Loading...
HomeMy WebLinkAboutWWP2701999(30) 10 :1 CITY OF RENTON CALL FOR BIDS i . Sealed bids will be received until 2:00 p.m. , at the City Clerk's office and will be opened and publicly read in the 4th Floor Conference Room, Renton Municipal Building, 200 Mill Ave. South. `.he work to be performed under this contract shall include: The City reserves the right to reject any and/cr all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained at the Public Works Department office at the Renton Municipal Building for a deposit of $ each set plus j to cover postage, if mailed. The deposit rill be re?unded upon return of the Plans and Specifications in good condition within thirty days after'bid opening. The mailing charge will not be refunded. A certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each b'.d. The City's Fair Practices and Non-Discrimination Policies shall apply. be]ores A. Mead, City Clerk Published: 1 CITY OF RENTON Burnett Avenue South South 4th Street to South 7th Street SCOpC OF WORK The work involved under the terms of this contract document shall be the full and complete installation of the facilities required for the improvement of Burnett Avenue South from South 4th Street to South 7th Street to include, but not limited to, storm drainage, curb and gutter, sidewalk, illumination, landscaping and Allplete work shallration of be as setall forthrinctheaterial so as to not be a isi le detraction. design drawings and specifications. Any contractor connected with this project shall comply with all Federal, State, County and City codes or regulations applicable to such work. i r, 1 1NSTAUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Rentun City Clerk, Renton City Nall, until 2:00 o'clock p.m., oyt the dace -ecified in the_Call for Bids At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 1. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work ne, essary for completion of that item as described in the sp�cificatione . 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive inform- alities if It is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned in unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a sstisf+_tory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 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. 10, Payment for this work will be made in Cash Warrants. EANIBIT "A" CITY OF PENTON SUMMARY .F FAIR PRACTICES POLICY t ADOPTED BY RSSOLUTIOR N0. 2340 The policy of the City of Renton is to promote and afford oqual treatment and service to all citiesns and to assure equal employ- ment opper!uniti to all persons repsrdlese of race; creed; color; ethnicity; national origin; sex; the Prueno@ of a non-Jab-related physical, sensory, or mental handicap; age; or marital status. This policy •hall be based on the principles of equal emp Ioyment Opportunity and ajfirmati Ve action guide Knee as tot forth in federal, state and local laws. All departments of the City of Renton •hall adhere to the following guidelines: !il 6NPL OYMENT PRACTICES - All activities relatinp to employ- ment such as recruitment, selection. promotion, termination and training shall be conducted in a non-discriminatory manner. Personnel decisions will be based cn individual performance, staffing requirements, and in accordanns with governing Civil Service Laws and the agreement between the City of Renton and the Washington State Council of County and City Employees. III COOPERATI CN WIPE EUMAN .gIGNTS CROAA::ACI:ES - The City of •n ton vi coop•rate ,u y wtt a orpcni as slow and commissions organised to promote fair practices and equal opportunity in employ-rnt. (J) AFFIRMATIVE ACTION PROGRAM - The City of .9@ntcn,Affirmative Action Program will a matntainsd to facilitate equitable representation within the City workforce and to assi,re equal employment opportunity to all. It @hall `,e the responsi ility and duty of all City official@ and employees to carry cut the policies. guidelines and corrective measures ae not forth by this program, Corrective employment programs may be established by the Mayor on the recommendation of an Affirmative .Action Committee for those departments in which a prottrted ::aee of rmployete is under-represented. (s) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton •half affirm and euFscribe to the Fair Practices azd Ron- Diserinination policies set forth by law and in the Affirmative Action Program. Copies of this policy shalt be distributed to ail City employaee, shalt appear in all operational documentation of the City, inciwding bid call@, and shall be prominently displayed in appropriate City faci Iitits. CONCURRED IN by the City Council of the City of Renton. Washington, this _ lad day of June Isso. CITY OF RENTON: PENTON Cl TY COLNCILI U Wy1GWIJ..}g�tif1�QI� � � 7•'d _.___ Mayor Cowmen president Attest: lssuedl July 10, 1972 �n y,, Revised: Jea 2ty 9, 1976 tY C erk L/L� Revised Jun• , 1580 CERTIPicAT10M sY PROPOM) CONTRACTOR, SUBCONTMCIrOR ANO SUPPIAER ,CARDING 'QUAL EMPLOYMENT OPPOrrml !laws p l M Atrac Ot INSTRUCTIONS '�� TAU certification is required pursuant to rsderol Executive Order 11216. The implementing rule, and regulation provide that any bidder or prospective tontrsetor, or any of their proposed subcontractor and auppl.en, shall state as an initial part of the bid or negotiations of U. contract whether it h participated In any previous contract or subcontract subject to the equsl opportunity clause, and, 1t to, whether It has filed all compliance reports due under applicable instructions. The City has heretofore adopted Resolution 2340 under date of June 2, 1980, amending a 'Pair Practice Policy-* as implemented by An 'Affirmative Action Program' therein amending the policy of the City of Renton to promote and afford equal treateont and *"Ice to all citizens and to sssure equal empl-yM opportunity based on ability and fitness to all persons regardless of race: creed, color; ethnicity, national origin, sex; the presence o! s non-job-related physical, sensory or mental handicap, ace or marital status. This poi-cy shall I,Lewies apply to all contractor., subcontractors and suppY far• conducting business with the City of Renton who in turn shall affirm and subscribe to said practices and policiea. The aforementioned provisions shall not apply to contracts or subcontracts -or ,tender commercial suppliers or raw materials or firms tr organizations with less than eight employees or contracts Of less than $10,000 business per annur with the City. when the Con tractor/Subcontractor/Svppl lot (here;nafter referred to as the Contrsctor) 1. required by the City of Renton to submit an Affi,matiw Action Plan, the minimum acceptable Precentage of minorit employment will be that Percentage wh'.ch is currently listed in 'Appendix I' (City of Renton Goat, a 'i"tatles) in the published City of Renton AM tmative Action Program, i.e. 1.1% This Program is availtble 'or review at the Municipal Building. The undersigned contractor therefore covenants. ,tipulatn and agrees that during the parform,nce o[this contract he will not discriminate against any person in hiring, promoting, discharging, compen- sating or av y other term or condition of employment, by reason of such person s status, r.fer.nce the (11) categories listed in pare. 2 above. Contractor further agrees that he will take alfirmativs and continuous action to insure Lull compli,n with such policy and ,—ogram in all respect:: it beinq strictly understood and agreed that failure to comply with any of the te:me of sait provisions she t/ be and constitute a material breach of this contract. Contractor shall. upon t.q­et s"] r a. soon as possible thereafter, furnish unto the City any and al information and reports required ny the City to determine whether full compliance hex been made by th contractor with said policy and program and contractor will permit access to his books, records and accounts by the City for the purpose of investi ption to ascertain rush compliance. Contractor further acknowledges that he has received a true and complete copy of the City's 'Pair Practices Policy.' e'Ontract anti catlon� ' CERTIrICATION EY: CONTRACTOR _ or SUBCONTRACTOR or SUPPLIER ADLRESS: REPRESENTATIVES: TITLE: _ PHONE: _ 1. Contractor/Subcontractor/Supplier has Participated in a previous contract or subcontract subject to the Equal Opportunity Clause: _ yen _No 2. Compliance reports "to required to be filled in connection with such contract or subctntraetn _Yes —No 1. Contractor/Subcontractor/Supplier has filed all compliance reports due under application instruction: _Yea _No a. If answer to item 1 is 'No', Ples'a explain in detail on reverse side of this certification. CERTIFICATION: The information above is true and complete to the best of my knowledge and belief, --Z.r�ms an • o gnwr p one typ» or Pr nt .— l9nature Reviewed by City Authority, ate a.v, 6,:4.'90 CERT1F1CiT10N OF E AL ENPLOI'NEN'.' OPPORTUNITY REPORT Certification with regard to the Performance of Previous Cont:a"s or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The kidder , proposed subcontractor hereby certifies that he has has not participated in a previous contract or subcontract subject to tie equal opportunity clause, as require,` by Executive Orders 1092S, 11114 or 11246, and that he has has not , filed with the Joint Reporting Committee the Director o Ae Office o"ederal Contract Compliance, ■ Federal Government contracting or administering agency, or the fo-mer President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (Company) By: (Title Date: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be eubmitte,'. by bidders and proposed subcontractors only in connection witl. contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in dl CFR 60-1.5. (Generally only contracts or subcontracts of $10.000 or under are exempt.) (:urrentl�, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN )/� — Bidder it to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the certification for that specific statement: C1 a) It is hereby certified that the bidder is exempt from the City's ..ffirmative Action Plar, requirements because: "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." Compar, l�at• BY: — Ttr�e OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetaules which are valid fur the current calendar year. Company Dete BY: — Title OR o) It is hereby certified that an Affirmati a Action Plan is supplied with this Bid Package. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes: 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Female Utilization. Cumiany uate BY: ----- Title OR u) It is hereby certified that an Affirmative Action Plan will be supplied to'the City of Renton within five (5) working days of receipt of notification of low-bidder status. Said 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 Job Classification, 2) Goals and Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action steps directed at increasing Minority and Female Utilization. Company BY: —____. Title Rev. 9/9/75 t � Rev. 10180 PARTICIPATION CERTIFICATION: MINORITY BUSINESS ENTERPRISES (FIBS) and WOMENS' MINORITY BUSINESS ENTERPRISES (WIME) ,BUSINESSES OWNED AND OFERATED BY WOMEN) The Contractor agrees to use his best efforts to carry out a policy in the award _ of his subcontracts, agent agreements and procurement contracts to the fullest extent to utilize minority business enterprises consistent with the efficient performance of this contract. As used in this contract, the term "minority business enterprise" means a business, at least SO percent of which is owned by minority group members or, 1n the case of publicly owned businesses, at least 51 percent of the stock of which is owned by minority members. For the purpose of this definition, minority group members are Women, Negroes, Spanish Speaking Surnamed American persons, American Orientals, American Indians, American Fskimos and American Aleuts. The City will consider sworn affidavits presented by subcontractors in advance of contract award as one means of establishing minority status in accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, as a part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit this certification or submission of a false certification shall render his bid nonresponsive. MINORITY BUSINESS EN"CERPRISE CERTIFICATION Certifies that: Name of Bidders) (a) It (does) (does not) intend to sublet a portion of the contract work and (has) (has not) taken affirmative action .o 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 WISE and identify minority group. (If necessary, use additional sheet.) MBE Min_Gr. WMBE 1. ❑ ❑ (Name of Firm, Bid Item, Results of Contacts) 2. ❑ ❑ 1. _— ❑ ❑ A. ❑ — ❑ S. ❑ ❑ F'r /Ms has been designated as the liaison officer for the administration of the minority businet-a enterprise program for this firm. ' NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF ) SS i being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that :uch bid is genuine and not sham or collusive or rode in the interest cr on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from biding, and that deponent has not in any manner sought by collusion to secure to himself or to any otner person any advantage over other Bidder or Bidders. SIGN HERE: Subscribed aed sworn before me this day of 19 Notary Pudic n and or t e fate of residing :t ------'---- therein. y CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS 10 PURCHASER TO THE CITY OF RENTON RENTON, 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 terials purchased it connection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, Quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractois shall assign any and all such claims to purchaser, subject to the aforrmentioned exception. `— Name�-Pro ec �`---flame o er s irm V Signature o uthorize epresentati—ve­o­-VicTtei r— at', -__ —. _— MINIMUM WAGE AFFIDAVIT FORM City of Renton ss COUNTY OF 1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project. I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this __ day of Notary Public in an or t e—Ttate of Washingtoi Residing at BID BOND FORM V&L) Herewith find deposit in the form of a certified check, -ashier's check, cash, or bid bond in the amount of $ _ which amount is not less than five percent of the total bid. Sign Here BID BOND Know All Men By These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, ,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said propusal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if th, 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 rincrpa urety Received return of deposit in the sum of S PROPOSAL , 1 TO THE CITI OF RENTON RENTON. WASHINGTON Gentlemen: The undersigned hereby certif_ that ` has examined the site of the .:posed work and he read and thoroughly understand` the plans. specifications and contract governing the work embraced in this inprovene:nt. and the method by which payment will be made for said work, and harebi propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, i^ accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Sho► unit prices both in writing and in figures.) Signature Address Names 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 State of Washington at e PROPOSED SCHEDULES fOR CITY OF RENTON LD .114 SCHEDULE A IMPROVEnt N(S ALONG EAST VALLEY ROAD FORM 41ST STREET 10 P9 A-1 STREET AND DRAINAGE IMPROVEMENTS A-2 WATER SYSTEM IMPROVEMENTS A-3 ILLUMINATION IMPROVEMENTS SCHEDULE B IMPROVEMENTS ALONG EAST VALLEY ROAD FROM P9 TO S.Y. 16TH STREET S.Y. 16TH STREET FROM LIND AVE. TO E.U. RD. S.J. 19TH STREET FROM RAYMOND TO E.V. RD. S.Y. 27TH STREET FROM VALLEY PKYY. TO E.V.RD. 9-1 STREET AND DRAINAGE IMPROVE«<"TS 0-2 WATER SYSTEM IMPROVEMENTS B-7 SANITAKY SEWER IMPROVEMENTS B-A ILLUMINATION IMPROVEMENTS B-S SIGNALIZATION (LIND AVE. AND S.Y. 16TH) SCHEDULE C OFFSITE DRAINAGE IMPROVEMENTS : CHANNEL ALONG SR167 P9 CHANNEL FROM E.V. RD. TO LIND BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE. PRESENTS% ( That we, the undersigned_ as principal, and corporation organize and existing under the laws of the State of as a suret corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as -surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of S for the payment of which sum on demand we bind ourselves and our successors, heirs, adminis- trators or personal representatives, as the case may be. This obligation is encered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this day of 19 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and ,jursuant to Ordinance (or Resolution) No. 2295 providin for which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to oerform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner .,nd within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall supply said principal or subcontractors with provisions and suppplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- contractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failur of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: Approved: 1 of ? CONTRACTS OTHER THAN FEDERAL-AID FNMA THIS AGREEMENT, made and entered into this __ day of _ , ig`, by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR HITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within working days from date of commencement hereof as required by the Contract. of which this agreement is a component part) perform all the work and services required to be performed, and proviie and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike man,,er, in connection with the City's Project (identified as No. for improvement by construction and installation of: All the foregoing shall be timely performed, furnished, const ,ucted, installed and completed in strict conformity with the plans and spec- ifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It Is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished Contracts Other Than federal-Aid hNWA 2of 7 and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such confoimity, with the plans, specifications and all require- ments of or arising under the Contract. 2) The a!oresaid Contract, entered Into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full , and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) General Conditions e) Specifications f) Maps and Plans g) Bid h) Advertisement for Bids I) Special Contract Provisions, if any 3) If t:. Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the tire specified in this Contract, or any eK ension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he shculd make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Contracts Other Than Federal-Aid FHNA 3 of I subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and fis surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correcticn thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect in the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen 15 days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. in such event, the City, if it so elects, may, without l+ability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. a) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. Contracts Other Than Federal-Aid FHMA 4 of 7 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including less of life, personal Injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of anv patented or un- patented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the -vent the City shall, without fault on its part, be made a party to any lit`gation commenced by or against Contractor, then Contractor shall proce_: and hold the City harmlas. and he shall r�, it costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such Contracts Other Than Federal-Aid FNBA 5 of 7 notice as heretofore specified ,hall be given by personal delivery thereof or by depLsit .ng same in the United States mail . p�)stage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than _ working days from the date of commencement. For each and every working day of dewy af_er the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be Contracts Other Than Federal-Aid FHWA 6 of obligated to take immediate steps to correct and remedy any such defect, f-.ult or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit t0 the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bond% must be duly licensed as a surety in the State of Washington. 11) The total amount of this Contract is the sum of which inc)udes Washington State Sales Tax. Payments will be made to Contractor as specified in the "general conditions" of this Contract. Contracts Other Than Federal-Aid FHHA 7 of 7 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRA:TOR CITY OF RENTON gyres Bent artnery ner y Mayor --- ATTEST: �_cretary ity er d/b/a trm ame Individual_ Partnership Corporation _ A Corporation rate o ncorporation Attention: If business is a CORPORATION, name of the corporation should be listed in full and Loth President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the city and made a part of the Contract document. If business is a PARTNERSHIP, full nd-e of each Partner should be listed folluwed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. CONTRACTOR/SUBCONTRACTOR O MONTHLY NANPOWR UTILIZA71ON REPORT REPORTING PERIOD e A . Mon[h: Year: To be submitted to the City's Project .A Goals and Timetables as comitted Engineer during the let weak or following in Contractor's Affirmative •unt.h while contract is in Progress. prime N Action Plan Contractor is responsible for obtaining aid sJami,ttirg all Subcontractor Re r s. or per City's Plan 9.1 To: (Var ane local ton of Copl lence A,enq Wpt.) From: IVaee eaa loc,tloa of caotracter) This report is requi red by Esecut ve er 11 a6. Oct on"'U!. Fail to repo" can result in sanctions which include suspension, tomination, cancellations or debarment of contract. :. 1. ''• f S• a. glop- Total tal work Noun of "ploy.ant (Se• footro tel rlty nueler lusa., of of C1en1 a• a. e . r/h of einorlt repbr. Company's Nue Tn�• flea- Tot, black NL- er. Aalan/ 'ec l total to(I.D.) hone p"lc ndt., M1e�e F:1. W1h -p y- aea AD Tr AD Tr T Tr A Tr AD Tr ADTr Tr cc epeny Cfflc le �a nature ,n • Date Stared p. Te epT una Imeoe^ (Include Ara, Ccde) Rev. 11/77 0Na1e8 G Females, "?Uwrltiea i Non-minorities) 7/SO (Submittal Requirements a City's Opals/Timatables) Pace of RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL X POLL __- CES In accordance with the provisions of Chapter 62, Laws of 1973, H.A. 621, the Contractor shall secure any permits or licenses required by, and comply fully with ail provisions of the follow- ing laws, ordinances, and resolutions: King County Ordinance No. 1527 requires Building and L..nd E ve opment ivzston an y raulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be ircorporated into project iesign stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. Koi�n7C7ouTn��tAo__. o, N 1006 and ResolutionN 0 o.9. n ITlTS contained in King county L0426 rities 9 and 10 are prov szons or disposi- tion of refuse and litter in a licensed disposal site and pro- vide penalties for failure to comply. Review by Division of Solid Waste. Pu met Sound Air Pollution Con�trro�l A enc Regulation I : A regu- lation to contro the emissions contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contam pants to maintair records of emissions, periodically re- port to the State information concerning these emissions from his operations, and to make ;uch information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards o e tnsure t e purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters . The law also provides for civil Penalties of IS,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling so tI'�astes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. WASHINGTpN STATE DEPARTMENT OF NATURAL {, RESOURCES t R.C.N. 76.04,370: h Provides for abatement of Additional tire hat. ■r ■n s upon which there is forest debris) and extreme fire atard (areas of additional fire hazard near building, roads, ceipgrounds, and school grounds) . The owner and/or person respons- iblf is fully liable in the event a fire starts or spreads on Property on which an extreme fire hazard exists. R.C.W,_76.04.010: Defines terms relating to the suppression or abatement o Wrest fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning abet nng or prevention of forest fire he permits for ards, instruction or silvicultural operations. R.C.N. 76.04,310: Stipulates that everyone clearing land or c earing r1g t-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in or with the law requiring burning permits, R.C.W. 78.44 : Laws governing surface mining (including sand, grave stone, and earth from borrow pits) which and permits, plan or operation, reclamation plan,pbondirei for fees inspection of operations. g, and W.A.C. 332.18: Delineates al" requirements rec io for surface mined an amat », W.A.C. 332.24: Codifies requirement. of R.C.W. 76.04 pertaining to an c eaiing and burning. U. S. ARMY CORPS OF ENGINEERS Se— ;on 1 of the River and Harbor Act of June 13, 1902: Author- i ecretary ers any persons or corporation desiring togimerovetontsn ue permits to river at their own expense and risk upon a y navigable specificatiuns. pproval of the plans and Section 404 of the Federal water Pollution Control Act P tat. T, ut orlzzes t e 3ecretar 0L'�-Xr'm , aci' 'S00 t roug t I �orpe of Engineers, to issue permits for�the tdig ge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that sue discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational area MISCELLANEOUS FEDERAL LEGISLATION Section 13 of_the River and Harbor Act a roved March 3 _18a rove es t at 1sc ergs o re use wzt out a - `—� 4' waters is prohibited. Violation is punishable bytfine� ^Anceti- zen may file a complaint with the LI. S. Attorney and share a por- tion of the fine. .2- PERMITS RE UIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND, LAND DEVELOPMENT DIVISION King Count Resolution No. 15789 requires an unclassified use —fm- ated ■ctivitieszsuchgasrasphalt plantst,grockrow crushersits jnandssoci- refuse dispoaal sites and provides for land reclamation subse- quent to these activities. A copy is available at the Department Of Public Works or Building and Land Development Division. Shoreline Mana ement Act 1971 requires a permit for construction on rate 51 ore nes. erm t acquired by Public Works and reviewed by Building and Land Development Division. Kin Count Ordinance No. I488 requires permit for grading, land except onaCountytrightmof-way. Review bydBuildingoandaLaodsDevelop- ment Division. hASHINGTON STATE_DEPARTMENT OF FISHERIES AND GMIE Cha ter 112 Laws of 1909: Requires hydraulics permit on certain protects. ng ounty epartment of Public Works will obtain.), WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220, Requires a National Pollutant Discharge Elimination Y�Stem—�(k75M permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372.24: Permit to discharge commercial or industrial waste waters Into tate surface or ground water (such as gravel washing, Pit operations, or any operation which results in a discharge which contains turbidity.) W.A.C. SOB•12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use °e r6 ev'Ie�,eTTy ne Department of Ecology whenever i[ is desired to change the tlrpose of use, the place of use, the point of withdrawal and or the diversion of water. W.A.C. SOB-12.220: lequires permit to use ground water. W.A.C. SO8.12.260: Requires permit to construct reservoir for water storage. W.A.C. 508.12.280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood controT zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) , •3- PERMITS REQUIRED FOR THE PROJECT - Continued WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76,04.150: Requires burning permit for all fires except Tot sm■ out o'or fires for recreational purposes or yard d bris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R,C.W, 76.04.150, 76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to prevent restriction of vi--.iility and excessive air pollution. R.C.W. 76-08.030: Cutting permit required before cutting merchant- I e[im�ei— R_C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining opera- tion inc u ing sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS Of ENGINEERS Section 10 of River and Harbor Act of Ftarch 3 1899: Requires permit of r c'onstruction of er t an ri Ces, see S, Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain) . FIRE PROTECTION DISTRICT R.C.W. 52.28.010 52.28.020, 52.28, 030 52.28.040 52.28,050: Proviaes nut ority or, requirements o an pens ties of r�failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Bria e.. an eneral'Br ct o USb as amended Au-- ust I�433Tqu res a permit or construction o ri3ge—on nav ga a waters (King County Department of Public works will obtain). Ki:.g County Department of Public works will comply with pertinent sections of the following laws while securing the afore- mentioned permit: Secti — 4(f) of Department of Transportation Act, National Environmeu Folicv Act of 1969, water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2j(iii) of Regulation I: Request for verifica- t un of poeu at on ens ty. onto rac[or should be sure his opera- tions are in compliance with Regulation I , particularly Section 9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) , and Section 9.15 (preventing particulate matter from becoming airborne) . -4- PERMITS REQUIRED FOR THE PROJECT • Continued ENVIRONMENTAL PROTECTION AGENCY Title 10�_ChaT ng1Ic, Part 61: Requires that the Environmental Fio ect of jncy to nottfTe3 5 days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than 5 d-elling units) . The above requirements will be applicable only where call^d for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 Bing County Administration Building, Seattle, Washington, 98104. it shall be the responsibility of the Con- tr.ctor to familiarize himself with all requirements therein. .All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. -5- A`P.W.A. STANDARD SPECIFICATIONS The Standard Specifications for Munic,.,11 Public Works Construction 1977 EdijLonj prepared by the Washington State Chapter of the American Public Works Association, hereinafter called the Standard Specifica- tions, are the basic specifications for this part of the protect. All sections of the Standard Specifications applicable to any and all parts of this project shall govern, except as specifically modified in these Contract Documents, Special Provisions and Detail Specifica- tions. Payments for all bid items will be made on the basis of the quantity units and prices bid, as shown by the Proposal. The designating numbers of sections contained herein to modify or emphasize parts of the Standard Specifications are the same as the cor- responding section numbers used in said Standard Specifications. PROCUREMENT OF STANDARD SPECIFICATIONS Copies of tt- Standard Specifications may be obtained at one of the following places, listed in order of preference: (a) City Engineer or Clerk's office in City in which your place of business is located. (b) City Engineer or Clerk's Office in City in which project is located. (c) The Association of Washington Cities, Office of Executive Secretary, 3935 University Gay Northeast, Seattle, Washington 96105, Also incorporated into these specifications by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, 1971. Washington State Sign Fabrication Manual Standard Specifications for Road and Bridge Construction 1977. ( DIVISION I - GENERAL REQUIREMENTS AND COVENANTS The General Requirements and Covenants of this Contract shall be as specified in Division I of Standard Specifications for Municipal Public Works Construction (1477 VditibZ, exceptas modifiedan supp emen e ere n. ec ion and sub-section numbers used herein refer to corres- ponding numbt:rs in the Standard Specifications. SECTION 1 DEFINITIONS AND TERMS 1-1.01 OWNER The City Of Renton, Washington, acting through Its legally con- s' 'ed officials, officers or employees. As referred t0 herein, the t ;ity" shall be interpreted to mean the "City of Renton, Washing- or "Owner". 1-1.02 ENGINEER The Engineer shell mean the City Engineer of the City of Renton, acting either directly or through his properly author ized assistants, including inspectors or such assistants acts severally wit..ir, the scope of the particular duties assigned to him. 1-1.03 CONSULTING ENGINEER A licensed professional enyineer or an authorized member of the firm of Jones Associates incorporated retained by the City to design and prepare die pins or e pro eft-TFe spec if is responsibilities of the Consultant are to prepare the final plars. Upon authorization by the City, the Consultant will also provide construction staking. �1-1.06 PLANS The official drawines will be known as; 1-1.12 CONTRACT The words "all addenda" shall be added to the list of documents in paragraph 1, sentence 2. State Sales Taxes are not to be included with the prices bid nor will they be included in the stipulated contract amounts. In addition to amounts earned under the Contract, the Owner will compensate the Contractor for all legally paid State Sales Taxes for work related to items in is a part of th- c•,n;tructTon-ofi a p'ubTic Fo'a7d improvemen as &TT-na3 in Rule 171, issued by the Excise Tax Division of the Tax Commission of the State of Washington and, a 4ch, the Owner is exempt from the payment of sales tax on work related to this item. \ 1-1.13 AMOUNT OF CONTRACT For purpose of awarding the contract and determining the amount of the bond, the total amount of the bid and the full amount of the contract price NVI be the summation of products of the Quantity shown in the proposal, 1.1.20 LIQU.DATED DAMAGES In addition to this section of the Standard Speciffcations, see Section 8-1.08 herein. SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1,002 EXAMINATION OF PLANS, SPECIFICATIONS AN-. 41TE OF WORK Minor variations of terrain and miscellaneous shrubbery or obstruc- tions are now shown on the drawings. It shall be the Contractor'- responsibility to determine the difficulties and work involved, and he shall accept the site in its existing condition at the time of award of contract. All provisions of this section of the Standard Specifications shall remain in effect. 2-1.03 INTERPRETATION OF CONTRACT DOCUMENTS Written request for interpretation shall be submitted to the City Engineer. All other provisions of this section of the Standard Specifications shall remain in effect. :-1.05 QUALIFICATION OF BIDDERS In addition to this sectinn of the Standard Specifications, the bidder shall fill out and sign ,ne Statement of Bidder's Qualifications, contained herein. Said farm shall be submitted with the bid. 2-1.07 PREPARATION OF PROPOSAL In case of a discrepancy between the words and the figures of the unit or lump sum prices required in the proposal, the written word shall govern. In the event of a discrepancy between the set-forth unit prices and the extensions thereof, the unit price shall take precedence over the extensicns, and likewise, in the event of a discrepancy between the true total of all correct item extensions and the set-forth total contract amount, .he total of the correct item extensions shall take precedence. All provisions of this section of the Standard Specifications shall remain in effect. SECTION 3 - AWARD AND EXECUTION OF CONTRACT 3-1.01 AWARD OF CONTRACT The award of contract, if made, will be to the lowest bidder d+erred responsible by the Owner, whose bid conforms to the requirements of these specifications, whose past record of performance on work of similar complexity and magnitude indicates that said bidder is qualified to carry out the obligations of the contract and to complete the work comtemplated therein. 3-1.03 EXECUTION OF CONTRACT 3.1.03A NOTIFICATION OF AWARD An official notice rill be sent to the successful bidder duly dated And signed by an official of the Municipality and s�all be known as Notification of Award. The successful Bidder has ter u.,ys after the date on the notice to execute the Contract, obtain the Performance Bond, and take out the property insurances. All the above items should be sub- mitted to the Municipality within the specified ten days unless receipt of portions of insurance are waived by the Engineer for later acceptance. 3-1,038 NOTICE TO PROCEED An official notice will be sent to the Contractor duly dated and signed by an official or agent of the Municipality and shall be known as the Notice to Proceed. The contract time limit for the project will start ten days after the date of the Notice to proceed regardless of whether the Contractor actually begins his work by that date. The Contractor may not begin work on the project until receipt of this notice, however, he does not have to wait ten days to start work after receipt of the Notice. 3-1.03C PARTIAL NOTICE TO PROCEED The :ity reserves the right to delay the unclassifio,� .xcavation and embankment work until authorized in writing by the Engineer, but in no event later than May 1, 1981. 1 3-1.030 SUBCONTRACTING The Contractor shall perform with his own organization under his immediate supervisions work amounting to not less than 50 percent of the total contract costs except that any items designated in the contract as specialty items so performed by subcontract may be deducted from the total costs before computing the amount of work required to be performed by the Contractor with his own organization, 3-1.06 NONCOLLUSION AFFIDAVIT A noncollusion affidavit document will be required, 3-1,07 CONTRACTOR'S INSURANCE l 3-1,07A COMPENSATION INSURANCE The Contractor shall furnish the Owner with written proof of insur- ance, including Workmen's Compensation Insurance, as specified in Sec- tion 3-1.03 of the Standard Specifications. Such certification shall contain substantially the following statement: "The insurance covered by this certificate will not be cancelled or materially altered, unless written notice of the pending action has been delivered to ttir owner at least ten (10) days prior to such cancellation or alteration, other Provisions of this section of the Standard Specifications s1 remain in effect. 3-1.07B PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANC: The Contractor and all Subcontractors shad obtain and keep in force during the entire term of the contract, a Comprehensive General Liability Policy for bodily injury and property damage in a company(s) suitable to the Amer, Said insurance Shall provide coverage for the Contractor, all Subcontractors, the Consulting Engineer and the Owner, The Consulting Engineer and Owner shall be named as additional insured in said policy on all provisions relative to contractural obligations and to the work tc be performed under the Contra.. Such insurance shall be primary as to any other insurance available to the Cite and shall not be cancelable without 30 days prior notice to the City. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as, claims for property damage which may arise from any act or omission of the Contractor or the Subcontractor, or by anyone directly or indirectly employed thereby. The, insurance required under this section of the Standard Specifications shall be for Public Liability, Bodily Injury and Property Damage. The minimum policy limits of such insurance shall be as follows: a. Bodily injury or death per person 00 ,000,000.b, Bodily injury or death per occurrence E1$1,000,000.00 t. Property damage per occurrence $1,000,000.00 d, Property damage in aggregate $2,000,000,00 3-1.07B-1 AUTOMOBILE AND TRUCK PUBLIC LIABILITY In addition to Public Liability & Property Damage Insurance, the Contractor shall obtain and keep in force the following listed insurance in at least the amounts noted: (1) Automobile .d Truck Public Liability, Bodily Injury and Pro- perty Damage: (a) Injury or death of one person t 500,000.00 (b) Injury to more than one person $1,000,000.00 per single accident (c) Property damage per accident S 5001000,00 in addition to the amounts required by RCW 60. progress or retained percents a vithheld from the 9 Payments t• or, the Owner M__ may in its sole discretion withhold amounts sufficient to pay any pro- perty damage claim of which the Owner may have knowledge and regardless of the informalities of notice of such claim, arising out of the perfor- mance of this contract, provided that the total amounts withheld for such purposes shall not exceed three percent (3%) of the contract price. The term "property damage claim" shall not include any claim for personal injuries or any claim by persons furnishing supplies or materials or performing labor for the Contractor. The amount withheld will not be paid to the Claimant by the Owner but will be held until either the Contractor secures a written release from the Claimant, obtains a court decision that such clam s without merit, or satisfies any judgment in favor of the claimant on such claim. 3-1.07C INDEMNIFY OWNER FROM LOSS Section 4-1.07C of the Standard Specifications does apply. 3-1.07D STREET UBSTRUCTION BOND A street obstruction bond will not be required. SECTION 4 - SCOPE OF WORK 4-1.05 CHANGED CONDITIONS In addition to this section of the Standard Specifications, the Contractor shall report such materially differing physical conditions to the Engineer before they are disturbed. 4-1.06 WASTE SITES The excavated material shall not be deposit=d at the project site without the written approval of the Engineer. The Contractor shall he responsible for disposal of the excess material at a site selected by the Contractor and approved by the Engineer. The waste area shall be graded uniformly by the Contractor at the completion of the work. The Contrac- tor shall bear all expense in the disposal of waste materials. No separate payment will be made. SECTION 5 - CONTROL OF WORK 5-1.04A OTHER CONTRACTORS Other Utilities, Districts, Agencies and/or Contractors who mry be working within the project area are as follows: 1. Washington Natural Gas Company 2. General Telephnne Company 3. Puget Sound Pwer and Light Company 5-1.05 NOTIFICATIONS RELATIVE TO CONTRACTOR'S ACTIVITIES The Contractor shall notify the following: 5-1.05A Prior to starting construction within easements on private pro- perty, the Contractor shall give the respective property owner written notification of commencement of work. Said notifica+ton shall bt given not less than seven (7) days in advance of the construction and shall contain; 1. The estimated starting date of work on the premises. Approximate duration of work. 3. Estimated date of completed restoration. The notification shall be given to all easement grantors, and shall be made in triplicate with one copy given to the grantor, and one 4o the Owner as proof of notification. 5-1.06 PROTECTION OF LINE AND GRADE STAKES Protection of line and g•ade stakes shall be in accordance with Section 5-1.06 of the Standard Specifications. The Contractor shall notify the Engineer a m;nimum of forty-eight (48) hours in advance of the need of survey stakes. 5-1.09 PROTECTION OF PUBLIC AND PRIVATE UTILITIES The location of existing underground utilities, as shown on the plans, are approximate only, and the Contractor shall tL responsible for determining their exact location. The Contractor shall check with tip utility companies concerning any possible conflict prijr to commencin excavation in any area, as not all utilities may be shown on the plans. The Contractor shall coordinate this work of the utility companies, and shall notify the City Engineer, to advance, of any conflicts affecting his work schedule. The Contractor shall be responsible for any breakage of utilities or services resulting from his operations, and shall hold the City and its agents harmless from any claims resulting from disruption of or damage to same. 5-1.10 DAMAGE TO EXISTING IMPROVEMENTS AND UTILITIES Underground utilities of record will be shown on the construction plans insofar as it is possible to do so. These, however, are shown for convenience only and the Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. 5-1.12 MAINTENANCE OF WORK AFTER ACCEPTANCE The Coi,tracto, shall remedy any defects in the work or materials and pay for any damage to other work resulting therefrom, vhich shall appear within a period of one 11) year from the date of final acceptance of the work. The Owner shall give a formal notice of observed defects to the Contractor. Said defects shall include settlement of the backfill of trenches within existing street or driveway travelways and shoulders, and under and around structures. All other provisions of this section of tre Standard Specifications shall be binding upon the Contractor. 5-1.13 WATER AND POWER ( Water for use on the project site and for testing mcy he obtained from City of Renton at locations convenient to the Contractor and City of Rento,i. (See Section 16 herein). The Contractor shall make his own arrangements for any electrical power needed and all cost thereof shall be borne by the contractor. 5-1.14 WORK WITHIN THE RIGHT-OF-WAY All work specified ov shown on the drawings is within the City right-of-way and or within construc0on or slope easements obtained by the City. No permits allowing Contractor to work outside of these limits have been nor will be obtained by the Owner, The Contractor shall confine his operation to withL, the City right-of- way and or easements provided, and shall limit his operations to those provided for in the construction or slope easements. The Contractor shall take adequate precautions to protect all adjacent private property. SECTION 6 - CONTROL OF MATERIALS 6-1.02 SMIPLES AND TEST Any materials which the Engineer has reason to believe will not meet these specifications will be tested. Expenses for tests performed on materials found to be in accordance with the specifications will be borne by the Owner. The cost of tests performed on materials which fail to meet specifications shall be paid by the Contractor. i SECTION 7 - LEGAi RELATIONS AND RESPONSIBILITY TO THE PUBLIC 7-1.0IA SAFETY PRECAUTIONS AND PROGRAMS The Contractor shall be solely responsible for initiating, main- taining, and supervising all safety precautions and programs in connec- tion with the work, including but not limited to, compliance with the Occupational Safety and Health Standards established by the U.S. Depart- ment of Labor under the Occupational Safety :nd Health Act, 1970, and wit?, the rules and regulations established by the State of Washington, Department of Labor and Industries Safety Division, 7-1.07 LEGAL WAGES ON PUBLIC WORKS The prevailing rate of wage to be paid to all workmen employed in any part of this contract :hall be in accordance with Chapter 39. 12 RCM, as amended, and the rules and regulations of the Department of Labor and Industries (D.L.1.). The rules and regulations of the O.L.I. and the prevailing wage rates for the locality where this Contract will be per- formed, are by this reference made a par, of this Contract as though set forth herein. Inasmuch as the Contractor will be held responsible for paying the pre- vailing wages, all Contractors should familiarize themselves with the current wage rates before submitting bids. 7-1.09 STATE SALES TAX Refer to Section 1-1.12 as modified herein. 7-1,10 PERMITS AND LICENSES The Contractor shall assure himself that all necessary permits are obtained and shall review any that were not obtained by him in order that he is familiar with the requirements of the permits. These permits and licenses, where required, shall be obtained at the Contractor's expense. 7-1.15 MAINTENANCE OF TRAFFIC The Contractor's attention is directed to all the provisions of Section 7 of the Standard Specifications, LEGAL RELATIONS AND RESPONSI- BILITY TO THE PUBLIC, and particularly to the sub-sections mentioned in the Special Provisions for emphasis and clarification. Traffic control and maintenance for the safety of the traveling public un this protect shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattenOtd excavaticns shall be properly barricaded at all times. All sions, barricades, related equipment and their use must be in accor- dance with the Manual on Uniform Traffic Control Devices. 7-1.158 STREET CLOSURES OR PARTIAL CLOSURES At least one-way traffic shall be maintained during working hours. When it is necessary to limit through traffic movement to any degree, the Contractor shall provide all flagmen, warning signs and barricades as are required by the Engineer and/or Owner. At the end of each working day, provisio-is for the safe passage of two-working hours shall be made. It shall be the Contractor's responsi- bility to provide all necessary warning signs, lights, barricades, etc., as specified In the Standard Specifications and emphasized in Section 7-1.15 and 7-1.16. All costs of traffic control shall be considered incidental to the Con- tract. 7-.151 FLAGMEN The Contractor shall furnish flagmen and all necessary warning signs for flagging operations as necessary to 1na;:re safe movement of traffic. 7-1.16 TRAFFIC CONTROL, WITHIN AND ABUTTING THE PROJECT The Contractor shall furnish, place and maintain all necessary signs, barricades and warning lights. Barricades shall be reflectorized as specified in Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways. BarrTca es Snall a so De equipped w a-ss ers. 7-1.17 TRAFFIC CONTROL SIGNS The Contractor shall furnish all traffic control signs as necesary. SECTION 8 - PROSECUTION AND PROGRESS 8-1.01 CONSTRUCTION SCHEDULER The construction schedule shall be in accordance with Section 8 of the Standard Specifications except as modified herein. Promptly after the award of the Contract, the Contractor shall submit a progress schedule for approval by the Engineer. Payment to the Contrac- tor on any estimate may be withheld until such a schedule has been submitted and approved. Should it become evident at any time during construction that operation will or may fall behind the schedule, the Contractor shall, upon request, Promptly submit revised schedules in the same form as specified herein, setting out operations, ethods and equipment, added labor forces or work ing shifts, might work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the origi- nal schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the Contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obli- gation of the contract. 9-1.05 CONTRACT TiME l All work contempls :d by the Contract shall be completed within the time shown in the Proposal. B-1.Oa FAILURE TO COMP:.ETE WORK ON TiME - LIQUIDATED DAMAGES Reference is made to Section 8-1.08 of the Standard Specifications, as further stated herein. 8-1 ' CONTRACTOR ORGANIZATION. SUPERINTENDENCE AND EQUIPMENT The ai.mes of superintendents authorized to act for the Contractor hall be submitted to the Engineer in writing. SECTION 9 MEASUREMENT AND PAYMENT 9-1.05 PROGRESS PAYMENTS Progress Payments shall be made in accordance with Section 9-1.05 of the Standard Specifications except as modified herein. The Contractor shall submit to the Owner, no later than the 24th day of each month, a request for payment for work completed during the previous period. Copies of such a request for payment shall ,e submitted on an estimate form provided by the Engineer. All monthly pay requests are subject to approval by the Engineer prior to processing for payment, Errors or omissions in the original submittal for payment that must be revised or corrected may result in delayed payment. It is the Contrac- tor's responsibility to maintain adequate records of Bid Item quantities for the work completed for each monthly pay period. These quantities will be subject to approval and/or verification by the Engineer. SECTION l0 ADDITIONS TO THE GENERAL REQUIREMENTS AND COVENANTS 10-1.01 JOB COPIES OF DRAWINGS AND SPECIFICATIONS The Contractor shall furnish his own copy of the Standard Specifi- cations and all published supplements and revisions thereto, The Owner will furnish copies of the Special Provisions and Plans. The Contractor shall maintain a complete set of Standard Specifications, Special Provi- sions and Plans at the ,job site and shall make them available to the Engineer at all times. 10-1.02 WORK DURING AN EMERGENCY The Contractor shall perform any work and shall furnish and install any materials and equipment necessary during an emergency endangering life or property. In all cases, he shall notify the Engineer of the emergency as soon as practicable, but he shall not wait for instructions before proceeding to properly protect life and property. 10.1.03 EXAMINATION OF COMPLETED WORK if the Engineer requests it, the Contractor at any time before acceptance of the worv, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore se,, portions of the work to the standard required by the ( Specifications. "�h,uld the work thus exposed or examined prove accept- able, the uncove n, or removing, and the replacing of the covering or mating good of the parts removed shall be paid for as Extru Wort, but should the work so exposed or examined prove unacceptable, the uncover- in, , removing and replacing shall be at the Contractor's expense. 10.1 CLEANING—UP The i. .lector shall remove from the Owner's property and from all public and ivate property and from all public and provide property at the complo; ..,in of each phase of the work, all temporary structures, tools and equipment, rubbish and waste materials resulting from his operation or caused Py his employees, and shall remove all surplus materials le+v- ing the s•*t smooth, clean, and true to line and grade. 10-1 JD PAYMENT FOR WORK BY OWNER Th4 st of the work performed by the Owner in removing construction equipme tools and supplied not removed by the contractor in accor- dance % , Section 10-1.04 and in correcting deficiencies in accordance with St,a on 6-.02 shall be paid by the Contractor. 10-1.06 AUTHORITY OF OWNER The whole of the work and the manner of performing the same shall be done to the entire satisfaction and approval of the Owner, whether or not particularly so stated herein and it shall be the sole judge of the work and materials with respect to both quantity and quality. It is expressly stipulated, however, that the drawings, specifications and other contract documents do not purport to control the method of performing the work but only the requirements as to the nature of the completed work, the contractor assuming the ent '•e responsibility for methods of performing and installing the work. The Owner shall in all cases determine the amount, quality, accept- ability and fitness of the -"oral kinds of work, materials and equipment which are to be paid for unu, 'he contract; shall decide all questions relative to the true construction, meaning and intent of the contract documents; shall decide all questions relative to the classification and measurements of quantities and materials and fulfillment of this con- tract; and shall have the power to reject or condemn all work or material which does not conform to the terms of this contract. It is expressly agreed and understood that the Owner must look solely to the Contractor for the furnishing of the work; that the Contractor must look solely to the Onner for payment; and that the Owner and the Contrac- tor must look solely to each other for the enforcement of any claims or liabilities &rising under the contract. 10-1.07 CLAIMS if the Contractor claims that any additional requirements, by draw- ings or otherwise, constitute changes and require additional payment under this Contract, he shall give the Owner and Engineer written notice thereof within ten (10) days, after the receipt of sucA requirements before lifproe or to execute the changes except in an emergency endan- ( before life or g ements and within ten property, If no written claim is made by the Contractor (3at days, such omission shall constitute acceptance by the Contactor that no claim for additional payment will be made, 10-1_OB DUST_AND NOD CONTROL The Contractor shall be responsible for controlling dust and mud wdterinwithin ythe project limits, The Contractor shall be prepared to use sprinkling limits.ucks with high velocity water jets and low head necessary Power sweepers asancend any other pieces of equipment for during tthevexecutioncreatiof thisiContract All streets used maintained CoonC�'n condition, Any damage caused re spins ib iota Of the [ontractor, by dust and/or mud shall be the sole 10-1.9 HAULING OVER PUBLIC THOROUGHFARES The Contactor shall be responsibleobtainin his use of public thoroughfares and shall conform to the requirements11 all governin Permits for 9 esponsible codex, and regulations therefor TheCaa ter shall c responsible for maintenance of such thoroughfares and shall repair or cause to ue repaired, at his Own expense, all damage t0 same resulting from his operations, 10-1,10 OUTAGES Attentior is directed to Section 5-1.09 and 5-1,10 of the Standard Specifications. Wherever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contrac- tor's ad responsibility to notify the affected users not less than 24 hours reasonable effortetorminim'tefthecdu duration of cheagestractor shall make 10_1,13 ACCEPTANCES OF SITE in accordance with the Standard Specifications, the Contractor shall have examined the site and familiarized himself with all attendant conditions. He shall. accept the site in its existing the at the time of award of contract, 10-1.14 PROTECTION OF PROPERTY In extstinytsutilltriestor andsstructureshall be eonooriede for oin n the Protection of all event of damage, such Items Shall be immediately grepai the a orsreplacedthe by the Contractor, at his expense, to the satisfaction of the Engineer. 10-1.15 PERMITS CODES AND REGULA"rlO.VS Permits Fees Etc. neral m1ts,Nfees' license$- i"Sp permit onsisand the required. l like Awyhtchother may beific required, shall be obtained and paid for by the Contractor. This shall not include customary supervision and inspection by the Engineer, which will be furnished at n0 WSt t0 the Contractor. 10-1.16 TEST AND RECORDS ContractorThe such copiesofrecords of ateri materials Placed ntain aas mayrbe necessary.nd proi the with 10-1.1 LLAYOUT CF WORK The Engineer shall provide the horizontal and vertical control for alignment during the construction of the project. These services shall include one set of stakes at the interval appropriate to the terrain, alignment and type of construction involved. These will be provided for each area of work as follows: a. Set slope stakes b, Set grade stakes C. Set blue tops d. Set curb stakes e. Stake sanitary sewer extensions and adjustments f. Stake storm sewer g. Stake right of way h. Stake clear and grub limits I. Reference existing monuments J. Reference existing property corners k. Set miscellaneous stake., as required 1) driveways 2) fire hydrant relocations 3) relocate telephone and power poles The placement of these stakes will be made in conjunction with the Progress on the work. The Contractor shall give a forty-eight (08) hour notice of the requirement for stakes. Once to place, it shall be the responsbility of the Contractor to maintain the stakes until construc- tion is completed. in the event that stakes must be replaced, the Contractor shall make a signed written request for restaking to the Owner. The cost of such restaking shall he deducted from payments due the Contractor. 10-1.18 STREET CLEANING i All streets used by the Contractor uvring the execution of this Contract shall be maintained in a clean condition. The Contractor shall be prepared to use watering trucks equipped with high velocity water jets ( and low head sprinkling devices on street power sweepers to render the streets free of all mud, debris and foreign materials. Watering trucks may be used on paved streets with an adequate storm drainage system. Watering trucks shall not be used on streets where in the opinion of the engineering mud is created causing a nuisance. Where water flushing is not allowed, street sweepers (not power brooms) shall be used. The Contractor shall provide for sweeping or flushing all surfaced road- ways upon completion of each day's activities. Equipment required for this operation shall be on the ,job site or available at all times. Failure to have this equipment on the ,job site or available will neces- sitate a shut down of the project. Any damage caused by dust and/or mud accumulation on the streets or storm sewer system shall be the sole responsiblity of the Contractor. No separate payment shall be made for "street cleaning", which shall be considered as incidental to the construction of the protect and all costs thereof incurred by the Contractor shall be included in the other items of the contract. 