFICATIONS OR REQUIRED BY THE ENGINEER 1J STABY THE NDARD SPECIOR FOR THOSE F ICATIONS.O�IN SECTIO PRESSURES4.2,111 OF JOKED. ALNT L JOINNTT SYSTEM ESS RAB�SHMAATERTALSROD SEDD SHALL BE THOSE 132MANUFACTURED HOLLY AVENUE PO BOXA2.5588 COLUMBU OHIO 43216, UNLESS AN EQUAL ALTERNATE IS APPROVED IN WRITING BY THE ENGINEER 7-11.3 12 A FLUSHING (REVISED) tfA TERLALS: Sections of i to be disinfected shall first be llaahe6 'POLY- HI'GH STRENGTH ENFkZ USED SHALL BE pipe HIGH AT-TREAT LOW ALLOY 'SSTv FRIES.N),ASTM ' PIGGED' to remove airy solids or contaminated material that may A7A2,HFAT-TREATED,SUPERSTAR"SST'SERIES have become Lodged m the pr If ne-Avdsoat-ia�nswNs6an+ke+RA 6f HIGH STRENGTH LOW-ALLOY STEEL.(COR-TEN),ASTM shs-etainTHE MAIN CANNOT BE 'POLY-PIGGED", then a tap A24Z SUPERSTAR'SS'SERIES. shall be provided large enough to develop a velocity of at least 25 fps ITEMS TO BE GALVANIZED ARE TO MEET TILE in the main. FOLLOWING REQUIREMENTS: ' Taps required by the Contractor for temporary or permanent ASTM A153 FOR GALVANIZING IRON AND STEEL release of air, chlorination or flushing purposes shall be provided by HARDWARE, the Contractor as a part of the construction of water mains. ASiM A123 FOR GALVANIZING ROLLED,PRESSED AND FORGED STEEL SHAPES The Contractor shall be responsible for disposal of treated water JOINT RESTRAINER SYSTEM C MPONENTS: ' flushed from mains and shall neutralize the wastewater for protection ZINC of aquatic life in the receiving water before disposal into any oaturai PLATED -DIP GALV 7.3/8' 'FOR 2' drainage channel. The Contractor shall be responsible for deposing of AND 3" MECHANICAL JOINTS, 3/4' FOR d TO 12' disinfecting solution to the satisfaction of State and local authonnes. If MECHANICAL JOINTS, ASTM A325, TYPE 3D, EXCEPT apptovcd by the Engineer, disposal may be made to any available TENSILE STRENGTH OF FULL.BODY THREADED sani� taryry sewer pprovided the rate of disposal will not overload the scorer. SECTION SHALL BE INCREASED TO 40 000 LBS.MINIMUM DIiCIiLORINATION OF ALL WATER USED FOR FOR 5/8" AND 60000 L.BS. MINIMUM FOR 3/4' BY HEAT DISINFECTION SHALL BE ACCOMPLISHED IN ACCORDANCE TREATING (QUENCHING AND TEMPERING) TO WITH THE CITY'S STANDARD DETAIL INCLUDED IN THIS MANUFACTURES REHEAT AND HARDNESS DOCUMENT. WATER CONTAINING CHLORINE RESIDUALS SPECIFICATIONS SST 753: 3//4" FOR 14' TO 24' SHALL NOT BE DISPOSED INTO THE STORM DRAINAGE MECHANICAL JOINT'S. SAME ASTM SPECIFICATION AS SYSTEM OR ANY WATERWAY. SST 7. SSr 77:3 4'SAME AS SST 7,EXCEPT 1'EYE FOR 7/9" ROD.SAME ASrM SPECIFICATION AS SST 7. 7-11.3(12)D DRY CALCIUM HYPOCHLORITE TIENUT: HEAVY ILEX NUT FOR EACH TTEBOLT: SSS:5 8' (REPLACED) AS1M A563,GRADE C3,P PLATED. S8: 5 "AND 3/4' ASTM A563 GRADE A, PLAIN, ZINC DRY CALCIUM HYPOCHLORLI'E SHALL NOT BE PLACED PT''' OR HOT-[SIP GALVANIZED INTHE PIPE AS LAID. TfECOUPLING: USED TO EXTEND CONTINUOUS TREED-KODS AND ARE PROVIDED WITH A CENTER STOP TO AID INSTALLATION PLAIN, ZINC PLATED OR 7-11. 2 K RETENTION PERIOD (REVISED) HOT-DIP GALVANIZED. SS10:MR5 AND 3/4-TIERODS, ASTM A563, GRADE C3, 510: FOR 5 AND 3/4"TIERODS, Treated water shall be retained in the pipe at least 24 hours BUT ASTM A563+GRADE A NO LONGER THAN 48 HOURS After this period, the chlorine TIEROD: CONTINUOUS THREADED ROD FOR CUTTING residual at pipe extremities and at other representative points shall be TS66S7RED LENGTHS,PLAIN,ZINC PLATED OR HOT-DIP at least 25 mg/l. GALVANIZED. SS12:5/8'AND 3 4-DIAMETER,ASIM A24Z TYPE 2; ANSI 81.1. 512: 518"AND 3/4" DIAMETER ASTM 7-11.3(12)N FINAL FLUSHING AND TESTING A36'A307• ' (REVISED) TIEWASHER: ROUND FLAT WASHERS PLAIN, ZINC P XtE13-OR HOT-DIP GALVANIZED. SSt17: ASTM A242, Before placing the lines into service, a satisfactory report shall be F436. 517:ANSI B18.22.1. received from the total or State hwith department OR AN SIALIATION: APPROVED TESTING LAB on sim Les collected from JOINT RESTRAINT SYSTEM IN ' ACCORDANCE WITH THE MANUFACTURES tepreuntative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. INSTRUCTIONS SO ALL JOINTS ARE MECHANICALLY LOCKED TOGETHER TO PREVENT JOINT SEPARATION. 1 Su lemental S ecifications (It", ape Division 7 Supplemental Specifications City of Renton TIEBOLTS SHALL BE INSTALLED TO PULL AGAINST THE chaN§s-Pam ' MECHANICAL JOINT BODY AND N MJ NOT THE FOLLOWER sha�np h!Oms+n-fsst-and TORQUE NUTS AT 75-90 FOOT POUNDS FOR 3[4• NUTS. �swwe:sNaB , of INSTALL TIECOUPLINGS WITH BOTH RODS 'i'tik;k]5ED VALVE EQUAL DISTANCE INTO TIECOUPLINGS. ARRANGE A KE SHALL BE G OMTE COMPOS UTILITY TIERODS SYMMETRICALLY AROUND THE PIPE. MARKER 375•X 6'-0. OR APPROVED EQUAL WITH BLUE LABFL'WATER'. , PIPE DIAMETER....._._... NUMBER OF 3/4• TIERODS REQUIRED 7-14 HYDRANTS 6'......................._................._2 ' 8........................._..............3 10'._................................_.......4 12•._..........................__..........6 7-14.3(1) SETTING HYDRANTS (REPLACED) 14•............._........._................8 16'._._._._._....__.........................8 18'._._........_...._.._._....._..._.__....B WHERE SHOWN ON THE PLANS HYDRANTS SHALL BE 20'...._____..._._............_._......10 INSTALLED IN ACCORDANCE Wfffi THE DETAIL SHOWN 7A•..........-----...................___.14 ON THE STANDARD PLANS. HYDRANTS SHALL NOT BE 30".--........__.__...._._._.-_._._.__ 16-7/8"RODS INSTALLED WITHIN THE CLEAR ZONE OF A TRAVELED 36'.___._...._.....�._......_...(24-7/8"RODS; RIGHT OF WAY. IN ADDITION A MINIMUM OF THREE- FOOT RADIUS UNOBSTRUCTED WORKING AREA SHALL BE PROVIDED AROUND ALL HYDRANTS THE SIDEWALK FLANGE SHALL BE SET 2 INCHES MINIMUM TO 4 INCHES WHERE A MANUFACTURES MECHANICAL JOINT MAXIMUM ABOVE FINISHED GRADE. VALVE OR FITTING IS SUPPLIED WITH SLAPS FOR 'I" ALL HYDRANTS SHALL BE SET ON CONCRETE BLOCKS BOLTS INSTEAD OF HOLES,A FLANGED VALVE WITH A AS SHOWN ON THE STANDARD PLANS THE HYDRANT FLANGE BY MECHANICAL JOINT ADAPTOR SHALL BE DRAIN SHALL WASTE INTO A PIT OF CRUSHED STONE OR USED INSTEAD, SO AS TO PROVIDE ADEQUATE SPACE GRAVEL SITUATED AT THE BASE OF THE HYDRANT AS FOR LOCATING THE TIEBOLTS. SHOWN IN THE STANDARD PLANS. WHERE A CONTINUOUS RUN OF PIPE IS REQUIRED T) ALL HYDRANTS SHALL BE INSPECTED IN THE FIELD BE RESTRAINED NO RUN OF RESTRAINED PIPE SHALL UPON ARRIVAL TO ENSURE PROPER WORKING ORDER ' BE GREATER THAN 60 FEET IN LENGTH BETWEEN AFTER INSTALLATION, THEY SHALL BE SUBJECTED TO A FTITINGS, INSERT LONG BODY SOLID SLEEVES AS HYDROSTATIC TEST AS SPECIFIED IN SECTION 7-11. REQUIRED ON LONGER RUNS TO KEEP TIEROD AFTER ALL INSTALLATION AND TESTING IS COMPLETE, LENGTHS TO THE 60 FOOT MAXIMUM. PIPE USED IN THE EXPOSED SECTION OF THE HYDRANT SHALL BE CONTINUOUSLY RESTRAINED RUNS SHALL BE PAINTED WITH ONE FIELD COAT. THE TYPE AND COLOR , MECHANICAL JOINT PIPE AND TIEBOLTS SHALL BE OF PAINT SHALL BE PRESERVATIVE PAINT, INSTALLED AS ROD GUIDES AT EACH JOINT. INTERNATIONAL YELLOW OR APPROVED EQUAL WHERE POLY WRAPPING IS REQUIRED ALL TIEBOLTS, ANY HYDRANT NOT IN SERVICE SHALL BE IDENTIFIED TIENUTS TIECOUPLINGS, TIERODS AND TIEWASHERS, WITH A DISC OR BY COVERING WITH A PLASTIC BAG SHALL BE GALVANIZED. ALL DMiURBED SECTIONS APPROVED BY THE ENGINEER WILL BE PAINTED,TO THE INSPECTORS SATISFACTION, HYDRANTS SHALL BE INSTALLED IN ACCORDANCE , WITH KOPPERS BITOMASTIC NO. 300-M, OR APPROVED WITH AWWA SPECIFICATIONS Cboo-77, SECTIONS 3.7 AND EQU3.&1 AND THE WATER STANDARD DETAILS. HYDRANT WHERE POLY WRAPPING IS NOT REQUIRED ALL AND GUARD POSTS SHALL BE PAINTED IN ACCORDANCE TIEBOLTS, TIENUTS TIECOUPLINGS, TIERODS AND WITH THE WATER STANDARD DETAIL UPON TIEWASHERS MAY BE GALVANIZED AS SPECIFIED IN COMPLETION OF THE PROJECT, ALL FIRE HYDRANTS ' THE PRECEDING PARAGRAPH OR PLAIN AND PAINTED SHALL BE PAINTED TO THE CITY OF RENTON 1N THE ENTIRETY WITH KOPPERS BITUMASIIC NO.800-M, SPECIFICATIONS AND GUARD POSTS PAINTED YELLOW. OR APPROVED EQUAL FIRE HYDRANTS SHALL BE OF SUCH LENGTH AS TO BE TIEBOLTS, TIENUTS TIECOUPLINGS, TIERODS, AND SUITABLE FOR INSTALLATION WITH CONNECTIONS TO 6', TIEWASHERS SHALL BE CONSIDERED INCIDENTAL TO 8'AND 10, PIPING IN TRENCHES 3-1 2 FEET DEEP UNLESS INSTALLATION OF THE PIPE AND NO ADDITIONAL OTHERWISE SPECIFIED. THE HYDRANT SHALL BE ' PAYMENT DESIGNED FOR A 4-1/2 FOOT BURIAL WHERE 12• AND LARGER PIPE IS SHOWN UNLESS OTHERWISE NOTED ON THE PLAN. 7-12 VALVES FOR WATER MAINS 7-14 3(22) HYDRANT CONNECTIONS(ADDITION) ' FIRE HYDRANT ASSEMBLY SHALL INCLUDE CI TEE X FL) 6- GATE VALVE(FL X MJ) 6' CI SPOOL SPE X PE 5• 7-12.2 MATERIALS (ADDITION) MVo fi[RE HYDRANT(MJ CONNECTION)8-X 24 CAST IRON ' VALVE BOX AND 3/4 INCH SHACKLE ROD WITH VALVES SHALL BE DESIGNED FOR A MINIMUM WATER ACCESSORIES TWO CONCRETE GUARD POSTS(ONLY IF OPERATING PRESSURE OF 200 PSI. GATE VALVES SHALL BE OUTSIDE R/)V) CLAW LIST 14, MUELLER COMPANY NO.A-2380, KENNEDY, JOINT RESTRAINT(SHACKLE RODS) SHALL BE OR M dt H. INSTALLED IN ACCORDANCE WITH SECTION 7-113(15) , APPROVAL OF VALVES OTHER THAN MODELS SPECIFIED SHALL BE OBTAINED PRIOR TO BID OPENING. ALL VALVES LESS THAN 12' IN DIAMETER SHALL 7-144(3) RESETTING EXISTING HYDRANTS INCLUDE AN 8" X 24' CAST IRON VALVE BOX AND (ADDITION) EXTENSIONS, AS REQUIRED. ALL 12' DIAMETER AND ( LARGER VALVES SHALL BE INSTALLED IN A VAULT. SEE WATER STANDARD DETAILS FOR 12' VALVE ASSEMBLY This work shall conform to Section 7.143(1 ALL HYDRANTS VAULT AND 1'BYPASS INSTALLATION. SHALL BE REBUILT TO THE APPROVAL OF THE QTYiOR REPLACE WITH A NEW HYDRAND. ALL RUBBER GASxKtEI1Sa' 1 SHALL BE REPLACED WITH NEW GASKETS OF THE TYPE 7-12 4 ' POST REVISED)INSTALLATION OF VALVE MARKER REQUIRED FOR NEW INSTALLATION OF THE SAME TYPE Where�egcored a vaWe marker post shall be fumished and installed with each valve. l)aWe marker pods shall be Placed at the edge of the ' right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. Su mental S cifications MEev. a£e ' City of Renton Supplemental Specifications Division 7 ' 7-14.3(4) O G EXISTING MOVING HYDRANTS TYPE III: WHERE FUTURE STUB SERVICES SHALL .- BE INSTALLED THEY SHALL BE (ADDITION) INSTALLED AS ABOVE,TO THE (PROPE/RTY LINE)WITH A METER BOX ALL HYDRANTS SHALL BE REBUILT TO THE APPROVAL 1HMEMD SPARCER THE LENGTH OF OF THE C GA GASKETS REPLACE WITH A NEWREPLACED HYDRANT).WITH ALL METER SHALL BE INSTALLED IN PLACE RUBBER GASKETS SHALL BE REPLACED WI A NEW OFTHEMHTER GASKET'S OF THE TYPE REQUIRED FOR A NEW INSTALLATION OF THE SAME TYPE ' 7-14.5 PAYMENT(REVISED) 7-17 SANITARY SEWERS Payment will be made for each of the following bid items that are included in the proposal: 1 1. 'Hydrant A.ssembly',per each. The unit contract price per each for'Hydrant Assembly"shall be full 7-17.1 DESCRIPTION pay for all work to furnish and install fire hydrant assemblies,including all costs for auxiliary gate valve, shackles, tic rods, concrete blocks, gravel, painting AND GUARD POSTS required for the complete This work shall consist of constructing sanitary sewer lines in tnsanation of the hydrant assembly as specified, except the pipe accordance with the plans,these Specifications,and the Standard Plans, connectin the hydrant to the main will be td for as specified m u staked b the EngiinFeeeer. SEWER LOCATED IN THE AQUIFER Section SHOWN ON PLAN GUARD ANND SOSTS IF HAI.1- BE INCIDIRED ENTAL TO THE INDIVIL BE PROTE DUAL BASIS. SHALL BE DESIGNED ON AN CONTRACT. THE UNIT CONTRACT PRICE PER EACH FOR 'HYDRANT ASSEMBLY COMPLETE'SHALL BETHE SAME AS 'HYDRANT ASSEMBLY'EXCEPT THAT THE 6-INCH DUCTILE 7-17.2 MATERIALS (REVISED) IRON PIPE CONNECTING THE HYDRANT TO THE MAIN SHALL BE INCLUDED IN THE UNIT CONTRACT PRICE FOR 'HYDRANT ASSEMBLY COMPLETE'. Pipe usedfor sanitary sewers may be: 2. 'Resetting Existing Hydrants',per each. Rigid The unit contract price per each for "Resetting Existing Hydrant' Concrete ible shall be full pay for all work to reset the existing hydrant, including A135rVitrifi�Itesite REBUILDING(OR REPLACEMENT WITH A NEW HYDRANT), Qa shackling, BLOCKING, painting,and reconnecting to the main. New PVC(Pol n Chloride pipe required from the main to the hydrant will be paid as specified in Ductile Iron ) chon 7-115. ' 3. 'Moving Existing Hydrants',per each. The unit contract price per each for"Moving Existing Hydrant'shall Materials shall meet the requirements of the following Sections. be full pay for all work to move the existinghdrant�mcludin H new tee, REBUILDING(OR REPLACEMWIAWRANn, Plain Concrete Stonn Sewer Pipe_.......................................9-05.7((1)) shackling, BLOCKING, painting,and reconnecting to the main. New Reinforced Concrete Storm Sewer Pipe.........._._..._.._......9-05.7(2) ' ppipe for hydrant connections will be paid for as specified in Section 7. VN 3-S$ 115. PVC Sewer ipe................._._—....._......................................9-05.12 4. 'Reconnecting Existing Hydrants',per each. Ductile Iron Sewer Pt ....9-05.13 �o:r.............................................._.. n n The unit roman pricy per each for "Reconnecting Existing ene, � 5,}q Hydrant" shall be full pay for all work to reconnect the e�dtting hydrant,excepting however,that new pipe used for the connection will be paid as specified in Section 7-I15. 5, Hydrant Extensions,Vertical",per linear foot. The unit contract price per linear foot for 'Hydrant Extension, 7-17.3(1)A SEWER TRENCH(ADDITION) Vertical"shall be full pay for all work to extend the hydrant vertically. - IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION 4 FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENT'S OF SECTION 2- 7-15 SERVICE CONNECTIONS 09. 3 B, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR ALONE SHALL BE RESPONSIBLE FOR WORKER SAFETY, AND THE STATE ASSUMES NO ' RESPONSIBILITY. THE CONTRACTOR MUST SUBMIT SIX SETS OF PLANS 7-15.3 CONSTRUCDON DETAILS (REVISED) BEFORE SHORING OR CRIBBING. THESE PLANS MUST MEET THE PLAN REQUIREMENTS SET FORTH IN SECTION Pi materials used to extend or replace existin water service lines 2-093 3 D. Pipe8 UP COMPLETING THE WORK, THE CONTRACTOR ' shall be co r, ge} wa r- ya��ylene-pips SERVICE LINE SHALL REMOVE ALL SHORING AND CRIBBING UNLESS THE CONNECTION TO THEN}3�W MAIN WILL CONFORM TO THE PLANS OR THE ENGINEER DIRECT OTHERWISE STANDARD PLANS OF THE CITY OF RENTON BOUND HEREIN AS APPLICABLE THE ENGINEER WILL INDICATE THE LOCATION FOR THE TAPS ON THE NEW MAW FOR 7-17.3(1)B PIPE BEDDING (ADDITION) EACH SERVICE TO BE CONNECTED, THE CONTRACTOR WILL DIRECT TAP MAIN FOR 3/4" PIPE BEDDING MATERIAL FOR PVC PIPE SHALL BE SERVICE THE CONTRACTOR WILL USE COPPER TUBING, PLACED TO A DEPTH OF 6' BELOW THE BOTTOM OF THE TYPE K,SOFT FOR 3/4-SERVICES. PIPE AND EXTENDING UP 6' ABOVE THE CROWN ON ALL PIPES. TYPE I: CONNECTIONS TO EXISTING COPPER THE HAND-PLACED BEDDING AROUND THE PIPE AND SERVICES WILL BE MADE WITH TO A POINT 6' ABOVE THE CROWN SHALL BE FOOT- COMPRESSION TYPE,THREE PART UNION TAMPED UNTIL IT IS UNYIELDING. THE REMAINING COUPLINGS. BACKFILL SHALL BE MECHANICALLY TAMPED WITH HAND-OPERATED MECHANICAL OR PNEUMATIC TAMPERS TYPE U: WHERE EXISTING GALVANIZED TO 95%o DENSITY. SERVICES EXIST,THEY SHALL BE PIPE BEDDING SHALL BE CONSIDERED INCIDENTAL TO REPLACED WITH A NEW COPPER PIPE THE PIPE AND NO FURTHER COMPENSATION SHALL BE SERVICE TO THE PROPERTY LINE MADE (METERS SHALL BE LOCATED IN LANTER STRIP BETWEEN SIDEWALK ' AND CURB) Suemental S ecifications l REev. ace Division 7 Supplemental Scecifrcations City of Renton ' 7-17. (2)1i PIPE LAYING (REVISED) COLOR Arm COMP COMPATIBLE SAID VIDEO CITTYYS VIE WINBE AND RECORDING SYSTEMS. THE CITY SYSTEM ACCEPTS 162' After an accurate made line has been established,the tnpe shall be WIDE HIGH DENSITY VHS TAPES. THE TAPES WILL BE RUUN laid within reasonably dose conformity to the established line and AT STANDARD SPEED SP(15/161.PS.). grade in the properly dewatercd trench. Mud,silt, gavel, and other foreign material shall be kept out of the pipe and off the jointing surfaces. 7-17A MEASUREMENT(REVISED) ' All pipe laid in the trench to the specified line and grade shall be kept in longitudinal compression until the backfill has been compacted Excavation of the sewer trench will be measured the same as to the cram of the pipe. All pipe shall be laid to conform to the structure excavation Class B,by-tha-wbW y*r4,4s specified in Section resc'bed line and grade shown m the plans, within the limits that 2.09 fun,-. MEASUREMENT OF BANK RUN GRAVEL FOR TRENCH invert of ' Sewer pipe shall be laid to a true line and grade at the the BE BY THE TON IN ACCORDANCE WITH pipe and the Contractor shall exercise care in matching pipe it BACI0ILL WILT. nts for SECTION 1-09.1, OR BY THE CALCIIATTON OF NEAT LINES concentricity and compatibility. In no case shall two pipes a joined BASED ON MAXIMUM TRENCH WIDTH PER SECTION 2.0.4 together with ends having the manmum manufacmmes tolemnce. The USING A CONVERSION FACTOR OF 1S TONS PER CUBIC invert line may vary from the true line and grade within the limits YARD WHICHEVER IS LESS stated to develop uniformity, concentricity, and uniform compression SHORING AND CRIBBING OR EXTRA EXCAVATION ' o[jointing material pprovided such variance at the invert shall not TRENCH WILL BE MEASURED AS SPECIFIED IN SECTION 2- extted plus or minus 0.03 foot at the time of backfill. Checking of the 09 4 FOR SHORING AND CRIBBING OR EXTRA EXCAVATION invert elevation of the pipe may be made by calculations from CLASS B measurements on the top of the pt , OR BY LOOKING FOR PONDING OF 1/r OR r A$S WHICH INDICATES A SATISFACTORY CONDITION. AT MANHOLES, WHEN THE 7-17.5 PAYMENT(REPLACED) DOWNSTREAM PIPE(S)IS OF A LARGER SIZE,PIPETS)SHALL BE LAID BY MATCHING THE (EIGHT-TEN H ) FLOW ELEVATION, UNLESS OTHERWISE APPROVED BY THE 1. 