Loading...
HomeMy WebLinkAboutWWP2701999(29) le :1 The two air compresors shall be of the close-coupled, oil-less type. Each compressor shall have a minimum capacity of 0.2 cubic feet of free air per minute at 10 PSI. It shall incorporate a single-phase, 60 cycle, 115 volt, drip-proof, brushless-type, electric motor. A motor driven timer shall he provided to automaticaly alternate the compressors every five minutes. Wiring and piping of the air compressors shall be so arranged that one compressor may be removed without removing the other compressor from service. A switch shall be provided to select either compressor for opera- tion or for alternation. The pressure switches shall be cf the mercury-tube type, with sensitive Pressure elements and independent high and low adjustments for each pump. The minimum differential shall 'ae 18" of water. An automatic alternator with manual "ON-OFF" switch shall be provided to change the sequence of operation of the pumps on the completion of each pumping cycle Provisions shall also be made for the pumps to operate in parallel, should the level in ta,e wet well continue to rise above the starting level for the low-level pump. 105-10 DEHUMIDIFIEP AND VENTILATING BLOWER A dehumidifier assembl%, with hermetically sealed Freon refrigeration type compressor, expansion coil, fan and condenser coil shall be furnished. It shall maintain the relative humidity of the air in the pump chamber low enough to vrevent condensation on the walls. The moisture removing capability of the dehumidifier shall vary with the temperature and relative humidity within the station. The minimum capacity rating at 80)o[ F. shall be 25 pints per day at 90% humidity. The dehumidifier shall be controlled automatically by an adjustable humidistat and low air temperature cutout with contacts of adequate capaci- ty for the dehumidifier motors. A ventilating blower shall draw in air and shall discharge it fror the sta- tion through a second vent line forming the other side rail of the ladder. The squirrel-cage, high-efficiency type blower shall be controlled by a 15-minute cycle timer with a range of 0 to 100% as to provide essentially continuous ventilation without exceeding the capabilities of the dehumidifier. When the entrance cover is raised, the lights and ventilating blower shall be turned on automatically by a spring-operated entrance switch mounted just under the cover. A manual Switch Shall be mounted in the side of the duct just below the spring-operated switch for operation of the lights and ventilating blower with the cover closed. The steel vent lines shall have suitible covers to prevent the entrance of rain or snow and screened openings to prevent the entrance of rodents, birds or other foreign matter. 105-11 LIGHTS Adequate lighting, consisting of a twin 40 watt fluorescent la,lr fix- ture shall be provided ror the convenience and safety of the operator. The lighting shall provide ilumination for all areas in the station. The lighting shall be controlled by the spring-operated entrance Switch and a manual switch located at the top of the personnel entrance tube. The spring-operated switch shall turn the lights on automatically when the en- trance lid is raised. The manual Switch shall maintain the lighting cir- cuit when the lid is closed in inclement weather. 105-12 SUMP PUMP A submersible sump pump with close-coupled, vertical motor shall be installed in the sump. it shall have a minimum capacity of 1000 GPH at design head. The design head this pump will operate against is the Static head From the sump to 3' below grade, plus allowance for pipe friction both inside and outside the pump chamber. A mechanical seal on the shaft shall exclude water from the motor housing. The pump shall be controlled automatically by a built-in float switch, cap- able of operation on a 5" differential, it shall discharge into the wet well thorugh a 1-1/4" galvanized steel pipe, with two check valves and a gate valve within the sumo chamber. An enclosure of i/4" galvanized steel mesh shall surround the sump and the Sump pump to kiep out debris. 105-13 PIPING Pump suction lines shall be 8", Class 150, plain end, cast iron pipe, Outside the pump chamber with bronze-fitted, double-disc gate valve inside the chamber. The discharge line from each pump shall be fitted with a bronze-fitted check valve and an 6" bronze-fitted, double-disc gate valve. The check valves shall be of the spring-loaded- lever type so that the clapper can be lifted to back flush the pump and suction line. Four-inch, straight-through check valves and increasing check valves up to 6" x 8" shall have stainless steel shafts with double "0" rings and grease fittings at both ends where the shaft passes through the body of the valve. Straight-through check valves 6" and larger and increasing check valves, 6" x 10" and larger, shall have stainless steel shaft with non-tu'>riCat=d packing glands. The common discharge pipe and the discharge cutlet shall be 8", Class 150, plain end, cast iron pipe. The air bubbler line furnished by the station manufacturer in the station shall be 1/2" nominal tubing, terminating in a fitting in the entrance tube to accept the 314" piping extending to the wet well. An angle bracket shall be welded to the outside of the chamber, just over the bubbler line coinection, to receive a 3" x 3" x 1/4" anole brace to protect the bubbler line. A return loop in the bubbler line shall be provided to protect the station from flooding and a valve shall be provided to bleed off condensate accumulation in the air bubbler system. All steel pipe in contact with the soil or with the sewage shall be field-coated with one coat of "Versapox" epoxy resin after installation 105-14 wik1NG The pump station shall be Completely wired at the factory, except for the power feeder lines. All wiring in the pump station shall meet the requirements of the National Electrical Code and coded as indicatd on the wiring diagram. All wiring outside the panel shall be in conduit, except for 115-volt accessory items which are provided with connecting insulated service cord by the manufacturer. The manufacturer shall provide conduit from the Control panel across the ceiling, and up the entrance tube to re- ceive the feeder lines. The conduit shall terminate in a threaded conduit connection through the wall of the entrance tube above ground level. Accessory items such as the sump pump, dehumidifier and air compressor shall be plugged into Polarized, grounded convenience outlets, located close to their installed position so that such items can be readily removed and serviced if necessary, 105-15 FACTORY TESTS The completed pump station shall be given an operational test of all equipment at the factory to check for excessive vibration, fer leaks in all piping or seals ani for correct operation of the automatic control system and all auxiliary equipment, The pump suction and discharge lines shall be Coupled t0 a reservoir and the pumps shall recirculate water for at least one hour under simulated service conditions. The automatic Control shall be adjusted t0 start and stop the pumps at approximately the levels re- quired by the job conciitiar.s. 105-16 SPARE PARTS A complete replacement pump shaft seal assembly shall be furnished -- with each lift station. The spare seal shall be securely fastened to the control panel and shall include complete installation instructions. A spare volute gasket shall be provided. A spire filter cone for the seal filter shall also be provided, in the same Container as the pump shaft seal. 105-17 INSTALLATION AND OPERATING INSTROCTIONS Installation of the pump chamber, entrance tube and related appurtenances shall be done in accordance with written instructions Provid- ed by the manufacturer. These instructions shall be delivered with the station. A convenient Maintenance and Operating Instruction Chart and Daily Mainte- nance and inspection Record Chart, hith a^ple room for recording daily inspections of the pump station shall be securely mounted on the interior wall of the main pump chamber. in addition to the Maintenance and Operating Chart, the manufacturer shall futher provide i complete and detailed Operation and Maintenance Manual. This manual shall cover, in addition to general operating procedures, the operation, maintenance and servicing procedures of the major individual Components provided with the pump station. This manual shall be shipped with the pump station, The manufacturer shall further provide the services of a factory-trained ' representative for a maximum period of rile day to perform initial Start-up of the pump station and to instruct the owner's operating personnel in the operation and maintenance of the equipment provided by them, 105-18 EXPERIENCE AND WORKMANSHIP The pump station Shall be the product of a manufacturer with a minimum of five years of experience in the design and building of such automatic, factory-built, underground pump stations and all workmanship and materials throughout shall be of the highest quality. 105-19 MANI'fACTURED EQUIPMENT In these specifications and on accompanying drawings there are specified and shown certain equipment and materials most suitable for the service anticipated. This is not done, however, to eliminate Others equally as good and efficient. The contractor shall prepare his bid or, the basis of the particular equipment and materials specified for the purposes of determining the low bid. Any substitution of makes other than those named in the specifications will be considered for one reason only; that the equipment proposed for substitution is Superior or equal in construction and/or efficiency to that named in the specifications, and that high quillity has been demonstrated by at least five years of service in similar installations. If prior to the execution of the contract, the encineer's approval is obtained for alternate equipment, the contractor shall, at his own expenv,, make any changes in the structures, building, piping ur electrical neces- sary to accommodate the equipment, and if engineerinq is required due to Substitution Of other material, the contractor shall pay the engineer for the engineering service. , It will be aSSLmed that the Cost t0 the contractor of the equipment proposed to be Substituted is less than the equipment named in the specifications and if the substitution is approved, the contractor's bid price shall be reduced by an amount equal to the net savings. Substitution of equipment Other than that specified and Shown will not be considered after the execution of the contract. 105-20 GUAPANTEE The manufacturer of the lift station shall guarantee for one year from date of shipment that the structure and all equipment will be free from defects'T design, material and workmanship. Warranties and guarantees by the suppliers of various components in lieu of a single source resonsibility by the manufacturer will not be accepted. The manufacturer shall be solely responsible for the guarantee of the sta- tion and all components. In the event a component fails to perform as specified or is proven defec- tive in service dt,rinq the guarantee period, the manufacturer shall provide a replacement part without cost to the owner. He shall further Provide, without cost, such labor as may be required to replace, repair or modify major components such as the station structure, pumps, pump tm)torS, sewage piping manVold, etc. The replacement or repair (including cost of parts and labor) of those items normally consumed in service, such as pump seals, fluorescent. tubes, oil, gr?ase, etc., shall be considered as part of routine maintenance and station upkeep, saparate payment will be made for now traps installed in new or existing stet oastm. Separate payment for connection piping will he made m accordance with Section 69-5 of the Standard Speciftcationi. SECTION 89- MISCELLANEOUS PIPE CONNECTIONS 69-3 CONSTRUCTION DETAILS This section shell be amended to include: 69-5 PAYMENT The last sentennl shall be amended to read: The above unit contract prices shall De full comperoation for the pipe in place including %U labor, equipmeit and material, excavation, backiill and compaction, furnishing ano installing the trap, enlerprig catch basin outlet hole as required for the new connection, plugging the abandoned outlet pipe, removing or pluggirq abandoned t,ap and when pipe is constructed to the curb,removal and replacement of the concrete at the outlet including reinforcing steel. Ra9`'"� diver Sioen � Incl. sf . �e/ ROCK WALL(No% Section) SPec a.��� G�oH fe Ells w(l �nss tFs easily _ Description set $un y Q^� F3lO�A ♦C iVer Twl/ � This item shall consst of the construction of any rock wall structure used for erosion control of any embankment or slope. it shall be constructed at such locations as shown on the plans and in accordance with these provision. Material Rock wells shall be formed of loge pieces or quarried hasalt, andesite or other igneous rock. Individual pieces of rock shall be sound and resistant to weathering. When broken into pieces weighing 50 to 150 grams and tested for soundness with sodium sulphate in accordance with AASNTO T104, the loss through a one-inch sieve after 6 cycles shall not exceed 05% by weigh. 57 SECTION 13 - STREET AND DRAINAGE E%CAVATIO4 13-1 DESCRiPTIC4 Unclassified excavation, unsuitable excavation, surcharge removal, solid rock excavation and culvert excavation shall be in accordance with Section 13 of the Standard Specifications, except as modified herein. 13-3 CONSTRUCTION DETAILS Unclassified excavation shall include all materials excavated from within the limits of work incliding excavation for rock retaini•,g walls and open drainage ditches, Suitable excavated material shall be used for roadway ^ibankments, whtb sw plus excavated material, if any, shall be dispor+d of by the Contractor. All vegetation, such as tree roots, brush, heavy sods, heavy grow,h of grass, and all decayed vegetable matter, rubbish, and other unsatis- factory material within the area upon which fill or embankment material is to be placed shall be stripped (12-inch maximum depth) or otherwise removed and disposed of to waste areas approved by the Engineer (see Item 4-1.06, Waste Sites) before the fill is started. No waste site has been provided 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 City from any and all damages arising therefrom. The Contractor shall perform excavation of every type of m;'erial, in- cluding road culverts, encountered within the limits of the project, to the lines, grades, and elevations indicated and as specified herein. Grading shall be in conformity with the typical sections shown. Local excavated material shall be transported to and placed to fill or embank- ment areas within the limits of work, only upon approval by the Engineer. Rtiovil of concrete, asphalt concrete, asprialt and cement concrete drivw�way, sidt, alk and driveway excavations, cement concrete curb and gutter, cement sidewalk, concrete retaining walls, excavation for re- taining and removal of existing drainage shall be considered as part of the roadway excavation and will be included in the unit bid price for unclassified excavations. All areas shall be excavated, filled and/or backfilled as necessary to approach the grades shown on the drawings. in filled and backfilled areas, fine grading shall begin during the placement and compaction of the final layer. In cut sections, fine grading shall begin within the final 6 inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. The roadway subgrade shall be free from rucks or cemented lumps larger than two and one-half inches (1is") in greatest dimension, in the top six inches (64) which shall be compacted to a relative density of not less i than ninety-five percent (95%) as determined by Test Method AASHO T-160 "C" Excavation for gutters shall be accomplished by cutting accurately to the cross sections, grades, and elevations shown. Care shall be taken not to excavate gutters below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the work. Any over-excavation not specifically authorized by the Engineer shall be replaced with bank run gravel, Class "S% compacted as specified above, by the Contractor at no expense to the City. Embankment shall be performed in accordance with Section 13 of the Stan- dard Specifications. Compaction of embankment shall be by Method B, described in Section 13-3.10E3 of the Standard Specifications. Section 13-3.10ES, Compaction Control Tests, is revised to include the following paragraph: Determination of the density of earth embankments can be done by the nuclear method as outlined in the ASTM designation number 01911-71, or by any other method specified by the Engineer. Unsuitable material encountered below the busgrade or stripping line shown on the plans shall be removed and disposed of in accordance with section 13-3.02 of the Standard Specifications, as dir.;cted by the Engi- neer. This material, so removed, shall be replaced with bank run gravel, Class B, rompacted to a relative density of not less than ninety percent (90%), as determined by Test Method AASHO T-180 "C". Stripping, disposal of unsuitable material, temporary drainage work, and embankment compaction shall be considered incidental to and part of the bid prices for Unclassified Excavation. Excavation of witches shall be accomplished by the Contractor by cutting accurately to the cross section and grades as shown on the drawings. Placement and removal of surcharge materials xhail be accomplished, measured and paid for as described in Section 19. Culvert Excavation at SA( 27th Street and Springbrook Creek shown on ---.the plans shall be accmlkl ,shed by the contractor at the direction of the Engineer to remove all desirable materials below the proposed cul- verts. This excavation will include the excavation of bottom materials within Springbrook Creek, The contractor shall familiarize himself with avaialble soils information in order to assess the extent and difficulty Of this operation, Springbrook Creek shall be diverted during the excavation operation by the Contractor. it is the responsibility of the Contractor to choose the method and carry out the diversion. The diversion scheme must be in compliance with, and be approved by all applicable governmental agencies as well as the Owner, 13-310AI UNSUITABLE EXCAVnTION Unsuitable excavation shall include all material!; excavated below the neat lines or stripping lines of the roadway cross sections. The unsuitable material shall be excavated as directed by the Engineer. This material, so removed, shall be replaced with Bankrun Gravel Class "So compacted to a relative density of rot less than ninety percent (90X), as determined by Test Method AASMO T-180 "C". 13-4 MEASUREMENT Unclassified excavation shall be measured by the cubic yard as calculated from neat lines. Unsuitable excavation and solid rock exca- vation shall be field measured by the cubic yard, Culvert Excavation at S.W. 27th Street/STr'ngbrc,# : ,ek bcl, ae measured by the cubic yard as 'etermined from cross secti MS tn:.en before and after excavation. The amount shown in the proposal is an est'mate for the purpose of establishing a bid price. Any excavation performed for th^ diversion of Springbrook Creek shall not be included to this item. 13-5 PAYMENT Payment for Unclassified Excavation shall be at the unit price bid, per cubic yari. as set forth in the Proposal, which ;hall be full compensation for furnishing all labor, materials, equ;pment, tools, supplies, and all incidentals necessary to complete the stripping, open ditch excavation, grading, hauling and placement of embankment material, compaction, and disposal of surplus, if any. Removal of all bituminous and asphalt pavement withing the right-of-way shall be considered as unclassified excavation, Payment quantities for unclassified excavation have been determined from neat line plotted cross sections made before excavation. These cross sections are available for inspection by the Contractor. Payment for Unsuitable Excavation and Solid Rock Excavation shall be ov the unit price per cubic yard as set forth in the Proposal which shall be full compensation for furnishing all labor and materials, equipment, tools, supplies and all incidentals necessary to complete the excavation, haul and disposal of Unsuitable material and Solid Rock, if any. The Unsuitable Excavation and Solid Rock Excavation quantity as shown in the proposal is for the purpose of establishing a unit price roily. Exact quantities will be determined in the field as work progresses. Culvert Excavation at S.W. 27th Street/Springhrook Creek shall be Paid for by the cubic yard at the unit price bid, Any excavation necessary to divert Springhrook Creek shall be considered incidental to other pay items and no payment shall be made under this bid item for this operation, SECTION 16 - WATER 15-1 DESCRIPTION Water shall be acquired and placed in strict compliance with Sec- tion 16 of the Standard Specifications, except as modified herein, 16-5 PAYMENT There shell he no payment for water. All costs of furnishing, transporting and placing water shall be considered incidental to other Did pay items. SECTION 18 - ROCK RETAINING WALL 18-1 DESCRIPTION Rock retaining walls shall be constructed as shown on the Plans or as direct by the Engineer. 18-2 MATERIALS The rock retaining wall shall be constructed of two-man rocks (300 to 600 pounds), three-man -ocks (800 to 1200 pounds), and four-man rocks (1500 to 2200 pounds). The rocks shall range uniformly in size for each classification specified. The four-man rocks shall only be used for the first course of rock in all rock retaining walls over 6 feet in height. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. No stone shall be used which is less than 12 inches thick or which does not extend through the wall. The rock materials shall be hard, sound, durable and free from weathered portions, seams, cracks or other defects. The source of supply and representative samples of the material shall be approved by the Engineer before delivery to the site. The rock unloading at the site will be in such a manner as to segregate the rock by size ranges indi- cated in the preceding paragraph. 18-3 CONSTRUCTION DETAILS The retaining wall shall be started by excavating a trench, of less than 6 inches or more than 1 foot indepth below the subgrade in excava- tion sections or not less than 6 inches or more than 1 foot in depth below the existing ground level in embankment sections. Extreme care shall be exe-cised by the contractor in all ope-ations so that there is no disturbance to private property. Areas on which the rockery is to be placed shall be trinTed and dressed to conform to the ele, ttion or slope indicated. The rock retaining wall construction will st. •t as soon as possible upon the shooing of the cut or rill section• Excessive delay in starting this work will be the Contractor's responsibility to correct any problems or repair any damage caused by this delay at no additional cost to the Citv. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction, The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of t" final course of all rockeries. The final course will have a continuous appearance and place to minimize erosion of the back- fill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal axis of the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rccks will be seated as tightly and evenly is possible on the rock beloN 4n such a manner that there will be no movement between the two. Ballast backfill shall meet the requirements of Section 23 of the Standard Specifications for ballast. The purpose of the ballast is to act not only as void filler but also as a filter blanket or backfill material. Ballast will be placed 8 to 12 inches in thickness between the entire wall and the embankment as well as being compacted into all void spaces. The ballast materials will be placed in lifts to an elevations approximately 5 inches below the course of the placed rock. The ballast lifts will be placed after each course of rocks. Any ballast material on the bearing surface of the rock course will be removed before the next course of rock is set in place. 18-5 MEASUREMENT AND PAYMENT The rock retaining walls will be measured by the square yard in place, including the ballast backfill. Measurement will be to the nearest 0.1 square yard on the basis of field measurements on 25-foot intervals after construction. The area of the wall will be computed fro.., the top elevation which will be field determined upon completion of rock placement on 25-foot intervals. The bottom elevation will be measured to 9 inches below the finished grade at the base of the wall in a cut section and 9 inches below the natural ground line in a fill section. y Excavation of he rock retaining wall will be included in the unclassi- fied excavatio , no further compensation will be made for excavation. Excavation beyond the limit shown on the drawing shall not be paid for. The unit contract price per square yard shall be full comp-tnsation for all labor, tools, equipment and materials, including ballast backfill, required to perform the work as specified herein, as shown on the plans or as directed by the Engineer. SECTION 19 - SURCHARGE AND SETTLEMENT PLATFORMS 19-1 GENERAL Surcharge materials (preload) shall be placed on the roadway alignment as shown on the neat line plotted cross sections included in the plans. Prior to the placement of any fill materials or surcharge materials, the Contractor shall install settlement platforms in the location ndicated on the plans. The locations shown are approximate; the Engineer will determine the final locations at the time of construction in the field. At the conclusion of the surcharge period as determined by the Engineer, the Contractor shall remove the surcharge materials and the settlement platform pipes. 19-2 SURCHARGE MATERIALS Surcharge material shall be Bank Run Gravel Class "B" or excavated material as directed and approved by the engineer. The material shall be placed in accordance with Section 13 of the Standard Specifications. 19-3 SETTLEMENT PLATFORMS Settlement platforms shall be constructed and installed as detailed In the plans. The Contractor shall protect in place all of the settle- ment platforms during the settlement period. Should the platforms be disturbed or damaged, the Contractor shall notify the Engineer and replace or repair th• disturbed platforms. 19-4 MEASUREMENT Furnishing and placing inported surcharge materials shall be measured as Bank Run Gravel Class "B" by the ton. Settlement Platforms shall be measured per each. Surcharge Excavation shall be measured by the cubic yard in the field by cross sectioning the surcharge area after the settlement period. 