Loading...
HomeMy WebLinkAboutWTR2700366(1) CONTRACT PROVISIONS SR 169 - MAPLEWOOD TO HALF BRIDGE V INDEX TO PROJECT PROVISIONS INTRODUCTION • , , • • . . . • • Pace . i AMENDMENTS TO THE STANDARD SPECIFICATIONS SECTION 1-03, AWARD AND EXECLTION OF CONTRACT , SECTION 1-06, CONTROL OF MATERIAL . • . • ' • • • • . - • • , SECTION 1-0 1, LEGAL RELATIONS AND RESPONzI8ILiTIES SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT • • • • • • - • • • . •, SECTION IS 3-03, SITE RECLAMATION SECTION -•04, ASPHALT CONCRETE PAVEME.IT SECTI , �-02, CONCRETE STRUCTURES • SECTION 6-O.c. PILING . • • • • • • ' • • • I • • ' ' , • 20 21 �... 5ErT10N 1-0':, CULVERTS . . . . . . . . . . . • . �CCTION 6-09, LANE MARKERS . . . • • • . • . . . . . • . . . 22 SECTION 8-14, CEMENT CONCRETE SIDEWALKS• • • 23 SECTION 8-20, ILLLIMINATION, SIGNAL SYSTEMS, ELECTRICAL 24 SECTION 24 9-03, AGGREGATES . . _ . .. - 25 SECTION 9-04, JOINT MATERIAL . , . , SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS AND CONDUITS , SECTION - . 26 9-29, ILLUMINATION, SIGNALS, ELECTRICAL • SPECIAL PROVISIONS � . GATE OF OPENING BIDS* . , • • SR 169 NaPlewMd to Half Bricq- SR 169 MP 23 6 f I MF Z4 qO MAPLEWOOD TO HALF BRIDGE WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT nF HIGHWAYS OLYM►IA. WASHINGTON MAP OF STATE HIGHWAYS KING COU!;EY Sad amprovamant SNOW" in Red 1� c 'I KIRKLAND `^ Fiw MONp - • 1 9 • HOUGHTON 1 3 z R S� 11 9)-._.—..�_ 0 II 2i 22 /25 AI.Vw AMil� N V .5 Fvv i1 Y y1 e�tvur a SR 9�m o 4 !+ Id �I 1 . 'A [ — D C .r z r_ a 21 h P Q � J d,P � W zT• c z! 30 •�� �_ � f_ � I11� � qJ SR / e ,q, n 1511+50 1 e is'a rt Iij�:A_ JL--:�e�k7 y9�{�/ mil/ z IA -q � •P..-�, ---�_ - �SJ Allkil� STA. 471+gip 1 I •{ 5 00 CCOLR ie i A I I I Iw ac R 4 E s . .. L WAS...NG 'i STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS {' OLYMPIA, WASHINGTON 9811-04 SR 169 Maplewood to Half Pride Ki na ,.� --County NOTICE TO ALL PLAN HOLDERS The office of the Project Enoineer assigned to show this project to prospective bidders is located at 17524 Bnthe� I Way N. E. - Bothell WashinCton telephone 4Fb - 3200 f- G. H. ANDREWS Director of H i gl*mys [G f t l SIR y Maolewood to Half Bridge .w �S WASHWO7014 5iA2 F.+ WAY t.tiD f+1P3S'^ta ' CC-PARTAft-1 OF HIONWAfS �LYnt RA, WASOMOT019 CONTRACT R VlSIO S FOR CONSTRUCTION OF :R 169 i r COUNTY It r J.3-69 TO P SYAU VP_ a �e -- mil'; ; :'� . �� ��, � ',� �,. � • Af BEGINNING OF FILE FILE TITLE � . . • � ck • • 0 • • • • ' e CONTRACT - PROVISIONS SR 169 - MAPLEWOOD TO HALF BRIDGE r - i 4. Non-discri dination. In no event m utilise the goals, timetanles o- affi rmstive ascticn ctor or stens°rerun°- by these bid conditions in such a canner m to c qui red discrimination agatnst cause or result in religion, i any per o'' account of race, color, g sex or national origin. C. Certif ons 1. Bidders• Certifications. A bidder will not be eligible for award Of n contract undo- this Invitation for Bids unless such bidder hall submitted as a part of its bid the following certification, which will be deemed a Dart of the resulting contract: BIDDERS' CERTIFICATI09 ,didder certifies that : It intends to use the following listed construction trades in the work under the contract and as to those trades se_ forth in the preceding hereof for which it is eligible undert hesebid aconditionse for participation in the King Count pla n.an, it will comp ly N� with the King County Plan on all construction work (both federal and non-federal) in the King County area within the scope of coverage of that plan, •.hose trades being; (2. as to those trades fo.which it is re dndon- ditions to comply. . p qu.red by these oov con- ch i. adopts the minims minority manpower w utilization goals and the specific affirmative n these bid con actin steps contained i r ?� conditions, for all construction work y.� both federal ani non-federel) in, the King County area sub- ject to these Did Linditio,.s, throe trades being: n and C. It will obtain from each of its subcontractors and s contracting or administeringthe �b mlt to the subcontract under this -ontractethe subcontractor ceriificard of �on s� required b, thew hid conditions. •i t; Signature of authorized representative of t S dderf- 9 rod to de,lf Bridge 1 � J I � I 3, Certain Centractora aid Sub�ntr_tors not Required to Submit Coals and TimetaD;es. The following labor organizations and loint apprenticeahiq comaitteea a case of United States v. Local & ppnL rcAasanofnBri dseinSthe 0 k R. I. , i15 F. Supp. 1202 W.D. Wash.an firm and have been ordered to ribe to and implement an affirmative action pro_ F"- designed to increase the utilization of Negro employees in these trades. Ironworkers Lwal Union No. 86; Ironvorkem Joint A pprentce- ship Training Committee; International Brotherhood Of Electrical Workers Local Union No. 46; Plumbers and Pipefitters Local Union NO- Sic Plumbers and Pipefitters Joint ApprSnticesl.ip Committee; Sheetmetal Workers Union Na. 99; and Sheetmtal icOrkers Joint Apprenticeship C-mmittee. By Orders of the Court dated June 16, 1970, the above-designated labor organizations were directed to develop, maintain and imple- ment affirmative action programs designed to increase the utili- zation of Negroes within these trades. Specific goals and time- tables for their achievement were ordered ec ec the court. This obligation however does not iq any way diminish the flu 1 appli- cability of Executive Order 11C46 as amended, of September 24, 1965, and its implementing riles, orders and regal ntiona - cludiug these bid conditions, with respect to those trvies, in covered by the aforementioned court orders. The Operating Engineers, Local Union No. 302, originally named as a defendant in the court action was removed therefrom pursuant to s Consent Lceree by rhich Si is committed to maintain and implement an affirmative action prorram for the increased utiliza- tion. of minorities in the trade. Bidders, contractors or subcontractors who are by contract or otherwise, dependent for the supply of employees upon labor organizations covered by the aforementioned Consent Decree, shall not be required to submit the goals and timetables for the trade Of Operating Engineers. However, such bidders, contractors or subcontractors shall be sub3e -t to the other requirements of these bid conditions (including the submission of written affirm- ative action plans contal.j_.g specific affirmative action steps required by these bid conditions) and all other requirements of Executive Order 11246, as mended, and the Implementing rules, regulations and orders issued theremder. SR '=pod to Half Bridge -9- t g• The contractor shall make specific and constant personal (both written and oral) recruitment efforts directed at all city recruitment oromitatiors, schools with minority stueents, minority re crui+went ork%nizations and minority training organi-atucns, within the contractor's recruitment area. h. The contractor shall make specific efforts to encourage Present minority eaployees relatives. to recruit their friends and 1• The contractor shall validate all Man specifications, selection requirements, tests, etc. J. The contractor shall make every effort to promote after- achool, sumner and vacation employment to minority youth. k. The contractor shall develop on-the-,job training oppor- tu:ities and participate and assist in any association or employer-group training programs relevant to the con- tractor's employee needs consistent vith its obligations under these bid conditions. 1. The contractor shall continually inventory and evaluate all minority personnel for Promotion o_+oortunities and er.^ourage minority employees to seek such opportunities. M. The contractor shall make sure that seniority practices, Job classifications, effect. etc. , do not have a discriminatory n. The contractor shall make certain that all facilities and company "etivities are non-segregated. o. The contractor shall continually monitor all personnel activities to ensure that his out. EEO policy is being carried P. The contractor s;.all solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these bid cor.dit!ons, including circulation to Minority contractor associations. SA � MkIe'+ood to Half Bridge -h- ■ i b. The contractor shall maintain a file of the names addresses of each minority worker referred to him and what action was and taken with respect to each such referrea worker, and if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed ',y the contractor, the contractor's file shall document this and the reasons therefor. C. The contractor shall promptly noti'yy the Washington State Department of 4ighways when the •anion or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor of the contractor has other information that the union referr efI'O al. process has impeded him in his rts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Denartment Of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by pub'icizing it in compazy newsnapers, annual reports, etc. ; by conducting staff, employee and union representa- tives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the Policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specificrlly in- cluding minority news media; and by notifying and dis- cussing it with all subcontractors and suppliers. "w mod to Half BrjdAe URIMMOVIZ However, no contractor or subcontractor 81,811 be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the oPPortanity to demonstrate that it has instituted all of the specific affirmative action step$ specified in these Bid Con- ditions at;d has made every good faith effort to make these steps to the purpos work toward the attainment of its goals within its timetablesll of expanding minority manpower utilization on all , a of its projects in King County, Washington. la all cases, the compliance of a bidder, contractor or sub- contractor will be determined in accordance with its respective Therefore, obligations under the terms of these bid conditions. contractors or subcontractors who are governed by the provisions thereof shall be subject to its regairemeats regardless of the obligations of its prime contractor or low-r tier subcontractors. bidders and all contractors and subcontractors performing or to perform work on projects subject to these bid conditions here- by agree to Inform their subcontractors of their respective obli- gations under the terms and requirrcients of these bi including the provisions relating to goals of minor norid conditions, � employment and training. 2. %Pe cific Affirmative Action Ste os. Bidders, contractors ontracd sub- tors must engage in affirmative action directed ataincress- ing minority manpower utilization, which is at least as extensive and as specific Av the following steps: g• The contractor shall notify community organizations that the contractor has employment opportunities avail- able and shall maintain records of the organizations' responses. 