11.....SANITARY SEWER PIPE',PER LINEAR FOOT ENGINEER 2. '-.'X...'TEES'PER EACH ' The sewer pipe,unless otherwise approved by the Engineer,shall be 3. "T.V.INSPECTION'PER LUMP SUM laid up grade from point of connection on the existing sewer or from a 4. BANK RUN GRAVEL FOR TRENCH BACKFILU,PER designated starting point. The sewer pipe shall be installed with the TON bell end forward or upgrade. When pipe ltpnf,a not in progress,the THE UNIT CONTRACT PRICE PER LINEAR FOOT FOR forward end of the pipe shall be kept tight c osed with an approved SEWER PIPE OF THE KIND AND SITE SPECIFIED S1IAT-1.BE temporary plug. FULL COMPENSATION FOR STRUCTURE EXCAVATION, Where pipe mes are to be laid on specified curves of sufficiently DEWATERENG BACIMLLING FURNISHING,HAULING AND short radius to deflect the pipe joints in an amount greater than ASSEMBLING SIN PLACE THE COMPLETED INSTALLATION recommended by the manufacturer,the curves shall be achieved with a INCLUDING ALL SPECIAL FITTINGS JOIN' MATERIALS series of tangents and shop-fabricated bends,subject to the approval of TESTING PER SECTION 7-17.3(4) A[9D ADJUSTMENT OP the Engineer. INVERTS TO MANHOLES FOR THE COMPLETION OF THE INSTALLATION TO THE REQUIRED LINES AND GRADES. 9. 'SHORING AND CRIBBING OR EXTRA 7-17.3(2)G SEWER LINE CONNECDONS EXCAVATION TRENCH'PER LUMP SUM. (ADDITION) THE UNIT CONTRACT PRICE PER LUMP SUM FOR 'SHORING AND CRIBBING OR EXTRA EXCAVATION TRENCH' SHALL BE FULL PAY FOR THE WORK AS UNLESS OTHERWISE APPROVED BY THE ENGINEER ALL SPECIF16 IN SECTION 2.095.FOP SHORING AND CRIBBING CONNECTIONS OF LATERAL SEWERS TO EXISTING MAINS OR EXTRA EXCAVATION CLASS B. SHALL BE MADE THROUGH A CAST IRON SADDLE SECURED TO THE SEWER MAIN WITH STAINLESS STEEL BANDS. WHEN THE EXISTING MAIN IS CONSTRUCTED OF , VITRIFIED CLAY PLAN ON REINFORCED CONCRETE,CAST OR DUCTILE IRbN PIPE, THE EXISTING MAIN SHALL BE CORE DRILLED. CONNECTIONS (UNLESS BOOTED CONNECTIONS HAVE BEEN PROVIDED FOR)) TO EXISTING CONCRETE ' MANHOLES SHALL BE CORE DRILLED, AND SHALL HAVE AN 'O' RING RUBBER GASKET MEETING ASTM C-478 IN A MANHOLE COUPLING EQUAL TO THE JOHNS-MANVILLE ASBESTOS-CEMENT COLLAR, OR USE A CONICAL TYPE FLEXIBLE SEAL. EQUAL TO KORE-N-SEAL PVC PIPE CONNECTION SHALL CONSIST OF TEE, NIPPLE AND ' COUPLERS AS APPROVED BY THE ENGINEER 7-17 3(2)1 PROTEMON OF EXISTING SEWERAGE FACILITIES (ADDITION) WHEN EXTENDING AN EXISTING SEWER THE DOWNSTREAM SYSTEM SHALL BE PROTECTED FROM CONSTRUCTION DEBRIS BY PLACING A SCREEN OR TRAP IN THE FIRST EXISTING MANHOLE DOWNSTREAM OF THE CONNECTION. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN THIS SCREEN OR TRAP UNTIL THE NEW SYSTEM IS PLACED IN SERVICE AND THEN TO REMOVE IT. ANY CONSTRUCTION DEBRIS WHICH ENTER THE EXISTING DOWNSTREAM SYSTEM, SHALL BE REMOVED BY THE CONTRACTOR AT HIS EXPENSE, AND TO THE SATISFACTION OF THE ENGINEER WHEN THE FIRST MANHOLE IS SET, TTS OUTLET SHALL BE PLUGGED UNTIL ACCEPTANCE BY THE ENGINEER 7-17 3(44)1 TELEVISION INSPECTION(ADDITION) , ONCE THE TELEVISION INSPECTION HAS BEEN COMPLETED THE CONTRACTOR SHALL SUBMIT TO THE ' ENGINEER THE WRITTEN REPORTS OF THE INSPECTION Sa Iemental5 a ,eattons ev. siteiu , City of Renton Supplemental Smifications Division 8 8-04.5 PAYMENT(ADDITION) DIVISION 8 18. 'EXTRUDED CEMENT CONC.CURB%PER LINEAR MISCELLANEOUS CONSTRUCTION THE UNIT CONTRACT PRICE PER LINEAR FOOT FOR 'EXTRUDED CEMENT CONC CURB• SHALL BE FULL PAY FOR SURFACE PREPARATION PLACEMENT, AND ALL OTHER MATERIALS, TOOLS, 1�QUIPMENT', AND LABOR REQUIRED FOR CONSTRUCTION. 8-03 IRRIGATION SYSTEM ' 8-07 PRECAST TRAFFIC CURB AND 8-03.3(2) EXCAVATION(REVISED) BLOCK TRAFFIC CURB 1 Detectable marking tape shall be placed in the trench directly above, parallel to, and along the entire length of all nonmetallic water pipes and a8 nonmetallic and aluminum conduits placed under adsting or 8-07.3(2) PAINTING OF CURBS (REVISED) future pavement. The width of ile 'apa AND THE BURIAL Dim ' shall be as recommended by the manufacturer. fee-1•11e-4ariaL9eplh eaeouatarod.ep.Fhoprejeer. Concrete curbing shall be painted with two full coats of State paint formula No. H-2-83 or H-3-83 as shown in the plans or as directed by the Engineer. The paint can be a plied by brush or spay. The second coat shall ah�ave glass traffic ge�ot beads sprinkled in 8-04 CURBS, GUTTERS, SPILLWAYS AND The beads shallltconform tlrente o the requirements ofoofSection 8-22.7 r foot of curbing. INLETS 8-08 PLASTIC TRAFFIC BUTTONS 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS AND SPILLWAYS(REVISED) At the option of the Contractor, the curb and gutter may be 8-08.5 PAYMENT (REVISED) ' constructed using approved slip-form equipment. The curb and gutter shalt be constructed to the same requirements as the cast-in-place curb Payment will be made for the following bid item when included in and gutter THE the proposal: FOLLOWING IX DESIGN MAY BE SED IN LIEU OF CLASS 1. •Plastic Traffic Button Tyyppee....• ppecr each. i3 CONCRETE WHEN SLIP-FORMING: 2. 'PLASTIC TRAFFIC BUTTOPITYPE DIVERTER.....; ' PER EACH. The unit contract price per each for'Plastic Traffic Button Type shall be full pay for fumishing and installing the plastic traffic buttons 8-04.3(1)A EXTRUDED CEMENT CONCRETE as specified. CURB (NEW) EXTRUDED CEMENT CONCRETE CURB SHALL BE $_O9 RAISED PAVEMENT MARKERS PLACED SHAPED AND COMPACTED TRUE TO LINE AND GRADE WITH AN APPROVED EXTRUSION MACHINE. THE (REPLACED) EXTRUSION MACHINE SHALL BE CAPABLE OF SHAPING AND THOROUGHLY COMPACTING THE CONCRETE TO THE REQUIRED CROSS SECTION. PAVEMENTTHE SHALL LOOSE AND DDELETE OUS BMATERIAL PRIOR CLEANED CURB 8-09.1 DESCRIPTION PLACEMENT. AT THE CONTRACTOR'S OPTION CONCRETE CURBS SHALL BE ANCHORED TO THE EXISTING THLS WORK SHALL CONSIST OF FURNISHING AND PAVEMENT EITHER BY PLACING STEEL TIE BARS ONE INSTALLING RAISED PAVEMENT MARKERS OF THE TYPE FOOT ON EACH SIDE OF EVERY JOINT, OR BY USING AN SPECIFIED IN THE PLANS, IN ACCORDANCE WITH THESE ADHESIVE SPECIFICATIONS AND AT THE LOCATIONS INDICATED IN TIE BARS SHALL MEET THE DIMENSIONS SHOWN ON THE THE PLANS OR WHERE DESIGNATED BY THE ENGINEER- STANDARD PLAN, THE ADHESIVE SHALL MEET THE THE COLOR OF RAISED PAVEMENT MARKERS SHALL REQUIREMENTS OF SECTION 9-26 FOR TYPE II EPDXY CONFORM TO THE COLOR OF THE MARKING FOR WHICH RESIN. THEY SUPPLEMENT, SUBSTITUTE FOR, OR SERVE AS A JOINTS IN THE CURB SHALL BE SPACED AT 10 FOOT POSITIONING GUIDE FOR INTERVALS. JOINTS SHALL BE CUT VERTICALLY AND TO A DEPTH OF 5 INCHES AS SHOWN ON THE STANDARD PLAN. THE CONCRETE MIX DESIGN FOR EXTRUDED CEMENT $-09.2 MATERIALS CONCRETE C3U(R�B SHALL MEET THE REQUI FOR SECTION REMENTS OF REOUIREM�EI fI'S FOR CLEMENT CLP FORM ONCRETE CURB AND R RAISED PAVEMENT MARKER (RPM) SHALL MEET THE CEMENT CONCRETE CURB AND GUTTER SHALL APPLY TO REQUIREMENTS OF THE FOLLOWING SECTIONS: EXTRUDED CEMENT CONCRETE CURB, THE CONTRACTOR MAY SUBSTITUTE EXTRUDED RPM TYPE I................ ___._._.._ CEMENT CONCRETE CURB FOR ASPHALT CONCRETE CURB RPM TYPE 2...... UPON RECEIVING WRITTEN PERMISSION FROM THE RPM TYPE ENGINEER THERE WILL BE NO CHANGE IN UNIT ADHESIVE...........................__.....___—_................9-2b2 CONTRACT PRICE IFTHIS SUBSITTITTION IS ALLOWED. 1 ' Su lemental S ecificatinns ev. an Division 8 Supplemental Specifications City of Renton ' 8-09 3 CONSTRUCTION REQUIREMENTS INCH LEFT OR RIGHT OF ESTABLISHED GUIDE LINE WILL BE PERMITTED. THE CONTRACTOR SHALL REMOVE AND REPLACE AT NO EXPENSE TO THE STATE ALL IMPROPERLY PLACED MARKERS. MARKERS SHALL NOT BE PLACED OVER LONGITUDINAL 8.09.3(l) SURFACE PREPARATION OR TRANSVERSE JOINTS IN THE TAVEMENT SURFACE ONE ROADWAY SECTIONS WHICH ARE NOT OPEN TO ALL SAND, DIRT,AND LOOSE EXTRANEOUS MATERIAL PUBLIC TRAFFIC jRE PREHEATING OF THE MARKERS BY SHALL BE SWEPT OR BLOWN AWAY FROM THE MARKER DRY HEATING B RE SETTING WILL NOT BE REQUIRED LOCATION AND THE CLEANED SURFACE PREPARED BY PROVIDED THE ADHESIVE DEVELOPS THE REQUIRED ONE OF THE FOLLOWING PROCEDURES: BOND STRENGTH S. GRAMS PER SQUARE INCH IN LESS THAN THREE HOURS. IF THE ROADWAY SECTION IS ' WHEN DEEMED NECESSARY BY THE CARRYING PUBLIC TRAFFIC DURING THE INSTALLATION OF THE MARKERS, THE 15 MINUTE SIT-TO-TRAFFIC ENGINEER,ALL SURFACE DIRT WITHIN PROVISION WILL BE ENFORCED AND NECESSARY AREAS TO RECEIVE MARKERS SHALL BE FLAGGING AND TRAFFIC CONTROL NIB.L BE REQUIRED. REMOVED. LARGE AREAS OF TAR 8-09.4 MEASUREMENT GREASE,OR FOREIGN MATERIALS MAY REQUIRE SANDBLASTING,STEAM MEASUREMENT OF MARKERS WILL BE BY UNITS OF PER CLEANING,OR POWER BROOMING TO EACH TYPE OF MARKER FURNISHED AND SET IN PLACE. ' ACCOMPLISH COMPLETE REMOVAL APPLICATION OF MARKERS SHALL NOT 8-09.5 PAYMENT PROCEED UNTIL FINAL PAYMENT WILL BE MADE FOR EACH OF THE AUTHORIZATION IS RECEIVED FROM FOLLOWING BID ITEMS THAT ARE INCLUDED IN THE THE ENGINEER. PROPOSAL, 1. RAISED PAVEMENT MARKER TYPE 1",PER EACH. THE PAVEMENT SHALL BE SURFACE 2. "RAISED PAVEMENT MARKER TYPE 2",PER EACH 3. 'RAISED PAVEMENT MARKER TYPE 3- IN.', DRY,AND IN COOL WEATHER SHALL BE PER EACH. HEATED BY INTENSE RADIANT HEAT THE UNIT CONTRACT PRICE PER EACH FOR 'RAISED PAVEMENT MARKER TYPE 1", "RAISED PAVEMENT (NOT DIRECT FLAME)FORA MARKER TYPE 2" AND 'RAISED PAVEMENT MARKER TYPE SUFFIC[FNTI-ENGTHOFTIMETOWARM 3 _ IN." SHALL BE FULL PAY FOR ALL LABOR, MATE[+SE4S AND EQUIPMENT NECESSARY FOR , THE PAVEMENT AREAS OF MARKER FURNISHNd AND INSTALLING THE MARKERS W ACCORDANCE WITH THESE SPECIFICATIONS INCLUDING APPLICATION TO A MINIMUM OF 70 ALL COST AND EXPENSE INVOLVED WITH TRAFFIC DEGREES F CONTROL IN ACCORDANCE WITH SECTION 1-07.23(5). 8-09.3(2) MARKER PREPARATION ' 8-11 GUARDRAIL TYPE 2 MARKERS MAY BE WARMED PRIOR TO SETTING BY HEATING TO A MAXIMUM TEMPERATURE OF 120 , DEGREES F FORA MAXIMUM OF 10 MINUTES. 8_11 3(2)!;[JARDRAIL CONSTRUCTION EXPOSED 8-09.3(},1 ADHESIVE PREPARATION TO TRAFFIC(NEW) THE ADHESIVE SHALL BE MAINTAINED AT A ANY SECTION OF BEAM GUARDRAIL-THAT IS REMOVED , TEMPERATURE OF 60 DEGREES TO 85 DEGREES F BEFORE FOR MODIFICATION SHALL BE BACK IN PLACE WITHIN USE AND DURING APPLICATION. FIVE CALENDAR DAYS OF THE DATE THE GUARDRAIL IS COMPONENT A SHALL BE ADDED TO COMPONENT B REMOVED. JUST BEFORE USE AND MIXED TO A SMOOTH UNIFORM THE CONTRACTOR'S OPERATIONS SHALL BE BLEND. THE UNUSED MIXED ADHESIVE SHALL BE CONDUCTED IN SUCH A MANNER THAT FIXED OBJECTS DISCARDED WHEN POLYMERIZATION HAS CAUSED AND BEAM GUARDRAIL POSTS SHALL BE PROTECTED STIFFENING AND REDUCTION OF WORKABILITY. FROM TRAFFIC AT ALL TIMES BY ATTACHMENT OF THE RAIL ELEMENTS AND ALL ASSOCIATED HARDWARE OR BY A METHOD APPROVED BY THE ENGINEER 8-09.3(44) APPLICATION PROCEDURE AT THE END OF EACH DAY, GUARDRAIL SECTIONS HAVING AN EXPOSED END TOWARD ON-COMING TRAFFIC THE MARKER SHALL BE AFFIXED TO THE PREPARED SECURELY IN PLACE G TERMINAL END SECTION BOLTED PAVEMENT AREA WITH SUFFICIENT ADHESIVE SO AS TO THE ENTIRE PERIIPPHERYY OF 1HHEE OF ADHESIVE rvTHE REQUIRED AMOUNT OF ADHESIVE PER MARKER WILL NORMALLY BE IN THE RANGE OF 20 TO 40 GRAMS. THE SEQUENCE OF OPERATIONS SHALL BE AS RAPID AS POSSIBLE. ADHESIVE SHALL BE IN PLACE AND THE MARKER SEATED IN NOT MORE THAN 30 SECONDS AFTER THE REMOVAL OF THE PAVEMENT PREHEAT OR WARM AIR BLAST. THE MARKER SHALL NOT HAVE COOLED MORE THAN ONE MINUTE BEFORE SEATING. THE LENGTH OF THE PAVEMENT PREHEAT OR WARMING SHALL BE ADJUSTED SO AS TO ENSURE ' BONDING OF THE MARKER IN NOT MORE THAN IS MINUTES. BONDING WILL BE CONSIDERED SATISFACTORY WHEN ADHESIVE DEVELOPS A MINIMUM BOND STRENGTH IN TENSION OF NOT LESS THAN 800 GRAMS PER SQUARE INCH OR A TOTAL TENSION STRENGTH OF 25 POUNDS. MARKERS SHALL BE SPACED AND ALIGNED AS SHOWN W THE STANDARD PLAN AND AS SPECIFIED BY THE ENGINEER A DISPLACEMENT OF NOT MORE THAN 1/2 Su lemental S ecifications ' ev. 2 ) ape 1 City of Renton Supplemental Specifications Division 8 ' 8-20 ILLUMINATIONr TRAFFIC SIGNAL ALL EXCESS MATERIALS ARE TO BE REMOVED FROM THE FOUNDATION CONSTRUCIION SITE AND DISPOSED OF SYSTEMS,AND ELECTRICAL AT THE CONTRACTOR'S EXPENSE. CONCRETE SHALL BE PLACED AGAINST UNDISTURBED EARTH IF POSSIBLE. DISTURBED EARTH OR BACKFILL MATERIAL SHe LU,BE COMPACTED TO 95 PERCENT OF THE ' MATERL-.VS MAXIMUM DENSITY. BEFORE PLACING THE 8-20.2(, EOLTTPMENT LIST AND DRAWINGS CONCRETE THE CONTRACTOR SHALL BLOCK-OUT (REVISED) AROUND ANY OTHER UNDERGROUND UTILITIES THAT 1.1E IN THE EXCAVATED BASE SO THAT THE CONCRETE 4, The Contractor shall submit fora royal six xis of cho WILL NOT ADHERE TO THE UTH.ITY LINE CONCRETE PP p FOUNDATIONS SHALL BE TROWELED BRUSHED, EDGED draavingz for each o[the following types of standards ailed far on this AND FINISHED IN A WOR]k AN TIP-LIKE MANNER pro cct: CONCRETE SHALL BE PROMPTLY CLEANED FROM THE �. Light standards WITH OR without pre-approved plans. EXPOSED PORTION OF THE ANCHOR BOLTS AND CONDUIT 2. Signal standards with or without pros roN, plans. AFTER PLACEMENT. FOUNDATION SHALL ALL BE CLASS 3. COMBINATION SIGNAL AN6 LIGHTING SCANDARDS. B' CONCRETE AFTER THE SPECIFIED CURING PERIOD 1 4. METAL STRAIN POLES. THE CONTRACTOR MAY INSTALL THE APPLICABLE[ alp,�.aF--(eF-kgkr-stanAa o DEVICE THEREON. THE CO OR ALSO SHALL SUBMIT EITHER ON THE TABLE I SIGNAL STANDARD SHOP DRAWINGS OR ATTACHED TO THE SIGNAL STANDARD SHOP DRAWINGS ALL TYPE OF DEVICE DIMENSIONS DIMENSIONS TO CLEARLY SHOW THE SPECIFIC MAST ARM MOUNTING HEIGHT AND SIGNAL TENON LOCATIONS FOR BEET LIGHT POLE 4-DEEP X Y SO OR EACH SIGNAL POLE TO BE INSTALLED. DI A. SIGNAL POLE UP TO 40'MAST ARM TDEEP X 3'SQ OR 8-20.3(2) EXCAVATING AND BACKFILLING SIGNAL CONTROLLER SEE DETAIL SHEET (ADDITION) STREET LIGHT CONTROL CABINETSEE DETAIL SHEET SPECIAL.BASE SEE DETAIL SHEET THE CONTRACTOR SHALL SUPPLY TRENCH WITHIN THE UNIT WIDTHS AND TO THE SPECIFIED DEPTHS AT THE ALL CONCRETE FOUNDATIONS SHALL BE LOCATIONS INDICATED ON THE CONTRACT PLANS OR AS CONSTRUCTED IN THE MANNER SPECIFIED BELOW: DIRECTED BY THE ENGINEER L WHERE SIDEWALK OR RAISED ISLANDS ARE TO BE THE CONTRACTOR SHALL HAVE APPROVED CONSTRUCTED AS A PART OF THIS PROJECT THE COMPACTION EQUIPMENT ON SITE BEFORE BEGINNING TOP OF THE FOUNDATION SHALL BE MADE FLUSH ANY EXCAVATION- COMPACTION SHALL BE PERFORMED WITH THE TOP OF THE SIDEWALK OR ISLAND.(SEE AT THE TIME 09 THE INITIAL BACKFILLING OF THE DETAIL SHEET) TRENCH UNLESS DIRECTED OTHERWISE BY THE 2. WHERE NO SIVEWALKS ARE TO BE INSTALLED THE ENGINEER GRADE FOR THE TOP OF THE FOUNDATION S)IALL TRENCHING FOR CONDUIT RUNS SHALL BE DONE IN A BE AS SPECIFIED BY THE ENGINEER (SEE DETAIL NEAT MANNER WITH THE TRENCH BOTTOM GRADED TO SHEET) PROVIDE A UNIFORM GRADE NO WORK SHALL BE ALL CONCRETE FOUNDATIONS SHALL BE LOCATED AS COVERED UNTIL rr HAS BEEN EXAMINED BY THE PER STATIONING ON THE PLANS OR AS LOCATED BY THE ENGINEER BACKFILL MATERIAL USED FOR FILL AROUND ENGINEER IN THE FIELD. AND OVER THIS CONDUIT SYSTEM SHALL BE FREE OF ' ROCKS GREATER THAN TWO INCHES IN DIAMETER TO A DEPTH OF SIX INCHES ABOVE THE CONDUIT'. eo*erey+n.aeceraanes«vrp�a€SaFt+ew§93. 1y)6, TRENCH WITHIN THE ROADWAY AREA SHALL USE yfh.r SELECT TRENCH BACKFILL WHICH SHALL CONSIST OF the 5 9M INCH MINUS CRUSHED SURFACING TOP COURSE OR t e;pa ETHER MATERIAL AS INDICATED IN THE SPECIAL ' PROVISIONS OR SCHEDULE OF PRICES AND DIRECTED r ;�_ h�g �,� FOR USE BY THE ENGINEER THE SOURCE AND QUALITY rheanchorkeket OF THE MATERIAL SHALL BE SUBJECT TO APPROVAL BY Hne, THE ENGINEER TRENCH BACKFILL WITHIN THE SIDEWALK AREA SHALL BE MADE WITH ACCEPTABLE ' MATERIALS FROM THE EXCAVATION SUBJECT TO THE 8-20.3(5) CONDUIT (REVISED) ENGINEER'S APPROVAL OF THE MATERIAL AND SHALL BE CONSIDERED A NECESSARY PART AND INCIDENTAL TO THE EXCAVATION IN ACCORDANCE WITH THE STANDARD GQW6fk hs-feile�w«g�eratierts� SPECIFICATIONS. UNSUITABLE MATERIAL SHALL BE ' REMOVED AND BACKFILL SHALL BE SELECT MATERIAL I 1= o APPROVED BY THE ENGINEER THE CITY RESERVES THE restjunetiex boo. RIGHT TO MAKE ADDITIONS OR DELETIONS TO THE nations. TRENCH WHICH PROVE NECESSARY FOR THE COMPLETION OF THE PROJECT. +emu THE MINIMUM WIDTH FOR THE TRENCH WILL BE AT A All bends 'th radius-kss-than-3{eatrB,nsembedde4-awthia THE OPTION OF THE CONTRACTOR TRENCH WIDTH WILL raafore 4-eanerero� Ft 4urecareexempted. HOWEVER, BE OF SUFFICIENT All SIZE SO THAT ALL OF THE " ions. NECESSARY CONDUIT CAN BE INSTALLED WITHIN THE W"ore-plesrie-nemmetaNieaendritisitwtal ",V41-re" the DEPTHS SPECIFIED WHILE MAINTAINING THE MINIMUM Mar m COVER. BACKFILL MATERIAL IN ROADWAY ANDwvElF+-{sl6-Aexdt-eppb-neawwtal� SIDEWALK AREAS SHALL BE COMPACTED TO 95%OF THE wpmsducter,— undi MATERIAL'S MAXIMUM DENSITY,PER SECTION 2-033(14)D. t 8 20.3(4) FOUNDATIONS(ADDITION) THE CONTRACTOR SHALL PROVIDE ALL MATERIAL FOR ��AN nth-,1-ulpns a r4fae ° ' AND CONSTRUCT THE FOUNDATIONS FOR AND TO THE �raet' 9,—M♦-rageexierwaNyauaeged-tesln+tlursu DIMENSIONS SPECIFIED IN TABLE i BELOW. THE ANCHOR peNµ� �„w-rw _daa...a�Lemawae.metaµie BOLTS SHALL MATCH THAT OF THE DEVICE TO BE rpndYN-aF-BHfef-IBtatieao-en� Tart, INSTALLED THEREON. NoameFaNio--eendeit-�noFa4la ' 41-eneludebquipnwnF�eundiag ' Su Iemental5 eriftcations f er.IL114118W Fa2e Division 8 Supplemental Specifications City of Renton ' roiidua ALL JUNCTION BOXES SHALL HAVE GALVANIZED STEEL plane, LIDS AND FRAMES. ' Mominrm-tan9uiJ-will bs-aa..a ALL JUNCTION BOXES AND ASSOCIATED CONCRETE PADS SHALL BE INSTALLED ON COMPACTED SUB GRADE WHICH SHALL INCLUDE SIX INCHES OF S//gg�THHS-INCH MINUS CRUSHED SURFACING TOP COURSE MATERIAL INSTALLED 0041 �-leeat�era UNDER AND AROUND THE BASE OF THE JUNCTION BOX 2, AJuin CONCRETE SHALL BE PROMPTLY CLEANED FROM THE Met gee:•-••� JUNCTION BOX FRAME AND LID. THE UNIT CONTRACT PRICE PER JUNCTION BOX SHALL giwaer-anC-tLan-an in _ INCLUDE INSTALLATION OF 5/9MS-INCH MINUS CRUSHED SURFACING TOP COURSE AND A 4' THICK CLASS 'B' tees-holes-mey�AaawE+a-F -t�rvetiens.