Loading...
HomeMy WebLinkAboutSWP272004(5) (2) AWARDED fuc vsT /o. /79 2 Contract No. CAG 2-�8 TO JAc1c JcwusoM ( oissnz"X-- oN, lNC P.o. Z30 X 111 C7 L- i 4: 4 2 ,�1A Z�s s¢oo Y- .�/TJ LFi iuvNT: � /78�z8�•�S 11� O V OL � O �'N T BID PR OPOSAL & SPECIFICATIONS FOR ; City of Renton/King County NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE PROJECT 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING, 200 MILL AVE. S. RENTON, WASH. 98055 * (206) 235-2631 INDUSTRIAL PLASTICS INC. 740 S. 28th Street —Washougal,WA 98671-2597 Phone (206) 835-2129 or (503) 227-5588 1-800-634-5082 FAX (206) 835-3521 August 4, 1992 ' THE CITY OF RENTON DEPARTMENT OF ' PLANNING/BUILDING/PUBLIC WORKS 200 Mill Avenue South, Fourth Floor Renton, WA 98055-2189 ' ATTN: Nancy J. Mills Deputy City Clerk REF: CITY OF RENTON REGIONAL BYPASS PIPELINE Dear Nancy Mills, ' We are a Federally registered WBE for the State of Washington. Our Federal WBE number is #W2F0900974. ' The purpose of this notice is to advise you that we did offer pipe and fittings materials and services in the appropriate amount of _$30,023.27 to the low bidder ' JACK JOHNSON CONSTRUCTION. INC. on this project. If you have any questions please call 1-800-634-5082. ' Best regards, Gordon M. Ochs Vice-President, Sales cc: JACK JOHNSON CONSTRUCTION, INC. P.O. Box 1119 Beltair, WA 98528 Attn: Mark LEM a PEsTICs NSTITl1TE Ci "LL ' I APPLICATION FOR CITY OF RENTON BUSINESS LICENSE i 3 5 Business Name, Location & Telephone: City of Renton License -i S y A � �� <" - � .� A State Excise Tax # c- 6ou- / � WA State Labor & Industries # 3 ii <A�7_00 7 WA State Business License # 77 �� S/TCfC�TCi IN?n-2 owner Name, Address, Telephone: ' ao z-7 'Jr1c-lc ' Mailing Address: Emergency Names & Telephone: Date Business opened: I �0 b '?­71; - ­f-oo / 2. ZO Z-7 S ' BUSINESS TYPE Describe type of business: Check all items that apply: ' _Nome business _'Sates C-��SfiYvc fibv� office _Service Contractor _Irx istry•Manufacture ' _Notet/Motel _Institution-Eduration (Attach form F-1 for COMMERCIALLY ZONED BUSINESS INSIDE CITY or form F-2 for HOME BUSINESS INSIDE CITY LIMITS) ' BUSINESS LICENSE FEE Every business located within the City of Renton or with employees working within the City of Renton must submit a quarterly business license report. Annual license fees will be based on the total number of hours worked at an hourly rate of S.029 p�-. person with a minimum of S55 per year. A copy of your Labor & Industries report rust be provided to us with your quarterly license report. The total hours reported on your quarterly Labor & Industries report must be used as the basis for your license fee_ If your Labor & industries. report contains hours for employees who are based and work outside Renton's corporate limits, request further information on a possible adjustment to your hours. Payment of the license fee will be due quarterly, five (5) days following the due date of the State Department of Labor & Industries Report; specifically, February 5, May 5, August 5, and November 5. License fees fifteen (15) days delinquent wilt be subject to automatic revocation. A minim-m— penalty of $20 wilt be charged to reinstate the license. Interest on delinquent accounts will accrue at 1OX per arxxm. ;;I hereby certify that the statements and information furnished by me on this application are true and complete, to thebest of my knowledge. 1 acknowledge that the statements and information furnished by me on this application are ic records and are available for public inspection pursuant to State of Washington RCW 42-17-260. Signature- Print Name- ,' Date- Title:—_ 1czS Phone: -2 c�G ��-� ¢0IJ ' Return Completed Application to: City of Renton License Division 200 Milt Avenue South Renton, WA 98055 235-2608 FOR OFFICE USE ONLY OP133 1/88 Sic Amount Now Paid D to Bldg Dept Fire Dept t S 1 HYDRAULIC PROJECT : -t4• „ APPROVAL ) 'e ' PEPFIS R.C.W. 75 .20 . 100 'jt General AdminiOstratHonlEeldg. R.C.W. 75 .2 0. 103 - ' ❑ y .s��;i'•���Olyrnpia, Washington 98504 DEPARTMENT OF FISHERIES 4 Jul 22, 1992 = (206) 753-6650 (applicant should refer to this date in all correspondence) PAGE 1 OF 1 PAGES ' 10 LAST NAME FIRST CONTACT PHONE(S) ICONTROL NUMBER City of Renton 18 277-5547 00-49962-03 19 STREET OR RURAL ROUTE WRIA 200 Mill Ave. S. , ATTN: Ron Straka 7❑ ® 0 09.0005 ' CITY ST1+TE ZIP 14 17 Renton WA 98055 2IATE rin brook Creek T IBUT¢RY TO 11 TYPE 0 PROJECT NF S p g pringbrook Creek _Dam and F Over Flow 13 UARTER SECTION TOWNSHIP RANGE(E-W) COUNTY —————— SECTION 05&06 22N 05EWM King ————————————————————————————— —————————— ' THIS PROJECT MAY BEGINBY TIME LIMITATIONS: Immediately ©AND OctoberPL 0 1 COMPLETED 1992 ' THIS APPROVAL IS TO BE AVAILABLE ON THE JOB SITE AT ALL TIMES AND ITS PROVISIONS FOLLOWED BY THE PERMITTEE AND OPERATOR PERFORMING THE WORK. _SEE IMPORTANT GENERAL.PROVISIONS ON REVFFLSF SIDE OF APPROVAL ' 1. Construction shall take place only when the stream is in a low or no flow stage and the weather is predicted to ensure that the stream will remain in this condition throughout all phases of this project. ' 2 . The dam the intake, and the energy dissipator at the outfall shall be constructed and maintained as shown on the plans submitted with your letter dated June 26, 1992 . ' 3 . Every effort shall be taken to lay the pipe on the sides of the ravine rather than in the streambed, even if it means going for short distances overland. ' 4 . Debris in the channel bottom shall not be disturbed during or as a result of laying the pipe in the bottom of the ravine. 5. All concrete structures shall be completely cured before contact ' with surface water. 6. Extreme care shall be taken to protect existing vegetation. All disturbed ares shall be replanted with brushy vegetation as soon as possible after completion of this project. ' 7 . Temporary erosion sedimentation controls facilities shall be in place and maintained in a condition that will prevent silt-laden waters from leaving the site. ' LOCATION: Upstream of Talbot Road in Renton's watershed. nb:52 . 013 1 SEPA: DNS, City of Renton, July 1992 ' REGIONAL HABITAT MANGER - Joe Robel 753-2980 PATROL - Tuggle APPLICANT - WILDLIFE - READER - PATROL - HAB. MGR. - WRIA ll ' DEPARTMENT OF FISHERIES /`I � -� !✓�!c c�t..�� DIRECTOR 1 JACK CONSTRUCTION, JACK ' INC. P.O. BOX 1119 BELFAIR,WASHINGTON 98528 PHONE (206) 275-5400 FAX (206) 275-6400 ' General Contractor#JACK JCI182M1 11 August 92 1 tLetter # : 01 ' City of Renton 200 Mill Ave . South Renton , WA . 98055 ' Re : North Fork Springbrook Creek Regional Bypass Pipeline Project ' Attn : John D . Hobson Dear John : Project Manager/Jack Johnson PO Box 1119 ' Belfair , WA . 98528 ( 206) 275-5400 - Office ( 206) 981-0671 - Mobile ' Superintendent/Mike DeNoma 8305 214th Place SW Edmonds , WA . 98020 ' (206) 743-2912 - Residence ( EMERGENCY ONLY) (206 ) 981-1570 - Mobile ' Bonding Agent/John Criss PO Box 250 Gig Harbor , WA . 98335 ' (206) 851-3323 - Office ( 206) 981-0215 - Mobile If you have any questions please feel free to call 275-5400 . ' Regards , t ark N . Sherbesman Project Engineer M N S : m s 1 JAA:p CONSTRUCTION, ' INC. P.O. BOX 1119 BELFAIR,WASHINGTON 98528 PHONE (206) 275-5400 FAX (206)275-6400 tGeneral Contractor#JACK JCI182M1 ' 11 August 92 Letter # : 02 ' City of Renton 200 Mill Ave . South ' Renton , WA . 98055 Re : North Fork Springbrook Creek Regional Bypass Pipeline Project ' Attn : John D . Hobson ' Dear John : For the above mentioned project Jack Johnson/President and Kathy Johnson/VP , Sec . /Tres . of Jack Johnson Construction , Inc . located ' in Belfair Washington are the only peopl which can sign the contract . Below is a sample of their si atures . L4 ' Jack Johnson K thy Johnson If you have any questions please feel free to call 275-5400 . ' Regards , ' Mark N . Sherbesman Project Engineer MNS : ms 1 JACK CONSTRUCTION, ' A INC. P.O. BOX 1119 BELFAIR,WASHINGTON 98528 PHONE (206) 275-5400 FAX (206) 275-6400 ' General Contractor#JACK JCI182M 1 ' 11 August 92 Letter # : 03 ' City of Renton 200 Mill Ave . South ' Renton , WA . 98055 Re : North Fork Springbrook Creek Regional Bypass Pipeline Project Attn : John D . Hobson ' Dear John : The 1992 Affirmative Action Plan for the above mentioned project ' is as follows . Jack Johnson Construction , Inc . is the prime contractor and will supply , to the city of Renton , Monthly Utilization Reports and Certified Payroll . ' The requirement for this project is 14% Minortiy and/or Women Owned Business . Industrial Plastics , Inc . , a registered Women Owned Business WBE #W2F0900974 , will be participating by supplying ' and fusing of the HDPE pipe . Jack Johnson Construction , Inc . has met and exceeded these goals . ' If you have any questions please feel free to call 275-5400 . Regards , ' Mark N . Sherbesman Project Engineer ' M N S : m s JACK CONSTRUCTION, ' INC. P.O. BOX 1119 BELFAIR,WASHINGTON 98528 PHONE (206) 275-5400 FAX (206) 275-6400 Genera!Contractor#JACK JCI182M 1 11 August 92 Letter # : 04 ' City of Renton 200 Mill Ave . South Renton , WA . 98055 Re : North Fork Springbrook Creek Regional Bypass Pipeline Project ' Attn : John D . Hobson ' Dear John : Our subcontractor for the above mentioned project is Industrial Plastics , Inc . for the fusion of the HDPE pipe . Our suppliers for the above mentioned project are as follows : Industrial Plastic , Inc . - HDPE pipe and HDPE fittings . ' Associated Sand & Gravel Co . , Inc . - Manholes and Concrete Pipe . Olympic Foundry Inc . - Locking manhole covers . Charles R Watts Company Gabion baskets . H . D . Fowler Co . , Inc . - Construction fabric , filter fence , trash rack , debris cage , and slide gate . ' If you have any questions please feel free to call 275-5400 . Regards , ' Mark N . Sherbesman Project Engineer ' M N S : m s 1 1 1 i 1 1 F-DETACH TO DISPLAY CERTIFICATE-1 DEPARTMENT OF LABOR AND INDUSTRIES THIS CERTIFIES THAT THE PERSON NAMED HEREON IS REGISTERED AS PROVIDED BY LAW AS A STATE O F WASHINGTON z',,.c.; :;,„: 'lri": :,ice-r,•.:•;,:,:;'F:�' _ ::: . °� i;==��o�t$�t�# "= RECEIVE $a�xq D J U L 2 2 1992 1 ;fIIR ilk► 98528 -- ---- - —F625-052-000(3-92) t DETACH TO DISPLAY CERTIFICATE--f 1 1 i 07/30/92 14:31 FAX 206 235 2541 RENTON P/B/PW li!]002 ' 10 CITY OF R ENTON ' � Planning/Building/Public Works Department Earl Clymer, Mayor Lynn Guttmann,Administmtor r-- i� July 30, 1992 TO: All Plan and Specification Holders for the City of Renton/King County North Fork Springbrook Creek Regional Bypass Pipeline Project FROM: City of Renton Utility Systems Division Surface Water Utility .Sohn Hobson. Project Manager SUBJECT: Addendum No- 1: You are hereby notified of the.following additions or corrections to the project contract documents, specifications and plans. The additions or corrections are part of the contract and shall be attached to the bid documents, signed by the bidder, and submitted with the bid. 1) Contractor's Declaration of Minority/Women's Business (M1W8) Particiation Form: Insert: The attached Contractor's Declaration of Minority/Women's Business (M/WB) Particiation Form E ' Note. The Contractor's Declaration of Minority.Women's Business (M/WB) Participation form must be completed and submitted with the bid in accordance with King County's Minority/Women's Business (M/WB) Participation requirements. ALL BIDDERS MUST SIGN THE ADDENDUM IN THE SPACE PROVIDED AND ATTACH IT TO THE BID PROPOSAL_. `1 Addendum u No. 1 acknowledged by: -; �iana e JACK JOHNSON Print Name riJACK JOHNSON CONSTRUCTION, INC. Frm Name C:DOCS:92-575:JDH:RJS:ps Ll 200 Mill Avenue South - Renton, Washington 98055 n 0 0 CVKMCTQR'S DECLARATION OF RINGRIT'fNOMEN'S BUSIKSS (81A) PARTICIPATION page - Pursuant to King County Code Chapter 4.18. Mail con tractors/s0contractorstsunplIers (or substitute HIWBs) IIsted an this form shall be used or this cnntract , This form must be suivnitLed with the bid. the sworn sLatement on the back of thls form shall' be completed by Wo prime Contractors. Prime Contractor) ' revers: I, , I� T Invtso� C l Z2,e Contract Amount: 3 �7 ,0�2 -Bid No. M/Wo SUBCONTRACTOR/SUBCONSLrLTANTISUPPLIER JOWEASRIP, 611) ITEM WORK TO BE PERFORMED AMOUNT OF X CON WI N=C, title, Address, Phorte7r tYPE NUMBER(S) PARIICIPATIOft OF BASE %WE Cert{flcation NO. Lm") (W* AA BID INDUSTRIAL PLASTICS, INC 740 S. 28 th ST. a. WASHOUGAL, WA. 98671 WBE #W2F & z . 0 w a L N e9 N m O N c� C A wlnorlty/wen's basiness Is a batsiness certlfled as a Mimtltr/voren'T bustrwss by tfie State of tfashIngton Off Pet of P"WIty end Umal's Miroess Errt a rpr 1 s es pr 1 o r to the t i we the b I d is scW tted. minority andlor vowen owr►ed firms part 1 c 19at 1 ng as j o l M tsrrtg re partners Mast 1 nc 1 ude a err 1 t t en CDac}reewent signed b7 both the prlre blddet arfd un Kf% joint verdure partrocr(s). Ilm loirtt renters agr�eteent shall be execwted, artd subSegUentty e•ra1- n ter 4.1!3 k1nor1t and Women's 13as1oess Enterprises. � �• uated In ac[w-dance with Ring Cormty Coda. Chap 7 lrt,en Svbc o M r ac t!ng a por i ton of a b I d Item. an attactwent Must be Mai t led w 1 t.h this dacuwrst. g t r I ng the b I d Item mpber and a data 11 ad des cr l M 1 on or exactly vthat work or servIce 1s to be perforwed by the subcontractor. CITY OF RENTO N ' BID PROPOSAL AND SPECIFICATIONS NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE CONTRACT DOCUMENT TABLE OF CONTENTS Scope of Work Area Map Vicinity Map Instructions to Bidders Call for Bids *Certification of EEO Report 'Affirmative Action Affidavit and Certificate of Compliance *Statement of Minority and Women's Business Compliance *Combined Affidavit& Certificate Form: Non-Collusion Affidavit Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices Bond to the City of Renton Contract Agreement Environmental Regulation Listing Hourly Minimum Wage Form Standard Specifications and Supplemental Specifications Special Provisions Standard Plans Docun,:nts 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. CITY OF RENTON Storm Water Utility, Utility Systems Division, Planning/Building/Public Works Department 200 Mill Avenue South Renton, Washington 98055 92-447.DOC/JDH/bh CITY OF RENTON AND KING COUNTY SURFACE WATER MANAGEMENT NORTH FORK SPRINGBROOK CREEK BYPASS PIPELINE SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities as shown on the plans as described in the construction specifications, to include but not be limited to: Installation of 1400 feet of 24-inch diameter high density polyethylene pipe, 550 feet of 12-inch diameter high density polyethylene pipe, one Type 2-54" Catch Basin with debris cage, one Type 2-72" Catch Basin/Control Structure, an energy dissipator constructed of gabions, construction of inlet berm with trash rack, and complete restoration of all surfaces to pre-project conditions. The two pipes will be constructed above ground from the inlet berm downstream through the existing ravine. Seeding and fertilizing will be used for stabilization of distrubed areas. Any contractor connected with this project shall comply with all Federal, State, County, and City Codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of thirty-five working days will be allowed for the completion of this project. The funding of this project will be 50% by the City of Renton and 50% by King County. King County also requests that the bidder awarded this contract complete a Personnel Inventory Report and Contractor's Declaration of Minority/Women's Business Participation forms. The engineering design was done by King County Surface Water Management Division. NFPB-SCP/JDH:If ,1 1 �I r ar rrrr► m A 'M r m f � Irl� t y + 1. Nv s -$ •r. i O I ft 74 ~.Ig .e1NK/ rN I, gyyE r4611" All _ Nn'II.� -Al (A: � , I•� t 'sF ', N I- 1. � Nr. � ,, ;:} I1 �E� �, ., �qi. ��� �r y.. t. M, L''�' .. � (A r i I f 7f 1 ,u a N A� ���� IAV , i .��I '►P. I� i �o AV� yt. �• ddI i chI — �v4: t 7I k' ■ �� it-� • I ,'�• r �rl.i �i. �f 1 e:'( .;wt� � I • ;� e`rr' ,rttJ,, A t Q ,; r •A FWOWEST !�� ...VALLEY IF" -{ � _._ �.. 11t;. 1 ° •,�. .... tluscrtws � .. '� 71tT AV 5 i A r O 7S g °� S `y �3lld 3M to I.1 ns +-- ,,r Im N ., o "41 4 w I /`.J ` ,�• }p �pj.1 --- ---- ItM 0) 78rn AV 2 /l Il �7 co I I q m O o i rTl ►:fK 84 H A I S ( 7 I 4TM AV 5 I » AY. Sit I Ivu�r na r p F �IE. A 1;,i v—__'---��tir__� i �� " �r� I Z a .��.----- z -- n �T -- — -------- VALLEY_--- I — — ---- — I _— •• r 7-4' v I _... �61 - AT. -- LI ism. 4fn 6V ~ • I "1� pNp' /fTH?.Y W A, 1 1 - FRWT o I I a tf �_ \*1 g _Z 'Ia AY. �`r`"ya SAS A�r s rO {3 ili tl '`, ,,IH !M AV • '• rN - •/ 1 I ~ -\-...�� b " A AT IKK I � 9 Y i JJ ` e I + '�.. � ., • a vrwr.ctrH t� Ar 1 } 1 I \ IOOTn' 9 ... .. as �� Zl I ,,,�.../ n [t 1 a w �� _\) yy e/ i/ ulst Av st sr I '+Cf• 3 ��'� .w1..A. / o a��•-z y •�,�I �6 �1/7RD R ff I m WRO II fItO '� I — in I i4 I `� 11T I I J qyo"` SE I = .r . r"' rloslr38 eft A-CT� I �fe' r> q„q„nY_a■ n .— f , a �r :A nfTM rt y /Inn N ta .Vst { Lr_, \ �MM•r f! s Y] �a r,',,',Ita w`H LWt H r f�„��L� 1p-Q 7 M' I I/fin R a I 1mluey.1 �C 7-I - ♦ �`1A1EL >� _ nY..y.�• / (A IUtlTN ��I SE AV 108 Y ^ I )a Iq qV I M MJ N 12 S _d ,,,x777Y .�u •y'• Is list", fe s r N ,� f—,_•—1 � =e ? u•�- n�IaI u la WLAr ti �t IootH w Q„ ru t�.v l7 2!_fwnr �'j.,:`:.��•Jr) isnH I AV r' T R 5 E .A.. .. _. v. LOCATION VICINITY MAP l b � • nl. 405 in •Renlon, 10 Jclr Stale 900 in Re LineIL 192n Sheet r:�} 2 J t d SI 1 SE 192nd St t vwi 13320 cy 15280 SE c ` i a l 20 1911h N SE 1911h PI st :•,!h yf SE pf OF NTON ` + _ yy15320 SE I"th SI 240 199th a �::�::'• '�:. k: : Q 153 S 200th 51 to � ., ~ SE 200th sl ` 13300 13300 v 1520c ;a „ 201 1 yl _ 15402 16301 -6 SE 202 St S x i E 203 SilRa 3 7 2 - krr eYF i — SE 2041h 31 rp: EE 4yi �50�dLg ' 2p51hC wN400 ,w• H w ,,•. bb v� c < S 2Mh Pt s C » t 3840 � S4 106 pl < £ o t 5432 £ .. 1 �ab,� S 2071h PI O SE 2071h SI ., 1545 '� 8 1 a 42tJrn S 2081h SI 6 S g a a .'` I s,sa a .�M 92510 / tip;,..' /•■ ` INSTRUCTION TO BIDDERS 1. 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. 2. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 3. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 4. The bid price shall be stated in items 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. 5. The right is reserved to reject the bid and to waive informalities if it is deemed advantageous to the City to do so. 6. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 7. Payment for this work will be made in Cash Warrants. 8. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 9. The contractor, prior to the start of construction, shall provide the City of Renton a detailed construction schedule for the project. 10. Payment retainage shall be done in accordance with the 1988 APWA Amendments to Division One of the 1988 WSDOT/APWA Specifications which is a document of its own and shall be used as Division One of the Standard Specification. Both of these documents are adopted by the City of Renton as the City of Renton Standards except for where the Standard Specifications are revised in the City of Renton Supplemental Specifications. 11. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington industrial safety and health act, Chapter 49.17 RCW. The requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. City of Renton Instruction to Bidders 91-199 Page 1 12. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subcontractors. The prevailing wage rate to be in force during the duration of this contract are included within this specification under section titled "Prevailing Minimum Hourly Wage Rates". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 13. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 14. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. 15. The CONTRACTOR shall perform all work required within a maximum of 25 calendar days from the date of Notice to Proceed. 16. Standard specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. "1988 APWA Amendments to Division One of the WSDOT/APWA Standard Specifications." here-in-after referred to by the abbreviated title, "APWA Division I General Requirements." 2. WSDOT/APWA "1988 Standard Specification for Road, Bridge and Municipal Construction Division 2 through 9" here-in-after referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be deleted and the measurement and payment provisions of Section I- City Payment Schedule (added herein) shall govern. City of Renton Instruction to Bidders 91-199 Page 2 17. KING COUNTY WILL BE FUNDING 50% OF THIS PROJECT. NOTE THAT UNDER PROVISIONS OF KING COUNTY CODE, CHAPTER 4.18, THIS IS A SET-ASIDE CONTRACT REQUIRING THAT SUBCONTRACTORS BE 14% MINORTIY AND/OR WOMEN-OWNED BUSINESSES. 1 i City of Renton Instructions to Bidders 91-199 Page 3 CITY OF RENTON NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Monday, August 3, 1992 at the City Clerk's office and will be opened and publicly read in the 5th floor conference room, Renton Municipal Building, 200 Mill Avenue South. The work to be performed within 35 working days from the date of commencement under this contract shall include, but not be limited to: Installation of 1400 feet of 24-inch diameter high density polyethylene pipe, 550 feet of 12-inch diameter high density polyethylene pipe, one Type 2-54" Catch Basin with debris cage, one Type 2-72" Catch Basin/Control Structure, an energy dissipator construction of gabions, construction of inlet berm with trash rack, and complete restoration of all surfaces to pre-project conditions. The two pipes will be constructed above ground from the inlet berm downstream through the existing ravine. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained in the Public Works Department at the Renton Municipal Building, for a non- refundable fee of $25.00 each set plus $5.00 to cover postage, if mailed. The mailing charge will not be refunded. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be rcquired of the successful bidders. Not that under provisions of King County code, Chapter 4.18, this is a set-aside contract. This project shall be funded 50% by King County and 50% by the City of Renton. Subcontractors are required to be 14% minority and/or R omen-owned businesses. No bids will be accepted after the time and date shown above. ` If a bidder has any questions regarding this call for bid, please contact the City of Renton Department of Planning/Building/Public Works, 200 Mill Avenue South, 4th floor at 235-2631. Nancy 3. Mills, Deputy Gity Clerk Published: Daily Journal of Commerce July 20, 1992 ■ July 27, 1992 Account # 421/600/018/596/38.65.65002 92-4 5 2.DOC/J DH/bh 1 The Ohio Casualty Insurance Company ' HAMILTON, OHIO r ' BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, ' Jack Johnson Construction , Inc . (hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM- PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the ' City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of Washington as Surety, are held and firmly bound unto ' City of Renton (hereinafter called the Obligee) in the penal sum of ' Five Percent of Total Amount Bid------------------- Dollars ($ S% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. ' THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated Aug . 3, 19 92 , for ' North Fork Springbrook Creek Regional Bypass Pipeline ' NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is ' specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other- ' wise to remain in full force and virtue. Signed, Sealed and Dated this.........3r.d......day of ..........August ' Jack Johnson Construction , Inc . ............................. (Princi pal) By .. ' .............. a k Joh on-Pres . THE O O CAS ALTY INSURANCE COMPANY By .c�c�-� j.... -....... .. ......................... ' Attorney-in-Fact John F . Criss 3-137-R*v. CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY ' HOUR OMCK. HAKI1.TOK OWO No. 21-232 Inaw AU Mtn by 134r1EIr lirrlarnta: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance ' of authority granted by Article VL Section 7 of the By-Laws of said Company does hereby nominate, constitute and appoints John F. Criss - - of Gig Harbor, Washington - its true and lawful agent and attorney, -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as ' its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance TWqQ MMILI ION FIVE HUND�2�D THOUSAND - - (s 2,500,000.00 - ) Dollars, excluding,�owever, any bond s or undertakin4(s) guaranteeing the payment of notes and interest thereon ' And the execution of such bonds or undertakings in pursuance of these proeents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officer. of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedee any previous authority heretofore granted the above named attorney(a)-in-fact. sJ In WITNESS WHEREOF. the undersigned, officer of the said The Ohio Casualty i, Insurance Comp any has hereunto subscribed ame and affixed the Corp is Seal of the SEAL ti said The Ohio Casualty insurance Comp t s 13th y of D ember 19�84, STATE OF OHIO, Asst. Secretar ' COUNTY OF BUTLER } �' On this 13th day of December A. D. 19 84 before ' the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came R i c h a�d T. Hof fm ail, ,AS s t. Sep rit a ri - of THE OHIO CASUALTY INSURANCE COMPANY, to me persona ly known to t • i n ual a o car ascribed in, and who executed the preceding instrument, and he acknow- ledged the execution of the some, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate ' Seal and his signature a* officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. aieiirrciiii,i, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton. State of Ohio, the day and year first above written. _ ............ ............ Notary Public in and for my of cat er, State of Ohio December 24 1986. ��htessu My Commission ezpir .................. ........).................. ' This power of attorney is granted under and by authority of Article V1, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" ' "Section 7. Appointment of Attorney-in-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizance*, stipulations, undertakings or other instruments of suretyship and policies of ' insurance to be given in favor of any individual, firm. corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division.' This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27. 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company ■s original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power ' of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this g rd day of Aug A.D., 19 92 . ' J111111.!i�i _i SEAL z ' Assistant Secretary S-4300-C 12-80-3M 1 ' CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder XX , proposed subcontractor hereby certifies that he has y' has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 1111L or 11246, and that he has XX , has not o filed with the Joint Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal Government ' contracting or administeringa E ual Em to g enc Y. or the former President's Committee on q p yment Opportunity, all reports due under the applicable filing requ- ( irments. JACK JOHNSON CONSTR TTO\r,T��rC (Company) By: f l� PRESIDENT F (Title) Date: 31 JULY 92 Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor 41 CFR 60-1.7 (b submitted by bidders and proposed subcontractors only in connectionust withecont- racts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity are set forth in 41 CFR 60-1.5. qrsubcon clause (Generally only contracts or subcontracts of $10,000 or under are exempt.) t: ' Currently, Standard Form 100 (EEO-1) is the only report required by the Execut- ive Orders or their implementing regulations. ' Proposed prime contractors and subcontractors who have participated in a pre- vious contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1 .7 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. } Department of Labor. (i f ' 1-87 Affidavit and Certificate i of Compliance With King County Affirmative Action Ordinance No. 7788 tCOMPANY NAME:' JACK JOHNSON CONSTRUCTION, INC. ' 2. Monthly Utilization Report: This report, required for every construction contract,shall provide the number of hours of employment for minority,women and handicapped employees by craft and category. ' STATE OF WASHINGTON ) 3. Statement from Union or Worker Referral Agency:This statement affirms SS tha the signee(s)'s organization has no practices and policies which discriminate COUNTY OF KING ) on the basis of race,color,creed,sex,age,marital status or the presence of any sensory, mental or physical handicap. 4. Certified Weekly Payroll: This report is required from every construction contractor,subcontractor,and any lower tier subcontractor for each work week from the time work starts on the project until completion. The undersigned, being first duly swom, on oath states on behalf of the The information required in this section shall be submitted on forms provided by (' Contractor as follows: the County unless otherwise specified. Definitions:`Contractor"shall mean any contractor, vendor or consultant who F. Subcontractors:For projects and contracts over one hundred thousand dollars supplies goods and/or services. "Contract"shall mean any contract, purchase (5100.000.00)the prime contractor shall be required to submit to the Countv, ' order or agreement with King County Government,hereinafter called the County. along with its qualifying documents under this ordinance, employment profiles, Affidavits of Compliance,Reports and Union Statements from its subcontractors A. Contractor recognizes that discrimination in employment is prohibited by in the same manner as these are required of the prime contractor. Reporting federal,state and local laws.Contractor recognizes that in addition to refraining requirements of the prime contractor during the contract period will apply equally from discrimination, affirmative action is required to provide equal employment to all subcontractors. opportunity.Contractor f urther recognizes that this affidavit establishes minimum requirements for affirmative action and fair employment practices and imple- G. Employment Goals for Minorities and Women: Employment goals shall be estab- ments the basic nondiscrimination provisions of the general contract specifica- lished for two industry categories,i.e.,construction contractors and vendor/ser- tions as applied to service,consultant,vendor or construction contracts exceed- vice contractors, using a multi-factor availability analysis. The multi-factor ing 55,000. Contractor herein agrees that this affidavit is incorporated as an analysis shall be based on tour factors with each factor being assigned a specific addendum to its general contract, and recognizes that failure to comply with weight as follows: these requirements may constitute grounds for application of contract default Factors remedies as set forth in the general specifications, King County Ordinance 7788 and this affidavit. PROVIDED FURTHER, that in lieu of the affidavit, the 1. Representation of minorities and women among those employed in King Executive may accept a statement pledging adherence to an existing contractor County in each industry category (weight= 50%):2. Representation of women and minorities in the King County labor market affirmative action plan where the provisions of the plan are found by the (weight= went Executive to substantially fulfill the requirements of this ordinance. 3. Representation of minorities and women among the unemployed in King j' + B. Contractor shall give notice to their supervisors and employees of the County (weight = 1i%); requirements for affirmative action to be undertaken prior to the commencement 4. Representation of minorities and women in the the general population of of work. King County(weight= 10%). ' C. The following named person has been designated to represent the Contractor H Employment Goals for Handicapped Persons: Employment goals for handicapped and to be responsible for securing compliance with and for reporting on the persons shall be established using the methodology deemed most relevant and the affirmative actions taken. statistical data deemed the most current and representative of the availability of handicapped persons by the Affirmative Action Office, and shall, to the extent I' AFFIRMATIVE ACTION REPRESENTATIVE: possible,be consistent with the methodology used to establish employment goals NAME: PIARK N. SHERBESIIAN for the handicapped for the County's internal workforce. D. Contractor will cooperate fully with the King County Contract Compfiance l Alternative Goal Option:Contractors may establish goals independently if they Office and appropriate County agents while making every reasonable"good faith" believe the King County goals are not applicable to their specific situation. !' effort to comply with the affirmative action and nondiscrimination requirements Contractors who secure King County's assent in pursuing this option must use a set forth in this swom statement and in Ordinance 7788. multi-factor analysis with methodology and data sources approved by the County. E. Reports.The Contractor agrees to complete and submit with this affidavit such additional reports and records that may be necessary to determine compliance t on of minorities. of Minorities.Women and Handicapped Persons:deemed e d a es se with the affidavit and to confer with the County Compliance Officer at such times tation of minorities.women and handicapped persons will not be deemed a per se violation of Ordinance 7788 where a contractor's employment statistics demon as the County shall deem necessary.The information required by Ordinance 7788 includes but is not limited to the following reports and records: strate that minorities,women and handicapped persons are underrepresented in its workforce in re;ationshm to the goals set forth in Paragraph G(I.).the burden 1. Personnel Inventory Report: This report shali include a breakdown of the will be on the contractor to show that the minimum affirmative action require* employer workforce showing race, sex, ethnicity and handicapped and other ments set forth beiJw have bee^ met and that a reasonable "000d faith" minority data. affirmative action plan in compliance with Ordinance 7788 has been pursued. E P;' ' STATEMENT OF M/WB COMPLIANCE CONTRACT NUMBER: I. As a part of the bid package, all responding parties have identified the dollar amount of minority/women business participation. All- responding parties have also identified the particular minority/women's business ' to be used in performing the contract, specifying for each the dollar value of the participation, and the type of work to be performed. ' II. In the event a minority/women's business is unable to perform the required tasks or for whatever reason becomes disassociated from the contract, provisions outlined in Policy #83-01 shall adhere. ' III. The consultant agrees to submit proof of payments made to their sub- consultants in accordance with their agreed upon payment schedule. ' IV. During the term of the contract, any failure to comply with the levels of minority/women's business participation identified in the bid or proposal shall be considered a material breach of contract. E V. No contract requiring or proposing minority/women's business participation may be entered into unless all minority/women's businesses identified to 6' meet the utilization goals by a responding party have been certified. ti By signature hereto, consultant hereby affirms that he has a understands the conditions herein and acknowledges receipt of copy. f. CONSULTANT: JACK JOHNSON CONSTRUCTION INC. DATE: 31 JULY 92 (company e) AUTHORIZED SIGNER: (signature) NAME: JACK JOHNSON (print) WITNESSED BY DATE: (King County M/WB Specialist) y-. CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT ' Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. ' AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER ' Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, 1 quotation, or other event establishing the price under this order or contract. In addition, vendor warrants t' and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. T- t AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing ' statement and certificate, know the contents thereof and the substance as set forth therein is true to my f knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE Name of Project JACK JOHNSON CONSTRUCTION, INC. Name of Bidder's Firm —Sigi4&ure of Authorized Representative of Bidder Subscribed and sworn to before xne on t,-1is day of�C--Y 19 � �z otary Public in and for the State of Washington Residing at r�L L l.�lr�r2 4'u 91-200/bh f BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. 1 t Sign here ' Know All Men by These Presents: r ' That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or 1 Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, q then this obligation shall be null and void; otherwise it shall be and remain in full force { and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and 1 liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF Principal f, Surety ' Received return of deposit in the sum of $ 91 h Jorms:BI DBON D/C:DOCS:92-409:MAB:ps ' PROPOSAL j TO THE CITY OF RENTON f' RENTON , WASHINGTON s Gentlemen: c The undersigned hereby certifies that he has examined the site of the proposed work and has read and thoroughly understands the plans , specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available , in accordance with the said plans , ' specifications and contract and the following schedule of rates and prices : c (Note: Unit prices for all items , all extensions , and total amount of bid should be shown. Show 4 unit prices both in writing and in figures. ) Signature A (1w'tf Address P.0.BOX 1119 Names of Members of Partnership: BELFAIR,WASHINGTON 98528 (206)275-5400 OR Name of President of Corporation JACK JOHNSON Name of Secretary Corporation of Co oration KATHY JOHNSON Corporation Organized under the laws of 14ASHINGTON STATE With Main Office in State of Washington at BELFAIR, 14A. f 1 1 1 1 � SCHEDULE OF PRICES 1 ALL ENTRIES SHALL BE INRtTi'Et[ IN INK OR TYPED TO VALIDATE B16. 1 1 1 t f 1 1 1 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT AND KING COUNTY SURFACE WATER MANAGEMENT NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE (Talbot Road and SE 196th and vicinity) SCHEDULE A SCHEDULE OF PRICES ' TO: City of Renton Renton, WA ' The undersigned hereby certifies that he has examined the location of the North Fork Springbrook Creek Regional Bypass Pipeline regional facility in the vicinity in the vicinity of Talbot Road and SE 196th Street ' and has read and thoroughly understood the plans,specifications,and contract governing the work included in this improvement,and the method by which payment will be made for said work,and hereby propose to undertake and complete the work included in this improvement,or as much thereof { as can be completed with the money available,in accordance with the said plans,specifications,and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and the 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. ITEMS WITH UNIT PRICE BID UNIT PRICE AMOUNT - NO. QUANTITY (Unit prices to be written in words) Dollar/Cents Dollars/Cents 1 1 Mobilization Lump Sum _ f Cr),,,,-, vG ' Per lump sum (words) (fi res) 2 1 Clearing and Grubbing Lump Sum I VJ 7 o tin I o`%vv f � a� ' Per lump sum (words) (figures) f ' GRADING 3 225 Special Excavation for Berm Incl. Haul Cubic Yds -rW en t T ;cu. - bvD Per cubic yards (words)r.C.evs,a 5 c% (figures) 4 1400 Special Impervious Borrow Inc. Haul Cubic Yds y ( oO �Q0 Per cubic yards (words) 's eU'CA s "Old (figures) 5 350 Construction Fabric Square Yds `^`' � 4-,S76c" ~ Per square yards (words) 5,FuE J `D,cu (figures) 6 1700 Embankment Compaction Cubic Yds UD Per cubic yards (words) (figures) ITEM APPROX. ITEMS WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. QUANTITY (Unit prices to be written in words) Dollar/Cents Dollars/Cents 7 200 Filter Fabric Fence � Lin. Feet , e:, ' Per Lin. Feet (words) (figures) Z�eRV 0 o 115 F tc�i oG DkAINAGE ' 8 800 Structure Excavat ion ion Class B Inc. Haul Cubic Yds ' Per cubic yards (words) (figures) 9 50 Shoring& Crib. or Extra Excay. Square Feet CI. B at Fixed Price tokj - e rb/lbo , �r ( Per square feet (words) (figures) 10 30 Hand Placed Riprap Cubic Yds WrK) F+ve a �",ao W S6 Per cubic yards (words) (figures) 11 10 Remove and Reset Hand Placed Riprap ' Cubic Yds V,F "4,;U iS,oo Per cubic yards (words) (figures) 12 70 CI. II Reinf. Conc. Cult'. Pipe(24 in dia) Lin. Feet 5 1 Per Lin Feet(words) (figures) ' 13 20 Cl. II Reinf. Conc. Culv. Pipe(36 in dia) Lin. Feet thjE F,a r AJ e oo 4 ?1 Q Per Lin Feet (words) (figures) 14 120 Special High Density Polyethylene Pipe Lin. Feet (12 in dia) E;'jt,01r t ao , cA ion Per Lin Feet (words) (figures) 15 1400 Special High Density Polyethylene Pipe Lin. Feet (24 in dia) -rwr.n-r,iC sT e "Ltoa o o Per Lin Feet (words) (figures) 16 10 Special High Density Polyethylene Pipe Lin. Feet (28 in dia)with 2-ea expansion sleeve fastener(28 in dia) V,)jNGr4 F►Vt a O�iioo Per Lin Feet(words) (figures) ITEM17APROX. ITEMS WITH UNIT PRICE BID UNIT PRICE AMOUNT NO. ANTITY (Unit prices to be written in words) Dollar/Cents Dollars/Cents ' 17 2 Percolation Collar(24 in dia) Each ' Per Each (words) (figures) 18 1 Special Trash Rack (24 in dia) ' Each ,;INOca, -, F i c Per Each (words) - 'Wc; .n,dLLsAnb c'&0—1- (figures) t}lM'14�iLt� Sb�7tntK,I �IUL 4 ct�[GU 19 1 Catch Basin Type 2 (48 in dia) Each w/Manhole Cover ' Per Each (words) „x (figures) µw„arit-o Fir--n -' "/vu 20 1 Catch Basin Type 2 (54 in dia) Each w/Debris Cage& Slide Gate S `3, (o S`0cp Per Each (words) (figures) c��tyr -tHbu. r"O r,�C Ntmm�n 1170 21 1 Special Catch Basin Type 2 (72 in dia) Each w/Elbow Per Each (words) (figures) r SURFACING 22 47 Crushed Surfacing Top Course Tons �rFra- r u� ' °`' -0 s" , Per Ton (figures) OTHER ITEMS F 23 200 Gabion Cribbing P-T� Cubic Yds rlbtlj - WY) on -6D Per Cubic Yd (words) (figures) 24 90 Impervious Lining Material CS, nV Square Yds T64 e `e . )0 Per Square Yd (words) (figures) 25 5 Grass Seeding cl� y Acres S N nD -1Cr G6IG �l� I Y Per Acre (words) (figures) 26 5 Fertilizer Acres �� C-i r-n °° �, �(✓ S'Q Per Acre (words) (figures) Schedule "A" Subtotal ►j o S' ✓ 8.2% Sales Tax j � Schedule "A" Total 92-442/JDtl/bh Er CITY OF RENTON ' PUBLIC WORKS DEPARTMENT AND KING COUNTY SURFACE WATER MANAGEMENT ' NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE (Talbot Road and SE 196th and vicinity) SCHEDULE B ' SCHEDULE OF PRICES (Lobruch Storm System) ' TO: City of Renton Renton, WA ' The undersigned hereby certifies that he has examined the location of the North Fork Springbrook Creek Regional Bypass Pipeline regional facility in the vicinity in the vicinity of Talbot Road and SE 196th Street and has read and thoroughly understood the plans,specifications,and contract governing the work included in this improvement,and the method by which payment will be made for said work,and hereby propose to undertake and complete the work included 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: I (Note: Unit prices for all items, all extensions, and the 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 le vail. : ITEM APPROX. ITEMS WITH UNIT PRICE BID UNIT PRICE AMOUNT ' NO. QUANTITY (Unit prices to be written in words) Dollar/Cents )ollars/Cents DRAINAGE 1 550 Special High Density Polyethylene Pipe v Lin. Feet (12 in dia) 1 E c"Jigo 4D b Uc. Per Lin Feet (words) (figures) t 2 10 Special High Density Polyethylene Pipe ' Lin. Feet (14 in dia) with 2-ea expansion sleeve fasteners "A" 4) ' Per Lin Feet (words) (figures) ' Schedule "B" Subtotal A i ) U 8.2% Sales Tax 9 p3l0 t, 92-443/JDH/bh Schedule "B" Total : TOTAL Schedule "A: $ I ict TOTAL Schedule "B" $ ' TOTAL ALL SCHEDULES $ t t�' ' ALL BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW THE UNDERSIGNED BIDDER HEREBY UNDERSTANDS THAT, IF AWARDED THE CONTRACT, IT MUST START WORK ON THIS PROJECT WITHIN 10 DAYS AFTER FINAL EXECUTION AND COMPLETE THE WORK WITHIN 35 WORKING DAYS AFTER STARTING CONSTRUCTION. DATED AT 4:23 THIS 31 DAY OF JULY , 1992. tACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. #01 DATE 30 JULY 92 (FAX) 1' NO. DATE j. NO. DATE NAME OF COMPANY JACK JOHNSON CONSTRUCTION, INC. SIGNED TITLE SIDENT ADDRESS PO BOX 1119 CITY/STATE/ZIP BELFAIR, WA. 98528 TELEPHONE (206) 275-5400 CITY OF RENTON STATE CONTRACTOR'S BUSINESS LICENSE NO. W, mt LICENSE NO. JACKJCII82MI F 92-451.DOC/JDH/bh �1 BOND TO THE CITY OF RENTON Bond#3-038-088 ' KNOW ALL MEN BY THESE PRESENTS: ' That we, the undersigned Jack Johnson Construction, Inc. ' as principal, and The Ohio Casualty Insurance Company corporation organized and existing under the laws of the State of Ohio 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 $ 178,286.56 for the payment of which sum on demand we bind ' ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the ' Ordinance of the City of Renton. Dated at t' eAllOAl , Washington, this /91"/� day of 192� ' Nevertheless, the conditions of the above obligation are such that: ' WHEREAS, under and pursuant to Public Works Construction Contract CAG- 92-081 providing for construction of North Fork Springbrook Creek Regional Bypass Pipeline Project (project name) ' the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to ' perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in ' the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmeh, and all persons who shall supply said principal or subcontractors with provisions and supplies for ' the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold ' the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be ' and remain in full force and effect. Jack Johnson Construction, Inc. The Ohio Casualty Insurance Company ' Princip Surety clecyy"N — ,I La'-- I - ' Signatujej Jack JcVinson Signature John F. Criss President Attorney-in-Fact ' Title Title contracts/bid_specs/BOND.DOC/MAB/bh Approved by Larry Warren 2/14/92 CERTIFIED COPY OF POWER OF ATTORNEY T= OHIO CASUALTY INSURANCE COMPANY ' HOUR OMCK. NAKMTOK OHIO N o. 21-2 3 2 I mat All Arn bg 191pa lirrutdo: Th.t THE OHIO CASUALTY WSURANCE COMPANY. in pursuance of authority Wrested by Article VI. Section 7 of the By-Laws of said Company does hereby nominate, constitute and appoint: ' JohnF. Criss - - - - - - - - - - - - - - - - - - - - of Gig Harbor, Washington - - - its true and lawful agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety. and as ' its act and dead any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES�not exceeding in any singl. instance TWq� on �I L� ONowe�FIVEEyHbU��2�DrTu a�rtAk Dg(.) guaranteeing the payment of aotes(aad i5D0�0OOr DD - ) Dollars, 9.' And the execution of such bonds or undertakings in pursuance of theme presents, shall be as binding upon said Company, as fully and amply, to all intent* and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(a)-in-fact. ' y,,111�Nfsri In WITNESS WHEREOF, the undersigned, officer of the said The Ohio Casualty Insurance Company has hereunto subscribed am* and affixed the Corp is Seal of the SEAL j_r said The Ohio Casualty Insurance Comp t s 13th y of D ember 19 84. ' s�1 i.0 jr STATE OF OHIO, 1 Asst. Secretar ' COUNTY OF BUTLER J �' on this 13th day of December A. D. 19 84 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned end qualified, came ' persons i c h a>j d T. Hof�ail, .AS St• Sef rjt a rX - - of THE OHIO CASUALTY INSURANCE COMPANY, to me arsons 1 known to t • t vt ual a o cer escribed in, and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. e�a%:rrcnn:y IN TESTIMONY WHEREOF, I have hereunto set my hand end affixed my Official Seal at the City of Hamilton. State of Ohio, the day and year first above written. �s( VI// s i .. . .. ......... �' '`� Notary Public in and for n of ut er. State of Ohio :'. �►, �� December 24 1986 Ma:sa My Commission ezp:r ........ ......................7.............:... ' This power of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954. extracts from which read: "ARTICLE VI" ' "Section 7. Appointment of Attorney-in-Fact, ate. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: ' "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, ' to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power ' of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 12th day of Aug A.D., 19 92. ' a►111!!J.n� SEAL 1 �s�ttt Assistant Secretary 5-4300-C 12-80-3M ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this /97-,4 day of lq-ze a!; 19 2 ' by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and JACK JOHNSON CONSTRUCTION, INC; hereinafter referred to as "CONTRACTOR." ' WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within 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. for improvement by construction and installation of: NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE PROJECT ' All the foregoing shall be timely performed, furnished, constructed,installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter ' enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton, and any other governmental authority having jurisdiction thercover. It is further agreed and stipulated that all of said labor, ' materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the ' Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid ' and signing of this agreement, consists of the following documents; all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders ' c) Bid Proposal d) Specifications e) Maps and Plans ' f) Bid g) Advertisement for Bids h) Special Provisions, if any ' i) Technical Specifications, if any Contracts other than Federal-Aid FIIWA Page 2 of 4 ' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with ' such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his ' subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, ' such violation or non-compliance of any provision of the Contract shall cease and and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in ' every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, ' that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty(30) days from the date of serving such notice, ' the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature ' including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any ' occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apple for or on account of any patented or unnAtenteo invention, process, article or appliance manufactured for use hi the perfornanec ' of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. ' In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable ' attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of ' the covenants, provisions and agreements hereunder. 1 ' Contracts other than Federal-Aid Fl-1WA Page 3 of 4 ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full ' performance of the Contract not later than thirty-five (35) working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the ' damages to the City occasioned by said delay will be the sum of $210.00 (two hundred ten dollars) as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor ,artial or entire use of any installation provided for by this Contract shal relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shalt be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of ' final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take ' immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. ' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, pa yroLls, 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. Contracts other than Federal-Aid Fl-IWA Page 4 of 4 11) The total amount of this contract is the sum of $178,286.55 * which includes Washington State Sales Tax. Payments will be made to Contractor as ' specified in the "Special Provisions" of this Contract. * One Hundred Seventy-Eight Thousand Two Hundred Eighty-Six Dollars and 55/100 ' 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 W�1,Q�Q,QQ� ' Pref)�nt/Parrnr/Owner Mayor T Secretary City Clerk ' dba JA K J01-INSON CONS'I'RUCTION INC. Firm Name iihcck G Individual- ❑ Partnership 1/corporation Incorporated in 1982 _ ' 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 PROPRII-.1701 SHIP, the name of the owner should ' appear followed by d/b/a and name of the company. H/forms/contract/othcon t/bh/j une92 al:lli:i� CERTIFICATE OF INSURANCE ISSUE DATE(MM/DD/YY) 1 :.. 4_ 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. PENINSULA INSURANCE COMPANIES AFFORDING COVERAGE P .O . BOX 250 _._ .... ...... .... ........_------........__._....._.. .......... GIG HARBOR WA 98335 COMPANY LETTER A OHI-0....CASUALTy._.��}� .....__..,,, _....... _. COMPANY INSURED LETTER JACK JOHNSON CONSTRUCTION COMPANY LETTER C INC OH.I-.4....CASUALTY.._.GR-P...._................... _..... .......... PO BOX 1119 COMPANY LETTER D BELFAIR WA 98S28 - __... __.._................ 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. 0 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS TR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ \ CLAIMS MADE OCCUR. PERSONAL&ADV.INJURY $, OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ '. FIRE DAMAGE(Any one fire) $ � MED.EXPENSE(Any one person)..$ . AUTOMOBILE LIABILITY BAW00349706 12/01/91 12/01/92 I$ COMBINED SINGLE LIMIT ANY AUTO ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ i HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY BX000349706 12/01/91' 1 2/01/9". EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT $ AND DISEASE—POLICY LIMIT $ EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYEE $ OTHER BLWO0349706 12/01/91' 12/01/92, I__I 1 ,000 ,000/1 ,000 , 0 0 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS 'E : NORTH FORK SPRINGBROOK CREEK REGIONAL BYPASS PIPELINE PROJECT I :CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BLXr,FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR CITY OF RENTON LIABILITY OF ANY IND UPON THE JOMPANY, ITS AGENTS OR REPRESENTATIVES. 200 MILL AVENUE S . AUTHORIZED REP T E � RENTON WA 98055r�v 'ACORD 25-S (7190) s ACORD CORPORATION 1990 ' ENDORSEMENT ' In consideration of the premium charged, it is hereby agreed and understood that Policy Number R wnng4g7n9 issued by The Ohio Casualty Insurance Company, is amended to include the following terms and conditions as respects Contract Number CAG-92-081 issued by the(OWNER). ' 1. ADDITIONAL INSURED. The OWNER and Jack Johnson Construction, i; (CONTRACTOR), their elected or appointed officers, officials, employees, subconsultants, ' and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or(b) products and completed operations of the NAMED INSURED, or(c) premises owned, leased ' or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED ' INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any ' other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by ' the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVER.ABELn Y OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made ' or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be ' suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE 945) days' prior written notice by certified mail return receipt requested has been given to the OWNER. such notice shall be addressed to(a)the OWNER and (b) the CONTRACTOR. ' 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. ' _Aug 12, 1992 John F. Criss Date Authorized Representative c•_•1, ._ _mil , Signature ' H:fotms/contnct/ENDORSE.DOC/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL ' POLLUTION D PRESERVATION OF PUBLICNATURAL 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 Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas . Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services . Reivew by Hydraulics Division. King County Ordinance No. 800 , No. 900 , No. 1006 and Resolution ' No . 8778 , No. Z4553 , No . 24834 , No. 6894 and No . 11242 contained in King County Code 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. Puget Sound Air Pollution Control Agency Regulation I : A regu- lation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King , Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70 . 94 . WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02 : Requires operators of stationary sources of air contaminants to maintain records of emissions , periodically 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 . i R. C.W. 90. 48 : Enacted to maintain the highest possible standards l� to ensure the 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. Y. 70. 95 : Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. 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 ground) . 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 a ating or prevention of forest fire hazards , instruction or silvicultural operations . R. C.W. 76. 04. 310: Stipulates that everyone clearing land or clearing rig t-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 , land reclamation. 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 ecretary Ot Army -�End Corps of Engineers to issue permits to ' any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications . Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816) : Authorizes the Secretary ot the Army, acting through the Corps of Engineers , to issue permits for the discharge ' of dredged or fill material into the navigable waters at specified disposal sites . Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies , ' shell fish beds and fishery areas and wildlife or recreational areas . MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3 , 1899 : Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine . Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine . PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS : ' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No . 25789 requires an unclassified use permit for filling , quarrying including borrow pits and 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 rof Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on tate shorelines . ermit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No . 1488 requires permit for grading, land tills , gravel pits , dumping, 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 W.A.C. 173-220 : Requires a National Pollutant Discharge Elimination System N DES permit before discharge of pollutants from a point rsource into the navigable waters of the State of Washington. W.A. C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing , pit operations , or any operation which results in a discharge which contains turbidity. ) W.A.C. 508-12-100 : Requires permit to use surface water. W.A.C. 508-12-190 : Requires that changes to permits for water use e reviewed y t e 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 controT zone. King County Public Works secures one for design. ' Contractor secures one for his operation (false work design, etc. ) . ' -3- PERMIT S RE UIRED 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 out oor 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 . 1501, 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.W. 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 or construction (other tFian bridges ) see . 