1041ewood to Half Bridge .RI .k .. .. •► W ON In -eaching the goals of minority manpower utilization required of bidders , contractors and subcontractors pursuant to these Bid Con- ditions, every effort shall be made to find and employ qualified journeymen. Where feasible, 25 project of apprentices or trainees ship or training. employed on each pject shall be in their first year of apprentice- In order that the nonworking training hours of trainees may be counted in meeting the goal, such trainees must be employed "y the Contractor during the trs_+ning period, the Contractor must have made a commitment to employ the trainees at the completion of their training subject to the availability of employment opportunities and the trainees must be trained pursuant to established training Programs which must be the equivalent of the training programs now c. hereafter provided for in the King County plan with the nature, extent . .d duration of training offered. respect to A contractor or subcontractor shall be deemed to be in cOmrlia,.,e with the terms ar.1 requirements of this part II by the employment and training of minorities in the anpropriate percentage of his aggregate work force in the King Ceunty area for each trade for which it is committed to a goal under tt.ese Bid Conditions. ltiw levoad to Half Bridge J In the event t:at under a contract which is subject to these _bid conditions aqy work is performed in a year later then the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for 1913 shall be applicable to such work. Whenever a contractor or -ubcontractc. , who at the time of bidding is eligible under these Bid Conditions, uses trades not contemplated at the time he submits his bid, he shall be deemed to be committed to these Bid Conditions with respect to those trades. Whenever a contractor or subcontractor is so deemed to be committed to these Bid Conditions, he shall be conaiderY d to be committed to a manpower utilization goal of the minima percentage range for that trade for the appropri- ate year. The percentage goa!a of minority manpower utilization above are expressed ir. terms of manhours of training and employment as a Proportion of the total manhours to be vorked by the bidder's, contractor's and subcontractor's eniire work force in that trade on all projects (both federal and non-federal) in King, County, Washington during the performance of its contract or subcontract. The manhours for minority York and training must be substantially uniform throughout the length of the contract on all prolecta and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project- to-project for the sole pu"pose of meeting the contractor's or subcontractor's goal shall be a violation of these conditions. ?n iti9 hkr'ewooci to Half Bridge -4- i Section 1-07 id ftti-re Action ol)winglnt Blsecti heista+ ardisIDeci ficottons ls9herebmynau+ luai ployaent �fPortwity standard FPlemented :o include the 9 Of h rough v1s07n11(10)esha}nepo�T.11(1) through 1-07.11(6) and sections 1-0?.11(8) of section 1-07.11(7) shall ap*2pppto v;ren epecwithin King County. The provisions pro�ecte within Within 10 d din the special provision, . Certification orti fi.cat icbainr er notification the successful bidder + accordance with the follwln shooI subsdt a d R Provi,ions- Bid-er's The Contractor andiAgreed vto t�le'followingv he bid he 1s deemed to have signedthat aignai ure of t provisions: A to y11c2vta�cons,he provisions of these bid conditions shall De nrplicnble ruction trades to be utilized on the protect. B. R uirs•tent -- An Affirmat sub contractors willive Actio., Plan. Bidders this invitation for not be eligitle for award of contract°rs and or D;ds, a contract graph 2b of ml'-'s it Certifies as act under the certification specified in Prescribed in oara- It adopts the sLLalaua goals and tiaetab1 these Bid C zatiou ( omanpower that -dinority" is deftned including roesminority Americans Orie sa n4 Se aanFove�u�di- ntala ml American Inds d includes cotYnd 2, and apeClfin affirmative action Indians, inC�orth i�th *i And 2, oP these bid c steps set cn and utilisation b ondition% directed a.. tncrea9l sec - on 9.1 such eta Y moms of aPpl_vl°B flood faith . — mi❑ori tY manpower Ps, or is deemed to have adopted such a rts to carrying out section 9• � of these bid Conditions FroRr'+m ourswant to 1• ::oa1s and Tiaetables. The requ red of the bidder and sgo s Of Mu ority manoowcr ut1112 ation trade which will be used o vitt.in nt n the pro lent are aF.cli cal•le to each least thr follwi :rt terms of 'tAnhourt+ °R range in KinS Cotm!Y, washin.cton: Range c' Minority Manpower Utilization Jcrressed in Percent 2ertb it til 1 /31!'3 —�-- o•'% - 13.01 169 lavood to Half BriAge e waft ,.��E' 10N 1-07, LEGAL RELA^IONS ar 1 AND RESPONSIBILITIES (February lo7i) ' Pluyment of State Residents - RCY 39.16 the tie ' paragraph of s.csubstituted therefor: of the standard spec:flcati.ms Lid the folio ri nb substituted therefor: Sa hereby dais:� The law of this State provides: Ie all contracts town for he by the n, te or construction matthereof, or ar�y county. city or t the erection, kind repair of of pupcny Public Dui ldi ng, structure, bri dcee�*1 ' demolition or work or improvement, the , highwsy, or su other employ ninety-five percent or mere b Contractor or subcontractor shall her employees where more than f ona fide Washington ,..sSdents as or more bona fide Y °rt'Y Fars one are eaci Dyed, end nine persons mhi ngt on real dents es ea lnv t' Percent are employed, except tent eny contractor orsubcontractorere forty or less employ' not more then fire persons without re ereside ashy menta stated herein in the Performanceregard to the resi of �PRC require•that the state of the residence of the any such contract: pRC:IDED vi den reciprocal r{ to to Y contractortractors or subcontractor pro- Contractor shall standard Pre contractors or subcontractors, + of constructionP4 the etendard prevailing wage• for the :1te as determined by the United States epeci fic tyre in the city or covetY where the work 1a bein �Partrrnt of Labor resident", as used in this chapter, shallg Perforsied. 7:e term a bona fide resident of the State of Yoshi gtomea any Person who has bee., the days priorto such employments PFGYI DED, that ni for & Period of nvoivi tv expenditure of federal_ funds this chanter coati not ng in such meaner to conflict w,tF. or be coats be enforced rules and regulations Prescribinga �' re the federal statutes, charged soldiers, sa;.lors labor Preference to honorably _ other and marines, or pmi:iDitirc u unlavfsal any prefe z+e ncc or c.l most aination among the citizens of the United States. OL 169 40levood to Ralf Bridge -2- Y 4 ' - 'RJDUCTIOH ., following amendments and special provisions included herein shall De ,. 7ction with the standard specifications of the Department of Ri WY, 1)72, used in z. ghwV's, adopted in ANF'Na'M TS TO THE STANDARD SPECIFICATIONS The hereinafter contained amendments to the standard aoecifications are hereh a part of this contract and supersede any conflicting provisions of t Specifications. For infom.ation►1 Y mode Smendmentr i purposes, the date follwi he standard indicates the implemeptation date of the nR eacS title of the revision. amendment or the latest da te of SECTION 1-03, AWARD AND EXECUTION OF MN_, (Nov. g, 1972) Award of Contract the first sentence of section 1-03.2 of the standard specification, is hezeb w to read as follows; Y revise_ The award of contract, if it be awarded, shall be made within 30 calendar days after the date of opening of bids to the lowest bidder deemed rem . the Commission, except that upon mutual consent of the low �cmmiasion the P •. a.Dle by ?0 calendar day limit eat bidder and tht. may be extended. SECTION 1-06, CONTROL OF MATERIAIZ (September 20, 1472) Source of Supply and Quality of Materials - S*ctiO❑ 1-06.1 of the atnndard specifications is hereby aunplemented by the following: Unless otherwise provided In the special provisions or aped fical use, sil equipment, matrriai are to r.: new, ly and articles incorporated npnroved for in the permanert wen 169 *Vlewcod to Half Bridge s:'enotes GSF a RIPRAP CONSTRUCTION ,ham SAND FILTER BLANKET 74 ILLUMINATION SYSTEM. , . . . . . • . . . . . • • . • • • • • • ' ' . ' . . • .7S EXISTING SIGN RELOCATION • • • • . • . . . . . . ' ' ' • • 75 ** STRUCTURE EXCAVATION _ . • , . • . . . ' ' ' ' ' ' • 80 FORMS* . . . . . . . . . . . . . . . . . . . . . . . . . 80 SHORING CRIBS .AND 1!OFFEROAMS . ' ' ' ' . • 81 STEEL PILING . . . . . . . . . . . . • . . . • • • • • . 81 FURNISHING AND ORIYiNG ST EEE TEST PILES • . • . • . . ' ' 81 . .. GROUi . . . . . . . 81 EXPANDED POLYSTYRENE* ' ' ' . Al GALVANIZING* . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 AIR-ENTRAINED CONCRETE* . . . . . • . . . ' ' . . ' 8' ELECTRICAL CONDUIT . . . . . , . . • . , . . • . . . . . • . . • ' ' ' ' . • 82 . LIGHTING PRACKET ANCHORAGES ' . . . ' • . • . . . . . . . . . . . . ' ' • 82 . TEST HVLE DATA . . . . . ' . ' . • . . . • 82 CURING CONCRETE . . . . . . . . . . .83 POURED RUBBER .. 83 PLASTIC MATERSTOPS 83 DOWNSPOUT-, .. . . . . . . . . . . . . . 83 BRIDGE DRAINS AND INLETS . . . . • • • • . • . . . . . 83 SEALS .. . . . . . . . . . . 64 STANDARD PLA,S • . . • • . . • ' . ' ' • 84 SR 169 64 Maplewood to Half Brldgo *,Revi5ed March 8, 1973 TElIPORARY LONSTRUCTION DETOURS s TRAFFIC CONTROL . . . . . . . . . • . . . • • • • • • . • . . 'µ ROADIWAY EXCAVATION INCLUDING MAUL. . . . . . . . . . . . . . . . . • . . . 44 PROOF ROLLING. . . . . . . . . . . . . . . . . . . . . . . K *'• ' . . . . . . REMOVING EXISTING PAINT STRIPES , . K BACKFILLING . . . . . . . . . . . . . ' . . ' . 47 INSTALLATION OF STORM SEVER PIPES ACROSS EXISTING RU4DWAYS , • ' . . . . . ' 48 UTILITY TRENCH . . . . . . . •40 PROTECTION OF UTILITIES , , •.' 49 OLYMPIC PIPE LINE COMPANY . . . . . • . . . . • . • . • • . . . . . . 49 SPECIAL REINFORCED CONCRETE SEVER PIPE 42 INCH DIAMETER , . . • . • . . . ' 51 WATER MAIM. AND APPURTEN4NCFS . ' . . . • • 51 INSPECTION OF WATER. LINES , • . . • • • . • . • . . . . . . ' ' ' ' • 53 TYPE 2 OVER 12 FEET , CATCH BASIN • • ' • • • • • . . • • . ' . • ' ' . . • • 70 ADJUST MANHOLES. . . . . . . . • . . . . ' • • 71 INLETS . . . . . . . . . . . . . 71 REMOVING GUIDE POSTS AND CONCRETE SPOT POSTS . . . . . . 'I . REMOVING CONCRETE RETAINING WALL 72 . . . . . . . . ?2 LANE MARKERS , , , EROSION CONTROL . . . . . . . . . . . . • . . . . - .2 PRESERVATION OF MONUMENTS • • . . . 72 SIDEWALKS . . . . . . . . . . . . . 74 . . . . . . . . . . . . . . . . . . . 74 SR 169 MOPIerood tO Meif Bridge Revised March 8, 1973 'C-Rev. DESCRIPTION OF WORK , , . , . . . . _�. . OTHER CONTRACTS OR OTHER WORK. . . • . • • • • . • . . . . . . . . . 28 FUNS. . . . . . . . . . . 29 STATE SALES TAX* . , . . . . . . • • • . . . . . . . . . ' . . . . • 29 GAME, FISHERIES AND POLLUTION REGULATIGIS• , . • 2^ WAGE RATES*. . . . . . . . . . . . . . . . . . . . . . . . . 36 BID CONDITIONS AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT . OPPORTuw ITY* MINORITY SUBCONTRACTORS , , • . . • . - RAILROAD COMPAN ' DEFINITION , , . DIVISION OF WORK BETWEEN THE COATRACTOR AND THE RAILROAD COMPANY FLAGGING COST TO THE RAILROAD COMPANY, . i� PROTECTION OF THE PROPERTY OF THE RAILROAD . . . . 34 COMPANYt INSURANCE POLICIES . . . . . . . . . 38 EMERGENCY TRAFFIC CONTROL, 3y SPECIALITY ITEMS . . . . . ORCORESS OF WOkK* . . ' ' 42 TIME FOR COMPLETION . . ' 43 WASTE SIT£ FOR EXCESS MATERIALS AND DEBRIS* 43 SOURCE OF PATERId1.S 43 HAILING ON OTHER THAN STATE HIGHWAYS* - �3 SURFACF SMOOTHNESS FOR ASPHALT CONCRETE PAVEMENT* •3 . . . . . . . . . 43 Sp 169 MOPIewood tO Hsif Bridge ) i CTION 8-09, Lahr: i; ?pggS (April 19. 1972) yment - second paragraph of secClua 8-09 le ted and the ,5 of the standard specifications following is substituted therefor: is hereby The unit contract prices for "Lane Markers, Type No. 11" and "Lane Markers, i - e Nc. 2," shall be full compensation for all labor, material and equip- ment necaaeary for or incidenta involved l to furnishing and lnstalltnk the markers in accordance with three specifications including all cost and exyenae with traffic control, No further compensation will be allowed. TION 3-14, CEMENT CONCRETE SIDEWAUS (March 22, 1.972) i erials - i last paragraph of section 8-14.2 of the standard specifications is hereby deletes the following substituted therefor: The concrete in the sidewalks shall conform to the requirements :or Cement Concrete Pavement ; I- day mix, as set forth in section 5-05. I f i 9 oud to Half Bridge -23- I i I ION 7-�2, CULVERTS (August 9, 1972) kfi111ng - first three paragraphs of section 7-02.3(3) of the standard specifications are ebv deleted and the following substituted therefor: Placement of earth materials around and over culverts shell be performed in accordance with requirements specified herein wlchin a defined pipe compaction zone as shown on the standard plan. Material wlaced within the pipe compaction zone shall be selected and shall not contain stones larger than 6 inches in greatest dime ,sion, frozen lumps, roots, or moisture in excess of that permitting thorough compaction. Material placed within the pipe compaction zone shall be brought up simultaneously on each side of the culvert to the top of the culvert. In either trench or embankment installations the material within the pipe com- paction zone and up ,o the top of the pipe shall be placed in layers of not more than 0.5 feet in loose thickness and compacted to 95% density as definfi in section 2-03 of these specifications. Placement of materials within the Pipe compaction zone above the top of the pipe shall be in accordance with the standard plan. urement - last sentence of section 1-02.4 of the standard specifications the following substituted therefor: is hereby deleted The length of measurement for Design C Trench Construction will be as staked by the Eneineer. o �t M9 -41034fwood to Half Bridge -22- A i CIION 6-05. PILING (February 5, 1973) —5.3(1)D, Teat Piles of fifth and sixth paragraphs under section 6 ff cifications shall be revived as follows; the standard When steel Piles or cast-in-place piles s:e need for test piles, thev shall be driver. in place re Permanent piles. The number of steel piles called for 0 the Mena have been reduced by the number of teat Piles thus driver { permanent steel Piles. The number of c,ncrste Piles called for on the plans ah all he reduced b in Place aof n Y the number of test poles .Sva driven in place of nermanent cast-to— place concrete Piles. They shall be d 1ver to a minimum load fifteen (15) tons more than the mintmu , load b bearing capacity of permanent piles. earing capacity specified for the Timber Piles or precast concrete pill $ when used as test piles, shall not be nsed in piece of permanent piles ant shall be driven outside of the footing. Teat piles shall be cut off one foo . below the finished ground line. f i� i ( 9 od to Half Bridge -21- ECTION 6-02 COCcAETE STRUCTURES (February 5. 