19-5 PAYMENT In the event that excavated materials are used for surchargt. purposes, the cost shall be considered incidental to unclassified excavation and no additional payment shall be made. Payment for furnishing and placing inported surcharge materials shall be made at the unit price bid per ton for "Bank Run Gravel Class B." Payment for Settlement Platforms shall be at the unit price bid per each for "Settlement Platforms". Payment made for "Settlement Platforms, per each` shall be considered as full compensation for all labor and materials necessary to furnish, place, maintain, remove riser pipe and any other incidentals necessary to complete the installation and moni- toring of the fill settlement platforms. Any repair or replacements required during the settlement period shall be considered as incidental and no additional compensation shall be paid to the Contractor, Payment for removal of surcharge materials shall be made by the cubic yard at the unit price bid for "Surcharge Excavation". Payment made for "Surcharge Excavation" shall be considered as full compensation for excavating, hauling, and placement of surcharge materials. Surcharge excavation materials shall be used for roadway embankments and trench backfill where possible and as approved by the Engineer. Surplus material, if any, shall be removed from the site and dispo"ed of by the Contractor. All handling, placement, compaction and disposal operations shall be included in the price bid per unit for Surcharge Excavation. SECTION 21 - WEIGHING 21-1 DESCRIPTION All bid items in the Proposal which are to be measured by the ton shall be weighted on scales certified accurate within the limits speci- fied in Section 21.1-01. The tonnage claimed by the Contractor for all such bid items shall be verified with weigh tickets from the material supplier, stating the general classification of the material, tonnage, date, the number of the carrier, and the purchaser. One copy of the load ticket shall be given to the City at the time of delivery and shall not be valid for payment unless each ticket has been initialed by the City. The Engineer reserves the right to reduce the stated tonnage for material which, in his opinion, has more than the moisture content required for good compaction. Material received at the ,Job site but not satisfactory to the Engineer shall be rejected. All costs associated with the unsuitable material, including the expense of disposal in waste areas, shalt be borne solely by the Contractor. Weighing will be considered incidental to constru:tion an. all costs thereof should be included by the Contractor in the appropriate prices bid fnr the material being weighed. SECTION 23 - CRUSHED SURFACING, BALLASTING, AND STOCKPILING 23-1 DESCRIPTION rrushed surfacing top course and base course shalt be in accordance with Section 23 of the Standard Specifications except as herein modified. Temporary crushed surfacing base course shall be placed at the direction of the engineer to provide temporary traffic access to driveways and streets during construction. The quantity shown in the proposal is for the purpose of establishing a unit price only, actual quantities will be measured as construction progresses. The Engineer may require that some or all of the temporary crushed surfacing base course be removed because of contamination or to meet final grades. Removal shall be considered incidental j., temporary crushed surfacing base course. 23-4 MEASUREMENT "Crushed Surfacing Top Course", `Crushed SorfacThg Base Course", "Temporary Crushed Surfacing Base Course" andl'Rip Rap" will be measured by the ton. Tonnage will be verified in acco>dance with Section 21-1 of the Special provision. \- 23-5 PAYMENT Payment for Crushed Surt•:ing Top Course or Cr us rfa ing Base Course, Temporary Crushed Surfacing Base Course an ip RaP 11 be at the respective unit price bid per ton in the Propos 1. PWI(eent will be considered as full compensation for furnishing, PlacTI19 and compacting the material. Payment for Temporary Crushed Surfacing Base Course shall be considered as full compensation for furnishing, placing, compacting and reaeval as directed by the engineer. SECTION 26 - BANK RUN GRAVEL 26-1 DESCRIPTION Bank run 3ravel "Class B" shall conform to Section 26 of the Stan- dard Specifications. Bank run gravel Class B shall be used to reply--e unsuitable excavated trench material, unsuitable subgrade, and as roa!- way and shoulder embankment material surcharge material or as directed by the Engineer, Bank run gravel Class R used as embankment material will be compacted to a relative density of ninety-five percent (95%) as determined by Test Method AASHO 180 "Co. The quantity as shown in the Proposal is for the purpose of establishing a unit price only. Exact quantities will be determined in the field as work progrueses. 26.4 MEASUREMENT Bank -un oravel "Class B" shall be measured by the ton according to Section 21. 26-5 PAYMENT Payment for Bank Run Gravel Class "B" (Streets) shall be made at the unit price pe. ton as set forth in the Proposal and shall be full compensation for all labor, equipment, materials, including compaction and all incidentals to furnish and place the material as embankment. Payment for Bank Run Gravel Class "B" (Trench) is described in Section 61. SECTION 30 PRIVATE PROPERTY RESTORATION 30-1 GENERAL The scope of this section is limited to those areas where individual property owners have improved their properties on the right-of-way immedi- ately in front of their properties. It is the intent of this section to provide for the restoration of any and all improvements which the Contractor may damage or remove in the course of construction. It will behoove the Contractor to take every possible precaution to preserve the existing improvements. All damages to existing improvements from the Contractor's operation, whether in the right-of-way or wi.hin pri- vate property, shall be the sole responsibility of the Contractor tc remedy. All such area, ,hall be restored to their pre-construction equiva- lent to the satisfaction of the Owner. All utilities including but not limited to sewer, water, gas telephone, power and Petroleum pipelines interrupted or uprooted during construcrion shall be repaired, replaced and/or restored to the satisfac- tion of the Owner. 30.2 MEASUREMENT AND PAYMENT Measurement for Private Property Restoration shall be 'y the Lump Sum and payment shall be full compensation for all labor, materials, 'ools, equipment and all other costs necessary to restore all private property affected by the construction to its pre-construction condition. The unit price bid for Private Property Restoration shall be paid in addition to other applicable pay items including Incidental Asphalt Concrete Pavement, Extruded Cement Concrete Curb, Bank Run Gravel Class "B", Temporary Crushed Surfacing Base Course, and Crushed Surfacing Top Course. Costs incurred from the repair of damaged existing utilities shall be considered incidental to Private Property Restoration. No additional pay- rent shall be made. SECTION 33 ASPHALT TREATED BASE 33-1 DESCRIPTION Asphalt Treated Base (ATB) consists of a compacted course of base material which has been weather proofed and stablized by treatment with an asphalt binder. The work shall consist of one or more courses of Asphalt Treated Base placed on the subgrade in accordance with these specifications and in- conformity with the lines, grades, thicknesses, and typical cross sec- tions shown or, the plans or established by the Engineer. 33-2 MATERIALS 33-2.01 ASPHALT Asphalt cement shall be WSHD Viscosity grade AR-2000 grade pavinq asphalt. 33-3 CONSTRUCTION REQUIREMENTS 33-3.06 SPREADING 00 FINISHING ATB shall be spread with an automatic paving machine in accordance with Section 33-3.06. The nominal compacted depth of a course shall not exceed four inches (4"). 33-3.08 DENSITY The ArB shall be compacted to a density of not less than eighty percent (80%) of the maximum theoretical density established for the mix by the Rice Vacuum Pycnometer Method. The density of the AT8 shall be determined by means of test on cores taken by the Contractor for the Engineer, but in no case shall it be less than one core for each normal day's production. Additional cores may be required by the Engineer in accordance with Section 33-4. The use of equipment which results in damage to the materials or produces sub-standard workmanship will not be permitted. 33-4 MEASUREMENT Asphalt treated base will be measured by the ton. 33-5 PAYMENT Payment will be made for asphalt treated base on a per ton basis. The unit contract price per ton for ATB shall be c,)nsidered full compen- sation for furnishing all labor, equipment, materials, tools and s.:p- plies and for all other costs including testing, producing, screening, loading, hauling, and stockpiling the asphalt treated base aggrega.e, furnishing the asphalt cement, mixing, hauling, spreading, compacting the asphalt treated base, and all other work not set forth as bid ite-s in this contract incidental to fulfilling the requirements of these specifications. SECTION 34 -.ASPHALT CONCRETE PAVEMENT 34-3.01A PREPARATION OF ASPHALT SURFACE Asphalt cmcrete pavement shall be "Class B" and conform to Section 34 of the Standard Specification except as modified herein: a. Paving asphalt used shall be grade AR-4000W. b. Longitudinal joints between successive courses shall be later- ally offset a mininuT cf twelve (12) inches. C. Compacti n of asphalt concrete shall be in accordance with Section 34-3.09 of the Standard Specificatitns. d. Section 34-3.05A of the Standard Specifications, Automatic Controls, Batch Type Plants, shall apply to this project. e. Section 34-3.10, preleveling for asphalt concrete, shall be accomplished by the use of asphalt concrete "Class 8" placed by a paving machine. f. Unfavorable weather Section 34-3.19. When, in the opinion of the Engineer, the weather is such that satisfactory results cannot be obtained, the contractor shall suspend operations until the weather is favorable. A�^ r The asphalt concrete paving uachine shall be equipped automatic screed -f-- controls with sensors for either or both sides of the paver capable of sensing grade from an outside reference line such as a ski, sensing the transverse slope of the screed, and providing the electrical signals which operate the screed to maintain the desired grade and transverse slope. The grade controller or sensor shall be constructed so it may be fitted with a ski-like shoe or ride on the adjacent mat. The slope controller shall be capable of maintaining tl,e screed at the desired transverse slope within plus or minus 0.1 per cent in a 12-foot width. The roadway shall be ,:repared in accordance with Section 34-3.01A. 34-3.08 SPREADING AND FINISHING In addition to the Standard requirements, the asphalt concrete pav- ing machine shall be equipped with automatic screed controls, with sen- sors for either or both sides of the paver, capable of sensing grade from an outside reference line such as a ski, sensing the transverse slope of the screed to maintain the desired grade and transverse slope. The grade controller or sensor shall be constructed so it may be fitted with a ski-like shoe to ride on the adjacent mat, concrete gutter, or string line. The slope controller shall be capable td maintaining the screed at the desired transverse slope within plus or minus one tenth percent (0.1%) in �+a twelve foot (121) width. p asphalt tack coat (SS-1) shall be placed in accordance with Section 34 the Standard Specifications. The tack coat shall be applied to all existing pavement surfaces, asphalt or concrete and between successive layers of Asphalt Concrete Pavement. The tack coat shall be considered as incidental to the cost of the Asphalt Concrete Pavement and no sep- arate payment will be made for this item. 34-3.11 CONSTRUCTION Of COURSES The asphalt concrete pavement shall be constructed as shown on the plans and in accordance with this section of the Standard Specifications except as modified herein. 34.5 MEASUREMENT PAYMENT Payment for furnishing and placing asphalt concrete Class "B" shall be made at the unit price per ton as set forth in the Proposal and shall be full compensation for all labor, tools, equipment, materials and incid•"d red to perform the work as specified including the / idlt bi ath. Any work which is essential to the construction but or w 61 no b tem is included in the proposal shall be considered as 7 incidental to the contract. Incidental Asphalt Concrete shall be Asphalt Concrete "Class B" and shall be used only at the direction of the Engineer for the restoration of existing and new driveways, paving aprons for storm drain outfalls, gutters and spillways, patching around manholes, valves, etc. Payment for furnishing and placing Incidental Asphalt Concret3 shall be made at the unit price Fer ton as set forth to the Proposal and shall be full compensation for all labor, equipment, -.aterials and incidentals. SECTION 36 - EXTRUDED CEMENT CONCRETE CURB 36-1 DESCRIPTION Extruded cement concrete curb shall be constructed as specified in the Standard Specifications, Standard Plan 6A except as modified herein, 36-2 MATERIALS Delete the sixth ,6th) paragraph of this Subset-ion, 36-3.02 MIXING AND PLACING This section shall be supplemented by the following; The extruded cement concrete curb Shall be bonded to the asphalt concret^ surface by an epoxy adhesive suitable for bonding the two surfaces together and approved by the Engineer, 36.3.04 TIE BARS Delete this subsection in its entirety, 36-4 MEASUREMENT PAYMENT The extruded cement concrete curt will be measured by the linear foot along the front face of the curb and returns. Payment will be made for the following bid item when included and shown in any particular contract, "Extruded Cement Concrete Curb," per linear foot. The unit contract price for the above item shall be full compensation for all costs of labor, tools, equipment and materials and for complete installation, in accordance with the plans and specifications. SECTION 39 - CR!ENT CONCRETE PAVEMENT 39-1 GENERAL Cement concrete pavement shall be constructed in accordance with Section 3f of the Standard Specifications except as modified herein. Cement concrete used for pavement purposes shall be AP14A Class 5-1/2 Sack (1-1/2 inch maximum size aggregate) with 5% sir content (! 1% air content). Longitudinal joints shall be spaced along each driving lane. Transverse joints shall be spaced at 15-foot intervals ±z feet t0 accrnriodate utilities. All joints shall be handtooled or saw cut at contractor's option. Saw tutting shall be done as soon as possible after textu^ing (4 to lb hours). Curb and gutter can be formed integral with the pavement or separately at the contractor's option. 39-4.1 MEASUREMENT emen concre a pavement shall be measured in place by the square .yard. Cement concrete curb shall be measured as noted in Section 40. 39-4.2 PAYMENT ement by the square y�rd whichCshall be concrete full compensationlfore alldequipment, materials n placelabor, toils and incidental costs. Also included in this payment, but not limited to, is any cost incurred by the contractor for placing the required joints, curing and texturing. SECTION 40 - CEMENT CONCRETE CURB CORg AND GUTTER 40-1 DESCRIPTION Cement concrete curb and gutter shall be constructed in accordan,e with the Plans and Section 40 of the Standard Specifications except as -edified herein. Cement concrete curb and gutter type A shall be Der Standard Plan. 40-2 MATERIALS AND FORMS 40-2.01 CONCRETE Cement concrete curb and gutter shall be constructed of 14 day Class 5 (1-112) airentreined Portland cement concrete, as per Section 37, Standard Specifications. 40-3 CONSTRUCTION DETAILS a. Joints shall be dummy ,joints at a maximum spacing of 15 feet with expansion joints at beginn'ng of curves, at curb returns and driveways. b. The sub-base for curb and gutter sections shall be compacted to 95 per cent density at optimum moisture content before placing the curb and gutter. c. White-pigmented curing compounds will not be allowed. d, The top of the finished concrete shall not deviate more than one-eighth inch (1/811) in ten feet (10'), or the ""gnmtht one-fourth inch (1/4") in ten feet (10'). e. Where shown on the plans, the concrete curb will be ramped for wheelchairs as shown on the detail drawing in these Special Provisions. 40-4 MEASUREMENT AND PAYMENT Measurement and payment will be made for such of the following bid ;terns as may appear in the proposal; "Cement Concrete Curb and Gutter type" per linear foot, Curb and gutter will be measured by the linear foot along the face of curb for the actual length constructed. payment for furnishing and placing cement concrete curb and gutter type A shall be m+de at the unit price per linear foot as set forth in the Proposal and shall be full compensation for all labor, equipment, ,ateriais and incidentals, including forms. Installation of wheelchair rasps shall be incidental to this item and no separate payment will be "lade. SECTION 41 - CEMENT CONCRETE DRIVEWAY AND ALLEY RETURN 41-1 DESCRIPTION Cement concrete driveway shall be constructed at the locations shown on the construction plans and where directed by the Engineer, and shall be in accordance with Section 41 of the Standard Specifications except as modified herein, and as shown on the plans. 41-2 MATERIALS The Portland cement concrete, joint filler and curing materials shall conform to requirements outlined in Section 37, Portland Cement Concrete Materials. The concrete mix shall be as specified for Class 5- 3/4 (1-1/4), and the slump of the concrete shall not Oiree one-half (3-1/2) inches and have a minimum design strength of 3000 PSI. 41-3 CONSTRUCTION DETAILS 41-3.01 EXCAVATION ANC SUBGRADE Excavation for driveways shall be considered incidental to the con- strwution of the driveway, and no payment will be made the Contractor therefor. Subgrade preparation for driveways and the required compaction shall conform to the applicable requirements in Section 15-2.02 to pro- vide a firm, unyielding subgrade acceptable to the Engineer, 41-3.02 FORMS AND FiNE GRADING Forms for the straight sections of :he driveway shall have a minimum thickness of two (2) inches and be equal to the nominal depth of the concrete. Plywood of one (1) inch lumber may be used on radii. All forms shall be securely staked and blocked to true line and grade. A template shall be set upon the forms and the subgrade• shall be fine graded to conform to the required section, 41-3.04 CURING AND PROTECTION The curing materials and procedures defined in Section 37 and 39 shall be used. The driveway shall be protected against damage or deface- ment of any kind until acceptance by the Owner. Any driveway or alley return not acceptable, in the opinions of the Engineer because of damage or defacement, shall be removed and be replaced by the Contractor at his expense. Before placing any concrete, the Contractor shall have on the job site errqugh p-otective paper or equivalent to cover the pour of an entire day, in event of rain or other unsuitable weather conditions. White pigmented compound will not be allowed. 41-4 MEASUREMENT Measurement for cement concrete driveway will be made by the w,&re yard for all surface concrete driveway placed, 4I-5 PAYMENT Payment for furnishing and placing "Cement Concrete Drive May 6- inches thick" shall be made at the unit price per square yard as set forth in the proposal and shalt be full compensation for all labor, tools, equipment, materials and incidentals required to perform the work as specified. Any work which is essential to the construction but for which no bid item is included in the proposal shall be considered as incidental and the costs thereof shall be included in the pay items of the proposal. SECTION 42 CEMENT CONCRETE SIDEWALKS 42-1 DESCRIPTION Cement concrete sidewalk shall be constructed in accordance with Section 42 of the Standard Specifications, except as modified herein, and as per detail drawing incorporated Wthin these Special Provisions, 42-2 MATERIALS The concrete mix for the sidewrik shall be Class 5-3/4 (1-1/4) with a water content ratio not to exceei 5.75 gallons and a maximum slump of 3 112 inches with a minimum desic�i strength of 3000 PSI. 42-3 CONSTRUCTION DETAILS a. Delete the last sentence, second paragraph of Section 42-3.03. b. Dummy ,}pints at five (5) foot centers shall be formed by cut- ting a groove in the concrete with a tee bar after the concrete has taken the in'tial set. The size of the dummy ,joint shall be as shown on tie detail drawng. Once the dummy joints have been cut, the ^idewalk shall be furnished in accordance with Section 42. C. The sidewalk shall be divided irto panels by scoring one- fourth inch (1/4") deep on five (5) foot centers transversely. d. Cement concrete sidewalks shall be constructed to a minimum thickness of four inches (4") and to the width as shown on the construction plans. e. Panels and ,joints shall be similar to Standard Plan No. 14, Type "B" of the Standard Specifications. 42-3,03A DEPRESSED CUAu (WHEELCHAIR RAMP) At intersections wt a new cement concrete curbs are to be con- structed, the Contractor shall construct depressed curbs. The depressed curbs shall be constructed in ar.:ordance with the standard drawings and as directed by the Engineer, 42-4 MEASUREMENT Measurement for cement concrete sidewalk will be by the square yard for all surface of concrete walk placed. 41-5 PAYMENT Payment for furnishing and placing "Cement Concrete Sidewalk 4" Thick" shall be made at the unit price per square yard as set forth in the Proposal and shall be full compensation for all labor, equipment materials, and all incidentals, Installation of wheelchair ramps shall be considered incidental to and part of the price for the concrete sidewalk. SECTION 44-6 - PAINT STRIPING 44-6,01 4" SOLiD STRIPE Painted pavement striping shall be installed in accordance with Section 8-22 of the 'Standard Specificatip— for Road and Bridge Con- struction 1977" of the Washington State Miy,,4ay Commission. The Con- tractor shall comply with the following material specification for paint striping. Traffic Line Paint shall be furnished in accordance with the Speci- 775t ons or ormula W-77 (White) and Y-77 (Yellow). Copies of these Specifications are available at the Washington State Department of Transportation, Materials Laboratory, Post Office Box 167, Olympia, Washington 98504, 44-6.12 MEASUREMENT "Paint Striping" shall be measured per linear foot of striping and no deduction shall be made for the skip between stripes when measuring, 44-6.03 PAYMENT Payment shall be made for "Paint Striping", per linear foot, at the contract unit price as set forth in the proposal and shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental for the completion of the work as specified herein, 44-7 THERMOPLASTIC PAVEMENT MARKINGS This work shall consist of furnishing and placing thermoplastic cavement marking upon the roadway surface for delineation in the form of crosswalks, directional arrows, traffic letters, and stop bars, at the locations shown on the plans in accordance with these special provisions and the latest edition of the MUTCO, or as directed by the Engineer, Pavement markings as referred to herein shall comply with the following definitions: Crosswalks. Crosswalks shall consists of two solid lines of white p a1 sfic material 8 inches in wi" ' parallel to one another and separated by a minimum distance of •eat or as shown on the plans. Traffic Arrows, Traffic arrows shall , .iform to the details shown on t e p ons and shall be of white plastic material. Traffic letters. Traffic letters shall conform to the details s own in t e VTCO and/or on the plans and shall be of white plastic material. Sick__B__ar, A stop bar shall be a solid line of white plastic mated 12 inches in width placed across the traffic lanes where and as shown on the plans. The materials to be used to form the above described payment markings Shall be: 1. 3M STAMARK brand pliant polymer pavement marking film, 60 mil thickness, applied with contact adhesive, manufactured by 3M Company, 3m Center, St. Paul, Minnesota SS1O1, or 2. Catatherm ABITOL formulation, 125 mil thickness, hot extruded Thermoplastic manufactured by Ferro Corporation, Cataphote Division Post Office Box 2369, Jackson, Mississippi 39205, 3. Or equal. 411 materials shall be installed according to the manufacturer's recom- mendations and a manufacturer's representative shall be present prior to the application of any markings to approve the proper installation pro- cedures or as directed by the Engineer. All contaminants within the areas to receive therm�phastic pavement markings shall be removed. Large areas of tar, grease, paint or foreign materials may requ're sandblasting, steam cleaning or power brooning to accomplish complett removal. 44-7.01 MEASUREMENT AND PAYMENT Payment will be made for such of the following listed bid items as are included 'n the ;.oposai and payment will be made under: "Thermoplastic Crosswalk and Stop Bar", per linear foot. "Thermoplastic Traffic Arrow", per each "Thermoplastic Traffic Letter", per each. The unit contract prices per linear foot for "Thermoplastic Crosswalk and Stop Ba•" and per each for "Thermoplastic Traffic Arrow" and "Ther- moplastic Traffic Letter" shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental for the comple..on of the work as specified herein. 44-8 TRAFFIC 444.1 DESCRIPTION Where shown on the plans or as directed by the Engineer, cost mounted traffic signs, or a regulatory nature, shall be installed or relocated by the Contractor. The new signs shall be manufactured and installed in accordance with the current edition of the "Washington State Sign rabrication Manual" of the Washington State Highway Commis. Sion. The code numbers referred to in the plans are in accordance with the Sig* Fabrication Manual noted above, 44-9.2 SIGN TYPE AND SIZE New traffic control signs and pOSts Shawn on the plans shall conform to the following sizes: R1-1 Stop 30" x 30" R2-1 Speed Limit 24" x 30" Signs shall be mounted on treated 4" x 4" 11-foot long posts, and shall conform to the requirements of Section 9-28.15(2) of the "Standard Specifications for Road and Bridge Construction% 1977 Edition, of the Washingyton State Highway Commission. All posts shall be painted with three (3) coats of exterior white paint. 44-0.3 CONSTRUCTION REQUIREMENTS Signs are located on the plans. These are tentative locations subject to change by the Engineer. The post lengths specified are estimated for bid purposes only. Final lengths of timber posts shall be determined in the field by the Contractor prior to fabrication. All reflectorized signs located up to 25 feet from edge of pavement shall be turned 30 out and those looated more than 25 feet shall be turned 30 in from the pavement edge of oncoming traffic lanes. All sign posts shall be plumb and signs level. The signs shall be inspected at night by the Engineer, and if specular glare occurs from failure to install at 30 as stipulated, the Contractor shall reinstall the signs at his own expense. The post holes shall be of sufficient dimensions to allow placement and thorough compaction of selected backfill material completely around the post. Selected backfill material shall consist of earth or fine sandy gravel free from organic matter with no individual particles exceeding 1-1/2 inches in diameter. 