10-1.19 PRECONSTRUCTION PHOTOGRAPHS The Engineer will mak,, preconstructlon photographs immediately prior to initiating construction in order to proveae a substantiated record of the condition of existing Improvements. These photographs shall be considered as indicative of the nature of the original improve- ments in determining the adequacy or inadequacy of restoration. SECTION 13 - STREET AND DRAINAGE EXCAVATION 13-1 DESCRIPTION Unclassified excavation and unsuitable excavat on,su harge removal shall be in accordance witl Section 13 of the Stan pecifications, except as modified herein. 13-3 CONSTRUCTION DETAILS Unclassified excavation shall include all materials excavated from within the limits of work including excavation for rock retaining walls, steel bin walls and open drainage ditches. Suitable excavated material shall be used for roadway embankments, while surplus excavated material, if any, shall be disposed of by the Contractor. All vegetation, such as roots, brush, heavy sods, heavy growth of grass, id all decayed vegetable matter, rubbish, and other unsatisfactory 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 in waste arete approved by the Engineer (see Item 4-1.06, Waste Sites) before the fill is started. In no case shall unsatisfactory material remain in or under the fill areas. 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 material, 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 transpod to and placed in fill or.embankr" ment areas within the limits of wo ,o ly upon approval by the,Engineer. Removal of concrete, asphalt co ete, asphalt and cement concrete driveway, sidewalk and driveway excavatinns, 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 rocks or cemented lumps larger than two and one-half inches (14") in greatest dimension, in the top six Inches (6") which shall be compacted to a relative density of not less than ninety-five percent (95%) : 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 8, compacte 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 13-3.1-E3 of the Standard Specifications Section 13-3.10E5, 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 shon on the plans shall be removed and dispostd of in accordance with section 13-3.02 of the Standard Specifications, as directed by the Engi- neer. This material, so removed, shall be replaced with bank run gravel compoacted to a relative density of not less than ninety percent (90%). as determined by Test Method AASIO T-180 "C". Stripping, disposal of unsuitable material, temporary drainage work, and embankment compection shall be considered incidental to and aprtof the bid priceA for Unclassified Excavation. Excavation of ditches shall be accomplished by the Contractor by cutting accurately—to the cross section and grades as shown on the drawings. rt hal consil `apd dTSliosa �oftS r sarge�pateritl of the ee. coApletlor oPthe settlem`ert 0grai. Culvert Excavation at S.W. 27th Street And Springbrook Creek as shown on the plans shall be accmplished by the contractor at the direction of the Engineer to remove all undesireable materials below the proposed cul- ve,ts. This excavation will include the excavation of bottom materials within Springbrook Creek, The contractnr shall familiarize himself with avaialble soils information in order to assess the extsnt and difficulty of this operation. 13.31OAl UNSUITABLE EXCAVATION Unsuitable excavation shall include all materials excavated below the neat lines or stripping lines of the roadway cross sections. The unsuitable material shalt be excavated as directed by the Engineer. This material, so removed, shall be replaced with�Oankrun gravel compacted to a relative density of not less than nlnet,�pErceyr -�(90%). as determined b1 . Est Method AASFiO T-180 "C". 13-1 MEASUREMENT 1 Unclassified excavation shall be measured by the cubic yard as calculated from neat lines. Unsuitable excavation and s lid rock exca- vation shall be field measured by the cubs yard. I NG & '�. S char Eicavatl shall field meesdred b e i and qs a r- ned Cross s t oning a surchar$'areafa d plot ng on h5-dE Ign ossiS bons. T cross ection data shell a taken,) ter he-coo- id tion nicd is lete a determ ned by the Engineer. C� Culvert Excavation at S.N. 27th Street/Sp•'ngbrook Creek s' I be mea- sured by the cubic yard as determined from cross section, .aken before and after excavation. The amount shown in the proposal s an estimate for the purpos7d of establishing a bid price. 13-5 PAYMENT Payment for Unclassified Excavation shall be at the unit price bid, per cubic yard, as set forth in the Proposal, which slal'.be full compensation for furnishing all labor, materials, equ"nent,'tools, supplied, and all incidentals necessary to complete the stripping, rock—retaining=-Wj. steal-bin wall, open ditch excavat�oo"rading, hauling and placement of embankment material, compaction,l nd.disposal of su-nlu,,, if any. Re- moval of all bituminous and as 17f pavement with , she 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. RK` Payment for�)nsuitable 4kcavation6ut;lr*4ft„cTOWM*61h 06 XoIid rock (Excavation shall be by the unit price per cubit yard as set forth in the ' Proposal which shall be full compensa nn for furnishing all labor and materials, equipment, tools, supplies I all incidentals necessary to complete the excavation, haul and dispos of Wnsuitable material, hb�, % &cAjpC ,and Solid Rock, if any. "j The unsuitable excavation 6p � o i solid lock e-cavatioii quantity as shown in the proposal` is fo t�- urpose of establishing a l ,:nit price only. Exact quantities will be determined in the field as work progresses. SECTION 16 - WATER 16-1 DESCRIPTION Water shall be acquired and placed in strict compliance with Sec- tion 16 of the Standar,! Specifications, except as modified herein. 16-5 PAYMENT i Payment for furnishing and placing water shall be made at the unit p•1 , ,,. j, .1 gello,» of water a> Net forth 1n the Proposal and shall be full compensation for all labor, material, equipment (including haulm and applying) and incidentals. Water required for dust and mud control will be paid for In accordance with the requirements of Section 10.1.08 herein. SECTION 18_- ROCK RETAINING MALL 18-1 DESCR; PION 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), U,ree-man rocks (800 to 1200 pounds), and four-man rocks (I500 to 2200 ponds). The rocks sha:1 range uniformly in size for each classification specified. The four-man rocks shall only be used fnr the first course cf 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 t.sed which is less than 12 inches thick or which does not extend througyh the wall. The rock materials shall be hard, sound, durable and free from weathered portions, seams, cracks or other defects. The source of surely 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 -ock by size ranges indi- cated in the preceding paragraph. 18-3 CONSTRUCTION DETAILS The retaining wall shall be started by excavating a trench, not 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 exercised by the contractor in all operations so that there is no disturbance to private property. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock retaining wall construction will start as soon as Possible upon the shooing of the cut or fill secti, essiise delay in starting this work will be the Contractor's rL,. '.y to correct any problems or repair any damage caused by this a- no additional cost 0 the City. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 in;.hes 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 the 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 will 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 rocks wilt be seated as tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. Ballast backfill shall meet the requirements of Section 23 o the 5t+ dard Specifications for ballast, The purpose of the ballast is to A. not only as void filler but also as a filter blanket or backfill mater- ial. Ballast will be placed 8 to 12 inches in thickness between the entire wall and the embankment as well as beingy compacted into all void spaces. The ballast materials will be placed in lifts to an elevations approximately 6 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 BgAND PAYMENT place The rocingettheai Callastwi'lls wil11be measured by the square Yard in est 0.1 square yard on the basis of field measu erentsMeasurementlonb25t ooteinter- vals after construction. vThe area of the wall will be computed from the top elevation which will als field ihetb ttcm elevation upon iwillnbe measured Placement 9 inches be glow the inter.finished grade at the base of the wall in a cut section and g inches below the nature' ground line fn a fill section. Excavation of a the rock retai,iirg wall will be included in the unclassi- fied excavation. No further compensation will be made for excavation Excavation beyond the limit shown on the drawing shall not be paid for.. The unit contract prf . per square yard shall be full compensation for all labor, tools, equipment and materials, including ballast backfill, required to perform the work cs specified herein, as shown on the plans or as directed by the Engine, - � 13 SECTION 19 - SURCHARGE AND SETTLEMENT PLATFORMS 19-1 GENERAL —�Surchsrge materials shall be placed on t';F roadway alignment as shown on the neat_4.1ie plotted cross section, included in the plans. Prior to the placetiimeht of any fill materials or surcharge materials, the Contractor shall install settlement platforms in the locations indicated in the plans. The locations shown are approximate, the Engineer wi'I determine the final locations at the time of construction in the field. At the con-lusion of the surcharge period as determined by tha Engineer, the Contractor shall remove tho surcharge n•aerials and the settlement Platform pipes. 19-2 SURCHARGE MATERIALS harge rial shall be shallSbec placed mineaccordance with aSection 13 of the Sta dardhSpecifica,tions. 19-3 SETTLEMENT PLATFORMS Settlem s detailed in the plans. The Platforms Contractor shall protect in e place all d and tofl the ed asettlement Platforms during the settlement period. Should the platfcrmos be dis- turbed or damaged, the Contractor shall notify the Engineer and replace or repair the disturbed piatforms. 19-4 MEASUREMENT Furnishing and placing 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 Payment for furnishing and placing surcharge materials shall be made at the uni+. price bid per ton for "Ban Run Gravel Class B." Payment for Settlement Platforms shall be at the unit price bid per each for "Settlement Platforms". Payment made for "'attien,ent 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 %hall be considered as incidental and no additional compensation shill be paid to the Contractor. Payment for removal of surcharge e.sterials shall be made by the cubic yard at the unit price bid for "Surc,marge Excavation". Payment made for "Surcharge Excavation" shall I)a, considered as full compensation for excavating, hauling, and placemnint of surcharge materials. SurjhAUe_+ excavation materials shall be used for roadway embankments and Trench backfill where possible and as approved by the Engineer. Surplus mater- ial: if any, shall be removed from the site and disposed of by the Contractor. All handling, placement, compaction and disposal operatiens shall be included in the price bid per -,nit for Surcharge Excavation, SECTION 21 - WEIGHING 21-1 DES,-RIPTiON All bid items in the Prop. al which are to be measured by the ton shall be weighted on sc,'es certified accurate within the limits speci- fied in Section 21.1-01. The tonnage claimed ty 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 toe carrier, and the purchaser. One copy of the load ticket shall be given to the City at the time c. 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 c^;ts associated with the unsuitable material, including the expense of disposal in waste areas, shall be borne solely by the Contractor. Weighing will be considered incidental to construction ano all costs thereof should be inrluded by the Contractor in the appropriate price: bid fm Lhe material being W ghed. SECTION 23 - CRUSHED SURFACING, BALLASTING, AND STOCKPILING 23-1 DESCRIPTION Crushed surfacing top course and base course shall be in accordance with, Section 23 of the Standard Specifications except �s herein modi- fied. Crushed surfacing top course will be placed as shown on roaaway plans ana pavement section at the directions of the engineer and conform to Section 23-2.01A. Temporary crushed surfacing base course : hall be placed at the direction of the engineer to provide temporary trcffic access to driveways and streets during construction. The quantity shown in the proposal is for the purpose of establish;ng 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 to temporary crushed surfacing base course. 23-2 MATERIALS 23-2.01 A CRUSHED SURFACING TOP COURSE Crushed surfacing top course shall meet the following requirements for grading and quality in accordance with Section 23-2.01. % Passing 1 1/4" square sieve 100 % passing 5/8" squa"e sieve 100 % passing 1/4" square sieve 55 to 15 % passing U.S. NO. 40 sieve 8 to 24 % passing U.S. NO. 200 sieve (wet sieving) 10 vax. All percentages are by weight Sand equivalent (Section 6) 40 min. 23-2.01 B CRUSHED SURFACING BASE COURSE Crushed surfacing base course shall meet the following requirements for grading and quality in accordance with Section 23-2.01. % passing 1 1/4" square sieve 100 % passing 5/8" square sieve 50 to 80 % passing 1/4" square sieve 30 io 50 % passing U.S. No. 40 sieve 3 to 18 :4 passing U.S. Ne. 200 sieve (wet sieving) 7.5 max. All percentages are by weight. Sand equivalent (Section 6) 40 min. 23-3.16 E RIPRAP Riprap shall be in accordance with State of Washington Standard �pecitications for Road and Bridge Construction for Licht Loose Riprap and shall meet the following requirements for grading: At Least Not More Than Size Range Maximum Size 20% to 90% 300 lbs. to 1 ton (2 cu. ft. to 112 cu. yd.) 80% 50 lbs. to 1 ton (1/3 cu. ft. to 112 cu. yd.) 10% to 2U% 50 lbs. (spalls) 23-4 MEASUREMENT "Crushed Surfacing Top Course", "Crushed Surfacing Bcse Course", "Temporary Crushed Surfacing Base Course" and "Rip Rap" will be measured by the ton. Tonnage will tie verified in accordance with Section 21-1 of the Special provision. 23-5 PAYMENT Payment for Crushed Surfacing Top Course or Crushed Surfacing Base Course, Temporary Crushed Surfacing Base Course and Rip Rap will be at the respective unit price bid per ton in the Proposal. Payment will be considered as fuli compensation for furnishing, placing and compacting the material. Payment for Temporary Crushed Surfacing Base Course shall be considered as furl compensation for furnishing, placing, compacting and removal as directed by the engineer. SECTION 26 - BANK RUN GRAVEL FOR STREETS 26-1 DESCRIPTION Bank run gravel "Class 8" shall conform to Section 26 of the Stan- dard Specifications. Bank run gravel Class B shall be used to replace unsuitable excavated trench material, unsuitable subgrade, end as road- way and shoulder embankment material or as directed by the Engineer. Bank run gravel Class B used as embankment material wil '.e compacted to a relative density of ninety-five percent (95%) as determined by Test Method AASHO 180 'C". 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 progresses. 26-2 MATERIAL 26-2.01 CLASSES AND GRADING OF BANK WN GRAVEL Bank run gravel shall be substantially free from wood, root% bipk or other extraneous material. It shall have lush of partiClt size and shape that it 011 compadt readily to a firm stable course. The maximum size of stone over the existing roadway shall not exceed two (2) inches. The maximum size of stone elsewhere shall not exceed the depth of the course being applied less one (1) inch, except that in no case shall the maximum size exceed eight (8) inches. Bank run qravel shall be Bank Run Gravel Class S. The following re- quiremenS ,hall govern: BANK PUN GRAVEL CLASS B Passing 1/4" sieve 25% min. Passing U.S. No. 200 75% max. Steve (wet sieving) 10% max, Dust Ratio: % Passing % 200 (wet Sieving) 2/3 max. % Passing ► 40 Sand Equivalent 30 min. 26.4 MEASUREMENT Bank run gravel "Class B" shall be measured by the ton according to Section 21. 26-5 PAYMENT Payment for furnishing and placing bank run gravel '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, equipment, materials, including com- pactior, and all incidentals to furnish and place the maternal including where directed by the Engineer to remove and dispose of unsuitable including rial at a waste site provided by the contractor, SECTION 33 ASPHALT TREATED BASE 33-1 D`ESCR_!tjn reat MaterAalhwhich hasebeensweather) proofed and stablized COMPacted course of base 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 on the plans or established by the Engineer. 3333-2�ERIALS 33-2.0_ 1_ ASPHALT Asphalt cement shall be WSHD Viscosity grade AR-20oo orade Paving asphalt. 33-2.02 MINERAL AGGREGATE Aggregate shall meet the following requirements: Los Angeles, Wear, 500 Rev. 30% Degradation Factor IS% Maximum 5% Minimum requirements for fol asphalt treated base shall meet the following o grading: Sieve_OPenina/No. 2 3Teve Qui' are opening) Percent Pass;ny 5" Sieve (Square opening) 100 S" Sieve (Square opening) 56-100 U.S. No. 10 Sieve 40-78 U.S. No. 40 Sieve 22-57 U.S. No. 200 Sieve 8-32 "Asphalt cement, percent 2-9 Of total mixture 2.5-4.5 'Exact percentage of Asphalt to be determined by the Engineer. The sand equivalent value of the mineral aggregate for asphalt treated base shall not be less than 35. 32-2.03 TEST REQU�NTS When the aggregates are combined within the limits set forth above, and mixed in the laboratory with the designated grade of asphalt, the mixture shall be capable of meeting the followin test values: Stabilometer Value gg R Cohesiometer Value 20 min. Modified Immersion Compression 50 min. (M.I.C.) Test, X Retained Strength 70 min. 33-31STP-lCTION RE UIRENENTS 33-3,01 � — ASPHALT NIXING PLANT Asphalt tng the followingnreq�arementsnts used tl to Produce ATg shall he capable of mect-33-3,OIA ORYER to th3pF_eeg0redstempebatu able fo drying the aggregates and heating them 3_ O_ 1i_PROp—TIONING The mixi and ping Plant shall b, If thefag;regat insts�Drangeplied and capable Of ate roporti ning the aggregate et the specified or Proport'oning or blendir two the 4 re sizes,i me by the Enginp'o-Produce material meeting the s s resaof shall be 33-3,O1C specification requirements, 9gregates to T MIXER formtthe mixer shall be capable Of Producing a uniform tionsy coated aggregate meetiny the requirements of mixture of ics- 33-3, these spec+fica- 02 PREPARATION OF AGGREGATE the requirementste or AT8 shall be stockpiled before use in specifications in atheir rtu a31 state in the event they daccordance with The aggregate shall b meet the as directed p e heated to a temperature between 2750 0 y the Engineer, 33.3.03 H and 350 F, - ---HEATING G OF ASPHALT MATERIAL Heating of the asphalt material Shall of Section 34-3,04, conform to the requirements 33-3. _MIXING The A:B shall be mixed in accordance Lion 34-3,06. 33-3, with the requirements of Sec- 0-'_-5 HAULING ING_E UIPMENT Hauling equi Section 33-3.05, pment for qT6 shall conform to the requirements of 33-3,0—OiN�qN0 FINISHING with Section sha i I be 33 3 spread with an automatic aving exreed f @s ( the nominal compactedP depth machine in our inches (4°), accordance a course shad not 33-3`056 FiNAL .1�_ TaCOURSE the final surface course ofthe ATBany point more constructedn one or more lifts, shall not deviate at section ore than 3/8" i from the bottom of a 10 ft. straightedge laid in any direction on tLe surface on either side of the roadway crown. Failure to meet the above requirement will necessitate sufficient surface correction as to satisfy the re- quirement and this shall be done at the Contractor's expense. 33_3.i18 DENSITY The ATB 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-ste orkmanship will not be permitted. 33-4 MEASUREMENT Asphalt treated base will be measured by the ton. 13-L PAYMENT Payment will be made for asphalt treated base on a per ton basis. The unit contract price per ton for ATB shall be considered full compen- sation for furnishing all labor, equipment, materials, tools and sup- plies and for all other costs including testing, producing, s:reening, loading, hauling, and stockpiling the asphalt treated base aggregate, furnishing the asphalt cement, mixing, hauling, spreading, compacting the asphalt treated base, and all other work not set forth as bid items in this contract incic,ntal to fulfilling the requirements of these specifications. SECTION 34 - ASPHALT CONCRETE PAVEMENT 34-3.01A PREPARATION OF ASPHALT SURFACE Preparation of asphalt surfaces shall be in accordance with Section 34-3.01A of the Standard Specifications except as modified herein, The Pxisting pavement shall be thoroughly cleaned h sweeping to remove dust and foreiSn matter. A tack coat Of asphalt applied at the rate of .02 t0 05 gallon per square yard of retained asphalt shall be applied uniformly to all Sur- faces on which any r0urse of asphalt concrete is to be placed. The tack coat shall be a heated cutback asphalt, or emulsified asphalt, mixing grade, as directed by the Engineer. The emulsified asphalt maybe mixed with water at the rate of 1 to 2 parts water to 1 part Of emulsified asphalt. The tack coat shall be considered as incidental to the cost of the asphalt concrete. All holes and small depressions <hail be filled with an appropriate class of asphalt concrete mix by hand shoveling. The surface of the patched area shall be 1-veled and compacted thoroughly. Asphalt concrete pavement shall he "Class B" and conform to Section 34 of the Standard Specification except as modified herein: a. Paving asphalt used shall be arade AR-4000W. b. Longitudinal joints between successive courses shall be later- ally offset a minimum of twelve (1Z) inches. C. Compaction of asphalt concrete shall be in accordance with Section 34-3.09 of the Standard Specifications. 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 B" placed by a paving machine. f. Unfavorable weather Section 34-3.19. When, in the opinion of the Enw—er, the weather is such that satisfactory results cannot - obtained, the contractor shall suspend operations until the weather is favorable. The asphalt concrete paving machine shall be equipped automatic screed 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 the streed at the desired transverse slope within plus or minus 0.1 per cent in a 12-foot width. The roadway shall be prepared in accordance with Section 34-3.01A, 34-3.oSA AUTOMATIC CONTROLS - BATCH TYPE PLANTS This section of the Standard Specifications shall apply to this project, 34-3.08 SPREADING AND fiNiSH14GG 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 traoi verse slope of the screed to maintain the desired grade and transverse slope The grade controller or sensor shall be constructed so it r:ae be fitter will, a ski-like shoe to ride on the adjacent mat, concrete gutter, or string line. The slope controller shall be capable to maintaining the screed at the desired transverse slope within plus or minus one tenth percent (0.1%) in a twelve foot (121) width. As asphalt tack coat (SS-1) shall be placed in accordance with Section 34 Of the Standard Specifications. The tack coat shall to applied to all existing pavement surfaces, asphalt or concrete and tetween sucrer ive layers of Asphalt Concrete Pavement. The tack coat shell be o. side, as incidental to the cost of the Asphalt Concrete P�ivemer, a,t, no s �. irate payment will be made for this item, 34_3.09 COMPACTING Compaction of Asphalt Concrete shall be in aCcordai, r ..th sect m 34-3.09 of the Standard Specifications. 34-3.11 CONSTRUCTION OP COURSES The asphalt concrete pavement Shall be constructed as shc.n an t,,e plans and in accordance with this section of the Standard Specifitaritns except as modified herein, 34-5 MEASUREMENT PAYMENT Parent for furnishing and placing asphalt concret . class "B" and "G" shall be made at the unit price per ton as set forth to the Proposal and shall be full compensation for all labcr, tools, equipment, materi- als and i,iCidentais required to perform the work as specified including the asphalt bike path. Any work which is essential to the construction but for which no bid item is included in the proposal shall be considered as incidental to the contract. Incidental Asphalt Cmcrete 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 outfails, gyutters and spillways. Patching around maahoies, valves, etc. Payment for furnishing and Placing Incidental Asphalt Concrete shall he made at the unit price per ton as set forth in the Proposal and shall be full coMensation for all labor, eauignent, materials and incidentals. SECTION 36 - EXTRUDED CEMENT CONCRETE CURB 36-1 .1ESCRIPTION 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 subsection. 36-3.02 MIXING AND PLACING This cement concrete ocurb ashall bepbond dtto thened bytasphaltoconcreteh surfaced by an epoxy adhesive suitable for bonding the two surfaces together and approveo by the Engineer. 36.3.04 TIE BARS Delete this subsection in its entirety. 36-4 MEASUREMENT PAYMENT The extruded cement concrete curb will be measured by the linear foot along the front face of the curb and returns. Payment will be made for tne. 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 anA materials and for complete installation in accordance with the plans and specifications. SECTION 40 - CEMENT CONCRETE CURB, CURB AND GUTTER 40-1 DESCRIPTION Cement concrete curb and gutter shall be constructed in accordance with the Plans and Section 40 of the Standard Specifications except as modified herein. Cement concrete curb and gutter type AA shall be per Standard Plan No. 1. 40-2 MATERIALS AND FORMS 40-2.01 CONCRETE Cement concrete curb and gutter shall be constructed in accordance with Section 40 of the Standard Specifications (APWA) and shall conform in shape to Standard Plan No. 1 except :fiat it shall be constructed of 14 day Class 5 (1-1/2) airentrained Portland cement concrete. as per Sec- tion 37, Standard Specifications. 40-3—CONSTRUCTION DETAILS a. Joints shall be dummy joints at a maximum spacing of 15 feet with expansion joints at beginning of curves, at curb returns and driveways. b. The sub-base for curb and nutter sections shall be compacted to 95 per cent density a{ optimum mo, ture 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 (1/8") in ten feet (10'), or the alignment 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 c tail drawing in these Special Provisions. 40-4 MEASUREMENT AND PAYMENT Measurement and payment will `e made 'or such of the following bid items as may appear in the pr—osal: "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 lenoth constructed. Payment for furnishing and placing cement concrete curb and gutter type A4 shall be made at the unit price per linear foot as set forth in the Proposal and shall be full compensat%., for all labor, equipment, mater- ials and incidentals, including forms. Installatinn of wheelchair ramps shall be incidental to this item and no separate payment will be made. SECTION 41 - CEMENT CONCRETE DRIVEWAY AND ALLEY RETURN_ 41-1 DESCRIPTION Cement concrete dri• mway shall be constructed at the locations shown on the construction plans and where directed by the Engineer, and shall be in accord:^-e with Section 41 of the Standard Specifications except as modified herein, an^ 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 rtncrete mix shall be as specified for Class 5- 3/4 (1-1/4). and the sILxp of the concrete shall not exceed three , i one-half (3-1/2) Inches and have a minimum design strength of 3000 PS, 41-3 CONSTRUCTION DETAILS .01 EXCAVATION AND SUBGRAOE Exca,,ation for driveways shall be considered incidental to the con- struction of the driveway, and m payment will be made the Contractor therefor, Subgrade preparation for driveways and the requires compaction shall conform to the applicable requirements in Section 1b-2.02 to pro- vide a firm, unyielding subgrade acceptable to the Engineer. 41-3.02 FORMS AND FINE GRADING Fo,ms for the straight sections of the driveway shall have a minimum thickness of two t2) inches and be equal to the nominal depth of the concrete. Plywooc of one (1) inch lumber may be used on radii. Ali forms shall be secirely 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 -equired section. 41-3.04_C0R!NG AND PROTECTION The curing materials and procedures defined in Section 37 and 39 shall be used, fhe driveway shall be protected aga4,•st damage or deface- ment of any kind until acceptance h 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 roplaced by the Contractor at his expense. Before placing any concrete, the Contractor stall have on the Job site enouah protective 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 MEASP°EMENT Wasurement for cement concrete driveway will be made by the square yard for all surface concrete driveway placed. 41-5 PAYMENT inches 4thick"ynt fshallrbesmade Itor funihing andtplci heaunnt "Cement Concrete Drive Nay 6- forth in the proposal and shall be full pcompensation afor re yill iaboet tools, equipment, materials and Incidentals required to perforce the work as specified. Any work which is essential to the construction but for which no bid item is included in the proposal shale be considered as ine idencal and the costs thereof shall be included in the pay items of the proposal. SECTION 47 CEMENT CONCRETE SIDEWALKS_ 42-1 DESCRIPTION concrete lk Section 42tof the Standards Speciificatiions, exceptbe codasnmodifiedncp herein,i and as per detail drawing incorporated within these Special Provisions. 42-2 MATERIALS The concrete mix for the sidewalk shall be Class 5-3/4 (1-1/4) with a water content ratio not to exceed 5./5 gallons end Nximum slump of 3 112 inches with a minimum design strength of 3000 PSI. 42-3 CONSTRUCTION DETAILS a. Delete the last sertenr^ second paragraph of Section 42-3.0,. b, Dummy ,jointe 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 initial set. The size of the dummy ,joint shall be as shown On the detail drawing, Once the dummy ,1Oinh have been cut, the Sidewalk shall be furnished in accordance with Section 42. C. The sidewalk shall be divided into panels by scoring one- fourth inch (1/4") deep on fve (5) feet centers transvorsety, d. Cement rorcrete a,„eialks shall be constructed to a minimum thickness of four Inc es (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, 47-3.03A DEPRESSED CURB (WHEELCHAIR RAMP At intersections where new cement concrete curbs are to be con- structed, the Contractor shall construct depress"d curbs. The depressed curbs shall be constructed in accordance hIth 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, 42-5 PAYMENT Payment for furnishing and placing "Cement Concrete Sidewalk 4" Thick" snail be made at the uni ice pr- square yard as set forth in the Proposal and shall be full compensation for all labor, equipment, materials, and ail incidentals. Installation of wheelchair ramps shall be considered incidental to and part of the price for the concrete sidewalk, 42-6 CUEING Curing compound shall be used on all concrete curb, gutter and sidewalk in accorandanre with Section 40-3.OIE of the Standard Specifi- cations. White-pigmented compound will not be allowed. r .i. SECTION 44-6 - PAINT STRIPING 44-6.01 4" SOLID STRIPE Pala.ed pavement striping ;hall be installed in accordance with Section 6-22 of the "Standard Specifications for Road and Bridge Con- struction 1977" of the Washington State Hignway 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- on" for Fo la W-77 (White! and Y-77 (Yellow). Copies of these Nrcii .:ations are available at the Washington State Department of Transportation, Materials Laboratory, Post Office Box 167, Olympia, Washington 98054. Bile Lane Symbol.bolbol. A white painted bicycle symbol shall be placed on the b a aik 1 re aerations to be determined by the enginesir at the time of construction. The quantity shown is for the purpose of establishing unit )rice. Actual quantities shall be determined in the field. 44-6.02 MEASUREMENT "Paint Striping" shall be measured per linear foot of striping and no deduction shall be made for the skip between stripes when measuring. Bike Lane Symbol shall be neasured in the field per each. 44-6.03 PAYMENT Payment shall be made for "Paint Striping", per linear foot and "Bike Lane Symbol", per each at the contract unit price as set forth in the .proposal and shall be full compensation for f,�rnishing all labor, tools, materials and equipment necessary or incidental for the comple- tion of the work as specified herein. 44-7 THERMOPLASTIC PAVEMENT MARKINGS finis work shall consist of furnishing and placing thermoplastic pavement marking upon the roadway surface for delineation in the form of crosswalks, directional arrows, traffic letters, and stop bars, at the locations shown on he plans in accordance with these special provisions and the lates- edit�on of the MlJTCD, or as direct by the Ei.9ineer. Pavement markings as referred to herein shall comply with the following definitions: Crosswalks. Crosswalks shall consists of two solid lines of white p a— c material 8 inches In width parallel to one another and separated by a minimum distance of 8 feet or as shown on the plans. Traffic Arrows. Traffic arrows shall conform to the details shown on e--f�plans anti shall be of white plastic maf ,ricl. Traffic Letters. Traffic letters shall conform to the details shown in Me—") CD cnd/or the olans and shall be of white plastic material. Stop p���Bar. A stop bar shall he a solid line of white plastic materia`T 12 inches in width placed across the traffic lanes where and as shown on the plans. R2-1 Speed limit 24' x 30" W11-1 Bike Crossing 30" x 30" Signs shall be mounted on treated 4" x 4" I1-foot long posts, and shall conform to the requirements of Sect on 9-28.15(2) of the "Standard Spec- ifications for Road and Bridge Construction", 1977 Edition, of the Wash- in ton State Highway Commission. All posts shall be painted with three (3) coats of exterior white paint. 44-8.3 CONSTRUCTION REQUIREMENTS Signs are located on the plans. These are tentative locations subject to change by the Engineer. The past lengths specified are estimated for bid purposes only. Final lengths of timter posts shall be determined in the field b;• the Contractor prior to fabrication. All reflect8rized signs located up to 25 feet from edge of pavement shell be turned 3 out and those boated more than 25 feet shall be turned 3 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 'rom failure to install at 3° as stipulated, the Contractor shall reinstall the igns at his own expense. The post holes shall be o` ufficient dimensions to allow placement and thorough compaction of sel —ted backfill material completely around the post. Selected backfill material shall consist of earth or fine sandy gravel °ree from organic matter with no individual particles exceeding 1.1/2 inches in diameter. 44-8.4 RELOCATING EXISTING SIGNS Existing traffic control sign: on the project shall be rei.,oved and relocated by the Contractor as shorn on the plans and as directed by the Engineer. Relocation ir .tallation shall be in accordance with Section 44-8.3 above. 44-8.5 PROJECT IDENTIFICATION SIGNS The contractor shall provide project identification signs as shown on the improvement plans. 44-8.5 MEASUREMENT AND PAYMENT The unit contract price per each for "Traffic Control Sign (Type and Size)" 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. The unit contract price per each for "Project Identification Signs" shall be full compensation for all labor, tools, materials and equipment necessary or incidental to providing, placing, maintaining and removing at completion of 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 in accordance with Section 71 herein. 47-2.01 TOPSOIL Top soil will not be required on this project. / S . SEED Se x shall conform to the .'ollowing specifications by weight: CqXnial Bentg9rass (Highland or Astoria) 10% ed Fescue (IIIahee, Rainier or Penn I3wn1 40% Blue 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 50% is de- rived from 38% slow- release ureaform� Available Phosphorous (Analyzed as PA) 20% va)lable Potassium , (Analyzed as K20) 20% Fertilizer shall be applied at the rate of 250 pounds per acre. 47-2.048 WOOD CELLULOSE FIBER Mulch shall consist of wood cellulose fiber and be applied at ite of 1,000 dr,, pounds per acre. 47-4 MEASUREMENT The quantity to seeding, fertilizing and mulching will be based „o ground slope measurement in acres of actual seeding, fertilizing and Aching placed and artepted. 17,5 PAYMENT The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full compensation for all labor, tools, materials and equipment necessary or incidental to the placing of the materials noted herein. SECTION SO - MONUMENTS This sec"on of the Standard Specifications will not apply to this pro- ject and shall be deleted in its entirety. In its place the following specifications shall be inserted. 50-1 DESCRIPTION The work consists of furnishing and installing survey monuments, bronze marker plugs, cast iron frames and covers at the points indicated n the plans. 50-2 MATERIALS All cast iron frames, covers, bronze marker plugs, and concrete monuments will be furnished an et by the contractor. 5C-3 CONSTRUCTION Df;fAL$/ 50-3.01 REFERENCE dOp S The Engineer w 1 eference all monument points in advance of con- struction. The Co#ktrjkl.or shall be responsible for saving and protect- ing all reference o t. until the monuments are set. SO-3.W SETTING OF MONUMENTS, 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 monumentat;; The engineer will set the required monument reference points. The zontractor shall then set the monuments, bronze marker plugs, frames, and covers. Upon comple- Liar of the monumentation, 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 immeeiately contact the Engineer to check the monument. The Contractor shall pay the total cost of checking and shall reset the monument or case and cover at no additional expense to the City. The payment for checking shall be deducted from the amount owed to the Contractor for his work on the project. Fa"ure to notify the Engineer of a disturbed monument by the Contractor shall bear an additional one hunlred dollars (S100) penalty to be deducted from amounts owed to the Contractor plus the cost of resetting the monument. 50-4 MEASUREMENT ANU PAYMENT Payment for monuments shall be at the unit price per each as set forth in the propos+l. The unit contract price per each shall be full compensation for ail labor, tools, materials and all incidental work required for furnishing and installing survey monuments, bronze plugs, fames and covers complete in place at in accordance with the plans and specifications or as directed by the Engineer, SECTION 52 - REMOVAL OF EXISTING STREET IMPROVEMENTS 1 52-2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT Removal of asphalt concrete pavement upon any type of base shall be incidental to unclassified excavation. The Contractor shall sawcut pavement as indicated on plans or as directed by the Engineer. The sawcutting of pavement shall be considered as incidental to the pavement removal and t6d 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 subgrade to 95 percent of maximum density measured in accordance with Section 13-3.1OE5 or such other density required by the Engineer. 52-2.05 REMOVAL OF CONCRETE CURB AND GUTTER The full section of the concrete curb and gutter shall be removed and disposed of as shown on the plans or as directed by the Engineer, 52-2.07 REMOVAL OF CATCH ,ASINS, MANHOLES, SUMPS, CULVERTS ETC, Existing catch basins, 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 bank run gravel class B or with suitable job excavation material as directed by the Engineer, 52-2.09 WASTE DISPOSAL Shall he in accordance with Section 4-1.06. 52-3 MEASUREMENT AND PAYMENT Payment for removing existing street improvements shall be made at the respective unit prices as set forth in the proposal, and shalt be complete compensation for all labor, materials, and equipment necessary to perform the work including disposal. Removal of items or things not set forth in the Proposal shall be considered as incidental to the construction and the costs thereof shall be included in ether items of the proposal. The i,:isitng corrugated metal culverts at the intersection fo Sprirg- brook Creek and S.W. 27th Street shall be removed and disposed of by the contractor. Payment for removing these culverts shall.De at the Lump Sum Price hid as set forth r `nt?he Proposal for the 4' Mi Remove Spring- brook/S.W. 27th street tlWu4 All other culvert3-strUl be considered is incidental to other items of construction. NEER SECTION 53 - ADJUSTMENT OF NEW AND EXISTING UTILITY STRUCTURES TO FiNISH GRADE 53-1 DESCRIPTION the adjustment of existing utilities shall be accomplished in com- pliance with Section 53 of the Standard 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, monument 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 tht leveling and wearing courses to prevent damage to the casting or to its position. Adjustment of manholes, catch basins, sanitary sewer clean-outs and in- lets shall be constructed in the same manner and of the same material as that required for new construction. M,)nument frames and vrive b+x ,tings shall be solidly embedded in either asphalt concrete or cement concrete in a manner aporoved by the Eagineer prior to placement cf 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 PAiRENT Payment for adjusting each existing utility structure to grade shall be at the respective unit price bid per each as set forth in the Proposal and shall be full compensation for all labor, equipment, mater- ials, and all incidental costs necessary to complete the work. Adjust- ment 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 Class B asphalt, per ton under the appropriate Proposal item. Final adjustment for new sanitary sewer manholes shall be paid for at the respective ,nit price bid per each as set forth in the Proposal and shall be full compensation for all labor, equipment, materials, and all inci- dental costs necessary to complete the work. Final adjustment of strictures which require% the removal of the co-c ane the addition of vertical rings will be paid for as "Shafting" per verti- cal foot a; set forth in the proposal. Replacement of existing catch basin grates w`th solid whole rings and f covers shall be paid for as "Replace Existing Catch Basin Grate With Solid Ring and Cover", ver each. t 1-- SECTION 54 - PAVEMENT PATCHING 54-1 DESCRIPTION Pavement patching will be required on 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 remov.! all types of travelway surfaces as part of trench excavation in accordance with the requirements of Sect`,.n 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 BASF Pavement patching material shall be Class "B" 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 grade has been completed four (4) inches of 5/8 inch minus crushed surfacing top course shall be applie' and compacted to tY. satisfaction of the Engineer. The existing pavement shall be cut to a straight horizontal and neat vertical line. This cut shall be made one iI) foot beyond the trench shoulderline. The newly cut edge shall be pa'nted with dilute asphalt or SS-1 emulsion immediately prior to the placem,nt of the patch. Asphalt concrete Cass B pavement shall be placed in one lift of two (2) inch thickness over the previously placed laver of crushed surfacing. The patch shall be rolled to a smooth riding surf.,ce, flush with the surface of the existing asphalt. Imnediatel; 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 asphalt concrete pavement patching will be made by the square yard on the plane of the surface 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 shell be full compensation for all labor, materials, tools, and equipment required in furnishing, placing and compacting the crushed rock and asphalt concrete Class "B". SECTION 57 - FINISHING AND CLEANUP 57-1 DESCRIPTION Finishing and cleanup shall be completed in accordance with Section 57 of the Standard Specifications. 57-3 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 necessary to carry out the cleanup operation. 57-6.02 RE'.00ATE EXISTING MAILBOXES AND STAND The existing mailboxes and stands shall be relocated as shown on the pi ns or "; directed by the Engireer. Payment for "Relocate existing mailboxes" shall be ful. compensation for all labor, equipment, tools and materials required to perform the work as shown on the plans or as directed by the Engfnee DIVISION III - SANITARY SEWER AND S1URM DRAINS SECTION 60 - PIPE, MATERIALS AND TESTING FOR SEWERS, DRAINS AND CULVERTS 60-1 DESCRIPTION All pipe sed in 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 r as directed by the Engi- nee ) for the storm drain sy tem - either nonreinforced concrete pir-k r inforced concrete pipe* Urr' d alloy ' corrugated steel pi all only be allowed as o n3. or r'(?er F•te�'� Pipe material, yaskets, and eQuplar�ishtTi be in accordance with appli- cable sections of the Standar pecifications and as modified in these Special Provisions. 60-3 MATERIALS AND TESTING The Contractor shall require his pipe suppliers to furnish certi- ficates signed by their authorized representative stating the specifi- cations to which the materials or products were manufactured. Certifi- cates showing nonconformance with these specifications shall be suffi- cient evidence for rejection. Approval 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 drain pipe shall be constructed in accordance with Sec- tion 60 of the Standard Specifications except as modified herein: a. All fittings shall be of the same material and class as the pipe. b All concrete joints shall be rubber gasketed. 60-3.01A CONCRETE PIPE, NOPREINFORCED Nonreinforced concrete pipe shall conform to ASTM Designation C14, Table 1 (Class 3) and shall have flexible gasketed joints. The require- ments of Section 60-3.01A 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 minimum thickness class shall be Class 52 up through 12-inch diameter pipe and Class 51 for 14-inch diameter and larger pipe unless specified otherwise by the Engineer. 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 ano coatinr shall be in accordance with AW^..'A C-104-74 (ANSI A21.4). 60-3.01H PVC PIPE ( PVC pipe for the gravity sanitary sewer line shall be .xtra strength plastic pipe conforming to ASTM D3034 - SDR35. Pipe shall be Johns- Manvitle RING-TITf NC sewer pipe or an approved equal. Pipe Joints shall o bell and spigot with flexible rubber ring gasket. 60-3.011 GALVANiZED CORRUGATED STEEL FIPE ARCHES Galvanized corrugated steel pipe arches and coupling bands shall be in accordance with the Standard Specifications and shall be ARMCO HEL- COR or aqual with Treatment 2. 60-3.O1J CORRUGATED ALUMINUM ALLOY CULVERT PIPE Corrugated aluminum alloy culvert pipe and coupling bands shall meet the requirements of the Standard Specifications except as modified 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 MATER1,,LS 60-3.02A CONCRETE P0E Flexible Joints shall be rubber gasketed in accordance with Section 60-3,02A of the Standard Specifications. 60-3,02G PVC Gaskets for the gravity sanitary sewer line shall be 1`14!0�le rub- ber ring gaskets. Asbestos cement manhole couplings shall oe cast directly into the ,nanholes for connection to the PVC gravity sewer pipe. 60-3.0?H1 CORRUGATED METAL PIPE Gaskets shall be in accordance with this section of the Standard Specifications Or as approved by the Engineer. 60-3.02H2 COUPLING BANDS FOR CORRUGATED METAL PIPE Coupling bands for corrugated alumir,in pipe shall meet the require- ments of AASHO M196 and M197. Use band connectors with neoprene gaskets or as directed by tht. Engirrer, 60-7 MEASUREMENT AND PAYMENT Pay. •nt for sanitary sewers and storm drain shal' be at the appli- ERF16t1Y'1�h�rdu5�!?"pay�ne`�4°Yfor°�fifeh psl��i f°Fah'fit<t�t�be+'u1iyFS�o���b�Qori" for the pipe, in place, complete, inclucing clearing, grubM ng, pavement removal, excavation, trenching, backfilling, compaction, p,pe, pip( lay- ing and Joining, and testing, disposal of trench material to be vast -1, dewatering, all surface restoratlon and all incidental work necessary, 0- SECTION 61 - TRENCH EXCAVATION BACKFiLL FOUNDATION 0 BEDDING FOR SERER5. DRAINS AND LULVLRT5 61-1 DESCRIPTION Trench excavation and backfill shall be constructed in accordance with Section 61 of the Standard Specifications except as modified here- in. 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 maximum permissible trench width for sanitary sewer system pipes shall be as shown in the plans. The length of trench excavation completed ahead of the pipe laying opera- tion shall be kept to a minimum. Should the maximum trench width be exceeded, the Contractor shall furnish a stronger 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 ail cases, the trench must be of sufficient width to permit proper jointing of the pipe and backfilling 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 other than those designated. Should the Contractor excavate below the desig- natec' ' as and grades without prior approval, he shall replace such exca,..,ion with approved material, it ar 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 s^rcified by the Engineer. The Contractor shall conduct his operation such that the maximum trench width at the oround 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 mater- ials. Excavation at all time shall be kept free from water to facilitate fine grading, the proper laying of pipe ar.d 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 wall point systems. - aping of water from within the excavation will be pai'mitted. 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 giver by the Engineer, The Contractor shall ascertain to his own satisfaction the extent to which 'Ater may cccur, the nature of the material to whict, it will appear, and the extent to which such occurrence of water shall 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 :ontractcr's responsibility to study the soil burin9 information ane aka his his own determination as t0 the extent of control necessary for groundwater and for trench stability. The Soils report was prepared suley for the purposes of design and the Contractor shall not interp t the in'ormation presented as vequiremsrts for construction, The Contractor may wish to provide fr^ monitoring for settlement of the adjacent areas fo• his protection. No separate or extra payment of any kind will be made for any s„ch monitoring, 406'agy -osts associated with monitoring, if provided, shall be included int he appropriate lump sum 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 1n vertical depth, a payment for "Extra Depth Trench Excavation for 12 feet to 16 feet Deep Trenches" will be made to the Contractor in addition to the unit contract prige bid for installed pipe. The extra payment will be for each lineal foot of pipe successfully laid and tested between the manholes in ques- tion. For purp,tes of determining where the payment for extra depth trench excavation is to be mode, the average depth of required trench excavation shall he defined as the ave age, Calculated to the nearest tenth (0.1) 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 fr,)t. Where sanitary sewer laterals are involved the aver e 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. Because all required storm drain construction 1s of a reasonably uniform nature, no extra payment will be ,,ade for extra depth trench excavation for storm drains. 61-3.Dq CONTpC. OF, WATER? J g a tgrm�Igd herein shalt be consid4ed as rep ing i uil S6c4 n eV 3.02, . C� r cereflon et a time shall a kept free om we to fact Cate fine g ding, the prop Laying of p e and strut: as and „�tnfny o ipe and pre noon of dame a Lo complete joints. Any nd all required water- ing s ell be accomp )shed by wells nd/or well po t syst S. pump of water rom within t exuvattor T11 not be Pe ntt Water in e excavat ons she not a 311nwed to flow through th ipe or structure while cohatruction work is in progres unless speriltl'sermission to do so has been giiven by the Enninear, The Contrac r shall ascertAin to his satisfaction a extent to which water m,y occur, the Nature of,t material in wit h it will appear, and the extent to which'such occurr ce of water shall ffect his bid. Dewetering of the xcavation must be c^ntrclle to prevent damage rom settlement due to p sible .lowering of he adjac t groundwater tabl It shall be t + Contr tor's responsibility to st dy the soil boringy information and make hi own determination as to the extent of control necessary for groundwater nd for trench stability. Th Soils report was prepared soles for the pur ses of design and the Cont ctor shall not interpret the nformation p sented as requirements for nstruction. The Coast ctor may wish to pr ide for monitoring for sett). nt of the adjacent' areas for his protecti . No separate or extra pay it of any kind yfil he made for any such mon toring, and any costs assocla d with monitoring, if provided, shall be included 'n the appropriate lump sum or V, bid prices in the proposal. 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 procuremont and placement, including removal and disposal of unsuitable materials, shall be included in the unit contract price !,er cubic. yard for "Foundation Natariai". All provisions for Section 61-3.03A of the Standard Specifications shall remain in effect. 61.3.03C CLASS C BEDDING hildingq procedures and materials shall be in accordance with Sec• tfoo 151-3.0363 for "Class C" bedding and Section 61-3.03C5 for mater- ials. 61-3.03D1 BEDDING FOR PVC PIPE Pipe bedding procedures and material for PVC sewer lines shall be in accordance with Sectiu.. 61-3.03DI of the Standard Specifications except as modified herein. The bedding material shall be clean, free-draining sand and gravel, with .ill material pmssing a 1/2-inch rare mesh sieve and a maximum of 2 Percent passing a 1200 square w.%h sieve. The material shall contain ,lust sufficient fins. to fill the voids and provide a homogeneous grada- tion. The material shall bt compacted to 95 percent of the maximum density determined by the "Compaction Control Test" specified in Section 13-3.10E5 The material shall be Obtained from a source selected by the contractor and shall be subject to the prior acceptance of the Engineer. Before ba(Af' lling with bedding material is begun, the trench shall first be cleaned of all roots, loose stones, and other debris. Bedding materials 0.01 be placed only upon undisturbed earth. The bedding material shall be mechanically compacted to obtain a firm unyielding foundation. The Engineer reserves the right to order, in writing, tr- he pipe bedding material be omitted and no payment made, where in h„ pinion, the native material has such properties that it may be used to ao.,uately bed the pipe Involved. The Contractor is 'autioned against submittine an unbalanced unit bid price for piping bedding material since any or all of the pipe bedding 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 requirements fcr pipe bedding material 's deleted by the Engi- neer, the requirements for Class D bedding shall apply and all costs thereof shall be considered incidental to the constructi 1). 61-3.0302 BEDDING FOR CORRUGATED METAL PIPE P'pe bedding procedures and material for the storm drain p!pe, bedding shall be in accordance with Section 61-3.03C3 for Class C Red- ding. The material shall be compacted to 95 per rent of the maximum density determined by the "Co^paction Control Test" specified In Section 13- LOU. The material shall be obtained from a source selected by the contractor and shall be subject to the prior acceptance of the Engineer. Before backfi fling with bedding material is begun, the trench shall first be cleaned of all roots, loose stones, and other debris. Bedding materials shall be places' only upon undisturbed earth. The bedding material shall be mechanically compacted to obtain a firm unyielding foundation. The Engineer reserves the right to order, in writ' ,g. that the pipe bedding 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 submlttinq en unbalanced unit bid price for piping bedding material since any or all of the pipe bedding 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. I * :j Where the requirements for pipe bedding material is deleted by the Engi- neer, the requirements for Class 0 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 expected to be required to prevent cave-in of the trench walls or—Npsidence of areas adjacent to the trench for most of the sanitary Sewere/in,tallation. 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 61-3.04 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 of the installed pipe. The initial backfill material shall be carefully hand placed in strict accordance with Section 61-3.05 of the Standard Specifications. Subsequent backfill shall not be placed until the initial backfill is approved. Excavated material free from mud, muck, organic matter and broken pave- ment shall be used for backfill except where otherwise requested by the Engineer. initial backfill material for the PVC pipe shelf 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 remaineer of the trench above the initial backfill except as specified herein. (1) Shoulders and Streets: Subsequent backfill shall be placed in lifts not to exceed 8 inches in loose depth and each lift mechani- cally compacted to at least 95 percent of maximum density as deter- mined by the Compaction Control Test specified in Section 13-3.10E5. (2) Unimproved Areas: Subsequent backfill 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 i> not suitable for use as backfill, bank run gravel shall be used as required by the Engineer. Bank run gravel material shall be as specified in Section 26-2 of the Standard Specifica- tion for Class B gravel, and shall be utilized in backfilling of trenches on'y when specifically ordered by the Engineer. 61-3.06 COMPACTION OF TRENCH BACKFILL 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- pacted 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 means of mechanical tamper or vibratory compactors. Water settling will rot 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 compactible and within the tolerance range of moisture content, the Contractor will be required to use the native material for backfilling. The Contractor shall take any nzcessary steps to keep excavated material from becoming saturated beyond the critical moisture limits and will be required to replace any such saturated material with bank run gravel at his own cost and expense. The Contractor shal excatg/test pits in the backfill as directed by the Engineer for the puMpose-of testing the backfill compaction. .Ae—tiTc option P fti-i-compat- At the option of the Engineer, density tests may be taken on a 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 O d 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 Contractor has established a procedure that will provide the required field density. The Contractor will then be permited to proceed with backfilling and compacting the remainder of the pipeline under the approved compaction 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 compaction procedure. in no case will excavation and pipe laying operations be allowed to proceed until the specified compaction is attained. 