1973) laclug Cow rate - e sixth p :agraph of section 6-02,3(6) of the standard specifications shall be ' ,Pplementl: by the following: In sl)ping °cru, vhete concrete if dropped will tend to slide down one sides Of UStforth as idros placed, the concrete shall oe placed through approved dropping. ring Ccn:rete - four,h paragraph of section 6-02,3 leted : ad the following substituted thereforihe standard specifications is hereby Whf:e pig:ented type curing compound shall be used; except when bonding other ma•,eri&IS to the omcrete surface is required, th. clear t�yh curing material shillto be use,:. the white pigmented tvPe curing compound shall be thoroughly aF hated Immediately before and during application, tr,ctlon Joints - se :ond paragraph of section 6-02.3(12) of the standard pie tented by the following: specifications shall be .near keys shall be formed and the forms for the shear keys shall not be removed intil the concrete has been in place a minimum of 24 sours, Lumber, Studs, Wales and Metal Forms - A first paragraph of section 6-02,3(17)F of the standard specifications is hereby 1 4ted and the following is substituted therefor: In general, the forms used for all concrete surfaces ehali be d with ply- wood specifically manufactures' for concrete farm appll 1 an exterior ty pe plywood, free from splits and knottales.eatlons. I face shall be plywood used to 3 form exposed surfaces shah be sandLi smooth. When, in the opinion of the Engineer, the foram will not produce a satisfactory surface, the forme shall not oe reused. The grade and class of plywood shall be stamped on each full sheet and shall be specified on the forming Plan submitted by the Contractor for approval. The face grain of the plywood shall always run perpendicular to the studs or Joists. All toints in surfaces of furors used on exposed sur- faces shall be horizontal or vertical. 9 ood to Half bridge S -zc- r.'' hY W AML I CTION 5-34, ASPHALT CONCRETE PAVE?(ENT (]anuary 10, 197j) uirements for All Plants - ction 5-U4.3(1)A8 of the standard specifications is hereby supplemented to include fullowing paragraph: When a baghouse is used for dust control, a surge hopper shall Le provided to collect the fines from the baghouse. Accurate mechanical means shall be pro- vided for uniformly feeding the fines from the surge hopper into the aggregate feed in the amount ordered by the Engineer. The surge hopper shall have a minimum holding capacity of 5 cubic yards and be provided with a method of with- drawiLg of surplus fines independently for disposal. &ding and Finishing - last paragraph of section 5-04.3(9) of the standard specifications is hereby -ted and the :ollowinE substituted therefor: When the asphalt mixture is being producrd by more than one asphalt plant, the aggregates used in each plant shall be from the same manufactured aggregate source or the material produced by each plant shall be placed by separate spreading and compacting equipment. aMP 9 ood to Half Bridge I!' -19- I e• Fill Slops No f'll shall be made which creates an slope than two horizoutal to one vertical. Surface steeper in f. Benches on Slopes There shah a 10, wide bench 50' in neight. W eloped SA the hillside for every g• Setbacks Material and vegetation shall be left in its natural state, 50' from any FP. A, G, S, or R zoned property; risetback whichincludes a 6' ghof-v� high planted berm along any public 20' from M. B. or CG zoned property; 10' from KM or FR zoned property. Plans shall show type of -cetation existing within the buffer zones. h. Drainage All drainage facilities shall be designed to carry surface waters to the nearest practical street, storm drain, or natural rater-course. Adequate orovlsion shall be made to prevent damaging the face of any sari ace waters from L ected from an excavation or fill. All 91<pes shall be pro_dace water runoff from above by berms or swales. Contractor is further advised that King County may require conditions vhi ch are ition to the fcregoing list and that the County may reject permit applications is discretion because of the proposed operations proxlmi ty to schools , residential b orh Dods, hospitals, Arterials or for other environmental conditions, there are discrepancies between the requirements of the State and the County more stringent specifications shall apply, d the Contractor fail to comply with any requirements of a temporary permit ned in th, State's came, the State will take the necessary action to meet these 'rements and any costs incurred by the State will be deducted come due the Contractor. from monies due or ood to Half Bridge -I8- w } b. Ho signs authorized other than sign result srrequired by Chapter ?4.42, King County Zoning Code ar of the temporary permit. 7. Plans required; a• Scale of Plot Plans Site Size- less than 1C acres 1" - 50• lC to lOn acres 1" - 100' over 100 acres 1" - 200' �• Contours Show existing and proposed contours at 5-foct intervals. If existing and proposed contours are superimposed upon one another it must be clear as to which is which. Plans which incorporate a screening pro- cess may be required by the County to distinguish said contours. Finished contours must show how the property can be used under the existing zoning. Plans S. or 0 zones. shoving daylighting of property to road grade theor below with high 2., slope walls will no longer be permitted within Per mit The plans must contain large terraces which will Pert the lot sizes and roads that are permitted within the zone. C. Sections Show a minimum of two sections in each direction. d. Maximus Slope Cutsshall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soiis engineering or an engineering geolrgy report certifying that the site 's been investigated and indicating that the proposed deviation wi, at endanger any private property or result in the deposition of debris un any public way or interfere with any existing drainage -ourse. to Half Bridge - 17- r ION 3-03, SITE RFCLAMATION (June 21, toTI) section J-03.2(4). Permits for Pit operations d to the standard ap in King County, is a new section to be deecifleations and considered a part thereof. 3.2(L) Permits for Pit Operations in King County - heseiti onto epeci ri rnti Me the requirements thecthese of section 1-07.6 of the staniarA .:,- Contractor to meet .a'tra.'tor is advised that the C ._.,....n ., any or ail of the fc11ow1 ounty of King may require uance of a temporary permit for it operations list conditions before considering P perations within King County; 1. Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building.acceptable. Coble or wire gates are not 2. hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. 3• Acce s roads shall be improved and maintained to the satisfaction of the <ing County Department of Public Works. A haul road agreement for County road maintenance may be required. .ill roads shall be swept and/or washed by the applicant at his expense as often as the Department of Building deems necessary. Property shall be elInctional access to m, arterial level street. 4• All operations will have to be approved by King County Flood Control for drainage plans , Was hinge on State Pollution. Department of Ecology and Puget Sound Air Those Pz�perties near or adjacent to any water body Must have written approval from the State of Washington Pepartne^t of Fisheries. e Obtain a mining reclamation permit from the State of Washington Department Of Natural Resources for sites in excess of two acres or involving 10,000 tons or more of excavation. 5. No stockpiling of foreign excavated Material is permitted on the site except for those materials to be used in the land rehabilitation of the subject property. d to Half Bridge -16- MENNEN ■ 1.28 Employment Openings ction 1-07.28, Employment Openings, is a new section to be added to the standard cifications and considered a part thereof. Contractor mule that employment ooenings of the Contractor which result from a contract, including those which exist at the time of the execution of this con- L and those whiet, occur during the performance of this contract, but excludlug e of independently operated corporate affiliates, shall, to te maximum extent ible, be offered for listing at the Washington State t rofy. D hepartment of Employment Contractor further agrees to provide such periodl- reports to the Depart- rEsployment Security regarding employment openings Ana hires as may be uired. Provided, that this provision shall not aoply to ooe:ings which the tractor fills from within the Contractor's organization or are filled pursuant A customary and traditional employer-unior, hiring arrangement and that the ting of employment openings shall involve only the normal ached to the placing of ,lob orders. ob li gnti ors which are Contractor agrees further to place the above provision •r this contract. in say subcontract directl y nformationC copy of the "State Contractors Quarterly Report of New part of the Hires" s and regulations relating thereto are attached to and considered e Oprtract documents, and the SW"TJN 2-03, ROADWAY EXCAVATION AND EMBANhMfNT (April 18, 1972) nt - second paragraph of section 2-03.5 of the standard specifications is hereby ted and the following s,rbstituted therefor: The unit contract prices per cubic yard for items 1 and 2 above shall be full compensation for excavating, loading, placing or otherwise '.sposing of the material as sham on the plans, as specified herein, or as directed by the Engineer and shall include the removal and disposal, wasting or stockpiling Of forest debris, any sod or decayed vegetable matter that is not suitable directed by the Engineer.for embankment, from • sur"Ace of a cut as may be specified, or as may be ood to Half Bridge - IS- The Pendency of such formal proceedings $hall be taken into considera- y Federal agencies in determining whether such contractor or subcontractor can comply "th the requirements of Executive Order 11246, as amended, anal is therefore a "within the meeti responsible prospective contractor" ng of the Federal procurement regulations. It shall be no excuse that the union with which the collective bargaining agreement providing contractor has s for exclusive referral failed to refer minority employees. ' The procedures set forth in these conditions Shall not apply to any contract when the h^ad of the contracting or administering agency deter- slces that such contract is essentle to the national security its award without fol.