�� CEMENT CONCRETE PAD ENCLOSING THE JUNCTION BOX , If-" AS PER THE PLANS,SPECIFICATIONS AND DETAIL SHEETS. oe a 's.apsratieae,-sM-GontraeJar i7✓_braaewad-teinstal4eanGuits INSTALLATION OF THE CRUSHED SURFACING AND THE CONCRETE PAD SHALL BE INCIDENTAL TO THE UNIT Open tre iconstruetion shall conform to the following. PRICE PER JUNCTION BOX AND NO FURTHER 1. Edges of the trench shall be sawcut a minimum of 2 inches COMPENSATION WILL BE MADE UNLESS THE CONTRACT ' deep and shall be parallel. INCLUDES SEPARATE PAY ITEMS FOR *CRUSHED 2. Pavement shall be removed in an approved manner. SURFACING-AND/OR FOR-CONCRETE PAD.- 3. Trench depth shall provide 24 inches minimum cover over conduits. 8-20.3(8) WIRING (REVISED) Ktehestv4�ieheveF��rgen y�hall-banhaeJllrA All splices in underground illumination circuits, induction loop . . timrits,and magnetometer circuits shall be installed at junction boxes. mecehes-tAe-e+est. me The only splice allowed in an induction � arcuit shall be the "'g�1e shielded cable to lapp wire splice. The on lice allowed in a bacJ,Fi)>ftsannehaas 4. glad rna etometer circuit shall be the probe tad-in cable to magnetometer , �l&IJed'rst able Tice. ' ske4surf i ai iaiJ6-trrihs of"3 ----` b�el��qsu1apcte IND�ry� UC170N�L OPtS AND PULL WIRES SHALL BE E RIGI ED. MAGNEI'OMF!IT7'PllCFS SHALL BE AS SHOWN W THE ALL CONDUIT SHALL IN RIGID NON-MEl'OR UNLESS STANDARD DETAILS. Underground illumination circuit splice ' NOTED OTHERWISE W THE PLANS OR SPECIAL• shall employ copper crimped connectors installed with an approved PROVISIONS. ALL CONDUIT OPENINGS SHALT, BE FITTED WITH tool designed for the purpose. APPROVED BFt t FNDS OR BUSHINGS. WALL THICKNESS OF CONDUIT SHALL BE CONSISTENT WITHIN CONTINUOUS R-20.3(91 BONDING GRO UNDING ) EVISED , CONDUIT RUNS WITH NO MIXING OF DIFFERENT SCHEDULE TYPES BETWEEN TERMINATIONS THE CONTRACTOR SHALL PROVIDE AND INSTALL ALL At Mollie-appartena ' ' CONDUIT AND NECESSARY FTMNGS AT THE LOCATIONS EJam}nairar,.Iw , NOTED ON THE PLANS CONDUIT SIZE SHALL BE AS made-meeham'ealJy t'rie ' INDICATED ON THE WIRING AND CONDUIT SCHEDULE which•s1wR✓3a�Hce 4ie-eenCuit-gstenw SHOWN ON PLANS. ara-anpWyeg JJwcendurtsipmeai-grounding BE CONDUIT TO BE PROVIDED AND INSTALLED SHALL teNJe�enduu-.as_xwtalJe&-the instaRat.W OF THE TYPE INDICATED BELOW: - - --- noted in the 1. SCHEDULE 40 HEAVY WALL P.V.C.CONFORMING TO 8yn6aed-Rkn.in�d�t' v � - in-- he eentweJ, ASTM STANDARDS SHALL BE USED WHENEVER THE Bond' o l et0u' ��N--4e ,^'-lux+Pe*'s-'a^d-b4ui�^+e"..�s,�nd�npoon�a�.�..,ef 'he CONDUIT IS TO BE PLACED OTHER THAN WITHIN strand-^ -_ --�• `-- -_ Jata6- an-eepper-vrire�Nha-rams THE ROADWAY AREA. sressseetioneF-wen-as-Nee-S�.Wnless�-Jae=er-equipnwm 2. SCHEDULE 80 EXTRA HEAVY WALL P.V.0 greLL ungpondurre:•-is..aq,hrdaxx-tke-StanBwg.P�Net CONFORMING TO ASTM STANDARDS SHA BE srevels.ara.anciesed-iw-0�emmerraendwtrkheaquipment�reunding USED WHEN THE CONDUIT IS TO BE PLACED ewtduetw- 41-10 01-by-t. vice ' WITHIN THE ROADWAY AREA. seevingaagcircaitavruains4xf�he.tandai6 ALL JOINTS SHALL BE MADE WITH SL'RICT COMPLIANCE Ldcntifiation of the equipment grounding conductor shall conform TO THE MANUFACTURER'S RECOMMENDATIONS to all Code requirements. REGARDING CEMENT USED AND ENVIRONMENTAL Grounding of conduit and neutral at the service point shall be CONDITIONS attomplished as required under the Code. Grounding of the neutral , shall be accomplished only at the service. -pe At of seeantell,do '-odd 8-20.3(¢,) JUNCTION BOXES (ADDITION) THE CONTRACTOR SHALL PROVIDE AND INSTALL Jin-1 FAY ON. .. JUNCTION BOXES OF THE TYPE AND SIZE AT THE �hanOe LOCATIONS SPECIFIED IN THE PLANS AND AS PER DETAIL tnd,ame[w. SHEETS. The connection of the grounding electrode conductor to the THE INSCRIPTION ON THE COVERS OF ALL JUNCTION grounding electrode shall be made with two approved ground clamps. BOXES SHALL BE AS INDICATED BELOW: All other pounding of the equipment grounding conductors 1. STREET LIGHTING ONLY:'LIGHTING' throughout the system shall be by approved grounding bushings and ' 2. SIGNAL ONLY:*SIGNALS* clamps 3. TRAFFIC SIGNAL AND STREET LIGHTING:TSLT' Where direct burial able i acto illumination cubing is installed,a 4. TELEMETRY ONLY:'TELEMETRY" supplemental ggrroound mn(or[ningg to details in the Standard Plan shall INSCRIPTIONS ON JUNCTION BOXES PERFORMING THE be installed ad'acent to each ligfit standard,timber,steel,or concrete, SAME FUNCTION, I.E.STREET LIGHTING,TRAFFIC SIGNAL., as detailed in the plans. OR BOTH, SHALL BE CONSISTENT THROUGHOUT THE Messenger cable shall be bonded to steel strain poles by means of a ' PROJECT. ALL JUNCTION BOXES SHALL BE INSTALLED IN bond strap connected between an approved U-bolt connector and a CONFORMANCE WITH PROVISIONS CONTAINED IN THE bonding lug on the pole. STANDARD PLANS AND DETAIL SHEETS. At points where shields or shielded conductors are grounded, the THE UNIT CONTRACT PRICE PER EACH FOR'TYPE 1'OR shields shall be natty wired and terminated on approved grounding TYPE II' JUNCTION BOX SHALL BE FULL COMPENSATION lugs. FOR FURNISHING SAME AND FOR ALL COSTS OF LABOR �-L- STREET LIGHT STANDARDS SIGNAL POLES AND MATERIAL, TOOLS, AND EQUIPMENT NECESSARY TO OTHER STANDARDS ON WHICH F]- dflkICAL EQUIPMENT PROVIDE AND INSTALL THE JUNCTION BOXES INCLUDING IS MOUNTED SHALL BE GROUNDED TO A COPPER CLAD EXCAVATION, BACKFILLING AND COMPACTION ALL IN METALLIC GROUND ROD 5/8- IN DIAMETER X 8'0- IN ACCORDANCE WITH PLANS, SPECIFICATIONS AND DETAIL LENGTH COMPLETE WITH A I8 AWG BARE COPPER ' SHEETS. BONDING STRAP LOCATED IN THE NEAREST JUNCTION BOX, ALL SIGNAL CONTROLLER CABINETS AND Su lemental S ecifications tit", ape ' ' City of Renton Suuolemental 90 111[ Division 8 SIGNAWLIGHTING SERVICE CABINETS SHALL BE 8_203(12) PAINTING (REVISED) ' GROUNDED TO A 5//8-� IN DIAMETER X 8'V W LENGTH COPPER CLAD METALLIC GROUND ROD LOCATED IN THE NEAREST JUNCTION BOX WITH A BARE COPPER BONDING Prior to mting all ggaalvanized surfaces shall be treated as specified STRAP SIZED IN ACCORDANCE WITH THE PLANS, inS. SECI10N6-073(4). SPECIFICATIONS AND APPLICABLE CODES. ' GROUND RODS ARE CONSIDERED MISCELLANEOUS ITEMS AND ALL COSTS ARE TO BE INCLUDED WITH THE 8-20.3(13)A LIGHT STANDARDS (REVISED) SYSTEM OR CONDUCTORS. GROUND SCRAPS ARE ALSO MISCELLANEOUS ITEMS UNLESS A SEPARATE PAY REM IS Light standards shall be handled when loading, unloading, and PROVIDED W THE'SCHEDULE OF PRICES' erecting in such a manner that they will not be damar�edd. Any parts ' that are damaged due to the Contractors operations afiall be repaired 8-203(10) SERVICE(REVISED) or replaced at the Contractors expense, to the satisfaction of the En 'neer. Light standards shall not be erected on concrete foundations until Power sources shown in the pplane are approximate only, eimet foundations have set at least 72 hours,and shall be raked sufficiently to ' location will be determined in he Held, be plumb after all load has been placed,or as otherwise directed by the Ua ' ' fts, En neer. seruee-chat . mete e-baceynbu4b�i�t .. i. slino P42asr4Aa height aight ea-beNc,-end-OE119f ae �f the ZZ � q WaGhe n9fiFro-IeB�FH16bo{�lss7i pl einR -ache Upon request of the Contractor, the Engineer will make the Washers-inaha-epLa necessary arrangements with the serving utility to complete the service el�p�latsa -keeps.�arw connections. Electrical energy used prior to completion of the contract 3. Atichor bolts shall extend through the top heavy hex nut one ' will be charged to the Contractor,except that the cost of energy used full thread. for public benefit,when such operation is ordered by the Engineer,will 4.—Q A-A4 ( A43 5) be home by the&alai CITY. of .re �_,.,. ____ .._...rneged-thraeA-fie THREE TYPES OF POWER SERVICE ARE USED AS INDICATED BELOW: cam 0 caratelyealred 1. TYPE I SYSTEM SHALL BE SINGLE PHASE 120 VOLT 2 rergaea:etwitbefero�.erf ' WIRE, 66 CYCLE A.C. (TRAFFIC SIGNAL SERVILE 'the-keeper ONL plateshall be neetAravitFiewi.ircog+Aariveu,-ie_re0uas{siarien 2. TYPE 1 SYSTEM SHALL BE SINGLE PHASE 240 VOLT a*( kening�Fbek�encierrAae-te-Rwtsain>ef 2 WIKP, 60 CYCLE A.C. (STREET LIGHTING NOR CONTA OR INDIVIDUAL CONTROLLED PHOTO- 6. Anc�h rbol at+es.0 damaged after the foundation mnerete is placed CELL WITH NO NEUTRAH,WIRE) shall not be repaired by bending or welding. The Contractor's 3. TYPE III SYSTEM SHALL BE SINGLE PHASE 120 240 repair procedure is to be submitted to the Engineer for VOLT, 3 WIRE 60 CYCLE A.C. (STREET LIG G approval prior to making any repairs. The procedure is to CONTACTOR/7-RA C SIGNAL, GROUNDED include removing the dams ed portion of the anchor bolt, NEUTRAL SERVICE) cutting threads on the un amaged portion to remain, the THE POWER SERVICE POINT SHALL BE AS NOTED ON installation of an approved threaded sleeve nut and stud,and t THE PLANS AND SHALL BE VERIFIED BY THE ELECTRICAL repairing she f undalion with epoxy concrete refair. SERVICING UTILITY. 7. a grout d shall not extend above the a evation of the bottom of t e anchor plate. 8-20.3(11) FIELD TEST(REVISED) ey!!�Plaftg4n!a44" h. at ens, BRAG,Aws &a«Aerd Fien ' Aft�ao-�ed-(ea4raffainal�iemsr-Ike fe`�e{'ng'o , inataflatien-+vile be-leaned-On b-epera7ieo-'�..,P-W^r.'..�".vaa: maiema+rrAaigfN-oF-3-igepos-above-{he-feandatienr-Aw4ioF the Aireerien of the-L�,r�neer. endaf aal -'-'�.,.he -in-in-�fksh 1 a - ia-aevenEaleadafa .v_ ___v,.- ,._,._ .,,_ tie ' rownd tieerAl-flew•-(Baalal,•_- Tkedate-EeF�hangi 8 insta . OARS Abem the No change to Stop and go operation will be allowed after 2 p.m.on any day ` aor wdl the change be allowed on Friday, weekends, holidays, or the �� b iotd " preeedin a holiday. - caller � h' e4aie iG.'P�REOU *FC TI C S[GNALTURN ON WILL - sk:n-me ieas; NOT BE CONSIDERED UNTIL PRE-TURN ON he St n 'rd INSPECITON OFSIGNAL SYSTEM HAS TAKEN ' PLACE. 2. ALL DISCREPANCIES AND DEFICIENCIES MUST BE aston-sAaaa--be CORRECTED BY THE CONTRACTOR AND RE- stampfaatw�amber, INSPECTED PRIOR TO REQUESTING SIGNAL TURN - ON DATE. a.—bwgiaafire.�eltFS a w 3. REQUESTS FOR SIGNAL TURN ON SHALL NOT BE In setting timber pole, the Contractor shall provide a minimum CONSIDERED UNTIL EI.ECI'RICAL SERVICE TO In of 10 percent of the total pole length plus 2 feet and shall plumb THE INTERSECTION HAS BEEN PROVIDED AND or rake the poles as directed by i c Ell ,neer. AS BE ENERGIZED BY THE ELECTRIC THE HAND HOLE SHALL BE LOCATED AT 90 DEGREES TO 4. A MINIMUM OF THREE((3,WORKING DAYS THE DAVIT ARM ON THE SIDE AWAY FROM TRAFFIC A ' NOTICE UM 01 REQUQWOR INGDAL TURN GROUNDING LUG OR NUT SHALL BE PROVIDED IN THE HAND HOLE FRAME OR INSIDE THE HAND HOLE FRAME 5. OCHANNEIdZAT10N AT THE INTERSECTION MUST N. OR INSIDE THE POLE SHAFT TO ATTACH A GROUND BE COMPLETE PER PLAN BEFORE REQUESTING BE STRAP. SIGNAL TURN ON DATE. ANY DELETIONS OF ALL POLES AND IRE ARMS SHALL BE DESIGNED TO ' CHANNELIZATION PRIOR TO TURN ON MUST BE SUPPORT T LUMINAIRE WEIGHT SE 50 LBW.IN MORE AND APPROVED BY THE ENGINEER 95 WITHSTAND PRESSURES CAUSED BY WIND LOADS OF 6. CITY FORCES SHALL PROVIDE,POST AND 86 M.P.H.WITH GUST FACTORTA 13. MAINTAIN PROPER SIGNING WARNING OF NEW ALL POLES SHALL MAINTAIN A MINIMUM WEIGHT SIGNALAHEAD. FACTOR OF 438 P.S.I. ON YIELD STRENGTH OF WEIGHT' LOAD AND 2.33 PS.1.FOR BASIC WIND PRESSURE ' Su lemental S ecifteations ev. ass Division S Supplemental Specifications _ City of Renton ' DAVIT ARMS: BOTTOM OF THE GROUT PAD AS SHOWN ON THE THE DAVIT STYLE ARM SHALL INCORPORATE A SW STANDARD DETAIL , RADIUS BEND AS MEASURED FROM THE CENTERLINE OFTHE SHAFT. THE OUTER PORTION OF THE ARM SHALL BE NEARLY HORIZONTAL TO 8-20.3(14) SIGNAL SYSTEMS (REVISED +2' ABOVE HORIZONTAL AND SHALL BE FURNISHED WITH A 2'DIAMETER SHIPFTTTER WITH p�,I, SIGNAL CONDUCTORS SHALL BE STRANDED , A MAXIMUM LENGTH OF 8 INCHES N FIT THE COPPER AND SHALL HAVE 600 VOLT INSULATION AND BE LUMINAIRE SPECIFIED. THE POLE END OF THE OF THE SIZES NOTED ON THE PLANS ALL MULTI- DAVIT ARM TUBE SHALL BE FASTENED SECURELY CONDUCTORS USED FOR THE SIGNAL SYSTEM SHALL TO THE TOP OF THE SHAFT PRODUCING A FLUSH CONFORM TO DIVISION 9-293 AND SHALL BE OF THE SIZES JOINT WITH AN EVEN PROFILE. NOTED ON THE SIGNAL WIRING SCHEDULE AND WIRING ANCHOR BASE:A ONE PIECE ANCHOR BASE OF ADEQUATE DIAGRAM. ALL STRANDED WIRES TERMINATED AT A ' TERMINAL BLOCK SHALL HAVE AN OPEN END, CRIMP STRENGTH, SHAPE AND SIZE SHALL SECURED STYLE SODERLESS TERMINAL CONNECTOR AND ALL TO THE LOWER END OF THE F RESISTING SOO THAT THE SOLID WIRES TERMINATED AT A TERMINAL BLOCK SHALL BASE SHALL HE CAPABLE OF RESISTING AT ITS HAVE AN OPEN END SOLDERED TERMINAL CONNECTOR YIELD POINT THE BENDING MOMENT OF THE ALL TERMINALS SHALL BE INSTALLED WITH A TOOL ' SHAFT AT ITS YIELD POINT. THE BASE SHALL BE DESIGNED FOR THE INSTALLATION OF THE CORRECT PROVIDED WITH FOUR SLOTTED . ROUND HOLES TYPE OF CONNECTOR AND CRIMPING WITH PLIERS,WIRE SHALL BE PROVIDED WITH EACH POLE RECEIVE THE ANCHOR BOLTS. NUT COVERS CUTTERS ETC. WILL, NOT BE ALLOWED. ALL WIRING ANCHOR BOLTS: SH INSIDE THE CONTROLLER CABINET SHALL BE TRIMMED FOUR STEEL ANCHOR BOLTS, EACH FITTED WITH AND CABLED TOGETHER TO MAKE A NEAT, CLEAN TWO APPEARING INSTALLATION. NO SPLICING OF ANY TRAFFIC ' SIGNAL CONDUCTOR SHALL BE PERMITTED UNLESS FURNISSHEDHED •WITH AND TWO WASHERS, SHALL TH THE POLE. ANCHOR BOLTSS OTHERWISE INDICATED ON THE PLANS ALL CONDUCTOR SHALL MEET THE REQUIREMENTS OF SECTION 9- RUNS SHALL BE ATTACHED TO APPROPRIATE SIGNAL 06-5( ) AND 9-065(4). THE ANCHOR BOLT YIELD TERMINAL BOARDS WITH PRESSURE TYPE BINDING POSTS. POINT SHALL BE CAPABLE OF RESISTING THE THE ONLY EXCEPTIONS SHALL BE THE SPLICES FOR , BENDING MOMENT OF THE POLE SHAFT AT ITS YIELD POINT DETECTOR LOOPS AT THE NEAREST JUNCTION BOX TO THE CONTRACTOR SHALL ASSURE THAT ALL ANCHOR THE LOOPS. BOLTS CONFORM TO THE RECOMMENDED ASTM SPECIFICATIONS OF THE POLE MANUFACTURER AND 8.203(14)C INDUCTION LOOP VEHICLE SHALL SECURE AND SUBMIT TO THE CITY FOR APPROVAL ALL MANUFACTURER DATA ON POLE BENDING MOMENT, DETECTORS(REVISED) ANCHOR BOLT FABRICATION DATA, TEST RESULTS AND ANY OTHER DATA THAT MAY BE REQUIRED TO CONFIRM Induction loops shall be constructed as detailed in the contact and THAT THE ANCHOR BOLTS MEET THESE SPECIFICATIONS the[ollowin MISCELLANEOUSAHARDWARE RE g)WARE �spga tad-m�l+e-eemraet* ETC) NEEDED TO COMP NUTS SCREWS INS�'ALLATIOF} Il. SPLICES TO LOOP IiEIURN CABLES SHALL BE MADE SHALL BE STAINLESS PO EL WITH SOLDERED COMPRESSION TYPE I.D.(T E CONTRACTIONOR FOR POLES). CONNECTORS. THE CONTRACTOR SHALL SUPPLY AND INSTALL A COMBINATION OF 4-DIGITS AND ONE LETTER ON EACH POLIj WHETHER INDIVIDUAL LUMINAIRE OR 8 20.3 141D TEST FOR INDUCTION LOOPS AND SIGNAL POLE WITH LUMINAIR. THE LETTER AND NUMBERS COMBINATION SHALL BE MOUNTED AT LEAD-IN CABLE(ADDITION) THE 15 FOOT LEVEL ON THE POLE FACING APPROACHING TRAFFIC LEGENDS SHALL BE THE CONTRACTOR SHALL KEEP RECORDS OF FIELD , SEALED WITH TRANSPARENT FILM, RESISTANT TO .TESTING AND SHALL FURNISH THE ENGINEER WITH A DUST WEATHER AND ULTRAVIOLET EXPOSURE. COPY OF THE RESULTS. THE DECAL MARKERS SHALL BE 3 INCH SQUARE WITH GOTHIC GOLD, WHITE REFLECTORIZED 2 INCH LEGEND ON A BLACK BACKGROUND. THE I.D. 20.3 14(14)E SIGNAL STANDARDS(REVISED) ' NUMBER WILL BE ASSIGNED TO EACH POLE AT THE 5- END OF THE CONTRACT OR PROJECT BY THE CITY TRAFFIC ENGINEERING OFFICE FHa�tideat' asshel4-ksav COST FOR THE DECALS SHALL BE CONSIDERED Pamiaaex tha.pa� w.a.mecaNag.wwced.te.t a pe INCIDENTAL TO THE CONTRACT BID. stenderds. ' LIGHT STANDARDS SHALL BE SPUN ALUMINUM DAVIT 3. Disconnect connectors complete with pole and bracket able STYLE AND SHALL MEET THE POLE DETAIL shall be installed in any si al standard su rung a luminaim. REQUIREMENTS INDICATED BELOW AND THE DETAIL SHEETS AT THE END OF THESE SPECIFICATIONS. THE POLE SHAFT SHALL BE PROVIDED WITH A 4' X 6' --d on signal mul FLUSH HAND HOLE NEAR THE BASE AND A MATCHING ' METAL COVER SECURED WITH STAINLESS STEEL SCREWS dateetere. OR BOLTS. 12. THE SIGNAL STANDARD AND ITS FABRICATION THE POLE SHALL BE ADJUSTED FOR PLUMB AFTER ALL SHALL CONFORM WITH ALL CURRENT NEEDED EQUIPMENT HAS BEEN INSTALLED THEREON. WASHINGTON STATE DEPARTMENT OF AFTER POLE IS INSTALLED AND PLUMBED,NUTS SHALL BE TRANSPORTATION SIGNAL STANDARD ' TIGHTENED ON ANCHOR BOLTS USING PROPER SIZED SPECIFICATIONS AND CURRENT PRE-APPROVED SOCKETS OPEN END OR BOX WRENCHES USE OF PLIERS PLANS BY WSDOT. PIPE WR�NCHES OR OTHER TOOLS THAT CAN DAMAGE 13. INSTALLATION OF ALL NUTS AND BOLTS SHALL BE GALVANIZING WILL NOT BE PERMITTED. TOOLS SHALL BE PERFORMED WITH PROPER SIZED SOCKETS OPEN OF SUFFICIENT SIZE TO ACHIEVE ADEQUATE TORQUING END OR BOX WRENCHES. USE OF PIPE WR&CHES OF THE NUTS. THE SPACE BETWEEN THE CONCRETE OR OTHER TOOLS WHICH CAN DAMAGE THE , FOUNDATION AND THE BOTTOM OF THE POLE BASE GALVANIZATION OF THE NUTS AND BOLTS WILL PLATE SHALL BE FII I WITH A DRY PACK MORTAR NOT BE PERMITTED. GROUT AND TROWLED TO A SMOOTH FINISH TOOLS SHALL BE OF A SUFFICIENT SIZE AND CONFORMING TO THE CONTOUR OF THE POLE BASE STRENGTH TO ACHIEVE ADEQUATE TORQUING OF P DRY PACK MORTAR GROUT SHALL CONSIST OF A 1:3 THE NiJT(S). , MIXTURE OF PORT[AND CEMENT AND FINE SAND WITH JUST ENOUGH WATER SO THAT THE MIXTURE WILL STICK 8-20.3(15)GROUT(N�FWI TOGETHER ON BEING MOLDED INTO A BALL BY HAND, AND WILL NOT EXUDE MOISTURE WHEN SO PRESSED. A ONE HALF INCH DRAIN HOLE SHALL BE LEFT IN THE AFTER THE POLE IS PLUMBED THE SPACE BETWEEN ' THE CONCRETE FOUNDATION AND THE BOTTOM OF THE Su lementalS aifications ev. rage 6 , ' city of Renton Supplemental Specifications Division 8 ' POLE BASE PLATE SHALL BE 1,111ED WITH A DRY PACK ASSOCIATED WITH FURNISHING AND INSTALLING MORTAR GROUT TROWLED TO A SMOOTH FINISH THE MATERIAL AND LOADING, HAULING AND CONFORMING TO THE CONTOUR OF THE POLE BASE DISPOSING OF WASTE MATERIALS. PLATE DRY PACK MORTAR GROUT SHALL CONSIST OF A S. .FOUNDATION,__ •PER EACH.