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 : rove es aut ority or, requirements o , an 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 , an11 General Bri Qe Act of 1946 as amended August 2 , 195 Requires a permit or construction o bridge on navigable waters (King County Department of Public Works will ' obtain) . King County Department of Public Works will comply with pertinent sections of the following laws while securing the afore- mentioned National Environmentalt : Section 4Policy Actaofment of 1969, Water Qpor ualitytati Act , Natrona ' Improvement Act of 1970 . PUGET SOUND AIR POLLUTION CONTROL AGENCY ' Section 9. 02 (d) (2) (iii) of Regulation I : Request for verifica- tion of--population ensity . 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- ' PERMITS REQUIRED FOR THE PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY Title 40 , Chapter Ic , Part 61 : Requires that the Environmental rotection Agency be no__t1_f_1__e_J 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 ' -S- V "�-,�..� h—�� �...e/ � V � � � � � � � � � � � � � O x w c7 c� � y r � �r w� � � � � �r �■r it it � � � r �■r �r � 06/29/92 15:30 L&I ESAC DIUISION 002 I ESAC DIVISION - TELEPHONE (206) 753 4019 1 406 LEGION NAT SE, OLTMPIA, WASHINGTON "SO4 WASKINIG1 STATE P2EVAILIAS WE RATES KING COIAiTT EFFECTIVE 03-046-92 (KE KWFIT Cm SZT) MDLIt1.T Iali.T alb wa FRIgg TiME NIXIDAT MORE CU1&$IFi1ATION M3 NOLU3 ^� ^ WTOOTIVE EQUIPPEN1 IECHAxtcs unskilled Worker 8.40 2.19 18 60 6f sa�i•skitted Worker 11.20 2.19 19 6B 8F 3=letter 11.20 2.19 19 6a 8F 4vurney-tevel Mechanic 14.00 2.19 18 bi 8F j •+ ASSMOrS YATOENT, CERTIFIED Certified Asbestos Abetwoent Worker 16.98 3.60 1M 5D e* SOILERlAiFYS Be terasster 21.97 5.91 1R 5N '• BRICKLATERS AND MARALE MOMMS All Clessificatia,s 20.77 3.73 18 5A '• BUILDING UMVICE EMPLOYER Janitor 8.50 0.93 2F 50 8F Traveling waxer, Shmip" er 8.90 0.93 2F 50 8F Window Cleaners 11.20 1.24 1 5S 't CABINET F{AKUS Cabinet Maker - In Shop 11.71 0.00 1 t• CABPERTEBS ~ Carpenter 19.79 3.75 1M 5D Drywall Applicator 19.79 3.75 1M 5D Creosoted NOterial 19.89 3.75 1M SD Floor Finisher 19.92 3.75 1M 5D Floor Layer 19.92 3.75 IN 5D floor Sar+wr 19.92 3.75 IN 5D Sawfiter 19.92 3.75 iM 50 Shingler 19.92 3.75 1M 5D Accoustical Worker 19.95 3.75 1N 50 Piledriver 19.79 3.75 1N 5D Stationary Woodworkinq Toots 19.79 3.75 1M SD Millwright 20.29 3.75 1M 5D CE)ENT RASCUS CEMENT MASON 20.36 4.20 10 50 PATCHING AND PAVING 20.36 4.20 10 5D CURING 20.36 4.20 10 5D CURB AND GUTTER 20.36 4.20 10 50 SIDEWALKS 20.36 4.20 10 5D SEALING COMMUND 20.36 4.20 10 SD UNOERLATMENT 20.61 4.20 10 50 MASTIC, EPDXY, PLASTIC 20.61 4,20 10 5D -CONCRETE SAW 20.61 4.20 10 50 POWER TOOLS AND GRINDERS 20.61 4.20 10 50 SANDBLASTING 20.61 4.20 10 5D FINISH COLORED CONCRETE 20.61 4.20 10 5D OUNITE NOZZLE PERSON 20.61 4.20 10 SD TUNNEL WORKERS 20.61 4.20 10 5D TROWEL MACHINE ON COLORED 21.86 4.20 10 5D SLABS, CLMPO=ITIOw OR KALMAN FLOOR& K CORRAICATION TECMICIANS Coetaricstion technician 12.07 0.00 1 flactrenic Technician 12.07 0.00 1 06/29/92 15:30 L&I ESAC DIVISION Bea WISMINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-04-92 2 [JIIG C4iTT COU KEFIT =E MY) WJRLT IMALT VA3 w m FRION TILE VELIDAT RAT MME m .92z- " DIVES Am 1F3oOts 21.49 3.75 iw 5D Tender* 19.99 3.75 1N SD Aistatont Tenders 6a.98 3.75 1M 5D 8B Divers - 0 to 50 ft In addition to the hourly rage and fringe benefits, the following depth prnsivas apgiy to depths of fifty foot or more Over 50, to 100' - S1.00 Per foot for each foot over 50 feet Over 100' to 175, - $2.25 per foot for each foot over TO feet over 1751 to 250, - S5.50 per foot for each foot over 175 feet over 250, - Divers Ray ne.e their own price, provided it is no ie:s than the scale listed for 250 feet •• Dim CORMS 19.21 4.71 1 5o Aasietant Engineer 18dT 4.T1 1 SD . Asalstant wets-oeckAend 4.71 1 5D Boatow+ 19.21 t SD Engirrler Welder 19. 4.71 19.63 63 4.71 t 50 Lawman 19.21 4.71 1 5D 13.87 Mate 4.71 1 50 Otter 19.26 4.71 t 5D Creme 18.77 4.71 t 5D Maintenance Dar&U L FINISHEn 20.57 3.01 1 Drywall Taper ELECUIfX FIZTUK MAINTDWACE WORMS 8.00 1.37 14 5A Journey Level . ELECTRICI"t 21.60 5.00 tJ 6H JOURMEY LEVEL 1J 6H CABLE SPLICER u'76 5.06 1J 6H Gai1STRUCTIOM STOCK PERSOW 11.55 2.95 ELEMICIA" - iOTOR &W 13.95 1.42 2A 6C Craftsperson 13.29 1.40 2A 6C Journey level '* ELECTRICIANS - PQORLIIE C3tSTl:='CU 21.68 5.26 4A SA 8E Cable splicer 21.68 3 94 LA SA BE good Growdwan 14.78 4.02 4A 5A OE Head 0rou+daan 19.59 5.19 4A 5A !3E Heavy line Equip. Man 14.7E 4.02 4A 5A 6E i K'd'mO'rran 19.59 5.19 4A 5A 8E Jlcurreymn Liremien 16.59 4.D9 4A SA 8E l ine Equipment Man 19.59 5.19 4A 5A BE Pole Sprayer 14.73 4.02 4A SA BE rowder"n 19.59 S.19 4A 5A 5E welder - Certified ELEVATOR CONSTRUCTM5 SA MECHANIC IN CHARGE-/UNDER 5 YEARS 24.41 .57 4A 5A MECHANIC IN CHARGE/OVER 5 YEARS 24.41 3. 21.70 7.41 41 4A SA MEC"ANIC/UwOt?R 5 YEARS 5 4A SA MECHANIC/OVER 5 TEARS 1 . 7.85 CONSTRUCTOR/UNDER 5 TEARS .19 7. 5A to.a5 33 4A SA 4A CONSTRUCTOR/OVER 5 TEARS 15.19 - 0.D. 0 4A SA PROBATIONARY CONSTRUCTOR aS/29i92 15:30 L&I ESAC DIUISION 004 yABHIMGT01l STATE PREYAILIXG W►C�fTR TES - EFFECTIVi 3 (1M MEXEFIT CME M) MMAMY MOIRLT ova MOTE WME MUM TIIE ICLIDiAT � ItArf� ME -GML EF *► FAIR 1 CAT® MCW C»>IC�M Piers 2.14 2C SM 8 f AM MADITEYCE MECHAMIC 13.65 2.14 2C SM 2C SolCAROEMTER 13.65 2.% 8F 13.15 . 2C 15 MACHIME OPERATOR 13.15 5x 8F RELO SOXE3, VAULT AMD "85 13.15 2C 5K Ef 13.15 2.14 2C 5M 8F llfT TRUCK OPERATOR 2.14 OLAlmITE PERU* 1133.15 2.14 2C $N 8F 8F VET POUR 12.90 2.14 of 2C 5x MD PATCH AkD DRESS 2.14 2C Sx TOM ROOK ►8twm 12.99 2 I/. 2C SF WILDER 12.90 2C 5 Sr x Sf GLEAM-UP PERU* 12.90 2.11 �J •. fEKX EXE,CTOM AND MCE LAMCMM 13.30 0.00 1 Force Erector 11.60 0,00 1 Fence laborer " FLJIGCE:RS 12.30 3.60 1M 5D Flogger GLAZIERS 20.38 3.4E 1L 5G Jourrw"n we OrtEamO M EXECTM9 8.90 0.00 1 GreeMouse Erector •• FAZA200A IMTERIAL OISPOCAL 11.99 2.75 i Equipee"t operator 10.19 2.75 1 Moteriot Yorker ' 11.39 3.11 1 Truck Driver 10.90 2.75 1 welder xechoniC ++ HEAT AND FRMT 195"TMS CASKSTOG WMJIU) 22.74 4.09 LA SC Mechanic as MEATIMA EgUlPKXT TECH"ICS 16.04 2.G1 1J SA « IW TRIAL E*G1ME tECKUICS 12.86 2.79 1 Incuetrial Engine raeh. •+ IMATRIAL VADA M PO" MEAMER 7.90 1.17 1 Journey-t we l •• I SLMD MATMO 17.59 2.96 1 K 50 Operator 16.81 2.96 1K SO Engineer-Dockhand 15.19 2.96 1K 50 Dockhand �+ IUMCIICK, CLEAMIJIa, SM111R OF 11E%XX AND WIATE1 ST61 6.25 0.00 1 Technician 5.25 1,48 1 Claener operator, Foaaer Operator 8.75 1.7E 1 TV Tack Operator 9.50 1,qs 1 Grout Truck Operator 10.50 2.28 t Head Operator ^ IMSLtATI01 APPLICATOrc 16.58 0.00 1 J ou rneywan IRoramsm 19.56 6.86 18 SA All Glaasificatiw% YASNINGTON STATE PREVAILING WAGE tATES - EFFECTIVE 03•04-02 6 [IN CMXTT (BEE 11MFIT CmE KEY) NCLItLT 11Mi1T own WAN MINE THE giIDAT MUTE M=IFiCATIM RATIE- 20 QCVE � 1 es Wos= 17.46 3.60 1M 5D Asphalt tektr 3.b0 iN 5D fattest towistor Machine 16.9a 1M SD Batch Wei~ 17.8Z 3.3°60 60 iM 5D 1 Cession Worker 16.93 67.46 3.600 1N SD Carpenter tardar 1 � 3.60 9N 50 Caasnt Duooer/Psvirq 16.98 3.60 tM SD Cswnnt Finisher Tender 16.48 3.60 tN SD Chltolrb Gun 16.98 3.60 1N SD Chuck Yonder 3.60 1N SD Clean-up Labertr 16.96.98 1N 5D nc Corete For* Stripper 17 3.60 17.L6 3.610 IN SD Concrete, taw operator 12.30 3.60 111 5D Crusher Feeder iM SO curing Connote 16.98 3'60 110 50 ;iowtition • Wresting end Moving 16.98 3.60 (irtctuding charred anterisls) 17.82 3.60 IN 5D Diver 3.b0 1M SO Oriel Operator (Nydrautic, Diamond, Air Trac) 17.46 3.60 5D 1 Epoxy Technician 17.46 3.60 1N 50 9 fatter/Bucker-Chain Saw .98 3.60 .98 3.60 IN 50 Finat Detail Cleanup 1N 5D Gabion Basket Builder 16.98 3.60 60 1N 5D Generst Laborer 1 3. i7.98 46 3.6060 1N 50 Gram Checker and Transit Man 16.95 3.60 1" 5o Grinders 17.L6 3,60 in 5D Nigh scaler 17.66 3.60 1N 5D Nod Carrier/Morita r*an 17.46 3.60 1N 5D jeckherasar 17.32 3.60 IN 5D (liner 3.60 iN 50 Nozztenen - Concrete Pump, Green Cutter When 1T.Lb using high pressure air and water on concrete and rock, sanuotast, Ginite, shotcrete, water M aster 17.166 3.60 1N 5D Pavertsnt Breaker 12.30 3.60 iN 5D Pilot Car 3 60 1M 5D Pipe Aetiner (not insert type) 17.66 17.66 3.60 1N So Pip*Dyer and Caulker 17.46 3.60 1N 5D Pot Terswr 17.82 3.60 1N 5D ponds,a-- 3.60 IN 5D 1 7 Powderssn Netrsr 1 .46 3.60 iN 5D Railroad spike Puller (power) . tM 50 ta.TI aim rwen 17.32 3.60 17.6b 3.60 iM 5D spreader (Cortrete) lot 5D Spreader • Clary Power or Similar Types 1 . 3.60 iN SD IN Stake Kopper 16.98 SD Torpor (Multiple and Self Propelled) 17.46 3.60 tT.66 3.60 IN 5D ae�ter orb Similar Electric, Air and Gas 1b.98 3.60 1N SD Toolrom Man (at job site) 16.98 3.60 iM 50 Topmen - Toi lmon iM 5D Trackliner (Power) 1 . 3.61) iN 50 Tupper operator 166.9988 3.6D ,6.98 3.60 tN 50 Vibrating Screed (air, Gas, or Electric 17.66 3.60 iP1 5D Vibrator 17.46 3.60 IN 5o Well-Point Parson ++ LsjCfflRs - UT1L1TIEL CONSTNI.CTICE (Sa UUMMEJK) +� LAMDSCAM CCUST7LCTI0 5A Irrigation equip- t installers 10.62 3.Z5 1Q Irrigation t Landscam Equipment Operators 11.50 3.95 1R SA 1 Landscaping or Planting Laborers 8.00 5A Lars Sprinkler Installers 10.62 3.25 1R '+ LAWSCAPE XAIvnM#4IX 8.00 0.00 t journey Level 06/29/92 15:31 L&I ESAC DIUISIDN 006 11ASXIWGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-04-92 5 [IRa C>xiGTT Car KKFIT 03* KEY) IIOMY "MALT aAM yW FRINGE TIRE 1QIWIT t+DTic "FIJI �€ es lAT1iM 19.81 3.73 11 SA journs!"Un V,MXINICTs (kyTWM3E cCT1tIC SITE WOW) 16.84 0.00 t Machinist '* IETA,L I'MAICAT(=! (11 9") 9.00 2.29 1 SM OF Light T 2.29 1 Sll 8F Light Truck Orlvar 11.96 1 SM 8F Tool toom Attendant 12.0 2.29 8F 12.GT 2.29 1 59 Truck Driver (over 20,000 lbs) 13.35 2.29 1 5N 8F Journey level fielder 1335 2.29 1 5m OF Journey level Bo{ter*erer 14.54 2.29 1 501 OF LAWOut .e 11=KAR BUILDINGS 1,33 1 Cabinet Assesoly, Et-triCian, "Neer, 10.23 Egdippent Maintenam*, Utility person, Tool Mainterrrlts, fielder 7.93 1.33 1 Production worker PAINTERS 18.54 2.33 1 5A All Classifiestions " PLASTEtEn 1928 5>10 1R 5A Jourreyesn +� PtJ yQwjD AND ►Aar EOUIP"M iNS'TALLERS 8.00 0.00 1 Alt Classifications �w PI.IR'6EAS AID PIPEFiTTMS Z0.50 10.5 iT SA Alt Clasaificatioro w POWER EGi)IPsENT OPERATORS 19,45 4.71 1N SD A-Frans Cram over 10 ton 17.35 4.71 1N 5D A-Frame Crans, 10 tons " under .35 4.71 1N 5D Asa er {stant Ergines (Oiler*) 1 4.71 1N 5D 1T saokhoe 60 Mp t under 19 .35 7.45 4.71 1N 5D ve Beckhoe 60 PP L er . 4.7t .51 iN 5D 1981 ssckhea 3 rds 4 under 19 4.71 IN 5D Bsckhoes over 3 yards to b yards 19.45 4.71 1N 5D Belt boars - ilaystinQ Type 17.35 4.71 IN 5D Bobcat 4.71 1N 5D ooas 1 . SD ar 199.8181 4,71 1N Bung Cutter 20.Z5 4.71 1N 5D CabtewaH 1 4.71 1N 5D 1 Chipper 7.35 4.71 IN 5D 19.51 4.7t Coipressors . iN SD Concrete Batch Plant 19.45 4.71 iN 5D Concrete Punk 4.71 1N 5D Cofwayo ra 20..75 4.71 IN 50 Crane - 100 Tors and Over or ZOO Ft. Boo. irctuding Jib and over 4.71 1M 5D Crane - 45 Tore through 99 tons or 20.25 150 Ft. of Boas 4.T1 1N 5D Crane - Ovsrhead, Bridge Type (45 - 99 tons) 20.25 4.71 IN 5D Crane - Overhead, Bridge Type IN T. and Oyer 20.75 t.71 IN SO Crane - Overhesd, Bridge type (20 - tons) 19.81 SD 19,81 4.71 IN Cranes - 20 - 44 toe 19.45 4.71 iN 50 Crenes - through 19 tans 19.01 4.71 1N So Crushers 19.81 4.71 1N SD Curb Utrudar 20.25 4.71 1N 50 Derrick, Building 19.45 4.71 1N 50 Dozers, D-9 i order 19.81 c.Tt 1N SD Orilltrq MarJ+ire 19.1.5 4.71 iN 50 Eauips.nt Service Engineer (011,er) 19.81 4,71 iN 5D Finishing Machine 19.i5 4.71 1N 5D Fork Lifts WASMINGTCU STATE PREVAILING WAGE RATES - EFFECTIVE b clog CCIMIT (tE SFJEFIT CIF k7y) NQiILT UMMLT an W E FttIIM TIME MMIDAT am C AUI FICA1199 -LATE - Mua 2= C=' M Gradachecter and Stakeamin 17.35 4.71 tr SO Hoists, Air Tuggers, 19.45 4.71 1N SD rydratifts/Soars Trucks 10 tors and wider 17.35 4.71 IN SD Nyersiifts/ Sara Trucks over 10 toti 19.45 4,71 1r 50 Loaders, 8 Yds 4 over 20.75 4.71 1N SD Loaders, Overheed 6 Yards uP to 8 yerde 20.ZS 4.71 1N SO Loaders, Overhead under 6 Yards 19.81 4.71 IN So locowtives, All 19.81 4,71 1N SD Mechanics, All (welders) 19.81 4.71 IN So Nlxars, Asphalt Plant 19.61 4.71 IN 5D motor Petrot Grader - won-finishing 19.45 4.71 Tr SD Motor Pstrot Grader - Finishino 19.81 4.71 IN SD mucking Machine, MOte, 20.25 4.71 1N 5D Tunnel Driit and/or Shield 1N SD Oft Distributors, /torsrs, etc. 17.35 4.71 Oiler Driver on Truck Crane 19.45 4.71 1w 5D ►av~t Sreaker 17.35 4.71 IN So Pem anant Shaft-type Etevetor or Manlift 17.35 4,71 1M 50 Piledriver 19.81 4.71 IN 50 Plant loader (Asp"lt) 19.81 4.71 1w S Posthole Digger, Mechanical 17.35 4.71 IN SD Power Plant 17.35 4.71 IN 5D Pump Truck Mov+ted 19.81 4.71 1w SD Concrete Pump with sea Attachr+ent 1735 4.71 IN 5D Pulps, . Water 4.71 tw 5D Quad 9 and Similar, D-10 and w0-41 20.25 1N 50 Ravote Control Operator 20-25 4.71 Rotlsgan 20.25 4.71 IN 50 Roper, Other than Plant Road Mix 1 4.71 IN 5D goiters, Plantaix or 199..445 5 4.71 1w 5D Multilift Materials - Cocpvsition Materials tw SD Roto•Mill ►aveme+nt 19.81 4.71 Sara, Concrete S 19.G5 4,71 tw SD tw SD Scrapers - Carry ALL 19.45 4.71 Scrapers, Concrete 19.45 4.71 1w SD Scrapers, Self-propelled 4S yards and over 20.25 4.71 1w SD Scrapers, Self-propelled under 45 Yards 19.81 4.71 IN SD Served ran 19.81 4.71 IN 50 Shotcrete Gunits 17.35 4.71 iw 50 Shovels and Attachments, 6 Yards t over 20.75 4.71 1% 5o s h o ve, a 3 yds t w,aer 19.31 4.71 1N SD 202 Shovels over 3 Yards to 6 yarns 19.45 4.71 1r 5D 50 Sttpforsn revers 20.25 4.71 IN Spreaders. Star Enox 14. 5 4.71 IN SD Sub-grader - Trinur 19.81 4.71 iN 5D Tour Crane 20.75 4.71 Tw SO Tractors 60 MP i wider 19.8 4.71 1w 5D .81 19 1 Tractors over 60 MP 4.71 1w SD 4.11 tw 50 Transporters, All Track or Truck Type 20.25 Trsrchi19 Mschinee 19.45 4.71 1w SD wheel Tractors, Fsrtrell Type 17.35 4.71 IN SD Toro Dozer 19.81 4.71 IN 5D " Pit IMIP1QT SATCn - VtrLITIES COUSIUXTION (SEE Puk" E'eriP"Off OPOATCEM) `r POWER L i VE cLEAL&AKZ TRa TS I r1E2S rn,tc,penran 12.90 3,50 4A SA Sprey ran 1L.40 3.19 ca SA Tree Trimmer 16.12 4.31 4A $A Tree Trissaer C.rocrctmn 11. 4.45 4A 5A jgurrWy-level in Chsrge 18.6T .40 4A SA we REF1tIQE ATION AND Ail amVITIONING ECRANiC SA ALL CLessificetions 19.62 a.42 4A WASHINGTON STATE PREVAILING "GE RATES - EFFECTIVE 03-04-92 7 [INS cmull (UK sMEFIT COK M) NMAMT ow RIM � WL DAT Ism C'LASi_ FIGT 1011 RATE_ SKEW -gmf- S� •a RESIDENTIAL MNSTK=I= Rea. Cartenters 1 3. 0 1 Rea. Cosea,nieati0M Teeh. 12..07 0.000 1 Res. Orywott Tapers 19.15 0.00 1 Res. flectriciwe 14.70 2.32 1 Res. Etectronic Tech. 12.07 0.00 1 Res. Glatitrs 11.97 0.00 1 Res. Inauistion Appl. 11.00 2•% 1 Res. Laborers 7.96 0.DO 1 Rea. Pointers 14.66 0.00 1 Res. Plumbers 13.22 3•39 1 Ras. Refrigeration Mach. 10.90 3.54 1 Res. Sheet Netal Meth. 13.55 2.70 1 Res. Air Cad. Mach. 10.90 3.54 1 •* ROOFERS AND WTERMCFEQS Journey Levet 19.60 3.49 1R SA Using Qituminowe Materials 22.60 3.40 1R SA *� SHM RETAL WMEEPS Sheet Metat Mechanic Z2.11 5.95 1Z •• SIGN MANGt3S SIGN PAINTER 18.39 2.42 1 SIGN MANGER 15.63 2.42 1 CONSTRUCTION 15.63 2.42 1 SIL[ SCREENER 12.16 2.42 1 CONSTRUCTION Ns■ 7.91 2.42 1 PRODUCTICIW SILK SCREEMER 7.0 2.42 9 SMOP PERSON 4.99 2.42 i " Sign IMKEl3 AND INSTALMRS (ELECTRICAL) Journey Levet 47.29 2.OQ i Stock Person 8.65 1.74 1 " SOFT FLOM LATM Journtymn 17.59 4.04 1s " SOLAX CCVTROLS FQ YINDUA Att Classifications 11.20 1.24 1 56 " WR1iaER FITTn9 - FiRf PWYMION Jourryirmon 23.19 9X is 5C •• STAGE 21=182 1ao"Ics Mechanic 10.50 2.73 1 " S AVEYM Chain Person 9.35 0.00 1 Instrursant Person (Junior Ergir4or) 11.40 0.00 1 Party Chief 13.40 0.00 '• TELEF4KW LIME "MTWJlC7T I O• - CUT s I" Carle Splicer - Telephonw Linaeen 17.19 2.27 1s SA Spectai Apparatus Installer 1 17.19 2.27 is SA Special Apparatus Installer 11 16.73 2.25 19 SA installer - Repairman 16.36 2.24 is 5A Telephone ECuipttent Operator - Meavy 17.19 2.27 is SA Telephone Equipment Operator • Light iS.79 2.22 is SA Journeym Telsphars Linown 15.79 2.2Z 11 5A Mote Digger, GraLi doon 8.40 2.00 is 5A Tree Triviser • Telephone Line 15.79 2.22 is SA Pote Sproyer 15.79 2.22 is 5A T.Y. System Technician 14.01 2.17 1s T.V. Technicisn 12.32 2.12 11 SA T.V. Liman 11.32 2.09 1a SA T.Y. Grourc~ 7.85 1.99 is SA YASKINGTOi STATE PtEVAILIYG WAGE RATES • EFFECTIVE C13-04-92 8 [Its(. Calm (JU KAF F I T CCM KEY) inlLT ti> Y 01EZ W IE F2I1111 TIME MMIDAT ATE fOLMIFICATI21 IATE- KKFIJI 3a '2RL R TERnArM WatEM AOD TILE SETTERS le SA All Classifications 20.55 3.75 •` TILE. FAIZU AMP TgRRAZM F I B I lRE1eC i� "a„ 16.33 3.73 la SA TRAFFIC ccwnm V21PEn 19 SA Jo> nwvmw 18.14 2,47 A-Fros or hydrstift Trucks of Similar 19.31 4.29 IN So Buggywobile and similar 19.00 4.29 1N 56 Bulk cement Tw%kar 19.16 4.29 1N SD Bull Lifts, or Similar 19.18 4.29 iN 50 EquiMa nt (rot WerenousIng) Bull lifts, or Similar 18.83 4.29 in 50 Equipiont (Warmhousing) 1N 50 Bus or Emptoyea Maul 18.83 4.29 Duepoter 0 - 05 Ysrds 18.73 4.29 1N So oumpster 0wr 5- 12 ids 18.95 4,29 iN 50 Duipater Over 12 - 16yds 19.36 429 1N 5D Dutpater Over 16 - 20yax 19.41 4.29 1N 5o Dtsaater Over 20 - 300 a 19.58 4,29 114 5D Duamiter Dvor 30 GOroa 19.74 4.29 114 5D Duawter Over 40 - 5$y% 19,90 4.29 1N 5o (fifteen cents (s.15) Per hour increase for each 10 Yard irerasent over 55 Tarda.) tscort Driver/Pilot Car 13.b7 4.29 1N SD Explosive Twat (Field mix) and Similar 10.05 4.29 1N 5D Flatbed Truck - oust Rear Axle 18.94 4.29 iN 5D Ftetbo d Truck - single Rear Axle 16.92 4,29 IN SO Fuel Truekn Grease Truce, Greaser, Battery 18.b3 4.29 iN 5D and/or Tire service-Mv+ Kyater (Nauiing Bulk loose Aggregates) 19.00 4.29 1N SD Levemmn and Losoers at 18.73 4.29 1N 50 Bunkers and Bateh Plants L-0 , and heavy Duty Traitort Urvur 50 T 19.05 4.29 1N 5D Lowbed Ord NaevY Duty Trailer: 50 - 100 T 19.33 4.29 tM SD LotbO and Heavy Duty Trailers Over 100 T 19.49 4.29 19 5D Nethanic 19.17 4.29 1N SD Neenanic Nalper 18.58 4.29 1N SD Oil Distributor Driver (Road) 19,16 4.29 1N 5D Oil/Trensoort Tanker 16.54 4.29 iN 5D Pick-Up Truck 16.92 4.29 1N 50 ►iclna Sreewr 16.92 4.29 1N 5D Scissors Truck 18.83 4.29 1111 50 Slurry Truck 19.05 4.29 1N SD Sno-go " similar 19.05 4.29 1N 5D Strsddie Carrier (Ross, oveter, Ord Similar) 19.00 4.29 1N 5D Srasoer 18.73 4.29 1N 5D Team Driver 18.73 4,29 iN SD Tractor, Sit Rubber-Tired ISA3 4.29 1N SD Tronsit-MIX 0 - 4.5 yds 19.04 4.29 1N SO Tranait-Nix Over 4,5-6ya 19.21 4.29 1N 5D Tranait-Nftt over 6 - eya 19.37 6.29 1N 5D Trenmit-N1it over 8 -10yd 19.53 4.29 1N 50 irasmit-Nix over 10-12tid 19.70 4.29 1N So Trensit•Niz Over 12-16ya 19,96 429 1N 5D trsnait-Nftt over 16-20yd 20.02 4.29 114 SD Transit Mix Over 20 yde 20.18 4.29 iN 5D Yocum Truk 18.83 4.29 iN 50 Warehouseman 4 Checkers 18.73 4.29 iN 5D Voter t(aoon i Tent Trwts UP to 160D gat 18.83 4.29 1N 5D Water Wagon t Tank Truct: 1600 3000 gat 19.00 4.29 1N 50 Water Wagon i Tank Truct: Over 30M gai 19.16 4.29 1N SD Winch Truct; Dual Rear lotto 10,05 4.29 1N 5D Winch Tnkt $irgie Roar Axto 18.83 4.29 1N SD s Wrecker, Tor Truck, we Similar 18.83 4.29 iN 5o 11A6NINGT01 STATE PREVAILING WAGE RATES - EFFECTIVE 03-04-92 9 K 136 =XTT (tEE IMFIT CME RZ7) MICIBLT ELT cm UNE RINK TIIE CLIDAT ATE w 1ElL OiTtLFY8 00 0. Irrigation PuW installers 11.60 y Liter 9.45 0.00 Neil Driller 11.60 0.00 1 L&I ESRC DIUISIUN B11 CME KEY EFFECTIVE -Oi- 2 W RTIME CODES T• Alt WORKED �S THE EXCESS11 MORt F ERATE OF) o S PER DAY OR FORTT (40) Man$ PER WEEK SMALL EE PAID AT CIE A <>�•M1A A. ALL MRO«S WORKED ON SATURDAYS, SU DAYS AND HOLIDATS SMALL ALSO SE PAID AT 011E AND ME-MAtF TIMES THE MALT RATE Of W AAE- 'HALF TIMES HE i, ALL HOURS WORKED ON SAYS BULLON S TURDA AND HOL E PAIYS AT BE WE PA D A Dam T E HOURLY RATE Of YAQE ALL WAS WORKED C. All IIOtJitS WORKED ON SLSDATS $HALL BE PAID AT DOUBLE THE HOURLY RATE Of W AW- D. ALL =AS WORKED M HOLIDAYS SMALL SE PAID AT MALE THE NO RLT RATE OF WAGE- E. ALL HOURS WORKED ON SATIRDATS (EXCEPT MAKEUP DAYS). SUDATS AND HOLIDAYS SHALL AL90 N PAID AT O1ME AND ONE'MALF TIMES THE HOURLY RATE OF WAGE- F. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AUD HOLIDAYS SMALL IA PAID AT DOUBLE THE HOURLY RATE OF WAGE. DAY) SKALL BE PAID AT ME O. ALL HOURS O RS IIORKED ON &ARATE f IiAAUE�ALa�ND�TS(�CED O NEXCEPT O IDAYS SMAII tE PAID AT DCAiL�NEHHOLIRLY TIMRATE Of WAGE. N. ALL HOURS WORKED ON SATURDAYS %HALL SE PAID AT CIE AND 00-KALF TIMES THE HCURLT RATE OF ORWAGE. ALL HOURS WORKED ON SuNDAYS SMALL BE PAID AT DOUBLE THE HOURLY RATE OF "a. ALL 1WOLRRB WORKED OM HOLIDATS SMALL BE PAID AT ONE AM ONE-HALF TIMES THE HOURLY RATE OF UAW, IN ADOITIOM TO THE REGULAR HoLIDAT PAY. WCLEMENT WEATHER) SMALL I• BEIPAAIIDRAT ONE AND ONE-HALF TIMES T�AH�OURLY RATE Of WiAGE DAYS I ALL HOURS WORKED 09 HOLIDAYS SHAM BE PAID AT DOUBLE THE HOURLY RATE OF WiAGE• r J. THE FIRST EIGHT (B) HOURS ON SATURDAY SHALL U PAID AT COE AND ONE'I4ALA�11E1 THE HOURLY ON OF WAGE. ALL 14M RS WORKED 10 EXCESS OF EIGHT (a) HORS ON SATURDAY, SUIDAYS AND 11plIDATS SMALL BE PAID AT DOUBLE THE HOURLY RATE Of WAGE. ID OWE AND LF TIMES THE K' RATE Of WiABE ALL HOURS DWORKED ON HOLIDAY$ SMALL BEA PAID TAT MOLE OTHE WA E. HO HOURLY PATE OF WAG L, All HOURS WORKED ON SATURDAYS (EXCEPT AS A MAKEUP DAY) SMALL BE PAID AT ONE AID OME•HALF TIMES THE HABIT RATE OF WAGE. All HORS WORKED OIM SUNDAYS SMAII BE PAID AT OOusIE THE HOURLY RATE OF WAGE. ALL "OURS WORKED ME REGULARS SHALL DAY BE AID AT ONE AMID CIE-NALF TIMES TH OF WAGE E Mg1RLT RATE M. ALL HOURS WORKED ON %ATLQDAT$ (EXCEPT MAKEUP DAYS If WORK IS LOST DUE TO INCY. LEMENT WANNER CO $HALL If LNCIIDA PAID SA ONE ND O E-KALFAT TIMLE ES THE EHHOURLY LY RATH E OWiAGwE�. ALL MOUIt WORKED T ONE AMD TIMES THE N• ALL j� HOURSPLATE Of WAGE. Rt WORKECEPT D ONEUP OSili10A1SSAIDLHOI OATS BE PAID ASHJ1ll BE ►�0 ATFO(1BLE THE HOURLY RATE Of WAGE. T FOR MAKEUP SKALL RE LF 0. ALL THE NOURL"S WOR RAKEDOO WAGE (MOUIR5PWORKED Old ILACATt) I AYS AND MOL ID PAID at PA DC TIMES T DOIiLETHE HQYLY RATE OF W6t. ID ME- P. AND SUATS (EXCEPT KUZUP DAYS) SMALL BE PAID AT ONE AND E• p, All HOURS WOW ON HALF TILES THE HOURLY RATE OF WAGE. p, ALL HOURS WORKED ON SATURDAYS (EXCEPT R NAKE-L PAID AtDAYS ObLE DUE TND ONINCLEMENT WEATHHEER)HOUR AND ALL HMIS WORKEDCI SUIDATL AND HOl1D , SXALL UAW. 1 R. ALL MOBS WORKED ON SLA RATS ADD HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF UAW. t. ALL W"S VSKI D ON SATURDAYS SHALL BE PAID AT ONE AND ONE-MALF TIME$ THE HOURLY RATE OF WAGE. ALL HORS wwrTD ON SUADAY$ AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE PLUS HEALTH AID WELFARE AND VACATION- I. ALL HOURS WORKED ON SATURDAYS SMALL BE PAID AT ONE AND ONE-HALF TIME$ THE HOURLY RATE OF WAGE. ALL HORS WORKED Co UWAYS AND HOLIDAYS SHALL IF PAID AT two TIMES THE HOURLY RATE OF WAGE. FOR ALL NO RS WORKED IN EXCESS OF EIGHT (B) HOXRS PER DAY OR FORTY (40) HOURS PER WEEK AND FOR ALL HOURS WORKED ON SATURDAYS, SUDAYS AID HOLIDAYS, THE WEALTH, WELFARE i DENTAL, AND VACATION BENEFITS SKULL BE PAID AT ONE AND OME-HALF TIMES THE HOURLY RATE. PENSION AND TRATMIMG SHALL BE PAID AT THE REQXM HOURLY RATE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL Hi"S WORKED OM &WAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE MOURIY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY $MAIL BE PAID AT THREE TIMES THE HOURLY RATE OF WADE. V. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE PREVAILING HCLALY RATE OF WAff IN ADDITION TO TOE HOLIDAY PAT. W. ALL HCARt WORKED ON SATURDAYS AND SURDAYS SHALL E PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AID SUDAYS MAY U WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY PLATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST M TO ANY REASON BEYOND THE EMQLOYER'S CONTROL. ALL HOURS WORKED ON HOLIDAYS $WALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED ON SATURDAYS $MALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF PAGE ►LUX ONE AND ONE-HALF TIMES THE VACATION, WEALTH, WELFARE AND DENTAL BENEFITS. ALL HOURS WORKED ON SUNDAYS AWD HOLIDAYS SHALL BE PAID AT TWO TIMES THE NOURLT RATE OF WAGE PLUS TWO TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. Y. ALL HOURS WORKED ON SATURDAYS SMALL BE PAID AT ONE AM OME-HALF TIMES THE HOURLY RATE OF Uk". ALL HIMA9 WORKED ON SUDAYS AND HOLIDAYS SMALL BE PAID AT TWO TIMES THE MALT RATE OF WAGE. WHERE CODITIONS REQUIRE WORK TO BE DONE ON SATURDAY, THE WORK WEEK RAY BE T`U SDAT THROUGH SATURDAY. Z. THE FIRST EIGHT HOURS ON THE FIRST SHIFT ON SATURDAYS SMALL BE PAID AT ONE AND ONE-HALF TIMES THE H"LT RATE OF WAGE. ALL OTHER HOURS WORKED ON SATURDAYS AND All HOURS WORKED ON SUWATS AND HOLIDAYS SMALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL kMRS WORKED IN EXCESS OF EIGHT (8) HOLMRS PER DAY OR FORTY (AO) H"S PER WEEK $HALL tE PAID AT ONE AM ONE-NALF TIMES THE HOURLY RATE Of WADE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL E PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS-OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORM ON BLRDATS AND HOLIDAYS BULL U PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HORS "M OM SATURDAYS (EXCEPT WHEN WAKED AS A PACE-UP DAY) $HALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE Of WAGE. ALL HOURS WORKED ON SUMDATS SHALL BE PAID AT TWO TIMES THE HOLRLT RATE OF WAGE. ALL A R$ WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HIORLT RATE OF WAGE, PLUS HOLIDAY PAT (IF ELIGIBLE). C. THE FIRST TEN N"S WORKED ON SATURDAY SMALL BE PAID AT ONE AND OME-KULF TIMES THE NDW.RLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF ELEVEN HOURS PER DAY, MUOANDAY TMROUGH FRIDAY, ALL HOURS WORKED IN EXCESS OF TEN HaRt ON SATURDAYS, AND ALL HOURS WORKED OM SU WAYS AND HOLIDAYS SMALL K PAID AT TWO TIMES THE NORLT PLATE OF WAGE. D. ALL HORS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SLADAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORMED ON HOLIDAYS SMALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAAf, IN ADDITION TO THE REGULAR STRAIGHT-TINE PAT FOR HOLIDAY$. E. ALL HOURS WORKED ON SATLRD►TS ON HOLIDAYS (EXCEPT LABOR DAY) SHALL U PAID AT ONE AND ONE-HALF TIES THE HOURLY RATE Of WAGE. All MAE WORKED ON SLIDATS OR ON LABOR DAY SMALL BE PAID AT TWO TIMES THE HGLRLT RATE OF WAGE. F. ALL HORS WORKED IN EXCESS OF FIVE (S) DAYS SHAM ALSO RE PAID AT ONE AND OME-HALF TIMES THE HOURLY PLATE OF WAGE. OVERTIME FOR OVER FIVE (S) DAYS NAY BE WORKED A STRAIGHT TIME BY MRlTUAL AGREEMENT IN WRITIMG. 2 06/29/92 15:34 L&I ESAC DIUISION 013 ' IN E)(C>rSE Of EI"T ib) Ma*% PEt DAY OR FaTT (40) MMXS pelt WEU SMALL K PAID AT A. ALL MQuf 1iiKED O"LE THE MMLY RATE OF WAGE- A. ALL I��f WORKED a SI►TI>RDAYf, nIiDATf AND HOLIDAYS SMALLSf PAID AT Daal! THE tMtlr RATE OF WAaDE WX16AY CCOEi LABOR DAY, TNAN[fGtYING DAY, FRIDAT HOLIDAYS: NEW Yam,$DAY, NOQIAL DAY, INDEPENDENCE DAY, AFTER THANKSGIVING DAY,_. 5• A. AND CNNR1fTMAi DAY (T). S. HCLIDATS• NEW TEAt'f DAY, NE1�IAl DAY, INDEPENDENCE DAY, LABOR DAY, THANKSOdYING DAY, fR10AT fTMAi DAY ( )• AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CNR1 DAT, C. NQ1IDAYS, NtEW TEAR'! DAY, W 'i SNIMGTa SIRTNDAT, WMIAL DAY, IDEPENDENC� DAT, IANiC� THANKSGtYirG DAY, THE ft10AY AfTft THANIKfGtY1NG OAT, AND CHRISTMAS DAY ( )DAT, THA1fCSLIY D. HOLIDAYS:AT DAY, THE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LAi FRIDAT AND fATLNtOAT AFTER THANKSGIYdNG DAY' AND CHRISTMAS OAT (d)' DAY, TN{AN(SptYIMG OAT, THE F. HOLIDAYS: NEW TLUIS DAT. )ENIORIAL DAT, INDEPENDENCE DAY, LABOR CHRIfTNYIt DAY, AND PRESIDENTIAL ELECTION DAY (8). FRIDAT AFTEt THOKSCIVING DAT, INDEPENDENCE DAY, LABOR DAY, F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, HENDRIAL OAT, AND CgRISTM9 DAY (9). PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER T!{ANK, LAB R OAT, THA"SGIVING DAY, THE G. HOLIDAYS: NEW YEAR'S DAY. MEMORIAL DAY,DAY, AD CM IS MAS DATE(TIDENCE OAT', LABOR LAST W<K DAY BEFORE YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANNK THANNCSG)YING DA DAY, SGIVING DAY, THE OAT AFTER H. N , CHRISTMAS (6)• NG HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LAWR DAY, THANKSGIVING DAY, AID CHRISTN" DAY W. J. DAY, DECE)ISER 24TH, CNRISTMAS OAT, AND DECEKUR 31ST (9). . NENbRIAL OAT, INDEPENDENCE DAY, LABOR OAT, TNANRi4(V1N0 DAY, THE HOLIDAYS, NEW TEAR f DAT. - FRIOAT AFTER TNANKSGtYING DAY, THANKSGIVING NNO�IDATS. AND YEAR'S D EMPLOYEE'S CHOICE (J`)�INDEPENDENCE K. f THE EMPLOY DAY, LABOR DAY, CHRISTMAS DAY, , DAY, L. HOLIDAYS: NEW YEAR'SR ADAY NANIINGI�NG BIRDAYTHDAY' AAT BEFORE MEMORIAL DCHRISTMMASEOAT. AND CHRISTMAS DAY THANKSGIVING DAY, THE F (9)' AY LAtOR OAT, THANKSGIVING DAY, THE M. HOLIDAYS, NEW YEAR'S DAY, MEMORIAL OAT, INDEPENDENCE D CHRISTMAf DAY (d)• fRIDAT AFTER THANKSGIVING OAT, THE DAY BEFORE CHRIST1Ms DAT, � DAY, NOl10AYS, NEW TUB'S DAY, WSxiNGT01'II BIRTHDAY, MEMORIAL Y DADY. INDEPENDECHRISTMASNCE DAY (9)�LABOR U. THE FRIDAT AFTER TNANCLGIYING OAT, VETERANS' DAY, THANKSGIVING DAY, LABOR DAY, 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P. PAID HOLIDAYS, FRIDAT AFTER TMANKfGlVIMG DAYls , AND�CNtDI�STMA6 DAYIAL �(11)p.E DErQ DAY, LABOR DAY, THANKSGIVING OAT. THE DAY, THASG NKIVING OAT, 0. PAID HOLIDAYS, NEW YE.AR,$ DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR AND CHRISTMAS DAY (6). R. PAID HOLIDAY$: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, TKE LAST WORK DAY BEFORE CNtiSTMAS OAT, AND CHRiSTNMf DAY (7). 3 S, HOLIDAYSt NEW YEAR'S DAY, IOKRIAL DAY, INDEPENDENCE DAY, LAMA DAY, TKULU1VING DAY, AND CHRISTTKS DAY (6). HOLIDAYS W RKEZ ON AN EMPLOYEE'S REGULARLY ESTABLISHED WORKDAYS SMALL BE COPEMfATED AT TWO AND owl-HALF TIMES THE HCiSLY RATE Of WAGE. HOLIDAYS WORKED ON AN E14PLOTEEIS REGULAR DAYS OFF SHALL BE Ct>1PE*SATED AT TWO TIMES THE HOURLY RATE OF WAGE- PART-TIME EMPLOYEES WORKING ON HOLIDAYS SHALL BE COPEMSATCD AT ONE AND WE-HALF TINES THE M(>«LY RATE OF WAGE. T. PAID HOLIDAYSt SEVEN (7) PAID HOLIDAYS- U. PAID MOLIDATSS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDFPEWtECE DAY. LABOR DAY, TMAMKSOIVIMG OAT, CHRISTMAS OAT, AND A OAT OF THE EMPLOYEES CHOICE (7). Y, ►AID HOLUDATSM S1! (6) PAID MILIDAYS_ W. PAID HOLIDAYS: MIME (9) PAID HOLIDAYS. X. MOLIOATSt AFTER S20 HOLES - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 20W NOAkS - MEW YEAR'S DAY, WASHIMGTOI'S BIRTHDAY, I " '-IAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CMRISTMAS DAY AND A FLOATING HOLIDAY (II). . Y. HOLIDAYS: NEW YEAR'S DAY, MENIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLQWING THANKSGIVING DAY, AND CHRISTMAS DAY (a) 1. PAID HOLIDAYS: EIGHT (E) PAID WX IDAYt. 6. A. PAID HOI.IDAYSt NEW YEAR'S DAY, THE DAY BEFORE OR THE OAT AFTER NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL OAT, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER TK MKSGIVIMO DAY, CNRIBTMAS DAY, AMC THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (10). A. HOLIDAYS: NEW YEAR'S OAT, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE OAT BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9). _ C. HOLIDAYSt NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCM: DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY 6EfORE CHRISTMAS DAY. AND CHRISTMAS DAY (9). O. MOLIDAYSI MEW YEAR'S DAY AND THE FRIDAY AFTER THANKSGIVING DAY (2). PAID HOLIDAYS1 MNEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTAAS DAY (S). E. , HOLIDAYSt MEW TEARS DAY, MEDIAL DAY, LAST M:UNDAY IN RAT, INDEPENDENCE DAY, LABOR DAY, TOAXCS41VING DAY, FRIDAY AND SAT'WRDAY AFTER T14A 99CIVING DAY AND CHRISTMAS OAT (9). F. HOLIDAYSt MEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ARMISTICE DAY, THANKSGIVING DAY, FRIDAY AFTER IJAMKSGIVIMG DAY AND CHRISTMAB DAY (9). 0. HOLIDAYSI NEW TEARS DAY, MEMIXIAL DAY, INDEPENDENCE OAT, LAB= DAY, THANCSOIVING DAY, FRIDAY AFTER THAMCSGIVIMO DAY AMD CHRISTMAS DAY. PAID HOLIDAYS: PRESIDENT'S DAY. N. HOLtDAYSt NEW YEAR'S DAY, MARTIN LVTHER KING JR OAT, MEMORIAL DAY, INDEPENDENCE OAT, LABOR DAY, THAHK841VIN0 DAY, THE DAY AFTER THANKSGIVING OAT, AND CHRISTMAS DAY (3)- NOTE CODES !S. A. ALL CLASSIFICATIONS, INCLUDING ALL APMVTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQARTERS AID WORKING A MINI" OF FOUR (4) N RS IN ANY ONE (1) DAY SHALL RECEIVE A PER OIEX ALLCUANCE OF TYENTY-FOUR OQLARS (WA.00) IN ADDITION TO THE HO,BRLY WAGE AND FRINGE BENEFITS. i. THE WOE RATES AND DEPTH PRENIRReS ARE FOR SURFACe SUPPLIED DIVERS AND SCUM DIVERS. THE STANDBY RATE OF PAY FOR DIVERS SMALL BE ORE-HALF TIMES THE DIVERS RATE OF PAY. C. O@ (1) WEEK VACATION AFTER ONE Cl) YEAR OF SERVICE. PART TIME EMPLtlYEES (WORKING 20 MOUNS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. 0. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, 2EPQTIB4 TO AM EMPLOYER'S D19140ATED JOB HEADQUARTERS AND WORKING A MINIliRX OF FOUR (4) Nait IN AMY ONE (1) DAY SMALL RECEIVE A PER DIEM ALLVAM= OF TWENTY-FOR DOLLARS (Gu-00) IN AOD1Tt0N TO THE PREVAILING H=LY RATE OF WM AND FRINGE BENEFITS. F. FIVE (S) DAYS VACATION AFTER ONE YEAR OF SERVICE. TEN (10) DAYS VACATION AFTER THREE TEARS OF SERVICE. G, j js PER Hai VACATION AFTER ONE YEAR OF SERVICE- S.SO PER NONE VACATION AFTER TWO TEARS OF SERVICE. PART M. Two LESS WEEKS VACATION 1AFTER EMTCUE (1) YEAR REC Of E SERVI ANY CE' RIrDE BfNEF1P EMPLOYEES (WAiKlNO 20 11a�t OT I� AND ENAaOVE RE�IYE AA P£MttON1VE A PENSION COMTRiMJTtOH�lrTTHE TION A,p„RNTN YNE Of S1MS�T Of f.TS. AMwREMTIM=t BGrt J. IMMINENT D LGERR.. SiMLL�T OFL TOSAOIDAYS FALL OIDAMAY,PTHE FOLLOW" =MAY SMALL BE CONSIDERED A LEGAL HOLIDAY- K. VETERANS DAY AMD THE FRIDAY AFTER THANKSGIVING ARE OPTIONAL HOLIDAY& AND ARE PAID AT ONE AND ONE-MALF TIMES THE REGULAR RATE OF PAT ONLY WHEN WORKED. L. FIVE (5) DAYS CfON PfIt YEAR.0 RECEIVE ANT FR1r0 NOTEt PART BETTIME EMPLOYEES (WA7RKING 20 0 6 OR LESS PER WEE10 E OT E ENTITLED O YRS OF M� SERVICE. DAYS VACATION PARTNTIIE ER ONE EIPLOYEES( YG 20 OF , TEN (10) DAYS VACATION HOURS OR LESS PER WEEK) ARETENOT ENNTITLED TO RECEIVE ANT FRINGE BEN+EFITS. N, MA98LE MASONS AND GRANITE PAWNS RECEIVE Am ADDITIONAL $1.00 PER HOUN. 0. FIVE (S) DAYS VACATION AFTER ONE (1) YEAR. P. G, F1YE (5) DAYS YACA1101 PER YEAR. PART T114E EJMPLOTEES (WA7t[irG 20 MOLRS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRtrGE BENEFITS. R. FIVE (S) DAYS VACATION PER YEAR. S. ONE WEEK VACATION AFTER ONE YEAR OF SERVICE. TWO WEEKS VACATION AFTER TMREE TEARS OF SERVICE. THREE WEEKS VACATION AFTER NINE TEARS OF SERVICE. T. YWO WEEKS TEARS OF SERVICE $111 WEEKS VACATION FOR F09 CUE TO THREE OF SIX ORRVICE. FOUR MORE YEARS OF WEEKS VACATION FOR THREE TO SIX SERVICE- 5 CE S r � CITE' OF RENTON t � 'STANDARD AND � SUPPLEMENI`AL � SPECIFIC-,ATIoNq 1 1 1 1 1 1 1 1 t f 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 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 I 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 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 which,they modify. As designated at the end of each heading in the Supplemental Specifications, the modifications are presented in the following format: (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 berg<Weted. 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. city or Renton Supplemental Specifications Division 1 SUBSTRUCTURES INCLUDE ENDWALLS, WINGWALLS, BARRIER AND RAILING ATTACHED TO THE WINGWALLS, DIVISION I AND CANTILEVER BARRIERS AND RAILINGS. GENERAL REQUIREMENTS SUPERSTRUCTURE REPLACED)ABOvI~ (1988 APWA AMENDMENTS) is TRIP ooM CONTINUOUS SPAN OEARINGS R BOTTbO SLAB SOFFIT OR 3. ARCH �KEWBACKS AND CONSTRUCTION JOINTS AT 1-013 DEFINITIONS (REVISED) THE TOP OF VERTICAL ABUTMENT MEMBERS OR RIGID FRAME PIERS. AND EXTENDING: ACT OF GOD(New) 1. FROM THE BACK OF PAVEMENT SEAT TO THE BACK -ACT OF GOD- MEANS AN EARTHQUAKE, FLOOD OF PAVEMENT SEAT WHEN THE ENDWALLS ARE CYCLONE, OR OTHER CATACLYSMIC PHENOMENON OIL ATTACHED TO THE SUPERSTRUCTURE,OR NATURE. A RAIN, WINDSTORM, HIGH WATER OR OTHER FROM THE EXPANSION JOINT AT THE END PIER TO THE EXPANSION JOINT AT THE OTHER END PIER NATURAL PHENOMENON OF UNUSUAL INTENSITY FOR WHEN THE ENDWALLS ARE NOT ATTACHED TO THE SPECIFIC LOCA OF THE WORM, WHICH MIGHT LITY THE SUPERSTRUCTURE REASONABLY HAVE BEEN ANTICIPATED FROM HISTORICAL RECORDS OF THE GENERAL LOGAI ITY OF SUPERSTRUCTURES INCLUDE, BUT ARE NOT L1MrIED THE WORK, SHALL NOT BE CONSTRUED L C ACT OF TO GIRDERS SLAB BARRIER AND RAILING ATTACHED TO GOD. THh SUPERRiUff URE. SUPERSTRUCTURES aO NOT INCLUDE ENDWALLS, WINGWALLS,_BARRIER G ATTACHED TO THE HOLIDAY(Replaced) WINGWALLS AND CANTILEVER BARRIERS AND RAILINGS UNLESS SUPPORTED BY THE SUPERSTRUCTURE RECOGNIZED HOLIDAYS SHALL BE AS FOLLOWS: DAY,YEAR'S DAY, 'DAY, HANKSGiJ GY 4 LABOR AND THE 1-02.5(1) PROPRIETARY INFORMATION(NEW) DAY FOLLOWING,AND CHRISTMAS DAY. THE DAY BEFORE CHRISTMAS SHALL BE A HOLIDAY WHEN VENDORS SHOULD, IN THE BID PROPOSAL, IDENTIFY FRICHRISTMAS T DAY OCCURS ON A TUESDAY OR CLEARLY ANY MATE WHICH CONSTITUTE HOLIDAY THE DAY AFTER AS DA CHRISTMAS SHALL N A '(VALUABLE) FORMULA,,DESIGNS, DRAWINGS AND HOLIDAY WHEN SDAY,CHRISI R DAY OCCURS ON A SEARCH DATA' SO AS TO BE EXEMPT FROM PUBLIC M CHRISTMAS WEDNESDAY, OR A SAT R WHEN DISCLOSURE, RCW 42.17310, OR ANY MATERIALS CHO PRECEDING DAY OCCURS ON A SATURDAY, THE OTHERWISE CLAIMED TO BE EXEMPT, ALONG WITH A TWO PRECEDING WORKING DAYS SHALL BE WORKINNGG DAYS DAY (STATEMENT OF THE BASIS FOR SUCH CLAIM OF OCCURS ON A SUNDRY,THE TWO WORK OBSERVED AS HOLIDAYS. WHEN EXEMPTION. THE DEPARTMENT NOTICE TO THE VENDOR OF ANY REQUEST FOR OR STATE) WILL GIVE FOLLOWING SHALL BE OBSERVED AS HOLIDAYS. DISCLOSURE OF SUCH INFORMATION RECEIVED WITHIN 5 (FIVE)YEARS FROM THE DATE OF SUBMISSION. FAILURE OR EQUAL(New) TO SO LABEL SUCH MATERIALS OR FAILURE TO TIMELY WHERE THE TERM -OR EQUAL' IS USED HEREIN THE RESPOND AFTER NOTICE OF REQUEST FOR PUBLIC DISCLOSURE HAS BEEN GIVEN SHALL BE DEEMED A OWNER, OR THE OWNER ON RECOMMENDATION OP THE WAIVER BY THE SUBMITTING VENDOR OF ANY CLAIM ENGINEER SHALL BE THE SOLE JUDGE OF THE QUALITY THAT SUCH MATERIALS ARE,IN FACT,SO EXEMPT. AND SUITABILITY OF THE PROPOSED SUBSTITUTION. 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 1-03.1(5) CONSIDERATION OF BIDS SPECIFICATIONS DO NOT COVER SUCH WORK SHALL - -��j — COMPLY FIRST WITH THE SPECIAL PROVISIONS AND THEN 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 PROVISIONS REQUIRE WORK THAT HAS NO UNIT BID SPECIAL PROVISIONS. THE CITY RESERVES THE RIG1rr 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(ReAsed) 1-033(2) TIME TO EXECUTE AGREEMENT THE STATE SHALL ALSO REFER TO THE CITY OF �REVISEDI RENTON REPRESENTATIVES REPRESENTATES�P Copies of the Pt *1 Manual or Bid Documents, including the unsigned contract or Form of Agreement will be available for pick up by tFx successful Bidder oa the Cost 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 CONIRtACT, BOND FORM AND ALL SUBSTRUCTURE _��11 _) OTHER FORMS REQUIRING EXECUTION TOGE�I-IER WITH ME YARI Oe-111h S1 RUC-FURE BELOW: TO BE SUBMITTED BY TH LIST OF ALL OTHER E SUCCESSFUL BIDDER.S OR D REQUIRED BE 1. SIMPLE AND CONTINUOUSSEARINGS OR FORWARDED TO THE SUCCESSFUL BIDDER WITHIN 10 2 THE BOTTOM OF THE GIRDER OR BOTTOM SLAB DAYS OF THE 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 and, THE TOP OF VERTICAL ABUTMENT MEMBERS OF accompanied by the Contract Bond, and approved evidence of RIGID FRAME PIERS. insurance, AND THE OTHER FORMS OR DOCUMENTS REQUESTED IN THE ABOVE REFERENCED LIST. These documents shall be delivered-RETURNED to the Owner within 14 Sup2lemental Specifications ev. a2e Division 1 Sunniemental Specifications City oC Renton days eF-a+vQrd unless otherwise mutually agreed by the Owner and CONTRACTOR'S FILING OF THE PROTEST OR ACTION IS - Contraaor. CAPRICIOUS OR WITHOUT REASONABLE FOUNDATION. After all Forms of Agreement have been executed by the Owner,the IN THE LATIER CASE,ALL COSTS SHALL BE BORNE BY THE Owner will deliver one fully executed Form of Agreement bound in the CONTRACTOR Project Manual to the successful Bidder. A Bid shall not be binding upon the Owner until the Form of Agreement has been signed by the 1-04 5(3) POTENTIAL CLAIMS(ADDITION) Owner. 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 MATERIAL , SHALL NOT BE CONSTRUED AS AN ACCEPTANCE SANY SUCH WORK OR MATERIALS OR THE PART OF THE IMPROVEMENT IN WHICH THI? SAME MAY HAVE BEEN USED TO PREVENT - 4 2 COORDINATION OF CONTRACT DISPUTES AND LITIGATION IT IS FURTHER AGREED BY 1 .DOCUMENTS,PLANS SPECIAL PROVISIONS. R PARTIES HERETO �'T VE PUBLIC D WORKS DIRECTOR OR HIS REPRESENTATIVE SHALL DETERMINE SPECIFICATIONS.AND ADDENDA(NEW) THE QUANTITYqU P WETHESE IMO SHALL THE COMPLETE CONTRACT INCLUDES THESE PARTS: DELIDE E WORK AND THE INTER QUESTIONS PRETATION T T OF EXECUTIO S THE CONTRACT FORM, PLANS, SPECIAL PROVISIONS, OF AND SPECIFICATIONS. THESE SPECIFICATIONS, ADDENDA, END ALL PARTS SUPPLEMENTAL DOCUMENTS. THES COMPLEMENT EACH OTHER IN DESCRIBING A COMPLETE WORK. ANY REQUIREMENT IN ONE PART BINDS AS IF 1-0-4 5(4) APPLICABLE LAW AND VENUE STATED IN ALL PARTS. THE CONTRACTOR SHALL (ADDITION) PROVIDE ANY WORK OR MATERIALS CLEARLY IMPLIED IN THE DESCRIPTION EVEN IF THE CONTRACT DOES NOT THE VENUE OF ANY SUIT SHALL BE IN KING COUNTY, MENTION IT SPECIFICALLY. WASHINGTON, AND IF THE CONTRACTOR IS A NON- ANY DISCREPANCY IN THE PARTS OF THE CONTRACT RESIDENT OF THE STATE OF WASHINGTON HE SHALL SHALL BE RESOLVED BY FOLLOWING THIS ORDER OF DESIGNATE AN AGENT, UPON WHOM PROCESS MAY BE PRECEDENCE (E G, 1 PRESIDING OVER 2 : 4, AND 5; 2 SERVED, BEFORE COMMENCING WORK UNDER THIS PRESIDING OVER 3,4,AND 5;AND SO FORTH): CONTRACT. 1. SPECIAL PROVISIONS 2. PLANS 3_ SUPPLEMENTAL SPECIFICATIONS 1-04 g USE OF BUILDINGS OR STRUCTURES 4. STANDARD PLANS 5. STANDARD SPECIFICATIONS UNITS OF MEASUREMENT ON THE PROPOSAL SHALL 2 O3�4 ORV OUNITS OF MEASUREMENT THE O DRAWINGS,INED IN 1, 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 IN CASE OF ANY AMBIGUITY OR DISPUTE OVER MAY USE SUCH A BUILDING OR STRUCTURE DECISION WILLG FINAL AS PTHE ROVIDED IN SECTION 1-0-1. 1-0410 USE OF MATERIALS FOUND ON THE PROJECT SITE(REVISED) 1-04 5(2) PROTESTS (ADDITION) With written approval of the Engineer, the Contractor may use in IN THE EVENT THE CONTRACTOR IS OF THE OPINION HE performing the Work any stone, gravel, sand, or other material WILL BE DAMAGED BY THE FINDING OF THE ENGINEER obtained in required excavations, or timbers removed in Performing HE SHALL, WITHIN 3 DAYS NOTIFY THE ENGINEER AND the Work,provided that such materials satisfy the requirements of the THE CTIY CLERK IN WRffiNG OF THE ANTICIPATED Contract Documents and are not required 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 EVENT AN AGREEMENT CANNOT THEN BE Disposition of suitable materials obtained in the course 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-Stanndard Specifications. THEREAFTER (2) Delivered to the Eaginneer as salva THE FINDINGS AND DECISION OF THE BOARD OF ARBITRATORS SHALL BE FINAL AND BINDING ON THE PARTIES, UNLESS THE AGGRIEVED PARTY, WITHIN 10 (3) Fw"es-nd7 d'up se of pursuant to Section 2-01 of the current DAYS, CHALLENGES THE FINDINGS AND DECISION BY WSDOT/APWA Standardpecificatms. SERVING AND FILING A PETITION FOR REVIEW BY THE ALL SALVAGE MATERIAL AS-NOTED ON THE PLANS AND SUPERIOR COURT OF KING COUNTY, WASHINGTON. THE TAKEN FROM ANY OF THE DISCARDED FACIIITTES SHALL, GROUNDS FOR THE PETITION FOR REVIEW ARE LIMITED AT THE ENGINEER'S DISCRETION BE CAREFULLY TO SHOWING THAT THE FINDINGS AND DECISION: SALVAGED AND DELIVERED TO THE 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 CONTRARY TO THE TERMS OF THE CONTRACT PROJECT AND NO COMPENSATION WILL BE MADE OR ANY COMPONENT THEREOF° 3. IS ARBITRARY AND/OR IS Ndf BASED UPON THE APPLICABLE FACTS AND THE LAW CONTROLLING 1-0412 WASTE SITES(NEWT THE ISSUES SUBMITTED TO ARBITRATION. THE BOARD OF ARBITRATORS SHALL SUPPORT ITS ALL MATERIALS DESIGNATED BY THE ENGINEER TO BE DECISION BY SETTING FORTH IN WRITING THEIR WASTED SHALL BE HAULED, DUMPED AND SPREAD AT FINDINGS AND CONCLUSIONS BASED ON THE HE LOCATIONS SELECTED BY THE CONTTRACTOR EVIDENCE ADDUCED AT ANY SUCH HEARING. THE CONTRACTOR SHALL HAVE THE RESPONSIBILITY ALL WORK THE ARBITRATION SHALL BE CONDUCTED IN OF OBTAINING HIS OWN WASTE SITE. ACCORDANCE WITH THE STATLITFS.. OF THE STATE OF INCLUDED IN THIS SECTION SHALL CONSIDERED TO O E.SITE SHALL BE WASHINGTON AND COURT DECISIONS GOVERNING SUCH INCIDENTAL TO OTHER ITEMS O OF WORK AND N PROCEDURE FURTHER COMPENSATION WILL BE MAD THE COSTS OF SUCH ARBITRATION SHALL BE BORNE THE ROUTE TAKEN TO TILE WASTE EQUALLY BY THE CITY AND THE CONTRACTOR UNLESS IT MAINTAINED SOLELY BY THE CONTRACTOR IN A MANNER IS THE BOARDS MAJORITY OPINION THAT THE AS DESCRIBED BELOW: Su lemental Specifications ev. Paz City of Renton Supplemental Specifications Division 1 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 THE PUBLIC WORKS THE LASER METHOD OF ESTABLISHING GRADE MAY BE DIRECTOR TO ALLEVIATE THE PROBLEM OF LOST SPOILS USED PROVIDING: ALONG THE ROUTE. PROMPT RESTORATION OF THE to REQUESTS FOR USE LISTING EQUIPMENT, AND ROUTE IS MANDATORY. METHOD OF OPERATION ARE SUBMITTTH FOR THE CONTRACTOR 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 THE PERMITS AND APPROVALS ARE TO 2. 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 CONVENT70NAL MEI7iOD& 3. PROPER ANCHORING OF PIPE IS PERFORMED IN WHERE 1-04.14 CONTRACTOR'S COPIES OF CONTRACT FECAVATION A BOX IS BEING USED FOR DOCUMENTS(,NEWS CONSTRUMON STAKING PROVIDED �s �FPABSCIFNW SETS IANSNDP ICATIO &THE OWNER BY CITY(NEY0 ONE COMPLETE SET OF CONTRACT DOCUMENTS INCLUDING ONE FULL SIZE SET OF DRAWINGS,SHALL BE THE CONTRACTOR SHALL ARRANGE HIS WORK TO KEPT 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 OFTHE PREVENT WORK DELAYS WHILE WAITING FOR CONTRACT DOCUMENTS IF REQUIRED WILL BE CONSTRUCTION GUIDES. THE CONTRACTOR SHALL FURNISHED BY THE OWNER AT NE'Tti COST OF ASSUME FULL RESPONSIBILITY FOR DETAILED REPRODUCTION. DIMENSIONS AND FOR TRANSFERRING ELEVATION'S OR MEASUREMENTS MEASURED FROM SUCH STAKES AND MARKS. DELAYS BY REASON OF LACK OF STAKES OR A TIME 1-05 CONTROL OF WORK RIISSKtTO THE CON RACTEY ORR ANSS D SSHALL NbT BE YS ARE THEBASIS FOR CLAIMS FOR ADDITIONAL COMPENSATION OR CONSTRUCTION TIME. ALL COSTS FOR THE CONTRACTOR'S SURVEYING SHALT. ' 1-05.3 DRAWINGS BE CONSIDERED INCIDENTAL TO OTHER BID ITEMS IN THE PROOPPOSAL, AD N NO FURTHER COMPENSATION WILL MADE, BE A BID ITEM FOR SURVEYING IS SPECIFICALLY LISTED IN THE 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 (NEWS MYLAR OR SMALLER SHEETS WITH DIMENSIONS IN MULTIPLES OF B 1/2 BY 11 INCHES, WHERE THE CONTRACTOR IS REQUIRED TO PROVIDE CONSTRUCTION STAKING HE SHALL BE RESPONSIBLE FOR 1-05.3(1 SUBMITTALS SECURING THE SERVICES OF A PROFESSIONAL LAND 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 FIRE HYDRANTS AND MANUFACTURERS INSTRUCTIONS AS REQUIRED TO CURBS AND GUTTERS STREET LIGHTING DEMONSTRATE FULLY THAT THE MATERIALS AND GRADING AND PAVING UNDERGROUNDWG 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 ARM DRAIN SYSTEM....PSP&L CO.&P.N.W.B.VAULTS INFORMATION SHOWS ANY DEVIATION FROM THE MONUMFNTSMONUMENT REFERENCE/SI'RADLE POINTS CONTRACT REQUIREMENTS THE CONTRACTOR SHALL,BY SIGNAL SYSTEMS&POLES A STATEMENT IN WRITING ACCOMPANYING THE RIGHT OF WAY&EASEMENT LIMITS INFORMATION ADVISE THE ENGINEER OF THE DEVIATION AT�D STATE THE REASONS THEREFORE. THE CONTRACTOR SHALL SUPPLY THE CITY WITH NPON SURVEY NOTES AND NOTIFY THE CITY FNI E( OF THE STAKING AT LEAST ONE WORKING 1.05.5 CONSTRUCTION STAKES (ADDITION DAY IN ADVANCE OF THE WORK TAKING PLACE. THE CONTRACTOR SHALL. ASSUME FULL THE ENGINEER SHALL HAVE THE 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 OR 50 FEET FOR LASER,SET IN ADVANCE OF THE CONSTRUCTION STAKING. THE CONTRACTOR'S WORK WHENEVER WORK IS IN PROG THE SURVEYOR SHALL PROVIDE THE ORIGINAL FIELD 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 THE ENGINEER SUCH THESE NOTES SHALL CONTAIN AS A MINIMUM THE 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, GUIDES A BATTER BOARD SET WITH AN ENGINEER'S CATCH BASIN, INI.E'I<S C LEANOUTS, SID_ _ WATER LEVEL SHALL BE USED FOR ALL LINES SET ON A GRADE SERVICE, CURB GUft T, SIDEWALK, MAY BE N OTHER ETHER OF OSO PERCENT OR LESS. AT LEAST THREE BATTER BOARDS SHALL REMAIN IN PLACE DURING PIPE LAYING 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 SHAH. BE DESTROYED AND FORMAT CONFORMING TO GOOD ENGINEERING REQUIRE RESETTING,A SUM SHALL BE DEDUCTED FROM PRACTICE IN A HARD COVERED FIELD BOOK SUPPLIED TO THE CONTRACTOR'S FINAL PAYMENT EQUIVALENT TO THE CONTRACTORS SURVEYOR BY THE CITY ON REQUEST. SuRRIemental S ecifications ev. __ __ ape Division L Supplemental SMci(ications 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 A�D 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 CONTRACTOR'S CONNECTION WITH THE MONTHLY PAY ESTIMATES BASED FAILURE TO PROVIDE A SAFE PROJECT SITE UPON WORK COMPLETED AS DETERMINED BY THE ENGINEER ALL ROADWAY STAKING, SUCH AS CENTERLINE, CURBS AND GUTTERS AND GRADING AND 1-05.9 EOUTPMENT(NEWT PAVING�SHALL BE DONE AT A MINIMUM 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 CITY MANUAL FOR EACH MODEL OR TYPE OF MIXING, WHEN DONE. PLACING, OR PROCESSING EQUIPMENT BEFORE USING IT IN THE WORK THE CONTRACTOR SHALL ALSO PROVIDE 1-05 5(5) CONTRACTOR PROVIDED AS-BUILT TEST INSTRUMENTS TO CONFIRM WHETHER THE INFORMATION(NEW) VIIBRATION RATE, REVOLUTION MEETS OPERATING S-PER-MINUUIM, SUCH ANY OTHER REQUIREMENTS. IT SHALL. BE THE CONTRACTORS RESPONSIBILITY TO THE CONTRACT MAY REQUIRE AUTOMATICALLY CQN RECORD THE LOCATION BY CENTERLINE STATION j ROI i FTl EQUIPMENT FOR SOME OPERATIONS. IF OFFSET AND DEPTH BELOW/PAVEMENT OF ALL EXISTING THE AUTOMATIC CONTROLS ON SUCH EQUIPMENT FAILS, UTILITIS 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 PRODUCES RESULTS OTHERWISE MEETING THE HAVE HIS SURVEYOR LOCATE BY CENTERLINE STATION, SPECIFICATIONS. CONTINUED OPERATION OF THE OFFSET AND ELEVATION, EACH MAJOR ITEM OF WORK. , DOVE UNDER THIS CONTRACT. MAJOR ITEMS OF WORK EQUIPMENT MANUALLY BEYOND THIS WORKING DAY WILL BE PERMITTED ONLY BY SPECIFIC AUTHORIZATION SHALL BE DEFINED TO INCLUDE THE FOLLOWING ITEMS: MANHOLES.......-..CATCH BASINS AND INLETSANVERTS OF THE ENGINEER I ....VERTICAL AND HORIZONTAL BENDS THE ENGINEER WILL REJECTFALLS TO EQUIPMENT THAT VALVES _XES.�............--..-.».._.......-.......CLFANOUTS REPEATEDLYW BREAKS DOWN OR FAILS PRODUCE JUNCTION BO SIDE SEWERS. ....STREET LIGHTS&STANDARDS RESULTS WITHIN THE REQUIRED TOLERANCES. THE GRADE(S) CONTRACTOR SHALL PROMPTLY REPLACE REJECTED HYDRANTS.--MAJOR CHANGES IN DESIGN GRAD VAULTS.._._ ........... CULVERTS EQUIPMENT SHALL GIVE THE CONTRACTOR NO RIGHT TO SIGNAL POLES �-CABINETS MORE PAY OR TIME. AFTER THE COMPLETION OF THE WORK COVERED BY D518 ERRORS AND OMISSIONS (NEW) THIS CONTRACT THE CONTRACTORS SURVEYOR SHALL PROVIDE TO THt CITY THE HARD COVER FIELD BOOK(S) 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 CON'STRUCTTC3N DRAWINGS UPON WHICH HE HAS CONTRACT DOCUMENTS OR IN THE LAYOUT AS GIVEN BY PLATTED THE NOTES OF THE CONTRACTOR LOCATING SURVEY POINTS AND INSTRUCTIONS OR IF HE BECOMES EXISTING UTILITIES, AND ONE SET OF WHITE PRINTS OF AWARE OF ANY DISCREPANCY BEIWEEN THE CONTRACT THE CONSTRUCTION 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 BOOK(S). THIS DRAWING SHALL ENGINEER. THE ENGINEER IF HE DEEMS IT NECESSARY BEAR THE SURVEYORS SEAL AND SIGNATURE SHALL RECTIFY THE MATTER AND ADVISE THI CERTIFYING ITS ACCURACY. CONTRACTOR ACCORDINGLY. ANY WORK DONE AFTER THE LUMP SUM UNIT PRICE FOR CONSTRUCTION SUCH DISCOVERY,UNTIL AUTHORIZED,WILL BE DONE AT STAKING WILL BE FULL COMPENSATION FOR ALL THE CONTRACTOR'S RISK SURVEYING NEEDED TO CONSTRUCT THE IMPROVEMENTS TO THE LINE AND GRADE PER THE APPROVED PLAINS A AND TO PROVIDE THE REQUIRED CONSTRUCTION }dD 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 I.Q5.6 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 13E 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 LIMIT'S (ADDITION) INCLUDE BUT NOT BE LIMITED TO COMPLIANCE WITH THE SPECIFICATIONS FOR 'TRAFFIC CONTROL' AND FOR ALL MOTOR vEHIC3.FS OF THE CONTRACTOR 'SHORING AND CRIBBING OR EXTRA EXCAVATION' AND OTHER APPLICABLE LAWS AND REGULATIONS. NO WORK SUBCONIR SHALL ADHERE TO CH. 46.44 OF THE ACIORS, AND SUPPLIERS MOTOR NAL L LAWS OF STRICTLY OR MATERIALS WILL BE INSPECTED OR ACCEPTED BY THE THE STATE OF WASHINGT ( EDITION AND CITY ON A PROJECT SITE THAT IN THE DETERMINATION AMENDMENTS THEREOF) IN REGARD TO SIZE, WEIGHT, SAFETY STANDARDS'THE ENGINEER, DOES I4OT MEET ESTABLISHED AND LOADS OF MOTOR VEHIC I . SA PAYMENT WILL NOT BE MADE FOR ANY MATERIAL THE CONTRACTOR SHALL RF RESPONSIBLE FOR THAT IS DELIVERED IN EXCESS OF THE LEGAL WEIGHT MAKING ARRANGEMENTS FOR R S TA E N CO E THE FOR WHICH THE VEHICLE IS LICENSED. CITY AFTER THE CONTRACTOR HAS TAKEN SAFE CORRECTIVE ANY VIOLATION OF THESE REGULATIONS SHALL BE ACTIONS TO MAKE THE PROJECT SITE SAFE. 1'NE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ANY REPORTED TO THE AFFECTED LAW ENFORCEMENTAGENT. AND ALL COSTS AND/OR DELAYS RESULTING FROM HIS Su lenxnfal S 'ficafions ec ape I 6 of Renton Supplemental Specifications Division 1 THE CONTRACTOR IS TO FURNISH O THE PUBLIC CONTRACTOR REFUSING OR NEGLECTING TO DO SO,THE WORKS DIRECTOR A LISTING OF ALL HAUL VEHICLES OWNER MAY, ITSELF OR BY THE EMPLOYMENT OF SOME USED ON THE PROJECT LISTING THE VEHICLE NUMBER, OTHER PERSON MAKE GOOD ANY SUCH LOSS OR LICENSE NUMBER, TARk- WEIGHT, AND LICENSED LOAD DAMAGE, AND ')`HE COST AND EXPENSE OF SO DOING LIMITS. SHALL BE CHARGED O THE CONTRACTOR. DURING UNFAVORABLE WEATHER AND OTHER LY 1-07.9(1) GENERAL(ADDTTIOND SUCH CONDITIONS, OF THE WOR CONTRACTORSHALL AS PURSUE NOT1BE DAMAGED THEREBY. BEFORE THE CITY WILL RELEASE EACH PROGRESS NO PORTION OF THE WORK WHOSE SATISFACTORY QUALITY OR EFFICIENCY WILL BE AFFECTED BY ESTIMATE PAYMENT CHECK, THE CONTRACTOR MUST SUBMIT A 'CERTIFICATION BY GENERAL CONTRACTOR' UNFAVORABLE CONDITIONS SHALL BE CONSTRUCTED (FORM SUPPLIED BY C 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 EACHENGINEE R THE CONTRACTOR SHALL BE ABLE TO OVERCOME SUBCONTRACTOR SHALL ALSO FURNISH WEEKLY PAYROLL OVERCOME THEM. STATEMENTS TO THE ENGINEER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLLINGG DUST AND MUD WITHIN THE PROJECT LIMITS AND ON ANY STREET WHICH IS UTILIZED BY HIS PROJECT. THE 1-07.11(9) SUBCONTRACTING (ADDMON) CONTRACTOR OR IPMENT FSHALL BE PREPARED TOR THE DURATION OFE USE WATERING TRUCKS, POWER SWEEPERS, AND OTHER PIECES OF BEFORE PAYMENT OF THE FINAL ESTIMATE, THE EQUIPMENT AS DEEMED NECESSARY BY THE ENGINEER CONTRACTOR SHALL SUBMIT AN AFFIDAVIT OF AMOUNTS O AVOID CREATING A NUISANCE PAID O MINORITY BUSINESS ENTERPRISE AND OF DUST AND MUD CONTROL SHALL BE CONSIDERED AS WOMEN BUSINESS ENTERPRISE PARTICIPANTS ON THE INCIDENTAL O 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 PRACTICES BUSINESS ENTERPRISE PARTICIPANTS. AND/OR PROPERTY DAMAGE TO PRIVATE OWNERSHIP WILL BE TRANSMITTED TO THE CONTRACTOR AND IN CORRE 1-07.11(10) RECORDS AND REPORTS (ADDITION) PROMPT REQUIRED BYION THE CONTRAOR NG THEM WILL BE AN EQUAL EMPLOYMENT OPPORTUNIIY REPORT 1-07.16(1) PRIVATE AND PUBLIC PROPERTY CERTIFICATE SHALL BE EXECUTED BY THE BIDDER WITH ADDITIONI HIS BID PROPOSAL ON THIS PROJECT AND WHICH COMES 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 CERTIFICATE WILL BE FURNISHED O THE CONTRACTOR CONTRACTOR SHALL LIMIT HIS OPERATION TO THE WITH THE PROPOSAL, WHICH THE CONTRACTOR WILL AREAS OBTAINED AND SHALL NOT TRESPASS ON PRIVATE NEED TO COMPLETE, STATING AS O WHETHER HE, HIS PROPERTY. FIRM ASSOCIATION, PARTNERSHIP, OR CORPORATION THE OWNER MAY PROVIDE CERTAIN LANDS, AS HAS PARTICIPATED IN ANY 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 O FURNISH THE CONTRACTOR SHALL PROVIDE,WITH NO LIABILITY THE REQUIRED CERTIFICATE WILL BE DUE CAUSE FOR TO THE OWNER, ANY ADDITIONAL LAND AND ACCESS REJECTION 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 NIS OPERATIONS. THE PUBLIC WORKS O PROVIDE THE SAME IF THE CONTRACTOR SHALT.CONFINE HIS EQUIPMENT STORAGE CONTRACTOR REFUSES OR FAILS WITHIN THAT TIME O OF MATERIAL., AND OPERATION OF HIS WO'Et:hRS 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 THE CITY. L'OFTIFiMr ON EASEMENTS, RIGHT-OF-WAY, OVER WHENEVER A CONTRACTOR REQUESTS PERMISSION TO PRIVATE PROPERTY OR FRANCHISE, SHALL BE SUBLET A PART OF ANY CONTRACT AND SUCH CONTRACT CONFINED TO THE LIMITS OF SUCH EASEMENTS, COMES WITHIN THE PROVISIONS OF THE EQUAL RIGHT-OF-WAY OR FRANCHISE ALL WORK SHALL OPPORTUNITY REGULATIONS OF THE SECRETARY OF BE ACCOMPLISHED SO AS TO CAUSE THE LEAST TABORR, REVISED MAY 21, 1968 HE SHALL. 013TAIN THIS AMOUNT OF DISTURBANCE AND A MINIMUM CERTIFICATION FROM HIS PR6POSED 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 O B. STRUCTURES. THE CONTRACTOR SHALL REMOVE THIS PROJECT. G STRUCTURES AS MAY BE NECESSARY FOR THE PERFORMANCE OF THE WORK AND IF REQUIRED, SHALL REBUILD THE 1-07.13 CONTRACTOR'S RESPONSIBILITY FOR STRUCTuRi's THUS REMOVED IN AS GOOD A WORK AND DAMAGE(ADDITION) CONDITION AS FOUND. HE SHALL ALSO REPAIR ALL EXISTING STRUCTURES WHICH MAY BE THE WORK SHALL BE UNDER THE CONTRACTOR'S DAMAGED AS A RESULT OF THE WORK UNDER THIS CONTRACT. RESPONSIBLE CARE AND CHARGE. THE CONTRACTOR C. EASEMENTS. CULTIVATED AREAS AND OTHER SHALL.BEAR ALL LOSS AND DAMAGE WHATSOEVER AND IMPROVEMENTS. 