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. tank run gravel Class B for trench backfill shall be from sources provides 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. Ail 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, dis- posal 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 sanitary sewer manholes, where the average depth of required trench excavation between manholes is 12 to 16 feet as defined in Section 61-3,01A herein. Payment at the unit contract price bid per linear foot for 'Extra Depth Trench Excavation for 12 foot to 16 foot Ceep Trenches' shall be full compensation for all extra labor, materials, equipment, and excavation required to Successfully install and test sanitary sewer mains and sani- tary sewer laterals over twelve 112) feet deep. It 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 OF TRENCH BACKFILL If bank run gravel is required, measurement will be by the ton in accordance with Section 21 herein. Payment will be at the unit contract price per ton bid for "Bank Run Gravel Class "8" and shall be full compensation for the procurement, transportation, placement, and for the disposal of excess excavated trench material. The quantity shown in the Proposal is for the purpose of establishing a unit price only; actual quantities will be determined in the field as work progresses. 61-4_04 FOUNDATION MATERIAL If foundation material is required, measLrement 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 o, 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. 61-4.05 PIPE BEDDING MATERIAL Bedding material shall be used only when called for by the Engineer. When required the material shall meet the following grading require- ments: U.S. Standard Percent by Sieve Size Wei ht Passinq inc No. 200 2 The Engineer reserves the rig;it to order in writing or verbally that the pipe bedding 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 an unbalanced unit bid price for pipe bedding material, since any or all of t;ie pipe bedding requirement specified on the Plan may be deleted during construction. Conversely, the Engineer reserves the right to order that pipe bedding material be installed if, in his opinion, field conditions warrant the use of bedding material. For tuis 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 Engi- neer, the requirements for Class D bedding in accordance with 61-3.03C4 of the Standard Specifications shall apply and all costs thereof shall be considered incidental to construction and included in other unit con- tract items of the proposal. Bedding material for the storm drain pipe shall be Class B or as directed by the Egnineer. Measurement shall be by the ton in place. Payment for pipe bedding material will be made per ton as bid in the Proposal. The quantity shown in the Proposal is for the purpose of establishing a unit price only; actual quantities will be determined in the field as work progresses. 61-4.07 COMPACTING EQUIPMENT All costs of compacting equipment or its use shall be considered as incidental to the contract. 61-5 PAYMENT i Payment will be made for the •allowing bid items: "Bank Run Gravel Class S" per ton "Pipe Bedding Material in plate at" per ton "Foundation Material installed per ton SECTION 62 - PIPE LAYING, JOINTING AND TESTING 62-1 DESCRIPTION Pipe laying, jointing, and testing shall be in accordance with Section 62 of the Standard Specifications, except as specifically modi- fied herein, 62-2 MATERIALS The mat—ria.s shall conform to the requirements outlined in Section 60 herein. 62-3 CON^RUCTION DETAILS 62-3.01 SURVEY LINE AND GRADE Survey line and control hubs will be provided by the Engineer. 62-3.02 SEWER PiPE LAYING Laying of sewer pipe shall be to the lines and grades ind'-ated on the construction plans, or as established by the Engineer, and shall be in accordance with Section 62-3.02 of the Standard Specifications, 62-3.04 DEWATERING Dewatering shall be in accordance with Section 62-3.04 of rho Stan- dard Specifications. 62-3.05 BEDDING Bedding shall be in accordance with Section 61-3.03 herein a„d Sections 61-3.03 of the Standard Specifications. If the requirement for bedding material is deleted, the Contractor shall provide Class 0 bed- ding in accordance with Section 61-3.03C4 of the Standard Specifica- tions. 62-3.08 PIPE JOINTING Mortar joints will be permitted only at manholes. 62-3.09 SEWER LINE CONNECTIONS 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, material, 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 the Engineer. Any departures from the best construction practices, such as pipeline misalignment, presence of foreign matter in _ f 62-3.10 TESTING FOR ACCEPTANCE The testing of the storm drain sys'em will not be required unless specifically directed by the Engineer. The storm drain system will be inspected by the Engineer. Any departures from the best construction practices, such as pipeline misalignment, presence of foreign matter ii the catch basins or manholes, poor manhole or catch basin constructior, etc., shall be corrected by the Contractor at his own expense. Continuous poor construction practice shall be cause to require complete testing of the storm drain system. No additional payment will be allowed if testing is ,eemed 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 nest 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. 62-3.108 INFILTRATION TEST Should high ground water conditions be encountered, the completed sewer may be infiltration tested. Infiltration testing shall be uti- lized only when ordered by the Engineer. 62-3.1OD AIR TESTING The Contractor may, upon approval of the Engineer, employ low pres- sure air testing of the completed sewer. Air testing shall be in accor- dance with Section 62 of the Standard Specifications. 62-4 MEASUREMENT All pipe shall be measured by the linear foot of pipe installed and tested and shall be along the pipe through the tees and fittings. Measurements shall be from center of standard types of manholes. 62-5 PAYMENT 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 constructed of pre-cast concrete urits in accor- dance with Section 63 of the Standard Specifications and the plans. Type I-48 manholes have eccentric reducing cone. 63_2 MATERIALS 63-2.02 STEPS Manhole steps shall be constructed of galvanized deformed bxrc Refer to Standard Plan No. 41 for tv '-" step Moil, 63-2.08 CAST IRON FRAY"S AND In addition 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 W) hole shall be provi- ded in lieu of the three (3) holes specified on Standard Plan No. 42. Cast iron frames and covers shall be Olynpl1`.Foundry No. 5943, or to- proved equal, with no handle, and with the wX"SEWER" in two-inch (2") raised letters embossed on the cover of manholes in the sanitary sower system, 63-3 CONSTRUCTION DETAILS 63-3.02 BEDDING Bedding material shall be placed around the manhole up to the eleva- tion of the springline grcatest horizontal dimension of pipe in cross- 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, to 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 uni*,proved arees. 63-3.11 CHANNELS Channels shall be constructed in all sanitary manhole structures. 63-4 MEASUREMENT Each manhole will be measured to the nearest one-tenth (0.1) of a foot, from invert of the outlet pipe, vertically to the top of the casting. 63-5 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 all depth in excess of five (5) feet. Payment will be made at the unit prices bid for: ri "Sanitary Manhole, Basic l feet" per each "Extra Depth Manhole per", vertical foot I`e Contractor shall include in the unit contract prices for manholes the cost of furnishing all labor, equipment and materials necessary to suc- cessfully install the manholes, including excavation, backfill, all pre- cast components, 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 fc- in accordance with the applicable Lid items of ether 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. 55. 64-2.OIA FRAME AND GRATE The frame and grate shall conform to standard plan No. 49. 64-2.018 TRASH RACK Trash racks shall be constructed in accordance with 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 13-3.10E3 "Method B" of the Standard Specifications. 64-3.01 GRADE ADJUSTMENT Catch basin cover frames shall be installed on a 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 outer surface. Catch tasin covers shall be adjusted to the elevation designated by the Engineer. 64-4 MEASUREMENT AND PAYMENT Measurement for payment of all catch basins and trash racks shall be per each. Payment of furnishing and placing catch basin Type I-C and Type II-C Sto-m manholes and trash racks shall be made at the respective unit bid contract prices per each as set forth in the Proposal, and shall be full compensation for all labor, equipment materials, including exca- vation, backfill, frame and grate, adjusting the frame to final grade and all other Incidentals. SECTION 65 - SUBSURFACE DRAINS 65-1 DESCRIPTION This section is intended to cover only the collection and control of subsurface water and does not apply beyond the point at which the water is discharged into the storm sewer or other cutlet. 65-2 MATERIALS AND TESTING 55-2.07 PERFORATED ADS PiPE Performated ADS pipe and fittings shall meet the requirements of ASTM F40:. 65-3.04 BACKFILLING WITH FILTER MATERIAL 65-3.04A FILTER MATERIAL Filter material used as backfill shall comply with the following requirements: GRADING (% by weight) % Passing 3/4" Square Sieve 100 % Passing 1/41, square sieve 30-60 % Passing No. 8 sieve 20-50 % Passing No. 30 sieve 8-30 % Passing No. 50 sieve 3-12 % Passing No. 200 seive (wet sieve) 0-1 Filter materials shall be crushed or natural granular material and shall contain not more than 1% by weight of clay lumps. 65-3.04B PLACING FILTER MATERIAL The filter material shall be damp when placed in the trench and shall be deposited uniformly on both sides of the pipe for the full width of the trench and to the horizontal diameter of the full length of the pipe. The material shall be tamped in 4-inch layers to provide thorough compaction under and on each side of the pipe. Succeeding layers of filter material shall be deposited in 8-inch layers and be thoroughly compacted to the depth shown on the plans, or as specified. 64-4 MEASUREMENT AND PAYMENT 65-4.02 PIPE Payment for furnishing, placing, and testing each size of pipe shown shall be made at the respective unit prices per linear foor as set forth in the proposal and shall be complete installation; including trenching, baLKfilling, compaction, connection to new or existing storm drains or appurtenances, and disposal cf trench material to be wasted. The quantity as shown in the proposal is for the purpose of establishing a unit price only. Exact quantities will be determined as work pro- gresses. w 66.403 EXCAVATION AND BACKFILL All costs for excavation for the subsurface drain systems shell be included in the contract unit price for the applicable pipe. All costs in connection with the placing and compaction of select native trench excavated material shall be included in the contract unit price for the applicable pipe. Should the engineer direct that imported trench backfill material be used, payment will be made at the contract unit price for "lank Run Gravel Class B" per ton, except no payment will be made for backfilling with bank run gravel any areas in excess of the dimensions of '.he trench as shown on the plans. 65-4.04 FILTER MATERIAL Payment for "Filter Material" will be at the respective unit price bid per ton in the Proposal. Payment will be considered as full compen- sation for furnishing, placing and compacting the material. The quan- tity as shown in the proposal is for the purpose of establishing a unit price only. Exact quantities will be determined as work progresses. SECTION 66 - °IDE SEWERS 66-1 DESCRIPTION Sanitary sewer laterals shall be installed as shown on the Plans. 66-2 MATERIALS 66-2.01 PIPE Side sewer stubs shall be as shown and of the same material as the sanitary sewer main and shall be constructed in accordance with the standard drawing included with these special provisions and Section 66 of the Standard Specifications. Sipe sewer stubs shall be located as shown on the plans or as directed , he Engineer, 66-2.03 FITTINGS Tees shall be of the same material as the sanitary sewer main and shall be used only where shown on the Pleins or ordered by the Engineer. 66-3 CONSTRUCTION DETAILS 66-3.01 GENERAL Side sewer construction shall conform to all applicable ordinances or regulations with respect to equipment, methods to be used, protective measures, size of pipe, depth of cover, number of user- per pipe, permis- sible connections, inspection, and testing. Side sewer locations shown on the plans shall be subject to relocation in the field after construction starts. Regardless of the plan location, the Contractor shall place the tee or wye branch in the main sewer line at any other location designated by the Engineer. The Engineer will stake and indicate the depth for the invert elevation of end pipe at the street margin or property line. 66-3.02 EXCAVATION AND BACKFILL Excavation and backfilling fo.• side sewers shall conform to the requirements of Section 61, excepting that no backfill in excess of that required to hold the pipe in true alignment shall be placed prior to inspection. Backfill shall be compacted by mechanical tamper in accordance with Section 13-3.10E3 "Method 0" of the Standard Specifca".ions. 66-3.03 PIPE LAYING AND JOINTING Pipe laying and jointing, except as hereinafter provided, shall conform to the requirements of Section 62. Field connections to existing mains shall be at an existing manhole or with an approved saddle as shown on the plans or as directed by the Engineer. Field grafts will not be permitted. C Field connections to existing mains shall be at an existing manhole or with an approved saddle as Shown on the plans or as directed by the Engineer. Field grafts will not be permitted. Bedding shall in accordance with Section 61-3.03 of the Standard Speci- fications and shall be used as directed by the Engineer. 66-3.10 END PIPE MARKER Side sewer stubs shall be extended as shown on the plans and the end shall be plugged and marked by 4' x 4' cedar post, five feet (5') long with two feet (2') exposed and painted white. The depth from the ground to the invert of the pipe shall be noted on the market. Contractor shall maintain a log of the location of each side sewer and prior to final acceptance of the project shall provide the Engineer with a drawing showing actual location of each side sewer, together with stationing and dimensions to the nearest downstream manhole. 66-4 FEASUREMENT Measurement for sanitary sewer laterals shall be i the manhole stub or drop connection tee to the end plug. 66-5 PAYMENT Payment at the unit contract price per lineal foot for "8-inch Sanitary Sewer stub with riser". 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 eampleted, the ground surface shalt be shaped to conform to the adjacent surfaces. General cleanup of the entire construction area shall conform to applicable requirements specified in Section 57 of tht Standard Specifications. All guard posts and utilities, traffic signs, fences and mail boxes which were -emoved or disturbed during construction shall be reinstalled or replaced. Mailboxes and traffic signs shall be reinstalled immediately after backfillfng the trench. Pi es stakes, monuments or other pr_ogerty markers lying within the c6nnNF coon Basemen a referenced by a ng neer,gand 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 and 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 least one N) year. 68-2 MEASUREMENT AND PAYMENT Cleanup and finishing shall be considered incidental to construc- tion and all costs thereof should be 'ncluded in ot,er bid iteRs of the contract. 1 SECTION 71 - PRIVATE PROPERTY RESTORATION 71-1 GENERAL The scope of this sect ', is limited to those areas where 'ndividual property owners have improve(] their properties or the road right- of-.ay immediately in front of their properties. It is the intent of this section to y"vide for the restoration of these improvements exclusively and not t0 provide additional contractor compensation for finishing and cleanup►.DI-Ai CONSTRUCTION PHOTOGRAPHS The Engineer will make preconstruction photographs immediately prior to, initiating constuction in order to provide a substantiated resod of the condition of existing improvements. These photographs shall be considered as indicative of the nature of the original improve- ments in deterrining the adequacy or inadequacy of restoration. 71-3 INDIVIDUAL RESTORATION REQUIREMENTS it will behoove the Contractor to take every possible precaution to preserve the existing improvements. All damages to existing improve- ments from t�, Contractor's operation, whether within the road right- of-way or in private property, shall be the sole responsibility of the Contractor to •emedy. All such areas shall be restored to their precon- struction equivalent to the satisfaction of the Owner. 71-3.05 MISCELLANEOUS All utilities including but not limited to sewer, water, gas ser- vices, telephone and power interrupted or uprooted during construction shall be repaired, replaced and/or restored to the satisfaction of the Owner. Ali guard posts, which are removed or disturbed during construc- tion shall be reinstalled or replaced to the satisfaction of the Owner. All costs of repairing utilities interrupted or uprooted, 'replacing guard posts, traffic signs and mailboxes, shall be considered incidental to the contract and no separate payment wili be made. 71-4 MAILBOX INSTALLATION AND RELOCATION The Contractor shall be responsible for the temporary relocation of existing mailboxes during construction and final placement of mailboxes after construction. The contractor shall coordinate with the Post Master in establishing acceptable locations and other renuirements. There shall be no separate payment for Removal and Relocation of exisitng mail boxes. Compensation for all labor materials and equipment neces- sary shall be included in other payment items. TYPICAL SIDEWALK DETAIL I � I 0 12'SWEspmbu MOW of To V4 k 4"Eeporwurs W Can.Com, Curb%Gu"w w R Swe Le To be oan �( n Moleol Curb B Gsrllet -' ' 1w 114"R At JoaJe 1dh4"EePomm W14ha1 i/4-R At Jomu Score Lines a I W'din 01 SWerolY 1 1/2k4 LIW1619n Maleliol I/2k41 Exyonewn Mole"al i/4" R At Janie /4' R At Joint$ 1� 1/4"/Ft. Slow 1"4"/Fi Sbpe 1/2Il S Eeponsan Mamrwi 1/2 H i/2 R I/2R Curb Relurn Only 1 Pnvy nwnl As Per Pains Pos ~t As Per Pone T 4 4 Pare Slond4,d Cem Con Curb Slondord Cem CON Cu10 B GN IN Gullet_ SECTION A-A SECTION B-N U GENENAL NOTES, Where The Sidewalk Is To Be Placed Against The Curb d Gutter, The Joint Shall Be Cold Joint Expansion Material Shoji Be Placed Al.All PT'* d PC'e Of All Curb Returns, And It Shall Be placed At Every Fourth Siddutotit Panel The Concrete Mix For `1,J..wdlMs Shall Conform To The Requiret.,ents 0( Clots 5(l1/2) The Mo`' -•.• Slw"'P SWa Uu u ALTERNATE I l EXPANSION JOINT 7 EXPANSION JOINT(TYP I s•4h 1 :. Al2" FOR WIDTH LESS THAN 20 2" B' IB••FOR WIDTH GREATER THAN 20' 3041- -"[ EXPANSION JOINT(TYP) n VAR. / EXPANSION JOINT SECTION A-A EXPANSION JOINT R ALTERNATE 2 e:b EXPANSION JOINT (TYP, /Jw h 30 i ' GENERAL NOTES �O`,4 �S'O h rrA f 6,1 JOINTS Joints shall 0e Placed oe eho.n CITY OF REP TON or Pc Ynetled a7 In$ EnVmeo ENGINEERING DIVISION CONCRETE ConCrele shall be to day Close J(1-112) STANDARD COMMERCIAL air entrained Portland Cunenr CanClele CEMENT CONC. DRIVEWAY DESIGNED R a DATE 1010-77 _ PROCE DUPES p one and hfaet ll f car in one fa, d as dlrectra W A. DR.WIN R a _ (� Me LnymHl lAP'ROVEO �___C 1 Paalic W v1e O�rec for ,.wYYI '/1"1 \wp.IW nwlw tMtYX qpl � � MN�NA M tun r 4NHrpXllr�, /� IN11 'IY. nnwlrlrly w111wXr • ` �AIXw r.r uw\ Yn. W1111{1� II tMYX I\YI n \•• IYA rVr1\1V1,wln{p� __I IwYnp h{ •rl � wN M. PLAN ELEVATION FIRE HYDRANT GUARD POSTS \ I.._.'I\ �� I nnYYe 1V � { ,mu.nn mY npwr Ipr\1 le,M rpm.Y. ru,n{mlo Yn r r,n w Ywl 1.s .nm ., r NYM\ . N{Wr:Y qrn IXlt.rh\ W+X WYH, M 11"YV IwInIM un}rt _ H IXIN. rMlr t1Y1tI,Y Illy I.X11 INIr.M II N.up1r W VpIY yl Irtl IWI I b r4.nl.lh h0 tMn bYrH ..rY11rN...I..IX H. ].,r\.„n M.,T4 rl.t0.p.✓MOXI YI Y 7 IN.1 CUT .1Y{I nwmw w aXM• 1 ue\Yt InNUY� I _ ' Ir Np1rN.�� ��M.rll{I n{I IM Ir1X br. W M1 pith WX H. {IYWp! nr YHIw.rh Mp111Y Mll 11{r1Y YXry n Ir\ tu[Nrl YNrIN I fYcnll rt N.ry :r 1 YWM IH,rNrr nt..,n s j� { W{1 IrY WI\11 rIX11N.IrN _�n•l'''r�•" \ All.YX 4.nV 1 Vt.YI[Y Nrn� cn1 wr,.ttr IY ni,rM 1'.Y � IY4 Ip M111.[e...l)b�n {"Yfr IM[rn.nY\N w plltir,l I IV II nYr�u,Nl.lr ,W Irrl f1.n 11 tIVH 1rNp.\I.:I, {VX1 rn)r.{11"Yp r1 nl M L\-{111\rrt pwp,IINM1 FIRE HYDRANT ASSEMBLY FILL p FIRE HYDRANT LOCATION IN CUT OR FILL WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS ,1„ I TIE ROD SELECTION TABLE IYl mhw ni r W IJN !N• N N N N N r W I.N YF _ IMF [m I.F 'r IN 1.y1 Ir Iw Won IY' W V.W w Yr N" N IN M.W 'r W N.ft 1Y" +n• lY• W N.y W. Im Nn1: 1 1'tnAyY'�1 WI M.\t u.l Y N �Y.[ I.MVM1 Y h.4 ryi 1 ~�Ni.�~WYr. 1 NN w n[.hN.nhyr tN. w4nn a'.:.`ni 1. r.�Y N.w.n(w+uun• Yi r,wx.a.N[ .N wt�x+umw 1'..wur� Www •<r.t.1q. NN n NY.N N'.Y�•ytt tINM1N N11 'f ST N LUGS TI FIRE NDRAN AND GATE VAL�E E BOLT 'OUC-Llq` RETAINER CLAMP TIE ROD ATTACHMENTS I WATER STANDARD DETAIL L CITY OF REN10N �° ""' DEPARTME ' OF PUBLIC WORKS . YYI X.N.w. .H••R"�t w m,w. •tr Lw • w..f MN Fw aaw•Iw n wm n,r W or nw.�•. W.rl.Flw M .LL- M nM.1.►n w�r1 Yn Fw ♦ rH N w Ytl Y NYX nl,,W n N4(M ut qll 'wn.NP l^ ..w11Nn\,wr HN\W 1 rn wwuw i'wwii.1 w. ,Y__ •..r 1,,nw.n n. r+ w .. . . NNf .1 4-�i i auwH: r n„F• fO war r r}' MN rH,R.w r,x.H ww.YIN W Yw. • NIH• F n. INN Yvf V-m •-MT O .'nl. 1• Q '� 11 N\IM• •YtYn W`W!r.a tM•H Wn. N\f r t"Yn Fw. Y trn ww .w.w�wr Na",, :f.f'N1•I\ Irl, a.• •. •' ,+•":• •..\.. N'wW`4VHt•. 1"h 1 Y,w[wW N'IM N'.1 w\".MII MtY Iltw Vwf.IYH N'nYW MIY.{'Yl n N,M;MYII.N. a n.N IYn Fw.X Y w\V•.\N.M•1'•1Y r'`' MtW Y.W.M nn YY.YMII•,II MN 1"XY,�1, - v 1M •1\•\wr\W YM1 iHla\IY•Iww,lw I.Y 1^...V'tM r.wH.I twN nn, wql nln4l raW IW I.IW.Y MIwnV M \,w IwI1 Fwl 1 .1\IM.tNr tM4fl.YNIY rrw M .ata!iMYn•Iw!nN I'1'J' lMan nw uM•.aw .Ntl.{m1 Mn twll nN4Y tl\rW.qw. prla,w 1'J'H,^rdV IW N YNY tMVN.IrYIN.•w. PLAN wn tmw NN!N M1,a W.Ir!4 I e W\aY.NM NOM,NYItlI,W. 1 NrwW\trw+ 1I w rr,Y1 WI.Fm a NI N1 l,YIINNI•w r,w,Y Ywl WwH Nn{IYtlw ,HIaN•,Y rHw •N w•IYr•WwY1 W,NIY\ 1 lH Y nM 1 Y Y,Y XYIW IN w IYw n..IYfw wtl\MY!\n!•r 1,X Y I,N M1YN.W IWY\{ uN wal M lwlNllN tW1 Np tM F IW II II •I.. 1..{•, w. nMP r,w M ,YCUW Y wW. \•w..xf�il . YMWa,rrN•.Y YntI ,N �'�N1 `N w,• IIwN\,H111tl\H r,w IwY!. fIM MI Iw1\NI N W,OI YN.NNf Ir 1 INw\. au Iwa•,r y - 1 t.4.�ilYrNw.•VrMNY Ww1 wY.W11 `�'i•••• Jr- END VIEW 10"XI B"XI" 96"XI" DOUBLE CHECK VALVE ASSEMBLY 6" STANDPIPE WITH FOUR 2.1/2" NOZZLE CROSS CONNECTION-BACKFLOW PROTECTION ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON .c` ccu DEPARTMENT OF PUBLIC WORKS N•+:N {ro \•Iw111 eN11 w1N rr.Illw w wlw u. R ww r M lvlw IA w rMY,111\yl rhwr w4.M AY W\M Nylll"w..p INIw N'r♦: l"IYp1l1 rW ftY1 RI I1.• IrN,Ilwp\rV1. i Ilww N Ir! �{ye , 1 .h r h un ww.•I. !v Mr p\w Irr IR M MWIN W N YwN111Y"iwtrM w.rrn( \wn!wwow Iq,h w 1 h r I N'.I.w\"WIIV Ma IYw WIN\!'Iyy n p.Ml NqV ^Ir lW\1111V"•l� 'w111( W.r.N li YrM Vy 111wi n M.rM iYr M rN:�rV w 1wW N rlrr l 1.iN w wNll ly[aP 1 wi IwlPl ub Y ffF t f q VYIrN F Illun Nnv wV\ r.•Mu 1:q"'O Nqv y arpl ueav Ni N v uN IMNI N S {SV wrwl 1 Iwr!Fr 1 �l a•'NMvw PLAN Mpv[p1\w upr Irb 1' 1 r> YrVN Iw11 M(ry 1M1 A Lggrw L.YM'.I'YI'.h 1 1__ w Ym twtwh Ivww.N'N r. . R 11' IM� IrN iv11 V.YNrIMq rW II IN IrIrn 1' iNV IIM1YIW p\ rVll! 11 IM\ Ii 1 s Vw1 IIMN IrYI NI �rnii Vl V� Vw•{NN �( pM11 Yin YIY1111MYrrr tYVl +_-_ ]—� • IMNw\r.w\rV1\� ELEVATION 10"XI",B"XI" 0 6"XI" DOUBLE CHECK VALVE ASSEMBLY (CROSS CONNECTION NOT AT VAULT) WATER STANDARD DETAIL CITY OF RENTON "ter°`•' DEPARTMENT OF PUBLIC WORKS VA••. yS .-pour AI.Iw w plNb /4W�N nF.p nMl p4tw.AX M\I1 n 1MVN NYF. Iw w WMN Ilrywl�ry IN-u N.w p VN WN.n 4P 1 y11A rYwN n.w n.1. + I q" X 1" DETECTOR CHECK WMu a uupy fn W IN\tKllpl'W1\1� 1'•]'v�W/ /Ilrl w 111 \ n 111N INI MI•V/IN.UpI {"Wl�w.yn. I VIYF vNMn��N 1f11�1{ {'.�' Nn<•q YI(a IwY.i 1YU1 {"VII.Yn.I\ y/NI\I•W�N Yn\N N.41 MIRY{IYv W.W PLAN BYXI" DETECTOR CHECK N"tlq lNt.Nw111 ^ wwl\ 1wn 1\IIN• MU VnV I 11' 1)v Nw W11•n. I.! N NNtN \ W 0 V I'N1111q MU v�M1�' ry.Ip.W N 111 Nn 1 IN YF � I n I./.1. g1U•.YVN�N NN.p.I'.�'NI{I. .YY.h /\.I. YM1{[ Mn(IV WtY 1\11NU. NI IW IIN 11 MNIM Wq Yln 1"{•Wf.UM\I uI�N 1' YII WX, f Vn1 r{1•'INq YYn YIM1 Y\/Yn NnN W IIn IN I IWU{NM1�p.WIX, •W,�IM U Yv�" N 4N�p\.1 Iw n WM11 nll Niniw4 n1-w]rw Goal" DETECTOR CHECK y I wl Ir I/Inq.n N.1. NF 1. 1MF IWl N NgIW W.NI n ININ. • (•YW � ntM Y IW.IlruuW.Y nut M.VN w M1pelnu UNN wYYM�WI h4N M Wn M^N\IIIY`YOr MI N.U nN 1W N' IW W vV Y NI M 111 ] nN 1/M MNfI IW 11Yf{1.tWn a�N{. W N{N NINN \ 1'VOW.1u.Ip1\W;/1 nMN{wNl x1n1 ww N Y'lWb 1 W ly N uVN .Is F;„NUM I ' 1] 1'V �• W tlM�N NN1 VtYIY .M/IVI1M tY\UW'•NM •MII.N W/Iw Ip IIV/Yn\WYI W INIY11gi Y11 WW1 IW '�'� {. IN Y M1nl•1'nN I.VIpV IU N Iw N. 11NN NtI.Yu h M1I INI/I.iN IN.N111 ewtlfl xn rWt. M Inlullq IWI W 'l \W`M w If IMNn/rrynt•UMn nX W YW.W1 Y IY M X�X \IU•.Y 4M xnuY f yf I'IIN.n ./.1 /"I'1W. • Iw1YF iYNYI W• tYVNryI•wrl Mnp M p IN.UN tll YM 1 \II wn t J\` ELEVATION G'X to DETECTOR CHECK 10" 1 IN 1 8"X I° 9 6"It FIRE DETECTOR CHECK AND METER ASSEMBLY WATER STANDARD DETAIL CITY OF RENTON ICI n VIA DEPARTMENT OF PUBLIC WORKS ne IIIN Y4p'IYi1n1.Mlr�w irw.IxNn wrVn�e�•r'Iw"\F N.rY(I w1Yn mr•u PLAN L L AI\IY Xp YIn WYrlll 1 H M41.lL b1111.1 N` !"•1" r•IIYMI pn. 1".1"M 1"r1 xl YnY I41.\H VYX rM.11X(Yl I.F WF NI• [IYX 1h11 Mr..l xN rYFln IN.FII\wr FY H IItY WN b.r Ir 1Y11 N rrN l..l...p{ ' 4 Y'. 'Y Y'HYINI MNI�NX�p•rrn YIVY Y'""'"Ij! h t4W ly xy..1. r IwhINYWn. 11Vn Hr1I IpY\H rxll W.\rll Yw hRWrrW X! N p(rht rxl.NVI i •��� 1•, r•Y r'4H V.X...I. A o Nt W4H1\IV rW IMN H IyIW IF NMN IyYHr' IY111F ��•t NMY 4N,N(YWM yl W .J. \IYn11YH Irry.IF Y\Yy 1".Y'Y r'r.tyd.tqx Muq xY<WI U xN. Ixn H pr ..rl,nR,rl 111 Y.M.ny rrlxrM,.M rp 4r Y4Y hl 4.41 M'I1,xrl1 Y:N4r 1.•.41 hl y1Rr1.� 11M wr. ELEVATION 6".4"S 3" COMPOUND METER SERVIC� WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS .�i1� 1 1•IIYI_N\ M• � __.� N rNM qr IN\q. Yw•r '.-'•• �;�.. _ � .wu\nr Iw YM FN Ir nY� Iw•In nWl nYw{ww h91w Y IIWI\M1N`W NYt MN1N IW ro W,MI H.41Y1�1 K��N\F t M l,n W W,r,r I,Y tl MF1Y.� W tN W W w11r Nn `y Y YwM\ t1rNInP 111\\��Ir nw ---- :MY IIW 1.�Y141\ •IIW.UYY\ wN \ teat nrll Y'nw. �/� Xy\. YwIY\ IrN.a NNIr IW\YYN tM w �j A. Y Ilrb,tiYN\ i.11 Y,Iw,IN YNM N YF,Y\ t1X1 r.`I\1 NM1.11\YII ,Y11Y1 MII NNltl 0. p•I,MI.It4N. YN,• ,1 NMIY 1,\M p'I,N.\tYNI pN11\IW,Y IIX IW NM111111q I� ff 2" WATER SERVICE �I I.wlrrN\Ntl.,P-w• E I y.mn«nI w ���n u,Ynr leu+ WXn r Ift ti 1 N��\4Y HIaN 4,N � .il• � _ Y HN Nn•rn\Iwllq MN.HNM IW N .,N NN\NY.,N IN 101y. I wma m.Y le auN w...,Nn nX'."lM t11N.MW ;NIpY11P UN,rw III,M14Y N twNr 11 N,t11WY \MNq �� o.Y.nmf IN,Yw utln11 IYH wm wm ro 1X1111 Iw N H11,\N IIN twI111\F IY 1 11 IY,tI 1,N.•.MI It n N,NIY1H�•.Y INW IN\YI lM1,Y1 iM11 n Iw I,n IW WI'\"\M tlrN MIN It MI\I.tl •'INS YIb WIYNI\ ,W{Y Iwl.n O•II IW1 YF __ tN W,rt1n, WW.WII\Y C .w IM 1\tNn41N F wIN ,r ry IIOr,N 11 N.,.tNHI W N wll,l IINItI,1N ro Ynl .NI.Nn 'b 1' WATER SERVICE U I,N f1YN .wn. pM,11.N1 4N ..,t1[,Y. IW\[L1111.1\ WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS r;•�Y1�• ••N Yn\IPII YWw hN NN 1`IN IY Wn�Nr YMINN 11 �-hw �wlr\. �NIw Lr nw DWI Ilwl\nr M NO,Nrnl YPu twn N w1INN � {Ytrn tlnr Y - 1'Yp11• � !'•WYtw IY 1 �ww INtYN gN•iMt ' hN N rw�Y )••M•1\Y!' WNgNI�Y Nn•1Y'1Y PLAN Nn xtww�ne iyNl n M•nq Itlt�N ryN w. lµ t0•�b uNN Y {\YNY 111'11�1' fMt•nl Yllr Nt u,h Y V IIn�N, •g1YY VN YN q.n\�1•\tN IN11 N{IW IINI•N In IM\.111W N INIn1 Vrl. .\w \"NnY I Y f• Y. n V�n\w NY {{'' —�'1 InlgiN•�Ntl �4 nN �•I y}�. NIYn N111WY nn 11' <V w{Y�•1\IIt n W\t INIi I IN 1"J'YNn, HgMI r'WwiN\IY NN ,•.WNwgll�W nN. v Y INM N Il1 fw'WN.IIhNI iW rnNw.t.lN•\ I'Np NI _ 1' Iml•or4 IIMN IN.N ION _ r'wulN 1"I\P{qWl \! Y.IY�,n�Y NN � If WINwN11�Y•hry YMN W Y hN Iqn q I Y q•II W �11u N Nlgr wNI•\I{�N r' W•iM1 IA IV M Wi• N ••1.ro.•u w 1 No- •wn �I•,' M•'Ntgl wu1t11•I�IV ru'Iil{M\ ,�, • {Y ql Irry. 2` SLOW-OFF ASSEMlI� WA R STANDARD -DETAIL CITY OF RENTON ., I{. ,<•,1 DEPARTMENT OF PUBLIC WORKS YsaYlr.Nw wp 1' Ile rrTY YeJr N✓ N M NtW N11rN.YN NNMr Irrl\1 Y t 41erN Ir Y�YI 1\\Il 4 Ye rr{yll eNN Y 1iN rrN IY\1 re a 1Ner�I ONY Y4rYrr11� Y 1' W Wrlle Nr M\Y111 eYYiY er nYp Nr1 Y\q Y NN N11e\NIp IYeM1 YY wrN 4 e\Ne1rY yY YNw••y M rr1rM\e »x1rYiIN reY rNl y'Yr tarn Ym rl.rw p Wrq N YMrrt IH 1pU 6✓Ye IVp txH eT r\ \J•�Y,YY1 NNW a rxl Nl✓rle 11 e\ll eYq NN 1 Ypr a rl\I N4N IiI tin YMI I J'J M1I I r MY n t MMIe Yw eY ryl uMl ur,Y Y Yr\Yi HI N .�N —NMN Y r rYN.It44e INY r'\Yt n xa'4nl wN tW nl Y IM ll"r�Meal NM1 11 G11 YMI N N Y.N 1 YrrYitll NY NN .elY'\IYNe.1 WY•J wWl Wq\,ppiN / r ( • 4uYilO r\Y e Y r1YN e xr Ilx �Ir�ti tel lu4p Ye NtWu N IW le N\\Il le NWr Y 2" AIR B VACUUM RELEASE VALVE ASSE BM LY WATER STANDARD DETAIL CITY OF RENTON 1' DEPARTMENT OF PUBLIC WORKS Wrt r+w YN •'•Y WY Y41\11 WN N\IMr 1Y,4 Y iN,Y41' f Ir•Nn1Y.Y1Y YY r,Yru MN w rN it•Y M,r rYn n•4u�Y 1' WuN PNmY YY,N 1nIrN fy rl uY'M ON�u�rrrl\Y\IY\r IY Y r 41\ Mr•��Y rirliY\Y N Ww�(I` �N IYI.,r,I )'WYrin��rrN N r N� N,1 WN IW1 Y I .N41\un NI fIH IM YY YMWI. 1)Yf'<WYN NIII u r�M1 Ynlm ur�w.IYb YIu.IN 1/1 NI burl r.Ol lw. YrY 1 M 1\M N 1 V 1 urn Nln IIY [I I rF•n 1 Ww�ln rN nN n rn u„\I fvr^Y NI.r^t1w Ir\I MN nl.Ily w 1 X • y rrN rrN N Y�ri1�rWN Iw r a N IY f:Y NN tY4m(YNI M1 rr! y\I w wr, WI ry.m� ly r N•NY. r wwrm rNr, rrm N 1 Y•\YI\W11.N\\.N 11" •'N N Irl W Y\uNl Y 1'NY �- w I rYY W n NYrL NNN IrW\Ibgl I Ytl N r N N lµ "M Nt.1 IN\Y rl r.lµ 11 NNrI\11 I' AIR B VACUUM RELEASE VALVE AiSEMBLY \ ' 1 WATER STANDARD DETAIL CITY OF RENTON �° `t•4t DEPARTMENT OF PUBLIC WORKS _ _ twrN,Fitt.nw Y.M•.I`.1'�I rlNr NrX1YF.,YN r\-N rIIN ___� {WIY�INlrn Nrr\XF 1wYF _ L Y 1.\w wi YFt N Nr\.NW n ,YN r 11 ru NOT[ 1 N I� Nor tVIN11N,,N Irrira 11r1\ w N a 4a\r�Y r Ilwl IV I.X Y NNf NNA M1\tYNw - �N�r u.Iw r+N A nwrw\Ylwe r�mr.(wtrn+.IIYI w. IwunN rW Y�rwuu►IFn Aur I\aa RAN tX r mY a r nr Irrwr Iw w•a1rF NtIXYr n rr,A NN N Nw Ar4tN. N 1\ItW rl l Y�MMIb I�ryyN�Iw nF N wow w\I A. N^etr wNw wwXl Nw w ll.la 1 W n r�Y�l,YN.N. r wl.m\wn an{Nm rw 11 Xt N,N 1(A\nN.Mp'N MNI" 1nit�r N�tnY rr(alr ny'\ wlnl nNl t t,X latl r NNN r01i111 Mw,XN' ,�Xla MM1�.Nrat Nr rNA N t.Nt I�ti\IM 4A�IN 1�• .M{IYIn ;XI Ipy n XIN�nI\W. \YX1(wM T L • tlrYntNN WNYII\ ••I.N1 Ntn MYN rW INat .Y{.11.IMI IWl N ��I.Yr\Y 111 rnn, IMNn\ i YtN�NII YN t\YN\N �IIMN NII Na{FIMI Vt. ��NNr tWl iYN�N r1 a,ONI a' F � YET i pp` IMrMr,N WYIIW\X IMtlX IInN nF INN11 MIINt IY tll Nrl .+! • "31'�'l A{tryt,11FN11��^��.t-•+-r-t•"i'rL�:� 1 ' :'it'.. T^•�T�'�!�.,,4. ELEVATION ELEVATION K',IB',20r AND 24'�) BUTTERFLY VALVE CNAMBEA WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS W.IpM NN NIY lY W N"N\41 ly nM YI m1Y1 r'.N.W.�T I.Y r.n �Iln N.\I4..iY N Vn WY IW nYYYV .WIIN .w.m•nn MaN.1 YMW. PLAN Y.YY 4N Y11w110Y tl"(YY In.a....11w\IY VN'R Ie1Y 1 h\y4.I y.N.N. N Np'\4.YY1 INII iie lb V111.Nn1YY ;6V.IN tN. lM1 NY1 Y4 Y.IW'..In'. MYN IY�N N YIYI4N 1'.N. 1Y'w. .'Yf.In 1' . 4M\I N\.M INIYn NN11Y Nib �Y wW.utl. unn sW ������111111 :W1 n 44N j.,rWN NYN K'11.YII 4111N Y11. tV.1111\I Y..Y M YN. 14YN w Ir'Nn.Nu. (C14 n YNN lY�IT 4111NT.IY. swwaw -� tiY�.l.TMw '.':. ,.,•. , i4\Y\wnM11Y 11V1 tNIYY1 tNq.4N WNI Ydi.i y •• RM V nN W IMYT•ter}y _ i.•.tWbnl nMNI�N tNNa•�:{:•. a� t..y1..114Y Y\ ELEVATION ELEVATION 12° GATE VALVc' INSTALLATION WATER STANDARD DEvAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS ...ce u.e CONCRETE [LOCKING 1121N0 ►ROCfDURE ♦ Yr M♦N:N••yn«r«•:.N H«•W MIwIN F•11r IM. :'1••W YN M 11•r♦a Y\F IIrgM x'a wl. 1N o.w..W •YINN N H«IY f«« • •1.N xYw F.1•w.1 ` om 1 IN Ir«•\••1�••Iy1111�W w11»:«•NI Y11 Y\w IIY l,.\`_.. 0,* 1 Y w y11 YI•rY111«Ii1•••a1••Iwl N w•m1. .a". mnw CAP 1. M Mw•w\M.H M 4r II•♦•x«1•..1N 1 WI Yq. I IM 1Y1 4 4Y1 Y«\I♦r\Y\Ia ! M«.YI Nw FrNr H\41y YY. • tt+•.�tlq \ M•1♦•NH 11W W Iw q 4•r41NN1•Ylw•IY. W wx Y Y Y.Yw L'LI ' •Mw�,•Mm N'rw Y'al 1Y n«w w'rl'•I IF IIHIV IIYH 11 � — •M1«�i r.YN••••i1i h''W\IN.n. nrM1 II 1n1«x 1rM v MI ♦ \"4„1ww.r1q YI 1•••WY\IF 11w 11 w l.w♦ -- • Vr.Y FH11•I IV MY111Y\In MI N •wo N w wNN an.•1 N lwrw:.MI M V•u•Y 1tw N IN Mw\"MY F too wY _ MM 411n ` IY t(KO TCC J .uW e u b • r IIt• 61NO 1 1_ ♦«x ew..•.ul.f.T(�-f-.T 1 s0•of MD 1 •tt\' I .. •r MINI x...«,.,«,til,f W�� I181R16 1 •F 1 r., .,1«.•,.eo,a 1 r\n 11�«N l_�—j.n ie��lo'Ir:" N7Tt- 10K ' •••••.Iww.r n„r««.I W.�—i—_•--_• !Ty ttt M�Mt n�4lpllpA=trm 1 •.....•r..•.:t«...,.M1. nJ•t„w,l:c,..1ui�SI 1.•.wr T [ 1 1 yw1.. h 11a •wn 1 rwl w nn•M N•an Ill a IIIR•• 11.1I♦ 1 ['JL`a•..Nluya».1:Y YH MN w•M«.iil wifw .Y:....iN w.l w.«N«•••w. r a• >•' \Y ••rv.1 W M♦wl. • 1 r..••Y w Y.- 1• 1•IM 1,iH I,N1 w 1 V' w I.M 11.w 1.IH t.w 1.M Maus r w I,y n w I:,1N Lr I,W 1..•:n•o......R«.»I.n. Ir la 11•r YnR n,Y• \ •rules a«u.•r 1-«w•1 N r.. WN. Ly h 4' IY n,r 1.w If,r II.Y1 1'IN Iw1�n.r».•.:. M lol:y•.ww♦x . .«•., «, wwl,ww•Y• w as NM 11 IM ILW 11,1N S.W M«1wH 1. «4 1 IN MM' H" al MM N, W vwl.. l.w 1« ��.I,N u1 M1••q Iw 1«•♦N 1 M M.W .,ft f.M �•.n«..1 ' , �' M N,r n.M .w H.w n,l «r♦.V IV NrMy. '«o lY M�J»x IV•WYN N' Win «.w H.w Y Iv IN IM�•Ir.url x IV NNM W IIN M»x r• M a,M lip-asN.M • 4 N 1 w♦M.1 r«• M' M IN,)a Ia.w MdY 4,14 1,1 w 4,1 Ia.M ,n.1Y n. a «Ir«W Iv IV I�YI xt«..1.YI.4 •1. 1 1 «.. TA wr.YI»,a YY•uw\111.hf1" '�•.�S r •�.••n. Lo w.r:n !L[ [ h«v x tNr.«.lvw\I aN 1 1 T •x�l♦N ur .-M•M1,.1• yrllrn«�n`♦1 w•Y Nw:.IV gl,Y:y IYy 1 tl«I. 1•»u 1V wHx Mr.Vr 1Y.l M T •1J111. ILL YR YWN 1w w1Y Ny x Nwal•Iw • Y I♦ I\•I. 11` 1x1•llwl.•1• •r 1 IW •� I.M •�•�•l a l• 1W W 4♦yl 1,w w«b.Nl ewes xY Nw Lr Y1rIrN wY41 M IwN1••Iw,p1•M«v•\«•r•Ir 1111Y NN W4 \,r •Ih ry•1•I n1.Ilw H.M •It 1.LY.LnI.rNW •^^ ' •'�N:ru FwL..:rwwoo,l••«... v Y11r1•I\NI:•IYI\w:'1�1•w Y••,�• •111« N ,•r �• WATER STANDARD DETAIL CITY OF RENTON •01 10 N«l DEPARTMENT OF PUBLIC WORKS •o+tNUN NN SIDE SEWER INSTALLATION INFORMATION it , 5 IVTEMI OF )MESS FO,t"J" MICIiS 70 061Aio SATISFACTORY WAS VITM A nlniMV h. XLAV TO ALL PARl1tS COaC(4410 6u114. - The a,M a.teodinq (few the Wlldi.ry drain and enact in/ to th, Ill. S. - (hat portion It the public [war between fIw&,V coll,clir.r line. are T631-11, prtparly it.S. I In, , 'Inlira of ride ..wart ether than as show„ On attached drwings will require A W. sin Law slay drawing showing powered sew,, I.e. - Ioc,t ion, dirnsl ms, atc. c %-. witbta the street R/Y rpuirq an addlllmal s•pstale Dermlt, bond and •• ....t a parforaad by licangd, bonded contractor. -.1 will be eerforwad On a first usr 11r14 qua b.%I.. tell. ,,wired 6:00 c.a. - 9:00 a... - Inspaction In the plisIm" m of they day as "had- V! Aveilanll(ty Of pa,t.nal posits. Cal Eresolved between 9:00 a.SS - ,. ♦n • 11-Frogtion In the mornlng Of the f011owing day as llh.411n9 .nd `a+ Of personnel peralts. Call racelwd Afar 11:01) neon - impaction •,flhrteon Of the following day as 111,S4.114 and a.elhtbiiity of p.r.mn.l t .!1 m nc guarantee of rdnrpectim ppn^ the tam, d.v to, any wark which Is n at twee ll.ow of the scMO„led In\p6ct1.. . Si;.!. n6S N". sanitary bullding sM side sewers will be b.dd.d in four r at" of tee 6reuei and ��nn Slat h.ckfiii to . point four Inches owr trueat :lp, will " "A 6,ar6t1, Al side fewer\ will be vested from the point of origin to and through cmnwclim by one of the following mathods: fill test .resrre bif - ANA Specification 1971 Edition - sot" wMr. man, equtpmP,t, or malarial will In .0, way cost,.,, vial., 111, nonvl lr.lflt flow, 600qu.t. signs and flagmen will b. rt aired to I `asarl%ts and Pedestrians. In addition, the lolloring: $treat h.lsl•nanl. Sugarinl andant 115-2615 File D000tnent 115-1661 pgnta D.pa.tment 155-2600 Engineering 01011m 11S-1611 Valley [ommunlutlont Coot., 911 \1 nO•Ifi.d 14 h tar, ,to, to Any work Who pnfo,wad within the el,"t 1 rt•gf•khv. ` ,fv wont that difficult %treat , est(mips east So c.stru%tad In more than . .t lnuoue operation, the [.#In...leg vividon will are a, to praylJ. 't•Wcwr during .00. those of conttrualon, so Im6 as the (nolraoing ,slen It tort.tl,d N hours In advance at 195-1691. 7 .1 n, street tl-"h*t wdll be comDKl.d to 95E wa.1 . d,Y d.nsit Y. Con- ,,I- My Of ....Irbil .1 the Option Of the 1,71.01. All costs I., In von% Our ecapactlen will be paid for by the Contractor. Any ywstlmable -cl w";1 b wasted at the direction of the Engingr and replaced with Sale" t•e fill a% sDaelfied In "Standard Soatlflsallms for Municipal public 1, Z,ectlO+" 1577 Edition. 11t:m of cmn.ctlm to public %ear malns, wM a lootit tent, hers ,-, , q..td the oroae rty. the owner shall sit",. alone. and fill Said .-k .1— a Suitable waterfall or tuitebty citon •Old petit took to use ., w• wa)l:. adlolnlf9 drain fie11 syatam, to, the disro..i of Storm • stNe c..w elt�at 0- 1 It Attached Legal Dncrlptlon Said property situated In Ring County, Washington; for and In tonsidtratlon of a Permit to construct a side saver to connect theta Praxises to the City Sever Wit at Ins then minimum grade of 2% according to City of Renton Ordinance 1SS2 and as amended by Ordinance 1727 do hereby agree t0 indemnify and live oarmlest the City of Renton from all future damages resulting from such tonmttlon. TH,S AGREEMENT %gall be a covenant running with thn land and shill be binding upon all Partin and their heirs and assigns forever. IN WITNESS WHEREOF hereunto tat hard and $eal the day and yia� rTf s[move Witten. -- ___ (SEAL) __ (SEAL) (SEAL) (SEAL) STATE OF WASHINGTON ) is COUNTY OF LING ) On this _day of___, 19_, personally appeared before me to me known to be the individual described in a, - u eucutV the within Instru• mint and acknowledge that signr� ; soled the sane as _ free and voluntary act andW�t eta uses and p ': ses tnertin wintl oned N WITNESS WHEREOF, I hove hereunto set my hard and affixed my officioi seat the day and year in this certificate first above wr ltten. Notary Public In and for t o to-�` t� (DAPOeary rDR. Washington, residing at Renton STATE OF WASHINGTON as COUNTY OF LING On this day of , 19__ before me plesonalti appeared___ to me known to be the or-W*corooration thit recut e w n—' eat rumen , and' a�cT Tedgi e�laTslrvment to be the free and voluntary A,t and deed Of sold corporation, for the uses and purposes tnertin mentioned, and each on oath stated that he wit authorized to estcute said imstru fit and ,hat the seal dfixed Is the corporate seal ` sold corporation. Ifolary}�blTc n't an rot the—Stabor- Washiogton, residing at Renton W p'IYYI Nral b anrNrl N[Iptw tm•p b•Yp.M qq�1 ` b•wW Nw,r YN _ }I r'laver w wn I■y '�--' =I f`wr r Nr 'p•1 .NM I NM NMI • WNt IMVNY IINw ImHr I Nn �1 miWl _ r Ni\hN T•JYI •'^ll,llw wl •'Mxl MI w I. tmrmlpp 1 Np tl Yp•bl wl •'iNN M NM•WH.pl l\1 M 1 NY Y•wri •.•YIIIM[M +v,M .w Yp M NNt nY l�Yxiw p Ipw Y\• NN Y`Nr � ••w,Nu\•Il\� NN�tl•41wY1 rl F 1 hr Ilk, pn m ww hw r TYPICAL BUILDING SEWER INSTALLATION PLAN P •-Nx 4N Y W,nN - (1"tYp•IYVNw ��,N h"•N,IJ[n 1 W a lw•N t JMIwN NtH � •p•N•. IYr..w.WhN WNHin M•JI fYl,N �.NYYI 14YY n 1hN YIwYI -•"IbNI IpNM �µ • YW'rl T wIW NW1 •W r M h11NN _NfYM Y'INM MI M M hMN1 s I I •plrYI hNY1 ,'y PLAN I wM \"1[MlMnnl BUILDING DRAIN 110,--al. •\�Y\IM.HtM1 Mt M M1y11 IM 1x fIH h1Q(( Fill n« FOR LOW ROUSE,: \ Y NNN NYn.1u1 wIWNN W .1r1 NI o.N, eIS I .,�� n«.uN lhamw a IN.r. TI I I Nrw rrr fHlrwwhw Y IN N InNW t NM•.�H. 1. MI1 w t,N YYhmM 1Yt w w Ml M 1YJp[ 1 ' N[�»tYl W�II�N\I.1•IM,�N1. 11Yb 1Y11 N .WN N 1N N.»1tl»N M{N NNl [I � NYI[ nl•,MI1.Yl ll•H y � MN•N NYNY WNx b MII�•�Il N,Y•IY1rptW t, yu�b1 /`{ MY'N NI\N OHx I /'� 1 • .M�WI N p 11"N.•III Mr w Y\+»Hf Yln ' '\\ Y'NN M I Jw t p IMI IYN' NJrYNt.M TlJ1, lM•N11 lyl•lyl,Y\I.It N h M1 W lN\Ip I+ NI.Y IhN NtlYYM11. 1 �rYt YY \ W\INNII lw�wwNfih MIY NgIM YHl p NM . 11i[wHq p�r.1lnh M llpHl. MNAY,N W I'm Npp h WW ry 1'-I' 1Wl N� pwl 0` NI YH WI�npUIN yw M 1\YlNlp N•wl»Y[.w,�tl , \ 1 NI N wl W.hu Iw lJN H•n MtNp x Y I li,N N W MNI[N hW y..[,y w11 p NYxI Mt , M Nxt�p Y.n[tY•Y1 wN wN111N y H\IIl ww �� �I; l' ICY MNt HI •M � Yi YN 1 MM1 NN NN•NN 1\"w.�M fK.l N pw•b N1M111 M YNI V M1x 11 N•,Ip TM1 I \. •/Nw Nnt x NI.wgWl.Y(MI.W,w IINNU.. ti� �� M�x+N1YNNp M NN YMI NY1 w•nny w 1" 11p II wl It Nt r�l.11l.ly Y`.Ilil1�4 Hnl N IYNI Nw t pY 1M 1NN1 Yl NY•ins.••NI,Whf prtl NN,N pH w.\N1,11i M IwMI IY,WM. PLAN 1 M N nw1N M YNN W NYP Mfl IwII Ilk BUILDING SEwEN INSTALLATION NwY»+a w,NH,rwH. NN�NM N,tW W;wM YIwNI I.In�I.oNM�t ll+l III.NO IwrYl NHtlf •M11 Ny IM•s.Np111rbY 11}Ny SEWER STANDARD DETAIL CITY OF RENTON I'm •o N[N\ DEPARTMENT OF PUBLIC WORKS „Yftl„Y on i \E 4 nn,.rtn r\n ,•��r�N I , 6'SIDE SEWER AND BUILDING SEWER PLAN • .on N•.\YI,1 Mly a a�w..,u w..iY{Yn /// .�.r, M.nl.M.xl Yq• tY\'tsw�•r.ylm e ox M\n N. CONCRETE BLOCKING ANGLE OF TEE AT MAIN OVER 25- ELFVATION I wm myxv..rNw....N t ...�,Yqn� �•m�w�n\nl,rw vq Yww m\�N \wn n SIDE SEWER CONNECTION TO EXISTING MAIN ..t1 ELEVATION �y,M N\,YNt1 MN•i Il. t� T n — TYPICAL SIDE SEWER ELEVATION SIDE SEWER INSTALLATION SEWER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS wl tr N rvu ,r {41 Ir� IIN q NNIIII1 Mn Yw4iiYw.iN MIn,YW {IW,N . yW I,1 IF'r lit�w uw IIN y.. IMnN NnYN H I M w NI r 11•'1R ..IN NWNY WNNIMI Nr WNt w.w1 Yt1 NN N<N.11N Mir 1,\I 4rN Ir NM 1\N1 11.M W`� pN ry 1,1 Nthtl rr Ilry<Ytt N, NM.IIN IIYN 1ra1.11NN N 11,. IF 1 -Iqf rMM N`MN el l PLAN __ ,P<Nn na.A CLEANOUT DROP STRUCTURE NN ur.IF wt +tatlN 4,N N 1!1(Y R NI.F N..Nk,q W Ir!NN l R .1.R11 Ir r,1iF t4rwru n an.lN. _L .•NI. nINFI NNI Mf t11 NNYt IIIN. rl;N\Ynr FARM 11111 . YtrglMl w,ww H 1, r)41 PI NINN Mt1.,No rM Y ,N IF Y •rH rIJ MqN r.Nt YI q.1,)W WNN 'r' N,eIMe NIxWINW o.YlN I. Y11 M1a1 J MITI Y,\ IlNN,4 Nll MwpN 1 N lNt n Mrn Yl- ' A Mw1N" � I INf NINII�"N tY IU +Rflvn//./ N 11 M,elVI4n,N[,n M! �• ,rhY II—`A M1 W.NIIIY 1Y<MII I.YWt WM1NIIt Yp INll SAFETY STEP LADDER •. w Ir1nu Iwh.WN, SHORT MANHOLE I,.,.x NNt c s v LESS THAN TI-0" DEEP eNl nut,,k n I . F y •1}L.......w41 Y.IY 1. 10 I I1.I IIII. N L e.N.I.atl u11.41 I,No1wt i !r 4j tW.vm IP YIN NY,n. M4,IY tu.lr I .1 YN YY,mI N M 11 111.Wnn. r CCINI ohtla.r wl�i t'lnwm i n.NI NII OIDNONY PIPE Be DDMD IW tNN! IF..IMl uI,N\NN,'\INY' FOR .•PIPE 41N IWN,NIM Y!N YN Pl le,lt 'w FN W tINl,N ".. M I'.wN. n�MhN ra,Y M 11,oko,N 1, IYN�IIM.�lI trIllrin YI IF.,.l0 1 It WI _Y r..rM1 Pn c.M hlru IYN,.I {NI n.l. .,•-y��_h4'�._. ! nY IF W F. I Wgt 1.IF "ItN.. IF I. N4 { tl Nt,p A. N rN{Yf Wt\,tl ltllllnNN IIYr Int NyNn 11" -II�IN fY,ir. l 4111 '.N IMUI.rlNt Yt IY \I,N Nr11!YWpI 1-11 IF Ilk a 1. M Wt YIIY Iglrl N IIIN YNh eN1 Inlxl FNI I'F 1 f+M\INlrl l!1 1, .r1 M. Y1 1NMr MNI\ IY11 M 1'IIr 1 nlweNN I\i!NN A I, rN.yhP Iu.,,(� N' 'I. WI INtI It W IItI 1W P.11 v u MY,Y1 NN. FAA N. 1111\HI{{M I±Y r N!IINY"It 110,W1NIY q Y;fflrl Mf N-la N 1 YVN IIItI W 4f NIWf fl:,'Nf twl r 1 a.LNlru ';T Ww,urns trw n W!1.\iE. w Yt nNl w 3` N I rAN MP[ t[DOe1t u o•nw �wN�wo ly.l:i i�la`iuNl xNM YUN P011 t'ItMD ItRO[II hKt rtl Nt!Mll {.YI N1N M 1n11 NI ININ r,N YNI M IIIhW Et.# -Y'nNY .!ll W1 n IV Irq N 14hN1111rn) _ Iu+N11 G}I,N t! NI Ilk IW '^•111 tN rIN W I M<W MIIIII ,('•.'. Io-tN r, 4aYY N IeMI -Itllr N\ NN H nly.11LL PIA 1 ut NN\YYW.YnNI Ntt IYp WI'Y' (•� Y YN WWIIn4.YP,N nt\.. AAIIIF M, l-- _ -1Ntn•..'I toll YYAII IAI 0 VolI It IM.NPIVM � I,r IN1I Wtlll Ift Yt M N4 Nn10lN 11. Y•IY =�I�IIja_-• �NI tIN INuhl uq tµN NF�\.up tY M mwut. 1. f r....1. a•. n t FIRM,tNtxll I11.I w M WN,u N 11 . IlWgtelNliu .h,M,N qIN y1N IN.W WNI STANDARD MANHOLE ;NI^,IN{\m IxluN CODUEIC ENCASEMENT Yi tWYq hN. ,N. MINIMUM TI-0' DEEP N.I.IPZNII NWNT PIPE BEDDING CLA35ES SEWER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS .13 a.w nY 1. 41 MY NIN No MIIyMr.\Iw1 K Ir.We..WMI. ...W Mm N r.l r. MYr YrN NYM .\N INt�It4\1 YNYrMl.1a ! NM(IN, t. NWI.WYI IrtM.� MKII..I ilw.;r.'r\.a iH.all wIAM M M;. plrM\ry.YNII 11.(r.r 5 W N.Na WyY q yY�MI nIY NwII aN IMI. YM i\. R r•N 1. •rW lno w.r W;.YiXw p N .'A .Wl lwtln IN W 1 WN xirei ye ~ 1rM !'• .XWI\I...I IM. \MI. .IM ` tt xn \ wN lr\ [F M rr .4N.1.N W M tw1 I NrW.rM1 ry 1' .WII. 1NIYNr...1.IHN'INaI.Ir ll.Wy NM MIIn\M NX utYn plyra INII.I.tpNtnp Mri11 p V.M1.tRY1..,WN, (MrN.\MMrw M n.Nr\WI r u.uu N M ulxsr. Y'NWI ,r r. NaM .a Iw IIM .r.w,KN mI.M M ulp.r FN.M.Nn W.alw M.IIM NNM Nd!" ulx NXu na.Ypa W IM IMI Na 1 1. rl.M Ml yxl l.l(Iol.L.,M YIyNI yy.IMII.M\I IN IYM 1.".N 1 II..IM.[MM .xl.l WN N WII.N'I...Itn.YF WNN M.....I.N. MNisIM lY II WAN,M NAIn\IW pWtlrxp .MI.1p M 1K.IN u.1N u:.1.IW«pm eWI1.Wl.a Ir tWl NnmM<rsw WII Inp"I,.I.WNY 1. WNWI W YII.l.a N Ynle MYI.1 M Ma.lYtI1M MAIM.IN M pl(11N M M•.r.I Y YIIAM IINM1q .I'.n1.N MI.rIMMI .y NIM.WM1 Mr.IN I.flN IM N. ...... \ M lNM YIIN W..M 1111 YOIr M W I.trl. IMI W., IH.NIp.\W iq ryuyp�ii r•v a tp[Nn u. IW nrM .%WA 1.1..1<MIR . 1..11 IIII I,.WI M I\Yt1;ll11i" IM1 ull pY YI KIrM\I Iutla IIM 1wMN Wry r' 4w`LU� IRN lW(Ws MN) MN WM I nMWA All ANIM;llll N01 t —ANK.IIW NOW M",{Iuw M. .K I N MI r IMIr aWra1MMI I IY(rll IIY N MWI rM MIH IIM\M Iy1rW1, NWe IMNM KINM,INIM M.Nr 11M.1 TIMIt MIynYY .I R.NotwMT KCVlyI,[ 61 TN[ 0 PARMCM & KMIC w011q.0IWtR IIT[ANIICI IXLLC 111 1VIYITT(0 TO TNC MItvm[AT I.. IIMW,, PRIVATE SINGLE FAMILY LIFT STATION SEWER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS MYIC. III0 - - f '.1^n�W.•\X.INfP1.X\rt IN11 \. M wM rN uY 11 M,�Y\YEN lw~ Y•,W 1\I;N 14 tM YM.Yr.X .w,ou M, 1 M I w oul 1 f1n1,Y tNtY•,M IY.M1 MMW MXI. Mwx.r .\WV(IwaUN 11.NI.L YInN xN.lW14`r XM,r.P 1. Y1 rMNYN..1 YXNNNI W,Y Y�(1 Y W111�WI nMYN I.IY1M Y. 1•!.W Y.VYM111XM W•..\I .•�Y(M 1 N 1Xr�,..•IM I.IM11Y 1 MN'y 1 YNN r..\uY'tl.lY•,Y NMN \P�w . YII IP•Yl YIF\IMtl •.1 . W \W.M W1�rXY.1 WNY111r11M f NtaN:\.(11W 1'N Iu~NIY~W t1n 1•.XY tI I NNYu W\NI N!t�M YN.0 Y 1 \I.M.N.w MFw IW111M. tlY�4 I1.1..•1M 4uM. IN.1Mf M M rYX 1 \un\tlNMM N XI.u,w•YM1n XIu\1.1.1Y.M YM1..r1 Y�..•.u(1 ywM�nw W\M N I;,NII IIMIM4 n1NY.Yrrl\1N M wl w11 YY.IN�4.fuwl NM1Yr XW /'„ NWt 4Y IT1. 1 XY;N��W 1YYi;�f;1 IM r�XMI ..1ut1\I,MI(.1Y IX�W1M11 _ I I M IMM s� S• ,' d 4Y M u. Yu.,W1 1M,NYM PLAN 3ilW�ly1M 4W'NI PLAN 1r X tw•W.Wt un MaI N. � .WI!1.t1.N11iY \ � rM1<Wt1iP'tYNI uM Yf' .yr•uu tIV,�N Y 4W�Y1 • NM IY•1(n Y4M\IW) ' .YIY,. 1tY111 rt.Ml y..1M Y'XY.Iu'I . tl F I �—� rXIM.fVX. ..0114 IV IYIY•1 W1 r.tYNX—.- �� . f I XN IIrIN W p;�•M•Ir.OUN.w 1 r.t1,M u1Nte.M11 I.n e.WNNII\�N.1 yYy.t•NYf 11 IM.�u w C� It Wf 1 uN fYM L MO..rwr lon .M. x(IiNM •N ul M1�Y1 _ vll 11N uM �- nq (.Ntl YI.1 1'N•1 IY r41;IPr1N111 N'tY 4\NO WP\I gtnNl � `t N YN Wrtl M r t teM114 u111\W ItYI .F1 11X\ Y',WwXll N\l...Y IIN i - � �n•O Y1.1 1 Mr t1 11X1 W., n w. fM � M"•tltvn rlrl Un tl MM1MN I M .YN.NXY 1 IFI.t,lP:N11 ���— N.I.Y.Nu.ON1YN1 '-4 ELEVe110N PRIVATE MULTIFAMILY LIFT STATION SEWER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS YMl i1M (Non-Flft nlY CITY OF RERMN CALL FOR BIDS 1 Sealed bids will be received until 2:00 p.m. , a: the City Clerk's office and will be opened and publicly read in the 4t loor Conference Room, Renton Municipal Building, 200 Mill Ave. South. '.he work to be performed under this contract shall include: The full and complete installation of the facilities required for the improvement of East Valley Road from S.N. 415t Street to S.N. 16th Street, S.N. 16th Street from Raymond Avenue to East Valley Road, S.N. 19th Street from Raymond Avenue to East Valley Road, S.N. 27th Street from Valley Parkway to East Valley Road to include, but not be limited to, storm drainage, curb and gutter, sidewalk, illumination, traffic signali2ation, water, sanitary sewer, lift station and complete restoration. All work shall be as set fortn in the design drawings and specifications. Any Contractor connected with this project shall comply with Federal , State, County and City codes or regulations applicable to such work. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract documents may be obtained -1 at the Public Works Department office at the Renton Municipal Building for a deposit of f each set plus $ to cover postage, if mailed. The deposit will-lia reTunded upon return fie Plans and Specifications in good condition within thirty days after'bid opening. The mailing charge will not be refundtd. .A certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompaly each bid. The City's Fair Practices and Non-Discrimination Policies shall apply. Delores A. Mead, pity Clerk Published: saw ro.wj� amm WNW OP I�cvl h� .a►�C� 9rcrbhi> �laeetnd, i �arrt r� �Gn/Yil Cs//ecti4s-i �stcm � i CITY, p�E1RU11 CALL FOR_Bill, Sealed Aids will be received until 2:00 p.m„ Clerk�s office and Will City , Opened and publicly ru n t at--�--�.—rat the Cnfer-nn Roo... Renton T• work to A Munf c al `, 200 Mill Av formed under this contract shall include; a1e/ortall e the right to reject any and/or all bids and to waive an and t Y Approved plans and specifications and Cori of contract documents at the Public Works Department office ac the Renton municipal of ■ deposit of = cots may M obtained deposit will each set Plus S p 1 Building • re unded upon return o to cover Postage, if u d for e condition within thirty Plans an filed. The be refunded. Y days after opening, 7Tedmailing t charge aw in ill gnot A certified check or bid bond in the amo 5 amount of each bid must unt of five accomP&Iy each bid, ( ) Percent of the total The City,s Fair Practices and Wen-Discrimination Policies shall apply. Published; 1�oIeH C erk'----- INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clark, Renton City Nall, until 2:00 o'clock p.m., on the date spe-oftld in .t-he �11 for lido �, At this time the bids will be publicly opened and read after which the bid* will be considered and the award made as early as practicable. No proposal may be changed or withdrawn After the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final psyment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. ]. Plans may be examined and copies obtained at the Public Works Department Office. bidders shall satisfy themselves as to the local conditions by inspection of the site. 6. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. S. The bid price shall be stated in terms of the units indicated and as to A total amount. In the event of error?, the unit price bid will govern. Illegible figures will invalidate the bid. 1 6. The right is reserved to reject any and/or all bids and to waive inform- alities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation .to the Director of Finance of the City of Renton in an amount not less than SX of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately follovinR the decision as to award of contrac.. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full Amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton As liquidated damage for such failure. R. All bide must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further Information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. l KnIRIT "A CITY OF RELATOR l SUMMARY OF PAIR PRACTICES POLICY AOOPrfV BY RESOLUTION go. 1340 rho policy of the City of Renton ie to promote and afford equal treatment and •srvios to all citiasns and to assure squat employ- ment opportunity to all persons rA ardtost of race; orcd; actor; e thniaity; national origin; aea; the pPeaemae of a non-,{e►-rs toted physioat. Sewaory, or mental handicap; ago; or marital status. This policy shot? be based on the principles of equal employment opportunity and affirme Iivo action twidotimes as got forth in federal, State and :coal law. All departments of the City of Nentam $hat: adhere to the following guideline#: (1) EMPLOYMENT PRACTICES - All activities relating to employ- ment ems a$ rscruitmant, a bAlan' prawn on, termination and training Shalt be oonduoted in a non-digertminatory manner. Personnel decisions will be based on individust parforaanoq Staffing requirements, and in aocordanoe with gawrniny Civil Service Laws and the agreement betwen the City of Renters and the Washington State Coun01t of County and City Emp Ioyess. (t) COOPERATION MITE HUMAN RIGHTS ORGANIZATIONS - The City of •nton willcooperate u y with a organise bone and commissions orgaai$ad to promote fair practices and equal opportunity in employment. (3) APPIRMATIPE ACTIJS PROGRAM - rho City of Ron ton,APfirmative Aet on rogram V e mainta'nod to faoititate equitable repP unto tine within the City workforce and to assure equal smpploK:#nt opportuhity to aft. It ohalt be the "SponeiDitty and duty of alt City officials and employees to carry out the policies, guidelines and corrective :•source as *at forth by this program. Corrective e:ptoyment programs may ba @atablished by the Mayor on the reevmmandction of an Affirmative Aotion Committee for than departments in which a protected class of employees is undo r-r#prosanted. (i) CONTRACTORS' OBLIGATION - Contractors, euboontraotore an,: Sapp ere oon uetinyy esinese with the City of Renton ahali affirm and aub*cribs to the Fair Practices and Non- Discrimination Foliate act forth by taw and in the Affirmative Action Program. Copies of this pc Aoy $halt be distributed to all City employees, bi% appear in all operational documentation of the City, including bid act to, and shalt be prominently displayed in appropriate City facilities. CONCURRED IR by the City Comnait of the City of Renton, Washington, this led day of just logo. CITY OF RYNrON: RENTON CITY COUNCIL: Mayor Counoit President Atteot: lasuedi July 10, 1971 /_, _. /2_ �/ Revised: Ytbrua, 9, 1976 �i tto L6telrL:.LPL Revised: June 7, 1980 CSRYIPICATIOM by ►OOPOSRO CONTM(TOR, SUBCONTRACTOR MO SUPPLIER RECANOINO EQUAL "PLOYNENT OPPORTUNITY W e Pt M n Nr / INSTRUCTIONS Th1S esrtlllc•tien 1a required pursuant to federal ERscutive Order 1171{. The 1 1 requlotions provide Nae any bidder et r0•• Su pllert, shall state as prospect contractor, or any of their rho mp Wnting rules sued partlel pp an Initial part of the bid or Mgotiai lone tt the Proposed s Waehsractohas so, Whe�eld Tt rah seYflledl•11 compliance nubOontraeI, subject to the Owl opportunity clause, and, l! port• due under applicable Mlruc[lonm.The City ho heretOfole adopted 110901ution I310 under date of June 1, if{0, Renton.' •S 1mOtt An a b1' An •A(fl native Action ►rOgram• therein WMlnq the Renton to MndIn • Fair Practices oPpo*(unity b sed ON Ability end !l t^u Utet•led service to all clti asM and to errCY• Of the City of nat1OM1 origin, max, the prsance Ot • non_ persons tpatd1006 Of racer creed) MlOr1 othnequal fcity�nt Mrital status. This policy shall llkwla :oblr•lated phya)cal, sensory Or Mntal handicap, conduct buslnaa with the Glty IpPw lntturnl contractors, subcvntuetors and ape Oe of bnton r shell •t(!rm And subscribe to Bald suppliers end po11e w. The ALorewentSoned pruvi aia a shall not • yy Co re LI soppllers or ur m•brla is or firma or organ li�elon0 contract: or su far COntracta of lsa then f10,000 bw1 a a N Jos bCOntraels for standard pet anew With Ne CS tY• than eight employees or When the Contractor/Subcontractor/Supplier (hereinafter referred to sue the Contractor) is required by the city of Ponta.; to Submit •n Attire,live Action Plan, the minimum •cc*ptabla ap1AYMnt Will As that Percentage which fS current llS Nd !n •APPendlt I• (Cloy of Renton Ooa1S and T lmetablssl in the publiSAed City of Renton Alfirwtiw Action ►*Agra, x I- (city of This Program minority avS1Ap1e for revive at the Municipal eulldlnq. ogrAs 1S Thu undersigned contractor therefore coverants, e[r Pulatll and agree• that duringthe this contract he will not discriminate against any PerSOA in hiring. S•tinq or Any other term or condition Of 9• Promotin psr[o rmance of the (11I eabgorlu 1lRed !n •mp1Olnasnty by reason of such g• status, log,reference - para. 1 Above. per ma's Statue, re[a ranee Contractor further agree• that he will take Affirmative And continuous acti n to insure full compliance With Such policy and Program in All respecbV it being Strictly uMsratood end •pnsd that (allure to ply rifle any of the terms of Said provl•;,ons •hall M and conmtltuts a and I&I breach o! clue .1eonerac[. toner•otor eN•11, upon request and/or a soon AS poo*'b]• thtruftsr, furnl.;, unto Ns city any and all Information and reports required by the City to deter mina whether full romnll unto has contractor with aid Policy And program and contractor will permit •taus co his books, r,rorce and a,rounb by the sty for the been made by the purpose of in to Ascertain such compliance Contractorfurther Acknowledges that he has received a true and complete copy of Practice, Policy.' the Cit Y'e 'Pair CY—IFICATION BYt l on r•e[ ant e• on CONTRACTOR r [ _ or NAME SCON('RAC[OE or SUPPLIER : SV —_ ADDRESS: REPRESENTATIVES: _ TITLE, 1• Contractot/Subcontractor/Su PRONE. to the Equal O Clause, has participated in previous con 9 Opportunity CI•use, Yes • tact or eubcontnc 1 — __NO t subject Compliance rNogrb wn *Squired to be filled In MhOactlon With such contract or Subcontract, I• Contractor/Subcontractor/Supplier has filed all compliance *spores due under applicationinstruction`, —yes Ro 1• If answer to Stem 1 fs -No-, plea.. explain in detail on reverse side of N1• cattitlution. CERTIFICATION. The lnforestion Above is true and complete to the beat of Sy knowledge and belie!. sued M • e 9ner P wa ypa er pr rat qna url—�—'------ avl•red by-City Authority, `-�—_-- Raw. {/N/Bd wa, CERTIFICATION OF EQUAL ENPLOYWXr OPPORIUNITY REPORT Certification with regard to the Performance of Previous Contngs or Sub- Reports. •4) contracts subject to the Equal Opportunity Clause and the filing of Required The bidder , proposed subcontractor hereby certifies that he has has not participated in a previous contract or subcontract subject to i� equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has has not , filed with the Joint Reporting Comaittee the Director ��e Office federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. ompany By: the — Date: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (sl CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 01 CFR 60-1.5. (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 Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that el CFR 60-1.7 (b) (i) prevents the award of contracts and subcontracts unless such eontractoi •.ubmits a report covering the deliquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Depa,tment of Labor. CERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PL.0 Blddar is to indicate by check mark which of the following statements rL �to tAls bid paekage, and is to sign the certification for that specific stato"nt: EDa) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because. "Avaed the eetot aI contract annual ,amount ent level ist less sf ty than eight s Permanent employees, less than f10,000." e year is BY: ❑ zt a OR �—' b) I is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the current calendar year. Company BY: at8 i ❑ Title c) It Is hereby certified that an AEfi nati ve Action Plan is supplied this Bid Packets. Said Plan will be subject to review and a with the City as a prerequisite to the contract award, includes: by 1) Present utilization of minorities and females by it classification. as: y job cLssification, 2) Goals ..nd Timetables of Minority and Female Utilization, and 3) Specific Affirmative Action Steps directed at increasing Minority and Fees le Utilization. ampaany--' . BY: O _�_ tl• __ — d) It is hereby certified that an Affirmative Action PI to the City of Renton within fivean w working ill be supplied eipt of IS notification of low-t,idder status. Said 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 Job Classification, _) Goals And Timetables of Minority and Female Utilization,3) Specific Affirmative Action steps d and irected at increasing Minority and Female Utilization. BY: Fat Rev. B/B/TS Title PARTiCIPA710N CERTIFICATION: Rev. 10/80 U MINORITY BUSINESS ENTERPRISES and "ONUS' MINORITY BUSINESS lNTERPRISES (WMBE) (BUSINESSES OWNED AND OPERATM By WOMEN) The Contractor agrees to use his beat effort. to cart) out • policy1 ex ent subcontracts agent agreements and procurement contracts to r' extent r. utlllat minority bust.... enterprises conalstsnr w1tA o the «erd performance of this contract. • fullest buainess enterprise" means As used 11 this cut-,ract, the to the tff lclegt minorle a business. at 1...t SO n .inority Y group members or. in the cue of percent of wA n is ownei by 51 percent of the stock of which 1s owned publicly ly owned bw Snse ses. at Of this d.