• 1:3 MIXTURE OF PORTLAND CEMENT AND FINE SAND WITH 6. TYPE.._JUNCTION BO'X,'PER EACH. JUST ENOUGH WATER SO THAT THE MIXTURE WILL STICK 'THE UNIT PER EACH PRICE FOR(S)'FOUNDATLON"AND TOGETHER ON BEING MOLDED INTO A BALL BY HAND (61•JUNCTION BOX* SHALL BE FULL CCOMPENSATION FOR AND WILL NOT EXUDE MOISTURE WHEN SO PRESSED. A POLL AND COMPLETE INSTALLATION PER THE PLANS, ONE HALF INCH DRAIN HOLE SHALL BE LEFT IN THE SPECIFICATIONS AND DETAIL SHEETS INCLUDING BOTTOM OF THE GROUT PAD AS SHOWN ON THE ENCLOSING EACH ITEM IN A FINISHED CONCRETE PAD STANDARD DETAIL WHICH SHALL BE INCIDENTAL UNLESS A SEPARATE PAY ' ITEM IS INCLUDED IN THE SCHEDULE OF PRICES FOR 'CONCRETE PAD.' 8-20.4 MEASUREMENT(REVISED) 7. CONCRETE PAD;PER SQUARE YARD. MEASUREMENT FOR ( CONCRETE PAD' SHALL BE BY When shown as lumpsum in the plans or in theproposal as THE SQUARE YARD OF SURFACE AREA ENCLOSED P . , INCLUSIVE OF AND NOT SUBTRACTING FOR THE AREA OF ' illumination system.....,or traffic signal system .....,no specific unit of THE JUNCTION BOX OR FOUNDATION ENCLOSED AND measurement will apply,but measurement will be for the sum total of SHALL BE FULL COMPENSATION FOR FULL AND all items for a comp ete system to be furnished and installed. COMPLETE INSTALLATION AS PER THE PLANS, Conduit of the kind and diameter specified IN THE SCHEDULE SPECIFICATIONS AND DETAIL SHEETS OF PRICES will be measured by the linear foot for the actual length of g, _; SCHEDULE 40 CONDUCT, P.V.C" PER LINEAR completed conduit in place, unless the conduit is included m an FO0•I•.0 illumination system, signal system, or other type of electrial synem 9. SCHEDULE So CONDUIT, P.V.C, ' PER LINEAR lump sum bid item. FOOT,• MEASUREMENT FOR UNIT PRICE ITEMS SHALL BE AS THE UNIT CONTRACT PRICE FOR CONDUIT SHALL CONTRACT N SECTION E TIO OFS OR AS PRICES DESCANDRIBED OR INSPECIAL INCLUDE ALL CONDUIT COUPLINGS,ADAPTERS ELBOWS, PROVISIONS. BENDS, REDUCERS, BPI! ENDS BUSHINGS, AND ANY OTHER MATERIAL LABOR OR EQUIPMENT NECESSARY TO COMPLETE THE INSTALLATION OF THE CONDUIT. 8-20.5 PAYMENT(REVISED) MEASUREMENT NSOT EDCNDITTO ND OF CODUIT AS LINEAR FROM T END HE TOP OF GRADE ALONG THE MIDDLE OF THE TRENCH LINE Payment will be made for each of the following bid items that are AND ADDING A VERTICAL MEASUREMENT AT THE END OF included in the proposal: EACH CONDUIT RUN EQUAL TO THE DESIGN DEPTH OF 1. Oil lump sum. THE TRENCH. NO PAYMENT SHALL BE MADE FOR 2. 'Traffic Signal lay-and Dawatten System..._•.lump sum. ADDITIONAL CONDUIT USED BY THE CONTRACTOR DUE �= I..-c' _ r__. TO HORIZONTAL OR VERTICAL WEAVING OF THE "pr�o°� CONDUIT WITHIN THE TRENCH LINE The lump sum contract Once for omp i lumrnatem System.__',AND 10.'STREET LIGHT STANDARD_._;PER EACH. (2) Traffic Signal xd-Mien System _.', and-�affw &gaaF-Goat�ef-Slsteshall be full pay for furnishing all labor, 11.'._..:WATT...LUMINAIRE AND LAMP;PER EACH. materials,tools, and equipment neccssary•for the construction of the 12. *_,WATT...LMINAIRE AND LAMP WITH complete electrical system, modifying casting systems, or both, as PHOTOCELL,"PER EACH. shown in the plans and herem specified including excavation, 13.'...... WG_..COPPER WIRE•PER LINEAR FOOT. ba-kfilling, concrete foundations, conduit, wiring, rrstonng facilities 14.'SERVICE CABINET *PER EACH. destroyed or damaged during construction,salvaging existing materials, THE UNIT PER EACH PRICE FOR(14)SERVICE CABINET and for making all required tests. All additional materials and labor, SHALL BE FULL COMPENSATION FOR FURNISHING AND rim shown in the plans or called for herein and which are required to INSTALLING THE CABINET AND FOR RISERS, STANDOFFS complete the electrical system, shall be included in the lump sum AND ANY OTHER MATERIALS, LABOR OR COSTS contractpria. ASSOCIATED WITH PROVIDING ELECTRICAL SERVICE AS neef{eet: REQUIRED BY THE ELECTRICAL UTILITY,THE CONTRACT "t-„•rin,ziam-" PLANS, DETAILS AND SPECIFICATIONS AND NOT � ICHBUDUI,DE OF SEPARATE PAY ITEMS IN THE CONTRACT 4ende;caps;+041u?rsreendulNu,-a:.e ' aecttrdaaeo--wi€• _ 15.'._._SIGNAL HEAD..... PER EACH. r 16. *LUMPS UM. MOUNTING MOUNTG HARDWARE,' PER ekheeadwt�-eacept_tAat-cakes-eenda,r-w,ae{udod-eewwy-prejaaes THE LUMP SUM PRICE FOR (16)•_.SIGNAL HEAD cat-:xt natio MOUNTING HARDWARE'SHALL BE FULL COMPENSATION adykym FOR SUPPLYING AND INSTALLING ALL TRAFFIC OR ' PEDESTRIAN SIGNAL HEAD MOUNTING HARDWARE IN elf coats for al u tg •conduit containing both signal and CONFORMANCE WITH THE PLANS, SPECIFICATIONS AND illumination wiring shall be in in the contract prices for the DETAIL SHEETS. signal system. 17. POLE MOUNTED TERMINAL BO X._"X._•, AND All costs for installing junction boxu containing both illumination MOUNTING HARDWARE,'PER EA and signal wiring shall be included in the contract prices for the signal 19.-2/C SHLD LOOP RETURN CABLE,'PER LINEAR FOOT. system. 19.•3/C SHLD PREEMPTION CABLE,'PER LINEAR FOOT. THE UNIT PRICES FOR THE ITEMS LISTED BELOW SHALL 20. '_:PAIR SHLD INTERCONNECT CABLE," PER LINEAR BE FULL COMPENSATION FOR FURNISHING AND FOOT. INSTALLING EACH ITEM AND FOR ALL LABOR, 21. 'TRAFFIC SIGNAL CONTROLLER AND CABINET; PER MATERIALS, TOOLS, EQUIPMENT AND TESTING EACH. NECESSARY AND(/OR INCIDENTAL FOR THE FULL AND 22 TRAFFIC SIGNAL WIRE,-PER LUMP SUM. COMPLETE INSTALLhTION AS PER THE CONTRACT PLANS, 23, *SIGNAL STANDARD, TYPE.., WITH -,FOOT MAST DETAIL SHEETS AND THESE SPECIFICATIONS ARM;PER EACH. 3. TRENCH AND BACKFIL I,..._'WIDE BY---'DEEP,' 24."INDUCTION LOOP VEHICLE DETECTOR.'PER LINEAR PER LINEAR FOOT. (ii3ALL ( FOOT. CONTRACT'H AND THE UNIT LINEAR FOOT BE CAM FILV PER FTHE UNIT OR EXCAVATING,FOOT CT PRICE FOR OAD[N�GF,HAI FULL M24SUJRHD BY THECIION LOOP VEHICLE R FEET OF FULL DEPTH AND OTHERWISE DISPOSING OF THE WASTE MATERIALS, SAWCUT REQUIRED FOR INSTALLATION. THE UNIT PRICE FOR BACKFILLING AND COMPACTING BACKF1LL SHALL BE FULL COMPENSATION FOR FULL AND ' MATERIAL TO SPECIFIED DENSITY AND FOR THE COMPLETE INSTALLATION INCLUDING WIRE, SEALANT RESTORATION OF THE TRENCH TO PIS PREEXISTING AND ALL OTHER LABOR, MATERIALS TOOLS AND CONDITION OR AS SHOWN ON THE PLANS OR AS EQUIPMENT REQUIRED TO COMPLETE THE INSTALLATION DIRECTED BY THE ENGINEER ALL IN ACCORDANCE WITH IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS AND THE PLANS,SPECIFICATIONS AND DETAIL SHEETS. DETAIL SHEETS. THE UNIT PRICE SHALL ALSO INCLUDE 4. *SELECr TRENCH ELECT PROVIDING AND INSTALLING CONDUIT STUB-OUTS AND TRENCH SHED SURFACING S TOP COURSE AND O 54THE UNIT UNLES SOLDERED SEPARATE SPLICES, SPLICES ITEMS LOOP ETU D CABLES ES ' PER TON PRICE SHALL INCLUDE ALL COSTS CONTRACT SCHEDULE OF PRICES FOR THESE OTHER ' sup lemental S eeifications 1 ev. - 1 ace Division 8 Supplemental SKdriications City of Renton ' ITEMS. SAWCUTTING SHALL BE CONSIDERED INCIDENTAL a Stri TO THE LOOP INSTALLATION WHETHER OR NOT THERE IS me,4 inches wide,used on the edges of the traveled way. , A SEPARATE PAY ITEM IN THE CONTRACT FOR Edge stripes shall be WHITE except that on roadways with one-way SAWCUTTING. MEASUREMENT FOR A STANDARD 6' X 6' travel,the left edge stripe in the direction of travel shall be YELLOW. INDUCTION LOOP SHALL BE 28 LINEAR FEET. SAWCUTTING FOR LOOP "HOME RUNS' SHALL BE DONE here-SiriwAPPROACH STRIFE SUCH AS TO MINIMIZE THE TOTAL LINEAR FEET OF A�aL16-PlFI1I tE line,-�tS inches wide, uxd4F-feaawvy-Wrap SAWCUTTING REQUIRED BY MEANS OF PROPER t,a As 6 gerosiripa-is-also used to delineate taro lanes from ' LOCATING OF LOOP REIVRN 'STUB-OUT', BY DIRECT through lane, for traffic islands, and (or hash marks. Hash-inatk ROUTING OF "HOME RUNS" AND BY COMBINING UP TC PAIRS OF LOOP WIRES IN A SINGLE HOME RUN-SAWCUT. LOOP AND'HOME RUN LAYOUT SHALL BE APPROVED BY La St ri THE ENGINEER BEFORE SAWCUTTING TAKES PLACE. neWHITE line,4 inches wide,used to delineate adjacent , 24.........SPLICE KIT,-PER EACH. lanes travelling in the same direction. The broken or 'skip' pattern 26. 'EMERGENCY VEHICLE PRE-EMPTION DETECTOR' shall be based on a 49 lent-24-FOOT unit consisting of a 10-feeti9- PER EACH. FOOT line and a 39 foet-15-FOOT gap. 27."OPTICOM DISCRIMINATOR CARD;PER EACH. 28."DETECTOR AMPLIFIER,'PER EACH. Drop Lane Stride 29.'STREET LIGHT FUSE KIT;PER EACH. A BROKEN WHITE line, 8 inches wide, used to delineate a lane , 30."PEDESTRIAN PUSH BUTTON WITH SIGN,'PER EACH. that ends-eaan-efFrarap. The broken or*skip pattern shall be based 31."PEDESTRIAN PUSH BUTTON POST,'PER EACH. on a 15-foot unit consisting of a}foot line and a 12-foot gap. 32. PEDESTRIAN SIGNAL POLE, TYPE I, 10.FEET; PER �a EACH. NaRass�StA-S9Lf�ri LOW-1-i P 3HE3. UNIT PERATE EACH PG...... FOR PER EACH. � � ' THE UNIT PER EACH PRICE FOR "RELOCATE EXISTING POLE' SHALL BE FULL COMPENSATION FOR REMOVING THE POLE FROM ITS EXISTING FOUNDATION, REMOVING bq*h limos, AND SALVAGING OR REINSTALLING EXISTING EQUIPMENT, PLUGGING HOLES AS REQUIRED AND INSTALLING THE POLE ON ITS NEW FOUNDATION AND R ' SHALL INCLUDE ALL LABOR TOOLS MATERIALS, EQUIPMENT AND ANY OTHER COSTS NECESSARY AND/OR 4anehspace- e#ekener=N:ip=-gaits INCIDENTAL TO COMPLETE THE INSTALLATION AND wtittoaststixgg `- "r--"inean&a30-(etMgep, MAKE THE ELECTRICAL EQUIPMENT OPERATIONAL ALL IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS AND Two-Wa Left Turn St�ri1e ' DETAIL SHEETS. A�4EILQW line, 4 inches wide, with a BROKEN 34."REMOVE EXISTING..._..FOUNDATION;PER EACH. YELLOW line,4 inches wide,separated by a 4-inch space. The broken THE UNTT PER EACH PRICE FOR 'REMOVE EXISTING or*skip'pattern will be based on a 40-feet-2A-FOOT unit consisting of FOUNDATION SHALL.BE FULL COMPENSATION FOR FULL a i0-feet-9-FOOT line and a 30-feei-15-FOOT space. The solid line AND COMPLETE REMOVAL AND HAULING AND DISPOSAL shall be installed to the right of the broken line in the direction of OFTHE FOUNDATION. tmvel- Barrierstripe A SOLI- YELLOW line, 18 TO 24 inches wide 8-21 PERMANENT SIGNING �e""Leit` f Crassvalk Stripe , A3i5LIfSWIi[IE line, 13-8 inches wide AND 10.FEET LONG, installed parallel tas,o another crosswalk slripcS�e $-21.3(4,) SIGN REMOVAL(REVISED) PARp LEL TO THE DIRECTION OF TRAFFIC FLOW AND CENTERED IN PAIRS ON LANE LINES AND THE CENTER OF ' Where shown in the plans or as directed by the Engineer, the LANES. SEEDETAILSHEET- existing signs and,if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove Sto Bar concrete pedestals to a minimum of 12 inch"below finished grade and WHITE line,4&12,18 OR 24 inches wide ea{ess AS noted backfill the hole to the satisfaction of the Engineer. The signs and sign otherwise iwON the contract PLANS. standards shall become the property of the Geafra-... "-'shall a roenoved-fromttto-9rojxa thetwnse-disposed-eFab-appeevedJ>yihe Traffic Arrow 6iwiaaer CITY. `Where the existing sign post is located writ in a A WAl'CEmarl-ing conforming to details in the contract. re sidewalk aa,the Contractor shall remove the post and finish the area so as to make the sidewalk continuous. Traffic beat LEGEND A W[IiS tun ' STANDA-- r rnr o •.ri .+.. c.n ..rc_ MAR- ICws-(er-�pertienrUSING ALPHABETICAL LETTERS. 8.22 PAVEMENT MARKING u``l"�"" e_ ,_..__ "eStl cross's w_ .n _ _�SEE CONTRACT PLANS AND DETAIL SHEETS. ' Handier d Parkin Stall S bol 8-22.1 DESCRIPTION(REVISED) A marking con ormmg to details in the contract. Preferential Lane Symbol , This work shall consist of furnishing and installing pavement mar-ng conforming to details in the contract. markings upon the roadway surface at locations shown in the contract or as directed by the Engineer. Railroad Crossin- $ bol Pavement markings arc defined as follows: mar rig con orming to details in the contract. The letters included in the railroad crossing symbol shall conform to the ' Ski Center Stri FHWA publication STANDARD ALPHABET for HIGHWAY .LOW line 4 inches wide. The broken or 'ski SIGNS and PAVEMENT MARKINGS for proportion. pattern shall be based on a 40-feet-2A-FOOT unit consisting of a i& lost-9-FOOT line and a 38-tee'-15-170017 gap. Skip center stripe is a._Trty used as center fine delineation on rwo-lane or three-lane, two-way ==.,mars highways. , Double Yellow Center 8-22.2 MATERIALS (REPLACEDI two Imes, cach 4 inches wide,separated by a 4- inch eF W irnah space. Double yellow center stripe is used as center MATERIAL FOR PAVEMENT MARKING SHALL BE PAINT line delineation on multilane,two-way highways and for channelization. OR PLASTIC AS NOTED IN THE BID ITEM AND SELECTED , Su lemental S erifications ev. ace!8 ' ' City of Renton Supplemental Swiricatlons Division it FROM APPROVED MATERIALS. PAINT AND SPRAYED OR 9. •Painted Stop Bar',per linear foot. ' EXTRUDED PLASTIC MATERIAL SHALL BE APPLIED WITH A 10. •Plastic Stop Else,per linear foot. TOP DRESSING OF GLASS BEADS. 11. 'Painted Traffic Arrow-,per each. PAINT SHALL COMPLY WITH THE SPECIFICATIONS FOR 12. 'Plastic Traffic Arrow' ppeer each. NO HEAT INSTANT DRY PAVEMENT MARKING. BEADS 13. *Painted Traffic fsua�LEGEND,...._.per each'. SHALL COMPLY WITH THE SPECIFICATIONS FOR 14. 'Plastic Trafficl,etNteL.EGEND,......pereach•, ADHERENCE COATED GLASS SPHERES. COPIES OF PAINT 15. 'Painted Handicapped Parking Stall Sy1=' per each. ' AND BEAD SPECIFICATIONS ARE AVAILABLE AT THE 16. 'Painted Prcfercnual Lane Symbol Type.....,per each. HEADQUARTERS MATERIALS LABORATORY, 1655 SOUTH 17. •Plastic Preferential lane Symbol Type reach. SECOND,TUMWATER,WA mo? 18. 'Painted Railroad Crossing Symbol,per each. 19. "Plastic Rtad�ai,l�road Crossing Symbol•,per each. ' 8-22.3W TOLERANCES FOR LINE STRIPES 21.^REM—OVE PAINTIISNE._-•WI •PERLINEAR FOOT- (REVISED) 22. •RE ._. REMOVE PLASTIC LINE - • WIDE,- PER LINEAR 23. "REMOVE EXISTING TRAFFIC MARKINGS,'PER LUMP Allowable tolerances for stripes arc as follows: SUM.' ' Lenph of Stripe: The longitudinal accumulative error within a 40. •THE LINEAR FOOT CONTRACT PRICE FOR 21.'REMOVE Foot ength of skip stripe shall not exceed plus or minus one PAINT LINE' AND 21 'REMOVE PLASTIC LENS' AND THE inch. LUMP SUM CONTRACT PRICE FOR 23. 'REMOVE EXISTING Width of St ri The width of stripe shall not vary more than plus TRAFFIC MARKINGS'SHALL BE FULL COMPENSATION FOR or minus a . REMOVAL OF EXISTING TRAFFIC MARKINGS AS PER THE Lane tdth: The lane width,which is defined as the lateral width PLANS, SPECIFICATIONS AND DETAIL SHEETS. IF THESE ' from t—��of pavement to the center of the lane line or between PAY ITEMS DO NOT APPEAR IN THE CONTRACT SCHEDULE the centers of suceeuive lane lines, shall not vary from the widths OF PRICES,THEN THE REMOVAL OF OLD OR CONFLICIING shown in the contract by more than plus or minus 4 inches. TRAFFIC MARKINGS REQUIRED TO COMPLETE THE CHANNELITATION OF THE PROJECT AS SHOWN ON THE PLANS OR DETAIL SHEETS SHALL BE CONSIDERED ' 8-22.3(6) INSTALLATION INSTRUMONS INCIDENTAL TO OTHER ITEMS IN THE CONTRACT AND No (REVISED) FURTHER COMPENSATION SHALL BE MADE The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary Installation instructions for plastic markings shall be provided for for the completion of the work as speed. both the Contractor and the Engineer. All materials shall be installed ' according to the manufacturer's rcmmmendatio.s—aa: etanufaeFwxtrs-[aEharca .. nwtewaitinst ks-iaHal caw. WHERE SHOWN THE PLANS OR I�dREGTED HYal THE ENGINEER, THE CONTRACTOR SHALL REMOVE ALL OLD OR CONFLICIING STRIPES LINES, BUTTONS OR MARKERS AS REQUIRED TO COMPUTE THE CHANNEUZATION OF THE PROJECT AS SHOWN ON THE PLANS OR DETAIL SHEETS. THIS WORK SHALL BE CONSIDERED INCIDENTAL TO OTHER CONTRACT PAY ITEMS AND NO FURTHER ' COMPENSATION SHALL BE MADE UNLESS A SEPARATE PAY ITEM OR ITEMS ARE PROVIDED FOR SUCH REMOVAL 8-224 MEASUREMENT(REVISED) Skip center stripe, stop center stripe with no-pass stripe, double yellow center stripe,edge stripe, lane stripe, drop lane stripe,double 110 pPW stripe, reversible lane stripe,and two-wat left turn at . will be measured by the linear foot as Paint Stripe or "Plastic Stripe.' The measurement will be based on the travel distance required of a ' marking system capable of simultaneous application of three 4-inch Ines with two 4-inch spaces No deduction will be made for unpainted area when the marking includes a skip line such as skip center stripe, skip center stripe with no•pass stripe,lane stripe reversible lane stripe, or two-way left turn stripe No addition will be allowed when more ' than one fine can be installed on a single pass such as slip center stripe with no' stripe,double yellow center stripe,double no-pass stripe, reversib a lane strippee�or two-way left turn stnpe. Gem APPROM stripe,barrier stri ,crosswalk stripe,and stop bar will be measured by the linear foot of Beach marking type Traffic arrows will be measured by the unit with each arrow head defined as a unit. t raffle littleeaLEGENDS, handiapped parking stall aymbola, preferential lane symbols,railroad crossing symbols,and cycle detector symbok will be measured by the unit. MEASUREMENT FOR PAINT/PLASTIC STRIPE LINE 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(REVISED) Payment will be nude for each of the following bid items that art included in the proposal: 1. •Paint Stripe•,per linear foot. 2. 'Plastic Stripe"�ppeCr linear foot. 3. 'Painted Q4jM PROACH Stripe*,per linear foot. I. •plasicdenrrirSrpV-,N--a_ { Paint te6Ba � t e' aat, per linear foot. 6. 'Plastic Barrier Stripe ,per linear foot. 7. 'Painted Crosswalk Stripe%per linear foot. 8. 