-.ming such procedures is necessary Lo the nation and that security. Upon makln; such a determination, the agency head will notify, in v-itiaR, the M rector of the Office of Federal Contract Compliance within thirty days. Requests for exemr dons from these bid conditions oust be made in writ- ing, with Justifi cntlor, to the Director, Office of Federal Contract Compliance, U. s. Department of Labor, Washington, D. C. 20210, and shall be forwarded throug,. and wit,, the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these bid conditions as Shall be required by the contracting or administering agency or the Office of Federal Contract Compliance. For the information of bidders, a co➢Y of the King County obtained from the contracting officer. Plan may he BE 16) ?W;Plewood to Half Bridge - )4- m Violation of any subatantia.: requirement in the King County Plan by a contractor or subcontractor covered by these bid conditions including the failure such contractor or subcontractor to make a good with : effort to meetet its fair share Of Lhe trade's goals Of minority m utilization, or of the requirements hereof by a contractor or sub- contractor manpower shall be deemed to be noncomnllance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and by shall section r2py(a)fofimposition of the eanctiOns and penalties provided Executive Order 11:46, an amended. Each agency shall review its contractors' and subcontractors' t practices during the perform&Lce oP the contract. If the agency employment mines that the King County deter- tive action, Plan no longer represents effective sffltma- it shall so notify the Office of Federal Contract Com- pliance which shall be solely responsible for any final determination Of that question and the consequences thereof. In regard to these bid conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the Con- tractor or subcontractor shall be presumed to be in compliance with Executive Order 11246, MS amended, the Implementing regulations and Its Obligations under these bid conditions and no formal sanctions Or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor i not providing equal employment Opportunities, In Judging whether a contractor or subcontractor has met its i each contractor's or subcontractor's goers' the agency will consider min will not take into consideration the minority manpower utilization and its subcontractors. Where the minority tthemanpower utilization of subcontractor has failedsly with finds the that the contractor uor t Order 11246, to comply with the requirements of =.rzecutive as emended; the implementing regulations oral its obliga- tions under these bid conditions, the agency shall take such action and impose each gulasanctione as may be apnropriate under the Executive Order and the regulations. when the agency proceeds with such formal action It has the burden of proving that the contractor has not met the requirements of these bid conditions, but the contractor's failu.^e to meet his goals shall shift to him the requirement to come for+ard with evidence to show that he has m-t the "good faith" requirements Of these bid conditions by instituting at least the Specific Affirma- tive Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. cod to Half Bridge -�3- J In order to ensure that the said subcontractors, certification becomes d Fart of under the prime sball be executed +m Lil an P °1C contract, no subcontract State authorized representative of the Washin Department of Highways has determined, in writinggtcn certification has been incorporated in such subcontrnet� regardless that he said tier, Any subcontract executed ✓ithout s� ' of void, such wrAten approval shall be 3. Mate riali ty and Re- , be made � e psi venesa. The cer ificstions rewired to y the bidder pursuant to these bid conditions is material, and will govern the bidders performance on the project and will be made a part of his bid. Failure to submit the certilicat`.on will render the bid nonresponsive. D. Compliance and Enforcement Contractors a-e responsible for informing their a Of tier) as to heir respective ob li rations subcontractors (regardles- (as applicable). Bidders c g under these bid conditions to refrain fr + contractors end subcontractors hereby t ek, -atering into any contract or contract -t agree ,1ect to Executive Order 11246, m24, 19ation with a contractor debar ga amended, of ed not 24, 1065, with bidder for Government red from, or who is determined not to be a on + contracts and federally assisted construction contracts pursuant to the Executive Urder. a ubcontractor shall carry out such sanctionsThe bidder, contractor or end penalties for violation Of the equal oFPortunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agen-y of the Contract Compliance pursuant to the Executive Office of Federal Office tractor or subcontractor who shall fail to carrybidder, or con- penalties shall be deemed to be in out such ;e-=tions and tions and Executive Order 11-46, as amended.sore with these bid condi- emer,ded. Nothing herein is intended to relieve any contractor or subcontractor during the term of it, contract on this project from comolianre with ' Executive Order 11246, as amended, and the Eq its contract, with respect to matte ual Opportunity Clause ofrs Plan or not covered in the King Count;; i.n these bid conditions. 9 Wood to Half Bridge -12- ■ J* 2• Subcontract We Certifi cat ions, Prior to the award of any sub- contract under this Invitation for Bids, regardless of tier the Prospective subcontractor must execute a Contractor the following certification, whichbrlt willtbethe ,deemed a Part of the resulting subcontract: SUB O'I RAMPS CERTIFICATION Subcontractor) certifies that- a• it intends to use the following listed the work under the subcontract construction. trades In b. (1) as to those trades set forth in the Preceding hereof for which it is eligible under these bidaragraph conditionse for participation in the King, County Plan, it will comply with the Kiug County Plan on all construction work (both federal and non-federal) in the King County area subJect to these b!d conditions, those trades being (2) as to those trades for which it is required to comply with or these bid condition it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said bid conditions foe e11 construction work lboth federal and non-federal) in the King County area subJect to these bid conditions, those trades being: sn - 1t will obtain from each of its subcontractors prior to the ave.rc Of any subcontract under this subcontract the subcontractor certi ficatlon required by these bid conditions. Signature of authorized representative of bidder pod to Half Bridge -11- Conditions Flagging and other protective services and devices will be provided by the Rail- road Compg;,y to protect its facilities, property and movement of its trains or engines. in general, the Railroad Company will furnish such flagging or other protective services and devices: a. For any excavation below elevation of track subgrade, if in the opinion of the Railroad Company's representative, track or other railroad facilities may be subject to settlement or movement. Fo• all work over or adjacent to the track, if in the opinion of the Railroad Company's representative, said work represents a hazard co 6. the Railroad Company. r S. During any clearing, grubbing, grading or blasting in proximity to the facilities, which In the opirion of the Railroad Company's representative may endanger or interfere with railroad facilities or operations. C. When any of the Contractor's operations are carried on within or peer railroad right of way and in the opinion of the Railroad Company's representative, could endanger railroad facilities or create a hazard to railroad operations. Cost of Flagging and Other Protective Servicee and Devices 7- A full flagging crew genertily consists of three men. Under certain conditions, ,M�: more than three men may be required or a lesser nunber may be sufficient; how- ever, additional personnel, such as Zomsmnications linemen and/or Signalmen, may be used to protect coreaunlcations and signal facilities, if deemed necessary by the Railroad Company. ~ In addition, protective devices, such as crossing signals, indicators, telltales, _,A,, lights, telephone, etc. m5 be required. r ood to Half Bridge -36- i 1 Work to be Performed by the Ra! road_�omp�y C 1. Relocation of ancLors to the electric line poles. I Flagging protection during construction as deemed necessary by the Railroad Company, work, except flagging, which is performed by the Railroad Company will be done out cost to the Contractor, provided that such work is required in the construc- of this improvement. All work which is performed by the Railroad Company at the i� ractor'e request and which is for his benefit or convenience shall be at the Con- tor's expense and he shall reimburse the Railroad Company for all coats of such Contractor shall coopecate with the Railroad Co, any sod so conduct his operations the necessary reconstruction of its tacillities and ;he removal of existinF ities can be accomplished without interruption of service. ontractor shall have no claim by reason of the operationR of the Railroad Company e reconstruction and the removal of its facilitles, except that, if the operations .".railroad Company above referrEd to result in a delay to the Contractor on this vecent, an extension of time will be granted equal to the time actually lost as ult of such delay. Nc such delay shall constitute a claim against the State for ional compensation, ING COSTS TO THE RAILROAD COMPANY ng costs incurred by the Railroad Company as a result of :he Co.-.tractor's Sons shall be at the Contractor's expense. The Railroad Company will submit for these expenses to the State, the State will pay the bills and deduct amounts paid from the &mounts due the Contractor on monthly estimates. "Pon completion of the project, the full amount of the estimated flagging costs as incladed in these special provisions, less the amount paid to that date, will be t MWned by the State for a period of 150 calendar days after said completion. After tht 150-day perioc the State will refund to the Contractor the balance of the ratained fund or, if there is insufficient funds, the Contractor will be billed for tbG additional costs incurred by the Railroad Company. 1 tba amunt retained to corer such incurred costs by the Railroad Company is in addi- tioa to funds reserved from the Contractor's pay estimates for labor and material liana as provided by RCW 60.28.010, 6R 169 i P1asq�i to Half bridge - 35- T .i I ld the Contractor elect to perform the designated work with his own forces, he 11 provide the State written justification, prior to award of contract, for not •ontracting such work and he shall review the project requirements to determine r potential items of work of this project for subcontracting to minoriry con- tort commensurate with those specified herelnbefore. The election of this option the Contractor 'hall be deemed in compliance with these special provisions. :i the Contractor elect not to subcontract the above designated item of work re award of contract and it later becones necessary for him to supplement his forces and equipment by direct hire to accomplish this work, he shall make every unable effort to employ minority contractors f•r said work. the information of all bidders, a list of minority contractors who have indicated r availability, will be maintained by the Office of the Assistant Director for truction, Derartment of Highway,,, and is available to all bidders. r the terms of section 1-02 of the standard specifications, r'-•e Commission at discretion may disqualify a bidder for failure to per-orr, any or all of the onsibilities outlined herein. OAD COMPANY DEFINITION lruad Company" as hereinafter used shall be the railroad company or companies, ailway company or companies specified ir. these special provisions. The following isions, though referring to a single Railroad Comranv, shall be applicable to of the following railroad companies or railway companies: 6urlington Northern inc. DIYI` !ON OF WORK BETWEEN THE CONTRACTOR AND TKE RAILROAD COMPANY A portion of the work involving the facilities of the Railroad Company will be per- iorewd by the Railroad Company with its own forces, and the division of work between the [.ontractor and the Railroad Company shall be as follows: :ork to be Performed by the Contractor 1. Widen, realign and pave SR 169. 2. Provide adequate drainage of the Railroad Company's property to the satis- faction of the Railroad Company. 1 9 ood to Half Bridge i -34- ■ } i N ORSTY SUBCONTRACTORS en referred to in the follwing specifications the terms "minc'rlt �pntractor" shall b+ construed to have the following Y� and "minority R meanings: _. 