(tnitton, y minority memb.r.. For the leapt Surnsaed Am mLio rlq Broup member• are WOW','. Negroes, S Purpose a rl errs pe none, American Orientals, American Indiana,Danish apeaiing Eskimo, and Amerlcar Al..... ' y City wi 11 consider t b) subcontractors in advance of contract award a affidavits !cars Or, a.flestabl establishing presented minority status In accordance with criteria cited abovefana of stab lishlgg To be eligible for award of this contrast. the b !der must execute and submit as a Part of the bid. the [o11ow1ng carei flcation which will be deemed • of the resulting contract. A bidder's failure to submit this or aubmlu Ion of a (else certification shall render his bid s Dart ce•tl..cation -+r•sponsiv e. MINORITY BUSU'ESS ENTERPRISE CERTIFICATION of Biddar(e�— , Certifies that: (m) (h s) (has not) take(doer) (don note intend to sublet a portion A. the Contract work and (De f n affirmative action to ness enterprises as potential seek out and consider minority bue wDcon[r: seep. (b) the coot ac es mode with potential minorlty bun tractor. and the re.ulte thereof are listed 6elov, nulcate whether TIDE or ntra end identify minority gro„p. (If I .:.. anterprf enterprise subcon necessary. use additional sheet.) 1. ME Kin. Gr. WMBe _ (Nay of Firm, Bid Its%, Results of Coqtacts) — 1, _ A. --___ ❑ S. —�— — Cl Mr.M■• the llalw.offlcpr for the administration of the _ Du been a signatedenterprise e program for this fiti, sLLno; ras Duslnes. en arpri.e "ON-COLLUSION Al c;t,nV i i Y&JAJ STATE Of WASHINGTON ) COUNTY OF ) SS being duly sworn, deposes and says, that he is the identical uerson who submitted the foregoing proposal or bid, and that Lich bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and fi•rther, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other Person or corporation Lu refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other Person any advantage over other Bidder or Bidders. SIGN HERE. Subscribed and sworn befire me this `_ day of Notary_Fub Tc in an or t e fate of --- residing at — -- therein. CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER TO THE CITY OF RENTON RENTON. WASHINGTON: Vendor and purchaser recognize that in actual economi, 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 mater als purchased in connection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subJect to the aforementioned exception. ame o ro ect -- —Aa"e o er s ^atu�e odor ze epresent+t ve o er +te MINIMUM WAGE AFFIDAVIT FORM , 1 City of Renton 5S COUNTY OF I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the mini;aum rate of wages as specified in the principal contract; that I have read the above and foregoing r statement and certificate, know the contents thereof and the substance as set forth therein is true to eiy knowledge and belief. MPUM-- Subscribed and sworn Lo before me on this __ day of 19 Notary Public iF air tFe Ff to of Nashingtun Residing at w " Yr BW BOND FOkil Herewith find dep;)sit in the fOm, of a certified check, cashier's check, cash, or bid bond in the amours; of $_ which amount is not less than five percent of the total bid. - - Sign R_ .j . BID BOND Know All Men By These c': cents: That we, "and as Principal, ' "---- -- as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of 00 lars, for the payment of which the Principal and the Surety bind themselves, thelr heirs, executors, administrators, successors and assigns, Jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for r according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms )f said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Suret;es 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 YOW; otherwise it shall be and remai.i in full force and effect and the Surety shall forthwitl: pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS ..AY OF 19 -- nncrpa urety _. 19_ Received retu,n of deposit in the sum of S ���• PROPOSAk � . TO THE CITE OF RENTON RENTON, WASHINGTON Gentlemen: The ••-.,crsigned hereby certif_ that _ has examined the site of the proposed work and he read and thoroughly understand__ the clans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note. Unit prices for all items, all extensions, and total amount of bid should be shown. S'ow unit prices both In writing and in figures.) Signature Address _ Names 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 State of Washington at CITY Of RENTON LID 314 BID SCHEDULES K ichedule A - Improvements along Ea;t Valley Road, S.M. 41st Street to S.M. 23rd Street Schedule A-1 - Street and Drainage Schedule A-2 - Water Schedule A-3 - Illw.lina•ion Schedule B - Improvements along East Valley Roar:, S.W. 23rd Street to S.M. 16th 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; a'iong S.W. 27th, Valley Parkway to East Valley Road Schedule B-1 - Street and Drainage Schedule B-1 (Alternate) - Stre^t and Drainage ;chedule B-2 - Water Schedule B-3 - Sanitary Sewer ( Schedule B-4 - Illumination Schedule B-S - Traffic Signal Schedule C - Improvements along S.W. 23rd, Lind Avenue S.W. to East Valley Road Schedule C-1 - Oraiiage t SUMATION SHEET C , Total Schedule A-1 _ Total Schedule A-2 Total Schedule A-3 Total Schedule A Total Schedule 81 Total Schedule B-2 _ Total Schedule 8-: Total Schedule 8-4 Total Schedule B-5 Total Schedule B Total Schedule 8 (Alternate) _ Total Schedule C Total Bid A + B + C Total Bid A + B (Alternate) + C Dated at this _ day of 1981. Signed Title Name of Company Address City/State/tip BOND TO THE CITY Of RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as _surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of = for the payment of which sum on demand we bind ourselves and our successors, heirs, e,icinia- trators or personal representatives, as the case may be. Th+a obligation is entered into in pursuance of the statutes of the State o washington, the Ordnance of the City of Renton. Dated at _ , Washington, this day of 19 Nevertheless, the conditions of the stove obligation are s,:,!h that: WHEREAS, under and pursuant to Ordinance (or Resolution) No. 2295 p' 'viding for which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said prit.oipal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the tanner and within the time s.t forth; NOW, THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, ano shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall supply said principal or subcontractors with provisions and suppplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of uaid principal, or any sub- contractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appesrit.g or developing in the material or workmanship provided nr performed under said contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. APPROVED as to legality: Approvedr Iof7 CONTRACTS OTHER THAN FEDERAE-AID FNMA THIS AGREEMENT, made and entered into this _ day of lg by ai.1 between THE CITY Of RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR." WITNESSET8: 1) The Contractor shall within the time stipulated, (to-wit: within working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish ell of the labor, materials, appliances, machines, tools, equipment, utility and transpor••tion services necessary to perform the Contract, and shall complete . construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. for improvement by construction and installation of: All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plan, and spec- ifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having ,jurisdiction thereover. It is further agreed and stipulated thit all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished Contracts Other Than Federal-Aid FMWA 2 of 7 and the con,truction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being to such conformity with the Plans, specifications and all reQuire- ments of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) General Conditions e) Specifications f) Maps and Plans g) Bid h) Advertisement for Bids i) Special Contract Provisions, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his Contracts Other Than Federal-Aid FHMA l ] Of 7 subcontractors should violate any of the provisiors of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. in the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contrect, prcvided, howevcr, that if the surety within fifteen 15( ) days after the serving upon it of such notice of termination does not perform aft the Contract or does not c ommenc___e_oerformance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the i City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plats and other properties belonging to the Contractor as may be o,. site of the project and useful therein. a) The foregoing provisions are in add�tion to and not in limitation of any other rights or remedies available to the City, Cuntracts Other Than Federal-Aid FHWA 4 of 7 6) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arisi,,; under or in connection with the Contract to be performed hereunder, including loss of life, personal Injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or un- patented invention, process, article or appliance manufactured for use in the performance of thu contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall , without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to Pay all costs, expenses and reasonable attorney's fees tnat may be incurred or paid by City in the enforcement of any Of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such Contracts Other Than Federel-Aid FNMA 5 of ) notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. )) The Contractor shall commence performance of the Contract no later than 0 calendar days after Contract final execution, and shall complete the full performance of the Contract not later that wrkin9 days from the date of commencement. For each and every working day of delay after the established dayof completion, it is hereby stiouiated and agreed that the damages to the City occasioned by said oelay will be the sum of as liquidated damages (and not as a penalty) for ea:h such da y. which Shall be paid by the Contractor to the City. 8) Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable Promptness after discovery thereof, and Contractor shall be C Contracts Other Than Federal-Aid FHWA 6 of 7 i t obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the city from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the frithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Faragraph 11. The surety or s, reties on such bond or bonds mutt be duly licensed as a surety in the State of Washington. 11 ) The total amount of this Contract is the sum of - which includes Washington State Sales Tax, payments will be made to Contractor as specified in the "general conditions" of this Contract. Contracts Other Than Federal-Aid FHWA 7of7 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by Its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON i rest ent artner nee-- ayor ATTEST: Tecretary tY er d/b/s rm ame Individual _ Partnership _ Corporation __ A Corporation tale o ncorporat ion Attention: If business is a CORPORATION, name of the corporation should be lie full and both President and Secretary must sign the contract d in , signature is permitted by corporation one by-laws, opy of the by-laws shall a C OR if be furnished to the city and made a part of the cor•ract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDU41. PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. CONTRACTOR/SUBCONTRACTOR NONTNLY MANPOWER UTILIZATION REPORT REPORTING PERIOD � Month: Year: To be eubou ttad to the City'. proiec. 1 Goals and Timetables u Eng"or during the let waek or following C i"committed nth while contract 1• inPrimF(r in Contractor's APfirrtiw 05ntractor is responsiblefor n Action Plan for obtaining and \ submittin all Suhcontracto R or per City's Plan 9.1 TO (Iwr tad lotatles or 4ePllesce Agent,e r t.l —�—i P From; (mar W Lenses or eostraetor) This port is result ein sanctions whichy include suspension, Sect termination. uncelA urG ionator debarment oftcan contract. of Work moor. ofePlermont IJeo ri _ tat l number "bar Claaal a• wA or °r or rise- Ni._ Amer. Asian/ fell minor! 6pbr. Ceepary•'• Mro (LDJ Trade bona rol !lack panic Helm. Patine rs tote! amDlor' to round •1. w/n eaa __slAo AD Tr lAn Tr An Tr Tr An Ty ompary e a . na ure e . Date Jlan.a 9 to • one rum sr llnoluda Area Coda) NOV. 11/77 (•Halo i ►males, ••Nimrities t Non-minorities) 7/80 (Subnittal Reguirearnts s City'a Goale/Titrtables) Page _ of REQQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLW6 ETC lJAT01�L RESBIIKCES In accordance with the provisions of Chapter 62, Laws of 1973. H.B. 621, the Contractor shall secure any permits or licenses requir d by, and comply fully with all provisions of the follow- ing laws, ordinances, and resolutions: Kin Count Ordinance No. 1527 requires Building and Land _ eve opment 'Ts on rn y raulics Division review of grading and filling permits and unclassified use permits in flood hatard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design Ay Engineering Services. Revvew by Hydraulics Division. Kin Count • Ordinance No. 800 No. 900 No. 1006 and Resolution 0 0. 0. ° an 0. conta nod n Kin County code t es an are provisions or disposi- tion of refuse and litter in • licensed disposal site and pro- vide penalties for failure t0 comply. Review by Division of Solid Waste. Pu et Sound AcoRir Pollution Control A encnat, Re ulation I : A regu- thm sources twithin rthe Jurisdiction oof•their cPuget Sound Air PollutionControl Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W, 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contam pants to maintair records of emissions, periodically re- Rort to the State information concerning these emissions from is operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90.48: Enacted to maintain the highest possible standards t0 ensure t e purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protecting of wildlife, birds , game, fish, and other rq .tic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, irsin, run or otherwise discharge into any of the water of this State any or snit or inor¢■nic matter that shsl cause or tend to cause pollution of such waters. The law also provides for civil penalties of tS,000/day for each violrtion. R.C.M. 70.95: Establishes uniform statewide prograe for handling is i wastts which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a v•iid Permit. MASIIINGTON STATE DEPARTMENT OF ,ATujtL RESOURCES R.C.M. 76.Oa.370: Provides for abatement of additional fire hat. �r -An s upon which there is forest debris) and extreme fire C hazard (areas of additional fire hazard near building, roads, campgrou�, s, and school `rounds; . The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which An extreme fire hazard exists. R.C.N. 76.0{.01% Defines terms relating 'o the su ivatement o orest fires or forest fire conditionsPpression or R.C.N. 70.94.660: Provides for issuance of burning permits for i�+iTng or prevention of forest fire hazards, instruction or silvicultural operations. R.C.M. 76.Oa.310: Stipulates that everyone clearing land or dear ng r g t-of-way shall pile and Durn or dispose of by other satisfactory means, all forest debris cut .hereon, as rapidly as the clearing or cutting progresses, cr at such other tia ,s as the department may specify, snd it, compliance with the 1,w requiring burnin& permits, Laws governing surface mining (including sand, grave atone, and earth from borrow pits) which provide for fees ■nd permits, Plan or operation, reclamation p.an, banding, and inspection of operations. N.A.C. 332-18: Delineates all requirements for surface mined an roc ama ion. M.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining o an c earing and burning U. S_ ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of .tune 13 1902: Author- Iles eo--T rotary of •" oTPs o ngrncers to asue permits to any persons or corporation des'ring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 40/ of the Federal Water Pollution Control Act PL92-Soo 83—Slat: �utTiorites tTe�ecretary o t a rmy,ict ng t roug t e orpe of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits way be denied if it is determined that such dischar a will have adverse effects on municipal water supplies, shall fish beds and fishery areas and wildlife or water recr- supplietional areas. MISCELLANEOUS FEDERAL LEGISLATION Sect'on 13 of the River and Harbor Act approved March 3� 1899: Provi es at ac arge of refuse wi outh t a perwit into nivTable ( waters is pprohibited. Violation is punishable by fine. Any riti- trn may t�ls a complaint with the U. S. Attorney and share a por- tion of t e fine. .2- PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDIJr AND LAND DEVELOPMENT DIVISION Ki_ nt _County ResaluH on No. 25789 requires An unclassified use pen t or ing gr.arry ng ncluding borrow pits ant; issoci- ared activities such as asphalt plants, rock crushers) and refuse dispo-a1 sites and provides for land reclawation subse- quent to these activities. A copy is available at the Department Of Public Works or Building and Land Development Division. Shoreline Mana ement Act 1971 req:sires a permit for construction on ate s ore nos. ere acquired by Public Works and reviewed by Buildin. and Land Development Division. KKi�in_yy Count�rdinance No. 1e88 requires permit for grading, land tii-is, gavel Pita, duspia-g quarrying and mining operations except on County right-of-way. Review by Building and Land Develop. sent Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAFIE ChaQter 112 Laws of 1949: Requires hydraulics permit on certain projects J( ng ounty eP• tment of Public works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOI:iGY N.A.C. 173.220, Requires a National Pollttant 9ischaryA Elimination ystem permit before discha go of pollutants from a pent source into the navigable waters of the State of Washington. W.A.C. 372.24, Permit to discharge commercial or ,ustrial waste waters into State surface of ground water (such as eravel washing, pit operations, or any operation which results in a discharge which contain. turbidity.) W.A.C. SOB-12.1007 Requires Permit to use surface water. M.A.C. SOB-12-190: Requires that changes to permits for water use 6e reviewe y �Te Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. M.A.C. 508.12-220: Requires permit to u:r ground water. W.A.C. 508-12.260: Requires permit to construct reservoir for wa er storage. W.A.C. 508-12-:00: Requires permit to construct storage d .n. W.A.C. 508-60: Requires permit to construct in State flood control tone. King County Public Works secures one for design. Contractor secure; one for his operation (false work design, etc.) - •3- PERMITS REQUIRED FOR THE PRW ECT - Continued WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.M. 76.OI.1SG: Requires burning permit for all fires except Tot s^aka o_u_ta-o`or fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.M. 76.OI.1S0, 76.04.170. 76.04.110, and 70.94 due to *stone fire weather or to prevent restric eon of visibility and excessive air pollution. R.C.X. 76.08.030: Cutting permit required before cutting merchan• - a e -- R.C.N. 76.08.275: Operating permit required before operating power equipmentin dead or down timber. R.C.M. 78.44 080: Requires nermit for any surface mining opera- on nc u in`sand, gravel*, stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March S 1999: Requires permit for cons ruc on of er t an bridles—, seems S. Coast Guard administered permits) on navigable waters (King County ?epart.,.ent of Public Works will obtain). FIRE PROTECTION DISTLICT R.C.W. 52 1ty or, re n e r 0: hi;!;!! so i05 lurepovi3e�siuo to secure a fire permit 'or building an open fire within a fire protection district. UNITED STATES COAST GUARD Sertion 9 of River and Harbor Act of March 3 1899 General bridile o a,cTi j an enera Bridge Act of u•n • Au us�T 366:�Requires a permit for construction or bi on nevi a e waters (King County Department of Public Works wilt l obta n). King County Department of Public Works gill comply with pertinent sections of the following laws while securing the afore mentioned permit: Section 4(f) of Department of Transportation Act, Natinna: Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PU"5T .OUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) 111 of Regulation 1 : Request for verifice- tTon of popuplation ensity. Zontra—cfor should be sure his opera- tions are in compliance with Regulation 1 , particularly Section 9.02 (outdoor fires) , Section 9.04 (particulate matter--dust) , and Section 9.IS (preventing particulate matter from becoming airborne) . .4- PERMITS REQ11IRED FOR :HE PROJECT - Continued ENVIRONMENTAL PROTECTION AGENCY Title /0 Chapter Ic Part 61 : Requires that the Environmental �rOt totaon genry Ve nott ie S days prior to the demolition of stany ructuresuhavingrt tfewergthane5tdwe111egiunitsal �cluding residential The abo%e requirements will be applicable only where called for on the various road projects. Copies of ava these ilable forinspet3ion atd the nOffice aof the dDirector tofsPuare blic Works, 900 Ki' , County Administration Building, Seattle Washington, amil4 It shall be the respcnsibility of the Con- tractor to famil'.arixe himself with Tin therein. All costs resulting therefrom shall be included in the Bid Prices and no additiora: compensation shall be made. All permits will b4 available at construction site. I -S- CITY GENERA? PROVISIIONS l RENTON STANDARD SPECIFY CAiION The Standard Specifications for MueicippF1canbPublfcnstructi`n Dr'lDaretl by the Washington State Chapter of edition. shall be hereinafter re`e-red to as the Works and said specifications t Association, 19)) and the Ordinances and Charter r with the laws "StandaM Spec if[cat ions" ere h Charter of of the State of Washington entire�bY included !� these sped the City Renton, so far a; ayplicable, y and shall apply except as amend as though quoted in their Provisions. el or superseded by the Special A copy of these Standard Specificationsiici h is on file in the office of the Public Works Director, they may be examined and consulted by ang Renton, apartytor. 98055, where Wherever reference is made in the Standard Spec"ications t S"ch reference shall be construed to mean the City of reference is made to the E o the Owner, mean the Director of publi cWacks' CiLh referonceyshatRenton, and where represents! l be construed to i ve, Y of 7enton, or his duly authorized NOTE: The General Provisions hereinafter contained shall be in shall supersede provi;{ Standard Specificatio ons of the Sns in conflict therewith. addition or HEADINGS Headings to parts, sections, forms, articles and subarticles for convenience of reference only antl shall not affect the interpretation Of the contract do are inserted documents. a pretation ORDER O-DENCE Where conflicting information as to specifications is the andSpe Specificat�onIons and Provisions, the p'dnsnsha11 hold the"Standard Plans and •Standard Specific and the Provisions shall hold over p over cations both the iAiLUR�MEET SPECIFICATIONS In the event that any material or workmanship does nct requirements ar specifications, the City may have the material or meet the tater to be "rrkmanship if th_ director of Public Works to ahce t the best interest of t hems such D such negotiate Payment of a Lower he City. Provided, accep. unit Price for said ma, ' the City may FiELD CHANGES 'eri�l or workmanship, Any alterations of variances from the plans, except minor the field tc meet existing conditions shall b not be instituted until adJ ustment� in approved b e Works Di in writing and may y the Public Works Director or h15 r representatives act inn spec ifi_aIly upon his instructions, In the event of ..is8greement of the neressity of such changes, the Engineers decision f shall be final, PkurECTION OF PUBLIC AND PRIVATE UTIL JIES AND FACILITIES The Contractor shall conform in regar-e to protect ton Of t0 Section 5-1.09 of Standard Specifications public and private utilities. '_OCAtiOn and dimensions shown on the plans for existing underground facili- ties are in accordance with the best available information without uncovering and measuring, The Owner does not guarantee the sire and loca- tion of existing facilities. v It shall be the Contractor's responsibility to contact all public and pri- vate companies having utiI tfes and/or facilities in the vicinity construction area. y of the PUBLIC_ CONVENIENCE AND SAFETY Thy Contractor shall, at his own expense, provide all signs, tarricades, Public at guards, construction warnings, and night lights in order to protect the all times failotormaintairsi a reSuit of his operations. If the opinion of the Engineer, the City ssufficientall have thightshand barricades in the lights and barricades and deduct such costs from Payments provide these hours Contractor. Work shall be restrictedrk , 'he order of rks •ue the ed or ified, the dSscret�da wherk n°theiEngineerefinds suc. a altogcoursether or cat thedses ofgactionsnec_ essary to protect the public or the Contractor's safety, healt;i or welfare. PAYMENT PAYMENT----- T—�EON lACTOR Payments to be made to the Contractor will be made in the manner Outlined in Section 9 of the Standard Specifications. r.ymmnts shall be made in Cash Warrants. Partial payments on estimates may be withheld until a work Progress schedule as described in these General Previsions has been re- ceived and approved. re- SCHEDULING WORK Section 8-1.01 of the Standard Specifications shall be deleted and the fol- lowing inserted: Immediately after execution and delivery of the contract and before the first partial payment is made, the Contractor shall deliver to the Engineer, an estimated construction progress schedule in form satisfactory to the Engineer, showing the proposed dates Of commencement and completion Do each o the various Day items of work reeuired under the Contract Documents and the anticipated amount of each monthly payment that will be- cane due to the Contractor in accordance with he progress schedule, The Contractor shall also furnish Periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the ba- sis of partial payments and will not be considered as Vxing sis for C additions to or deductions from the contract. i Should it become evident at any time during construction that operations will or may fall behind the schedule of this first program, the Contractor shall, upon request, promptly submit specified herein, setting out revised schedules in the same form as labor forces or working shifts,rperatlons, methods, and equipment, ,dded night work, etc. by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it sha11. upon request, be revised by the Contractor and the work shall be Performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withhelo. Execution o' the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made in obligation of the contract. WAGE SCHEDULE The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the perturmance of any part of this contract shall be in accordance with the provisiun_ of Chapter 39.12 RCW as amended. The rules and regulations of the Department of labor and Industries and the schedule of prevailing wage rates for the locality or localities where this I, contract will be performed as determined by the Industrial Statistician of the Department of tabor and Industries, a. . by reference made a part of this contract as though fully set forth hrreln. Inasmuch as the Contractor will be held responsible for paying the prevail- IN wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specificationi.. In case ary dispute ar,ses As to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, incluuing lauor and management representatives, the matter shall be referred for arbitration to the Director of the Department of La- bor and Industries of the State, and his decisions therein shall be final and conclusive and binding on all parties involved in the dispute as pro- vided for by RCM 39.12.060, as amended. The Cuntractor, on or before the date of commencement of work, shall file a Statement under oath with the Owner and with the Director of Labor and In- dustries certifying the rate of hourly wage paid and to be paid each clas- sification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supiemental statements which may be necessary shall be filed in accordance with the practices and procedures by the Department of Labor and Industries. Prior to commencing work, each Contractor and each ind every subcontractor shall file a sworn State of Intent (SF 9882) with t. f Owner and wit,. the r Department of Labor and industries as to the prevailing wage rate, includ- ing fringe benefits, :or each job classification to be utilized. The wage rates thus filed will be checked against the prevailing wage rates as de- termined by the industrial Statistician of the Department of Labor and Industries. if the wage rates are correct, the industrial Statistician will issue an acknowledgment of approval to the Contractor and/or subcontractor with a copy to the awarding agency (Owner). If any incorrect wage rates are included, the Contractor and/or subcontrctor will be notified of the correct rates by the Industrial Statistician and approval will be withheld until a correct statement is received. Copies of wage rate approvals will be furnished the awarding agency, and the Contractor (and the prime Contractor in the case of a subcontractor) by the Industrial Statistician. Affidavits o' Wages Paid (SF 9e43) are t) be filed with the State Treasurer, or the Treasurer of the county or municipal corporation or other officer or person charced with the custody and disbursement of the state or corporate funds as the case may be and two (2) copies of each Affidavit are to be filed with the Director of the Department of Labor and Industries. Attention: industrial Relations Division, 1601 Second Avenue, Seattle. Whenever practicable, affidavits pertaining to a particular contract should be submitted as a package. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE i The Contractor shall obtain and keep in force during the ter: of the contract, public liability and property damage insurance in c..mpanies and in form to be approved by the City. Said insurance shall provide coverage to the Contractor, any subcontractor performing work provided by this contract, and the City. The City shall be named as an additional insured on said policy insofar as the work and obligations performed under the per- sonal injuries, including acidental death, as well as claims for prope-ty damages which may arise from any act or omission of the Contractor, or the subcontractor, or by anyone directly or indirectly employed by either of them. The minimum policy limits of such insurance shall be as follows: Bodily injury liability coverage with limits of not less than f10f,000 for bod'ly injury, including accidental death, to any one person, and subject to that limit for each rerson, in an amcunt not less than $300.000 fe, each accident. and property damage coverage in an amount of not less than 150,000 for each accident. A copy of the insurance policy, together with a copy of the endorsement naming the City as an additional insured, shall be provided to the City withir a reasonable time after receiving notirw „f sward of contract. PROOF OF CARRIAGE OF INSURACE C The Contractor shall furnish the City with satisfactory proof of the insur- ance required. ACT OF GOO 'Act Of God' means an earthquake, f1oM, cyclone or other cataclysmic phe. nomenon Of nature. A rain, windstorm, high water or ether natural phenome- non of unusual intensity for the specific loc locality of the work, which might ality ly have worn anticipated from historical records of the general locality of the work, Shall not be construed as an act of God. SHOP DRAWINGS The teen -Shop Drawings' shall refer to the pictorial description of the deteils of proposed materials, equipment, methods of installation, or other construction prepared by .he Contractor, a subcontractor or a manufacturer and Submitted for the approval oS the Owner, ORE O11L Where t , term "Or Equal" is used herein, the Owner, Or the Owner on recom- mendation of the Engineer, shall be thr ;o le fudge of the quality and suitability of the Proposed substitution. APPROVAL The term 'Approval* shall mean approval given by or given properly on the behalf of the Owner, WRITTEN NOTICE Written notice shall be deemed to have been dui Person to the individual, or to a partner of the firmed if deliveredan In the corporation of Owner, execit or he an officer Of ! governmental body, or if senttbyaRegistercdeUnitediStatestMalOwner is a if ness ad.i.ess shown ;n the Contract Documents, to the busi- rr,N, 1C10R'S PI ANT ANO E IPNE NT /he Contractor ainne shall at all times be responsible for the adequacy, efficiency and $u. ;lciency of his and his subcontractor'S plant and equipment. The Owner shall have the right to make use of the Contractor's Plant and equipment in the performance of any work on the site of the work. The use of such plant and eouipment shall be considered a$ extra work and Paid for accordingly, ATTENTION TO iIORK The Contractor Shalt give his personal attention to and shall supervise the work to the end that it shall he Prosecuted taithfully, and when h± Is not Personally Prevent on the work, he shall at all reasonable times be representa,: by a competent superintendent who shill receive and obey all instructions or orders given under the contract, and who shall have full authority to execute the same, and to supply materials, tools and labor without delay and who shall be the legal representative of the Contractor. the Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. C DEVIATION FROM CUNTRACT The Contractor shall not make any alteration o• variation in or addition to or deviation or omission from the terms of this contract without the writ- ten consent of the Owner. SUGGESTIONS TO CONTRACTOR Any plan or method of work suggested by the Owner or the Engineer to the � Contractor but not specified or required, if adopted or followed by the Contractor in whole or in Part, shall be used at the risk and responsibili- ty of the Contractor; and the Owner and the Engineer shall assume no re- sponsibility therefore. ERRORS AND OMISSIONS If the Contrartor, in the course of the woix, becomes avare of any errors or omissions ii. the contract documents or in the layout as given by survey points and instructions, or if he bacarms aware of any discrepancy between the contract documents and the physical conditions of the locality, he shall immediately inform the Engineer snd the Engineer, if he deems it - necessary, shall rectify the matter and advise the Contractor ac ordingly. Any work done after such discovery, until authorized, will be done at the Contractor's risk. t, INFORMATION TO BE FURNISHED 8Y CONTRACTOR The Contractor shall furnish all drawings, specifications, descriptive tlata, certificates, samples, tests, methods, Is, and manufacturer's instructions as specifically required in the contract documents, and all other information as may reasonably be required to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the specifications and drawings. If the information shows any deviation from the contract requirements, the Contractor shall, by A statement in writing accompanying the information, advise the Engineer of the deviation and state the reason therefore. DAMAGE 10 wORK The work shall be under the Contractor's responsible care mad charge. The r -ntractor shall bear ail loss and damage whatsoever and from whatsoever cause, except that caused solely by the act of the Owner which may occur on or to the work during the fulfillment of the contract. If any such loss or damage occurs, the Contractor shall immediately make good any such loss or damage, and in the event of the Contractor refusing or neglecting to do to, the Owner may itself nr by the employment of some other person 'e good any such loss or tlama- .a, and the cost and expense of so doing _ �1 at charged to the Contractor. PROTECTION OF CONTRACTOR'S WORK AND PROPERTY The Contractor alone shall at all times be responsible for the safety of his and his subcontractor's employees, and for his and his subcontractor's plant and equipment and the method of prosecuting the work. UNFAVORABLE WEATHER AND OTHER CONDITIONS During unfavorable weather and other conditions, the Contractor shall pur- sue only such portions of the work as shall not be damaged thereby. No portions of the work whose satisfactory Quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the Engineer, the Contractor shall be able to overcome them, y CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS eF The Contractor will be supplied by the Owner with 5 set ss�r.�ppnd specifications. At le..st one complete set of contract d dcbments including one full size set of drawings shall be kept at the site of construction in good condition and at all times available to the Owner and the Engineer. Adoitional copies of the contract documents, if required, will be furnished by the Owner at net cost of reproduction. DISPUTES AND LITIGATION Any questions arising brtween the Inspector and the Contractor or his superintendent or Foreman as io the mea-' - and intent of any part of the Plans and Specifications or any contract document, shall be immediately brought ti the attention of the Publiz Works Director or his representatives for interpretation and adjustment, if warranted. Failure on the part of the Public Works Director or his representative to discover and condemn or reject improp`r, defective or inferior work or materials, shall not be construed as an acceptance of any such work or materials, or the part of the improvement in which the same may have been used. To prevent disputes and litigation, it is further agreed by the parties hereto that the Public Works Director or his representative shall determine the quantity and quality of the several kinds of work embraced in these improvements. He shall decide all ,uestions relative to the execution of the work and the lcterp•,etatlon of the Plans and Specifications. In the evert the Contractor is of the opinion he will be damaged by such interpretaion, he shall, within three (3) days, notify the Engineer and the City Clerk in writing of the anticipated nature and amount of the damage or damages. Time is of the essence in the giving of such notice. In the event an agreement cannot then be reached within three (3) days the City and the Contractor will each appoint an arbitrator and the two shall select a third, within 30 days thereafter. The findings and decision of th• Board of Arbitrators shall be final and binding on the parties, unless the aggrieved party, within ten (10) days, challenges the findings and decision by serving and filing a petition for review by the Superior Court of King County, decision: Washington. The gro.nds for the petition for review are limited to showing that the findings and C 1. Are rot responsive to the Questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicaLle facts and the law controlling the issues submitted to artitration. The Board of Arbitrators sh.yll support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall he conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the Board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. in the latter case, all costs shall be borne by the Contractor. The value of any suit shall be in King Counthy, Washington, and if the Contractor is a non-resident of the State of Washington, he shall designate an agent, upon whom process may be served, before commencing work under 'his contract. ACCEPTANCE OF WORK The Contractor shall notify the Engineer in writing of the completion of the work whereupon the Engineer will promptly, by personel inspection, sat- isfy himself as to the actual com-letion of the work in accordance with the terms of the contract, and shall thereupon recommend to the Owner that the work is acceptable. Final determinatio- of the acceptability of the work shall 4 made by the Owner. CONTRACT COMPLIANCE REP(IRTS - EEO The Contractor will be required to comlete and submit the following docu- ment before )rogress and/or final payments to the Contract will be approved by the Public Works Director; City of Renton Affirmative Action Report for COntractori'Subcontractor (Monthly Manpower Utilization Report) The Owner will furi ,sh these forms to it,. Prime contractor during preconstruction meeting. An Equal Employment Opportunity Report Certificate shall be executed by the bidder with his bid proposal on thi; project and which comes within the provisions of the equal employment opportunity regulations of the Secretary of Labor as revised May 21. 1968. The fore of certificate will be furnished to the Contractor with the proposal, stating as to whether he, his firm, assort, ton, co-partnership or corporation has participated in any previous contracts or subcontracts subject to the equal opportunity { clause and if so, whether or not he has submitted all reports due under applicable filing requirements. Failure on the part of the bidder to furnish the required certificate will be due cause for rejection of the bid. if a contractor to whom an award is about to be made, except for lack of an Equal Employment Opportunity Report Certificate, refuses or fails to promptly execute and furniso the required certificate within 10 days after notice by the Director of Public Works that same is lacking from his pro;osal, the proposal guarantee, in form of bond, check, or cash which acrwmpanied the bid, will be forfeited to the City. Whenever a contractor requests permission to sublet a part of any contract and such contract comes within the provisions of the equal empluyment op- portunity regulations of the Secretary of Libor, revised may 21. 1968, he shall obtain this certification from his proposed subcontractor and forward 't together with such request. No subcontract will he approved before re- ceipt of such Certification from the subcontractor. For this purpose, certification forms may be obtained from the Project En- gineer assigned to this project, WORKiM GAYS AND CONTRACT COMPLETION The special provisions and contract agreement shall state the contract time t, in working days. A working day is any day not otherwise defined heroin as a non-working day. A non-worki.,g day is defined as a Saturday, Sunday, a recognized holiday, or a day on which the Contractor is specifically re- quired by the contract or the City to suspend construction. Recognized holidays shall be as follows: New Year's Day, Lincoln's Birthday, Washington's Birthday, Memorial Day, July 4, Labor Day, Veterans' Day, Thanksgiving and the day following, and ChM%.mas Day. When any of the above recognized holidays fall on Saturday, the preceding Friday shall be counted as a holiday and when any of the above recognized holidays fall on S-mday, the following Monday shall be counted as a holiday. At the beginning of any contract, a tentative datc rur completion of con- tract work will be established, based on the date of award of the contract and the number of working days specified. Such date will be adjusted as required from time to time for non-working days and extensions of time allowed under the contract and is recognized as not being a forecast of actual anticipated completion date. SPECIAL PROVISIONS CSpecia, rovislons Description of Work Date of Bid Opening Time of Completion i Nondiscrimination in Employment Notification of Constructir, Hours of Work Excavated Material Spoil Area/Waste Site Dust and Mid Control State Sales Tax Surveys Overtime Field Engineering Delivery of Tickets Site, Weight and Load Restrictions Subcuntrattors and Suppliers Change Orders Preconstructicn Conference Field Office Sanitation Facilities Project Construction and Identificat .m Signs lRoadway Projects Only) Line and Grade Easement and Right-of-May Land Provided by Owner Land Provided by Contractor Restoration of Structures and Surfaces Side Sewer Policy Traffic Control Removing Traffic and Street Signs Soil Informatiun Salvage Awarding of Contract Liquidated Damages Authority of the Engineer 'IIY r> RENTON ;PLCIAL PROVISIONS Special provision% herinsfter contained supersede any conflicting Provisions of the standard sPecifications. and the foregoing awendwents to the standard sir. fications are hereby made a part of this contract. Wherever reference is wade t , the Engineer, such reference shall be construed to mean the Public Works Director, city of Renton or his duly authorized representative. OESLRIPT10N OF WORK The work to be p• fo.mtd under this contract consists of furnishing materials, equipment, tools, labor and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to he furniste(3 by the City or Others), and performing all work as required by the Contract in accordance with plans and specifications and Standard Specifications, all of which ;,re made a past hereof. DATE OF BID OPENING Sealed bids will be received by the City of Renton, Washington, by filing with t;-e City Clerk, *,nicipal Building, Renton, Washington, until and will be opened and publicly read aloud. C TIME OF COMPLETION The Contractor is expected to diligently prosecute the work to completion in all parts aral- irements. The protect shall be completed within one hundred eight (180) orking days. Provided, howev hat the City Council shall have the right upon request of the Public Works Department, City of Renton, Washington, to extend the time of completion of said work. No extension shall be valid unless the same be in writing ano accompanied by the written consent to such extension by the carety on the bond of the Contractor. Time lost it eplacin� improper work or material Shrll not furnish any grounds to the Contractor for claiming an extension of time fcr the completion of the work, and shall not release the COntrcLCor from damages or liabilities for failure to complete the cork within the time rquired. I) NONDISCRIMINATION IN EMPLOYMENT contracts for work under this proposal will Cbligate the Contractors and subcontractors not to discriminate in employment practices. a�cr e cu' a7�it wt. iiQ�t. deLRZ -J- &fo-L - �_ d_ ,t ag►'► . �. 'L�- Lri�' he" _ s cv ty,/c olrna fe �� a I c"m7hf�� cJ4�t,�-1kac Htlr g a lt h �orcwyt�cA' f4 !�`✓_ 12RA ru t . NOTIFICATION OF CONSTRUCTION The Contractor %hall notify all property owners along the construction area, by mail, prior to construction. Names and addresses will be furnished by the Owner. The Contractor shall further notify each occupancy in person a minimum of three days prior to construction in front of each property. NOIMtS 1F WORK The working hour% for this project will be limited to week days during the period from 8:00 a.m. to 4:30 p.m. The hours of work may be changed 3t the discretion of the Engineer when it is i• the interest of the public or the Contractor due to reasons of safety, health or welfare. EXCAVATED MATERIAL SPOiL AREA/WASTE SITE The Contractor shall conform to Section 4-1.06 of Standard Specifications in regard to waste sites. All material desginated by the Engineer to be wasted shall be hauled, dumped, and spread at the locations selected by ttie Contractor. The Contractor S411 have the responsibility of obtaining his own waste site. All work included in this section shall be considered to be inciden- tal to other items of work and no further compensation will be made. 4 'he route taken to the waste site shall be maintained solely by the Contractor in a manner as described below: The Contractor shall be prepared to use water trucks, power sweepers, and related eauipment as deemed necessary by the City Public k, as '+irector to allevi* the problem of lost spoils along the route. Prompt restoration of the route is mandatory. DUST AND MUD CONTROL The Contractor shall be responsible for controlling dust and mud within the proses'. limits and on any street which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints on dust, mud or unsafe practice anL,or property .ge to pri- vate ownership will be transmitted to the Contractor and prompt action in correcting will be required. Written notice of correction of complaint Items will be called for should repetitive complaints be received by the City. , STATE SALES TAX If all items in this contract are a part of the construction of a public road improvement as defined is Rule 171, issued by the Excise Tax Division of the State of Washington, the Owner is exempt from the payment of sales I tax on • , items. The Contractor -hall include in his unit bid prices any compensating tax that rust be paid. See Section 7-1.09 of the Standard Specifications. If this project is other than a public road construction, the Washington State Sales Tax shall apply and ht a separate bid item. SURVEYS Section 5-1.06 of the Standard Specifications shall he amended by the addi- tion of t ! following sentence: "The Contractor shall notif; the Engineer a minimum of 48 hou-s ;n advance of the need for surveys." OVERTIME FIELD ENGIIIEFRiNG When the Contractor p forms construction work over the accepted eight (8) hours per day or for..y (40" hours per week, or on any City holiday, and the work requires inspection, then the Contractor shall reimburse the Cit; at the rate of $25.00 per huur, The City shall have the sole authority in determining the necessity of having the overtime inspection, and shall no. tify the contractor of intent and said costs will be deducted from monies due the Contractor on each monthly estimate. DELIVERY OF TICKETS All delivery trucks that are required fer the purpose of calculating quan- tities for payment must be received by the Engineer at the time of delivery. No payment will be made on tickets turned in after date of delivery of material. A. 8y Truck Payment will not be made for delivery tickets which do not show type of material, gross weight, tare weight, truck number, date, and inspector's initiels. Scale certification shall be submitted as early in the project as possible. Each weigh station shall maintain a record of the truck number, time, date and weight of al , trucks Providing material to the project. The weight list shall be maintained in duplicate with one signed copy transmitted daily to the City by the scale attendant. In isolated cases where scale weight is not available, Ua inspector shalt measure the truck volume and certify as to its full load delivery. t Em b. Ey Other Means Method for measurement .nd s > e site any other means will be determined by the t Contr,brought agreement 0y before award of contract. SIZE, WEIGHT AND LOAD RESTRICTIONS All motor vehicles of the Contractor. Subcontractors, and suppliers shall strictly adhere to rh, 46.44 of 'he Mntor Vehicle Laws of the State of Washington ,1967 Edition and amendments thereof) in regard to size, weight and loads of motor vehicles. Payment will not be made for any material that is delivered in excess of the legal weight for which the vehicle is licensed. Any gross violation of these regulations shall be reported to the affected law enforcement agent. The Contractor i• to furnish to the Public Works Director a listing of all haul vehicles use on this project, listinq the vehicle number, license number, tare weinht and licensed load limits. SUBCONTRACTORS AND SUPPLIERS A list of subcontractors and suppliers that wit; be involved with this project shall be given to the Engineer for his review and approval imnedi- ately after the contract has been awarded. This list must be received by �. the Engineer b^fore the contract may be signed CHANGE ORDERS Ail additional work tha. requires compensation to the Contractor for items that prices are not included in the contract shall require a written change order before work may be done. The Contractor shall be responsible for acquiring the necessary change orders that are required by any of hi, subcontractors. PRE-rONSTRUCTrON COK�ERENCE Prior to the start of construction, the Contractor, Engineer, all subcontractors, Utility Department, Telephone Company and other interested departments shall attend a preconstruction conference, with time, place and date to be determined after award of the contract. Subsequently a repre- sentative of the Contractor will attend a weekly conference to review prog. ress and discuss any problems that may bt incurred. The t place and date to be established at the preconstruction conference. l FIELD OFFICE - i f The Contracto, shall provide a field uffice rith heat, iights, telephone anC .11 weather autamobfla access and parking in a central location on the ,lob site for the use of the Engineer. The field office should be of suffi- cient rite to accommodate the inspector dnd allow adequate additional room for meetings of up Lo three (3) people. All expe^sea incurred in supplying the field office shall be considered incidental to the project. SANITATION FACILITIES Sanitation facilities should be provided in the area of the field office to conform with Section 7-1.22 of the Standard Specificr'ions. All expenses incurred in supplying access, parking and sanitation racilities shall be considered incidental to the project and no compensation shal' aade. PROJECT CONSTRUCTION AND IDENTIFICATION SIGNS (ROADWAY PROJECTS ONLY) The Contractor shall furnish and install project identification signs on each end of the project one (1; week in advance of construction. The signs shall conform to the specifications as Der attached sheets. One Sign of each type shall be installed at eoarh end of the project. The Contractor shall furnish and install con structiun styns which conform to Pert 6 of the 1971 Edition of Manual of Uniform Traffic Control Devices ( for Streets and Highways, United States Department of Transportatic . . Fed- eral Highway Administration. The cost of furnishing and placing all construction and identification signs shall be incidental to the project and no compensation will be made. LINES AND GRADES The Engineer Shall have tie right to make reasonable changes in the grades as they are shown on the drawings. Grades will be established in the form of offset stakes at distances not greater than 50 feet, set in advance of the work. Whenever work is in progress, the Contractor shall have in his employment a worker competent to set a batter board or other construction guide from the line and grade stakes given ty the Engineer. Such employees shall have the duty and responsibility of placing and main- taining such construction guides. A batter board at with an engineer's level shall be used for all lines set on a grade of 0.50% or less, at least three batter boards shall remain in place Juring pipe la in; operations. if, through the Contractor's negligence, any stakes shall b. destroyed and require resetting, a sum shall be deducted from the Contractor's final pay. ment .ouivalent to the extra cost in engineering required for Such placement. 10 :1 The laser method of establishing grade may be used pruviding•. 1. Reuuest for use, equipment and method of operation are submitted for City review and approval at least 5 days prior to use. 2. Grades are checked at least once every 50 feet and at least 3 times daily by conventional methods. 3. Proper anchorinq of pip! is performed in locations .here a box is be- ing used for excavation. The Contractor shall arrange his work to allow a reasonable itme fo• the setting of stakes for the next phase of his operation to prevent work delays while waiting for construction guides. EASEMENT AND RIGHTS-OF-WAY The Owner will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. LAND PROVIDED BY OWNER The Owner may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equip- ment or materials. LAND PROVIDED BY CONTRACTOR The Contractor shall provide with no liability to the Owner any additional land and access thereto not shown or described that may be required for temporary construction facilities of storage of materials. He shall con- struct all access roads, detour roads, or other temporary work as required by his operations. The Contractor V all confine his equipment, storage of material and operation of his worker, to those areas shown and described and such additional areas as he may •rovide. RESTORATION OF STRUCTURES AND SURFACES a. General All construction work under this Contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a min- imum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be left open for more than 48 hours. b. Structures The Contractor shall remove such existing structures as may oe neces- sary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as fo-ind with mini- mum requirements as herein specified. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements - Cultivated Areas and Other Surface Improvements All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip t^p soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upcn completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed, or damaged, shall be replaced by the Contractor with material of equal duality at no additonal cost to the Owner. In the event that it is necessary to trench through any lawn- areas, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned, by sweeping or other means, of all earth and debris. C The Contractor shall use rubber wheel eduipment similar to the small tractor type Dackhoes used by side sewer Contractors for all work, including excavation and backfill, on easements or rights-of-way which have lawn areas. All fenc^s, markers, mail boxes, or other temporary obstacles shall be removed by the Contractor and imediately replaced after trench is backfilled in their original position. The Contractor shall notify the Owner and property owner at least 24 hours in advance of any work done on easements or rights-of-way. Ail construction work under the Contract on easements, right-of-way over private property or franchise shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a min- imum amount of damage. The Contractor shall schedule his work so that trenches across easements shall not be left open during weekends or hol!days, and trenches shall not be left open for more than 48 hours. Damage to existing structures outside of easement areas that may re- sult from dewatering and/or other construction activity under this contract shall be restored to its original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaciton of the property owners and the Owner at the expense J of the Contractor. l d. Streets The Contractor will assume all responsibility of restoration of the surface of all streets (travelled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Owner. The Owner will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. SIDE SEWER POLICY No side sewers will be installed until such time as that section of the main sewer pipe line to which the side sewers are to be connected has been tested by the Contractor ,ind a memorandum of approval for such section has been issued by the Owner. The Contractor and the Dwnei understand and agree that following the issuance by the Owner of a memorandum, which memorandum approves a specified section of the main pipe line, the Owner may authroize any side sewer contractor, duly licensed by the Owner, to install and connect and test one or more side sewers to any such approved main pipe line. After the first side sewer is actually connected to the main pipe line, the Contractor shall not be held responsible for any foreign matter, debris, mud, and sewage which reaches the main pipe line within a previously approved section. However, the Contractor is in no way relieved from the responsibility and guarantee hereinbefd-e and hereinafter set forth for materials, workmanship and repair to contractor-installed pipe line and appurtenances. It is further understood and agreed that during the Contractor's guarantee period if there are any indications of failure of the main pipe line or one or more side sewers, the burden of prom as to whether the failure is within the main line or the side sewer or sewers, shall rest with the Owner; however, if investigation of such failure conducted by the Owner ,iscloses that such failure is on the main pipe line, the Contractor shall make repairs and promptly reimburse the Owner for actual cost of such investigation. TRAFFIC CONTROL Section 7-1.16 of the Standard Specifications is supplemented by the following; The Contractor shall maintain detour routes and other route,. used by his equipment hauling materials to and from the area. In addition, the following shall apply: a. Two-way traffic and pedestrian access will be maintained as directed by the Engineer. b. Local police and fire departments shall be notified, in writing, prior to construction. C. tigress and egress for times. local residents shall be maintained at all d. traffic The Contractor shall submit to the Owner for approval plans for Shall becontrol submittedtatnthedPreconstructioq the n Conference. areas. These plans Peak traffic shall remain o Conference. Areas er heavy approved D Pen curing peak traffic unless otherwise y the Owner. All signs shall be supplied by the Contractor. All costs associated with traffic control shall be incidental to the other comes in the project and control no separate payment will be made for traffic REMOVING TRAFFIC AND STREET SIGNS The Contractor shall be responsible for maintaining and preserving all traffic and street signs. In the event it shall be necessary to remove or relocate a traffic or street sign, the Contractor shall notify the Engineer Of all the changes rade. All signs removed shall be collected by the Contractor, who shall then notify the Engineer to have the Traffic Division remove these signs from the project site to the City yard. When work has been completed and prior to said area being opened to traffic, the Contractor shall notify the Engineer whi shall have the Traffic Division replace all signs necessary. The Contractor shall be responsible for the replacement of all signs lost or damaged due to his neglect. SOIL INFORMATION The bidder shall make his own deductions and conclusions as to the nature Of the materials to be excavated, the difficulties of making and maintaining required excavations, the difficulties which may arise from subsurface conditions, and of doing any other work affected by the subsurface conditions and shall accept full responsibility. SALVAGE All salvage material as noted on the Plans and taken frow any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City Yard. Any cost incurred in salvaging and delivering such items shall be considered incidental to the Project and no compensation will be made. AWARDING OF CONTRACT NTRACT Awarding of contract will be based on total No partial bids will be accepted. sum of all schedule of prices. Vr �1 LIQUIDATED DAMAGES Section 8-1.08 is amended as follows: Liquidated damages for failure to complete the contract within the specified time will result in damage being assessed as per the following table: Contract Price Liquidated Damages t 0 - $ 50,000 $ 50.00/worLing day f 50,000 - $150,000 $100.DO/working day $150.000 - $250.000 $200.00/working day $250,000 and over $300.00/working day The above figures do not include costs for inspection, supervision, legal expense and court costs incurred beyond contract completion date. The cost of additional inspectio:i and supervision shall be an amount equal to actual salary cost plus one hundred percent (100%) for overhead. AUTHORITY OF THE ENGINEER The engineer shall have sole authority to change and/or regulate work hors, methods or location of work to accommodate actual field conditions. C SECTION 11 - MOBILIZATION 11-1 PAYMENT The leap Sum price bid for mobilization shall be paid with partial Payments in accordance with the followinq schedule: When one percent of the total original contras; amount is earned from. other bid items, 10 percent of the amount bid for mobilization will be paid. For each corresponding one percent of the total original contract amount earned from other bid items, 10 percent of the mount bid for mobilization will be paid until 10% of the total original contract amount is earned from other bid items, at which time 100 percent of the amount bid for mobilization will be paid. Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the co.tract. i SECTION 13 - STREET AND DRAINAGE EXCAVATION 13-1 DESCRIPTION Unclassified excavation, ursultable 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 CONSTRUCTIN DETAILS Unclassified excavation shall Include all materials excavated from within the limits of work including excavation for rock retaining walls and open drainage ditches. Suitable excavated material shall be used for roadway +atsnkments, while surplus excavated material, if eny, shall be disposed o• by the Contractor. All veget'Lion, such as trees, roots, brurh, hear .ous, navy growth of grass, a..i all decayed veoetable matter, rubbish, and other unsatis- factory a •trial 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 in 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 an debris. the Contractor shall .nake 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 excavatia� of every type of material, 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 in fill or emhank- ment areas within the limits of work, only upon approval by the Engineer. Removal of concrete, asphalt concrete, asphalt and cement concrete driveway, sidewalk 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 pa-t 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 conform to 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 rocks or cemented lunps larger than two and one-half inches (21e") in greatest dimension, in the top six inches (6') which shall be compacted to a relative density of not less than ninety-five percent (95%) as determined by Test Method AASNO T-180 .C.. Exravetton for gutters shall be accomplished by cutting accurately to the cross sections, grades, a-id elevations shown. Care shall Da taken �. not to excavate gutters below the specified grades. The Contractor taken mairRain all excavations free rroa detrimental The Conttigs of laves, brush, sticks, trash, and other debris until final acceptance of the work. Any over-excavation not : I' replaced with Dank Pacifically authorized by the Enginee DY the Contractor at no gr r shall be run ravel, Class •g•, compacttC as specified above, expense to the City, Embankment peci shall be perform to dard Specifications. Cap accordance with Section 13 of the Stan- Action 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 nuc'ear method as outlined in the ASTH designation number 01911-71, or by any other method approved by the Engineer. Unsuitable material encountered below the subgrade or stripping line Shawn on the plans shall be removed and disposed of in accordance with section 13-3.02 of the Standard Specifications, as directed by the Engi- neer, This material, so ,-emoved, shall be replaced with bank run gravel, (90%),Bastdet e rained oby Test tH thodsAAS80 T-1ot 801�: than ninety portent Stripping, disposal of unsuitable material,embanlanent compaction temporary drainage work, and shall be considered incidental to and part of the bid prices for Unclassified Excavation, Excavation of ditches shell be accomplished by the Contractor by tutting ection accurately to the cross s and grades as shown on the drawings. Placement and removal of surcharge materials shall be accomplished, measured and paid for as described in Section 19. Culvert Excavation at S.W. 27th Street and Springbrook Creek as thaw;, on tEngineer to remove a unhe plans shall be accomplished by the Co.i.,actor at the direction of the vents. This excavation will 1 lu le de the excavation rials below a protomposed cul- within Springbrook Creek. The Contractor shall familiarize himself with available soils information in order to assess the extent and difficulty ex this operation, Springbrook Creek shall be diverted during the excavation operation by the Contractor, It is the responsibility of the Contractor to choose taxi mthod and carry out the diversion, The diversion scheme mu,, M, in ryapliance with, and be approved by all Oppl nly Burin governmental agenci_ as well as the Owner, and shall occur only during the time frame allowed by the Hydraulic Protect Approval, a Copy of which is attached hereto, I Adequate right of way is provided for the culvert permanent installation. However, no construction easements have been obtained. l The Contractor shall make his own arrangements with abutting properties should he require additional area for creek diversions, spoil piles, access, etc. 13-310A1 UNSUITABLE EXCAVATION Unsuitable excavation shall include all material; excavated below the neat lines or stripping lines of the roadway cross sections. The unsuitab.e material shall be excavated as directed by the Engineer. This malarial, so removed, shall be replaced with Bankrun Gravel Class 'B• d comlpacted to a relative density of not less than ninety n rrv­ 'Q%1 sc determined by Test Method MS -11, 't•, 13-0 MEASUREMEI.T Uncla shall calculatedsfromeneat lines. Ursuitable excavation andhsolid roc cubic kaexca- vation shall be field measured by the cubic yar,l, Culvert Excavation at S.M. 2,th Street/Springbrook Creek shall be measured by the cubic yard as determined from cross sections taken before and after excavation, The amount shown in the proposal is an estimate for the purpose of establishing a bid price. Any excavation performed for the diversion of Springbrook Creek shall no, be it luded in this item, 13-5 PAYMENT Payment for Unclassified Excavation shall be at the unit price bid, per cubic yard, as set forth in the Proposal, which shall be fell compensation for furnishing all labor, materials, equipment, tools, supplies, and all incidentals necessary to complete the strippinq, open ditch excavation, grading, haug and placement of embankment material, compaction, and disposal oflin surplus, if aoy. Removal of all bituminous and asphalt pavement withing the right-of-way shall ue consioered as unclassified excavation. Payment quantities for unclassified excavation have been deters from neat line plotted cross sections made before excavation. These c sections are available for inspection by the Contractor, ross Payment for Unsuitabli Excavation and Solid Rock Excavation shall be by 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 Reck Excavation quantity as shown in the proposal is for the purpose of establishing unit price only. Exact a quantities will be determined in the field as work progresses. Culvert Excavation at S.M. 27th Street/Springbrook Creek shall be paid for by the cubic yard at .he unit price bid. Any excavation necessary to divert Springbrook Creek shall be considered incidental to other pay items and no payiaant sill be made under this bid item for this operation. SECTIONTER 16_ 11CR-10N Water shall be acquired and placed in strict Compliance with Sec- tior, 16 of the Standard Specifications. except as modified herein. 16 5_ PAYMENT Thera shall l no payment for water. All costs of furnishing. transporting and placing water shall be considered incidental to other bid p� items. C SECTION 18 - ROCK RETAINING MALL 18-1 DESCRIPTION Rock retaining w--lls shall be constructed as shown on the Plans or as direct by the Engineer. 18-2 MATERIALS The wall shall be constructed of rock rangin4 in size from 300 pounve a unifdorm(rangeioffeet) to 2,ODO pounds (Is size in betweerto. I the ccut cseection the min yard) and imum aimminimumock size shall increase from top to bottom with the top three feet consisting of rock having a minimum weight of 400 pounds, the next three feet consisting of rock having a minimum weight of 8DO pounds and the remainder of the wall consisting of rock having a minimum weight of 1,200 pounds. In 'he fill section the minimum rock size shall increase from ton to bottom with the top three feet consisting of rock having a mirimum weight of 400 pounds and with the minimum rock weight for etch succeeding three foot _one increasing by an additional 400 pounds over the zone above. The rock shall be hard, sound and durable and be free from segregation, seams, cracks and other difects tending to destroy its resistance to weather. Rock used shall have a density of at least 165 pounds per cubic foot. 18-3 CONSTRUCTION DETAILS The rock wall shall be started by excavating a trench as staked by the Engineer. The trench in the cuts section shall be excavated to a depth of not less than 0.5 feet or more than 1.0 feet below subgrade. -he trench in the fill section shall be .ixcavated to firm soil for the entire base width of the rock wall with a minimum depth of 1.0 feet below the existing ground. For walls in the fill section over 5 feet in height the trench shall be excavated an additional 0.2 feet for each foot of wall height over 5 feet. The largest rocks shall be placed in the trench with each succeeding row of rocks seated well on the rocks below and thoroughly tapped and driven into place aga nsf the slope to make a tight wall containing as few voids as possible. In the cut sertion voids existing between the rock retaining wall and the excavated bans shall be filled with Gravel Base Class B. The backfill shall be thoroughly tamped before the next course of rocks is placed. In the fill section the rock retaining wall shall be constructed one course at a time as the adjoining roadway fill is placed. The exposed face of the will shall be made as smooth as the shape and r tilt of the rocks will Permit and shall not vary more than 0.3 feet from Slope plant of the finished surface. Rock selection and Placement shall be such that at least 80 percent of the exposed face of the wall is rock. Ballast backfill shall meet the requirements of Section 23 of the Standard Specifications for ballast. The purpose of the ballast is to act net 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 eebaniaaent as well as being compacted into all vote spaces. The ballast materials will be placed in lifts to an elevations liftsillb approximately 6 inches belw the course of the placed rock. The ballast lifts will b! placed after each course of rocks. Any ballast material on the bearing Surface of the rock course will b• removed before the next course of rock is set in Place. 18-5 iEAS0REMENT AND PAYMENT The rock retaining walls will face in plate. Measurement wi De measured by the square foot of rock well ll be to the nearest 0.1 square yard on the basis of field me+surements on 25-foot intervals after construction. The area of the wall will be computed from the top elevation which will be field determined upon cmipletion of rock placement on 25-foot intervals or at ends and midpoints where walls are less than 50 feet in length. The bottom elevation will be measured to 9 inches below the finished grade at the base of the wall in a tut below the natural ground line in a fill section. section and 9 inches Excavation of a the rock retaining wall will be included in the unclassi- fied excavation. No further compensation will be made for excavation. Excavation beyond the limit shown on the drawing shall be at the Contractor's expense. The unit contract price per square yar,i all labor, tools, equipment and materials:hall be full compensation for 'herein, 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 1919-1_ GENERAL Surcharge materials (Preload) shall be placed on the roadway alignment as shorn on the neat line Platted cross sections te ,rod in the plans. Price to the placement of any fill materials or surcharge materials, the Contractor sAa11 install settlement platform in the locations indicated d the plans. The locations shown are approximate; the Engineer rill determine the final locations at the time of construction in the field Ate the conclusion of the surcharge period as determined by the Engineer, the Contractor shill remove the period materials and settlement platform pipes. 19-2 SURCHARGE MATERIALS I Surcharge material ,at Surcharge shall be Bank Run Gravel Class "B" or excavated Dla as directed and approved by the engineer. The material shall be ced in accordance with Srction 13 of the Standard Specifications, 19-3 SETTLEMENT PLATFORMS Settlement platf in the plans orms shall be cnnstructd and installed as detailed . The Contractor shall ment platforms during the settlement in pace a?1 of the settle repturbed or damag-d, the Contra tor period. rroShould tify tth Engineer be ! pa the disturbed platforms, end 19-4 MEASUREMENT 4 ME�ASURE_►ENT Fur measured nashBank Run Graveln Class-6" by the ton. Settlement Platforms shall be measured per each. Surrharge Excavatior, the cubic yard in the field by cross shall be measured by sectioning the surcharge area after the settlement Denied. 19-5 PAYMENT In the event that excavated materials are purposes, the cost shall used for surcharge be considered incidental to unclassified excavation and no additional payment shall be made. Payment for furnishing and placing lnported 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" and shall be considered as full compensation for all labor and materials necessary to furnish, place, maintain, remove riser and pipe and any other incidentals necessary to complete the repairiof replacementisoring of requ!red duel glthe settlement settlernent Periodshall Any Considered as incidental and no additional compensation shall be paid be the Contractor, i yard nt for t the unit Price of surcharge materiels shall be made by the cubic Pr ce bid for -Surcharge Excavation• Payment•Surcharge E:cavatlon• ""' be considered as full cae sation for excavating, aterhouliayl and""' of surcharge materials. Surcharge excavation materials shall be used far roadway embanbmts and trench Wckf111 as directed by the Engineer. removed from the site and disposed of Surplus material, 1f any, shell be placement, compaction and disposal operations be included shall he tom' All handling t price Did per unit for Sur ge Excavation. ncluded the an. C IECTION 21 - WEIGHING 21-1 DESCRIPTION All bed items in the Proposal which are to be measured by the ton fied 1 shall be weighed on scales certified accurate within the limits speci- n 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 Engineer at the time of delivery and shall not be valid for payment unless each ticket has been initialed by the Engineer. 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 ,lob 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, shall be borne solely by the Contractor. Weighing will be considered incidental to construction and all costs thereof should be included by the Contractor in the appropriate prices bid for the material being weighed. SECTION 23 - CRUSHED SUiFACIN6 BALLASTIN6 AND SAND S-NG 23-123-1 DESCRIPTION Crushed surfacing top course and base course shall be in accordance with Section 23 Of the Standard Specifications except as hereto modified, Temporary crushed surfacing base course shall direction of the engineer be placed oily at the to provide temporary traffic iccess to driveways and streets during construction, The quantity shown proposal is for the purpose of establis in the hing a unit pri^e only, actual quantities will be measured as construction progresses. The Engineer may require that some or all of the temporary crushed surfacing base Removal be all be oneideredause oincidenttalatoatenr to meet final grades, base course, Porary crushed surfacing 23-2 RIP RAp All rip rap used for this project shall be quarry stone and meet the following requirements. A. Specific gravity: 2.65 minimum, B. Breakdown i 1. Rock drup breakdown: 5 percent maximum 2. Abrasion breakdown at 1,000 revilutions:maximum 40 percent i 3• Breakdown after 10 cycles of wetting and drying: 5 Percent maximum I. Solubility in water, breakdown, or softening: none 23-3 -EST METHODS FDR RIP RAP Unless ntherwise sPecified in the Special Provisions or indicated on the drawings, test methods for quarry stone shall be as fo',lnws: A. Apparent specific grxvity per ASTM C 127. S. Abrasion characteristics to be determined by Rock Drip Test o. Los Angeles Rattler (ASTM C 131) as required on the drawings or the specifications. I. Standard Rock Drop Test. Tests shall be made on groups of five accurately rom 75 to 100 bs., Notl 2, 100 to 125 1bs.N No1�3, 1251to f 150 lbs.; No, 4, 150 to 175 lbs.; No, 5, 175 to 225 lbs. Each rock of the five sizes shall be dropped three times on the group of the other four, in an enclosure, from C successive heights of 10. 15 and 18 feet, The enclosure shall have a flexible medium -eight galvanized iron floor or equivalent, set on a solid foundation. Order of dropping Shall be Nos. 3, 2, 4, 1, S. Ail rock passing e inch spuare awash screen after test shall be weighed and recorded as a percentage of the total initial weight of :he five rocks. 2• Los Angeles Rattler, per ASTM C 131, Grading E. C. Wetting and Drying. The stone shall be crushed, screened and 1.000 or 1,500 grass of the 3/4-inch to 3/8-inch fraction taken for the test. The cruslr�d and graded strne shall be submerged in water for 18 hours at room temperature, after which the samole shall be drained and oven-dried at 's0 degrees F. dhen dry, Shall be cooled to roan the sample cycle. t, ..Perature. This would canplete one The Percent loss shall be determined by screening the tested sample on a No. 4 sieve and shall be computed as follows; 100 x Weight of Material Passing No. 4 Slew •%Los,. Total Weight of Sample i D. Accelerated water breakdown an( solubility test. Air-dry samples of representative stone weighing approximately 1 lb. each shall be immersed for 8 hours at 140 degrees F.. in distilled water, local tap water, or 3.5 percent sodlun chloride solution. 23-423-4 ME�REMENT Courseu "Temporary Crushed Surfacing Base Course'randedRip Rap- will Base Course", by the ton. Tonnage will be verified in accordance with Section21-1 o the Sp-cial provision. 23-5_PAYMENT Payment for "Crushed Surfacing Top Course", "Crushed Surfacing Base cbe at the resecve unitourse", 'Tempor,ry Crushed Surfacing Base Course- and 'Rip Rap" shall shall consideredtias full pcoepe si t ion rice bd r for ton i furnishing. Placing Payment Cooursetshall6 considered as th material. yfull cent ompensation for forrfurniishing.Surfacing Base compacting and removal as directed by the Engineer, 9. Placing, C SECTION 26 - BANK RUN GRAVEL 26-1 DESCRIPTION Bank run gravel 'Class B' shall conform to Section 26 of the Stan- dard Specifications. Bank run gravel Class B shall be used to replace unsuitable excavated trench material, unsuitable subgrade, and as road- way and shoulder embankment material, surcharge material or as directed by the Engineer. Bank run gravel Class 8 used as embankment material will be compacted to a relative density of ninety-five percent (9S%) as determined by Test Nethod AASHO 18D 'C'. 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 progresses. 26.4 MEASUREMENT Bank run gravel Class B shall be measured by the ton according to Section 21. 26-5 PAYMEHI Payment for 'Bank Run Gravel Class 8 (Streets)' shall be made at the unit price per 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 P (Trench)' is lescribed in Suction 61. { SECTION 33 S ALT TREtrF.0 BASE 33-2 MATERIALS 331.01 ASPWILT Asphalt cement shall be VSHO Viscosity asphalt, grade AR-2000 grade paving 33-3 CONSTRUCTION RE2 REhTIM 33-3.06 SPREADING PND FINISH:NG ATB sMlI oe spread automatic paving machine in accordarK•, with Section 33-3,06. The nominal compacted depth of a course shall not eYco.d focr inches fe), 33-3.08�-wetTY Additional cores may be required by the Engineer in accordance with Section 331. The use of equipment which results in damage to the materials or produces sub-standard workmanship will not be permitted. 33-433-4 1iF_ `NEMENT �\ Asphalt treated base will be measured by the ton, 33-5 PAYMENT 1. Payment w{11 be made for asphalt treated base on a per ton basis. The unit contract hinge per ton for ATB shall be considered full compen- sation for furnishing all labor, equipment, materials, tools and sup- plies and for all other costs including testing, Producing, screening, loading, hauling, and stockpiling the asphalt treated base aggregate, furnishing the asphalt cement, mixing, hauling, spreading, compacting the asphalt treated base, and all other work not set forth as bid items in this contract incidental to fulfilling the requl ements of these spetlfications. i SECTION 34 T �CI!ETE PAVMXT 31-3.08 PREP..WTi0N OF h_SPNALT SURFACE Asphalt concrete ificati shall be "Class B' and conform to Section 31 of the Standard Speclflcatian except as modified herein; a• Paving asphalt used shall be grade AR-4000W, Long b• ally Offset Joints between successive courses shall be later. ally offset a ■inim,m of twelve (12) Inches. C. Co laactlon Of asphalt concrete shall be in accordance with Section 34-3.09 of the Standard Specifications, 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 by a paving machine, , accomplished by the use of asphalt concrete •Class B- placed f• Unfavorable weat;rr Section 34-3.19. When, in the opi;,ion of the Engineer, the weather is such that satisfactory results cannot be obtained, the contractor shall suspend operations until the weather es favorable. The asphalt concrete paving machine shall be equipped with automatic capable oftsensing graderols with nfrum anroutsihde refeer or rence a oth sides as a ski, Sens the transverse slope M r Paver signals which operate the screed for maintainand PLvlding the electrical transverse slope. The grade controller or sersor shall behe icnnstrru tedeso it may be fitted with a ski-like shoe or ride on the adjacent mat. The slope controller shall be capable of maintaining the screed at the desired transverse slope width, The roadway within plus or minus 0.1 per cent in a 12-foot 34-3.01A. shall be prepared in accordance with Section As asphalt tack coat (SS-1) shall be Placed in accordance with Section 34 Of the Standard Specifications. The tack coat shall be applied to all existing Pavement surfaces, asphalt o- concrete and between successive layers of Asphalt Concrete Pav'snent. The tack coat shall be consider-u as incidental to the cost of the Asphalt Concrete Pavement and no se+- arate payment will be. made for this ite,,, The asphalt concrete Pavement shall be placed in lifts as shown on the clans. 34-3.11 CONSTRUCTION OF COURSES The esphalt concrete pavement shalt be constructed as shown an the except as modified herein-plans end in accordance with this be of the Standard Specifications 34-5 MEASUREMENT PAYMENT P4 ant for furnishing and placing 'Asphalt Concrete Pavement Class f- shill be made at the unit price pF-r ton as set forth in the Proposal and shall be full compensation for all labor, tools, equipment, materials and incidentals required to perform the work as specified including the asphalt bike path. Any work which is essential to construction bat for which ao bid item is included in the proposal shthe all M considered as 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 Concrete' shall be made at the unit price per ton as set forth in the Proposal and shall be full compensation for all labor, equipment, materials and incidentals. i i f ` SECTION 36 - EXTRUDED r.EMENT CONCRETE CURB 36-1 DESCRIPTION Extruded cement concrete c-rrb shall be constructed as specified in the Standard Speciflcatlonx, Standard Plan 6A except as modified herein. 36-2 MATERIALS I' Delete the sixth (6th) paragraph of this subsection. 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 concrete 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 curb 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 anu materials and for complete installati.,n in accordance with the plans and specifications. SECTION 39 - CE14F.NY CONCPETE PAVEMENT 39-1 GENERAL Cement concrete pavement shall be constructed in accordance with Section 39 of the Standard Specifications except as modified nerein. Cement concrete used for pavement purposes shall be APNA air-entraining Portland cement concrete Class 5 (1-1/2) with 5% air content (! 1% air content). Longitudinal ,joints shall be spaced along each driving tone. Transverse joints shall be spaced at 15-foot intervals ± 2 feet to accommodate utilities, All ,joints shall be handtooled or saw cut at contractor's option. Saw cutting shall be done as soon as possible after texturing (4 to 16 hours). Curb and gutter can be formed integral with the pavement or separately at the contractor's option, 39-4.1 MEASUREMENT Cement concrete 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 Cement concrete pavement shall be paid by the square yard in place, C which shall be full compensation for all equipment, materials, labor, and tools necessary or incidental to furnishing, placing, spreading, finishing, texturing, Joint construction and curing. f1 (� SECTION 40 - CEMENT CONCRETE CURD, CURD AND GUTTER I 40-1 DESCRIPTION Cement concrete curb and gutter shall be constructed to accordance with the Plans and Section 40 of the Standard Specifications except as modified herein. Cement concrete curb and gutter type A shall be per Standard Plan. 40-2 MATERIALS AND FORMS 40-2.01 CONCRETE Cement concrete curb and gutter shall be constructed of Class 5 (1-1/2) air-entrained Portland cenen: 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 beginning of curves, at curb returns and driveways. b. The sub-!ase 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 (1/80) in ten feet (101), or the aligvnent one-fourth inch (1/4") in ten feet (101). 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 items as may appear in the proposal: 'Cement Concrete Curb and Gutter Type A" per linear foot. Curb and gutter will be measured by the linear foot along the face of curb for the actual length constructed, and shall include the depressed curb for wheelchair ramps and driveways. Payment for furnishing and placing "Cement Concrete Curb and Gutter Type A" shall be made at the unit priCE per linear foot as set forth in the Proposal and shall be full compensation for all labor, equipment, materials and incidentals, including forms. Installation of wheelchair ramps shall be Incidental to this item and no separate payment will be made. l SECTION 41 - CEMENT CONCRETE DRIVEWAY AND ALLEY RETURN 41-1 DE: CRiPTiON 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 filter and curing materials shall conform to requirements outlined in Section 37, Portland Cement Concrete Materials. The cou.rete mix shall be as sped{Red for Class 5- (1-1/2), and the slop of the concrete shall not exceed three and one-half (3-1/2) inches and have a minimum design strength of 3000 PSI. 41-3 CONSTRUCTION DETAILS 41-3.01 EXCAVATION AND SUBGRADE Excavation for driveways shall be considered incidental to the con- struction of the driveway, and no payment will be made the Contractor therefor. Subgrade preparation for driveways and the required ccmprction shall conform to the applice' le 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 the 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 lino ,mil nr.A. A templata shall be set upon the forms and the subgrade shall bo 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 enough protective 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 All- -d. 41�EK"T Neasurewent for caagnt Concrete driveway will be wade by the square yard for all surface concrete driveway placed. I1-5 PAYMENT paMentfor furnishing and placing "Cement Concrete Drive way (6- Inches thick) shall be made forth in the at the unit Price per square yard as set tools, equipment,proposal and shall be full ca"nsation for all labor. materials and incidentals required to perfo Which no as specified. My work which is essential n the workto the construction but fur incidentaliuW includedtm is n the pr the Coststhereofshall beptncludedlil be n the considered as of the proposal. SECTION /2 CEMENT CONCRETE SIDEWALKS l 4242-1 DESCRIPTION concrete Sectio^ 42�tof the Stands dalk shall Spetificabe constructed in ioaccf errdancwith and as per detail drawing incorporated within these Special Provisions. 12-2 Iy1TER U115 The concrete rat mix fa at or conte the sidewalk shall be Class 5 (1-1/2) with a wnt redo not to exceed 5.75 gallons and a maximum slurp of 3 112 inches with a minimum design strength of 30DO PSI. 42-3 CONSTRUCTION DETAILS A. Delete the last sentence, second paragraph of Section 42-3.03. b. Dummy Joints at five (5) foot centers shall be famed by cut- ting a grocve in the concrete with a tee bar after the concrete has taken the initial set. The size of the dummy Joint shall be as shown on the detail drawing. Once the dummy Joints have been tut, the sidewalk shall section 42. be furnished in accordance with C. The sidewalk shall he divided into panels by scoring one- fourth inch (1/4•) deep on five (5) foot centers transversely, d. Cement concrete sidewalks shall be constructed tc a minimum thickness of four inches (40) and to the width as shown on the construction plans. e. Panels and Joints shall be similar to Standard Plan No. 14, Type •R• of the Standard Specifications. 42-3.03A DEPRESSED CURB (WHEELCHAIR RAMP) At intersections where new cement concrete curbs are to be con- structed, the Contractor shall Curbs construct depressed curbs. The depressed a s directed by the Engineer.rps shall be constructed in accordance with APNA Standard Plan 14C and 42-4 MEASUREMENT Measurement for ceme cnncrnt, sidewalk will be by the square yard for ail surface of concrete wt;k Placed. 42-5 PAYMENT Payment for furnishing and placing *Cement Concrete Sidewr'v 4• Thick shall be made at the unit price per square yard as set form in the Proposal and shall be full compensation for all labor, equipment, beterlals, and all intldentals. Installation of wheelchair ramps shall be canildered incidental to and part of the price for the concrete sidewalk. i SECT:ON 44-6 - PAINT STRIPING 4444=6.01 4" SOLID STRIPE Painted pavement striping shall be installed in accordance with Section B-22 of the "Standard Specifications for Road and Bridge Con- j struction 1977" of the Washington State Highway Commission. The Con- 91 tractor shall comply with the following material specification for paint striping. Traffic Line Paint shall be furnished in accordance with the Speci- ca ons or ormula W-77 (White) and Y-17 (Yellow). Copies of these Specifications are available at the Washington State Department of ! Transportation, Materials Laboratory, Post Office Box 167. Olympia, Washington 98SD4. 44-6.02 MEASUREMENT "Paint Striping' shall be measured per linear foot of striping and no deduction shall be made for the skip between stripes when measuring. 44-6.0. 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 co,yensation 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 pavement 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 MUTCD, or as directed by the Engineer. Pavemenc markings as reterred to herein shall comply with the following definitions: Crosswalks. Crosswalks shall consists of two solid lines of white p a—T sfTc—material 12 inches in wid parallel to one another and separated by a minimum distance of eet Las shown onwn on t Traffic Arrows. Traffic arrows shall conform to the details shown on the plans and shall be of white plastic material. Traffic Letters. Traffic letters shall conform to the details shown in the CD and/or on the plans and shall be of white plastic material. St��o �Bar. A stop bar shall be a solid line of white plastic materTaT 12 inches in width placed across the traffic lanes where and as shown on the plans. l MMM the materials to be used to form the above described payment markings Shall be: 1. 3M STAMARK brand pliant polymer pavement mark in film, 60 mil thickness, applied with contact adhesive, manufactured by 3M Company, 3M Center, St. Paul, Mimesote 55101. or 2. Catatnerm ABITOL formulation, 17,P mil thickness, hot extruded ihermoplast.ic manufact ',y ;,F,.-r. Corporation, Cataphote Division Post Office 3:.x 21,69, .�ackson, Mississippi 39205, 3. Or equal. All 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 thermophastic pavement markings shall be removed. Large areas of tar, grease, paint or foreign materials may require sandblasting, steam cleaning or power browning to accomplish complete removal. 44-7.01 MEASUREMENT AND PAYMENT Payment will be made for such of the following listed bid items as are included in the proposal and payment will be made under: i i "Thermoplastic Crosswalk", per linear foot. "Thermoplastic Stop Bar", per linear foot. "Thermoplastic Traffic Arrow", per each. `Thermoplastic Traffic Letter", per each., The unit contract prices per Ifnear footAfor "Thermoplastic Crosswalk" and "The.moplastic Stop Bar" and per each for "Them,oplastic Traffic Arrow" and "Thermoplastic Traffir Letter" shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental for the completion of the work as specified herein. 44-8 TRAFFIC SiGNS 44-8.1 DESCRIPTION Where shown on the plans or as directed by the Engineer, post mounted traffic signs, of 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 Fabrication Manua.` of the Washington State Highway Comnis- tion. The code numbers refer•ed to in the plans are in accordance with the Sign Fabrication Manual noted above. i 44-8.2 SIGN TYPE ANO SIZE l New traffic control signs and posts shown on the plans shall conform to the following s.zes: R1-1 Stop 30" x 30" Post Length - 12' R2-1 Speed Limit 24" x 30" Post Length - 11' Signs shall be mounted on 4" x 4" posts, and shall conform to the requlremenis of Section 9-28.15(2) of the "Standard Specifications for Road and Bridge Construction", 1980 Edition, of the Washington State ate spo"tation Cunmisslon. All posts shall De painted with three ate coats of exterior white paint. 44-8.3 CONSTRUCTION REQUIREMENTS Signs are located on the plans. These are tentative locations subject to change by the Engineer. The post lengths specified are stillatdeterminedfor bid in the field ses by hey. Final Co tiactoreprior toths of timber fabrication shall be All reflectorized signs located up to 25 feet from edge of pavement shall bt turned 30 out and those located n.,"e than 25 feet shall be turned 30 in from the pavement edge of oncoming �;affic lanes. All sign posts shall be plumb and signs level. The signs shell be inspected et night b9 the Engineer, and if specular glare occurs from failure to install at 30 as stipulated, the Contractor shall reinstall the s'.nns 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 relocated by the Contractor as shown on the plans and as directed by the Engineer. Relocation installation shall be in accordance with Section 44-8.3 above. 44-8.5 MEASUREMENT xND PAYMENT The unit contract price ier each for "Traffic Control Sign (Type and Size)" and "Remove and Relocite Existing Sign" shall be full compen- sation for all lebor, tools, materials and equipment necessary or incidental to the furnishing, placing, painting, stockpiling and relocating of traffic control signs for the project. 44-9 LANE MARKERS 44-9.1 DESCRIPTION l Where shown on the plans or as directed by the Engineer, the Contractor shall furnish and Install lane markers of the type specified, in accordance with these specifications and in reasonably close conformity to the dimensions and shapes shown in the details. Lane markers Type 2 shall be furnished with opposing white and red reflective faces for lane line delineation and opposing blue faces ar marking hydrant locations. 44-9.2 MATERIALS Lane markers shall meet the requirements of Section 9-21 of the WSDOT Standard Specifications, current edition. The adhesive shall meet the requirements of Section 9-26.2 of the WSDOT Standard Specifications, current edition. 44-9.3 CONSTRUCTION REQUIREMENTS Lane markers shall be installed in accordance with the requirements of Section 9-09, WSDDT Standard Specifications, current edition. 44-9.4 MEASUREMENT AND PAYMENT Lane markers shall be measured per each. The snit contract price per each for "Lane Marker Type 10 and •Lane Marker Tyne 20 shall be full ccw;pensation for 411 labor, tools, materials mod equipment necessary or incidental to the furnishing and placing of the lane markers. 1 9 3i 1 M-H ,44--10�SiN-SNCM PLASTIC TRAFFIC BUTTONS 'Y 44�SCRIPTIONS iae--t++W Dlestic traffic buttons shell be installed at the locations show.i on the plans and as directed by the Engineer. 44-10.2 MATERIALS *Am4 Ch glastic traffic buttons shall conform to APWA Standard Plan No. 2", Type 125D. 44-10.3 CONSTRUCTION REQUIREMENTS The i9� 'plastic traffic buttons shall be cemented to the pavement surface with epoxy. installation shall be in accordance with Section 44-9 above. 44-10.4 MEASUREMENT AND PAYMENT _ - Plastic traffic buttons shall be measured per each. The unit contract price per each for '19otack Plastic Traffic Rutton • shall be full compensation for all labor, tools, materials and equipment necessary or incidental to the furnishing and placing of the traffic buttons. 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 in accordonce with Section 71 herein. 47-2.01 TOPSOIL 1 Tap soil will not be required on this project. 47-2.02 SEED Seed mix shall conform to the following specifications by weight: Colonial Bent ass ;Highland or Astoria) 10% Red Fescue (illahee, Rainier or Pennlawn) 40% Blue Grass (Merlon, Windsor or Park) 40% English Perennial Rye 10% Seed 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 propor,ions by weight: Total Pvailable Nitrogen ID% (of which 50% is de- rived frya 38% slow- release ureaform) Available Phosphorous (Analyzed as P205) 20% Available Potassium (Analyzed as K2O) 20% Fertilizer shall be applied at the rate of 250 pourds per acre. 47-2.D48 MULCH Mulch shall consist of wood cellulose fiber and be rpplied at rate of 1,D00 dry pounds per acre. 47_4 MEASUREMENT The quantity of seeding, fart izing and mulchir- shall be based on ground slope measurement in acres of actual seeding, fertilizing and mulching placed and accepted. 47-5 PAYMENT The unit r act price Mulching" shall cbetfull compensationcfor all labore for r, tools. materials and equipment necessary or incidental to the placing of the materials noted herein. SECTION 50 - mO"UMtwS This section of the Standard Specifications rill not Applyto this project and shall be deleted in its entirety. In its place the following specifications shall be inserted. 50-1 DESCRIPTION The work consists of furnishing and installing survey monuments, bronze marker plugs, cast iron frames and covers at the points Indicated 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 DETAILS 50-3.01 REFERENCE POINTS i The Engineer will reference all monument points in advance of con- I struction. The Constractor !hall be responsible for saving and protect- ing all reference points until the monuments are set. I 50-3.02 SETTING OF MONUMENTS 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 monument.tion, the Contractor shall complete the paving operation taking care to protect the line arJ 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 _ :e 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 total cost of checking and shall reset the monument or case and cover at no additional expense to the City. The payment for checking shall be deducted from the amount owed to the Contractor for his work on the project. Failure to notify the Engineer of a disturbed monument by the Contractor shall bear an additional one hundred dollars ($100) penalty to be dedoeted from amounts owed to the Contractor plus the cost of resetting the monument. 50-4 MEASUREMENT AND PAYMENT Payment for "Monuments' shalt be at the unit price per each as set forth 'n the proposal. The unit contract price per each shall be full compensation for all labor, tools, materials and all incidental work required for furnishing and installing survey monuments, C:onze plugs, frames and covers complete in place at in accordance with the plans and specifications or as directed by the Engineer. i SECTION 52 - REMOVAL OF EXISTING STREET IMPROVEMENTS 52-2.03 REMOVAL OF ASPHALT CONCRETE PAVEMENT Removal of asphalt concrete pavement upon any type of base shall be incidental to unclassified excavation, The Contractor shall sawtut Pavement as Indicated on plans or as directeri by the Engineer.. The ` sawcutting of pavement shalt be considered as incidental to the pavement removal and the costs thereof shall be included in other items of •he to reach the oewded shall be all roadway excavation and grading -1,s n elevations d yj subgrade to 95 perrcentofmaximumdensitymeasurediin accordanceon of the CA .rith Section 13-3.10E5 or such other density required by the Engineer. 52-2.05 REMOVAL OF CONCRETE CURB AND GUTTER The full section of the concrete curb and gutter shall be removed and disposed of as shown on the plans or as directed by the Engineer, 52_2.07 REMOVAL OF CATCH BASINS MANHOLES SUMPS CULVERTS ETC. Existing catch basins, sumps, storm drains, water main and culverts the lEngineer. Aloved lnvoidspereat d by of as therenova on all of'ins exl r as directed by shall be backfilled with Bank Run Gravel Class B or with suitable Job excavation material as directed by the Engineer. Pipes abandoned but to remain in the ground shall be plugged with concrete to a depth of 2 pipe diameters or one foot, whichever is greater. 52-2.09 WASTE n,SPOSAL Shall oe in accordance with Section 4-1.06. 52-3 MEASUREMENT AND PAYMENT Payment for removing existing street improvements shall be made at the respective unit prices as set forth in the proposal, and shall be tomplete performothenworkolncludiny for l disposal. Removal//b� f'l tensor of set forth in the Proposal shall be considered as incidental' to the construction and the costs thereof shall be included in other items of the proposal. The exisitng corrugated metal culverts at the intersection of Spring- brook Creek and S.W. 27th Street shall be removed and disposed of by the Contractor. Snwingbrook Creek shall be diverted to allow excavation within the chaimel during •he culvert replacement operation. Payment for removing these culvert_ and diverting Springbrook Creek shall be at the Lump Sun Price bid as set forth in the proposal for the Bid item: "Remove Springbrook Creek Culverts and Divert Creek". All other culvert removals shall be considered as incidental to other items of construction. ( SECTION 53 - ADJUSTMENT OF NEW AND EXISTING UTILITY STRUCTURES TO FINISH 53-1 DESCRIPTION The adjustment of existing utilities shall be accomplished in com- pliance with Section 53 of the Standard 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 -etch basics, inlets, monuxent frames, sanitary sewer ^lean-outs, and similar structures will be permitted after the fins: lift of Class B asphalt concrete pavement is completed. Prior to placement of the asphalt concrete leveling course, the Contrector shall carefully check the finish grade of all such structures to mare any final aojustments necessary. Care shall be taken in placing the leveling and wearing courses to prevent damage to the casting or to its position. Adjustment of existing manholes, catch basins, sanitary sewer clean-wits and inlets shall be constructed in the same manner and of the same material as that required for new construction. Monument frames and valve 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-?.O1H REPLACE EXISTING GRATES WiTH SOLID RING AND COVER Existing grates shall be replaced with a solid cover (Standard Plan No. 42) as shown on the plans and as directed by the Engineer. 53-4 MEASUREMENT AND PAYMENT Payment for adjusting each existing utility structure to grade shall be at the respective unit pr'-e bid per each as set forth in the Proposal and shall be full compensation for all labor, equipment, materials, and 11 incidental costs necessary to complete the work. Adjustment of new manholes, catch basins, sanitary sewer clean-outs, inlets, monument frames, 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 bid item. Final adjustment for new sanitary sewer manholes shall be considered incidental to the construction and installation of thr structure itself, and no separate payment will be made therefor. pow; 16 - 4 SECTION 54 - PAVEMENT PATCHING 54-1 DESCRIPTION Pavement patching will be required an all trench crossing of exist- ing roadway prior to construction of new roadway and wherever the line oe' work crosses existing travel ways. The Contractor shall remove all types of travelway 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 08• 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 grade 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 beyn-d the trench shoulderline. The newly cut edge shall be painted with dilutn asphalt or SS-1 emulsion immediately prior to the placement of the patch. Asphalt concrete Class 8 pavement shall be placed in one lift of two (2) inch thickness over the previously placed layer of crushed surfacing. The patch shall be rolled to a smooth riding surface, flush with the surface of the existing asphalt. Immediately 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 &Wilt concrete pavement patching will be made by the square yard on the plane of the surface 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 Patching" and shall be full compensation for all labor, materials, tools, and equipment required in furnishing, placing and c'xapacting the crushed rock and asphalt concrete Class •B•. l SECTION_57 - FINISHING AND CLEANUP 57-1 DESCRIPTION Finishing and cleanup shall be completed in accordance with Section 57 of the Standard Specifications. 51-2.1 PRIVATE PROPERTY RESTORATION The scope of this subsection is limited to those areas where individual property owners have improved their properties on the right- of-way immediately 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. A complete set of pre-construction photographs showing existing private property improvements will be maintained by the Engineer to document the existence and extent of these improvements. It will behoove the Contractor to take every possible precaution to yt i preserve the existing improvements. All damages to existing improve- ments from the Contractor's operation, whether in the right-of-way or within private property, shall be tsrc sole responsibility of tLe Contractor to remedy. All such areas shall be restored to their pre- construct on equivalent to the satisfaction of-the Owner, 7 hP !p- ;frrr ltr A 1f'A�1A— including bL�`not'fiittEd'to s�wer;'wate�;'Qai;Eeleplibne;� /' k'J4> power and petroleum pipelines interrupted or uprooted during construc- tion shall be repaired, replaced and/or restored to the satisfaction of the Owner. 57-3 MEASUREMENT AND PAYMENT Measurement for Private Property Restoration shall be by the Lump Sun and payment shall be full compensation for all labor, materials, tools, equipment and all other costs necessary to restore all private property affected by th! construction to its pre-construction condition. Thkt'�wN► Price bid for Pr'' a Property R toration shall be paid in addition to other applicablr •v items in�,uding Incidental Asphalt Concrete Pavement, Extruded CL ,,c roncrete Curb, Bank Run Gravel Class "B", Temporary Crushed Surfacing Base Course, and Crushed Surfacing Top Course. Cost; incurred from the repair of damaged existing utilities shall be considered incidental to Private Property Restoration. No additional payment shall be made. Payment for finishing and cleanup shall be per lump sum price bid and shall constitute complete compensation for all labor, materials and equipment necessary to carry out the cleanup operation. 57-6.02 RELOCATE EXISTING MAILBOXES AND STAND Ti.- existing mailboxes and stands sha11 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. / DIVISION Iii - SANITARY SEWER AND STORK MAiNS \- SECTION 60 - PIPE MATERIALS AND TESTING FOR SERER; DRAINS AND CULVERTS 60-1 DESCRIPTION All pipe used in 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 store drain system - either nonrelnforced concrete pipe or reinforced concrete pipe. Corrugates! alloy or corrugated steel pipe shall only be allowed as shown specifically on plans. Pipe material, gaskets, and couplings shall be in accordance with applicable sections of the Standard Specifications and as modified in these Special Provisions. 60-3 MATERIALS AND TESTING The Contractor shall require hir 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. Approval of certificates shall be considered oniy 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 drain pipe shall be constructe in accordance with Sec- tion 60 of the Standard Specifications except as modi,-ied herein: a. All fittings shall be of the same material and class as the pipe.b. All concrete Joints shall be rubber gasketed. c. All concrete pipe for tee connections shall be: 1. Provided with a factory installed bell for connection to the side run of pipe, or 2. Provided with a knockout for making up the tee connection in the field. Breaking open the pipe in the field will not be acceptable. 60-3.01A CONCRETE PIPE, NONREINFORCED Nonreinforred concrete pipe shall conform to ASTM Designation C14, Table 1 (Class 3) and shall have flexible gasketed joints. The require- ments of Section 50-3.01A of the Standard Specifications for per- meability testing shall remain in force. All drain pipe smaller than or equal co 24-inch diameter shall be nonrelnforced. 60-3.MB CONCRETE PIPE REWORCED Reinforced concrete pipe shall be Class 2, and shall be provided for all drain pipe greater than 24-inch diameter, unless otherwise noted on the Plans. 60-301F DUCTILE IRON PIPE Ductile ThicknessClass 2.pi The spipe shall bet cement A mortar lined and C-151-76 (ANSI sealed with a bituminous material an the inside, and shall have a bituminous coating on the outside. All linings and coatings shall be in accordance with ANMA C-104-74 (ANSI A21.4). 60-3.0114 PVC PIPE PVC pipe for the gravity sanitary sewer line S11i11 be extra strength plastic pipe conforming to ASTM D3034 - SOR35. 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 STEEL PIPE ARCHES Pipe arches shall be 10-gauge corrugated steel with Treatment 2. 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 sewr pipe. 60-7 MEASUREMENT AND PAYMENT Paicment for sanitary sewers, storm drains and culverts shall be at the aDDicable 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, ?rubbing, pavement removal, excavation, backfill, compaction, pipe, pipe eying, Joining, and testing, disposal of trench material to be wasted, de�valiorg pluggingurface of existing pipesnand structures tol work necessary, be abandoned, and connection of new pipes to existing facilities. l SECTION 61 - TRENCH EXCAVATION BACKFILL FOUNDATION AND BEDDING FOR 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 a .tion and backfill shall be Class A. `1-3 CONSTRUCTION DETAILS 61-3.01 EiON it 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 shall furnish a stronger grade of pipe and/or q higher naiation and lac unt of btlwLer as errEneer, At no additional oheOrerTrenh widths na the rrower II than the maximum will be permitted. In all cases, the trench must be of sufficient width to permit proper Jointing of the pipe and backfilling of 'I 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 other 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. No separate e� dry ing, payment of any kind will be made for storing, materials. wetting, hauling or manipulation of excavated 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 not be permitted. Water in the excavations shall not be allowed to flow through the pipe or structures while corntruction 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 will appear, and tho extent to which such occurrence of water shall affect his bid. Dewatering of the vation must be controlled to prevent damage from settlement due to µ,sciile lowering of the adjacent groundwater :zhle. It shall be the Contractors responsitilty to study the soil boring inform•tlon and make his own determination as to the extent of control neces%Nry for ar,,urhiwater and for trench stability. The Soils repot was prepared sole, •' .r the purposes of design and the Contractor shall not Interpret the -' Nvation presented as requirements for construction. The Contractor . ) wish to provide for monitoring for settlement of the ion. No kind willjacent area or be ma* foriany such monitoring. andtanyrcosts extra associatedfwlU monitoring, 1 "ovided, shall be included in the appropriate loop sum or unit bid pric In the proposal. 61-3.01A EXTRA DEPTH TRENCH EXCAVATION Severa iitary sewer runs on this project require deep trenches. Where the a "ge depth of the required trench excavation between any two sanitary st . 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 shallexcavabe defined as th tion is to b e averhage,ecalculated tot erage depth of unearest tenth (0 ) ire tnch excavation A fcot, 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 ai ',volved the average depth of required trench excavation shall be defined •he 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 & 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, including removal and disposal of unsuitable materials, shall be included in the unit contract f price per cubic yard for "Foundation Material", unless specifically provided for in other bid items. All Provisions for Section 61-3.1A of the Standard Srecifieations shall remain in affect, 61-3.03C CLASS C BEDDING Bedding procedures and materials shall be in accordance with Section 61-3.03C3 for 'Class C• bedding and Section 61-3.03C5 fur materials. 61-3.0301 BE00ING FOR PVC PIPE Pipe bedding pratcduras and material for PVC sewer lines shall be in accordance with Section 61-3.0301 of the Standard Specifications except as modified herein. The bedding material shall be clean, free-draining sand and gravel, with all material passing a 1/2-inch square mesh sieve and a maximum of 2 percent passing a /200 square mesh sieve. The material shall contain Just sufficient fines to fill the voids and provide a hamogenwous grada- tion. The material shall M• compacted to 95 percent of the maximum density determined by the 'Compaction Control Test" specified in Section 13-3.10E5. The material shall be obtained from a source selected by the contractor and shall be subject to the 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 placed only upon undisturbed earth. The bedding material shall be mechanically compacted to obtain a firm unyielding foundation, The Engineer reserves the right to order, in writing, that the pipe bedding material be anitted and no payment made, where in his opinion, the native material has such properties that it may bye used to adequately unbalan edd the punit bid price fore Involved. The npiping beddingtractor is tione material since anainst y orof the pipe bedding requirements of the Specifications 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 requirements for pipe bedding material is deleted by the Engi- neer, the requirements for Class D bedding shall apply and all costs thereof shall be considered incidental to the construction, 61-3.03D2 BEDDING 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 Control Test" specified in Section 13- 3.IDE5. The material shall be obtained from a source selected by the contractor and shall be subject to the prior acceptance of the Engineer, l 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 placed only upon undisturbed earth. The bedding material shall be mechanically compacted to obtain a firm unyielding foundation. The Engineer reserves the right to order, in writing, that the pipe bedding 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 an unbalanced unit bid price for piping bedding material since any or all of the pipe bedding 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 requirements for pipe bedding material is deleted by the Engi- neer, the requirements for Class 0 bedding shall apply and all costs thereof shall be considered incidental to the construction. l I 61-3.04 CRIBBING AND SHEETING Trench-bracing, cribbing, and sheeting is expected to be required 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 shooting. The Contractor shall detenine requirements for and place shooting, 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 extrs payment of any kind will be made for any such shooting and shoring and any costs associated with such shooting and/or shoring shall be included in the appropriate lump sun or unit bid prices in the proposal. All provisions of Section 61-3.0/ of the Standard Specifications shall remain in effect and the Contractor's attention is particularly directed to this section. 61-3.05 BACKFILLING FOR SEVERS AND DRAINS Initial backfilling shall be performed only after inspection and approval of the installed pipe. The initial backfill material shall be carefully hand placed in strict accordance with Section 61-3.05 of the Standard Specifications. Subsequent backfill shall not be placed until the initial backfill is approved. Initial backfill material for the PVC pipe shall be bedding material as specified under Section 61-3.03 and sha11 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 backfill except as specified herein. (1) Shoulders and Streets: Subsequent backfill shall be placed in lifts ot to exceed 8 inches in loose depth and each lift mechani- cally compacted to at least 95 percent of maximum density as deter- mined by the Compaction Control Test specified in Section i 13-3.10E5. (2) Unimproved Areas: Subsequent backfill 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 backfill, bank run gravel shall be used as required by the Engineer. Bank run gravel Class B (Trench) material shall be as specified in Section 26-2 of the Standard Specification for Class B gravel, and shall be utilized in backfilling of trenches only when specifically ordered by the Engineer. 