'Plastic Crosswalk Stripe",per linear foot. Su Rlemental Specifications e^. ee CITY OF RENTON CuPulemental Soecitiptions DIVISION 9 ' 9-04 JOINT AND CRACK SEALING ' DIVISION 9 MATERIALS MATERIALS 9-04M-2)--RL-1�--GA&KET&FOR ASBEST-08 , CEMEN-T-&TO49R 4SVWER-FIFE 9-01 PORTLAND CEMENT any"�fag �a.,aq , 9-012(4) BLENDED HYDRAULIC CEMENT(NEW) 9-04.10 CRACK SEALING RUBBERIZED ASPHALT ,BLENDED HYDRAULIC CEMENT SHALL CONFORM TO (REPLACED) THE REQUIREMENTS TO TYPE IP(MS) OR TYPE I (PM)(MS) RUBBERIZED ASPHALT FOR CRACK SEALING ASPHALT CEMENT OF THE STANDARD SPECIFICATION PPORR CONCRETE PAVEMENT SHALL CONFORM TO AASHTO M 173 BLENDED HYDRAULIC CEMENTS,AASHTO M 240 WITH THE (pASIM D 1190)AND HAVE A CDC FLASH POINT (AASHTO T ADDITIONAL REQUIREMENT THAT THE MAXIMUM FLY 48) OF 400 F MINIMUM. AASHTO M 173 (ASTM D 119t))) 15 ' ASH COT SHALL BE 25 PERCENT OF THE MODIFIED TO DELETE THE BOND TEST REQUIREMEN CONTENT T. CEMENTII70US MATERIAL THE SOURCE OF THE FLY ASH AASHTO T 48 IS MODIFIED TO REQUIRE CAREFUL AS WELL AS THE WEIGHT OF FLY ASH AS A PERCENT Bl/ AGITATION OF THE RUBBERIZED ASPHALT SAMPLE WEIGHT OF TOTAL CEMENT PLUS FLY ASH, SHALL BE DURING TESTING TO PREVENT LOCAL OVERHEATING. CERTIFIED ON THE CEMENT MILL TEST CERTIFICATE. ' 9-021(8) Y�LOOP SEALANT(NEW) 9-05 DRAINAGE STRUCTURES, UNLESS SPECIFIED OTHERWISE IN THE CONTRACT OR CULVERTS, AND CONDUITS , PERMITTED BY THE ENGINEER UPON REQUEST FROM THE CONTRACTOR, LOOP SEALANT SHALL BE HOT-MELT, RUBBERIZED ASPHALT SEALANT (CRAFCO LOOP DETECTOR SEALANT OR APPROVED EQUAL),SHALL MEET 9-05.1 DRAIN PIPE THE PENETRATION, FLOW AND RESILIENCE ' SPECIFICATIONS OF ASTM D3407 AND SHALL BE INSTALLED WITH AN APPROVED APPLICATOR IN CONFORMANCE WITH MANUFACTURER'S RECOMMENDATIONS. THE CONTRACTOR SHALL REQUEST AND OBTAIN 9-05.1(2) ZINC COATED(GALVANIZED) OR APPROVAL FROM THE ENGINEER FOR THE TYPE OF LOOP ALUMINUM COATED (ALUMINIZED) SEALANT TO BE USED BEFORE INSTALLL -- DETECTOR CORRUGATED IRON OR STEEL DRAIN PIPE ' LOOPS AND SHALL SUBMIT MANUFACTURER CU'ISHEEIS OR OTHER DATA IF REQUESTED BY THE ENGINEER IN ORDER TO ENABLE THE ENGINEER TO DETERMINE THE Zinc coated (galvanized) or aluminum coated (aluminized) ACCEPTABILITY OF THE SEALANT'. ALL LOOP SEALANT ro�ggaated iron or steel dram pipe shall meet the requirements of SHALL.ONLY BE INSTALLED IN THOROUGHLY CLEAN AND AASIWO M 36. The galvanized or aluminized sheet thic =shall be , DRY PAVEMENT AND SHALL BE APPLIED IN 0.052 inch for 6 inch diameter drain pipe and 0.064 inch for 8 inch CONFORMANCE WITH THE METHODS REQUIRED AS TO diameter and larger drain pipe. Welded scam aluminum coated TEMPERATURE AND MEANS OF APPLICATION SUCH AS TO (aluminized)corrugated iron or steel drainpipe with metallized coating COMPLETELY FILL THE SAWCUT AREA, ENCAPSULATE applied inside and out following wilding a acceptable AND SHALL THE LOOP WIRFS AND ADHERE TO THE PAVEMENT. BE ASPHALT TREATMENT I COATED. 9-02.2(2) SAMPLES (REVISED) 9-051(7) CORRUGATED POLYETHYLENE DRAIN ' THE ASPHALT SUPPLIER SHALL SAMPLE EACH LOAD OR PIPE(NEW) OTHER LOT THAT IS SHIPPED FOR USE ON WORK UNDER CORRUGATED POLYETHYLENE DRAIN PIPE, 12-INCH ' THE JURISDICTION OF THE DEPARTMENT OF TRANSPORTATION. THE SAMPLE S14ALL CONSIST OF ONE THRU 24-INCH DIAMETER MAXIMUM, SHALL MEET THE QUART (TWO OR MORE QUARTS FOR EMULSIFIED MINIMUM REQUIREMENTS OF AASHTO M 294. ASPHALT) TAKEN DIRECTLY FROM THE MATERIAL DURING RJR AFTER LOADING, PROPERLY LABELED, AND ' 9-05.2 UNDERDRAIN PIPE RETAINED FOR A MINIMUM of SIX MONTHS. WHEN 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, 9-05.2(8) PERFORATED CORRUGATED ' wASHINGroN 9ssoz. POLYETHYLENE UNDERDRAIN PIPE (NEW) aspnau-4� akm4 -Io,aP-1is'-�w� � PN-M f.�- rl-�..�-. week-ua9erik..... 3iet'-- " PERFORATED CORRUGATED POLYETHYLENE sam Qw°%a "arty S UNDERDRAIN PIPE. ET THE MINIMUM DIAMETER ' . ^--d ^^ •" ��y^^� MAXIMUM, SHALL MEET THE MINMUM� REQUIREENI 5 OF AASHTO M PERFORATIONS SHALL BE IN ACCORDANCE WITHH B AASHTO M 252 Metal quart sample cans shall be cylindrical or rectangular in shape with a 1-3/4 inch Thole and a screw cap. Cans with smaller holes, 9-05 4 STEEL CULVERT PIPE AND PIPE ARCH friction top paint cans, and glass jam will not be accepted. Clean polyethylene or similar plastic nonreactive containers will be required for emulsified asphalt. Steel culvert prpe and pipe arch shall meet the requirements of Identification labels (Form 350-01-8) for the asphalt cans will be AASHTO M 36,Type I and Type 11. Welded seam alummum coated supplied by the Department of Transportation. (aluminized) corrugated steel r and pi arch with metallized ' S�HALLaB�IASP ied nHALT TREATMEENTside and out fol nI COAing is atttptabk AND SSu t Iemental S ecifi<alinns , ( ev, ace DRgSION 9 Supplemental Soeeiftcations CITY OF RENTON 9-05.8 VITRIFIED CLAY SEWER PIPE 9-05.9(1)A BASIS FOR ACCEPTANCE(REVISED) f REPLACED) The basis for acceptance will be a qualification test, conducted by VITRIFIED CLAY PIPE SHALL NOT BE USED. the Headquarters Materials laboratory, for each manufacturer of gaeksted-helically corrugated,gasketed spiral rib,or narrow pitch spiral rib lack seam steel pi Only thou specific ptpc sizes and gasket 9-05.9 STEEL.SPIRAL RIB STORM SEWER PIPE materials approved under the qualification test wlllbe accepted. (REPLACED) Continuous lock scam ppippee shall be sampled and tested in accordance with AASHTO I 9. ' STEEL SPIRAL RIB STORM SEWER PIPE SHALL BE 9-05.10 STEEL STORM SEWER PIPE MANUFACTURED OF METALLIC COATED(ALUMINIZED OR GALVANIZED1 CORRUGATED STEEL AND INSPECTED IN CONFORMANCE WITH SECTION 9-05.4. THE SIZE,COATING Steel storm sewer pipe shall conform to the requirememnts of Section ' AND METAL SHALL BE AS SHOWN IN THE PLANS OR IN THE, 9-05A for steel culvert pipe, except that protective coating shall be SPECIFICATIONS. Treatment 5, and be constructed of either helically copted lock THE MANUFACTURER OF SPIRAL RIB STORM SEWER seam or helically corrugated continuous welded steel pip;. When PIPE SHALL FURNISH TO THE ENGINEER A CERTIFICATE gasket;d helically corrugated lock scam steel pipe is called for, OF COMPLIANCE STATING THAT THE MATERIALS 'Treatment 5 is not required. Welded seam aluminum coated FURNISHED COMPLY IN ALL RESPECTS WITH THESE (aluminized) steel pipe shall require metallized aluminum coating ' SPECIFICATIONS. THE ENGINEER MAY REQUIRE inside and out following welding and shall ate— ment ADDITIONAL INFORMATION OR TESTS TO BE PERFORMED SREQUIRE AN ASPHALT TREATMENT I COA WT Get BY THE CONTRACTOR,AT NO EXPENSE TO THE STATE. UNLESS OTHERWISE SPECIFIED, SPIRAL RIB STORM SEWER PIPE SHALL BE FURNISHED WITH PIPE ENDS CUT 9-05.10(1) COUPLING BANDS (REVISED) ' PERPENDICULAR TO THE LONGITUDINAL AXIS OF THE PIPE PIPE ENDS SHALL BE CUT EVENLY. SPIRAL RIB PIPE SHALL BE FABRICATED EITHER BY USING A CONTINUOUS 0166MA eell" HELICAL LOCK SEAM WITH A SEAM GASKET OR ofets CONTINUOUS HELICAL WELDED SEAM PARALLELING THE RIB. riag-gasket FOR SPIRAL RIB STORM SEWER PIPE, HELICAL RI SHALL PROJECT OUTWARDLY FROM THE SMOOTH PIPE 11 WALL AND SHALL BE FABRICATED FROM A SINGLE r,. THICKNESS OF MATERIAL THE RIBS SHALL BE tzes ESSENTIALLY RECTANGULAR AND SHALL BE 3/4 INCH '! 'h PLUS TWO TIMES THE WALL THICKNESS (M2T� PLUS OR 72'n 0 `�4:ae; .. MINUS 1/8 INCH(MEASURED OUTSIDE TO OITTSIDE)AND A ,„Tr.en„_ .ro :__s w..s .n :R MINIMUM OF 0.95 INCH HIGH (MEASURED AS THE +�e21ant k MINIMUM VERTICAL DISTANCE FROM THE OUTSIDE OF PIPE WALL IMMEDIATELY ADJACENT TO THE LOCKSEAM ++ OR STIFFENER TO THE TOP SURFACE OF RIB). THE Asphalt teatigj�hall Rai be wed en estaplong hands 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 9-05.14 ABS COMPOSITE SEWER PIPE METAL AT THE CORNERS OF THE RIBS SHALL BE A (REPLACED) MINIMUM OF 0.10 INCH AND A MAXIMUM OF 0.17 INCH. IF ' THE SHEET BETWEEN ADJACENT RIBS DOES NOT CONTAIN A LOCKSEAM,A STIFFENER SHALL BE INCLUDED MIDWAY ABS COMPOSITE PIPE SHALL NOT BE USED. BETWEEN RIBS, HAVING A NOMINAL RADIUS OF 0.25 INCH AND A MINIMUM GI-rr OF 0.20 INCH TOWARD THE OUTSIDE OF THE IPEI PIPE SHALL BE FABRICATED WITH 9-05.150) MANHOLE RING AND COVER ' ENDS THAT CAN BE EFFECTIVELY JOINTED WITH (REVISED) COUPLING BANDS. WHEN REQUIRED, SPIRAL RIB OR NARROW PITCH SPIRAL RIB PIPE SHALL BE BITUMINOUS TREATED OR Castings for manhole rings and covers shall be gray iron castings PAVED. THE BITUMINOUS TREATMENT FOR SPIRAL RIB conforming to the requirements of AASHTO M 105,Aass-49 CLASS PIPE SHALL CONFORM TO THE REQUIREMENTS OF 30. ' SECTIONS 9-05.4(3 AND 9-05.4P(I4R)A HELICAL RIBBSO SHALL PROJECTL RIB SEWER OUTWARDLY FROM THTHE 9-05.17 ALUMINUM SPIRAL RIB STORM SEWER SMOOTH PIPE WALL AND SHALL BE FABRICATED FROM A PIPE(REVISED) SINGL±THICKNESS OF MATERIAL THE RIBS SHALL BE.475 ' INCH— I/8 INCH WIDE(MEASURED OUTSIDE TO OUTSIDE) AND A MINIMUM OF A 75 INCH HIGH (MEASURED AS THE Aluminum spiral rib storm sewer pipe shall be manufactured of MINIMUM VERTICAL DISTANCE OF RIBS SHALL BE 4.80 corrugated aluminum and inspectcd m conformance with Section 9- INCHES CENTER TO CENTER(MEASURED NORMAL TO THE OSS. Me size,coating,and metal shall be as shown in the plans or in DIRECTION OF THE RIBS). THE RADIUS OF BEND OF THE the specifications. ' METAL AT THE CORNERS OF THE RIBS SHALL BE 0.0625 The manufacturer of spiral rib storm sewer pipe shall furnish to the INCH WII1-T AN ALLOWABLE TOLERANCE OF-10 PERCENT. En gSpecifications,eer a certificate of compliance stating that the materials fumishW comply in all respects with these Specifications, The Engineer may require additional information or tests to be performed 9-05.9(1) CONTINUOUS LOCK SEAM PIPE by the Contractor,at no expense to the State. (REPLACED) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the Ionptudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be PIPES FABRICATED WITH CONTINUOUS HELICAL SEAM fabncated by using a continuous helical lock seam with a seam gasket. PARALLEL TO THE RIB MAY BE USED FOR FULL CIRCLE FOR SPIRAL RIB STORM SEWER PIPE HELICAL RIBS PIPE THE LOCK SEAM SHALL BE FORMED IN THE FLAT SHALL PROJECT OUTWARDLY FROM TH SMOOTH PIPE BETWEEN RIBS AND SHALL CONFORM TO SECTIONS 75.1 WALL. AND SHALL BE FABRICATED FROM AABE 3N�SINGLE THROUGH 7.5.3 OF' THCH E LAP WIDTH SR NARROW P ECIFIED CIH DIN SECTIONL RIB O7S1 HALL BE 1 PIPE,SEWER 1/2 FAB IRITHICKNESS N WIDEC S' CENTER TA INCH DEEP O CENTER OF MATERIAL THE RIBS H A SHALL P EAl•AGLBY INCH. rA ' FOR USE IN APPLICATIONS WITHOUT BITUMINOUS JOINTED WITH COUPLING BANDS, TREATMENT, THE CONTINUOUS LOCKSFAM MUST BE FOR NARROW PITCH SPIRAL RIB STORM SEWER PIPE, QUALIFIED BY TESTS CONDUCTED BY THE HELICAL RIBS SHALL PROJECT OUTWARDLY FROM THE HEADQUARTERS MATERIALS LABORATORY. SMOOTH PIPE WALL AND SHALL BE FABRICATED FROM A SINGLE THICKNESS OF MATERIAL THE RIBS SHALL BE ' Suovlemental S eeificalions fi ev. aee CITY OF RENTON ( quonlemental ST3txlficatlons DIVISION 9 OUTSIDE)yINCHES EAMFEb1A8 INCH WIDEMINIMUM CENTER(MEASURED OF RIBS SHAD.BE 4SO III AFTER FABRICATION M 232 ACCORDANCE WITH AASHTO M THE DIRECTION OF THOE RIISS S THE RADIUS OF ENDLOF THE , METAL AT THE CORNERS OF THE RIBS SHALL BE 0.0625 wFCR WID WM E PITCH PPITCQHW SPIRAL RIB STORM CE OF-SEWER 10 PIPr� 9-06 STRUCTURAL STEEL AND RELATED HELICAL RIBS SHALL PROJECT OUTWARDLY FROM TH MATERIALS , SMOOTH PIPE WALL AND SHALL BE FABRICATED FROM A SINGLE THICKNESS OF MATERIAL THE RIBS SHALL BE 3/4 INCH + 1//gg INCH WIDE T 1CMIIEASURED OUTSIDE TO OUTBID AND NIMUM OF 0.95 INCH HIGH (MEASURED AS TH MINIMUM VERTICAL DISTANCE FROM THE OUTSIDE OF 9-06.5(3) HIGH STRENGTH BOLTS(REPLACED) , PIPE WALL TO TOP SURFACE OF THE RIB). THE MAXIMUM SPACING OF RIBS SHALL BE 11.75 INCHES CENTER TO HIGH STRENGTH BOLTS FOR STRUCTURAL STEEL CENTER[MEASURED NORMAL TO THE DIRECTION OF THE JOINTS SHALL CONFORM TO THE REQUIREMENTS OF CORNERS THE RADIUS OF BEND OF THE METAL AT THE AASHTO M 164 OR M 253 TYPE 1 2, AND 3, AND THE CORNERS E THE RIBS SHALL BE 0CEN INCH WITH AN FOLLOWING ADDITIONAL REQUIkl&[PNTS: ' ALLOWABLE TOLERANCE OF + 10 PERCENT. He 4b -,, R AASHT0 M 164 BOLTS __ -na66r aria 1WCH DLAMUrEi OR LESS-MAX TFNSIL STRENGTH MAW PSI 1... 11A LARGER THAN 1 INCH DIAMETER-MAX TENSE.SIRENGTH IMAM PSI iLN!FbsavRter-ie�ai3ter,-FipaifsM MAXIMUM HARDNESS 33 RC "tg43ands. BOLTS CONFORMING TO AASHTO M 253 SHALL NOT BE , GALVANIZED. BOLTS CONFORMING TO AASHTO M 164 THAT ARE GALVANIZED SHALL HAVE A MAXIMUM YIELD STRENGTH OF 105000 PSI. BOLTS CONFORMING TO AASHTO M 164 WTTE;A YIELD STRENGTH GREATER THAN ' 105,000 PSI AND AASM'O M 253 BOLTS MAY BE USED Iurn+sh-te--tko- n�+rfaeataapf�nro-stating-t PROVIDED THEY ARE PAINTED WITH TWO COATS OF ZINC It I. ;als-Ill emply_a,talE respeew-mtM-theta-Spacigeal7enu DRY 17I�.M T'�HIOCKNESS OF MILS PERICOAT OF A MINIMUM I.73e-Bngi uiPe-'add+Henal--mfer+aalee� -terms �, UNPAINTED AND NONGALVANiZED BOLTS SHALL Pew qa��p;� CONFORM TOEDAASHTOWITH M 164 AND M 253 TYPE 3. NUTS AND ' d'nal WASHERS USED WITH TYPE 3 HOSTS SHALL HAVE - �- m COMPARABLE ATMOSPHERIC CORROSION RESISTANCE AND WEATHERING CHARACTERISTICS. �� f�ao ��'.��rt .�� , HIGH STRENGTH BOLTS, BLACK AND GALVANIZED, SHALL BE SUBJECTED TO A ROTATIONALCAPACITY TEST , et-ajy,{ten�the,emeethyipo- )land (AASHTO M 164, SECTION 85) AND SHALL MEET THE sftidl-4a-fabaeaied.{fa,Ala.+h;eknee'ue(�na+eAa♦. -nFw�ha7} FOLLOWING REQUIREMENTS: • A. GO THROUGH TWO TIMES THE REQUIRED aAda-m:R;em,Rye€_,q-3K.;m#h;,�h-((measara4astM.nlin;BR,m+'eq;ea7 NUMBER OF TURNS FROM SNUG TIGHT CONDITION disla�satsida•oi•pipo-we�b), The AS INDICATED IN TABLE 4 OF SECTION 6413 33 nysimwn-spec; F3s-shaa}_13a�,gg..;aehes-�eeNer-te-eerHeP WITHOUT STRIPPING TENSILE,OR SHEAR FAILURE ' flo 'per' rag. ROTATION-CAPAaW TEST SHALL BE PERFORMED IN A WSDOT APPROVED BOLT TENSION -oreeot: CALIBRATOR 3Yka B. THE MAXIMUM RECORDED TENSION SHALL BE Croats- -0--.._ ._ _ _ ._ .hall EQUAL TO OR GREATER THAN LIS TIMES THEgeRfamn , Sh _ MINIMUM BOLT TENSION LISTED IN TABLE 3 OF SECTION 6.033(33). C. THE MEASURED TORQUE TO PRODUCE THE 9-05.17(1) CONTINUOUS LOCK SEAM PIPE MINIMUM BOLT TENSION SHALL NOT EXCEED THE (REPLACED) VALUE OBTAINED BY THE FOLLOWING EQUATION. , TORQUE -025 ID DSO PIPES FABRICATED WITH CONTINUOUS HELICAL SEAM w ERE-- TORQUE MEASUREDTO-MEASURED TOROTE(FOHr((PO�IIHNDSJ PARALLEL TO THE RIB MAY BE USED FOR FULL CIRCLE D -NOMINAL BOLT DIAMETER(F7'FI) PIPE THE LOCK SEAM SHALL BE FORMED IN THE FIAT BETWEEN RIBS AND SHALL CONFORM TO SECTION 132.1 NUTS SHALL MEET THE FOLLOWING REQUIREMENTS: ' THROUGH 1323 OF AASHTO M 196. AAS14TOM IN BOLTS FOR NARROW PITCH SPIRAL RIB STORM SEWER PIPE, BLACK OR GALVANIZED TYPE I OR 2 AASHTO M DI GRADE DH THE SEAM LAP WIDTH SPECIFIED IN SECTION 13.11 SHALL AASHTO M292 GRADE 2H BE 1 4 INCH. THE CONTINUOUS LOCK SEAM MUST BE BUCK WEATHERING TYPE 3 AASHfO M 23I GRADE DID QUALIFIED BY TESTS CONDUCTED BY THE AASHTO M 253 BOLTS ' HEADQUARTERS MATERIALS LABORATORY. BLACKTWE I AND 2 AASHIO M Dl GRADE DH AASKIO M M GRADE 2H 9-05.17(1�A BASIS FOR ACCEPTANCE(REVISED) BLACKWEATHER1NGTYPE3 AASHI0291GRADEDID WASHERS FOR AASHTO M 164 AND M 253 TYPE 1.2,AND 3 SHAD.MEET THE REQUIREMENTS FOR AASHTO M 293. The basis for acceptance will be a qualification test, conducted by DIRECT TENSION INDICATORS SHALL CONFORM TO THE the Headquarters Materials Laboratory, for each manufacturer of REQUIREMENT'S OF ASTM F 959 AND SHALL BE USED WITH geskNWhelically corrugated,spiral rib,or narrow pitch spiral rib lock EITHER AASHTO M 164 OR M 253 BOLTS seam aluminum pipe. Only those specific pipe sizes and gasket WHEN SPECIFIED ASIM A 354 GRADE BD BOLTS MAY BE materials approved under the qualification test wT be accepted. USED PROVIDED THEY MEET THE REQUIREMENTS SET Continuous lock seam pipe shall be sampled and tested in FORTH IN SECTION 9 OF AASHTO M 253. THESE BOLTS accordance with AASHTO T 49. SHALL NOT BE GALVANIZED. NUTS FOR THE ASIM A 354 BOLTS SHALL CONFORM TO AASHTO M 291 GRADE DH 9-05.18 SAFETY BARS FOR CULVERT PIPE NE AND L BOLTS, , SHALL CONFORM TO TENSIONASHTO M 293. (NEW) ALL BOLTS, NUTS, AND DIRECT TENSION INDICATORS ' SHALL BE STAMPED WITH THE MANUFACTURER'S STEEL PIPE USED AS SAFETY BARS AND STEEL PIPE IDENTIFICATION MARK AND THE APPROPRIATE GRADE USED AS SOCKETS SHALL CONFORM TO THE BEFORE INSTALLING ANY BOLT, NUT WASHER, OR REQUIREMENTS OF SAFETY A 53 FOR STEEL RM STEEL DIRECT TENSION INDICATOR THE CONTRACTOR SHALL TUBING USED AS SAFELY BARS SHALL CONFORM TO ASIM SUBMIT TO,AND OBTAIN THE ENGINEER'S APPROVAL OF, A 500 FOR STEEL TUBING. SIRES PLATE SHALL CONFORM THE APPROPRIATE SAMPLES AND MILL TEST ' TO AASHTO M 183. ALL PARTS SHALL BE GALVANIZED Su s lemental S eeiftcaftons ev. M J ' DIVISION 9 Suonlemental S11et:ifications CITPOF RENTON CERTIFICATES FOR EACH LOT USED. BOLTS OF 9-08 PAINTS ' DIFFERENT DIAMETER AND OR LENGTH SHALL BE CONSIDERED SEPARATE LOTS. 9-06 5(4) ANCHOR BOLTS (ADDITION) 9-08.7 FIELD SAMPLES (NEWT ' ALL ANCHOR BOLTS, NUTS, WASHERS AND ANCHOR BECAUSE OF THE VOLATILITY OF THE SOLVENTS USED PLATES FOR SIGNAL POLES,STREET LIGHT POLES,STRAIN IN THE PAIN,THE UPPER LIMIT ON VISCOSITY SHALL BE POLES OR OTHER TYPES OF POLES SHALL MEET THE WAVED ON ALL PAIN SAMPLES TAKEN IN THE FIELD. RECOMMENDED SPECIFICATIONS OF THE POLE ' MANUFACTURER THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING TO THE ENGINEER ANY TES DATA CONCERNING FABRICATION STREN TEST RESULT . MICTIC ON AND Ot7IIER DATA 9-09 TIMBER AND LUMBER REQUIRED TO CONFIRM THAT THE ANCHOR BOLTS MEET ' THOSE SPECIFICATIONS. THE FOLLOWING STANDARD SPECIFICATIONS SHALL APPLY TO ANCHOR BOLTS FOR STREET LIGHT, SIGNAL ()g, AND STRAIN POLES PROVIDED THAT THE CONTRACTOR 9_ 2 GRADE REOLIiREMENTS(REPLACED) CAN SUBMIT DOCUMENTATION FROM THE MANUFACTURER AFFIRMING THAT ANCHOR BOLTS IN THE TABULATED WORKING STRESSES CHART ON MEETING THESE SPECIFICATIONS ARE RECOMMENDED PAGE 539, UNDER THE SECTION FOR SIGN POSITS MILE FOR THE POLE TO BE INSTALLED THEREON: POSTS SAWED FENCE POSITS AND MAILBOX POSTS, 1. THE STANDARD ANCHOR BOLT FOR ALUMINIUM K'ESI7iRN CEDAR IS CHANGED TO READ WESTERN RED STREET LIGHT POLES SHALL BE 42 INCHES IN CEDAR. THE VARIOUS WORKING STRESS FIGURES LENGTH AND SHALL MEET