44-8.4 RELOCATING EXISTING SIGNS Existing traffic control signs on the project shall be removed and relr,ated by the Contractor as shown on the plans and as directed by the Er ineer. Relocation installation shall be in accord3nce .ith Section "4-8.3 above. 44-3.5 MEASUREMENT AND PAYMENT 'he unit contract price per each for "Traffic Control Sign (Type and Size)" and "Remove and Relocate Existing Sign" shall be full compensation for all labor, tools, materials and equipment necessary Or incidental to the furnishing, placing, painting, stockpiling and relocating of traffic control signs for the project. SECTION 47 - EROSION CONTROL 47-1 DESCRIPTION The Standard Specifications shall be amended by the following: Erosion control shall be placed on finished slopes not requiring restoration to accordant: with Section 71 herein, 47-2.01 tOPSO1L Top soil will not be required on this project. 47.2.02 SEED See mix shall conform to the following specifications by weight: olonial Bentgrass (Highland or Astoria) 10% ' Fescue (111ahee, Rainier or Pennlawn) 40% re Grass (Merlon, Windsor or Park) 40% English Perennial Rye 10% See shall be applied at the rate of 160 pounds per acre, 47-2.03 FERTILIZER Fertilizer shall be commercial organic or inorganic fertilizer con- taining the following proportions by weight: Total Available Nitrogen 10% (of which 5D% i. de- rived from 38% slow. release ureaform) Available Phosphorous (Analyzed as P205) 20% Available Potassium (Analyzed as k20` 20% Fertilizer shall be applied at the rate of 250 Founds per acre. 47.2.048 WOOD CELLULOSE FIBER Mulch shall consist of wood cellulose fiber and be a?plied at rate Of 1,000 ory pounds per acre, 47-4 MEASUREMENT The quantity to seeding, fertilizing and mulching will be batod on ground slope measurement in acres of actual seeding, fertilizing and mulching placed and accepted. 47-5 PAYMENT The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full compensation for all 'abor, tools, materiels and equipment necessary or incidental to the placing of the materials noted herein, 11 _.; `1_ • MONUMENTS This of t Specifications rd project andoshall be�deletedain its entirety. its will nvt apply the f to this M owing specification shall be inserted. 50-150-1 DE�TION ts bronze The ma marker plugs,scast firoo frame�g and dcovers lat hling e Points urvey monuments on the plans. 50-2 MATERIALS All cast iron frames, covers, bronze marker plugs, and concrete monuments will be furnished and set by the contractor. 50-3 CONSTRUCTION N DETIALS 50-3.01 REFERENUE POINTS The Engineer will reference all monument points in advance of con- struction. The Constrictor shall be responsible for saving and Protect- ing all reference -lints until the monuments are set. 50-3.02 SETTING OF MONUMFNTSI FRAMES AND COVERS Upon the completion of the street paving through the first lift of Class "B" Asphalt Concrete Pavement, the Contractor shall notify the Engineer that the street is ready for monumentation. The engineer will set the required monument reference points. The contractor shall then set the monuments, bronze marker plugs, frames, and covers. Upon comple- tion of the monumentatin, the Contractor shall complete the paving operation taking care to protect the line and grade of the monument case and cover. The Engineer shall scribe the monument point upon completion of the paving work. 50-3.03 DAMAGE TO MONUMENT In the event the Contractor disturbs the monument, frame, and cover in the process of completing the project, he shall immediately contact the Engineer to check the monument. The Contractor shall pay the tr al cost of checking and shall reset the monument or case and cover a. to additional expense to the City. The paymont for checking shall be deducted from the amount owed to the Contractor for monument the the his work on project. Failure to notify the Engineer of a disturbed Contractor shall bear an additional one hundred dollar ( 1me penalty resetting the monument.to be deducted from amounts owed to the s Contractor plus the coat of re 50-4 MEASUREMENT AND PAYMENT ent fr forthpInmthe proposal men Thesunilt contract pricehal be at the unitperieacheshalihbe�full compensation for ail labor, tools, materials and all incidental work fr:meseandocovers icanpleteand tn place installing in accordanc survey e with the plan!.plugs, and Soectftcatfons or as directed by the Engineer. SECTION 52 PEMOVAL OF EXISTING STREET IMPROVEMENTS 52-2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT emoval of asphalt concrete pavement upon any type of base shall be incideRntal to unclassified excavation, The Contractor shall sawcut Paveme^t as indicated on plans or as directed by the Engineer. The sawcutting of pavement shall be considered as incidental to the pavement removal and the costs thereof shall be included in other items of the proposal. Included shall be all roadway excavation and grading required to reach the new grades and elevations and compaction of the existing suDgrade to 95 percent of maximum density measured in accordance with Section 13-3.IOE5 or such other density required by the Engineer, 52-2.05 REMOVAL OF CONCREie CURB AND GUTTER The full section of the concrete curb and gutter shall be removed and disposed of as shown one plans or as directed by the Engineer, 52-2.07 REMOVAL OF CATCH BASINS, MANHOLES SUMPS CULVERTS ETC, Existing catch basin;, sumps, storm drains, water main and culverts Shall be removed and disposed of as shown on the plans or as directed by the Engineer. All voids created by the removal of exisitng strucutres shall be backfilled with bunk run gravel class 9 or with suitable fob excavation material as directed by the Engineer, 52-2.09 WASTE DISPOSAL Shall be be in accordancewith Section a_ 1.06. 52-3 MEASUREMENT AND PAYMENT Payment for removing existing street improvements shall be made at the respective unit prices l set forth in the proposal, and shall be to orDerfo compensation for all labor, materials, and equipment necessary se , forth ort m the the Bark ineludin, dtapoaal, Removal of items or things not con;tru chonnand therCostslthe thereof Shall Shall be the fincidental i therali to tamsto the proposal. The exisitng corrugated metal culverts at the intersection fo Spr�ng- brook Creek and SW, 27th Street shall be removed and despised of by the Contractor, Springbrook Creek shall be divertec to allow excavat'.m within the channel during the culvert replacement operation. Payment for removing these culverts and diverting Springbrook Creek shall be at the lump Sum Price bid as set forth in the proposal for the Bid Item; Remove Springgbprook/S.W. 27th street culverts, All other culvert removals shall De considered as incidental to other items of r ovauttton, SECTION 53 - ADJUSTMENT OF NEW AND EXISTING UTILITY STRUCTURES TO FINI�IH A 53-1 DESCRIPTION Thy adjustment of existing unlit es shall be accomplished in com- pliance with Section 53 of the S-nncsr,;' Specifications except as modi- fied herein, 53-3 CONSTRUCTION DETAILS 53-3.01 ADJUSTING OF MANHOLES, CATCH BASINS AND SIMILAR STRUCTURES No adjustment of manholes, catch basins, inlets, mcnueent frames, sanitary sewer clean-outs, valve boxes and similar structures will be permitted after the final lift of Class B asphalt concrete pavement is completed. Prior to placement of the asphalt concrete leveling course, the Contractor shall carefully check the finish grade of all such struc- tures to make any final adjustments necessary. Care shall be taken in placing the leveling and wearing Courses to pre,:!nt damage to the casting or tp its position. Adjustment of manholes, catch basins, Sanitary sewer clean-outs and in- lets shall be constructed in the sane manner and of the same material as that required for new construction. Monument frames Ind l,alve box castings shall be solidly embedded in either asphalt concrete or cement concrete in a manner approved by the Engineer prior to placement of the wearing course. 53-3,01H REPLACE EXISTING GRATES WITH SOLID RiNG AND COVER Existing grates shall be replaced with a solid cover as shown in Standard Plan No, 42. 53-4 MEASUREMENT AND PAYMENT Payment for adju-ting each existing utility stru-, . a to grade shall be at the -espective unit price bid per each as s : forth in the oropoW and shall be full compensation for all labor, equipment, materials, and all incidental costs necessary to complete the work. Adjustment of new manholes, catch basins, sanitary sewer clean-outs, inlets, monument frames, valve boxes and similar structures shall be considered incidental to each respective contract item. Asphalt concrete used to patch around utilities shall be paid for as incidental Class B asphalt, per ton under the appropriate Proposal 'tem. Final adjustment for new sanitary sewer manholes shall be paid for at the respective unit price bid per each as set forth in the Proposal and shall to full comoensation for all labor, equipment, materials, and all inci- dental costs necessary to complete the work. SECTION 54 - PAVEMENT PATCHING 54-1 DESCRIPTIDN Pavement patching will be required an all trench crossing of exist- ing roadway prior to construction of new roadway and wherever the line of work crosses existing travel ways. The Contractor shall remove all types of travel•ay surfaces as part of trench excavation in accordance with the requirements of Section 61 herein, 54-3.01 GENERAL The Contractor's attention is directed to the requirements of Sec- tion 7-1.15 herein. 54-3.04 ASPHALT CONCRETE STREETS ON GRANULAR BASE Pavement patching material shall be class "8" asphaltic concrete as specified in Section 34, Standard Specifications. Crushed surfacing material shall be as specified in Section 23 of the Standard Speci• fications, After backfilling and compaction to line and grads has been completed four (4) inches of 5/8 inch minus crushed surfacing top course shall be applied and compacted to the satisfaction of the Engineer. The existing pavement shall be cut to a straight horizontal and neat vertical line. This cut shall be made one (1) foot beyond the trench shou)derline. The newly cut edge shall be painted with dilute asphalt or SS-I emulsion immediateli prior to the placement of the patch. Asphalt concrete Class B pavement shall be placed in one lift of two Q) inch thickness Over the previously placed layer of crushed surfacing. The patch shall be rolled Lo a riding surface flush with the surface of the existing asphalt, In.rediately thereafter, all joints between the new and original asphalt shall be painted with hot asphalt emulsion and be covered with dry paving sand before the asphalt solidi- fies. 54-4 MEASUREMENT AND PAYMENT 54-4.01 ASPHALT CONCRETE PAVEMENT PATCHING Measurement for aspha'. concrete pavement patching will be made by the square yard on the plane of the so-`ace patched and will be based on the actual length and width of the patch. Payment will be at the unit contract price bid per square yard for "Asphalt Concrete pavement Patch ing" and shall be full compensation for all labor, materials, tools, and equipment required in furnishing, placing and compacting the crushed rock and asphalt concrete Class "8". SECTION 57 - FINISHING AND CLEANUP 57-1 DESCRIPTION Finishing and cleanup shall be completed in accordance with Section 57 of the Standard Specifications. S7-3 MEASUREMENT AND PAYMENT Payment for finishing and cleanup shall be per lump sum price bid and shall constitute complete compensation for all labor, materials and equipment ne-essary to carry out the cleanup operation,. 57-6.02 RELOCATE EXISTING MAILBOXES AND STR'+b The existing maflWo es and -ands shall be relocated as shown on the plans or as directed by the Engineer. Mailbox removal and relocation shall be considered incidental to private property restoration and therefore no separate payment shall be made. M_ DIVISION Ill - SANITARY SEWER AND STORM DRAINS SECTION 60 - PIPE, MATERIALS, AND TESTING FOR SEWERS, DRAINS AND CJLVERTS 60-1 DESCRIPTION All pipe used 1n this project shall be: (1) for the sanitary sewer system - polyvinyl chloride (PVC) pipe or ductile iron pipe or nonrein- forced concrete pipe as shown on the plans or as directed by the Engi- neer; (2) for the storm drain system - either nonreinforced concrete pipe .I or reinforced concrete pipe. Corrugated alloy or corrugated steel pipe shall only be allowed as shown specifically on plans. 'ipe material, gaskets, and couplings shall be in accordance with ,plicabie sectiors of the Standard Specifications and as modified in these Special Provisions. 60-3 MATERIALS AND TESTING The Contractor shall require his pipe suppliers to furnish certificates signed by their authorized representative stating the specifications to which the materials or products were manufactured. Certificates showing nonconformance with these specifications shall be sufficient evidence for rejection. APprovul of certificates shall be considered only as tentative accep- tance of the materials or products, and such action by the Engineer will not relieve the Contractor of his responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workman- ship. 60-3.01 PiPE MATERIALS The storm draic pipe shall be constructed in accordance with Sec- tion f0 of the Standard Specifications except as modified herein: a. All fittings shall ba of the same material and class as the pipe. b. All concrete joints shall be rubber gasketed. 60-3.01A CONCRETE PiPE, NONREINFORCED Nonreinforced concrete pipe shall conform to ASTM Designation C14, Table 1 (Class 3) and shall have flexibl^ gasketed joints. The require- ments of Section 50-3.01A of the Standard Specifications for per- meability testing shall remain in force. 60-301F DUCTILE IRON PIPE Ductile iron pipe shall conform to AWWA C-151-76 (ANSI A21.51) Thickness Class 52. The pipe shall be cement mortar lined and sealed with a bituminous material on the inside, and shall have a bituminous coating on the outside. All linings and coatings shall be in acrrdance with AWWA C-104-74 (ANSI A21.4). 60.3.0111 PVC PIPE PVC pipe for the gravity sanitary sewer line shall be extra strength plastic pipe conforming to ASTM D3034 - SDR35. Pipe shall be Johns- Manville RING-TITS PVC sewer pipe or an approved equal. Pipe Joints shall be bell and spigot with flexible rubber ring gasket. 60-3.011 GALVANIZED CORRUGATED STEEL PiPE ARCHES Galvanized corrugated steel pipe arches and coupling bands shall be /� in accordance with the Standard Specifications and shall be ARMCO MEL- (R^ ' COR or equal with Treatment 2. IX' 60-3.01J CORRUGATED ALL44INUM ALLOY CULVERT PiPE Corrugated aluminum alloy culvert pipe and coupling bands shall meet the requirements of the Standard Specifications except as modified r herein. All aluminum alloy culvert pipe utilized in this project shall be Kaiser Aluminum Corlix pipe or approved equal. Annular corrugated pipe will not be acceptable 60-3.02 JOINTING MATERIALS 60-3.02G PVC Gaskets for the gravity sanitary sewer line shall be flexible rub- ber ring gaskets. Asbestos cement manhole couplings shall be cast directly into the manholes for connection to the PVC gravity sewer pipe. 60-7 MEASUREMENT AND PAYMENT Payment for sanitary sewers, storm drains and culverts shall be at the applicable unit price per linear foot of pipe for the (Size) (Type) listed in the bid schedule, payment for which shall constitute full compensation for the pipe, in place, complete, including clearing, grubbing, pavement removal, excavation, trenching, backfilling, compaction, pipe, pipe laying and joining, and testing, disposal of trench material to be wasted, dewatering, all surface restoration and all incidental work necessary, SECTION 61 - TRENCH EXCAVATION BACKFILL FOUNDATION AND BEDDING FOR W INS NCULVF,TS 61-1 DESCRIPTION Trench excavation and backfill shall be constructed in accordance with Section 61 of the Standard Specifications except as modified herein. 61-2 CLASSFICIATION OF TRENCH EXCAVATION AND BACKFILL Trench excavation and backfill shall be Class A. 61-3 CONSTRUCTION DETAILS 61-3.01 EXCAVATION The length of trench excavation completed ahead of the pipe laying operation shall be kept to a minimum. Should the maximum trench width be exceeded, the Contractor shill furnish a stt onger grade of pipe and/or higher classification and amount of bedding material, as directed by the Engineer, at no additional cost to the Owner. Trench widths narrower than the maximum will be permitted. In all cases, the trench must be of sufficient width to pe^mit proper ,jointing of the pipe and bdckfilling of materials along the sides of the pipe. The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all material to be excavated. No payment shall be made for any excavated material which is used for purposes ether than those designated. Should the Contractor excavate below the desig- nated lines and grades without prior approval, he shall replace such excavation with approved material, in an approved manner and conditions, at his own expense. The engineer shall determine the suitability of material to be used as backfill. All unsuitable and excess excavated material shall be wasted as specified by the Engineer. The Contractor shall conduct his operation such that the maximum trench width at the ground surface will not exceed the maximum limits set forth on the plans. No separate or extra payment of any kind will be made for storing, handling, drying, wetting, hauling or manipulation of excavated materials. Excavation at all time shall be kept free from water to facilitate fine grading, the proper laying of pipe and structures and ,joining of pipe and prevention of damage to completed ,joints. Any and all required dewater- ing shall be accomplished by wells and/or well point systems. Pumping of water from within the excavation will be permitted. Water in the excava- tions shall not be allowed to flow through the pipe or structures while construction work is in progress unless special permission to do so has been given by the Engineer. The Contractor shall ascertain to his own satisfaction the extent to which water may occur, the nature of the material in which it wi,l appear, and the extent to which such occurrence of water stall affect his bid. Dewatering of the excavation must be controlled to prevent damage from settlement due to possible lowering of the adjacent groundwater table. it shall be the Contractor's responsibilty to study the soil tiring information and make his own determination as to the extent of control necessary for groundwater and for trench stability. The Soils report was prepared soley for the purposes of design and the Contractor shall not interpret the information presented as req- i,ements for constru,tion. The Contractor may wish to provide for monitoring for settlement of the adjacent areas for his protection. No separate or extra payment of any kind will be made for any such monitoring, and any costs associa'ed with monitoring, if provided, shall be included int to appropriate 1urip sun or unit bid prices in the proposal. 61-3.01A EXTRA DEPTH TRENCH EXCAVATION Several locations on this project require unusually deep trenches. Where the average depth of the required trench excavation between any two sanitary sewer manholes exceeds twelve (12) feet in vertical depth, a payment for "Extra Depth Trench Excavation for 12 feet to 16 feet Deep Trenches" and "Extra Depth Trench Excavation 16 feet to 20 feet" will be made to the Contractor in addition to the unit contract price bid for installed pipe. The extra payment will be for each lineal foot of pipe successfully laid and tested between the manholes in question. For purposes of determining where the payment for extra depth trench excavation is to be made, the average depth of required trench excavation shall be defined as the average, calculated to the nearest tenth (G.1) of a foot, of the depths of the two manholes at either end of the pipe run in question, measured from the invert of the pipe to the top of the manhole cover, to the nearest tenth (0.1) of a foot. The length of the pipe run shall be the distance between manhole Centerlines measured to the near- est tenth (0.1) of a foot. Where sanitary sewer laterals are involved the average depth of required trench excavation shall be defined as the vertical distance, measured at the sewer main to the nearest tenth (0.1) of a foot, from the invert of the sanitary sewer lateral in question, to the top of the manhole cover, or to original ground, whichever is applicable, 61-3.03 FOUNDATIONS AND BEDDING FOR SEWERS 6 DRAINS 61-3.03A FOUNDATION PREPARATION Over excavation to remove unsuitable material shall be performed only when so ordered by the Engineer. When foundation material is required, all costs for procurement and placement, includinq removal and disposal of unsuitable materials, shall be included in the unit contrxrt price per rublc yard for "Foundation Material,, unless specifically Provided for in other bid items, All Provisions for Section 61.3.03A of t4 Standard Specifications shall remain in effect, 61-3.03C CLASS C BEDDING Cectiondding Procedures,, and materials shall be in accordance with materials,61-3.03C3 for Class C" bedding and Section 61-3.03C5 for 61-3.0301 BEDDING FOR Pv, 'IPE Pipe bedding procedures ai 1 material for PVC sewer lines shall be in accordance with Section 61-3.03D1 Of the Standard Specifications except as modified herein, The bedding materiel shall be cler,n, free-draining sand and gravel, with all material passing a 1/2-inch square mesh sieve and a maximum of 2 percent passing a a200 square mesh sieve. The material shall contain Just sufficient fines to fill the voids and provide a homogeneous grada- ted to 95 density 5. The determined er the. The material l�Canp3c be tloncControl Tester specified in Section cent Of the maximum 13-3.actor The material shall be obtained from a source selected by the contractor and shall be subject to the prior acceptance of the Engineer. Before backfillinq with bedding material is begun the debris, Bedding the trench shall first be cleaned of all roots, loose stones, and othe materials shall be placed only upon undisturbed earth. The bedding material shall be mec`.anically compacted to obtain a fir, unyielding foundation• The bedding reserves the right to order, in writing, that the pipe 9 material be omitted and no payment made, where in his opinion, the native material has Such properties that it may be used to adequately bed the Pipe involved, The Contractor is cautioned against submitting n unbalanced unit bid price for piping bedding material since any or all oaf the pipe bedding9 requirements specified on the Plans may be deleted during construction. For this Contract, pipe bedding material shall not be considered a major item as defined in Section 4.1.03. — Where the requirement; for pipe bedding material is deleted by the En neer, t,,e requirements for Class D bedding shall apply and all costs thereof shall costs be considered incidental to the construction, 61-3.03_ p_ 2 gEppIN,3 FOR CORRUGATED METAL PIPE Pipe bedding procedures and material for the storm drain Pipe, bedding shall be in accordance with Section 61-3.03C3 for Class C Bed- ding. The material Shall be compacted to 95 percent of the maximum density determined by the "Compaction Coitrol Test" specified in Section 13- 3.10ES. The material shell be ob.•ined from a source selected by the contractor and shall be subject tc prior acceptance of the Engineer. Before backfilling with bedding material is begun, the trench shall first be cleaned of all roots, loose stones, and other debris. Bedding materials shall be plsced only upon undisturbed earth. The beddnig material shall lechanically compacted to obtain a firm unyielding foundation. The _ngineer reserves the - t to order, in writing, that the pipe bedding material be omitted d no payment made, where in his opinion, the native material has such properties that it may be used to adequately bed the pipe involved. The f .ntractor is cautioned against submitting an unbalanced .;nit bid price fo oiping bedding material since any or all of the pipe ledding requirer,, t- specified on the Plans may be deleted during construction. For t• s Contract, pipe bedding material shall not be considered a major tier defined in Section 4-1.03. 1 Where the requirements fe it bedding material is deleted by the Engi- neer, the requirements f,., Mass D bedding shall apply and all costs thereof shall be considered incidental to the construction. 61-3,04 CRIBBING AND SHEETING Trench-bracing, cribbing, and sheeting is Cxpected to be regulreC to prevent cave-in of the trench walls or subsidence of areas adjacent to the trench. it shall be the sole responsibility of the Contractor to design and insure adequacy of cribbing and sheeting. The Contractor shall determine requirements for and place sheeting, shoring and other trench restraints to preclude any and all trench bottom heave and to provide a stable trench bottom which will not settle. No separate or extra payment of any kind will be made for any such sheeting and shoring and any costs associated with such sheeting and/or shoring shall be included in the appropriate lump sum or unit bid prices in the proposal. All provisions of Section 61-3.D4 of the Standard Specifications shall remain in effect and the Contractor's attention is particularly directed to this Section, 61-3.05 BACKFiLLING FOR SEWERS AND DRAINS Initial backfilling shall be performed only after inspection and approval if the installed pipe. The initial backftll material shall be carefully -3.05 of the t,and placed in strict accordance StandardSpecifiications. Subsequentbackfillith shallction not belplaced until the initial baCkfill is approved. Initial backftll material for the pvC pipe shall be bedding material as specified under Section 61-3.03 and shall be hand placed to at least six (6) inches above the crown of the pipe. Subsequent backfill shall be excavated material placed in the remainder of the trench above the initial backftll except as specified herein, (1) Shoulders and Streets: Subsequent backfitl shall be placed in lifts not to exceed 9 inches in loose depth and each lift mechani- cally compacted to at least 95 percent of maximum density as deter- mined by the CoToaction Control Test specified in Secticn 13.3.10E5. (2) Unimproved Areas: Subsequent backfitl shall be placed in lifts not to exceed 12 inches in loose depth and each lift compacted to at least 90 percent of maximum density. Unless otherwise ordered by the Engineer. if the native material is not suitable or surcharge material not available for use as backfitl, bank run gravel shall be used as required by the Engineer. Bank run gravel Class B (Trench) material shall be as specifitandar gravel,edandn Section shall be 2utilit utilized the Sbackfi/ling cof ication trenches only for Class only +n n specifically ordered by the Engineer, 61-3.06 COMPACTION OF TRENCH BACKFIII The terms specified herein shall be considered as amendments to Section 61.3.06 of the Standard Specifications Each horizontal layer of backfill material shall be mechanically com. Patted to 95 percent of the maximum density as determined by the "Com- paction Control Test" specificed in Section 13-3.10E5 of the Standard Specifications, Compaction shall be obtained by mean" of mechanical tamper or vibratory Compactors. Water settling will not be permitted, The Engineer will sample excavated material to determine suitability of the native material for backfill use, If native material is found to be campactable and within the tolerance range of moisture content, the CTheontractor will be required to use the native material for backfilling, fromCon bec*ac omingr shall take an n saturated bcyonE the critical moisture iimitssteps to keep tandmwillibe required to replace any such saturated material with bank run gravel at his own cost and expense, '*The Contractor shall exN Engineer for the pu to test pits in the backfill as directed by the rpose of testing the backfill compaction. At the option of the Engineer far the purpose of testing the backfill Compac.tion, At the option of the Engineer, density tests may be taken on a lift of compacted backfill immediately prior to placing the next lift. All costs in connection with excavating test pits and for standby time during field density test shall be considered as incidental to the back- fill and shall be included in the unit prices bid for the various items involved, if the required compaction density has not been obtained, the Contractor shall remove the backfill from the trench and recompact using heavier compaction equipment or more passes, This process shall be repeated until the Ce-tractq- has established a procedure that will provide the required field density, The Contractor will then be oermited to proceed with backfilling and compactinq the remainder of the Dipeline under the 8poroved CD?Aa[ti Dn procedure, In the event routine field densities taken during the course of Con- struction show the specified compaction is not being obtained because of changes in soil types or for any other reason, the Contractor will be required to re-establish his CpmpeCtiDn procedure, in no ase ll excavation and proceeds until ithe specified comps ton is attained.ing nedations be allowed to All costs incurred in performing the required compaction of trench back- fill shall be included in the unit contract price per linear foot for each class, size, and type of pipe. Separate payment for backfill compaction will not be made as specified in Section 61-3.06A, Al and B. 61-3.06A WATER SETTLING Water settling will not be permitted. 