61-3.06 COMPACTION Of TRENCH 6ACKFiLL The terms specified herein shall be considered as amendments to Section 61-3.06 of the Standard Specifications. Each horizontal layer of backftll material shall be mechanically com- pacted to 90 or 95 percent of the maxim density as determined by the 'Compaction Control Test" specificed in Section 13-3.10E5 of the Standard Specifications and as specified 1n 61-3.U5. Compaction shall be obtained by means 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 compactible and within the tolerance range of moisture content, the Contractor will be required to use the native material for backfilling. The Contractor shall take any necessary steps to keep excavated material from becoming saturated beyond the critical moisture limits and will be required to replace any such saturated material with bank run gravel at his own cost and expense. Th, '—tractor shall excavate test pits in the backftll as directed by the —.1neer for the purpose of testing the backftll compaction. At the option of the Engineer, density tests may be taken on a lift of compacted backftll immediately prior to placing the next lift. All costs in conn#ctlon with excavating test pits and for standby time during field density test shall be considered as incidental to the backftll and shall be included in the unit prices bid for the various item involved. All costs incurred In performing the required compaction of trench back- fill shall be included to the unit contract price per linear foot for each class, size, and type of pipe. No separate payment will be made for backftll compaction. l i C ALL06A WATER SETTLING Water settling will not be permitted. 61-3.07 8A C( RUN GRAVEL FOR TRENCH BACKFILL If the native material 1s not suitable for use as backfill, bankrun gravel Class 8 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 he 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 'n e#fect. 61-4 MEASUREMENT AND PAYMENT 61-4.01 TRENCH EXCAVATION AND BACKFILL All costs, with the exceptions indicated in Section 61-5 herein, incurred to performing the required trench excavation and backfill, in:backtilling 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. 614.0IC EXTRA DEPTH TRENCH EXCAVATION Extra depth trench excavation will be measured by the linear foot of instated 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 �a feet as defined in Section 61-3.01A herein. Payment 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 61-3.0IA herein, is calculated to be exactly twelve (12) feet, no payment will be made for extra depth trench excavation. 614.M BANK RUN GRAVEL FOR TRENCH BACKrILL If bank run gravel 1s required, measurement will be by the ton in accordance with Section ?6 herein. Payment will be at the unit contract price per ton bid for "Bank Run Gravel Class '8' (Trench)' and shall be full compensation for the ( procurement, transportation, placement, and for the disposal of excess excavated trench material. The quantity shown in the Proposal is fir the purpose of establishing a unit price only; actual quantities wail be �:termined 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 "Foundati, Material• and will be considered as full compensation for all costs procurement, transportation and placement, and for all costs of re' el 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 quantitu required. 61-4.07 COMPACTING EQUIPMENT All costs of compacting equipment or its use shall be considered as incidental to the contract. 61-5 PAYMENT Payment will be made for the following bid items: 'Bank Run Gravel Class B (T)ench)" pen ton 'Pipe Bedding Material" per ton "Foundation Material" per ton 1 l SECTION 62 - PIPE LAYING JOINTING AND TEST i;fr 62-1_ DESCRIPTION PiPI Sectloerei . t e StandardgSpecifications, excelptbIs specificallCe with fled herein. y aadl- 62-3 CONSTRUCTION DETAILS 62-3.01 SURVEY LINE AND GRAD[ Survey line and control hubs will be Provided by the Engineer 62-3.08 PIPE JOINTING Mortar ,Joints will be Permitted only at manholes. 62-3.OgC STORM DRAIN CONNECTIONS Where shown on the Plans or as directed by the Engineer, connections to existing st.,rm sewers shall be encased with Class 5 (3/4) Portland cement concrete. All labor material, equipment and incident a! costs for such encasement shall be considered lncider.tal and no further oats pensation shall be made. com- 62-3.10 TESTING FOR ACCEPTANC The testing of the storm drain system inspecspecifled icall directed by the Engineer. Thewstorm ill odrain system willebe ineer practices, such the sEpipellne many epartures from the best censt• the catch basins or manholes,misalignment, Presence of foreign m„t eriin etc., shall be corrected by the Contractor at his own manhole or cht-h aexpense. urn gin, Continu of ous poor construction practice shall be cacse to require complete ifstesting issdeemed onecessary by he additional Payment will be allowed Testing of the sewer system will be required. Prior to ;�Stinq, the sewer will be inspected by the Engineer, Any departures from the test construction practices, such as pipe line misalignment etce, shall gtter in be corrected by the Cont ssr or manholes,ractor a� hole ,construction is manhole nn prestk, of ,will not be authorized until such corrections have been made. Testing 62-3.108 INFILTRATION TEST Should high ground avatar conditions sewer may be infiltration tested. Infiltrationsred tenting shalletbe utilized only when ordered by the Engineer. 62-3.100 AIR, TESTINf The Contractor may. upon approval of the Engineer. employ low pressure air testing of the completed sewer. Air testing shall be in accordance with Section 62 of the Standard Specifications. 62-5 PAYMENT All costs of storm drain and sewer testing will be considered incidental to the Contract. 1 I C SECTION 63 - MANHOLES FOR STORM AND SANITARY SEWERS i d 63-1 DESCRIPTION Manholes shall be constructed of pre-cast concrete units in accordance with Section 63 of the Standard Specifications and the plans, Type 1-48 manholes shall be furnished with eccentric reducing cones. 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 FRAMESAND COVERS In a;action to this section of th^ Standard Specification,;, cast iron frames and covers shall conform to Standard Plan No. 42, Standard Specifications except that, one .nly one-inch (1') hole shall be provided in lieu of the three (3) holes specified on Standard Plan Nj. 42. Cast iron frames and covers shall be Olympic Foundry No. 5943, or approved equal, with no handle, and with the word 'SEWER' in two-inch sewer rsystem T eaised sdraithe nage manholes sha11 have the bossed on the cover of manhoies wordi 'STORM'aontthe cover. 63-3 CONSTRUCTION DUAIL� 63-3.02 BEDDING Bedding material shall be p) 11 around the manhole up to the elevation of the springline (great:.• oorizontal dimension of pipe in cross-section), of the connecting pipe. 63-3.10 GRADE ADJUSTMENT Manhole cover frames ! r new sanitary sewers shall be installed, utilizing Sufficient cones and :nqs, to allow for temporary adjustment to grade during construction of sanirtary sewer, Final adjustment to grade of sanitary sewer manhole covers shall be accomplished during street construction according to Section 53. Sanitary sewer manhole covers shall be adjusted to an elevation six (6) inches above the elevation of the surrounding ground in unimproved areas. 63-3.11 CHANNELS Channels shall be constructed in all sanitary manhole structures. 63-4 MEASUREMENT ( Each manhole will be measured to the nearest one-tenth (0.1 a foot, frum invert of the outlet pipe, vertically to the top o. the casting. 63-5 PATMEMi ( Payment for aanhales, as shown on the Plans, shall consist of a basic price for each Plus a unit Price per +ertical foot for all depth for: in excess of flue (SJ feet, payment will be made at the unit prices bid 'Sanitary Manhole, Basic 8 feet- per each 'Extra Depth ManAole"pera, vertical foot The Contractor shall include in the .,nit contract prices for manholes the cost of furnishing all labu-, equipment and materials necessary to successfully install the manholes, including excavation, backfill, all II precast components, steps, ladders, adJusting brick, frame and coverchannelin , connections. Bedding and foundation ama matkets erial,rifrrequired, will all 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 Plan.. N^. 52 and No. 55. 64-2.0_ IA FRAME AND GRATE The frame and pr•.te shall conform to standard plan No. 49. 64-7 ^,d TRASH RACK Trash racks hall be constructed in accordance with standard draw- Standard aPlans rfor Road dand aBridge Constructi,n t1976tete of Washingtoa 64.3 CONSTRUCTIDN DETAILS The location and grade of catch basins shall be staked in the field by the Engineer. Backfill .round catch basins shall be compacted by mechanical tampers in accordance with Section 13-3.10E3 "Method C• of the Standard Specifications. 64-3.01 GRADE ADJUSTMENT Catch basin cover frames shall be installed on a minimum of two courses of adjust"ig bricks or as directed by the Engineer. All brick r shall be installed with full mortar coverage and shall be s plastered to depth of 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the elevation designated by'the Engineer. 64-4 MEASUREMENT AND PAYMENT Measurement for payment of all catch basins and trash racks shall be St each.orm manholes�a u i I-C and nd trash ng d Placing allbemade ca tch respective eunit bid I contract prices per each as set forth in the Proposal, and shall be full compensation for all labor, equipment materials, including excavation, backfill, frame and grate, adjusting the frame to final grade and all other incidentals. Payment for Storm manholes shall also include a unit price per vertical foot at the appropriate diameter for all depth in excess of five (5) feet as measured to the nearest 0.1 foot om the invert elevation of the lowest pipe to the grate or cover. Measurement of trash racks shall be per each. The unit contract price per each for "Trash Rack` shall be full compensation for all labor, tools, material, and equipment necessary or incidental to the furnishing and placing of the trash rack, including excavation and placement of the concrete headwall and anchor bolts. SECTION 68 - FINISHING AND CLEANUP FOR UNDEPGROUND CONDUITS 68-1 CLEANUP Prior to acceptance of construction, the Contractor shall remove from the Dwner'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 .e shaped to conform to the adjacent surfaces. General clean,p of the entire construction area shall conform to applicable requirements specified in Section 57 of the Standard Specifications. All guard posts and uti'itles, traffic signs, fences ano mail boxes which were removed or disturbed during construction shall be reinstalled or replaced. Mailboxes and traffic signs shall be reinstalled immediately after backfilling the trench. P1 es stakes, monuments or other ro ere markers lying within the cons ruct on easemen w re erence y t e ng neer, and if said marker interferes with constrcction 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- trac m 's operat on an w ch 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 least one (1) year. 68_2 MEASUREMENT AND PAYMENT Cleanup and finishing shall be considered incidental to construc- tion and all costs thereof should be included in other bid items of the contract. SECTION 1? - PEE FT WATER IN 72�ERAL All Pipe sizes, as shown un the drawings, and as specified herein, are in reference to 'nominal• diameter, unless otherwise indicated. All P Of ipe shall be fabricated to fit the plan shown on the drawings. One necessary Pipe shad be used throughout the entire Project except as Engineer. W,erecrelcoation ofporg or as replacement of existing Piping the 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 requirements of the applicable sections of the A.P.W.A. Standard Specifications, as modified herein. 7, .1_02 DUCTILE IRON PIPE Ductile Iron Pipe shall conform to ASA Specification A21 (AWWA C151-76 Grade 60-42-10)• .51-19I6 Ductile Iron Pipe shall be cement lined and sealed in accordance -ith ASA Specification A21.4-1980 (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 coniorm to ASA Specification A21.11-1980 (AWWA C111-4). Pipe joints shall be Tyton Joint, Mechanical Joint or approved equal, as required by the bid proposal description. Approval must be obtained prior to bid opening. Pipe thickness class shall be as required by the bid proposal descrip- tion. 72-2.02A POLYETHYLENE ENCASEMENT Polyethylene material A21.5 or AWWA C105. , thirkness, and width shall conform to ANSi 72_2.08 PIPE Cast Iron pipe fittings 4-through 12' shall be Class 250, as per ASA Specification A21.10.1977 (AWWACIIO-77), and shall be cement lined. Joints for fittings shall be Mechanical Joint as per ASA Specification A21.11 (AWWA C111-80). The above shall hold true unless c.iled out othe,� ise on the plans n- in the Bid Proposal. '2-2.11 SERVICE CONNECTIONS Service line connection to the new main will conform to the Sta^dard Engineer awillsindicate the location for the taps of the Ci of Renton bound eon the nneeww main fnr each service to be 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 rill 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 w 11 be with Dresser type couplings for steel pipe and flare-type, three part unions for copper tube. 72_2.12 RE-TAPS AND .RECONNECTIONS OF EXISTING SERVICES As directed by the En�'lneer, the Contractor shall relocate existing $, vice connections. This work may involve only relocation of the meter box, meter, and meter s Engineer shell determinet, or it may require retapping of the main. The e in the field if the service and service requires rcloL,tlw; and reconnection or retapping from the Contractor accordingly, will direct the i l SECTION 73 - TRENCH EXCAVATION AND BACKFILL FOR WATER MAINS 73-1 GENERAL Trench excavation, backfill, foundation preparation the waterline and appurtenances shall be in accordance with the iapping tr 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, shell be performed to the lines and grades necessary for embankment, pipe bedding and struc- tures, and as indicated on the drawings. Temporary drains and drainage ditches shell D14 filled to intercept or direct surface water which may affect the prop or condition of the work. All excavated materials not meeting the requirements for backfill and all excess materials shall 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 unifm-mly support the bottom quadrant of the pipe throughout its entire leallth. 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 '3.2.05 of the A.P.W.A. Standard Specifications. Wet trench conditions will not necessarily be considered as an Indication of unstable conditions. The trench shall be de-watered and an inspection made by the Engineer to determine the suitability of the trench material. All costs for de-watering shall be the responsibility of the Contractor. The price per ton for foundatlon material shall be full compensation for selecting the source, furnishing and placir, the material as outlined In Section 73-2.06. Excavated materials that are free from mud, muck, organic matter, broken bituminous surfacim„ stones larger than 8 inches in dimension and other debris shall be usrd for backfill except where otherwise required. 73-2.06 BACKFILLING TRENCHES Initial Rackfill 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 9S% of maximum dry density at optimum ,moisture content as determined by Standard Proctor Compaction Test, ASTM Designation D698-58T, Method D. All work related to the testing of the compaction, including proctor test and compaction tests shall be taken on the plge trench areas. The locations of the tests shall be selected by 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 tat 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 density at optimum moisture content as determined by ASTM Designation D698-58%, Method D. Inplace 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 backfill. 73-2.08 BANKRUN GRAVEL FOR TRENCH BACKFILL Select trench backfill for the pipe shall consist of crushed or naturally occuring granular material from sources selected by the C tractor. The source and quality of the material shall be subject approval by the Engineer. Select trench backfill shall meet require- ments for bank run gravel Class "B" as outlined in Section 26-2.01 o' the Standard Specifications. 73-3 MEASUREMENT AND PAYMENT No seprrate or extra payment of any kind will be made for excavation, compaction, wetting, drying, water, or processing of materials, but shall be included 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 'Bank Run Gravel Class "B" (trench)" shall be paid at the unit price set forth in the proposal by the ton. SECTION 74 - PIPE INSTALLATION FOR WATER MAINS 74-1 GENERAL The pipe installation shall conform to Section 74 of the Standard 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 actual pipe laying. The inspector will stop work unless an approved plug is on site and available. Minimum depth of cover shall be: Pipes 12-inch I.D. and larger, 48 inches; pipes smaller than 12-1,.ch I.D., 36 inches. 7t-2_43A,IN TAi.LAT104 OF POLYETHYLENE ENCASEMENT 'ihe Poi,-.;nylena encasement shall be installed on all Pipe and appurt:minces, s:wh as Pipe laterals, couplings, fittings, and valves, in accordance with Section 5-4 of NISI 21.5 or AWWA C105. 74-2.10 CONNG^TIONS TO EXISTING MAINS Connections to cxistirg piping and tie-ins are indicated on the drawings. The Contractor must Wify all existfng piping. dimensions and elevations ec assure proper fit. The Contractor shall provide, fisting and :nnnect _0l all wet taps to existing mains, including any special e. out on the plans. fittings not � Prior to making connections notify the City c` Renton Util to a>tsting mains, :he Contractor snail ( itle; Department of the date, time, and i location of the tap to be installed, an shall submit a drawing detailing the procedure and materials to b.: u;::d in the connection. Materials for wet taps shall be all cast Iron, and tapping valves shall conform to the specifications for other valves. The wet tap shall be pressure tested after completion of its installation. Connections to existing water pipelines other than wet tap> will be made by the Owner. All necessary trench excavation, backfill, and surface restcrattcn shall be performed and all necessary materials shall be supplied by the Contractor. Contractor shall furnish equipment and manpower to assist the Owner's crew for the connections. The Contractor shall remove existing and temporary plugs, concrete thrust block, and blowoff assemblies prior to the Owner making the connection. All materials shall be on-site prior to Owner notification to make the connection. The connection will be made after pressure test and sterili- tatIon. The Contractor shall be responsible for the protection 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 in any way. 74-22.1' FIELD TESTS Hydrostatic pressure and leakage tests on the new Pipeline shall be Wade in accordance with applicable Provisions of AMA C-600-54T or rass mod modified herein.64T end Section 74 of the A.P.N,A, Standard Specifications, except 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 Engine-, Any blow-off assemblies which may be required for testing shall be sup- Plied by the Contractor, Pressure Prior to at eptance of the water system, the entire system shall be Pressure tested in accordance with AFNA Standard SPecifications, The method shall confwu to 2.UA Testing Section with Hydrants Installed•, . Test pressures shall be as outline for cast iron pipe. Ductile iron pressures shall not �e used, The Contractor shall provide all necessary equipment and shall perform Of all tests in awUtilitti sork cDepartmerted with the spector.tests and c Insofar onduct sasdpractical,the testseshall be made with Pipe ,joints, fittings and valves exposed for inspection, ' Leakage I factorri lye ctoroleted bo mthe ade anewfter ptnelinthe e sore concur entlyewithtests have ben atthe pressure test. The hydrostatic Pressure for the le*ka)e tests shall be equal to 100 psi, 74-2.13 DISINFECTION OF WATER MAIN I Disinfection of the new water system completion fo the Praject and shall be in iacco danall be ce uwith ired A.P N.A. Standard Specification C601-54 and Section 74 fo the A.P.N,A, Standard Specifications and Health l meet t Acceptance of The initial concentration of chlorineState fina the nline shall be So Parts per million and this solution shall be held for a Period of 24 hours. Disinfection of the entire water system installed or disturbed under this contract, including Pipe, Pipe fittings, valves and aPPurtenances, is required to conform with the specifications staled herein, 74 2.13A DECHLORiNATION Upon completion of disinfection of the water system, the treated water sha11 be disposed of in an approved manner. In certain locations, it ma De acceptable to discharge the cniorinated water directly to tM sanitary sewer, However, prior to disinfection of the system, the Contractor ;pall obtain the approval in writing from the Municipality Df Metropolitan Seattle (METRO) and the City of Renton for discharging into sanitary sewers. Should direct discharge to sanitary sewers of chlorinated water not be allowable, the Contractor shall dechlorinate the disinfection water in accordance with the City of Renton Standard Detail included in these specifications. Under no circumstances shall chlorinated water be discharged Into storm drains, onto the ground, into ditches or wetlands. 74-2.14 CONCRETE BLOCKING Provide concrete blocking at all flttings and horizontal or IL vertical angles points. Conform to the Standard Detail for General t Blocking herein and the A.P.W,A. Standard Details for vertical blocks. All fittings to be blocked shall be wrapped with Vis Queen, In In blocking shall be properly formed with plywood on other acceptable ClQ for-min materials and shall not be poured around Joints, The forms shall be stripped prior to Dackfilltng. Shackle Rods, where required, -hall be E, 3nstatled with the use of shackle lugs. All shackle rods shall be varnish and shall be galvanized or coated with two cats of asphalt r varnish, federal be TT-V-51a or t Installation shall be in accordance with the Standard Detail. 5hatkle rod \v 7_-3 MEASUREMENT AND PAYMENT kZ The price per linear foot for installing the water pipe f r wt. quantity listed in the bid schedule, shall constitute full compensation QV, for the water line, in place, complete, including: all pavement removal, excavation, trenching, native backs including: foundation compaction, pipe, pre arm Pipe laying and Jointin9# Aisshe_eLing, s r ny dewatering, connections to existing Pipe, furnish?ng and installing all fittings, testing and disinfection of the completed installation. The price for six-inch pipe shall ir,:lude shackle rods. Concrete blocking shall be measured and paid for at the a?piicable contract price, per cubic yard; pavment of which shall constitute full compensation for furnishing the matarial in 416ce, complete. I' Shackle rods shall be CC measured by^ the linear foot of shackle /rod installed. The unit contract price per linear foot for "3/4-inch Shackle Rod" shall be full compensation for all labor, tools, materials and equipment necessary or Incidental to the shackle rod installation. However,equipment, will be made for shackle rods installed on 6-inch Pipe, as described in Section 74-3, ' r- Wet taps for connections to existing mains shal , be measuredPer each. The unit contract price per each for `(Size) x (Size) Wet 'Tap` shall be full compensation for all labor, tools, materials, and equipment necessary or incidental to the wet tap construction including the tapping tee and valve, furnishing of the tapping machine, excavation and backfi7l, miscellaneous fittings, and testing. Service connections shall be measured per each. The unit contract Price per each for `Reconnect Exi .ing Service" shall be full compensation for all labor, tools, materials, and equMIM l reconnect an existing service to the main, including renove and reset meters and meter boxes, furnish and install new water service pipe and connect to existing water service pipe. This does not include a new service tap at the main, but does include a variable length of new service pipe, if required. The unit contract price per each for 'Retap 7 Existing Service" shall be full compensation for all labor, tools, materials, and equipment necessary to retap and relocate (if required) existing water service connection, Any extra fittings due to field changes in the water system shall be measured by the pound. The unit contract price per pound for "Extra Fittings' shall be full compensation for all labor tools, materials, and equipment necessary or incidental to the installation of the extra fittings. /�,-,1 r-r, - {f-r CxKa hIfmao ?ha// fit- t7 /lsweW Wba" �Cl'rlel Cfii//ffJ;aijAt. ffic r rnteria i12C /%i�1. A A Winn nP ✓ �IT !/F� j— {�' r t r(,'au'r , C C SECTION 7S - VALVES FOR WATER MAINS 75-1 DESCRIPTION Gates Valves (3' through 124) Gate valves shall be cast iron body, non-rising stem, full bronze mounted with double disc gates. Ail 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-500-80 and any subsequent modification thereof. Each valve shall be "0' ring type, provided with a standard square operating nut, and shall open by turning counter clockwise (left) and valves shall be iOWA List 14. Mueller A-2380, Pacific States, U.S. Metropolitan, Kennedy, or M&H. The 12' gate valves shall be furnished with bypass valves and concrete vaults, and shall conform to the City of Renton Standard Plan included in these Specifications. 75-4.01 MEASUREMENT AND PAYMENT Measurement for gate valves shal''i be per each. The unit contract price per each for "Ten-inch Gate Valve" shall be full compensation for all labor, tools, materials, and equipment necessary or incidental to the installation, in place, complete for the valve and valve boxes, and valve stem extension (if required). 'Valve Markers' shall be paid for per each, The unit contract price per each fcr '12-inch Gate Valve, with Bypass, with Vault" shall be full compensation for all labor, tools, materials, and equipment necessary or incidental to the installation, in place, for the valve, bypass valve, and vault. i SECTION 76 VALVE CNANBERS AND BOXES FOR WATER MAINS 76-1-1�IQN Valve chambers and vaults shall be furnished aad installed where valves are installed. Ten-inch gate valves shall be furnished with standard valve boxes. Twelve-inch gate valves with bypass valves shall be installed in precast concrete vaults to accordance with Renton Standard Detail. the City of 7b d.07 VALVE BOX__ E-NS Where shown on the plans and as directed by the Engineer, existing valve operating nuts and boxes shall be extended to match new finished c9rage. Extensions shall be provfoed and installed in accordance with the included loothesenSpKi{j�attons n for *Valve aand Operating Nut Extension Detail` inches t more than 36 between the top of the operating nut and t hefinished surface. 76-4 MEASUREMENT AND PAYMENT No separate payment shall be made for valve boxes and vaults. Payment for these items shall "Ten-inch Gate Valve', "Twelve-ninth a Gate d in t Valvehe , with aByDas s�lsw for tth Vault", described in Section 75. Valve operating nut extensions and valve box extensions shall be measured per each, )me unit contract price per each for "Valve Operating Nut Extensions' shell be full materi Is and compensation for all labor, tools, a equipment necessary or incidental to the furnishing and installing of the valve nut extensions and valve box extensions. I l SECTION 77 - FIRE HYDRANTS 77-1 DESCRIPTION Fin Hydrants shall be Corey Type (opening with the pressure) con- forming to AWA C-SO4-8O with a 6" inlet and a minimum M.V.O. of 5", two 1 1/2" hose nozzles with National Standard 7 1/2 threads per inch and one 4" pumper nozzle with the new Seattle Pattern 6 threads per inch, 600 V. threads, O.D. thread 4.875 and root diameter 4.612e3, 1 1/4" pentagon operating nut and opening by turning counter clockwise (left). Hydrants shall be constructed with mechanical joint or flanged connections as specified on the plans and described below. 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 IOWA, Pacific States or approved equal. Approval must be obtained prior to bid opening. Fire Hydrant Assemblies shall include: Type A - 6" Gate Valve (FL), 5" MVO Fire Hydrant (% Connection) including riser, 8' x 24" C.I. Gate Valve Box, and Concrete Blocking. Type B-1 - 5" CYO Fire Hydrant (NJ Connection) including riser, 8" x 24" C.I. Gate Valve Box, 3/4-inch Shackle Rods with Accessories, and Concrete Blocking. Type B-2 - 64 Fate Valve (NJ), 5" MVO Fire Hydrant (NJ Connection) including riser, 8" x 244 C.I. Gate Valve Box, 3/4-inch Shackle Rods with accessories, and Concrete Blocking. 77-3 CONSTRUCTION DETAILS 77-3.01 SETTING HYDRANTS All of the hydrant assemblies shall be furnished with a satisfactory extension riser to allow for a connection to a main up to 4.5 feet deep. The hydrant shall be set so the top flange of the rise is a 0.3 foot minimum above adjacent curb elevation. Hydrants shall be set no further than 12 feet from the face of the curb. 77-3.02C CAST IRON VALVE BOXES Valves and valve boxes shall be set such that the � 1ve ope sting nut is not more than 36" below finished grade. 77-3.02D LANE MARKER LOCATION IDENTIFICATION Type 2 reflective lane markers shall be installed in acwrdance with Section 44-9 of these Specifications to permanently identify hydrant locations from the street. Reflective faces of 1 me markers shall be blue both sides, and located as directed by the Engineer. with one marker fo: each fir, hyd-ant, 77-3.0_E GUARD POSTS Guard at accordance with the Standard Plan attached to these Specific Specdrant ifications. to 77-3.03 RELOCATING EXISTING HYDRANTS Existing hydrants are sham on the plans, and re� jire horizontal and/or vertical ad3uctment conform to new street grades and alignment. For horizontal re,ocathns, the Ca,',-actor shall install aoditional 6-inch pipe with shackling, fittings, and thrust 'Llocks. For vertical relocations, the Contractor shall install vertical risers. Existing auxiliary gate valves and valve boxes shall be extended where required with City of Renton Standard Valve Operating Nut Extinsion to provide not more than 36 inches from finished grade to top of extended operating nut. Valve box extensions shall be furnished with the operating nut extension. 77-4 MEASUREMENT AND PAYMENT 77-4.1 FIRE HYDRANTS Measurement for fire hydrants shall be per each. The unit contract price per each for •Type ( ) Fire hydrant Assembly s'mll be full coapensation for all 1001*,1-007s, materials, and equipment nec tsary or incidental to the furnishing and installing the hydrant, riser, auxiliary gate valve and valve boxes (if required), painting, miscellaneous fittings, and concrete blocking, 77-4.2 LANE MARKERS Lane markers for hydrant identification sh.11 be paid for in accordance with Section 44-9. 77-4.3 GUARD POSTS Guard posts shall be measured per -ach. The unit contract price per each for "Guard Posts" shall be full com�lnsation for all labor, tools, materials, and equipment necessary or incidental to the furnishing. Placing, and painting of the guard posts. 71-4.4 RELOCATING EXISTING HYDRANTS 77-4,4A HORIZONTAL RELOCATION Horizontal relocation of existing hydrants shall be paid f r per linear foo, of 6-inch shackled, mechanical joint, ductile iron pipe actually installed in the relocation under the unit contract price p-r linear foot for "6-inch Ductile Iron Water Main, Class 52, Shackled" l 77-4.43 VERTICAL RELOCATION t% Vertical relocation shall be measured and paid for per vertical foot of riser extension installed. The unit contract price per vertical foot for "Hydrant wtical Extension• shall be full compensation for all labor, tools, materials, and equipment necessary or incidental to furnishing, installing, disassembling and reass^mbling of the hydrant assembly. Vertical extension of auxiliary gate valve operating nut, if required, and the valve box shall be paid as described in Section ?6-3.07. f SECTION 79 - BLDM-OFF ASSEMBLY 79-I DESCRIPTION Temporary blow-off ass"lles shall M installed where shcwn on the plans, and shall conform to the City of Renton Standard Detail intluded in these Speciflcations. The temporary blow-off asemblies shali be me. .red par oath, with no additional payean: for extra length of 2• blow-off pipe. The unit contract price per each for •Temporary 2-Inch Blow Assembly shalt be full compensation for all labor, tools materials and equipment necessary or incidental to the installatior o4 the blow-off assembly, including length of 2-inch pipe as required to fit. SECTION 105 SANITARY SEWER LIFT STATION 103-1 GENERAL The .ontractor shall furnish and install one factory-built, automatic pumping station as manufactured by Smith !. Loveless, Lenexa, Kansas, or equal. The station shall be complete with all needed equipment factory-installed in a � -Ided steel chamber with welded steel entrance tube and with ladder to provide access. the principal items of equipment ;hall incl.,de three vertical, clo<e-Loupled, motor-driven, non-clog sewage pumps; valves; internal piping; central control panel with circuit breakers; motor starters and autombtic pumping level controller; lighting; sump pLnp; motor-driven ventilator; dehumidifier and all internal wiring. 103-2 OPERATING ONDITIONS Each pump shall be capable of delivering 780 GPM of raw, unscreened - .age against a total dynamic head of 12.6 feet. The maximum al`nwable rned shall be 875 Mil. 'he minimum rated horsepower of each pump motor ,li be 3 Hp. All openings and passages shall be large enough to permit the passage of d sphere 3" in diameter and any trash or stringy material which can pass through a 4" house collection system. The anticipated operatin6 head range is from 11.6 feet minimum to 16 feet maximum. 105-3 PUMP OiAMBER The station shall be built by the manufacturer in two major sections, consisting of the pump chamber and the required section(s) of entrance tube, for ease in shipment and handling. These sections shall be ,join, bt the Job site be welding. The field Joint sl ..11 then be cleaned and heavily coated with "Versapox" epoxy resin, provide(, u, the manufacturer. The standard pump station shell sizes are 10'6" dia. The pump chamber shall contain all pumps and other equipment and shall be a vertical cylinder of circular cross-section *A th shell of 1/4" or heavier steel plate, and nominal outside diameter of 10 feet, 5 inches. The Jear heights inside from floor to ceiling shall be 8 feet, 0 inches. The top and bottom of th., cylinder shall be 3/8" thick structural grade steel plate. The pump chamber floor shall be reinforced from below with 8" or In" deep structural steel beams. These beams shall be placed parallel to tN.e suction lines and extend beyond the exterior of the pump chamber. The pump chamber shall be reinforced on the top with structural steel beams of adequate size to support the weight of the overburden. Lifting eyes 1 adequate to support the entire tmight of the completed chamber shall be provided and welded to the structural beams and the station head. r A 20" diameter, 8" minimum depth, sup with walls of 1/4" +truct.ural-grade steel shall be provided in the position shown on the drawing. Where the cast iron suction and discharge lines pass thrcugh the station walls, they shall be reinforced w th 1/4" thick steel sleeves, welded inside and out to the station wall. The space between the cast iron.pipes and the steel sleeves shall be packet: tight with portland cement grout containing "Embeco" to prevent leakage. A sub-base Biade of 1/4" thick steel plate or structural shapes shall be welded to the floo,' of the pump chamber for each pump. A lifting igop shall be locuted on t.ne ceiling over each pump so a pully can be attached for service •ork. 105-4 r4TRANCE TUBE The entrance tube shall be provided in one or more sections as required and the oink-ter ;hall bit as sham on the drawings. In,, entrance tube shall be constructed of ASTH A-36 structural grade steel plate. The length shall be adequate to place the cover above the surrounding ground as shown on the drawings. The entrance tube shall be adequately stiffened and the field joints arranged so that the j-)int may be welded from the outside of the tube with all welding tieing performed in a down-hand position. The bottom of the tube shall be attached to an angle, shop welded to the head of the pump station. This field ,joint shall also be weldable in the down-hand position. Two lifting loops shall be provided on each section of entrance tube for handling and installation. The entrance tube cover shall be of fiber glass reinforced plastic and shall have a reflective color to reduce heat absorption. The cover shall have a suitable drip lip around the edge and shall be provided with a weatherproof lock of the nin-tumbler type which can be opened from the Inside without a key. The lock shall be self-locking upon closing the lid. The fiber glass cover shall have two rungs which form at extension on the access ladder when the cover is latched in the open positron. A latch mechanisr shall be provided to keep the cover open under any normal load. A vinyl gasket shall be provided on the top of the tube to seal the cover and protect the top edge of the entrance tube. The access ladder srcll have rungs of 1" vitside diameter C uminum pipe spaced on 12" cente, . The side rails of the ladder shall be 3" x 4" rectangular steel tuoing which shall also serve as air ducts for the station ventilation system. The ladder rungs shall be insta:led between the side rails so that the suppurt of the operator is not depr.Jent upon a weld in shear. the ladder sections in the entr,.:ce tube shall be lined up accurately by self-aligning projections. Neoprene rubber sleeves sh"`l be provided to seal the joint between the adjoining vent sections. 105-5 WELD eG All steel structural members shall be joined by electric arc welding with welds of adequate section for the joint involved. Where required, to exclude ground water or for structural reasons, such welds shall be continuous and watertight. 105-6 PROTECTION AGAINST CORROSION After welding, all inside and outside surfaces of the structure shall be blasted with steel ,. It to remove rust, m111 SCSil, weld slag, etc. All weld spatter aM surface roughness not removed by blasting shall be removed by grinding. Immediately following cleaning, a single heavy inert coating shall be factory-applied to all inside and outside surfaces prior to shipment. This coating shall be of •Versapox• epoxy resin, especially formulated by Smith i toveitss for abrasion and corrosion resistance. Tht dry coating shall contain a minimum of 85% epoxy resin with the balance being pigments and thixotropic agents. A touch-up kit shall be provided for repair of any mars or scratches occurring during installation. This kit shall contain detailed !;,lrvctions for use and shall be a material which is compatible with the original coating. The touch-up coating shall contain a min!mum of 85% epoxy resin. A minimum of two 11-pound magnesium anodes shall be provided for cathodic protection. The on-Its shall be provided with minimum 6' long insulated copper leads. COPPe, lugs shall be provided by the manufacturer on opposite sides of the station for anode connections. A heavy synthetic rubber mat shall be cemented to the station floor in the normal walkway area to prote^t the steel floor from abrasion. 105-7 PU11PS The pulps shall be vertical, non-clog sewage pum, - of heavy cast iron construction especially designed for the use of mechanical seats. In order to minimize seal wear caused by 1'meal movement of the shaft, the shaft bearing nearest the pump impeller shall be locked in place so that end play is limited to the clearance within the bearing. To minimize seal wear resulting from shaft deflection in the mechanical seal caused by the radial thrust of the pump, the shaft from the top of the impeller to the upper bearing supporting the impeller shall have a minimum diameter of 1-718". The bearing nearest the impeller shall be designed or the coetined thrust and radial load. The upper bearing shall be free to move 1' witty with the thermal expansion of the shaft and shall carry nnly radial loads. The shaft shall be a solid stainless steel shaft through the pump and bottom bearing to eliminate corrosion within the pump or the mechanical seal. Removable shaft sleeves will not be acceptable unless the solid shaft under the sleeve meets the specified minimum diamc er. The pump impellers shill be of the enclosed type made of close-grained cast iron and shall be bala.iced. The impeller shall fit on a tapered pump shaft and be keyed and secured to the pump shaft by a stainless steel cap screw eouipped with a Nyluck or other suitable self-locking device. The impeller, shall not be screwed or pinned to the motor pump shaft an( shall be readily removable without the use of special toot;. To prevent the buildup of i stringy materials, grit and other foreign particles around the pump shaft, all impellers less than full diameter shall be trimmed inside the impeller shroud. The shroud shall remain full diameter so that close minimum clearance `rom shroud to volute is maintained. The motor shalt be attached to the pump volute by a ohe-piece cast iron adaptc- and bsckhead The pump shall be arranged so that the rotating element can easily be removed from the volute without disconnecting the seal system or electrical wiring or disassembling the motor, impel er, backhead or seal. Any for_ign object may be removed from the pump or suction elbow by reeovinr 8 boas holding the rotating assembly, volute or suction elbow clean-outs will not b! an acceptable substitute. The pump shaft shell be sealed against leakage by a double mechanical seal installed in a bronze seal housing constructed ii twn sections with registered fit. The housing shall he recessed into the pump bsckhead and securely fastened thereto with stairless steel cap screws. The inside of the seal housing shall be tapered to facilitate the replacement of the seal parts. The seal shall be of double carbon and ceramic constr_rtioh with the mating surfaces lapped to a flatness tolerance of one light band. The rotating ceramics shall be held in mating position with the stationary carbons by a stainless steel spring. The seal housing with assembled parts shall be so constructed as to be readily removable f-oi the shaft as a unit and shall be provided with tapped jackscrew openings to assist in removing i it from the backhead. The seal shall be pressurized and lubricated Ly water taken di—try from the pump backhead through a filter to the seal housing and intr.iuced between the upper and lower sealing surfaces. The filter shal'. be of corrosion-resistant materials and shall screen out all solids larger than 50 microns. The seal system shall contain a brass valve connected near the top of the seal housing to permit the relief of any air trapped in the seal unit. A manually operated brass valve shall also be provided to vent the pump volute. The pump volute shall be of heavy, cast fron construction, free from projections that might cause clogging or interfere with the flow through the pump. The pump shall be supported by a heavy cast iron base with four legs to provide maximum rigidity and balance. The height shall be sufficient to permit the use of an increasing suction elbow wlich shall be provided when the nominal pump size is smaller than the suction line. The suction and discharge openings shall be flanged, faced and drilled 125-pound American Standard. 105-8 MOTORS The pump motors shall to vertical, solid shaft, specially built NEMA P-base, squirrel-cage induction type, suitable for J phase 6 cycle, 480y/277 volt electric current. They shall have Class F 1 : l,.tion, suitable for temperatures up to 115' C, but the winding teeg„ ,ature shall be restructed to less than 90' C. The rotors shall have normal starting torque and low starting current, as specified for NEMA Design B x characteristics. They shall be open drip-proof design with forced air circulation by integral fan. Openings for ventilation shall be uniformly i spaced around the motor frame. Leads shall be terminated in a cast connecton box and shall be --.learly identit ,ed. The motors shall have 1.15 service factor. The service factor shall be reserved for the owner's protection. The motors shall not be overloaded beyond their nameplate rating, at the design condition, nor at any head in the operating range as specified under Operating Conditions. The motor-pump shaft shall be centered, in relation to the motor base, within .W56. The shaft run-out shall be limited to .0030. The motor shaft shall eeual or exceed the diamter specified under sewage pumps, at all points from immediately below the top bearing to the top of f the impeller. To reduce overhung loads, the dimension from the centerline I of the tower bearing to the top of the impeller hub shall not exceed 6'. A bearing cap shall be provided for tie bottom motor bearing. Bearing housings shall he provided with fittings for lubrication as well as purging old lubricant. The motor shall be fitted with heavy lifting eyes, each caoab'e of supporting the entire weight of the pump and motor. 105-9 CONTROL The control equipment shall be mounted within a NEIIA type 1, l dead-front enclosure, f0ricated of steel and reinforced as required. The circuit breaker-motor starter section shall be provided with removable covers, complete with suitable latching devices. All circuit breakers, motor-starter reset buttons and pump control switches shall be mounted :d that they are operable without opening the cabinet. The low-voltage, automatic pump control secti-in shall be provided with a hinged access door and latch. It shall not be necessary to open this cabinet for adjustment of the pump level controllers The blower timer, humidistat and thermostat shall be mounted in the fact of the control section door. A grounding-type convenience duplex outlet shall be provided for operation of 115 volt AC devices. Thermal magnetic air circuit breakers shall be provid!d for branch disconnect service and over-turrent protection of all motor, control and auxiliary circuits. Magnetic across-the-line starters with under-voltage release and overload coils for each phase shall be provided for each pump motor to give protection against single phasing. Each single-phase auxiliary motor shall be equipped with an over-current protection device, in addition to its Branch uircuit breaker, or shall be impedance protected. All switches shall be labeled and a coded wiring diagram shall be provided. Tr, control the operation of the pumps with variations of sewage level in the wet well, an air-bubbler system shall be provided, mnplPte with two air compressors, flow indicator, bubbler line to the wet well :.nd a sensitive pressure switch for each pump. The two air compresors !.,all 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 be providtd to automaticaly alternate the compressors every five minutes. Wiring and pipi of the air :ompressors shall be so arranged that one compressor may o removed without removing the other compressor from sertiice. A swii h shall be provided to select e'.her comi.:essor for operation or for alternation. The pressure switche, shall be of the mercury-tube type, vith sensitive pressure elements and independent high and low adjustments for each pump. The minimum differential shall be 18" of water. An automatic alternator with manual •ON4WF' switch shall be provided tc change the seeuence of oD^ration of the pumps on the completiolr of each Pumping cycle Provisions shall also be made .or the pumps to operate in parallel, should the Ievel in the wet well continue t^ rise above the starting level for the ldw-level pump. 105-10 DEHUMIDIFIER ANr VENTILA�WER A dehumidifier assembly with hermetictype an and c ally sealed Freon refrigeratton furnished.e5ndenser Itrshallamaintainnsion ithefrelative humiditycofltheall airbin the pump chamber low enough to prevent condensation on the walls. The moieture removing capability of the dehumidifier shall vary with the temperature and relative humidity within the station. The minimu.n capacity rating at 800 F. shall be 25 pints per day at 9D% humidity. the dehumidifier shall be controlled automatically by an adjustable humidistat and low air temperature cutout with contacts of adeouate capxcity for the dehumidifier motors. A ventilating blower shall draw in air and shall discharge it from the station through a second vent line forming the other side rail of the ladder. The smuirrel-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 no ventilating blower shalt be turned on automatically by a spring-operated entrance switch mounted ,lust under the cover. .A manual switch shall be me-nted in the side of the duct ,lust below the spring-operated switch for operation of the lights and ventilating blower with the cover clos=d. The steel vent lines a I have suitab overs to prevent the entrance of rain or snow and screened openinv, to prevent the entrance of rodents, birds or other foreign matter. 105-i1 LIGHTS Adeouate lighting, eonsisiing of a twin 40 watt fluorescent lamp fixture she;l be provided for 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 Cmanual switch located at the top of the personnel entrance tube. The spring-operated switch shall turn the lights on automatically when the entrance lid is raised. The manual switch shall maintain the lighting circuit when the lid is closed in inclement weather. 105-12 SUMP PUMP A submersible sum pump with close-coupled, vertical motor shall be installed in the sm,p. It shall have a minir.A capacity of 1000 GPN at design head. The design head this pump will operate against is the static heae from the sump to 3' below grade, plus allowance for pipe friction both inside and outside the pump chamber. A mechanical seal can the shaft shall exclude water from the motor housing. The pump shall be .ontrolled automatically by a built-in float switch, capable of operation on a 5" differential. It shall discharge into the wet well through a 1-1/4' galvanized steel pipe, with two check valves and a gate val-e within the sump chamber. An enclosure of 1/4" galvanized steel mesh shall surround the sump and the sump pump to keep out aebr's. 105-13 PIPING Pump suction lines shall be 80, Class 150, plain end, cast iron pipe, outside the hump chamber with bronze-fitted, double-disc gat• salve inside the chamber. The discharge line from each pump shall be fitted with a \ bronze-fitted check valve and an 8" 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. Eight-inch straight-through check valves shall have stainless steel shaft with ion-lubricated packing glands. The common discharge pipe and the discharge outlet shall be 80, Class 150. plain end, cast iron pipe. The air bubbler line furnished oy the station manufacturer in the station shall be 1/2" nominal tubing, terminating in a fitting 1n the entrance tube to accept the 3/4" piping extending to the wet well. An angle bracket shall be welded to the outside of the chamber, just over the bubbler line connection, to receive a 3" x 3" x 1/4" angle brace to protect the bubbler line. A return loop in the bubbler 'ine 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 im `Allation IU'-14 MIRING 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 reoulrements of the National Electrical Code and coded as indicated on the wiringy diagram. All wiring outside the panel shall oe in conduit, except for 115-volt arc, ory items which are provided with connecting insulated � servics cord by the manufacturer. The manufacturer shall provide conduit from trol l acrnss up the receiveethenfeedera lines. The the conduftislgiallnterwinateefnranthreadedto conduit connection through the wall of the entrance tube above ground 1 eve 1. Accessory Items suc., as the sump pump, dehumidifier and air Cent+resser shall be Close to Plugged ifInstalladlPositiongsoundet sucheitemsecantbetreadtjyt p and servlct0 if necessary. 105-15 FACTORY TESTS The completed pump station shall he given an operational test of all euuipment at the factory to check for excessive vibrction, for leaks in all PiPirg or seals and for ;orrect operation of the automatic control system and all auxiliary eouipment. The pump suction and discharge ,Ines shall be coupled to A reservoir and the pins shall recirculate water for at least one lour under simulated service conditions. The automatic control shall be adjusted to start and stop the pumps at . The the bevels reou+.red by the job conditions. 105-16 SPARE PARTS with the lift complete iftStation.�The shaft seal asseft seclurelylfastenedntohthe control panel and shall include complete installation instructions. A spare volute gasket shall be Provided. A spare filter cone for the seal filter shall also be provided, to the same container as th- —ump shaft seal. 105-17 INSTALLATION AAO OPERATIM6 INSTRUCTION$ ion appurtenancestshall behdone�incacccordancetwithewrittttenninsrelated tructions provided by the manufacturer. These instructions shall be delivered with the station. A convenient Maintenance and Operating Instruction Chart and Daily Maintenance and Inspection Record Chart, daily inspections with ample room for recording interior wall of the he main pump the pump station shall be securely chamber. mounted on the In addition to the Maintenance and Operat!,g Chart, the manufactu-er shalt futher provide two complete and detailed Operation and Maintenance Manuals. This manual shall cover, in addition t) general operating Procedures, the operation, maintenance and servicing procedures of the major individual components provided with the pump station. These manuals shall be slipped with the pump station. The manufacturer shall further provide the services of a factory-trained representative to perform initial start-up of the pomp 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, undergrouM, pump stations and all workmanship and materials throughout shall be of the righest quality. 105-19 MANUFACTURED 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 on 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 constructionn and/or efficiency to that named in the specifications, and that high quality has been demonstrated by at least five years of service in similar installations. If prior to the execution of the contract, the engineer's approval is obtained for alternate equipment, the contractor shall, at his own expense, make any changes in the structures, building, piping or electri•al necessary to accommodate the equipment, and if afK.nearing is required due to substitution of other material, the contracto- shalt provide his own engineering services. The contractor shall reimburse the Engineer for the Engineer's cost in reviewing substitution drawings eno specifications. i will be assumed that the cost to the contractrr 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. i Substitution of equipment other than that specified and shown will not be considered after the executi ,n of the contract. 105- 0 GUARANTEE The Contractor shall guarantee the lift station for one ;ear fr.,•n date Of formal accept& ce by the City that the structure gnu Ali equip, ant will be free from detetts in design, material and workmanship. I Warranties and guarantees by the suppliers of v&rious components in lieu of a single source resonsibility by the Contractor wtil not be accepted. The Contractor shall be solely responsible for the guarantee of the station and all components. In the event a componer,t fails to perform as specified or is proven defective in service during the guarantee period, the Contractor shall i provide a replacement part w thout 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 statior structure, pulps, pump motors, sewage piping manifold, etc. The replacement or repair (including cost of parts and labor) of.those i.ems normally cnnsumed in service, surd as pump seals, fluorescent tubes. N oil, grease, etc., shall be considered as part of routine maintenance and station upkeep, 105 21 EXISTING LIFT STATION SALVAGE The propose^ sanitary sewer lift station will replace An existing small Smith and loveless wet well mounted pump station. When the new lift station is completed and in operation, the Contractor shall salvage the exist" , lift station, And deliver it to the City of Renton maintenance Yard. Salvage shall include the superstructure and coves , the suction a,c discharge piping, the float Controls, and the control panel. Abandoned pipirg leaving the wet well shad be plugged with concrete 12 q inches deep or two pipe diameters, whichever is greater, into the pipe. The wet well walls shall be broken off to A minimum 3 feet below subgrade, ano the remaining wet well shall be filled with Bank Run Gravel Class B and compacted to 95%. Backfill shall be brought up to adjacent finished grade. 05-22 MEASUREMEhf AND PAYMENT The lump sum contract price for *Sanitary Sewer Lift Station* shall be full compensation for all labor, tools, material and equipment necessary or incidental to the construction of the lift station, including temporary Piping to keep the gravity sewer in Lind Avenue in service and connected to the existing lift station during construction of the new lift station, and salvage of the existing lift station as described in 105-21 ebove. i SECTION 110 ,GNAL AND STREET LiGHTING 1 110-1 SCOPE OF WORK 110-1.1 TRAFFIC SIGNAL The work t., be perforated 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.N. at S.M. 16th Street within the city limits of the City of Renton, King County, Washington. The traffic signal will be a pole-and-mist-arm style with davit style luminaire arms Integral with the pole shafts. The work shall consist of the furnishing and installing of all materials and equipment necessary to complete the traffic signal and other electrical systems as specified ;lens. attendant to the traffic signal system, all in accordance with the furtherthe destri5ediherein i and nd the closeSconformidard tyewl athenlines all and grades shown on the plans. Unless otherwise noted, the location of signal controller, signal heads and all other appurtenances shown, on the plans are approximate and the rxact location will be established by the engineer in the field. The traffic signal system and requirements are more fuly described under Section 111, Traffic Si nal. Payment for the traffic signal, including the luminaires 'as-S-0—Mated with the four traffic 'Inal poles, peripheral equipment, testing, and traffic control will oe made under "Traffic Signal System, Complete% lump sun, as noted under Section 112-19. PsLine_t. I10-1.2 STREET LIGF'TING SYSTEM The work to be performed by the Contractor shall consist of the furnishing of materials and installation of a complete illumination system on S.W. 16th Street from Li,id Avenue S.W. to the East Valley Road, V� the Eas' Valley Road from S.W. 16th Street to S.N. alst Street, on S.W. 19th Street from the East Valley Road to Raymond Avenue S.W., and on S.M. 27th Street from the East Valley Road to a point approximately 1,500 feet west of the Intersection of Lind Avenue S.W. -- the approximate Intersection of the proposed Valley Parkway. The Contractor is idvised that the scope pf work incurP�rates the removal `1 of existing 4QQQ0-watt sodium Mapor lumina es�w in-tht+ Central Busilness 1 District (CS of the.,C,.y;of Renton i t vicinity of S. 4th SOroet /betiieen Rain er Avenue'- uth ain Avenue South, et ealstlRg r luminaires 1 entlfied in th"le by the Departmen' of Public Works, City of Rent n. The Contr ctof lull reinstall 250-watt, flat lens, high pressure so�ium vapor luinaires atrthese CBD locations, transport the �e0rwatt NP-SOAlum.lUalneeeil1res removed from the CBQ�ssto the LID�,ypirotect oo new davit style alunIilva light st ards to be p9vtldedtandl9stnaires alled � he Contractor i shall furnish an� I.o d Its. ~ he standard foundations, •Modified Type 0 Service abinets- and elec'liral service cabinets) concrete foundations, and complete the street otA�ritestiKasm described here,.,necesse and described or with re retests for ferenced herein. and 110-1.3 PLANS AND SPECIFICATIONS The Standard S published b pecification for Road and Bridge and -onstruction, hereinaftery the Washington State Departimnt of Transportation, 1980, called the W.S.D.O.T. Standard Specifications, are the basic specificatiupr fo^ the signal and street lighting system encompassed within this project. Ali sections of the W.S.O.O.T, and all parts of this pro Standard Specifications applicable to any le,.