THE REQUIREMENTS OF REQUIRED FOR WESTERN RED CEDAR IN THE FIVE ' ASTM A 36 OR ASIM A 307, THE SHAFT OF THE COLUMNS ARE REVISED TO READ AS FOLLOWS: ANCHOR BOLT SHALL BE A FULL ONE INCH IN DIAMETER WITH A HOT FORGED FOUR INCH 'V 4'X4' 1050 75 425 750 1,000,000 BEND ON THE BOTTOM END AND A MINIMUM OF SIX INCHES OF DIE-CUT THREADS ON THE TOP END. 4'X6' 925 75 425 1050 1,000,000 2. THE ANCHOR BOLTS FOR SIGNAL POLES AND ' STRAIN POLES SHALL MEET THE SPECIFICATIONS 6'X6',6'X8' AS DESIGNATED ON THE APPROVED 8'X30' 1100 70 425 925 1,000,000 MANUFACTURER'S POLE PLANS AND/OR SUPPLEMENTAL PLANS OR SPECIFICATIONS 6'X10',8'X1Y 1050 70 425 875 1,000,000 PROVIDED BY THE MANUFACTURER. ' ALL ANCHOR BOLTS,NUTS AND WASHERS SHALL MEET UNLESS OTHERWISE NOTED IN THE PLANS OR IN THE THE POLE MANUFACTURER'S SPECIFICATIONS AND SHALL SPECIAL PROVISIONS ALL TIMBER AND LUMBER SHALL BE BE HOT DIPPED GALVANIZED UNLESS SUCH GRADED AS SHOWN(N THE TABULATED WORKING STRESS GALVANIZATION IS NOT PERMITTED FOR THE TYPE OF CHART EXCEPT AS FOLLOWS: STEEL AS PER SECTION 9-065(4). THE GRADE REQUIREMENTS FOR SIGN POSTS, MIKE ' POSITS, SAWED FENCE POSTS, AND MAILBOX POSTS ARE SUPPLEMENTED WITH THE FOLLOWING: FOR SINGLE POST APPLICATIONS, THE GRADE FOR 9-07 REINFORCING STEEL WESTERN RED CEDAR 4'X4'IS EXPANDED TO ALLOW NO.2 OR BETTER FOR SINGLE POST APPLICATIONS THE GRADE FOR ' WESTERN RED CEDAR 4'X6'IS EXPAPIaED TO ALLOW NO.2 9-07.2 DEFORMED STEEL BARS (REVISED) OR BETTER 9-09.3(2)C PENETRATION AND RETENTION Deformed steel bars for concrete reinforcement shall conform to the (REVISED) requirements of AASHTO M 31,Deformed and Plain Billet Steel Bars for Concrete Reinforcement, Grade 60, te[¢ OR ASTM A-706 LOW-ALLOY STEEL,D FORMED BALLS FOR CONCRETE R21NFORCEMENT. However, in computing the Retention ultimate unit tensile stress from test data, the area may be corrected per Cu.Ft. Process Penetration ' for weight per linear foot of the bar within the weight tolerances listed. Material of Wood TpQe in Inches No such correction for weight shall be used in calculating the yyi�eld Stnc�mber for Gen.Bridge stress;the nominal area of the bar,as ven in Table 1 of AASIiTD M Const.,5 inches or less in 31,OR ASIM A-706,shall be used in this computation. Thickness 10 lb.min. Empty Cell 3/8 min. Deformed steel bars am referred to in the plans and specifications Stnct.Timber for Gen.Bridge by number. for emmple,#3,#4,#5,etc. Const.,More than 5 inches in Thickness 101b.min. Empty Cell 1/2 min. Strua.Timber in Salt or Fresh 9-07.3 EPDXY-COATED STEEL REINFORCING Water,5 inches or less in BARS (REVISED) Thickness 14 lb.min. Full Cell 3/8 min.y 1— e- --- ' �pie7c rase 34 '§ minV2 min �OAAA Baru STRUCT.TIMBER IN SALT OR FRESH I. THE LIST O STEEL REIN'F RC1NG BARS WATER,MORE THAN 5 INCHES IN ACCEPTABLE FOR EPDXY COATING SHALL THICKNESS 14 LB.MIN. FULL CELL 1/2 MIN. INCLUDE ASTM A-706. Timber Piling,General 10 lb.min. Empty Cell 1 min. Timber Piling in Fresh Water 10 lb.min. Empty Cell 1 min. 9-07.10 PRESTRESSING REINFORCEMENT Timber Piling in Salt Water 14 lb.min. Full Cell 1 min. (REVISED) Pm9$ s'RgPRESTRESSED reinforcement shall be mill bright high-tensile-strength seven wire LOW-RELAXATION stand conforming to the requirements of AASHTO M'_'03,Grade 270. A,ll wires•6h " he UFess- a-uni"A-F'ha+viN' aysbean ' 11MOd-iFke-o-st il" ' Su lemenral5 ecifications ev. I age MY OF RENTON Suoolernenfal Specifications DIVISION 9 9-13 RIPRAP AND SLOPE PROTECTION 9-21.2 LANE MARKERS TYPE 2(REPLACED) THE MARKERS SHALL B OF A PERMANENT TYPE , INTENDED TO PROVIDE REFLECTIVITY FOR AT LEAST 3 9-1 (2) POURED PORTLAND CEMENT YEARS UNDER NORMAL INTERSTATE TRAFFIC CONCRETE SLOPE PROTECTION(REVISED) CONDITIONS. THE MARKER HOUSING SHALL CONTAIN REFLECTIVE FACES AS SHOWN IN THE PLANS TO REFLECT' , INCIDENT LIGHT FROM EITHER A SINGLE OR OPPOSITE Cement concrete for poured concrete slope protection shall be Class DIRECTIONS. B in conformance with Section 6.023. Witt mesh reinforcement shall conform to Seeden-9-01.4,SECTION 9.21.2 1 PHYSICAL PROPERES REPLACED 9.07.7. ( ) TI ) t 9-13 5(3) PNEUMATICALLY PLACED PORTLAND THE MARKERS SHALL BE NOT LESS THAN 4.0 INCHES NOR MORE THAN 5.0 INCHES IN WIDTH, AND NOT MORE CEMENT CONCRETE SLOPE PROTECTION THAN 1.0 INCH IN HEIGHT.(REVISED) BEISMOOTH EXCEPT FOR PURPOSES OUTER SURFACE OFTHE OF IDENTIFICATION. KER HOUSING SHALL ,THE BASE OF THE MARKERS SHALL BE SUBSTANTIALLY Reinforcement Win mesh reinforcement shall conform to the FREE FROM GLOSS OR SUBSTANCES THAT MAY REDUCE provisions of Section 9 0 4 9-07.7. ITS BOND TO ADHESIVE 9-213 RAISED PAVEMENT MARKERS TYPE 3 , 9-20 PLASTIC TRAFFIC BUTTONS NEW RAISED PAVEMENT MARKERS TYPE 3 SHALL MEET THE , FOLLOWING REQUIREMENTS: 9-20.2(l) TYPE A AND B (REVISED) WPACT RESISTANCE 15INCH-tBSMIN TITANIUM DIOXIDE 2l%TY1VT-)MIN.(WHITEONLY) RESIN CONTENT - mL1%96((BY Plastic traffic buttons Type A and B shall meet the following REFLECTANCE requirements: CONCAVITY A CONv : n q TRANSVERSE 1/161NCHMX.A Impact Resistance 15 inch-lbs.,min. LONGrVDINA 1/a INCHM Titanium Dioride 21%(by eat),min. Resin content 20%(by wt.),min. DIMENSIONS FOR RAISED PAVEMENT MARKERS TYPE 3 Reflectance 80%min. SHALL CONFORM TO THE FOLLOWING: Flexural Strength 1500 lbs.min. ' Concavity of base 1/4 inch,max. LENGTH WIDTH DFFrl Convc)dtY /of base 1 4 inch,Rl3c IIPMTYPEM e' 4' RPMTYPE3 r 4 - ]/<• Weight of: RPM TYPE 11a• IV 4• 314' TyyppccA 4.0 lbs.,max_ RPMTYPE1ir Ir 4• 3/4• Type i As sh .,max. SHOULDER DEPM SHALL BE 1/4•. THE ENDS SHALL BE ' Dimensions As shown on Standard DETAIL. BEVELED FROM THE TOP OF THE SHOULDER EDGE AT A Reflectance will be measured with a photovolt Reflectance Meter or SLOPE OF 1:L its equivalent by comparing to a 78 percent standard. REFLECTANCE WILL BE MEASURED WITH A PHOTOVOLT Flexural Strength will be measured by placing the button base down REFLECTANCE METER OR ITS EQUIVALENT BY on two 3/4 inch round supports on 5 inch centers and loading vertically COMPARING TO A 78 PERCENT STANDARD. , at the center of the curved surface by means of a flat plate. - 9-20.2(1) TYPE C(ADDITION) 9-22 MONUMENT CASES PLASTIC TRAFFIC BUTTON TYPE DIVERTERS SHALL BE ' RECTANGULAR OR ELLIPTICALLY SHAPED AND SHALL CONFORM TO THE DIMENSIONS GIVEN IN THE STANDARD 9-22.1 MONUMENT CASES.COVERS AND RISERS DETAILS. PRIOR TO INSTALLATION, THE CONTRACTOR SHALL (REVISED) ' SUBMIT TO THE ENGINEER FOR APPROVAL MANUFACTURER SPECIFICATIONS, FABRICATION DATA The-ea s AND/OR ANY OTHER DATA AS REQUIRED TO DETERMINE �.: n THE ACCEPTABILITY OF THE SPECIFIC DIVERTER 069CASIINGS FOR MONUMENT ES, COVERS AND PROPOSED FOR USE RISERS SHALL BE GRAY IRON CASTINGS CONFORMING TO , THE REQUIRIMFNTS OF AASHTO M 105, CLASS 30. The cover and seat shall be machined so as to have perfect contact around the entire circumference and full width of bearing surface. 9-21 hAAT-I` MAIL4r.9RSRAISED PAVEMENT MARKERS (RPM) ' 9-211 LAN-ERAISED PAVEMENT MARKERS TYPE ' 1(REVISED) mane-mMarkem Type 1 shall be plastic markers composed of thermosetting resins,pigments and inert ingredients,and be or uniform ' composition. Plastic markers shall not contain glass. Su lemental S ecifrcations ev. aee 5 1 DIVISION 9 Supplemental Specifications CITY OF RENTON ' 9-23 CONCRETE CURING MATERIALS BASKETS AND 12 GAGE FOR PVC COATED BASKETS. SELVEDGE WIRE SHAH,NOT BE THINNER THAN 10 GAGE AND ADMIXTURES AND LACING AND TIE WIRE SHALL NOT BE THINNER THAN 13 GAGE DIAPHRAGMS SHALL BE MADE OF THE SAME MESH AND GAGE AND SHALL BE COATED THE SAME AS THE BODY OF 9-23.6 A4R—EATTRAI7+IW,-AND40HEMIGAI THE BASKET. ADMIXTURES FOR CONCRETE(REPLACED) 9-27.3(2) MEW-011ENINGSCLTP FASTENER ' ADMIXTURES FOR USE IN CONCRETE SHALL MEET THE (REPLACED) FOLLOWING SPECIFICATIONS: CLIP FASTENERS MAY BE ANY TYPE THAT PROVIDE ADMIXIE SPECIFlGTION POSITIVE LOCK AND WHENN lIR INSTALLED SHALL BE AIREM NING AASHIOML A C" STRONGER THAN THE MESH TO WHICH THEY ARE ' WATER REDUCING AASHIOMlS TYPE ASTMCA4TYPEA ATTACHED. ET SRETAR AASDING M1W TYPES ASMCa4 TYPEB CLIP FASTENERS MAY BE EITHER GALVANIZED OR WATER REDUCING/ AASHM M 394 TYPE❑ ASTM C 4W TYPED STAINLESS STEEL FOR GALVANIZED BASKETS AND SHALL SEr RETARDING HIGHRANGEWATER A )TrOMI94 EF A C44TYPEF BE STAINLESS STEEL FOR PVC COATED BASKETS. RFDUCINGAN'DG AND GALVANIZING ON THE STEEL CLIPS SHALL BE IN IN ADDITION TO THE ABOVE SPECIFICATIONS, ACCORDANCE WITH ASIM A 641 WITH A CLASS 3 COATING. ADMIXTURES PROPOSED FOR USE SHALL CONTAIN I F.CC THAN ONE PERCENT Cl-BY WEIGHT OF ADMIXTURE. 9-27.3(3) NONRA N6-0ONSTRL-J£I740NSTONE ACCEPTANCE OF ADMIXTURES WILL BE BASED ON (REPLACED) MANUFACTURER'S CERTIFICATE OF COMPLIANCE IF ' REQUIRED BY THE ENGINEER, ADMIXTURES SHALL BE SAMPLED AND TESTED BEFORE THEY ARE USED. STONE FOR FILLING GABIONS SHALL HAVE A DEGRADATION FACTOR OF AT LEAST 30. THE STONE SHALL BE DENSE ENOUGH TO PASS THE UNIT-WEIGHT 9-23.7 AIR-ENTRAINING AND CHEMICAL TEST DESCRIBED IN SECTION 6-09 SHALL.3(6)F. STONE SHA ADMIXTURES FOR PRECAST PRESTRESSED MEET THE FOLLOWING REQUIREMEN S FOR GRADATION: CONCRETE(REVISED) PASSING 8'SQUARE SIEVE 100%P PASSING 6'SQUARE SIEVE 75-90% PASSING 4'SQUARE SIEVE 040% Air-entraining admixture shall meet the requirements of AASHTO FRACTURE 75% M 154. �I„ _ ,._ .�_ ,.. . ..r �girwd-tau-- ns;rege ' fumich• — f. ' r,-indiaatin-�..�;hPmatewal-meew the ALL PERCENTAGES ARE BY WEIGHT vetMt omACCEPTANCE WILY.BE ON THE BASIS OF A NUFACIURER'S CERTIFICATION OF COMPLIANCE. If reqquired by the Engineer, the air-entnlning admixture shall be 9-27.3(4) MESH OPENINGS (NEW) sampled and tested by the Materials Laboratory before use. ' Chemical admixtures shall conform to the requirements of OPENINGS OF THE MESH SHALL BE APPROXIMATELY 4 AASHTO M 194,Type A, B,D,or F. Approval of specific admixture INCHES IN THE LONGEST DIMENSION. products shall be required as a pan of the annual approval of prestressed fabricators. Chloride ion content of chemical admixtures shall not exceed one percent by Weight. 9-27.3(5) NONRAVELING CONSTRUCTION(NEW) cu tin.-n.at . '� sppptcaeC+catiett-ACCEPTANCE WILL tBBE ONqwr THE BASIS OF A THE WIRE MESH SHALL BE FABRICATED TO BE MANUPACIURER'SCERTIF7CATIONOFCOMPLLANCE NONRAVELING. THIS IS DEFINED AS THE ABILITY TO If required by the Eng�peer, the admixture shall be sampled and RESIST PULLING APART AT ANY OF THE CONNECTIONS tested by the Materials IXnmtory before use. FORMING THE MESH WHEN A SINGLE STRAND IN A SECTION OF MESH IS CUT. 9-23.9 FLY ASH(REPLACED) FLY ASH SHALL CONFORM TO THE REQUIREMENTS OF ' AASHTO M 295 CLASS C OR F WITH OPTIONAL CHEMICAL REQUIREMENTS AS SET FORTH IN TABLE 1 AND OPTIONAL PHYSICAL REQUIREMENTS AS SET FORTH IN TABLE 2A AND WITH A FURTHER LIMITATION THAT THE LOSS ON IGNITION SHALL BE A MAXIMUM OF 1S PERCENT. 9-27 CRIBBING ' 9-27.3 GABION CRIBBING (REPLACED) 9-27.3(1) WIRE(REPLACED WIRE USED IN THE CONSTRUCTION OF THE GABION ' BASKETS MAY EITHER BE CARBON OR COLA DRAWN STEEL CARBON STEEL WIRE SHALL MEET THE REQUIREMENTS OFASTM A510. GRADE NUMBERS 1010 OR 1015. COLD DRAWN STEEL WIRE FABRIC SHALL MEET THE REQUIREMENTS OF AASHTO M 55. ' WIRE SHALL BE GALVANIZED IN ACCORDANCE WITH ASTM A 641 WITH A CLASS 3 COATING AND MEDIUM TEMPER WIRE USED IN THE BODY OF THE MESH SHALL NOT BE THINNER THAN 11 GAGE FOR GALVANIZED ' SU lemental S ev ifications _ Ape CITY OF RENTON Supplemental Spedreations D_1"SION 9 ' 9-25 SIGNING MATERIALS AND A 12 inch length of each size conduit cut from IhaEACH end of a standard length of conduit shall be submitted to the Materials , FABRICATION Laboratory for tat prior to use. Grounding end bushings shall be galvanized malleable iron with pp coer,tinned copper,or stainless steel lugs. Every length of rigid metal conduit shall bear the label of 9-28 6 ENCLOSED LENS REFLECTIVE SHEETING Underwriters Laboat Inc.or the label of the Canadian Standards ' Association if affected items of Canadian manufacture are approved (REVISED) for use on the project. Installation shall conform to appropriate articles of the Code. The reflective sheetingshall have the following minimum coefficient THE CONDUIT P.V.C. - NON-METALLIC SHALL CONFORM g TO ARTICLE 347 OF THE CODE AND ASTSM STANDARDS. of retrofiection values at 01 degree,and OS degree observation angle THE CONDUIT SHALL BE OF THE TWO TYPES INDICATED ' expressed as average candelas per foot�candle per square foot of BELOW: material. Measurements shall be conducted in accordance with ASTM 1. SCHEDULE 80 EXTRA HEAVY WALL P.V.C. E810. CONFORMING TO ASTM, STANDARDS, TO BE USED Silver-White Premium White Yellow IN ALL INSTALLATIONS UNDER ROADWAYS. 2. SCHEDULE 40 HEAVY WALL P.V.C.CONFORMING TO , oss.i uc. 01 OS 2,0- 01 05 20 0.2 05 24- ATM STANDARDS E4.NT 70 30 14 140.0 50.0 23 50.0 25.0 13 9- 99.2 JUNCTION BOXES(REVISED) 30 30.0 15.0 1A 60.0 28.0 24 22.0 13.0 Red Blue Omen whem, hA-eqflAH:a�ta e , sent 4, Obs.An& 0.2 OS 190 0.2' OS 24e 01' OS 2.0- JUNCTION BOXES SHALL BE REINFORCED CONCRETE Ent.Ang. WITH GALVANIZED STEEL FROM ANCHORED IN PLACE -0, 145 75 94 4 2 04 9 4.5 0:2 AND GALVANIZED STEEL COVER PLATE (DIAMOND ' 30 6.0 3.0 04 1-7 0.8 0,09 35 2 2 0,44 PATTERNS AS INDICATED ON DETAIL SHEETS. THE INSCRIPTIONS ON THE COVERS OF THE JUNCTION Orange Brown 13OX1S SHALL BE AS FOLLOWS: 1. SIGNAL ONLY:*SIGNALS" Obs-Ang. 02 OS 24e 02 OS 102 2- STREET LIGHTING ONLY:'LIGHTING' Ent.Ang. 3. TRAFFIC SIGNAL AND STREET LIGHTING ' do 25.0 135 0,6 1.0 03 0A2 FACILITIES:'IS-LT' 30 7.0 4.0 03 0.3 01 0A2 THE ABOVE INSCRIPTIONS SHALL NOT BE HIGHERTHAN THE TOP SURFACE OF THE COVER PLATES. Junction boxes installed in concrete structures shall be of cast galvanized ferrous, NEMA 3 and 5, mnstruction. A 3/8-inch drain ' 9-28.15(3) ALUMINUM STRUCTURES (REVISED) shall be installed in each metallic junction box. Welding of aluminum shall be made in accordance with Section 1,53 9-29.3 CONDUCTORS. CABLE(REVISED) 1-5of the Standard Specifications for Structural Supports for Highway Signs,Luminaires and Taffic Signals',AASHTO 4975 1995. , Aluminum materials shall conform to ASIM B 209 grades as (1) All single electrical conductors shall be approved stranded follows: the Filler Alloy shall be 4043,5356,or 5556 for Welding Base cop r conforming to the applicable portions of ASTM B 3 Metals 6061 or 6063 to 6061, 6063, 356, or A356. Filler Alloy for and B S. Insulation shall be 600 volt class. Except as allowed Welding Base Metal 5086 shall be 5356 or 5556. in Item (3),chemically cross-linked polyethylene or EPR type USE insulation of Code thickness shall be used for all single , conductors in underground elect ricalsystems �A long shall�» a S , ._w�»n n n D l 4oco4, a7i< 2656 FOR THE 9-29 ILLUMINATION, SIGNALS, PURPOSE OF THIS SPECIFICATION THE NEUTRAL ELECTRICAL CONDUCTOR IS DEFINED AS A CURRENT CARRYING CONDUCTOR WITH ZERO POTENTIAL.. ' FOR THE PURPOSE OF THIS SPECIFICATION EQUIPMENT GROUNDING CONDUCTOR IS DEFINED AS THE CONDUCTOR USED TO CONNECT THE 9-29.1 CONDUIT(REVISED) NONCURRENT-CARRYING METAL PARTS OF EQUIPMENT, RACEWAYS AND OTHER ENCLOSURES t Rigid metal conduit shall confor to Article 346 0[ the Code. TO THE SYSTEM GROUNDED CONDUCTOR AND/OR THE NeaaietaING ELECTRODE CONDUCTOR AT m THESERVICEDEQUIPMENT OR AT THE SOURCE OFA Exterior and interior surfaces of all SEPARATELY DERIVED SYSTEM. EQUIPMENT steel conduit,except threaded ends,shall be uniformly and adequately GROUNDING CONDUCTORS AND BONDING zinc coated by a hot-dip galvanizing process. The avenge wet t of JUMPERS SHALL BE STRANDED OR SOLID COPPER 1� zinc coating shall be not less than 0. ounce of zinc per square Poor of WIRE THE SIZE NOTED ON THE STANDARD PLAN single surface area as determined by tests on 12 inch samples taken FOR GROUNDING DETAILS- EQUIPMENT from each end of a standard length or conduit of each size. The weight GROUNDING CONDUCTORS MAY BE BARE OR of zinc »sting on any individual tat specifications shall be not less INSULATED, STRANDED OR SOLID. WHEN than 0.70 ounce of zinc per square foot of single surface area. The INSULATION IS SPECIFIED IT SHALL BE TYPE XHHW ' weight of zinc coating will be determined in accordance with AASHTO OR TYPE THWN AND SHALL HAVE CONTINUOUS T 65 Determinations and nominal weights shall conform to the GREEN COLOR OR GREEN COLOR WITH ONE OR requirements of the Underwriters Laboratory Publication No.6(latat MORE YELLOW STRIPES. INSULATED EQUIPMENT edition). In addition, the exterior as well as the interior conduit GROUNDING CONDUCTORS SHALL BE STRANDED samples shall withstand four dips in the PREECE tat in accordance COPPER. with ASIM A 239. The threaded ends of all conduits shall be either (8) Detector loop wire shall be Nei--14 NO. 12AWG stranded galvanized in accordance with the foregoing or shall be painted with copper wire,Class B,with chemically cross-linked polyethylene galvanized repair paint, Formula A-9-73. All field cuts shall also be type RHH-RHW insulation of code thickness- painted with galvanized repair Co paint,Formula A-9-73. THE 3/C SHIELDED PRE-EMPTION DETECTOR CABLE uplings for rigid metal type conduits may be het-AippeA SHALL BEE 3-M #138 CABLE OR EQUIVALENT. THIS CABLE g?Fwe+++ze6at�nay-As-sl?errs-galr+«rzed-wash-+he-sems _aeMities-ei WILL RUN FROM THE DETECTOR UNIT TO THE ' Mae wers&aLove.