61-3.07 BANK RUN GRAVEL FOR TRENCH BACKFILL If the native material is not suitable for use as backfill, bankrun gravel Class B shall be used as required by the Engineer. Bank run gravel Class B for trench backfill shall be from sources provided by the contractor and approved by the engineer, and used only when specifically authorized and directed by the engineer, Bank run gravel if used shall be Class B as specified in Section 26-2, unless otherwise provided, or as specifically approved in writing by the engineer. All other provi- sions of this section shall remain in effect. 61-4 MEASUREMENT AND PAYMENT 61-4.01 TRENCH EXCAVATION AND BACKFILL All costs with the exceptions indicated in Section 61-5 herein incurred in performing the required trench excavation and backfill, in- cluding backfilling with select native trench excavated material, shall be included in the unit contract price for each class, size, and type of pipe. All costs of cribbing and sheeting, foundation preparation, dewatering, disposal of excess excavated material and compaction of backfill shall also be included in the unit contract price for each class, size, and type of pipe. 61-4.01C EXTRA DEPTH TRENCH EXCAVATION Extra depth trench excavation will be measured by the linear foot of installed pipe between manholes or catch basins, where the average depth of required trench excavation between manholes or catch basins is 12 to 16 feet or 16 to 20 fePt as defined in Section 61-3.01A herein. Payn,_ot at the unit contract price bid per linear foot for 'Extra Depth Trench Excavation (12 feet to 16 feet)' or 'Extra Depth Trench Excava- tion (16 feet to 20 feet)' shall be full compensation for all extra labor, materials, equipment, and excavation required to successfully install and test sanitary sewer mains and sanitary sewer laterals over twelve (12) feet deep. If the average depth of required trench excavation as defined in Section 61-3.01A herein, is calculated to be exactly twelve (12) feet, no payment will be made for extra depth trench excavation, 61-4.02 BANK RUN GRAVEL FOR TRENCH BACKFILL If bank run gravel is required, measurement will be by the ton in accordance with Section 26 herein. Payment will be at the unit contract price per ton bid for "Bank Run Gravel Class "B" and shall be full compensation for the procurement, trvsportation, placement, and for the disposal of excess excavated trench material, The quantity shown in the Proposal is for the purpose Of establishing a unit trice only; actual quantities will be determined in the field as work progresses. 61-4,04 FOUNDATION MATERIAL If foundation material is required, measurement will be by the ton. Payment will be at the unit contract price per ton for "Foundation Material" and will be considered as full compensation for all costs of procurement, transportation and placement, and for all costs of removal and disposal of unsuitable materials. The quantity of material required is not known; the approximate quantity listed in the Proposal is arbitrary and shall not be considered as indicative of the actual quantity required. 61-4.07 COMPACTING EQUIPMENT All costs of compacting equipment or its use shall be considered as incidental to I contract. 61-5 PAYMENT Payment will be made for the following b,d items: "Bank Run Gravel Class B (Trench)" per ton "Pipe Bedding Material in place at" per ton "Foundation Material installed per ton SECTION 62 - PiPE LAYING, JOINTING AND TESTING 62-1 DESCRIPTION Pipe laying, i St d Section 62 o theandar Spec fication%. except lb i h asspecificaily modi fled herein, l 62-3 CONSTRUCTION DETAILS 62-3.01 SJRVEY LINE AND GRADE Survey line and control hubs will be prooje^, by the Engineer, 62-3.08 PIPE JOINTING Mortar Joints will be permitted only at manholes. 62-3.09C STORM DRAiN CONNECTIONS Where shown on the Plans or as directed by the Engineer, connections to existing storm sewers shall be encased with Class 5 (3/4) Portland cement concrete. All labor, m,+erial, equipment and incidental costs for such encasement shall be considered incidental and no further com- pensation shall be made. 62-3,10 TESTING FOR ACCEPTANCE The testing of the storm drain system will not be required unless specifically directed by the Engineer, The storm drain system will be inspected by t .e Engineer. Any departures from the best construction practices, such as pipeline misalignment, presence of foreign matter in the catch basins or manhole poor manhole or catch basin construction, etc., shall be corrected by the Contractor at his own expense. Continuous poor construction practice shalt be cause to require complete testing of the storm drain system. No additional payment will be allowed if testing is deemed necessary by the Engineer. Testing of the sewer system will be required. Prior to testing, the sewer will be inspected by the Engineer. Any departures from the best construction practices, such as pipe line misalignment, presence of foreign matter in the sewer or manholes, poor manhole Construction, etc., shall be corrected by the Contractor at his own expense, Testing will not be authorized until such corrections have been made. 62-3.10B INFILTRATION TEST .,00uld high ground water conditions be encountered, the completed sewer may be infiltration tested. Infiltration testing shall be utilized only when ordered by the Engineer, 62 _),IOD A1_ R TESTING pressure air The Contractor may, upon approval of the Engineer, employ low testing accordanC- withSection 62 ofcthe ompl Standards Specifications g shall he in 62-5_ PAYMENT YMENT All costs of storm drain and sewer testing will be considered incidental to the Contract. SECTION 63 - MANHOLES FOR STORM AND SANITARY SEWERS 63-1 DESCRIPTION Manholes shall be constTucten of pre-cast concrete units in accordance with Section 63 of the Standard Specifications and the plans. Type 1-49 manholes have eccentric reducing cone. 63-2 MATERIALS 63-2.02 STEPS Manhole steps shall be constructed of galvanized deformed bars. Refer to Standard Plan No. 41 for typical step detail, 63-2.08 CAST IRON FRAMES AND COVERS In aodition to this section of the Standard Specifications, cast iron frames and covers shall conform to Standard Plan No, 42, Standard Specifications except that, one only one-inch (1") hole shall be provided in lieu of the three (3) holes specified on Stand"rd Plan No. 42. Cast iron frames and covers shall be Olympic Foundry No. 5943, or approved equal, with n handle, and with the work "SEWER" in two-inch (2") raised letters embossed on the cover of manholes in the sanitary sewer system. The drainage manholes shall have the word "STORM" on the cover, 63-3 CONSTRUCTION DETAILS 63.3.02 BEDDING Bedding material shall be placed around the manhola up to the elevation of the springline (greatest horizontal dinension of pipe in c-oss-section), of the connecting pipe. 63-3.10 GRADE ADJUSTMENT Manhole cover frames for new sanitary sewers shall be installed, utilizing sufficient cones and rings, io allow for temporary adjustment to grade during Construction of sanitary sewer. Final adjustment to grade of sanitary sewer manhole covers shall be accomplished during street construction according to Section 53. Manhole covers shall be adjusted to an elevation six (6) inches above the elevation of the surrounding ground in unimproved areas. 63-3.11 LHANNELS Channels shalt be constructed in all sanitary manhole structures. 63.4 MEASUREMENT Each ma^hole will De measured to the nearest one-tenth (0.1) of a foot, from invert of the outset pipe, vertically to the top of the tasting. 63-5 PAYMENT Payment for manholes, as shown on the Plans, shall consist of a basic price for each, plus a unit pric. per vertical foot for all depth in excess of five (5) feet. Payment .111 be made at the unit prices bid for: "Sanitary Manhole, Basic B feet" per each "Extra Depth Manhole par% vertical foot The Contractor shall include in the unit contract prices for manholes the cost of furnishing all labor, equipment and materials r ,ces$ary to suc- cessfully install the manholes, including excavation, backftll, all pre- cast component steps, ladders, adjusting brick, frame and cover, chan- neling, stubs, plugs, rubber gaskets where required, and all pipe con- nections. Bedding and foundation material, if required, will be paid for in accordance with the applicable bid items of other sections. SECTION 64 CATCH BASINS AND INLETS 64-1 DESCRIPTION Catch basins shall be constructed in accordance with Section 64 of the Standard Specification Standard Plans No. 52 and No. $5. 64-2.01A FRAME AND GRATE The frame and grate shall conform to standard plan No. 49. 64-2.01B TRASH RACK Trash racks Shull be constructed in accordance wits standard draw- ing B-26a.1 for Standard Grate inlet Type 1 of the State of Washington Standard Plans for Road and Bridge Construction, 1976, 64.3 CONSTRUCTION DETAILS The location and grade of catch basins shall be staked in the field by the Engineer. Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 13-3.IOE3 "Method B" of the Standard Specifications. 64-3.01 GRADE ADJUSTMENT Catch basin cover frae�es shall be installed on : minimum of two courses of adjusting bricks or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch on the :uter surface. Catch basin covers shall be adjusted to the elevation designated by the Engineer, 64-4 MEASURFMENT AND PAYMENT Measurement for payment of all catch ba!'ns A trash racks shall be per each, Payment of furnishing and piaci, . catch tasin Type I-C and Stogy m manholes and trash racks shall be made at the respective unit bid con'.ract prices per each as set forth i;, the Pro,osai, and shall be full compensation for all labor, equipment materials, including excavation, backfill, frame and grate, adjusting the frame to final grade and ail other incidentals. Payment for Storm manholes shall also include a unit price per vertical foot at the appropriate diameter for 411 depth in excess of five (5) feet as measured to the nearest 0.1 foot from the invert elevation of the lowest pipe to the grate or cover. SECTION 68 - FINISHING AND CLEANUP FOR UNDERGROUND CONDUITS 68-1 CLEANUP Prior to acceptance of construction, the Contractor shall remove from the Owner's property and from all public and private property, all temporary structures, tools and equipment, rubbish and waste or surplus materials. After all backfill has been completed, the ground surface shall be shaped to conform to the adjacent irfaces. General cleanup of the entire construction area shall conform to applicable requirements specified in Section $7 of the Standard Specifications. All guard posts and utilities, traffic signs, fences and mail boxes which were removed or disturbed during construction shall be reinstalled or replaced. Mailboxes and traffic signs ,hall be reinstalled immediately after backfilling the trench. Peres stakes monument' or other pro ert markers lying within the construction easement w be re erence by Lhe Engineer, and if said marker interferes with construction they will be re-established by the Engineer. Property markers existing outside of the construction ease- ment which are displaced, damaged or destroyed shall be relocated by the Engineer and all work including necessary surveying, shall be charged to the Contractor and deducted from payments otherwise due to him. Shrubs and ornamental trees which are damaged. or destroyed by the Con- tractor's operation an which were designated to be saved shall be re- placed by the Contractor in species, size and grade by a healthy shrub or ornamental tree acceptable to the Engineer, and the Contractor shall guarantee the shrub or tree to live for a period of at leost one (1) year, 68-2 MEASUREMENT AND PAYMENT Cleanup and finishing shall be conside,ed incidental to construc- tion and all costs thereof should be included in other bid items of the contract. SECTION 72 - PIPE FOR WATER MAINS 72-1 GENERAL All pipe sizes, as shown on the drawings, and as specified herein, are in reference to "nominal" diameter, unless otherwise indicated. All pipe shall be fabricated to fit the plan shown on the drawings. One type of pipe shall be used throughout the entire project except as necessary to match existing piping or as otherwise specified by the Engineer. Where relcoation of or replacement of existing piping is necessary during construction, materials used shall match the existing, subject to the approval of the Engineer. All pipe, valves, fittings, and specials shall be for water working pressure as described in the following specifications and plans and shall conform to the requirem-ntt of the applicable sections of the A.P.W.A. Standard Specifications, as modified herein. 72-2.02 DUCTILE IRON PIPE Duct"e Iron Pipe shall conform to ASA Specification A21.51-1971 (AWWA C151-71 Grade 60-42-10). Ductile Iron Pipe shall be cement lined and sealed in accordance with ASA Specification A21.4-1964 (AWWA C104-64), 4" through 12" pipe shall be 1/16" cement lined and 14" through 24" pipe shall be 3;32" cement lined. The pipe joints shall conform to ASA Specification A21.11-1964 (AWWA ' i111-4). Pipe joints shall be Tyton Joint, Mechanical Joint or approved equal, as required by the bid proposal ;ascription. Approval must be obtained prior to bid opening. Pipe thickness class shall be as required by the bid proposal descrip- tion. 72-2.08 PIPE FITTINGS Cast iron pipe fittings 4^through 12" shall be Class 250, and 14" througgh 24" shall be Class 150, as per ASA Specification A21.10-1971 (AWWAC110-71). Joints for fittings shall be Mechanical Joint as per ASA Specification A21.11 (AWWA C111-64). The above shall hold true unless called out otherwise on the plans or in the Bid Proposal. 72-2.11 SERVICE CONNECTIONS Service line connection to the new main will conform to the Standard Specifications of the City of Renton bound herein as applicable. The Engineer will indicate the location for the taps on the new main for each service to tie reconnected. The Contractor will direct tap mains for 3/4" and 1" services and use double stay service clamps for 1 1/2" and 2" services. The Contractor will use Copper tubing for 3/4" and 1" lines and galvan- ized steel pipe for 1 1/2" and 2" lines. Connections to existing service line will be with Dresser type rouplings for steel pipe and flare-type, three part unions for copper tube. Where required, relocate meter and box es directed by the Engineer. The final installation shall conform to the Standard Detail. SECTION 73 - TRENCH EXCAVATION AND BACKFiLL FOR WATER MAINS 73-1 GENERAL Trench excavatior, backfill, foundation preparation and bedding for the waterline and appurtenances shall be in accordance with the appli- cable provisions of Section 73, A.P.W.A. Standard Specifications, except as modified herein. EXCAVATION The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment shall be made for material which is used for purposes other than those designated. Should the Contractor excavate below the designated lines and grades without prior approval, he shall replace such excavation with approved materials, in an approved manner and condition, at his own ex- pense. The engineer shall have complete control over the excavating, moving, placing, and disposition of all material, and shall determine the suit- ability of material to be used as backfill. All unsuitable material shall be wasted at a site provided by the Contractor. Excavation of every description, classification and of whatever sub- stances encountered within the limits of the project, shall be performed to the limes and grades necessary for embarkment, pipe bedding and struc- tures, and as indicated on the drawings. Temporary drains and drainage ditches shall be installed to intercept or direct surface water which may affect the promotion or condition of the work. All excavated materials not ^eeting the requirements for backfill and all excess materials shalt be wasted at A site provide by the Contractor. No separate or extra payment of any kind will be made for storing, handling, hauling, manipulation or waste of excavated materials. FOUNDATION PREPARATION AND BEDDING Foundation preparation shall be in accordance with the applicable pro- visions of Section 73, A.P.W.A. Standard Specifications, except that the bottom of the trench must be shaped to uniformly support the bottom quadrant of the pipe throughout its entire length. In case unstable or unsuitable existing material is encountered at the trench bottom, the engineer may direct the use of material in accordance with Section 73.2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions will not necessarily be considered as an indication of unstable conditions. The trench ,hall be de-waterel and an inspection made by the Engineer to determine the suit;hility, of the trench material. All costs for de-watering shall be the responsibility of the Contractor. The price per ton for foundation material shall be full compensation for selecting the source, furnishing and plating the material as outlined in Section 73-2.06. Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacing, stones larger than 8 inches in dimension and other debris shall be used for backfill except were otherwise required. 73-2.06 BACKFILLING TRENCHES Initial Backfill Initial backfill shall be placed around the pipe in layers not exceeding eight inches in depth and each layer shall be thoroughly compacted by mechanical tampers to at least 95% of maximum dry density at optimum moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D. Ali work related to the testing of the compaction, including proctor test and compaction tests shall be taken on the pipe trench areas. The locations of the tests shall be selected ,y the Engineer. if one or more tests do not meet the specifications as stated above, additional test will be taken as requested by the Engineer at the Contractor's expense. Subsequent Backfill All subsequent backfill under street and shoulder areas shall be placed in lifts not exceeding 8 inches in loose depth, and each lift compacted to at least 95% of maximum ^ensity at optimum moisture content as determined by ASTM Designation D698-53%, Method D. Inpiace density determination shall be made in accordance with ASTM Designation D1556-58T, except as otherwise approved by the Engineer. Testing for compactions in the improved areas shall be in accordance with the testing as stated in the section on initial backfil'. 73-2.08 BANKRUN GRAVEL FOR TRENCM BACKFILL Select trench backfill for the pipe shall consist of crushed or naturally occuring granular ma. ial from sources selected by the Con- tractor. The source art quality of the material shall be subject to approval by the Engineer. Select trench backfill shall meet require- ments for bank run gravel Class "B" as outlined in Section 26.2.01 of the Standard Specifications. 73-3 MEASUREMENT AND PAiMENT No separate or extra payment of any kind will be made for excavation, compaction, wetting, drying, water, or processing of materials, but shall be inclined in the applicable unit price paid for the waterline in place, complete. Select backfill shall be placed only in those places designated by the Engineer, Payment for Bankrun Gravel Class "B,, (trench) shall be paid at the unit Price set forth in the proposal by the ton. SECTION i4 - PIPE INSTALLATION FOR WATER PAINS 74-1 GENERAL The pipe installation shall conform to Section 74 of the SLandaiJ Specifications except as herein modified. Jointing shall conform to the manufacturer's recommendations. Cut pipe with approved pipe saws only. Keep pipe plugged except during ictual pipe laying. The inspector will stop work unless an approved plug is on site and available. Depth of bury on this installation shall be 43'. 74-2.10 CONNECTIONS TO EXISTING MAINS Connections to existing piping and tie-ins are indicated on the drawings. The Contractor mu;t verify all existing liping, dimensions and elevations to assure proper fit. The Contractor shall make all connections and t,e-ins under the direc- tion of the City of Renton Utilities Depe tment. T^e Contractor must also provide any specials required to make a satisfactory connection. The Contractor shall be responsible for the protect,on of all existing piping and appurtenances during construction, and shall take care not to damage them or their protective coatings or impair the operation of the existing system 'n acy way. 74-2.17. ) TESTS Hydrostat., pressure and leakage tests on the new pipeline shall be made in accordance with applicable provisions of AWWA C-600-54T or C603-64T and Section 74 of the A.P.W.A. Standard Specifications, except as modified herein. All equipment necessary to make the test shall be furnished by the contractor, and the contractor shall conduct all tests under the super- vision of the engineer. Any blow-off assemblies which may he required for testing shall be sup- plied by the Contractor, Pressure Test Prior to acceptance of the system, the entire system shall be subject to hydrostat'c pressure testing 0 250 psi. Any leaks or imperfections developed under said pressure shall be remedied by the contractor before final acceptance of the system. The contractor shall provide all neces- sary equ'pment and shall perform all work connected with the tests and conduct said tests in the presence of a Utilities Department Inspector. Insofar as practical, tcsts shall be made with pipe joints, fittings and valves exposed for inspection. Leakage Tests Leakage tests shall be made after the pressure tests have been satisfactorily completed on the new pipeline or concurrently with the pressure test. The hydrostatic pressure for the leakage tests shall be equal to 100 psi. 74-2.13 DISINFECTION OF WATER MAIN Disinfection of the new water system shall be required prior to completion fo the project and shall be in accordance with A.P.W.A. Standard Specificatien C601-54 and Section 74 fo the A.P.W.A. Standard Specifications and shall meet the acceptance of the State of Washington Department of Health. The initial concentration of chlorine in the line shall be 50 parts per million and this solution shall be held for a period of 24 hours. Disinfection of the entire water system installed or disturbed urder ;his contract, including pipe. pipe fittings, valves and apnurtenances, is required to conform with the specifications stated herein. 74-2.14 CONCRETE BLOCKING Provide concrete blocking at all fittings and horizontal or vertical angles points. Conform to the Standard Detail for General Blocking herein and the A.P.W.A. Standard Details for vertical blocks. All fittings to be blocked shall be wrapped with V , Queen. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around jo`nts. The forms shall be stripped prior to backfilling. Shackle Rods, where required, shall be installed with the use of shackle lugs. All shackle rods shall be galvanized or coated with two coats of asphalt varnish, Federal specifi- cation TT-V-Sla or J.A.N.P-450. 74-3 MEAS'JRF!IENT AND PAYMENT The pr4cn per linear foot for installing the water pipe, of size and quantity listed in the bid schedule, shall constitute full compensation for the water line, in place, complete, including: all pavement removal, excavation, trenching, native backfill, foundation preparation, compaction, pipe, pipe laying and jointing; sheeting, shoring, dewatering, connections to existing pipe, and furnishing and installing all fittings. Concrete blocking shall be measured and paid for at the applicable contract price, per cubic yard; payment of which shall constitute full compensation for furnishing the material in place, complete. Service connections shall be paid at the applicable bid price per each: payment of which shall constitute full compensation for furnishing and installing all materials indicated on the standard details and as necessary to complete the connection, including pipe or tubing. SECTION N 75_VALVES FOR WATER MAINS 75-1 DESCRIPTION_ Gates Valves (_ 3" t- 12"1 Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. All valves shall be designed for a minimum water operating pressure of two hundred (200) pounds per square inch and shall conform to AWWA Specification C-500-61 and any subsequent modificatior, thereof. Each valve shall be " " g type,square operating nut, and shall penrbyturning clockwisestandard and valves shall be IOWA List 14, Mueller A-2380, pacific States, U.S. Metropolitan, Kennedy, or M&H. Gate Valves (14" through 24" Gate valves shall be of tensile strength cast iron, non-rising stem, full bronze mounted with nouble disc gates. All valves shall be designed for a minimum water operating pressure of one hundred fifty (150) pounds Per square inch and shall conform to AWWA Specification C-5-0-61, and any subsequent modification thereof. The gate valve shall be for horizontal installation on horizontal pipe. The valves shall be equipped with bypass valves, enclosed bevel gearing and grease case, tracks, rollers, scrappers, and a standard square oper- ating nut which shall open by turning counter clockwise (left). The bypass valves shall conform to the specifications for 3" through 12" Gate Valves. 