1. "Minority" to defined as including Negroes, Orientals, Americ n Indiana, and Spanish Su• .amed Americans. Z• "Minority Contractor" is defined as a firm in which 50 percent or more of ownership is vested St: minority persona, or a firm employing 50 percent or more minority nersous and has r..eintained such minority employment status for a Period of six months preceding the submissi�,, of a Did few this project. The Contractor shall make every reasonable effort to subcontract work to minority tsttractore. The Contractor shall be required to consider the work included under bid item number(*) 54 and 65, that portion being specifically described as Cement CAitrete Curb and Gutter and Cement Concrete Sidewalk. =t Shall then become a condition of award that the Contractor seek out and negotiate ip ;Pod faith with minority contractors for the express purpose of subcontracting rmet under the aforementioned bid items. Such negotiations shall includo. but not be 11La1ted to, price quotations for any of the rk included under the afot OfA item number(+). The successful bidder ell furnish evidence of ntioned otia- tisp prior to award of contract in the form if a written quotation from saidgminority cdittac tore. If the quotation of the minority contractor is deemed unacceptable by the successful bidder, the successful bidder shall provide the State sufficient evf- deap satisfactory to the State to justify such non-acceptance. The State may require At its discretion, information or other quotations received for bid item(s) requiring si/OCity contractor solicitation. ae deemed necessary for insuring rl t14". If the successful bidder 1s unable to obtain quotations forood thefaith aforementioned itd410 of work from minority contractors, he shall provide to the State evlden-e to thm ate's satisfaction that such quotations have been solicited prior to sward of Dig' ems will t. rnotlbe granted ny otract under the terms of section a of the work d1-08.lundeof the the lca ianed tions if the Contractor has not mar the conditions and requirements of these I s provisions prlc: to award of contract. II to Half -1dge a s¢ I ction D CONDITIONS AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTU'NITYR clove:1-07,11 of the amendments t, tt,e standard specifications is herebv revised ax C: 1. Ali reference± to federal executive order 11246 are hereby changed to "Governor's Executive Order E0-70-01,^ 2• All references to tederal agencies are hereby changed to the "Washington State Department of Highways 3• All references to federally assisted contracts are hereby changed to "State funded contract.". I map od to Half Bridge I 7. Backfilling for the half bridge footing shall take place prior to removal Of the sheet piling. d. The bridge footing shall be protected from erosion in a manner that would allow for vegetative cover the entire bank line affect e and rootwad growth to be reestablished along d by this project. 9. The vegetative cover adjacent to the river 1n all areas affected by this project shall be Similar to that existing prior to highway construction. IJ. Backfill material within the vetted perimeter, other than that required to prevent erosion and reestablish vegetation, shall be clean, well- rounded, uniformly graded, granular material ranging in size from 1/4 to 4 inches. 11. There shall be no direct discharge of roadway drainage into the stream. State Department of Ecology 1. Water quality standards have been established for all surface waters of the state. For bridge or other constr�ct4on with related short-term activities such as working directly in the stream, pouring concrete, or other similar activities which temporarily reduce the water quality, the Contractor moat obtain approval of his proposed method of operation from the Washington State Department of Ecology. The Contractor shall furnish copies of such permits and approvals to the Engineer prior to beginning any work so affected. 2. The Contractor shall cover the river bank with "light loose rlprep", a minimum distance of 15 feet upstream and 15 feet downstream from each drainage outfali. Payment is described under "Rtprap Construction- in these special provisions. 1 WAN RATES* 1 IS :Opmpliance with the provisions of section 1-07.9 of the siandard "eclfications, ' �.• JlP of hourly minimum wage rates is incorporated in and made a part of these .. sPa"f ications. k i i F 4 od to Half Bridge -31- i t:.\.ME, FISHERIES AND POLLUTION REGULATIONS In addition to the requiramenta ,f section 1-07,5 of the standard specification,, the Contractor shall comply with the following restrictions: State Departments of G.-----__ ame aac�r ins 1. =ne Contractor shell contact the Department of Fisheries +nd the Depart- ment of Game and secure surb permits and approvals as may be necessary to cover the proposed method of operations. The Contractor shall furnish copies of such permits and approvals to the Engineer prior to beginning any work so affected. 2. Time Limitation: Immediately to termination of the contract period, except that all work within or that will affwct the wetted perimeter shall be con- ducted after June 1 and before August 15 of the contract year. 3. Excavation for flood flows on the left bank of the river shall be condur.ted at a time when the water surface elevation is lover than the proposed flood plain elevation. S. The area from which materials have bean removed shall ,lope continuously upward from the streaward extent of excavation toward the bank on a minimum - ' grade of 2 per cent and shall not contain pits or potholes. 5. The entire work area fir the half bridge footing shall be enclosed by sheet Piling or similar mechanisms. 6. No piling shall be driven during a period when spawning or incubation is taking place in the vicinity of the project, i.e., piling is to be driven after June 1 and before August 15 of the contract year. The removal of Piling may take place after March 15 and before September 1 of the contract year. s i St �W y'w +�+ �' lVi>, „{s j HER CONTRACTS OR OTHER 'jORy ferring to the 2nd paragraph of section 1-05,13 of the standard specifications, t is anticipated that the following work adjacent to or within the lim'_ts of this roject will be performed by others during the life of this project: A major grading, draining surfacing and paving project vest and adjacent to the end of this project will be under contract concurrently. City of Renton Water Jaoartmwln[: Th1e utility will be teconstruc ring water lines from Sta. 1471+00 to 1499+00 on the left. Hunicloality mf Metr000lit This utility will be constructing • b ' 1505+20 to station 1513+75 Y17 Of of the p42 lans) inch sever from station (see sheet 1. of the plans} FL Sound Sound Pov-t d L1¢ht: This utility will be relocating its facilities by placing them in conduit within a common utility trench. Pacify Northwest Bell: This utility will be relocating its facilities in underground conduit by placing them in a common utilities trench. T V Cable: This utility will be relocating its facilities underground by placing them in a common utilities trench. 1I�D$ ftste and City of Renton funds art involved in the construction of this improvement. WE SALES TAX* UA work on this contract is to be performed upon lands whose ownership obligates tIM Contractor to pay State sales tax. The provisions of section 1-07.2(1) of the standard specifications apply. SR lE . KWIRw'ood to Half Bridge **'Xvv -.ed March 8, 1973 -25- Rev. r SPECIAL PROVISIONS pecial provisions hereinafter contained supersede any conflicting provisions of the t andard epccificatiene, and the foregoing amendments to the standard specifications d are herebv made s part of this contract. Tk OF OPENING BIDS* y sled bids will be received a[ one of the following locations before the speclfled me: 1. At the Department of Highwave Post Office Box, Olympia, Washington until 9:00 A.M. of the bid opening date. No[lf lcation by the Post Office in cAe Department of Highways P of the bid will be oat Office Box of the receipt considered as actual receipt of the bid by the Department of Highways. -. At the office of the Director of Highways, Olympia. Washington, ra�[il 1e:ei A.N. of the bid opening date. Bids delivered in person will be received only at the Department cf Highways Reception Desk located on the flat floor of the Highway Administration Building. 14a bid opening date for this project shall be go bids will be publicly opened and read after 10:00 A.M. on this date. MCRIPTION OF WORK 'An contemplated work to be performed under this contract consists of the improvement '0$ 0. 767 tulle of SR 169, in Ring County, MP 23.69 to IT 24.45, Maplewood to calf Ht{dge, by clearing and grubbing, channel change, grading, draining, surfacing, "halt treated base, paving with asphalt wncrete, construct concrete half-bridge, nrent concrete curb and gutter, cement concrete sidewalk, utility adjustment, beam Ord rail, erosion control, illumination and other work, all in accordance with tt attached plans, these special provisions and the standard specifications. 9 nod to Half Bridge sed March 8. 1973 •26-Rev. CIION 9-29. ILLUMINATION, SIGNALS, ELECTRICAL (-uly 20. 1972) rvice Cabinets - ction 9-29.24 of the standard specifications is hereby supplemented to include the llwing paragraphs: Type "A" service enclosures shall be fabricated from the same base metal as employed in the conduit system. If aluminum, they shall be fabricated from 0.080" 6061-T6 aluminum. If steel, they shall be fabricated from 16 gauge galvanized (slectro ..r hot dipped) atael. Electro galvanized enclosures shall have a factory applied gray enamel finish. Types "B, C. D and E" service cabinets shall be fabricated from the same base metal employed in the conduit systems. Steel cabinets shall be fabricated from 12 gauge sheet steel. Aluminum cabinets shall be fabricated from 0.080" 6061-T6 aluminum. Types "B and C" steel cabinets shall be hot dipped galvanized finish per ASTM A-386. Types "D and E" cabinets shall conform to the section 9-29.24 of the standard specifications. requirements of Vhere aluminum cabinets are otherwise allowed, riveted tv pe construction develop- ing raintight fabrication will be permitted in lieu of welding. .26 Electrical Circuit Breakers and Contactors - ion 9-29.26, Electrical Circuit Breakers and Contactors, is a new section to be d to the standard specifications and considered a part thereof. ting contactors shall be rated 240 volts maximum, line to line or 277 volt m, line to neutral voltage for tungsten and ballasted lamp loads on 120/240/277 circuits, whichever is applicable, cr they shall be rated 480 volt maximum line ine voltage for hi Sher than 277 volt circuited tungsten or ballasted lamp loads. It breakers shall be 240 or 277 volt maximum rated for 120/240/277 volt circuits, ever is applicable, and shall have an interrupting capacity (R.M.S. - symmetrical) t lase than 10 volts amperes. They shall have not less than 480 volt rated for its ab oce 277 volts and shall have an interrupting capacity (R.M.S. - symmetrical) t less than 14,000 amperes. i ood to Half Bridge �+ -27- JL 410 ION 9-05, DRAINAGE STRUCTURES, CULVERTS AND CONDUITS (July 20, 1972) el Serer Pipe - fitat paragraph of follow ing eubatituted therefor:section 9-05.10 of the the standard specifications is Aereb- deleted Steel sever pipe shall conform to the requirements of section 9-05.4 for keel culvert pipe except that the following items shall pertain: 1. Protective coating shall be Treatmen: 5. Steel sever pipe shall be constructed of either helically corrugated lock seem or helically corrugated continuous welded steel pipe. ling :tanda - first subparagraph of section 9-05.10(1) of the standard specifications is herebv lemented by the following: Coupling bands shall be made by the same manufacturer of the steel sever pipe selected for inutallation. The third subparagraph of he re by deleted.ted. section 9-05,10(1) of the standard specifications is num Sever Pipe - first paragraph of section 9-05.11 of the standard specifications is hereby deleted the following substituted therefor: Aluminum sever pipe shall conform to the requirements of section 9-05.5 for aluminum culvert pipe except that the following items shall pertaic: i. Protective coating shall be Treatment 5. c. Aluminum sever pipe shall be constructed of helically corrugated lock seam aluminum pipe. ng Bands - n 9-05.11(1) of the standard specifications is hereby supplemented by the ing: oupling bands shall be made by the same manufacturer of the aluminum serer pipe elected for Installation. TRMW oad to Half Bridge -25- m 410 CTION 9-03, AGGREGATES (January 10, 1973) 039(3) Crushed Surfacing - ction 9-03.9(3) Of the standard specifications shall be emended as follows: The percent passing the U,S. No. 40 sieve for crushed surfacin keystone shall be revised to be R to 14 percent. R [op course and ION 9-04, JOINT MATERIALS (October 10,t ion 9-04.1(2) 1972) Of the standard specifications shall be supplemented by the following: In structures the premolded Joint filler shall be fastened to one aide of the Joint with galvanired wire nails at a maxi mum of 6-inch centers over entire Joint area with 1 1/2 Snches edge distance, The nails shall be a minimum of 1 1/2 inches longer than