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 LASS OR DAMAGE OCCURS, THE THEIR ORIGINAL CONDITION. CONTRACTOR SHALL IMMEDIATELY MAKE GOOD ANY PRIOR TO EXCAVATION ON AN EASEMENT OR SUCH LOSS OR DAMAGE, AND IN THE EVENT OF THE PRIVATE RIGHT-OF-WAY,THE CONTRACTOR SHALL Su lementel S if'cations ec. aQt Division 1 Supplemental Specifications City of Renton e STRIP TOP SOIL FROM THE TRENCH OR FOR 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 SHALL, AT HIS OWN EXPENSE, ORNAMENTAL TREES AND SHRUBBERY SHALL BE REPAIR ALL DAMAGE TO SUCH FACILITIES OR CAREFULLY REMOVED WITH THE EARTH STRUCTURES DUE TO THIS CONSTRUCTION OPERATION SURROUNDING THEIR ROOTS WRAPPED IN BURLAP TO THE SATISFACTION OF THE CITY; EXCEPT FOR CITY AND REPLANTED IN THEIR ORIGINAL POSITIONS OWNED FACILITIES WHICH WILL BE REPAIRED BY THE WITHIN 48 HOURS. UTILITY DEPARTMENT AT CONTRACTOR'S EXPENSE, OR ALL SHRUBBERY OR TREES DESTROYED OR BY THE CONTRACTOR AS DIRECTED BY THE CITY. DAMAGED SHALL BE REPLACED BY THE CONTRAfOR WITH MATERIAL OF EQUAL QUALITY AT NO ADDITIONAL COST TO THE 1-0718 PUBLIC LIABILITY AND PROPERTY OWNER. IN THE EVENT THAT IT IS NECESSARY TO DAMAGE INSURANCE TRENCH THROUGH ANY LAWN AREA, THE SOD SHALL BE CAREFULLY CUT AND ROLLED AND REPLACED AFTER THE TRENCHES HAVE BEEN BACKFILLED. THE LAWN AREA SHALL BE CLEANER BY SWEEPING OR OTHER MEANS, OF ALL EARTH 1-07.18(l)GENERAL(REVISED) AND DEBRIS THE CONTRACTOR SHALL USE RUBBER WHEEL. On eon-FHWA funded rojects,the Contractor shall obtain and EQUIPMENT SIMILAR TO THE SMALL TRACTOR- maintain in full force and effect during the term of the contract,AND TYPE BACKHOLS USED BY SIDE SEWER UNTIL FINAL ACCEPTANCE,public liability,and Property damage CONTRACTORS FOR ALL WORK, INCLUDING insurance with insurance companies or throwp�t sources approved by EXCAVATION AND BACKFTLL, ON EASEMENTS OR the State Insurance Commissioner pursuant to Title 48 RCW. RIGHTS-OF-WAY WHICH HAVE LAWN ARIAS. ALL On FHWA funded projects,the Contractor shall obtain and keep to FENCES, MARKERS, MAIL BOXES, OR OTHER force during the term of the contract, AND UNTIL FINAL TEMPORARY OBSTACLES SHALL BE ACCEPTANCE, public liability and property damage insurance with REMOVED BY THE CONTRACTOR AND companies or through sources approved the State Insurance IMMEDIATELY REPLACE, AFTER THE TRENCH IS Commissioner pursuant to Title 48 RCW. The amount of coverage BACKFILLED IN THEIR ORIGINAL POSITION. THE shall not be less than a single limit of $1,000,000 for bodily injury CONTRACTOR SHALL NOTIFY THE OWNER AND PROPERTY OWNER AT LEAST 24 HOURS IN including death and property damage per occurence. ADVANCE OF ANY WORK DONE ON EASEMENTS OR RIGHTS-OF WAY. 1-07 23 TRAFFIC CONTROL(REVISED) DAMAGE TO EXISTING STRUCTURES OUTSIDE OF EASEMENT AREAS THAT MAY RESULT FROM DEWATERING AND/OR OTHER CONSTRUCTION ACTIVITY UNDER THIS CONTRACT SHALL BE RESTORED TO THEIR ORIGINAL CONDITION OR BETTER.. THE ORIGINAL CONDITION SHALL BE 1-07 23(l) PUBLIC CONVENIENCE AND SAFETY ESTABLISHED BY PHOTOGRAPHS TAKEN AND/OR INSPECTION MADE PRIOR TO CONSTRUCTION. ALL L- SUCH WORK SHALL BE DONE TO 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 TO THE PUBLIC THE CONTRACTOR D. STREETS. THE CONTRACTOR WILL ASSUME ALL SHALL HAVE UNDER CONSTRUCTION NO GREATER TMMMMIBIIXrY OF RESTORATION OF THE LENGTH OR AMOUNT OF WORK THAN CAN BE SURFACE OF ALL STREETS (TRAVELLED WAYS) PROSECUTED PROPERLY WITH DUE REGARDS TO THE USED BY HIM IF DAMAGED. RIGHTS OF THE PUBLIC TO THE EXTENT POSSIBLE,THE IN THE EVENT THE CONTRACTOR DOES NOT HAVE CONTRACTOR SHALL FINISH EACH SECTION BEFORE LABOR OR MATERIAL IMMEDIATELY AVAILABLE BEGINNING WORK ON THE NEXT. TO MAKE NECESSARY REPAIRS,THE CONTRACTOR TO 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 1. PERMIT TRAFFIC TO PASS THROUGH THE WORK CONTRACTOR WITH THE LEAST POSSIBLE INCONVENIENCE OR THE CONTRACTOR IS RESPONSIBLE FOR ID I TIFYING DELAY, AND DOCUMENTING ANY DAMAGE THAT IS PRE-EXISTING 2. MAINTAIN EXISTING ROADS AND STREETS THAT OR CAUSED BY OTHERS. LIE NEXT TO OR INSIDE GOODOSAIDFcr E umn-I�IOI NEATING AI THEMSOPEN AND IN 1-07,17(1) GENERAL(ADDITION) 3. REMOVE OR REPAIR ANY CONDITION RESULTING FROM THE WORK THAT MIGHT IMPEDE TRAFFIC LOCATION AND DIMENSIONS SHOWN ON THE PLANS FOR OR CREATE A HAZARD AND EXISTING UNDERGROUND FACILITIES ARE IN 4• KEEP EXISTING TRAFHC SIGNAL AND HIGHWAY ACCORDANCE WITH THE BEST AVAILABLE INFORMATION LIGHTING SYSTEMS IN OPERATION AS THE WORK WITHOUT UNCOVERING AND MEASURING. THE OWNER PROCEEDS (THEANNCE O WILL CONTINUE THE DOES NOT GUARANTEE THE SIZE AND LOCATION OF ROUTINE E S F SUCH SYSTEMS.) EXISTING FACILITIES. TO PROTECT THE RIGHTS OF ABUTTING PROPERTY IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO OWNERS THE CONTRACTOR SHALL CONTACT A PUBLIC AND PRIVATE COMPANIES HAVING 1. CONDUCT THE CONSTRUCTION SO THAT THE ALL LEAST INCONVENIENCE AS POSSIBLE IS CAUSED TO UTILITIES AND/OR FACILITIES IN THE VICINITY OF THE CONSTRUCTION AREA ABUTTING PROPERTY OWNERS, 2 HOUSES AND BUAIN ILDINGS ALONCCESS G THE LINE DRIVEWAYS CALL BEFORE YOU DIG 3. PROVIDE TEMPORARY APPROACHES TO CROSSING THE 48 HOUR LOCATORS OR INTERSECTING ROADS AND KEEP THESE APPROACHES IN GOOD CONDITION,AND 1-800-424-SSSS 4. PROVIDE ANOTHER ACCESS BEFORE CLOSING AN EXISTING 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 TO INTERRUPT EXISTING SURFACE THE CONTRACTOR SHALL DRAINAGE,SILVERS, UNDERDRAINS, CONDUIT UTILITIES, 1. MAKE CUTS AND FILLS THAT PROVIDE A SIMILAR UNDERGROUND STRUCTURES, bR PARTS REASONABLY SMOOTH,EVEN ROADBED, THEREOF, THE CONTRACTOR SHALL BE RESPONSIBLE Supolernental S ifications ev. aQe �- City of Renton Supplemental Specifications Division 1 2. PLACE, IN ADVANCE OF OTHER GRADING WORK, ENOUGH FILL AT ALL CULVERTS AND BRIDGES TO 4. DROP-OFFS MORE THAN OSO FOOT NOT WITHIN THE PERMTT TRAFFIC TO CROSS TRAVELED WAY OR AUXILIARY LANE SHALL BE 3. MAKE ROADWAY CUTS ANC FILLS IF ORDERED BY PROTECTED WITH APPROPRIATE WARNING SIGNS THE ENGINEER IN PAKIULWIDTH 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 1 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 HALF IS READY FOR USE, D. THE DROP-OFF IS NOT PREStM' ON ANY OF 5. AFTER ROUGH GRADING OR PLACING ANY THE HOLIDAYS LISTED IN SECTION 1.085,AND SUBSEQUENT LAYERS, PREPARE THE FINAL E. 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 OSO FOOT THAT ARE NOT TRAFFIC,AND WITHIN THE TRAVELED WAY OR AUXILIARY LANE 6. SETTLE DUST WTT1i 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, TIIE 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, A PROTECTIVE EQUIPMENT, AND NV OTHER NEEDED SHALL BE PLACED FOR A SMOOTH TRANSITION ACTIONS TO PROTECT THE LIFE,HEALTH,AND SAFETY OF BE WEEK 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 MAY DEEM PROPERTY. NECESSARY BIlXrYY�ANDDEEXPEIPUBvSE�TO 1-07.23(2) CONSTRUCTION AND MAINTENANCE PROVIDE THIS PROTECTION SHALL BE THE OF DETOURS (NEWS CONTRACTOR'S 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, 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 ENGINEER,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 313 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 CONVENIENCE THAN OSO 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 OFTRE FOLLOWING: PAVING SHALL BE CONSISTENT WITH TRAFFIC A. A WEDGE OF COMPACTED STABLE MATERIAL REQUIREMENTS. PLACED AT SLOPE OF 4:1 OR FLATTER UPON FAILURE OF THE CONTRACTOR TO IMMEDIATELY B. CHANNELMNG 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 THE CONTRACTOR 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 (Nowj THE DROP-OFFTREATMENT. C. TEMPORARY CONCRETE BARRIER OR OTHER APPROVED BARRIER INSTALLED ON THE E RAL. THE CONTRACTOR SHALL PROVIDE ALL TRAFFIC SIDE OF THE DROP-OFF WITH 1 FOOT CONTROL NOT OTHERWISE SPECIFIED AS BEING BETWEEN THE DROP-OFF 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 OF 2 FEET BARRICADES WARNING SIGNS DETOUR SIGNS AND FROM THE FACE OF THE BARRIER AN OTHER TRAFFIC CONTROL DEVIL-S NECESSARY TO WARN APPROVED TERMINAI, FLARE, OR IMPACT AND PROTECT THE PUBLIC AT ALL TIMES FROM INJURY ATTENUATOR WILL BE REQUIRED AT THE OR DAMAGES AND TO CREATE THE LEAST POSSIBLE BEGINNING OF THE SECTION. FOR NIGHT USE, OBSTRUCTION AND INCONVENIENCE TO THE PUBLIC AS A THE BARRIER SHALL HAVE STANDARD RESULT OF THE CONTRACTOR'S OPERATIONS WHICH MAY DELINEATION SUCH AS PAINT, REFLECTIVE OCCUR ON HIGHWAYS, ROADS, STREETS, SIDEWALKS, TAPE,LANE MARKERS,OR WARNING LIGHTS. DRIVEWAYS,OR ANY OTHER TRAVELLED 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 ITEM FOR 'TRAFFIC CONTROL" OR IF TRAFFIC CONTROL IS SupElemental S ifications ev. ape Division 1 Supplemental Specifications 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 U.S. DEPARTMENT O SIGNS BARRICADES FLASHERS AND OTHER TRANSPORTATION AND THE MODIFICATIONS TO THE TRAFFIC CONTROL DhVICES AS REQUIRED BY THE MUTCD FOR STREETS AND HIGHWAYS FOR THE STATE OF TRAFFIC CONTROL PLAN AS WELL AS ANY OTHER WASHINGTON. COPIES OF THE MtTI'CD MAY BE APPROPRIATE SIGNS PRESCRIBED BY THE PURCHASED FROM THE SUPERINTENDENT OF ENGINEER OR REQUIRED TO CONFORM WITH DOCUMENTS, U.S. GOVERNMENT PRINTING OFFICE, ESTABLISHED STANDARDS; WASHINGTON D.G 20402. MODIFICATIONS TO THE MUTCD (B) FURNISHING OF TRAFFIC CONTROLRLABOR; PERSONNEL FOR ALL FOR MAY AND HIGHWAYS BTFOR AINED�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 NTR L PLAN THE TYPICAL TRAFFIC (D) FURNISHING LABOR AND VEHICLES FOR C IN THE CONTRACT PATROLLING AND MAINTAINING IN POSITION ALL DOCUMENTS SHOW A FEW TYPICAL METHODS OF OF THE SIGNS, BARRICADES AND TRAFFIC HANDLING TRAFFIC THE CONTRACTOR SHALL PREPARE CONTROL DEVICES- A JOB-SPECIFIC TRAFFIC CONTROL PLAN REQUIRED FOR (E) FURNISHING LABO�, MATERIAL AND EQUIPMENT THEIR METHOD OF PERFORMING THE WORK AND NECESSARY FOR CLEANING UP, REMOVING, AND PENT 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 SITECIFIED 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 RE-INSTALLING AS ADVANCE OF THE TIME THE SIGNS AND OTHER TRAFFIC DIRECTED BY THE ENGINEE • 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 ALL PERSONNEL TO RESPONSIBLE FOR TRAFFIC CONTROL AT THE PROVIDE ALL TEMPORARY TRAFFIC CONTROL DURING WORK SITE THE TRAFFIC CONTROL PLAN SHALL NS. FLAGGERS SHALL HAVE A CONSTRUCTION OPERATIONS.INCLUDE DESCRIPTIONS OF THE TRAFFIC CONTROL ON (F�,� ) METHODS AND DEVICES D SUBCONTRACTORS, USED BY THE ��R�OF LABOR ANDINDUSTRIES_(WAC FROM THE PRIME CONTRACTOR AND SUBCONTRACTORS, 296-155-3Q5). ANY APPAREL OR EQUIPMENT SUCH AS SHALL U SUBMITTED AT OR BEFORE THE PRE- REFLECCTITIVVEE VESTS HARD HATS AND FLAGGING PADDLES CONSTRUCTION CONFERENCE FOR THE PROJECT WHICH ARE NECESSARY OR DESIRABLE TO PROTECT AND SHALL SUBJECT TO REVIEW AND WORKERS ENGAGED IN TRAFFIC CONTROL OR IN OTHER APPROVAL BY THE ENGINEER; ACTIVITIES WILT,BE THE CONTRACTOR'S RESPONSIBILITY. (H) CONTACTING POLICE, FIRE AND AMBULANCE SERVICES TO NOTIFY IN ADVANCE OF ANY WORK THAT WILL AFFECT ANY TRAVELLED PORTION OF THE ROADWAY; 1-07 23(S)MEASUREMENT AND PAYMENT FOR (1) ASSURING THAT ALL TRAVELLED PORTIONS OF TRAFFIC CONTROL(NM ROADWAYS ARE OPEN TO TRAFFIC DURING PEAK TRAFFIC PERIODS, 6:30 A.M. TO 8:30 A.M. AND 3.00 WHEN THE BID PROPOSAL DOES NOT INCLUDE AN ITEM A.M. IS 6N OR S R C SPECIFIED BY IN THE SPECIAL FOR TRAFFIC CONTROL,_ ALL COSTS FOR TRAFFIC PROVISIONS OR ASVING OR DIRECTED BY THE ENGINEER;G ALL NON- CONTROL SHALL BE INCLUDED,BY THE CONTRACTOR,IN (� PROMPTLY APPLICABLE SIG S DURING PERIODS WHEN THEY THE UNIT PRICE FOR THE VARIOUS OTHER ITEMS OF ARE NOT NEEDED. WORK IN THE BID PROPOSAL. THE CONTRACTOR SHALL CONSIDEREDTHE ITEM TRAFFIC CONTROV WILL NOT BE EsnmATE THESE COSTS BASED ON AS A MAJOR ITEM REGARDLESS OF THE CONTEMPLATED WORK PROCEDURE CONTRACTOR'S TOTAL AMOUNT BD 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 1-04A 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 FLAGGERS; 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 WHEN ORDERED BY THE ENGINEER, THE OWNER MAY WITHOUT FURTHER NOTICE, To HE co OTHERS TO TORPER OR Bit i�OF PERFORM ABOE MEASUREMENT: (NEWT AND DEDUCT ALL OF THE COSTS FROM THE NO SPECIFIC UNIT OF WILL APPLY TO CONTRACTORS PAYMENTS. THE LUMP SUM ITEM OF'TRAFF'IC CONTROL' THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE FLAGGERS BARRICADES,LIGHTS, SIGNS AND ONO OF THIS WORK AND THE VICPUBES AT ALL OR THE PAYMENT:PR6 (NEVI TIMES REGARDLESS OF WHETHER OR NOT THE FLAGGERS, BARRICADES, LIGHTS, SIGNS, AND OTHER LwTRAFFIC CONTROL' PER LUMP SUM. TRAFFIC CONTROL DEVICES ARE ORDERED BY THE THE LUMP SUM CONTt= PRICE SHALL BE FULL PAY ENGINEER,FURNISHED BY THE OWNER,OR PAD 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 TT IS NECESSARY TO ADD WEIGHT TO THE SIGNS FOR LEAST POSSIBLE DISRUPTION OR INCONVENIENCE AS A STABILITY ONLY A BAG OF SAND THAT WILL RUPTURE RESULT OF THE CONTRACTOR'S OPERATIONS. ON IMPACT SHALL BE USED. THE BAG 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 1 FOOT FROM THE GROUND. IN ACCORDANCE WITH THE TOTAL JOB PROGRESS AS CONFORMANCE TO ESTABLISHED DETERMINED BY PROGRESS PAYMENTS. STANDARDS. FLAGGING, SIGNS, AND ALL OTHER OL DEVICES FURNISHED OR PROVIDED Su lemental Specifications ev. ape City of Renton Supplemental Specifications Division 1 1-07.23(6) DUST CONTROL(NEWS 1-08.3(l)PRE-CONSTRUCTION CONFERENCE THE CONTRACTOR SHALL PROVIDE A MINIMUM 1500 GALLON CAPACITY WATER TRUCK WITH A PRESSURE PRIOR TO THE START OF CONSTRUCTION THE SPRAY SYSTEM DESIGNED FOR STREET CLEANING. THE CONTRACTOR, ENGINEER, ALL SUBCONTRACTORS, STREETS SHALL BE CLEANED OF DUST AND DEBRIS AT UTILITY DEPARTMENT QUASI PUBLIC UTILITY THE END OF EACH WORKING DAY OR MORE OFTEN IF COMPANIES, AND OTHE]t INTERESTED PARTIES SHALL REQUIRED BY THE ENGINEER FOR COMPLIANCE WITH ATTEND A PRE-CONSTRUCTION CONFERENCE, WITH SECTION 1-07.23(1). IN ADDITION, THE CONTRACTOR TIME, PLACE, AND DATE TO BE DETERMINED AFTER SHALL PROVIDE SPRINKLING AS NECESSARY TO AWARD OF THE CONTRACT. SUBSEQUENTLY A ALLEVIATE ENGINEER DUST NUISANCE OIL AS DIRECTED 9V THE REPRESENTATIVE OF THE CONTRACTOR WILL ATTEND A WEEKLY CONFERENCE TO REVIEW PROGRESS AND DISCUSS ANY PROBLEMS THAT MAY BE INCURRED.THE TIME, PLACE AND DATE OF THESE WEEKLY MEETINGS SHALT. BE ESTABLISHED AT THE PRE-CONSTRUCTION CONTRACTOR 1-08 PROSECUTION AND PROGRESS THE C CO coNFEACTOR SHALL NOTIFY THE CITY OF REhTON 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 EOLCIA GE TELEPHONE NUMBER, AND 1-08.1Q) 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 an 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 inspector 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 lop A- full IN THE AMOUNT THE LIQUIDATED DAMAGES DO NOT INCLUDE, AND OF SSo PER HOU for employees of the Owner required to work ARE IN ADDITION TO, DAMAGES FROM COSTS FOR overtime hours. INSPECTION SUPERVISION, LEGAL EXPENSE, AND COURT The Contractor those Specifications does hereby authorize the COSTS INdJRRED BEYOND CONTRACT COMPLETION Owner to deduct such coca from the amount due or to become due DATE. THE COST OF ADDITIONAL INSPECTION AND him' SUPERVISION SHALL BE AN AMOUNT EQUAL TO ACTUAL SALARY COST PLUS 100 PERCENT FOR OVERHEAD. 1-08.3 PROGRESS SCHEDULE(REPLACED) IMMEDIATELY AFTER EXECUTION AND DELIVERY OF 08.11 OVERTIME WORK BY OWNER E THE CONTRACT, AND BEFORE THE FIRST PARTIAL EMPLOYEES 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 8 hours per da 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 S50 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 notify the contractor of its TO THE CONTRACTOR IN ACCORDANCE WITH THE intent to require said inspection. Said casts 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 OF MAKINGTHEREON. PURPOSE THECOST INCURRED ONPART MAKING UP ANY OOF 1-08.12 CONTRACTOR'S PLANT AND EQUIPMENT THESE SCHEDULES WILL BE USED ONLY FOR (NEM 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 SUBCONTRACTOR'S �LAAT BEHIND THE SCHEDULE OF THIS FIRST PROGRAM THE AND EQUIPMENT, THE OWNER SHALL HAVE THE RIGHT CONTRACTOR SHALL,UPON REQUEST PROMPTLY SUBMIT TO MAKE USE OF THE CONTRACTOR'S PLANT AND REVISED SCHEDULES IN THE SAME CORM AS SPECIFIED EQUIPMENT IN THE PERFORMANCE OF ANY WORK ON HEREIN SETTING OUT OPERATIONS METHODS AND THE SITE OFTHE WORK THE OWNER OF SUCH P_ NIAND GHT WOOkY, Erc,, BY WHICH THE LOST TIME WILL BE EQUIPMENT UIPNT ADDED LABOR FORCES Ok WORKING gHiFTs THE USEBSHALL BE CONSIDERED AS EXTRA WORK AND ' MADE UP AND CONFER WITH THE ENGINEER UNTIL AN PAID FORACCORDINGLY. APPROVEb MODIFICATION OF THE ORIGINAL SCHEDULE NEITHER THE OWNER NOR THE 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 NECESSARY 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 AREAS. EXECUTION OF THE WORK ACCORDING TO THE ACCEPTED SCHEDULE OF CONSTRUCTION OF APPROVED MODIFICATIONS THEREOF, IS HEREBY MADE AN OBLIGATION OF THE CONTRACT. ' Sugglemental S ecifications ev. aLe Division 1 Supplemental Specifications City of Renton 1-08.13 ATTENTION TO WORK (NEWS THE 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 WHHO�fi � BE iUE LLEGAL TOOLS AND LABO WITHOUT DELAY AND W REPRESENTATIVE 00 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(NEVI 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 ITEM,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 CONC'REIE BARRIER' FOR BRIDGE" ETC. WITH THE INTENT OF CLARIMNG SPECIFIC fJSE OF THE OR I THE WORDS • - SITE (SITE DESIGNATIO WITH THE INTENT OF CLARIFYING WHERE A •�ECLFIC ITEM OF WORK IS TO BE PERFORMED. MODIFICATION OF PAYMENT ITEMS IN THIS MANNER SHALL IN NO WAY CHANGE THE INTENT OF THE SPECIFICATIONS RELATING TO THESE ITEMS. SuRplemental S cifications (Rev. aQe10 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 by the Engineer, the Contractor shall save the ftiner p —FREE DRAINING material from excavations or borrow pits for use in to rock fills. If selected materials suitable for topptn are available,the State will pay for them as described in Section M-0 10). If such materials are not available on site} 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 144.4. 2-033(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 fmu width from the top to timber,chippsc,,or firewood produced by clearing,grubbing,or roadside ffie bottom of the embankment Slop" shall be compacted to the cleanup. The Contractor shall not allow the public to fell trees xQv�d density as part of embankmentcompaction. The Contractor shall meet all requirements of state, county, and During grading operations,the Contractor chap shape the surfaces municipal regulations regarding health,safety,and public welfare in the of embankments and excavations to uniform cross-sections and d' 1 of a debris. eliminate all ruts and low places that could hold water. On a tangent, the Contractor shall raise the center of the embankment above the sides. On a sidehill,the high point of any layer ALL 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 20 feet. SALVAGED BY THE OWNER OR THE CONTRACTOR OR DISPOSED OF BY ANOTHER APPROVED METHOD ARE TO 2-033 41C COMPACTING EARTH BE DISPOSED OF AT A LANDFILL APPROVED AND 110ENSED BY THE APPROPRIATE GOVERNING BODY. EMBANKMENTS(REVISED ' shall 2.01.3(4)ROADSIDE CLEANUP1DELETED) Moisture Content.Within the limits described below,the Contractor 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 A B,the moisture content of the material shall 2-02.3(2) REMOVAL OF PAVEMENT.SIDEWALKS. not exceed 3 percent above the optimum determined by the tests AND CURBS (REVISION) described in Section 14)D. If the material contains too little moisture to compactin ,the Engineer}any order the Contractor to water the matesa specific amounts. In this case,the State will For dearin&grubbing,or clearing and grubbing combined,the unit pay the unit contract price for water(Section 2-07). contract p:ioe per acre or lumpsum,shall be full pay for all work as described to Sectroa nI. TJx tate will pay as follows for any of these bid items included in the proposal: 2-03.3(14)E UNSUITABLE FOUNDATION 1. 'Ckaring",per acre. EXCAVATION(ADDITION) 2 Grubbing',per acre. Payment for grubbing structure sites which would not otherwise grubbed will not be d for under 'Grubbing•. Instead Birch wo MATERIALS EXCAVATED FROM THE ROADWAY OR shall be included in the unit contract prices for'&rvcture 1xcavation' CHANNEL CHANGE PRISMS, WILL NOT BE CLASSIFIED AS or some other category. UNSUITABLE FOUNDATION EXCAVATION UNLESS THE 30 '= and Grubbitg-,per acre or lump sum. OPERATION MUST BE BY SPECIALCOMPL1SHEDVATI Y DRAGLIMETHONE G9,6" REQUIRING DIFFERENT EQUIPMENT FROM THAT USED FOR ROADWAY EXCAVATION IN WHICH CASE MEASUREMENT AND PAYMENT AS 'UNSUITABLE FOUNDATION EXCAVATION'ON A PER CUBIC YARD BASIS 104*4 S. WHEN AN AREA WHERE PAVEMENT HAS BEEN WILL APPLY. REMOVED IS TO BE OPENED TO TRAFFIC BEFORE PAVEMENT PATCHING HAS BEEN FINISHED 2-03.3(14)F DISPLACEMENT OF UNSUITABLE TEMPORARY MIX ASPHALT CONCRETE PATCIl FOUNDATION MATERIALS (DELETED) SHALL BE REQUIRED. TEMPORARY PATCHING ) SHALL BE PLACED TO A MINIMUM DEFM OF 2 INCHES IMMEDIATELY AFTER BACKFILLING AND COMPACTION ARE COMPLETED AND BEFORE THE ROAD IS OPENED TO TRAFFIC. 2-03.3(14)I 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 fillipg around the ends of trestles and bridges, 2-025 PAYMENT(ADDITION) the area defined in Section 4-GI.>�1-012 The Contractor shall begin and complete this work as soon as possible after each bridge is 2. -SAW CUTTING,-PER LINEAL FOOT. completed or when the Engineer requires. 3. 'COLD 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 ITEM. ti SuRplemental Specifications (Rev. ape Division 2 Supplemental Specifications City of Renton 2-03.4 MEASUREMENT(ADDITION) PEAT, MUCK, SWAMPY OR UNSUITABLE MATERIALS, INCLUDING BURIED LOGS AND STUMPS. AT THE DISCRETION OF THE ENGINEER, ROADWAY EXCAVATION BORROW EXCAVATION, AND UNSUITABLE 2-09.3(1)D DISPOSAL OF EXCAVATED MATERIAL FOUNDATI01�EXCAVATION-BY THE CUBIC YARD MAY BE (REVISED) MEASURED BY TRUCK IN THE HAULING VEHICLE AT THE 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 SECTION 2-033(7)Co DATE,AND BE APPROVED BY THE ENGINEER. 2-03.5 PAYMENT(REVISED) 2-09•3(,j)E BACKFILLTNG 1. BACKFILL SUPPORTING ROADBED, ROADWAY When the proposal includes any of the following bid items,the State EMBANKMENTS, OR STRUCTURES PLACED IN will pay as follows: HORIZONTAL LAYERS NO MORE THAN 6 INCHES 1. 'Roadwa Excavation' or 'Roadway Excavation—Area A THICK WITH EACH LAYER COMPACTED TO 95 �`,ppeer cubic yard. PERCENT OF THE MAXIMUM DENSITY �VVhen the Engineer orders excavation 2 feet or less below DETERMINED BY THE COMPACTION CONTROL subrade,unit contract prices for roadway excavation and haul TEST,SECTION 2-033(14)D. shad apply. If he orders excavation more than 2 feet below subgrade,that part below the 2-foot de th shall be for as p%'ded rn Section—;<"A 2-W(3) Muitable Foundation 2-09 3(4) CONSTRUMON REQUIREMENTS Excavation. In this case,all items of work other than roadway STRUCTURE EXCAVATION,CLASS B (REVISED) excavation shall be paid at unit contract pricer. The unit contract price per cubic yard shall be full pay for excavating, loading, placing or otherwise disposing of the The above mquiremenu for structure excavation Class A,shall apply material. For haul, the unit contract price as provided in also to structure excavation Class B. In addition,the Contractor shall Section 2-04 shall apppply,except when the pay item is shown as follow Division 7 as it applies to the specific kinds of work. including haul. In that case the unit contract price per cubic The hole for any catch basin or manhole shall provide at least 1 foot lard shall include haul of clearance between outside structural surfaces and the undisturbed 3. Unsuitable Foundation Excavation', r cubic yard earth bank. If workers enter any trench or other excavation 4 feet or more in depth that dots not meet the open it requirements of Section 2 fin ezen 2 04 rhall 093(3)B,it shall be shored and rn"bbed. The Contractor alone shall be �ee risible for worker cafe and the StateeAlb: assumes no risibility. Wshe soon On_ HEN THIS BID ITEM APPEARS IN THE SCHEDULE -hall refflo-2, Rf-ha SHALL F PRI BE�UULL COMPENSATIONCONTRACT �FOR EXCAVATIN PER CUBIC G , LOADING PLACING OR OTHERWISE DISPOSING O THE MATI~RAAL INCLUDING HAUL WHEN NO BID ITEM FOR 'UNSUITABLE ON ALL WORK IN WHICH TRENCH EXCAVATION FOUNDATION EXCAVATION' APPEARS IN THE W I L 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 WASHINGPON INDUSTRIAL APPEARS IN THE SCHEDULE OF PRICES THE SAFELY AND HEALTH ACT, CHAPTER 49.17 RCW IS PAYMENT SHALL BE AS SET FORTH IN SRhON 2- REQUIRED. 095.7. The Contractor must submit six sets of plans before shoring or WHEN NEITHER OF THE ABOVE ITEMS IS PROVIDED cnbbing. These must meet the plan requirements set forth in Section IN THE CONTRACT SUCH WORK AS MAY BE 2-093(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 1.04A. 7. 'Embankment Comine ioa',per cubi"yard-. 2-09.4 MEASUREMENT(REVISED) i tries i q+aaflt�tia6ad' payment for embankment compaction will not be made as a separate to item. All costs for embankment compaction shall be included in other bid items MAI involved. Unless otherwise provided,the work de=''bed in Section 2-03 3(14), NO SPECIFIC UNIT OF SHALL APPLY TO Embankment Coostructioa, than be incidental to other pay items THE LUMP SUM ITEM OF SHORING AND CRIBBING OR involved. EXTRA EXCAVATION CLASS B. 2-04.5 PAYMENT(REPLACED) 2-09.5 PAYMENT(ADDITIOND ALL COSTS FOR THE HAULING OF MATERIAL TO, FROM 7 •SHORING AN DCRIBBING OR EXTRA EXCAVATION OR ON THE JOB SITE SHALL BE CONSIDERED INCIDENTAL CLASS B',PER LUMP SUM. TO AND INCLUDED IN THE UNIT CONTRACT PRICE OF THE UNIT CONTRACT PRICE PER LUMP SUM SHALL BE OTHER UNITS OF WORK FULL PAY FOR THE CONSTRUCTION AND REMOVAL OF SHORING AND CRIBBING. THE UNIT CONTRACT PRICE PER LUMP SUM SHALL BE FULL PAY FOR ALL EXCAVATION, BACKFILI,COMPACTION, AND OTHER WORK REQUIRED 2-09 STRUCTURE EXCAVATION WHEN ERA EXCAVATION IS USED IN LIEU OF CONSTRUCTING SHORING AND CRIBBING. IF SELECT BACKFILL MATERIAL IS REQUIRED FOR BACKFILLING WITHIN THE LIMIT'S OF THE STRUCTURE EXCAVATION, IT SHALL ALSO BE REQUIRED AS BACKFILL MATERIAL FOR 2-09.1 DESCRIPTION(ADDTTIOM 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. ape 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 rIEM( E S) REQUIRING EXCAVATION AND NO FURTHER COMPENSATION SHALL BE MAD 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 CONDUrr SHALL BE CONSIDERED INCIDENTAL TO THE PRICE PAID FOR THAT PIPE, CULVERT OR CONDUrr 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 UNSUITABLE MATECRRIIAALISS REQUIRED BY THE ENGINEER THEN ALL LABOR, MATERIA1, AND EQUIPMENT UI RIT , AND DISPOSE OF MATERIAL,SUCH LOAD EL, AND TO REPLAAL THE MATERIAL WITH FOUNDATION MATERIAL CLASS A OR CLASS B SHALL BE PAID IN THE BID rrEM 'FOUNDATION MATERIAL CLASS A OR ADDITIONALPAYMF�NTON 9�3 B�J PER TON AND NO 2-10 DITCH AND CHANNEL EXCAVATION 2-11 TRIMMING AND CLEANUP 2-11.3 CONSTRUCTION REQUIREMENTS The contractor shall: L Trim shoulders and ditches to produce smooth surfaces and uniform suss-sections that conform to the grades set by the Engineer. 2 Open and dean all channels, ditches, and gutters to ensure pproper drainage. 3. Dtess 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 uired cross-section. 7. REMOVE TREES SNAGS DOWN TIMBER,UPTURNED STUMPS, LARGh RO&C 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 I OBLITERATE ABANDONED ROADS AND RESHAPE THE AREAS TO BLEND NATURALLY WITH SURROUNDINGS. The Contractor shall not L Use heavy equipment (tractors, graders, etc) to trim the shoulders of an ensting or new bituminous surface. 2 Dra push, or scrape shoulder material across completed surfacing or pavement. When the contract requires the Contractor to rebuild pan 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. U Su lementaI S ifications ev. ) Pa2e City of Renton Supplemental Specifications Division 3 DIVISION 3 ' PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-03 SITE RECLAMATION 3-03.21,1, STATE-PROVIDED SITES (REPLACED) ALL BORROW, QUARRY OR PIT SITE'S 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 STIES 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) OF of Geetroc' -Red vigil !be e0ndi"Gffii "Ad ALL RROW, UARRY AND P STIES OF OVER THREE ACRES IN SIZE OF DISTUAED 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-Mined Land Reclamation Act of Wshington and the rules and regulations adopted by the Department of Natural Resources When the Contractor obtains an operating permit from the Department of Natural Resources, evidence of such approval shall be furnished to the Engineer prior to any wrork within the site. 77 f'oULTIMATE RECLAMATION PLAN ARE NOT REQUIRED FOR BORROW QUARRY OR PIT SITES NOT MEETING THE ABOVE CRTTERU�OR FOR STOCKPILE OR WASTE STIES. However,all , such sites shall be reclaimed to the extent 11CCeSSaly to control erosion and provide satisfactory appearance conument with anticipated future COMPLIANCE: WITH THE STATE ENVIRONMENTAL POLICY ACT (SEPA) IS REQUIRED FOR STIES 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. STIES INVOLVING MORE THAN SW 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. Amin Under no circumstance will the dIntractor be allowed to waste material within a wetland as defined in Section 2-03.3(7). SURRtemental S ecifications (Rev. ape City of Renton Supplemental Specifications Division 4 DIVISION 4 BASES A MIX DESIGN THE MD{ DESIGN REQUIREMENTS FOR ASPHALT ST04A� BASE SHALL BE AS DESCRIBED IN SECI70N 1 Su lemental S ecifications ev, ape City of Renton Supplemental Suecifications Division 5 _-02 3 31 APPLICATION OF ASPHALT(REVISED) DIVISION 5 SURFACE TREATMENTS AND AsphaltApplication Rate PAVEMENTS (G p ) (Lb pli�t`yd) Class A ' Prime Coat 0 49 Qj 3/4'-1/2' 30 40 0A0-0.55 Tack Coat 0.3S4150 1 4--0/4- �30 5-02 BITUMINOUS SURFACE Cass B 5 5/8•-1/4' 25A0 TREATMENT class C o,40 0 S in'i/4' � 035-0,50 20-30 5-021(1) BrrUMINOUS SURFACE TREATMENT Class D 0.20-0.35 3/8•410 1�8-25 CLASS A (REVISED) Pre Seal 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 Te9 pP asp can be covered with aggregate within throe ONE minutes from the toe THREE applications of aggregate as specified. The second time of a liation upon any part of the sptea& a liation(tack coat)shall be applied not less than ten days after the IF FIEM CONDITIONS WARRANT, THIS TIME MAY BE fu�at application(prime coat)for cutback asphalts and as approved by INCREASED AS DESIGNATED BY THE ENGINEER the Engineer for emulsified asphalts. 5-02 3(l) EQUIPMENT(REVISED) 5-02.3(5) APPLICATION METHOD OF , AGGREGATES(REVISED) Rollers shall be self-pro fled pneumatic-tired or smooth-wheeled rollers EACH weighing not less than 10 tons. A minimum of three rollers shall be used. Two pneumatic-tired Spreading equipment shall be self-propelled,supported on at least rollers shall provide two complete coverages immediately behind the four pneumatic tugs,with an approved device for accurately metering spreading equipment for the coarse aggregate. The third roller which and distributin the aggegate uniformly over the roadway surface. des the final rolling shall be a smooth wheeled roller for Class A BROOMS HALL BE MOTORIZED WITH A POSITIVE provi ` ""s"`b MEANS OF CONTROLLING VERTICAL PRESSURE CONSTRUCTION OVER UNTREATED BASES. A PHEUMATIC- TIRED ROLLER SHALL BE USED IN ALL OTHER SITUATIONS. 5-02 3QA UNTREATED SURFACES(REVISED) The maxiinum rate of roller travel shall be limited to S mph. The Contractor shall apply fine aggregates, with the- eei4+eA ADDITIONAL spreadingequipment, te--tie-po-dwey—immediately The existing roadway surface shall be shaped to a uniform grade and following the l rollin of the coarse aggregate unless othertisc cross-section as shown in the plans,or as designated by the Engineer. fled in the coneraa documeats or ordered by the Engineer. The roadway shall be sprinkled,bladed,and rolled,after which the ag�egate shall be removed from the roadwayy. top 1 inch of dampened material shall be bladed back and forth across IF AFTER COMPLETION OF THE INITIAL BROOMING 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-eection ADDITIONAL BROOMING, THE CONTRACTOR SHALL shown in the plans,or staked by the Engineer. with W ll ei -04-lb el, -69 REBROOM THE AREAS DESIGNATED BY THE ENGINEER ' The entire surface shall then be rolled a smooth-wh eeled or pneumatic-tired roller, or both,as designated by the Engineer,except that the final rolling shall be accomplished with a smooth wheeled 5-02 3(2) PATCHING AND CORRECTION OF roller as speed in-Section 5-023(1). Rolling shall continue until the DEFEM(REVISED) entire roadway presents a firm and unyielding surface. In the event the compacted aggregates air IS of such gradation as to resist penetration of the CUTBACK asphalt, the Contractor shall If the Engineer determines a fog seal is necessary, ilee-Fsniiaetee loosen no more than the upper 1/2 inch of surface and relay without compaction immediately before the prime coat application. Noatraffic will be allowed on the repaired surface until the primee�d--der--as�sphak—f lea T AIRY TI!NiE coat of asphalt and aggregate is applied. DURING THE LIFE OF THE CONTRACT THE CONTRACTOR During the operation of blading and rolling,water shall be applied, SHALL APPLY A FOG SEAL OF CSS 1 M THE RATE OF 0.07 if necessary, in the amount and at the locations designated by the TO 0.18 (0.02 TO 0.05 RESIDUAL) GALLONS PER SQUARE En 'neer. 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 line, DIRECTED BY THE ENGINEER grade,and cross-wction. 5-02 4 MEASUREMENT(ADDMON) ADDITIONAL BROOMING WILL BE MEASURED BY THE HOUR t Su lemental Spetifications (Rev. ape -Division 5 Supplemental Specifications City of Renton 5-02.5 PAYMENT(REVISED) 5-04.3(17) PAVING UNDER TRAFFIC (REVISED) Asphalt for fog seal will not be considered a major contract bid During paving operations, lane stripes shall be maintained item as defined by Section 4-94.3? 1.01.2. In addition,conditions (1) throughout the protect by applyingg temporary lane stripes each day to and (2) of the first paragraph of Section 1-04.6 do not apply to this the roadway that was paved that dot . msengerary�etrip ►g{ha�Qe ict item and any impact due to an increase or decrease from plan quantity will be the sole risk of the Contractor. 7. •ADDITIONAL BROOMING' PER HOUR THE UNIT CONTRACT PRICE PER HOUR FOR feet, TEMPORARY STRIPING iouTCONSIST 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 TO REBROOM THE DELINEATE THE PATH OF TRAVEL FOR VEHICLES. ROADWAY AS SPECIFIED. ADDITIONAL INTERVALS BEIWEEN 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, reflective type to of a form suitable 1.012- IN ADDITION,CONDITIONS(1)AND(2)OF for marking asphalt or concrete pavement su cces. Biodegradable THE FIRST PARAGRAPH OF SECTION 1.04.6 DO 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 rrtanufacturcr's AN INCREASE OR DECREASE FROM PLAN specifications. QUANTITY WILL BE THE SOLE RISK OF THE CONTRACTOR 5-04.5 PAYMENT(REVISED) 5-04 ASPHALT CONCRETE PAVEMENT included pro made for each of the following bid items that are in the proposal: 1. 'Preparation Of Untreated Roadway',per mile. The unit contract price per mile for Preparation Of Untreated Road" shall be full pay for all labor,tools,and equipment required to do the work described under Section 5-04.2 MATERIALS(ADDITION) 5-043(s)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 concrete shall be included to the unit contract price per ton for'Asphalt Conc.Pavement a......'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 f ADDITION Prices of the other items of work. 2 Asphalt(grade)',per ton. The unit contract price per ton for'Asphalt(o�de)"for 11. BURNER FUEL. THE PLANT BURNER FUEL SHALL prime coat shall be full pay for furnishing and appplying the e BE RESTRICTED TO THE USE OF PROPANE,BUTANE, grade of asphalt sped,including heating,hauLng,and NATURAL GAS METHANE, COAL, NO. 1 OR NO. 2 apppplying to the roadway,and other work as hereinbefore FUEL 014 OR OTHER ACCEPTABLE BURNER FUEL described in Section 5-04.3(S)B. AS DETERMINED BY THE ENGINEER 3. •Prime Coat Agg.•,per cubic yard,or per ton. The unit contract price per cu to yard or per tat for'Prime Coat Agg.• shall be full pay for furnshing,loading,sad 5-04.3 3) ASPHALT PAVERS (REVISED) hauling aggregate to the place of deposit and spreading the aggregate in the quantities requimdby the Engineer. 4. 'Asphalt for Tack Coat",per ton. The transverse slope controller shall be capable of maintaining the The unit contract price per ton for'Asphalt for Tack Coat" screed at the desired slope within plus or minus 0.1 percent. The paver shall be full pay for all costs of materiat labor,tools,and shall be equipped with automatic feeder controls,properly adjusted to equipment necessary for the application of the tack coat as maintain a unit orm depth of material ahead of the screed. specified. If there is no bid item and a tact coat is required, Manual operation will be permitted in the construction of irregularl it shall be applied and the work shall be included in the unit shaped and minor areas.. THESE AREAS,AS DETERMINED contract prices of the other items of work. THE ENGINEER,MAY INCLUDE,BUT ARE NOT LIMITED TO 5. 'Asphalt Conc.Pavement a._ .w,per ton. GORE AREAS, ROAD APPROACHES, LEFT-TURD CHANNEL IZATIONS,AND TAPERS. 6.-MT*-,7iiI i ANEox AND/OR D RIVE WAY ASPHALT,' PER TON. 04.3 10)B CONTROL EVISED 7. 'Asphalt Conc.for Preleveling Q.w_•,ppeer ton. 5- � The unit contract rice!Zr to for'AspM Conc.Pavement Cl . .;; —M US /OR DRIVE WAY ASPHALT,'and'Asphalt Cone for Preleveling Cl. _•, shall be full pay for the furnishing of all labor,equipment, materials,and supplies required in the construction of each class of asphalt concrete pavement and approach,including CO MAY BE USED AS AN the pre lion of any existing portfand cement concrete, ALTERNATE TO THE NUCLEAR DENSITY GAUGE TESTS. brick 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 Sealing',per linear foot. '"fares speeifiii NOON OF THE NEXT WORKDAY AFTER PAVING. THE STATE SHALL BE REIMBURSED FOR THE CORING EXPENSES AT THE RATE OF S75 PER CORE WHEN THE CORE INDICATES THE ACCEPTABLE LEVEL OF COMPACTION WITHIN A LOT HAS NOT BEEN ACHIEVED. The unit contact price per linear foot for'Crack oval ASPHALT CONC Sealing'_shall be full pay for all materials,labor,tools and CLASSES B, E F, AND G CONSTRUCTED UNDER equipment for cleaning and sealing of sacks 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 fees re performed in accordance with instructions from the Engineer. The number of passes with an app" compaction train, required to attain the maximum test point density,shall be used on all subsequent paving. Su lemental S ccifications Rev. ape City of Renton Supplemental Saeciftcations Division � 14. •Removing Temporary Striping' 3. 'CEMENT CONCRETE DRIVEWAY',PER SQUARE gYARD The unit contract prices per square yard for'Cement Conc. Pavement—Day.....Ft.Section',•Unfinished Cement st�i died, Cone.Pavement.....Dayy� Ft.Section'and=Gement-Gene ALL� R THE ITF1v1,13 TEMPORARY STRIPING,&c 14 t4�ee�ea bhp a�CEMENT CONCRETE DRIVEWAY% REMOVING TEMPORARY STRIPING SHALL BE PEERR SQUARE YARD shall be full pay for all preparation CONSIDERED INCIDENTAL TO AND INCLUDED IN THE of the subgrade,for fumishing all labor,materials including UNIT CONTRACT PRICE OF OTHER UNITS OF WORK" concrete and tie bars�exeirdidew+i�wcj,equipment, 15. "Soil Residual Herbicide.....Ft.Wide',per mile. tools and all work in connection with constructing,curing 16 'Sod Residual Herbicide',per square and protectingthe pavement AND SHAM INCLUDE The unit contract price per toile for' it Residual Herbicide CONSTRUCTION JOINTS,CONTRACTION JOINTS, Ft Wide•orper ssqquare yard for'Sod Residual THROUGH JOINTS SAWCUTITNG KEYWAYS, Herbicide'shall be fuD pay for all costs of material,labor, SEALING JOINTS WHEN REQUIRIA AND DOWEL tools,and equipment necessary for the application of the BARS. herbicide as spccitied If there is no bid item and soil residual herbicide is inquired,it shall be applied and all formismag am costs for the work will be included in the unit contract prices of the other items of work. ban—speeified 17. 'Longitudinal Joint Seal%per linear foot. The unit contract price per linear foot for'Longitudinal Joint Seal'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 seat in accordance with the If the Contractor believes that the 'number of thickness Standard Plan and these Specifications. measurements 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 pavements traein,but which s not s�icall guest that additional thickness measurements be made by the mentioned in the foregoing specifications of n 5-04 En ricer. Such additional measurements will be used in determining , shall be performed by the Contractor and all costs therefor shall be included is the hail contract prices of the other the average thickness variation. The location of all additional thickness items of writ measurements will be determined by the Engineer except that they will be spaced not closer than 200 feet. foal THE 5-05 CEMENT CONCRETE PAVEMENT • COST OF ALL SUCH ADDITIONAL MEASU MADE. INCLUDING FILLING OF THE CORE HOLES W17Ti 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 dctermrnm&the amount of water required for roper consists of concrete,the Engineer may use the Method of Test for Slump of Portland Cement Concrete,WSDOT Test Method No.804. UNLESS OTHERWISE AUTHORIZED BY THE ENGINEER, IRE SLUMP FOR PAVING CONCRETE SHALL BE 1 PLUS OR MINUS 1/4 INCH WHEN MEASURED WITH THE SLUMP CONE WHEN HAND COMPACTING AND FINISHING IS PERMITTED, THE SLUMP SHALL NOT EXCEED 2 INCHES. imehes—TGX amount of water to secure the desired workability of the concrete and to prevent honeycombing and rode pockets will be determined by the Fagineer. 5-05,3(11) FINISHING(REVISED) The pavement shall be given a final finish surface by texturing with a comb perpendicular to the center line of the pavement. The comb shall produce striations approximately 0.015 foot in depth at approrumatety 1/Irinch spacings in the fmh concrete. The aauat const nominal deppt of the striations shall be determined is the field by the Engineer. The comb shall be operated mechanically either singly or.in >�with several placed end to sad. Fia lurks!' g shall take place.vith the ekmeats of the comb as nearly perpendicular to the concrete suuface as is practial,to eliminate drag�ng the mortar. If the striation ognipntent Ied IF THE PAVEM hpparrtswonot br toaepeps previous�yeagpproved, reset section shall be HASARAISED CURB oWITHOUTipA FORMED CONCRETE GU THE TE)CTURING SHALLEND 2 FEET FROM THE CU THIS 2-FOOT UNIEXTURED STRIP SHALL BE HAND FINISHED WITH A STEEL TROWEL. 5-05.3(18) CEMENT CONCRETE j APPROACH(DRIVEWAYS) (ADDITION) CONCRETE FOR DRIVEWAYS SHALL BE CLASS A(3/4) AS SPECIFIED IN SECTION 6-02X2). THE MAXIMUM SLCTU P SHALL NOT EXCEED 5 INCHES. r 5-055 PAYMENT(REVISED) Su lemental S ifications (Rev. aee 3 City of Renton Supplemental Specifications Division 6 6-02.3 1LCLASSIFICATION OF STRUCTURAL DIVISION 6 CONCRETE (ADDITION) STRUCTURES IF THE ENGINEER APPROVES IN WRITING, THE CONTRACTOR MAY USE A CLASS OF CONCRETE WITH A HIGHER 28-DAY DESIGN STRENGTH THAN THAT REQUIRED IN THE SPECIAL PROVISIONS, PLANS, AND OR 6-015 ERECTION METHODS (ADDITION) THESE SPECIFICATIONS. ANY REQUEST FOR A CHANGE SHALL BE IN WRITING. THE CONTRACTOR SHALL BEAR ' ANY ADDED COSTS THAT RESULT FROM THIS CHANGE THE ERECTION PROCEDURE SHALL BE REVIEWED BY TH E STEEL TO PRIOR O BEING SUBMITTED TO 6-02 3(2 CONSISTENCY(REVISED) 6-01.6 VAGA#T LOAD RESTRICTIONS ON Stem tests shall follow WSDOT Test Method No. 804. &w BRIDGES UNDER CONSTRUCTION. (NEWS ae UNLESS THE LANS SPECIFICATIONS, OR SPE�ONS STATE OTHERWISE, THE MAXIMUM BRIDGES UNDER CONSTRUCTION SHALL REMAIN SLUMP SHALL BE: CLOSED TO ALL TRAFFIC, INCLUDING CONSTRUCTION 1. THREE INCHES FOR CONCRETE PLACED IN ALL EQUIPMENT UNTIL THE SUBSTRUCTURE AND THE FOOTINGS BOX GIRDER BOTTOM SLABS BRIDGE SUPERST'RUL-IURE,THROUGH THE ROADWAY DECK,ARE APPROACI� SLABS, AND ROADWAY DECtIC SLABS COMPLETE FOR THE ENTIRE STRUCTURE, EXCEPT AS (INCLUDING THE SUPERSTRUCTURE OF FLAT SLAB PROVIDED HEREIN. COMPLETION INCLUDES RELEASE OF BRIDGES). FOR CONCRETE THAT IS TO BE ALL FALSEWORK, REMOVAL OF ALL FORMS AND ATTAINMENT OF THE MINIMUM DESIGN CONCRETE DEPOSITED UNDER WATER STRENGTH AND SPECIFIED AGE OF THE CONCRETE IN I FOUR INCHES FOR ALL OTHER CONCRETE— 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&023(2). TRAFFIC(EQUIPMENT). IF NECESSARY AND SAFE TO DO NT SO AND IF THE 6-023(6) PLACING CONCRETE(REVISED) CONTRACTOR REQUESTS IT IN WRITING �ItTE ENGINEER MAY APPROVE TRAFFIC ON A BRIDGE 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 SUBGRADH; EQUIPMENT LOADING. 2. AGAINST OR ON ICE-COATED FORMS, B. DESCRIBE THE LOADING ARRANGEMENT REINFORCING STEEL, STRUCTURAL STEEL, MOVEMENT AND POSITION OF TRAF-Fle CONDUITS,PRECAST MEMBERS,OR CONSTRUCTION ((EEQQUIPM ON THE BRIDGE. JOINTS; C. PROVIDE STRESS CALCULATIONS PREPARED BY 3. UNDER RAINY CONDITIONS- PLACING OF (OR UNDER THE DIRECTION O A PROFESSIONAL CONCRETE SHALL BE STOPPED BEFORE THE ENGINEER,LICENSED UNDER T�18 RCW,STATE QUANTITY OF SURFACE WATER IS SUFFICIENT TO OF WASHINGTON AND CARRYING THE AFFECT OR DAMAGE SURFACE MORTAR QUALITY PROFESSIONAL ENGINEERS SIGNATURE AND SEAL, OR CAUSE A FLOW OR WASH OF THE CONCRETE AND ' D. STATE THAT THE CONTRACTOR ASSUMES ALL RISK SURFACE; FOR DAMAGE �4• In an foundation until the Engineer has approved its depth CONSTRUCTION TRAFFIC SHALL NOT OCCUPY THE and character, STRUCTURE UNTIL THE ENGINEERS APPROVAL HAS BEEN u I any forest until the Engineer has approved it and the OBTAINED IN WRITING. placement any reinforcing in it;or CONTRACT PRICES SHALL COVER ALL COSTS �' o any workk th area where vibrations from nearby work driving ASSOCIATED WITH PREPARATION AND SUBMITTAL OF st rxr pulling piles, etc.) may harm the concrete's initiall set or THE REQUEST AND OPERATION OF APPROVED TRAFFIC strength. ((EQUIPMEND AS OUTLINED HEREIN. NOTHING IN THIS SECTION .EFFECTS THE CONTRACTOR'S OTHER 6-02.3,66)A WEATHER AND TEMPERATURE RESPONSIBLITIES UNDER THESE SPECIFICATIONS OR LIMITS TO PROTECT CONCRETE UNDER PUBLIC HIGHWAY LAWS 6-01.12 FINAL CLEANUP)ADDITION) immediately Any concrete placed in air temperatures below 35 de F shall be mediately surrounded with a heated enclosure e61 Ter AIR TEMPERATURE WITHIN THE CLOSURE THE CONTRACTOR IS ADVISED THAT AFTER THE Sa=E MAINTAINED BETWEEN SO AND 90 DEGREES F STRUCTURE IS COMPLETE,A REPRESENTATIVE(S) OF THE AND THE RELATIVE HUMIDITY SHALL BE ABOVE 80 DEPARTMENTS 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 6-023(11), WHICHEVER IS VERIFY CERTAIN CONTRACT DETAILS, TO PROVIDE A LONGER BASELINE CONDITION ASSESSMENT OF THE STRUCTURE, The Contractor shall stop adding AND TO IDEN hours IDENTIFY ANY POTENTIAL MAINTENANCE moisture 24 before removing the heat Extra protection shall be FEATURES provided for areas especially vulnerable to freezing (such as exposed top surfaces,corners and edges,thin sections,and concrete placed into steel forms). 6-02 CONCRETE STRUCTURES 6-02. VIBRATION OF CONCRETE (REVISED) 3. Insert the vibrators slowly to a depth that will effectively vibrate c a�rTHE FULL DEPTH OF 6-02.2 MATERIALS EACH LAYER, PENETIZATING INTO THE PREVIOUS LAYER ON MULTLLAYER POURS; 4. Protect partially harden Fwew�ia�crete (I.E., NON- ELASTOMERIC BEARING PADS.._..........__..........._...._....9-31 PLASTIC _ WHICN P NTS VIBRATOR PENETRATION WHEN ONLY ITS OWN WEIGHT IS APPLIED)by preventing the vibrators from penetrating it or making direct contact with steel that extends into it; ' - Su lemental S ecirications (Rev. _ ape Division 6 Supplemental Specifications City of Renton 6-02.3(10) ROADWAY SLABS (REVISED) 6-02.3(17)C BRACING (REVISED) If the plans cal] for an asphalt concrete overla , (I O BE On prestressed girder spans, the Contractor shall install X- CONSTRUCTED UNDER THE SAME CONTRA SUCH AS BRACING beaess-between girders AT EACH END AND MIDSPAN ASPHALT CONCRETE,LATEX MODIFIED CON EPOSY to prevent LATERAL movement or rotation. he CONCRETE, OR SIMILAR, the Contractor shall produce the final THIS BRACING S BE P AC finish by dragging a strip of damp,seamless burlap lengthwise over the IM IATELY R ERECTION OF THE GIRDERS. THE full width o the slab or by broomingg it lightly. A burlap drag shall BRACING SHALL NOT BE REMOVED UNTIL THE equal the slab in width Apprordtrtately 3 feet of the drag shall contact DIAPHRAGMS OR ROADWAY SLAB ARE CAST AND CURED the surface,with the least passible bow in its leading edge It must be FOR A 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 inuse,it shall be lifted dear of the slab. THE GIRDER TO 0EQUATELY SUPPORT THE FORM LOADING. WHEN BRACES STRUTS, OR TIES ARE REQ6-02.3(11)A CURING AND FINISHING CONCRETE THE�Cotvi`RUcTOR THEY f�AN BE HALL BE NED AND DETAILED NTHE TRAFFIC AND PEDESTRIAN BARRIER FALSEWORK/FORMWORK PLANS SUBMITTED TO THE REVISED) ENGINEER IPs SHALL BAPPROVAL FURONI ED ANDT!HES BRACES, ALLEEDD B'AND THE 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 6-02 3(17)G&LAB CONCRETE FORMS ON STEEL ' substances in either of two ways•. (1)by Irglht sandblasting and washing with water or(2)6y raying with a water et. SPANS(REVISED) ;�pA..� THE WATER JET EQUIPMENi S USE CLEAN F'RE,SH WATER AND SHALL PRODUCE(AT THE NOZZLE)AT filab-CONCRME forms on all steel structures shall be removable LEAST 15M PSI WITH A DISCHARGE OF AT LEAST THREE and&hall not remain in place. Where needed, the forms shall have GPM. THE WATER JET NOZZLE SHALL HAVE A 25-DEGREE TIP AND SHALL BE HEIR NO MORE THAN NINE INCHES openings for truss-or girder members Each opening shall be large , enogh to kave at least 1-%inches between the concrete and steel on FROM THE SURFACE BEING WASHED. all sides of the steel member after the forms have been removed. Unit contract prices cover all costs related to these openings. 3. THE TEN-DAY CURING PERIOD, 6-02 3(1 J REMOVAL OF FALSEWORK AND REMOVE THE CURING COMPOUND COMPLETELY BY LIGHT SANDBLASTING OR FORMS (REVISED) BY SPRAYING WITH A HIGH-PRESSURE WATER JET TO PRODUCE AN EVEN SURFACE Th- APPEARANCE. THE WATER JET EQUIPMENT SHALL USE CLEAN FRESH WATER AND SHALL THE CONTRACTOR MAY O SIDE RMS, TRAFFIC PRODUCE(AT THE NOZZLE)AT LEAST 25W PSI BARRIER FORMS, AND PEDESTRIAN BARRIER FORMS W A DISCHARGE OF LEAST 4 GPM. THE AFTER 24 HOURS IF THESE FORMS ARE MADE OF STEEL WATER JET NOZZLE SHALL HAVE A 25- OR DENSE PLYWOOD AN APPROVED WATER REDUCING DEGREE TIP AND SHALL BE HELD NO MORE ADDITIVE IS USED AID THE CONCRETE REACHES 1,400 PSI THAN NINE INCHES FROM THE SURFACE BEFORE FORM R NOVAL But this compound shall not be BEING CLF.a►IVP.D. 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 forms after 24 hours if an approved water reducing additive is used and the concrete reaches 1,400-psi before form removal. This strength shall be If the plans require a roughened surface on the joint,the Contractor pproved by test evlmders made from the last concrete laced into the shall strike it off to leave corrugations at right angles to the length of loan. The cylinders shall be cured according to WSDOT Test Method the member. The grooves shall be at least li-inch wide,FROM-a*" No.809 Method 2. ks4 Yi a -inch bout me maps tkaa TO Ye4nch 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 supports w%hthout being the required roughness,the Contractor shall repeat the process before shored, to or supported on, the bottom slab. These forms supports the concrete reaches initial set. TThe final surface shall be dean and shall be fastened as near as possible to the top of the web walls. without laitance or loose material. Unless the plans call for their removal the imener roadway slab INTERIOR forms FOR CON 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 REVIS of the ground or water. Sections 6.023(7)and 6-023(8) govern form ( ED) removal for concrete exposed to sea water or to alkaline water or soil. The forms inside of hollow piers girders, abutments, etc shall be To streamline the plan approval process,the Contractor may request rem THE openings 9hOWNIN THE PLANS.p"ide preapproval on form plans for abutments, wirrls, diaphragms, retaining walls, columns, Orders and beams, BOX CULVERTS, railin and bulkheads Plans for falsework supporting the roadway slab for interior spans between precast prestressed concrete girders 6-02.3(18) PLACING ANCHOR BOLTS(REVISED) may also be submitted for preapproval. Other falsework plans, however,shall not be preapproved,but sMU be approved as required 2. If the bolts are set in drilled boles,hole diameter shall exceed in Section 6-023(16)A. bolt diameter by at least 1 inch. GROUTING SHALL COMPLY WITH SECTION&WA20)AS AMENDED. 6-02.3(17)A CAPS.PILING.POSTS.AND MUDSTLLS 3. If the bolts are set in pipe, ggrroouting shall comps with the requirements for grouting slhoes m Section i�6 (,ADDITION) 023(20)AS AMENDED. 4. If freezing weather occurs before bolts can be bolted into The Contractor shall support all falsework on either driven piling or sleeves OR HOLES,THEYtIw4kovee-shall be filled with an mudsills. All piling, post, or mudsill shall be designed to carry the approved antifreeze solution(nonevaporating). maximum design load plus all construction equipment. If the plans call for piling or foundation shafts to support permanent structures, the 4-023(19) ELA&T-0MERIC BRAIt�i-RI B$ Contractor may not use mudsills for falsework unless the under�iy�'ng soil passes the settlement test described in this section. WHEN ]BRIDGE BEARINGS (REPLACED) USING PILING TO SUPPORT THE FALSEWOM THE CONTRACTOR'S FALSEWORK PLANS SHALL SPECIFY THE MINIMUM REQUIRED BEARING AND PENETRATION FOR THE PILING. Su lementaI S ecMcations ' ev. ape Qty of Renton Supplemental Specifications Division 6 6-02.3(19)A ELASTOMERIC BEARING PADS 1. BUILD A FORM APPROXIMATELY 4 INCHES HIGH WITH SIDES 4 INCHES OUTSIDE THE BASE OF EACH LADDITIONI MASONRY PLATE; 2. FILL EACH FORM TO THE TOP WITH GROUT- THE CONTRACTOR SHALL USE RUBBER CEMENT TO 3. WORK GROUT UNDER ALL PARTS OP EACH BOND THE LOWER CONTACT SURFACE OF ELASTOMERIC MASONRY PLATE; BEARING PADS TO THE STRUCTURE. 4. REMOVE EACH FORM AFTER TIM GROUT HAS HARD5. REMOVE GROUT OUTSIDE EACH MASONRY 6-023(19)B BRIDGE BEARING ASSEMBLIES PLATE TO THE BASE OF THE MASONRY PLATE, DTTION) 6. BEVEL OFF THE GROUT NEATLY TO THE TOP OF AND 7. PLACTHE E O ADYbMONAL LOAD ON THE MASONRY FOR ALL FIXED,SLIDING, OR ROLLING BEARINGS,THE PLATE UNTIL THE GROUT HAS SET AT LEAST 72 CONTRACTOR SHALL.: HOURS 1. 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 MOMENT OF THE BEARING- MINIMUM STRENGTH OF 4 000 PSI, THE ANCHOR BOLT I POLISH ALL SLIDING SURFACES- NUTS SHALL BE TIGHTENE TO SNUG-TIGHT. SNUG- I 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 EFFORT OF A MAN USING A SPUD WR QL 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 S. AVOID PLACING CONCRETE IN SUCH A WAY THAT THE NUT. IT MIGHT INTERFERE WITH THE FREE ACTION OF -ANY SLIDING OR ROLLING SURFACE: GROUT PLACEMENT UNDER STEEL BEARINGS SHALL 6-02.3L1 OPENING TO TRAFFIC EVISED) COMPLY WITH SECTION 6023(20)AS AMENDED. ABRIDGES with a roadway slab made of portland cement 20sb �4AIW-BBAR '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 ATTAINEDnaeb" the minimum ultimate strength. This strength (REPLACEDI 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 concrete was placed and never before the En�tneer has approved.FOR LOAD RESTRICTIONS ON BRIDGES UNDER ' CONSTRUCTION,REFER TO SECTION 6-01A 6-02.3(24)A FIELD BENDING (REVISED) is are If the plans call for field bending of steel reinforcing bars, the Contractor shall bend them in keeping with the structure configuration MIX and the plans. Gre— so p�, Bending 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 YY THE bending plan from the tractor. Approval for such bending will be MANUFACTURER, OR THE GROUT SHALL BE PRODUCED given only for bars smaller than Size Nop14. USING TYPE 11 PORTLAND CEMENT, FINE AGGREGATE Held bending shall not be done CLASS 1 AND WATER, IN ACCORDANCE WITH THESE 1. On bars Stu temperature ors lows SPF.CIFLCATTONS 2. When air temperature is louver than 40 degrees F, G : 3. W means of hammer blocs or pipe sleeves,or ROUT SHALL MEET THE FOLLOWING REQUIREMENTS 4. bile bar temperature is in the range of 400 to 700 degrees F. PSOMEMENT COMPit MSIVE SrPJE arH In field-bending steel reinforcing bars,the Contractor shall: TEST MEMOD AAstino T 106 1. Make the bend gradually, VALUES 4,=PSI®7 DAYS r GROUT SHALL BE A WORKABLE MIX WITH FLOWABILITY 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 GROUT A MATERIAL SAMPLE AND LABORATORY TEST FOR BENDING BARS SIZES NO. 6 AND SMALLER DATA kom AN INDEPENDENT TESTING LABORATORY WHEN THE BARS HAVE BEEN PREVIOUSLY BENT. SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL PREVIOUSLY UNBENT BARS OF SIZFrS NO. 6 AND WITH THE REQUEST FOR APPROVAL OF MATERIAL SMALLER MAY BE BENT WITHOUT HEATING; CURCES. 2.IF THE CONTRACTOR ELECTS TO USE A GROUT % CONSISTING OF TYPE 11 PORTLAND CEMENT FINE e�}� AGGREGATE CLASS 1, AND WATER, THE MIX 3. USE BENDING TOOL F.QUIPI'ED 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 FOR APPROVAL OF MATERIAL SOURCES. THE CONTRACTOR SHALL RECEIVE APPROVAL FROM THE ENGINEER BEFORE USING THE GROUT. 4. LIMIT BEND TO THESE HMS: 135 BEFORE PLACING GROUT,THE CONCRETE ON WHICH IT DEGREES FOR BARS SMALLER THAN SIZE NO. 9, IS TO BE PLACED SHALT. BE THROOUGHLY CLEANED AND 90 DEGREES FOR BARS SIZE NO. 9 THROUGH ROUGHENED AND WETTED WITH WATER TO ENSURE NO.11;AND PROPER BOLDING. THE GROUT PAD SHALL BE KEPT 5. STRFIGHTEN BY MOVING A HICKEY BAR(IF USED) CONTINUOUSLY WET WITH WATER UNTIL 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 concrete; CLEANED AND WETTED TO ENSURE PROPER BONDING. 2. Insulate any concrete within 6 inches of the heated bar area; TO GROUT BRIDGE BEARING MASONRY PLATES, THE 3. Ensurer by MEANS OF usiattemperature-indicating crayons, CONTRACTOR SHALL or other suitable means,that steel temperature never exceeds the maximum temperatures shown in 4 below; Su t.v. tal S ifications ev. ape Division 6 Supplemental Specifications City of Renton 4. Maintain the steel temperature within the required range AFTER REINFORCING STEEL BARS ARE PLACED IN A shown in lab's 4 below during the entire bending process; TRAFFIC OR PEDESTRIAN BARRIER AND PRIOR TO SLIP. NTRACTOR SHALL FCNECK CLEARANCES ANDRM CONCRETE �rk&NFO THERCING STEEL BAR PLACEMENT. THIS CHECK SHALL BE ACCOMPLISHED BY 5. APPLY 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 THE 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 temperature; 6-023(,24)F MEC�IATTICt�L BL�I-T SPLICES T BEND IMMEDIATELY AFTER THE UI lrREVISEDI TEMPERATURE HAS BEEN REACHED; 9- Lents tha heated ase!'e" 0, As Wit is iletuda ohm Wore The Contractor shall form mechanical b"lices with an Engineer- approved rystem using sleeve filler metal, threaded coupling, or 8 HEAT A T 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,rebate,or add stir ups,ties, and INCLUDE THE ENTIRE BENDING LENGTH;AND bars. 10. Never cool ban artificially with water, fond air4 or other Before splicing,the Contractor shall provide the Engineer with the ' means followingg information for each shipment of splice material: 1. lbe type or series identification (and heat treatment lot TARMS} number for threaded-sleeve splices), 2 The grade and size of bars to spliced, 3. A manufacturer's catalog with complete data on material and r=gese --m procedures, 7�4A4 4. A written statement from the manufacturer that the material is identical to that used earlier by the Engineer in testing and approving the system deign,and Nei:;Nei 87 Pis e ' ,cn ,'cei.F 5. A written statement from the Contractor that the system and ,, „ , ,,�, �,r,s materials will be used according to the manufacturer's ,� Ne F instructions and all requirements of this section. TABLE 1 A1.11 Tensionlices il smeet p� shall se 1edevelop at least 130 BENDING DIAMETERS FOR FIELD-BENDING PERCENT of the YIELD TENSILE STRENGTe iMw++ REINFORCING BARS aaitinwta-tan6ii- -Irenff4h eeified for the unspliced bar.ultim The BEND DIAMETER BAR DIAMETER RATIO otheappaaa�te oflthe comp a fled splice.the sleeve shall exceed that of the BAR SIZE HEAT NOT APPLIED EAT APPLIED_ 2 AASHT'O M 31 bars within a splice sleeve shall not slip more No.c Grade 60 bars.than 0.03 inch f oThis slippage shall be measured between r Grade 40 bars,nor mom than 0.045 h for No.S,No.6 8 8 points-clear of the spike sleeve. Measurements shall be takken ' NO.7.two.S.No.9 NOT PERM MM 8 once after loading to 90 percent of the minimum yield tensile NO.10,Na 11 Nor PERIAMED 10 strength speed for the unspiroed bar and relating to 3,000 3 3. MAXIMUM ALLOWABLE BAR SIZE A.MECHANICAL BUTT SPLICE NO.14 BAR, B.MECHANICAL LAP SPLICE NO.6 BAR The Engineer will visually inspect the spices and accept all that .cs s s appear to conform with the test samples. For see-ve-filler splices,the BaFSiaa Engineer will allow voids wi thin the limits on file in the design e tar-Aie.B Zd� �T �n 'a a ihrr Ale.11 84 }Zd Nes Farm:.:ew approval. If the Engineer consider any splice defective, it shall be removed and replaced at the Contractor's expense. TABLE 2 In ppaarriing sleeve-filler metal splices,the Contractor shall: PREHEATING TEMPERATURES FOR FIELD-BENDING 1. Clean the bar surfaces by (a)oxyacetylene torch followed by REINFORCING BAR ppoowaeer w al baystu'ng,scale le rusabrt siveand other� 2 Reatove cell slag,mall safe,rust and other reign matter from TEMPERATURE(°F) all surfaces within and 2 inches beyond the sleeve; BAR SIZE MINIM MAXIMUM 3. Grind down�t�projection on the bar that would prevent RZ3�3,NO.6 1,200 4. �repare the cads of the bars as the splice manufacturer NO.7,NO$NO.9 1,150 1,250 recommends and as the approved vrocedure require:;and NO.10,NO.11 1,200 1,3W S. Preheat,just before adding the f r,the entire sleeve and bar TABLE 3 ends to�derma F,plus or minus 50 degrees F. (If a MINIMUM BAR LENGTH TO BE HEATED torch is used,the flame shall not be directed into the sleeve. las (D=NOMINAL DIAMETER OF BAR IN INCHES) When a metallic, sktfilkr splice is used (or any other system requiring special eeqquipment),both the system and the operator shall ��0(J°° qualify in the fdfowing way under the supervision of the State BAR SIZE 45*AZSARU N08 $I5 1�D Materials and Fabrication Inspector. The operator shall prepare six NU 8D 12D NOT PERMITTED ED test splices (three vertical, three horizontal using Sic♦-gGe4t-bars NO.10,NO.11 9D 12D NOT PERMITTED having the same AASHTO Designation AND SIZE(MAXIMUM)as those to be used in the work. Each test sample shall be 424nches tong, made up of two 21-inch bars joined end-to-end by the splice. The bar 6-02 3(241C PLACING AND FASTENING(REVISEDI alignment shall not deviate more than 1/8 inch from a straight line over the whole len h of the sample. All six samples must meet the tensile strength and slip criteria spec►f►ed in this section. The Contractor shall provide labor, materials and equipment for making these test samples at no expense to the Sttate. 