75-4.01 MEASUREMENT AND PAYMENT The 4", 6" and 9" gate valve assembles shall be measured and paid for at the applicable unit price Per each, in place, complete, which Shall constitute furl compensation for valve marker and all other neces- wil' be aid for a complete installation, Hydrant auxiliary valves P under Fire Hydrant Assemblies. The 12" gate valve assemblies shall be measured and paid for at the applicable unit price Per each, in place, complete, which shall consti- tute fu1 , compensation for valve, bypass v installation. alve, concrete vault, steps, concrete valve marker and all other necessary accessories for a complete SECTION 76 VALVE CHAMBERS AN) BOXES FOR WATER MAINS 76-1 DESCRIPTION FOR VALVES AND VALVE CHAMBERS The 12" gate valve assembly shall include a Precast Concrete Vault. The City of Renton Standard detail for 'Precast 12' Gate Valve Chamber' is bound in these specifications. Valve chambers shall be in accordance with Section 76 of the Standard Specifications except as modified oy details bound in these specifica- tions. All valves shall have concrete valve markers with distances clearly marked. The con-rete valve markers shall be Lundberg Concrete Co., water valve markers design or approved equal. 76-4 MEASUREMENT AND PAYMENT Valve chambers and boxes shall be paid for as described in Section 75-4.01. SECTION 77 - FIRE HYDRANTS 77-1 DESCRIPTION Fire Hydrants shall be Corey Type (openlag with the pressure) con- forming to A'AHA C-504-64 with a 6" inlet and a minimum M.V.O. of 5", two 1 1/2" hose nozzie$ with National Standard 7 112 threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 00 V. threads, O.D. thread 4.875 and root diameter 4.61263, 1 1/4" pentagon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechanical ,joint connections unless otherwise specified in bid proposal description. Fire hydrants shall be of traffic type and provisions shall be made for drainage of barrel to protect units from freezing. Fire hydrants shall be of such length as to be suitable for installation with connections to piping in trenches 4 1/2' deep unless otherwise specified. Fire hydrants shall be IOMA. Pacific States or approved equal. Approval must be obtained prior to bid opening. Fire Hydrant Assembly shall include: C.I. Tee (MJxFL), 6" Gate Valve (FLxMJ), 6" C.I. Spool (PExPE), 5" MVO Fire Hydrant (MJ Connection), B" x 24" C.I. Gate Valve Box, and 3/4" Shackle Rod with accessories, and 2 concrete guard posts. Paint shackle rocs as specified in Special Anchor- age of this section. The Hydrant shall be for a 4 1/2' bury unless otherwise noted on the Plan. Upon completion of the project, all fire hydrants shall be painted to City of Renton specifications and guard posts painted white. The City of Renton Standard Detail for hydrant assembly and hydrant guard posts is bound in these specifications. 77-4 MEASUREMENT AND PAYMENT Fire hydrant assemblies shall be measured and paid for at the apoli- cable unit price per each, in place, complete which shall constitute full compensation for tee, valve, valve box, spool, fire hydrant, shackling, installation of blocking, bracing, drains, fitt'ngs, and all other necessary accessories for a complete installation. Payment for Fire Hydrant Assembly Type A sh,ll also include furnishing and installing a 12"x6" C.I. tee at the main. Payment for Fire hydrant assembly Type B shall also include furnishing and installing a 10"x6" C.I. Tee on the 10" diameter stub to property line. 1 SECTION 19 - BLOW-OFF ASSEMBLY AND AiR-VAC ASSEMBLY 19-1 DESAIPTiON TP-I1 2-INCH BLOW-OFF ASSEMBLY 2-inch blow-off assemblies, as detailed in tim standard drawing section of these specifications, shall be provided and Installed by the contractor, for all permanent locations shown in the plans. 2-inch Air-Vac assemblies, as detailed in the preceding section of these specifications, shall be provided and installed by the Contractor for all permanent locations shown in the plans. 19-2 MEASUREMENT AND PAYMENT 2-inch blow-off assemblies and 2-inch Air-Vac assemblies shall be measured and paid for at the applicable unit price per each, in place, complete, which shall constitute full compensation for all pipe, fittings and all other necessary accessories for a Complete installation. The contractor shall be paid for all permanent installations and all temporary assemblies turned into the City of good working order. SECTION 110 - SIGNAL AND STREET LIGHTING 110-1 SCUPE OF WORK The work to be performed by the contractor shall consist of the furnishing of material and installation of a complete master supervised, full-actuated traffic signal at the intersection of Lind Avenue S.W. at S.W. 16th Street and an illumination system on S.W. 16th Street from Lind Avenue S.W. to the East Valley Road, on the East Valley Road from S.W. 16th Street to S.W. 41st Street, on S.W. 19th Street from the East valley Road to Raymond Avenue S.W., and on S.W. 27th Street from the East Valley Road to a point approximately 1,500 feet west of the intersection of Lind Avenue S.N. - the approximate intersection of the proposed Valley Parkway. The Contractor is advised that the scope of work incorporates the removal of existing 400 watt sodium vapor luminaires within the Central Business District (CBD) of the City of Renton in the vicinity of S. "th Street between Rainier Avenue South and Main Avenue South, at existi. a luminaires identified in the field by the Department of Public Works, C u.I 4 Renton. The Contractor shall reinstall 250 watt, flat lens, high pressure sodium vapor lumin .ires at these CBD locations, transport the 400 watt HP luminaires removed from the CBD to the LiD project site, refurbish the luminaires as necessary, and install the luminaires on new davit style aluminum light standards, and shall in- stall conduits, junction boxes, light standard pedestals, and "Modified Type 0 Service Cabinets" on concrete pedestals in accordance with the Service Detail Sheets, and complete the street lighting and signal sys- tem described herein along with all megger a,.d other tests and the necessary refurbishment of existing conduit systems that are incor- porated into this project and so designated on the Plan Sheets, and all ether work as shown on the referenced Plan Sheets or described in these Technical Provisions, all in accordance with these Technical Provisions, the Standard Specifications for Road and Bridge Construction, 1980 Edi- tion, published by the Washington State Department of Transportation, all within the city limits of the City of Renton, King County, Washington. 110-2 W.S.D.O.T. STANDARD SPECIFICATIONS FOR STREET LIGHTING e SIGNA — installation of all portions of the street lighting system shall comply with the State of Washington Standard lSpecifications for ade portions of Sections 2 and Bridge f BridgeConstruction, 1980 Edition. Locations of power sources will be coordinated with Puget Sound Power 6 Plan ets be adjustedtiinnstheScribed on field to these changed fieldeconditions. and othrwise noted on thee ePlan Sheets sand within these Special Provisionsn are approximated and the exact location will be established by the Engineer in the field. 110-3 TRENCH AND BACKFItt The Contractor shall supply trench as necessary for Complete and proper installation of the signal and illumination conduit. All trenches .11 be backfilled in accordance with the applicable por- tions of the Standard Specifications and the W,S.D.O.T. Standard Speti- fications. Trenching for conduit runs shall be done in a neat manner and the trench bottom shall be graded to provide a uniform grade, with a width and depth as called out on the drawing or as directed by the Engineer. No work shall be covered until it has been examined by tha Engineer, Earth which fills around and over the conduit shall be free of rocks greater than two inches up to a depth of six inches. When trenching is being accomplished within the sidewalk area, the back- fill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the W.S.O.O.T. Standard Specificaitons (Section 110-2). The tamping requirements for roadway backfill shall apply. Should native materials be unacceptable in the opinion of the Engineer, the Contractor shall backfill with Bank Run Gravel Class "B" (Trench), When trenching is Seing accomplished within the roadway area, the top 12" shall be select trench backfiii and shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the material shall be subject to approval by the Engineer, The City reserves the right to make additions or deletions to the trench- ing which prove necessary for the completion of this protect. Trench depth will be sufficient to allow 24" cover over the top conduit. The minimum width for the trenches will be at the option of the Contrac- tor. Trench width will, however, be sufficient so that all of the necessary conduit can be installed within the specified depth and mini- mum cover be maintained. 110-3,1 MEASUREMENT foot.Measurement for Conduit Trench and Backfill shall be by the linear Measurement for Bank R�,n Gravel Class "B" (Trench) shall be by the ton, 110-3.2 PAYMENT Payment will be made under; (1) "Conduit Trench and Backfill," per linear foot, M____ The unit contract price for trench and backfill per linear foot shall be full compensation for excavating, loading, hauling and otherwise dis- posing u� the native materials, for backfilling, for replacing and tamp- ing backfill material and native material and for the restoration of the trench as shown on the Plans or as directed by the Engineer, all in accordance with the Plans, these Technical Provisions and the Standard Plans and W.S.D.O.T. Specifications. The unit contract price for Bank Run Gravel Class "B" (Trench) shall be full compensation for furnishing, placing, compacting and all labor and equipment necessary to complete the backfill of conduit trenches, or those areas where the Engineer has determined that native backfill is unacceptable and orders the use of Bank Run Gravel Class "B" (Trench). 110-4 CONCRETE FOUNDATIONS AND POLE LOCATIONS 110-4.1 GENERAL Foundations shall be in accordance with Section 8-20.3(4), as modi- fied below. The Contractor shall provide all materials for and construct the foundations for traffic slynal poles, traffic signal controller and light standards to the dimensions specified i" Table i below and in Accordance with applicable provisions contained in the W.S.C.O.T. Stan- dard Specifications and Standard Plans J-6b and J-8. The anchor bolt circle shall match that of the pole to be installed thereon. All excess materials shall be removed from the constuction site and dis- posed of at the Contractor's expense. Concrete shall be placed against undisturbed earth if possible. Before placing the concrete, the Contractor shall "block-out" the section around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line($). Concrete foundations shall be troweled, brushed, edged and finished in accordance with Section 6-02.3(14)A. Concrete shall be promptly cleaned from the exposed Portion of the anchor bolts and conduit after placement. Foun- dations for all standards shall be Class "C" Concrete and steel rebar shall be furnished and placed as shown on the Standard Plans. After a curing period of two weeks, the Contractor may install the traffic signal mast arm poles or lumina're poles, as applicable. TABLE I Pole Type Standard Plan Foundation _ Reference Dimensions Mast Arm Signal Pole J-8 7' x 3' sq. or dia. (All mast arm lengths) Traffic Signal Controller See Detail Sheet (Type P-I Cabinet) Light Standard J.ld 4' x 3" sq. or dia. All concrete foundations shall be constructed in the manner specified below: (1) Where sidewalk or raised islands are to be constructed as a past of this project, the top of the foundation shall a made flush with the top of the sidewalk or island. (2) Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer. All roncrete foundations shall be located by the Engineer in the field. Poles shall be installed so that the mast ar m is perpendicular to the centerline of the roadway from which it is stationed, unless otherwise noted on the Plans or in the Construction Notes. The poles shall be installed on leveling nuts and washers secured to the anchor Dolts and with locking nuts and washers on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. The space between the concrete base an" the bottom of th pole e flange shall be /111ed with dry Pack motar to completely fill the SPace under the flange and around the conduits and be neatly troweled to the contour of the pole flange. A Plastic drain hose (1I2" /) shall be inserted through the mortar to provide drainage from the interior to the pole base and be trimmed flush with the interior and exterior surface of tha Mortar, Dry Pack mortar shall consist Of a 1:3 mixture of cement and fine Sand with just encuyh water $o that the mixture will stick together on being molded into a ball by hand and will not exude free moisture whtn so pressed. 110-4.2 MEASUaEM;NT placeMeasurement will be by Lht, unit it each type specified, complete in (1) Signal Pole foundation _ per each, (2) L ght Pole foundation __-_ ter each, (3) Signal Controller foundation --`_._ Per each. (4) Service Cabinet foundation per each, 110-4_ 3_ PAYMrNT The unit contract )rice, per each foundation, will be full compen. sation for all costs of labor, tools and materials for excavation and c Onolete installation in accordance Kith these Technical Provisions and Plans. 110-5 A` ,UM_ NOES 110-5_ 1 GENERAL All light standards furnished under this contract shall be spun aluwninum davit style in accordance with Section 9-29.6(11, 9-29.5(1)A and 9-29.6(1)B of the N.S.0.0.T. Standard Specifications, with these Technical Provisions, and the Detail sheet attached hereto. 110-5.2 DESIGN All poles and davit arms shall De signed to support a sir lighting lum de inaire with a minimum Nei be a 50 1Ds, and to withstand pressures caused by wind loads of 85 miles Per hour with a gust factor of 1.3. All poles to he furnished shall maintain A minimum safety factor of 4.38 On yield strenntn of weight load ^^d 2.33 for basic wind presure, All "aterials furnis'`.ed shall be in r-^Oral polished, alu'ninum color, 110-5.3 SHAFTS The pole shaft shall be provided with a P x 6' (minimum dimersions) f' ih hand-hole near the base designed to prevent loss of shaft Strength and provided with a matching metal cover secured with stainless "teat screws or bolts. The hand-hole shall be lotwteJ near the base and on the same side of the pole as the bracket arm. A groundingy nut or provision ero in hand-hole frame for atcaodatilg a threaded bolt for the purpose of attaching A grounding connector shall be provided on the inside of the shaft. After fabrication the Shaft shall have a mechanical strincth of not less than the temper o! the alirtinum material utilized 'or the manufacture of the pole. All shafts furnished for a mounting height of 35 feet Shall be ?� round, tapered tube or may consist of a base section of round, standard ^tube not grater than five (5) feet in length with a round tapered tube ­rma- nently welded atop this section So that the five (5) foot section and fabricated joint shall be capable of •esisting at yield strength stress the bending moment of the round, tapered tube at its yield strenggth stress. All faints shall he flush and provide an even and clean profile. 110-5.4 ;NCHOR BASE A On!-piece anchor base Or adequate trength, shape and site shall be Secures to the tower end of the shaft SO that the base shall be capable of resisting at yield strength stress the bending rionent of the Shaft at i;s yield strength ;tress. The base Shall be provided with four slotted or round holes to receive the anchor bolts. Bolt cover(%) shall be provided with each pole. 110.5.5 ANCHOR BOLTS Four high strength steel anchor bolts, each fitted with two hexnuts ah., two flat washer%, shall be furnished with the poles. Fach anchor bolt shall br furnished wltn ne poles. Each anchor bclt shalt have An "L" bend <" minimum length at the bottom end and be threaded 6" minimum ' at the top end, Threaded ends, all nuts and washer% shall be hot. Jill galvanized. The anchor bolts shall be c. Ahlr of resisting at yield strength stress the bending moment of the shaft at Its yield strength Stress. 110-5.6 MISCELLANEOUS HARDWARE All hardware (bolts, nuts, screws and washer% but no' including anchor t--,its! not otherwise specifically designated herein shall be staff less steel. 110-S.1 ALUtiNLM DAVIT ARMS All davit arms furnished under this contract shall de aluminum of the same temper utilized for the poles described above And with the letail Sheet attached hereto. )oe davit style arm shall be dimensioi,ed as noted on the Plan Sheets and shall incorporate a 5-9` radius bend. The outer portin of the arm shall be nearly horizontal to " degrees above horizontal and shall be fur- nished with e ' siipfitter with a maximum length rf 8' to fit the luminaire specitied hereinafter. The pole end of the sin5le davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. 110-5.8 MEASUREMENT Measureme,t for aluminum davi(: style poles shall be by the unit e,ntrct price per each, 110-5.4 PAYMENT - ALLWNW POLES Payment foi aluminum davit style poles shall be by the unit contract Price, Per -u`, and will be full compensation for all cysts of labor, tools, materials for purchasing, receiving, assembling, and erecting the AlumiRuf poles o, toncrete foundations and adjusting the poles in the field for plumb a•c level, in accordance with these Technical Provisions and Ptars. Payment will be: Aluminum Pole per each. 110-6 LUMINAIRES 110-6.1 GENERAL The Contractor shall remove luminaires from the City of Renton, ventral Business District and provide and install tuminai• es where designated on the Plan Sheets and s"ee Technical Provisions. All luminaires shall conform to Section 9-29.10 of the Standard Specifi- cations. Luminaires and lamps to be furnished under this contract shall be the wattage indicated on the Plan Sheets and described below. Luminaires to be ordered for this project ire 150 watt and 250 watt sodium vapor with a 240 volt regulated ballast capable )f a v—Ol�agee tolerance of +10% minimum. At the preconst-ucticn conference, the Contractor will be advised by the City Traffic Engineer, City of Renton, on matters regarding: (1) removal of 28, (twenty-eight) 400 watt sodium vapor_ltiminaires from S. 4th—Street, Central Bus n-l—ess iistrici; (2) the re-installation of new 250 watt sodium vapor luminaires on S. 4F9 Street at these 1000Mns by the Contractnr, The 28, (twenty-eight) 400 watt luminaires removed from the CBD of the City of Renton will be re-installed by the Contractor an poles provided by the Contractor as described herein, in accordance with the Plan Sheets, within the illumination system encompassed by th,s LID project. The City Traffic Engi• r will be responsible for flagging all luminaire poles within the CBD a means of identifying the affected poles and wili also define the permissable working hours when the Contractor will be allowed to interrupt traffic within the CBD for planning purposes, traffi; trill be maintained within the CBD between the h.wrs of: 6:30-9:00 a.m, 3:30-6:30 p.m. To the extent feasible, the Contractor's operation ;hall be one-side-at- a-time on S. 4th Street. 110-6.2 BALLASTS Section 9-29.9 of the W,S.D.O,T. modifi following: Standard Specifications shall be Ballasts shall be 240 volt regulated output high power factor units which will occurs, accept a voltage reduction of 45% before lamp dropout Ballasts shall be pre-Hired using "fast-on" pressure, clamp-type terminals. 110-6.3 LAMPS Lamps to be furnished under this contract shall be 150 watt and 250 wat sodium vapor with a 16,000 and 25,000 lumen minimum rating respec- tively. The minimum rated life of the lamps shall be 24,000 hours, 110-6.4 MI'.ASUREMENT AND PAYMENT Measurement and payment will be made under: (1) "CBD Luminaires, remove and replace", per each. (2) "LID Luminaires, furnish and install% per each. The unit contract price, per each, shall be full compensation for all material, labor, tools and equipment necessary .c complete the work including the connection of all conducters and testing of the system, Included in Payment Item I is the cost of refurbishing the CBD luminaires for re-use in the LID project and transporting the refurbished lumi- naires to the LID project site. incident,' to the unit bid prici for Item 1 is the cost of all flagging and traf �c control with;,, the street sections of the Central Business District, City of Renton, 110-7 CONDUIT 110-7.1 GENERAL Contractor attheclocations noteddonatheiPlanlsheetsconduit and rcessary r Conduit to oe provided and installed shall be of two types as indicated below: (1) Schedule 80, extra heavy wall PVC conforming to ASTM #01785- 67a, shall be used whenever conduit is to be placed under the raveled portions of the roadway, (2) Schedule 40, heavy wall PVC conforming to ASTM /02466-67, shall be used whenever the conduit is to be placed outside or alongside the traveled portions of the roadway. All joints shall be made with strict compliance to the a.anufacturer,s recommendations regarding cemant used and environmental conditions, 110-7.2 MEASUREMENT AND PAYMENT Measurement and payment for ronduit will be by the linear foot installed, as determined in the field at the time of constructin. Payment wil` be made under: (1) "Conduit, Schedule 40, ," per linear f,vt. (2) "Conduit, Schedule 80, per linear foot, 110-8 JUNCTION BOXES PULL JXES 110-8.1 GENERAL The Contractor shall provide and install ,)unction boxes of the type and at the locations specified in the attached Plans and Detail Sheet,. Junction boxes to be provided and installed for this Project shall be Design 3 and Design C as indicated on the Plans and shall conform to W.S.D.O.T. Specifications, Standard Plans and Detail Sheets. The inscription on the covers of a,l junction boxes shall be as indicated below: (1) "Street Lighting" and "Traffic Signals" or "Lighting" ant' "Signals" -- all for street lighting circuits and one or mor, signal circuit functions (interconnect, loop detectors, future signal conduit, vehicle and!e•, pedestrian signal functions, service), (2) 'Traffic Signals' or "Signals" -- all used exclusively for one or more signal circuit `unctions (interconnect, loop detec- tors, future signal conduit, vehicle and/or pedestrian signal functions, service). Inscriptions on junction boxes performing the same function, i.e., street lighting, traffic signal, or both, shall he consistent throughout the Project, All junction boxes shall be installed in conformance w)th provisions contained in the W.S.O.O.T. Standard Specifications and ttandard Plan J- 3a. I10-8.2 MEASUREMENT AND PAYMENT Measurement and payment will be at the unit price "per each" for the type specified, complete and in place. (1) "Design b Junction Box," per each. (2) "Design C Junction Box," per each. The unit rontract price, per each, for "Design B Junction Box," or "Design C Junction Box" shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavatior„ backfilling and compaction all in accordance with the Plans, these Special Provi- sions, and the Standard Plans and W.S.D.O.T. Specifications. 110-9 rONDUCTORS - ILLUMINATION 110-9.1 GENERAL Wire conductors for the street lighting circuitry shall be 600 volt single conductor, !8, stranded, copper, insulated with 5/64" TRW grade plasticized polyvinyl chloride compound or approved equal. The wire conductors inside the .treet light standard from the quick disconnect fuse to the luminaire head shall be 600 volt two conductor, standard size 012 AWG, type UF. The wire conductor for the stree n;hting groundieg system shal' be 600 volt single conductor 010, AWG -tranded bare copper, I10-9.2 MEASUREMENT AND PAYMENT Payment for conductors - illumination will be e' the unit price, per 1,000 feet, Payment will be under: (1) "Conductor - Illumination 08 AWG", per 1,000 Loear feet. (21 `Conductor - Illumination 012 AWG", per 1,000 linear feet. (3) "Bare Ground Wire 010 AWG", per 1,000 linear feet. The unit contract prices for conductors, size as noted, shall be ful compensation for furnishing and installing all conductors and supplying 611 labor, materials, tools and equipment necessary and/or incidental to the construction of the complete illumination cable system, The Con- tractor is advised that this pay item shall also include all tests to be conducted prusuant to Subsectiun 8-20.3'll). All additional materials and labor, not shown in the Plans or called for herein shall be Provided in accordance with Section 8-20.5. 110-In FUSES 110-1b.1 GENERAL Fuse holders in the light standards shall be a waterproof Quick disconnect type with installation in accordance with Section 9-29.23 of the Standard Specifications. I10-10.: MEASUREMENT AND PAYMENT Measurement and Payment will be made at the unit contract price, "Fuses, per each." The unit contract price for "Fuses, per each" shall be full compensation fur furnishing all labor, materials, tools and equipment necessary and/or incidemal Lo the implementaian of the fused illumination system and shall be complete. 110.11 SERVILE/CONTROL CABINET, TYPE "D" MODIFIED 110-11.1 SERVIA, GENERAL The electr,cal services shall be Type "D" Modified 120/240 volt, with approriate number of lighting circuit breakers as per service details. Service connectio•is shall be connected at locations as noted on the plans. The Contractor shall verify the service location and coordi- nate service activiti_; with Puget Sound Power 6 Light Co^pany. I10-11.2 SAFE WIRING LABELS The Contractor is advised that safe wiring labels required by the State of Washington, Department of Labor 6 Industries, shall apply On this project. The street light contactor cabinet shall have the fo'lowing qualities: 1. Fabricated from cold rolled sheet steel, 12 gauge exterior, 14 gauge interior, welded by wire-fed inert gas. All welds to be ground smooth, 3. Hinges shall be continuous concealed piano type. a. No screws, rivets or bolts shall be visible outside the enclosure. F. The cabinet shall have approximately dimensions as shoHn or. the detail sheet. 6. Tne finish or the cabinet shall be a facto-y prepared baked-on enamel, white in color, The following item shall be features in the light cabinet: I. Main Circuit breaker. 2. Branch circuit breakers. (For number required, see Service Uetail.) 3. Utility plug (120 volt - 20 amp rated) with GF1. 4. Lighting control test switch (120 volt - 15 amp rated). 5. Contactors, 6. Photo-cell. 1. 1-da, (solid state) time clocks. B. Elapsed time meter (non-resettable - 99,999 hours). 9. Thermostat (40 degrees F. closure). 10. Strip heater 100 watt. Refer to Section 9-29.11(3) of the Standare S,ecifications for general requirements. 