the thickness of the filler. to Half Bridge -YS- CTION 8-20, ILLUMINATION, SIGNAL SYSTEMS, ELECTRICAL (Feb. 14, 1973) nduit - e fifth sentence of the fourth paragraph of section 8-20.3(5) of the standard ape-_,- cations shall be deleted and the following substituted therefor: Immediately before Joining the threads of all conduits and fittings, they shall be well painted with a thread lubricating compound consisting of colloidal copper suspended in a petroleum vehicle. inR - tlon 8-20.3(8) of the standard specifications is hereby supplemented to include following: Without exception, when conductors either cable or single are being installed, care si;all be exercised to not exceed tension limitations recommended by manu- facturers, and as stated in these special provisions. Conductors may be Pulled directly by hand. However, if conductors are pulled by any mechanical means, a dynamometer with drop-needle hand shall be used on every mechanical pull. r On mechanical pulls, insulation shall either be stripped off the individual conductors, conductors formed into a pulling eye and be firmly taped before pulling; or, a cable grip shall be used. The pulling force applied directly to the conductor; i.e. , when pulling eyes are used or when the conductor is formed into a loop, shall be limited to 0.008 pound per circular Nil area of copper conductor. When a cable grip is Applied over nonmetallic she ached cables, the maximum pulling force shall ', e limited to 1.000 pounds; provided, this is not in excess of the force as calculated above. To limit the sidewall pressure at bends in duct and conduit runs, the pulling force in pounds shall not exceed 100 times the radius of the bend in feet. Adequate lubrication of the proper type to reduce fric�ion in conduit and duct pulls shall be utilized as necessary. The grease and oil- type lubricants used pn lead sheathed cables shall. not be used on non-metallic sheathed cables. ood to Half Brioge -24- 40 I T! TRENCH ont ras for shall construct a utility trench, tc a dimensions and at the ti rn as showr the Plan or as di recred by the En ,Jeer. The andathe be trench. ay the Contractor I, days prior to [he start of construction on the [y trench. The C;7,tractor shall Utility Companies en for three (3) days xcavate the utility trench as needed, leaving respective conduits y rli n9 , Utility CompaJ,e ' the necessary time to install f or lines. ontractor will On with U[iliaysty street ar crossings are to be accomplished, ing with little disruption it the Companies closely, so as to accomp! ish the haffic into and out of the area. ntracto tailing and the Utility Companies shall at all times keep the public protected, tailing and maintaining Protective devices or barricades along the open trench. it contract price of 'Structure Excavation Class B" per cubic yard, ;hal! be o,t,pensation for labor, tools, end eg4;Pment to complete the excavation, bark- 9 and compaction of the uti '. ity tre ch as specified shove, TION OF UTILITi�S cation of existing utilities, as shown and noted on the plans, may rot be te. P.ny of these rucilities that are in conflict with !uded in the utility reconstruction work sp this project and are mpa ecitied in the plans will be and relocatef by the Utility Cony �nvolvcd. tractor shall use care in his operations in the vicinity of the existing es, Ind any the damage to the utilities due to the Contractor's operation ite,' b y Companies at the Contractor's expense. s will t to Half Bridge -49- r FILL;NG seco+id paragraph of section 2_po,3(1)E to the standard specifications, ted and the. folio,;;�o Substituted therefore: is hereby When the Engineer determines that the excavated material genera requirements or for any other reason is not suitable fn Purposes, he me does not meet these y require that backfili mate N al t ' ackfilling tran the "cavated material. In this eve tained f 'dorrow Excavation nt and under r_ a source other Including Naul" shall the followic9 conditions, be substituted for the excavated material . I.CATION OF SiOr.M SEWER PIPES ACROSS ExISTING ROADWAYS shown on the plans or where directed by the Engineer, Sturm sewer designated shall be lnstalle6 by rertiving a strip of [he existing asphalt t concrete Pipes of the 9 of each pavement and er.cays2in9 a trench across the roadway. 9 , covered Pipe o: Pal of pipes, the trench shall be Y• Following the tandard specifications, and these backfilled as t) foot below the existing special Provisions and specified in 9 Pavement as f modified from a point follows; rom saic ;oir.t, a temporary backfili shall be constructed with 0. 75 feet of rustled surfacing top course and 0.25 feet of asphalt concrete pavement, Class or Class E, as directed by the Engineer. Before the final paving with teria Concrete Pavement, Class and Class B, the Contractor shall remove the to al in these patches to the d it ith Cement Concrete Class C. epth of the existing pavement and replace t of the unit contract price of "Structure Excavation Class B" pe ubic yard, Concrete Class C" per cubic Yard, "Crushed Surfacing Top Cours per ton, and t Concrete Pavement Class B and/or E" per ton shall be full compensation for r, tools, materials and equipment required to trench for and back!i II the pipes as nerein specified. to f� Thy^. wheels shall be 50 mounted that they will not make locking contact at any time, and will permit free rocking and whe.l ostlIlation so that equal bearing pressure will be applied to the ground at all times. The wheels mounted that the total weight o; shall be so and contents will be distributed the vehi -,le equally [o all wheels. The box or boxes shall be of sufficient capacity that a tctai weight of not less than 35 tons not more than 50 tons can be attained :n the compactor. The action of the compactor shall compac[ion :r;d the be as ordered by Vie Engineer to obtain maxirum compactor shall be drawn by a vehicle of sufficient horsepower [o enable the unit to travel through a luose layer IB inches thick at a speed f al leas' 4 miles per hour. The towing vehicle and the roller meeting the move requirements shall be considered a variable load compactor unit. .surement Vana Load Compactor" will be measured to the nearest y hour of actual time he unit is used. No pavment will be made for time equipment is ilia for repairs , e rvi ciog, loading or inloading ballast, increasing or decreasing tire pressure, ad weather, wet subgrade, planking or bearing over utilities , standing by to e available when next needed, or any other such reason. a meot e unit contract price per hour for "Variable Load Compactor" shall be full ensation for furnishing and operating the variable load compactor and rforming the proof rolling as specified herein. G EXISTING PAINT STRIPES nt stripes that need removing during the life of this contract, where and when ned by the Engineer, shall be •emoved by the Contractor immediately. is incurred in removing paint stripes will be incidental to the contract. .o Half Bridge u I AY EXCAVATION INCLUDING HAUL shown on the plans or as directed by the cr.gi nee r, the Contractor shall remove waste all organic topsoil that is within two (2) feet of subgrade. The existing lders should not be excavated below subgrade, unless it is necessary to remove itable material . xpznses involved in excava tin,, loading, hauling and wasting deed, and all other excess excava tre materials hirrin d in the un tion enccuntered on this project =hall be RO it contract price per cubic yard for Roadway Excavation ;rcI uding Haal , ROILING rol ! ing with a variable load compactor of all subgrades and existing pavements .e r. A minimum of left in place will 6e required at the times and locations specified by the two coverages of the proof roller shal ' be rcqui re d, but the I amount will be determined by the Engineer. spongy or y i e Idir3 areas encountered during proof rolling shall be excavated and ' ;led as designated by the Engineer and in accordance with section 2-03.3(3) of andard specifics t ions. The Contractor will be required to use temporary berms th, surfacing materials and/or planking across drainage or utility pipes ess than three feet of cover to suhgrade. ariable Load C actor ` variab a oad cowpactor shall consist of four pneumatic tired wfieels in a Ingle -ial line but supported on one or more axles, together with a box or dY w.. 1' will permit loading within specified amounts. Each tire shall to t less than 16 inches in width and shall support air pressure up to go unds per square inch. All tires shall be of equal size and diameter, with ! eads satisfactory to the Engineer, and the pressure in the several tires shall t vary from each other more than five pounds per square inch. i to Half dridye -46- ,r. F 2. Dur9:00 am non-working tour:00and peak traffic hours which are between 7:00 a■ to ,:0p am and 3:00 pT to 6; lanes cleer wit.Fout interf pR1 the Cont-actor shall keep all existing traffic do not confronh to the interference ence from his operations. I , peak hours deslunated curtail his operations cLalacco, innditlons as .hey occur, the Contractor shall experience and as approved b g to E peak traffic hours as determined by v the Engineer. 3• During off-peak hours the Contractor shall confine his operations to the use of only one existing !ane of pavement during excavatlon, embankment construction, and the placing of asphalt treated base, and asphalt concrete pavement for the widening of the roadway on, the project. 4. During construction, the 'ontractor shall erect portable barricade; and signs at each end of the se-Lion ' ; construction . These barricades and signs shall be removed or covered by tha tractor after tie day's work has been completed except where dangerous sit".. is to traffic occur, in which nose the barricades and signs shall be supplemented with flares, lanterns and!or flasher units. �. For the protection of the travelling public, the Contractor and his men and equipment on this project, the Contractor shall submit to the Engineer four (4) sets of plans showing signing, proposed chamilelization of traffic including the various Rapes, if required, and methods of traffic control for approval . The approval of these plans will be required before any work is started on this project that will require traffic control . One approved set ,,f the plans will be returned to the Contractor. A! 1 costs incurred for handling and yrotection of traffic shall be considered incidental to the unit contract prices for the various pay items of work involved in this project, except for the cost of flagging. In this item, the State will compensate the. Contrector as provlded for In section 1-07.23 of the standard specifications. -d to half Bridge ed march S, 1973 -45-Rev. ■ MINIM MPORARY CONSTRICTION DETOURS Provide miniaiai interr,,tion to SR 169 traffic fldsj in both directions and to facili- te the constructionof the half bridge, and the relocatio, of the utilities, the Cdr- actor shall construct asphalt treated base construction detours where needed. These [ours will be constructed to the proposed grade of the asphalt treated base whenever sible. asphait a tcrete pavement, asphalt treated has,, crushed surfacing top course, water required for c.mstructing and r..alntaining construction detours shall be ced by the Contractor in the amounts reo-,ested by the Engineer. Payment for any h materials placed on the detours be at the unit contract price for the ms of work involved. Temporary Pava,lent striping as directed by the Engineer shall incidental to the above items. FFIC CONTROL several provisions of the standard specifications pertaining to maintaining and guarding of traffic shall be followed in all resNcts. In addition, the following iremlits shall appie as directed by the Engineer: I . There shall be at all times reasonable Ingress to end egresk from al ; properties aojacent to this ialprove ment. All road approaches and street connections within the limits of this project shai ! remain open throughout the life of r,,;s contract. The caner of the property or, the south side of the private budge at Sta. 1499'50 left shall be given 48 hours nutice prior to any lengtny closure of this bridge. All closures of driveways or streets shall be held to a minimum and open ouring r-w working hours. d to Half Bridge sed March 8, 1973 -44-Rev, Jam. 3F WORK* c ordaPce with section 1-08.3 of the standard specifications, the Contractor 1 prepare and submit the progress schedule in the form of bar graphs developed