'Lie State will FOR SLIP-'FORM CONC REINF RCING STEEL test the samples at no cost to the Contractor. BARS SHALL BE TIED kT ALL INTERSECTIONS AND CROSSBRACED TO KEEP THE CAGE FROM MOVING DURING CONCRETE PLACEMENT. CROSSBRACING SHALL BE WITH ADDITIONAL REINFORCING STEEL. r CROSSBRACING SHALL BE PIA® BOTH LONGITUDINALLY AND TRANSVERSELY. SuRglemental S eeifications (Rev. ape City of Renton Supplemental Specifications Division 6 6-02.3(24)G 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 progresses,the Engineer may require the Contractor to REDUCED TO 1-5/8 INCH AND THE 5-INCH WEB WIDTH provide a sample l�uft-splice(thermal or mechanical) to be used in a WHICH MAY BE INCREASED TO 6 INCHES. OTHER ' lob control test. The operator shall create this sample on the job site DIMENSIONS OF THE GIRDER SHALL BE ADJUSTED AS with the Engineer present using bats of the same size as thane beingg NECESSARY TO ACCOMMODATE THE ABOVE MENTIONED spliced in the work The sample shall comply with all requirements of CHANGES. THE OVERALL HEIGHT AND WIDTH OF THE these specificatiotts, 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 ELEEC.'TS TO PROVIDE A SERIES 14 samples on any with fewer than 200 splices and no more than GIRDER WITH MINOR DIMENSION DIFFERENCES AS one sample per I00 splices on any project with more than 200 splices. SPECIFIED, SHOP PLANS ALONG WITH SUPPORTING DESIGN CALCULATIONS SHALL BE SUBMITIED TO THE ENGINEER FOR APPROVAL PRIOR TO GIRDER 6-02.3=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, camber shall be equalized before adjacent SHOWN IN THE PLANS girders are weld-tied and before keyways are Tailed Keyways between tee girders shall be filled flush with the surrounding surfaces with 6ias6 LS seaemseGROUT. This sew-GROUT &ball have reached a 6-023(25)E PRESTRESSING(REVISED) ' compressive strength of 3,000 psi before the equalizing equipment is removed. Compressive strength will be determined by fabricating It the require VAneh each strand shall have an initial cubes in accordance with WSDOT Test Method 813 and testing in PuOs strands, accordance with AASHTO Test T 106. tensile force of*QW 31,000 pounds. Each tee girder shall be connected with adjacent girders as the plans Each tcadon{ttessing lack shall have a pressure uge or load cell require. In the deck,all connecting bars shah be center punched at the that will measure jacking force. Any gauge shall display pressure fabricating plant to ensure proper alignment in the field. accurately and readably with a dial at least 6 inches in diameter or with Welding grounds shall be attached directly to the steel plates being a digital disrUy. Each lack and its gauge shall be calibrated as a unit welded when welding the weld-ties on ulb tee and shall 6c accompanied by a certtficd calibration chart. The girders. Contractor shall ppreside one copy of this chart to the Engineer for use Only after the eeswut�GROUT in the keyways has reached 3,000 in monitoring Zhe cylinder extension during calibration shall be in otas after girders have been weld-tied will construction equipment aPP��tefy 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 6-02.3=B PROTECTION OF EXPOSED (REVISED _REINFORCEMENT(REVISED) During handling,each girder shall always be k. plumb and upright. From manufacture to encasement in concrete, all reinforcement S shell,BE B be RAC�Dly�Lthe iTERAiLYand Pt ci erPTT . GIRDERS O used in girders shall be protected against dirt,grease,damage,test,and all corrncros. If the steel has been damaged,it win be rejected. The BUCKLING. En ''neer may reject the steel if it shows rust or corrosion. Before moving a long girder the Contractor than check it for any When a glider s removed from its casting bed,the bars and strands tendency to buck: sideways. � girder that may buckle shall be p�ecung rom okkof�THE GIRDER Shan be cleaned and painted braced on the sides top t bending a it is hauled and put in place. with a minimum dry film thickness of 1 mil of paint Formula No.A-9- This bracing shah be afta securely to the top flanges o7 the girder. ' 73. Doting st pp t g hand in>Z projecting reinforcement shall to 4110 'lbe lateral b shall in lace during all protected from pelt or brew Just before plane concreteg P g around the painted projecting bars or strands, the Contractor shall lifting or handling necessary for transportation from the fabricating remove from them an dirt,oil,and other foreign matter. plant to the job site and erection of the&Wcr at the job site. the Contractor is cautioned that for some delivery rotates more conservative guidelines for lateral bracing may be required. Before 6-023(25)C CASTING AND SHOP PLANS removing the bracing to cast diaphragms,the Contractor shall fasten all girders in lace by other means. (REVISED) If the Contractor wishes to deviate from these handling and bracingg reguirements, THE VERTICAL PICKUP, OR THE PICKUP The plaits show design conditions for prestressed girders IACATION the proposed methods SHALL BE ANALYZED BY Deviations from prestressing details shown in the plans win not be THE CONT=RACI'OR'S ENGINEERS AND SUBMITTED WITH permitted,EXCEPTAS SPECIFIED. THE nod-supporting calculations o the Engineer For Series 14 girder,if reinforcing steel is adjusted in the end block FOR APPROVAL The Contractor's a lmla *;e -ANALYST shall area to provide the clearance the plans require, the Contractor may conform to ArticleS 54,9-5.2 AND 53 of the P.C.J. DESIGN ductge the width of the end block to 1 foot 4 inches. Handbook(Precast and Prestressed Concrete),Third Edition,or other methods Before casting girders, the Contractor shall provide four copies of approved the fabrication pens to the Engineer for approval. If held down The Coatractor'e calculations must at the concrete devices have not beers approved earlier, these must also be approved '' 3' before fabrication. Only steel side forms will be approved, but presses m the t xtre girder do leer erceed those lined in Section plywood forms on the bottom and end bulkheads are acceptable. &02.3 Approval of shop Plans means only that the Engineer accepts the It® us are to be stored, the Contractor shall them on a methods and materuls. Approval does not imply correct dimensioris. stable foundation that will keep them is a vertical position. Stored Unless the plans permit, no welds will be permitted on steel bars girders than be supported at the bearing recesses or, if them are no wittu� girders Once the prestressing steel has beers ram,approudasatety 18 inches from the girder ends For bag-term ins no welds or grounds for welders shall be made on the forms storage of girders with initial horizontal curvature,the Contractor may or the steel 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. If the Contractor elects to set girders out of plumb during flanges to receive falscwork hanger rods. These block outs shall: storage, the Contractor shall have 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 724n6es apart lengthwise on the &irder, 3. $e located more than 3 inches from the outside edge of the top flange on Series 4 thru 4.10 girders(more than 6 inches for Series 14 gt'rders). The cixcu block outs are also allowed in the webs of the prestressed concrete girders to support brackets for roadway slab Ialsework. The block outs in the webs shall be not more than 1 inch in diameter, spaced at 6 feet - 0 inches maidmum longitudinally and positioned so as to clear the girder reinfonng and prestressing steel. THE CONTRACTOR, AT HIS OPTION MAY FURNISH PRESTRESSED CONCREIE GIRDERS SERIES 14 WITH MINOR Su lemental Specifications ev. aQe Division 6 Supplemental Specifications City of Renton 6-02.3( K STRENGTH (REVISED) 6-02.3(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 shall be cured 1. Seven sets of shop drawings for approval by the Bridge and under time-temperature relationships and conditions that simulate Structures Ea sneer, Department of Transportation, those of the girder. If the forms arc heated by steam or hot air,test Transportation Building,Olympia WA 98504P and cylinders will remain in the coolest zone throughout wring. If forms 2. Two sets of shop drawings to the project Engineer. , are heated another way, the Contractor shall provide a record of the These shop drawings shall show complete details of the methods, curing time-tcmperatum relationship for the cylinders for each girder materials, and equipment the Contractor proposes to use in to the Engineer.WHEN TWO OR MORE GIRDERS ARE CAST IN prestressing work. a prints shall follow the designconditions shown A CONTINUOUS LINE AND IN A CONTINUOUS POUR, A in the plans unless the gineer permits equally eftective 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 L The method and sequence of stressing. SATISFACTION OF THE ENGINEER. 2. Technical data on tendons and steel reinforcement,anchorin Under the surveillance of the Inspector,the Contractor shall mold, devices, anchoring stresses, types of tendon conduit, and a& cure, and test enough of these cylinders to satisfy specification other data on prestressing operations. acquirements for measuring concrete strength. The Contractor shall 3. rate stress and elongation calculations fes—aaeh w� # , follow procedures required by the Headquarters Materials Laboratory. HALL. BE SUBMITTED If heat is used to shorten wring time,the Contractor shall let cylinders FOR AtHTENDO LF THE DIFFERENCE IN cool for at least V1 hour before cath a ing. Sulphur shall be allowed TENDON ELONGATIONS EXCEEDS 2 PERCENT. to cure Yi hour before testing. If the Headquarters Materials Engineer 4. That tendons in the bridge will be arranged to locate their appproves,the Contractor may use other capping methods. center of ryas the plans require. To measure concrete strength in the girder, the Contractor shall S. Details additional or modified minforcing.steel required by randomly select two test cylinders and average their compressive the stressing system. strengths. The compressive strength in either cylinder shall not fall COUPLINGS OR SPLICES WILL NOT BE PERMITTED IN more than S percent belaw the requirement. U these two cylinders do PRESTRESSING STRANDS. COUPLINGS OR SPLICES W BAR not pass the test,two other cylinders shall be selected and tested. TENDONS ARE SUBJECT TO THE ENGINEER'S APPROVAL IC too few cylinders were molded to carry out all required tau on FRICTION LASSES IN POST-TENSIONING STEEL SHALL BE any girder,the Contractor shall remove and tat cons from the girder BASED ON WOBBLE AND CURVATURE COEFFICIENTS under the surveillance of the Engineer. IF THE FABRICATOR 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 These 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. Fee-i-g+ BONING TENDONS. THE PATHS DETAILS OF THE POST- ESOLVE INTERFERENCES SHALL BE SUBMITTED WITH THE SHOP PLANS FOR APPROVAL. WHERE REINFORCING BAR After PLACEMENT CONFLICTS WITH POST-TENSIONING TENDON capping these corn (without any other conditioning), t e Contractor PLACEMENT,THE TENDON PROFILE SHOWN IN THE PLANS shall tat them using the same methods as for testing cylinders. The SHALL BE MAINTAINED. MILD STEEL REINFORCEMENT Engineer may accept the girder if these core have the required FOR POST-TENSIONING ANCHORAGE ZONES SHALT. NOT compressive strength. BE FABRICATED UNTIL AFTER THE POST TENSIONING THE CONTRACTOR SHALL COAT ALL. CORED HOLES SHOP PLANS HAVE BEEN APPROVED BY THE ENGINEER. WITH A TYPE II EPDXY AND FILL THE HOLES WITH AN Approval of these shop drawings will mean only that the Engineer APPROVED PATCHING MIX BEFORE RELEASE OF THE considers them to sbow a reasonable approach in enough detail. PRESTRESSING STEEL THE EPDXY SHALL MEET THE Approval will not indicate a check on dimensions. , REQUIREMENTS OF SECTION 9.26. The Contractor may deviate from the approved shop drawings only after obtaining the Engineer's approval of a written request that describes the proposed changes. Approval of a change in method, material, or equipment shall not relieve the Contractor of any responsibility for completing the work successfully. Before completion of the project, the Contractor shall provide the Engineer with reproducible originals of the shop drawings (and any 6-02.3(2$)L BULB TEE GIRDER approved changes. These shal clear,suitable for microfilming,and D€€PTI-IDIMENSIONS (REVISED) on permanent sheets that conform with the size requirements of Section i-AS3. The Contractor may alter bulb tee girder DIMENSIONS AS SPECIFIED,from that shown in the ans Ii fermi if: 6-02.3(26)B ANCHORAGES (REPLACED) 1. The girder has the same or higher load carrying capacity(using current AASHTO Design Sperifiation); POST-TENSIONING REINFORCEMENT SHALL BE 2. The Engineer approves,before the girder is made,complete SECURED AT EACH END BY MEANS OF AN APPROVED design calculations for the girder, ANCHORAGE DEVICE WHICH SHALL BE OF SUCH A 3. The Contractor adjusts substructures to yield the same top of NATURE THAT IT SHALL NOT KINK, NECK DOWN, OR roadway elevation shown in the plans. OTHERWISE DAMAGE THE POST-TENSIONING 4. The depth of the girder is not increased by more than 2 inches REINFORCEMENT. THE ANCHORAGE ASSEMBLY SHALL BE and is not decreased; GROUTED TO THE ENGINEER'S SATISFACTION. S. THE WEB THICKNESS IS NOT INCREASED BY MORE ANCHORAGE ZONE GRID REINFORCEMENT REQUIRED THAN 1 INCH AND IS NOT DECREASED; SHALL BE CALCULATED BY THE POST-TENSIONING 6. THE TOP FLANGE MINIMUM THICKNESS OF THE SYSTEM SUPPLIER AND SHALL BE SHOWN W THE SHOP GIRDER IS NOT INCREASED BY MORE THAN 2 PLANS. THE ANCHORAGE ZONE GRID REINFORCEMENT INCHES, PROVIDING THE TOP FLANGE TAPER SHALL BE FURNISHED AND INSTALLED BY THE DEPTH IS DECREASED A CORRESPONDING CONTRACTOA IN ADDITION TO THE STRUCTURAL AMOUNT- REINFORCEMENT REQUIRED BY THE PLANS, AT NO 7. THE TOP MANGE TAPER DEPTH IS NOT INCREASED ADDITIONAL COST TO THE STATE THE CALCULATION BY MORE THAN i INCH. FOR THE REQUIRED ANCHORAGE ZONE GRID 8. THE BOTTOM FLANGE WIDTH IS NOT INCREASED REINFORCEMENT SHALL BE W ACCORDANCE WITH THE BY MORE THAN 2 INCHES. BURSTING STRESS FORMULA AND PROCEDURE OUTLINED IN THE POST-TENSIONING INSTITUTE PUBLICATION TILLED'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 S ifi�ations ev. ape 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 WSDO'T 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. NOT BE PERMITTED. DEAD ENDED ANCHORAGES ARE FOR THE REMAINING LENGTH OF THE TEST DEFINED AS ANCHORAGES THAT CANNOT BE ACCESSED BLOCK, THE REINFORCEMENT MAY BE DURING THE STRESSING OPERATIONS. INCREASED AS REQUIRED TO PREVENT THE CONTRACTOR'S PROPOSED ANCHORAGE DEVICES FAIL.UREIN THAT PORTION. 1 SHALL MEET THE REQUIREMENTS LISTED IN A OR B I CONCRETE STRENGTH AT THE TIME OF BELOW: TESTING SHALL NOT EXCEED 8S PERCENT OF A. BEARING TYPE ANCHORAGE THE MINDMIM CONCRETE STRENGTH AT THE 1. THE COMPUTED AVERAGE BEARING STRESS TIME OF POSTTENSIONING AS SPECIFIED IN ON THE CONCRETE DIRECTLY BENEATH THE PLANS. THE CONCRETE STRENGTH ' BEARING PLATES SHALL NOT EXCEED EITHER SHALL BE DETERMINED IN ACCORDANCE OF THEFOLLOWINCr. WITH PROCEDURES AS OUTLINED IN ASTM C 1074 ESTIMATING CONCRETE STRENGTH BY A. AT SERVICE LOAD(AFTER ALL LASSES)- THL MATURITY METHOD. 4. THE TEST SHALL BE COMPRISED OF THREE fcp- U re(/fib/Ab)K ANCHORAGES SEPARATELY TESTED OR BUT NOT GREATER INAN Les ra TESTED TOGETHER IN ONE TEST BLOCK 5. ANCHORAGES SHALL BE CAPABLE OF B. AT JACKING LOAD(BEFORE SEATING)- DEVELOPING 9S PERCENT OF THE ULTIMATE STRENGTH OF THE POST-TENSIONING fcp 0.8 f ci(A'b/Ab-O.�% REINFORCEMENT WITHOUT MEASURABLE BUr NOT GREATER THAN IM N FOR PERMANENT DISTORTION OF THE ASSEMBLY LONGrMMMAL TENDONS ANCHORED IN THE AND WITHOUT CONCRETE FAILURE IN THE WEBS AND NOT GREATER THAN lm hi FOR TEST BLACK MEASURABLE PERMANENT TRANsVIM SONS ANCHORED IN THE DISTORTION IS DEFINED AS A DISTORTION DT�acstwll,wHERIi ACROSS THE FACE OF THE ASSEMBLY OF 0.01 fcp P RM1ss1BUCOMntE&W-EOONCREIESTRFss, INCH OR MORE USING THE ORIGINAL PLANE AS A REFERENCE AND IS MEASURED AFTER f'c Comppjm ssntENantofCONCREm THE TEST LOADING IS RELEASED. THE TEST BLOCK SHALL BE ACCEPTABLE WITH REGARD fd COMTRFSSIVEMENG H OFCONCRMAT TO CONCRETE FAILURE IF THE FOLLOWING ' TIME OF INntAL PRESTRESS. CRITERIA ARE SATISFIED A. NO CONCRETE CRACKS WITH A LOAD OF 40 Alb MAXIMUM AREA OFTHE PORnON OFTHE PERCENT OF THE ULTIMATE STRENGTH CONCRETE ANCHORAGE SURFACE THAT IS OF THE POST-TENSIONING GEOMETRICALLY SIMnAR TO AND REINFORCEMENT. CONCE1�rWRIC WTTH THE AREA OF THE B. WIDTH OF CONCRETE CRACKS WITH A ANCHORAGE(MCCLUDING OPDONGS). TEST LOAD OF 70 PERCENT OF THE Ab BFaWNCi AREA OFTHEANCHORAGE ULTIMATE STRENGTH OF THE POST TENSIONING OPEC DIM EX�CEEDOMO.00 IINF.I�NFORCFMEN' DOES NOT 2 THE COMPUTED BENDING STRESSES IN THE C. AFTER LOADING TO 95 PERCENT OF THE DISTRIBUTION PLATE INDUCED BY THE PULL ULTIMATE OF THE POST- OF THE PRESTRESSING STEEL SHALL NOT TENSIONING REINFORCEMENT AND RELEASING THE TEST LOAD, THE WIDTH EXCEED 90 PERCENT OF THE YIELD POINT OF OF CONCRETE CRACKS DOES NOT EXCEED THE MATERIAL WHEN 95 PERCENT OF THE 0.015 INCH. ULTIMATE STRENGTH OF THE POST- 6. MATERIALS AND WORKMANSHIP SHALL TENSIONING REINFORCEMENT IS APPLIED. CONFORM TO THE APPLICABLE THE BENDING STRESSES IN THE REQUIREMENTS OF SECTIONS&M AND 9-M DISTRIBUTION PLATE SHALL BE COMPUTED BEFORE INSTALLING THE ANCHORAGE DEVICE, THE IN ACCORDANCE WITH THE PROCEDURE CONTRACTOR SHALL SUBMIT A MANUFACTURER'S DESCRIBED IN THE ARTICLE TITLE CERTIFICATE OF COMPLIANCE FOR THE ANCHORAGE 'SIMPLIFIED BEARING PLATE COMPUTATIONS DEVICE IN ACCORDANCE WITH SECTION 1-06-1 FOR POST-TENSIONING ANCHORAGES' PUBLISHED IN THE JULY-AUGUST 1975 EDITION OF THE PCI JOURNAL., AND THESE 5-02 3=C METAL CONDUIT(REVISED) CALCULATIONS SHALL BE SUBMITTED 'WTIH THE SHOP PLANS FOR APPROVAL 3. MATERIALS AND WORKMANSHIP SHALL The Contractor shall encase each tendon in a gatvanizod, ferrous CONFORM TO THE APPLICABLE metal conduit that is rigid and spiral. REQUIREMENTS OF SECTIONS&W AND 9-06 THIS ND SHALL AIN E UIRED PROFILE B. OTHER ANCHORAGE ASSEMBI.IES WITHIN A PLACEMENT TOLERANCE OF +% INCH FOR ' OTHER ANCHORAGE ASSEMBLIES SHALL BE LONGITUDINAL TENDONS AND +1/8 INCH FOR DEFINED AS AN ASSEMBLY THAT DOES NOT MEET TRANSVERSE SLAB TENDONS, DURING 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 looted to lace the tendon at the center of DEMONSTRATED BY TESTS REPRESENTING vity the plane requue. ACTUAL JOB SITE CONDITIONS. THE TESTS SHALL BE CERTIFIED AND MEET THE FOLLOWING RU T THE CONCRETE TEST BLACK SHALL HAVE A AND CROSS SECTION EQUAL TO TWICE THE DRAINS SHALL B 1/2 IN 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 i 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 FLUSIl TO THE SURFACE UNLESS OTHERWISE Suev., 1ntal/ ifage ens W ev. cede Division 6 Supplemental SMiflCationS 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 F DURING MIXING AND PUMPING. IF CONDITIONS ARE 6_07 E TENSIONING(REVISED) EX go FAT TH THERATURE OF THE GROUT MIX MAY E WILL MAKE NECESSARY These stress limits to all tendons nttlas the set other PROVISIONS SUCH AS COOLING THE MIX WATER AND/OR apply ( p DRY INGREDIENTS,TO ENSURE THAT THE TEMPERATURE limits): OF THE GROUT MIX DOES NOT EXCEED 90 F. 1. Maximum service load after all losses` 80 percent of the specified yield point stress of the steel 2 aumum tensile stress during jadtttig ant79 PERCENT of the specified minimum ultimate tensile strength of the steel. 3 Si s..PA i_----- 81 i ATAN ORAGE AFTER SEATING•70 , PERCENT OF THE SPECIFIED MINIMUM ULTIMATE TENSILE STRENGTH OF THE STEEL Tendons shall be anchored at initial stresses that will ultimately 11i wed maintain service loads at least ac t as the require. NINON I sill'" r TENSIONING PROCEED THE BE a RECORDING THE APPLIED LOAD TENDON ELONGATION. 441446-444 AND ANCHORAGE SEATING VALUES When removing the jacks, the Contractor shall relieve stresses graduallybefore cutting the in reinforcement THE whei of job-1 PRESTRESSING STRANDS SHALL BE CUT A MINIMUM OF 1 INCH FROM THE FACE OF THE ANCHORAGE DEVICE. 6M2(20F GROUTING(REVISED) kM 4 MEASUREMENT E(R VISED) After tensioning°the tendons, the Contractor shall again blow oil- Except as noted below,all classes of concrete shall ba- R+.as+►red red so the free,commpressed air through each conduit. All drains shall then be stfreEwa-ai-ehewt► , MEASURID IN PLACE BY THE ' closed and the vents opened After completely filling the conduit with CUBIC YARD TO THE PEAT LINFS OF THE STRUCTURE AS grout, the Contractor shall ppump the grout from the low end at a SHOWN IN THE PLANS. pressure of not more than 250 ptegPSL Grout shall be continuously wasted through the vent until no more air or water pockets show. At this pb t an vents shall be closed srouUag pressure ec the injector held"between 100 and 200 for at feast 10 seconds. The Contractor shall leave an plugs,apt,and valves in place and elated for 6-03 STEEL STRUCTURES at least 24 bouts after gtoutmg. Grouting eeqquipment shalL• 1. Iadnde a gnu with an upper end readout of between acid 325 2. Screen theft be ore it enters the pump with an east fl-„^ .3(7)A ERECTION PROCEDURE(DELETED) reached screen that has dear openings of no more than 0.1 3 Begravity fed from an attached,overhead hopper kept partly full 14. Be adbulentgopcomplet the largest tendon on the project in no and6 "�'-i(18) BtTTLT MENII3ERS(REVISED) more than 20 minutes of continuous grouting. In addition, the Contractor shall have standby equipment (with a The various pieces forming Otte built member shall be straight and separate power sours) available for flushing when We regular dose-fitting,true to detailed dimensions,and free from twists,bends, equipment cannot maintain a on flow of grout This standby o n cots,or other defects. equipment shall be able to pump at 250 WREN FABRICATING CURVED GIRDERS, LOCALIZED THE GROUT SHALL CONSIST[TITER,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. WATER t��cratraYrz;n MA7ultruW WATER REDUCNGADtIctvRs MANUeACMRatsRBCOMMst+DAttott FLY ASH(OPTIONAL) 20 POUNDS THE WATER REDUCING ADMIXTURE SHALL.BE LIMITED TO AASHTO M 194 TYPE A OR D AND SHALL NOT CONTAIN 21 B WEB STIFFENERS(DELETED) INGREDIENTS THAT MAY CORRODE STEEL. T IS CHLORIDE FLUORIDES SULFATES, OR NITRO FLY , ASH MAY B USED AT TflE OPTION OF THE CONTRA R. THE CONTRACTOR SHALL PROPORTION THE MIX TO PRODUCE A GROUT WITH A FLOW OF 15 TO 20 SECONDS AS �3(2 )B VACANT, DETERMINED BY ASTM C 939, FLOW OF GROUT TI R PREPLACED-AGGREGATE CONCRETE MIAM HAVE HE GROUT FLOW OAF FROM SOFG' 19 � VENT THE GROUT MIX SHALL BE INJECTED WITHIN 30 ¢y�(251 WELDING REPAIR WELDING MINUTES AFTER THE WATER IS ADDED TO THE CEMENT. (REVISED) TEMPERATURE OF THE SURROUNDING CONCRETE SHALL- , BE AT LEAST 35 F FROM THE TIME THE GROUT WJECIING BEGINS UNTIL 2 INCH CUBES OF THE GRO T HAVE A The Contractor shall not. COMPRESSIVE STRENGTH OF 800 PSI. CUBES SHALL BE 1. Weld with el ragas or electroalag methods.. AMBIENT MADE IN ACCORDANCE WITH WSDOT TEST METHOD 813 2 WELD NOR FLAME CUT WHEN THE AND STORED IN ACCORDANCE WITH METHOD 2 OF TEMPERATURE IS BELOW 20 DEGREES F,OR T11— WSDOT TEST METHOD 809. IF AMBIENT CONDITIONS ARE 411 SUCH THAT THE SURROUNDING CONCRETE 3. Use coped holes in the web for welding butt spticcs in the TEMPERATURE MAY FALL BELOW 35 F.THE CONTRACTOR flanges unless the plans show them. Su lemental S ecifications ev. age City of Renton Supplemental Specifications Division 6 'e 6-03.3(25)A WELDING INSPECTION(REVISED' 6-03.3(27) HIGH STRENGTH BOLT HOLES (REVISED ' The Contractor's welding mespection procedures, techniques, and inspector yus iation shall comply with, At the Contractor's option under the conditions described in this 1. The AWS Structural Weldin Code DLI-K and s�tioo,hda may be punched or subpundhed and reamed,drilled or 2. The Third Edition (198� of the AASHTO Standard subdnikd and teamed, or formed by numerically controlled drilling ' Speafiations for Welding Structural Steel Highway Bridges operatioaL The hole for each high strength bolt shall be m6•inch larger than the INSPECTION OF WELDS SHALL BE AS FOLLOWS nominal diameter of the bolt. Visual ln ection very we s a gives a 100 percent visual inspection haca OF Radio hie In ion u -penetration tension groove welds shall be given a 100 percent radiographic inspection. These welds include those in the tension area re in AS fqqA4 of webs, where inspection shall corer the greater of thee: two distances: (a)15 inches from the tension flange,or(b)one-third of the ' web depth M��a��etic Particle In lion Fillet an ong►tu iwl butt welds in webs shall be given a magnetic particle' pect�on. 1. Flange-to-�Web CMaectioos Untt1 the Engineer accepts the Contractor's record of qualrry control, 100 percent of all fillet welds in flan&ce to-web connections of built-up members shall betaspectcd. After such acceptance, 30 percent of each weld shall be insp cteQ eiilreffl� gave Tea percent of this inspection shall occur at each end of the weld length. The remaining 10 percent shall occur randomly at 0F pants selected by the Engineer. h 2. Boxed Members of Trusses Each fillet weld in boxed members of trusses shall be given a IN ABRICATING ANY CONNECIION THE CONTRACTOR 100 percent inspection. MAY SUBDRILL OR SUBPUNCH THE MOLES THEN REAM 3. End-and Intermediate Pier Diaphra FULL SIZE AFTER ASSEMBLY OR DRILL HOLES FULL SIZE Each rWet weld in end and irate iate pier diaphragms shall FROM THE SOLID WITH ALL THICKNESSES OF MATERIAL_ be given a 100 rcent inspection. SHOP ASSEMBLED IN THE PROPER POSITION. IF THE 4. Longitudinal Stitt Weld in Web CONTRACTOR CHOOSES NOT TO USE EITHER OF THESE Each longitudinal butt weld in the web shall be inspected METHODS,THEN THE FOLLOWING SHALL APPLY: under the same requirements as flange-to-web connections 1. DRILL BOLT HOLES IN STEEL SPLICE PLATES FULL ' sec above}. SIZE USING STEEL TEMPLATES. S. Stiffeners and Connection Plates 2 DRILL BOLT HOLES IN THE MAIN MEMBERS OF Thirty percent of each fillet weld in transverse and longitudinal TRUSSES AR CONTINUOUS BEAM SPANS, web stiffeners and connection plats shall be inspected Ten BENTS TOWERS, PLATE GIRDERS BOX GIRDERS, percent of this t'ntpat�on shall occur at each end of the weld. AND klGID FRAMES AT ALL CbNNECIIONS AS The remaining 10 percent shall occur randomly at points FOLLOWS- selected by the Engr''Weer. A. A MINIMUM OF 30 PERCENT OF THE HOLES IN 6 MISCELIANEOUS FILLET WELDS ONE SIDE OF THE CONNECTION SHALL BE THIRTY PERCENT OF THE FILLET WELDS IN A MADE FULL SIZE USING STEEL TEMPLATES. STRUCTURAL ITEM,SUCH AS A GRATE INLET SIGN B. A MINIMUM OF 30 PERCENT'OF THE HOLES IN BRIDGE, BRIDGE BEARING, ETC., SHALL. BE THE SECOND SIDE SHALL BE MADE FULL SIZE INSPECTED. ASSEMBLED IN THE SHOP. —M C. ALL REMAINING HOLES MAY BE MADE FULL ' SIZE IN UNASSEMBLED MEMBERS USING ection SIEELTEMPLATES' Ultrasonic In RATION GROOVE WELDS GREATER 3. DRILL BOLT HOLES IN CROSSFRAMES GUSSETS ' THAN 5//16-INCH SHALL BE 100 PERCENT ULTRASONICALLY ATE ' BRACES, AND OTHER S NDARlj INSPECTED. MEMBERS FULL SIZE USING STEELTEMPLATES. Ai THE CONTRACTOR SHALL SUBMIT FOR THE ENGINEER'S 1. Trattsvetse 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 given a 100 percent on DRILLING THROUGH SHOP ASSEMBLY. 2. End and Intermediate ier Diapdtagrns Each groove weld on end andd intermediate pier diaphragms 6-03,3 =A PUNCHED HOLES (REVISED) shall begiven a 100 percent inspection. 3. Other Weldments Each groove welds in other weldments shall be given a 100 For punched holes,die diameter shall not exceed punch diameter by percent inspection unless the plans state otherwise. more than 1/16 inch. Any hole requtring enlargement to admit the bolt AFTER THE CONTRACTOR HAS COMPLETED HIS shall be reamed. All holes shall be cut dean with no torn or raged WELDING INSPECTION, THE CONTRACTOR SHALL ALLOW edgges THE ENGINEER SUFFICIENT TIME TO PERFORM QUALITY hei�.THE STATE WILL RETEGT COMPONENTS HAVING ASSURANCE ULTRASONIC WELDING INSPECTION. POORLY MATCHED HOLES. ' THE CONTRACTOR SHALL MAINTAIN THE RADIOGRAPHS REPO RT IN THE SHOP UNTIL RADIOGRAPHIC UNTIL THE LAST JOINT TO BE 6-03.3(2'7)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 MAIL THE FILM AND TWO COPIES OF Reaming and drilling shall be done with twist drills, OR WITH THE RADIOGRAPHIC INSPECTION REPORT TO 'THE SHORT TAPER REAMERS, produce cylindrical holes MATERIALS ENGINEER, DEPARTMENT OF perpendicular to the member. Reamers and drills shall be directed TRANSPORTATION,P.O.BOX 167,OLYMPIA,WA 9135N. mechanically,not hand-held. Connecting parts that require reamed or D -Penetrant Or Magnetic-Particle Inspection drilled holes shall be assembled and held securely as the holes are e en o7each groove weld at plate ages shall 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 thatch-marks. The State will reject components having poorly matched holes. Burrs oA outside surfaces shall be removed. If the Engineer miuires the Contractor shall disassemble parts to remove burrs. F TEMPLATES ARE USED TO REAM OR DRILL FULL-SIZE CONNECTION HOLES, THE TEMPLATES SHALL BE Sup2lemental S ifications (Rev. I tZI aLe Division 6 Sunnlemental Specifications City of Renton ' POSMONED AND ANGLED WITH EXTREME CARE AND DONE BY TURNING THE BOLT WHILE THE NUT IS ' BOLTED FIRMLY IN PLACE TEMPLATES FOR REAMING OR PREVENTED FROM ROTATING. DRILLING MATCHING MEMBERS OR THE OPPOSITE FACES OF ONE MEMBER SHALL BE DUPLICATES. ALL SPLICE COMPONENTS THER PROVED BY THE ENGINEE BE MATCH-M.R UNLESS 6-03,3,(33) BOLTED CONNECTIONS(BEVISED 1 AM Iselle-4 H �r sift I a4MW1A1' ReifT4miell Bettis -11 ---apse s�,soe BOLTS NUTS, HARDENED WASHERS, AND DIRECT Id ffem TENSION INDICATORS SHALL MEET THE REQUIREMENTS OF SECTION 9165(3)- cum ef nut ALL BOLTED CONNE MONS ARE FRICTION TYPE qmhep PAINTED STRUCTURES REQUIRE TYPE 1 OR TYPE 2 BOLTSgn if UNPAINTED STRUCTURES REQUIRE TYPE 3 BOLTS. mfeves AASHTO M 164 TYPE 2 AND 3 AND AASHTO M 253 TYPE 12AND 3 BOLTS SHALL NOT BE GALVANIZED OR TO BE tea. USED IN CONTACT WITH GALVANIZED MATERIAL To begin bolting any connection, the Contractor shall install and HARDEN® WASHERS ARE NOT REQUIRED FOR tighten to mug-tight enough bolts to bring all parts into full contact CONNECTIONS USING AASHTO M 164 AND AASHTO M 253 with each other. •Snug-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, usingg a spud wrench. HARDENED WASHERS SHALL BE USED UNDER After this initial tightening,bolts shall be installed and brought to BOTH THE HEAD AND THE NUT WHEN AASHTO M snug-ti&ttt in all holes that remain in the connection. Then,beginning 253 BOLTS ARE TO BE INSTALLED IN STRUCTURAL with bolts in the most rigid part of the joint and working out to Its free CARBON STEEL(AASHTO M 183)). edges,the Contractor shall systematically tighten all bolts to specified ' 2. WHERE THE OUTER FACE OF'IIm 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 snug tightness, HARDENED BEVELED WASHER SHALL BE USED TO the nuts shall be further tightened by the amount of rotation COMPENSATE FOR THE LACK OF PARALLELI M• shown in'Table 4. DIRECT TENSION INDICATORS, IF USED SHALL BE After snug tttening, but before final tightening, the GALVANIZED ON PADNITD STRUCTURES XND EPDXY- Contractor shaII match-mark with crayon 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 ENGINIEEWS ensure that this tightening method is followed, the Engineer APPROVAL TEST LANCE FOR ALL DIRECT TENSISIOON bo1 an Observe as the Contractor and tightens all u, (2)inspect INDICATORS. ALL GALVANIZED NUTS SHALL BE LUBRICATED WITH A TABLE 4 LUBRICANT CONTAINING A VISIBLE DYE SO A VISUAL O�p INSTALLATION.LUBRICANT BIACAN BE MUASTI HEOIIME TURN'OF-NUT TIGHTENING METHOD T o THE TOUCH WHEN INSTALLED. WEATHERED OR Nut Rotation'from Snug-Ti t Condition D- , RUSTED BOLTS AND NUTS SHALL BE CLEANED AND Bolt Length Disposition of Outer Faces of Bolted Parts RELUBRICAT'ED PRIOR TO INSTALLATION. (measured (both faces (one face (both faces AFTER ASSEMBLY, BOLTED PARTS SHALL FIT SOLIDLY from under- at right at right sloped no TOGETHER THEY SHALL NOT BE SEPARATED BY side of head anp�es to angle to more than to WASHERS, GAS OR ANY OTHER MATERIAL extreme bolt axis) bolt axis, 1:20 from ASSEMBLED JOINT SURFACES.INCLUDING THOSE NEXT TO end of one face right angle BOLT HEADS, NUTS, AND SHALL BE FREE OF point) sloped no to bolt LOOSE MILL SCALE, BURRS, DIRT AND OTHER FOREIGN more than axis,with- MATERIAL THAT WOULD �SOLID SEATING. 1:20,with. out bevel , WHEN ALL BOLTS IN A JOINT ARE TIGHT EACH BOLT out bevel washe SHALL CARRY AT LEAST' THE PROOF Mkb SHOWN IN washer) 1<41 1/3 turn 1/2 TABLE 3 BELOW: turn 2/3 turn MINIMUM TABLE 3 4D<1<8D 1/.2 turn 2/3 turn 5/6 turn MMUM BOLT TENSION 8D<1<12Ds 2/3 turn 5/6 turn 11 turn BOLA MS) 3 I Direct Tension-Indicator Method S 8 9,2W 14 23,7 ,25 00 7/g 390 48',1 4 S1,5W 63,600 11/8 36,450 80,100 1 3/8 85 450 121R �irb element(rue or bolt)is being ' 1Nut rotation Y te}atire b the bolt�ot 1 1/2 0,000 147,5W turned. Tolcranaa permitted:plus or minus X degreea for tint]turns of ty turn or TIGHTENING MAY BE DONE BY ETIIMR THE TURN-OF- leap plus or minus 45 degrees for final turns of 2/3 turn or more. NUT OR THE DIRECT-TENSION-INDICATOR METHOD. PREFERABLE,THE NUT SHALL BE TURNED TIGHT WHILE 2D-nomiaat boa diameter of bore being tightened. THE BOLT IS PREVENTED FROM ROTATING. HOWEVER,IF 3Wh,n bolt knVb axed& 12n,the rotation sW be determined by sauat tins Ln REQUIRED BECAUSE OF BOLT ENTERING AND/OR WRENCH OPERATION CLEARANCES,TIGHTENING MAY BE vbice a suitable tension derive simulates aaual conditions. Su lemental S 'cations ( ev. Page 10 City of Renton Supplemental SUcifications Division 6 THE LOAD INDICATOR SHALL BE PLACED UNDER 6. Leave at least 3/4 inch of space wader each MASONRY THE NUT WITH THE PROTRUSIONS FACING THE NUT,AND PLATEs#ee for grout. WITH A HARDENED FLAT WASHER PLACED BETWEEN THE After the MASONRY PLAT'ESeh� haw been set and the span or LOAD INDICATOR AND THE NUT. AFTER ALL BOLTS IN series of continuous spans are completely erected, the space between THE JOINT HAVE BEEN BROUGHT TO SNUG TIGHTNESS, the top of the masonry and the bottom of the MASONRY THE NUTS SHALL BE FURTHER TIGHTENED UNTIL, ALL PLA shall be filled with grouL Main MASONRY GAP OPENINGS ARE 0.015 INCH OR LESS AND MORE THAN PLATESiheaa for cantilever spans shall be set and grouted in before 50 PERCENT OF THE GAP OPENINGS IN THE UJAD nay steel worst is erected ' INDICATOR MEASURE 0.005 INCH OR LESS GAP OPENINGS _ — SHALL BE 0.000 INCH FOR UNPAEV17ED STRUCTURES WHEN TIGHTENING THE NUT HOLD THE BOLT HEAD - We WITH A HAND WRENCH TO PRESENT TURNING. - G OUT RE AND PLACtfENT To entire that this tightening method is followed,the Engineer will 9=113E AS REQUIRED IN SECTION &023(20) AS observe as the Contractor installs and tight= all bolts. In the AMENDED. presence of the Engineer,the Contractor shall inspect all bolts with a To gout shoes,the Contractor shall: feeler gauge. 1. Build a form apprordatatety 44nches 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. UNGALVANIZ.ED AASHTO 2. Fill each form to the top with grout; M 164 BOLTS MAY BE REUSED IF APPROVED BY THE 3. Worst grout under all paru 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 eachSto the base of the shoe; LOOSENED BY THE TIGHIENING OF ADJACENT BOLTS 6. Bevel off the grout neatly to thofthemasonry,and SHALL NOT BE CONSIDERED AS REU E, PROVIDED THE 7. Plan no additioaa!load on th teats,the grout has set at SNUGGING UP CONTINUES FROM THE INITIAL POSITION kast 72 hours. D DOES LUDING THE OTOLERRAANCE,THAN THAT REQUUIRE GREATER IRED ATION INCLUDING W TABLE 4. 6-03,3(32) SFTUN T EXPANSIGNaB RINC'r$ED FLPeTES STEEL BRIDGE BEARINGS(REPLACEDI ' 6-03.3(33)A BOLTING INSPECTION(REVISED) MASONRY PLATES, SHOES, AND KEEPER PLATES OF The Contractor, in the essence of the En 'recce, shall inspect the EXPANSION BEARINGS SHALL BE SET AND ADJUSTED TO ti tened bolt using n presence a tie wrench inspec CENTER AT A NORMAL TEMPERATURE OF 64 DEGREES F. ��#rwFIVE bolo of the samede sits, and condition as those LENGTADJUSTMENT FOR AN INACCURACY IN FABRICATED under inspection shall be placed individually in a STATE OUT. II SHALL BE MADE AFTER DEAD-LOAD CAMBER IS ' FURNISHED TENSION CALIBRATOR 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 are not used on the structure,the material abutting the part turned shall be of the same specification as that used on the structure. No fortes,steel reinfordag bus,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 specified tension. The.inspecting wreath shall then be elevations recorded. No simple span or any series of continuous spans applied to the titeaed bolt to determine the torque required to fora will be corsidered as swinging free until all temporary supports have t c nut or head degrees a proximately 1 inch at a 12-inch radius)in been released. Ibrau, reinforcing steel, or concrete roadway slabs the tightenin direction. >r-oil shall not be placed on any si c or continuous span steel rder ' THE JOB- bridge until all its spans are ad usted and its MASONRY"PLAT INSPECTION TORQUE SHALL E T AS E AVERAGE shoes,AND KEEPER PLATE grouted. For this specification, the OF THREE VALUES THUS DETERMINED AFTER REJECTING structure shall be considered as continuous across hinged joints. THE HIGH AND LOW VALUES. After the falsework is released (spans swung free)the MASONRY Ten percent (at least two) of the tightened bolts on the structure PLATES,shoes,AND KEEPER PLATES are grouted,and before any represented by the test bolts shall be selected at random in each load is applied,the Engineer will: connection. The job-inspection torque shall then be applied to each 1. Measure elevations at proper points along the tops of girders with the inspecting wrench turned in the tightening direction. If this or floorbeams, torque turns no bolt head or nut,the State will accept the connection 2. Compare steel weight camber 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 torque 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 lightened and reinspected. The Contractor may, however, dimensions,varying from plan amber as necessary and as determined retighten all the bolts in the connection and resubmit it for inspection. by the Engineer. 6-03.3(32 SETTING ANCHOR BOLTS (REVISET), 6-03.3(40) FILLING AND DRAINING POCKETS (REVISED Anchor bolts shall be set in masonry as required in Section 6- 02 3(18). Anchor bolts shall be groused is after the shoes,MASONRY PLATES, AND KEEPER PLATES have been set and the span or see 1pith series of continuous spans art completely erected and adjusted to One and amber. Pei 6-03.3(36) SETTING AND GROLJI'ING The Contractor shall provide enough holes to drain all water from and other members. &HGESMASONRY PLATES (REVISEDI p�Allll o cuu�telarto PROVIDING DRAIN HOLES SHALL BE INCLUDED IN THE UNIT CONTRACT PRICES FOR The following procedure applies to MASONRY PLATES sheet-forUCTURAL OR CAST STEEL all steel spans,including shoes,KEEPER PLATES, and turning racks rises, ' on movable bridges To set MASONRY PLATESshe*s,the Contractor shall: #i*-aeehetbeitsi I. SET MASONRY PLATES ON THE ANCHOR BOLTS;; 2. Place steel shires under the MASONRY PLATESstieos to position pin centers OR BEARINGS to line and grade and in relationship to each other. Steel shims shall be no more than 241 inches square and placed under MASONRY PLATE,she* webs• 3. Levei the bases of all MASONRY PIATESshees; ' 4. Draw anchor bolt nuts down tight; 5. Recheck pin centers OR BEARINGS for alignment and Splemental S cifications ev.1 a Division 6 Suvnlemental Sveeifcations City of Renton ' capacity. The Engineer may require the Contractor to increase seal ' 6-04 TIMBER STRUCTURES 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 line and position. Unless the 5 04 3(§) BOLTS WASHERS AND OTHER plans show otherwise, all piles shall be driven venially. The ' HARDWARE�tEVISED) Contractor shall trim the tops of an piles to the true plane shown in the plans and to the elevation the En®ncer requires. Any piles under Ember caps or 'Hages shall be sawed to the exact plane of the BOLTS, FIAT-HEAD BOLTS DOWELS, WASHERS AND structure above Neim and fit it exactly. The Contractor shall remove OTHER HARDWARE, INCLUDNG NAILS SHALL BE )SLACK and replace any broken,split,or misplaced piles. ' OR GALVANIZED AS SPECIFIED IN THE MANS 4BUT IF NOT If, w►thout the Engineer's approval, a pile is driven below cutoff SO SPECIFIED SHALL BE GALVANIZED W E4 USED IN elevation, the Contractor shall remove and replace it (and bear the TREATED TIMBER STRUCTURES. FIAT-HEAD BOLTS ARE scats of coin so), even if this requires a longer pile Any pile that DETAILED IN THE STANDARD PIONS. rises as n piles are driven, shall be driven down again if the Washers of the size and type sped shall be used under all bolt Engi•neer NqIM��a• e EFFECTS heads and nuts that would otherwise contact wood. Flat-head bolts TO MIIIIMIZE THE DETRIMENTALOF PILE , "q washers under the nuts only. DRIVING VIBRATIONS ON CONCRETE LESS THAN 28 DAYS OLD PILES SHAH. NOT BE DRIVEN CLOSER THAN THE All bolts shall be checked by burring the threads after the nuts have DIRANCE DETERMINED FROM THE FOLLOWING been finally tightened. Venial bolts shall have nuts on the lower ends. FORMULA: Wherever bolts fasten timber to timber,to concrete,or to steel,the D - CTiMETHE SQUARE ROOT OF E ' members shall be bolted tighety together at installation and retightened WHERE D - DISTANCE iN FEEr just before the State accepts the work. These bolts shall have surplus E RATEDHAMMER ENERGY IN Foor-rouNDs threading of at least 3/3 inch per foot of timber thickness to permit C. OOE FTCENT SHOWN BELOW BASED ON THE future tightening. NUMBER OF DAYS OF CURING TIME CURING COFFFiCENr CURING COFFFICENT TIME(DAYS) (C) TIME(DAYS) (C) 6-05 PILING r 0.34 a oat 2 02t -9 01 ' 3 O.tB 10.13 010 A Oa5 14-20 am 605.3(1)B DRIVING PILES (REVISED) 5 0aa 21.n o•m The Contractor shall completely dig all foundation pits (and build 6-05.3(,2,B DRIVING (REVISED) H ' any required cofferdams or dribs)before he begins driving foundation piles. e shall adjust pit depths to allow for upheaval caused by pile- The Contractor shalt use full len h it »a driving,judging the amount of adjustment by the nature of the soil. Ohm PAPipiffi-F gt• P ` Before constructing the footing or pile ap,the Contractor shall restore TIMBER PILES HALL VE PRESSURE TREATED TIPS. the it bottom to correct elevation by removing material or by backfilling with��anular material. ' THE CONTRACTOR SHALL NOT DRIVE PILING FROM AN 6-05 3(, CAST-IN-PLACE CONCRETE- PILES EXISTING STRUCTURE. Piles shall be driven deep enough to obtain the load-bearing capacity (REVISED) shown in the plans If the plans"City minimum tip elevation,piles shall be driven to that elevation unless the These shall consist of steel casings or shells driven into the ground, , Engineer directs otherwise. If the piles do not develop the required REINFORCED AS SPECIFIED, FIT FM WITH CLASS AX loa�-bearing capacity at the specified tip elevation,the Contractor than CONCRETE continue driving them until they reach bearing capacitY. IF NO TIP ELEVATION IS SPECIFIED,PILES SHALL EXTEND AT LEAST 10 FEET BELOW THE BOTTOM OF THE CONCRETE , FOOTING AND 15 FEET BELOW THE BOTTOM OF THE 6=05 3(,44)B DRIVTNG AND INSPECTING STEEL CONCRETE SEAL. In embankments, if piling is driven through previously placed CASINGS (REVISED) material,its burin capacity shall be based on resistance found only in the underlying foundation material unless otherwise specified• driving head and :lot of the right size for the hammer shall ground line or the new ground line formed bjr Embankment material includes all that placexcavation ed above the or removal of A distribute the blow and protect the top of the steel casing from driving ' damage. Rigid lads shall support hammer and pile. unsuitable soils. If the embankment or an intermediate hard zone produces undue friction on the piling, prebored bola larger than the piling diameter may be required. Jetting may be used in lieu of boring these holes only 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 Band or pea gravel After driving a pile casing,the Contractor shall leave it empty until appproved by the Engineer. the En 'neer has ed and a raved it The Contractor shall So long as the Ile is not injured and the embankment not make available to the Engi. cer a li It suitable for inspecting the entire ' permanently damaged, the Contractot shall use any meant necessary length of its interior. Ibe Engineer will reject any casing that is to: improperly driven, that shows partial collapse that would reduce its 1 THIS DEPTH SPECIFIED bearing value or that has been reduced in diameter. The Contractor SECURE 2. Penetrate hard material that lies under a soft upper layer, shall replace land bear the cost of replacing)any rejected casing. After approval by the Engineer, driven casings shall be cut Off �. horizontally at the requimd elevation. They shall be clan and free of 3. OBTAIN E SPECIFIED MLNIMUM TIP ELEVATION, water when concrete and reinforcing steel are placed. If part of the pile will show above the ground or water line,the steel OR 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 Contractor shall overdrive the pile or at the low water line as determined by the Engineer. Any pile beyondbuild- the minimum load-bearingcapacity and penetration shown in up above the steel casing for 55-ton and 70-ton piles shall conform ' th tans. In this case,the Contractor will ot berequired to: (1)use respectivel to the Standard Plans for 13-inch and 16-inch diameter ps special means, such as jetting or pmboring, to achieve the ptrstmssea iles— any except that these build-ups may b 1ro7)und or aditional penetration; or (2) bur the expense of removing or octagonal. Build-up forms shall comply with Section 6-OZ F. The replacing, any pile damsggccd��by overdtivtng,; OR (3) BEAR THE rcinforring steel for the build-up pile above the steel casing shall EXPENSE OF OVERin' Nr,THE PILE MORE THAN 3 FEET extend at icast 8 feet into the lower, steel-encased section. The unit AS SPECIFIED IN SECTION 6-0SS. contract price per liner foot for furnishing concrete piling (size ' In driving plles for footings with seals, the Contractor shall use no specified)shall cover all costs related to the build-up. method (such as jetting or preboring) that might reduce friction Su lemental S ecificatlons , ev. a& City of Renton Supplemental Saecifications Division 6 ' 4 IN CONCRETE RE necessary for performing the work. Such price shall also be full pay, 6 05.3�)D PLACING CO C TE (REVISED) when measurement includes,for piling length ordered but not driven.y 9. 'Pile Splice-Timber',per each. Before placing concrete, the Contractor shall remove all debris and The unit contract price per each 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 prices shall be removed(or filled with sand)and a new one driven. include the furnishing of all materials, tools, equipmcnt, and labor THE CONTRACTOR SHALL PLACE CONCRETE nece—ry for the timber splice. No payment will be made for steel or CONTINUOUSLY THROUGH A SHEET METAL (OR OTHER cast-in-place concrete pile splices. APPROVED) CONDUIT IN EACH CASING, FILLING EVERY Payment for build-ups of precast or precast-prestressed concrete PART AND WORKING THE MIX AROUND THE piles will be made on the basis of force account work as covered in REINFORCEMENT WITHOUT MOVING IT. THE CONDUIT Section 1-09.6. No payment will be trade for build-ups or additional SHALL EXTEND,AS A MINIMUM TO THE BOTTOM 017 THE lengths of build-up made necessary because of damage to the piling REINFORCEMENT AND EXT RACtIED 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 espose reinforcing steel for the splice. The length SHALL BE VIBRATED. THE VIBRATION SHALL EXTEND 25 of splice for precast-prestrtssed piles includes the length in which holes FEET BELOW THE TOP OF THE PILE OR TO THE BOTTOM are drilled and reinforcing bars art grouted. OF THE PILE,WHICHEVER IS LESS. 10. 'Furnishing Prestressed Hollow Conc.Piling(size)',per eaeii+gr linear foot. R4 'or 11. 'Placing Prestressed Hollow Conc.Pile(size)',per each. 12 'Driving Prestressed Hollow Conn Pile(size)',per each. ie lh� The unit contract prue r linear foot for 'Furnishing Prestressed Hollow Concrete P&S (size)',e)', per each for 'Placing Prestressed Hollow. Concrete Pile(size)',and per each for'Driving Prestressed Hollow 6-05.3(6)C SPLICING (REVISED) Concrete Pile (size)'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 emit steel lee to be lived. But in necessary f r performing the work except that any required extensions y shall be paid for on the basis of force account work as covered in each case, the Contractor must obtain approval ors th e need and the Section 1-09.6 of the Standard Specifications.method for splion leag..STEEL PILE�PLICES SHALL SPACED ATA MINIMUM DISTANCE OF 10 FEET. Splice welds shall comply with Section 6-M3(25). The Contractor may use E6010 or E6011 electrodes on A 36 steel up to 14rich 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;)single V groove (beveled 60 degrees) or double V groove(beveled 30 degrees). The root opening shall be 1/16 6-07.3(2) REPAINTING EXISTING STEEL 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 removing nest,scale,dead paint,dirt,grease,and other foreign matter. Payment will made for each of the following bid items that are The Contractor shall clean and paint all exposed metal surfaces that ' included set the prroposal may rust. These include all metal surfaces that do not touch other 1. Furnishing and Driving(kind)Tat Pile',per each. metal,wooden floor or truss members,concrete or stone masonry,or The unit contract price per each for'Furnishing and Driving(kind) other surfaces. Test Pile' shall be full pay for furnishing and driving test piles to the 1}� bearing capacity or penetration required by the Engineer, furnishing iN-s4ale'-THE and installing a pile tip when pile tips are specified for the permanent O CTOR SANDBLAST' ALL R ST SPOTS IN piles, prebortng when prebon e ng is sped for the permanent piles, ACCORDANCE WITH SSPCSP6 SPECIFICATIONS FOR for pulling the piles or cutting them off as required, and for removing COMMERCIAL BLAST CLEANING. The edges of cleaned areas them from the site or for delivery to the State for salvage when cede shall show no red or yellow nest. The edges of sound paint shall be by the Engineer. This price shall also include all costs in connection feathered smooth ter sandblasting,the Contractor shall remove all with moving all pile driving equipment or other necessary equipment to loose rust,dirt,sand,and dust before painting the site of the work and for=movieg all such equipment from the site When ppressure Hushing is required,it shalt be done with clean,fresh after the piles have been driven. lf, after the test piles have been water. Ttne pressure flushing equipment shall produce(at the nozzle) driven,it is found necessary to eliminate the piling from all or any part at least 3,000 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 25-degme 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. riving Timber Pile(untreated or dame treatment)',per The cleanin -ppaainting ttquiremcnts of Sections 6-073(1)FsnAB each. THROUGH Fgshall apply here unless the plans or special provisions 3. Driving Timber Composite Pile',per each. require otherwise. If the touch-up coat leaves unsealed cracks or 4. 'Driving Conc.Pile(size)',per each. crevices, these shall be sealed with red lead sealing paste (applied by S. 'Driving St.Pik',per each. brush or spatula)before the first coat is applied. The plans or special The seals contract price per each for'Driving(kind)Pile( . )"shall provisions normally specify the number of coats required. If no be full pap for driving the pile to the bearingand/or penetration number is given,the cleaned metal shall be painted with three coats. ' specified. "The price shall include the furnishing of all tools,equt*Flment, If roadway or sidewalk planks Ge so close to the metal that they and labor acces& for performing the work. VirII prevent proper cleaning and painting, the Contractor shall remove or OVERDRMNG PIi FS AS SPECIFIEU IN SECTION &.03(1)B. cut the planks to provide at k m a 1-inch clearance. Any plank PAYMENT FOR THE FIRST 3 FEET OF OVERDRMNG '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 DRMNG (KIND) PILE'. ADDITIONAL PENETRATION damages the planks and makes them unfit for reuse, the Contractor BEYOND THE FIRST 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' thead • . lei See e-adAi�ieml-p•n�rWiex oF�te�tcic orC_r 6. 'Furnishin Timber Piling(untreated or name treatment)', ` ' per linear foot. 7. Furnishing Conc.Piling(size)',per linear foot. 8. 'Furnishing St.Piling',per linear foot. The unit contract price per linear foot for'Furnishing(kind) Piling (... shall be full pay for furnishing the piling specified. The price shall include the furnishing of all materials,tools,equipment,and tabor Supplemental S�cifications (Rev. 37T3789) I'a a 13— Division 6 Supplemental Specifications City of Renton a ' 6-09 CRIBBING Filling shall be in compacted layers not more than 14-inches deep. If crass-connecting wires are required, the Contractor shall adjust the A°' MATERIAI,�( tEVISED) number and depth of layers so that wares occur between the compacted �� layers• Materiak shall meet the requirements of the following Sections: Metal Cribbing 9-27.1 Gabion Cribbing ) MT(REVISED) alp Ay��E - -9-2712) THE UNIT WEIGHT OF THE FILLED GABION BASI{E. STONE 9-273(3) SHALL BE AT LEAST 100 POUNDS PER CUBIC FOOT. SHOULD THE UNIT WEIGHT BE LESS THAN 100 POUNDS PER CUBIC FOOT THE GABION WILL BE REJECTED AND THE ENGINEER WILL REQUIRE THE CONTRACTOR TO 6-093(61 GABION CRIBBING AFs�N� CONDUCT AND PASS ADDITIONAL UNIT WEIGHT TESTS BEFORE COMPLETING OTHER GABIONS. (REVISED) The Contractor shall conduct either of the following unit weight tests to prove the dense of oompieted gabions: �,� $} ry shall be selected from A.� A filled�compl�etB�SKE�(et-�e�� t� 6-09 ( A DESCRIPTION(REVISED) re B. A gabion BASSKET 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 worst is building wire gabion cnbbing ate tei-as the two weighings shall be used to determine weight per cubic required by the plans,these Specifications,and the " gineer. foot of the material in the gabion. The Contractor shall conduct one unit weight test for each 500 cubic yaids of gabions placed. The Engineer may reduce the required 6-09 3(6)B-GA�N-TWE BASKETS (REVISED) Irequency of these tests after proper unit weight has been consistently demonstrated. IN CONDUCTING UNIT WEIGHT TEST A OR B, THE CONTRACTOR SHALL PROVIDE AND USE SCALES THAT COMPLY WITH SECTION 1-09Z (yI , the Spec BASKETS MAY BE FABRICATED FROM EII1-LER WOVEN i"t OR WELDED STEEL WIRE; HOWEVER, A GABION ' STRUCTURE SHALL NOT INCLUDE BOTH. BASKETS MAY � , BE ASSEMBLED WITH EITHER LACING WIRE OR CLIP I FASTENERS- HOWEVER, A PERIMETER OR DIAPHRAM EDGE SHAD.NOT INCLUDE BOTH. 6-09 3(§)C DIMENSIONS (REVISED) 6-093(MG CONSTRUCTION REOUTREMENTS ' (REVISED) The Contractor shall supply gabion baskets et-ew+hn4411 the Each row or tier of baskets shall be reasonably straight and shall lengths and heights the plans require. Each length shall be a multiple conforttn with alignment and do Hexagon_ l mesh baskets shall be ' (double,triple or greater)of horizontal width. Horizontal width shall gn grade. 8� be ga�9-36 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 WTTHIN A tamped or vibrated. The last layer shall fill each basket completely so TOLERANCE OF S% OF THE MANUFACTURERS STATED that the secured lid will nett on the filler. SIZES. &EACH BASKET SHALL BE LACED ' The plans show dimensions in feet. If the Contractor prefers to SE RELY ADJACENT BASKET'S AND as LID THEN order baskets made with metric measurements,the Eagineees approval LACED OR CLIPPED TO THE SIDES, ENDS, AND of substitute design details shall be obtained before gabion DIAPHRAGMS. construction begins. ALL SELVEDGE WIRES OF ENDS OF ADJACENT BASKETS SHALL BE LACED TOGETHER THE BOTTOM SELVEDGE OF ' 6 ,�(6)D FABRICATION OF BASKE' (REVISED) THE BASKET BEING CONSTRUCTED ON A PREVIOUSLY CONSTRUCTED BASKET MUST BE LACED TO THE TOP OF THAT BASKET. Gabions aeb---men"hall be made to that the sides, e&, lid, Excavation for gabions shall comply with the requirements for and diaphragms an be assembled into rectangular baskets the structure excavation,Gass B,in Section 2-09 required sizes at the conshvetion site. Common-imll eonstnrction may Backfiiling behind or around gabions shall comply with Section 2- , be used in bion structure uupp to 124eet high. Common-wall 09.3(1)E. construction includes any basket were its top serves 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 Metal cribbing shall be treasured by the square foot using the sum Each gabion shall be divid by diaphragms into cell, the same of bin face areas. length as horizontal basket width. Diaphragms shall be made of the To determine bin face area,the State will consider each bin as 10- same mesh and gage u_the basket width body feet long even when shorter stringers are used on the wall face. Bin All perimeter AND DIAPHRAGM edggeess g-�iag#iagn height will be calculated by mulh'piying the number of stringers on the , edgec}shail be laced OR CLIPPED TOGETHE so that'Dints are at bin face by 1.33 feet. Eech bin face area will be calculated as follows: lt as strong as the body of the mesh itself. THE EN1�S OF THE Ben Face Area - (No.of stringers in face)x 133 x 10. eas LACING WIRE SHALL BE ANCHORED BY THREE TIGHT Gabion cribbing be the calculated neat line volume TURNS AROUND THE SELVEDGE WIRE of gabion baskets in place,using manufacturer's STATED dimensions. Structure excavation Class B and structure excavation Class B including haul will be measured by the cubic yard as specified in —r ,3(6)E FILLING BASKETS (REVISED) Section 2-09• Baskets shall be filled with STONE THAT MISTS THE REQUIREMENTS OF SECTION 9-273(3)..ME!EITHE STONE SHALL ' BREQUIREMENTS OF COMPACTED�.3(6)F•�sound, aftv4a­� E UNIT WEIGHT SuRplernental S ifications , (Rev. apt 14 City of Renton Supplemental Specifications Division 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 pproposal: SITE. 1. 'Metal Cnbbtng Type.....Deso ,per square foot. THE ROCK WALLS SHALL BE CONSTRUCTED OF ONE- 2. 'Structure Excavation Class B per cubic yard. MAN ROCKS,S85 TO 300 POUNDS)_EACH 1Q' IN ITS LEAST 3. *Structure Excavation Class B fncl.Haul',per cubic yard. DIMENSION-1IVO-MAN ROCKS, TO 600 POUNDS)EACH The unit contract prices per cubic yard for 'Structure Excavation 13' IN ITS I 'A.ST DIIKENSION• niREE-MAN ROCKS (800 TO ' Class B','Structure Excavation Q.B Incl.Haul,and per square foot 1,200 POUNDS) EACH 16- IN fl� LEAST DIMENSION• FOUR- for'Metal Cribbing Type.....Design.....'shall be full pay for furnishing MAN ROCKS(1,,S�pp TO 2,2p POUND EACH IS-IN ITS LEAST all labor, materials, tools, and equipment Accessary for construction DIMENSION. THE ROCKS SHALL RANGE UNIFORMLY IN and backfilling of the metal cribbing All costs invotmd in the use of SIZE FOR EACH CLASSIFICATION SPECIFIES.THE FOUR- special corners shall be included by the Contractor in the unit contrkci MAN ROCKS SHALL ONLY BE USED FOR THE FIRST grace per square foot for the adjacent bins measured as specified to COURSE OF ROCK IN WAILS OVER 6 FEET IN HEIGHT. Section&.W.4. 