-Faugl+n�-ales{{-wrvhstanCfow-Ainc-iw+keYR&666 CONTROLLER CABINET AND NO SPLICES WILL BE l-wdshew.ETTHER HO -DIPPED OR ALLOWED. ELECTROPLATED GALVANIZED AND IN ADDITION, SHALL THE SHIELDED COMMUNICATIONS/SIGNAL BE PAINTED WITH ONE COAT OF GALVANIZED REPAIR INTERCONNECT CABLE SHALL MEET THE FOLLOWING: PAINT FORMULA A-9-73. THE PAINT SHALL HAVE A 1. CONDUCTORS: SOLID, SOFT DRAWN, ANNEALED ' MINIMUM WET FILM THICKNESS OF 3 MILS. THE PAINTED COPPER,SIZE 19 AWG. COATING SHALL COVER THE ENTIRE COUPLING. Su lemenlal S ecifrcations tv, aee 7 , ' DIVISION 9 Supplemental Snee_ifications CITY OF RENTON ' 2. INSULATION: SOLID, VIRGIN HIGH DENSITY their respective pole top tenons. The reflector of all luminaires shall POLYETHYLENE OR POLYPROPYLENE, WITH be of a snap-on design or shall be secured with screws. The reflector TELEPHONE INDUSTRY COLOR CODING. shall be manufactured of polished aluminum or molded from 3. CABLE CORE ASSEMBLY:INSULATED CONDUCTORS pprismatically formed borosiliate glass. The refractor or flat lens shall ARE TWISTED INTO PAIRS WITH VARYING IAYS be mounted in a door framc assembly which shall be hinged to the [(IIIWVIISr LENGTHY, TO MINIMIZE CROSS TALK AND luminaire and soured in the closed position to the luminaire by means f fEEr STRICT CAPACITANCE LIMITS of an automatic type latch. The refractor or flat lens and door frame 4. SHIELDING: A CORROSION OXIDATION RESISTANT assembly, when closed, shall exert pressure against a gasket seat. TINTED EIHYLENE COPOLYMER COATED (BOTH Gaskets shall be composed of material capable of withstanding SIDES 006'THICK CORRUGATED ALUMINUM'TAPE temppeeratures imalved and shall be securely held in place. THE SHIED IS APPLIED LONGITUDINALLY WITH FILTER SHALL BE CHARCOAL WITH EL4Sf-OMER GASKET. ' SHIELDING COVERAGE. A.005 CORRUGATED TAPE LUMINAIRES SHALL HAVE A CAST ALUMINUM HOUSING APPLIED IN THE SAME MANNER IS ACCEPTABLE OF THE COBRA HEAD STYLE WITH A GLASS OVATE 5. OUTER JACKET: A BLACK, LOW DENSITY HIGH REFRACTOR (DROPPED LENS) FOR ARTERIALS AND A MOLECULAR WEIGHT VIRGIN POLYETHYLENE CLEAR FLAT GLASS LENS FOR RESIDENTIAL ROADWAY (COMPOUNDED TO WITHSTAND SUNLIGHT, APPLICATIONS UNLESS OTHERWISE SPECIFIED ON THE TEMPERATURE VARIATIONS AND OTHER PLANS. ENVIRONMENTAL CONDITIONS PLUS ABUSE THE MANUFACTURER'S NAME OR SYMBOL SHALL BE DURING I lSTALIATIOi�O IS EXTRUDED OVERALL CLEARLY MARKED ON EACH LUMINAIRE TO PROVIDE A COMUS COVERING. 6. FOOTAGE MARKINGS: FOOTAGE MARKINGS MUST BE PRINTED SEQUENTIALLY A MINIMUM OF Y 9-29.11(2) PHOTOELECTRIC CONTROLS ' ALONG THE OUTERJACKET. (REVISED) 7. FILLING: THE ENTIRE CABLE WITHIN THE OUTER JACKET IS FLOODED WITH PETROLEUM- POLYETHYLENE GEL FILLING COMPOUND Photoelectric controls shall be a plug-in device,rated to operate on INCLUDING THE AREA BETWEEN THE OUTER 120 volts, 60 Hz. The unit shall consist of a light sensitive element ' JACKET AND THE SHIELD, connected�}n to necessary 1I 'lrelays. ttwe-e cane EACH WIRE SHALL BE NUMBERED AT EACH TERMINAL ha hat-H ' +all END WITH AWRAP-AROUND TYPE NUMBERING STRIP iNunHn elerwse-�rreuated-ani+s-�chall have-'BPF-level BEARING THE CIRCUIT NUMBER SHOWN ON THE PLANS. peteatiamateFadj,&table-kenveen-minim*" P4 --,„,»,,,-_, NO SPLICING OF ANY TRAFFIC SIGNAL CONDUCTOR saadk,. SHALL BE PERMITTED UNLESS OTHERWISE INDICATED ON The unit shall be so d"i ed that a failure of any clectronic THE PLANS. ALL CONDUCTOR RUNS SHALL BE PULLED TO component will energ a the lighting circuit. THE APPROPRIATE SIGNAL TERMINAL COMPARTMENT Saeh-eaatref-ehaN-8epsasaetad by a I ghtnwg-ane&tee4&-provide BOARD WITH PRESSURE TYPE BINDING POSTS. THE ONLY "a pFateHien-tea+niaxaun res. EXCEPTIONS SHALL BE THE SPLICES FOR DETECTOR P4etar4eseine,ated-phetoe7eerrie-eeMt eenraew-shalF-§o-taMd-te LOOPS AT THE NEAREST JUNCTION BOX TO THE LOOPS, avitch-a I . was-ineandesee ' THE CONTRACTOR SHALL PROVIDE AND INSTALL ALL W8t 11elwll 4e-replaeaah THE NECESSARY WIRING FUSES AND FITTINGS SO AS TO netbl -farmedialathe•centreFrelay-0wM-wveaseeured-relay laa.ec, COMPLETE THE INSTALLATION OF THE SIGNAL AND T'via44I k_eo H u Weallewe4erdy ilspeeifieaNyieg,fired-ia<Ae LIGHTING EQUIPMENT AS SHOWN ON THE PLANS ALL MATERIALS AND INSTALLATION METHODS, EXCEPT AS fs-iaeartdeseext-•9w_ NOTED OTHERWISE HEREIN, SHALL. COMPLY WITH lankc_etkenvise-a;lid�r+-+hseer a{Eeea+rek�halibe Cape" ' APPLICABLE SECTIONS OF THE NATIONAL ELECTRICAL eFAeil- RI owned-lwa stand CODE ...... +�at+aepeA-0itltee-toe 9-29,¢(� FOUNDATION HARDWARE(�IF�W) P HOTOEELF.CM- C�CONTROIs PLUG-IN ' DEVICES, RATED TO OPERATE ON 120 VOLTS,60 HZ THE ANCHOR BOLTS AND WASHERS SHALL MEET THE PHOTO-CELL SHALL BE A SOLID STATE DEVICE WITH REQUIREMENTS OFSECTON9-06S(4). STABLE TURN-ON OVALUES +70 DEGTHE EES C THE PHOTO-CAL SHALL BE MOUNTED EXTERNALLY ON TOP OF THE ' 9-29.7 LUMINAIRE FUSING AND ELECTRICAL LUMINAIRE IN A CONTACTOR-CONTROLLED SYSTEM CONNECTIONS AT LIGHT STANDARD BASES MOUNTED PHOTO-CELL CONTROLU RE NEARESTP SHALL LTHE (REVISED) SERVICE/CONTACTOR CABINET. THE PHOTO-CELL SHALL HE CAPABLE OF SWITCHING 1,000 WATTS OF INCANDESCENT LOAD'ON'AS MIN. ' Lsgu��ZZminaire Service Voltage i� � 17,w 1 _ 9- .13 TRAFFIC SIGNAL CONTROLLERS 0ABW 40OW SAMA IOA IISSA THE UNIT SHALL OPERATE ON 120 VOLT, 60 CYCLE, 31OW SAIOA SA10A 10A SINGLE PHASE ALTERNATING CURRENT AND SHALL USE 25OW SAIOA SAWA 10A THE POWER LINE FREQUENCY AS A TIME BASE THE 20DW 4A10A SA10A 10A TRAFFIC SIGNAL CONTROLLER SHALL MEET THE 175W 4A10A SA10A 10A REQUIREMENTS OF THE NATIONAL ELECTRICAL. ' 150W 3A10A 4A10A SAIOA MANUFACTURERS ASSOCIATION (NEMA) STANDARD 100W aA10A 3A10A 4A10A PUBLICATIONS. 70W 2AIQA aAIOA 2AlOA COMPONENTS SUCH AS RESISTORS, CAPACITORS 50W WQA 2AIGA aATOA DIODES AND TRANSISTORS SHALL BE INDLVIDUAILIt REPLACEABLE UTILIZING APPROVED STANDARD 5. Fusa shall be UL Listed. SOLDERING TECHNIQUES. INIERGRATED CIRCUITS SHALL BE MOUNTED IN SOCKETS AND SHALL BE EASILY REPLACEABLE WITHOUT SOLDERING. ALL COMPONENTS 9-29.9 BALLAST.TRANSFORMERS(ADDITION) SHALL BE STANDARD'OFF THE SHELF ITEMS. THE TRAFFIC SIGNAL CONTROLLER SHALL BE CAPABLE THE BALLAST SHALL BE PRE-WIRED TO THE LAMP OF INTERFACING WITH THE MULTISONIC REAL TIME, SOCKET AND TERMINAL BOARD. MASTER COMPUTER THE CONTROLLER SHALL BE TH E M LTIISOMOCHMASTER COMPUTEERNA(CONTROL BY ND STANDBY 9-29.10 LUMINAIRES (REVISED) OPERATION. THE CONTROLLER SHALL ESTABLISH THE SEQUENCE OF SIGNAL PHASES, INCLUDING OVERLAPS,IN CONFORMANCE WITH THE SIGNAL PHASING DIAGRAM ON Horizontal luminaires shall attach to 2 inch pipe tenons on mast THE PLANS WHEN OPERATING EITHER IN A FIXED TIME arms. Venial mounted luminaires shall be appropriately sized for MODE OR IN A FULLY-ACTUATED MODE WITH VOLUME SSuppleme�ntal S e�cifications (Rev.12/In/ )R9 Paeeg CITY OF RENTON Specifications DIVISION 9 , DENSITY ON EACH PHASE AS REQUIRED. ALL CLEARANCE DELIVERY THE ENVELOPE SHALL HAVE FOUR COMPLETE ACCOMPLISHED ATTHE N TIMING SHALL INTERSECT[ON- HE ASSEMBOI.FIES ANDSCHEMATICS BASSE iB�LQ'S MANUALS FOR ALL ' 9-2913(2) FLASHING OPERATIONS(REVISED) 9-2913(6) RADIO INTERFERENCE SUPPRESSORS (ADDITION) ' I Police Panel Switch. When the flashautomatic switch located behind the police panel door is turned to the flash position, A CORNELLDUBILER RADIO INTERFERENCE FILTER NF the sisals shall immediately revert to Flash; however, the 10801-1 30 AMPS OR EQUIVALENT' SHALL BE USED TO controller shall'STOP TIME' When the switch is placed on FILTER THE A.C. POWER ADDITIONALLY ALL POWER automatic the signals shall continue to flash for an additional SUPPLIES SHALL HAVE NOISE IMMUNITY PkOM OTHER ' 6 second dash period. At the completion of the continued 8 DEViCES WITHIN THE CABINET. second flash period,unless othefwise specified, the controller shall immediately fraume normalcyclic operations at the beginning of artery Se YELLOW. 9-2913(7) TRAFFIC-ACTUATED CONTROLLERS 4. Paver Interruption. On -NEMA- controlien any power (REVISED) interruption longer than 475 plus or minus 25 milltseconds, (R ' signals shall re-energize consistent with No.2 above to ensure an 8 second)lash period prior to the start of artery green. A Trafftcactuated controllers shall be electronic devices which,when power interruption of less than 475 plus or minus 25 connected to traffic detectors or other means of actuation, or both, milliseconds shall not cause resequencing of the controller and shall operate the electrical traffic signal system at one or more the siaelrsd lays shall ttencrgtu without change. hype-179 intersections. , All solid-state electronic tmfftc-actuated controllers and their pewoF-interwpt�5-plus-or-m+. 26 -__ �_ supppplemental devices shall employ digital timing methods. 5. Conflict Monitor. U sehsin conflicting signals or The traffic signal control a utpvment,unless otherwise permitted in Upon g 6 the contract, must spee- I y conform to currant NEMA unsatisfactory operation witages, the conflict monitor shall specifications. ---- -1 4.t _ N immediately cause the signal to revert to flash; however, the ie '^-' -- --'- -- by •h--- ' controller shall stop time at the point of conflict. After the �d.ab�µgc4, conflict monitor has been reset, the controller shall Actuated traffic signal controllers shall be aislter-]r-4, er9 phase immediately take command of the signal displays at the control units. Volume-density tuning features shall be provided on all beginning of artery gweaYELLOW. controllen. 6. FLASH UNIT SHALL BE A TWO CIRCUIT TYPE. co �°s:4ized-as-6aeri6ed , CAPABLE OF SWITCHING LOADS UP TO 1000 WATTS iFied-es PER CIRCUIT ALTERNATELY AT A RATE OF 60 � ry yD,.u�aoaroµer-tntemhaageabiFiFy FLASHES PER MINUTE PER CIRCUIT, PLUS OR ba�'f `:+�. R-�,-•-..�,o-.. f MINUS TWO FLASHES PER MINUTE. wand eFikadguartert-PSatefl 9-29.13(,3) EMERGENCY PRE-EMPTION P g aetfwa ameaiit (REVISED) aOPMfa — - '.-- "--- te-t°misMarteved ap-beard-wiikaac Immediatelyafter a valid call has been received, the tt•em tion P P A[5AL4-eantre8ert-shal4-provide-Ind' controls shelf cause the signals to display the required clearance Fg� Q }.flwt- -4e..wewadurar,ltaxeeusFy-•xitlf.indicawi-ti nas r ens-fo fe and subsequent pre-emption intervals. Preemption shall fimtng-iaf sequence as hated it the contract. Pontro pcion equipment furnhallished be � me t�.,ed-.simult ea�t� installed so that internal wiring of the contro0cr,as normally famished R 'k by the manufacturer, is not altered. beftimiwg�ata. , sa§u?na°-spaH-pales a Ball en-° MF-0ua�^eg-teMteHe'u'shal . empNon-indicalea�--iF-raquired.il*a41--w�f*aBeF few ' ' ALL ii4Mige-ahc � pfien-santes7s'ahall-P'ev+d° LIMING FUNCTIONS AND INPUT AND OUTPUT toe-aempleta-:->f=hide-at>d-$edestr«H+-alee+'a - er as FEATURES FOR FULLY-ACTUATED, VOLUME-DENSITY betere-e re-e�gtwa--iarar.ais--Fa OPERATION SHALL BE PROVIDED IN ACCORDANCE WITH , s°§r'.BeE 'd'�„'-�.` "eessary-rtlearawee--iar �ver; NEMA STANDARDS. coati++ FeNhe-5agi:xeraadbasadaa+k°t°tat'va THE CONTROLLER SHALL PROVIDE FOR SETTING EACH vdact�aaaJaaraace-int°^ak�ay °d' TIMING INTERVAL BY MEANS OF POSITIVELY CALIBRATED EMERGENCY VEHICLE PRE-EMPTION SHALL BE SETTINGS. THE TIMING FUNCTIONS SHALL BE ON THE FURNISHED EITHER AS SEPARATE UNITS OR AS MODULES FRONT OF THE CONTROLLER UNIT OR SHALL HAVE ' M ADISCRIMINATORLUGDIRECTLY TYPE A RACK WIRED TO THE PRE-EM�ON ABOARD ENTRY AND LIQUID CRYSTAL DISPLAY. FOR SYSTEM OPERATION SHALL BE COMPATIBLE WITH THE 3M THE STANDBY S OPERATION, THE TRAFFIC SIGNAL COMPANY 'OPTICOM' SYSTEM WHICH THE CITY OF CONTROLLER SHALL INCLUDE ALL CIRCUITRY IONS RED RENTON IS CURRENTLY USING AND SHALL. BE CAPABLE TO PROVIDE ALL TIMING AND ALL FUNCTIONS FOR OF BEING ACTIVATED BY THE SAME TRANSMITTERS SIGNAL OPERATION IN A FULLY-ACTUATED ICAL Y MODE ' WHEN A PRE-EMPTION DETECTOR DETECTS AND STANDBY OPERATION SHALL AUTOMATICALLY OCCUR EMERGENCY VEHICLE, THE PHASE SELECTOR SHALL UPON OPENING R INTERCONNECT LINES, FAILURE OF HOLD THE CONTROLLER IN THE REQUIRED PHASE OR C��' MASTER COMPUTER ER WHEN SPECIFIED BY ADVANCE DIRECTLY TO THAT PHASE AFTER OBSERVING ANDTHE MASTER-COIL THE STANDBY OPERATION SHALL FOLLOW ALL VEHICLE CLEARANCES THE PHASE SELECTOR SHALL DISPLAYED BE ED AT THE S A PHASE STANDBY THAT PHASE BEING ' HOLD THE CONTROLLER IN THE PHASE SELECTED UNTIL TRADISPLAYED AT THE START OF STANDBY OPERATION. THE DETECTOR NO LONGER DETECTS THE EMERGENCY CALL UP A FROM COMPILOW.TER SUPERVISION SHALL NOT CALL UP A BLOATING YELLOW. VEHICLE WHEN THE PHASE SELECTOR IS RESPONDING TO ONE DETECTOR, IT SHALL NOT RESPOND TO ANY OTHER g 2913(7)A ENVIRONMENTAL.PERFORMANCE ' DETECTOR UNTIL CALLS FROM THE FIRST DETECTOR ARE SATISFIED. INDICATOR LIGHTS SHALL INDICATE POWER AND TEST STANDARDS FOR SOLID- ON, SIGNAL BEING RECEIVED, CHANNEL CALLED. STATE TRAFFIC CONTROLLERS (ADDITIONAL) SWTI'CHES SHALL. CONTROL SYSTEM POWER AND SIMULATE DETECTOR CALLS FOR EACH PHASE THE TRAFFIC SIGNAL CONTROLLER ASSEMBLIES, INCLUDING THE TRAFFIC SIGNAL CONTROLLER ' 9-29 13(4) WIRING DIAGRAMS (REPLACED) AUXILIARY CONTROL EOUIPMENT AND CABINET SHALL BE SHOP TESTED TO THE SATISFACTION OF THE ENGINEER TESTING AND CHECK-OUT OF ALL TIMING THE CONTROLLER CABINET SHALL HAVE A CIRCUITS,PHASING AND SIGNAL OPERATION SHALL BEAT ' WATERPROOF ENVELOPE WITH A SIDE ACCESS ATTACHED THE CITY OF RENTON SIGNAL SHOP RENTON, TO THE INSIDE OF THE CABINET DOOR AT THE TIME OF WAS111NGTON. THE SIGNAL SHOP WILL I4AKE SPACE Su lemental S ecalions eV. ) sae ' ' DIVISION 9 Supplernental Specifications CITY OF RENTON AVAILABLE TO THE CONTRACTOR FOR THE REQUIRED ' TEST DEMONSTRATIONS, THE CONTRACTOR SHALL FIELDWIRINGTERMINAL ASSEMBLE THE CABINET AND RELATED SIGNAL CONTROL EQUIPMENT READY FOR TESTING. A COMPLETE THERE SHALL BE A TERMINAL STRIP FOR FIELD WIRING DEMONSTRATION BY THE CONTRACTOR OF ALL IN THE CONTROLLER CABINET. THE TERMINALS SHALL INTEGRATED COMPONENTS SATISFACTORILY BE NUMBERED IN ACCORDANCE WITH THE SCHEMATIC FUNCTIONING SHALL START THE TEST PERIOD. ANY WIRING DIAGRAM ON THE PLANS. IF A DIFFERENT ' MALFUNCTION SHALL STOP THE TEST PERIOD UNTIL ALL NUMBERING SYSTEM IS USED FOR THE CABINET WIRING, PARTS ARE SATISFACTORILY OPERATING. THE TEST THEN BOTH NUMBERS SHALL LABEL EACH TERMINAL SHALL BE EXTENDED UNTIL A MINIMUM OF Tl HOURS AND THE CABINET WIRING SCHEMATIC DRAWING SHALL CONTINUOUS SATISFACTORY PERFORMANCE OF THE INCLUDE THE FIELD WIRING NUMBERS WHERE THE ENTIRE INTEGRATED SYSTEM HAS BEEN DEMONSTRATED. TERMINAL STRIP IS ILLUSTRATED. A COMMON BUS BAR ' THE DEMONSTRATION BY THE CONTRACTOR TO THE WITH A MINIMUM OF IS TERMINALS AND A GROUND BAR ENGINEER OF ALL COMPONENTS FUNCTIONING WITH A MINIMUM OF 6 TERMINALS SHALL BE PROVIDED. PROPERLY SHALL NOT RELIEVE THE CONTRACTOR OF ANY RESPONSIBILITY RELATIVE TO THE PROPER COMPUTER INTERFACE UNIT FUNCTIONING OF ALL AFORFSTATED CONTROL GEAR WHEN FIELD INSTALLED. INTERFACE COMMUNICATION DEVICES SHALL BE ' DESIGNED AS SEPARATE UNITS OR AS MODULES THAT PLUG DIRECTLY INTO THE CONTROLLER CASE THE 9-29.13(7)B AUXILIARY EQUIPMENT FOR COMMUNICATION DEVICES SHALL BE USED FOR ON-LINE TRAFFIC ACTUATED CONTROLLERS(REVISED) COMPUTER CONTROL OF THE INTERSECTION AND SHALL BE CAPABLE OF TRANSMITTING ALL DETECTOR AND ' SIGNAL STATUS INFORMATION AND RECEIVING AND )lie-{oFlewi INFORMATION FROM THE ply to awf6liafy equipment wfflishW COMPDUTER ALLLING h IN CONFORMANCE AND WITHIN THE CAPABILITY OF THE MULTISONIC MASTER COMPUTER Fla UNIT AND THE INTERCONNECT CABLES. ' pana7-aaatehesr-receptacle-raiuicemenl6r-r'46 '*-+e9!wremer r-end eetnl -1e-eB.Ieirentenls-++eted 9-29.13L71D CONTROLLER CABINETS (REVISED) POWER SWITCHES Each traffic-actuated NEMA controller shall be housed in a THERE SHALL BE A MAIN POWER SWITCH INSIDE THE weatherproof cabinet conforming to the follaving requirements: CABINET THAT SHALL RENDER ALL CONTROL EQUIPMENT 1. Construction shall be of SHEET stee1.r-fikG*1-a}umiaunMer ELECTRICALLY DEAD WHEN TURNED OFF. THERE SHALL eas"wti4 iM BE A CONTROLLER POWER SWITCH THAT SHALL RENDER 2. The cabinet shall contain shelving, brackets, racks, etc, to THE CONTROLLER AND LOAD SWITCHING DEVICES support the controller and auxiliary equipment. All equipment ELECTRICALLY DEAD WHILE MAINTAINING FLASHING shall set squarely on shelves or be mounted in racks and shall ' OPERATION FOR PURPOSES OF CHANGING CONTROLLERS be removable without turning,tilting,or rotating or relocating OR LOAD SWITCHING DEVICES. one device to remove another. 3. The cabinet shall be of adequate size to properly house the STOP TIME BYPASS SWITCH controller and all required appurtenances and auxiliary equipment in an uprirt position with a clearance of at kast 3 THERE SHALL BE A SWITCH 1N THE CABINET IDENTIFIED inches from the vent Tan and filter to allow for proper air now. AS THE STOP TIME BYPASS SWITCH. IF THE INTERSECTION In no case shall more than 90 percent of the cabinet volume be IS PLACED ON FLASHING OPERATION EITHER BY THE used. There shall be at least a 2 inch clearance between shelf FLASH SWITCH OR THE FAIL SAFE MONITOR THE mounted equipment and the cabinet wall or equipment CONTROLLER SHALL IMMEDIATELY STOP TIME THE STOP mounted on the cabinet wa11. TIME BYPASS SWITCH SHALL REMOVE STOP TIME FROM 4• The cabinet shall have an air intake vent with removable filter THE CONTROLLER AND PERMIT NORMAL CYCLING LOCATED AT THE TOP OF THE CABINET AND OPERATION WHILE THE INTERSECTION REMAINS IN THERMOSTATICALLY CONTROLLED. FLASHING OPERATION. 