r the critical path method, F.E.R.T. , or other similar methods. The bar graph be supplemented by the arrow diagram and activity listing used in its prepar- ',he progress schedule shall be in sufficient detail that progress of the can be evaluated accurately at MY time durin✓, the performance of the contract . i-R COMPUTION Project shall be completed in accordance with the provisions of section 1-06 e standard specifications within 130 working days. "PfE Flli2 EXCESS MATERIALS AND DEBRIS• e site has not beer provided by the State for the disposal of excess materials bris. 2L' Y.ATERIALL ce has been provided for a.1y of the materials required for the construction s protect. tractor shall make his own arrangements to obtain thin material at his dense, and all costs of acquiring, producing and Dlacing this material in ished work will be considered incidental to the unit bid items involved. ON OTHF.R -111 kj STATE HIGHWAYS* sources of materials provided by the Contractor require hauling over :pads oE�e than State highways, the Contractor shall, at hi- own cost and expense, avke IL' arrangements for the use o: the haul routes. SUROAC1 JPRNESS FOR AFPHALT COYCRFTE FAVF!TNT* T9e aecon,z sentence of section 5-04.3(13) of the standard specifications is hereby 4an4kd to provide that the completed surface shall not vary more Lhen 1�4 inch from th, 1OVer edge of a 10-foot straightedge placed on the surface parallel to centerline. ['r , r to Half Bridge ,_tMCY TRAFFIC CONTROL• adition to the requir2mepts of sectior, 1-01.23 the following provisions anall v: .rhea reguired by the Engineer or before beginninv work on the project, th± Con- tractor shall designate a superviscry employee to be in continuous responsible charge of traffic control, and shall provide the Engineer watt. a list of not more than, six supervisory employees that may be cal control as needed during non-vorking led for emergency traffic hours. The llle shall include the employees' telephone numbers and the Contractor shall have at least one of thes, emnloveer available at any t_ne. The State will furnish the Con',:ractor with a sir,:lar list 0:' the Engineer's employees. 6hen the Contractor's employees are called o,it to pro"ide emergency traffic pro- tection during non-working hours, pavmect for labor, ec.,itpment, and materials deemed necessary by the Engineer will be made in accordance with section 1-09.6 of the standard specifications. 3o payment, other than provided for by section 1-17-23W of the standard soeci- fications, 'will be made for traffic control during the Contractor's normal orkirg hours or such hours as actually worked. or the purpose of providing a common proposal for all bidders, and for that urpose only, the State has estimated the cos: of the item of 11 reem_y raffic Control" and has arbitrarily entered the amoun! in Lhe bid pen_-y al to _... ecome a part of the total bid by the Contractor. ZALTY lTl'NS tde purpose of determining the percentage of work that may be subcontracted as ,.tied in section 1-08.1 of the standard snecifiettions, the following items on this contract are designated as "Specialty Items": Nos. 6? to 70, inclusive. t 4' l I All ether blanks are self-explanstpry insurance specified above aha_l be carried until all work to be performed under Project is satisfactorily completed as evidenced by the formal date of completion rted to the Contractor by the ;state. Contractor's Public Liabilit and Pro rt Des=e lne urnnce The provisions of section 1--07,1 of the standard specifications are aereby emended as to the minimum coverage required during any period theContractor enters upon Railroad pmoerty as follows: The limits of the insurance company's liability under this policy to the insured shall ne not less than $500,0oo.00 for all damages arising out of bodily injuries to or death of one person, and, subject to that limit for each person, a total of $1,000,000.00 for all damages arising out of bodily injuries to or death of two or more persons in am one accident and not less than $500,000,Oo for ail damages arising out of injury to or destruction of property in any one accidert, and subject to that limit for any one accident, a total limit of $1,000,000.00 for all dammger. arising out of injuries to or destruction of property during the policy period. certified copy of the policy providing said Contractor's Public Liability nd Property Damage Insurance, executed by a co:voration qualified co write he sane in the State of Washington, in fora and substance satisfactory to !�e Railroad Company, shall be delivered to and approved by the Railroad pany prior to the entry upon or use of tee Railroad Company's property the Contractor. to Half Bridge 41_ Item l: Insert the. :clloving: Burlington Northern Inc. and any other company, including National Railroad Passenger Corporation raihoa.f (A14TRAK) , using the property of said cnpany with 1ta permisaton. Address: 176 East Fifth Street, St. Paul, Minnesota 55101 Item :: The limits of the insurance company's liability under this policy to the insured shalt be not less than $500,000.00 for all damage@ arising out of bodily injuriea to or death of one person, and, subject to that limit for each person,arising out of bodily injuri a fatal of $1,000,000.00 for all damages es to or death of two or mare persona in any one accident and not less than $500,000.00 for all damages arising out of injury to or destruction of property in any one accident, and subject to that limit for any one accident, a total limit of $1,000,000.00 for all damages arising out of injuries to or destri.ction of property during the policy perioa. These limits shall be inserted in the appropriate blanks. tam 6: Designation of the Job Site and Description. of Work: All work and operations Involved in, relating, pertaining or incidental to the improvement of State Sign Route No. 16'1 by clearing and grubbing, grading, and draiuing under contract number Career number) between the parties designated under items a and 5 from Highway Ste. 101+00 Railroad Ste. 740+59.70 to Highway Sta. 1485+00 - Railroad Ste. 726+94 Government Lot 6 of Section 16 and Government Lot 5 of Section 21, lownscip 23 North, Range 5 East, in the City of Renton in King County, State of Washington. r When, in tite opinion of the Railroad wstchm!d are necessaryCompany. the services of tiageen or for the protection of the Ra`-iroad Coianany's facilities by reason Or the Contractor's ooerations, the Railroad Company will lrrni�h such fad COn or watchmen as may br required and the State will reimburse the Railroad CCmtsy for the chat thereof, as hereinbefore anecified under "oad Cor g Cu9ta to Railroad Compw.y "he Contractor shall notify the Rai'_- road Compauyv a ruf-ficient time :n sdvance whenever he is about to perform work adjacent to the iv tracks to enable the Railroad Company to provide flagging or Other protective service. NO act of the Railroad Company L suuervising or approving arty work hereunder eh3J1 reduce or in spy way affect the liability of the Contractor for damages, xpense or cost which mnv result tc the Railrocd Companv from the cpnttructi f this project. or.WE POLIC1 tractor shall. protect the Railroad C�,any and any other railroad company ing or using the Railresd COMnany's righ,.• of way or J.lres of raiircad against s and damages arising from activities of the Contractor or his forces or any of ` contrac-ors or =gf nta. tractor shall furnish for each Railroad Comnady the original and 3 certified C Of a Railroad Protective Liability Insurance Policy, naming the Railroad as the insured and providing for protection to thr Redhead Comnany in the and form Aescribed ir. the "Railroad Protective Liability Form" her. as eat forth Q surnace shall be executed by a x'rporat'_nn qualified to write iasurtice in t to of Wsshingtor in form aed substance satisfactory to the Railroad Ccrapakv '1 be delivered to the Frgineer. Tire Engineer will submit the insurance to t 1road Ccapany for its approval find the Contractor 311611 not enter upor. or a Railroad Company's property until he has been notified the ragineer of t nsd Compara''s approval. The various hisnic Sections of the "Railroad we Liability Form," a s®pie of which is contained in these special pro- , ahaJ_1 be completed in the foiiowing manner: to Half Bridge -39- r a EC-ION OF Tt:F. PRC`PERTY OF ;RE RAi I.ROAL COMp.V7ye the paoteaciop of the property and to 7csurs the cafe operation of trains of the road Company and of other companies lawfully using the track or occupying the i of way of sold cdmryanp, the folloring terms, together with the other provisions his contract, will govern wad be bindiug: The Contractor shalt exercise care in all operations and shall at hie or Ito own cost and expense adequately protect the property of the Railroad Companv and its appurtenances, property in its custody, or persons lawfully upon its right of way, from damage, destruction, interference or injury .uid shall so rr eecute the work as lot to interfere with the P-11 lroad Company or its appm tenances, of srev of the Railroad Company's traine or facilities, and shall complete the work to a cond. ion whereby the same shall not interfere ,nth or menace the integrity or aaf^ and success: Or its appirte:emcee, or a ul operations of the Railroad Company ny of the Railroad Company's trains or facilities. The Contractor shall not transport ar.v equipment, r. chlnery or materials across the Railroad Company's tracks, except at a public creasing, without tie written consent of the Railroad Company. The Contractor shall keep the ditches of tke Railroad Company open an.: clean from any deposits, and keep the ri Fht of way clean from debris, and shell clean and restore any ballast of the Railroad Company which is disturbed or becomes foul with dirt or materials when such deposits or damage result from the operations of the Contractor, except as provided elsewhere herein. he Contractor shall eom;uct hie work in such a manner that there will be a nimum of interference rich the operatic of railroad traffic. Tile Railroad ompany will specify whet periods will be allowed the Contractor for executing y Part of the work wherein the Railroad Company's tracks will be obstructed r made unsafe for operation of railroad traffic. ith respect to the Contractor's operations, in carrying out the work, the ntractor shall employ such watchmen as may be necessary to prevent obstruc- on of the railroad track and interference with train movements. Such tchmen shall cooperate with the Railroad Company's flagmen or employees to sure the safety of train movements. the event that an emergency occurs in connection with the work specified rein, the Railroad Company reserves th, -4ohr to anv a.ia all work that y be necessary to maintain railroad traffic. If the emergency is caused by Is Contractor, the Contractor shall pay the Railroad Company for the cost of ch emergency work. d to Half Bridge Via,'_ -38- Y` Contractoz'• Coet Obligations The aor ate has— estimated in g a Company on this project to be $1100nd protective services costs to the Railroad The amount is listed herein for information purposes and for the deterainaticn of the amount to be retained by the State as specified hereinbefora. The Contractor shall make his oun estimate of the above coats and the costs thereof shall be considered as incidental to the colt of the project and shall be included in the pertinent pay items of work involved in this project. The Contractor shall have no claim against the State for charges to the Con- tractor in excess of the amount estimatsd either by the State or by the Contractor. f h I a� a od to Half Bridge -37- r w Concrete Blocking All tees, bends, and plugs shall be adequately blocked with concrete class C poured oiints toe permit taking shall bear against fittings only and she`1 be clear a=d Placing, g UP or dismantling the ioint . All cost for furnishing P g, the block°ng shall be considered inci C:nta1 to the wa re r line r.s[ruction, The City of Renton Standard Derail for general blocking is shown the plans, _ meld Tests ,III pipe and appurtenances shall be suhiected to a hydrostatic test after they a arc laid. Each section of Pipe between gate valves shall be pcssible after laying, or when directed by the Engineer. tested as soon as A: points where pressure reaction and movement may occur, such as at bends , tees and plugs the o'pe shall be properly blocked or braced. Where perma.,ent , { Ulicking is not re ui red, the