4. .Gabiom Cribbing',der cubic yard. 6-113(CONSTRUCTION REQUIREMENTS) ' The unit contract prices per cubic yard for 'Structure Excavation Class B',AND 'Gabion Crabbing ae l 'GC bian RawtwwfW shall be THE ROCK UNLOADING AT THE SITE WILL BE DONE IN full pay for furnishing all labor, maned in took, and equipment SUCH A MANNER AS TO SEGREGATE THE ROCK BY THE a to complete the work d specified by the; testing,clean-up, SIZE RANGES INDICATED IN THE PRECEDING PARAGRAPH. and any teal adjustments deemed accessary by the Engineer. THE WAILS SHALT, BE STARTED BY EXCAVATING A ' TRENCH, NOT LESS THAN 6 INCHES OR MORE THAN ONE FOOT IN DEPTH BELOW SUBGRADE IN EXCAVATION 6-10 CONCRETE BARRIER SECTIONS OR NOT LESS THAN 6 INCHES OR MORE THAN ONE FOOtI' IN DEPTH BELOW THE EXISTING GROUND LEVEL IN EMBANKMENT SECTIONS. AREAS ON WHICH THE ' ROCKERY IS TO BE PLACED SHALL BE TRIMMED AND DRESSED TO CONFORM TO THE ELEVATION OR SLOPE 6-10.3 CONSTRUCTION REQUIREMENTS S AAR ASOON ��UPONOTHE CCOMMPPLETIo 0 (REVISED) THE CUT OR FILL SECTION. ROCK SELECTION AND PLACEMENT SHALL BE SUCH In all barriers, the Contractor shalt use air-entrained concrete that THAT THERE WILL BE NO OPEN VOIDS IN THE EXPOSED FACE OF THE WALL OVER 6 INCHES ACROSS IN ANY complies with Section-643.3(4)A 6-02.3(3)A. 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. THE FINAL COURSE SHALL HAVE A CONTINUOUS APPEARANCE AND BE PLACED TO 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 T III,but shall bear any added cost. APPEARANCE THE ROCKS SHALL BE CAREFULLY PLACED Immediately 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 BE AT dense surface. The surface shall have no rock pockets and no holes RIGHT ANGLES OR PERPENDICULAR TO THE ROCKERY larger than %-inch across. The barrier shall be cured IN FACE. THE ROCKS SHALL HAVE ALL INCLINING FACES ACCORDANCE WITH THE REQUIREMENTS aeesr3ing-te-<M SLOPING TO THE BACK OF THE ROCKERY. EACH ROW OF ' retatnin cscribcd in Section 6-023( 1�► 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 ' CK WITH 6-11 ROCKERIES (NEW SECTION) THE ROCKS TO ELIMINATE ANY SHALL BE CHINKED OVOID SUFFICIENT TOOT PASS A 2 INCH SQUARE PROBE 6-11.1 (DESCRIPTIONI 6-11.3.1 ROCKERY BACKFILL tTHE WORK DESCRIBED IN THIS SECTION, REGARDLESS THE WALL BACKFILL SHALL CONSIST OF 1-1/2 INCH OF THE TYPE OF MATERIALS ENCOUNTERED, INCLUDES MINUS CRUSHED ROCK OR GRAVEL CONFORMING TO THE EXCAVATION AND SHAPING OF THE CUT OR FILL SECTION 9.03.9(3). THIS MATERIAL WILL BE PLACED TO AN SLOPES AND FURNISHING AND CONSTRUCTING 8 INCH MINIMUM THICIU4ESS BE )WEEN 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 BE 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 1 THE BEARING SURFACE OF THE ROCK COURSE WILL BE ROCK WALLS 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 INTO 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 BEHIND THE ROCKERIES AS CYCLES SHALL NOT EXCEED 35%BY WEIGHT. SHOWN IN THE STANDARD PLANS AND CONNECTED TO THE ROCK MATERIAL SHALL BE AS NEARLY THE STORM DRAINAGE SYSTEM WIhERE SHOWN. RECTANGULAR AS POSSIBLE SO AS TO AFFORD THE MINIMUM AMOUNT OF VOID SPACE BETWEEN THE BLOCKS. NO STONE SHALL BE USED WHICH DOES NOT EXTEND THROUGH THE WALL THE ROCK MATERIAL SHALL BE HARD SOUND, DURABLE AND FREE FROM E' WATHERED POkfiONS, SEAMS, CRACKS AND OTHER DEFECTS. Su lemental S cifications ev. ape 15 Division 6 Supplemental Specifications City of Renton e ' 6-113 REJECTION OF MATERIAL ' THE INSPECTOR WILL HAVE THE AUTHORITY TO REJECTANY DEFECTIVE MATERIAL.AND TO SUSPEND'ANY WORK THAT IS BEING IMPROPERLY DONE, SUBJECT TO ' THE FINAL DECISION OF THE ENGINEER ALL REIECTED MATERIAL WILL BE REMOVED FROM THE CONSTRUCTION REPLACED AT NOOAADD ZONAL COST TO SHALLTHE WNNER.ED OR 6-114 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 PRICK PER SQUARE YARD SHALL. BE FULL RErAINING WALL�IN PLACE AND SHALL INCLUDDnON FOR THE ROCKERROE ALL WO—M ' MATERIALS, AND EQUIPMENT REQUIRED TO COMPLETE THE INSTALLATION. 1 1 r r 1 - 1 _ r r r r supplemenial S ifications , (Rev. aZ Comity of Renton Supplemental S=iflcationS Division 7 screw-on, or wraparound coupling bands, as recommended by the DIVISION 7 manufacturer of the tubing. DRAINAGE STRUCTURES, STORM 7-01.4 MEASUREMENT=DMONI SEWERS, SANITARY SEWERS, WHEN THE CONTRACT DOES NOT INCLUDE'STRUCT'URE WATER MAINS AND CONDUITS EXCAVATION CLASS B' OR 'STRUCTURE EXCAVATION CLASS B INCLUDING HAUL' AS A PAY ITEM ALL COSTS 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 consist of constructing drain pipe and underdrain pi in accordance with the plans, these Specifiations and Standard Materials shall meet the requirements of the following Sections: Plans,at the locations as staked by the Engineer. __ PIRM o 1 7-01.2 MATERIALS(ADDITIONS st�mmtma��� Z Ba.eied 6omaeee Fan Setsioae Sted gtlrert aed tr Axes ASPHALTTRFATMEM t 9 -I Sled Natabit Mope aed ripe Axis ASPHALT TRFi�TMFM ' Drain ppiippeess may be concrete,zinc coated (galvanized) ASPHALT AA TTEtFA7MFMt � TREATMENT I or aluminum coated(aluminized)corrugated iron or Aimamum Fad seuxim 945.5(6) steel WITH ASPHALT TREATMENT L corrugated aluminum all PVC errn t3 po yvtnvf chloride (PVC), or corrugated WITH Um ' TREATMENT I pd thylcne (PE) at the option of the Contractor unless the plans s; i the type to be used 'Where steed or aluminum are referred to in this Section in regard to Underdnin pipe,other that AASHTO Designation M 36 a kind of culvert i i arch or end sections,it shall be understood Class IV,shall be perforated. They may be concrete,bituminize�fiber P pe zinc coated(galvanized)or aluminum coated(aluminized)cor��gg��ted that steel is zinc coat with AStPHALT TREATMENT'I(galvanized) iron or steel or corrugated aluminum alloy,poirnyl chloride(I'VC), or aluminum coated (aluminized) corrugated iron or steel, and ' or corrugated polyethylene(PE)at the option of the Contractor unless aluminum is corrugated aluminum alloy as speed in Sections 9-05.4 the plans speciTy the type tote used. and 9-0SS. It is not necessary that all drain or uaderdrain pips ors nay one The Contractor has the option of constricting culverts of plain or Nall be of the same kind of material; however, all contiguous pipe reinforced concrete,steel,or aluminum within the limits specified 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 mates(; however,aII contiguous DRAIN PIPE,12-INCH THRU 24-INCN pipe shall be of the same kind. DIAMETER MAXIMUM 9.05.1(7) ZJnless otherwise shown in the plans or specified, the class of PERFORATED CORRUGATED POLYETHYLENE(PE) o9tterete pipe or the thickness of steel or aluminum pipe or pipe arch UNDERDRAIN PIPE, THRU 24-INCH shall be the same for the entire length of any culvert,and shall be that DIAMETER MAXIM 9.05.2(8) required for the maximum height of cover. Alternate pipe installations 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*ill be based on the diameter of the culvert 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 speed 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 pprovide alternates in accordance with the Engineer. Drain pipe shall be laid in reasonably close conformity with requirements of the scltedule shown in the Standard Plan. If the the Ime and des as shown in the plans.The drain pipe shall be laid option selected requires Design C trench construction while another with waterti it joints unless otherwise speed. acceptable alternate does not, the Design C trench construction shall PVC drain pipe shall be jointed with a bell and spigot(cult using a be incidental to the culvertpipe. flexible etastomeric seal as described in Section 9.048 The 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 less than 2 feet,shall not be of the bell and spigot type- screw-on, or wraparound coupling bands as recommended by the Culvert pipe over 30 inehes in diameter and culvert pipe arch of all manufacturer of the tubing. sizes shall be of the treatment,class,material,and size speed in the When underdrain pipe a 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 is the e�sting as may be designated in the plane. soil 3 inches below the grade of the pipe as shown in the plops Gravel 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 pippee to which theeyy a�re attached. the depth shown in the plans or as directed by the Engineer. All 'VHERE PTAIN OR REINFORCED CONCRETE, STEEL, OR backfill shall be placed in 12 inch maximum layers and be thoroughly ALUMINUM ARE REFERRED TO IN SECTION 7-02 IT SHALL compacted with three passes of a vibratory compactor for each la r. BE UNDERSTOOD THAT REFERENCE IS ALSO MADE TO The Contractor shall use are in placing the gravel backfill material to PVC prevent its contamination. When it is necessary to intercept water flowing underneath the roadway surfacing, the subg ade drain shall be constricted in 7-02.3L11 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 dawn. Upon ANY SHORING AND CRIBBING OR EXTRA EXCAVATION final acceptance of the work,all drain pipes shall be open,clean,and REQUIRED SHALL MEET THE REQUIREMENTS OF SECTION free draining. 2-093. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the plans. The bell shall be laid upstream. PE or ADS drainage tubing underdrain pipe shall be jointed with snap-on, ' SuRRIemental Specifications ev. a2e Division 7 Supplemental ifi tion iry of tcenton ' 7 02 3(1)C PLACING PVC PIPE(NEWT 7-04 STORM SEWERS IN THE TRENCH,PREPARED AS SPECIFIED IN SECTION 02 3(1)PVC PP IN E SHALL BE LAID BEGINNING AT THE LOWER EENNDD WITH THE BELL END UPGRADE. PEA GRAVEL WILL : 7-04 2 MATERIAL-(�DDTTIONI BE USED AS THE BEDDING MATERIAL AND EXTEND FROM 6' BELOW THE BOTTOM OF THE PPE TO 6' ABOVE THE Materials shall meet the requirements of the following Sections: TOP OF THE PPE WHEN IT IS NECESSARY TO CONNECT 9-05.7 1 TO A STRUCTURE WITH A MUDDED JOINT A RUBBER Plain Concrete Storm Sewer Pipe 9-0S S2 GASKEIF.D CONCRETE ADAPTOR-COLLAR WILL BE USED Reinforced Concrete Storm Sewer Pi AT THE POINT OF CONNECTION. Steel S iral Rib Storm Sewer 945.10 Steel Storm Sewer 9-05.11 Aluminum Storm Sewer Pipe 7-02 4 MEASUREMENT(ADDTTTONI Aluminum Spt'nI R,b Storm Sewer _ 9.0512 PVC SEWER PPE SHORING AND CRIBBING OR EXTRA EXCAVATION WILL BE MEASURED AS SPECIFIED IN SECTION 2-09A. Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer it thall be understood that steel is nnc coated (galvanized) �T TREATMENT I COATED or 7-02 S PAYMENT(ADDITION) aluminum coated(aluminized)eorruggssted iron or steel and aluminum 5. is corrugated aluminum allay as speaTred in Sections 945.4 and 9-0S e 21. 'SNORING AND CRIBBING OR EXTRA Alternate pipe installations shown in the plans may be constructed pr wided there is no increase in the total wet of the installation or EXCAVATION CLASS B',PER LUMP SUM. 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 SEG ON 2-095. sewer installation will be based on the diameter of the storm sewer Pi pe described by the bid item in the plans. tans for the ' Zf the Contractor elects to use an alternate installation,p alternate shalt be submitted to the Engineer for approval prior to 7-03 STRUCTURAL.PLATE PIPE,PIPE procuring or constructing the alternate. ARCH,ARCH,AND UNDERPASS 7-04.3(1)B PIPE BEDDING(ADDITION) ' PPE BEDDING FOR PVC SEWER PIPE SHALL CONSIST OF GRAVEL IT SHALL,03 2 MATERLAI S OP ER AND 6'UNDER THE BEXTERI R PLACEDTALLS OF THE PIPE.. A DEPTH OF 6 2 Materials shall meet the requirements of the following Sections 7_04.3(2 E EVI ED _ vv.��.a�m CoervpredsreelAsrwurAl�tFxt' Su line and grade will be provided by the Engineer OR , RcW&in Sled mrnyy tteintorcntSreet CONTRACTOR in a manner consistent with accepted practices AND THESE SPECIFICATIONS. 7-03XI) FOUNDATIONS GENER APD� 7-04.3 'TTTIGO STORM SEWER-LINE CONNECTIONS G AND CRIBBING OR EXTRA ANY SHORING EXCAVATION ALL, CONNECTIONS SHALL BE DONE UI1IMNG PRE- REQUIREDET SHALL ME THE REQUIREMENTS OF SECTION MANUFACTURED TEE CONNECTORS OR PPE SECTIONS 2-09.1 APPROVED BY THE ENGINEER ANY OTHER METHOD OR ' MATERIALS PROPOSED FOR USE IN MAKING 7-03 4 MEASUREMENT(ADDMONI CONNECTIONS SHALL BE SUBJECT TO APPROVAL BY THE ENGR. SHORING AND CRIBBING OR EXTRA EXCAVATION WILL Z'�3(31 BACKFILLTNG STORM SEWER BE MEASURED AS SPECIFIED IN SECTION 2-09A. TRENCHES (ADDITION) L-03.5 PAYMENT(REVISED) PVC PPE SHALL BE BEDDED AND BAC3(KF)ILLED WITH Payment will be made for each of the following bid items that are BAL�II ING IN THE REMAINDER OF TH WITHE TRENCH PRIOR TO included m the proposal:_ _ linear foot MEASUREMENT OF BANK RUN GRAVEL FOR TRENCH 1. St Str.Plate P:p_e Gaggee ���I��a Diam.',per BACKFM ,WILL, BE BY THE TON IN ACCORDANCE WITH WI HASPHALTTREAIMII�II'L SECTION 1-09.1 OR BY THE CALC�TLATION OF NEAT LINES 2. St.Str.Plate Pipe Arch.....Gaggee� Ft.....In.Span',per, linear foot WITH ASPHAggLeeT T RFATMENT L BASED ON i b TRENCH WIDTH PER SECTION 2-09.4 3 � Plate Arch TTRFATMFL—In.Span', linear YARD,WHIHICHEVER I3LESS.AR OF 1S TONS PER CUBIC The unit contras Price per cubic yard for `Gravel Badddl For Cl -- Foundations ass ,shaltbe pond as speafled in Section 2-09.THE UNIT CONTRACT PRICE FOR GRAVEL BACKFILL FOR '�^.:4 MEASURE (REVISED) FOUNDATIONS (x.4.SS A OR CLASS B SHALL BE PAID IN ACCORDANCE WITH SECTION 2-09. The length of storm sewer pipe will be the number of linear feet of 140 'SHORING AND CRIBBING OR EXTRA Completed installation measured along the invert and will include the lenggtth through elbows, tees,and fittings. The number of linear feet EXCAVATION CLASS B',PER LUMP SUM. THE LUMP SUM CONTRACT PRICE FOR'SHORING AND will measured from the center d manhole to center of manhole or ' CRIBBING OR EXTRA EXCAVATION CLASS B', SHALL BE to the inside face of catch basins and similar type structures• The concrete Class C for plugging existing storm sewer pipes will tx FULL PAY FOR THE WORK AS SPECIFIED IN SECTION 2-095. measured by the cubic yards required as speed in Section 7-02.4. The length of testing storm scorer pipe in conformance with Section 7-04.3(4)will be the number of linear feet of completed installation actually tested. Suvolemental S ifications I ev. aQe City of Renton Supplemental Specifications Division 7 Excavation of the storm sewer trench will be measured as structure excavation Class B or structure excavation Class B including haul,�y t rd as sec.iied in Section 2-09., IF THESE ITEMS ARE MANHOLES, CATCH BASINS AND INCLUDED IN THE CONTRACT. :M407T�AREAS TO BE SURFACED WITH SHORING AND CRIBBING OR EXTRA EXCAVATION WILL CRUSHED ROCK OR GRAVEL SHALL BE CONSTRUCTED TO L 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 Pa en' will be made for each of the follawin bid items that are THEY MAY BE EASILY FOUND UPON COMPLETION OF THE ym , g STREET WORK AFTER PLACING THE GRAVEL OR included m the p CRUSHED STONE SURFACING THE MANHOLES AND 1. 'Plain ConcStorm Sewer Pipe.....In.Diam.•,per linear MANHOLE CASTINGS SHALL BE CONSTRUCTED TO THE foot- FINISHED GRADE OF THE ROADWAY SURFACE. 2 Class_...Reinf.Conc.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.TIL.....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.Diem.%per AROUND THE MANHOLE SHALL BE BACICFE116 WITH linear foot. MATERIALS WHICH RESULT IN THE SECTION REQUIRED The unit contract price per linear foot for storm sewer pipe of the ON THE TYPICAL ROAD WAY SECTION, AND BE kind and size speatied shall be full pay for all work to complete the THOROUGHLY COMPACTED. WHERE IfflUMINOUS installation,including adjustment of inverts to manholes. WHEN NO SURFACE TREATMENT IS TO BE PLACED THE MANHOLE BID ITEM 'GRAVEL BACKF'ILL FOR PIPE BEDDING' IS CASTINGS SHALL BE INSTALLED FROM 112 INCH To ONE INCLUDED IN THE SCHEDULE OF PRICES PIPE BEDDING INCH HIGHER THAN THE ROADWAY SURFACE, AS THE AS SHOWN IN THE STANDARD PUNS, SHALL BE ENGINEER MAY DIRECT. CONSIDERED INCIDENTAL TO THE PIPE AND NO IN CEMENT CON—SCRETE PAVEMENT: MANHOLES CATCH ADDITIONAL PAYMENT SHALL BE MADE. 'STRUCTURE B — RES SHAiL BE 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, FORMS HAVE BEEN PLACED AND CHECKED. IN PLACING i G OF STORM SEWER PIPE, THE CONCRETE PAVEMENT EXTREME CARE SHALL BE IF ED BY THE GINEER,SHALL BE CONSIDERED TAKEN NOT TO ALTER THE)i'OSITION OF THE CASTWG LN UIR INCIDENTAL TO AND INCLUDED IN THE UNIT CONTRACT '� WAY. PRICES FOR OTHER ITEMS. IN ASPHALT CONCRETE PAVEMENT: MANHOLES SHALL UN11L ME rAVE2UFXr IS COMPLETED, 6. 'Structure Excavation Class B' per cubic yard. AT WHICH TIME THE CENTER OF EACH MANHOLE SHALL C 7. 'Structure Excavation Class B fricl.Haul,per cubic yard. BE CAREFULLY RELOCATED FROM REFERENCES The unit contract price per cubic yard for 'Structure Excavation PREVIOUSLY ESTABLISHED BY THE CONTRACTOR THE Class B' or'Structure Excavation Class B Ind. 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 contract price per cubic yard for'Cone. Class C'shall be IRON FRAME SHALL BE PLACED ON THE CONCRETE full pay for all work required to plug existing storm sewer pipes, or BLOCKS AND WEDGED UP TO THE DESIRED GRADE. THE shalt be incidental if not speciPied as apa item. ASPHALT CONCRETE PAVEMENT SHALL BE CUT AND 9. 'SHORING AND CRIBBING ORIXTRA EXCAVATION CLASS B' PER SQUARE FOOT. REMOVED TO A NEAT CIRCLE,THE DIAMETER OF WHICH THE LUMP SUM CONTRACT PRICE PER SQUARE FOOT SHALL BE EQUAL TO THE OUTSIDE DIAMETER THE FOR 'SHORING AND CRIBBING OR EXTRA EXCAVATION CAST IRON FRAME PLUS TWO FEET. THE BASE MATERIALS CLASS B-, SHALL BE FULL PAY FOR THE WORK AS AND CRUSHED ROCK SHALL BE RE AND CLASS SPECIFIED IN SECTION 2-095. vg`(6/ CONCRETE SHALL BE PLACED SOO THAT THE ENTIRE VOLUME OF THE EXCAVATION IS REPLACED UP TO WITHIN BUT NOT TO EXCEED 1 1 INCISES 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 SHALL BE PAINTED WITH HOT ASPHALT CEMENT. INLETS AND CATCH BASINS ASPHALT CONCRETE SHALL THEN BE PLACED AND COMPACTED WITH HAND TAMPERS AND A PATCHING ROLLER ASPHALT CONCRETE WILL BE PAID FOR AS PAV NG ASPHALTS NG PER TON'. M COMPLETE PATCH H 7-05.3 CONSTRUCTION REQUIREMENTS SHALL MATCH THE EXISTING PAVED SURFACE FOR jADDiTION) TEXTURE,BETWEEN .�� ��O�FXI�NG JOINT ALL MANHOLES SHALL HAVE EXCI?NI'RIC CONES AND PAVEMENT SHALL THEN BE CAREFULLY PAINTED WITH SHALL HAVE LADDERS HOT ASPHALT CEMENT OR ASPHALT EMULSION AND ANY SHORING AND CRIBBING OR EXTRA EXCAVATION SHALL BE IMMEDIATELY THE ASPHALT COVERED WITH DRY PAVING REQUIRED SHALL MEET THE REQUIREMENTS 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 7-05.3 L 1) ADJUSTING MANHOLES AND CATCH G ES FOR NEW AND OLD INLETS TO BE ADJUSTED TO GRADE WILL BE ESTABLISHED FROM BASINS TO GRADE(REVISED) THE FORMS OR ADJACENT PAVEMENT SURFACES. THE FINAL ADJUSTMENT OF THE TOP OF THE INLET WILL BE Where shown in the plans or where directed the Engineer the PERFORMED IN SIMILAR MANNER TO THE ABOVE FOR existingmanholes or P h basins shall be adjusted to the MANHOLES. ON ASPHALT CONCRETE PAVING PROJECTS 1 graae as 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. TIJE 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 SHALL structure shall be raised or lowered to the required elevation. 74o BE LEFT 1 1/2 INCHES BELOW THE TOP OF THE FRAME SO RETE PAVEMENT WILL�BUTT THE CAST IRONNG COURSE OF LFRAME CTHE EXISTING CONCRETE PAVEMENT AND EDGE OF THE ' SuRRIemental S ecifications ev.12/15189) al e 3 Division 7 Supplemental Specifications City of Renton CASTING SHALL BE PAINTED WITH HOT ASPHALT 14. 'SHORING AND CRIBBING OR EXTRA EMENT. ADJUSTMENTS IN THE INLET STRUCTURE SHALL EXCAVATION CLASS B',PER LUMP SUM. C THE LUMP SUM CONTRAC BE CONSTRUCTED IN THE SAME MANNER AND OF THE T° PRICE FOR 'SHORING AND SAME MATERIAL AS THAT REQUIRED FOR NEW INLETS. CRIBBING OR EXTRA EXCAVATION CLASS B', SHALL BE THE INSIDE OF THE I qHn SHALL BE MORTARED AND FULL PAY FOR THE WORK AS SPECIFIED IN SECTION 2 PLASTERED. ONAND A CC3 R.MDJUSTED TO GRADE IN THE SAME MANNER AS FOR 7 , Muni° .10 TRENCH EXC.,BEDDING,ANDvo cs: ADJUSTMENTS OF NERVE FOR BACKFILL FOR WATER MAINS INTHE SAME MANNER As FOR MANHOLES. 7-05.30 ABANDON EMSTING MANHOLES 7-10 2) ]M NCH EXCAVATION(ADDITION) (REVISED) IF Where it is required that an e3dtdng manhole be abandoned, the 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 revised surface elevation, all connections plu THE MANHOLE MEET THE OPEN PIT REQUIREMENTS OF SECTION E BASE SHALL BE,FRACTURED TO P� STANDING 3(3 B, IT SHALL BE SHORED AND CRIBBED. THE WATER, and the manhole filled with :and and comppaacted to 90 CONTRACTOR ALONE SHALL BE RESPONSIBLE FOR 14 Debris resulting WORKER SAFETY, AND THE STATE ASSUMES NO percent density as specified in Section 2-MX )C mired with the RESPONSIBILITY. from breaking the upper part of the manhole may THE CONTRACTOR MUST SUBMIT SIX SETS OF PLANS sand subject to the approval of the Engineer. The ring and cover shall BEFORE SHORING OR CRIBBING. THESE PLANS MUST be salvaged and all other surplus material disposed of. 33((.3THE PLAN REQUIREMENTS SET FORTH IN SECTION �UPOND COMPLETING THE WORK, THE CONTRACTOR ?m= CONNECTIONS TO EXISTING SHALL REMOVE ALL SHORING AND CRIBBING UNLESS THE MANHOLE(ADDI OhD PLANS OR THE ENGINEER DIRECT OTHERWISE• WHERE SHOWN ON THE PLANS,NEW DRAIN PIPES SHALL -r 1 n 3MB Fx'rftA EX AVATION(REVISED) BE CONNECTED TO EXISTING 11NFs CATCH BASIN, CURB INLETS AND/OR MANHOLES. THE NTRACTOR SHAH-BE REQUIRED TO CORE DRILL INTO THE STRUCTURE,SHAPE THE NEW PIPE TO FIT AND REGROUT THE OPENING IN A axea+wtiex, 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 BP, INSTALLATION OF THE PIPE MEASUREMENT OF 'BANK REQUIRED. RUN GRAVEL FOR TRENCH BACKFILL' WILL BE BY THE A'CONNECTION TO EXISTING'ITEM WILL BE ALLOWED TON. AT ANY CONNECTION OF A NEW LINE TO AN EXISTING STRUCIURRE,E,O R THE CONNECTION OF A NEW STRUCTURE TO A EXISTING LINE• No -CONNECTION TO EXISTING" 7-10 4 MEASUREMENT(REVISED) WILL BE ACCEPTED AT THE LOCATION OF NEW INSTALLATION, RELOCATION AND ADJUSTMENT OF LINE MANHOLES,CATCH BASINS OR CURB INLETS. THE UNIT BID PRICE PER EACH SHALL BE FULL COMPENSATION FOR ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED. 7-05 4 MEASUREMENT(REVISED) Removal and replacement of unsuitable material will be measured by the cubic yard. The depth shall be the actual depth removed below the depth specified in Section 7-1045). The width shall be the actual hei width removed, but in no case shalll the measured width exceed the Lilab06ftrnb9jhdjkVAW allowable widths specified in Section 7-103M Measurement of bank run vel for trench backfill will be by the r TON, IN be MANHOLE. ~WILL BE MEASURED PER EACH. ACCORDANCE WITH SECTION 1-09.1 OR BY THE MEASUREMENT OF MANHOLE HEIGHTS FOR PAYMENT CALCULATION OF NEAT LINES BASffb ON MAXIMUM PURPOSES WILL BE MEASURED FROM FINISHED RIM TRENCH WIDTH PER SECTION USING A CONVERSION ELEVATION TO THE INVERT OF THE LOWEST OUTLET FACTOR OF 1S TONS PER CUBBICIC YARD, WHICHEVER IS PIPE Grate inlets and drop inlets will be measured per each. SHORING AND CRIBBING OR EXTRA EXCAVATION Stricture excavation a eas Band structure excavation Class TRENCH, I'LORING AND CRIBBING OE MEASURED AS SPECIFIED XTRA EXCAVATION includinSS haul will be measured �f �„�B. Section don each. Connections Abandon costing manholes wn11 be measured per to existing manholes will be measured per each SHORING AND CRIBBING-OR EXTRA EXCAVATION WILL 710 S PAYMENT(REVISED) BE MEASURED AS SPECIFIED IN SECTION 2-09A. payment will be trade for each of the following bid items that are S PAYMENT(REVISED) included the proposal: 7-05 1. 'Rack Excavation' per cubic yard. The unit price per cubic yard for'Rock Excavation'shall be full pay The payment for the various items specified BELOW shall be full for all work to remove and dispose of materials as tied in Section pay for furnishing all labor,materials,tools,and equipment necessary 7-103(7)A If�aoot�pny item is listed,rock excavation sbait be considered to complete each unit according to the plans.and specifications, incidental to included in other items to co worknstruct specified water the main Section 7-and 11 l costs shall be including the furnishing and placing of all accessories, cast rings cover,trap,steps,gratg g,and=d Cher items per each. 13. Connection to Erostin ).fax The unit contras pputsccet per each fo —Abandon Existing Manholes' and'Connection to Existing Manholes'shall be full pay for all costs moo necessary to perform the work as required. Supolemental S incations (Rev.1211aQe City of Renton Supplemental Specifications Division 7 _ shall be installed in accordance with AWWA C105. THE POLYETHYLENE ENCASEMENT SHALL ALSO BE INSTALLED ON ALL APPURTENANCES SUCH AS PIPE LATERALS R COUPLINGS, FfI'IZNGS, ANb VALVES IN ACCARDANCEt • material WITH SECTION 4-5 OF ANSI 21.5 OR AWWA C105. e Swtio P YMENT FO 'REMOVAL AND INSTALLATION OF THE POLYETHYLENE ENCASEMENT RE 1: S NSUITADLE MATERIAL* WILL BE SHALL BE CONSIDERED INCIDENTAL TO THE FFUURTHER COMPENSIDERED ATION WILLAL TO OTHER ADIED ITEMS AND NO PAYMENT SHALL BE ALLOWED THMREFORE ALLATION OF THE PIPE AND NO ADDITIONAL 4. 'Bunk Run Gravel for Trench Backfill',per ao6iayse3 TON. The unit contract price per w :9 y*W TON for'Bank Rua Gravel for Trench Badkfill• shall be full pay for all work to furnish. HALTI, 7-11. (0 LAYING DUCTILE IRON PIPE WITH place,and compact the material in the trench. ALSO INCLUDED IN pOI,YETHYLENE ENCASEMENT(REVISED) THE UNIT CONTRACT PRIG 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 nude for clearing and Drubbing, with a polyethylene encasement. Pipe and polyethylene encasement removal of existing street improvements,furnishing and' g sank shall be installed in accordance with AWWA CI05. THE cushion,pprrootection of existing utilities and services,trench excavation POLYETHYLENE ENCASEMENT SHALL ALSO BE INSTALLED and ball, bedding the pipe, and compacting the backfill. These ON ALL APPURTENANCES SUCH AS PIPE LATERALS items shall all be considered as incidents to o the work of constructing COUPLINGS, FITTINGS, ANb VALVES, IN ACCORDANa the water main,and all casts thereof shall be included in the payment WITH SECTION 4-5 OF ANSI 21S OR AWWA CUM as specified in Section 7-11S. INSTALLATION OF THE POLYETHYLENE ENCASEMENT 5. 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(2) LAYING STEEL PIPE(REPLACED) MATERIAL PER SECTION 9-30.7B(1). 6. SHORING AND CRIBBING OR EXTRA EXCAVATION TRENCH' PER LUMP SUM. STEEL PIPE SHALL NOT BE USED. THE UNIT CONTRACT 'RICE PER LUMP SUM FOR 'SHORING AND CRIBBING OR EXTRA EXCAVATION TRENCH' IN SECTION N FULL FOR PAY R THE AND C BI S 7-11.3(8) LAYING CONCRETE CYLINDER PIPE OR EXTRA EXCAVATION CLASS B.OR 7-11 PIPE INSTALLATION FOR WATER CONCRETE CYLINDER PIPE SHALL NOT BE USED. MAINS 7-11.3(Q)A CONNECTIONS TO EXISTING MAINS LADDITIONI 7-11.3(4) LAYING OF PIPE ON CURVES lREVISEDIWHEN N ATED THERWISE N THE SPECIAL P;RPM WATERMAINS Long_radius VERTICAL CURVES,may be laid with standard pipe by deflecting the joints. If CTIONS: the pipe is shown curved in the plans and no special fittings are shown, PIPING AND TIE-INS ARE the Contractor can assume that the curves can be made by deflecting INDICATED ON THE DRAWINGS. THE CONTRACTOR MUST the joinu with standard lengths of pipe. If shorter lengths are VERIFY ALL EXISTING PIPING DIMENSIONS, AND required,the plan will indicate maximum lengths that can be used. The ELEVATIONS TO ASSURE PROPER ft amount of deflection at each pipe joint when pipe is laid on a CONNECTIONS TO THE EXISTING WATER MAIN SHALL verticalof curve shall not exceed ONE-HALF the NOT BE MADE WITHOUT FIRST MAKING THE NECESSARY manufacturer's printed 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 FITTINGS ARE SHOWN THE THE SITE CONTRACTOR CAN ASSUME THAT THE CURVES CA�1 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 A BACKFU.L,AND PROVIDE CONCRETE B>'ACKING 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 turns not anticipated WHEN THE CITY MAKES THE CONNECTIONS TO THE by the plans,the Engineer will determine the methods to be used. No EXISTING SYSTEM ALL LABOR, MATERIALS, AND add y itional payment will be made for la 'ng 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 are SHOULD BE INCLUDED IN OTHER ITEMS OF WORK required to meet field conditions,additional payment will be made for CONTRACTOR INSTALLED CONNECTIONS: spccal fittings as provided in Section 1-09.6. MAIN SHALL When rubber 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 THE WORK ARE ASSEMBLED ON 7-11.3(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 PORTIONS OF PIPE TO PROVIDE FOR THE INSTALLATION Where shown in the plans, the Contractor shall lay ductile iron pipe OF THE REQUIRED FITTINGS AT THE POINTS OF with a polyethylene encasement. Pipe and polyethylene encasement CONNECTION. ALL DAMAGE CAUSED BY THE SuRRIetnental S ifications (Rev. at;e Division u lmntal NTION CONTRACTOR'S O IN-SERVICE E T� L BEG JOINTS IN HYDRANT REPAIRED BY DEVICE WIL.METER USEDD WHEN DRAWING WATER FROM , PIPING TO REMAINs THE CONTRACTOR AT NO ADDITIONAL COST TO THE THE CITY SYSTEM. THESE MAY BE OBTAINED FROM 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 COU RATORY BY THE PLING GAUGES USED IN THE TEST MAY BE REQUIRED TO BE GASKET DURING INSTALLATION OF THE COUPLING. THE CERTIFIED FOR ACCURACY AT A LABO EXTERIOR OF THE EXISTING PIPE END SHALL BE OWNER LE CLEANED TO A SOUND SMOOTH FINISH BEFORE BY�CCONTRAtTOERDTOO THE DSAI'IZI SFAC IONRO THE INSTALLATION OF THE COU+LING° TRANSITION COUPLINGS SHALL BE INSTALLED BY THE OWNER REGARDLESS 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 TESTA�SUCCESSFULLY AS SPECIFIED, LOOSELY AROUND TIIEWITH � C'NCH E p�COUPLINGS THE Ni~ AND REEPAAIIR THE CMR SD' T SAND THEN S OWN IDRE ST THE ADDHESIVE TAPE' PIPELINES IN WHICH THE COUPLINGS PIPELINE. ARE INSTALLED SHALL BE WRAPPED A MINIMUM OF 3 ALL TESTS SHALL BE MADE WITHTHE HYDRA FEET ON EACH SIDE OF THE COUPLING. ALL JOINTS OR AUXILIARY USING THE HY GATE VALVES VALVE. AFTER THE TESOPEN AND PRESSURE AGAINST' SEAMS IN THE PLASTIC FILM WRAP SHALL BE MADE DRANT 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 EAdi IN TURN AND RELIEVING THE PRESSURE PART OF THE PIPE OR COUPLING SHALL BE EXPOSED TO BEYOND. THIS TEST THERE THE GATE VALVE WILL BE THE BACKFELII IS NO IMMEDIATE LOSS OF ©NGI ITO PREVENT THE PLASTIC FILMFILM WRAP FROM PRESSURE ON RCISED DURING ACCEPTABLE ITHE GAE WHEN THE PRESSURE THE COMES BEING PUNCTURED OR OTHERWISE DAMAGED. PLASTIC AGAINST THE VALVE BEING CHECKED. "HAT 'THE PRESSURE FILM WRAP AND ITS INSTALLATION SHALL CONFORM TO DIFFERENTIAL ACROSS VERIFY VALVE DOES NOT EXCEED AWWA C105 EXCEPT ON MODIFIED ON A WHEN WORK IS ONCE STARTED ON A CONNECTION, IT THE RATED WORING PRESSURE OF THE VALVE SHALL, PRO® CONTINUOUSLY WITHOUT SECTIONS TO BE TESTED SHALL NORMALLY BE LIMITED INTERRUPTION AND AS RAPIDLY AS POSSIBLE UNTIL TO J_eW FEET. THE OWNER MAY REQUIRE THAT THE COMPLETED. I4O SHUTOFF OF MAINS WILL BE PERMITTED FIRST SECTION OF PIPE, NOT LESS THAN 1,000 FEEL' IN OVERNIGHT OR OVER WEEKENDS OR ON HOLIDAYS. IF LENGTH, INSTALLED BY EACH OF THE CONTRACTOR'S THE CONNECTION TO THE EXISTING SYSTEM INVOLVES CREWS, BE TESTED IN ORDER TO QUALIFY THE CREW TURNING OFF THE WATER,THE CONTRACTOR SHALL BE ANT)LOR THE MATERIAL PIPE LAYING SHALL NOT BE RESPONSIBLE FOR NOTIFYING THE RESIDENTS AFFECTED CONTINUED MORE THAN AN ADDITIONAL 1,000 FEET THE ENGINEER BY THE SHUTOFF. WILL ADVISE WHICH UNTIL J CCES THEFIRST SECTION SHALL HAVE BEEN TESTED SLLY- PROPERTY OWNERS ARE TO BE NOTIFIED. THE THE CONTRACTOR MAY BE REQUIRED TO PERFORM PRIOR TO CALLING OUT THE OWNER TO WITNESS WORKIN CONNECTION DURING TIMES OTHER S NH NO OT EQUIPMENT SAT UP CONTRACTORPRESSURE `TEST THE CPLETELY READY FOR OPERATE ANY VALVES ON THE EXISTING SYSTEM. WATER OPERATION AND SHALL HAVE SUCCESSFULLY WILL OPERATE ALL VALVES ON THE PERFORMED THE TEST TO ASSURE THAT THE PIPE IS 1N A SYSTEM PERSONNEL EXISTING SYSTEM FOR THE CONTRACTOR WHEN BEFORE APRPLYING THE SPECIFIED TEST PRESSURE AIR REQUIRED. HYDRANTS. NO WORK SHALL BE PERFORMED ON THE SHALE. BE EXPELLED COMPLETELY FROM THE PIP WATERDEPARTMENT IS PRESENT TKO 1N PELT THE ATIVE WORK, NOT LOCAVES ATTED ALL HIGHPPOINT'S�THE CONTRACR VENTS TOR THE TYPES OF CONNECTIONS ARE VARIED AND SHALL INSTALL CORPORATION COW AT SUCH POINTS SUGGESTED PIPING ARRANGEMENTS HAVE BEEN SHOWN SO THAT THE AIR CAN BE EXPELLED AS THE LINE IS IN THE PLANS. FOR THE INSTALLATION OF THESE FILLED WITH WATER AFTER ALL T SHALL BE HE AIR HAS BEEN ROADWAY SHAL THE SURFACED PORTION OF THE EXPELLED THE L NOT BE PENETRATED UNLESS THE AND THE YEiF ff PRESSURE APPLIIDC AT THE CONCLUSIOD CONNECTING POINT IS DIRECTLY UNDER TT. FOR OF THE PRESSURE TEST,THE CORPORATION COCKS SHALL CONNECTION BY ANY OTHER METHOD, THE BE REMOVED AND PLUGGED. coNmRACTOR SHALL APPROVAL NOT THAN FURNISH A DETAIL WEEKS PRISE TO THE MAIN UP TO THE REQCH FOR T'HE TEST SHALL UIRED ACCOMPLISHED PPRESSUR ' SSMDTHE PUMP EXPECTED CONSTRUCTION. FOR A MINIMUM OF 2 HOURS M DI 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(111 HYDROSTP►TIC PRESSURE TEST VISIBLE LEAKAGE A CLEAN CONTAINER SHALL BE USED FOR HOLDING WATER FOR PUMPING UP PRESSURE ON (REPLACED) 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.THEY OF _ _ TESTED EXCESS OF DROT STATIC PREUNDER SSURE EQUAY WILL INITIAL HYDA OSSTATI PRERESSURE SHALL BE ACCURATELY PSIOPERATE IN NO CASE SHALL THE TEST PRESSURE BE DETERMINED BY EITHER 1) PUMPING FROM AN OPEN LESS THAN 200 PSL ALL PUMPS,GAUGES PLUGS SADDLES, CONTAINER OF SUITABLE VOLUME MEASUREMENTS SSIZE SUCH THAT ACCURATE CAN BE MADE BY THE OWNER CORPORATION STOPS,MISCELLANEOUS HOSE kZ PIPING, R, �BY AND OTHER EQUIPMENT NECESSARY FOR PERFORMING WATER METMPINNGER TH AOUGH HAND DISPLACEMENT' SPL CEM NT' THE TEST SHALL BE FURNISHED AND OPERATED BY THE ONE GALLON PER EVOLUTION. THE METER SHALL BE CONTRACTORR J3D APPROVED BY THE OWNER- THE PIPELINE TRENCH SHALL BE BACKFIIZ SUFFICIENTLY TO PREVENT MOVEMENT OF THE PIPE ACCEPTABILITY OF THE TEST WILL.BE DETERMINED B UNDER PRESSURE ALL THRUST BLOCKS SHALL BE IN TWO FACTORS,AS FOLLOWS: THE 1.PLACE AND SUFFICIENTLY CURED TO REACH DESIGN MAIN SHALL NOT EXCEED THE NUMBER OFUANTTTY OF WATER LOSTRGALLONS STRENGTH BEFORE TESTING. WHERE PERMANENT BLOCKING IS NOT REQUIRED, THE CONTRACTOR SHALL PER HOU�SwLISS INNIP�URE SHALL NTOTEXCEED 1 FURNISH AND INSTALL TEMPORARY BLOCKING AND PSI PER MINUTE DURING THE TEST PERIOD. REMOVE TT AFTER TESTING. WATER AND ALL WATER USED TO PREFORM HYDROSTATIC THE MAINS SHALL BE FILLED ALLOWED TO STAND UNDER PRESSURE FOR A MINIMUM PRESSURE SHALL BE CHARGED A USAGE OF 24 HOURS TO ALLOW THE ESCAPE OF AIR AND/OR ALLOW THE LINING OF THE PIPE TO ABSORB WATER THE OWNER WILL FURNISH THE WATER NECESSARY TO FILL THE PIPELINES FOR TESTING PURPOSES AT A TIME OF DAY WHEN TAVAILABLE ORENNORQMALL SS1 STEM OPERATION.ES OF WATER ARE supplemental S ecit"icatIons (Rev.121ILLtILrare City of Renton Sunnlemental SMifications Division 7 -11.3(13) CONCRETE THRUST BLOCKING ALLOWABLE LEAKAGE PER 1000 FT.OF (ADDITION) PIPELINE IN GPH CONCRETE BLACKING SHALL BE CLASS -B• CONCRETE POURED IN PLACE. CONCRETE BLOCKING SHALL BEAR NOMINAL PIPE DIAMETER* AGAINST UNDISTURBED EARTH AT BOTTOM AND BEARING SURFACE OF THE BLOCK. IN INCHES PROVIDE CONCRETE BLOCKING AT ALL HYDRANTS, PSI 6• 8- Ur 12- 16- 20' 24- FITTINGS AND HORIZONTAL OR VERTICAL ANGLE POINTS. CONFORM TO THE C1TY OF RENTON STANDARD DETAILS FOR GENERAL BLOCKING AND- VERTICAL BLOCKS HEREIN. ALL FITTINGS i-O BE BLOCKED SHALL BE 450 0.95 1.27 1.59 1.91 2.55 3.19 3.82 WRAPPED WITH 4-MIL POLYETHYLENE PLASTIC. 400 0.90 L20 1S0 180 240 3.00 360 CONCRETE BLOCKING SHALL BE PROPERLY FORMED WITH PLYWOOD OR OTHER ACCEPTABLE FORMING 350 0.94 1.12 L40 1.69 2Z 2.81 337 MATERIALS AND SHALL NOT BE POURED AROUND JOINTS. 275 07S L00 124 1.49 199 249 299 THE FORMS SHALL BE STRIPPED PRIOR TO BACKFILLING. JOINT RESTRAINTr SHACKLE RODS, WHERE REQUIRED, 250 0.71 0.95 L19 1.42 1.90 237 225 SHALL BE INST IN ACCORD CE WITH SECTION 7- =5 0.68 0.90 L13 131 1.80 2.21 Z70 113(iS� 200 0.64 OM 1.06 1M 1.7+0 Z12 2SS 7-11112 JOINT RESTRAINT SYSTEMS (NEW) IF THE PIPELINE UNDERTEST CONTAINS SECTIONS OF QN VARIOUS DIAMETERS,THE ALLOWABLE LEAKAGE WILL MOWN ON THE PLANS OR IN THE BE THE SUM OF THE COMPUTED LEAKAGE FOR EACH SPECIFICATIONS OR REQUIRED BY THE ENGINEER SIZE,OR FOR THOSE DIAMETERS OR PRESSURES NOT JOINT RESTgpINT SYSTEM (SHACKLE ROD SHALL BE T LISTED BY THE FORMULA STATED IN SECTION 74.111 OF USED. ALL JOINT RES AIN MATERIALS USED SHALL THE STANDARD SPECIFICATIONS BE THOSE MANUFACTURED BY STAR NATIONAL PRODUCM 12M HOLLY AVENUE PO BOX 258 COLUMBUS OHIO 43216, UNLESS AN EQUAL ALTERNATE IS 7-11.3(12)A FLUSHING (REVISED) APPROVED IN WRITING BY THE ENGINEER. MATERIALS: USED SHALL BE Sections of pipe to be disinfected shall first be Bwhad *POLY- HIGH STRENGTH LOW-ALLOY COR TEN),ASTM PIGGED' to remove any solids or contaminated material that may A24Z HEAT-TREATED,SUPERSTAR-SST-SERIES. have become lodged in the pt If �y nstallaC aKh�+t�ef HIGH STRENGTH LOW-ALLOY STEEL(C OR-TENS ASIM the-lnainTHE MAIN CANNOT BE'PO Y P GGED-, then a tap A142,SUPERSTAR'SS'SERIES shall be provided large enough to develop a velocity of at least 2.5 fps ITEMS TO BE GALVANIZED ARE TO MEET THE in the maul. 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 eonstrtrcttoa of water mains. ASIM A123 FOR GALVANIZING ROLLED,PRESSED AND FORGED STEEL SHAPES. The Contractor shall be responsible for disposal of treated water R SY=M COMPOD9=: flushed from mains and shall neutralize the wastewater for protection ZINC of aquatic life in the receiving water before disposal into any natural PLATED -DIP GALVANIZED. 7S/8" FOR 2- drainage channel. The Contractor shall be responsible for disposing of AND 3• MECHANICAL JOINTS,__314` FOR 4- T es. O 12- disinfectingg solution to the satisfaction of State and local authoriti If MECHANICAL, JOINTS, ASTM A325, TYPE 3D EXCEPT approved by the Engineer, disposal may be made to any availableTENSILE STRENGTH OF FULIPBODY TkREADED sanctaryry sewerprovided the rate of disposal will not overload the sewer. SECTION SHALL BE INCREASED TO 40 000 LBS.MINIMUM DE CHLORINATION OF ALL WATER USED FOR FOR 5//8• AND 60 000 I,BS. MINIMUM MR 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. SSr 753: 3/4• FOR 14- TO 24- SHALL NOT BE DISPOSED INTO THE STORM DRAINAGE MECHANICAL JOINTS. SAME ASTM SPECIFICATION AS SYSTEM OR ANY WATERWAY. SST 7. SST 77:3 4•SAME AS SST 7,EXCEPT 1•EYE FOR 7/8' ROD.SAME ASTM SPECIFICATION AS SST 7. 7-11.3(12)D DRY CALCIUM HYPOCHLORrM TIENUT: HEAVY HEX NUT FOR EACH MOL : sss s 8 (REPLACED) ,ASIM A563,GRADE C3,P PLATED. S8: 5 - AND 3//4• ASTM A563 GRADE A, PLAIN, ZINC DRY CALCIUM HYPOC HLORITE SHALL NOT BE PLACED PLATED OR HC)TbIP GALVANIZED IN THE PIPE AS LAID. TIECOUPLING: USED TO EXTEND CONTINUOUS TiHREAD=IODS AND ARE PROVIDED WITH A CENTER STOP TO AID INSTALLATION PLAIN ZINC PLATED OR 7-11.3(12)K RETENTION PERIOD (REVISED) HOT-DIP GALVANIZED. SS10:POR 5/81 AND 3/4•TIERODS, ASTM A563, GRADE C3. S10: FOR 5//8"-AND 3/4•TIERODS, Treated water shall be retained in the pipe at least 24 hours BUT ASIM A563,GRADE A NO LONGER THAN 48 HOURS After this period, the chlorine TIEROD: CONTINUOUS THREADED ROD FOR CUTTING residual at pipe e:cremities and at other representative points shall be Tl5L5E5TRF.D LENGTHS,PLAIN,ZINC PLATED OR HOT-DIP at least 25 mg/1. GALVANIZED. SS12:51/W AND 3/4•DIAMETER,ASTM A242, TYPE 2; ANSI B1.1. 512 5/8- AND 3/4• DIAMETER, ASIN 7-11.3(12)N FINAL FLUSHING AND TESTING A36,A307• (REVISED) TIEWASHER: ROUND FLAT WASHERS PLAIN, ZINC PLATED OR HOT-DIP GALVANIZED. S417: ASTM A242, Before placing the lines into service, a satisfactory report shall be F436: S17:ANSI B18.22.1. received from the local or State health department OR AN INSTALLATION: APPROVED TESTING LAB on samples collected fromINSTALL JOINT RESTRAINT SYSTEM IN representative points in the new system. Samples will be collected and ACCORDANCE WITH THE MANUFACTURES bacteriological testa obtained by the Engineer. INSTRUCTIONS SO ALL JOINTS ARE MECHANICALLY TACKED TOGETHER TO PREVENT JOINT SEPARATION. SuRRIernental S ecifications ev. _ ape Division 7 Sugplemental Specifications Citv of Renton TIEBOLTS SHALL.BE INSTALLED TO PULL AGAINST THE MECHANICAL JOINT BODY AND NOT THE MJ FOLLOWER TORQUE NUTS AT 75-90 FOOT POUNDS FOR_3/4' NUTS. `y�� INSTALL TIECOUPLINGS WITH BOTH RODS THREADED EQUAL DISTANCE INTO TIECOUPLINGS. ARRANGE SHALL BE CA NTTE COMPOS UTILITY TIERODS SYMMETRICALLY AROUND THE PIPE. MARKER 61-0' OR APPROVED EQUAL WITH BLUE R._.._...... PIPE DIAMETE NUMBER OF 3/4' TIERODS REQUIRED 4' 2 7-14 HYDRANTS 6' m 2 6 14• a 1-14,3(1) SETTING HYDRANTS(REE ACEDI Igo 8 WHERE SHOWN ON THE PLANS HYDRANTS SHALL. BE 10 INSTALLED IN ACCORDANCE Wft THE DETAIL SHOWN 2e 14 ON THE STANDARD PLANS. HYDRANTS SHALL NOT BE 31r 16-7/8'ROD INSTALLED WIT'1iIN THE CLEAR ZONE OF A TRAVELED 36- (24- /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 SLOTS FOR wr ALL HYDRANTS SHAM. BE SET ON CONCRETE BLOCKS FLANGED VALVE WITH A AS SHOWN ON THE STANDARD PLANS. THE HYDRANT BOLTS INSTEAD OF HOLES,A FLANGE BY MECHANICAL JOINT ADAPTOR SHALL BE DRAIN SHALL WASTE 1NTH 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 THHEE STATA AT PLANS. TED IN THE FIELD WHERE A CONTINUOUS RUN OF PIPE IS REQUIRED TO ALL- HYDRANTS SHALL BE INSPEC BE RESTRAINED NO RUN OF RESTRAINED PIPE SHALL UPON ARRIVAL TO ENSURE PROPER WORKING ORDER- BE GREATER jtf 60 FEET IN LENGTH BETWEEN AFTER INSTALLATION THEY SHALL BE SUBJECTED TO A FITTINGS. INSERT LONG BODY SOLID SLEEVES AS HYDROSTATIC TEST A§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 B CONTINUOUSLY RESTRAINED RUNS SHALL BE PAINTED WITH ONE FIELD COAT THE TYPE AND COLOR MECHANICAL JOINT PIPE AND TTEBOLTS SHALL BE IN PAINT SHALL BE PRESERVATIVE PAINT, INSTALLED AS ROD GUIDES AT EACH JOINT. INTERNATIONAL YELLOW SE APPROVED EQUAL WHERE POLY WRAPPING IS REQUIRED ALLTIFBOLTS+ WITH HYDRANT NOT IN SERVICE SHALL BE IDENTIFIED TIENUTS, TIECOUPLINGS, TIERODS, AND TIEWASHERS, WnH A DISC H BY COVERING WITH A PLASTIC BAG SHALL BE GALVANIZED. ALL DISTURBED SECTION APPROVED BY THE ENGINEER WILL BE PAINTED TO THE INSPECTORS SATISFACTION, HYDRANTS SHALL BE INSTALLED IN ACCORDANCE ATE SPECIFICATIONS WITH KOPPERS BftbMASTIC NO. 300-M, OR APPROVED WITH AWWA S C600-77, SECTIONS 3.7 AND 3J3.1 AND THE W WATER STANDARD DETAILS. - HYDRANT EQUAL WHERE POLY WRAPPING IS NOT REQUIRED ALL AND GUARD POSTS SHALL BE PAINTED IN ACCORDANCE TIEBOLTS TLENUIS, TIECOUPLINGS, TIERODS AND WITH THE WATER STANDARD DETAIL, UPON TIEWASHILRS MAY BE GALVANIZED AS SPECIFIED IN COMPLETION OF THE PROJECT, ALL FIRE HYDRANTS THE PRECEDING PARAGRAPH OR PLAIN AND PAINTED SHAH- BE PAINTED TO THE QTY OF RENTON SPECIFICATIONS AND GUARD POSTS IN THE ENTIRETY Wrm KOPPERS BITUMASTIC NO.800-M, PAINTED YELLOW.B OR APPROVED EQUAL FIRE HYDRANTS SHALL-BE OF SUCH LENGENGTHHT AS T' BE EBOLTS TIENLTTS TIECOUPLdNGS, TIERODS, AND SUITABLE FOR INSTALLATION WITH CONNECTIONS TO 6', TI TIEWASHER§ SHALL LSE CONSIDERED INCIDENTAL TO 8'AND 10'PIPING IN TRENCHES 3.112 FEET DEEP UNLESS INSTALLATION OF THE PIPE AND NO ADDITIONAL OTHERWISE SPECIFIED. THE HYDRANT SHALL BE PAYMENT DESIGNED FOR A 4-1 FOOT BURIAL WHERE 12' AND LARGER PIPE IS SHOWN UNLESS OTHERWISE NOTED ON THE PLAN. 7.12 VALVES FOR WATER MAINS 7-14 3(2) HYDRANT CONNECTIONS(ADDITIONI FIRE HYDRANT ASSEMBLY SHALL INCLUDE CI TEE X FL) 6' GATE VALVE(FL X 6' CI SPOOL(PE X PE 5' 2-12 2 MATERIALS(ADDITION) MVO HRE HYDRANT(MJ CONNEC ION)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 PSL GATE VALVES SHALL BE OUTSIDE R/W) CLAW LIST 14, MUELLER COMPANY NO.A-2380, KM4NEDY, JOINT RESTRAINT(SHACKL.E RODS)) SHALL BE O APPROVAL OF VALVES OTHER THAN MODELS SPECIFIED INSTALLED IN ACCORDANCE WITH SECTION 7-113(15) SHALL BE OBTAINED PRIOR TO BID OPENING. SHALL- TIN ALL VALVES LESS THAN 12' IN DIAMETER7-14 W RESETTING EX 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 7-14.3(1), ALL HYDRANTS VAULT AND 1'BYPASS INSTALLATION. SHALT. BE REBUILT TO THE APPROVAL OF THE CTTY__(OR REPLACE WITH A NEW HYD WITHRANT). ALL RUBBER GAS OF THE TYPE 7 12 3(01) INSTALLATION OF VALVE MARKER SHALL FC RED OR A NNEDW INSTALLATION OEW OFTHE SAME TYPE. POST(REVISED) Where rc�vircd a valve marker post shall be furnished and installed with each valve. vah+e marker posts shall be placed at the edge of the right.of-way opposite the valve and be set with 18 inches of the post exposed above grade. Suoolemental Specifications ev. aQe City of Renton Supplemental Specifications Division 7 7-14 3 4 MOVING HYDRANTS TYPE HYDRAN TYPE III: WHERE FUTURE STUB SERVICES SHALL L BE INSTALLED THEY SHALL BE CADDMOLD INSTALLED AS ABOVE,TO THE PROPERTY LINE)WITH A METER BOX (LESA SOLID CORE ALL HYDRANTS SHALL BE REBUILT TO THE APPROVAL g�EMD SSPPARCER THE LENGTH OF A OF THE CITY_ (OR REPLACE WITH A NEW HYD RAND. ALL METER SHALL BE INSTALLED IN PLACE RUBBER GASKETS SHALL BE REPLACED rMI NEW OF THE MEIER. GASKETS 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 1. Hydrant bly',per each. The unit contract price per each for'Hydrant Assemby shall be full 7-17.1 DESCRIPTION pay for all work to furnish and install fire hydrant assemblies,including all costs for awdlis gate valve, shackles, tie rods, concrete blocks, gravel, painting AND GUARD POSTS required for the complete This work shall condo of constructing sanitary sewer lines in installation of the hydrant assembly as specified, except the pipe accordance with the plans,these Spe teattoac,and the Standard Plans, connecting the hydrant to the main will b�_e��ard for as led m as stta BE TkeedCbIty the EON An& SEWER LOCATED IN THE AQUIFER Section 7-11.5. GUARD PLAN AND SOSTS,HALL F EWIREDAL�THE INDIVIDUAL BASIS. SHALL BE DESIGNED ON AN CONTRACT. THE UNIT CONTRACT PRICE PER EACH FOR 'HYDRANT ASSEMBLY COMPLETE'SHALL BE THE SAME AS 'HYDRANT ASSEMBLY'EXCEPTTHATTHE6-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 used for sanitary sewers may be. Rigid 2 Flexible Resetting Existing Hydrants',per each. le The unit contract price per each for 'Resetting Existing Hydrant' Fxible shall be full pa for all work to reset the existing hydrant, includingConcrete REBUILDINGy LOR_REPLACEMENT WITH A NEW HYDRAN- I y � shackling,BLOCKING,painting,and reconnecting to the main. New PVC Chloride pipe required from the main to the hydrant will be paid as specified in Duct'a Iroa � ) Section 7 11.5. 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 adstxn�hydrant including new tee, REBUILDING(OR REPLACEMENT WTI Ii A R& HYDRANT), Plain Concrete Storm Sewer Pipe -.9-05.7 1 shackling,BLOCKING, painting,and reconnecting to the main. New Reinforced Concrete Storm Scorer Pipe 9-05.7 2 pipe for hydrant connections will be paid for as specified in Section 7- 1S. PVC Sewer i 9-05.12 4. 'Reconnecting Existing Hydrants',per each. Ductile Iron Seiwer Pipe _...9-05.13 T e unit contract price per each for 'Reconnecting Existing Hydrant' shall be full pay for all work to reconnect the existing hydrant,excepting however,that new pipe used for the connection will be paid as specified in Section 7-115. 5. 'Hydrant Extensions,Vertical',per linear foot. A SEWER TRENCH(ADDITIONl The unit contras 7-173 price per linear foot for 'Hydrant Extension, (1) 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 REQUIREMENTS OF SECTION 2- 7-15 SERVICE CONNECTIONS 093 03B, 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 CONSTRUCTION DETAILS (REVISED) BEFORE SHORING OR CRIBBING. THESE PLANS MUST MEET THE PLAN REQUIREMENTS SET FORTH IN SECTION Pi materials used to emend or re lace existing water service lines 2-09. 3 D. Pe p g UP COMPLETING THE WORK, THE CONTRACTOR shall be copper,pelyb+xwp�• SERVICE LINE SHALL REMOVE ALL SHORING AND CRIBBING UNLESS THE CONNECTION TTCC�S THE NEW IN I L ONFORM TO THE PAS 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 MAIN 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 II: WHERE EXISTING GALVANIZED TO 95%DENSITY. SERVICES EXIST THEY SHALL BE PIPE BEDDING SHALL.BE CONSIDERED INCIDENTAL TO REPLACED A NEW COPPER PIPE THE PIPE AND NO FURTHER COMPENSATION SHALL BE SERVICE TO THE PROPERTY LINE. MADE PMETERS SHALL BE LOCATED IN LANTER STRIP BETWEEN SIDEWALK AND CURB) SSu elemental S ifications (Rev. aee Division 7 Sunpiemental Specifications City of R neon 4 7-17 3(2)B PIPE LAYING (REVISED) PLUS THE VIDEO TAPES. SAID VIDEO TAPES ARE TO BE IN COLOR AND COMPATIBLE WITH THE CITY'S VIEWING AND - RECORDING SYSTEMS. THE CITY SYSTEM ACCEPTS 1/2" After an accurate grade line has been established,the pipe shall be WIDE HIGH DENSITY VHS TAPES. THE TAPES WILL BE RUN laid within reasonably dose conformity to the established line and AT STANDARD SPEED SP(15/16 I.P.S.). made in the property dewatered trench. Mud,silt, gravel, and other foreign material shall be kept out of the pipe and off the jointing 7 17 4 MEASUREMENT(REVISED) surfaces. All pipe kid 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 crown of the pipe. All pipe shall be kid to conform to the structure excavation Class B,by the e#Abie yardras specified in Section rescribed line and grade shown in the plans, within the limier that 2.09 follow. MEASUREMENT OF BANK RUN GRAVEL FOR TRENCH Sewer pipe shall be kid to a true line and grade at the invert of the BACKFILL WILL BE BY THE TON IN ACCORDANCE WITH pipe and the Contractor shall exercise care in matching pipe��oorots for SECTION 1-09<l, OR BY THE CALC�JI.4TION OF NEAT LINES concentricity and compatibility. In no case shall two pipes be joined BASED ON MAXIMUM TRENCH WIDTH PER SECTION 2-09.4 together with ends having the maximum manufacturer's tolerance. The USING A CONVERSION FACTOR OF 1.5 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 of jointing material pr�tded torch variance at the invert shall not TRENCH,WILL BE MEASURED AS SPECIFIED IN SECTION 2- cxcced plus or minus D.03 foot at the time of backrdl. Checking of the p 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 pi , OR BY LOOKING FOR PONDING OF 1 OR LESS WHICH INDICATES A SATISFACTORY COEgN�D))ITION. : 'If MANHOLES, WEE(HEN THE 7_17 5 PAYMENT (REPLACED) DOWNSTREAS)SHALL BE LAID BY MA'TCIiIINGF THERGEGHT�S)) FLOW ELEVATION, UNLESS OTHERWISE APPROVED BY THE 1. 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 BACKITLL",PER designated starting point. The sewer pipe shall be installed with the TON bell end forward or upgrade. When pipe laying is not in progress,the THE UNIT CONTRACT PRICE PER LINEAR FOOT FOR BE forward end of the pipe shall be kept tightly closed with an approved SEWER FULL PIPE OF THE OHI FOARNDSTRUCTURE� O EFIED XCAVATION 'emppoo plug 1Aherera ry pipelines are to be laid on specified turns of sufficiently DEWATERING BACKFILLING FURNISHING,HAULING AI�� short radius to deflect the pipe joints in an amount greater than ASSEMBLING tN PLACE THE COMPLETED INSTALLATION recommended by the manufacturer,the curves shall be achieved with a INCLUDING ALL SPECIAL FITTINGS JOINT MATERIALS, series of tangents and shop-fabricated bends,tubject to the approval of TESTING PER SECTION 7-17.3(4) AID ADJUSTMENT OF the Engineer. INVERTS TO MANHOLES FOR THE COMPLETION OF THE INSTALLATION TO THE REQUIRED LINES AND GRADES. 9. "SHORING AND CRIBBING OR EXTRA 7-173(2)G SEWER LINE CONNECTIONS EXCAVATION TRENCH"PER LUMP SUM. ) THE UNIT CONTRACT PRICE PER LUMP SUM FOR (ADDITION "SHORING AND CRIBBING OR EXTRA EXCAVATION TRENCH" SHALL BE FULL PAY FOR THE WORK AS UNI ESS OTHERWISE APPROVED BY THE ENGINEER, _ALL SPECIFIEb IN SECTION 2-095.FOR 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 IRON PIPE, THE EXISTING MAIM HALL BE CORE DRILLED. CONNECI'IONS_SUNLESS BOOTED CONNECTIONS HAVE BEEN PROVIDE 8 FOR6T'O EXISTING CONCRETE MANHOLES SHALL BE CO DRILLED, AND SHALL HAVE AN"O" RING RUBBER GASKET MEETING ASTM C478 IN A MANHOLE COUPLING EQUAL TO THE JOHNS-MANVILLE ASBESTOS-CEMENT CO��S OR USE A CONICAL TYPE IPE CONNECTIBLE ON SHALL L CONSIST EQUAL OOF NTEE, NIPPLE VC AND COUPLERS AS APPROVED BY THE ENGINEER 7 17 3(2)I PROTECTION 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. rr 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 ALL UNTIL ACCEPTANCE ANLE ICE BY�THE ENGINEER. BE PLUGGED 7 17 3(4)I TELEVISION INSPECTION (ADDITION) ONCE THE TELEVISION INSPECTION HAS BEEN COMPLETED THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER THE WRITTEN REPORTS OF THE INSPECTION SuRplemental S ifications (Rev. eQt10 City of Renton Supplemental Specifications Division 8 8-04 5 PAYMENT (ADDITIOhD DIVISION 8 1& -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 OTHER MATERIALS, TOOLS, PQUIPMENT, XN6 LABOR REQUIRED FOR CONSTRUCTION. 8-03 IRRIGATION SYSTEM 8-07 PRECAST TRAFFIC CURB AND 8-03.3(2) EXCAVATION(REVISED) BLOCK TRAFFIC CURB Detectable marldng tape shall be placed in the trench directly above, parallel to,and along the entire length of all nonmetallic water pipes and all nonmetallic and aluminum conduits placed under existing�or- 8ti-07 3(2) PAINTING OF CURBS(REVISED) ve future pavement. The width of Ae AND THE BURIAL DEFn1 shall be as recommended by the manufacturer. Wr 6he b+eai- epa Concrete curbing shall be painted with two full coats of State paint formula No H-2�3 or H-3S3 as chows is the vlans or as directed by the Engineer. The paint can be a lied by b or spray. The second coat shalt have glass traffic beads sprinkled in 8-04 CURBS, GUTTERS, SPILLWAYS AND the e bw=laltconform too the�uuremcnts of Section 8-=j%ear foot of""Wing. INLETS 8-08 PLASTIC TRAFFIC BUTTONS 8-04.3(l) 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 sGp-form equipment. The curb and gutter shall gbue constructed to the same requirements as the ast4ri-place curb Payment will be made for the following bid item when included in�e FOLLOWING DC DESIGN MAY BE SED IN Traffic LIEU OF CLASS 1. p. tic Trac Button'�e - r each. B CONCRETE WHEN SLIP-FORMING: 2 PLASTIC TRAFFIC BUTTON TYPE DTJBRTER PER EACH. The unit contract pprice ppeer each for'Plastic Traffic Button Type shall be full pay for IuM s .ng and installing the plastic traffic buttons 8-04.3(1,)A EXTRUDED CEMENT CONCRETE as specified. CURB (NEW) EXTRUDED CEMENT CONCRETE CURB SHALL BE 8-09 RAISED PAVEMENT MARKERS PLACED SHAPED AND COMPACTED TRUE TO LINE AND GRADE t�VTTH AN APPROVED EXTRUSION MACHINE THE (REPLACED) EXTRUSION MACHINE SHALL BE CAPABLE OF SHAPING AND THOROUGHLY COMPACTING THE CONCRETE TO THE REQUIRED CROSS SECTION. _ LOOSE PAND DELELEIESRIOUS BMATERIAL PRION®CURB 8-09.1 DESCRIPTION PLACEMENT. AT THE CONTRACTORS OPTION CONCRETE CURBS SHALL BE ANCHORED TO THE EXISTING 'THIS 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 SPECIFICATIO 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 9,16 FOR TYPE H 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 8-09.2 MATERIALS CONCRETE REQUIIREM0 FORRCCEMENT CONEU CRETE CURRBB sANDR 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 9-21.1 CEMENT CONCRETE CURB FOR ASPHALT CONCRETE CURB RPM TYPE 2 .9-21.2 UPON RECEIVING WRITTEN PERMISSION FROM THE RPM TYPE 9-213 ENGINEER. THERE WILL BE NO CHANGE IN UNIT AD ....9-26.2 CONTRACT PRICE IF THIS SUBSITIUIION IS ALLOWED. Su lemental S ecifications ev. aQe I . Division S Supplemental Specifications City of Renton 8-09 3 CONSTRUCTION REQUIREMENTS INCH T 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(1) SURFACE PREPARATION OR TRANSVERSE JOINTS IN THE PAVEMENT SURFACE. ONE ROADWAY SECTIONS WHICH ARE NOT OPEN TO ALL SAND DIRT AND LOOSE EXTRANEOUS MATERIAL P TRAFFIC,THE PREHEATING OF THE MARKERS BY SHALL BE S�VEPf bR BLOWN AWAY FROM THE MARKER DRYRY HEATING BEFORE 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 H U S. GRAMS PER SQUARE INCH I 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 SET-TO-TRAFFIC ENGINEER,ALL SURFACE DIRT WITHIN PROVISION WILL BE ENFORCED AND NECESSARY AREAS TO RECEIVE MARKERS SHALL BE FLAGGING AND TRAFFIC CONTROL Vl,II1 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,$ PAYMENT PROCEFA UNTIL.FINAL PAYMENT WILL BE MADE FOR EACH OF THE AUTHORIZATION IS RECEIVED FROM FFOR PO O IN BID ITEMS THAT ARE INCLUDED IN THE THE ENGINEER 1. 'RAISED PAVEMENT MARKER TYPE 11,PER EACH. THE PAVEMENT SHALL BE SURFACE 2. -RAISED PAVEMENT MARKER TYPE 2',PER EACH 3. 'RAISED PAVEMENT MARKER TYPE 3- DRY,AND IN COOL WEATHER SHALL BE PER EACH. THE UNIT CONTRACT PRICE PER EACH FOR 'RAISED HEATED BY INTENSE RADIANT HEAT PAVEMENT MARKER TYPE 1'. 'RAISED PAVEMENT (NOT DIRECT FLAME)FOR A MARKER TYPE 2 AND'RAISED PAVEMENT MARKER TYPE SUFFICIENT LENGTHOFTIMETOWARM 3 - IN.-� �HA BE FULL PAY FOR ALL LABOR, EI MATZ�S AND EQUIPMENT NECESSARY FOR THE PAVEMENT AREAS OF MARKER FURNISHING AND INSTALLING THE MARKERS IN ACCORDANCE WITH THESE SPECIFICATIONS INCLUDING APPLICATION TO A MINIMUM OF 70 CONTROL IN A�CCORXPENSDANCE WITH INVOLVED SECTIO 1 TH TRAFFIC DEGREES F. R-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. 8 113(2)GUARDRAIL CONSTRUCTION EXPOSED 8 09 3(3) ADHESIVE PREPARATION TO TRAFFIC(NEWS 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 THAT FIXED OBJECTS BLEND. THE UNUSED MIXED ADHESIVE SHALL BE CONDUCTED IN SUCH A MANNER 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 ELEMENTS EMN N ALL CIATEDREDW�OR BY A RAIL APPROVED BY THE ENGINEER. Q ^� �f41 APPLI(�ATION PROCEDURE AT THE END OF EACH DAY, GUARDRAIL SECTIONS SHALL HAVE AA TVING AN Y PE SEDG TERMINAL END SECTION BOLEND TOWARD ON-COMING TED PATHE VEMENT AARREA�SUFFIA CCIIENTDADHE TO SIIVE S�AD OF ADHESIVE _PTO SECURELY IN PLACE E THE NTIRE PERIPH OUT ERY SMALL THE MARKER. THE 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 POSSIBL.E._ADHESIVE SHALL BE IN PLACE AND THE MARKERTHE REMOVAL OF THE PAVEMENT PREHEAT OR W IN NOT MORE THAN 30 SECONDS ARM AIR BLAST. THE MARKER SHALL NOT AVE MORE THAN ONE MINUTE BEFORE SEATING. COOLED THE LENGTH OF THE PAVEMENT PREHEAT OR WARMING BONDING OFATI SHALL BE BMARKER IN NOT MO AS RE THAN ENSURE MINUTES. BONDING WILL BE CONSIDERED SATISFACTORY WHEN ADHESIVE DEVELOPS A MINIMUM BOND STRENGTH IN TENSION OF NOT LESS THAN 8W GRAMS PER SQUARE INCH OR A TOTAL TENSION STRENGTH OF 25 POUNDS. MARKERS SHALL BE SPACED AND ALIGNED AS SHOWN IN ARD PLAN AND AS SPECIFIED BY THE ENGINEER HAADDISPLACEMENT OF NOT MORE THAN 1/2 Su lemental S erifications (Rev. aQe Cis :rnton Supplemental Sj&cifications Division 8 8-20 ILLUMINATION TRAFFIC SIGNAL ALL EXCESS MATES ARE TO BE REMOVED FROM THE FOUNDATION CONSTRUCTION SITE AND DISPOSED OF 1 , SYSTEMS,AND ELECTRICAL AT THE CONTRACTOR'S EXPENSE. CONCRETE SHALL BE PLACED AGAINST UNDISTURBED EARTH IF POSSIBLE. DISTURBED EARTH OR BACKFILL MATERIAL SHALL BE COMPACTED TO 95 PERCENT OF THE 8-20 2(1) EQUIPMENT LIST AND DRAWINGS CCOONCRETES MAXIMCOI TR CrOOLACI R B SHALL EFORE P BLOCK- TE (REVISED) AROUND ANY OTHER UNDERGROUND UT7I.TTIES THAT LIE IN THE EXCAVATED BASE SO THAT THE CONCRETE WILL NOT ADHERE TO THE UTILITY LINE. CONCRETE 4. The Contractor shall submit for approval six seta of shop FOUNDATIONS SHALL BE TROWELED BRUSHED, EDGED drawings for each of the following types of standards called for on this AND FIMSHED IN A WORKMANS al? MANNER pro cct: CONCRETE SHALL BE PROMPTLY CLEANED FROM THE �. Light standards WITH OR without pre-approwA plans. EXPOSED PORTION OF THE ANCHOR BOLTS AND CONDUIT I Signal standards with or with re raved pllaans. AFTER PLACEMENT FOUNDATION SHALL ALL BE CLASS 3. COMBINATION SIGNAL ANI3 llG�TIING STANDARDS. •B' CONCRETE. AFTER THE SPECIFIED CURING PERIOD 4. METAL STRAIN POLES. THE CONTRACTOR MAY INSTALL THE APPLICABLE Th$ GGAINW66F red is vbffik DEVICE THEREON. THE CtOqTRACTO SHALL SUBMIT EITHER ON THE TABLE 1 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 STREET LIGHT POLE 4'D,EEP X 3'SQ OR EACH SIGNAL POLE TO BE INSTALLED. SIGNAL POLE UP TO 40'MAST ARM TDEEP X 3'SQ OR -20.3 2, EXCAVATING AND BACKFTLLING SIGNAL CONTROLLER SEE DETAIL SHEET (ADDITION) STREET LIGHT CONTROL CABINET SEE 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 1. WHERE SIDEWALK OR RAISED ISLANDS ARE TO BE THE CONTRACTOR SHALL HAVE APPROVED CONSTRUCTED AS A PART OF THIS PROJECT THE COMPACTION EQUIPMENT ON SIZE BEFORE BEGINNING TOP OF THE FOUNDATION SHALL BE MADE FLUSH ANY EXCAVATION, COMPACTION SHALL BE PERFORMED W117H T TOP OF THE SIDEWALK OR ISLAND.