[ shall govern, except as specifically Specific 1i these contract documents and S,rcial Provisions, and detail specifications_ Payments for all bid items will be made on the basis of the Quantity units and prices bid, as Shown by the proposal. Also incorporated into these specifications by reference, are; 1, lianual on Uniform Traffic Control Devices for Streets and Highways, 1971. i 2. Washington State Sign Fabrication Manual, 3• Standard Plans for Road and Bridge Construction, Publication M21-01 (HD). 110�Ep SOURCESLocations of power sources will be coordinated with Puget Sound Power 6 Light. locations described on these Plan Sheets are approximate and may be adise n in the fiell to suit changed field conditions. detailed on otherwise noted, luminaire standards and appurtenances a$ approximate and ethe lexact an elocatind will these special Provisions are the field. d D,v the Engineer in 110-3 TRENCH AND BACKFt,L The Contractor shall supply trench as necessary for complete and proper ll+ti,l of the signal and illumination conduit. All trenche. nail be backfilled in accordance with the applicable por- tions of the Standard Specifications and the W.S.D.O.T. Standard Speci- 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 nn the drawing or as directed by the Engineer.. No work shall be co+ered until it has been examined by the Engi„eer. Earth which fills around and over the conduit shalt be free cf rocks greater than two inches up In a depth of six inches. When trenching is ',eing 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 o th^ excavation in accordance with the W.S.D.O.T. Standard Specifica� s +SeetTbF'itO-fJ, The tamping requirements for roadway backfill shall apply. Should native materials 9e unacceptable in the opinion of the Engineer, the Contractor shall backfill with Bank Run Gravel Class "B" (Trench). When trenching is being accomplished within the roadway area, the top 1I" shall be select trench backfill and shall consist of crushed or naturally occurring granular material from sources selected by the Contractor. The source and quality of the materiel 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 iplet.on of this project. Trench depth will be sufficient to allow 24" cover over the top conduit. i 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 Run Gravel Class "B" (Trench) shall be toy the ton. 110-3.2 PAYMENT Payment will, be made under; (1) "Conduit Trench and Backfill," per linear foct. (2) "Bank Run Gravel Class 8 (Trench)" per ton. The unit contract price for trench and backfill per linear foot shall be full compensation for excavating, loading, hauling and otherwise dis- posing of 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 T-chnical Provision, and the Standard Plans and W.S.D.O.T. Specification. The snit contract price fur Bank Run Gravel Class •P• (Trench) shall be full compensat 4r 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 unacceptaule and orders the use of Bank Run Gravel Class •B• (Trench). i I10-4 .,1NCRETE FOUNDATIONS AND POLE LOCATIONS 110-4.1 GENERAL Foundations shall be in accordance with ;action 8-20.3(4), as modi- fied below. The Contractor shall provide all materials for and construct the foundations for traffic signal poles, traffic signal controller and light standard-, to the dimensions specified in Table I below and in accordance witl. applicable provisions contained in the W.S.D.O.T. Stan- dard SPecifiCa"oct and Standard Plans J-6b and J-8. The anchor bolt circle she's match that of the pole to be installed thereon. All excess materials shall be removed f;om the constuction site and dis- posed of at the Contractor's expense. Concrete shall be p aced lainst undisturbed earth if possible. Before Placing the concrete, the Contractor shall "block-out" the section around aqy other underground utilities that lie in the excavated base so t at the concrer will not adhere to the utility line(s). Concrete foundations shalr be troweled, brushed, edged and finished in accordance with Section 6-02.3;14)A. Concrete shall be promptly cleaned frw the axposed portion of the anchor bolts and conduit after placement. Foun- dations for all standards :hall be !_ass "C" Concrete and steel rebar shall be furnished and placer' is shown on the Standard Plans. After a curing period of two weeks, the Contractor may install the traffic signal mast arm poles or luminaire poles, as applicable. TABLE I Pole T _1'!' Standard Plan Foundation Reference Dimensions Mast Arm Signal Pole J-8 7' x 3' sq. or dim. (All most arm lengths) Traffic Signal Controller See Detail Sheet (Type P-1 Cabir •t) Light Standard J-id 4' x 3" sq. or dia. All concrete foundations shall be constructed in the manner specified below: (1) Where sidewalk or rai!'d islands are to be constructed as a part of this project, the top of the foundation shall be 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 concrete foundations shall be located by the Engineer in the field. Poles shall be installed so that tie mast are is perpendicular to the cente-line of the roadve) from which it is stationed, unless otherwise rntad on the Plans or in the Construction Notes. The poles shall be installed on 1tveling nuts and washer- secured to the anchor bolts and with locking nuts rod washers on the cop of the base flange. The s?3e of the shaft opposite the load shall be plumbed by adjuting the 1weling nuts or as otherwise directed by the Engineer. The space between the concrete base and tt , bottom of the pole flange shall be filled with dry Pack vatar to completely fill the space under the flange and ercind the conduits and be neatly troweled to the contour of the pole flange. A drain hole (1/2' 0) 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 the mortar. Dry pack mortar shall consist of a 1:3 mixture of cement and fine sand with just enough water so that the mixture will stick together on being molded into a bell by hand and will not exude free moisture when so pre: ;ad. 110-4.2 14EASUREKXT Measurement will be by the unit for each type specified, complete in place. (1) Light Pole foundation per each. (2) Service Cabinet foundation ` per each. 110-4.3 PAYMENT The unit contract price, per each foundation, wi. be full compeo. sation for all costs of labor, tools and materials for excavation and complete installation in accordance with these Technical Provisions and Plans. I10-5 ALUMINUM POLES 110-5.1 GENERAL All light standards furnished under tlhis contract shall to spun aluminum davit Wl} In a;cordance with Section 9-29.60), 9-29.6(1)A ar., 9-29.6(1)e of the N.S.O.O.T. Standard Specifiuti3ns, with these Technical Provisions, and the Detail sheet atta&ed h!rto. 110-5.2 DESIGN All poles and davit arms shall be designed to support a street lighting luminaire with a minimum weight of 50 lbs. and to withstano rre%sures caused by wind loads of 85 miles per hour with a gust factor of 1.3. Alm poles to be furnished shall maintain a minimum safety factor of 4.38 on yield strength of weight load and 2.33 for basic wind presure. All materials furnished shall be in na,ural polished, aluminum color. 110-5.3 SHAFTS The pole shaft shall be provided with a 4" x 6" iminimum dimensions) flush hand-hole near the base designed to present loss of shaft strength 1 and Provided with a matching metal cover secured with stainless steel J screws cr bolts. The hand-hole shall tie located near the base and on the save side of tht pole as tha bracket arm, A grounding nut or• provision in hard-hole framt for accommodating a tl-eaded bolt for the purpose of attaching a grounr,ing connector shall be provided on the inside of the shaft. After fabrication the shaft shall have a mechanical strength of not less than the temper of the aluminum material utilized for the manufacture of the pc-.e. All shafts furnishes for mounting heights of 35 and 40 feet shall be a round, tapered tube or may consist of a basr section of round, standard tube not greater than five (5) feet ir. length with a round tapered tube permanently welded atop this section so that the five (5) foot sett' and fabricated joint shall be capable of resisting at yield strengtn stress the bending moment of the round, tapered tube at its yield strength stress. All joints shall be flush and prrvide an even and Clean profile. 110-5.4 ANCHOR BASE A one-piece anchor base of adequate •:rength, shape ane site shell h : sect ,ed to the lower end of the shaft so that the ba , Shall be tapabie of resisting at yield strength stress the bending moment of the shaft at its yield strength stress. The base shall be provided with four slotted or ruurd holes to ;eceive the anchor bolts. Bolt cover(s) shall be provided with each pole. 110-5.5 ANCHOR dOLTS Four high strength steel anther bolts, each fitted with two hexnuts and two flat washers, shall be furnisheC with the poles. Each anchor bolt shall be furnished with the poles. Each anchor bolt shall have an "L" bend 4" minimum 'ength at the bottom end and be threaded 6" minimum length at the top end. Threaded ends, all nuts and washers shall be hot- nip galvanized. The anchor bolts shall be capable of resis.ing at ytald strength stress the bending moment of the shaft at Its yield strength stress. 110-5.6 MISCELLANEOUS HARDWARE All hardware (bolts, nuts, screws and washers -- but not incltd!ng anchor bolts) not otherwise specifically designated herein shall be stainless steel. 110-5.? ALLIMINLM DAVIT ARMS All do.it arms furnished under this contract shall be aluminum of the sa, temper utilized for the poles described above and with the Detail Sheet attached hereto, 1 0 A The davit style are shall be dimensioned as noted on the Plan Sheets and Shall incorporate a 5'9• radius bend. The outer portion of the be nearly horizontal to t 2 degrees above horizontal and shell be arna shalt hall nished with a 2• slipfitter with a maximum length of 8• to fit the luiminjire specified hereinafter. fur- The pole end of the single 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 Measurement for aluminum davit style poles shall be by the unit contract price per each. 110-5.9 PAYMENT - ALUMINUM POLES priceP�nt for aluminum davit style poles shall be by the unit contract Per each, and will be full compensation for all costs of labor, tools terials Poles for concrchasfoundationsreceivia d adjusting the dPoles t�in the the alumifield for plumb and level, in accordance with these Technical Provisions and Plans, payment will be: Aluminum Pole --- per each. 110-6110-6 L—MINAIRCS 110-6ERAL The Contractor shall design ted onnthe P=21;a e * nd these eTethnitaltprovisioina. res heh, whve All luminaires shall conform Lo Section 9-29.10 of the Standard Specifi_bettheswattagenaires and indicated onnPs to be ournishd under thisthe Plan Sheets end describedc ontract below. shall Luminaires to be ordered for this sodium vapor with minim 2im volt regulated bal ast pe�T toter po .�P•ed ba are 150Mw�`ati�afnd 250 watt I1fACai � mi..n imym; g l piN f C4lcry At the preconrtraction conference, the Contractor i ao taws) ` qty Tr, fic Etlgineer, City of Ren w nl be advised b• on matters--rrgording: Y the( 1) remove o 28, (twenty.Sigh yip Natt sodium va or l-n 1 mires f from Ot street, CentraY Bus ness strict; (2 the�_ins all S. St at the f new 5050 watt sodium vapor Luminaires on j / ocations by the Contractor. The 28, (twenty.eigh ) 400 watt lumina II .City of Renton will be re-installed b t�eZOntrectorrOnn the CBD of the Vy the Contractor � ad/scribed herein, in accordance with he vPlan Sheets, within the ilWdieaticn System encompassed bI LID project. PC] i�Y 1ra 1C Engineer will De responsible f "-lagging— �- wit in a coo as a means of 1 all luminaire wi 1 so define rmisslble Of n ng the affected poles nd i traff{ hours the Contracts wll tr Mc will Den into iry their `,the CB I fo plan ng Purposes. M t e houg of: 16:30. :00 e.m 3 �:3D exti;'feasible, the rg�, ` t, s e on shell Jk oM-side-at. 110-6—LASTS Section 9-29.9 of the N.S.O.O.T. Standard Specifications shall be modified by the following; Balla which swillhaccept be 20voltage volt re reductiontoft45% behigh forer jamfor units occurs. Ballasts shall be pre-w;red using "fast-on^ P dropout a clamp-type terminals. Pressure, 110-6—PS Lamps to be furnisned under this contract shall be 15n 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 ue 24,000 hours. ` 110-6.4 MEASUREMENT AND PAYMENT Measurement and Payment will be made under: (1) L I 1 L,". 11, (2) "LID Luminaires, 2�n ratt, furnish and;cle% pen-et- The unit contract Per each, material, labor, tools andreeuih shall es full comPensatio for all including the Connection of all conductors and testing of the system, q Pment necessary to complete the work �1n uded in Payne Item 1 is fo re a in the I0.proj, t cost o furbishing the CBD lumin ices n ireq t the LID p JeCt ran rting t e refur hed cident 1 to th 1t b B#ni4N traf is Price r 1 is t o al f a = trict, it trot i in the street sect Y of Re n, s f t ntra si 1 110-7 CONDUIT 110-7�NERAL The fittings atn the clocations noteddonatheiPlanlsheets�onduit and necessary Conduit to be provided and installed shall be of two types as indicated below: ( �rri�oatps (1) Schedule 80, extra heavy wall PVC conforming to ASTM PO MIzz Af t shall be used whenever conduit is to be placed under the traveled portions of the roadway. 005 J (2) Schedule 40, heavy wall PVC conforming to ASTM 0584OW 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 manufacturers recommendations regarding cement used and environmental conditions. 110-7.2 MEASUREMENT A4D PAYMENI Measurement and payment for conduit will be by the linear foot installed, as determined in the fielo at the time of construction. Payment will be made under; (1) "Conduit, Schedule 40, " per linear foot. (2) "Conduit, Schedule AD, " per linear foot. 110-8 JUNCTION BOXES (PULL BOXES) 110-8.1 GENERAL The Contractor shall provide and inst'll junction boxes of the type and at the locations specified in the attached Plans and Detail Sheets. Junction boxes to be Rrovide¢¢ ap installed for this Project shall be ddi Design B and Design Cp'a'i�i' `ca ed on the Plans and shall conform to ' M.S.D.O.T. Specifications, Standard Plans and Detail Sheets. j The inscription on the covers of all junction boxes shall be as indicated below: (1) "Street Lighting" and "Traffic Signals" or "Lighting" and "Signals" -- all for street lighting circuits and one or more signal circuit functions (interconnect, loop detectors, future signal conduit, vehicle and/or pedestrian signal functions, service). (2) "Traffic Signals" or "Signals" -- all used exclusively for one or more signal circuit functions (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 be consistent throughout the Project. All junction boxes shad be installed in conformance with provisions C contained in the W.S.O.O.T. Standard Specifications and Standard Plan J- 3a. 110-8.2 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. (z) 4PTnrern&4.a Fa Tr.• Cfll On hr ' p_ r, rp,12ek The unit contract price, per each, for '8ae4 &Jinction M46shall 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 excavation, backfilling and compaction all in accordance with the Plans, these Special provisions, and the Standard Plans an; W.S.D.O.T. Specifications. 110-9 CONDUCTORS - ILLUMINATION 110-9.1 GENERAL Wire conductors for the street lighting circuitry shall be 600 volt single conductor, 18, stranded, copper, insulated with 5/640 TNW grade plasticized polyvinyl chloride compound or approved equal. The wire Lonductors inside the street light standard from the quick disco, sect fuse to the luminaire head shall be 600 volt two conductor, standarr .Ize ►12 AWG, type UF. The wire conductor for the street lighting grounding system shall be 600 volt single conductor /10, AWG stranded bare copper. 110-9.2 MEASUREMENT AND PAYMENT Payment for conductors - illumination will be at the unit price, per 1,000 feet. Payment will be under: (1) "Conductor - Illumination !8 AWG", p+r 1,000 linear feet. (3) 'Bare Ground Wire /10 AWG•, per 1,DDO linear feet. The unit contract prices for conductors, size as noted, shall be full compensatiun for furnishing and installing all conductors and supplying all 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 Subsection 8-20.3(11). All additional materials and labor, not shown in the Plans or called for herein shall be provided in accordance with Section 8-20.5. 110-10 FUSES t 110-10.1 GENERAL Fuse holders, complete with fuses, in the light standards shall be a waterproof quick disconnect tyx ith installation in accordance with Section 9-29.23 of the W.S.D.O.T. Standard Specifications. IID-10.2 MEASUREMENT AND PAYMENT SC& c R EW P&- Measurement and Payment will be made at the unit contract price, Fuse Kits', per each. The unitv,Litract price for "Fuse Kits', per each shall be full compensa- tion fQF furnishing all labor, materials, tools and equipment necessary and/or incidental to the installation of the fused illumination cyst n and shall be complete. 110.11 SERVICE/CONTROL CAB14ET, TYPE "DO MODIFIED 110-11.i SERVICC, GENERAL The electrical services shall be Type •D• Malified 120/240 volt, with appropriate number of lighting circuit breakers as per service details. Service connections shall be connected at locations as noted on the plans. The Contractor shall verify the service locaticn and coordi- nate service activities with Puget Sound Power i Light Company. 110-11.2 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 following qualities: 1. Fabricated from cold rolled sheet steel, 12 gauge exterior, 14 gauge interior, welded by wire-fed inert gas. 2. All welds to be ground smooth. 3. Hinge, shall be continuous concealed piano type. 4. No screws, rivets or bolts shall be visible outside the enclosure. S. The cabinet •hall have approximately dimensions as shown on the detail sheet. 6. The finish on the cabinet shall be a factory prepared baked-on enamel, white in color. The following item _hall be features in the light cabinet: 1. Main circuit breaker. 2. Branch circuit breakers. (For number require,1, see Service Detail.) 3. utility plug (120 Veit - 20 amp rated. eith GF:. 4. Lighting control test switch (120 volt - 15 m� rated). 5. Contactors. 6. Photo-cell. 7. 7-day (solid state; time clocks. 8. Elapsed time meter (non-resettable - 99,999 hours). 9. Thermostat (40 degrees F. clorure). .0. Strip heater 100 watt. Refer to Section 9-29.11(3) of the Standard Specification: for general requirements. 110-11.3 PHOTO ELECTRIC CONTROL The street light circuit shall be controlled by a combination of a photo-electric cell mounted on the nearest luminaire standard with remote control relays as per photo-electric detail on these Plans. The photo cell to be furnished and wired into the luminaire as part of this contract shall be an external plug-in device, rated to operate on 120/240 volts, 60 HZ, shall be capable of cc^trolling a lamp load of 1,000 watts and shall be wired for master control. 110-11.4 LIGHT CONTROL UNIT Sha11 be as shown in "Typical Service/Control Detail" in these Plans. 110-11.5 SERVICE MIRING TO UTILITY POINT The service wiring between the service panel and the serving utility vault and/or other service point as requested by the serving utility shall be incidental to the unit contract price, "S^rvice/Control Cabinet, Type 0 - per each". ,r• 1 0 11.f"MEASUREMENT AND PAYMENT Measurement and payment shall be at the unit contract price, "Service/Control Cabinet, Type D, per each" and shall be full compensa- tion for all elements as specified under Subsection 8-20.5 of the Y.S.D.O.T. Standard Specifications. 1 111-11 TRAFFIC MAST ARM_=FC—_ The Contractor shall provide and Poles as spec led herein. Poles traffic signal masts rs items and will galvanized. De standard manufactured caU�og The mast arm pole all mitt WIN and attac s,st of a round tapered steel shaft, 'stgn�l specified street light mast arm and attachment (where ), ancDor ts, nuts and washers, and associated hardware. Pole The length mast arm, he,g of pole and sire, spacingof signals and ocher rtenan es shall De a shown in the Plans, g Alrparts shall Deejalvan,zed afte f a t •�ts ant w'asker abrication per ASTM A-123, except s sha1L G .g;llvaeNzed per ASTM A-163. 1 - L C, � t'/7� fr tI( /! �i1.•! J-'�`i/"n, ,C�n ; /1 ',i��Pf•1 '�+ •� C �hv� . /mil 'nf/t /ft*t1 /'.� r il"c`r ,t�J r ' !!/n11t 11Aa /ftM. ,r �� t"B9fl SECTION III TRAFFIC SIGNAL 111-1 GENERAL REOUIREPENTS lice work to be performed by the Contractor shall consist of the installa- tion of a traffic signal at the intersection of S.M. 16th Street and Lind Avenue S.W. The traffic signal controller shall comply with adopted City of Renton Controller Standards and shall be compatible with the City's Multisonics master. An interconnect conduit with pull wire shall be installed to the south approach of the existing Lind Avenue over- crossinv 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 plates, pedestrian signal heads with pedestrian push-buttons, signal Pole mounted overhead high pressure sodium vapor luminaires meeting the requirements as described elsewhere in these Special 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 Rnad and Bridge Construction published by the Washington Highway Commission, 1980 edi- tion. Construction standards shall be those adopted by the City of j Renton and, where otherwise indicated, Standard Plates published by the Washington State Highway Commission, publication M21-01(HD). The entire signal system complete with detection, electrical service, and pole top mounted luminaires will be compensated at the lump sum contract price, "Traffic Signal System, Complete". 111-1 STANDARDS The traffic signal system shall be installed in accordance with Subsection 8-20 and 9-29 of the W.S.O.O.T. Standard Specifications, applicable subsections, and tho Standard Plans. 111-2 FOUNDATIONS i Foundations shall be in accordanc. with Section 8-20.3(4) except the Class 3 surface finish specified therein shall be revised to Class 1. 111-3 CONDUIT Subsection 8-20.3(5) shall be modified to provide for the installa- tion of plastic conduit. The conduit "Schedule" shall be as pro ously described. Conduit installed as a part of the signal system snall be incidental to the lump sum contract price. 11_-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 appropri- ate subsections. Optically programmed signals will not be provided. MEMW 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- ixer- 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. 111-6 PEDESTRIAN PUSH-BUTTONS Pedestrian Push-butto— :hall b4 it c--� �•��• • �t� +-• 29.19. 111-7 TRAFFIC SIGNAL CON:iLCTov:, CABLE All traffic signal conductors and -able shall be provided and installed in accordance with Subsection 9-29.3. Detector "Home Run' corductors shall be Belden, Beldfoil 18720, or equal, with i14 ANG conductors, stranded (19 x 27). Cable shall have polyethylene insulated toper conductors, an alumirum polvester shield, a tinned copper drain wire and a chrome vinyl jacket. 111-8 GROUNDING OF SERVICE ( The grounding of electrical service for the traffic signal system shall be in accordance with state and local codes and the adopted stan- dards of the serving utility, Puget Soind Power 6 Light. This service will include a ground rod, at an associated circuitry, at a minimum. All service peripheral materials shall be incidental to the lump sum contract bid price for the traffic signal system. The Contractor will provide for all service cables and connections to the vault, as noted on the Plan Sheets. 111-8.1 GROUND - SIGNAL POLES All poles shall be grounded. Grounding of the traffic 1 system shall be incidental to the lump sum contract price. 111-9 JUNCTION BOXES Junction boxes associated with the traffic signal project shall .ie provided 1i accordance with standards previously described (Section 110- 8). The cost of Junction boxes associated with the signal system shall be incidental to the lump sum 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 pkortions, and will be incidental to the lump sum contract price. 1�11-11 TRAFFIC MAST ARM SIGNAL P3LES 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 tape-ed steel shaft signal mast arm and attachment, street light mast arm and attachment (where specified), anchor bolts, nuts and washers, and associated pole hardware. The length of mast arm, height of pole and size, spacing of signals and other appurtenances shall be as shcwn in the Plans. All parts shall be galvanized after fabrication per ASTM A-123, except anchor bolts, nuts and washers shall be galvanized per ASTM A-153. 11� - rZ i-I5 - j�r1�r 1.;'r; An41JG I /Ili �„ C wnt�>/�?In�1 t� tk /�•t F� � �f r �-J:c ' '-tiHoCT�, � /lp (( �Lt4.t><f�� `i %��5- 1�► tilt ,, f ',ar n'1✓1 rl/ J��"i J ���' l`✓ ���4tn i Q i'd^a•�h �F('�{,pY( . \ ' ZC, : �Ji7' / / I.rf /► f��/i< j J171'iirtfrI CIA �1 'it G urJ'f r : ; err 5 , ��� r F - rI f r SECTION 112 TRAFFIC SIGNAL CONTROLLER 112-1 GENERAL The traffic signal controller to be furnished and installed shall be an expandable ;ix 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 shalt weft the requirements of the National Electrical Manufacturers Associa- tion (NCMA) Standard Publication No. TS 1-1976. Components such as resistors, capacitors, diodes and transistors shall be individually replaceable utilizing approved standard soldering tech- niques. Integrated circuits shall be mounted in sockets and shall be easily replaceable without soldering. The traffic signal controller shall be capable of interfacing with the Multisonic real time, master computer. The controller shall be capable of both on-line operation (control by the Multisonic Master Computer) and standby operation. The controller shall establish the sequence of signal phases, including overlaps, in conformance with the Signal Phas- ing Diagram on the Plans. 11E-2 OPERATIONS 112-2.1 ON-LINE OPERATION When operating through the on-line master axnputer (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 accom- plished 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 fur signal operation in a fully-actuated mode. Standby operation shall automatically occur upon opening of interconnect lines, failure of cen- tral master computer, or when specified by 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 CONTROLLER FUNCTIONS All timing functions 4nd input and output features for fully- actuated, volume-density operation shall be provided in accordance with MENA 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 SIGNAL CONTROL EQUIPMENT 112-4.1 FLASH UNIT Flash unit shall be a two circuit type, capable of switching lads up to 100 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. The nut shall be Solid State. 112-4.2 FAiL SAFE UNIT The fail safe unit shall monitor both the positive and negative portions of the A.C. sine wave for all green, amber and pedestrian walk indications. The duration of a display of conflicting indications shall not be long enough to be visible to motorists or pedestrians before the monitor initiates flashing operation. There shall be a visual indica- tion that the monitor has pre-empted normal operation. 112-4.3 EMERGENCY VEHICLE PRE-EMPTION UNIT Emergency vehicle pre-emption shall be furnished either as separate units or as modules that plug directly into the controller case. The pre-emption system operation sham be compatible with the 3M Company "Opticom" system which the CITY OF RENTON is currently using and shall be capable of being activated by the same transmitters. When a pre-eieption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase ar advance directly to that phase after observing all clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfiecl. The phase selector shall have adjustable pulse rates for controller advance and yellow advance on each phase. Indicator lights shall indicate power on, signal being received, channel called, and advance circuit operation. Switches shall control system power and ;,mutate detector calls for each phase. 112-4. COMPUTER INTERFACE UNIT Interface communication devices shall be furnished either as sepa- rate units or as modules that plug directly into the controller case. The communication devices shall be used for on-line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the Multisonic master computer unit and the interconnect cables. In th! event of loss of signal from the master computer, the interface convnunt- cation device shall cause the controller to revert to standby operation. The communication.; device shall employ the latest state-of-art encoding/ aecoding, multiplexing technologies in order to provide for the bi- directional communication of data and command information between the master computer and the intersection. I 112-5 ACCESSORY EQUIPMENT 112-5.1 VENT FAN The cabinet shall have a filtered air intake and a vent fan. The air intake filter shall be cpable of impeding foreign bodies, such as dust, lint, etc. The vent fan shall be in the top of the cabinet and thernustatically controlled. 112-5.2 POWER SWITCHES There shall be a main power switch inside the cabinet that shall render all control equipment electrically dead when turn-d off. There shall be a controller power switch that shall render the controller and I load switching devices electrically dead while maintaining flashing operation for purposes of changing controller', or lead switching devices. 112-5.3 STOP TIME BYPASS SWITCH There shall be a switch in the cabinet identified as the stop time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the controller shall immediately stop time. The stop time bypass switch shall remove stop time from the controller and permit normal cycling operation while the intersection remains in flashing operation. 112-5.4 DETECTOR TEST SWITCH Each vehicle and pedestrian phase shall have a momentary (spring return) detector test switch, When depressed, the switch shall place a call on its respective signal phase. 112-5.5 CONVENIENCE OUTLET AND LAMP SOCKET A convenience outlet protected with a ground interrupter and an incandescent lamp socket shall be furnished in the main cabinet. A door switch for the lamp shall be provided. This circuit shall be protected by a circuit breaker rated at 20 amps. 112-5.6 A.L.. INPUT LINE FILTERS A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power, Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 112-5.7 SURGE PROTECTOR (LIGHTNING ARRESTER) The controller shall have an input voltage sur— protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. 112-5.8 FIELD WIRING TERMINAL There shall be a terminal strip for wiring in the controller cabi- net. The terminals shall be numbered in accordance with the Schematic Miring Diagram on the plans. If a different numbering system s used for the cabinet wiring, then both numbers shall Sabel each termi,, 1 and the i cabinet wiring schematic drawings shall include the field wirir , numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. 112-5.9 SCHEMATIC AND MANUALS The controller cabinet shall have a waterproof envelope with a side access attached to the Inside of the cabinet door. At the time of delivery the envelope shall have four complete sets of schematic and manuals for all assemblies and sub-assemblies. 112-6 IDENTIFICATION j Every module or device shall havc affixed thereto perm"nent name tags or name plates "tinting the compa�ent's function within the com- posite signal contro stem. 112-7 TRAFFIC SIGNAL CONTROLLER CABINET 112-7.1 GENERAL A weatherproof type P-1 ar.door cabinet shall be furnished and installed in accordance with WSDH Standard Plan J-6c and Detail Sheet. The cabinet shall have a shelf or shelves of sufficient si.e to easily house the traffic signal controller, auxiliary control equipment, a cabinet wiring without utilizing the floor of the cabinet. The cabineL sha11 be clean-cut in design and appearance, and shall have a metal etch primer cost under tiie finishing coat. rinish paint shall be a durable aluminum or hammertone 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 placed in the "off" position. A second switch 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 operates as the switch in the police panel except that it shall not stop time the controller. A second switch shall be a Controller Power On-Off switch. A third switch shall be the Stop Time switch and shall be a three position switch. One position shall cause the controller to stop time when the Police Panel Flash switch is in the 'Flash' position. The second position shall not stop time the ( controller with the police panel flash switch and the third position shall apply a constant stop time command to the controller. 112-7.4 SAFETY MONITOR INTERLOCK ODOR SWITCH A Safety Monitor interlock door switch shall be provided which will 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 intersection shall be placed in a flashing opera. tion. 112-7.5 TELEPHONE JACK A standard telephone jack shall be provided In the cabinet for the telephone receiver and transmitter for voice omminications as part of the communication system. The 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 ASSEMBLY TESTING The traffic signal controller assemblies, including the traffic signal controller, auxiliary control eq` ' ent, and cabinet shall be shop tested to the satisfaction of the Enginet . Testing and check-out of all timfi,g circuits, phasing and signe' operation shall be at the City of Renton Signal Shop. The signal sn.. 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 malfunction shall stop the test period until all parts are satis- factorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of :he 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 240 volt street illumination circuit shall be stranded copper, THW grade with 600 volt insulation of the sizes noted on the. Plans and Wiring Schedules. Wire conductors inside the pole from the street light to the fuse holders shall be copper 600 volt No. 12 A.M.G. 2/c with ground. Where splicing of the street lighting circuit 1s to be made in the junction box, the splice kit shall 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, all exposed surfaces of dire and kit shall be covered with a clear epoxy to form a water-tight seal. Materials used ( for the splice kit shall be compatible with the wire material. Illumination on signal poles shall be incidental to the lump sum contract or ce for signal system, complete. 112-9 UTILITIES Section 1-07.17 of the Standarl Specifications is hereby supple- mentr:d by the following: It shall be the responsibility of the Contractor to contact the utilities in the contract area to verify the location of the utility's facilities. The Contractor shall notify the One-Call Utilit Center (682-5464) not less than 48 hours in advance o ran7 nc ing an ordigging. Further, other potential utilities in the proximity shall also be notified if not covered by the 'One-Call Utility Center*. Any damages or breaks to existing utilities will be the responsibility of the Contractor and must be repaired immediately. All repairs must be inspected before covering. The Contractor's attention is drawn to SI.L- section 1-07.14 of the Standard Specifications. This subsection shall oe amended to incorporate the City of Renton. 112-10 LOCATION The Contractor shall adjust locations of poles, plus or minus 2 °•et, tc cler- existing utilities. If such adjustment is not sufficient to clear utilities, the Engineer shall restake pole locations at the rcluest 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. 112-12 WARRANTIES AND GUARANTEES The Contractor shall surrender to the City of Renton any warranties and/or guarantees acquired by him as a normal trade practice in connec- tion with the purchase of any materials or items used in the construction of the traffic signal and lighting system(s) included in this project. 112-13 SOURCE AND QUALITY OF MATERIALS Regulations and codes, standards, materials, and equipment lists and drawings shall be in accordance with Sections 8-20.1(1), 8-20.1(2), 8-20.2(l) of the Standard Specifications. The Contractor will not be required to submit letters from luminaire manufacturers regarding lamp socket posit'ons as noted 'n subsection 8-20.2(1), paragraph 1. 112-14 TRAFF,r rDMOL All cos'.s In connection with the protection of vehicular as well as pedestrian traffic shall be considered Incidental to the other items involved. Traffic control operatIons to be used during construction of this project shall be in accordance with Section 1-07.23 of the W.S.D.O.T Standard Specifications. Traffic movement shall be herein defined as applying to both vehicular pedestrianand , traffic movementshall bea maintained rias nelar normal as possible.ses of Reasonable access shall be maintained at all times to adjacent properties outside of the right-of-way line. All roadways will be open to traffic during peak traffic periods, 6:30 to 8:DO a.m, and 3:30 to 5:00 p.m. 112-16 EXISTING IMPROVEMENTS AND RESTORATION Further to the requirements of Section 8-73.3(3), any existing 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 Contractor's operations shall be restored to their original condi- tion by the Contractor at his expense unless otherwise agreed to by the Engineer. Any unused or discarded debris shall be removed from the public right-of-way or adjacent private property(s) before final accep- tance. 112-17 TURN ON - SIGNAL The Contractor shall not turn on the signal system or part thereof visible to any traveled roadway without the accompaniment of the Fngi- neer or his duly authorized representative. The Contractor or his duly authorized representative shall be present at such turn-on time, with materials and tools necessary to correct any malfunctions which occur. All signal heads that re not operating shall have the complete unit covered in accordance with the M.U.T.C.D. 112-18 AS-BUILT DRAWINGS Upon completion of the project, the Contractor shall furnish "As- built" drawings in accordance with Section 8-20.3(17) except for the CBD lighting revision portion of the project. L12-11 PAYMENT Paymert will be made, as included in the Proposal, unner: "Traffic Signal System, Complete", Lump Sum. The lump sum contract price for "Traffic Signal System, Complete" shall be made 1n accordance with Section 8-20.5, Payment of the State of Washington .Standard Specifications for Road an ridge Construction, 1980 edition. included in payment will be the furnishing of 'As-built' plans in accordance with Section 8.N.3(17) and providing all traffic contral which shall be incidental to the imp sum contract pace, and providing and installing electrical service as noted elsewhere, refurbishing existing conduits which will be used for the traffic control system, and all other elements associated with the implementation of the complete traffic signal system including Testing ano Turn-on. GEOTECHNICAL DATA t A subsurface investigation and report was conducted by the geotechnicai firm of Converse Ward Davis Dixon, Inc., Seattle, Washington. The observations, soil logs and test data are included in this docume-, to aid the contractor to assessing the degree of difficulty in constructing the improvements. The complete report is available at the following locations: 1) City of Renton Department of Public Works Renton Municipal Building Renton, Washington 2) ,ones Associates, INC 2700 Northup Way Bellevue, Washington 1.0 SUBSURFACE EXPLORATION AND LABORATORY TESTING PROGRAM Our subsurface exploration program consisted of excavating IS backhoe test pitst and drilling '5 borings with a rotary drill rig from August 8 through September 7, 79I9 and reviewinc additional existing subsurface in- formation obtained fr- other projects the project area. Numerous peat Probes were made along the Proposed alignments to aid in defining compressible soil thicknesses. Additional peat probes were performed on February S, 1981 on Southwest 27th Street at the Sprinbrook Creek culvert cros,ing. The approximate locations of our borehole&, test Fits and peat Probes are shown on the Site and Exploration Plan, Drawing 1, to addition to the approximate locations of subsurface explorations performed by others. Representative soil samples were obtained from the borings in conjunction ! wit` performing penetration tests and drab samples were taken from the test Pits. The penetration test consists or drivin with a 100-poun,: '-.mmer failing freely for a di a stance of 301 inchesmpl Th D. Saer number of e hammer tlows required to drive the sampler six inches is recorded and are shown on the boring logs. The explorations were observed on a full time basis by a geologist from our firm, who made a log of the sols encountered, evaluated the difficulty of drilling/excavation and recovered soil samples. We have modified the logs presented in Appendix A to reflect the results of laboratory examination, and testing of the samples. Peat probes cnnsisted Of manually pushing a one-foot long b; one-inch diam- eter sampler attached to approximately 1/2-inch diameter rods to refusal. A specimen wa, usually retriuved from the tip of the Sampler for inspection. The difficulty or ease of probe penetration is an indication Of the presence of soft cohesive or Peaty soils. The soil strata s„own On the logs were observed at individual borings or test pit locations. Actual conditions between the exploration locations may vary from those shown on the logs. The laboratory testing program consisted of moisture density determinations, grain size analyses, unconfined compression tests, Proctor Compaction Dl 83), andtconsolAdation9tests. CThefmoisaurreadensitytresultssaresshown on the logs and the cn'solidation test results, grain size analyses, Proctor compaction test, California Bearing Ratio Tests, and unconfined compression tests are presented in Appendix B. The results of our California Bearing Ratio Tests and unconfined compression tests are presented in Table B-i, We conducted a pavement survey by walking the alignment and observing the condition of the existing roadway along East Valley Road and S.W. 16th Street. The results of this survey are discussed in Section 3.0. 2.0 SUBSURFACE CONO1TIOMS OERERAL The te lies in h Subsurface iconditions typicell41 is generall cent alluvt y referred to as the Kent valley um consistir y "dude i relatively a thick sequence of re_ cal deposits of organic gsiltsoand pe medium and with less organics with depth. dense sands and silts with lo_ pests. The soils generally grade denser the soils generally exhibit considerable etovariations nature of Short alluvial tances deposits, both laterally and vertically. Based on the boring; and test pit information, the area appears to be underlain by four general soil units. These include: I. Fill %07 of the area, particularly the exiting roadway and shoulder areas, are underlain by fill. The canp1sition and density of the fill encountered in our explorations was Quite variable and in- dense dense sand and gravel, medium dense st)t dense coal waste. The thickness of the fill r ten feet to 1 y sand and medium ess than one foot. ranged from about 2. Or anic Soils e nature soils encountered in much of the area soft organic silts and peats. The pests varied fr consistedom fine-grained while the organic silts ranged from from fibrous of highly organic. These organic sobs 'lightly to to due to consolidation by the weight Of the verlying fills. The thickness of the unit was generally soft to firm foot to over eight fee Quite variable ranging from 1 g e Comparison of the thicknesses Ofthen a organic soils encountered by the probes in virgin areas with encountered ty borings in fill areas indicated that have been compressed 12 t that 0 36 inches p at the unit may 3. Loose Silts and y the weight of the fill, Sands um er y nsilts andafins� we encountered a layer of 1 medi- um lenses of clean sand sandiltygravel•Sands wi This th ounit?One$ Of lsoorganics variable in thickness ranging from zero to over twas en feet. quite 4• Lower Sands he organics the boringstencountered and upper loose silts and fine sands, a,l ocall y consisting of mediumtum to fi Medium dense granular soil y grading the dense sane: and a sand with some shellxten s out below the depth of our deepest borigravel gs ve 1. This unit 9 at d depth of 52e feet ded i 2.2 Alignment Stratigraphy Rased on the exploratioS. the general natural soil conditions (underlying any existing f1T1 and pavement) along the existing and proposed roadways consist of the following (numbers indicate approximate thickness of each deposit); East Valley Road a) Southw4 41st Street to Station 45+00 5 to 8 feet - peat and organic silt 2 to 3 feet - loose silt underlain by sands b) Station 45+00 to Station 60+00 8 to 11 feet - peat and organinc silt 3 to 5 feet - loose silt underlain by sands c) Station 6i' . ; to Station 82+00 6 to 8 feet - peat and organic silt 4 to 5 feet - sands 4 to 6 feet - loose silt underlain by sands d) Station 82+00 to Station 90+00 10 to 12 feet - peat and organic underlain by sands e) Station 90+00 to Station 94+06 4 to 6 feet - loose silt underlain by sands Southwest 16th Street a) Station 30+00 to Station 38+96 (East Valley Road) 4 to 6 feet - loose silt underlain by sands Southwest 19th Street a) Station 20+00 to Station 24+00 3 to 5 feet - loose silt underlain by sands b) Station 24+00 to Station 25+00 3 to 5 feet - loose silts 6 to 8 feet - peat and organic silts underlain by sands c) Station 25+00 to Station 28+00 4 to 6 feet - loose silt underlain by sands d) Station 28+00 to East Valley Road 10 to 12 feet - peat and organic silts underlain by sands Southwest 27th Street a) Station 10+00 to East Valley Road 4 to 8 feet - peat and organic silts 2 to 4 feet - loose silts underlain by sand S rin Drook Creek C{ulverts / ur noes g"[gaa�ons indicate the area of the proposed culvf-ts are underlain by abet four to five feet of soft peat and organic silts above sand. The elevation of the bottom of the soft material is approximately elevation 0 to 1 with water alevations at about elevation 8.0 in the vicinity of the existing and Proposed culverts. 2.3 Pavement and fill Sections The existing fill embankments along the proposed and existing road alignments generally consisted of varying thicknesses of gravelly sand or silty sand fill. We urderstand that this fill was placed on the site from one to about 60 years ago. The East Valley Road and Southwest 16th Street embankments were constructed about 60 years ago and have a surface covering of asphaltic concrete. The following is a general summary of the age and thickness of existing embankments and pavement sections based on our subsurface explorations: East Valley Road Section 1 (Southwest 41st Street to Station 44+00) I-Fo 6-1/2 inches - asphaltic concrete (AC) and asphalt-treated base (ATB) 2 to 8 niches - sand and gravel 3-1/2 to 6 inches - concrete 2-1/2 to 4 feet - silty sand fill (glacial till fill) reportedly (. placed approximately 60 years ago Section 2 (Station 44+00 to Station 67+00) W772 to 5-1/2 inches - AC and ATB 3 to 6-1/2 inches - sand and gravel 4-1/2 to 5-1/2 inches - concrete 2-1/2 to 5 feet - coal fill reportedly placed approximately 60 yearfoursto90 beath seven feetpofed roawagravellyysandtfil secion and l adjacent to original roadway embankment reportedly placed less than 60 years ago Section 3 (Station 67+00 to Station 94+08) --to 7 inches - AC and AT8 1 to 5 inches - crushed rock 2-1/2 to 6 feet - sand and gravel fill reportedly placed approxi- mately 60 years ago Section 4 (Station 94+08 to kind Avenue-Southwest 16th Street) =nch - AC 3 inches - crushed rock 5 inches - concrete 3 to 6 feet - sand and gravel fill reportedly placed approxi- mately 60 years ago Southwest 19th Street 1 a) 5 to 10 feet - sand and gravel fill reportedly placed approxi- mately 1-1/2 tc 2 years ago C Southwest 27th Stre!t a) Station 10+00 to Station 23+30 2 to 6 feet - sand and gravel fill reportedly placed approximately S to 10 years ago b) Station 23+30 to Station 33+10 4 to 8 feet - sand and gravel fill reportedly placed approximately 2 years ago c) Station 33+10 to Station 46+23 4 to 10 feet - sand and gravel fill reportedly placed approximately I year ago 2.4 Groundwater Groundwater was generally observed in the test pits which were excavated in filled areas of the site. Groundwater levels at the time of our explorations varied from 4-1/2 feet above to 7 feet below the present elevation of the natural ground surface located beneath the fill. Large areas of ponded groundwater and marshes were also observed at several site locations. Groundwater conditions are dependent upon seasonal and non-seasonal factors which may change and result in different conditions at a later date. I 3.0 PAVEMENT RECONNAISSANCE 1 Correlation was observed between pavtwnt performance and the various pavement sections determined in our subsurface explorations. The following used correlations by section correspond to sectior designations above (paragraph 2.3) to describe embankmect conditions along East Valley Raod and Southwest 16th Street. Section I (Southwest 41st Street to Stat.on 44+00) ui merous�refractive transverse and longitudinal cracking. Indicative Of low strength. unstable subgrade soils. and unstable rocking and concrete slabs. i Section 2 (Station 44+00 to Station 67+00) Ome re eCtive transverse cracking at Slab joints and occasional longitudinal cracking indicative of IOcal unstable concrete slabs. Generally good pavement performance with isolated areas showing distress. Section 3 (Station 67+00 to Station 94+08) ccD—as onal minor cracking. Good pavement performance relating to the Stable subgrade. Section 4 (Southwest 16th Street: Lind Avenue to East Valley Road) ome ransverse cracking due to refraction of concrete slab joints was noted towards the east end of this section. At these cracks the thin asphalt overlays are deteriorating to some extent. Good pavement per-formance in general. Suggests stable subgrades and concrete panels. OUMMANY 9/6/79 SoR1Nct No. ]2 SM I 4.W•\��M„ ,gyp\H.\1N Y.\.,N I4,4,N IYt.�q°.r• = ,' OInY • IN,t NI°p•,FYI,IIp41N N N\Y.\ t°ql\pq tq°YN,N, SILTY SAND, rust and red, fine to medium; moist 1 loose to dense. 2-13 14 2 --- ----------------------------------------- 10- SAND, rust, fine to medium with trace fines; s 3 SP moist, loose. -3-4 4 -4-4 5 -3-2 6 wet. -3-3 10 1s 7 color change to gray-black -4-4I i large wood fragments in cuttings. 20 g (sample cut through 7" of wood.) -5-b ( Bottom of Hrill hole at depth 21y'. q Completed September 6, 1979. 30 l 35 40 0 S a PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. `r — —"-- Fr -C N° ConverseWardDavlSDixon A-14 SUMMARY o.{.o.r1Lao 916179 BORING NO. 13 1.41 {N �11 N\{1,tp,N IxM N tx1 IN,p{p\t,N „W N..4\.W. LW{MINI too""\we\�°{I\.NRI N..Op O[,r.w \\ •�.. �'{w [w.W1.. •U,N{.M.N..p.\HM{N4r\� {N\. �6'����� .N N�.p N,Iwq VNN�11 N N{Wl{1r�dAN lN1vTIN 1. I rii{ 0 SM ILTY SMD, gray, fine; moist, loose. 1 - ------------------------------------------ -4-6 SP SAND, brown, fine to medium; moist, loose. --' ------------------------------------------ s 2 SM SILTY SAND, brown, fine; moist, loose. 3-4-4 -- i0 3 3-2-2 SP SAND, gray to black, fine to medium; moist, loose. is 4 5-6-6 5 5-2-4 20 6 -lo- 5 r 25 I 3D tI _ z2-zs ao { Bottom of drill hole at depth 311*' . ICompleted September 6. 1979. }]e 35 i 40 , PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. Cgrlw1 No ConverseWaldDavlsDlxon a».{{.{.,�°.1 A-15 OWN i o°r[w"uw 9/7/79 DOMING NO. 15 nw twiwr•N n YYir it nt uunN o rwu ww m n rN ern twlN MgalN.a�'NYN,YU t)p1aiN.r.I M,N.r Y1 n.iN n..O i .p Wr tY.YI. 1 i NirIN Ylt.tp I...NI Y1 iut. rp.iti A� Y�Y� M1y 1t <�° y YY,-,Yt\.I.Ylw1\I wir Y..,NrW\t1NI Np,NIY YttNY e`f � `[ 0 FILL (Sandy Gravel), brown with come silt; (GM) very moist, dense to med. dense. 0/6' 1 5/3" s grades gray, less gravelly 2 with trace organics. M-21 18 3 grades sandier. 14-13 15 A 3-4 Pt PEAT, brown, fibrous with ronts and branches; very moist, soft. 5 1-2-3 ` 1S 6 Pt/SP SAND/PEAT. black fine sand mixed with peat, 3-3 branches (to 1" thick); wet, 7 loose. fibres to Is". 20 ---- ---- 8 Sp-- SAND, black fine with silt pockets (to 20y' 2-1 depth); wet. y' *k i 3Y 25 ---- -------------------------- �...-•- 9 GP GRAVELLY SAND, black; f.ine,grpy.el, rto 3/4" dial : 3-21 32 -1) wet.,ory dense. 30 10 GM with some silt. 15-13 22 d Bottom of drill hole at depth 314'. Completed September 7, 1979. 35 a0 PROPOSED LID 314 Renton, Washington 79-51'0 for Jones Associates, Inc. 0aw°e"e ConverseWard Davis Dixon A-16 SUMMARY �aI e�nuo 9/7/79 BORING NO.14 r.w Iw.u, • n,IY.r a rn IN.,N N rNI.Nw.N N to el f� `°� Ww Y♦1\.IN ,1fiY yVY I.ilf.ylt,N,Wr.YIN.\.,y♦11 N.,yN OI It„ .Y V•° <.,Ml♦ IN NAM.n• N• I.N N , I.�YI\.\• � I " +f IN NNIIr I.YIY IIy N,N N.<\Y., l♦Ntyp 1Y[IVNIYI•. ,. � ��` F(Sand). brown fine to medium with trace 1 (SP) silt; moist, med, dense to loose. 7-9- p s 2 3-3- 3 1-2 ---- ------------------------------------------ 10 PEAT, brown and gray mottled, fibrous 4 Pt/01 with organic silt; very -3-3 moist, soft. 5 -3-3 IS ---' 6 _ML _ _SILT1-gray-wit1h trace org1trL'S very-moisttsoft_-- -2-4 SP SAND, black, fine with trace silt; wet, loose. 7 --- ------------------------------------------ -8-1 ML SILT, gray; wet, stiff. 20 ---' -------------------""'----------------_- �/ 8 SAND, black, medium with trace fine;wet, loose C 0-4- SP to med. dense.- Q; 9 black, fipe o^tedium wlthi It -4-1 ,lit;lersl2�.t 'r .. zs r^, -- ------- a= 10 GP SANDY GRAVEL,-gray subrounded, med. to coarse 2-34 50 — sand, fine to coarse gravel 30 wet, dense. I S Bottom of drill hole at depth 29'. Completed September 7, 1979. 35 40 PROPOSED LID 314 q Renton, Washington 79-5170 Y for Jones Associates, Inc. 1 ConversewardDavISDixon ab11C n1yICOn.Yll.nll q_17 LOG OF TEST PIT NO. 1 ( Location' E tevation, Surface Conditions, Y Y Elo E` c I DESCRIPTION REMARKS a J1 a 1 5.7 i _ usfie3`?oct.; 5.8 5 Gravel suh-base, nature. z 32.6 2 -- ------ 33.9 3 FILL (coal mine waste).:wiLs abundant coal 52.1 4 - ------------. eieces------- 4 SILT, orange-ta ,, organic; stiff. 5 Bottom of test pit at i.: NO groundwater encountered. 6 Completed August 28, 1979. 9 10 _ I 11 I2 s 13 I 14 15 t PROPOSED LID 314 Renton, Washington for Jones Associates, Inc. COnverseWardDavisDixon A-.-18 LOG OF TEST PI NO. 2 ( Location- Elevation, Surface Cont'itions, Y Y f Y 1 Q .a' DESCRIPTION REMARKS N --- S` Ajphalt. i __ ___---------- -5'rOrusna .rock. 7.4 1 FILL (Sandy Gravel), gray, trace silt;moist,dense. 2 FILL (Sandy Gravel) with trace clay; very dense, 3 Moist. 4 5 - ---------------- ---- 31.6 2 FILL (ula,,•lly Sand) brown with trace silt. 37.0 3 -- SILTY SAND, gray, fine:3oft., "etc Tr it 9 Bottom of test pit at depth 81 . 10 No groundwater encountered. Completed August 28, 1979. 11 - 12 1 s 13 14 ------------- 15 1 PROPOSED LID 314 0. Me Renton, Washington 79-51)0 for Jones Associates, Inc. D--f we GonverseWardDavlsDlxon DeOIK K�ICOMV �0� A-19 LOG OF TEST PIT NO. 3 Location, Elevation' Surface Conditions, Y O F ° S DESCRIPTION REMARKS I at FILL (Sandy Gravel), brown with Grace silt; 1 GW moist, med. dense. 2 3 grades-4ray. 4 --------------------- caving, hs to 7'. 5 41.6 1 MIL SILT, gray; wet, softy - F 2 grades with v.fine to med. sand wtt9.depth_-----_-_ 416. 3 -- ------------"-- :ter. PEAT, brown, fibrous, fire"roots apd�priNft . Pt (to 3"),.Net, Off.,., §`1 9 _ _�--'----------------- 10 82.E 4 DRGAw1C SE111 'ai d brown and gray with OL occ. lenses of peat; wet, soft. I 11 -- 12 s 13 I Bottom of test Pit at depth 12' . 14 Groundwater seepage encountered at depth 2 3/4' . Completzd August 28, 1979, 15 ;f ' PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates. Inc. 631 ConverseWardDavl0txon a.m«h reac.m"n..w A-20 =:a LAG OF TEST PIT NO. 3A Locafionl Clevatkw Surface Conditions 4 O �� aR DESCRIPTION REMARKS � N -- ----------- _ - 4. Asenalt, 2"_crushed rock. 1 FILL (Sandy Gravel), broom with trace silt, gravel to 6"dia. ; very dense, moist. 2 grades gray. 3 10.0 4 5 Bottom of test pi'. at depth 3y' . No groundwater encountered. 6 Completed August :'8. 1979. 10 11 I12 r 13 14 15 t PROPOSED LID 314 eip°` N0 Renton, Washington 79-5170 for Jones Associates. Inc. ConverseWardOaVIS0lxon A-21 LOG OF TEST PIT NO. 4 ( Location. Elevation, Surface Conditions, Y Y E `Y DESCRIPTION REMARKS I O c o i 1 SW FILL (Gravelly Sand), proven with trace silt; moist, mad. dense. 2 3 ---------------- SM with some silt; wet, loose. 4 5 caving.21#-9'. 6 ?�, 60.4 1 SILT �--•--. --'-------------------- Y 8 Idl mot led-gray wl.th�r`o`vm organics, fin % roots End decayed branch!$ 9wet, firm. - 1D3. z .. ... ._ , . PEAT, brown fibrous with' tenses of gray SILT, 10 Pt roots and branches (to 4"). 1 11 -- __ 12 ! 13 I Bottom of test pit at depth 11-. I Groundwater seepage encountered at depth 11.1. 14 Completed August 28, 1979. 15 3 PROPOSED LID 314 Renton, Washington for Jones Associates, Inc. 79.5170 Conn a"erseWardDavlsDlxors Gee,Kl,n,�.,p.,,,.q.n„ A-22 LOG OF TEST PIT NOAA Location, Elevation, ( Surface Conditions' Y y DESCRIP'.ION REMARKS I 4__A9Qb41S�]=_CrsshCdS9sk wilb-sanA,--t-s;�t; 1 SW FILL (Gravelly Sand): med. dense, moist. 2 16.6 SW FILL (Sand), It. brown with trace gravel a med. dense to dense moist 3 4 5 Bottom of test pit at depth 3'. No groundwater encountered. Completed August 28. 1979. 6 J` 9 10 I 11 12 r 13 I 14 15 s M1 OH��MO PROPOSED LID 314 79-5170 Renton, Washington for Jones Associates, Inc. Convet&eWardDaviSDlxon A-23 LOG OF TEST PIT NO. 5 Location Elevation, Surface Conditions, `u 2� Y 8 DESCRIPTION REMARKS LaL- — 1 7" Asphalt; 3" crustied-rock. ___ r'LL (Gravelly Sand), brown with trace silt 2 SW and gavel (to 4"dia.); moist, med. dense. p 5 grades gray. 5 6a9 1 --- Pt PEAT, brown fibrous ro.ots,and branches(to <") 1 . 8 2 OL ORGANIC CLAY SILT,9ro' o+it6414 fibersi ['J �J-A 10 11 9_ - --- 0 3 SM 511TY SAND, ray; v.fine to fine sand wet, med. dense. 12 r 13 -- I 14 8ottomdw of test pit at depth 12' . Grounater encountered at 7y' (seepage) and 15 at loy. Completed August 28. 1979. 3 PROPOSED LIP 314 Renton, Washington for Jones Associates Inc. 79-5170 COnvefseWard Dam Dixon A-24 LOG OF TEST PIT NO. g Location, Elevation, Surface Conditions, Y O 2 at DESCRIPTION REMARKS U C N 5" Asphalt; 114" crushed rack. 1 FILL (Gravelly Sand), Drown with trace silt; SW moist, dense. � --------------------------- 2 11.9 1 grades gray. 3 cobbles-(to 6-die.) 4 5 32.2 2-- --FILL (Coal), dk. brown to black. ----- 6 - - - 22.7 3 S11 FILL (Sandy Silt), y9r! �i�i Tare ganics, fine 7 - ro�t3vet, soft. � e DD.B 4 - PEATj"M,, rous with fine roots and branches 34.8 Pt/ (to 3"). with interbeds of 9 OL ORGANIC SILT (to 5"thick); wet, soft. 1l) 1 11 60.3 6 SILT, gray with trace organics, interbedded ML with fine sand Jayers. 12 s 13 --- I 14 Bottom of test pit at depth 13' . 15 Groundwater >,epage encountered at depth 12' . Completed August 29. 1979. Piezometer installed, slotted at depth 10-13'. 3 PROPOSED LID 314 MC MO Renton, Washington 79-5170 for Jones Associates,lnc. Convers@WardDavisDlxon A-25 LOG OF TEST PIT NO. 7 Location, Elevation, Surface Conditions, a o _ �� $F DESCRIPTION REMARKS c N FILL (Grave.ly Sand), brown, with trace silt, 1 4.8 1 SW occ. brinches; moist, dense. i Z _________________ (Silty Sand) Drown with trace gravel; 2 3 SM moist, very dense. 4 ( grades gray. root layer f: 5 113. 3 - - a-t-•- at 51 . Pt PEAT, dk, brown, fibrous with roots;and oran4es 6 (to 3'!);-.very,,moist;'.s6fr. ` � \ '9cc�r hintlenses�of medium r� -��,.,, Send tto h" thick). $ grades to wet. - -------------------- ----0------ -Y---(----- r ORGANIC SILT, mottled gray-brown layers, little 1 9 1393 '4 OL fine to med. sand la ers to I 1"thick) and v.fine roots; 1Q 1 1 - - wet,-Soft - 1 I 11 30.5 5 SP SAND, gray, fine; wet, loose. 12 ---- F 13 Bottom of test pit at depth 11s' . Groundwater seepage encountered at depth 9 3/4'. 14 Completed August 29, 1979. 