110-1' .3 PHOTO FLc"CTRIC CONTROL The street light circuit shalt be controlled by a combination of a photo-electric cell Taunted on the cabinet with remote control relays as per photo-elect-ic detail on these Plant. The Photo cell to be furnished and wired into the luminaire as part of this contract wall be an extenal plug-in device, rated to operate on 120/240 volts, 60 H2, shall be capable of controlling a lamp load of 1,00'v watts and shall oe wired for master control. 110-11.4 LIGHT CONTROL UNIT Shalt to as shown in "Typical Service/Control Cecail" in these F n$. 110-11.5 SERVICE HIRING TO UTILITY POINT The service wiring between the service panel and the serving utility vault and/or other service point is requested by the servirg utility shall be incidental t0 the unit contract price, "Service/Control Cabinet, Type D - per each". 110-11.6 MEASUREMENr AND PAYMENT Measure-ent and payment shall be at the unit contract price, "Service/Control Cabinet, Type D, per each" and shall be full Lompensatipn for all elements as specified under Subsection 8-20.5 o` the U.S.D.O.T. Standard Specifications. SECTION ill TRAFFIC SIGNAL 111-1 GENERAL REQUIREMENTS The work to be performed by the Contractor shall consist of the installa- tion of a traffic signal at the intersection of S.W. 16th Street and Lind Avenue S.W. The traffic signal controller shall comply with adopted City of Renton Controller Standards and she I be compatible with the City's Multisonics master. An interconnect conduit with pull wire shell be installed to the south approach of the existing Lind Avenue c"er- crossing of interstate 405 but no extension or interconnection will be required at this time, The work shall include the furnishing and installation of the traffic signal controller, cabinet, peripheral equipment, induction loop detec- tors, loop amplifiers, traffic signal poles with mast arms, traffic signal heads with back pletes, pedestrian signal heads with pedestrian posh-buttons, signal pole mounted ovarhead high pressure sodium vapor 1 iinaires meeting the requirements as described elsewhere in these SPtcial Provisions, providing electrical service to the traffic signal system, and checking out the final system all in accordance with these Technical Provisions and the Standard Specifications for Road and Gridge Construction published by the Washington Highway Commission, 1980 edi- tion, Construction standards shall be those adopted by the City of Renton and, where otherwise indicated, Standard Pietas published by the Washington State Highway Commission, publication M21-01(HO). The .entire signal system complete with detection, electrical service, and oole top mounted Icminalres will be compensated at the lump sum contract price, "Traffic Signal System, Complete". 111-1 STANDARDS The traffic signal system shad be installed in accordance with Subsection 8.20 and 9-29 of the W.S.D.O.T. Standard Specifications, applicable subsections. 111-2 FOUNDATIONS Foundations shall be in accordance with Section 8.20.3(4) except the Class i surface finish specified therein shall be revised to Class 1. 111�3 CONDUIT Subsection 8-4.3(5) shall be modified to pr it for the installe- tion of plastic conouit. The conduit "Schedule" shall be as prviously described. Conduit installed as a Dart of the signal system shall be incidental to the lump sum contract price. 111.4 SIGNAL HEADS Signal heads, complete with back plates and tunnel visors, shall be provided and installed in accordance with Section 9-29,16 and 4ppropri- ate subsections, Optically programmed signals wrl! net be provided, Back plates shall, be installed on all traffic signals. Traffic signal heads shall be Painted "Traffic Signal Yellow" in accordance with the City of Renton Standards. Vehicular traffic signal mounting hardware will be the "Top mount Plumb- izer" type as shown on Standard Plan J-6b. 111-5 SIGNAL HEADS - PEDESTRIAN Neon grid pedestrian signal heads shall conform to Subsection 9- 29.20(2) except the display will be the international symbol. At the Contractor's option, pedestrian signals may be mounted with the "Liam Shell" type of mounting in lieu of the bracket mount described under Subsection 9-29.17. 111 5 PEDESTRIAN PUSH-BUTTONS Pedestrian Push-buttons shall be in accordance with Subsection 9- 29.19. 111-1 TRAFP:C SIGNAL CONDJCT0RS1 CABLE All traffic siyna: conductors and cable shall be provided and installed in accordance with Subsection 9-29.3. Detector "Home Ran" condr'r•^-s shall he Belden, Beldfoil #8720, or equal, with #14 AWG conductors, stranded (19 x 27). Cable shall have 001yethylene insulated capper conductors, an aluminum polyester shield, a tinned copper drain wire and a chrome vinyl jacket. lil-8 GROUNDING OF SERVICE Thu grounding of electrical se'vice for the traffic signal system shall be 4n accordance with state and local codes and the adopted stan- dards of Ube se-ving utility, Puget Sound Power 6 Light. This service will inrlude a ground rod, at an associated circuitry, at a minimum. All terv-ce peripheral materials shall be incidental to the lump sum ,untract ',id price for the traffic signal system. The :ontractor will Provide for all service cables and connections to the vault, as noted on the Plan Streets. 111-H.1 GROUND _-SIGNAL POLES All poles shall be grounded Grounding of the traffic signal system shall be +ncidental to the lump sum contract price. 1114 J!iNCTION BOXES Junction boxes associated with the traffic signal project shall be provided in accordance with standards previously described (Section 110• 9). The cost of jug,:Lion boxes associated with the signal system �aall be incidental to the lump sun contract price. 111-10 VEHICLE DETECTION Vehicle loops shall be installed in accordance with the Plans, Standard Plates, and Special Provisions. Loop detection amplifiers shall be in accordance with Subsection 9-29.18, 9-29.18(1), applicable portions, and will be incidental to the lump sum contrct price. 111-11 TRAFFIC MAST ARM SIGNAL POLES The Contractor shall provide and install traffic signal mast arm poles as specified herein. Poles shall be standard manufactured catalog items and will be galvanized. The mast arm pole shall consist of a round tapered steel shaft, signal mast arm and attchment, street light mast arm and attchment (where specl. fied), anchor bolts, nuts and washers, and associated pole hardware. The length of mast arm, height of pole and size, spacing of signals and oth(r appurtenances shall be as shown in thr Plans. All parts shall be galvanized after fabrication per ASTM A-123, except achor bolts, nuts and washers shall be galvanized per ASTM A-153. SECTION 1.2 TRAFFIC SIGNAL CONTROLLER 112-1 GENERAL The traffic signal controller to be furnished and installed shall be an expandable six to eight phase, fully-actuated, volume density, modular, solid state, digital-timing device. The unit shall operate on 120 volt, 60 cycle, single phase alternating current and shall use the power line frequency as a time base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Associa- tion (NEMA) Standard Publication No. TS 1-1976. Components such as resistors, capacitors, diodes and Transistors shall be individually replaceable utilizing approved standard solering tech- niques. Integrated circuits shall be mounted in socke and shall be easily replaceable without soldering. the traffic signal controller shall be capable of interfacing with the Muttisonic real time, master computer. The controller shall be capable of both on-line operation (control by the Muttisonic Master Computer) and standby operation. The controller shall establish the sequence of signal phases, including overlaps, in conformance with the Sign„1 Phas- ing Diagram on the Plans. 112-2 OPERATIONS 112-2.1 ON-LINE OPERATION Wher, operating through the on-line master computer (Multisonic Mas- ter) the controller shall be capable of operating either in a fixed time mode or in a fully-actuated mode with volume density on each phase as required, All clearance timing and pedestrian timing shall be accomp- lished at the local intersection. 112-2.2 STANDBY OPERATION For the standby operation, the traffic signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated mode. Standby operation shall automatically occur upon opening of interconec^t lines, failure of cen- tral master computer, or when specifiem oy the master. The standby operation shall follow and be coincidental in phase to that phase being displayed at the start of standby operation. Transfer from computer supervision shall not call up a starting yellow. 112-3.3 CONTROLLER FUNCTIONS All timing functions and input and output features for fully-actu- ated, volume-density operation shall be provided in accordance with NEMA Standard TSi-1976. The controller shall provide for setting each timing interval by means of positively calibrated settings. The timing functions shall be on the front of the controller unit. Timing functions shall be color coded and shall be easily identifiable. 112-4 AUXILIARY TRAFFIC SIGNk CONTROL E IPMENi 112-4.1 FLA_SN UNIT Flash unit shall be 4 two circuit ir uiteiype. capable of switching loads UP to 100 watts minute per circuit, Pius Or minus two flashes peraminute,60 flashes per be Solid State. The nut shall 112-4,2 FAIL SAFE UNIT The fail safe unit shall monitor both the Portions of the A.C. sine wave for all green, amber indications, r positive and negative walk not De ion The duration of a display of conflictingnindicationsnshall g enough to be visible to motorists Or ti�rtthatntheamonitortes shasg a�lratton. There shall be a visual indica- tion tans before the pre-empted normal operation, 112-4.3 EMERGENCY VEHICLE PRE-EMPTION UNIT Emergency vehicle pre-emptian %hall be furnished either as separate P optic ton systemsop.a':ions directly toot the controller case. Th Optfcom" system which CITY OFIRENTON pattble with the 3M Comp a^e capable of being activated b CL.rrently using and shall be When y the same transmitters, a pre-emption detector detects in emergency vehicle, the selector shall hold the controller in the r-yuired Phase or Phase advance directly to that Phis after observing all clearances. The phase selector snail hoed the cont longer detects the roller in the Phase selected until the detector no emergency vehicle. When the phase selector is re_ until calls is one detector, it shall not respond to any other detector shall have until calls from ",e first dstabletector are satisfied. The phase selector advance on each phase. Indicatorulse elights shall s for oindiceteller vaower and being received, channel called, and advance clrcndi operation yellow shall control system P o^• signal Dower and simulate detector calls for Switches 112-4, COMPUTER INTERFACE UNIT each Phase. Interface comrunication devices shall he furnished either rate units or as modules that Plug directly into the controller case, The communication devices shalt as sale. the intersection and shall be capable of transmitting omputer control f signal status information and receiving and decoding command information from the Computer all In all detector and from onic master conformance and within the capability of the Multevent of loss of Signal computer unit and the interconnect cables. In cation device shall Causethe controllerctop�everttto standbyhe coperatione ng cocoding. mugs device shall employ the to state-of- ratio-_ ing/decoding, muitipi#Xing technologies in order to proved! fo�ttencod- directional cammunitet/pn Of data and camm4nd information between the master computer and the intersection, th 112-5 ACCESS_ U_ R'UIPMENT vtNT FAN T- CeT I?te sMlt have a filtered Air intake and Air make .liter mall be c filtered l of impeding foreign dust, l'n! etc. The a vent fan, The tl"'t4t�ca11 a vent fin shall be in the too f bpdfe-, such as Y eoThe ens the Cabinet and 112-5,2 A-POWrR SWITCHES rendeThere shall bee uimain Power switch inside the cabinet that shall Shall be a controller anent electrically dead wh ^ load switchin Cower switch that shall a turned o{{, There operatic , forg purposes ces �ofctrically dead whiledmainter Msinintroller and devices, changing controllers g flashing or lead switching 112-5-IMF controllers There sC If the hall be a switch in the cabinet identified as t he time mmhef Y t e flash tlme itch or intersection life Placed on flashingoperation tit p la edfatelhe fail monitor, ttme from the Controller and stop time bYDass $withthe controller ont remove 0all Intersection remains in flashing normalS $W' p 9 operation, Cycling operation while the 112-5,4 DETECTOR TEST SWITCH Each veh Sc le and pedestrian phase shall have a momentary Call On detecr test switch, When depressed, the swithc shall place a respective si (spring gnal phase. 112.5,5 CONVENIENCE OUTLET AND LAMP A Convenience outlet "--- Incandescent lam _ Protected with a ground interrupter and in byjaOci�Or the iamp�shill brll be providurnished in the main et,Cult breaker r at mod• This circuit shall tin A door rated 20 amps, be protected 112-5,6 A,C. INPUT LiNE FILTERS A @nt shall radio interference tie equivalent sh be used to filter the A.C.Dower supplies shall ter NF Additionally,10 or cahinet. have noise immunity frompower, devices within the Other devices within ;rye 112-5 J SURGE PROTECTOR The controlier lt6HTiNG ARRES_ TER) shall protect t shall have an input voltage our damsge the conL ollerr or any Of Controller npI Its Crom any voltage surges ge t that r could that 112-5, Ponents, 8 FIELD WIRING TERMINAL TMre shall be a termirnl Strip for net. The terminals shall be nunrip in accordance with th Wiring Diagram on the tans, P o wiring in the controller cabi- the cabinet wiring, then Doth numb�rs shallferemt numbering terminal used for late I system is used for and the cabinet wiring schematic drawings shall include the field wiring numbers where the terminsl strip is Illust ated. A common bus Dar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be P"ovided, 112-5.9 SCHEMATIC AND MANUALS The controller cabinet shall have a waterproof envelope with a site access attached to the inside of the cabinet door. At the time of delivery the envelope shall have four complete sets of sc,,^matte and manuals for all assemblies and sub-assemblies. 112-6 IDENTIFICATION Every module or device shall have affixed thereto permanent name tags or name plates stating the component's function within the com- posite signal control system. I12-7 TRAFFIC S'GNAL CONTROLLER CABINET 112-7.1 GENERAL A weatherproof type P-1 outdoor cabinet shall be furnished and installed in accordance with WSDA Standard Plan J-6c and Detail Sheet. The cabinet shall have a shelf or shelves of sufficient size to easily house the traffic signal controller, auxiliary control equipment, and cabinet wiring without utilizing the floor of the cabinet. The cabinet shall be clean-cut in design and appearance, and shall have a metal etch primer coat under the finishing coat. Finish paint shall be a durable aluminum or hatinertone gray, or similar in color, capable of preventing rust for at least five years. All manufacturer's wiring and field wiring shall be neatly harnessed. 112-7.2 MAIN DOOR AND POLICE PANEL The main door of the cabinet shall include a two position bar stop and shall be secured with a Corbin Type 2 lock. The main door shall also contain a police door with a conventional police lock. Inside the police panel there shall be a signal on-off switch which shall prohibit any signal display in the field but will allow the control equipment to operation when pIced in the "off" position. A second switcc shall be the Auto-Flash switch. When placed in the "Flash" position, controller power shall remain on and controller shall stop time dependent on switch setting on the auxiliary panel described later. 112-7.3 AUXILIARY PANEL The auxiliary panel shall contain an Auto-Flash switch which when placed in the "Flash" position uperates as the switch in the police panel except that it shall not stop time the controller. A second switch shall be a Control'.-.,, Power On-Off switch. A third switch shall be the Stop Time switch and shall be a three position switch. One position shalt cause the controller to stop time when the n^lice Panel Flash switch is in the "Flash" position, Th> second position shall not stop time the controller with the police pant °lash switch and the third position shall apply a constant stop time .puma^d to the controller, 1 -1.4 SAFETY MONITOR INTERLOCK DOOR $WITCH A Safety Monitor interlock door switch shall be provided which w11 allow the controller to function normally with the safety monitor removed and the cabinet door open, When the door is closed with the monitor removed, the intersecti,m shall be placed in a flashing opera- tion, 112-7.5 11LEPHONE JACK A standard telephone Jack shall be provided in the cabinet for the telephone receiver and transmitter for voice oamunications as part of the communication system. Tht telephone Jack shall be wired so that a telephone receiver and transmitter will operate using the traffic signal interconnect cable. The telephone receiver and transmitter need not be provided at this time. 112-7.6 TRAFFIC SIGNAL CONTROLLER ASSEMB'Y TESTING The traffic signal controller assemblies, including the traffic signal controller, auxiliary control egipment, and cabinet sha1, be shop testel to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal ,tiop. The signal shoo will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunctiD' shall stop the test period until all parts are ,atis- fartorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed, 112-8 ILLUMINATION SYSTEM ON SIGNAL POLES Underground conductors for the 140 volt street illumination circuit shall be stranded copper, TNW grade with 600 volt insulation of the sites noted on the Plans and Wiring Schedules. Wire conductors inside the pole 'rom the ;treat light to the fuse holders shall be copper 600 volt No. 12 A.W.G. 2/c with ground. Where splicing of the street lighting circuit is to be made in the junction box, the splice kit shai consist of a pressure type device where the Connection of the wire to the kit is achieved by crimping or by a compression bolt. No twist-on type Connectors shall be allowed. After the kit has been installed, ail exposed surfaces of wire and kit shall be covered with a Clear epoxy to form a water-tight seal, Materials used for the spiirP kit Shall bf ­mpatible with the wire material. illumination on signal poles shall be incidental to the lump sum rontract pri a for signal system, complete. 112-9 UTILITIES Section 1-07.17 of thy, Standard Specifications is hereby supple- mented by the following; It shall be the responsibility of the �:ntractor to conduct the utilities in the contract area to verify the location of the utili- ty's facilities. The Contractor shall notify the One-Call Utilit Lenter, (682-5464` not less than 48 hours in advance o�enc ing an or o gging. Furt-er, other potential utilities in the proximity shall also be notified if nut covered by the "One-Call Utility Center", Any damages or breaks t-, existing utilities will bt the responsibility of the Contractor, and must be repairtd innediateiy. All rerairs must be inspected before covering. The Contractor's attention it. drawn to Sub- section 1-0; .14 of the Standard Specifications. This subsection shall be amended to incorporate the City of Renton. 112-10 LOCATION ,he Contractor shall adjust locations of poles, plus or minus 2 feet, to clear existing utilities. ;f uch adjustment is not sufficient to clear utilities, the Engineer shall restake pole locations at the request of the Contractor and such revised locations will not alter the unit bid or lump sum bid prices. 112-11 FIELD TESTING Before final acceptance, the Contractor shall field test the installation in accordance with Section 8-20.3(11). Costs for perform- ing these tests and correcting the faults shall be at the Contractor's expense. 112-13 WARRANTIES AND GUARANTEES The Contractor shall surrender to the City of Renton any warranties and/or guaraitees acquired by him as a rormal trade practice in connec- tion with the purchase of any materials or items used in the constriction of the traffic signal and lighting system(s) included in this project. 112-14 SOURCE AND QUALITY OF MATERIALS and draw Regulations n codes, ingsshallbein crordancair materials,withSections 8.20.1(1)i,p8e20.1(2). 8-20.2(1) of the Standard Specifications, The Contractor will not be required to submit letters from luminairt manufacturers regarding lamp socket positions a, oted in subsection 8-20.2(1), paragraph 1. 112-15 TRAFFIC CONTR01. All costs it connection with the protection of vehicular as well as pedestrian traffic shall be considered incidental to the work involved end unless otherwise noted >hall be included in the lump sum bid price item "Traffic Control" fo this project. Traf ic be jectfShall by control operations accordance with Section 1-07-23 of the this Tand raffic motrian vement shall be herein defined as applying to both vehi-ular ^veme tPSshall be amaintained as nearr�ng ll Phases of construction traff JC ar normal as Possible. Reasonable access shall be maintained at all times the right line !o adjacent prop, •ties outside of traffic Periods e . All roadways will be open to traffic during peak rio , 6:30 to 8:00 a.m, and 3:30 to 5:00 p.m. Payment for "Tra�fic Control" will exclude that associated 0 th the CBD re-tamping Portian of the project. The estir.afed lump sum for traffic COntrOl may be modified in accordance with So,:tton 1-0'.23(5), paragraph 3, 112-16 EXISTING iMP=TS AND RESTORATION Further to the requirements of Section 8-20,3(3), any exi$Ling or newly constructed improvements including (but not limited to) roadway Pavement and base material, concrete, curb, gutters and sidewalk, land- scaping, underground utilities and earth grading that are disturbed by the COntrdctor'S operations 'hall be restored to their original condi- tion ee the Contractor At his expense unless otherwise agreed to by the Engineer. Any unused or discarded debris shall be removed from the tance� rig�t-of-way or adjacent private oroperty(s) before final accep. 119-17 TURN_ p1GNAl The Contractor shall not turn on the signal system c• part thereof visible to any traveled roadway without the accompaniment of the Engi- neer or his duly authorized represantative. The Contractor or his duly authorized rep-esentative shall be present at such turn-on time, with materials and tools necessary to correct anv malfunctions which occur, A', Sivna, heads that re not operating shall have the complete unit covered in accordance with the M.U.T.C.D. 112-18 AS-BuIL�INGS Upon completion of the project, the Contractor shall furnis,i "As- built" drawings in accordance with Section 8-20.3(17) except for the CBD ligting revision portion of the project, le :j CITY OF RENTON ADDENDUM NO. 1 TO THE CONTRACT DOCUMENT FOR L.I.D. 1314 - EAST VALLEY ROAD TO ALL PLANHOLDERS: ` n Specifications rages,ions, Proposal and Plans You are hereby notified of the following changes, additions.. Deletions an f corrections to the Contract Documents. p ications Project. 1 for the City of Renton L.I.D. •314 Street .mD Plans S.W. 27th est Of eek. The 1 realignmenticonsistsreet is tof shiftino be g the wroadway 5southerly k45rfeet. set- realignment' realignment will require additional bank run gravel, Class "8", Ic aliment Of wPlatfwrmsill Abe surcharge eDasedt Iran the unit ePrmceS¢io the ubidLems hich tion ill 2. sn if tetllwesteor ly four feet xsThi Shiftly a*111 resuDltt in9minorwquanttity changes all of which will be paid for based on the unit prices in the bid. 3, The 60" storm line in $.Y. 19th Street west 'f Lind Avenue S.M. may De redesigned so tnat 1t is located north of the centerl;ne. Any surfaceis reuesign eaperated in the o unpaved bie ds should ue ;ncO prices foraFi ted t h Finish and Clean-uP. Also minor quantity changes will be paid for based on the o,t prices in the Did. 1 Delays 1' Ofe UPd for gindmonthsldinb secutlingw accessher for that portiong the lo Y$M.a 27Lhay Street west Of Springbrook Creek. If access to this portion of the project is delayed, no additional compensation will be paid based On the delay. Deletion 1. S.W. 19th Street west of Lind AvenuC S.H., except for the 60" sWrm drain and appurtenance, may not be built. If Caese improvements are not in5tdl led, the 'jalue of the project will be reduced based upon the reduction in bid quaut;t.ies at the unit prices in die did. l 2. Delete Item 13. Schedule A-3 and Item It, Scheoule 8-4. Continuous ground wire snall not De required. 3, Delete Item 23. Schedule A-1 and item 25, Schedule B-1 (Remove and Relocate Existing Signs). ■ �p9 CITY OF RENTON ADDENDUM No. 2 ' TO THE CONTRACT DOCUMENT FOR L.1.0. 0314 - EAST VALLEY ROAD TO ALL PLANHOLGERS: ' You are hereby notified of the following Changes, additions, deletions and coactions to the Contrast Documents, Specifications, Proposal and Plans for the City of Renton t L.I.D. 0314 Street Impruvement Project. SPECIFICATIONS ' PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE The vinlmu, policy Iinit$ of such insurance shall bn as follows: The amount of coverage shall not be less than $1.000.000 for bodily Injury, including death, to any one person, of not less than $1,000,000 for each Occurrence; and property damage of not less than S1,000,000 for each occurrence. In addition, an umbrella coverage of not less than ' $5.000,000, this limit shall anply to both comprehensive general liability and vehicle liability. WORKING DAYS AND CONTRACT COMPLETION Recognized holidays also include the 23rd and 24th of December, 1982. ' OVERTIME FIELD ENGINEERING "he overtime reimbursement rate shall be $50.00 per hour. IIQUIDATEO DAMAGES Liquidated damages for failure to complete the contract within the specified time will result in damages being assessed at the rate of $840.00 per working day SECTION 23-2 RIP-RAP Riprap shall be placed and installed in accordance with Section B-15 of the Washington State Department of Transportation Standard Specifications for Road and Bridge Construc- tion 1980 Edition, for "Loose Rip-Rap" and shall conform to the grading sizes for ' 'Light Loose Rip-Fad' 'n accordance with Section 9-'3 of the WSOOT Standard Specifica- tions for Road and Bridge Construction, 1980 Edition. SECTION 47 - ERClION CONTROL Add: The application of fertilizer, mulch and seed shall be made in two (2) applications, 60 to 90 days apart, however, the second application shall be applied only between harch Ist and December )St. The fertilizer shall be applied at the rate of 500 Ibs, per acre, the mulch shall be applied at the rate of 2,000 (dry weight) lbs. per acre. The seed mix shall be- Colonial Bent Grass I0Y (Percent by weight) Red Fescue 4pg Perennial Rye 401 White Dutch Clover 10% (Pre-inoculated) Percent Weed Seed .5% Max. ' Inert 1.. Other Crop 1.4% Max. Addend,, No. 2 _ . EMOVAOF KE%ISTING STREET IMPROVEMENTS L OFPSEiTO RMORA A� Pavement removal of existing street improvements Including Portland cement concrete Pavement - all classes, curbs, and gutters upon any type of base shall be incidental to unclassified excavation, The Contractor snail saw cut pavement as Indicated on the plans or directed by the Engineer. Payment for removal of existing street improve- ments, including Portland cement concrete pavement - all classes, curb and gutters upon any type of base, and sa. cutting of pavement shall be Incidental to other items in the proposal and shall be complete compensation for all labor, materials and equip- men, necessary to perform the work, including disposal. SECTION 62 - PIPE LAYINGt�1U lNTIN,, b TESTING S2T TELEVISION 1NSPECTtON All mainline 9 ovity sanitary sewers shall be inspected wish video television cameras. After completion of constructlon but prior to acceptance by the City, the Contractor ' shall flush the main line and utilizing television facilities compatible with the City equipment, inspect and video tape record for the Engineer's approval of all main line sewer pipe. The Contractor shall provide the City with a video tape record of the inspected sewer mains. ' Television inspection shall be incidental to other Items of work and and no further compensation will be made. SECTION 63 - MANHOLES FUR STORM AND SANITARY SEWERS 5 • PAYMENT Payment for manholes, as shown on the plans, shall consist of a basic price for each, plus a unit price per vertical foot for depth in excess of ten (10) feet. Payment will be made at the unit prices bird for: "Storm Manhole, Diameter Inch" Per Each "=xtra Depth Manhole ( inch diameter)" ' Per Vertical Foot "Sanitary sewer Manhole, Basic, 48" Diameter" Per Each "Extra Depth Sanitary Sewer Manhole" Per Vertical Foot SECTION 60 - SANI TAR! SEWERS AND STORM DRAINS R-3.01 PIPE MA,ERIALS d. All corrugated storm drain ripe joints shall be rubber gasketed "hugger" type bands. SECTION 105 - SANITARY SEWER LIFT STATION The Contractor thAll install an erclosure with a "switch-over" and "disconnect" for use of an auxiliary power unit or a combination of the main power supply and auxiliary unit. An auxiliary power supply receptacle and enclosure shall be CROUSHINDS ;TILE 2, 3-wire, -OLE or equal. All electrical work shall be underground and meet all applicable City of Renton elec- trical codes. SECTION 105 - SANITARY SEWER Lift STATION (Continued) TELEMETRY E UIPMENT General Description The Telemetry Equipment shall consist of a complete working system to ronitor several ' lift station conditions monitored by .he City of Renton Utilities Dlvlsion. Pump Station ' I. Running time for three pump motors must be monitored. 