(SEE AT THE TIME 00 THE INITIAL BACKFILLING OF THEDETAIL TRENCH UNLESS DIRECTED OTHERWISE BY THE 2. WHERE NO SIDEWALKS ARE TO BE INSTALLED THE ENGINEER GRADE FOR THE TOP OF THE FOUNDATION S�IAI! 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 PROVIDE A UNIFORM GRADE NO WORK SHALL BE ALL CONCRETE FOUNDATIONS SHALL BE LOCATED AS COVERED UNTIL IT 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 sec.-ef DEPTH OF SIX INCHES ABOVE THE CONDUIT. COA01:064 in ,,; TRENCH WITHIN THE ROADWAY AREA SHALL USE SELECT TRENCH BACKFILL WHICH SHALL CONSIST OF 5/87'H INCH MINUS CRUSHED SURFACING TOP COURSE OR OTHER MATERIAL AS INDICATED IN THE SPECIAL EW PROVISIONS OR SCHEDULE OF PRICES AND DIRECTED FOR USE BY THE ENGINEER THE SOURCE AND QUALITY t OF THE MATERIAL SHALL BE SUBJECT TO APPROVAL BY 40e, THE ENGINEER TRENCH BACKFILL WITHIN THE SIDEWALK AREA SHAM. BE MADE WITH ACCEPTABLE MATERIALS FROM THE EXCAVATION SUBJECT TO THE 8 M,3(o CONDUIT(REVISED) ENGINEER'$APPROVAL OF THE MATERIAL AND SHALL BE CONSIDERED A NECESSARY PART AND INCIDENTAL TO THE EXCAVATION IN ACCORDANCE WITH THE STANDARD Golvaei SPECIFICATIONS. UNSUITABLE MATERIAL SHALL BE REMOVED AND BACKFILL SHALL BE SELECT MATERIALAll Faiive APPROVED BY THE ENGINEER THE CITY RESERVES THE ieff'40x' RIGHT TO MAKE ADDITIONS OR DELETIONS TO THE .4 it fy PA mwllodm-wa TRENCH WHICH PROVE NECESSARY FOR THE COMPLETION OF THE PROJECT. THE MINIMUM WIDTH FOR THE TRENCH WILL BE AT THE OPTION OFTHE CONTRACTOR TRENCH WIDTH WILL, HOWEVER,BE OF SUFFICIENT SIZE SO THAT ALL OF THE tom' NECESSARY CONDUIT CAN BE INSTALLED WITHIN THE DEPTHS SPECIFIED WHILE MAINTAINING THE MINIMUM of OF COVER TRENCH BACKFILL MATERIAL IN ROADWAY AND ire SIDEWALK AREAS SHALL BE COMPACTED TO 95% OF THE MATERIAL'S MAXIMUM DENSITY,PER SECTION 2r03.3(14)D. ayt eei-soe+Cuit�n h 8-20.3(4) FOUNDATIONS (ADDITION) 14 THE CONTRACTOR SHALL PROVIDE ALL MATERIAL FOR AND CONSTRUCT THE FOUNDATIONS FOR AND TO THE DIMENSIONS SPECIFIED IN TABLE I BELOW. THE ANCHOR to ffiwalli+e BOLTS SHALL MATCH THAT OF THE DEVICE TO BE t, INSTALL ED THEREON. N rM►S Supplemental S ifications (Rev. aPe Division 8 lem ntal QrLpArrntions itv of Renton ' ALL JUNCTION BOXES SHALL HAVE GALVANIZED STEEL LIDS AND FRAMES. n Itlana AS ALL JUNCTION BOXES AND SOCIATED CONCRETE PADS SHALL BE INSTALLED ON CO? CUED SUB GRADE INCL OF NC14 -lied to WHICH INUS CRUSHEDSISURRFACING TOP COURSE MATERIAL INSSTMALLED UNDER AND AROUND THE BASE OF THE JUNCTION BOX. cte CONCRETE SHALL. BE PROMPTLY CLEANED FROM THE JUNCTION BOX FRAME AND LID. Ll THE UNIT CONTRACT PRICE PER JUNCTION BOX SHALL INCLUDE INSTALLATION OF 5/gMS-INCH MINUS CRUSHED SURFACING TOP COURSE AND A 4• THICK CLASS 'B' Amer CEMENT CONCRETE PAD ENCLOSING THE JUNCTION BOX SPEt 1 INSTEALLATIION OF R THE THECRUSHED SURFACING TIONS AND G AND THE OF� {dFilli"t CONCRETE PAD SHALL BE INCIDENTAL TO THE UNIT Open trench construction 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 IINNCLUDES SEPARATE TION WILL BEPAYD ITEMS FOR CCRU HED deep and shall be parallel. SURFACING'AND/OR FOR-CONCRETE PAD.' 2. Pavement shall be removed in an approved manner• 3. Trench depth shall provide 24 in-ches minimum ewer over conduits 8-203(M WIRING(REVISED) W. All splices in underground illumination circuits, induction loop circuits,and magnetometer circuits shall be installed at junction boxes. The only splice allowed in an induction " circuit shall be the shielded cable to loop wire splice. The only splice allowed in a towgnetometer circuit shall be the probe lead-in cable to magnetometer a4 maid, ea ble splice. th t+g � INDUCTION LOOP SPU AND PULL WIRES SHALL.BE INSTALLED. MAC,NEI OMETER SPLICES SHALL BE AS SHOWN IN THE ALL CONDUIT SHALL BE RIGID NON-METALLIC UNLESS STANDARD DETAILS. Underground illumination dtrt+it splices NOTED OTHERWISE IN THE PLANS OR SPECIAL- shall employ copper crimped connectors installed with an approved PROVISIONS. tool designed for the purpose. ALL CONDUIT OPENINGS SHALL BE FITTED WITH APPROVED BELLENDS OR BUSHINGS. WALL THICKNESS OF GROUTYDING (REVISED) CONDUIT SHALL BE CONSISTENT WITHIN CONTINUOUS 8 203(9) BONDING CONDUIT RUNS WITH NO MIXING OF DIFFERENT SCHEDULE TYPES BETWEEN TERMINATIONS. THE CONTRACTOR SHALL PROVIDE AND INSTALL ALL CONDUIT AND NECESSARY FITTINGS AT THE LOCATIONS Nam"+ SHALL BE AS NOTED ON TEHE WI INDICATED RING AND CONDUIT SCHEDULE SHOWN ON PLANS ara sett CONDUIT TO BE PROVIDED AND INSTALLED SHAD-BE OF THE TYPE INDICATED BELOW: 1. SCHEDULE 40 HEAVY WALL P.V.0 CONFORMING TO Sta ASIM STANDARDS SHALL BE USED WHENEVER THE Bond' the CONDUIT IS TO BE PLACED OTHER THAN WITHIN THE ROADWAY AREA. HEAVY WALL P.V.0 edi ndw«e*-!F�9� ^ A 2. SCHEDULE 8o EXTRA CONFORMING TO ASTM STANDARDS SHALL BE ++:-+ USED WHEN THE CONDUIT IS TO BE PLACED se�4 WITHIN THE ROADWAY AREA ALL JOINTS SHALL BE MADE WITH STRICT COMP ,T,IA ON to cede Identification of the equipment grounding conductor shall conform TO THE MANUFACTURER'S RECOMMEND requirements. be REGARDING CEMENT USED AND ENVIRONMENTAL omplisGrounding s requuitired under the Code.Ground Grounding the shall CONDITIONS. 'hall be a co pl she shall be accomplished only at the service Bomar 60WFe4r*-6*r-1" 8 20 3(h) I1 UNCTION BOXES(ADDIIIQN) THE CONTRACTOR SHALL PROVIDE AND INSTALL JUNCTION BOXES OF THE TYPE AND SIZE AT THE LOCATIONS SPECIFIED IN THE PLANS AND AS PER DETAIL The connection of the grounding electrode conductor to the grounding electrode shall be made with two approved ground clamps. HT THE INSCRIPTION ON THE COVERS OF AU- JUNCTION All other grounding of the equ�mcnt B7Oundif gbconductors hn u�and BOXES SHALL BE AS INDICATED BELOW: throughout the system shall be b approved grounding gs 1. STREET LIGHTING ONLY-*UGHTING• ciampc 2. SIGNAL ONLY:*SIGNALS' llGHIING 'TSLT• Where direct burial able or aerial illumio detailsnation whing is inrd stalled,&h a 3. TRAFFIC SIGNAL AND STREET bep installed a -cent to eachh Lin ttstandard, timber,stein the el,orpconcrete, 4. TELEMETRY ONLY:'TEL.EMETRY' dj g INSCRIPTIONS ON JUNCTION BOXES PERFORMING THE as detailed in the pans. SAME FUNCTION, I.E STREET LIGHTING TRAFFIC SIGNALS Messenger able shall be bonded to steel main polo by means of a OR BOTH, SHALL BE CONSISTENT TE�ROUGHOUT THE bond strap connected between an approved U-bolt connector and a PROJECT. ALL JUNCTION BOXES SHALL BE INSTALLED IN bonding lug on the pole. the CONFORMANCE WITH PROVISIONS CONTAINED IN THE At points where shields or shielded conductors art grounded,grounding STANDARD PLANS AND DETAIL SHEETS• shields shall be neatly wired and terminated on approved gro g THE UNIT CONTRACT PRICE PER EACH FOR TYPE I'OR 'TYPE 11' JUNCTION BOX SHALL BE FULL COMPENSATION 1o�ALL STREET LIGHT STANDARDS SIGNAL POLES AND FOR FURNISHING SAME AND FOR ALL COSTS OF LABOR, OTHER STANDARDS ON WHICH ELECTRICAL EQUIPMENT MATERIAL, TOOLS, AND EQUIPMENT NECESSARY TO IS MOUNTED SHALL BE GROUNDED TO A COPPER CLAD PROVIDE AND INSTALL THE JUNCTION BOXES INCLUDING METALLIC GROUND ROD 5/8' IN DIAMETER X 8'0' IN EXCAVATION, BACKFILLING AND COMPACTION ALL IN LENGTH COMPLETE WITH A #8 AWG BARE COPPER ACCORDANCE WITH PLANS, SPECIFICATIONS AND DETAIL BONDING STRAP LOCATED IN THE NEAREST JUNCTION SHEETS. BOX. ALL SIGNAL CONTROLLER CABINETS AND Su lemental S ecifications ev aQe City of Renton Supplemental Specifications Division 8 SIGNAL/LIGHTING SERVICE CABINETS SHALL BE 8-20 3(12) PA"M-NG (REVISED) GROUNDED TO A 5/8' IN DIAMETER X 8'0' IN LENGTH COPPER CLAD METALLIC GROUND ROD LOCATED IN THE NEAREST JUNCTION BOX WITH A BARE COPPER BONDING Prior to mtin all galvanized surfaces shall be treated as specified SPE�C'IFTCAAZED )AND APPLICABLEONC CODES. WITH THE PLANS, in Prior 6-073(4). GROUND RODS ARE CONSIDERED MISCELLANEOUS ITEMS AND ALL COSTS ARE TO BE INCLUDED WITH THE 8-20,3(L3)A LIGHT STANDARDS (REVISED) SYSTEM OR CONDUCTORS. GROUND STRAPS ARE ALSO MISCELLANEOUS ITEMS UNLESS A SEPARATE PAY ITEM IS Light andards shall be handled when loading, unloading, and PROVIDED IN THE'SCHEDULE OF PRICES.' erecting in such a manner that they will not be damaged Any parts that are damaged due to the Contractor's operations be repaired ortcer at the Contractor': expense, to the satisfaction of the 8-20.3(10) SEA(REVISED) Et light at shall not be erected on concrete foundations until or Poer sources shown in the plans are approximate only; exact foundations have set at least 72 hours,and shall be raked sufficiently to location will be determined in the field. be plumb after all load has been placed,or a otherwise directed by the Ea m:n "*be pedleeke 2. All ees. Ar--h-ps The be -belle Upon request of the atractor, the Engineer will make the 41 necessary arranggeements with the serving utility to complete the service connectio EleElectrical energy used prior to completion of the contract 3. An r bolts shall eaten through the top heavy hex nut one ns. 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 be borne by the Sate CITY. wo THREE TYPES OF POWER SERVICE ARE USED AS INDICATED BELOW: L TYPE I SYSTEM SHALL BE SINGLE PHASE 120 VOLT 2 WI 60 CYCLE AC (TRAFFIC SIGNAL SERVICE ON 2. TYPE I SYSTEM SHALL BE SINGLE PHASE 240 VOLT 2 WIR&, 60 CYCLE A.C. (STREET LIGHTING NOR CONTACTOR, INDIVIDUAL CONTROLLED PHOTO- 6. Ancho�damagcd after the foundation concrete is placed CELL WITH NO NEUTRAL WIRE) shall not be repaired by bendingor welding. The Contractor's 3. TYPE III SYSTEM SHALL BE SINGLE PHASE 120 repair procedure is to be submitted to the Engineer for VOLT, 3 WIRE 60 CYCLE A.C. (STREET LIGHTING apppproval prior to making any repairs. The procedure is to CONTACTOR/TRAFFIC SIGNAL GROUNDED in-c7ude removing the damaged portion of the anchor bolt, NEUTRA S L VI cutting threads on the undamaged portion to remain, the THE POWER SERVICE POINT SHALL BE AS NOTED ON installation of an approved threaded sleeve nut and stud,and THE PLANS AND SHALL BE VERIFIED BY THE ELECTRICAL repairing the foundation with epoxy concrete SERVICING UTILITY. 7. 1 Ae grout pad shall not extend above the elevation of the bottom of the anchor plate 8-20.3(11) FIELD TEST(REVISED) 91 i++stallat' mill b- Zpf- ji 414 t M ' No terndat;ea, change to stop and go opentron will be allowed after 2 p.m.on any day nor will the change be allowed on Friday,weekends,holidays, or the day preceding a holiday. tf ��►►��ww L REQU FORTItAFFIC SrGNAL TURN ON WILL ndQrd NOT BE CONSIDERED UNTIL A PRE-TURN ON INSPECTION OF SIGNAL SYSTEM HAS TAKEN be PLACE 2. ALL DISCREPANCIES AND DEFICIENCIES MUST BE ctarwpad�w41N ia8� CORRECTED BY THE CONTRACTOR AND RE- INSPECTED PRIOR TO REQUESTING SIGNAL TURN ON DATE. 3, REQUEST'S FOR SIGNAL TURN ON SHALL NOT BE In setting timbe7othe the Contractor shall a minimum CONSIDERED UNTIL ELECTRICAL SERVICE TO burial of 10 percenttotal pole length plus 2 Teet and shall plumb THE INTERSECTION HAS BEEN PROVIDED AND or rake the poles as directed by tie En 'Weer. HAS BEEN ENERGIZED BY THE ELECTRIC THE HAND HOLE SHALL BE Lt�TED AT 90 DEGREES TO 4. A UTILITY. THE OF THREE(3)WORKING DAYS THE DAVIT ARM ON THE SIDE AWAY FROM TRAFFIC. A ICED GROUNDING LUG OR NUT SHALL BE PROVIDED IN THE NOTICE WILL BE REQUI FOR SIGNAL TURN HAND HOLE FRAME OR INSIDE THE HAND HOLE FRAME ON. OR INSIDE THE POLE SHAFT TO ATTACH A GROUND S. CHANNELIZATION AT THE INTERSECTION MUST BONDING STRAP, BE COMPLETE PER PLAN BEFORE REQUESTING ALL POLES AND DAVIT ARMS SHALL BE DESIGNED TO SIGNAL TURN ON DATE. ANY DELETIONS OF SUPPORT A LUMINAIRE WEIGHT OF 50 LB&OR MORE AND CHANNELIZATION PRIOR TO TURN ON MUST BE TO WITHSTAND PRESSURES CAUSED BY WIND LOADS OF APPROVED BY THE ENGINEER. 85 M.P.H.WITH GUST FACTOR OF 13. 6. CITY FORCES SHALL PROVIDE,POST AND ALL POLES SHALL MAINTAIN A MINIMUM SAFETY MAINTAIN PROPER SIGNING WARNING OF NEW FACTOR OF 4.38 P.S.I. ON YIELD STRENGTH OF WEIGHT SIGNAL AHEAD. LOAD AND 233 P.S.I.FOR BASIC WIND PRESSURE. Su�lemental S ecification (Rev. aee Division 8 Supplemental S ifigtions City of Renton DAVIT ARMS: BO TTOM OF THE GROUT PAD AS SHOWN ON THE G THE DAVIT STYLE ARM SHALL INCORPORATE A 5 9' STANDARD DETAIL RADIUS BEND AS MEASURED FROM THE CENTERLINE OF THE 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 SHIPFITTERWITH ALL SIGNAL CONDUCTORS SHALL BE STRANDED A MAXIMUM LENGTH OF 8 INCHES TO 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: DIAGRAM. ALL STRANDED WIRES TERMINATED AT A A ONE PIECE ANCHOR BASE OF ADEQUATE TERMINAL BLOCK SHALL HAVE AN OPEN END, CRIMP STRENGTH, SHAPE AND SIZE SHALL BE SECURED STYLE SODERLESS TERMINAL CONNECTOR, AND ALL TO THE LOWER END OF THE SHAFT SO THAT THE SOLID WIRES TERMINATED AT A TERMINAL BLOCK SHALL BASE SHALL BE 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 OR ROUND HOLES TYPE OF CONNECTOR AND CRIMPING WITH PLIERS,WIRE To REF RO THE ANCHOR E BOLTS. I P LE COVERS HERS gT� �, NOT BE ALLOWED. ALL WIRING ANCHSHALL OR BOLTS: INSIDE TPIE CONTROLLER CABINET SHALL BE TRIMMED FOUR STEEL ANCHOR BOLTS EACH F FITTED WITH AND CABLED TOGETHER TO MAKE A NEAT, CLEAN TWO HEEL AND TWO 1iVASH SHALL BE APPEARING INSTALLATION. NO SPLICING OF ANY TRAFFIC FURNISHED WITH THE POLE. ANCHOR BOLTS SIGNAL CONDUCTOR SHALL BE PERMITTED UNLESS SHALL MEET THE REQUIREMENTS OF SECTION 9- OTHERWISE INDICATED H THE PLANS.APPROPRIATE SIGNAL 06S(3 AND 9-065 4 . THE ANCHOR BOLT YIELD RUNS SHALL R ATTACHED SU APPROPRIATE SIGNAL POINT SHALL BE CAPABLE OF RESISTING THE TERMINAL'BOARDS IONS PRESSURE TYPE BINDING P FOR OSTS. BENDING MOMENT OF THE POLE SHAFT AT ITS DOOR LOOPS AT THE NEARHALLEST THE BOX TO YIELD POINT THE CONTRACTOR SHALL ASSURE THAT ALL ANCHOR THE LOOPS. BOLTS E FICATION OF THE P To OLE MANUFACIUED ASTM RER AND g 20 3(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 contract and THAT THE ANCHOR BOLTS MEET THESE SPECIFICATIONS. the followin . MISCELLANEOUS HARDWARE ALL HARDWARE((BOLTS NUTS,SCREWS WASHERS ETC,) NEEDED TO COMiSLETE THE INS'�'ALIATIO1 11. SP ICES TO Loop P ET RN CABLES SHALL BE MADE SHALL BE STAINLESS STEEL WITH SOLDERED COMPRESSION TYPE I.D.(IDENTIFICATION FOR POLES)- CONNECTORS. 'THE CONTRACTOR SHALL PLY AND INSTALL A COMBINATION OF 4-DIGITS AND ONE LETTER ON EACH POLE,WHETHER INDMDUAL LUMINAIRE OR g 20 3(14)D TEST FOR INDUCTION LOOPS AND, SIGNAL POLE WITH LUMINAIR THE LETTER AND NUMBERS COMBINATION SHALL BE MOUNTED AT BEAD-IN CABLE(ADDITION) THE 15 FOOT LEVEL ON THE POLE FACING �SFALE WITH TRANSPARENT RENT FILM RESISTANT TO BE THE CONTRACTOR SHALL KEEP RECORDS OF FIELD DUST WEATHER AND RENTULTR FILM EXPOSURE. TESTING AND SHALL FURNISH THE ENGINEER WITH A THE bECAL MARKERS SHALL BE 3 INCH SQUARE COPY OF THE RESULTS WITH GOTHIC GOLD, WHITE REFLECTORIZED 2 INCH LEGEND ON A BLACK BACKGROUND. THE I.D. 8 20 3(14)E SIGNAL STANDARDS (REVISED) NUMBER WILL BE ASSIGNED TO EACH POLE AT THE END OF THE CONTRACT OR PROJECT BY THE CITY TRAFFIC ENGINEERING OFFICE. COST FOR THE DECALS SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT BID. E LIGHT STANDARDS SHALL BE SPUN ALUMINUM DAVIT3. Disconnect connectors complete with pole and bracket cable STYLE AND SHALL MEET THE POLE DETAIL shall be installed in any st al standard su rting a luminairc. REQUIREMENTS INDICATED BELOW AND THE DETAIL B SHEETS AT THE END OF THESE SPECIFICATIONS. arm GOA THE POLE SHAFT SHALL BE PROVIDED WITH A 4' X 6' FLUSH HAND HOLE NEAR THE BASE AND A MATCHING METAL COVER SECURED WITH STAINLESS STEEL SCREWS 12 THE WITH ALL CURRENT EE S SIG STANDARD AND ITS FABRICATION OR BOLTS THE POLE SHALL BE ADJUSTED FOR PLUMB AFTER ALL SHALL CONFORM 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; RV NCHES OR OTHER TOOLS THAT CAN DAMAGE 13. INSTALLATION OF ALL NUTS AND BOLTS S O BE GALVANIZING WA NOT BE PERMITTED. TOOLS SHAH-BE PERFORMED WITH PROPER SIZED SOCKETS OPEN OF SUFFICIENT SIZE TO ACHIEVE ADEQUATE TORQUING END OR BOX WRENCHES. USE OF PIPE WRF.�ICHES 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 FILLED WITH A DRY PACK MORTAR NOT BE PERMTITED. GROUT AND TROWLED TO A SMOOTH FINISH TOOLS SHALL BE OF A SUFFICIENT SIZE AND UATE TORQUING OF CONFORMING TO THE CONTOUR OF THE POLE BASE STRENGTHTO ACHIEVE ADEQ P DRY PACK MORTAR GROUT SHALL CONSIST OF A 1:3 MIXTURE OF PORTLAND CEMENT AND FINE SAND WITH JUST ENOUGH WATER SO THAT THE MIXTURE WILL STICK 8-20 3(12 GROUT(NEVV� TOGETHER ON BEING MOLDED INTO A BAIL BY HAND, AND WILL NOT EXUDE MOISTURE WHEN SO PRESSED. A AFTER THE POLE IS PLUMBED THE SPACE BETWEEN ONE HALF INCH DRAIN HOLE SHALL BE LEFT IN THE THE CONCRETE FOUNDATION AND THE BOTTOM OF THE Suvolemental S ifications (Rev. aQe ■ City of Renton Supplemental S;=ificattons Division 8 j POLE BASE PLATE SHALL BE FILLED 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 PORT LAND CEMENT AND FINE SAND WITH 6. -TYPE_JUNCTION BO PER EACH.• JUST ENOUGH WATER SO THAT THE MD=RE WILL STICK 'THE UNIT PER EACH PRICE FOR(5)*POUNDAMON'AND TOGETHER ON BEING MOLDED INTO A BALL BY HAND 6•JUNCTION BOX' SHALL BE FULL COMPENSATION FOR AND WILL NOT EXUDE MOISTURE WHEN SO PRESSED. A FULL 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 EVISED) 7. -CONCRETE PAD;PER SQUARE YARD. MEASUREMENT FOR C CONCRETE PAD' SHALL BE BY When shown as lumpsum in the plans or in the as THE SQUARE YARD �OPF SURFACE AREA ENCLOSED p proposal INCLUSIVE OF AND NOT SUBTRACTING FOR THE AREA OF illumination system._..,or traffic signal system no sp&ia unit of THE JUNCTION BOX OR FOUNDATION ENCLOSED AND measurement will apply,but measurement will belor the sum total of SHALL BE FULL. COMPENSATION FOR FULL AND all items for a complete 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 CONDUIT, P.V.C' PER LINEAR completed conduit is place, unless the conduit is included m an POOTT.8 illumination system, signal system,or other type of electrical system 9. • SCHEDULE 80 CONDUIT, PV.C.,•PER LINEAR lump sum bid item • MEASUREMENT FOR UNIT PRICE TTEMS SHALL BE AS THE CONTRACT PRICE FOR .CONDUIT SHALL DESCRIBED IN SECTION 8-205 OR AS DESCRIBED IN THE INCLUDE ALL CONDUIT COUPLINGS,ADAPTERS,ELBOWS CONTRACT OPROVISIONS.�� S,SCHEDULE OF PRICES `AND/OR SPECIAL BEND CrgK L, ENDS BUSHINGS, AND ;k S MATERIAL,LABOR OR EQUIPMENT NECESSARY TO COMPLETE THE INSTALLATION OF THE CONDUIT. 8-20.5 PAYMENT i'REVISEDI MEASUREMENT SHALL BE BY LINEAR FOOT FROM END OF CONDUIT TO END OF CONDUIT AS MEASURED FROM THE 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. •Illumination ._..',lump sum. THE TRENCIi. NO PAYMENT SHALL BE MADE FOR 2. Traffic Signal System.....',lump sum. ADDITIONAL CONDUIT USED BY THE CONTRACTOR DUE TO HORIZONTAL OR VERTICAL WEAVING OF THE ract price(o r(1)'Illumination System .._' The lump sum cont AND CONDUIT wmm THE TRENCH LINE. 2) Traffic Signal BiepnC-8t+at System . aadeat 10.'SI REEL'LIGHT STANDARD.....,'PER EACH. :hall be full pay for [urriis�ing all labor, 11.'......WATT...LUMINAIRE AND LAMP;PER EACH. materials,tools,and equipment necessary for the construction of the 12. -WATT—LUMINAIRE AND LAMP WITH complete electrical system, modifying existing system:, or both, as PHOTOCELL,•PER EACTL shown in the plans and herein specified including excavation, 13.'._.AWG....COPPER WIRE,•PER LINEAR FOOT. bacl:filling, concrete foundations, conduit, wiring, restoring facilities 14.'SERVICE CABINET 'PER EACH. destroyed or damaged during constructioa,sahTagtng etdsting 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 OR FURNISHING AND th not shown in e 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 contract Price ASSOCIATED WITH PROVIDING ELECTRICAL SERVICE AS 4. • P fees REQUIRED BY THE ELECTRICAL.UTILITY,THE CONTRACT rap Dialn PLAN DETAILS AND SPECIFICATIONS AND NOT INCLUDED AS SEPARATE PAY ITEMS IN THE CONTRACT Md pops SCHEDULE OF PRICES. 15.'.....SIGNAL HEAD....;PER EAC IL 16. _ SIGNAL HEAD MOUNTING HARDWARE,* PER LUMP SUM. eFs�end THE LUMP SUM PRICE FOR (1 ..• .SIGNAL HEAD MOUNTING HARDWARE'SHALL BE FULL COMPENSATION FOR SUPPLYING AND INSTALLING ALL TRAFFIC OR PEDESTRIAN SIGNAL HEAD MOUNTING HARDWARE IN All costs for installing conduit containing both signal and CONFORMANCE WITH THE PLANS, SPECIFICATIONS AND illumination wiring shall be included in the contract prices for the DETAIL SHEETS. signal system 17. POLE MOUNTED TERMINAL BOX„ 'X...'X..', AND All costs for installing junction boxes containing both illumination MOUNTING HARDWARE, PER EACi and signal wiring shall be included in the contract prices for the signal 18.-2/C SHIM LOOP RETZJRN CABLE,-PER LINEAR FOOT. _ system. 19.'3/C SHLD PRE-EMPTION CABLE,'PER LINEAR FOOT. THE UNIT PRICES FOR THE ITEMS LISTFA BELOW SHALL 20• ' -PAIR SHLA INTERCONNECT CABLE,' PER LINEAR BE FULL COMPENSATION FOR FURNISHING AND FOOT.21e 'I'I F INSTALLING EACH THEM AND FOR ALL LABOR. IC SIGNAL CONTROLIER AND CABINET; PER MATERIALS TOOLS, EQUIPMENT AND TESTING EACTL 22. TRAFFIC SIGNAL WIRE,-PER LUMP SUM NECESSARY ANDL/LA INCIDENTAL FOR THE FULL AND 23. 'SIGNAL STANDARD, TYPE..., WITH FOOT MAST COMPLETE INSTALLATION AS PER THE CONTRACT PLANS, ARK' PER EACH. SHEETS AND THESE SPECIFICATIONS 'INDUCTION LOOP VEHICLE DETECTOR.'PER LINEAR 3. 'TRENCH AND BACKFII.L,..._..'WIDE BY 'DEEP," . FOOT. PER LINEAR FOOT. THE UNIT CONTRACT PRICE FOR (3) 'TRENCH AND THE UNIT LINEAR FOOT CONTRACT PRICE FOR BACKFII.L' PER LINEAR FOOT SHALL BE FULL S24INDUCIION LOOP VEHICLE DETECTOR' SHALL BE COMPENSATION FOR EXCAVATING LOADING, HAULING MEASURED BY THE LINEAR FEET OF FULL DEPTH AND OTHERWISE DISPOSING OF!WE WASTE MATERIALS, SAWCUT REQUIRED FOR INSTALLATION. THE UNIT PRICE FOR BACKFILLNG AND COMPACTING BACKFILL SHALL BE FULL COMPENSATION FOR FULL AND INSTALLATION TO SPECIFIED DENSITY AND FOR THE COMPLETE INSTAATION INCLUDING WIRE, SEALANT RESTORATION OF THE TRENCH TO ITS PRE-EXISTING 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 LDETAIL SHEETS.) DETAIL SHEETS. THE UNIT PRICE SHALL ALSO INCLUDE 4. -TRENCH )ELECT TRENCH SHALL CONSISTF 54//$-SOU SOLDERED SPPROVIDING PLL.IDCESS, SP110ESG CONDUIT sTuB-oUTS AND TO LOOP RETURN CABLES CRUSHED SURFACING TOP COURSE AND THE UNIT UNLESS SEPARATE PAY ITEMS ARE INCLUDED IN THE PER TON PRICE SHALL INCLUDE ALL COSTS CONTRACT SCHEDULE OF PRICES FOR THESE OTHER Su lemental S ecifications ev. ape Division 8 Supplemental SneclficatIons City of Renton ITEMS. SAWCITITING SHALL.BE CONSIDERED INCIDENTAL ID 1 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 UT SAWCPITNG. MEASUREMENT FOR A STANDARD 6' X & travel,the left edge stripe in the direction of travel shall be YELLOW. INDUCTION LOOP SHALL BE 28 LINEAR FEEL 6ero�t++peAPPROACH STRIPE SAWCUI-TING FOR LOOP 'HOME RUNS SHALL BE DONE - SUCH AS TO MINIMIZE THE TOTAL LINEAR FEET OF .ne, inches wide, + SAWING REQUIRED . BY MEANS OF PROPER to delineate turn lanes from LOCATING OF LOOP REIVRN 'SI'UB_OUT' BY DIRECT' through lance, for traffic islands, and for bash marks. KaslY-�nafk ROUTING OF'HOME RUNS'AND BY COMBING UP TO 4 PAIRS OF LOOP WIRES IN A SINGLE*HOME RUN'SAWCUT. LOOP AND'HOME RUN'LAYOUT SHALL BE APPROVED BY lAne Strive line,4 inches wide,used to delineate adjacent THE ENGINEER BEFORE SAWCUI'TING TAKES PLACE lanes US ill in the same direction. The broken or's 'p' pattern 24.'---SPLICE KIT,•PER EACH. shall be base�at a 44 feet-24-FOOT unit consisting of a tweet-9- 26° 'EMERGENCY VEHICLE PRE-EMPTION DETECTOR.* FOOT line and a 3a4eetee5 FOOT gap. PER EACH. 27°9OPTICOM DISCRIMINATOR CARD'PER EACH. 29.`DEIE<'TLI HT FUSIF�"PER EACH. � .E fine,8 inches wide,used to delineate a lane 29.'SI'REEI LIGHT FUSE KKri1t•PER EACH The broken or• •pattern shall be based 30.'PEDESTRIAN PUSH BU1110N WLTH SIGN�PER EACH that e d 1?,f PP 31.'PEDESTRIAN PUSH BUTTON POST•PER L on a 15-foot trait consisting of a 3-foot line an a pot 32. 'PEDESTRIAN SIGNAL POLL, TM 1, 10-FEET,' PER 33.'REL.00ATE EXLSMG___POLL,•PER EACH. THE UNIT PER EACH PRICE FOR •RELOCATE 1DQSTING _..POLE'SHALL BE FULL COMPENSATION FOR REMOVING THE POLE FROM ITS EXISTING FOUNDATION,REMOVING AND SALVAGING OR RE-INSTALLING EMSTING EQUIPMENT, PLUGGING HOLES AS REQUIRED AND INSTALLING THE POLE ON ITS NEW FOUNDATION AND SHALL INCLUDE ALL IABORTOrfi��MATERL4LS, EQUIPMENT AND ANY OTHER 00 Y AND/OR INCIDENTAL TO COMPLETE THE INSTALLATION AND MAKE THE ELECTRICAL EQUIPMENT OPERATIONAL ALL Wa ft m Stri IN ACCORDANCE WITH THE PLANS, SPECLRCA1710M AND ine, 4 inches wide, with a BROKEN DETAIL SHIEIS 34.•REMOVE EXIS'ffiVG.r.FOUNDATION•PER EACH. YELLOW line,Al inches wide separated by a 4-inch space The broken THE UNIT PER EACH PRICE FOR 'RF.�vIOVE EXISTING or*skip'pattern will be based on a 44-feet-24FOOTunit consisting of FOUNDATION'SHALL BE FULL COMPENSATION FOR FULL a tweet-9-FOOT line and a 20 feet-IS-FOOT space. T hn solid line OVAL AND HAULING AND DISPOSAL AND COMPLETE REM shall be installed to the right of the broken fine is the direction of OF THE FOUNDATION- BarrierStripe -YELLOW line, 18 TO 24 inches wide--va4s&-noted 8-21 PERMANENT SIGNING tusswaik toe `�line, U-8 inches wide AND 10-FEL-T LONG, instafied pamud she to t4imao &*other crosawalk &213W SIGN REMOVAL(REVISED) PARALLEL TO THE DIRECTION 01 TRAFFIC FLAW AND CENTERED IN PAIRS ON LANE LINES AND THE CENTER OF Where shown in the plans or as directed by the Engineer, the LANES. SEE DETAIL SHEET. existing sips and,if so indicated,the sign structures shall be removed by the Contractor. When indicated, the Contractor shall remove St Bar concrete pedestals to a minimum of 12 inches below finished grade and WHITE line,t8-PLA OR 24 inches wide tr*IesaAS noted ball the hole to the satisfaction of the Engineer. The s"_and si otherwise i*ON the contract PLANS standards shall become the Property of Isngitteet CITY. en the existing sign post is located wd a ffc marling conforming to details in the contract. sidewalk area,the Contractor shall remove the post and finish the area Traffic t,atte t GEND so as to make the sidewalk continuous. K - .n USING ALPHABETICAL LETTERS. no of 4he named IA41h the 8-22 PAVEMENT MARKING COS kAiff PLANS APED DETAIL SLLFEI S and'& a 'n to $-221 DESCRIPTION (RF VISEDI fib marking conforming to details in the contract. preferential ne Svmbol This work slop consist of furnishing and installing pavement A� marking aiForming to details is the contract. markings upon the roadway surface at locations shown in the contract Railroad ash SS boi or as duetted by the Engineer. mar rig conforming to details in the contract. The Pavement markings are defined as follows: letters included in the railroad crossingg sryymmbol thall conform to the �i Center Stri FHWA publication STANDARD AZ�HABET for HIGHWAY W line 4 inches wide. The broken or'skip' SIGNS and PAVEMENT MARKINGS for proportion• pattern shall be based on a 40 feet-24-FOOT unit consisting of a�- Feet-9-FOOT line and a 20 feet-l5-FOOT gap. Skip center stripe is used as center line delineation on two-lane or three-Lane, two way highways Double Yellow Center St pe 2 MATERIALS (REPLACED) wp es,each 4 inches wide,separated by a 4- inch er-12-imk-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 suRRlemental S ecitications ev.1211 y I S9 i Page City of Renton Sugpiemental Specifications Division 8 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 Bat',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" ppecr each. NO HEAT INSTANT DRY PAVEMENT MARKING. BEADS 13. 'Painted Traffic L WWMEND, ..per each'. SHALL t''OMPLY WITH THE SPECIFICATIONS FOR 14. 'Plastic Traffic Leas LEGEND,._. r each*. ADHERENCE COATED GLASS SPHERES. COPIES OF PAINT 15. Tainted Handicapped Panting Stall S�ymbot•,per each. AND BEAD SPECIFICATIONS ARE AVAILABLE AT THE 16 •Painted Preferential Lane SymbolType—',per each. HEADQUARTERS MATERIALS LABORATORY, 1655 SOUTH 17. 'Plastic Preferential Lane Symbol' each. SECOND,T'UMWATER,WA 98502. 1& 'Painted Railroad Crossing Symbol,per each 19. 'Plastic Railroad Crossing Symbol•,per each. $-22.3(5) TOLERANCES FOR LINE STRIPES 21.•REMoVE AINT LINE.....• •PER LINEAR FOOT.- (REVISED) 22. *REMOVE PLASTIC LINE ... 0 WIDE,• PER LINEAR 23. 'REMOVE EXISTING TRAFFIC MARKINGS,'PER LUMP Allowable tolerances for stripes are as follows: SUM.• n th of Stri • The longitudinal accumulative error within a 44- •THE LINEAR FOOT CONTRACT PRICE FOR 21,'REMOVE Inch length of skip stripe shall not exceed plus or minus one TFAINTAMP IN CONTRACT 22.. I PREMOVICE OR 2�3. 'RHMO LINE! SAND LNG Width t ' • The width of stripe shall not vary more than plus TRAFFIC MARKINGS SHALL BE FULL COMPENSATION FOR or minus REMOVAL OF PJISIING TRAFFIC MARKINGS AS PER THE Lane t • The lute width,which k defined as the lateral width PIA SPECIFICATIONS AND DLrrAEL SHEETS. IF THESE from edge of pavement to the center of the lane line or between PAY ITEMS DO NOT APPEAR IN THE CONTRACT SCHEDULE the centers of successive lane lines, shag not vary from the widths OF PRICES,THEN THE REMOVAL OF OLD OR CONFLICTING shown in the coati by more than plus or minus 4 inches. TRAFFIC MARKINGS REQUIRED TO. COMPLETE THE CIANNELIZA71ON OF THE PROJECT AS SHOWN ON THE 8-22.3(6) INSTALLATION INSTRUCTIONS PLANS CI ENTAL TO OTHEAIL R IN THE C SHALL ONTRACT AANDE No (REVISED) FURTHER COMPENSATION SHALL BE MADE. The unit contract prices for the above listed bid items shall be full pay for furnishing atl labor,tools, material,and equipment necessary Installation instructions for plastic markings shall be resided for Tor the completion of the work as speed. both the Contractor and the Engineer. All materials shall be installed according to the tttanufacturces recommendations--aed--a e�atwf . WHERE SHOWN THE PLANS OR IRECIED BY THE ENGINEER, THE CONTRACTOR SHALL REMOVE ALL OLD OR CONFLICTING STRIP LINES, BUTTONS OR MARKERS AS REQUIRED TO COMPLETE THE CHANNELIZATION 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 8-22.4 MEASUREMENT(REVISED) _ Skip center stripe, skip center stripe with no-pass snipe, double yellow center stripe,edge stripe, lane stripe,drop lane stripe,double no-pass stripe, reveru'ble lane stripe,and twao-wa�r kit turn will be measured by the linear foot as •Paint Stripe or 'Plastiripe.' The measurement will be based on the travel distance requited of a marking system capable of eimuitaneous application of three 4-inch lines rnth two 4-inch spaces. No deduction will be made for unpainted area when the marling includes a line such at�p Darter stripe, skip center stn'pe with ao-past Gripe,lane stn'pe,revetst'bk lane stripe, or two-way left turn stripe No addition wi be allowed when more than one line can be installed on a single pass such as skip center stripe with no-pass stripe,double yellow center stripe,double no-pass stripe, reversible lane stripe,or two-way left turn stripe. Getty-APPROACH giipei barrier sU. a xswalk stripe,and stop bar will be measured by the linear foot of eeach marring type. Traffic arrows will be measured by the unit with each arrow head defined as a unit IRS raffle I.tt�LEGENDS, handicapped parking stall symbols, preferential lane symbols,railroad crossing symbols,and cycle detector symbols will be measured by the unit. MEASUREMENT FOR PAINT_/PLASTIC STRIPE LIKE 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 made for each of the following bid items that are included in the proposal: 1. 'Paint Stripe%per linear foot. 2. 'Plastic Stripe ,per linear foot. 3. "Painted GAm APPROACH Stri per linear foot. 5. 'Painted BarrierStripe',per linear foot. 6. 'Plastic Barrier Stripe%per linear foot. 7. 'Painted Crosswalk Stripe',per linear foot. 8. 'Plastic Crosswalk Stripe',per linear foot. Sup2lemental Specifications ev,12/10/89) ap e 9 CITY OF RENTON Suoolemental SpecifieationS DiViSION 9 s ` 9-04 JOINT AND CRACK SEALING DIVISION 9 MATERIALS MATERIALS � ��N�-�TaI��h�E�I2 PIPfi 9-01 PORTLAND CEMENT -pile 9-012(4) BLENDED 1<-Mu AI ii IC CEMENT(NEWT 9-0410 BERIZED ASPHALT -(REPLACED) BLENDED HYDRAULIC CEMENT SHAM. CONFORM TO THE REQUIREMENTS TO TYPE IP(M OR TYPE I(p�,( ( RUBBERIZED ASPHALT FOR CRACK SEALING ASPHALT CEMENT OF THE S TA N D A R D _SPEC�CATION �FOR [CONCRETE PAVEMENT SHALL CONFORM POINT TO AASHTO M 173. ADDITIONALD REQUIREMENT THE HTO M 240 WITH THE MAXIMUM FLY 48)o F�1F MINIMU AND M. AASHTOnM 173 (A'SI'M(D 11�90))) IS ASH CONTENT SHALL BE 25 PERCENT OF THE MODIFIED TO DELETE THE BOND TEST REQUIREMENT. CEMENTTIIOUS MATERIAL. THE SOURCE OF THE FLY AS�� AASHTO T 48 IS MODIFIED TO REQUIRE CAREFUL AS WELL AS THE WEIGHT OF FLY ASH AS A PERCENT BY AGITATION OF THE RUBBERIZED ASPHALT SAMPLE WEIGHT OF TOTAL CEIvf Nr PLUS FLY ASH, SHALL BE DURING TESTING TO PREVENT LOCAL OVERHEATING. CERTIFIED ON THE CEMENT MILL TEST CERTIFICATE. 9-021(8) 3rA. CANT LOOP SEALANT(NM 9-05 DRAINAGE STRUCTURES, UNLESS SPECIFIED OTHERWISE IN THE CONTRACT OR CULVERTS,AND CONDUITS PERMITTED BY THE SIAT� LLBF NI' CTO Loop FLANS EHOTMELLT RUBBERIZED ASPHALT SEALANT (CRAFCO LOOP DETECTOR SEALANT OR APPROVED EQUAL),SHALL MEET 9-05.1 DRAIN PIPE THE PENETRATION FLOW AND RESILIENCE SPECIFICATIONS OF XStM DMW AND SHALL BE INSTALLED WITH AN APPROVED APPLICATOR IN CONFORMANCE WITH MANUFACTURER'S RECOMMENDATIONS. ZINC COATED GALVANIZED)OR THE CONTRACTOR SHALL REQUEST AND OBTAIN -Q,�,u�} APPROVAL FROM THE ENGINEER FOR THE TYPE OF LOOP ALUMINUM UM COATED (ALU�ZED) SEALANT TO BE USED BEFORE INSTALLING DETECTOR CORRUGAM IRON OR STEEL DRAIN PIPE LOOPS AND SHALL SUBMIT MANUFACTURER CCTTSHEETS 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 Hsugat�c�d iron or steel drain pipe shall meet the requirements of SHALL ONLY BE INSTALLED IN THOROUGHLY CLEAN AND RASA ISO M 36. The gal anifed or aluminized sheet thickness 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 seam 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 weldin is acceptable AND SHALL THE LOOP WIRES AND ADHERE TO THE PAVEMENT. BE ASPHALT TREATMENT I COATED. 9-02.2 2) SAMPLES (RED) n nc,iT CO tZr GaTRTI po .VETHYLENEDRAIN THE"HALT SUPPLIER SHALL SAMPLE EACH LOAD OR EIPE( m OTHER LOT THAT 1S SHIPPED FOR USE ON WORK UNDER CORRUGATED POLYETHYLENE DRAIN PIPE, 12-INCH THE JURISDICTION OF THE DEPARTMENT OF ,THRU 24-INCH DIAMETER MAXIMUM, SHALL- MEET THE QU ART A (TTWATION. THE SAMPLE SHALL CONSISTO OR MORE QUARTS FOR EMULSIFIED ONE MINIMUM REQUIREMENTS OF AASHTO M 294. Q DU DALn TAKEN RINNG OR AFTER LOADIRECTLY G, PROPERLTHE LABELED, AND RETAINED FOR A MINIMUM OF SIX MONTHS. WHEN 2-05 2 UNDERDRAIN PIPE REQUESTED BY THE ENGINEER, ANY OR ALL OF THESE SAMPLES SHALL BE PROMPTLY SHIPPED TO THE MATERIALS LABORATORY, P.O. BOX 167 OLYMPIA, 9-052 $)PERFORATED CO RRUGATED WASHINGTON 98504,OR 1655 SO.SECOND AVE.,iIVMWATEIt, WASHINGTON 98502. pn1 VETuv1 FNE UNDERDRAIN PIPE(NEWT PERFORATED CORRUGATED POLYEIHYI ENE MAXIM SHALRDRAIN L MEET DTHE MINIMUM REQUIREMENTS OF AASiff(5 M 294. PERFORATIONS SHALL BE IN ACCORDANCE WITH AASHTO M 251 Metal quart tam le cans shall be cylindrical or rectangular in shape PIPE AND PIPE ARCH with a 1-3/4 inch Mole and a screw cap; Cans with smaller holes, 9-05 d STEEL CULVERT friction top paint cans, and glass jars will not be acceptc4. Clean Poor, or similar plastic nonreactive containers will be required Steel culvert pipe and arch shall meet the requirements of for emulsified asphalt. T I anddt6 I1. Welded seam aluminum coated Identification labels (Form 350-023) for the asphalt cans will be AASHTO M 36, ype supplied by the Department of Transportation. (aluminized) corrugated steel pipe and pi arch with metallized coat_ ing appliPi�ideT nTRFAIMolENI TC07din is acceptable AND HALL BE Supplemental S ifications (Rev. ace DMSION 9 Suoulementai SneciGcations CITY OF RENTON 2_05 8 VITRIFIED CLAY SEWER PIPE 9-05 9(1)A BASIS FOR ACCEPTANCE(REVISED) (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 pck+t�-heltalfY Ieorrugated,gasketed s tjrnb,or na7w pitch spiral slee pe. O sizes and t 9-05 9 STEEL SPIRAL RIB STORM SEWER PIPE materials approved nstder the g"'ltfieatlo° � 1 � in (REPLACED) accordance with pted I � STEEL SPIRAL RIB STORM SEWER PIPE SHALL BE 9-05 10 STEEL STORM SEWER PIPE MANUFACTURED OF METALLIC COATED(ALUMINIZED OR GALVANIZED) CORRUGATED STEEL AND INSPECTED IN CONFORMANCE WITH SECTION 9-05A. THE SIZE,COATING Steel storm sewer pipe:hail conform to the requirements of Section AND METAL SHALL BE AS SHOWN IN PLANS OR IN THIS 9-WA for steel culvert pipe, except that protective coating shall be SPECIFICATIONS. Treatment S and be constructed of either heliallyor gated lock THE MANUFACTURER OF SPIRAL RIB STORM SEWER seam or helicallyy corrugated continuous wielded tsft�pipe. When PIPE SHALL FURNISH TO THE ENGINEER A CERTIFICATE Irketed helically corrugated lock seam steel pipe is called for OF COMPLIANCE STATING THAT THE MATERIALS Treatment 5 is sot regtttred. Welded seam aluminum coated FURNISHED COMPLY W ALL RESPECTS WITH THESE aluminized) steel pipe �uU require metallized aluminum coating SPECIFICATIONS. THE ENGINEER MAY REQUIRE inside and out fallow&tgg weldingg and shall ADDITIONAL INFORMATION OR TESTS TO BE PERFORMED $REQUIRE AN ASPHAI.TTREATMENT'I COA G. B'Y THE CONTRACTOR,AT NO EXPENSE TO THE STATE UNLESS OTHERWISE SPECIFIED, SPIRAL RIB STORM SEWER PIPE SHALL BE FURNISHED WITH PIPE ENDS CUT 9-0 10(j) 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 HELICAL LOCK SEAM WITH A SEAM GASKET OR A Asa CONTINUOUS HELICAL WELDED SEAM PARALLELING THE RIB. ti FOR SPIRAL RIB STORM SEWER PIP HELICAL RIBS n SHALL PROJECT OUTWARDLY FROM THE SMOOTH PIPE gt`nn cleat eFpipw WALL AND SHALL BE FABRICATED FROM A SINGLE Chard viamew THICKNESS OF MATERIAL THE RIBS SHALL BE ESSENTIALLY RECTANGULAR AND SHALL BE 3 4 INCH ;__, PLUS TWO TIMES THE WALL THICKNESS�(I� S OR MINUS INCH(MEASURED. CH HIGH (MEASURED SID AS THEAND M 0 MINIM OF MINIMUM VERTICAL DISTANCE FROM THE OUTSIDE OF by 5 inek IN PIPE WALL IMMEDIATELY ADJACENT TO THE LOCKSEAM OR STIFFENER TO THE TOP SURFACE OF RIB). THE MAXIMUM SPACING OF THE RIBS SHALL BE 11.75 INCHES iCENTER TO CENTER URED NORMAL TO THE 9�5.14 ABSCOMPOSITE SEWER PIPE DIRECTION OF THE THE RADIUS OF BEND OF THE h METAL AT THE COMM�OF THE RIBS SHALL BE A (REPLACED) MINIMUM OF 0.10 INCH AND A MAXIMUM OF 0.17 INCH. IF THE SHEET BEIIVEEN ADJACENT RIBS DOES NOT CONTAIN A LOCKSEAK A STIFFENER SHALL BE INCLUDED MIDWAY ABS COMPOSITE PIPE SHALL NOT BE USED. BETWEEN RIBS HAVING A NOMINAL RADIUS OF 025 INCH AN'D A MI IM�JM HEIGHT OF 020 INCH TOWARD THE OUTSIDE OF THE PIPE. PIPE SHALL BE FABRICATED WITH 9-0515(1) MANHOLE RING AND COVER ENDS THAT CAN BE EFFECTIVELY JOINTED WITH (REVISED) COUPLING BANDS. WHEN REQUIRED, SPIRAL RIB OR NARROW PITCH Castings for manhole SPIRAL RIB PIPE SHALL BE BITUMINOUS TREATED OR rings and covers shall be tray iron acting PAVED. THE BITUMINOUS TREATMENT FOR SPIRAL RIB conforming to the requirements of AASHTO M 105,Qasr.4 CLASS PIPE SHALL CONFORM TO THE REQUIREMENTS OF 30• SECTIONS 9-05.4 3 AND 9-05.4 4 HELIICCALL RIBSS SHALL PROOR NARROW PITCH JECT OcUIVRAL RIB AR�DLY FRo THE 9-0517 ALUMINUM SPIRAL RIB STORM SEWER SMOOTH PIPE WALL AND SHALL BE FABRICATED FROM A PIPE(REVISED) SINGLE THICKNESS OF MATERIAL THE RIBS SHALL BE 375 INCH=1/8 INCH WIDE(MEASURED OUTSIDE TO OUTSIDE) AND A MINIMUM OF A375 INCH HIGH (MEASURED AS THE Aluminum spiral rib storm sewer pipe shall be manufactured of RI corrupted aluminum and inspected m conformance with Section 9- INCHES CENTER TO CENTER(MEASURED NORMAL TO THE 05S. a 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 WITH AN ALLOWABLE TOLERANCE OF-10 PERCENT. Engineer a certificate of compliance stating that the materials furnished 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. Unless otherwise specifii4 spiral rib storm sewer pipe shall be (REPLACED) furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evealy. Spiral rib pipe shall be PIPES FABRICATED WITH CONTINUOUS HELICAL SEAM fabricated by using a continuous helical lock seam with a seam haslet. PARALLEL TO THE RIB MAY BE USED FOR FULL CIRCLE FOR SPIRAL RIB STORM SEWER PIPE, HELICAL RIBS PIPE THE LACK SEAM SHALL BE FORMED W THE FLAT SHALL PROJECT OUTWARDLY FROM THE SMOOTH PIPE BEItiVEEN RIBS AND SHALL CONFORM TO SECTIONS 7.5.1 WALL AND SHALL BE FABRICATED FROM A SINGLE THROUGH 733 OF AASHTO M 36. SEWER E, THICKNESSSWIDE BY /SOF MATERIAL THE RIBS SHALL BE_3/4 INCH FOR NARROW PITCH THE LAP WIDTH SPECIFIED IN SECTIL RIB ON 7.51 SHALL BE 1/4 ' 2 I CATED4 W�E�NTO �HAT NOMINAL SPACING CCIWFP.FAF NLVELY INCH. JOINTED WITH COUPLING BANDS. FOR USE IN APPLICATIONS WITHOUT BITUMINOUS FOR NARROW PITCH SPIRAL RIB STORM SEWER PIPE, A QULIFIENT, THE CONTINUOUS LACKSEAIvf MUST BE HELICAL RIBS SHALL PROJECT OUTWARDLY FROM THE HEADQUARTERS QRTERS MATERIALS LABORATORY.BY TESTS CONDUCTED BY THE SMOOTH PIPE WALL AND SHALL BE FABRICATED FROM A SINGLE THICKNESS OF MATERIAL. THE RIBS SHALL BE Su lemental S erifications ev, a�— CITY OF RENTON Supplemental Specifications DMSION 9 0375 INCH + 1/8 INCH WIDE (MEASURED OUTSIDE TO AFTER FABRICATION IN ACCORDANCE WITH AASHTO M OUTSIDE))AND A MINIMUM SPACING OF RIBS SHALL BE 4.90 111 AND AASHTO M 232. INCHES CENTER TO CENTERRN�D NORMAL TO THE DIRECTION OF THE RIBS). r RADIUS OF BEND OF THE INCH WL ALLOWWAABL E TOLERANCE OFF+0 BE 0.0625 PERCENT FOR WIDE PITCH SPIRAL RIB STORM-SEWER PIPE 9-06 STRUCTURAL STEEL AND RELATED HELICAL RIBS SHALL PROJECT OUTWARDLY FROM 'TIII-IIEE MATERIALS SMOOTH PIPE WALL AND SHALL BE FABRICATED FROM A _ SINGLE THIC3CNESS OF MATERIAL THE RIBS SHALL BE 3� INCH + 1//sg INCH WIDE RED OUTSIDE TO OUTSID AND KIvIINIMUM OF 0. INCH HIGH (MEASURED AS TH 3) HIGH STRENGTH BOLTS (REPLACED) MINIMUM VERTICAL DISTANCE FROM THE OUTSIDE OF Q`' ,�( PIPE WALL TO TOP SURFACE OF THE RIB). THE MAXIMUM SPACING OF RIBS SHALL BE 11.75 INCHES CENTER TO HIGH SIREN ,M BOLTS FOR STRUCTURAL STEEL t2NTER(MEASURED NORMAL TO THE DIRECTION OF THE JOINTS SHALL CONFORM TO THE REQUIREMENTS OF RI E RADIUS OF BEND OF THE METAL AT THE AASHTO M 164 OR M 253 TYPE 1.� 22,, AND 3, AND,THE CORNERSTHE OF THE RIBS SHALL BE 0.0625 INCH WITH AN FOLLOWING ADDITIONAL REQUIREMENTS: ALLOWABLE TOLERANCE OF+ 10 PERCENT. llolieW flags 4110 men! AASHTO M 164 BOLTS ts1 shall be rebrimold 1 INCH DIAMSiFR OR -M IFSSAXTENm vnu3NGTH LARGERTHAN I BCH DIAMen1t-#IAxrnlsu stRB+csIN LW AM RC1 •' MAXIMUM HARDNESS BOLTS CONFORMING TO AASHTO M 253 SHALL NOT I } GALVANIZED. BOLTS CONFORMING TO AASHTO M I64 THAT ARE GALVANIZED SHALL HAVE A MAXIMUM YIELD 48 STRENGTH OF 105 000 PSI. BOLTS CONFORMING TO AASHTO M 164 WAIL A YIELD STRENGTH GREATER THAN sgaeifeatiees. 105 000 PSI AND AASHTO M 253 BOLTS MAY BE USED PROVIDED THEY ARE PAINTED WITH TWO COATS OF ZINC RICH pAINT FORMULA A-9-73 CONSISTING OF A MINIMUM Zhs DRY FILM ftCKNESS OF 2 MISS PER COAT. UNPAINTED AND NONGALVANIZED BOLTS SHALL; CONFORM TO AASHTO M 164 AND M 253 TYPE 3. NUTS AND Fib 616M HOW WASHERS USED WIIT-I TYPE 3 BOLTS SHALL HAVE COMPARABLE ATMOSPHERIC CORROSION RESISTANCE AND WEATHERING CHARACTERISTICS. HIGH STRENGTH BOLTS, BLACK AND GALVANIZED, SHALL BE SUBJECTED TO A ROTATIONALCAPA(1TY TEST (AASHTO M 164 SECTION 8S).AND SHALL. MEET THE lip (rem As FOLLOWING REQUIREMENTS: be,(abriest A. GO THROUGH TWO TIMES THE REQUIRED NUMBER OF TURNS FROM SNUG TIGHT CONDITION AS INDICATED IN TABLE 4 OF SECTION 6-03 -Qw rib) The WITHOUT STRIPPING TENSIIORR SHEAR FAILUUM_ ROTATION.CAPAC�TEST BE PERFORMED 1~. of bend of IN A - WSDOT . APPROVED BOLT o TENSION.," t- CALIBRATOR. i B. THE MAXIMUM RECORDED TENSION SHALL BE n, EQUAL TO OR GREATER THAN 1.15 TIMES THE MINIMUM BOLT TENSION LISTED IN TABLE 3 OF SECTION 6-033(3 3). C MMIINI MEASURED MUM BOLT TENSION SHALL NOT EXCEED THE Q-0S i 7(l) CONTINUOUS LOCK SEAM PIPE VALUE OBTAINED BY THE FOLLOWING EQUATION. (REPLACED) TaRovE -ws PD VH RE: TORQUE -MEASURED TOROUS PO PIPES FABRICATED WITH CONTINUOUS HELICAL SEAM P -MEASURED BOLT ON(POUNDS PARALLEL.TO THE RIB MAY BE USED FOR FULL CIRCLE D -NOMINAL BOLT DIAMEfUR(FEET), PIPE THE LOCK SEAM SHALL BE FORMED IN THE FLAT NUTS SHALL MEET THE FOLLOWING REQUIREMENTS: BETWEEN RIBS AND SHALL CONFORM TO SECTION 13 21 THROUGH 13 L5 OF AASHTO M 196. AASI{IO M 164 BOLTS FOR NARROW PITCH SPIRAL RIB STORM SEWER PIPE, BLACK OR GALVANIZED TYPE I OR 2 AASjrM M 291 GRADE DH THE SEAM LAP WIDTH SPECIFIED IN SECTION 131.1 SHALL AASHTO M 292 GRADE 2H BE 1/4 INCH. THE CONTINUOUS LOCK SEAM MUST BE BLACK WEATHERING TYPE 3 AASHTO M 291 GRADE DH3 QUALIFIED BY TESTS CONDUCTED BY THE AASHTO M 253 BOLTS HEADQUARTERS MATERIALS LABORATORY. ELACKTYPE I AND 2 AASIM M 291 GRRAADE 2Dit BLACK wEAjjIERING TYPE 3 AASITM 291 GRADE DH3 17(1)A BASIS FOR ACCEPTANCE(REVISED) WARS FOR AASHTO M 164 AND M 253 TYPE 1,2,AND 3 SHALL MEET THE REQUIREMENTS FOR AASHTO M 293. The basis for&C=' ce wM be a qualification test. conducted by DIRECT TENSION INDICATORS SHALL CONFORM TO THE the Hadquarten teriate LAboratory, for each manufacturer of REQUIREMENTS OF ASTM F 959 AND SHAM.BE USED WITH pek90 f helically corrugated,spiral n'b,or parr W pitch spiral rib lock EITHER AASHTO M 164 OR M 253 BOLTS. seam aluminum p Only those specific pipe sizes and Basket WHEN SPECIFIED ASTM A 354 GRADE BD BOLTS MAY BE materials appraMed der the gualifiation test w�iA be accepted. USED PROVIDED `2'HEY MEET THE REQUIREMENTS SET accordance with AASHTO TPA 9, shall be sampled and tested in FORTH NOT BEGALVANIZED.ON 9 OF AASHTO M 253- THESE BOLTS NUTS FOR THE ASTM A 354 BOLTS SHALL CONFORM TO AASHTO M 291 GRADE DH AND WASHERS SHALL CONFORM TO AASHTO M 293. ^c 18 SAFETY BARS FOR CULVERT PIPE(NEB BOLTS, SHALL ESTAMPEWITH THE TENSION INDICATORS STEEL PIPE USED AS SAFETY BARS AND STEEL PIPE IDENTIFICATION MARK AND THE APPROPRIATE GRADE RK USED AS SOC)MTS SHALL CONFORM TO THE BEFORE INSTALLING ANY BOLT, NUT WASHER, OR y REQUIREMENTS OF ASIM A 53 FOR STEEL PIPE STEEL DIRECT TENSION INDICATOR, THE CONTRACTOR SHALL TUBING USED AS SAFETY BARS SHALL CONFORM TO ASTM SUBMIT TO,AND OBTAIN THE ENGINEER'S APPROVAL OF, A 5W FOR STEEL TUBING. STEEL PLATE SHALL CONFORM THE APPROPRIATE SAMPLES AND MILL TEST TO AASHTO M 183. ALL PARTS SHALL BE GALVANIZED SagRimerital Specifications (Rev. aee-3— _DIVISION 9 SuFplemental S;Pcitications CITY OF RENTON CERTIFICATES FOR EACH LOT USED. BOLTS OF 9-08 PAINTS DIFFERENT DIAMETER AND OR LENGTH SHALL BE CONSIDERED SEPARATE LOTS. Q-06-5(4) ANCHOR BOL 9-08 7 FIELD SAMPLES ALL ANCHOR BOLTS WASHERS AND ANCHOR BECAUSE OF THE VOLATILITY OF THE SOLVENTS USED PLATES FOR SIGNAL PO�.ESET LIGHT POLES,STRAIN VI IN THE PAINT,THE UPPER LIMIT ON SCOSITY SHALL BE POLES OR OTHER TYPES OF POLES SHALL M THE WAVED ON ALL PAINT SAMPLES TAKEN IN THE FIELD- RECOMMENDED SPECIFICATIONS OF THE POLE MANUFACTURER THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING TO THE ENGINEER ANY AND TEST RREESUDLTTS, Mn i�T FICAT'IIONNCAArro°Og1-1ER�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 o 09 7 GRADE REOLTREMENTS(REPI3ACED) AND STRAIN POLES PROVIDED THAT THE COW Pa R 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 SIGNppS�, MILE FOR THE POLE TO BE INSTALLED THEREON. PO [S, 9AWED FENCE POSTS AND MAIL, STS, 1. THE STANDARD ANCHOR BOLT FOR ALUMINIUM WESTERN CEDAR IS CHANGED TO READ WESTERN END STREET LIGHT POLES SHALL BE 42 INCHES IN CEDAR. THE VARIOUS WORKING STRESS FIGURS LENGTH AND SHALL MEET THE REQUIREMENTS OF REQUIRED FOR WESTERN RED CEDAR IN THE FIVE ASTM A 36 OR ASTM 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 'L' 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'XS' AS DESIGNATED ON THE APPROVED 8'X1(- 1100 70 425 925 1,000,000 SUPPLEMENTALPLANS LANS OR P SPECIFICATIONS 6-X10'8'X12- 1050 70 425 87S 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 MANUFACTURERS SPECIFICATIONS AND SHALL SPECIAL PROVISIONS ALL TIMBER AND LUMBER SHALL BE BE HOT DIPPED GALVANIZED UNLESS SUCH GRADED AS SHOWN iN THETABULATED WORKING STRESS GALVANIZATION IS NOT PERMITTED FOR THE TYPE OF CHART EXCEPT AS FOLLOWS STEEL AS PER SECTION 94W4). THE GRADE REQUIREMENTS FOR SIGN POSTS,MIKE POSTS SAWED FENCE POSTS, AND MAILBOX POSTS ARE SUPPL'F.MENTED 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 EXPANDED TO ALLOW NO.2 9-07.2 DEFORMED STEEL BARS(REVISED) OR BETTER Deformed steel bars for concrete reinforcement shall conform to the 2-09 3(2)C PENETRATION AND RETENTION requirements of AASHTO M 31,Deformed and Plain Billet Steel Bars REVISED) for Concrete Reinforcement Grade 60 �t�e-weied-ie-iiN-glans. OR ASTM A-706 LOW-ALLAY STEM.,DEFORMED BARS FOR CONCRETE REINFORCEMENT. However, in computing the Retention ultimate unit tensile stress from test data,the area may W corrected per Cu.Ft. Process Penetration for weight per linear foot of the bar within the weight tolerances listed. materimfo wood in Inches No such correction for weight shall W used in calculating�the��tteld Struck unber for Gen.Bridge stress;the nominal area of the bar,as n in Table 1 of AASHT"O M Coast.,5 inches or less in 31,OR ASTM A-706,shall be used in this computation. Thickness 10 lb.min. Empty Cell 3/8 min. Deformed steel ban:are referred to in the plans and specifications Struct.Timber for Gen.Bridge by number. for example,#3,#4,#5,etc. Const.,More than 5 inches in - Thickness 10 lb.min. Empty Cell 1/2 train. Sttvct.Timber in Salt or Fresh sI-073 EPDXY-COATED STEEL REINFORCING Water,5 inches or less in BARS REVISED) Thicknes 141b.thin Full Cell 3/8 min. -Thie,b i4 ih than i'+oS 648-112,minim. STRUCT.TIMBER IN SALT OR FRESH la THE LIST dif SIEEi REINF RCING BARS WATER,MORE THAN 5 INCHES IN ACCEPTABLE FOR EPDXY COATING SHALL THICKNESS 14 LB.MIN. FULL( 1 1/2 MIN. INCLUDE AM M A-706. Timber Piling,General 10 lb.twin. 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. i;REVISEDj Pfe6+#"&iffgPRESTRESSED reinforcement shall be mill bright high-tensile-strength seven wire LOW-RELAXATION strand conforming to the requirements of AASHTO M 203,Grade 270. All F-6 Shau be 41 Sug2lemental S ecifications ev. aQe I°IY OF RENTON Supplemental Specifications DMSTON 9 9-13 RIPRAP AND SLOPE PROTECTION 9 212 LANE MARKERS TYPE 2(REPLACED) THE MARKERS SHALL BE OF A PERMANENT TYPE INTENDED TO PROVIDE REFLECTIVITY FOR AT LEAST 3; 9 13 5(2) POURED PORTLAND CEMENT°, YEARS UNDER NORMAL INTERSTATE TRAFFIC CONCRETE S1 )PR PROTECTION (REVISED)_ REFLECTIVE. 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. Wire mesh reinforceatent shall conform to Sset+e,-0.4;r4.SECTION n 2, 2nr vuveTrAi pROPERTIE. (REPJCEDI 9.07.7. UMATICALLY PLACED PORn AND T� EIS' BE NOT LESWIDTH,THAN 4.0 INCHES �1a S(31 PNE NOR MORE THAN 5.0 INCHES IN WIDTH,AND NOT MORE . CEMENT CONCRETE SLOPE PROTECTION THAN 1.0 INCH IN HEIGHT. THE OUTER SURFACE OF THE MARKER HOUSING SHALL (REVISED) BE SMOOTH EXCEPT FOR PURPOSES OF IDENTIFICATION. THE BASE OF THE MARKERS SHALL BE SUBSTANTIALLY Reinforcement: Wire mesh reinforcement shall conform to the FREE FROM GLOSS OR SUBSTANCES THAT MAY REDUCE provisions of Section 0 0;4 9-07.7. ITS BOND TO ADHESIVE. 9-21.3 v ATcEn vey>~AdENT MARKERS TYPE 3 9.20 PLASTIC TRAFFIC BUTTONS NEM RAISED PAVEMENT MARKERS TYPE 3 SHALL MEET THE FOLLOWING REQUIREMENTS- 2-2 11 TYPE A AND B (REVISED) ntrwcrttESWANCE 1StNCH4JMA+TM TITANIUM DIOXIDE Z%% y NTENT woM N��ONLY) REM Plastic traffic buttons Type A and B shall meet the following R � requirements: TPANSVERSE E a CONVk74TY: 1/16IIiC}I MAX Impact Resistance 15 inch-lbs.,min. LONGITUDML _ 1/av4CH tAX, Titanium Dioidde 21%�Y wt ,min. Resin content 2046(oyz),min. DIMENSIONS FOR RAISED PAVEMENT'MARKERS TYPE 3 Reflectance 80%min. SHALL CONFORM TO THE FOLLOWING: Flexural Strength 1,5W Tbs.min. LENM WtDTH DEFM Concavity of base 1/4 inch,max. RPM TYPE 3-e 61 le l 3%4' COpVC�ty base 1/4 1tICh,max RPM TYPE Ice' WrightOA: 4 maX RPMTYPE3-jr it i' 3�4• eigh RPM TYPE112' lYpe B 9.0 Jos, m SHOULDER DEFTH SHALL BE 1 4".THE ENDS SHALL BE Dimensions As shown on Standard DETAIL.` BEVELED FROM THE TOP OF THE SHOULDER EDGE AT A Rdlecsaaoe will be measured with a pbotovolt Retleeatnce Meter or SLOPE E 1A ` its equivalart by comparing to a 78 percent standard REFLECTANCE��-BE MEASURED WITH A PHOTOVOLT Flexural Strength will be measurrA by placing the button base down REFLECTANCE METER' OR Its EQUIVALENT BY COMPARING')O A 78 PERCENT STANDARD. on two 3/4 inch round supports on 5 inch centers and loading vertically at the center of the curved surface by means of a flat plate. 9-2J.2(j) TYPE C(ADDITION) 9-22 MONUMENT CASES PLASTIC TRAFFIC BUTTON TYPE DIVERTERS SHALL BE RECTANGULAR OR ESIIPTICAILY SHAPED AND SHALL- 221 MONUMENT CASES COVERS AND RISERS CONFORM TO THE DIMENSIONS GIVEN IN THE STANDARD D PRIOR TO INSTALLATION THE CONTRACTOR SHALL CREVISEDI SUBMIT TO MANUFACTURER�SPECIFIICCATIO S, FABRICATIR FOR ON Th45c AND/OR ANY OTHER DATA AS REQUIRED TO DETERMINE THE ACCEPTABILITY OF THE SPECIFIC DIVERTER t;�A,CA NGS FOR MONUMENT ES COVERS AND PROPOSED FOR USE. RISERS SHALL BE GRAY IRON CASTINGS�ONFORMWG TO THE REQUIREMENTS OF AASHTO M 105 CLASS 30. The cover and seat shall be machined so as to have per?ect contact around the entire circumference and full width of bearing surface. 9-21 hANF MAR449R9RAISED PAVEMENT MARKERS (RPM) 9 211 LANFRAISED PAVEMENT MARKERS TYPE I(REVISED) bans—*,Markers Type 1 shall be plastic markers composed of thermosetting resins,pigments and inert ingredients,and be of uniform composition. Plastic markers shall not contain glass. SRRRIemental S eciflestlons (Key. aQe DIVISION 9 Supplemental Snecifications CITY OF RENTON 9=23 CONCRETE CURING MATERIALS BASKETS AND 12 GAGE FOR PVC COATED BASKETS. SELVEDGE WIRE SHALL NOT BE THINNER THAN 10 GAGE AND ADMIXTURES AND LACING AND TIE WIRE SHALL NOT BE THINNER THAN 13 GAGE. DIAPHRAGMS SHALL BE MADE OFTHE SAME MESH AND GAGE AND SHALT.BE COATED THE SAME AS THE BODY OF 9-23.6 FAIR—ENT RA '&AND-OffE THE BASKET. ADMIXTURES FOR CONCRETE(REPLACED) 9-V= MES&OPENINGECLIP FASTENER ADMIXTURES FOR USE IN CONCRETE SHALL MEET THE (EEPLACEM FOLLOWING SPECIFICATIONS ADMnctvu Speav;*CATON CLIP FASTENERS MAY BE ANY TYPE THAT PROVIDE A POSITIVE TACK AND WHEN INSTALLED SHALL BE AIR ENTRAINM AAsxro M ta4 ASTM C NO STRONGER THAN THE MESH TO WHICH' THEY ARE WATER RIDucu4a AASHM M t94TTEA ASTM C4%TYPEA ATTACHED. Ser RE ARDING AASHTO M 194 TYPE a ASTM C 494 TYPES CUP FASTENERS MAY BE EITHER GALVANTZ.BD OR WATER REDMM/ AASHTO M 194 TYPE D ASIM C 4N TYPED STAINLESS STEEL FOR GALVANIZED BASKLUS AND SHALL SLUR W SLU R wNGe4o wwT3t AASHTO M 194 THE F ASTM c 4o4 7YP8 F BE STAINLESS STEEL FOR PVC COATED BASKETS RIMUCINOANDo ANDa GALVANIZING ON THE SIM CLIPS SHALL BE IN IN ADDITION TO THE ABOVE SPECIFICATIONS, ACCORDANCE WITH ASLM A 641 WrIH A CLASS 3 COATING. ADMIXTURES PROPOSED FOR USE SHALL CONTAIN LESS THAN ONE PERCENT Cl-BY WEIGHT OF ADMI)MIRE. [ T *Tc�TD T TrrrQNSTONE ACCEPTANCE OF ADMIXTURES WILL BE BASED ON 9-273( 1 �t FAA- �,A'~6-�QL•sz�n.�z�: MANUFACTURER'S CERTIFICATE OF COMPLIANCE. IF (REPLACED) REQUIRED BY THE ENGINEER, ADMIXTURES SHALL BE SAMPLED AND TESTED BEFORE THEY ARE USED. STONE FOR FILING GABIONS SHALL HAVE A DEGRADATION FACTOR OF AT LEAn 30. THE STONE SHALL BE DENSE ENOUGH TO PASS THE UNIT WEIGHT 9-23.7 AIR-ENTRAINING AND CHEMICAL' TEST' DESCRIBED IN SECTION &093(6)�gg STONE SHALL ADMIXTURES FOR PRECAST PRESTRESSED M=THE FOLLOWING REQUIREMENT5FOR GRADATION: CONCRETE(REVISED) PASSING 9-SQUARE SIEVE 100% PASSING 6•SQUARE SIEVE 75-90% "'t PASSING 41 SQUARE SIEVE 0-10% Air-entraining admixture shall meet the re utrementa of AASHTO FRACTURE 75% NI ALL PERCENTAGES ARE BY WEIGHT, f� ar CCEPT CE BE ON THE BASIS OF A Iv"& ACTURER'S CERTIFICATION OF COMPLIANCE. � 4 MESH OPENINGS(NEWT If required by the Engineer, the air-entraining admixture&hall be 9- 3( ) Samppled and tested by the Materials Laboratory before use - Chemial admixtura shall conform to the requirements of OPENINGS OF THE MESH SHALL BE APPROXIMATELY 4 AASHTO M 194,Type A,A D,or F. Approval of specific admixture INCHES IN THE LONGEST DIMENSION. produce shall be required as a part of the annual approval of prestressed fabricators. Chloride ion content of chemical admixtures slua►I noc exceed one per cenc by�reight ,: 9-273(5) NONRAVELING CONSTRUCTION(NEV1� sl>.eiCxaoie++.A ANCE WILL. BE O THE BASIS OF A THE -WIRE MESH SHALL BE FABRICATED TO BE hIANUFACIURER'S CERTIFICATION OF COMPLIANCE NONRAVELING. THIS IS DEFINED AS THE ABILITY TO If required by the griper. the admixture shall be sampled and RESIST PULLING APART AT ANY OF THE CONNECTIONS tested by the Materials Laboratory before use. FORMING THE MESH WHEN A SINGLE STRAND IN A SECTION OF MESH IS CUT. 2-23.9 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 1.5 PERCENT. 9-27 CRIBBING 2-27.3 GABION CRIBBING (REPLACED) 9-27.3(1) WIRE(,REPLACED WIRE USED IN THE CONSTRUCTION OF THE GABION BASKETS MAY EITHER BE CARBON OR COLD DRAWN STEEL CARBON STEEL WIRE SHAM MEET THE REQUIREMENTS OF ASTM A 510. GRADE NUMBERS 1010 OR 1015.COLD DRAWN STEEL WIRE FABRIC SHALL MEET THE REQUIREMENTS OF AASHTO M 55. r WIRE SHALL BE GALVANIZED IN ACCORDANCE WITH ASTM A 141 WITH A CLASS 3 COATING AND MEDIUM f TEMPER. WIRE USED IN THE BODY OF THE MESH SHALL NOT BE THINNER THAN 11 GAGE FOR GALVANIZED Su lementai S ecifications ev. ape CM OF RENTON Supplemental+Specifications DMSTON 9 A 12 inch length of each size conduit cut from th•EACH end of a 9-28 SIGNING MATERIALS AND standard length of conduit shall be submitted to the Materials FABRICATION Laboratory for test prior to use. Grounding cad bushings,shaU be galvanized malleable iron withi copper,tinned copper,of awnless steel IUFL Every kaggtth of rigid metal oondwt shall bear the label of Underwnters LAboratones,Inc.or the label of the Canadian Standards 9-28 A ENCLOSED LENS REF Fr''i'U SiIEFTiNG Association if affected items of Canadian manufacture are approved EVISED) for use on the project. Installation shall conform to appropriate articles of the Coda THE CONDUIT P.V.G-NON-METALLIC SHALL CONFORM The reflective sheeting shall have the following minimum coefficient TO ARTICLE 347 OF THE CODE AND ASTSM STANDARDS. of retronection values at 0.2 degrse,and OS de observation angle THE CONDUIT SHALL BE OF THE TWO TYPES INDICATED expressed as average candelas per toot-tandk per square foot of BELOW: material. Measurements shall be conducted in accordance wdth ASTM 1. SCHEDULE go EXTRA HEAVY WALL P.V.C. shall E 810. CONFORMING TO ASTM, STANDARDS,TO BE USED IN ALL INSTALLATIONS UNDER ROADWAYS. Silve t�White Premium White Yellow I SCHEDULE 40 HEAVY WALL P-V-C CONFORMING TO;F ASTM STANDARDS. oes.wrM 02 OS 2e 0.2 OS ` 2.0 0.2 OS 2- >4 70 30 49 140D50.0 Z7 SMO 25.0 43 9-292 RTNCTION BOXES(REVISED) 30 30.0 15A &4 60A 280 2A 22.0 110 &9 Red Elm Green obs Arsg 0 2 os 0.2' 0s 3A" 0.2' OS ;iA� JUNCTION BOXES SHALL BE JUUNC REINFORCED CONCRETE WIM GALVANIZED STEEL FROM ANCHORED IN PLACE Ent. 14S 9S 03 y 4 , Z 0.1< 9 `43 *a AND GALVANIZED STEEL COVER PLATE (DIAMOND 30 6A 3A 03 ,. L7 0$ —U 2Z 044 PATTERN?AS INDICATED.ON DETAII,SHEETS. THE IN PTLONS ON THE COVERS OF THE JUNCTION ' BOXES SHALL BE AS FOLLOWS: Oran re SIGNAL ONLY•'SIGNALS' • • • *. "v ? ;. 2. STREET LIGHTING ONLY:'LIGHTING' Obs.Ang. 02 OS 2d Q2 OS Y I TRAFFIC SIGNAL AND STREET LIGHTING Ent-An& FAC UME&"TS-LT' ' 4% 25.0 13S Af 1A 03; ..OA3 ,: THE ABOVE INSCRIPTIONS SHALL NOT BE HIGHER THAN 30 7.0 4.0 " 03 0.2 0= THETOP SURFACE OFTHE COVER PLATES. Junction boxes installed in concrete structures shall be of can galvanized ferrous, NEMA 3 and 5,construction. A 3/8-inch drain 9- 1 ,) ALUMINUM STRUG'LMO(REVISED) shall be installed in,each metalhe junction box. �..: ;.i • ta.tf-.IZ't.. �r:^+{ai, F d}$Z r* La Welding of aluminum shall be made in acoordantx with Section"J 9-293 CONDUCTORS-GABLE(R SED 1-5of the Standard SpecifiaMm for Structural Suuppppoorts for Highway y Signs,Luminaires ano Traffic Signals',AASHTO}p7S 1985. 