15 i i PROPOSED LID 314 P'.Acl 0 i Renton, Washington 79-5170 for Jones Associates, Inc. ;ewConverseWardDavisDlxon D°ew<e�i<ac q-26 LOG OF TEST PIT NO. 7A Location ( Elevotionl Surface Conditions, Y _ a` Y 8 DESCRIPTION o C REMARKS 1 -------6'_ _Asphalt, 3y crushed rock. FILL (Gravelly Sand), brown, fine to med sand, 2 SW coarse gravel (to 6"dia. ); 3 4 Bottom of test pit at depth 21. No groundwater encountered. 5 Completed August 29, 1979. 6 7 C s 9 �,�� e� 11 I 1z � r 13 I 14 15 f PROPOSED LID 314 'MCI we Renton, Washington for Jones Associates, Inc. 79-5170 _Converse — WardDavisDlxon a.,L<n�<. c,�..II, ., "' A-27 LOG OF TEST PIT NO. 8 Location' Elevation, Surface Conditions, V _ o,.Y 2 of DESCRIPTION REMAMS Qr X N su FILL (Gravelly Sand), brown with trace silt. 1 2 3 --------------------------- 4 grades gray. 5 6 M1 __S14I.grAY_�LiLD_fine_SC24 +g?�3gfC•_______-_-_ 276 1 root layer at 7 Pt PEAT, fibrous with interbeds of ORGANIC SILT; yy', 1851 2 pL wet. soft. y r ♦ � , 1Q 40 3 SP SAND, gray fine; ioA 90o e. 11 ` 1 I Bottom of test pit at depth 10k'. Groundwater seepage encountered at depth 6' . j 13 3-4 9pm• Completed August 29, 1979. 14 15 ' 3 I PROPOSED LID 314 Renton, Washington 79-5170 !or Jones Associates, Inc. ConverseWardDawsDtxon a.NgCnNa eon..wm. A--28 LOG OF TEST PIT NO. 8A Location, Elevation- Surface Conditions, Y f z `�'ae DESCRIPTION REMARKS oc 3y" Asphalt, 6" crushed rock. 1 12.0 1 (9) 15"' concrete -------- (old highway). _.l . . ..2d24�_Illack. fine, with some gravel 2 37.8 2 FILL (Coal chips) dense, very moist. 3 4 5 B4. -- p{ - - ---------------- ----- --------------- 6 Bottom of test pit at depth 5'. Groundwater seepage encountered at 4-10". _ g Completed August 29. 1979. 9 10 � '� 11 12 a 13 14 15 PROPOSED LID 314 "'°^""' Renton, Washington 79-5170 for Jones Associates. Inc. ConverseWardDavls Dixon .1 Con.en.nw ^_29 LOC OF TEST PIT NO. 9 ( Location, Elevation Surface Conditionv f V 4 o c c ae DESCRIPTION REMARKS 1 SW F!. . ;Gravelly Sand), brown-gray, with trace silt and organics, branches (to 2"). occ. lumber, bricks ai.d concrete Jebris; moist, caving med. dense. throughout 3 fin. 4 --------------------------------------- PEAT, brown fibrous, grading to PEAT/ORGANIC 5 190.7 1 pt SILT, branches (to 1"); wet, soft. 6 g Pt/ OL 9 143.4 2 pL .e ORGANIC SILT, red-crown, roots and charred n 1D Wood to 1" •wet, soft. a �-- i'--------- "----- SP SArID, black, fine �4th trace 'silt and organics; I 11 32.4 3 • we, 'ose., 1 d 13 Bottom of test pit at depth 11'. Groundwater seepage encountered at depth 4' . 14 Completed August 30, 1979. 15 1 PRCPOSED LID 314 '�^ ^• Renton, Washington 79-$170 for Jones Associates,lnc. �' ConverseWardDavisDixon 6.ebcenctlCa..m,.n,. A-30 LOG OF TEST PIT NO. 9A Location' Elevation' Surface Conditions _ Y Y f ° B DESCRIPTION REMARKS � N 41," AipMlt, 6" crushed rock:-_.- 1 (1OL-16") concrete. (old highway) FILL (Gravelly Sand} with trace silt. 2 - -------------------------- FILL (Coal). 3 4 — 5 6 Bottom of test pit at depth 4' . No groundwater encountered. 7 Completed August 29, 19'9 t 8 10 12 I s 13 n 14 15 l PROPOSED LID 314 •�� �• Renton, 'Aashinuton 79-5170 for Jones Associates_Inc. _ n"y we COnverseWardDavISDixon a.owce",«ite"• A-31 LOG OF TEST PIT NO. 10 Location, Elevation, Surface Conditions, Y 'f Y aq Y DESCRIPTION REMARKS a+V Y O c y, 1 FILL (Gravelly Sand), brown-gray, trace silt Z SW and organics; moist, med. dense. 3 ( 4 5 6 357. 1 -PEA'- -brown---,--veveryry -fibrous mat.------ ----------------- , 7 137. 2 grades non-fibrous, brown with trace wood :hips (to V). $ ------------------ fibrous layer, J (: — g - 06 �` c.� . , .------ --- 141. 3 grades to ORGAN 1L $T,�T6aI '4nd brown;wet,firm. 10 °L C'•➢ _10 w _ 11 25.8 4 SP SM0, blacks fine with trace silt; wet, loose. I 12 r 13 Bottom of test pit at depth 1111'. I Groundwater seepage encountered at depth 10y' , 14 3-4 gpm. Completed August 29. 1979. ' 15 KUr ] mono Y• Renton, Washington 79-51,0 for Jones Associates, Inc. rpuy MO i5F�--' COnverseWardDaviSDixon A-32 LOG OF TEST PIT NO. 10A ( Location, Elevation' Surface Conditions, f DESCRIPTION REMARKS N 5" Asphalt, Sy" grave ly sand; dense, sl. moist. (lOy 16"� concrete, (16-194") sand, brown, fine. - ------------------------------------- 2 FILL (Coal); med. dense, moist. 4 542. l Pt L PEAT with organic silt. -^ 5 6 Bottom of test pit at depth 411' . Groundwater seep age encountered at 4'3". a CpPldted August �E$, 9 9 > 10 11 . 12 r 13 i 14- 15 Y+ PROPOSED LID 314 Renton, Washington 79.5170 for Jones Associates, Inc. ConverseWardDavlsDlxon ONIKINU CpMuh1 A-33 LOG OF TEST PIT NO. 11A Location' Elevofion' Surface Conditions' Y E Y o ae DESCRIPTIvN REMARKS 5.7 1 6" Asphalt, 5V sand and gravel, brown. --------------------------------- (11!s-16" concrete, (16-18y" sand brorm (18�_231coa1 and yraveli (23'k-26�'_)sand and gravel . FILL (Coal), black. 3 4 5 Bottom of test pit at depth 3'. No groundwater encountered. Completed August 30, 1979. 6 1 n y - 10 I 12 It 13 14 -------------- 15 i L 10 310 T.W. ". Renton, u,shington 79-SI70 for Jones Associates, Inc. _ ConverseWardDwsDixon a..wawaNew"aaaY ""s ' — A-34 LOG OF TEST PIT NO. 12 Location, Elevation' Surfoce Conditions, ae DESCRIPTION REMARKS O c H 1 FILL (Silty Sand), It. b,:own, fine with some SM fine to coarse gravel , occ. fine C4oSi_424 Sgn_4rSSg_QSb ri f� s],__ Z moist, med. dense. grades to mottled gray-brown; 3 moist. •- considerable caving. 2-7' . 4 grades gray; wet, loose. 6 -- 7 93.8 1 PEAT, mottled brown-gray,Anterlayered rol�j a Pt pest a ORGANIC S. ;JI 86.8 Z \ C, ,a ~�i c�_'�epQ'pp��s nn��fiber content, roots to Wt ) ado btanches (to 1"). 12 t13 .......................................... I 3 ML SILT, gray and brown, little organics; 1 wet, fins. 17 3'App------------------------------------- PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. ConverseWardDavisDixon e..,whrftbl A-35 LOG OF TEST PIT NO. 12A Location- Elevation, Surface Conditions` Y _ # ap $ DESCRIPTION REMARKS E"` E O c N 6.8 1 5" Asphalt, 44" gravelly sand. Crown, fine to coar e. 1 (%-15")concrete, (15-17y")sand, clean fine to med� 2 _C115:ZZ');ED1 .=coa1'6nd-grivel----- 37.1 Z Flll (Coal) ) 5 Bottom of test pit at depth W . ! No groundwater encountered. j $ Completed August 30. 1979. 9 `a y 1� a ,p 12 s 13 14 15 � I I PROPOSED LID 314 ''e1fM0 Renton, Washington for Jcnes Associates, Inc. COnveiseWardD3VISDixon LOG OF TEST PIT NO.13 U ev of ion, Location, Surface Conditions { Y a o DLUMV ON REMARKS r Flll (Silty Sand), It. brown, v.fine to fine, 1 with little fine to coarse SM gravel, organics to 6" depth; moist. ned.dense. ---------------------------- 3 grades gray wet, loose. caving. 3-5'a'. 4 5 Pt PEAT, dk. brown, fine and fibrous mixed, (tg�34�): wet- soft. 2 with lenses- fgRGAN7C` 1�• I a mottlekg Nand tkruvewith roe or y1 (to V); wet. 9 �my,r 10 -------------- Sm -------- — -- -- 111 3 SM SILTY SAND,blaCK fine, tr. organics et l0y :_-_ —w -3ense. I 12 Bottom of test pit at depth 11' . t 113 Groundwater seepage encountered at depth 10'��' . Completed August 31. 1979. I 14 15 � a PROPOSED LID 314 79-5170 Renton, Washington for Jones Associates, lac. i' ConverseWardDev(SDlxon A-37 LOG OF TEST PIT NO. 13A Location) � Elevation, Surface Conditions) a� ae DESCRIPTION REMARKS 5.0 ly_ ASDhaI t_ 4_ ATB. _ 1 0 2 ((5VIO") $and, Drown, fine with sane floe grevei;dense, moist. (10-1%*)concrete. (19y-20y`)S�no, Crown_grgy 9 with some fine ravel. 2 `20:26"� Coal and Gravel, 3 36'2 FILL (Crushed Coal). 4 - 5 60ttom of test pit at depth 3'9". 6 Groundl.ater seepage encountered at 3'9". Completed August 30, 1979. 8 9 10 11 „y ya,V 12 a I • 13 I 14 15 i PROPOSED LID 314 Renton. Washington 79 5170 for Jones Associates, Inc. ,r.w1 MM ConverseWardDavisDixon OMK�ni[� GOn,Yll�nb A-38 LOG OF TEST PIT NO. 14 i Location, Elevatim, Surface Conditions, e—E ?ae DESCRIPTION REMARKS 1 91 FILL (Silty Sand), It. brown, fine to ffw!d. with son* gravel (to 3"dia. ); moist, med. dense. 2 3 --------------------------- 4 gray; very moist, med. dense. 5 6 51.4 1 Pt PEAT, brown, fibrous with roots and branches 89.0 2 (to k"), interbedded with gray- brown ORGANIC SILT; wet, soft. 55.9 3 htl SILT, gray with some ler es of sand (ta 4 Eck occ. v fine org 2i�s �Ij� 1Yt. c.. 10 --- --------------F. R .. .----- .. 35.t 4 SP grades to u, olgck." ine clean; y r Bottom of test pit at, depth 11' . 1j Groundwater seepage encountered at depth 5' . 14 Completed August 31, 1979. 15 i PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. ConverseWard Davis Dixon o.awc A-39 LOG OF TEST PIT NO. 14A Locotion' E I evation+ Surface Conditions' o G� y; DESCRIPTION R:MA,RKS O c o N 7.0 1 3°AsehalI 2 -ATB.--------------------------- 1 Gravelly Sand, brown; (8y-10")Asphalt. (10-15")concrete.(15-18")Sand, dY- brown,fine with s me fine gravel. 2 20.5 2 FILL (Sandy Silt), brownwith some gravel. 3- 5- Bottom of test pit at depth 4'. 6- No groundMater encountered. Completed August 30, 1979.-.. 10. a 11 12 r 13 14 15 PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. O.unp"p - ConverseWardD::.vtSDixon A-40 LOG OF TEST PIT NO. 15 Location, E levation+ Surface Conditions+ be B DESCRIPTION b REMARKS � c — N 1 FIuL (Silty Sand) it. brown, fine with some S11 fine to coarse gravel (to 2y"); root layer, 0-6,. z sl. moist, loose. 3 4 _ SP (Sand), gray, fine to med. with some fine 5 - _. -------- to coarse ravel ; wet, loose. - caving, 4.5' . 06.o 1 pt PEAT, gray and brown, fibrous (ta y"); 6 -- - - _- ' ------Wet-_soft- - 67.7 2 OL gradr5 t0 ORGANIC SILT?mlottle4 gr�y`,a down, -- -_ trac^ fihera;,'wat,ytlb caving,6-7k'. Pt grades to P4p�. !LAArown, fibrous (to V); 9 0 4, -. , soft 1� 51.1 t4Sp sand, occ 36.1 SAND, v.fine to fine,occ. branches (to 1"); w Gavin 10 .1, I? t 13 I bottom of test pit at depth 11'.Groundwater seepage encountered at 51 . 14 I•c-npleted August 31, 1979. 15 a PROPOSED LIL 314 w.c o Renton, Washingtonfor Jones Associates, Inc. 79-51%J ConverseWardDavis,,Dixon O�e1KanlulCon,Vll,nb A-' — -41 LOG OF TEST PIT NO.15A Locations ( Surface Conditions Elevation- 4 V _ - n o° DESCRIPTION REMARKS N ley" AsPhalt, 6"concrete patch 1 4.9 1 (7<s-11"SSand and Gravel,bry 1 -- send, -f.gravel; Z 12.0 2 L11_�4„�_aW146.DlYck. fine.- de_rsea moist.... 15.6 1 FILL (Silty Sand), brown-gray mottled, with trace 3 fine gravel; dense. moist. 4 5 243. 4 PEAT, brown, fibrous (to 2"); wet. ------------- 6 Bottom of test pit at depth 4y'. No groundwater encountered. Completed August 30, 1979. 8 10 I 12 I 114 15 PROPOSED LID 314 Renton, Washington 'ONt1M• for Jones Associates, Inc. 79-5170 ConverseWard Davis Dixon °°"• LOG OF TEST PIT NO. 16 Locatiow Elevatiorr Surface Conditions Y Y °g ae 8 DESCRIPTION I REMARKS I 1 FILL (Silty Sand), brown,with trace fine to Ski - -coarse,gravel. (to 4"); moist, caving, 0-3� ' . med, dense. 3 ---------------- ------------ 4 grades-gray original ground 5 PEAT, dk. brown, fine 'with some fibers, roots, - B4.4 1 pt _ _ surface at 4y' , branches (to 1"); root nat. ti wet, firm. 7 $� Z flit. SILT, gray, inorganic: moist, fi y 9 3 SP SAND, gray v. tine t fln8' vi�t� 99`med. dense. I 11 Buttom of test pit at depth h'. Caving conditions encountered below 9T . 12 No groundwater encountered. Completed September 4, 1979. t 113 14 15 s PP.OPOSED LID 314 .ewnwa Renton, Washington 79-5170 for Jones Associates, Inc. ConverseWardDavisDixon a..wee.xaca�.awn,. A-43 LOG OF TEST PIT NO. 16A Location, Elevation Surface Conditions' 4 ?' ae DESCRIPTION REMARKS _W_eta.-------------------------- 1 (44-111s")Gravelly Sand. (115-18')Concrete. 0 5an4.._4k,Dmm•_____________________ '- FILL (Silty Sand) brown-gray mottled, fine with trice fine gravel. 3 ---------------------------- 4 _..-grades gray. 217.12 11 Pt I PEAT, dk. brown with some fibers: wet. 5 6 Bottom of test pit at depth 4'8'. I No groundwater enco.,.tered. �9 Completed August 30, 1979. C � 10 `t J 11 12 r 13 14 15 i PROPOSED LID 314 .Mft Ms Renton, Washington 79-5170 for Jones :.ssociates, Inc. Dn_np 40 631 ConverseWardDawSDIxon o.w.ca«eNc«w.a.w A-44 LOG OF TEST PIT NO. 17 ( Locations Elevoiion- Surface Conditions, DESCRIPTION REMARKS O c — N 1 SW FILL (Sand), brown, fine to med. with little gravel (to 3�"dia.), fine ? roots (0-6e depth); moist, loose. 3 4 ---------------------------- 5 gray; wet, loose. caving conditio 6 -------------------------------246 1 PEAT, fibrous, roots and branches (to 2")• 7 Pt wet, soft. ' 96.6 2 ----'-=----'6 -�T- 9 grades ., ORGANIC Sli.t�- ray and brown; to OL h i•• "wet. soft. '- ---------"�-�----------------• -------------- 11 30.1 SP SAND, 'ra , fine to med., trace silt, occ. fine caving. roots; wet, loose. IZ Bottom of test pit at depth 1012' . t 13 Groundwater seepage at 10'. I Completed August 31, 1979. 14 i 15 PROPOSED LID 314 •ern we Renton, Washington 79 5170 for Jones Associates, Inc. ConverseWardDavisDixon a.eee e;aace„,• A-45 LOG OF TEST PIT NO. 17A Locctiow Elevation, ( Surface Conditions` _ t V f ° 2 B DESCRIPTION REMARKS ae u AsQhp]1.?K-?L6•-------------------------- 1 5.9 1 "" (4;s_12")Gravelly Sand,brown,f.-m.;med.dense, wistt (12-14") Asphalt, (14-19"rconcrete. 2 (19.204 ) Sand; black med. with some gravel 27.4 2 (204"-4') FILL (Silty Sand), blown-gray mottled, fine with trace gravel (to 4"dia.Z 3 dense, moist. (4" cobble at 34') 4 5 �J Bottom of test pit at depth 41 . 6 Ilo groundwater encountered. Completed August 31. 19;9.p G � 1r; , 8` I 10 11 I 12 r 13 I I 14 15 PROFOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. ConverseWardDavlsDlxon o»,«h.,cxlce A-46 LOG OF TEST PIT NO.18 l Locations Elevation Surface Conditions, Y Y f u 4 ae C,ESCRIPTION REMARKS N 1 SW SAtC. ;t. brown, fine with some fine to coarse gravel (to 3k"dia.), Z occ. concrete and organics to 12" depth; slightly moist, loose. increasing moisture content. grades gray- wat° 1 Fse\� " v�:---- J Pt .�1r f'ibeFs_as mots, bark and �, branches (to 3/4"); wet, soft. 8- g --- ---------- --------------------------- 35.8 2 SILT, gray, occ. organics, branches; 10 OL wet, firm. 11 19.5 3 SP SAND ra fine to med with little fine Greve 12 an trace organics as roots; wet, loose. s 13 14 Bottom of test pit at depth llk'• Groundwater seepage at depth I1'. 15 Completed August 31, 1979. 1i i PROPOSED LID 314 Renton, Washington '9-5170 for Jones Associates, Inc. �' ConverseWard D-viS Dixon q-47 LOG OF TEST PIT NO. 18A Location, Elevation, Surface Conditions 4 f 'i ° o DESCRIPTION REMARKS - N l'i' Asphalt, 2V ATB, 8" ;rivelly Sand, Drown; med. 1 6.8 1 -- _ dens._e�;ry"eaten-------------- (12-17"� Asphalt, (17-20�") concttte. 9.4 2 (20s-23") Silty Sand, black,v. f.-f. 2 (23-27") Gravelly Sand, broom, fine; dense, wet. 23.8 3 (27-38") Sandy Silt, brown-gray mottled with trace 3 gravel (to 2"). 4 — --- 5 Bottom of test pit at depth 3'2". Groundwater seepage encountered at V V Ij, 6 Completed August 31, 1979. Qa� 0 10 11 12 s 13 I 14 15 f PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. °" CanverseWardDavlsDlxon " ", „", ""� A-48 LOG OF TEST PIT NO. 19 Location- Elevation' Surface Conditions, 4 4 ae ° DESCRIPTION REMARKS c 1 FILL (Sand), brown, fine with some fine to 2- SW coarse gravel (to 4"dia.), trace silt and organics as fine roots; moist, loose to 3 med. dense. 4 5 AA ,@ 6 --------gr*�ns-gray (a.�� k::.� 0 ,". 81.9 1 p RO\J1:-` (------); 7 Pt PEAT, brown, wit ffie„ 6 fibers to 1/8" et, 42.9 2 - ------ it� vl`--------------------- 8 OL ORGAN Z S kT;'mottled gray and brown;very moist, - --------4------h M-- _._ 9 35.8 3 SP- SAND, gray, very fine to fine with trace to SM little silt; very moist, loose 10 to med. dense. 11 Bottom of test pit at depth 10' . No groundwater encountered. 12 Completed August 31. 1979. r 13 14 LEI 15 i PROPOSED LID 314 Maws Renton, Washington 79-5170 for Jones Associates, Inc. D,oiwp Mo ConverseWardDavlSDlxon A-49 Location, LOG OF TEST PIT NO. 19A � Surface Conditions= Elevation. o DESCRIPTION REMARKS 6.0 1 75 AiPh>115,_ i=PI@._ -- 1 L5:13';) 6rave1lY Sand: Drown f.-m. , gravei to 2:i_ moist. 9.6 ? U3:1dY)_GQntflti•---- - tl se, 2 15.5 3 (18-24") Sana- ----nacf {;yy,wfth little fine -ravel Silty rani 3 witA Lrace gravel-to j% 4 Bottom of test pit at depth ?'e". No 5 groundwater encountered. Completed August 31, 1979. 6 7 Q •�I 10 I11 12 13 114 I ' 15r-- °ROPOSED LID 314 Renton, Washington •r. �.e for Jones Associates Inc. 79-5170 Converse WardDavlS Dixon ,..,�y'_'-a------Gmb<hnl<.' o C•n.ull.nb MINIMUM A-50 LOG OF TEST PIT NO. 20 Location' Elevation- Surface Conditions, Y f ?at Y DESCRIPTION REMARKS 1 FILL (Silty Sand), brown, fine with some gravel SM and occ. debris; slightly 2 moist, dense. ----- ------------------------ 3 mots ---- - - 4 very moist, gray. 5_ caving conditions encountered, 3-5' depth. 6 Pt PEAT, brown with some fibers layers; wet. t 9 - ---------------------r` 17y ---- 2 ML SILT, y with,OZcCp'rgk'pic'f unions; 10 very iael3t, firm. --- - - ------- --------- - wet 10o - � 11 _ 3 SF SAND, black, fine with irate silt;wet, loose. 12 Bottom of test pit at depth 11' . F 13 Groundwater seepage at depth 10•y'. Lw ,leted September 1, 1979. 14 15 PROPOSED LID 314 rower we Renton, Washington 79-5170 for Jones Associates Inc. ConverseWard Davis Dixon A-51 LOG OF TEST PIT NO. 21 Location Elevation- Surface Conditions v o n: 2 B DESCRIPTION REMARKS o c 1 FILL (Silty Sand), mottled brown and gray, SM fine with some fine tc coarse gravel and occ. organics 2 as branches and debris; moist, dense. 3 4 5 7 Pt/ PEAT, mottled brown and gray with lenses of 53.8 2 OL organic silt (to 3-10" thick), - branches (to 5"); wet, firm. 8 9 3 ML SILT, gray with trace organics; very moist firm 10 4 SP SARD, black, fine, trace silt; wet, loose. I 11 Bottom of test pit at depth 105'. " Groundwater seepage encountered at depth 10' . I 12 Completed Septemb?r 1, 1979. r 13 I 14 15 P'm .wo PROPOSED LID 314 79-5170 Renton, Washington for Jones Associates, Inc. COnverseWardDamDixon A-52 I LOG OF' TEST PIT NO. 22 Location, Elevation` Surface Conditions, Y Y _ oc ae 8 DESCRIPTION REMARKS 1 FILL (Silty Sand), brown, fine with some SM fine to coarse gravel; moist, med, dense. c 3 Caving conditions encountered, Ili - S' depth. 4- 5- 6- 7- • ---------- --------GG-{1Q- - -_ PEAT, brown, fibrous; � - 9 Pt 12 SILT, gray with occ, organics as inclusions; I ML wet, firm, r 13 14 1`' SP Backhoe excavation to depth 111 . Refusal of hand probe at 15' in black fine sand. } Groundwater seepage encountered at 7y' . Completed StPtember 1, 1979. PROPOSED LID 314 ^011'0 Renton, Washington 79.5170 for Jones Associates Inc ConverseWardDavlsDlxon A-53 LOG OF (EST PIT NO. 23 Location, Elevation- Surface Co- litions' Y n g ae Y DESCRIPTION REMARKS O c PEAT, brown, fibrous material, fine roots (to 1 V); very moist, soft. 82.9 1 Pt 2 3 ----------------- ----------- 4 wet. -- --------------------------------- - 6 2 ML SILT. gray, trace organics; wet, soft. -- ------------- --------- ------------I 3 SP SAWD, black, fine trace Silt; wet, loose. 9 Bottom of test pit at depth 8'. _ Groundwater seepage encountered at depth 10 Completed September 1, 1979. 11 �I I 12 13 14 15 3 l PROPOSED LID 314 Renton, Washington 79-5170 for Jones Associates, Inc. _ ConverseWardDavlsDlxon A-54 LOG OF TEST PI1 NO. 24 Location ( Elevatiom Surfncs Conditions: � Y o = DESCRIPTION REMARKS 1 FILL (Silty Sand), brown, fine with trace fine SM gravel, occ. coarse gravel, trace organics as fine roots; slightly Z moist, med. dense. 3 - ----------------- 4 51.? 1 Pt/ PEAT and ORGANIC SILT,-mottled gray and brown; OL moist, firm. 5 (fibrous Peat lense at 5k' fibers 7 I ` 6 -- _-_ --__--•---- C•i L.Y -----' $ ML SILT, gray with trace organics; wet, soft.. 19 - --- -- 11 10 SP SAND, black, fine, trace silt'.wet,med. dense. 12 Bottom of test pit at depth 10y' . t Groundwater seepage encountered at 101 . 13 Completed September 1, 1979. 14 15 t PROPOSED LID 314 r n.0 wu Renton, Washington 79-5170 for Jones Associates nc. ConverseWardDavisDixon "_.Z A-55 LOG OF TEST PIT NO. 25 Location' Elevation Surface Conditions' Y f o DZSCRIPTION REMARKS C N 1 I F1.L (Sand), brow.i, fine with trace gilt ano fine to coarse gravel (to 2�" 2 dia.); moist, very loose. 3- 4- 5- bottom ai test `p1. et dedth 6' . . v 8 Standidg wale&dt-depth -%'. %ompletei SFFptember 4, 1979. 9 10 11 12 r 13 14 15 i vRI,OSED LID 314 .w. w. WIN Fenton, Washington 79-5170 for Jones Associates, !nc. s ConverseWard Davis Dixon ",.. G.", ", A-56 LOG OF TEST PIT NO. 26 Location, Elevation, Surfaces Conditions, � O E+ � DESUIPTION REMARKS y N 1 FILL (Gravelly Sand), brown, fire with little SM Alt and occ. cobbles (to u"dia.); occ. organics as fine roots (<1/8"), and concrete 'ebris; 3 moist, loose to med. dense. organics more abundant below 1� '. J -- ----------------y--_V 2-t_�..'---y-------- 7 1 �oH'"e " „ . „L SILT, mottl e s •tid brf�own with sow 8 I P•• organics as decayed and very ' `�� 'fine roots. 9 10 I I 11 SP SAGO, gray, very fine; wet, locse. 12 s 13 -- --- - 14 Bottom of test pit at depth 13'y' . 15 Groundwater seepage encountered at 10�' - L_ ` Completed September 4, 1979. i{}2 PROPOSED LID 314 •w. M• Renton, llashington 79-5170 for Jones Associates, Inc. ConverseWardDavlsDixon �wi.ene�aoe•..�"� A-57 r LOG OF --ST PIT NO. 28 ( Location, Elevation, Surface Conditions, Y Y { JX Y REM Y� ae DESCRIPTIREMARKS Q C N 1 ON OL ORGANIC SILT, brown with gray layers of silt, 79.6 1 trace fine organics; slightly moist, firm. 2- 3- 4 z SILT, grad with trace organics as inclusions 5 Ml- and occ. branches; wet, stiff. ---------- 3 SP SAND, gray, fine with occ. organics; ( $ very ist,lloose. 1� Bottom Of test pit at depth 8'. Groundwater seepage.encountered at depth 4> ' , Completed September 4, 1979. I 11 12 s 13 14 i 15 ij 1 1 DROPOSED '..ID 314 eona ee Renton, Washington 79-5170 fcr Jones Associates, Inc. ConverseWardDavlSDixon Yb,K�.... �....n..' A-59 LOG OF TEST PIT NO. 29 ( Locations Elevation, Surface Conditions, Y Y e ae DESCRIPTION REMARKS N j 1 SP SAND,black fine, with trace organics; roots to 6". slightly moist, med. dense. 2 i i 3 --- ----------------------------------------- --- SILT, brown and gray mottled, some layers of 51.0 Z FL organncs; moist, stiff. 5 6 - - -------------------------- - w � 3 SILT, gray with trace organics and�tl(in fip0 7 n1 sand lenses (t *' mi A, stiff. J 9 ---- ----------` '_ d SAND, black, fine with trace silt; wet, 10 loose to med. dense 12- Bottom of test pit at depth 10'. Groundwater encountered at depth 94- . t 13 Completed September 4, 1979. 14�15 i i PROPOSED LID 314 �.•• «, Renton, Washington 79-5170 for Jones Associates Inc. ConverseWard Davis Dixon GW. N A 60 f LOG OF TEST PIT NO. 30 Location, ( Elevations Surface Conditions, u o ' DESCRIPTION REMARKS 5" Sand and Gravel; brown, f.-m. , 1 2" Asphalt (7-22") Sand and Gravel;brown f.-m. w/little silt. 2 ---------------------FILL (Coal chips) -' 3 -- — 4 Bottom of test pit at depth 2y' (30',), 5 No groundwater encountered, f Completed Septembe- 4. 1979. _ J 10 3.1 it 12 a 13 14 15 I l� PROPOSED LID 314 Renton, Washington for Jones Associates, Inc. 79-5170 G ConverseWard Dam Dixon °,t°°,°„,°, "'"°"° A-61 LOG OF TEST PIT NO, 31 Location, Elevation, ( Surface Conditions, DESCRIPTION REWARKS SM FILL (Gravelly Sand) with little silt, gravel to 3", brown; moist, very dense. 30" FILL (Sand) mottled FILL (Coal), with brown end gray with some silty sand; little gravel ; ; ' moist, dense. moist, dense. ? •'.� 50" Bottom of tesi pit at depth 50" (4'2"). +o groundwater encountered. Conpl,-Aed September 4, 1979. Lj I I I f 3 PROPOSED LID 314 awn Me Renton, Washington 79-5170 for ;ones Associates,inc. Conversel lardDavisfllxon r.... A-62 f TABLE 8-1 UnconfineLComMssion Test Results Natural Depth Water Shear Boring Sample in Content Stre�n9gth Number Number Soil Description Feet (Percent) �sf) 4 4 brown fibrous peat 6 1/2 255.9 450 4 6 ?ray, wet, fine 12 35.4 560 sandy silt S 4 brown, fibrous peat / 392 c 5 brown, fibrous p a 7 56 .1 612 11 7 gray, we organ �, 12 46.6 410 silt�� Cali rnia`8earin Ratio Test Results Remolded Dry Remolded Boring or Density Water Content CBR Test Pit Sample Soil Description ` (pcf) (Percent)_ Value TP-13A 3 Coal (fill) 59.2 28.4 38• 59.2 30.0 13 58.0 32.0 6 59.5 35.8 7 47.8 40.0 0.5 TP-17A 2 Mottles brown and 112.8 17.4 66 gray fine sandv 110.7 12.0 23 silt with trace 107.4 19.8 47 gravel (fill) 102.4 21.9 8 •Ilote: Sample net soaked coh1 "%*W.4 ob,, 1 1 .1 roll 1 II � al a '!IQI a � ! �� I N lip, 1I�������E I � III i Illl�h ���' '����IMlll�ai�^ ���N �� � � I li �u �►i II, II it II 1 � . �I � Mlll�� lll��ll dM � li 11 lil II 11 I 1 ' 1 I�lo��llll�l��c��I� Il �li 1 'll;l III it I •1.1 1 1 1 I Nnmlmmmmlmmmw...... ....•....Y•1t.ntA7\IIIIIIIIrPCY1p1YI11M1nmYmmrA..•..wnrlm.... . orrY......M..NINne.nrr.nm.o YnY,wunnqum.�Yn Y*.'YwvummuYN..nw F. .Yuwmn,.,. ...mnuwu.nw.Y.louuuu Y..n...wu,uY •.•...�•Y\WIaHY,IW IpnHYn.l:.. N.N.Mr...1MWYrlrrrrYWu!!wn\•..\\W.Ww.u.P:ln M.UN\...u\WHIHIIYYYYw•Y\Ynm...... r..rnXnH.rF.Y.nUH.ul.mrl'YWY\....\N..Yn.rlrl mnu i..N.N.N.u.X.u�VY...Wxm.mY ..Nrrllw.wYW Yn .......mF.Y,nn..V..Y..unu:,i .N.Y.n..U.1�N111 .r. .N.nr.Y Nu,n::Un.W,uu:::. rn.1111YN 1 Koisture Content: Y.YN.N YUHUNu .!!.►�Y 1:,:.:. n N.rNmYrY 11yy 1 w-YIN�.SSX.ri.Nn w.nWM.�I .�.• Y•....NS..SSS.SI�.I�III. oww ......u.N.x.xw.ow awn,.W...oYNw. r w•Y4omwwuXWr\p�n�x.Y1...Y..:w.ouw�iiiiuuiu .•.•••�...N ,rYY.N�llbwww�.: ....Mu�Y\ .Y.....rI...MIrM.In Y p.•\\NNSS1rr..w.o�UWwn Y.�.. .....lW YI..rW Dry Density I .................W.\n..XuYn1.1.U.r1Wl.w.nH.YnY.xI.r.IwIxx��YF,,•,. .vNN.i ..Y wn Description: I r..N..N..nAY\Nenl.rYNxuNnYY n.Y...`Nn.YYINn,q, yy S::wN�.YN WW rllYW..nMlYgY.Y•.,.�uP.�unWYv,SW.XXN�w,IA r..Y�~Y..a..dR ..................., YSS\.....N---- �wrwYS�.m�YlYUYn i�ii�i..iN V10X.�und'Yw.„w Y.,�.wsY��N.r\�lu�nnanWir�i / wYYY.NrlwnuW.Ww.wwww.il:U:"���i��.i::�:�:inrm.•�Y..Fw..r...x.s�Y .w.�.riw.W�...n••••Y�r. w•••• p gM..Wuo.Y.a.mrWM•.....{/�..q�yY M.W.W.uarpMYww .p••••••u.u..Y r •• Y.y.nnu�.x.l.W.Rm.pY �.YM_..Yw.\\r.11wIP'.n .nu .. . n YYR.N ..UU WrN P.N:n`Y. w ....rNwlylrl Y.HYNUMwVY .... ..... nw.n Y.:.NrSYr.p41.111..\ d. .w..YP '.w....tl.WP:waarr..YN.wmu..M1....nl: . .\.rNNUHW e. . oZN.Nu wrrrrl�..Ywnwa_...-,YYNYPn....n•YN.Y I ar�ST.rinrr Yi�iwr..��ouow\.r�r! _w! wYY w n nww r iirw•!PN w.I.V• Ywi:::.iYwlrl wNrYwr..:i....Y..�:. . ...�.r. •�rY WN.:R',�N...YN...N.I.wYA wl•MCYY„.MPnSx u'i, N. .RYw.YrY Up•.rve._Y...NNN Yy.W wwX rYoo.uo W�lil�iwww =`Ywu.w�u�:.�u���"re••.M4N .YIIYu w==.....awn YYR..n Y.n. e � wr wwYIWY...n.xwvYl .......rr Wnwl. Y..•..NNr !!�N•Nr..\Y.NUW u.W:. w..\wY.Ywl.rrNNNwwrwYYYUN Y.!\NMuunYx. wR...wr..rr.rwwN.lrrPw.r.w. ' ou..Yl..MrwlYYow.:r Nrr runm�:y.�:.. io:::in:::r.YwrrwwYW wr.d:Yi��iiim w.wnuN,. _ .wumr.x,w N.u,YNNwvnwrux.w_r_._..4ir �N�wu.Y wNY....n.S.l..Nr.wW Y"Mmnw W.r..Y....l YIY•� !! YY....NN...ggrYwrU...d.MYm unY►..YW.wYr.rw .rwlN x..Piwr•Y.NN W.I..YNlrww r/N.M!\wY.r.l... .wwlwp. nu..RVY...Y....Y...n YYlrinw.r.XOrr�4lPYY..Yw.wlrb.lmli N Yr r.1Y WIYYu14.iMY..Yr..prPUiYR.YY.......uIMYY.WeIN � r.wr.w ..w.lrwT.N.YNrnr.l.w..WnP..YMWNn!!Y wr..�.�Yl.lYr� pNYp..•..\N\YN N.I WIYUNYMY...nYIrO.PwM•11.WWWlWYwr\NIrNYq..n NNwwNlr O.ww�INNYw.NurWrwwrwY..Y=N�rrNll..wr. YMw..W�NN.Y.....r.NrN YYw.�NNww nW.•..n wr... r.f OYYw.wrwNrrNNwMYMrY.�rNNrr Yw.Nw w�Nirw.....r.w\N.wrN.lYw�wYYwNrwYr.w! Y sYw rrrrw.YY.Mn�rr�llr.Y YNNNNN.r.rww . wwwlrrN•wuwrlN r w! r N.wwwrrer..4w r .N r..Y.w wwN�ii \N rl =ilw�rrNr=!.� ww.rrw..N w YwuwrN.N.N. ... ww wwNYl.lI rrww•\w r!w o.w ww=rw Nr.r! rww.Y.r1s. wuwrrNMM.wINI�I Iw r.r.lYwYrlwww..rw.r ! w\w oa�::.YN ..r.lw.rwrw wN.w.wqw.r �.11w�\Y\..STY r wr gYr..wl�nMr.Yn�YIrNY.w. NYlwwr.rlrrr.Sw ww\Irlp ter..s.Y.wwwYN.wwrwwYww .�N:rwwrlwww.wrw.Yw'i�i.Yi.w�w��.rilia�~.�!N.�wrwwlwr w.....�l..lrrr\N�.wlwirw.w r�iw.rll.wrr!lrwwrNr w w.w.\w rwwrr wrwPwr. w w n�..�li r! r..r..w� NN\.\.Nwr.M,�lrlUllYNY.• .rlw. IIYrrNr•N.\ rw.rrwNw. M_r..wNr•lNNlr.� 1 p NNw!!w r—M.w �Nw lwwwro�...rY �w .r.N�N.. uillYr�•. ylN—�1�l.rrN rWN.rrrN...wwrrWr s....Wrl Ilw�ly � I.PIUY I �r...rNlJ.wwY wwwrPYr...�.. .n.rNr�.rw.�lwtl*r. w.iW �NN�rrrwlrw....N... Pr��.wl�3rrwn.wwwN .lw� =.IrwNrY1 ��w<•:+Y::'o. r�N� lrwYN�w—w�1l�.r.n \.wwr.-� I�wlri..rlrY .�• w•�� .�ww�Y.w���wlwiw�nn / . wllrYY.\YYO�NN 1 1 r 1 �ar•Imnmmmmuno., r ' YNYNnI u\nm ^nnm�mmm.n• w o.1 wnumn nn:::.:i ,In ruin., ::^:niU1YININM1IIYlr I101YlNN YYY au "WON, , PrNr�NN4nuW.�.u'.:rr 11 _ YI.\I\)IIINIIIIYtrIrIM1IN11 U411WWYhYR/I•NNI\YnWnWUY1,r __N\NIYNNununxm r r '�� •NfNNYw1\111114xu.)YO4M1 WaIYrY••N•NUUI«Tllrrnmr NNnuN uru Muru..�\.1tNt�xrr,.n _ Y•INNN4N144 W1rllll,ln11111lt�YNrrRa••NIYY\/Mu1FWlInP' �i�iYiiiano itn Nxi�:'ii•Nmr.,.. YNNuonnnamn.xmmmumY Nn,YwNN•YYnnmunn4nmo_ 4wi:w:i:a un4uuuYrw.)onunuwnY.W Y•NNYnnmWNWrnr,. oNNYriomm�uu��,rlru��n,::;r .):.o.::wmmw4,xgwwMWN,Nx.`Y`=RN.NNunnnmmnnu\rY•rNNNWYINrrrr..x........... .. wr:rl.rll.nll«VII«x,ruln\/\.11�l.ru�p Y.rNNN\\NN...r..ItIYMII� YY1frYrnWNYnxxrrr,n1�11Nuxrr r v wN)Yn /!.11lulNlTrrNlnpWUY�NY \ffNf.N4rnn,1 4YOY11unn4.orrnr'.rr, r�..,• ...�iNNuulTnunn �NyY•••wonuu.n,l�:w Y YryYNNNYNMIuexxnlnullulnlxYrf.:.-rPN_•\N.II\/.IIIuu11111 N�n�iN��i[nilYrtl WYYY.YY rY•••!I/YUIN Wx,w� YA.•ff1.YY\\14.t1,ur.rN.NN11r111111n WyYaax r.N\ YN\Yr uttr44YYrYY Y•N•NYwn4YYpn rYIW WYl\nl\rNMxrxr,ru UlrlttrWnu4Y.w:rrr.1.11 YIr V fp g4nnwnun.m;W Ywnuu'.wnM n raarNl\ Illrnm,.YrrYffll)•RINM«WxpuYMYtru YWY W rui Yr\YY•1\ BoringMYwr NNYNNNY.-VWYxuN.INI«I««NUYMw=aaYY••\ SampleI' INmr. YrrlrwNWY/l�vluurMx).Ur11r11411rNxr.r. r_I_•1fN iYrltt=MMfNN.W41n..`WPNNUYNuuxMMWr.ux ••\N INWgx _P Y. i1111Yr«IluYrvvr)WY;W"t'Y1nY:'. Rara•Y•• tYrY.N_ • •IrNnnnrlrexnnry Yn r ri4,.ri rrr••NI IINr1 Y..P.N•YnnnlNl,1u,r x,rgl V IuluuNrn.. �RP•1N1.=P•YY..eIYNNYI�VW'ry;„VNrWrrW rlr.ih rRyNl IYi1Y:P•IfIN/YYIYYrNn,n VWFNru unYrr••Yf. •wNln/Unnm Mnuo�ruu.Y.'m„Nrz.., rY\yY 1 1. 1 wtrY'rYY•fN.Yn.lullVuwun 4urM111.V�wIa� I'rrR•fff rN,W NYP uo.mommxmrrr•)•^••.um srr.,?.vY•w rr•a•�•NN)R...IV WWrw1.Y11PIrinnglmx.rYYY••r Description. 1 ,MN YYwrY•uuwmwm[4rYmmuTl,Yo.r.n=N•NY rYrwNNWWnmWmlF:upmmnxnY..'_PY__NroYNumnmmne..nnrrnY.r Yrwo.Ys..Nu.r..:�1�wm Yr•r•NNNN\N.utunrrxfn4l Wulunru.Y rAR N .f ItNN./IWYWYW.WulnYltM w.YMrYYYV•YNNWYWIuyplr rY►•VY\YN..urnux,rrxr.NYNNIx.nnui.u =Yrr••1111nwIM«uYWaWY.MWnYrYYµrrNrwfrNNN.nrulpnr4 NYr•NfI\ NNxlrnx'\NI\u.tr.W.mrn�\' P•V•ffN)N.\l4VMTrxn/NMMUYYNr4 RYNPYI•Yn))WUNNnm Yr~•ff\n�YY4Ynuw.....NINI�.n.......N.1 INII .....N.XrIrwW Nt11YYVYarNNrffrYNrr.Nrluly�n, Y•Y\NI.NrtY.urur4x..Y4rnuNlrrn..v Y If1Y�1/ w•IN)NNnWIrw N.eNNV W..41V N1x WVw rY•••Yn.rR1111nxrnxrr.11r.l n.\lllxrr,war a Y 'RVrY.N.r�n«IUTIxr..r.l.IlnnlryntMy�eer_PN•_Y_ .IttNrY.uu. •INIIY.Nf«lunr.... NYYYYY..n.ttr11r1tFrr,r[.Vlr[IY,VmNI'N 4 .N/.......... Nxrrr = r•YYY/YNu111ulr.N.rJYYru11f1ur.W u'.r Y YRYNY\YYY.nNN.W W:IW YYr1YN VYNYw Y_YNP V\YY/.1NY.n Vr4w rrr.•.NY\YrmWleNurN.4UWIINrYI1 4YN=:=INYINunWxM,m.rWNNVIq,Y rnew •V YI.4.unnnlNNT Na•Y\NNI/tYNIN.turxT.......... uMYryunr R�1 NIIrNNtn«.M Wlrtt rnnVNINrYYruYNP• YWr.Y.N.tM YYYrx NrI11.N/..Y.IMNInnxrxWulnNxurrm�" r.r\N•YY..Y....r.ntlrrwllr:rrrrl«.NN W.Y:Wn YYV1YP Y.N)..NunuNYrn. Y•Ir II.IIIIiy.IWrmrr.N...xN«tl,rrYMrs YYaP•.rYY/YYr,x.x urn Yx...nnµ NYyn WY YYwr� Y.I/lr..nMYYNi YYaa NrN .....ly.urrumrnN/41UIYIIrYr u Y• rnn�ur.r '.n'nNnr.wlV mr�n+wrYl/r4•N.)YI...VtIrNNr r �rY••\•f 1)IN.NIUYxurN1\uuW nlx4rr..i.r..Y4.wY.,NNMN«uNnruF..InW rlt Ar.F��nY Yr•w Y\IY.r.�IM�YM1mrY' IRRNiw�/tl14/1.11«.xrW..nrYY•IUYurrm .Vnu«WN4MrW..Wr.Mnr11YANYYYYNYfNYVIWMMNYNr NrrrYNNA4/N/rU4weNV.Y11I1weNrY N 4r•V.Y/q.N....W U.MrYNW1.W IrrnrlrYY.NYr� \N.NI.WTNN NNNN••NMYO/W NYWUW Y/YY41 WnrYW Tirr•w•II.�rl.r Yr9YNY\rtvW.LuwYY44rrV W YIY.IYW NYIII M�If�N 1\N)W4wY�yrpW YYYYM4. rYf.YN VIrI.4NtuYN.MN)INMpYIrYrr:.'V iN4 nNM1Y~wlrwir YMr•WYY.Y W.YYrW lllrNrlY.xr'NYr•Y.YYrr\\Y.N N V YN.NttYrgYW pNrYYY W.•NnYIw/.uW rmrlla YNYwNYNNYYW UYrgr/nNlYuuNRYb4N Y1NY.N,NWTrttYrW Nln.urrW YVrwNVrf•Y1..Y.um WVyN Y11W WYwYN/.W4Yr.,Y..IYY WYY4r Nr�rarlflNY nII1u1MNYlY.4.x N.rY V,.r Y..: YYrr.W.tttlrYW�Y Yr•YYfNr..\./r.��1 WInW 4nNYY__ NVN..4/V.NMWIYIIIn..rrr4w PxI..Y• Y.YINnnl..y r.Nln rrWY1NWYYIV•4yY11.11N1YYWwxN rrINY1/IYIi.YN V1Y11r1.M..gtYrNY.Yi..PYI11NYl4r..gxrrVyu. ��rf•Y.NYNIY'IN.IIUI npprnnrllYNYMyy WYMn'=IYNII1NINn VN�r,Y.YjWM.rYrywrrRPN AYI.YY W_xr.wrry NIY���WYAINIVNIr/\.VW.IrYrY..YNra•YY.NI.In VI Irq�N�t W�YwYnwTNYVINWrwi MMY� Y=P YNIII.WYN.VMWIYpnrPiryrwYYMyYYYN..r.WIl1YY:.YP4W Y_YNIn.YYVNI.YNY.nW WN, Y�YN\Yw IN\)W rinmYn.r.IUINNIT.rMVnNMY••uN/.r\u«x xM. /mt Y.n.,rywrr•IrYwrMIN W.NAur. nNN.vuWr.l.u.1n1YYxNY CaNYnsf1I.Y..my VIYYY.nnYNl�1�YY .FYYPIYY)NW..Y�y. YPPrr W N4WYp\-�qW W.'ulurW rnr YY WJ•Y.V\.NI YM.yll.IlN4r.MINrplrr.Y'=141V•fNN4n�ry YrR••w•YINYIIY Vrnr.w . .,t ua rYYwrY•.•`NR.1/YFr Nrw.N..lu4rnnyrN 4NVTNN.PaNF R_ NNN.Nw/NIYI•wl:Ih�aV.N rVtNrw;•4CCNyYY.IIY.nn VYnllwNun«NYFM+rrr4\ffYVf..Y.y MFIr4Yrr YY N•\INy.IrNrrWNm)nuM1�vy�r=NrP YrN11•tllwuMl4\.mNUIYWgYYx4rVYNYN.Y..YNUW V4Yr'. Y_• y.V..4/ial.rr.W'YN.••rrnr l.J NY..YNN.....YVrNr•M) 4.VW11Y� IIYYSYYNrrYfYN.Y.Yu4l.lyyyr lNxlw.n'/.Irlt�r rNr'�YNYYNNI.V.Y.tYw..41nNO.4WlYVr►4YrfwrwwYFrrFYr� NYY VYNr 4 x �rprYFrrir MnNq.I�1lYW UWvn,wyNWrwrN4Y4Y..w.r NrWYN� YIII.I.Y.r1.r�rNY�uwNYY1.N.1.l..rP.Y4rrrii�-w1//(w l..yn lAgtY YMRNrq'Y rrFV)WyyWVwNNr r•rY\ryY /.W IMt1NIrYr�MrrNwYY1 Inr..� rrr••fYwrwlgrrrr�. rfr1l)YWYWIuj.VYVNIMUN.Y.YYYY rYYr\N W\YnMwr��YnrNrwYNyNwraP1.NY/wY.rYM Yy IrY�Y1NwYW4NurnlNlyY:MYYPw.fYN4Nµ1�..YrY,.YNY..NYI.urWYT[r rw N•.YYryNnYY NYNIrV\b.Ir.Yr.M.n~MI�111 rr�,yYywrYrl�rNNY.NI,W/1prr�NwN11.IwrY�InwYY.WY�4.\N..1/Nr NIYNNI.nWYY•yYr)WIIIIY.1.11rYYNwy XY.\RNY.• )NIMWYwYI.rww 1f1YwNNYrA Mr1/YYIIr.YYr.Illrlw.Yl.nWYINYYNrrN YI.W..YwuWrY..NIMYNrNYR=NIV�VYYrNNIr��NrY.V1.N WnWNt.rr�Y))M.1NnV YrrYNPryllf.rlNYYaIyYr N4lgYtN.N, NY.NI.n1.YYNWY'YNr••Y•ININNIIMIIWPN.ff.YNx WUY.nr.T YYY_af N.1NNnRr �N�/r/aRY•NNIYrt WY�w1NNY 1NYW1yMwy\N.,N,r MRrrr••NY.)n\\W41t4rrregN4Yn..tYN.R N.yY •IY.Y.YYII MYM.NYI.rNP.�WrPYN•r� tl•�M4YY•YY•\Nw.N.114nrm.YWWNYW YV rNw1 YlYNrf.fYYY.\N.1��1�t YM.wn.uY4nrf.)Ou..ItIPNN4wnnM;i�1i1 OIY/�Y .rYmlwrN Y'Y.�11Yiwt�.l wYWi=M\.Af\Y�N.Nr. ..n 4.•Yn rren)14n1.Nrw.YNrrym)rsu4YMnN.WYIxw1N o•wwr.w.untrwra YY•rN/nuY.a .IYM1Y.NIurtYluya Y..Yrrr•f10 YrWnrl1l1yN��faNW.NY•IIn N.n.rYYYP••ww..w.ML WY.Yn r•N/....n«r YYwN41[YIu4Yw:V Yr•r••Yf Yj NNRYMr�Yr\MrYxm Y'rrrN�OPwY4YIwN YNY.YYn.YreWr.....rY,Nr W r.NyNY.muYwINV.4wwwMNfMrira 4r_wae VY..ryY...rx4.Y'. YNr•rYNNY...NWrIY.gMwIMuuYrrn MVryrr••NYNIr4/NYrtV w•w1 rNuru \YY•.e...MhuunW Yrmaa•Y• W\..Mr Mf4N4n rrrVgyq+rrYYN.YY.II W.IYrrwYY�YaI Vx V' N•YfYwRPtxugw, I..I..Y.•ralrYlrl4VNYlu.YN.�YtaPp1.N p•N••rNN.N.nWnY NIIywN.WwrR•rNSWYYMYMurn YYw.a MNrV ww.r)gY NIrIY •/���IM../NY1Y11r yrY..YYYPVwNYNWNmrYuyrx wNY�rM NrMYYrYwN�YV 1N YV NIY•fYyw.Y Y4.iWYYNPYY.NYRr.Y.Y VrFN 'r^NrYwYrYYr.N111NINIw4 Ybwf NINr.Nr_NaVVMNYrr.I N....Wgr. YUM.ifw _MYYN•IY _ YYN)�il. +r'',Y�OF'!I�.�1� PNNYN\.\U Y_N IN1fYMMYVR.YV Wr �PrrM1)./ry. i`^�"g^ ! YI•NINNY\IIw �YraPP4YY.wYMwrYy r�rrr Yytiw.YM::Y:NIw)M =W NYNN.VIN.Y)I.r. _ VYarYYY•IYIYy/ 1/.YV.•r. _ y 1Nw.M YYVIrVfY�4a� [� I.rrYNrYN1.Y/r.YYi / �IrwF� NYYfYNw.M wlr_W_YNYN..•wNYOrIYYwYr MPYIIr.1 M.l YY.UINP N Y.1YN YM\/)M1 lNrrY.IrN)YwrYYNINI .\.wPM•N NO FNYNYSYwnINr wINNN44yY��YNY.Y_IIIYrYYx ~NYN. •IY\V•f•.YY4 Iay A_NYN__N^�V�. ....NYYrM N�Iw�1 N VrYrYf•Ybr /.w !N �V YYwPwYnu.. ^� Y i64rY ON N/. IY wYNrYYY.}N VYwglu.4YYwY R M)♦rwNrrNL NI YNM MANNY_rY.rN.Yf....uuYlW xx NMN•N1Y)WI Y\•P\Yr M.NN _ NYI/••W�wINNrNr MNw NPYItwNYYy.r RVrrr. M•YN a r YY�wn V....wuYN nwrFvi_ IN/Y•Y1NY• YYYY•W .WYYINyYI�r1YYr1•wtlr•YY•RSNIwNrPrwu w • 1'1 1 1 1 1 S) . A A 1 Q NI n 1 1 % t I , 1 ••nnnYml mnN.iYm'Y••m•wlmlmm mm ••OINYI\IIIY.IIu Y•w••.nNnW11�\ yy1.YY.Y.111rlxnr.Wruv r.:w •..N\NIIIIwYrllVnlrl\IN141r1Yrxrr4Y4 Y ••••nRWwr4rllwwl Yww•........IYIw1�YY .I\wYrxuni4nnn.r w •...YIY'YlrlrrYr W41\IIIIIIYIIIr,4nW •••wY\\UYInYYWnn' YwwHNIInInMMYYIYrwyllYlurnrnnn,,.n rY4YPnrrWyNIMWl4rwiYYN••.•N\\Y4IYYxn •wNNNn....u....aY Pr..1N YWYY•w•INN.YYIInwinlYr YrrNR.Yw.nn.Nrmr.w.»Ynrr..i 111rr1urlwr\\Yn..O IYr1Ylr w•• YN\YYN.WX.N.M Yw•P..n\Illrrn4l Y.W...nrr Yrrr...... n^YX1uNrwRw4wrMWNPN.wSw••.INYwYwrrmx I YYw•r•Y............ rnu..Inrlr Yrrr,..r r.\YIYIrYYYn'N•.••i\\\Y\Y.Illrwrrrurr,. o H..••ouuwu..„.n.muu.onrrr. r. _ ..nulwwoure Rrw Y__N_Y_ •o.Nlw...wn.um ..W.WruwuYr..YYWrrrrr.... N.M.nN1OYYl.N ••PW NIWYNYr' •Nn.I..N-�V Wtlw\\Iu4rn�rn,u q \.�.I.Y.wwuRYwY•Y.w M.WnYmx w w•Y.YNIY..n.Vr Y.\YYIx Y.rrr.nr.. »'„Y 14YYINMPVY••w•\•Y..YIw.rInYYn, YMw.•..R\NIWWrW W.NMIYYW.... .... wxrwwrYww••w..I Y.W I.nX•W M4YwIw4uwgY=W YYw•wNwr....Ywr YwwPY..II r.YrnNut.Nllllllnrrn.rrrr W.WIOw.Nrr1Y YYwwONW\O.YWrYYYi NYw.w.....u.Yuru4.Y.YwwYWnu,ry nnwr2..rN•YOW Rrnnn Y.Yn NYYYn.ww.xuwr_wNYrrn r.= rvrs YNOwrwnrwr. Yy.P.....In..nn WYWY\ UYmmmr .wYxYv W®YNw•••l.WwwW.W wr _ MyV xreurr mYYw••wYtMIWn.W.W w.I�.\\YWW.w.NY.U,Y. n.YwwY••W MIW4YIYr Nw.NN.YwwnYYr.Wrn.Y�un ..�n. nW�,YMIw.riWNwwr.Ml.W.lnl. W YWIIIW..YYr-in • nbNNn.W.W RIPYnWYY.Y•••lwWInY W', 'Y._w Wxwn.VMr.r...www i 1uYY.YNUNW HUY _yw_OwNO.YY...N.Y...1WxY_rl=.1.1I gP.u.W NYY •Pr Yww••••Yw4wlwlwr 1 =ww •..N....�.nurYN\UWWYYrVw rY.•YN. ,' I Yir Moisture Content: = ..... insPYR�ww_I.�.�wxY•°:`-��i•�•:x� 1 muW.N..u�WwY Y.v. wrm.rr.Yru'.-YYw Yri.w...aYwY_N.wlwPrnrxrxn, - ...... :r Y••w•\..N.YYYW wrwxRYlunnnr..w.r.0..,w.\1w••N • ..Y.......4uYmiwrr�WYW.IW wrrxnm YwYY. 1 , IY�•Ir W rlr.au4.Y ouroi .Yrr ww•\.::.i�...:.W.x.rm Rii W.nrrr.unr�,., .Y�. N rYYPPN.n.Y Wn nnn nnrru...:Yww Description: roroiun..YrY1Tix°wne..wrr4om.w..Y�.Yow. Y1 , YRY•.YN..Y.w.wwW NN1 Y..NrrW.tivur.wYw\i.N....YY.n YrWRY.rrYYYY rwY{rl i•iii::iiii:..rr:���u1�wm�Yn�n,YY��oi�oii::�:wr..Rrr»��Rww.amr�rw�•H.wwm..uril�. _Yw•YN..ILYYW wNYRtlrIIrYr Wlrr Wr.i��w NwY�.N.YYYu.Ypw�.m�.YurMwvr'Rwrr.rs.rr.YWrr•44 yw__w.\...N NYY WYr.PrNrrrwRu. ••.i.Y..w.I..lm r r .'rY•..Y..WwY.w.mW.nr.NrrwPW�6• Yw ....N.\Y=_rl.wwNM»YlrR Y •N\.\WIYWw. •.YYW Yrr4NwW nwrwY�»WYrnr �iiooviuNr.W.ww NNnYYr'.wrY• . inrnW\\r•v_lrwiiiiiv..Wr r;r�.r N•Y..Y ww�u.�wY_rrowwtiiii,:..YwlNwlmrwYUY�wrr..r.r.s • 1 �:ii�.�.�.::YYWr...�xr�m�+�ati�m.iY.uwn.rrurn.nwwYrwu�Y�n'wY.Y..\�u�::.N.r r�•rr !Y•wwwumum�W rW N..YrYmYwYNYv..o..eNYr.Rn Y.n.r Y....w.w....wR.. .mmY oaw..u.....Nw._.Nwrr.ow4w,rWvroo\ow..wrY_Nmwr.WY.w4.:.No.Y...�:wrN r !Y•.muW...YPYYYulsnx\u,,.Yn1.•o.NN .WrYW YwIw...:�w..Nwr•NoumYwr•.wn Ya•ivii�.i:::rnr.ww_w•lNi..Wir»NYY�rw m�iii�ii�iiili�.iie�iuw�wirwer�N��iiiia.::.:::»arm. wY•N.uuYnuYYwY\IUW1 rurrPw YwuY.uuflnY Yr...w..YYWNNYw..N.YY..Y.nwWx YNYoo.UIYYNIwYW Yrn.n.Prn.u•r•••O.�nY u.UW�.7YYY1N v.r Yw.P.vu.r...n..n YYw.Y.r..�R.Nr_Y w�WYW w�rriiPirNN W,.l.wYwNYrrlN YrWRIr.r� YYY•..uN...u.WYwww R..IMY..rV rmm�.Y•••YNNY'wrrYY�1�!�lnq.Rwwww. R.Nmnnr Wlwr wwwl�YOnYIu�YP_.i; nnnr .. gwwiwN...w.YIYYwYYYrwm�':• rW N.i......Wxvrl.rY4 NwwYwN Ri.YrWrwluW.Y\YWur riYr�N4mr.Yrsn...NNY\wYtlY.YYYYYIIYrYNY..wr�i.n.u.uM. , aYY.Y...YV\-\W��lw.u=W,.I4YYWM4.Y•Yw.RRN.Y4� YNNYriiwrNWYW WIW: NY••Y.NY..�=w\W�.YINunrYxlrwwY.N..YY�S��rww••••W Owrr W lm� lws�MYYnrinn4m••Or•••..w.\.._�YY!!_IY• Y_N.wwr.YNW WiYW NMrwM.l �4uwNruW rra Y•..u.wYlr_YN.NYY wYNY�NwYvp- .��rS—ir.•-w.nxm Nrrnnru.rYrool.NNlYY��wI�� rs��wi..nrwY+...Y„nnrYx,P...W-�i•oR\�I\YM••NY= MYN•w.rwwwrW r r�wwiii•NOY.r�wNM.R _ _ .Yw•�Y�1 �wrYwwwW.wrrwr iwrwm..�n.�=v�•r•�1w NYo..PwwwYlr 1 C�•N�W�Mr:YY:.�:•..�»mn���i:io.o. NNY�YY•wrwi�o�OlYr l•��MY.N.nw,xrYw„rYNw��.....:.._NY�YY_YYY•llYYr.NNIwI•r1Yrr rY W.wWrxn M4lM•••R��Y ��1Y� Y Y.YYrw\IYwlwr �NNwrYW.Y....nlr\IIImY.YW PN.r•• •lw.N YIY.wY.•W.wYYwrr wY•MNYw ww•YNu\ w.wN�NwwIYN.YIYwr __ y. _ Ate•\YI.nNrYYMMw. e•wwNllwwW w H.•PNYWN•rrR.N..nN.m nvv.�..v wwi:Nu.\�rYl_�W.n.sYY_lYYY Y•Y•..PNtYYWUYnw Wwumvmmucn,r_r_w n_.IYIY. wuuWPY•y•11MYIY •••wlYYlw•YY. .w•HYNNYrYYwr..NwY W.rnr WiYYr' Hovu.nrwarrmwi.�.1. �S�_Y_rwY.r...roNYYNnnmr.m.mr,.uu NY N.wui�u.Yi WI'o.,�r�i,WnumrNnvu. wv .u�w..W Wrw\mmuY Y.Yr w!Yr•Y•Iw� y Y.W WwN1Y.Y YY. r•Y•N\�I-wYrrYlIYu1P.1�W�.rn1.n.Yww••.�•mayy\\yY�w�r�wlYYwwY� S� ' YiNr.Y.Yrw_.MnYY�nnJ.. ..rMw�Y_�NY YY Yuwo.YNYwwwu wnnn.wn�p w YYwY1wYY YYYYs wY•.NNWYNYr.YIIIIYYYN w,.NYI\IM��_ Y•Y� Y.Hr•N.wNYY YO_•wYY ew.rr w1Yaw wwrw...w�r 1\.1\\rwwNY Y.w.=.Ni.ur�lwYYYur Y�Y�wY•Y w. �w.w\r•w\I�ww w w .ir'�S. mrYr�wY wwYW wwrY.r.N Ywo...wYl�wwY w: rws.NN.Nr=Yr r�wrYY•NwwNON.N\Aw1aYr�N_ w .w.wl _Y! wouo. \wYYwwrYwwaw.w `� rY••:�MI W�YrIYIN•.�iYY.Hwui..W_wYYenwYY_rYYY• w r.\..w.YWYY.NY•M•1!Y• t.Y wlrrYlYNrr_.•Y!•Y••�w rrlM oiZ is\.wrrru.w Nnvrw �YN�i{r_IIlYYwNrrwlY.jYYrYwwrwu w•�rWI\WW. uYl.w o•Pry."YIYYiwnIYYYw �wNN Nr �•w•wN YYY_ IH.Y • wY NW wlrMwYNY••ww.r�rNn lYwww .r••rYYw1Y� .olo\WN�wIYr•� wsYnY: NwY..W YY.ww1YY w YYA YW.wN ..IwNYI Y ��rl YPr M •1 1 1 1 r \ r w•N.��®nmlwolnnmmnmm.m•n.� .mmNmoimmml� inm o •mN4w.....zrlW.NwMur.r,.. . Y:•.......... .b nwYnW 1nwwn..NN mNl Nn ..�Y\.1.....UIInIW4r�\.Nrnrlrynrr, • IIIIu4111r1YrpW 11IY.wY-'•YN\w. ...\Yr1NMM r\UnY.IWumourunY.•..Vumr... ............ wnmr.{.NM IYI Yr..�\1\ n .Ua.Yr^nnn. =:==::.n'...Ilx Xru:u4:....x �I :::•.Y W r.. •.Y• ..W unrrlrrnur'.....n.urrr.. •..• .�.'..I.NIIwxr4r:.N.WX a .r...N• boring Sample Depth InW 4r WN1111IIInrIr Y.1.1 x.0 /::Nn �rMr,/...N.NWW111Y rrrri .nl NYMoisture Content: ..UY.WY.InruuY..•..Inrlrr,. _P:::u.unn.ww:rur Uuuumrr. //•.Ou IYwnnr oY...Mmurl^irr4^�r nnmuirn.r' =YNu• 1 ..... :wYlr: /P..NYNNIu ruuruxuuiN...... ..NY IWlum Dry 1 37 IWrwi ^uN..11 nuNWnuxrnr ..PN:uuun.N.�rmr .nnuuuxrrr' 1. PEAT .MTa1 NMrno.n0urwu _•::u:: � • . ____ u.WwxONWUYW.uuWrx„ 1.^ouu 'I rwr .....Y...IWruXM1......NwWrr..-. ...'•.Y....N.In.Y•I.ruv....I N..IIYNrnnW._.rP.N.YN_ .11.1r brrurl W WNn1.1.lYruulrr.v�r. Y.Y.1......I..XrMI1rYI... YYYYY.•WIWIWOTYNNY.lulu lnr.unn . ......N..INNP.W.Nx P..PPNq1�1w1yyrpe.�.R.H.Y p.NUW 1 : .•....NU;:.wn:::uM'.a;;.�:::rin4r�;..;.�..NNY .::::N•.nor Mn .P..\...n.U.11nuuXrwrn....YxwWwnrmnrx. .•.....•...I.I...n11WNV N...1 Y..Y1rwrW YPP.NY..Nx Wnn YIII ....\.YYNNnmr1.01r11N...11 IIr.IIXrrx ur:a..N\.Y•.UNI.mWWN.nN11FNYWR.wY•....Y.NIw w ......Y......YnrTINY..lY111uFIW4xunr.....•\.Y.......'Y W..Y W.Y.I M1.n11W WYY./__N_..YY.Nwn1111/IY. Y/.....YYY.NruxrNYN...MIII.nllrl4rx'. ......�......N Vll urnnYNl..NwuYrwR P.r..W..m11NWr N N.P•NYU W.MUOunxuunumrnnuu...r w/NP.:R.Ym.xw..1:Y;�...WVMlI/a.NY.W:w•:I..Y�I ........NW ..... W111411Yr4xVy..YY....r.NN...W YWNN...wOm.WUMM .•.Yn.M.NFIY..N4 "........Y.II..nXuruur...........11.Yrr4xr"'._._..Y...Y .NI..IrYrr4rlrv....•I.M.I.L�N.R ..•w..I..N.I..r'Nw4 .YNY.WwnlryrY.nuunuubmn+u n.r .NNu..Yuu.0 O_mnu.W.NYwnmwor.....ppn w ..wMN�w............ .n1;1n::rUN.Inmr.rnWxYmY . N.Y.YI;;Y11w YY.Y.INwiMOrerV//.::...... M::.wrrrylr .Y...N ......'uNYlY1N...xYWnurY: r�r ur......YN.....Y.nrIY..IY.M...1.YNlWR.NN.......Mnw.Y Np ::YN•:.N1;.nn r...IY..II1.;:;;N::�::�:�,1114rm��..::..:..;.:.,w.,u,�:Mlili ri�:..:1.IN,::Ym:lux;'r:.:u::;:;;•n•:::nrnnr.4 pH.Y.W Y.N•IY�urrrrP.Y.11wur.ntuuruv..P......Y.....WINY W YYrYY.IY Wuu.Nqq.HHY........YYIM.r.unYYlYnr i..N..n.p;;::.rluutlul..nll:ll rql� .......... ............ . .......NnN.O1..nrY...lYN11YIrWP....•..NMY.n.rr.rrW FP Y.YY.Y.I...MwuN...N.I.....\ ......p.Ynun.nP.le..........rNN�.NM...w.WUY.n.1.1YY =...........YYW ul;n nU..l.Ynnly4uu w./_M_.....Y1WI.M W4xu............ Wl WiR..M.MYY.n44n/p ' n /•w........l... ru r NO..= .... x •..N:N•:M�M P II':....Il.ur.u,.m.v. HY.....Y.wn...4x.rr'Y..1 '+^ • n r ru r' .NYrW^.P.MN.R..M.NWWNn .....N....N.nN.i.11.. rruuM1•.:Iv/...NNYW..1114YYuxY NYNMNN.Y...N..W..1.YFnMlll 1 w..•.=N IiN.nY.r Wr- un.YNrw nN.rlYnr.Y. o.n.wo NNY N;v::W: rum.V .n.nxrnrrNlln r.::o::::.�„:.`DWI::r�.._w°,>�.s�a:�:;•N,::�:;.:::.:.:.�.;.�::::.::--•.:.•::;^•,�;�,. N...Y...YN..tlYIIYItT.N..IYYN.�d.ek N...N...SNYIY.r..NHYwr.'NN...N..NI..Iry YN...........::r.Yi.::N MY.nOW nnl�ru4rNR�,v.-.:�n.....;-1YN.l.MW.•w�..I.I�.''///::PW..N Wn4w .a/P...Y.x....rl•I.rrl W n....I.N..Furn:'rnR/.M'Y...n...u.W.r/1.01tlaP.NN..r R./...NM N.n..1.l.r..u.'. NN.NYY.NW•r::.nW..W wMllnuu4n'Yx.......r^P.....II•NOYN..HUNNWi'.N...•.YYwan.Yr.YYrr .IY.N. • • r vu=._N_...0��..RYA'�.G�.Y_.yN1yY.N•xl�M.^..N•..\\...YW NrrY.N NY..Y�•..m W.OW N....NS..In;:nRN.' YY1.Y..NINY..aNnI�YIYYY.N.�•m:..w Y..rr� tirN•W..n..Yr.^,nN.Y.nnYl:iln4r.r.:. N.Y ../rwP.••nx.MI..Y.I.IN:f •YN/.nxNrNwYY4 NYrNY1NFM.INIxn'0N•..\n.N.NINn MY.YR..wn../.W R_.._.__N.N....nIF W.NNwp N.::�Y�uWY:...NY.N..I...rX.WnlrurnY.......YY.unnw Y.pY.YYNW.NpP.mY ..Yi/u MW...r N.N.W.NMmu.w.F UNiYrN...Y WrlunuXrnnnv�•wb.Y..Y.YWa.NN N.Wm Ne.rn•nH.NNY•Ww..;:r:�Nr YN.P.YN../.nYIYWN.nHWYY.T.nh 4..M.Nu..Wu�l•• .W.....W4rYnWR�.N.PYY...M.rN.u.Wr wooNW_RwmWn�NWm4�N..NW.-.nwrr,r.... ouo.WnoY.Yn.YN..won.4•,r.+r. P...NNUP.....r.x.. r�r':N •Y•••.M..Irr ..rf..Ir.rlwrY.Y==•P......Y..m4WN..Y.Mn,uu�m:.CNP. W.,w•..WN. S:::.... n... M::N.N.F W'rarT,........::::::..Yr.PI.;;;:•M•.m:T.ru r•A P..wN•...W..:. .nx .w.ON..••i .Wr IY.N.11,nrrYRN.N..Y.....FmrWn.YN.NYw.1.r.Nwr'::...wY.a...n:riWl.N.r YY..YY.P.WIIn1.INY.UM114YuuuxrlrN.....•w.Ynnnxwxu•rW..w.Rnun.pRrne P....w..N.WU WwW NNI11w...pnPllltlrlruuW w.NMY•Yw..M.WN.NNYY.n.0 rrnWi a..N..w..n.W...rnr. ...... N..••Nt...M.nNINrn.•N.Pm FNwrnn:0....••.Y.NW.m.PW •Y.Y..YW W::101WIY.NIMn1.xr4MPxm:..N\...Y.W.wNYNYNx.w Fr.rwrwY..Y.w.Y.N..•I.W.YI NN..••Y....wpb.lr..W IWInmYM WIM...N.tN1...W.M..PH.N....W.1 WN.NN.YYP..wPrN. ./P..\.Y.N.n.YwY.rr........n.11.rNrrrrllrN....•N.....WNNINI W IPYYIFwINY.N.n.NNPY. NY....YYYIY.Y Y...mON..W.nrOrM NTW M.YN...M YIY..NYIYYY.A\NpprNW N...\•Ip WN.M.nw/ION u . r oN.oW N.�Yn•.Y.NlY...•O�.l.W.iP H.YNw.rW.WImYTn rnnrlTl.roN.00uwunY lWval•Y.pINWp.N.tN1WWPYN ....•..w•w..xY WYY.�::.:.•Zi:NrmN.F..P..wWWNnwrWlpY.NYSY..YYrww.P..Y ...Y.NYP.WNYYrwYNMnnY4uNWYu:.NY•WYnx NwYNPW nYYYW Y.MY.lI..P..PYOI.r � YW..YVWYi.W.NrmrOrenrM1N.YNYnuuxuw.W WUN.WF..l WY�.O....W w1iiW •PlY.:m.wr�:....Hn::YrxN•FA::.w::.::.Y;.wn1.iNWl.w11�I1Y .N..NP..wnnMYrNXPr ...YNYY/n MI111NY W..WIr II1FI1rtYY'.m..N.t....W n.W.wY.N.w.YINw�.•..•l.wW OYi 1 w.NNY.........WNYWNPrINIrm INN...........N.rYI.lslr rp./Por.l..Yr.u:t, o. ..Y.YWm. _NWYe nnrMIMrRN ll.v..PY Yrw.N.•.YN.Nx.w.inx ....rMM.t�•..w.NN1...mwW,N •:::::�^.��.NNY�l.�N.��=//Nwr •r:iW.�.l�...l•YP..w.iWWP�. Waw�i 1! ew A�p.INlYYNIirYYp .•w...1.rY YP�=Pr./Yrq. ..•....Y.YP lY�.NNIINCTN.n .•.......W.w FOrW �P"L.......iipYWNN. ..........YN•.NWlY.n1Y1llNw..1...YP.YN...riNr: rYNY..1.�.Y1WINNW •..N.Y..N.YW4NY.YY.N•N.I W..Y.rYWMw.i.. .YNY.NrNI...n w......Y ..Y../:NIY.r..WrNO...•..q.N.NA.�mm OYN.Y.nYwaN�WMPPUN N=//p.:::uYnuw�....n.n..N..P .o.tl.NnW.inro pN.YYYMIYNM1pM bM4vYYnn .N..N....IN..nIr4rIrN.Yx -.00=N Y.MmYY..nmeY!___.YYNY YY. w.PN.N.11.N P YWAM..N WIwn.Y....Ilw .......N..N.W/ I...M.. •.NYNYpYNt�YY::/.....N.NN.NY•NN•x T...lIY.....•••NYW wlr..: Nw....r�.NrYNlY.....• N..n n.YlYlrY!l..wY��YNN / r..Y.YY.�IY�WIW.WWiYW..•tWY.YY/I..iYW..PYIIY...rYY.YYW . 1 1 1 oss 4,4 r — ;ECTION 105 SANITARY SEWER LIFT STATION 105-1 GENERAL The contractor shall furnish and install one factory-built, automatic pupyiing station as manufactured by Smith b Loveless, Ltoexa, Kansas, or equal. The station shell be complete with all needed equipment factory-installed in a welded steel chamber with we'l')d steel entrance tube and with ladder to provide access. The principal items of equipment shall include three vertical, close-coupled, motor-driven, non-clog sewage pumps; valves; internal piping; central control panel with circuit breakers; motor starters and automatic pumpirg level controller; lighting; sump pump; motor-driven ventilator; de ,umidifier and all internal wiring. 105-2 OPERATING CONDITIONS Each Dump shall be capable of delivering 780 CPM of raw, unscreened sewage against a total dynamic head of 12.6 feet. The maximum allowable speed shall be E75 RPM, The minimum rated norsepewer of each pump motor shall be 3 Hp. A:'. nDenings and passages shell be large enough to permit the i.assage of a SPhero 3" in die-eter and any trash or stringy material can pass through a 4" hc�se collection system. The anticipated oper .ting head range is from ll.f eet minimum to 16 feet maximum. 105-3 PUPP CHAMBER The station shall be built by the manufacturer in two major sections, consisting of r�e pump chamber and the required sectior(s) of entrance tube, IF eaigg,,�'' Shipment and handling. These sections Shall be joined At -.0 the job site �q,-'weldino. The field joint shall then be cleaned And heavily coated with ercapox" epoxy resin, provided by the manufacturer. The standard pt.-d station shell sines are (9'9" dia.) (10'6" dia.) (11'6" dia.). The pump chamber shall contain all pumps and other equipment and shall le a vertical cylinder of circular cross-section with shell of 1/4" or heavier steel plate, arr.7 nominal outside diameter of 10 feet, 6 inches. The clear heigh.s inside from floor to ceiling shall be 8 feet, 0 inches. The top and bottom of t>.. cylinder shall be 3/8" thick structural grade steel plate. The pup ,mter floor shall be reinforced from below with 8" or 10" dc.p structw ,teei beams. These beams shall be placed parallel to the suc- tion lint and extend beyond the exterior of the pump chamber. The pump chamber shall be reinforced on the top with structural steel beams of adequate size to support the weight of the overburden, lifting eyes adequate to support the entire weight of the completed chamber shall be provided and welded to the structural beams and the station head. 01 A 20" diameter, 8" minimum depth, sump with walls of :/4" structural-grade steel shall be provided in the position shown on the drawing. Where the cast iron suction and tischarge lines pass through the station walls, they shall be reinforced with 1/4" thick steel sleeves, wetoeo in- side and out to the station wall. The space between the cast iron pipes and the steel sleeves shall be packed tight with Portland cement grout con- taining "Embeco" to prevent leakage. A sub-base made of 1/4" thick steel plate or structural Shapes shall be welded to the floor of the pump chamber for each pump. A lifting loop shall be located on the ceiling over each pump so a gully or heist can be attached for service work, '05-4 ENTRANCE Tit E The entrance tube <hall be provided in one or more sections as re- quired and the diameter shall he as shown on the drawings. The entrance tube shall be constructed of ASTM A-36 structural grade steel plate. 'ne length shall be adequate to place the cover above the surrounding gourd as shown on the drawings. The entrance Lute shall be adequately sti"fened and the field joints arranged so that the joint may be welded from the outside of the tube with all welding being performed in a down-hand position. The bottom of the tube stall be attached to an angle, shop welded to the head of the pump station. This field joint shalt also be weldable in the down-hand position. Two lifting loops shall be provided on each section of entrance tube for handlino aro installation. The entrance tube cover Oall be of fiber glass reinforced plastic and shall have a reflective color to reduce heat absorption, The cover shall have a suitable drip lip around the edge and shall be provided with a weatherproof lock of the pie-tumbler type whicn can be opened from the in- side without a key. The lock shall be self-lo-king upon closing the lid. The fiber glass cover shall have two rungs which form an e•tension of the access ladder when the cover i_ latched in the open position. A latch rechanism shalt be provided to keep the cover open under any normal load. A vinyl gasket shall be provided on the top of the tube to seal the cover and protect the top edge o' the entrance tube. The access ladder Shall have rungs of , outside diameter atumirurt plot spaced on 12" centers. The side rails cf the ladder shall be 3" x 4" rectangular steel tubing which sha' i also serve as air ducts for the sta- tion ventilation system. The ladder rurgs shall he installed between the side rails so that the support at the oCerator is not dependent uocr a weld in shear. The ladder sectiors in the entrance tube shall be lined up aCOurately Cy self-aligning projections. Neoprene rubber sleeves shall be provided to seal the joint between the adjoining vent sections. 105-5 WELDING All steel structure) members shall be joined by electric arc welding with welds of adequate section for the joint involved. Where required, to exclude ground water or for structural reasons, such welds shall Le U ,tin- vous and watertight, 105-6 PROTECTION AGAINST CORROSION After welding, all inside and outside surfaces of the structure shall be blasted Witt, steel orit to remove rust, mill scale, weld slag, etc. All weld spatter ano surface roughness not removed by blasting shalt be removed by grinding. Irmedistely following Clt:, ing, a single aeavy inert coating shall be factory-applied to all inside and outside surfaces prior to shipment. This coating she 11 be of "Vet sabox" ?poxy resin, especially for- mulated by Smith 6 Loveless for aurasion end corrosion resistance. The dry coating shall co..tain a minimum of M epoxy resin with the balance being pigments and thixotrop'c agents. A touch-up kit Shall be provided for repair cf aw cars or scratches occurring during installation. This kit shall cc taro detailed instructions for use and shall be a material which is c'"patible with the original coating. The to•!ch-up coating shall Contain a minimum of 85% epoxy rosin, A minimum of two 17-pound magnesium anodes .hall be provided for cathodic protection. The anodes Shall be provided with minimum 6' long insulated Copper leads. Copper lugs shall be Pi �vided by the manufact-..er on oppo- site sides of the Station for anode Connections. A heavy synthetic rubber mat shall be cemented to the station floor in the normal walivay area to protect the steel floor from abrasion, 105-7 PUMPS The pumps shall be vertical, non-clog sewage pumps of heavy Cast iron construction especially designed for the use of mechanical seats. In order to minimize Seal wear caused by lineal movement of the shaft, the shaft bearing nearest the pump impeller shall be locked in place so that end play is limited to the clearance within the bearing, To minimize seal wear re- sulting from shaft deflection In the mechanical seal caused by the radial thrust of the pump, the shaft from the top of the impeller to the upper i bearing supporting the impeller Shall have a minimum diameter of 1-7/8" for motor frame sixes 213 through 206; 2-118" for motor frame sites 324 and 326; and 3- for frame 364 and larger. The bearing nearest the impeller shall be designed for the combined thrust and radial load. The upper bearing •Mall be free to move lineally with the thermal expansion of the shaft and Shall carry only radial leads. the shaft shall be a solid stainless steel shaft through the pump and bot- tom bearing to eliminate corrosion within the pump or the mechanical Seal. Removable .haft sleeves will not be acceptable unless the solid shaft under the sleeve meets the specified minimum diameter. The pump impellers Shall be of the enclosed type made of close-grained cast iron and shall be balanced. The impeller shall fit on a tapered pump Shaft and be keyed ano secured to the pump shaft by a stainless steel cap screw equipped with a Nylock or other suitable self-locking device. The impeller Shall not be Screwed or pinned to the motor pump Shaft and shall be readily rerolible without the use of Special tools. To prevent the buildup of stringy materials, grit and other foreign particles around ne pump shaft, all impellers less than full diameter shall be trimmed inside the impeller shroud. Tne shroud shall remain full diameter so that close minimum clear- ance from shroud to volt to is maintained. The motor shall be attached t0 the pump volute by a one-piece ca., iron adapter and backhand. The pump shall be arranged so that the rotating ele- ment can easily be remove] from the volute without disconnecting the seal system or elec •ical wiring or disassembi`ng the motor, impeller, backhead or seal. Any foreig:. object may be removed from the pjmp or suction elbow by removing 6 bolts holding the rotating assembly. Volute or suction elbow Clean-outs will not be an acceptable substitute. The pump shaft shall be sealed against leakage by a double mechanical seal installed in a bronze seal housing constructed in two sections with regis. terr,d fit. The housing S h a 11 be recessed into the pump backhead and securely festered thereto with stainless steel cap screws. The inside or the seal housing shall be tapered to facilitate the replacement of the seal parts. The seal shall be of double carbon and ramic construction with the mating surfaces lapped to a flatness toleran.,, of One light band. The rotating ceramics shall be held in mating position with the ststior.airy carbons by a stainless steel spring. The seal housing with assembled parts shall be so constructed as to be readily removable from the shaft as a unit and shall be provided with tapped jackscrew openings to assist in removing it from the backhead. The seal shall be pressurized and lubricated by water taken directly from the rump backhead through a filter to the sea; housing and introduced be- tween the upper and lower sealing surfaces. The filter shall be of Corrosion-resistant materials and Shall screen out all solids larger than 50 microns. The sea' system shall contain a brass valve connected near the top of the seal housing to permit the relief of any ail trapped 1n the seal vMt. A manually operated brass valve shall also be provided to vent the P6mP volute. The pump Volute shall be of neavy, cast iron corstruction, free from thePrejecti ns that might cause clogging or interfere with the flow thro,gh The Dump ;hall be supported by a heavy cast iron base with four legs tc Provide maximum rigidity and balance. The height shall be sufficient to permit the use of an increasing suction eltow which shall be provided when the nominal pump size is smaller than the suction line. THe suction and discharge openings shall be flamed, faced and drilled 125-pound American Standard. 105-8 MOTORS 1 P-base. tors shall be vertical, solid shaft, specially built dYtA ` g cape induction type, suitable for 3 phase, 60 cycle, 208 ' volt electric current. They Shai1 have Class F insulation, . citable for temperatures up to 115]0[ C; ,The motors shall have normal Starting Loath and low Starting current, a specified for ':ERA Design 8 characteristics. They shall be open drip-proof design with forced air circa tat ton by but/the wfndf .g temperature shall be restricted to less than 900 C integral fan. Openings for ventilation shall he uniformly spaced arrund the motor frame. Lead, shall be terminated t.i a cast connecton box and shall be clearly identified. The m .s shall have 1.15 service factor. The service factor shall be rese. .. for the owner's protection. The motors sh311 not be overloaded beyond their nameplate rating, at the design condition, nor at an; head i.i the operating range as specified under nne• ating Conditions. The motor-p"mp shaft shall tin centered, in relt .on to the motor base, within .005". The shaft run-out shall be i)mi,PQ to .003". The n.utor shaft shall equal or exceed the diamter specified under sewage pumps, at all points from immediately below the top bearing to the top of the impeller. To reduce overhung loads, the dimension from the centerline of the to"'er bearing to the tor) Of the impeller hub shall not exceed 6". A bearing cap shall be provided for the bottom moto- bearing. Bearing housings shall be provided with fittings for lubrication as well as purging old lubricant. The motor shall be fitted with heavy lifting eyes, eaci capable of supporting the entire weight of the pump and motor. 105-9 CONTROL The c^ntrcl equipment shall be mounted within a NEMF type 1, ! dead-front enclosure, fabricated of steel and reinforced as required. The circuit breaker-motor starter section shall be provided with removable covers, complete with suitable latching devices. All circuit breakers, motor-starter reset huttons and pump control switches shill be mounted so that they are operable w'thout opening the cabinet. The low-voltage, auto- matic pump control secti_n shall to provided with a hinged access door and latch. It shall not be neressary to open this cabinet for adjustment of the pump level controllers The blower timer, humidistat and thermostat shall be mounted on the face of the control section door. A Grounding-type con,enience duplex outlet shall be provided for operation of 115 volt AC devices. Thermal magnetic air circuit breakers shall be provided for branch discon- n�ct service e .d over-current protection of all motor, control and auxilia- ry circuits. Magnetic across-the-line starters will. under-voltage release and overload coils for each phase shall be provided for each, pump motor to give protection aqainst single phasing. Each single-phase auxiliary motor shall be equipped with an over-current protection device, in addition to its branch circuit breaker, or shall be impedance protected. All switches shall be labeled and a coded wiring diagram shalt be provided. To control the operation of the pump with variations of sewage level in the wet well, an air-bubbler syster., shall be provided, complete with two air compressors, flow indicat- , bubbler tine to the wet well and a sensi- tive presare switch for each pump.