5. The cabinet door shall be provided with: a. A spring loaded construction core lock capable of DETECIOR=SWfTCH accepting a Best CX series core installed by others ' Cast cabinets shall have an approved one point positive EACH VEHICLE AND PEDESTRIAN PHASE SHALL HAVE A latch. Formed cabinets shall have a three point latch. MOMENTARY(SPRING RETURN)DETECTOR TEST SWITCH. b. A police panel door with a stainless steel hinge pin and WHEN DEPRESSED THE SWITCH SHALL PLACE A CALL ON a lock. Two police keys with shafts a minimum of 1-3/4 ITS RESPECTIVE sidNAL PHASE inch tong shall be presided with each cabinet ' TNSIDI:THE POLICE PANEL THERE SHALL BE A THE CONVENIENCE OUTLET AND LAMP SOCKET SIGNAL ON-OFF SWITCH WHICH SHALL PROHIBIT ANY SIGNAL DISPLAY IN THE FIELD A CONVENIENCE OUTLET PROTECTED WITH A GROUND BUT WILL ALLOW THE CONTROL EQUIPMENT' FAULT INTERRUPTER AND AN INCANDESCENT LAMP TO OPERATE WHEN PLACED IN THE 'OFF' SOCKET SHALL BE FURNISHED IN THE MAIN CABINET. A POSITION. A SECOND SWITCH SHALL BE THE ' DOOR SWITCH FOR THE TAMP SHALL BE PROVIDED. THIS AUTO-FLASH SWITCH. WHEN PLACED IN THE CIRCUIT SHALL BE PROTECTED BY A CIRCUIT BREAKER FLASH' POSITION, CONTROLLER POWER RATED AT ZOAMPS. SHALL R SHALL STOP TIMREMAIN DEPEENDEENT ON SWITCH SETTINGSETTING FAIL SAFE UNIT ON THE AUXILIARY PANEL DESCRIBED BALER FAIL SAFE UNIT SNAIL MONITOR BOTH THE POSITIVE C. Both main door and police panel door shall have one AND NEGATIVE PORTIONS OF THE A.C. SINE WAVE FOR pies,closed cell neoprene gaskets. ALL GREEN, AMBER AND PEDESTRIAN WALK d. A two position door stop assembly. INDICATIONS. THE DURATION OF A DISPLAY OF 6. Pamltnq requirements shall be as specified in Section 8- CONFLICTING INDICATIONS SHALL NOT BE LONG ENOUGH �20.3(1 o),nHell-ts she 32-<ybilm TO BE VISIBLE TO MOTORISTS OR PEDESTRIANS BEFORE THE MONITOR INITIATES FLASHING OPERATION. THERE Fw ^�A1Y" SHALL BE A VISUAL INDICATION THAT THE MONITOR HAS The input panel terminal blocks T82 thtou��hIi TB9 an led PREEMPTED NORMAL OPERATION. able to the input files as described in FHWA IP-78-16,Chapters Il and 12 shall be furnished. Th alternate raceway specified in Chapter 18 ' SURGE PROTECTOR(LIGHTING ARRESTER) will not be allowed. Eache door shall be furnished with a construction core lock conforming to Sa above. THE CONTROLLER SHALL HAVE AN INPUT VOLTAGE SURGE PROTECI)DR THAT SHALL PROTECT' THE CONTROLLER INPUT FROM ANY VOLTAGE SURGES THAT ' COULD DAMAGE THE CONTROLLER OR ANY OF ITS COMPONENTS Su lemenlal S ecirications ' Lev. ! ) aceiu Crry OF RENTON Supplemental Specifications DIVISION 9 ' 9-2916 VEHICULAR SIGNAL HEADS (ADDITION) 9-29.16(2)E PAINTING SIGNAL HEADS (REVISED) VEHICULAR SIGNAL HEADS SHALL HAVE 12 INCH LENS Traffic signal heads, including outside of visors and back of back ' SIZES UNLESS SHOWN OTHERWISE ON THE SIGNAL PLANS plates,shall be finished with two coats of factory applied traffic signal VEHICULAR SIGNAL HEAD HOUSINGS SHALL CONSIST OF green-YELLOW baked ei,amel. The inside of visors, front of back SEPARATE SECTIONS AND BE EXPANDABLE TYPE FOR plates,and louvers wall be finished with two coats of flat black enamel. VERTICAL MOUNTING. LENS SHALL BE GLASS AND MEET ' I.T.E. SPECIFICATIONS FOR LIGHT OUTPUT. REFLECTORS SHALL BE ALZAC EACH SIGNAL HEAD SHALL HAVE A 1/4 9 29:16( )7-$GI--,Y4D"BO?4A -Fi-T!7 4F 4G sICsNhb INCH DRAIN HOLE IN ITS BASE H&A Dg-(DELETED) VEHICLE SIGNAL HEADS SHALL BE CAST ALUMINUM. ALL SIGNAL HEADS SHALL INCLUDE A BACK PLATE 5 ' INCH SQUARE CUT BORDER SIGNAL HEADS, INCLUDING OUTSIDE OF VISORS AND BACK OF BACK PLATES SHALL BE FINISHED WITH TWO COATS OF FACTORY-APPLIED 92916( }f4-S-ING4mFi04.Y-GARBG�1ATFs-T-RA G TRAFFIC SIGNAL YELLOW BAKED ENAMEL THE INSIDE OF &tGrNA4,9EAD8(DELETED) THE VISORS AND FRONT OF BACK PLATES SHALL BE FINISHED WITH TWO COATS OF FACTORY-APPLIED FLAT ' BLACK ENAMEL NNNBETWSALD � CONNECTION BETWEEN THE SIGNAL PROVIDE MAST 9-29-.16(3)$-4-2-INGI4-PGLYFGAR-BGNAT&TRAM ARM. ALL MOUNTING HARDWARE WILL BE OF THE TOP- SIGNA3,HEAD& (DELETED) MOUNT PLUMBIZER TYPE AS SHOWN ON THE STANDARD , PLANS,UNLESS SPECIFIED OTHERWISE ON THE PLANS. POSITION OF THE SIGNAL HEADS SHALL BE LOCATED AS CLOSE AS POSSIBLE TO THE CENTER OF THE LANES. SIGNAL HEADS SHALL BE MOUNTED ON THE MAST ARM 9-29.17 SIGNAL HEAD MOUNTING BRACKETS SUCH THAT THE RED INDICATORS LIE IN THE SAME PLANE AND FITTINGS(REVISED) AND SUCH THAT THE BOTTOM OF THE HOUSING OF A ' SIGNAL HEAD SHALL NOT BE LESS THAN 16 FEEL'6 INCHES NOR MORETHAN 18 FEET 6INCHES ABOVE THE GRADE AT Vehicle and pedestrian signal head mountings shall be as detailed in THE CENTER OF THE ROADWAY. ALL BOLTS AND OTHER the Standard Plans. Material requirements for signal head mounts are MISCELLANEOUS MOUNTING HARDWARE SHALL BE as follows: STAINLESS SIEEL ' Aluminum 1. Hinge fittin�for Type E mount 9-29.16(�A OPTICAL UNITS (REVISED) 2. Arms and slotted tube fittings for Tyyppee N mount 3. Plumbirer, tapered adjustment washers and flange adaptor Eight-inch conventional signals shall employ a 67 to 69 watt traffic fittings for Type M mount. The plumbizer shall be cast from gn P. Y tevalloy AAA P713. ' signs lamp rated for-120 I30 wit operation, 595 minimum initial 4. Tube clamp and female clamp assembly for Type N mount. lumen,665 rated initial lumen,9,000 hour mm.t 2-7 16 inch light center Bronze length,A-21 bulb,medium base,clear traffic signal lamp. Twelve inch 1. Terminal compartments for Type A,B,C,F,K and K mounts. traffic si al heads require}74130 wit,165 watt,1,750 minimum initial 2. Collars for Type C,D,and F mounts. lumen, 50 rated initial lumen clear traffic signal lamps with a}inch 3. F it fittings for Type L and LE mount& light center length, 9,000 hour min. rated life, P-25 bulb and medium 4. Messenger hanger and wire entrance fittings for Type P,Q,R, , base. Bulbs shall be installed with the opening between the Filament and S mounts. ends up. 5. Balance adjuster for Type Q,R,and S mounts. Lenses shall be GLASS, of the color indicated, circular in shape, Galvanized Steel with a visible diameter of either 8 or 12 inches, as specified in the 1. Washers forT A,B,C,D,F,K and K mounts. contract, and of such design a to give an outward and downward 2. Fasteners for' pe H,and K mounts , distribution of light with a minimum above the horizontal. The lenses Malleable Iron shall be standard red,amber,and green,8-3/8-inch or 12-inch prismed 1. Tube clamp and female clamp assembly for Type N mount. traffic signal lenses and shall conform to the specifications of ITE Stainless Steel Standards (Standards for Adjustable Face Vehicle Traffic Control 1. All set screws and cotter Keys Signal Heads 1977 edition). The lens shall fit into a neoprene gasket 2. Bands for Type N mount ' in a manner to render the interior of the lens and reflector weather and 3. Hinge pins for Type E mount. dust-tight. The fens and gasket shall be secured to the door with four 4. Bolls,nuts and washers for Type M mount noncorrosive lens clips. 5. Boll,nut and washers for Type L mount. 6. Bolts,nuts,washers,and smcSCREW buckle swivels. 9-29.16 2)B SIGNAL HOUSING(REVISED) Steel ' �, 1. Center pi nipples,elbow and tee fittings for Type A,B,C, F,H,and K mounts. Each lens shall be protected with a removable ALUMINIUM visor 2. Multi-head mounting assemblies and spider assemblies for oFpelyear4enats-elactie of the tunnel type,unless specified otherwise TTy�ppee Q,R and S mounts. in the contract. Visors shall have attaching ears for installation to the 3. Npples for Type L,LE,P,O,R,and S mounts. housing doors. Conventional signal heads shall have square doors. ' Ft++a All ether-hardware or=mllounts shall be painted with two coats of 9-29.16(2)C LOUVERED VISORS(REVISED) factory applied traffic signal FEDERAL Stew-YELLOW baked enamel. Pins for messenger hanger fittings shall be a minimum of 1/2 inch in , Where noted in the contract, louvered tunnel visors shall be diameter. furnished and installed. Directional louvers shall be constructed to Terminal compartments for TYoe A,B,C,F,H,and K mounts shall have a snug fit in the signal visor. The outside cylinder shall be contain a 12 section terminal bl constructed of peiycarb9_am* p"6aALUMINIUM, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the 9-29.18 VEHICLE DETECTOR (REVISED) ' contact. Detectors shall be used for actuatittnogg traffic-actuated controllers 9-29.16(2)D BACK PLATES (REVISED) AND SYSTEM DEIECITON OPERA'ITON and shall be either magnetometer type, induction-loop type,or other types as speed in ' the contact. Wks BACK plates shall be furnished All detectors shall be so constructed that they will operate on a and attached to the signal heads. Back plates shall be constructed of normally open electric circuit and will make an electrical contact anodized,3S half-hard aluminum sheet,0.058 inch minimum thickness, whenever any motor vehicle passes over the units. e-Plan&WITH 5-INCH SQUARE CUT BORDER , Su lemental S ecifu"I Ions ev. aae i I ' ' DIVISION 9 SU11DIfI11e01111 Snec11 CIIIHOnS CITY OF RENTON ' 9-29.18(l) INDUCTION LOOP DETECTORS TIGHT WEATHER GASKETS. PROOF THE DOORNE SHALL"'. HAVE A ONE (REVISED) DECTOR AMPLIFIERS SHALL BE DETECTOR SYSTEMS 9-29.24(1) PAINTING (REPLACED) ' MODEL 810A OR EQUAL Induction loop amplifiers installed with NEMA controls shall THE HNISH COAT SHALL BE A FACTORY BAKED ON T nform to current N specifications. Amp iF 1Nd-with ENAMEL LIGHT GREY IN COLOR. THE GALVANIZED SURFACE SHALL BE ETCHED BEFORE THE BAKED ON Hot asphalt used for I detector sealant shall conform to ENAMEL IS APPLIED. THE INTERIOR SHALL BE GIVEN A ' Section 9-MI(8). OTHER SEALANT SPECIFIED 1N THE FINISH COAT OF EXTERIOR GRADE OF WHITE METAL CONTRACT PANS, SPECIFICATIONS, OR DETAILS ENAMEL SHALL MEET OR EXCEED MANUFACTURER SPECIFICATIONS. 9-29.24(2) ELECTRICAL CIRCUIT BREAKERS AND ' 9.29.20 PEDESTRIAN SIGNAL(REVISED) CONTACTORS(REPLACED) PEDESTRIAN SIGNAL HEADS SHALL BE THE NEON GRID THE ELECTRICAL CIRCUIT BREAKERS AND TYPE,OR OTHER TYPES AS SPECIFIED IN THE CONTRACT. CONTACTORS SHALL BE AS INDICATED ON THE THE HEADS SHALL DISPLAY TWO SYMBOL MESSAGES, CONTRACT PLANS AND DETAIL SHEETS. THE FOLLOWING ' HAND- ( OR THE D (FO THE WALK MO IN DE IN LUNAR EQUIPMENT SHALL BE FEATURED WITHIN THE CABINET. WHITE. THE MESSAGE MODULE SHALL CONSIST OF TWO 1. MAIN CIRCUIT BREAKER NEON GAS TUBES ENCLOSED IN A HOUSING MADE OF 2. BRANCH CIRCUIT BREAKERS POLYCARBONATE PLASTIC THE LENS MATERIAL SHALL 3. UITLITY PLUG(120 VOLT-20 AMP RATED)G.F.I.TYPE ' BE POLYCARBONATE PLASTIC. THE VISORS SHALL BE 4. LIGHT CONTROL TEST SWITCH(120 VOL -15 AMP) FLAT BLACK IN COLOR. 5. CONTACTOR RELAY FOR EACH CIRCUIT Redestria 6, DOUBLE POLE BRANCH BREAKER(S)FOR LIGHTING �c •�- ---trac+—Pedestrian signals shall conform to ATE CIRCUITS 240 VOL Standards (Standard for Adjustable Face Pedestrian Signal Heads, 7. ONE 1 VOLT AMP SINGLE POLE BRANCH 1975). BREAKER OR'IIlHASE PLUGS Incandesceat�adeetriaa-eigrtal-hwds•chaly�tn - 8. TYPE AL SERE PHASE 720/2A� VOLT GROUNDED meted-f NEUTRAL SERVICE �,_g 9. ONE 120 VOLT 40 AMP SINGLE POLE BRANCH BRENAL SERVICE All pedestrian signals supplied to any one project shall be from the 10. COMMPL PROVISIONS FO 16 BREAKER POLES ' same manufacturer and type but need not be from the same 11. NAME PLATES PHENOLIC BLACK WITH WHITE manufacturer as the vehicle heads. ENGRAVING EXCEPT THE MAIN BREAKER WHICH e�-shall---- ----IeaeRa-minimum-eE SHALL BE RED WITH WHITE LETTERING. ALL 4 4/�-incites-high.—Symbol messagest-whetr €ied,- shall be a NAME PLATES SHALL BE ATTACHED BY S.S.•slwtti minimum of 12 ruches high and 7 inches in width. SCREWS. 12. METER BASE SECTIONS ARE UNNECESSARY Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic si al eo-YELLOW enamel. Z crate visors Tiesha lha�c 21 members at 45 degrees 9-29.?S AMPLIFIER.TRANSFORMER.AND and 20 horizontal me�m era. The unit shall be 1-1/2 inches deep. Members shall be constructed of 0.030 inch thick black polycarbonate TERMINAL CABINETS (REPLACED) plastic ' THE POLE MOUNTED TERMINAL BOX SHALL BE MADE 9-29.20(2) NEON GRID TYPE(REVISED) OF MOLDED FIBERGLASS, BE GREY IN COLOR BE APPROXIMATELY 16• HIGH X 13.7/8" WIDE X 5-7/8• DEEP AND HAVE A MINIMUM OF 16 TERMINALS ON THE ' ALL NEON GRID HEADS SHALL BE EQUIPPED WITH Z TERMINAL BLOCKS. THE BOX SHALL BE WEATHER TIGHT CRATE TYPE VISORS MADE OF POLYCARBONATE PLASTIC HAVE A SINGLE DOOR WITH CONTINUOUS HINGE ON ONE` DESIGNED TO ELIMINATE SUN PHANTOM. THE MESSAGE SIDE AND SCREW HOLD DOWNS ON THE DOOR LOCKING MODULE SHALL BE PROVIDED WITH ELECTRICAL SIDE. ALL HARDWARE WILL BE STAINLESS STEEL ALL CONTACTS WHICH PLUG DIRECTLY INTO RECESSED MOUNTING HARDWARE SHALL BE STAINLESS STEEL AND CONTACTS IN THE TRANSFORMER ENCLOSURE WHEN THE SHALL BE INCIDENTAL TO THE UNIT PRICE OF TERMINAL MODULE IS IN ITS PROPER POSITION. THE POWER SUPPLY BOX. - TO OPERATE THE MESSAGE MODULE SHALL BE 115 VAC TERMINAL BLOCKS SHALL BE 600V HEAVY DUTY, WITH THE "HAND' SYMBOL OPERATING ON A 45 WATT BARRIER TYPE. EACH TERMINAL SHALL BE SEPARATED MAX. AND THE*MAN`SYMBOL OPERATING ON A 38 WATT BY A MARKER STRIP. THE MARKER STRIP SHALL BE MAX. PERMANEMLY MARKED WITH THE CIRCUIT NUMBER ' All neon grid heads shall be equipped with Z crate visors. INDICATED IN THE PLANS. EACH CONNECTOR SHALL BE A Neon tubing shall be enclosed and shockmounted inside a rugged SCREW TYPE WITH NO. 10 POST CAPABLE OF ACCEPTING plastic module. NO LESS THAN 3#12 AWG WIRES FITTED WITH SPADE TIPS. A combination switch/fuse holder shall be provided for each transformer.Each unit shall provide a grounding terminal. ' Transformers shall provide recessed secondary contacts and integral pyrex glass electrode housing. 9-29.24 SERVICE CABINETS (REPLACED) THE SIGNAL/STREET LIGHTING SERVICE CABINET SHALL BE AS INDICATED ON THE CONTRACT PLANS AND DETAIL SHEETS. ALL ELECTRICAL. CONDUCTORS, BUSS BARS AND CONDUCTORTERMINALS SHALL 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 SCREWS, RIVETS OR BOLTS SHALL BE VISIBLE OUTSIDE THE ENCLOSURE THE CABINET DOOR SHALL BE FITTED FOR A BEST INTERNAL TYPE LOCI. THE CABINET SHALL HAVE VENTILATION LOUVERS ON THE LOWER AND UPPER SIDES COMPLETE WITH SCREENS, FILTERS AND HAVE RAIN Su lemental S ecirtcations (ttry. art 12 CrT Y OF RENTON Supplemental Sy"Ifications DIVISION 9 9-30 WATER DISTRIBUTION MATERIALS --P"14 a-ef throad ' encral: All materials for water distribution and transmission shall be neiv. FIRE SHALL BE C TYPE(OPENING WITH THE PRESSURE)CONFORMING TO AW WA 0504-80 WITH A 6 INCH INLET AND A M.V.O. OF 5 INCHES TWO 2 1/2 INCH 9-30.1(1) DUCTILE IRON PIPE(REVISED) HOSE NOZZLES WITH NATIONAL S"I'ANDARD 7 W , THREADS PER INCH AND ONE 4 INCH PUMPER NOZZLES WITH THE NEW SEAT=PATTERN 6 THREADS PER INCH, (1) Ductile iron pipe shall be centrifuggaally cast in 1&foot nominal 60 DEGREES V. THREADS, O.D. THREAD 4.875 AND ROOT lengths conforming to AW WA C151 and shall have a cement- DIAMETER 4.6263 1-1/4- PENTAGON OPERATING NUT mortar lining conforming to AW WA C104. Ductile iron pipe OPENED BY TURNfNG COUNTER CLOCKWISE(LEFT). ' to be joined using restrained mechanical pints shalt be Standard Thickness 61ass-53CLASS 52. A)Jat er-ducJ+Iii 'ma All nozzles shall be filled with cast iron threaded caps with operating PipsshaJF-Jro�landa nut of the same design and proportions as the hydrant stem nut. Caps shall be threaded to fit the corresponding nozzles and shall he fitted (2) Non-restrained joints shall be rubber basket,push-on wa n type,or with suitable neoprene gaskets for positive ter lightness under test , mechanical conforming to AW WA CIT1. pressures. (3) Restrained joints shall be as specified in the special prwLsions or as shown in the plans. 9-30.5(6) GUARD POSTS (REVISED) 9-30.3(1) GATE VALVES (REPLACED) Guard posts for hydrants shall be provided when shown on the , VALVES SHALL BE DESIGNED FOR A MINIMUM WATER Plans(ONLY IF OUTSIDE RIGHT-0 -WAY). Guard posts shall be OPERATING PRESSURE OF 200 PSI.GATE VALVES SHALL BE rtmforad roncrcte 6 feet long by 9 inch diameter. IOWA LIST 14, MUELER COMPANY NO. A2380, PACIFIC STATES,U.S.METROPOLITAN,KENNEDY,OR M&H. 9-30 6(3)B POLYETHYLENE PIPE (REPLACED) , APPROVAL OF VALVES OTHER THAN MODELS SPECIFIED SHALL BE OBTAINED PRIOR TO BID OPENING. ALL GATE VALVES LESS THAN 12" IN DIAMETER SHALL POLYETHYLENE PIPE SHALL NOT BE USED. INCLUDE AN 8" X 24' CAST IRON GATE VALVE BOX AND EXTENSIONS, AS REQUIRED. ALL 12' DIAMETER AND LARGER GATE VALVES SHALL BE INSTALLED IN A VAULT. 9-30.6(3)C POLYBUTALENE PIPE(REPLACED) , SEE WATER STANDARD DETAIL FOR 12" GATE VALVE ASSEMBLY VAULT AND I'BYPASS INSTALLATION. POLYETHYLENE PIPE SHALL NOT BE USED. 9-30.3(3) BUTTERFLY VALVES (ADDITI N) , BU TFRFLY VALVES SHALL BE DRESSER 450 OR PRATT 9-31 ELASTOMERIC BEARING PADS GROUNDHOG. 9-30.3(5) VALVE MARKER POSTS (REPLACED) 9-31.1 MATERIAL(REVISED) ' VALVE MARKER POSTS SHALL BE INSTALLED AT THE Elastomerle bearing pads shall conform to the requirements of DISCRETION OF THE CITY IN THOSE UNPAVED AREAS AASHTO M 251 AND BE CONSTRUCTED OF VIRGIN WHERE THE TOP OF THE VALVE BOX COULD BE COVERED CRYSTALLIZATION RESISTANT POLYCHLOROPRENE , BY WEEDS, SHRUBS, BARK OR OTHER MATERIALS. THE (NEOPRENE).. VALVE MARKERS SHALL BE FABRICATED AND INSTALLED IN CONFORMANCE WITH THE STANDARD DRAWINGS. VALVE MARKERS SHALL BE CARSONTTE COMPOSITE BUTILITY LUE LA13EL"WATER'X 6'-0' OR APPROVED EQUAL WITH 9-32 MAILBOX SUPPORT 9-30.5 HYDRANTS (REPLACED) FIRE HYDRANTS SHALL BE IOWA,OR APPROVED EQUAL 9-32.1 TUBE (REVISED) ' APPROVAL MUST BE OBTAINED PRIOR TO BID OPENING. The tube shall be 2-ineb outside diameter, 14 gage, welded mcchanical tubing,and shall conform to ASTM A 513. 9-30.5(1) END CONNECTIONS (REPLACED) GALVANIZING SHALL CONFORM TO G 90 GATING AS ' DEFINED IN ASTM A 525,OR AN APPROVED EQUAL Any damaggee to galvanized surfaces shall be treated with two coats of HYDRANTS SHALL BE CONSTRUCTED WITH formula A-9-73,Galvanizing Repair Paint,High Zinc Dust Content,as MECHANICAL JOINT CONNECTION UNLESS OTHERWISE specified in Section 9-08.2 SPECIFIED IN BID PROPOSAL DESCRIPTION. 9-30.5(2) HYDRANT DIMENSIONS (REVISED) ' revise wEitA4,ilia 1 li.as-kllevsME ' «t-eenneelienpipsaize-i+widad+eate+er---L-iaehas A9 required by Gen lenteF-hyd.eenn, halve-©pexing;-minixturtfdiarasMt.:�`"' ' Via,,.:r ,_.._._._,._ Flashes �wa• a..- r n _.h_g 4StaadaeA TotaJae^g•h eC th A d m J niggl 1 inch t &4eamee T^maleh-Owwel! Su ev. )lemental S erifications f see ' Z O \� �. J Q V W �.. ' SPECIAL PROVISIONS ' For Special Provisions and Standard Drawings refer to Standard Construction and Material Specifications, adapted to East Side Green River Watershed, Wildlife Habitat Planting Plan, October 1989. 1 1 1 1 1 1