1 All sm a eketruat eondnctors: shall be approved stranded Aluminum materials shall conform to ASIM 8 209 wades as' ( ) r�oonforming to the.appltpbIC port�ors of ASTM B 3 follows: the Filler Alloy shall be 4043,5356,or 55%for Welding a Bate i' ani&B& motion shall be 600 volt lass Except as allowed Metals 6061 or 6063 to 6061, 6063 356, or A356, Filler Alloy for is Item(3),chemically aoss-linked po�yethykne or EPR type Welding Base Mead 5086 shall be 53�6 oa<SS56.. USE insulation of Code thickness shall be used for all single conductors in trndergrouad eleetrial ems Gas FOR THE 9-29 ILLUMINATION,SIGNALS, PURPOSE of THIS F.CIFICATIAS THE NEUTRAL CONDUCTOR IS DEFINED AS A CURRENT ELECTRICAL CARRYING CONDUCTOR WITH ZERO POTENTIAL FOR THE PURPOSE OF THIS SPECIFICATION EQUIPMENT GROUNDING CONDUCTOR IS DEFINED AS THE CONDUCTOR USED TO CONNECT THE 9-291 CONDUTf(REVISED) EQUIPMENT RA RACEWAYS METAL PARTS OF EQUIPMENT RACEWAYS AND OTHER ENCLOSURES TO THE SYSTEM GROUNDED CONDUCTOR AND/OR d metal conduit shall conform to Article 346 of the Code. THE GROUNDING ELECTRODE CONDUCTOR AT THE SERVICE EQUIPMENT OR AT THE SOURCE OF A Exterior and interior surfaces of all SEPARATELY DERIVED SYSTEM. EQUIPMENT steel conduit,except threaded ends,shall be uniformly and adequately oiyf JUMPERSiGROUNDING SHALL BE CONDUCTORS OR SOLID AM BONDING zinc coated by a hot-4,p galvanizing process. The age zinc coating shall be not less than 0 8Qounce of zinc per square toot 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 of conduit of each size. The weight GROUNDING CONDUCTORS MAY BE BARE OR of zinc coating on a»y individual test gpepfc less INSULATED,shall be not l INSULATED, STRANDED OR SOLID. WHEN than 0.70 ounce of zuu 'weight Of square foot of single surface area. The INSULATION IS SPECIFIED rT SHALL BE TYPE XHHW'weight of zinc coating will be determined in accordance with AASHM 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(latest 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 di in the PREECE test in accordance COPPER with ASIM A 239. The threaded ends of all conduits shall be either (8) Detector loop wire shall be }+Ter-1:4 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-kiFw insulation of code thickness. painted with gatvanized repair paint,Formula A-9-73. THE 3/-C SHIELDID38 _PRE-EMPIION DETECTOR CABLE Couplings for ngid metal type. conduits may be het�iggeA L-RUN MFROM THE LE ODEIECTOR EQUIVALENT. Hfse-wet „ CONTROLLER CABINET AND NO SPLICES WILL BE ei e t•st ,Wa-r +--0wm ETTHER H -DIPPED OR ALLOWED. ELECTROPLATED GALVANIZED AND IN ADDITION, SHALL THE SHIELDED COMMUNICATIONS/SIGNAL OF GALVANIZED REPAIR INTERCONNECT CABLE SHALL MEET THE FOLLOWING: BE PAINTED WITH ONE COAT PAINT FORMULA A-9-73. THE PAINT SHALL HAVE A 1. CONDUCTORS: SOLID, SOFT DRAWN, ANNEALED MINI MUM SWLrr FILM HAH,COVER T�HE LORE COUPLITHE PAINTED COPPER,SIZE 19 AWG. COASSupolemental SMifications (Rev. ace t.�n�r� yn y �unoiementat�peciticauons �,.s_i yr ..c�..v . t 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 pptismatiaLl formed botosilicate glass. The refractor or flat lens shall ARE TWISTED INTO PAIRS WITH VARYING LAYS be mounted in a door frame assembly which shall be hinged to the ORLENGTHSy TO MINIMIZE CROSS TALK AND luminaim and secured in the hosed tan to the Iuminaire by means EET STRICT CAPACITANCE LIMITS. of an automatic type latch. The actor or flat lens and door frame 4. SHIELDING: A CORROSION/OXIDATION RESISTANT assembly, when dosed, shall exert prawre a�unst a gasket WAL " TINTED ETHYLENE COPOLYMER COATED Gaskets shut be composed of material capab th THE SIDES).00t1'MUCK CORRUGATED ALUMINUM'TAPE temw�rraatura involved and shall be securely p SHIELD IS APPLIED LONGITUDINALLY WITH FILTER SHALL BE CHARCOAL WITH amr-oMER GASKET!. SHIELDING COVERAGE. Ap�A,05 CORRUGATED TAPE LUMINAIRES SHALL HAVE A CAST ALUMINUM HOUSING APPY I IN THE SAME MANNER IS GLASS OVATE 5 ND A MOLECULAR WEIGHT VIRGIN POLE OCLEAR FLAT GLASS ED LIM SEEM FOR FORA F THE COBRA HEAD STYLE WITE TIAL S ROADWAY �'i 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 INSTALLATION) IS EXTRUDED OVERALL CLEARLY MARKED ON EACH LUMINAIRE. TO PROVIDE A CONTINUOUS COVERING. 6. FOOTAGE R�� Y A � O� 9.2911(2) PHOTOELECTRIC CONTROLS ALONG THE OUTER JACKET (HEVISED) 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 :ball canstst of a light sensitive element JACKET AND THE SHIED. connected to necessary conttoi retayt EACH WIRE SHALL BE NUMBERED AT EACH'TERMINAL END WITH A WRAPAROUND TYPE NUMBERING STRIP BEARING THE CIRCUIT NUMBER SHOWN ON THE PLANS. " ' • NO SPLICING OF ANY TRAFFIC SIGNAL CONDUCTOR aaediw� SHALL BE PERMITTED UNLESS OTHERWISE INDICATED ON The unit shall be so dal that a failare of.any electronic THE PLANS. ALL CONDUCTOR RUNS SHALL BE PULLED TO "'>•' component will the ' circuit. T1HE APPROPRIATE SIGNAL TERMINAL COMPARTMENT BOARD WITH PRESSURE TYPE BINDING POSTS. THE ONLY �( EXCEPTIONS SHALL BE THE SPLICES FOR DETECTOR LOOPS AT THE NEAREST JUNCTION BOX TO THE LOOPS. THE CONTRACTOR SHALL PROVIDE AND INSTALL ALL THE NECESSARY WIRING FUSES AND FTTIINGS SO AS TO COMPLETE THE INSTALLATION OF THE SIGNAL AND ' Tki lee, LIGHTING EQUIPMENT AS SHOWN ON THE PLANS. ALL. MATERIALS AND INSTALLATION METHODS, EXCEPT AS • NOTED • OTHERWISE HEREIN. SHALL' COMPLY WITH APPLICABLE SECIlONS OF THE NATIONAL ELECTRICAL' CODE wa _.._.. F 9.•29.6( foLTNDATION HARDWARE QM - PHOTOELECTRIC CONTROLS SHALL � PWCrIN DEVICES, RATED TO OPERATE ON IM VOLTS,60 HZ THE ANCHOR BOLTS AND WASHERS SHALL MEET THE .,_._ PHOTO-CELL SHALL BE A SOLID STATE DEVICE WITH STABLE TURN-ON VALUES IN THE TEMPERATURE RANGE- REQUIREMENTS OF SECTION 9-065(4)• 55 DEGREES C TO +70 DEGREES C. THE PHOTIOL'FI L SHALL. BE MOUNTED EXTERNALLY ON TOP OF THE 9•29.7 LUMINAIRE FUSING AND ELECTRICAL THg Hp OT�0-®L,TO CONTROL IRE SYSYSTEMf SHALL OLIM BE �:'ONNECTIONS AT LIGHT STANDARD BASES MOUNTED ON THE L.UMINAIRE NEAREST TO THE SERVICE/CONTACTOR E� SHALL LREVI E CAPABLEO �G INCANDESCENT LOAD'ON'AS MIN. . Luminaire Service Voltage _ 1 Size 44>� 240V 9-29.13 TRAFFIC SIGNAL CONTROLLERS 750W SAWA 10A 20A MW LREPLACED) 4400OOW SAIGGA 100AA 1155A THE UNIT SHALL OPERATE ON IM VOLT, 60 CYO, 31OW SAMA SA10A IaA SINGLE PHASE ALTERNATING CURRENT AND SHALL USE . 250W SA10A SAMA 10A THE POWER LINE FREQUENCY AS A TIME BASE. THE 20OW 4A10A SA10A 10A TRAFFIC SIGNAL CONTROLLER SHALL MEET THE 175W 4AMA SA10A IQA REQUIREMENTS OF THE NATIONAL ELECTRICAL 150W 2AWA 4A10A SA10A MANUFACTURERS ASSOCIATION (NEMA) STANDARD 100W 2410A 2410A 4A10A PUBLICATIONS. 7OW 2AMA 2AIOA 2 ICIA COMPONENTS SUCH AS RESISTORS, CAPACIPORS, SOW 241CIA 2410A 2AWA DIODES AND TRANSISTORS SHALT. BE INDIVIDUALLY REPLACEABLE UTILIZING APPROVED STANDARD 5. Fuses shall be UL Listed. SOLDERING TECHNIQUES. INTERGRATED CIRCUITS SHALL BE MOUNTED IN SOCKM AND SHALL BE EASILY REPLACEABLE WITHOUT SOLDERING. ALL COMPONENTS 9-29.9 BALLAST.TRANSFORMERS (ADDITIONI SHALL BE STANDARD'OFF THE SHELF•ITEMS. THE TRAFFIC SIGNAL CONTROLLER SHALL BE CAPABLE THE BALLAST SHAH. BE PRE-WIRED TO THE LAMP OF DZTERFACING WITH THE MULTISONIC REAL TIME, MASTER COMPUTER. THE CONTROLLER SHALL BE SOCKET AND TERMINAL BOARD. CAPABLE OF BOTH ON-LINE OPERATION (CONTROL BY THE MULTISONIC MASTER COMPUTER) AND STANDBY OPERATION. THE CONTROLLER SHALL ESTABLISH THE 2-29.20 LUMINAIRES(REVISED) SEQUENCE OF SIGNAL PHASES, INCLUDING OVERLAPS, IN CONFORMANCE WrM 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. Vertical mounted luminaires shall be appropriately sized for MODE OR IN A FULLY-ACTUATED MODE WITH VOLUME SuRglemental S cifications (Rev. aQe CITY OF RENTON Sunplement.al SMifications DIVISION 9 a HE DENSITY ON EACH PHASE AS REQUIRED. ALL CLEARANCE DELIVERYOF 'I SCHEMATICS AND UALS FOR ALL ENVELOPE SHALT-HAVE FOUR COMPLETE M1 TIMING AND PEDESTRIAN TIMING SHALL BE ��OI�AND SUB-ASSEMBLIES• ACCOMPLISHED AT THE LOCAL INTERsEchON• ' 9 29.13(�l FL:�S G OPERATIONS(REI p1 RADIO INTERFERENCE St=ESSORS (A DMONI 2 Police Panel Switch. When the flash-automatic switch located behind the police ppaannel door is turner! to the flash positiom, A COTtNELL.DUBILER RADIO INTERFERENCE FILTER NF;. thesign shall =d'sate revert to flash, however, the 10801-1 30 AMPS OR EQUIVALENT SHALL BE USED TO: epntrd Shall*STOP TIME.' Whey the switch is placed on FILTER THE A.C. POWER ADDITIONALLY ALL POWER signsis shall utomate,the continue to flash for an additional SUPPLIES SHALL HAVE NOISE IMMUNITY k5M OTHER. ; a second bash periods At th ae completion of the continued 8 DEVICES WITHIN THE CABINL second flash period,unless otherwise speed,the controller c. shall immediately resume normal cyclic operations at the � ��� rue,FFTt^-e1eTED CONTROLLERS beginning of artery glasnYELLO 4. Power Interruption. Oa 'NEMA' controllers any power interruption longer than 47Splus or minus 25 mefhseconds, sig►als shall re-energize consistent with No.2 above to ensure an 8 second flash period prior to the start of artery green. A Traffic-actuated controllers shall be electronic devices which,when int ion of less than 475 plus or minus 25 connected to traffic detectors or other means of acttrattom, or bosh, polrPl system at one or more" milliseconds shall not cause resequencietg elf the controller and shall operate the ekctrial traffic signal syu the signal displays shall re-energae without changes 7o intersections. All solid-state electronic traffiNactuated methods. and their supplemental devices shall employ digital timing methods itted in IF flurriplieTNovi" he taffie signal control equepment,unless otherwise Perm eeatlieting signals or the e�oeetract, must specittia➢y ooafonn to scrums NEMA 5. Conflict Monitor sung u unsatisfaa operation vvooltaga, the conflict monitor shalt fca immediately ause the signal to revert to flash; however,the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the- controllera shall t the Actuated traffic signet controllers shall be Phase immediately take command of the signal.displays control units. Volume-deasity timing features shall be provided on all beginnin of art YELLOW. �.; controllers ; ' 6. FLASK�e= BE A TWO QRGUIP'TY - CAPABLE OF SWITCfIING LOADS UP TO 1000 WA PER CIRCUIT ALTERNATELY AT A RATE OF 60 lid miles 16 FLASlTES PER MINUTE PER CIRCUIT, PLUS OR MLNUS TWO HASHES PER MIMTTE. 9-2913(3) RG Ct PRE-RMIMON µ MeIked of immediately after a valid call ba been received,� controls shad( cause the signals ervals. P Wr`d n shahfor intervals and subsequent pre- n u ent shall be sequence as noted in the cattracetact. Pre-emption equipment installed so that internal whin g of the ousts r,as nortma as}esr EitniRgia, by the manufactuter,is not alt -.Shleig RA ered p-ow ALL TIM NG FUNCTIONS AND INPUT AND OUTPUT FEATURES FOR FULLY-ACTUATED, VOLUME-DENSITY OPERATION SHALL BE PROVIDED IN ACCORDANCE WITH NEMA STANDARDS THE CONTROLLER SHALL PROVIDE FOR SETTING EACH TIMING INTERVAL BY MEANS OF POSITIVELY CALIBRATED F.MERGEN VEHICLE PtEMPTT N SHALL BE SETTINGS. THE TIMING FUNCTIONS SHALL BE ON THE FURNISHED EITHER AS SEPARATE UNITS OR AS MODULES FRONT OF THE CONTROLLERUNIT OR SHALL HAVE THAT PLUG DIRECTLY INTO A RACK WIRED TO ACCEPT 3- KEYBOARD ENTRY AND LIQUID CRYSTAL DISPLAY. FOR M DISCRIMINATOR TYPE UNITS THE PRUEMPTION THE STANDBY OPERATION, THE TRAFFIC SIGNAL SYSTEM OPERATION SHALL BE COMPATIBLE WITH THE 3M CONTROLLER SHALL INCLUDE ALL CIRCUITRY REQUIRED COMPANY 'OPTICOM' SYSTEM WHICH -THE CITY OF TO PROVIDE ALL TIMING AND ALL FUNCTIONS FOR RENTON IS CURRENTLY USING AND SHALL BE CAPABLE SIGNAL OPERATION IN A FULLY-ACTUATED MODE. OF BEING ACTIVATED BY THE SAME TRANSMITTERS' STANDBY OPERATION SHALL AUTOMATICALLY OCCUR WHEN A PRE-EMPIiON DETECTOR DEIE RTSS AND ALL ORAL MMAASI.ER COMPUTER,OR�SPECIFIED BY EMERGENCY VEHI�, THE PHASE SELAILURE OF ECTO OR ,THE MASTER THE STANDBY OPERATION SHALL FOLLOW HOLD THE CONTROLLER IN THE REQUIRED PHASE AND BE COINCIDENTAL IN PHASE TO THAT PHASE BEING ADVANCE DIRECTLY TO THAT PHASE AFTER OBSERVING DISPLAYED AT THE START OF STANDBY OPERATION. ALL VEHICLE CLEARANCES. THE PHASE SELECTOR SHALL COMPUTER FROM THOLD THE HE DETECTOR NO TAN ER DETECTS THE GENCYL R SF p STARTINYEI.IAW VEHICLE SUPERVISION SHALL NOT WHEN THE PHASE SELECTOR IS RESPONDING TO ONE ,, RONMENTAI PERFORMANCE DETECTOR, IT SHALL NOT RESPOND TO ANY OTHER ,3e �esa ,,e DETECTOR UNTIL CALLS FROM THE FIRST DETECTOR ARE ND TEST STANDARDS FOR SOLID- SATISFIED.AL INDICATOR LIEr INDICATE� STq �ru AFFIC CONTROLLERS�ADDTTIONALI SIMULATS SHALL CONTROL S'YSIH PHASE-POWER AND THE TRAFFIC SIGNAL CONTROLLER ASSEMBLIES, SIMULATE DETECTOR CALLS FOR EACH INCLUDING THE TRAFFIC SIGNAL CONTROLLER 9-2913(41 WIRING DIAGRAMS (RFPLACEDI AUXILIARY CONTROL EQUIPMENT AND CABINET SHALL BE SHOP TESTED TO THE SATISFACTION OF THE ENGINEER TESTING AND CHECK-OUT OF ALL TIMING THE CONTROLLER CABINET SHALT- HAVE A CIRCUITS,PHASING AND SIGNAL OPERATION SHALL BE AT 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 WASHINGTON. THE SIGNAL SHOP WILL MAKE SPACE Suonlemental Snecifleations (Rev. ape DPPISION 9 Supplemental Specifications CITY OF PENTON s AVAILABLE TO THE CONTRACTOR FOR THE REQUIRED TEST DEMONSTRATIONS. THE CONTRACTOR SHALL FIELD WIRING TERMINAL ,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 72 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 15 TERMINALS AND A GROUND BAR :ENGINEER OF ALL COMPONENTS FUNCTIONING WITH A MIMMUM 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 AFORESTATED CONTROL GEAR WHEN HELD INSTALLED. INTERFACE COMMUMCATION DEVICES SHALL BE DESIGNED AS SEPARATE UNITS OR AS MODULES THAT PLUG DIRECTLY INTO THE CONTROLLER CASE. THE 19-29.13(,77)B AUXILIARY EOUTPMENT FOR COMMUNICATION DEVICES SHALL BE USED FOR ON-LINE 'TRAFFIC ACTUATED CONTROLLERS(REVISED) COMPUTER CONTROL OF THE INTERSECTION AND SHALL BE CAPABLE OF TRANSIATITING ALL DETBMR AND SIGNAL STATUS INFORMATION AND RECEIVING AND DECODING COMMAND INFORMATION FROM THE romished COMPUTER ALL IN CONFORMANCE AND WITHIN THE CAPABILITY OF THE MULTISONIC MASTER COMPUTER UNIT AND THE INTERCONNECT CABLES. pan 9-29.13(7)D CONTROLLER CABINET'S(REVISED) POWER SWITCHES Each aaftic-actuated NEMA controller shall be housed is a THERE SHALL BE A MAIN POWER SWITCH INSIDE THE weatherproof cabinet conforming to the following requiremenx CABINETTHAT SHALL RENDER ALL CONTROL EQUIPMENT 1 Construction shall SHEET steel ELECTRICALLY DEAD WHEN TURNED OFF. THERE SHALL BE A CONTROLLER POWER SWITCH THAT SHALL RENDER 2 The cabinet shall contain uxiliarrg, brackets, racks, etc, to THE CONTROLLER AND LOAD SWITCHING DEVICES support the controller and auxiliary equipment. All s and shall ELECTRICALLY DEAD WHILE MAINTAINING FLASHING bare set squarely an sterna or be mounted is Hors and etinll OPERATION FOR PURPOSES OF CHANGING CONTROLLERS be removable without turning,tilting,or rotating or rebating OR LOAD SWITCHING DEVICES one device to remove another. 3e The cabinet shall be of adequate sift to property house tie STOP TIME BYPASS SWITCH controller and all tzquuw appurtenances and auxiliary equipment In as upn t podtion with a clearance of at least# THERE SNAIL BE A SWITCH IN THE CABINET IDENTIFIED ✓aches from the vent fan and filter to allow for proper air flow. AS THE STOP TIME BYPASS SWITCH. IF THE INTERSECTION In no case starl mom than least pc Inc of the abinet volubetween s be IS PLACED ON FLASHING OPERATION EITHER BY THE used Them stall at lease a 2 inch clearance between shelf FLASH SWITCH OR THE FAIL SAFE MONTTOR, THE mounted equipment and the cabinet wall or , equipment on CONTROLLER SHALL IMMEDIATELY STOP TIME THE STOP mounted The cabinet wall. TIME BYPASS SWITCH SHALL REMOVE STOP TIME FROM 4. The cabinetet shall Lave as air intake vent with removable THE CONTROLLER AND PERMIT NORMAL CYCLING LOCATED AT TIME TOP OF THE CABINET AND THERMOSTATICALLY CONTROLLED OPERATION WHILE THE INTERSECTION REMAINS IN . FLASHING OPERATION S. The cabinet door:hair be provided wrist a. A spring loaded constnution core lock capable of DETECTOR TEST SWITCH ao epUag a Best CX series core installed.by others. Cast cabtaets shall have an approved one point positive EACH VEHICLE AND PEDESTRIAN PHASE SHALL.HAVE A latch. Formed cabinets shalt Lave a three t btch. MOMENTARY(SPRING RETU DETECTOR TEST SWITCH. b. A police panel door with a stainless steerhmge pia and WHEN DEPRESSED THE SWITCH SHALL PLACE A CALL ON a lock. TWO police keys with shafts it minimum of 1-3/4 ITS RESPECTIVE MNAL PHASE. inch long shall be provided with each cabinet. INSIDE'THE POLICE PANEL'IHERE SHALL BE A THE CONVENIENCE OUTLET AND LAMP SO 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 H THE 'OFF' SOCKET SHALL BE FURNISHED IN THE MAIN CABINET. A POSITION A SECOND SWITCH SHALL BE THE DOOR SWITCH FOR THE LAMP SHALL BE PROVIDED. THIS AUTO-FLASH FLASH POSITISWTTCON, L WHEN PLACED IN THE CIRCUIT SHALL BE PROTECTED BY A CIRCUIT BREAKER 'FLASH' POSITION, CONTROLLER , POWER RATED AT 20 AMPS. SHALL REMAIN ON AND CONTROLLER SHALL STOP TIME DEPENDENT ON SWITCH SETTING FAIL SAFE UNIT ON THE AUXILIARY PANEL DESCRIBED LATER FAIL SAFE UNIT SHALL MONITOR BOTH THE POSITIVE C. Both main door and police panel door shall have one AND NEGATIVE PORTIONS OF THE AC SINE WAVE FOR Pry,clod cell,neoprene pert` ALL GREEN, AMBER AND PEDESTRIAN WALK d. A two position door stop assembly. INDICATIONS. THE DURATION OF A DISPLAY OF 6. Paintin requirements shall be as speed in Section 8- CONFLICTING INDICATIONS SHALL NOT BE TANG ENOUGH 2D 3(12 TO BE VISIBLE TO MOTORISTS OR PEDESTRIANS BEFORE THE MONITOR INITIATES FLASHING OPERATION. THERE The input panel terminal blocks T- throe TB9 an associated SHALL BE A VISUAL INDICATION THAT THE MONITOR HAS able to the input files as described in FHWA IP-78-16,Chapters 11 and. 1 PREEMPTED NORMAL OPERATION. 12 shall be furnished. The alternate raceway specified in Chapter 18 SURGE PROTECTOR(LIGHTING ARRESTER) will not be allowed. Each door stall be furnished with a construction core lock conforming to Sa above. THE CONTROLLER SHALL HAVE AN INPUT VOLTAGE SURGE PROTECTOR THAT SHALL PROTECT THE CONTROLLER INPUT FROM ANY VOLTAGE SURGES THAT COULD DAMAGE THE CONTROLLER OR ANY OF ITS COMPONENTS. Su Iemental S cifications Lev. aee 10 DIVISION 9 I'TY F RENT N 1 men I if►eation � 9?y to VET rt 11 AR SIGNAL HEADS(ADDITTONI 9-29,16(2)E PA INT'ING SIGNAL HEADS(REVISED VEHICULAR SIGNAL HEADS SHALL HAVE 12 INCH LENS. Traffic signal heads, inducting outside of visors and back of back " SIZES UNLESS SHOWN OTHERWISE ON THE SIGNAL PLANS. plates,shall be finish with two coast of factory applied front o signal SrZEVEH UNLESS CULAR SIGNAL HEAD HOUSINGS SHALL CONSIST OF Aran yE1�W baked enamel. The inside of visors, front of back and lowers shall be finished with two coats of flat black enamel. SEPARATE SECTIONS AND BE EXPANDABLE TYPE FOR plat es, VERTICAL MOUNTING. LENS SHALL BE GLASS AND MEET •t-rr� iC,�,IE�IAL L.T.E SPECIFICATIONS FOR LIGHT OUTPUT. REFLECMRS �ci�� SHALL BE ALZAC. EACH SIGNAL HEAD SHALL HAVE A 1/4 r oc w n&(DEL DI INCH DRAIN HOLE IN ITS BASF- VEHICLE " " " SIGNAL HEADS SHALL BE CAST ALUMINUM- ALL SIGNAL HEADS SHALL INCLUDE A BACK PLATE 5 INCH SQUARE CUT BORDEIL SIGNAL HEADS INCLUDIN BE G n I�4�Y4R$Ef4T=fs' AIO FOUT.,SIDE OF WiTII TWO -G�'OATS CK F OFF C�'I'ORYSAAPPPLIED TRAFFIC SIGNAL YELLOW BAKED ENAMEL THE INSIDE OF &W3N� DS (DELETEDI THE VISORS AND FRONT OF BACK PLATES SHALL BE BU,HED WITH CK ENAMEL-TWO COATS OF FACTORY,APPI.TFD FLAT w. W WILL PROVIDE FOR A RIGIDA -s, MOUNTING HARDWARE CONNECTION BETWEEN THE SIGNAL HEAD AND MAST E D ARM. ALL MOUNTING HARDWARE WILL BE OF THE TOP- J PIANSS,, PUNLESS SSPPEC.IFim OTHERR TYPE AS WISE WN ON THE PLANS- IA PC ON OF THE SIGNAL HEADS SLU►Il-OBE LOCATED AS F ,THE U1NE5. HFA MOt LNG BRAS CLOSE AS POSSIBLE TO THE CENTER o'�917 SIGNAL SIGNAL HEADS SHALL BE MOUNTED ON THE MAST ARM H ` NC;S(RFVISEDI SUC THAT THE RED INDICATORS LIE IN THE SAME PLANE AND - -- _ - AND SUCH THAT THE BOTTOM OF THE HOUSING OF A SIGNAL,BEAD SHALL NOT BE LESS THAN 16 FEET 6 INCHES Vehicle and�destrian signal head mountings shall be as detailed in THE MAR O N�FEEr ROADWAY- �INCHES ABOVE THE GRADE IWG TALL BOLT S�L•D OTHER_ _; the Standard Plans Material requirements for signal head mounts are MISCELLANEOUS MO LL BE as follow STAINLESS STI:EI. Aluminum , fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount- QFM AJ 3. Plumbizer, tapered adjustment washers and flange ada for fittinggs�for Type M mount. The plumbizer shall be cast(prom a 67 to 69 watt traffic tenzalloy AAA#713. Ei t-inch convatttional agnsis shalt employ 4. Tube damp gh (ion 545 minimum initial and female damp assembly for Type N mount. IS, lamp rated fors n, 00,*It operation m• 1.7 16 inch light center Bronze B F.H and K mounts. lumen,66Srated initial lumen,8, m T a�tam Twelve inch I. Terminal compartments for'I'ype A, ,C, kn�h,A-21 bulb medium base,dear traffic sign p 2 CDI�forI - C9 D,and F mounts. tratfK� 1 hems require 4ga.L vott,165 watt, mu►lmum initial 3 Ell fittings type f950 rated inittal iumett deu traffic signal lamps�"itb a 3-inch for Land LE mounts P.Q,R, p00 lour min.rated life,P 25 bulb and medium 4, Messenger hanger and wise entrance fittin for Type llight�ceruter length,8, n between.the filament and S mounts base. Bulbs shaA be tnstalied with the g 5. Balance adjuster for Type Q,R.and S mounts. ends up. of the color indicated, circuilar in shape, Galvanized Steel > Tenses saq be GLASS, fed in the 1, Washers for Type A,B,C,D F,H,and K mounts with a visible dtatmter of either 8 or 12 � �s d�ward 2 Fasteners for Type A,B.E.Lei.and K mounts contract, and of such design as to give Malleable Iron distribution of li t with a minimum above the horizontal. The lenses shall mod,amber,and green,8-3/8-incft or 11.ittdt p 1. Tube damp and female clamp assembly for Type N mount. traffic signal, leases and shall conform to the speeiftcations of TTE Stainless Steel Stands "(('Standards for AdJ*ustable to Vehtde Traffic Control 1. All set screws and cotter Keys Signal Heads,19T1 edition} T:lens shall fit into a neoprene gasket 2 Bands for T N mount. in a manner to tender the interior of the lens and reflector weather and 3, Hinge pins or Type E mount. dust-tight. The leas and gasket shall be secured to the door with four 4. Bolts,nuts and washers for Type M mount. noncorrosrw lens dips 6 ,nut and washas for Type-L mount. . BBooltts,nuts,washers,and mi"CREW buckle swivels. Steelpes, I elbow and tee fittings for Type A.B,C: t 9,.""5MB SIGNAL HOUSING(REVI= 1. Center nd K moununt�' assemblies for 2. Multi-head mounting assemblies and spider Each kns shall be protected with a removable ALUMINIUM visor Type Q R,and S mounts. and S mounts of the tunntetlacthyipneg unless specified otherwise 3. Nipples for Type L,LE,P,Q,R - . tional signal heads 00ham square doors.tion to a Ai] in the ontract isors&hall have a coats housing doors Craven _hardware or et�r-mounts shall be painted witygj LOW cab lee f e rRFVISEDI factoryi.applied traffic signal FEDERAL r"fi-' 29 15(ZC 1 rn TVERED VISOR enam- Pins for messenger hanger fittings shall be a minimum of 1/2 inch in Where � in the contaM louvered tunnel visors shall be diameter. g, and K mounts shall have �and dfitu in lledthe Directional visor The louvers shal outsider shall ucted be mntnto in a 12 sccttinal oa terminal block.ents for Type A'a G have a nu of UMINIUM, and the louvers shall be constructed of anodized aluminum painted flat black Dimension( and arrangement of louvers shall be as shown in the g ?918 VEHICI-E DETECTOR(REVISED contract. Detectors shall be used D for actuating traffic-actuatcA controllers AND SySrEM ETECTION OPERA ION and shall be either 9_29.16(2)D BACK PLATES (RENT EDl magnetometer type, induction-loop type,or other types as specified in the contract. BACK plates shall be furnished All detectors eshall lectricecim+so it and ll nstructed tmake han electrical contactt and attacfied to the signal hea Back plates shall be constructed of normally opt anodized,3 S half-hard aluminum sheet,U 058��5inimuHmSQUAR whenever any motor vehicle passes over the units CUT BORDER Su Iemental.S ecifications ev 1 ate D.IVLSION 9 Supplemental Specifications CITY OF RENTON pr29.T ) TNDUCON LOOP DETECTORS TIGHT GASKETS. THE CABINET DOOR SHALL HAVE A ONE —�� TI PIECE WEATHER PROOF NEOPRENE GASKET. tREVISED) DECTOR AMPLIFIERS SHALL BE DETECTOR SYSTEMS 9-29.24(1) PAINTING(REPLACED) MODEL 810A OR EQUAL Induction loop am lifier$ Installed with NEMA controls shall THE FINISH COAT SHALL BE A FACTORY BAKED ON conform to current :M-W.rcatiotrs ENAMEL LIGHT GREY IN COLOR. THE GALVANIZED T � SURFACE SHALL BE ETCHED BEFORE THE BAKED ON or asphalt used for 66p detector sealant shall conform to ENAMEL IS APPLIED. THE INTERIOR SHALL BE GIVEN A Section io��9�1(I). OTHER SEALANT SPECIFIED 1N THE FINISH COAT OF EXTERIOR GRADE OF WHITE METAL PLANS, SPECIFICATIONS, OR DETAILS ENAMEL SHALL MEET OR EXCEED MANUFACTURER SPECIFICATIONS. 9-29.2 2) ELECTRICAL CIRCUIT BREAKERS AND 2-29.20 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- (FOR THE DOMANO (EEFFNOT WALK MODE) IN PORIIAND EQUIPMENT SHALL BE FEATURED WITHIN THE CABINET. ORANGE AND NEON C THE AS TUB-ESES ENCLOSED MODULE ODUIIVS ALL CONSR THE WALX IST MADE LUNAR 1. MAIN CIRCUIT BREAKER 2. BRANCH CIRCUIT BREAKERS POLYCARBONATE PLASTIC THE LENS MATERIAL.SHALL I UTILITY 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) FIAT BLACK IN COLOR. S. CONTACTOR RELAY FOR EACH CIRCUIT 6. DOUBLE POLE BRANCH BREAKER(S)FOR LIGHTING cc�� Pedestrian signals shall conform to ITE ��� VOLT) Standards (Standard for Adjustable Face Pedestrian Signal Heads, 7. ONE 120 OLT 20 AMP SINGLE POLE BRANCH ' 1'9'7S). BREAKER R Vffil Y PLUM I 8. TYPE S I GLE PHASE 1MIM VOLT GROUNDED can$a NEUTRAL SERVICE 9. ONE IM VOLT 40 AMP SINGLE POLE BRANCH brlb. BREAKER(SIGNAL SERVI(E% All pedestrian signals supplied to any one project shall be from the 10. COMPLETE PROVISIONS FOIL 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 SHALL BE RED WITH WHITE LETTERING. ALL 4�/3-i wch� #symbol ntessaggeesf-whse-epaeif - shall be a NAME PLATES SHALL BE ATTACKED BY S.S. minimum of 12 trtches high and 7 inches to width. SCREWS Housings shall be die-cast aluminum and shall be painted with two 12. METER BASE SECTIONS ARE UNNECESSARY eats of factory applied traffic signal green YELLOW enamel. Z crate viso ,shall 21 members at 45 degrees q_2q,25 AMPLIFIER.TRANSFORMER:AND and b s shall a mem erz The unit shall be 1-1k2 inches aau e TERMINAL CABINETS(REPLACED)Members shall be constructed of 0.030 inch thick blade pd plastic. THE POLE MOUNTED TERMINAL BOX SHALL. BE MADE 2-29.20(2) NEON GRID TYPE(REVISED) OF MOLDED FIBERGLASS, BE GREY IN COLOR, BE APPROXIMATELY 16' HIGH X 0-7/8' 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 ON9 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 PERMANENT1Y 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 ggrorounding termttaL Transformers shall provide tccessedsecondary contacts and integral pyrex glass electrode housing. 2-29.24 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 CONDUCTOR TERMINALS 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 LOCK. THE CABINET SHALL HAVE VENTILATION LOUVERS ON THE LOWER AND UPPER SIDES COMPLETE WITH SCREENS, FILTERS AND HAVE RAIN Su lemental S ecifications ev. aee 12 Su�niemental Specifications DIVISION 9 - C-M OF RENTON 1 k •, 9-30 WATER DISTRIBUTION MATERIALShreaded_sgisads General: All materials for water distribution and transmission shall FIRE HYDa SHALL B'E COREY TYPE(OPENING WrM H A 6 be new. THE PRESSURE)CONFORMING TO AWWA G INCH INLET AND A M.V.O. OF 5 INCHES TWO 2 1/2 INCH o��i 'TTLE IRON PIPE(REVISED= HOSE NOZZLES WITH NATIONAL s RD ' 1 '1) DUC THREADS PER INCH AND ONE 4 INCH PUMPER NOZZLES WITH THE NEW SEATTLE PATTERN 6 THREADS PER ROOT (1) Ductile Iron pipe shall be centrifugally cast in 1&foot nominal 60 DEGREES V. THREADS, O.D. THREAD 4.875 lengths conforming to AWWA C151 and shall have a cement- DIAMETER 4.6263 1.1[4" PENTAGON OPERATING LEFr)- NUT mortar lining conforming to AWWA C104. Ductile iron pippee OPENED BY TURNING LINTER CLAt3CWISE(LFFl�. to be joined using restrained mechanical oints shall be Standard Tlnckness Q"6 SaCLASS 52. ,qa r-duet+1-iren All nozzles shall be fitted with cast iron threaded caps with opcnting ihielimas nut of the same design and proportions as the hydrant stem nut. Caps shall be threaded to fit the corresponding nozzles and shall be fitted (2) Non-restrained'ointa shall be rubber gasket,push-on type,or with suitable neoprene gaskets for positive water tightness under test mechanical conforming to AWWA C1 1. pressures. (3) Restrained joints shall be as specified in the special provisions or as shown in the plant. u 2n S(6) GUARD POSTS MEVISEDI 9,30 3(1) GATE VALVES (REPLACED) Guard posts for hyyddrants shall be rovided where shown on the plans(ONLY IF OUTSIDE RIGHT-OP-WAY):.Guard posts shall be VALVES SHALL BE DESIGNED FOR A MINIMUM WATER reinforced concrete 6 feet tong by 9 inch diameter. OPERATING PRESSURE OF 200 PSI.GATE VALVES AQFIC ENE PIPE(REPLACED) LOWA UST 14, MUELLER. COMPANY NO. A2380, .,,.*, t,,, SI'ATESbU %.METROPOLITAN,KENNEDY,OR M&H. ��^�+t i n r vLYETHYL APPR VAL OF VALVES OTHER THAN MODELS SPECIFIED ��� PIPES NOT BE USED. SHALL BE OBTAINED PRIOR TO BID OPENING. ALL GATE VALVES LESS THAN 12"IN DIAMETER SHALL INCLUDE AN 8" X 24" CAST IRON GATE VALVE BOX AND TALENE PIPE(REPLACED= ©CTENSIO,n AS REQUIRED. ALL 12' DIAMETER`AND LARGER GATE VALVES SHALL BE INSTALLED IN A VAULT. Q iS('�)f, POLYBU SEE WATER STANDARD DETAIL FOR 12" GATE VALVE POI.YETEIYLENE PIPE SHALL NOT BE USED. ASSEMBLY VAULT AND 1"BYPASS INSTALLATION. 9-303(3)BUTTER V ADDTTI4N� _ , 9-31 ELASTOMERIC BEARING PADS BUTTERFLY VALVES SHALL BE DRESSER 450 OR PRATT GROUNDHOG. Q.JQ 3(MVALVE MARKER POSTS(REPLACEMD o �i X�ATERIAL(REVISED) rements STALLED AT THE Elastomeric bearing pads BEIt CONSTRUCTED Onform to the F VIRGIN VALVE MARKER POSTS SHALL BE IN DISCRETION OF THE CITY IN THOSE UNPAVED AREAS AASHTO M 251 AND WHERE THE TOP OF THE VALVE BOX COULD BE COVERED CRYSTALLIZATION RESISTANT POLYCHLOROPRENE BY WEEDS SHRUgS BARK OR OTHER MATERIALS. THE (NEOPRENE).. VALVE MARS SHALL BE FABRICATED AND INSTALLED IN CONFORMANCE WITH THE STANDARD DRAWINGS. VAL%rE MARKERS SHALL BE CARSONITS COMPOSITE 9-32 MAILBOX SUPPORT UTILITY MARKER .375"X 6'-0' OR APPROVED EQUAL WITH BLUE LABEL"WATER Qj305 HYDRANTS(REPLACBDI 9 321 'I'i1BE (REVISED= FIRE HYDRANTS SHALL BE IOWA,OR APPROVED EQUAL gage APPROVAL MUST BE OBTAINED PRR11ORTO BID OPENING• The tube shall be 2-inch outside diameter, 14 wetsl13! mechanical tubing,and shall conform to AST I A D GALVANIZING- SHALL CONFORM TO G 90 COATING AS n 3n cnl END CONt�(~rt()N4(REPI.ACF 1 DEFINED W ASTM A 525 OR AN APPROVED EQUAL i �,�, Any dame to galvanized surfaces shall be treated with two coats o HYDRANTS SHALL BE CONSTRUCTED WITH formla ut Section Galvanizing Repair Paint,High Zinc Dust Content,as MECHANICAL OPOSAL DESCRIPTION. �� OTHERWISE specified 9-08.1 SPECIFIED IN BID 9-3 (21 HYDRANT DTMEN I N REV= ED zi rw�e 31ese -ta"dafd Thread i4*M Su lemental S ecM ations ev .lc �� I 1r�.�..� �./ ,.L `'�`� f� �.�e.� �� �..� r�� 11 1 1 , NORTH FORK SPRINGBROOK REGIONAL BYPASS PIPELINE (Talbot Road. and SE 196th Street Vicinity) Contract No. Project No. 047032 SPECIAL PROVISIONS Table of Contents TITLE PAGE INTRODUCTION G- 1 DEFINITION OF TERMS G- 1 PREQUALIFICATION OF BIDDERS G- 1 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK. G- 2 DATE OF OPENING BIDS G- 2 DESCRIPTION OF WORK G- 2 CONSIDERATION OF BIDS. G- 2 a� AWARD OF CONTRACT G- 2 CERTIFICATION OF MANUFACTURED MATERIALS G- 3 AMERICAN-MADE MATERIALS G- 3 STATE SALES TAX G- 3 WILDLIFE AND FISHERIES REGULATIONS G- 3 PERMITS AND LICENSES G- 3 DELIVERY OF WEIGHED MATERIALS. G- 4 EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES G- 4 North Fork Springbrook Regional Bypass Pipeline Page 2 SUBCONTRACTING: MINORITY AND WOMEN-OWNED BUSINESSES PARTICIPATION G- 4 TEMPORARY WATER POLLUTION CONTROL G- 6 FILTER FABRIC FENCE G- 7 PROTECTION AND RESTORATION OF PROPERTY G- 7 UTILITIES G- B PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE G-10 PUBLIC CONVENIENCE AND SAFETY G-10 TRAFFIC CONTROL G-10 TRAFFIC CONTROL PLANS G-12 CONSTRUCTION AND EXISTING SIGNING G-12 PROGRESS OF WORK G-12 ORDER OF WORK G-13 TIME FOR COMPLETION G-13 SUSPENSION OF WORK G-13 MEASUREMENT AND PAYMENT G-13 EXCLUSION OF WORK G-13 rFORCE ACCOUNT G-14 MOBILIZATION G-14 PAYMENTS G-14 DISPUTES AND CLAIMS G-15 AUDITS G-1 5 CLEARING AND GRUBBING G-15 SPECIAL EXCAVATION FOR BERM G-16 DISPOSAL OF SURPLUS MATERIAL G-16 North Fork Springbrook Regional Bypass Pipeline Page 3 SPECIAL BORROW IMPERVIOUS MATERIAL G-17 INLET BERM EMBANKMENT COMPACTION G-17 COMPACTION CONTROL TESTS G-18 CONSTRUCTION FABRIC G-18 EXAMINATION OF EARTHWORK DATA G-19 HAUL G-19 WATER G-19 STRUCTURE EXCAVATION CLASS B G-20 SHORING & CRIBBING OR EXTRA EXCAVATION AT FIXED PRICE G-20 WORKING DRAWINGS G-21 SOURCE OF MATERIALS G-22 SITE RECLAMATION G-22 CRUSHED SURFACING G-22 GABION CRIBBING G-23 IMPERVIOUS LINING MATERIAL G-25 CULVERT PIPE G-25 CONCRETE CULVERT PIPE G-25 SPECIAL HIGH DENSITY POLYETHYLENE PIPE G-26 PERCOLATION COLLARS G-27 SPECIAL TRASH RACK G-27 MANHOLES, INLETS AND CATCH BASINS G-27 CATCH BASINS WITH LOCKING MANHOLE COVERS G-29 CATCH BASIN AND INLET FRAMES, GRATES AND COVERS G-29 CATCH BASIN WITH DEBRIS CAGE G-30 North Fork Springbrook Regional Bypass Pipeline Page 4 SPECIAL CATCH BASIN WITH ELBOW G-30 EROSION CONTROL G-31 EROSION CONTROL: MATERIALS G-31 EROSION CONTROL: PLANTING OPERATIONS G-32 EROSION CONTROL: MAINTENANCE AND INSPECTION G-33 HAND PLACED RIPRAP G-33 REMOVE AND RESET HAND PLACED RIPRAP G-33 MATERIALS G-34 91-294a:DFJ:ps f �• q SPECIAL PROVISIONS NORTH FORK SPRINGBROOK REGIONAL BYPASS PIPELINE (Talbot Road. and SE 196th Street Vicinity) Contract No. Project No. 047032 INTRODUCTION: The following special provisions shall be used in conjunction with the 1988 Standard Specifications for Road, Bridge, and Municipal Construction, issued by the Washington, State Department of Transportation and the American Public Works Association, Washington State Chapter, and adopted by the City of Renton and the King County Road Standards 1987, adopted by King County Council on April 27, 1987. These references will hereafter be cited respectively as the "standard specifications" and the "K. C. road standards". Copies of the standard specifications and King County road standards and the City of Renton Standard Detail 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. Where conflicts exist,�lEre!CrvoFPrrbti sr�N�aeos supersede the standard specifications. The standard specifications and K. C. road standards, except as they may be modified or super-seded by these special provisions, shall govern all phases of work under this contract and they are by reference made an integral part of these specifications and contract as if herein fully set forth. G1-01 DEFINITION OF TERMS Wherever reference is made in the standard specifications to the Secretary of Transportation or Engineer, such reference shall be construed to mean the County Road Engineer or his duly authorized assistants. Where reference is made to the State, such reference shall be construed to mean King County. Section 1-01.2 of the standard specifications is amended as follows: G 1-01.2-2 The definition of Working/Drawings is amended to read: Shop drawings, shop plans, erection plans, false work plans, framework plans, cofferdam, cribbing and shoring plans, bending diagrams for reinforcing steel or any other supplementary plans or similar data, including a schedule of submittal dates for working drawings where specified, which the Contractor must submit to the engineer for approval. G1-02.1 PRE-QUALIFICATION OF BIDDERS Section 1-02.1 of the standard specifications is deleted for this project. e North Fork Springbrook Regional Bypass Pipeline G 1-02.4SWM EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK In accordance with section 1-02.4 of the standard specifications, the soils information used for study and design of this project is available for inspection at the Customer Service desk of the Public Works Department, Municipal Building, Renton, Washington 98055. G1-03.1 CONSIDERATION OF BIDS Bidders are notified that all bids are likely to be rejected if the lowest responsive bid received exceeds the Engineer's estimate by an unreasonable amount. In the event all bids are rejected for this reason, this project may be deferred for re-advertising of bids until a more competitive situation exists. G 1-03.2 AWARD OF CONTRACT Section 1-03.2 of the standard specifications is revised to read: A contract will normally be awarded or bids rejected within 45 calendar days after bids are opened. Upon mutual consent of the lowest responsible bidder and the County, the 45 calendar day limit may be extended. The successful bidder will be notified in writing when he has been awarded the contract. G 1-03.2EXN Exclusion: The contract will be awarded on the basis of the total of all bid items in the Proposal. The County reserves the option to delete all work or portions of work shown in the tabulation, titled "Exclusion of Work," hereinafter in these special provisions. For the purpose of this contract, the items of work involved in the "Exclusion of Work" provision will not be considered major contract bid items as defined by section 1-01.17 of the standard specifications. In addition, conditions (1) and (2) of the first paragraph of section 1-04.6 of the standard specifications do not apply to the aforementioned items and in the event the County decides to delete these items of work a supplemental agreement will not be required. G 1-06.3C CERTIFICATION OF MANUFACTURED MATERIALS Certification of manufactured material must be supplied to the project inspector before any payment will be made for that item of work. An invoice and certification shall accompany each truckload of factory- manufactured material delivered to the project. This invoice and certification for G-2 North Fork Springbrook Regional Bypass Pipeline each truckload shall be delivered to the project inspector. Failure to accomplish the above shall be grounds for non-payment for that item of work. G 1-06.5 AMERICAN-MADE MATERIALS When foreign-made materials are to be permanently incorporated into the project, such materials must comply with the requirements of section 1-06.5 of the ' standard specifications. G 1-07.6 PERMITS AND LICENSES All permits and licenses required for the construction of this project shall be obtained by the Contractor in accordance with the requirements of section 1-07.6 of the standard specifications. The Contractor shall furnish the Engineer with one copy of each permit issued for borrow, filling, or wasting material required for or generated by the contract work. The Contractor shall notify the Engineer in writing of the location of all borrow, filling and waste sites regardless of whether a permit is required. G1-07.7-1 DELIVERY OF WEIGHED MATERIALS The Contractor shall notify the City of Renton not less than one working day prior to delivering materials which are measured and paid for by weight on the project. Certified weights must be issued at the source. The Contractor shall provide a licensed public weighmaster. The licensed weighmaster shall issue weight tickets to the truck driver for acceptance of the material on the project by a City representative. No materials measured and paid for by weight will be accepted without certified weight tickets from a platform 1 scale in accordance with sectionl-09.2 of the standard specifications. Truck loads must conform to legal load limits in accordance with the requirements of section 1-07.7 of the standard specifications. In case of overload, the difference between overload and maximum legal load will not be paid for. If there are repeated instances of overloading, the proper enforcement authorities will be notified. G1-07.11 EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES The Contractor shall comply with all laws and regulations pertaining to non- discrimination and all requirements set forth in King County Code, Chapter 12.16. G-3 North Fork Springbrook Regional Bypass Pipeline F 1-07.1 1 X9 SUBCONTRACTING: MINORITY AND WOMEN-OWNED BUSINESSES PARTICIPATION The Contractor shall comply with the requirements set forth in King County Code, Chapter 4.18 King County Code Chapter 4.18 requires that for construction contracts which exceed ten thousand dollars ($10,000), Contractors must meet the following subcontracting percentage set aside requirements: A combined goal of Minority and/or Women's Businesses participation of 14%. Amendments to Current Minority/Women's Business Legislation (King County Code Chapter 4.18) are as follows: Effective January 1, 1988, the certification process for new minority/women's business enterprises (M/WBs) has been taken over by the State of Washington's Office of Minority and Women Business Enterprises (OMWBE) in Olympia (206-753-9693). The King County M/WB office will no longer process new certifications. All M/WBs must now be certified as such at the time the bid is submitted, even though the Contractor's Declaration of M/WB Participation is not required until the close of business on the day following bid opening. All Minority Business Enterprises (MBEs) certified b OMWBE are eligible to P Y 9 perform as MBEs on King County contracts if they fit the County's definition of a minority as outlined below. They must also be recognized by the King County M/WB program as able to perform a commercially useful function (CUF) on the contract for which they are being considered. If the firm cannot demonstrate its ability to perform a CUF, then, in the case of a subcontractor, the prime contractor will be required to substitute another certified M/WB. Businesses certified by OMWBE as Combination Business Enterprises (CBEs) will be recognized as such by King County if they are 50% legitimately owned and controlled by minority males or minority businesses, as defined by King County Code, Chapter 4.18, and 50% owned and controlled by non- minority women or women businesses. ■ King County defines minority person differently than does the State (OMWBE). The County does not include, in its definition of Hispanic, persons of European, Portuguese, or Spanish origin. The County recognizes as Hispanic only those persons "of Mexican, Puerto Rican, Cuban or Central or South American culture or origin." Therefore, for purposes of King County contracts, Minority Business Enterprises and Combination Business Enterprises must be owned and controlled by a minority person or by minority persons as defined by King G-4 North Fork Springbrook Regional Bypass Pipeline County Code, Chapter 4.18. However, in the case of any King County contract with Federal or State monies attached, the State definition of minority will be utilized. The definition of a Women's Business Enterprise (WBE) has been changed to mean a business certified by OMWBE as a Women's Business Enterprise. However, as in the case of MBEs outlined above, WBEs must also be recognized by the King County M/WB program as able to perform a CUF on the contract for which they are being considered. If change orders are executed during the term of a contract, the dollar value of the contract used to calculate the achievement of the contract set-aside goal will be increased or decreased to reflect the change orders unless a waiver is obtained or the department obtains a reduction in the amount of the set-aside. The procedure for obtaining a waiver during the term of the contract may be obtained by contacting King County Office of Civil Rights and Compliance at (206) 296-7592. ' The sunset date on the set-aside and percentage preference provisions of King County Code, Chapter 4.18, has been extended from December 31 , 1987 to December 31, 1992. Investigations of violations of King County Code, Chapter 4.18, may now be 1 initiated when there is reason to believe a violation "may be occurring." The maximum period of disqualification/debarment of a contractor found to be in violation of King County Code, Chapter 4.18, has been increased from three (3) to five (5) years. The Director of the Department of Executive Administration now has the authority to sign and issue subpoenas. The Director will, as appropriate, require the attendance and testimony of witnesses, and the production of and access to evidence. The Director will consult with the Prosecuting Attorney before issuing a subpoena. If an individual fails to obey a subpoena, or refuses to testify, the Director may invoke the aid of the Prosecuting Attorney, who may petition the Superior Court for an order or other appropriate action to enforce the subpoena. F1-07.15 TEMPORARY WATER POLLUTION CONTROL A temporary water pollution control plan will not be required from the Contractor ' but is incorporated into these plans and specifications. As set forth in section 1- 07.14 of the standard specifications, the Contractor will be responsible throughout the life of the project to take all necessary precautions to prevent pollution, erosion, ' siltation, and related damage to property. Temporary water pollution control measures shall be taken in accordance with section 1-07.15 of the standard specifications and pertinent details on the plans G-5 1 North Fork Springbrook Regional Bypass Pipeline and in these special provisions. All silt should be contained within the construction area. The temporary water pollution control shall contain the following items: 1. As soon as the road areas have been cleared and opened for construction, the Contractor shall complete earthwork, compaction, finish-grading, and placement of at least the first course of surfacing material. 2. Critical drainage features such as culverts and catch basins receiving run-off ' from exposed earth surfaces shall be protected from siltation by temporary gravel berms or check dams made of crushed surfacing top course material. 3. Stockpiled soil materials shall be protected from erosion at the end of each working day by covering the piles with impervious sheeting, containing the edges with a one foot-high gravel berm of crushed surfacing top course material, or other means approved by the Engineer. 4. Slopes shall be mulched, fertilized, and seeded as soon after finish shaping as possible. 5. No drainage systems shall be blocked for more than one working day or during periods of runoff without temporary drainage bypass. Other or additional temporary water pollution control measures may be required at the discretion of the Engineer. Costs for temporary water pollution control will be measured and paid for at unit contract prices for "Crushed Surfacing Top Course" per ton or erosion control unit contract prices as applicable. Said prices shall include all costs for installing, maintaining and removing said control measures. No further compensation will be made. G1-07.15F FILTER FABRIC FENCE Soil separator fabric shall be used as a filter blanket for silt fences as shown in the plans and as shown on detail sheet attached to these special provisions. The material shall meet the following requirements: Fabric_Specifications Fabric filters for fences shall be composed of strong rot-proof woven or non-woven polymeric fibers oriented into a stable network such that the fibers retain their relative positions with respect to each other. The fabric shall be free of any chemical treatment or coating which may significantly reduce permeability, and shall have no flaws or defects which could significantly alter its physical properties. The following fabric physical property requirements must be met. ' PROPERTY VALUE TEST-METHOD Grab Tensile Strength 10 lbs. min. ASTM D-1682 Puncture Strength 40 lbs. min. ASTM D-751 Modified Equivalent Opening Size (EOS) 20 - 100 Based on U. S. Std. Sieves G-6 North Fork Springbrook Regional Bypass Pipeline The fabric vendor must furnish a certificate or affidavit attestingthat the fabric c meets all the requirements stated in these specifications. Upon completion of the project or when directed by the Engineer, the filter fabric fence shall be removed in its entirety and disposed of by the Contractor. All costs for labor, tools and equipment required for the installation of the filter fabric shall be included in the unit contract bid price for "Filter Fabric Fence," per lin. ft. including gravel to anchor fabric, maintenance, removal and disposal and no further compensation will be made. G1-07.16 PROTECTION AND RESTORATION OF PROPERTY The Contractor is hereby advised that the location of fences, mail and paper boxes, trees, landscaping and other objects, if shown on the plans, is provided solely to provide warning of the probable location of said objects and may not be precise or complete. Protection and restoration shall be performed in accordance with section 1-07.16 of the standard specifications. The Contractor shall satisfy himself as to the exact locations by contacting the owners before proceeding with work. The Contractor shall be responsible for any damage done to public or private property. F1-07.17A UTILITIES Section 1-07.17 of the standard specifications, the second sentence of the second paragraph is revised to read: When this task is assigned to the utility owner, it may be completed before the Contractor begins work, or may be performed in conjunction with the contract work. Section 1-07.17, the sixth paragraph is deleted and replaced with the following: All costs incurred as a result of performance of the Contractor's obligations per this section shall be incidental to the contract and covered by unit prices. When others delay the work of the Contractor due to delay in removal or relocation of any utility or similar facility, the Contractor's loss of time will be adjusted in accordance with section 1-08.8 permitting extensions of time. ' Section 1-07.17 of the standard specifications is supplemented by the following: Locations and dimensions are not shown in the plans for existing facilities. It is the Contractor's responsibility to obtain this information from the utilities. Public and private utilities, or their contractors, will furnish all work necessary to adjust or replace their facilities unless otherwise provided for in the plans or these special provisions. G-7 North Fork Springbrook Regional Bypass Pipeline If an excavation is to be performed, the Contractor shall call the Utility Y P Y Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of work which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. Notice shall be provided individually to those owners who are not members of a one-number locator service and are known to or suspected of having underground facilities within the area of proposed work. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. If any excavation is to be performed, no work shall begin until all known 1 facilities, in the vicinity of the work, have been located and marked. G-8 r , o North Fork Springbrook Regional Bypass Pipeline The followingaddresses and telephone numbers of utility companies known P Y P or suspected of having underground facilities within the area of proposed excavation are supplied for the Contractor's convenience: UT-C-R EN UT-T-USW R 1 r *City of Renton *U. S. West Communications Dept. of Public Works 300 SW 7th Street 200 Mill Avenue South Renton, WA 98055 Renton, WA 98055 Attention: Larry Ebaugh Attention: Jack Crumley Telephone: 235-4480 Wtr./Swr. Supervisor Telephone: 235-2631 UT-TV-TCIS UT-SCWS *T.C.I. Cablevision of Washington r *Soos Creek Water and Sewer Dist. 15241 Pacific Highway South 10828 S.E. 176th Street Seattle, WA 98188 Renton, WA 98058 Attention: Larry Maley Attention: Bob Lyon, Manager Telephone: 433-3434 Telephone: 255-2524 UT-TV-TCIA UT-G-WNGS T.C.I. Cablevision of Washington *Washington Natural Gas 4020 Auburn Way North 815 Mercer Street Auburn, WA 98002 Seattle, WA 98111 Attention: Mark Kartes Attention: Joe Jainga Telephone: 833-9026 Telephone: 622-6767 UT-P-PSPLR *Puget Sound Power & Light Co. 620 Grady Way Renton, WA 98055 Attention: Don Yuen Telephone: 255-2464 * Denotes member of the "One Call" System. Telephone: One Call Center 1-800-424-5555 r r G-9 r . r . North Fork Springbrook Regional Bypass Pipeline ' The Contractor shall cooperate with other agencies or contractors on necessary relocation of any facilities or construction of new facilities in the area of this project. If or when utility conflicts occur, the Contractor shall continue the construction ' process on other aspects of the project. Any change to the operation necessary to work around the conflicts shall be incidental to the various bid items of the contract and no further compensation will be made. rG1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Insurance requirements for this contract shall be in accordance with section 1- 07.18 of the standard specifications, and the specifications in the boilerplate portion of the contract document under the provision titled "General Conditions, Part I." In the event of conflicts, the requirements in General Conditions, Part 1, shall prevail. Section 1-07.18 of the standard specifications, the first paragraph is amended to read: ' The Contractor shall obtain and keep in force during the term of the contract, and until final acceptance, public liability and property damage insurance with companies, or through other sources, approved by the State ' Insurance Commissioner pursuant to RCW 48. The second paragraph, Item No.6 is amended to read: r6. POLICY OR ENDORSEMENT PERIOD This policy or endorsement applies only to occurrences happening on or after the effective date hereof and until 30 days following project completion. G 1-07.23X1 PUBLIC CONVENIENCE AND SAFETY In addition to the provisions of section 1-07.230) of the standard specifications the following will apply. Complaints received by the Engineer concerning public inconvenience or safety hazards will be referred to the Contractor for immediate corrective action. In addition to normal work hours, corrective actions will be taken on Saturdays, Sundays, holidays and at times other than normal work hours. Upon determination that a public inconvenience or safety hazard exists and upon inability to contact the Contractor after reasonable effort to do so, or upon failure of the Contractor to immediately correct the unsatisfactory condition when ordered to do so by the Engineer, the County may, without notice to the Contractor or his Surety, correct the unsatisfactory condition and deduct the costs thereof from any payments due or coming due the Contractor. r G-10 r North Fork Springbrook Regional Bypass Pipeline The Contractor shall place bituminous surfacing materials of a type specified in the contract at unit bid prices, where designated by the Engineer for the convenience ' and safe guarding of traffic. G 1-07.23-3 CONSTRUCTION AND EXISTING SIGNING During the life of the contract, the Contractor shall be responsible for all existing signing damaged or removed by his operations. Any signs damaged or removed shall be replaced by the Contractor at his expense. ' Warning and regulatory signs may be temporarily relocated to portable sign stands for convenience of construction subject to the approval of the Engineer: When temporarily installed on posts, the signs shall be located at or as near as practical to their locations and shall have a minimum vertical clearance above the pavement in accordance with the Manual on Uniform Traffic Control Devices. Upon completion of construction in the area immediately surrounding the permanent sign location, ' the Contractor shall reinstall the sign and support in its permanent location. G 1-08.3 PROGRESS OF WORK ' In accordance with section 1-08.3 of the standard specifications, the Contractor shall prepare and submit the progress schedule in the form of bar graphs developed ' under the critical path method, P.E.R.T., or other similar methods. The schedule shall be presented at the Preconstruction Conference. F1-08.3B ORDER OF WORK The Contractor's progress schedule shall include an order of work outlining a method for construction of the berm and inlet structures, laying of the HDPE pipe, and construction of the gabion energy dissipator. The intent of this outline is to provide for minimum disturbance to the stream and to minimize sedimentation problems. After the sequence of operation has been mutually agreed to by the Contractor and the Engineer, the Contractor shall not alter said sequence without ' written consent of the Engineer. F1-08.5 TIME FOR COMPLETION This project shall be completed in accordance with the provisions of section 1-08, "Prosecution and Progress," of the standard specifications within 45 working days. G-1 1 North Fork Springbrook Regional Bypass Pipeline ' G 1-08.6 SUSPENSION OF WORK ' Suspension of work shall follow the requirements specified in section 1-08.6 of the standard specifications. The sixth paragraph of section 1-08.6 is deleted and replaced by the following: ' If the performance of the work is delayed or an interrupted for period f P Y p o time, the Contractor shall maintain the project until work can proceed or until ta suspension of work is authorized by the Engineer. No adjustment will be allowed for any costs incurred during periods of delay or interruption. All costs for project maintenance shall be considered incidental to and included ' in the various items in the contract and no further compensation will be made. ' G1-09 MEASUREMENT AND PAYMENT ' The measurement and payment of all bid items in the contract will be made in accordance with section 1-09 of the standard specifications and these special provisions. Measurement of Quantities: Section 1-09.1 of the standard specifications, the column headings for the tabulation CONVERSION FACTORS AVERAGE WEIGHTS AND VOLUMES OF ASPHALT are amended to read: Grade Gallons per Pounds per ' Ton @ 60'F Gallon @ 60'F EXCLUSION OF WORK The Contractor is advised that a portion of the project may be deleted in ' accordance with section 1-09.5 of the standard specifications. The items and approximate quantities to be excluded from the contract are as follows: ' Item Quantity SCHEDULE "B" Special High Density Polyethylene Pipe 12 In. Diam. 550 lin. ft. ' Special High Density Polyethylene Pipe 14 In. Diann. 