2. thigh Water Alarm 3. Power Telephone line failure Telemetry Equipment Specifications The equipment shall be of solid state dt>;qn with plug-in modules or cards and shall ope'ate from a 120 volt AC source Transmitter The transmitter shall be of a frequency shift design with a three-frequehcy carability; mark, space, and center frequency. The transmitter shall be complete in a rep aceable unit. This unit will be of plug-in construction for replacement or repair. The trans- mitter shall be v.pable of being keyed by an external contact closure for mark and space frequencir,. Trans.nitter power supply will be of sufficient size and rating to supply all voltages for each frequency shift transmitter specified at the transmitter locations, The power supply also shall have sufficient reserve for three additional transmitters, 1 Termination All transmitter channels, both input and output, will be brought out to a barrier type terminal strip for easy access. Transmitter Mounting Transmitter and power supply shall be mounted In a rack or cabinet to allow room for future expansion by the addition of cards or modules. Transmitter and power supply shall be mounted In a stainless steel or suitable fibre- glass enclosure to permit the operation of the transmitter oower supply in a humidity envirunment of 95.'. Transmitter Specifications Frequency stability ♦ .152 (+ 2 M2). Transmitter shall be capable of ope ating within ' the temperature range of -207degrees C. to - 60 degrees C. Tota! output of transmitter shall be adjustable to 0 DOM. Keying operation shall be dry :ontact. nct;ut impedance shall be 600 ohms nominal. ' Receiver Specifications Receiver, power supply and indicating alarm equipment shall be rack-mounted In a cabinet with doors front and rear for access to components. The cabinet shall be approximately 72" high and 19'' wide. Cabinet color will be specified at the time of the order. Receivers shall be of a solid state design, plug-in modules or cards, for quick replacement in the event of a failure or need for -epair. Receivers shall be capable of center carrier detection. Receivers shall have a sensitivity adjustable from 0 DOM to •35 DOM. Adjacent channel rejection shall be 35 of minimum. Normal input impedance to the receiver shall be 600 ohms. Output of the receiver shall be a singie-pole, single-throw contact closure. In tho receiver rack, the power supply for the receiver shall also be mounted. This power supply shall have reserve capabllity to run additional receivers that may be plugged into the rack. 1 SECTION 105 - SANITARY SEWER LIFT STATION (Continued) iFLEMETRY EQUIPMENT (Continued) ' Runnirg time meter for each pump motor monitored shall be installed in a panel 7n the rack. The meter shall have a re-stt to 0 capability. Each meter will have engraved label to identify motor that Is monitored. ' The vendor shall also include an alternate for a digital solid scat^ display c,nn lry time mo+itdr. The rack shall nave ar audio alarm capable o` a• least 85 DB audio output. This alarm may be tone pulsed or crn,inuous tone. In. alarm panel shall have a switch to disable the audio alarm. The audio alarm sh'.. , re-set automaticeily with the correc- tion of the fault. In addition to the audio elarm panel there shall be a light display t0 indicate the ferlt circuit energized. There shall be a light display for each motor to indicate when motor Is operating. These lights shall have on various enyravee name plates Identifying location and function represented by these lights. ' Receiver Speclfication, (Cont.I Vendor will have to submit full and complete technical drawings of equipment for ser- vicing units. The vendor also must certify that equipment bid will be a.ai Iabie for ' three years from the purchase date for the future expansion of the Utilities Monitoring System. ' Equipment List (Suggesteei s_ Model No. Description it I QC-3 or DC-3 Outdoor Cabinet ' I QX-3 or D%-3 Mounting Frame I QP-3 or Dr-3 Power Supply o QT-30-3 or DT-30-3 Tone Transmitter Payment Lump sum for Lift Station complete in place shall be full compensation for all necessary ' labor, material, equipment, including trenching, installing underground telephone to Pump Station and all other costs for work as specified and necessary to coripiete the Lift Station. DELA+ It, DELIVERY Additional compensation will not be granted because of a delay in the delivery of the ' pump station. The contract time ould >e extended in accordance with the spec if+utions w if such delay occurs. ' SECTION 106 EMERGENCY POWER GENERATOR 1o6-1 - GENERAL The trailer-mounted generator set shall have In addition: 1. IIOVAC Block Heater 12YOC Battery Charged Automatic Float Type ' 3. 12VDC Battery Cables 4. Fuel Level Indicator 5. Watt Meter 1 6. AC Ammeter 7. Trailer Includes a. Fenders b. Safety Chains 1 ' SECTION 106 EMERGENCY POWER GENERATOR (Continued) 106-1 - GENERAL (Continued) 1 c. Electric Brakes d. Clovis Hitch e. License Plate Holder 1 f, Light System for Legal Operation on State Highways q. Two Steel, Lockable with Hasp and Best Locks (to Cicy Pattern) Locker Boxes with Lids; :4" high x 24" wide x 36" long. 1 h. Foie Emergency Lights, 12VDC o,, two retractable 8' long booms or poles to illumirate trailer/generator a,d work areas. Trailer, geiier,tor• and housing shall be painted with approved City of Rentc col rs and painting s`•stem. The City of Rertt,n 1 logo (as on the � reification cover) 18" in diameter shot pointed on the generator lousing. j. The trailer shall ue fully equipped fog street operation on State Highways. 8. Electrical Cable reel or drug roller shall be provided mounted on the trailer. 1 ?. The manufacturer shalt provide the services of a ractory-trained repre- sentative to perform the in�tial startup of the generator and to instn.ct the owner's operating personnel i,. the operation and maintenance of the 1 equipmert provided by them. 10. The Crntractor shall furnish to the owner six (6) copies of complete catalogue data for every manufactured item of materials and all com- 1 portents. a. These submittals shall be compiled by the Contractors and approved bs the Owner before any other material is ordered. 1 h. After written approval, these submittals snail become a part of the cortract and may not be deviated from except upon written approval J the Owner. ' 110-1. 3 - PLANS AND SPECIFICATIONS (Page 4-76) Item 1 shall be chanced to read as follows: "Manual on Uniform Traffic Control Devices for Streets and Highways, 1978. (Reference to 1971 Edition deir:cd? The attached detail sheet titled "Typical Li0iting Underground System" is hereby added to the specifications witn reference to Standard Drawings and should govern ' over Standard Drawing J-Id where difference may occur. 110-6. 1 - GENERAI. (Page 4-81) Paragraph 3 shall read as follows: "Luminaires to be ordered for this project are 150 Watt and 400 Watt Sodium Vapor with a 240 Volt regulator ballest capable of a voltage tolerance of ♦ IOx minimum. The iuminaire shall include the power door feature." (Reference to 250 Watt luminalre has been deleted ano the last sentence 1 has been added). I10-6.6.3 - LAMPS (Page 4.82) 1 This paragraph shall read as follows: "Lamps to be furnished under this contract shall be 150 Watt and 40n Watt Sodium Vapor with a 16.000 and 47,500 lumen minimum rating respectively." (Reference to 250 Watt Luminaire deleted). 1 110-6.4 - MEASUREMENT AND PAYMENT (Page 4-82) Ts', paragrap'i shall read as follows: (2) "LID Luminaires, 400 Watt, furrished a Installed, Pr each". (Reference to 250 Watt Luminaire deleted). SECTION 110 ..SIGNAL AND STREET LIGHTING(Continued) 110-6.4 - MEASUREMENT AND PAYMENT (Continued) ' Price ',chedule A-3 (Item 6) shall read as follows: "LID Luminaires, 400 Watt, Purniso and Install". tAtference to 250 Watt Luminaire deleted). ' 11:-6.1 - GENERAL This section will be amended to add a new paragraph referencing wattage decal as Follows: 'Each Luminaire shall have a weather-resistaant. ANSI-approved decal attached to the ballast housing so as to be readily visible from the ground. The decal shall be approximately 3 inches square and the legend shall be a minimum of 2 inches in height. The decal shall be gold in color with lamp wattage indicated by the following numerical legend: 15 for '50 Watts and 40 for 400 Watts." 110-8. 1 - GENERAL ' Inscriptions of junction box covers in Items 1 and 2 shall read as follows: "Street lighting only: "L IGMT ING" Street lighting and traffic signal facilities: "TS-LT" Letters of the aoove sh311 not rise above the cover's top surface. 110. 11.2 - SAFE WIRING LABELS (Page 4-85) Under "Street Light Contactor Cabinet", Items I and 6 shall read as follows: "I. Fabrication shall be from galvanized cold rolled sheet steel, 12 gauge exterior, 14 gauge interior, "galvanized")) welded by wire-fed inert gas. (Reference is added referring to ' 6. The finish on the cabinet shall be a factory prepared baked-on enamel, grey in color, The galvanized surface shall be etched before baked-on enamel is applied." ' 7. Added to read as follows: "The electrical service cabinet 'ball be fitted for a best internal CX-1 lock," ' With reference to features u, the "light cabinet" item, added as follows: 11, Name Plates - phenolic black with white engraving except the main breaker which Shall be red with white let'ering, All name plates shall be attached by S.5. screws. ' 110.57 - ALUMINUM DAVIT ARMS (Page 4-80) ' This paragraph shall be amended to include the following statement: "All davit arms On this project shall be 10 feet in length." (Purpose of this amendment is to allow a minimum extension over the curb by the davit arm of 2 feet). vl�ins All reference on the str,et lighting plans to 250 Watt Sodium Vapor Luminaires shall be hereinafter replaced with reference mea,6 ncl 400 Watt Sodium Vapor Luminaires. t ' SCNEDULE AND PRICES ADDITIONS ' Add these additional Proposal f Sheets by stapling into the proposal pages or Schedule A-j, just after Schedule A-YS last page. ' SCHEDULE A-t - ILLUMINATION Additional Proposal Sheets - Add these Items e16 through 024. ' Sphtpt.als and totals for Schedule A-j and 1 shall inp free I., s16 through 124, ' Chan a Item el - Approximate Qpantity ran 99 i.f, to S00 I.f. ' Schedule B-4 Additional Proposal Sheets Add these Items r19 through e22 ' Add this additional Proposal sheet by Stapling into the proposal Pages for 8-4 just after Schedule 8-41s last page. ' CFa^ge Item I - Approximate Quanti h frommITO I,f. to 2,055 I.f. 1 ' E.I.D. 314 SCHEDULE OF PRICES East galley Road INOta: Unit Pr1Cas for all ltaaa, all altoaalnns and total aaDunt or ' b16 ""t be shown. SAW unit Prices 1n lk-th words and flgura, and when otmfllca Occurs the wratton or typed words shall prevail.) ' ITEM I l=RQX. ITEM WITH UNIT PRICED BID UNIT P3.ICE AMOUNT O. QUANT NITY unit Priori to be written in words DOLLARS CTS. DOLLARS CTS. � S:MEDUIE A-� —--� �16 7.974 Utility Trench t Bac4f;ll, 24" wlae 48" deep g *or L , _ _ I ' 17 1,616 Utility Trench 6 P ,.F' II - Sr re yet Crossing - 24" w de, r8` nee. 8 26 Utility vault Excavation, 4' wipe X 6' long X3'6" deep 5 __ _ par each 19 2 Uti ity Vault Excavation, wide, X 6' long x 5'6" deep I3 per each 20 I Utility Vault Excavation, 5' wide X 7' long X 7'2" deep $ _ per each Jtilit� Vau t Excavati 5' wide X 9' long X 3'6" deep 5_ per each 22 9 Utility Vau t Excavation, r wide ' X 9' long X 7'2" deep S Per each ' 23 1 UtllitY Vault Excavation, 5' " wide X 11'2" long X 7'2" deep ' $ per each 7 2 Uti ItY Vault Extwatlon, wide X 13'1" long X 817" deep 1 5 Par each I.I.D. 314 SCHEDULE OF PRICES East Valley Road ' (Mots: Unit prices for all items, all extensions and total arwnt of ' Did rut be shown. Show unit pries in both words and figure. and where conf'ict occurs the written or typed words shall prevail.) ITEM r APPRO%. ITEM WITH UNIT PRICED DID LINT PRICE AMOUNT NO. QUANTITY Unit prices to be written in Words DOLLARS CTS. DOLLARS CTS. SCHEDULE B- S.M. lbth, S.M. h S.M. 2 h ' F19 6,357 Utility Trench 6 Backfill 24" wlde. 36'' deep $ per I.f. ' 0 3 --11 ty Vau t Excavation, ' wide X 6' long X 3'6" deep $ per each ' 1 1 Utility Vault Excavation, 5' wide X 9' long X 7'2" deep S per each 2 1 UtilitT Vault Excavation, 3 " wide X 3' long X rtv, deep $ per each ' TYPICAL LIGHTING UNDEP.GROUND SYSTEM i ' TO LUMINAIRE I �+ ' TYPICAL DESIGN "B" I+ / JUNCTION 80 fad ' SPLICE KITS OUICr DISCONNECT I TOP OFC)NCRETE 'CLEAR ER�kY ceUCE- 10 AMP IN LINE FUSE FCUNOAT:nr; Tr, of I KiT' ;" K'TS-S.E.C. CR EOUAI LEVEL ��,?H TOP Tr+RJ W RE IOF S:^E*ZLO ^q R- 9F' LUG I LFF� U :D I"MIN !*CUT PAJ - r _F:CES n^LE 8 St _- 4,A4' 2-(SIZED AS '°° � �. r nc�E I REQUIRED) It"' I LIGHTING4t-y�.: ° Ii=I II 1 SYSTEM WIRCLAMPT I CDNTAC ` ' Ia:. I • I I II TOR - 1 I Fy, II I I C^NPUIT II it SvSTEM, II II i I ' P\ C CONDUIT i II SYSTEM I) CONCRETE J FOUNDATION' "IL .o I V-PER-CLAD 4 jE° 11 FOR POLE HEIGHT ' GR()UN6 ROD GREATER THAN 30' 3' DEPTH FOR POLE HEIGHT I30' OR LESS �----- DETAIL SHEET CITY OF REN ADDENDUM NOT03 4PP 9^ TO THE CONTRACT DOCUMENT FOR TO All PLANHOLDERS: L.I.D. #314 - EAST VALLEY ROAD t You are hereby notified of the following changes, atldition corrections to the Contract Documents, Specifications, Proposal for the City of Rentons, deletions and L.I.D. 0314 Street im r ec,.. and Plans SPECtF—,j C ovement Projec'.. SECTION So - PIPE MATERIALS AND TESTING FOR SEWER-S.. .rtAINS AND CULVERTS 60-4.03 AEVDS The 60-inch di No. 4_19) ameter reinforced concre shall be double cut of equal te pipe bend angles, (Structure Note Subsection 60-7 MEASUREMENT shall be r 60-inch diameter— f urn i5h ing antl 1 end true Lure o e N0. - 9) incidental t0 make the g), P acing of the 60-1ncn diameter a to the Pipe (Bid (Lem 44, Schedule Bid Item 52, Schedule A, shall be deleted. SECTION 63 - MANHOLES FOR STORM AND SANITARY SEWERS 63_,11 DESCRIPTION ' Catch BaSins and Storm Manholes specified on the p� 'urnished in accoroance with the following; ;ns Shall be Plan Callout ' All C8 Type IC Standard plan All All Type 4Q APWA No. 52 Pe IIIC APWA No. 55 All Type IIC-60" APWA No. 37 ' All Type I1C-72" A'WAodfied Type 3 Manhole witn Flat Si ab Top and 24_inch Opening All Type 11-96" except APWA No. 38 Structure Note N0. 1-31 APWA No. 38 Structure Note No, 1-31 All Type-144" APWA No. 36A APWA Modified Tyre 3 Manhole with Sturm Flat Slab Top and 24-inch Opening drain manholes 54-inch diameter and larger shall be channeliied. SPECI., ITEMS ' SECTION 1j6 - EMERGENCY eDWER GENERAIDR 106-1 - GENERAL (Page 4-74) ' The 50 feet of cable, to be supplied with the trailer-mounted ' generator, shall have CROUSHINDS connectors that will mate to tle CROUSHINDS female receptacle on the generator and the male plug on the pump station. ' SECTION Ili - TRAFFIC SIGNAL New Section 111-13 - POLE MOUNTED—TERMINAL BOA (Page 4-B9) , POLE MOUN.ED TERMINAL BOX The Contractor shall provide and install a pole mounted terminal box and , necessary mounting hardware (one on each signal pole) - quantity needed The terminal box shall be made of molded fiberglass, be grey in color, be 1 approximately 10" high x 8" wide x 4" deep and have a minimum of 16 terminals on the terminal blocks. The box shall be weathertight, have a , single door with continuous hinge on one side and screw hold downs on the door locking side. All hardware Shobid be Stainless steel. SCHEDULE OF PRICES , The Schedule of Prices ("Proposal") shay' be modified to changn the Juan- ' tities of the following items: Alternate Bid Items, Schedule B-1. Item 60, Asphalt Treated Base, chance the approximate quantity from ' 790 tons to 1,632 tons. Item 61, Asphalt Concrete Pavement, change the approximate quantity , from 2,912 tons to 4,6B3 tons. PLAN ITEMS Sheet 060 Sheet No. 60 of the construction drawings indicates a scale of 1" • 2')'. This drawing has been reduced and the scale should read I" • 40'. STANDARD DRAWINGS , Delete Citv of Renton "Storm Manhole Typical Detail" and all references ' ereto. Table of Contents City of Renton L.I.D. No. 314 Legal and Bid Documents Call for Bias Scope of work Instructions to Bidders **Certification of Fair Practices Policy ' Certification Regarding Equal Employment Opportunity Certification of Equal Employment OPportunity Report ,.ertification of Bidders Affirmative action Plan ' *MBE and MtBE Participation Certification Sample Manpower Report •N0n-00llusion Affidavit 'Assignment of Antitrust Claims •Minimum Wage Affidavit i�rm •Bid Bond Form City of Renton LID 314 Bid Schedules 1 *Proposal *Proposal . Schedule Of Prides Contracts other than reaeral-Aid FHWA ' Bond t0 the "sty Of Renton General Provisions ' Environmental Regulations List Standard Specification Headings Order of Precedence Failure to Meet Specifications Field Changes ' Protection of Facilities Public Convenience and Safety Payment to the Contractor SChedalin0 of Work Wage Schedule Public Liability and Property Camage Insurance Proof of Carriage of Insurance ' Act of God Shop Drawings Or Equal ' Approval Written Notice Contractor,s Plant and Equipment Attention to Wurk ' Deviation from Contract Suggestions to Contractor Errors and Omissions Information to be Furnished by Contractor Damage t0 Wor• *Forms denoted thus above must be SiZed prior t0 submittal of bid ' Protection Of Contractor's Work and Property Unfavoratle Weather and Other Conditions Contractor's Copies of Contract Documents 01 sputes and Litigation Acceptance of Work Contract Compliance Reports . EEO Working Days and Contract Completion Special Proiisions 3.1 ' Description of Work Date of Bid Opening 3-2 Time of Completion 3'2 Intent of Contact 3•2 Nondiscrimination in Empioyrient 3-2 Notification of Construction 3`3 Hours of Work 3-3 Excavated Material Spoil Area(Waste Site 3-3 Dust and Mud Control 3-3 State Sales Tax 3-3 Surveys 3-4 Overtime Field Engineering 3-4 Delivery of Tickets 3.4 Size, Weight and Load Restrictions 3-4 t Subcontractors and ,uppliers 3-5 Alternate Bid items 3-5 Deductive Bic items 3-5 Change Orders 3-5 Preconstruction Conference 3-6 Field Office 3-6 Sanitation Frcilities 3-6 Order of Work 3-6 Project Construction and Identification Signs 3.6 (Roadway Projects Only) 3-8 Line and Grace 3 T Easement and Right-of-Way 3 T Land Pr,videa by Owner 3-7 land Provided by Contractor 3-8 Restoration of Structures and Surfaces Side Sewer Policy 3-8 'raffle Control .1-9 Removing Traffic anc �t-eet Signs 3-10 Soil Information 3-10 Salvage 3.11 Awarding of Contract 3.11 L igwdated Damages 3-11 Authority of the Engineer 3-11 3-11 Technical Specifications Section 11 . Mobilization 4.1 Section 13 - Street and Drainage Excavation 4-2 Section 16 - Water 4-6 Section 18 - Rocx Retaining Wall 4.7 1 ' Section 19 - Surcharge and Settlement Platforms Section 21 - Weighing 4-9 Section 23 - Crushed Surfacing,' Ballasting, and Stotkpilinq 44-11 Section 26 - Bank nun Gravel Section 33 - Asphalt Treated Base 4.14 Section 34 • Asphalt Concret Pavement 4-1r, ' Section 36 - Extruded Cement Concrete Cu-b 4-16 Section 39 . Cement ,ancret Pavement 4.18 Section 40 - Cement Concrete Curb, Curb and Gutter 4-19 Section 41 - Cement Concrete Driveway anc Alley Return 4-20 ' Section 42 . Cement Concrete Sidewalk 4-21 Section 44 - Traffic Control Delineation 4-23 Section 47 - Erosion Control 4-24 ' Section 50 - Monuments 4-27 Section 52 - Removal of Existing Street Inprovements 4-28 Section 53 - A3ustment to Grade 4-29 Section 54 - Pavement Patching 4-30 Section 57 - Finisn and Cleanup 4-31 Section 60 - Pipe, Materials, and Testing 4-32 for Drains and Culver;, ' Section 61 - Trench Excavation, Backfill, I'oundat ion, 4-34 and Bedding for Sewers, Drains and Culverts Section 62 - Pipe Laying, Jointing, and Testin 4-36 Section 63 - Manholes for Storm and 9 4-44 Se 'ion 64 - Catch Basins and inlets Sanitary Sewers 4-4b Section 68 - Finishing and Cleanup for llndergrocnd Condaits 4 48 Section 72 • Pipe for Water Mains 4-49 Section 73 Trench Excavation and Backfill 'or 4-50 Section 14 . Pipe Installation fur Water Mails Water Mains 4-52 Section 75 - Valves for Water Mains 4-54 Section 76 - Valve Chambers and Boxes for Water Mains 4-58 Section 77 - Fire Hydrants 4-59 Section 79 _ Blow-off Assembles 4-60 ' Section 105 - Sanitary Sewer Lift Station 4-63 Section 106 - Emergency Power Generator 4.64 Section 110 - Signal and Street Lightin4 4-74 Section III • Traffic Signal 4.75 t Section 119 • Traffic Sl4nal Controlle, 4.87 4-90 Standard Plans S-1 Gr,,[eci;,,ical Data 6.1 1 [Mon-FNMA Only) CITY OF REMI'ON CALL FOR BIDS Sealed bids rill be received until 2.00 p.m., Will 2 I B2 City Clerk's office and will be opened and publ(-cly readn t e et Gtrat the Conference Room, Renton Municipal Build I nR, 200 Mill Ave. South. The work to be ion oraed under this contract shall include: The full ,.nd Plate Installation of the facilities required for the i Valley Road from S.V. 41st Street to S.V. 16th Street, S.V. 16th Street fro nm Raymond Avenue S.W. to East Valley goad, S.V. 19th Street net of East S.V. to East Valley Road, S.V. 27th Street from Valley Parkwayt fR"Ymond Avenue Road to Include, but not be limited to, storm drainage, to East Valley walk, Illumination, traffic signelizattoo, water, curb and gutter, slde- and cemolate restoration. All work shall er' sanitary sewer, lift logs and speci;51 ions. be as set forth in he t station t design draw- Any Contractor connected with thls project shall comply with Federa i, County and City codes or regulation, applicable to such work. State, The City reserves th right to reject any e and/or all bids and to waive any and/or all Informalities. Approved plans and specifications and form of contracx dnrwents way be obtained at the Public Works Department office at the Renton Municipal Building for a deposit of $ 75.00 each set plus $ 5.00 to cover postage, if misled. The deposit wtil a re unded upon return the plans and Specifications in Rood condition within thirty days after old opening. The mailing charge will not be refunded. A certified _heck or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each bid. ' The City's Fair Practices and Mon•Uiscrimieation Policies shall apply. ' i?'7�Zc-,aL ./sue.-44. ttas lne F NDtprs, eputy ity Clerk Published: Daily Journal of Commerce: Merch 24 s 31. 1982 Daily Record Chronicle: March 26 6 A Dril 2, 1982 tSCOPE OF WORk The project shall consist of the widening and improvement of East Valley ' Road from S.M. 41st to S.W. 16th to 36 feet curb to curt); the widening and improvement of S.M. 16th from East Valley Road to Lind Avenue to 36 feet curb to curb; the construction of S.W. 27th from East Valley Road to the proposed Valley Parkway 3b- and 44-feet curb to curb; and the cons ruction of S.M. 19th from East Valley Road to Raymond Avenue 36 feet curb to curb. ' Improvements shall consist of surcharging, grading, paving, illumication, curb, gutter, sidewalk, storm drainage piping, installation of water and sewer piping, construction of a sanitary sewer lift station at Lino Avenue and S.W. 19th, and construction of a traffic signal at Lind Avenue and S.N. 16th. Approximate quantities include: Bank Run Gravel Class B, 243,000 tons; ' Settlement Platforms, 50 each; Asphalt Concrete Pavement Class B, 17,400 tons; Cement Cuncret Curb and Gutter, 29,700 L.F.; brain Pipe (12- to 60-inch), 16,600 L.F.; Water Line (6- to 12-inch), 8,000 L.F.; and Sewer ' Line (6- to 18-inch), 3,900 L.F. t 1 1 t 1 1 INSTRUCTIONS TO BIDDERS 1 I. Sealed bids for this proposal w. . . be receive) by the City of Renton at the office of the Renton City Clerk, Renton Cith Nall, until 2�•00 o'clock p.m„ on the data specified In the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as p•acticable. No propose) may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attachec hereto. ' 2. The work to be done is shewr on the plans. Quantities are understood to be only approximate. Fine! payment will be based on field measurement of actual qua,.,ities and at the unit price Did. The City reserves the right ' to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined aid copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price foe any item must inclide the performance of all work ' necessary for completion of that item as described in 'he specifications. S. The bid price shall be stated in terms of the units Indicated an, as to a ' total amours. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The runt is reserved to reject any and/or all bids and to waive inform- ' alitirs to it is deemed advantageous to the city to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than i2 of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to awarJ of contract. The that. of the successful bidder will be returned privided he enters into a contract and furnishes a satisfactory Performance :fond covering the full amount of the work within ten days after receipt of notice of Intention to award contract. Should he fail, or refuse ' to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. B. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular Points. ' 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. t10. Payment for this work will be made in Cash Warrants. ' Rev. 7/15/81 1 ralu7 v CITY or RMOR SURNARY UP PAIR PRACTICES POLICE ADOP?VV or RR$OLUf10R $0. _I { The Polley of the City of Remtom to to Prca*ts and af,•ord equal treatment and Pepsi** to all aitimoRs and to team" equal employ- Remt opportunity to all Person@ re/Iepol*ar of rear, tread; *clop; *thmi of ty; national origin; Per; Us Prot,"@@ of a non-po►-rslatod 7hysioai, s*ms*ry, or Rental handtoIF; ages or marital status. This Policy shut[ be based on the principles of equal eoploymont ' opportunity amd affirmative action guidelines as *at forth in fedsrai, state and local laws. All department* of the City of Kanto* shall adhere to the foiion{mp guidelines: Ell ENr UI RR PRAC?lC - All activities relating to employ- Ren #uc a• rearu tment, #eteotaon, Promotion, termination and train{.; •hall be sand uatsd in a non-disarieinatory manner. Personnel deoieions r:i;t be based on Cndividual p*rforaasoe, Staff{Rp rtqub,.em ta, and im accordance with govern{. Civil Berries Laws sad the agreement Detre on Ilia City of Rento.. and the Washington $tat* Council of County and Ci.y Impioysee. ' ftl 400rERA flog VIYR RUMP RIGIfJ OROAI;SAfIORS - rho City of pon on "Opera to y or eat{one and eomais#ioms 0r;aui*ed to Promote fair Practice# and *qua: 1 opportunity to ear Irynent. it' APPIRM.1 fI7R AC7ION PRCICRAI� - rho City of Renton Affirmativ* Action agree ul z maintained oo fatititate egvitable representation within the City Workforce and to assure equal onpp layyrent opportunity to all. It #hail be the pesPon*ibili to and duty of all City *ffi teals and rmployeoe to carry out the Policies, guideline* and oorrootirs meaPur** as set forth by this program. Coppoctivc *nPIoyavnt Prat ram# may ba established by the Nayor on the ro*oura#ndation of ap Affirmative Action Committsa for those departure to in which a protected class of eRP!Oyu* is under-roprostnted. fU CONTRACTCRS' ORLIOATION - Contractors, rubcontraotore and #upp er* con uc�tnyy uein*so with the City of Renton *hall affirm and *ubseribe to the Pair Practices and Non- Diacrimination policies set forth by law and in the Affirmative Actiot Prograr, Copies of this policy #halt be distribtted to all City smptoyou, e Aa it appsap in all to documentation of the City, including bid oche, and *hall bo prominently displayed in appropriate City facilities. ' CONCURRED IN by the City Cc Of the City of Renton, Washington, this lea day of June IRRO. CITY OF RIRTON: .MINTON CITY COUNCIL: ' mayor Council President Attest, lsawde ,tuly 10, 1971 Ravisedt February 9, 1976 Ia.t*ads awae 2. 1910 CERTIFICATION PY Pall"RD CtWTWT,'N, SVOCONTRAMN AND SUPPLIER REOARDINO EQUAL MP:. . RENT OPMRTIMITY INSTRUCTIONSW"awy�- Thls gitlflnttOr to required put/uant tc Fedeal 4rut lv Otd•r 11716. twquletltw/ Provide that anv bidder or p"apsgelve contactor, or an The LRPlsw&ntln and suppliers• shell state a An anitial W i the bide y of their 9 rules and P&rtiripated in any previous a Part o [ Mgot Ltlons of proposed $:-'contractor, so, whet ,,. it ham !lied all catraet or Subcontract mubyoct to the cowl the contract whether it he, ompL,n" "Ports due under applicable lrotruc PL icy cLussl and it The y,* hens heratofore adopted Msolutlori 2110 under date of Juno 2. 1960, Policy,* as iAylsrsled by an •Aftlrf,tlw Action Progru• sheen" &+IeMtno the 1 Mnton !a Wonote and al f,rd ewSndln9 a 'air Praclln& opportunity sseed N sbilit cowl t"atNnl. and ,,vice to all cltiaM and to ssaleri o[ the City of Mtloeal or Iola; war the Y &aid [dtMS, to all person, reqardl•u of rep en creed" relopw� emplooyment hn want,! Status, 1Tl/ prssengs o/ anon_. - elated phya ic&l, sensor egidu9t an b poLcy shell 11Rwlp a .y to all cont"eton, s / of ynal hendinpi aN or ad 9 u/Lnus rith tn• CSt c' Re turn ,hell Af fire aedubcontueta" end su poi lc'v. The atonrnlioned "ton wh in wbaerlb• to aid Dtactics go1w1,"U1 •appll•n or rev pro.Llona snail Mt apply to :Ontac" or /ubcontr[eU fo rStandard contnc!• of 1 u atarLl• or [i"a or oryalsat tons rl[A ]ws• Ma e1a'n • the 510,000 busied, per ,nave rlth the City, t ewp10YN5 or Mi•n Ns Contcacl.or.�tubcpntr&cter/Suppl ter IAseunsfter "tevred M &s Ne C1tY of Renton to subwlt An AfllTNtive Art ion eLn, the vein! 4p1oYYnt will b• that the Contractor i• rpulied by T1watWlai psreateqe rhlch 1, currently Noted In wove ecceptaDle prseenugs of aim' ity eNllabla torn"vMIsr—at l tlhi�Nuniel City ofiNlpton Atf I"$five Action P*Appendix I• ICIt of graw� i.e. 9.laY Thlf~i pin Goals and W ntld ln9. siren is The undersigned contactor therefore covenants, •tipulaba and agree• roar eurin9 the this coiltuct Mr will not dlscriminat• aga+n/t any parson in hiring. Pthabt In sating or &ny other tern or condltlon o/ &Inst 3Mi g, coat of the I111 cate9oriss listed in ymant, by reason of such 9. status, ref co pare. 7 ,pow. peaon's status, reference Contractor farther ogress that he wall take affirmative and continuous action to insure full compliance with Ouch an Y and pragam in all rsspectan it beinq strictly undsreto.id and aglead that !allure to cont"nt. y of the terms of said provisions &hall he and constitute a m&tarisi hd that of ilia Contractor *hall, upon request and/or as own &a Possible thereafter, furnish :nforlatlon end reports required by the City to determine whether full tromol lance has can with said unto the City any and all aorounts b y for the I'd ptogrne she contractor will perrut mega to Men Mde by the Y the City for purpose of inwrtigst ion his wake, record, and to a-certain such compliance. Contactor further aeknowl edgy that he nsa received a true and complete copy of the Clty'a "Fair Contract& Policy,• CERTIFICATION Ry: CONTRACTOR oft eat ca on Um r Or SUSfoNTMCTOR _ or NAME: SUPPLIER ADDRESS: --- REPPLSEMA22YE5: �F ---�--'�----�_ TITLE: 1, Contractor/Subcon — ----- PHONE: p,tar to the Equal opportunity/Clause, h&• P&Ye.cip—Main a previous contrarl or subcontract mubtect COMPII&nw reports w" required to be filled in connactlon with such contact or _Yea _pp mV bGOnt[&cCl 1• Contractor/Subcontractor/Supplier has filed all compliance reports due under application instructional Yes '— —� 1. It Aawr to it" l is No.. plans eePlaln in detail on reverse so* of this pttlficatlon. CERTIFICATION: The information Above is true and complete to the best of my knoeladge and belief. _----- ------- _— sea a i s T4Cyner p ua Ype nr or nt Nsvlewed by City Authority Mr.— Date 1 i 1 CERTIFICATION OF ELIAL ENPIA171ENf DpPOPTUN M REPORT 1 Certification with regard to the Performance of Previous Contracts or Sub- eontrarts subject to the E.,ual Opportunity Clause and the filing of Required 1 Reports. The bidder , proposed subcontractor hereby certifies that he has 1 has not participated in a previous contract or subcontract subject to t�egwl oppogtunity clause, as required by Executive Orders 1092b, 11114 or 11246. and that he has I has not , filed with the Joint Reporting Committee the Director R­tlie Office -O"ederal Contract Compliance, a Federal 1 Geverneent contracting or administering agency, or the former President's Committee on L'ioal Fmployttit Opportunity, all reports due under the applicable filing requirements. 1 1 By: 1 Title Date: Note. The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR o0-1.7 (b) (1). and must be 1 submitted by bidders and proposed subcontractors only in connection w;th contacts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause 1 are set forth in 41 CFR oo-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the 1 Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a 1 previous contract or subcontract ub filed the required reports should do jact to the Executive Orders and have not to that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a 1 report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. i 1 ' CERTHICAIION OF BIDDERS AFFIRMATIVE ACTION PLAA iddpa is to indicate by check-nark b which of the fIllowing statements pertains to this bid package, and is to sign the certification for that specific ststament: ' a) It is hereby certified the' the bidder is exempt from the City's Affirmative Action Ilan raycirements because: "Average annual emp:oyment lev-1 is less than eight permanent employ**$, f and the total contract amount with the City during the current year is less th..n S10,0bD," Company, -- — ate-- , ---- _ ' OR D b) It is hereby certified that an approved Affirmative Action Plan is o file with the City of Renton, and that sa.i Plan srecafies goals and timetables which are valid for the current calendar Year. Company --—-- bate BY: Ti[ e ' OR c) It is hereby certified that an Affirmative Action Plan is supplied with this Bid Package. Said Plan will bo subject to review and approval by the City as a prerequisite to the contract award, and it includes: ' 1) Present utilisation of minorities and females by job classification, 2) Goals and -timetables of .ar.ty and Female Utilization, and ' 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. ' Uo pany ate- — BY: _ Title — OR d) It is hereby certified that an Affirmative Action Plan will be supplied to the City of Renton within five (S) working days of receipt of notification of low-bidder status. Sai� Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it will include: 1) Present utilization of Minorities and Females by dcb Classification, 2) Goals and Timetables of Minority and Female Utilization, and ' 3) Specific Affirm.tive Action steps directed at increasing Minority and Female Utilization. Company — Date t BY: Title Rev. 9/9/75 Rev. 10/80 ! PARTICIPATION CERTIFICATION: MINORITY BUSINESS ENTERPRISES (MBE) ! and WOMENS' MINORITY PUSINESS EN1-:RPRTSES (wMRE) ! (EUSINESSES OWNED AND OPERATED BY woMEN) The Contractor agrees to use his beat efforts to carry out a policy in the award ! of hie subcontracts, agent agreements and procurement contracts to the fullest extent to utilize minority buelneea Performance er this contract. As used in thisenterprises contract. thetent termh�'mitarStvnt business enfezpriae" no a business, at leas[ 50 Percent of which is owned by minority group members or, In the cane of publicly owned businesses, at least 51 percent of the stock of which Is Owned by minority members For the of this defir.it Ion, minority group members are Women, Negroes, Spanish Speaking ! surnamed American purpose Eskimos and Personsn s, American Orientals, American Indians, American by subcont rac to to in advance of contract ontrac. cltv t�owe consider sworn rne affidavit. presented ! minorlty 6tetus in accordance with criteria cited above. To be eligible for award of thin ontract, the bidder must execute and submit, ! of the as a par[ of the bid, the fOlIOWinbiddR certification which will be deemed a part r'acertification or submission o a falsetc A resulting o ertiflcation shallrrendcruhisibid inonresponsive. ! MINORITY BUSINESS ENTERPRISE CERTIFICATION ! Name of Bidder(a) _— Certifies that: ! (a) it (does) (does not) intend to sublet a portion of the contract work and (hoe) (has not) taken affirmative action to seek out and consider minority business enterprises as potential subcontractors. ! (b) the contacts made with potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether MBE or WMBE and identify minority group. (If necessary, use additional Cieet.) ! MBE Min. Gr. W,MMBE ! l (Name of Firm, Bfd Item, Ruul[�Cont ❑ tcts) ❑ 4. L ' ❑ 5. ! Mr.em" — ❑ --- ❑ the ramifor officer f. the administration of t— he— minority— as been busineas designated enterpr ise program for this fire. CONT•RACTORj 5UDC0NTRACTOR -_ ' NORTNIY MAMPOM(R UrIIIZATION REPORT REPORTING PP,RIOD To be Submitted • • M---- Year . Co the C1 ty's Project .I� �'�'�'� ' tngineer during the let wek o! loilo.d.tq /� Goals and Timetables a committed month while contract is io Vro9»es• Prim N' in Contractor's Affi toner actor is »a Action Pi an rmatiw lronsib3• for obta.n in and s t n all Sutrtn o 1 roc o r or par City's Plan _tec,tt 9.1 m of CaPl.coca ,amcY Dgl.l '��- Frvc Iwr Md IOC<(Im 0/ <0<t racto') ' This »port7:7 Ss »quiro y Erecut ve result in sanctions which include suspension• termynation,�cancellations or debarment of ulu» to report tan ' contract. a 5 a. ' wort Noura or la aino• Total tal D1oYa.nt (It* roo trwbl city n"bq, vebar Claeal •• . • or =omDany'e Nu. (LD.) Tnds tiona TOLa ala^k lank ndlan haft< .•hl tat* ±nhe [aD}.. Island .1• vrh D Y' Sae •se T r T t Y C"Dan1 rich a na ur♦ an 1 e Nto 3 1[ned • aphorr Nuiaer (Include Area Coda �w. 11/77 (•Nales [t8libmtttFemales, 7/80 ' Niroritita A- Non-minorities) al Rsyul rements a City'e (;oAla/Tirtables) Page of r IMTROCTIONS TOR PILING 9WIOYMM UTILIZATION REPORT CITY OT WWTON) r The Employment Utilitation Report is to be completed by each subject contractor r (both prime and subcontractors) and signed by a reaponsible official of the company. The reports are to be tiled on the day required, each month, during the ton of the contract, and they shall Include the total work-hours worked on r the project for Poch employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its work force and shall collect and submit reports for each subcontractor's work force to the Compliance r Agency Chat is funding their constrtetion project. Reporting Period . . . . . . . . Self-explanatory Compliant* Agency . . , , , . . . City of Renton (administerfng department, Contractor . . . . . . . . . . . . . . Any contractor who has a qualifying r construction contract with the City of Renton. I. Conpany's Name . . . . . . . . . . Any contractor or vubcontractor who has a ` qualifying contract. 2. Trade . . . . . . . . . . . . . . Only those crafts ,overod under applicable , EEO bid conditions. 7. Nark-hours of Employment . . . . . The total number of houre worked by all r employees in each classlflution: the total number of hours worked by each *minority group to each classification and the total , work-hours for all womtn. Classification . . . . . . . The level of accompli-haent or status of r the worker in the trade. (C • Craftworker Qualified, Ap • Apprentice, Tr - Tratnee). 4. Percent of minority work- r hours of total work-hours . . . . The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, r, d and a divided by columm. a.) , S. Total Number of Minority Employees . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. 6. Total Number of F�plovees . . • . Number of all employees working in contractor's aggregate work force during reporting period. • Minority to doflned as including Blacks, Nlspanici. American Indiana and Asian r and Pacific islanders - both men and women. 1 1 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) 0 ) SS COUNTY OF ) ' being duly sworn, deposes and says, that he is the identicfl person who submitted the foregoing proposal or bid, and net sun 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 ,orporatioe to refrain from bidding, and that deponent has not in any manner sough! by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. SIGN HERE. Subscribed and sworn before ne this day of 14 ' Notary Public in and for the State of _ residing at therein. CERTIFICATION RE: ASSIGNMENT OF ' ANTITRUST CLAIMS TO PURCHASER TO THE CITY OF RENTUN RENTUN, WASHINGTON: Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns ' to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, 1 except as to overcharges resulting from antitrust violations cO""cing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents teat each of h�s suppliers and subcontractors shall assign any and all such claims to purchaser, sobject to the aforementioned exception. 1 NdnM� er s rn - g�nature-077fut Or ze epresen at ve o ' er ate r r rMINIMUM WAGE AFFIDP IT fORM City of Renton r -- rCOUNTY OF _ ss r1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this protect, r1 will pay each classification of laborer, workn-an, or mechanic employed in the performance of such work; rot less than the prevetl'ng rrate of wage or not loss 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 contests thereof and the substance as set forth therein is true to my knowledge and belief. r Subscribed and sworn to before me on this day of . 19_ r r otary u c n an or t ate of Washington Residing at. A r r r ' BID BOND FO!LM ' Herewith find deposit in the form of a certisied check, cashier's check, Cash, or bid bond in the amount of E_`_, which amount is not less than five percent of the total bid. Sign Here BID BOND r'.nv� All Men By These Presents, ' hat we, as Principal, imd as Surety, are geld 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, s,;-ressors and assigns, ,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any awaro to the Principal for ' according to the terms of th^ 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 ■ fo, the Faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, incase of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the ' Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF _ __, 19_ ^— ■ Principal Surety -- ' Received return of deposit in the sum of S_ , i CITY OF RENTON LID 314 BID SCHEDULES Schedule A . Improvements along East Valley Road, S.M. 41st Street to S.M. 23rd street Schedule A-1 - Street and Drainage Schedule A-2 . Water Schtlule A-3 - Illumination Schedule 3 - Improvements along East Valley Road, S.M. 23rd Street to S.M. 16tn Street; along S.W. 16th Street, Raymond Avenue S.W. to East Valley Road; along S.M. 19th, Raymond Avenue S.W. to East Valley Road; along S.M. 27th, Valley Parkway to East Valley Road Schedule B-1 - Street and Drainage Schedule B-1 (Alternate) - Street and Oraino_e Sche'.;ule B-2 - Water Schedule B-3 - sanitary Sewer Schedule 8-4 - Illumiration Schedule B-5 - Traffic Signal Schedule C - improvements along S.M. 23rd, Lind Avenue S.W. to East Valley Road (P-9 Channel) Schedule C-1 - Drainage 1 1 PROPOSAL TO THE CITh Cr RENTON RENTON, WKHINGTON t6entleaen• The undersigned hereby certtf_ that — has examined the site of the proP;;ad work and he— read and thoroughly understand— the plans, ' cp,cIfications and contract governing the work embraced in this Improvement, anu -.ne method by which payws�nt 9011 be made far said work, and hereby propose to undertake and complete the wort embraced In this Improvement, or as much thereof as can be coapteted with the money available, in accordanco with the said plans, specifications and contract and the following schedule of rates and Prices: (Note: Unit prices for all Items, all extensions, and total amount of bid should be shown. Show ,0 t prices both in writing and 'n figures.) ' Signature Address 1 Hams of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of ' With Main Office in Stott of Washington at PROPOSAL Schedule A-1, Street and Drainayc LlD No. 314 ITUM APPROa. 1T1111 .!TN umv Poles NO. OUANT/TT (UAN Pr4eo to ao Nr1;I04 Y Ooreo! UNIT PRICe Amou'T 1 L.S. mobilization - I 1,60 sum It !� N Y 3 AC. Clearing and grubbing ar acre r 3 7,S00 C.Y. Unclassified Excavation I .T. IC.aY I �anu �tae�---der cubic yard � I a 4,000 C.Y. Unsuitable Excavation t1l e//Aa __per cubic yard , M 5 SOD S.F. Rock Retaining Mall Per square foc J 11. r.ch Sett leTknt latforela r each 7 6 AO Suro.arge Excavation C.Y. per cubic yard _ d_ 1,167 Tons Crushed Surfacing Top Course i er,;6r*«0 90 U,U-- er ton 9 9a P 7S/ 30 .4:ncl"" PAWSAL Schedule A-11 continued ' LID No. 314 ITIM APPROX. #TIM WITH UNIT PRICE NO. QUANTITY (Van Ir164A/s N Wfht/n r WefdO UNIT PRICE AMOUNT 9 234 Tons Temporary Crushed Surfacing Base Course i Ily°1Y --per ton oa 90 10 652 Tons Riiprap off. J14mLdajU L2� ,er ton no 11 6 YX0 S4PK Run Gravel, Class B Tons ` Ma . T--` per ton i 12 1,885 Tons Asphalt Treated Base t DPr ton • - iOQ. d 13 5,827 Tons Asphalt Concrete Pavenent Class 6 per ton jO 1415`T6 Io ( 14 208 Tans Incidental Asphalt Concrete _per ton 15 10.972 Cement Concrete Curb and Gutter, L.F. Type A per lineal foot �O yv 16 495 S.Y. Cement Concrete Driveway (6" thick) [1 Aan------per square yard yli�, Id1.� ' Schedule A-1, continued PROPOSAL LID No. 314 ITEM APPROX. 1TKM WITH UNIT PRICE NO. QUANTITY (Ue.: Meta fe be Written h YIw4) UNIT Pelee AMOUNT 17 2,337 S.Y. Cement Cpcscrreete Sidewalk (4-inch thick) ' Atun..tit Slims`— per square yard e ib 18 14,878 paint Striping L.F. u..4.e P- lineal foot IL 19 237 L.F. Thermoplastic Crosswalk tt0 —r. r lineal foot p 20 70 L.F. Thermoplastic Stop Bar arl C I% --per lineal foot 4 . ' 21 76 Each Thermopll last i c Traffic Arrows �wITrZ',Y,i.o���—.per each 22 20 Each Thermoplastic Letter ,, ,' ' �Iy S t er each 2T 8 Eacn Remove and Relocate Existing Signs �0 = er each e4r .a t24 35 Each Lane Marker Type I ' (ed lur: _=per each 1 PROPOSAL Schedule A-), continueC LID No. 314 ' "ON APPROX. #TIN WITH UNIT voice NO. QUANTITY pinh Ptk a 1•be Wrote" Im Wets[) UNIT voice ANQUAT 1 25 12 Each Line'?�Maarker Type 2 TmMIJ per each 3 _ Z - 1 . 26 278 Each 9-3/4 inch (1250) Plastic Traffic Buttons ' ,--- =per each C� 27 2 AC. S ee lding. �Ferf(tilr[izinnTng and Mulching A1�'LQ...�a�JiZper acre 28 2 Each Monuments 1 .Yu per each 29 3 Each Adjust Existing Catch Basin to Grade ' �er each ' 30 15 Each Adjust Existing Manhole to Grade Q m:7per each 31 6 Each Adjust Existing Valve Chamber ' to Grade s�,=Z-per each v 32 570 S.Y. Asphalt Concrete Favement Patch '—"-per square yard ' — ' PROPOSAL Schedule A-1, continued I •rreolc. LID No. 314 Inr NO. UUANTITT (I ITfll UNIT MN;(f MN hNala Is b M wrlllre 111 wN41 UNIT MICfI AMOUNT 33 L ,S, Finish and Clean Up n r lump Sum ' 34 L.S. Private })P�roperty(�1Ressttorraation ' 4�at11f01i/t4lild,l�er loop sum ' 35 1,5,3 L.F. 12-inch Diameter Storm Drain Pipe M L40, er lineal foot 36 256 L.F. 15-inch Diameter Storm Drain Pipe ' Q 1_- � `nW ;lou t��l�a.tc.-[ � Der lineal foot ' 37 648 L.F. p 21-inch Diameter Storm Drain Pi pe �...iill.__•=__per lineal foot ' tz 3 z. - 38 404 L.F. 24-inch Diameter Storm Drain pipe per lineal f)ot 1 39 1,531 L.F. 30-inch Diameter Storm Drain Pipe 2y ' er lineal foot Ss -inch Diameter Storm Drain Pipe 40 1,647 L.F. 36 1 Per lineal foot `47. So 123? sm ZoS,i ZZ YO 1 SCHEDULE A-1 ADDITIONS SCHEDULE OF PRICES (Note: Unit Prices for all items, all extensions and t.otal mmtmt of bi., must be shown. Show unit Prices it. both words and fjgures and where conflict occurs the written or typed words sha.;l psevafl.) ITEM APPROX. ITEM n1TH UNIT PRICED BID UNIT PRICE AMOUNT t NO. QUANTITY fbiut Ptlws to be written in words DOLLARS CTS. DOLLARS CTS. 41A 2 EA. I48", 90° Bend Riser 9 Trash Rack 1.925100 3,85 00 54. L.S. Compensation for Grading Resulting from Deletion of Item 7 19,620 00 19,620 00 55. 3.200 Tons Foundation Nateriul %0 30.401DO 56. 2,000 Tone Pipe Bedding Materi u I N 00 16.000 00 57. 50 Tons (Colo Mix 60 00 3.000100 ti 1 PROPOSAL Schedule A-1, continued 110 No. 314 ITEM APPROX. ITEM WITH UNIT PRICE MO. QUANTITT (Yen hleo to N rrlllee to Mwe) OMIT MICE AMOUNT al 221 L.F. eB-inch DiameterO SSStttorm Drat, pipe �7Ad> =per lineal loot M OR 42 637 Tons Bank R„n Gra,••1, Class B (Trench) f y�fe0 ton d3 70 Each Catch Basin Type I-C per each M ' 44 Each Catch Basin Type II-C � per each ) 45 9 Each Storm Manhole, Diameter 56-inch each ' 46 11 Each Storm Manhole, Diameter 60-inch �4 Zee each Y 47 3 Each Storm Manhole, Diameter 72-inch i ' per each ee Y 40 15 V.F, E<tra Depth Catch Basin Type 11-C ' Per vertical foot qs-4wfly`Z$. ►eorosAL Schedule A.I. continued ITIN Ar►Aoc LID No. 314 , rctr wttw No. ouANTlrr ItNw a4Nee to b,�a»' yob uwn 49 30 Y.F. «ma) PascalPascalANOINT Extra Depth Manr,,,le am —�— (SI-frith Dieter) per vertical foot ' 50 l49 W.F. Am ~ Extra ameter) Depth Manhole 60-inch Di .!y t I _ Per vertical foot 51 10 V.F, Extra Depth Man1101 ' c i72-inch Dialeter� per vertical fob 57 1 Each Prefabricated 60- I"ch Diameter Bend er e„ch S3 b Each Trash Rack per each ' O to u Subtotal, Schedule A-1 1 PROPOSAL Schedule A-2, watt, .�� LID No. 314 rear APMOX. NO. ANTRAMTTT W ITtM W MIT UNIT Nce T ILUN ►rices to be elrittes IN leeree) UNIT MIN:e AMOUNT 1 1(,e ions -B{�ark Run Greve 1, Class B (Trench) a- AA __per ton _ 2 150 Tons ',,oaation Material 3 "+fYllldL� per ton 0 iH zs' 3 377 L.F. 12-inch Ductile Iron Water Main, S Lss 52, Tvton Joint LAW�Der lineal foul 4 396 L.F. 10-Inch ductile Iron Water Main, , Class 52. Mechanical Joint per lineal fool 9 5 52 L.F. 6-inch Ductile Iron Water Main, Class 52. Mechanical Joint, including ack e RoQs ejgt _per lineal foot 6 46.5 C.Y. Cement Concrete Thrust Blocking - 2 _ -9er cubic yard Yr 7 1,600 L.F. 3/4-inch�Shackle Rods lineal fool B 1 Each I'-inch x 6-Inch Wet Tap ' *Au f� er each ar w 'L541S.� i MOP"AI Schedule A-2, continued LID No. 314 ITEM APPROA. ITEM WITH UNIT PNN:I NO. OUANTITT IUAN hNq N'AA MrNlee to AArN) UNIT MIDI AMOUNT 9 6 Each 12-in h x 10-inch wet' Ta QaV�O.xOa/.M.AAOAu er each nM, 10 9 Each R connect Ex stipg rice lkA,.�..at w. L per each �.� ZIC6 "� 11 3 Each Retail Existing Service m ,f*_Per each ��� 12 2,500 Lb. Extra Fittings , i + ee "Qper pound 13 6 Eacn 10-loco Gate Valve ff �.. °•• 'L. � er each 14 4 Each 12-inch Gate 'alve, U•th Bypass, With Vau'llt p '4h.�2�i.y.�p %Gz;per each 15 17 Each YValve Mark�erlrU� 1111AT41YaP1�L j/� per each 1V � 16 3 Each Adjust Valve Box, including Valve Operating Nut Extension ll!L_per each i Z� By S 1 ' 1 PROPOSAL Schedule A-2, continued ' IT§M APPROX. nM LID No. 314 00. YUANTIlrT 'TIN WITH UwIT hNea' to MritteelN Wftdol AMOUNT UMiT �IIIC! 17 10 Each Hydrant Assem l Type YPe A er each .o Each Hydrant AssembTy. Type e 8.1 per each . y 19 1 Each Hydrant Assembly, Type 8-2 e ch 20 4 Each Guard Posts'�t j�'' r ' +V t MC---_Per each •I' 21V.F. Hydrant Vertical Extension ' per vertical foot ' V 22 13 Each Temporary 2-inch Blow-Off Assembly ' per e per each Subtotal ' M.S.S.T. 6,6% '-'`--4—/-22 IG Subtotal, Schedule A-2 91.?32 24 1 P*WSAl Schedule A-3, illumination LID No. 314 ITEM A►►NOE, ITEM WITH UNIT PRICE NO. QUANTITY (11INN MMee le be whNlee M Nelda) UNIT MICE AMOUNT 1 L.F, Conduit Trench and Backflll er lineal foot m � 2 100 Tons Bank Run Gravel Class B (Trench) per ton 3 17 Each Light Pole Foundation — �per each � O 4 2 Each Service Cabinet Foundati_o[n� T -- ay per each 5 17 Each Aluminum Pole, 40-foot Height Mounting 7er e each V _pr 1 c er 6 17 Each LID Luminaires, 250 Matt, Furnish and Install 7 1.150 L.F. Conduit, Schedule 40, 1- D 1/2 inch Diameter _ '�--�e• lineal foot of J B 1,195 L.F. Conduit. Schedule 40. 7-inch Diameter liQlZ___per lineal foot 5&73• � a- r. PROPOSAL Schedule A-3, continued LID No. 314 INM R Oa. @11 i MO. MO, 011AMTITT IYM1 hMo is 1�N Note MIICetrttlea in lameal UNIT Voice •aIOYMT ' 9 200 L.F, Conduit, Schedule 80, 2-Inch Diameter _per lineal foot 2 _ r 10 16 Each Design 8 Junction Bo. 09 ' „toper each f'R 11 2 Each Design IntermeeddiidttTTe Junction Bo, wM - er each 285. ' 12 20.5 Conductor . Illuminat;on, No. BAMG qy00 �aae,hra!>ra�—'p!r 1,p00 lineal fee `� ciSGI Ze - 13 5.6 Bare Ground Yire, No, lOAMG K L.F. At 1)211�_P r 1,00000 lineal feet 14 34 Eacn Fuse Kits per each O � 15 2 Each Service/Control Cabinet, Type D ' "'�' e► each J �, e 1 47aryr~ - ubtotal, Schedule A- f N I �j Subtotal, Schedule A-2 a Subtotal, Schedule A-I TOTAL, Schedule A I.one, ' f