10 lin. ft. with 2 each expansion sleeve fasteners G-12 1 1 North Fork Springbrook Regional Bypass Pipeline G 1-09.6A FORCE ACCOUNT Force Account work is not required for the construction of this project. If unforeseen conditions require the need for force account work, such work shall be ' performed in accordance with the procedures specified in section 1-09.6 of the standard specifications. ' Section 1-09.6, item no. 6, Contractor Markup on Subcontractors, is amended to read: When work is performed on a force account basis by approved subcontractors, the Contractor will be allowed an additional markup equal to 5 percent of the total cost computed for 1, 2, 3, 4, and 5 for all ' administrative costs. G1-09.11 ' DISPUTES AND CLAIMS If disputes and claims arise during this contract, the Contractor shall pursue ' resolution in accordance with the procedures specified in sections 1-04.5 and 1- 09.1 1 of the standard specifications. ' The fifth paragraph of section 1-09.11(2) is hereby deleted and replaced by the following: Failure to submit with the Comparison of Quantities such information and ' details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in section 1-09.9. Law Suit Venue: In the event that either party shall bring a suit or action on or arising out of this contract, it is mutually agreed that such suit or action shall be brought only in King County, Washington. ' G2-01.1A CLEARING AND GRUBBING ' Clearing and grubbing on this project shall be performed over the entire length of the project in accordance with section 2-01 of the standard specifications within the following lateral limits: All area within the right of way except where existing improvements may encroach thereon, and which in the opinion of the Engineer do not interfere with the construction. ' G2-01 .1 EP EXISTING PLANTS The Contractor shall not disturb or damage existing plant material designated for ' preservation. He shall contact the Engineer if there is any conflict between the ' G-13 North Fork Springbrook Regional Bypass Pipeline plans and field conditions. All costs of protecting from damage those plants designated to be saved shall be incidental to the bid item "Clearing and Grubbing." The Contractor shall remove as a part of the bid item "Clearing and Grubbing" all plants within the area to be cleared which are not designated for preservation. Prior 1 to clearing operations, it shall be the Contractor's responsibility to flag all trees over 15 feet high and/or 6-inch caliper or greater [measured six (6) inches above ground line] which are to be removed. The Contractor shall notify the Engineer after ' flagging is completed and arrange a meeting prior to the removal of any existing trees on the project. At this meeting the Contractor and Engineer shall inspect those trees designated for removal and make any necessary changes. Following the inspection, the Contractor will be notified in writing to proceed with clearing and grubbing. All labor and materials necessary for flagging and removal of existing trees shall be incidental to the bid item, "Clearing and Grubbing." If the Contractor removes or damages any existing plant or plants not designated for removal because of any act, omission, neglect or misconduct in the execution of the work, such plant(s) shall be restored or replaced by the Contractor to a condition similar or quality to that existing before such damage or removal. All replacements shall be inspected and approved prior to planting. Planting procedures ill be subject to approval. All replacements shall be guaranteed to survive in a healthy condition. ' The removal of sod as designated by the Engineer, which is not included in the quantity or roadway excavation, shall be considered incidental to the bid item "Clearing and Grubbing" and no additional compensation will be made. SPECIAL EXCAVATION FOR BERM Excavation for construction of the inlet berm shall be performed per the details in the plans and as directed by the Engineer in accordance with section 2-03 of the standard specifications. Disposal of debris in a Contractor provided waste site shall meet the requirements set forth in the provision titled "Disposal of Surplus Material." ' The unit contract price per cubic yard for "Special Excavation for Berm Incl. Haul" shall be full pay for furnishing all labor, tools and equipment necessary to perform the work, including loading, hauling and disposing of the excavated materials. G2-03.3X7 ' DISPOSAL OF SURPLUS MATERIAL Section 2-03.3(7) is amended to read as follows: General: The Contractor shall haul all excavation to the nearest embankment, unless the Engineer declares the hauling distance to be too ' great. Excavation yields more material than needed for nearby ' G-14 North Fork Springbrook Regional Bypass Pipeline embankments, the Contractor shall dispose of the excess in keeping with the Special Provisions or as the Engineer directs. Haul: All costs in connection with hauling surplus materials to a disposal site will be considered incidental to the various bid items of the project and no additional compensation will be made. G2-03.3X7C Contractor Provided Disposal Site: No waste site has been provided by the County for disposal of material and debris. The Contractor shall make his own arrangements, and at his own expense, for disposal of waste materials and shall protect the County from any and all damages arising therefrom. rThe Contractor shall acquire all permits and approvals required for the use of the disposal site. The cost of any such permits and approvals shall be included in the bid prices for other work. The Contractor shall provide the Engineer the location of all disposals sites to be used and also provide copies of the permits and approvals for such disposal sites. ' Disposal of excess material within a wetland area will not be allowed without a Section 404 permit issued by the U. S. Corps of Engineers, and approval by the local agency with jurisdiction over the wetlands. Wetlands are defined as those areas inundated or saturated by ground or surface water at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Wetlands generally include swamps, marshes, bogs, and similar areas. The Contractor shall protect, indemnify and save harmless the County from ' any damages that may arise from the contractor's activities in making these arrangements. Any action required to satisfy any permit and/or any approval requirements in a Contractor provided disposal site shall be performed by the ' Contractor at no additional expense to the County. SPECIAL IMPERVIOUS BORROW MATERIAL Special impervious borrow material shall be provided from a Contractor furnished source in accordance with the requirements of section 2-03 of the standard specifications. G-15 North Fork Springbrook Regional Bypass Pipeline 1 Materials: Special impervious borrow material shall meet the following requirements: Sieve Size Percent Passing 1-1/4" square 100 1/4" square 25 min. U.S. No. 40 40 max. ' U.S. No. 200 15 min. Permeability K = 1 x10-6 max. (determined by laboratory triaxial methods) All percentages are by weight. INLET BERM EMBANKMENT COMPACTION Embankment compaction for the inlet berm special impervious borrow material shall be constructed in accordance with sections 1-03.3(14)B and 2-03.3(14)C, Method C, of the standard specifications. L G 2-03.314D COMPACTION CONTROL TESTS Section 2-03.30 4)D of the standard specifications is revised to add the following paragraph: Determination of the density of earth embankments will be done by the nuclear method as outlined in the A.S.T.M. designation No. D2922-71 . G2-03.3CF CONSTRUCTION FABRIC Construction fabric shall be furnished and placed for filter or soil stabilization at the locations shown in the plans or where directed by the Engineer in accordance with the details shown in the plans, these special provisions or as directed by the Engineer. Fabric Specifications: Construction fabric shall be composed of strong rot-proof woven or non-woven polymeric fibers oriented into a stable network such that the fibers retain their relative positions with respect to each other during handling, placement, and design service life. The fabric shall be free of any chemical ' treatment or coating which may significantly reduce permeability, and shall have no flaws or defects which could significantly alter its physical properties. The fabric shall be laid out with a minimum overlap of three feet at the edge of the rolls. The G-16 North Fork Springbrook Regional Bypass Pipeline following fabric physical property requirements must be met: PROPERTY VALUE TEST METHOD AOS .42 mm max.(#40 sieve) WSDOT Test Method 922 Water Permeability .005 cm/sec. min. WSDOT Test Method 924 Tensile Strength 180 lbs. min. WSDOT Test Method 916 (machine and x-machine direction) Seam Breaking 160 lbs. min. WSDOT Test Method 918 Strength and WSDOT Test Method 916 (Grab Test) Burst Strength 290 psi min. WSDOT Test Method 920 Puncture Resistance 75 lbs. min. WSDOT Test Method 921 Tear Strength 50 lbs. min. WSDOT Test Method 919 (machine and x-machine direction) The fabric vendor must furnish a certificate or affidavit attesting that the fabric meets all the requirements stated in these specifications. The fabric shall be stored in a dry place off the ground. Rolls shall be placed straight in piles. Under no circumstances, either during storage or placement, shall the material be exposed to sunlight for more than 40 hours. The subgrade or area to be covered shall be graded to a smooth, uniform condition free from ruts, potholes and protruding objects such as rocks or sticks. The fabric shall be spread immediately ahead of the covering operation. The fabric shall be smooth without excessive wrinkles. For soil stabilization, it shall be overlapped a minimum of three feet at all joints. The fabric shall be covered with material designated in the plans or directed by the Engineer. Equipment placing the material shall not be operated directly on the fabric. Should the fabric be punctured or the overlaps disturbed, the backfill around the damaged or displaced area shall be removed and the area repaired to the satisfaction of the Engineer at no additional cost to the County. Construction fabric shall be measured by the square yard of slope area actually covered. G-17 North Fork Springbrook Regional Bypass Pipeline The unit contract price per square yard for Construction Fabric shall be full compensation for all labor, tools, equipment and materials necessary for or incidental to the construction of the fabric as specified. G2-03.4SWM EXAMINATION OF EARTHWORK DATA Copies of the preliminary ground cross-section notes will be available for the Contractor's inspection before the opening of bids, at the Customer Service desk of the Public Works Department, Municipal Building, Renton, Washington 98055. At the time the bid is submitted it shall be understood that the Contractor has inspected the cross-sections. Upon award of the contract, copies of the original ground cross-sections will be furnished the successful bidder on request to the Project Engineer. G2-04 HAUL In reference to the term "haul" as used in section 2-04 and section 2-09.3(1)D of the standard specifications, all costs and expense involved in haul will be considered incidental to the various bid items of the project and no additional compensation will be made. G 2-09 B STRUCTURE EXCAVATION CLASS B Structure excavation Class B shall be performed where designated in the plans in accordance with section 2-09 of the standard specifications. Section 2-09.3(1)E of the standard specifications, Item No. 1, of the fifth paragraph is amended to read: 1. Backfill supporting roadbed embankments, or structures placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. Section 2-09.3(4), the third paragraph is amended by deleting the third and fourth sentences. The trench shall be backfilled the same day unless otherwise approved by the Engineer. At the end of each work day, the trench shall be covered, fenced and/or backfilled so as to protect the public from harm in accordance with section 1- 07.230) of the standard specifications. Disposal of debris in a Contractor provided waste site shall meet the requirements set forth in the provision titled "Disposal of Surplus Material." G-18 North Fork Springbrook Regional Bypass Pipeline G 2-09.3X4A SHORING AND CRIBBING OR EXTRA EXCAVATION AT FIXED PRICE The requirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) shall apply to all excavation, trenching and ditching operations on this project. All trenches over four (4) feet in depth shall be shored in compliance with applicable Federal and/or State regulations. As a general rule, shoring will be required in all street area excavations, and sloping to the angle of repose will be permitted only in noncritical, off street areas and must be approved by the Engineer prior to excavation. Section 2-09.3(3)D of the standard specifications, the first paragraph is amended to read: The Contractor shall provide plans showing proposed methods and construction details of shoring, cribbing, or cofferdams in accordance with section 6-01.9 and 6-02.30 6). The Contractor shall remain responsible for satisfactory results. Any costs for labor, materials and equipment for any pay item that falls below the 4-foot depth or, as required by OSHA and WISHA that are completed without shoring and without approval for the Engineer, will not be paid for. Compensation for trench and excavation shoring will be made at a fixed rate as follows: Shoring and cribbing or extra excavation Class B, over 4 feet in depth, at a fixed price of $1.50 per square foot. The above item of "Shoring and Crib. or Extra Excay. Cl. B at Fixed Price" is intended to provide partial reimbursement for labor and materials, and will be included in the proposal of the Contractor at the stated amounts. The quantities and amounts stated in the proposal are the awarding agency's estimate of that portion of the cost of shoring reimbursable to the Contractor, and is to be used only for the purpose of providing a common amount for all bidders. Payment will be made on actual "square foot" quantities as measured in the field. The square foot area will be determined by average depth measurement at the center of the trench which will be basis for full compensation for shoring the trench. See drawing attached to these specifications. It is the intent of the awarding agency to pay shoring compensation for the full depth of the trench from subgrade. When approved by the Engineer, a combination of shoring and over break, tunneling, boring, sliding trench shields, sloping, or other methods as required by OSHA and WISHA of 1973, in accomplishing the work, compensation will be made on the basis of the item of "Shoring and Crib. or Extra Excay. Cl. B at Fixed Price" as cited above. The County has estimated the amount of shoring and cribbing or extra excavation G-19 North Fork Springbrook Regional Bypass Pipeline required and has entered the amount in the proposal to become a part of the total bid by the Contractor. G2-09WD WORKING DRAWINGS Section 6-01 .9 of the standard specifications is amended by adding the following provisions 6-01.9 Working Drawings Within 45 calendar days after award of the contract, the Contractor shall submit an itemized schedule of submittal dates for working drawings. This submittal schedule shall also show the date the specific working drawings, shop drawings, calculations, etc., are required by the Contractor's construction schedule. The submittal schedule shall be kept current throughout the contract duration and shall be modified as necessary to correspond to the Contractor's actual construction schedule. The Contractor shall submit supplemental working drawings with calculations as required for the performance of the work. The drawings shall be on sheets measuring 24 by 36 inches or on sheets with dimensions in multiples of 8-1/2 by 11 inches. All drawings shall be to scale in keeping with standard drafting procedures. The design calculations shall be on sheets measuring 8-1/2 by 11 inches, they shall be legible with all terms identified and may include computer printout. The drawings and calculations shall be provided far enough in advance of actual need to allow for the review process by the County or other agencies, which may involve rejection, revision or resubmittal. Unless otherwise stated in the contract, the Engineer will require up to 30 calendar days from the date the submittals are received until they are sent to the Contractor. This time will increase if the drawings submitted do not meet the contract requirements or contain insufficient details. Unless designated otherwise by the Contractor, submittals of working drawing plans will be reviewed in the order they are received by the Engineer. In the event that several working drawing plans are submitted simultaneously, the Contractor shall specify the sequence in which these plans are to be reviewed. The Engineer's review time shall be as specified above for the first plan in the specified sequence and up to an additional two weeks for each plan lower in the specified sequence. A plan is defined as one or more working drawings that pertain to a unit of superstructure or a complete pier. If the Contractor does not submit a working drawing review sequence for simultaneous plan submittals, the review sequence shall be at the Engineer's discretion. Working drawings and calculations shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of �! Washington, and shall carry the Professional Engineer's signature and seal. G-20 North Fork Springbrook Regional Bypass Pipeline If more than the specified number of days are required for the Engineer's review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. G3-01.3 SOURCE OF MATERIALS No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing and placing this material in the finished work shall be included in the unit contract prices for the various items involved. G3-03.2 SITE RECLAMATION On sites provided by the Contractor, and where required by law, the Contractor shall obtain a surface mining operating permit from the Department of Natural Resources. Prior to commencing operations at the site, the Contractor shall furnish evidence to the Engineer that this requirement has been met. All costs involved in complying with the requirements of an operating permit acquired from the Department of Natural Resources for Contractor-provided sites shall be considered incidental to the materials to be produced from said site(s). G4-04 CRUSHED SURFACING Crushed surfacing shall be placed on the roadway to the depth and slopes indicated on the typical roadway sections in the plans in accordance with the requirements of section 4-04 of the standard specifications. The unit contract price(s) per ton for "Crushed Surfacing Base Course" and/or "Crushed Surfacing Top Course" shall be full compensation for furnishing, loading, hauling and placing the material on the roadway. No further compensation will be made. G6-09.3X6 GABION CRIBBING Gabion cribbing shall be constructed at the location and per the details shown in the plans in accordance with standard plan D-6 included herein, sections 6-09.3(6) and 9-27.3 of the standard specifications and these special provisions. Materials: Section 6-09.2 is amended to read: Materials shall meet the requirements of the following Sections: G-21 North Fork Springbrook Regional Bypass Pipeline Metal Cribbing 9-27.1 Gabion Cribbing .9-27.3 Wire 9-27.3(1) Clip Fasteners 9-27.3(2) Stone 9-27.3(3) Section 9-27.3 is amended to read: 9-27.3 Gabion Cribbing - 9-27.30) Wire Wire used in the construction of the gabion baskets may either be carbon or cold drawn steel. Carbon steel wire shall meet the requirements of ASTM A 510, Grade Numbers 1010 or 1015. Cold drawn steel wire fabric shall meet the requirements of ASSHTO 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 baskets and 12 gage for PVC coated baskets. Selvedge wire shall not be thinner than 10 gage 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 the basket. 9-27.3(2) Clip Fasteners Clip fasteners may be any type that provide a positive lock and when installed, shall be stronger than the mesh to which they are attached. Clip fasteners may be either galvanized or stainless steel for galvanized baskets and shall be stainless steel for PVC coated baskets. Galvanizing on the steel clips shall be in accordance with ASTM A 641 with a Class 3 coating. 9-27.3(3) Stone Stone for filling gabions shall have a Degradation Factor of at least 30. The stone shall be dense enough to pass the unit-weight test described in Section 6-09.3(6)F. Stone shall meet the following requirements for gradation: Passing 8" square sieve 100% Passing 6" square sieve 75-90°% Passing 4" square sieve 0-10% Fracture 75% All percentages are by weight. 9-27.3(4) Mesh Openings Openings of the mesh shall be approximately four inches in the longest dimension. 9-27.3(5) Nonraveling Construction G-22 North Fork Springbrook Regional Bypass Pipeline The wire mesh shall be fabricated in a manner to be nonraveling. This is defined as the ability to resist pulling apart at any of the connections forming the mesh when a single strand in a section of mesh is cut. Excavation for Gabion Cribbing: Excavation in the construction of the gabion cribbing shall be structure excavation class B in accordance with the requirements of section 2-09 of the standard specifications. Gabion Cribbing Backfill: Native material shall be used to backfill behind the gabion cribbing as shown in the plans. All costs for labor, tools and equipment necessary to place and compact the material shall be included in the unit contract price per cubic yard for "Gabion Cribbing," including stockpiling the native material. Impervious_Lining_Material: Impervious lining material shall be used behind and under gabion cribbing as detailed in the plans. The trench cavity shall be excavated to the line, grade and width shown in the plans or designated by the Engineer. The sides and bottom of the cavity shall be cleared of any sticks, rocks or sharp protrusions. The impervious lining material shall be placed immediately prior to placement of the gabion baskets. The impervious lining material shall be overlapped a minimum of one foot at all joints. Any fabric that is punctured or damaged shall be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the Engineer. Payment; The unit contract price per cubic yard for "Structure Excavation Class B," per square yard for "Impervious Lining Material," and per cubic yard for "Gabion Cribbing" shall be full pay for furnishing all labor, materials, tools and equipment necessary for the excavation, construction, and backfilling as specified, including testing, clean-up and any final adjustments deemed necessary by the Engineer. IMPERVIOUS LINING MATERIAL Impervious lining material shall be placed behind and under the gabion cribbing as shown on the details in the plans. Materials: The impervious material shall be composed of polyester reinforced hypalon and shall be free of any flaws or defects which could significantly alter its physical properties. The following fabric property requirements must be met: Property Test Method Value Thickness ASTM D 751 45 mils. min. Dimensional Stability ASTM D 1204 2% max. Tensile Strength ASTM D 751 MD 80 kN/m min. XD 80 kN/m min. Tear Resistance ASTM D 751 90 lbs. min. Carbon Black ASTM D 1603 15% min. Resistance Soil Burial ASTM D 3083 80% min. G-23 North Fork Springbrook Regional Bypass Pipeline The fabric vendor must furnish a certificate or affidavit attesting that the fabric meets all of the requirements stated in these specifications. CULVERT PIPE: Culvert pipe shall be installed in accordance with section 7-02 of the standard specifications, the plans, profiles and details shown in the plans, and the following special provisions. Culvert Pipe Fittings: 9 Pipe fittings will be measured as a part of the completed pipe. All costs of furnishing and installing pipe fittings shall be included in the unit bid price "per linear foot" and no additional compensation will be made. Culvert Pipe Joints: All concrete pipe joints shall have rubber gaskets in accordance with sections 9- 05.7(3) and 9-05.100) of the standard specifications and standard plans B-13a, b, c, d, and B-14. G7-02.2CCP CONCRETE CULVERT PIPE: Concrete culvert pipe shall be installed in accordance with section 7-02 of the standard specifications, the plans, profiles and details shown in the plans. Where indicated on the structure notes in the plans, "Cl. Reinf. Conc. Culv. Pipe In. Diam." shall be provided with no acceptable alternates. SPECIAL HIGH DENSITY POLYETHYLENE PIPE High density polyethylene pipe,shall be constructed at the locations shown in the plans and as directed by the Engineer in accordance with the requirements of sections 2-09 and 7-02 of the standard specifications. Materials: Ultra-high molecular weight, high-density polyethylene pipe conforming to ASTM D 3350PE shall be manufactured from PE 3438 resin. A melt flow (Condition F) of less than 5.0 ams in 10 minutes shall be required as determined by ASTM D 1238-65T and exceed 5,000 hours on Environmental Stress Crack Resistance with no failures and no indication of stress crack initiation as determined by ASTM D 1693, Condition C. The pipe shall have a manufacturer's recommended hydrostatic design stress rating of 800 psi based on a material with a 1 ,600 psi design basis determined in accordance with ASTM D 2837-69. The polyethylene pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, or other injurious defects. It shall be uniform in color, opacity, density, and other physical properties. The polyethylene compound shall be protected against degradation by ultraviolet light by carbon black in a concentration not less than 2 percent. G-24 North Fork Springbrook Regional Bypass Pipeline SDR for the 12 inch and 14 inch pipes shall not be greater than 32. SDR for the 24 inch and 28 inch pipes shall not be greater than 26. All fittings shall be of the same type of polyethylene material as the pipe. Construction Requirements: Excavation for the construction of the polyethylene pipe shall be performed in accordance with the requirements of section 2-09 of the standard specifications. Polyethylene pipe shall be constructed in accordance with the requirements of section 7-02.3 of the standard specifications. Butt fusion of pipes and fittings shall be performed in accordance with the pipe manufacturer's recommendations as to equipment and technique. The pipe shall be fused by an individual who has demonstrated ability to fuse polyethylene pipe in the manner recommended by the pipe supplier and/or the fusion machine manufacturer. The pipe shall be connected to a gabion energy dissipator through a polyethylene sleeve. The sleeve shall be of the same material as the polyethylene pipe that passes through it. The sleeve shall be 10 feet long and attached to the gabion with "U"-shaped galvanized steel anchors or, an anchoring system recommended by the pipe manufacturer and approved by the Engineer. Payment: No separate payment shall be made for labor, materials, tools or equipment necessary to connect the pipe to the catch basins or connect the pipe to the gabion energy dissipator. All costs involved in these connections shall be considered incidental to and included in the unit bid price for the polyethylene pipe and no additional compensation will be made. The unit contract price per linear foot for "Special High Density Polyethylene Pipe In. Diam." shall be full pay for furnishing all labor, materials, tools and equipment necessary to complete the pipe installation as specified including fusing the sections of pipe to one another and providing anchors and the connection to the abion energy dissipator. F7-02.3PRC PERCOLATION COLLARS Percolation collars shall be installed at the locations shown in the plans in accordance with the details shown in the plans and these special provisions. The percolation collars shall be formed and poured around various culvert pipes. They shall be constructed of concrete class B and steel reinforcing bars. The unit contract price per each for "Percolation Collar - 24 In. Diam. Pipe" shall be full compensation for labor, tools, equipment and materials necessary to install the percolation collars. G-25 North Fork Springbrook Regional Bypass Pipeline SPECIAL TRASH RACK A trash rack shall be fabricated and installed at the culvert pipe inlet where indicated in the plans in accordance with the details in the plans and these special provisions. The trash rack includes steel bars, nuts, bolts and hardware. Steel required for the inlet trash rack shall be fabricated in accordance with section 6-03 of the standard specifications. Materials: The trash rack shall be made of no. 6 and no. 3 plain steel bars in accordance with section 9-07 and conforming with ASTM A 615. All steel materials in the trash rack shall be hot dipped galvanized conforming to ASTM A 153 or mechanically deposited conforming to the requirements of ASTM B 695. Construction: The trash rack shall be placed at the inlet to the culvert pipe by sliding the trash rack assembly over the end of the culvert pipe. Care shall be taken during installation not to damage the protective coating. Any damaged coating shall be covered with a thorough coating of zinc rich paint to the satisfaction of the Engineer. Payment: The unit contract price per each for "Special Trash Rack" shall be full pay for furnishing all labor, materials, tools and equipment necessary to fabricate and install the trash rack. G7-05 MANHOLES, INLETS AND CATCH BASINS All manholes, inlets and/or catch basins shall be furnished and installed in accordance with section 7-05 of the standard specifications and the following amendments. They shall be complete as shown in the K.C. road standards, included herein, including reducing slabs, extension sections, top slabs, frames, grates and covers. Description: Section 7-05.1 is amended to read: This work shall consist of constructing manholes, inlets and catch basins of the types and sizes designated in accordance with the plans, these Specifications, and the Standard Plans, in conformity with the lines and grades as staked by the Engineer. Construction Requirements: Section 7-05.3, the second paragraph is revised to read: The cover or grating of a manhole or catch basin shall not be grouted to final grade until the final elevation of the pavement, gutter, ditch, or sidewalk in which it is to G-26 North Fork Springbrook Regional Bypass Pipeline be placed has been established, and until permission thereafter is given by the Engineer to grout the cover or grating in place. If the cover or grating is placed at an intermediate elevation to accommodate the sequencing of the Contractor's paving operation, the Contractor shall adjust the cover or grating to the grade of the final wearing course following the paving operation. Covers shall be seated properly to prevent rocking. Section 7-05.3, the thirteenth and fourteenth paragraphs are amended to read: Catch basins and inlets shall be watertight. They shall be securely connected to the gutter and to the spillway forming a watertight connection. Catch basin and inlet connections to the sewer shall be so placed that the connecting pipe may be easily rodded over its entire length. After the connections are made the Contractor shall rod all inlet and outlet pipes. All connections that cannot be successfully rodded shall be removed and new connections made. Measurement: Section 7-05.4, the third paragraph is amended to read: Inlets will be measured per, each. Payment: Section 7-05.5 is supplemented by inserting the following items after item number 7: "Concrete Inlet", per each "Curb Inlet", per each "Area Inlet", per each All costs for labor, materials, tools and equipment necessary to make the final adjustments of the cover or grating of a manhole or catch basin to final wearing course grade as stated above shall be incidental to and included in the unit contract prices of the various items involved and no further compensation will be made. G7-05CBLC CATCH BASINS WITH LOCKING MANHOLE COVERS Catch basins type 2 shall be furnished and installed with locking manhole covers at those locations designated in the plans. The locking manhole cover and frame shall cirYer ��� meet the requirements of the JRr-APOAV-v Dew, .c4c�--cxi+.—l+�1. These catch basins shall be supplied with a circular opening in the ��b• aQ-�t top slab per the "Manhole Details" shown on the K. C. road standard (Dwg. No. 39). K. C. road standard Dwg. No. 49 is amended as follows: The blind pick notch is hereby deleted and shall be replaced with three 1 inch diameter holes spaced at 120' intervals and set 3 inches inside the outer edge of the cover. The locking manhole frame material shall be cast iron per ASTM A 48. The locking manhole cover shall be ductile iron per ASTM A 536, grade 80-55-06. G-27 North Fork Springbrook Regional Bypass Pipeline The unit contract price per each for "Catch Basin Type 2 48 In. Diam. w/Manhole Cover" shall be full compensation for furnishing all labor, materials, tools and equipment necessary to furnish and install the catch basins including the furnishing and placing of all accessories, such as top slabs, ladders and the locking manhole frame and cover. G7-05.3FGC CATCH BASIN AND INLET FRAMES, GRATES AND COVERS Catch basins and curb inlets shall be installed with either a locking manhole cover r a standard frame with a standard grate or a vaned grate as shown in the plans in accordance with section 7-05 of the standard specifications, the K. C. road standards (Dwg. Nos. 41, 42, 46, 49 and 50, as applicable) included herein and these special provisions. K. C. road standard Dwg. No. 49 is amended as follows: The blind pick notch is hereby deleted and shall be replaced with three 1 inch diameter holes spaced at 120' intervals and set 3 inches inside the outer edge of the cover. Frame materials shall be cast iron per ASTM designation A 48, class 30. All grates and covers installed on this project shall be ductile iron. The unit contract prices per each for the catch basin or inlet specified shall be full pay for furnishing all labor, materials, tools and equipment necessary to complete each unit including all accessories such as the grate or cover specified, frames, trap, steps and other items. CATCH BASIN WITH DEBRIS CAGE A catch basin type 2 54 inch diameter with a fabricated steel debris cage shall be furnished and installed at the location in the plans in accordance with the details in the plans, sections 6-03 and 7-05 of the standard specifications, and these special provisions. The debris cage includes steel bars, steel bands, mounting brackets, entry gate, and hardware. Steel required for the debris cage shall be fabricated in accordance with section 6-03 of the standard specifications. The debris cage shall be fabricated with a hinged entry gate as shown on the details in the plans. Materials: Steel materials used in the debris cage shall meet the requirements of section 9-06 of the standard specifications. The debris cage upper and lower bands shall be made of structural carbon steel conforming to the requirements of ASTM A 36. The sides shall be faced with no. 6 plain steel bars in accordance with section 9-07 and conforming with the requirements of ASTM A 615. All steel materials in the debris cage shall be hot dipped galvanized conforming to the requirements of ASTM A 153. G-28 North Fork Springbrook Regional Bypass Pipeline Materials for the catch basin shall meet the requirements of section 7-05.2 of the standard specifications. Construction: The catch basin shall be constructed per the requirements of section 7-05.3 of the standard specifications. The debris cage shall be placed on the top of the catch basin and securely fastened to the mounting bracket. Care shall be taken during installation not to damage the protective coating. Any damaged coating shall be covered with a thorough coating of zinc rich paint to the satisfaction of the Engineer. Payment: The unit contract price per each for "Catch Basin Type 2 54 In. Diam. w/Debris Cage" shall be full pay for furnishing all labor, materials, tools and equipment necessary to install the catch basin as specified including fabricating and installing the debris cage. SPECIAL CATCH BASIN WITH ELBOW A special catch basin with a 90 degree elbow shall be constructed at the location shown in the plans in accordance with the details in the plans, sections 6-02 and 7- 05 of the standard specifications, and these special provisions. The control structure consists of a catch basin type 2 72 inch diameter with a 90 degree high density polyethylene elbow, 24 inches in diameter, in a channeled base and a solid locking manhole cover. Materials: The catch basin shall be a standard catch basin type 2 72 inch diameter in conformance with the requirements of section 7-05 of the standard specifications. The 24 inch diameter 90 degree polyethylene elbow shall be ultra-high molecular weight, high-density polyethylene pipe conforming to ASTM D 3350PE shall be manufactured from PE 3438 resin. A melt flow (Condition F) of less than 5.0 ams in 10 minutes shall be required as determined by ASTM D 1238-65T and exceed 5,000 hours on Environmental Stress Crack Resistance with no failures and no indication of stress crack initiation as determined by ASTM D 1693, Condition C. The elbow shall have a manufacturer's recommended hydrostatic design stress rating of 800 psi based on a material with a 1,600 psi design basis determined in accordance with ASTM D 2837-69. The elbow shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, or other injurious defects. It shall be uniform in color, opacity, density, and other physical properties. The polyethylene compound shall be protected against degradation by ultraviolet light by carbon black in a concentration not less than 2 percent. SDR for the 24 inch 90 degree elbow shall not be greater than 26. Concrete for installing the elbow in the catch basin and channeling the bottom shall be cement concrete class B, in accordance with the requirements of section 6-02 of the standard specifications. G-29 North Fork Springbrook Regional Bypass Pipeline The locking manhole frame shall be cast iron conforming to ASTM A 48. The locking manhole cover shall be ductile iron conforming to ASTM A 536, grade 80- 55-06. Construction: The control structure shall be constructed per the details in the plans, sections 6-02 and 7-05 of the standard specifications, and these special provisions. Payment: The unit contract price per each for "Special Catch Basin with Elbow" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct the complete unit including furnishing and installing the polyethylene elbow, furnishing and placing the concrete class B and channeling the bottom, and furnishing and placing all accessories, such as the top slab, ladder and the locking manhole frame and cover. G8-01 EROSION CONTROL The Contractor shall provide seeding, fertilizing, mulching and other measures required to prevent erosion on this project, all in accordance with section 8-01 of the standard specifications and as modified herein. G8-01 .2 EROSION CONTROL MATERIALS Water: The Contractor shall make, at his own expense, whatever arrangements may be necessary to ensure an adequate supply of water required for erosion control. He shall also furnish all necessary hose, equipment, attachments, and accessories for the adequate irrigation of planted areas as may be required to complete the work as specified. All costs shall be included in the bid items involved and no further compensation shall be made. G8-01 .2X4A Grass Seed: Grass seed shall be provided as specified in section 9-14.2 of the standard specifications. Seed shall be mixed by the dealer. The Contractor shall furnish to the Engineer the dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be composed of the following varieties mixed in the proportions indicated. G-30 North Fork Springbrook Regional Bypass Pipeline G8-01.2MX Proportions Name by Weight % Purity % Germination Kentucky Bluegrass 30% 85% 80% (Adelphi, Baron or Fylking) Creeping Red Fescue 40% 98% 90% (Penniawn) Perennial Rye 30% 95% 90% (Derby or Pennant) G8-01.2FRT Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen 10% (of which 50% is derived from 38% slow release (Analyzed as N) ureaform) Available Phosphorous 20% (Analyzed as P205) Available Potassium 20% (Analyzed as K20) Above percentages are proportioned by weight. G8-01.3 EROSION CONTROL:PLANTING OPERATIONS Seed Bed Preparation: Section 8-01.3(1) of the standard specifications shall apply except as modified herein. Cultivation: All disturbed areas which are not otherwise treated shall be seeded. All areas to be seeded shall be raked or similarly treated so as to provide a smooth, consistent, friable surface, acceptable for seeding as determined by the Engineer. G8-01.3X1 C Preparation: All areas to be seeded shall be free of all visible clods, rocks and debris measuring one inch or larger in any dimension. Any exposed tree roots in cut slopes shall be neatly pruned at the finished grade of the slope and the cut treated with an approved sealer. All costs involved in seed bed preparation shall be included in the unit price bid item, "Seeding." G8-01.3X4B Hand Seeding: Seed shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4 inch. G-31 b North Fork Springbrook Regional Bypass Pipeline G8-01.3X4H Hand Fertilizing: Fertilizer shall 9 be applied at the rate of 10 pounds per 1,000 square feet. The fertilizer shall be applied by an approved hand or mechanical method. It shall be raked into the surface soil to a depth of one inch. G8-01.3X9 EROSION CONTROL MAINTENANCE AND INSPECTION Maintenance: Maintenance shall begin immediately following seeding operations and shall extend for a minimum of ten weeks or longer as needed to establish a uniform, healthy, thick stand of grass. Seeded areas shall be watered as necessary for healthy growth. All costs involved in the maintenance and establishment of seeded areas shall be included in the unit prices per acre for "Seeding," "Mulching" and "Fertilizing." Any areas damaged by erosion or the Contractor's operations shall be immediately repaired by the Contractor. G8-01 .310A Inspection: The Contractor shall be responsible to notify the Engineer prior to mixing the seed, fertilizer and mulch. The Engineer shall be present during the mixing and seeding operation to verify quantity and quality of the work. At the end of ten weeks the Engineer shall inspect the seeded area. Areas not established with a uniform healthy thick stand of grass, as determined by the Engineer, shall be reseeded, remulched, or refertilized at the Contractor's expense prior to payment. G8-15.3X3 HAND PLACED RIPRAP Hand placed riprap shall be furnished and placed at the locations designated in the plans in accordance with the requirements of sections 8-15.3(3) and 9-13.2 of the standard specifications. Measurement and payment will be made in accordance with sections 8-15.4 and 8- 15.5 respectively. REMOVE AND RESET HAND PLACED RIPRAP Existing riprap in the vicinity of the inlet berm shall be removed and stockpiled on the project at a location designated by the Engineer so it may be rest on the inlet berm. Following construction of the inlet berm the stockpiled riprap shall be hand placed at the location shown in the plans, in conjunction with the hand placed riprap being provided in the contract. Placement of the hand placed riprap shall be performed per the requirements of section 8-15.3(3) of the standard specifications. G-32 North Fork Springbrook Regional Bypass Pipeline Measurement: The existingri ra to be removed n R P and reset will be measured by the cubic yard of riprap placed in the final position on the inlet berm. No measurement will be made of the stockpiled material. Payment: The unit contract price per cubic yard for "Remove and Rest Hand Placed Riprap" shall be full pay for furnishing all labor, tools and equipment necessary to perform the work as specified including removing, stockpiling, and placing the riprap in its final location. G9-00 MATERIALS Material specifications are included with the appropriate provision that covers the construction requirements, measurement and payment for the particular work to be performed. Section 9-03.15 of the standard specifications is amended in it entirety by the following: The properties enumerated in these Specifications shall be determined in accordance with the following methods of tests. Title Test Method Sampling AASHTO T 2 Organic Impurities AASHTO T 21 Clay Lumps in Aggregates AASHTO T 112 Abrasion of Coarse Aggregates by use of the Los Angeles Machine WSDOT No. 101 Material Finer than U.S. No. 200 Sieve in Aggregates WSDOT No. 102 Percent of Fracture in Aggregates WSDOT No. 103 Sieve Analysis of Fine and Coarse Aggregates WSDOT No. 104 Sand Equivalent Test for Surfacing Materials WSDOT No. 109 Determination of Degradation Value WSDOT No. 113 Determination of Fineness Modulus WSDOT No. 119 Lightweight Pieces in Aggregates WSDOT No. 122 % of Particles Smaller than 0.025 mm and 0.005 mm WSDOT No. 603 Stabilometer R Value, Untreated Materials WSDOT No. 611 Swell Pressure and Permeability WSDOT No. 611 Stabilometer S Value, Treated Materials WSDOT No. 703 Determining Stripping of Asphalt Concrete WSDOT No. 718 Cohesiometer WSDOT No. 719 Compressive Strength of Concrete WSDOT No. 801 Flexural Strength of Concrete WSDOT No. 802 WP:(TAL)2R 91-294:KDS:King County:ps G-33 ' Appendix A t STANDARD PLANS i 1 t t 1 1 t eIEwLY GLLOED m PlrugasD slD�sl,cPE `, 1 ' FluorM FAUIC. I h'iA7�.laL ! „�_ Z• t• 14 GA. 1 -W-F •111. T • PO u 4 L,&f i"•i'A7 WASHED FILoz &ZAVE-L o� EtaUAL IN 1 •K 1 PEA 4CAY&L. 00, Zx 2x A GA.WELOEO M�•Tf.1�t�L WI9E FA8?-1L CZ �vAL S� r, 6en.rt wllzG ILWCsS CtYPic.at,� r 1 Li { 2, 4� Gcv CAL,A 1, Ft7- XT goo.G• �ueY goZ-tcM D: Fi L':� FAB��C Mhl cZi Al. o� G � �� IA 100,E i 1. Set posts and excavate a 4"x4" 2. Staple wire fencing to trench upslope along the line the posts. of posts. 4•M�fx SPACi�vG _ ? LO 3. Attach the filter fabric to 4. Backfill and compact the the wire fence and extend it excavated soil . into the trench. }-:::- :• it ;t•. : �?':;:;;::::::•::....::::, f LETfI/L Extension of fabric and wire into the trench. FLoVV E1 Filter Fabric �I ire I _ im IIII - C ONsTRtjcnoA10FA FILTER FABRIC FENCE NOTES: • pmms 8e GmE. 1, CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH SEE SEC.1.01 KCRS. AASHTO M-199 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN Z THE WSDOT/APWA STANDARD SPECIFICATIONS. :;i.: Handholds d': ADJU5TMENT SECN TOP SLAB �+ TIO 2. HANDHOLDS IN ADJUSTMENT SECTION SHALL HAVE 3" MINIMUM e °qi da. (L.tVELlW4 BRICKS OR C�ItADE CLEARANCE. STEPS IN CATCH BASIN SHALL HAVE 6" MINIMUM 710 PJNG,S OPTIONAL.) CLEARANCE. SEE DWG. No. 39 KCRS, "MANHOLE DETAILS." —G" MAX. �. .:� "e':..••;4. 1.d 3. ALL REINFORCED CAST-IN-PLACE CONCRETE SHALL BE CLASS A. `o. �,,•° ALL PRECAST CONCRETE SHALL BE CLASS AX. ,e r d 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR q 48"54' T2" or 96" I �" KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" d:y: I j 5Tw=Ps 09 LADDCR. ORIEKi i MINIMUM. UNUSED KNOCKOUTS NEED NOT BE GROUTED IF WALL v`! N > :d;; TN IS LEFT INTACT. PIPES SHALL 86 INSTALLED ONLY IN co 1,da �: wT I NLE?' S0 STEPS WILL ppCTORY KNOCKOUTS UNLESS OTHERWISE APPROVED BY THE •ey CMAII; PIPES. 5F_ DWG. 35 ENGINEER, L,; !!; KCRS 5. KNOCKOUT OR CUTOUT HOLE SIZE SHALL EQUAL PIPE OUTER W °m�'+d'i __ ———-- — r DIAMETER PLUS CATCH BASIN MALL THICKNESS. MAXIMUM HOLD W I = SIZE SHALL BE 36" FOR 48" C.B.. 42" FOR 54" C.U., 60" J1 1 i I j j FOR 72" C.B., 84" FOR 96" C.B. MINIMUM DISTANCE BETWEEN j ( 1 HOLES SHALL BE 8" FOR 48" AND 54" C.D.s 12" FOR 72" AND 96" C.B. i'!.'•?. 6. CATCH BASIN FRAMES AND GRATES OR COVERS SHALL bE fN �A•-G' ..� ACCORDANCE WITH SEC. 7.07 KCRS AND MEET THE STRENGTH 151"DIAL 8"� REQUIREMENTS OF FEDERAL SPECIFICATION RR-F-621D. MATING !� 7Z"bIA. 8" :i SURFACES SHALL BE FINISHED TO ASSURE NON-ROCKING PIT "ram t WITH ANY COVER POSITION. MORTAit •��d � 9G" DIA:12. .ors; PRECAST 6AS� fak > ILL ; N Jr I N T6C,RP.I_ RISER. 7. ALL BASE REINFORCING STEEL SHALL HAVE A MINIMUM YIELD did' a' STRENGTH OF 60,000 PSI AND BE PLACED IN THE UPPER HALF 1'-0' FOR 40' 54"DIA. OF THE BASE WITH 1" MINIMUM CLEARANCE. 6" NT Z'-O FOR. 7Z: B.9G DIQ.. B. FOR HEIGHTS "H" OF 12' OR LESS, MINIMUM SOIL BEARING MIN ACCEPTABLE BEDDIW(C VALUE SHALL EQUAL 3.300 POUNDS PER SQUARE FOOT. FOR MATERIAL 6" M1W.COMPAC.TED HEIGHTS OVER 12', MINIMUM SOIL BEARING VALUE SIIALL EQUAL DEPTH FOIL PRECAST BASES 3,800 POUNDS PER SQUARE FOOT. SEPARATE CAST IN PLACOBASE OR SEPARATE PREC 9. FOR DETAILS SHOWING LADDER, STEPS, 6 HANDHOLDS SEE DWO. BASE. NO. 39 KCRS. FOR TOP SLABS, SEE DWG. NO. 34 KCRS. REINFORWCING STEEL(F0V_;l0. SEE THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION MECAST BASE 8r I NTEGRAL. 7-05.3 FOR JOINT REQUIREMENTS. REINFORCING; STEEL(FORSEPARATC- T3AASE5 ONL`I) RlsElz ONLY) 0.23 SO. IN/FT.1N EACH DIRI<CTIO►.1 FOR 4g' DIA.. 0.1S SQ. IN/Fr. IN EACH DIRECTIO►4 0,19 SO. IN/FT IN EAa" DIRECTION] FOR 54" DIA. FOR 46" DIA. d•35 SQ.W/FT IN EAC.I-1DIRECTION FOR 7Z"DIA. 0.19 so.IN./FT. IN I=AcN mP-EC71om 0.39 SO. IN/FT 11,4 EACH DIREC.TI01J FOR 96" DIA FDIZ 54" DIA . 0.Z4 SQ.IN./FT IN EACH DIRECTION FOR 7Z" DIA. CSEE"RI5DOT/APWA STANDARD O.Z9 SOAN./FN- IN EACH DIQECTION PLANS B-IC & 8-If.) "0'• RIN G FOR 9G" DIA. r CATCH BASIN TYPE 2 :: ..,. .. 48" 54" 72, a 96�1 fir;;•i':+i:,:b•'.-:.4:•.':u-, PRECAST BASE JOINT' KING COUNTY, DWG. WASHINGTON NO. 33 r r A A i m � m m m m m NOTESt 1. PROPRIETARY CATCH BASIN HAND HOLDS AND STEPS ARE ACCEPTABLE, PROVIDED THAT THEY CONFORM TO SECTION .06 Bars 0 7'centers _ R. AASIITO M-199 AND MEET ALL WISHA REQUIREMENTS.bottom face with 1'MIN cover 2. CATCH BASIN STEP/HAND HOLD LEGS SHALL BE PARALLEL OR APPROXIMATELY RADIAL AT THE OPTION OF THE2'CLR �I>� MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY CATCH1 YP ��t.l' y i � BASIN SHALL BE SIMILAR. PENETRATION OF OUTER MAIL BY A LEG IS PROHIBITED. yI i i 3. HAND HOLD$ AND STOPS SHALL HAVE "DROP"RUNGS AS 2'MIN SHOWN ON DETAIL OR PROTUBERANCES TO PREVENT SIDEWAYS SLIP. L?-TjTj - 1: 4. SLAB OPENING MAV DE 24" X 20" OR 24" DIAMETER. 96' TOP SLAB 5. AS AN ACCEPTABLE ALTERNATE, TO REBAR, WELDED WIRE. FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCIIES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL TYPICAL ORIENTATION COMPLY TO ASTM A 497. ,,. FOR ACCESS AND STEPS B. LADDERS OR STEPS SHALL EXTEND TO WITHIN 16" OF •5 Bars 0 6'centers bottom face BOTTOM OF CATCH BASIN. a� /\l with I'MIN cover 7. HANGING LADDERS SHALL BE PERMANENTLY FASTENED AT 2'CLR ,'*j h �12'MIN I TOP BY HANGING ON STEP OR BY BOLTING OR IMBEDDING TYP ,�. I I I I "f - •8 galvanized deformed robot IN CONCRETE. EACH SHALL DE IMBEDDED AT BOTTOM IN \/ h'i. �"'(? BASE. I! _�? 12 MIN I '^ 8. ADDITIONAL SAFETY FEATURES MAY BE REQUIRED IN VERY HANOIIOLD t'—'-- DEEP OR UNUSUAL STRUCTURES. 12'MIN -+- 72' 10P SLAB -1 - Y4'R CATCH BASIN STEP DROP RUNG '7 gotvonlze smooth steel 84 Bars 0 G'centers CA1CFt BASIN STEP a bottom face with I'MIN cover o 2'CLR I TYP J' I I 15'( 24' - 15'I II Y4 center to center-- \/ -�� 1'clearance 13 bar (See note 4) L20'j 08 golvonlred deformed • • Q, GRADE IIING rebar bar ---� =�] PREFABRICATED LADDER 48'& 52' TOP SLAB (SEC WSDOT/APWA STANDARD PLAN 0-10 CATCH BASIN DETAILS KING COUNTY, owG• 34 WAS14INGTON NO. dam m m man m m m m m m w m m m air. " m NOTES �. PROPRIEtARY MANHOLE HANDHOLDS A14D SAk ARE ACCEPTABLE. PROVIDED THAT THEY CONFORM TO SECTION IR 6 Bon O To Comore It. AASHTO M-I99 AND MEET ALL WISHA REQUIREMENTS. Bottom Face 2. MANHOLE STEP/RANDHOLD LEGS SHALL RE aARALLEL OR . APPROXIMATELY RADIAL AT THE OPTION OF THE / MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE SIMILAR. LEGS SHALL NOT PENETRATE OUTER 2'CLR MALL. TYP 3. HANDHOLDS AND STEPS SHALL HAVE "DROP" RUNG OR 12' MIN—T� PROTUBERANCES TO PREVENT SIDEWAYS SLIP. • 4. LADDERS OR STEPS SHALL EXTEND TO WITHIN 16" OF A r 11 Z A BOTTOM OF MANHOLE. FC — 3'J 5. RANGING LADDERS SHALL BE PERMANENTLY FASTENED AT r—40 HANOMOLD TOP BY HANGING ON STEP OR BY BOLTING OR IMBEDDING IN CONCRETE. EACH SHALL BE IMBEDDED AT BOTTOM IN BASE OR SHELF. 96' TOP SLAB I'DIA Galvanized Rebor B. ADDITIONAL SAFETY FEATURES MAY BE REQUIRED IN VERY _ DEEP OR UNUSUAL STRUCTURES. z � � A #5 Ban 0)6'Centers iv Bottom Face 6" 12' MIN 2"CLR MANHOLE STEP TYP \ � 121 C � I r 4 B' „l 4 f .� 3 ~Zvi l N. 3. �t T GaIK Smooth Steel 72'TOP SLAB SECTION A-A 1 4"R #4 Ban 0 6"Centers • x Bottom Face � 2"CLR O v 6 1 yp \ 11 Center to Center a+ 5" 24" 5" 8 GaIv. Bar (SEE W 5 boT/AVWA STAMDAPD PLAID 8-Z4) PREFABRICATED LADDER �1 —4--I'CLR "4 MANHOLE DETAILS 40"8 54"TOP SLAB GRADE RING KING COUNTY, DWG 3Q WASHINGTON ['NO.- +� M Mao M M M M M r M ! r M M mom X Q Z FRAME & GRATE C`' 00 SEE NOTES BELOW ADJUSTMENT SECTION o n ° 24 2 ° MODIFIED STEP TOP SLAB COVER e C.B. DIA. VARIES STEPS OR LADDER 6" MIN. SEE TABLE e n 0 o MAX. PIPE SIZE MAY BE LIMITED BY PIPE CONFIGURATION ° C.B. DIA. MAX. KNOCKOUT OR CUTOUT HOLE SIZE O 48" 21" 54" ° I � 0 36" i� 60" 42" 11 72" 4 8" 6" MIN — > — 1 96" 60" �i Fes— 6" MIN. CAST IN PLACE BASE OR PRE—CAST BASE NOTES: 1. FOR CATCH BASIN MATERIAL SPECS. SEE STANDARD SPECIFICATIONS. 2. ALL TYPE II CATCH BASIN EQUIPPED WITH OPEN GRATES SHALL BE LOCKING TYPE. SEE DETAIL 3.6.5. 3. ALL TYPE II CATCH BASIN NOT IN PAVED AREAS SHALL BE EQUIPPED WITH SOLID LOCKING LID AND SHALL NOT FUNCTION AS CATCH BASIN. OLYMPIC FOUNDRY #SM60 SOLID D/T OR EQUAL (SEE DETAIL 3.6.6). CATCH BASIN TYPE it 4. CATCH BASIN SHALL BE SET SO STEPS ARE DIRECTLY UNDER OPENING (STEPS SHALL BE INCLUDED). ADOPTED CITY OF RENTON � 1 Standard plans 4' T00 IST DATE: 7/89 DATE REVISION BY APPR DWG. NAME: 6R-01 SP PAGE: 8027 +w w ww ww rw ww w� w w w ww �w ww wr �w w ww ww w SEE NOTE 2 I A + - ® � I O I�/r: 11'/la FROM CENTE{Z TYPT_ �4 z`V BOLT_ DOWN DETAIL ZS% I 24� `I r NOTES I. MATERIAL IS CAST 1RON ASTM A-40 CLASS SO. T Z. DRILL A140 TAP 'THP-EE SIZ-11 Nc HOLES THRU FRAME AT 120' AND II'/6'kADIUS 'md ZG 3. SEE SECTION 7.07. K C RS. �^{I 34 Y LOCKING MANHOLE FRAME SECTION A —A KING COUNTY, ToG- 50 WASHINGTON SHORING FOR TRENCHES APPROXIMATE ANGLE OF REPOSE (TABLE N-1 WAC 296-155-66501) Yti I lIUTE S: Sohd Rock Shale or Cemented Said and Grr+els (SO*) Clays.Sits,Looms,tr ConVacted Arnniar Gravels I d d arm liomogeneoas$aas 112:1 po 251 rogwe mho q andbramq. 0.—00 d IF Npresance of Grotxd Recommended Slopetor Water rnwesspecial Average Sois 1:1 (45*) Gtwnd i treatment. Compacted S Sand 1.112:1 (�41 t I ' da 1 WtAroanded Loose Sand - 2:1 (Z6o 34} +do dc+dd dl-de-2 dZ=db d3edbZ d4= Z — — — — — LIMITS OF STFL E CCAV. SQUARE FEET - ( dltl ) +(d2t2 )+ (d3t3 )+Cd4L4y 1-a1'AS UREMENT: THE SQUARE lOOTAC.E WILL BE DETERMINED AS wLaURED AT THE CENTER OF THE TRENCH AND WILL BE THE BASIS TOR LULL COXPZ21SATION FOR SHORING BOTH SIDES OF THE TRENCH: NO PAYTIENT TOR SHORING WILL BE MADE IT SHORING IS NOT USED OR DOES NOT MEET THE 2a2JI3CUm 1tEQUZREKZNTS SHOWN. SEE SPECIAL PROVISIONS EXCAVATION AND TRENCH SHORING MINIMUM REQ S (TABLE N-5 WAC 296-155-66505) Sizes and mVm=:L ag o= rnamD4ftrs Depth of trench or Uprights Stringers Cross bracesl excavation i Kind or condition of minimum maximum Kim. max. Width of trench `aaximrum e6�h dimenslon spacing dim. up. pacing Up to 3-6 6-9 9-12 12-15 Vert. Hori. 3 ft. ft. ft. ft. ft. Feet Inches Inches In. F fir- In- zp in- In= 4 to 10 Hard, compact 3x4 or 2x6 6 2x6 4x4 4x6 6x6 6xe 4 6 Likely to crack 3Y4 or 2X6 3 4x6 4 2x6 4X4 4X6 6X6 6Ya 4 6 Close soft, sandy, or filled 3X4 or 2x6 shooting 4X6 4 4Y4 4X6 6Y6 6xe axe 4 6 Close Hydrostatic pressure 3Y4 or 2X6 sheeting 6Xa 4 4x4 4X6 6X6 6Y8 iYb 4 6 10 t0 15 Hard 3x4 or 2x6 4 4x6 4 4x4 4x6 6X6 6xe axe ♦ 6 Likely to crack 3114 or 2.6 2 4x6 4 4x4 4x6 6X6 6xe axe 4 6 Close Soft, sandy, or filled 3x4 Or 2X6 sheeting 4X6 4 4x6 6x6 6x8 8X8 dx10 4 6 Clos Hydrostatic pressure 3x6 shooting aY10 4 4x6 6X6 6x8 axe 8xl0 4 6 15 to 20 Close all kinds.or conditions 3x6 shooting 4x12 4 4x12 6x8 8x8 8x10 10x10 4 6 Over 20 Close All kinds or conditions 3x6 sheeting 6x8 4 4x14 axe 8x10 1Ox10 lOxl2 4 6 iTrench jacks may be used in lieu Of, or in combination with, cross braces. Shoring is not necessarily required in solid rock, bard shale, or hard slag. Where desirable, steel &beet piling and bracing of equal strength may be substituted for wood. Note: In excavations over 15 feet in width, cross bracing shall be designed by a qualified person. r w r �r iw r w r � r r �► r w� r w w �r r r . {� OQ OD Slav Sven A Sporn 3,rm r3r mas /Lbnih of pips r 3 m°►. 3' mow. /conga d fibs compaction--- convection 2 b 2 I I OD of I • > \ �015 rile min. 0,15 O.D.min. � \ Litnits of pipe • :• .• -��tI 1$ convection • / ..• .� • • 1d LYnih of pi" • • • ' � NOTES: convection ^ / •,. i. t • f• �d Gr•vd borAfM for pb• be" I.pipe c•nowtion*WIG dro•w on IN%yam are fa pipe construction In Gravel bacMllll Grovel bedfNl for on ernbarmbm•nt. For pipe censtryctbn in d k•lmtlr. IM hwltomtol Mnlls la pipe bedding » •^"Odow of We pipe eatgoeilen we sftafl be fM welt of Nor R«rdr. OraM backfill for loadotlan wh"speclflw TYPICAL PIPE-ARCH INSTALLATION 2.AN w whrrrmlrnrtn Vvs end pipe-wcMe shell be Installed In aaad- 11rre•r+Nt Design A. DESIGN A 3 tamers%pipe worth ~to rdrdorcematrl dell be Installed In wwwd- (Fa Metal aid Cancel• PIPS) CLEARANCE BETWEEN PIPES once O�Design A, MULTIPLE INSTALLATIONS 4.Cewcrete pips, pier orvllb c1rculs 1•brtrcement."I be imtdled wm.DIST, wNh Dcdpr A or s combswhon of Desgw A end C.as dehrn4 to by BETWEEN No Ems ° PIPE SIZE BARRELS S.For Design C.N Is ftw*M " No weft kI Zem 3 be consrweted CIRCULAR POPE 12"1.24" 12" w o••r vwtkd w po*Wbte. CONCRETE 0 METAL �. to (NAM(IAM.+2 l O.D.Iswl equal to the selde dknmela of pips• w Nw eetslde Open �...�00 0.0. OQ DESIGN A ofpiss-wch. The dhnrmdens shown m DO. rich 3'and mwsirnmr 3'rrm 3 mot.. LION%of pipe IOIAMEIER) 102'to IBO' b' sham beOD. rnrM O.D. spuds 3! and V a1 hkh point 3 and 4'OMII -��-�-- lenveclion CNiCl1LAR PIPE rt to W 2D be wood. -V-J~__ CONCRETE ONLY 42'b 96" 72" s(-Cr fa d1w ela s 12' 11 o.0 42"w W ter span N•wo SO'. 2'-O" Lbnih d Dwslyt d 9 DESIGN C dian-Im greaw Ilrer 42" and for pan greater then SO'. 2 C hardy oonstr 2 O f (DIAMETER) f02'to lee T2' _t POPE-ARCH 12" METAL 011" Y 43-t 142' SPAN+3 (SPAN) 14If Is I99" 48' d 1 p 1 \ • 015 OD.mhs LEGEND Limn of pipe r�� + PIPE COMPACTION ZONE PIPE COMPACTION DESIGNS oonpmtbn •w"es ' ' 1.Bodfirl matrld 0oeod In QW too" Myws AND OACKFILL Grovel Docsfill ® and compacted Is 93%masine•n-dw*hY. w.�.w.w.w.wr..wr«n...•w.m.. for pipe b•ddhW --k w.«r�•...w.•• Gravel bocslal for 2.Me Ned B a C eonpoclbn. .•«rrc new... fmw."bm rtwn peclMd E � 3.Boated char or hay wit h rksc or /rings cut � DESIGN C (dry,commercial quality). "71 (Fa ConaNe Pipe With Circular a.� N�M��`^^•w!�� R•Inlacemenl Only) 20.1e00 STANDARD PLAN a-II w air as a awr w a� a� as ar w w a• a air ■a as �r a 4RDouble— bap loop �9loop ut+ n IS r LACING DETAIL vca�0 Tie wires will encompass x.IN. ` 9 fee, 3 vertical and 2 horizontal %Y6 J�hb}� _,�n�� `��o �•,1 strands of the welded fobric. e G TYPICAL ASSEMBLED GA ION FASTENING ADJACENT BASKET Tie wires Tie wires will encompass 2" x 4" WELDED FABRIC the independent strands of Dbphrogm the fabric wire See Welded Fabric or Twisted Fabric detail � I ; n a too TWISTED FABRIC a J» \\ \\ IN ; LJNJJV \ a y� vJw VJw vJw vJw v3tK v3w 1/3w V'3W v3w GABION CRIBBING Width Rw•y wl� Width Width INTERIOR GABION FRONT ALL END GABIONS " ����••� wM Augumt 25,199E STANDARD PLAN 0-6 Sh-t I of 2 Shoots Ground Uns �t. Ground Uns Y x I'Goblons or r` Y x I'-6" Gablons SECTION A-A 3'x 3' gabions placed at each end and bottom GABION CRIBBING �o �lt1 �d K,--4 Ground Line M ....M A qu.l 25,lose STANDARD PLAN 0-6 Sh"t 2 of 2 Shoots �r rr r� � w it rr �r r �r � r r r► r� r� rs r► rr� r Sign Sooclnq : x Freeways Expressways 50/55 MPH 1000'! Rural Roads Urban Arterials 40/55 MPH 500' ; Urban Streets Resldenllol b 25/35 MPG 250'! Buslness Olsirlcts 1 � AREA x Buffer vehlcle with flashers 8>*21 - 5 TRAFFIC CONTROL PLAN Typtcol Applicaf Ion - Shpulder work - Rural Roads.Urban Streets "'"""'"""•""e'w""' with no encroachment, ...w...w 4 n+K�w.ewn ww� February 6,198T STANDARD PLAN K - 19 1 1 1 1 1 1 1 1 1 i 1 1 1