Contractor shall furnish and install b 4• All luc6ing and remove it after testintemporary Costs to the contractor for instal to-„po ra ry b lock iny shall be included in the unit bid prices for the watertme mainns. The Coa tractor shall "urn ish all labor and equipment necessary to make the tests and the Contractor shall conduct all tests ur der the Supal vi sion cf the Engineer and the City of Renton Water Department. The E.19ineer nerves the right tt, test and approve a1 : )a utility has water available for testing, g•furnished used. Where the All costs of tapping and be o will he furnished without charge, " Pp g piping shall be borne by the Contractor unless otherwise specified in the special provisions. Where water is not available from the btliitY, the Contractor shall provide wa;cr from an approved source for testing 'nd the cost thereof shall be included in the other unt contract prices of the �.irk, i �7! e _ ydros ta[ic tests shall be performed on every couple to section of water main � etween two gate valves , and each ate shall r ] — 9 withstand Land the sane test pressure fr s the pipe, with no pressure ?ctive in the section o` pipe beyond the closed a tte valves. -, t 4 a J� 3 r. d to Half Srid-.e f` -62- N -N - i tare Hydrant Assent Iiei ;here showr on the Plans or where ; ftai shed by the Engineer_ hydrants shall be nstal led in accordance with the de I tai shown a` the 'f plans. hydrants shell be in,pected in the field upon dl rival to ensure proper ..crying order. After installation, they shall be subjected to a hydrostatic t, -t not to exceed the factory test pressu-e. ,u•&it 'aterals shall a,onsist of a section of 4-inch or 6-Inch wipe from the to the hyrant an; shall include an auxiliary gate valve het vertically an,, paced in the line indicated in the standard drawing ' for h ydrant settings. I' ,.11 :ydrant shackle rods, after installation, shali be thoroug' iy cleaned and ad,rted with two (2) coats of asph4lt varnish, cat�o:. TT-V-SIa or or 0 with as sperified in Federal Specifi- d iho, i zrd by the cng;nee r. th such other bituminous paint as may be �� All auxiliary gate valves shall conform to the provisions under "Gate Valves £ (4 ' t' rocgh 1211)" as set forth elsewhere in these specifications, except that the end connections shall be provided with 'ugs for nodding or t.,e bells shall hdve sufficient clearance between the boc - of the valve and the hub to permit s_ tr., installation of shackles. the Fire Hydrant Assembly snail inr Iuoe: 12" x 6" C.I . Tee (MJ x FL) , p • irate Valve (FL x MJ) , b" C. I . pipe Spool (PE x : ;.) , 5" MVO Fire Hydrant (MU Co-nection) , 8' x 24 ' Gate Valve Sax, and 3/4" Shackle Rcd with accessories and 'ant extensiL where called for by the Engineer. hydrant nuard posts shall be installed where shown on the plans. �g i 1 d to calf Bridge I Valves I1-inch and Im der shall be Installed :n a vertical provided with a standard valve chanber or cast Il Position El'at no shock will be transmitted to the val So arranged ve ron gets box Positionion and be over the ode ra tiny nut The box shall be centered tGe rocbed or fioisnr.A, and the cast iron box cover shall be set fiusn with ' paved sur race. Six inch and .Sight inch gate valves shall o r uch t Iron Include an elgh• Inch by twenty- or ifsrequi required erby the vtn g;x and extension (Olympic Foundry casting e . Cast iron valve boxes In genera' are set to Position dcriny backfilling v operations so they will be In a er,ical alignment to the gate valve ,t operating stem. The lower casting of the unit is ;..'stalled first Insuch a manner as to be supported by a minimum backfill or by a styrafoam collar pI nct tess than two (2) in hes in thickness. The casting shall not rest I directly upon the body of the gate valve or upon the water main. The 'tpper casting of the unl , is then placed in proper alignment and to suc;l an elevation that Its top will be at final grace. Backfiliing around both units shall be placed and compacted to the satisfaction of the Engineer. Air and Vacuum Assemb1)L The Contractor share instal : air vacuum vdive assembly as Shown In the plans and as directed by the Engineer. The v,.cuuni valve shail be Ar�O d144 or equal. - The washed gravel Lackfili is shown In the cctail on sheet 27 of the plans shall meet all tie n•.;ulrements as set forth in section 9-03.10,1• of the standard specifications for Portland Cement Cnncrete Aggregate No. 5 . d tc Half Ill March 8, 1973 -60-Rev. i • 1 i� low t. Short Lengths and fleld tut Joints S tenet lengths of pipe suppjl�d-by the manufacturer shall be used whenever possible to provide the proper spacing of valves, tees or special fittings. Whenever it becomes necessary Lo cut a length o* pipe, the cut steal! be made by abrasive saw or by a special pipe cutter, _ ping a cutting blade -eta ted around the pipe at right angles to the .,IS of pipe Cut ends shall be machined with special machining equipment to the exact dirtensions of the pipe supplied by the ranufacturer. Temporary (lugs All ends of pipe and appurtenances not lorredi ,tely connected shall be plugged at all time .4ith approved type watertight expanding plugs with rubber gaskets fastened into the pipe with the a;i of tools. No hand-operated Plugs will be permitted. i+ydrants and gate valves not imnedlately connected ehall have all openings plugged as specified. Installation of Valves and Valve Chambers b'alves shall be installed in accordance with the manufacturer's spa.cifica- tions and instructions for ?nstalling the .ype of valves used, The Con- tractor shall provide all tools and equipment including any special tools designed for installing each particular type or valve used. Ail gate valves shall be inspected upon delivery in the field to insure Proper workiuy order befo• e installation. They shal! be set and jointed to the pipe in the manner as set forth In the AWWA Standards for th type of connection end_ furnished. The valves shall also be carefully ins pee•ed for injury to the outer prutec Live coatings. At all places where the coating has been ruptured or scraped off, the damaged a,ea snall be thoroughly cleaned to expose tht iron base installation, and the cle3ncd area shall then to recoated with two or more field coats of Quigley triple A-iU or Triple A-20, or equal . ! � Half Bridge ANIL �f Dew_ater ing_of Trench Where water is encountered in the trench s sealed and pre allows trench it shalt be removed during pipe laying operations and the so mremovedintd'ned until the ends of the pipe water shall not be allowed are made to Prevent floating of the 'oe. Trench water to enter the pipe at any time. Laying of Pipe_on Curve, long radius curves _ , , may be paid with standard either horizontal or vertical pipe by deflections at the joints, if the pipe is shown cursed on the plans and no special fittings are shown, the Contract,>r can assume that the curves can be male by deflection of the joints with standard lengths of pipe, if shorter lengths are required, the plan will indicate maximum lengths that can be used. Where yield conditions require deflection or curves not anticipated by the Plans, the Engineer wi11 determine the methods to be used. No additional Payment will be made for laying pipe on curves as Shaun on the plans, nor For field changes invalving standard lengths of pare defected at the joints When rubber gasketed pipe is laid on a curve, the Pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches f shall be made wider on curves for this purpose. 1 " ECleaning_and_As_semblin Joints Ali parts of the pipe ends and couoliwr,� shall be thoroughly cleaned to remove oil, grit or other foreign matt_r from the joint. Insert the two it molded rubber joint rings in the grooves provided in the coupling. Lubricate the outside surface of the pipe ends back to the stop shoulder with a solution of vegetable soap and water or other prepared solution supplied by the manufacturer and approved by 'he Engineer. Align the pipe and coupling and jack the pipe home until rings are properly seated with recommended tolerance between pipe lengths. to Half Bridge _SB_ Special A__nchorage All Tree ends,_b shall 6e ends teev-, lateralr and any change ;n direction of adequately braced and blocked to Piping u:e of concrete thrust blocks thrust prevent movement from thrust by thrust blocks must be tie rods and joint hornesses. Concrete shall be provided at all uchanagainst idisturbed ground. Thrust blocks ges in irtin Joints at hends or changes in directao..eC to o a of piping, In addition, all point beyond the tangent point on either side of the bend,at least t providedarat wn of the joint under full nts a positive lockiny device to prevent sep with test pressure. The locking may be accomplished by use of tie rods and joint harness, subject to the prior approval of the Engineer. Af,er the pipe has been joined, aligned and permanently bedded, tho joints shall be drawn up to assure pe manent water-tightbiess but no[ so tight as to prevent contra antra ility ction.to allow for some movement c,used by vib,-ations, expansion and Connections to Existing PIpe_and Structures Connection to existing piping are indicate[ on the clans. The Contractor must verily all existing piping, dimensions and elevations to assure prop,- fit. The Contractor must also provide any adapters, nipples or other specials required to make a satisfactory connection. The City of Renton Utilities Department shall make connection to existing mains at the Contractor's expense. The Contractor shall cooperate and assist the City Forces in iwkioq connections to existing facilities when required. The Contractor shall be responsible for the protection of all existing piping and appurtenances during construction, anal shall take care not to damage them or their protective coatings or impair the operation 0. the existing system in any way. Any damage due to the Contractor's operation shall be immediately repaired at the Contractor's expense. f r to Half Bridge -57- t r Pipe Installation General pipe SIW I be installed "ling with the manufacturer's specifications and instruction for installing the type of pipe used, The Contractor shall p r0v ide all tools and equipnr nt including any special ` installing each particular type of pipe used, tools des igrcd for .411 buried pipe shall be laid u 50 that the bottom quadrant is uifomPar su ed foundation ug out its material length. Y pPortc� throughout its entire The average depth of cover for the water main shall be 4 feet 0 inch and the trench width shall be no greater than 36 inches except at valve chr,.mber locations, ,aYing_and_Jointiny a Ductile iron pipe and accasso�;es shall he hardled in Sua.h a ma her as to R assure delivery to the trench in sound undamaged condition. Particular care shall be taken not to injure the pipe lining and coating. Cutting of pipe shall be done to a neat, workmanlike manner with an approved i mechanical cutter without damage to the pipe. Jointing shall be accomplished , in accordance with manufacturer's recaemendat ions, f Sends and Curves Deflection .from straight line and grade, as required by vertical curves, horizontal curves and offsets shall not exceed the maximum deflection per 1.. joint as recommended by the pipe manufacturer. If the aligment requires deflection in axcess of the maximum recommended, special bends or a suffi- cient number of shorter lengths of pipe shall be used to provide angular deflections within the limits set forth, t i to half Bridge -56- - I a I The pipe Joints shall conform Pipe joints shall to ASA Gpeciflcation A1i . 11-1964 (AN4A C111-4) • be rubber gasketed Pusb-,On aid/or mechar.clar as reaaired. Pipe thickness class ;hell be ss I required by the plan; or the Engineer. Gate Valves L4" thru 12") + Tate valves sh1TDe wst Iron body, non-rising stem, full bronze m,xm;ed with double disc gates. All valves shall be designed for a nlrimum water oconform perating pressure of two hundred (200) pounds per square inch and shall thereof. tnEachAvel Specification e'f��tl on c-500-61 and any subsequent modification shall be 'b' ring type., provided w!th a standard square operating nut, and shall open by turning counter clockwise. The valves ;hall be IOWA List 14, or Mueller A-2380. Fl re H drents Traditional St Ie Fire Nydrants sha1T 0e to AWA C-502-64 with a 6" inlet and ingr0n with the pressure) conforminy nozzles with National Standard a nenimum'MYO of 5", two 2}" hose with the r.ew Seattle Pa,tern 6 threads per per inch and one 4'• rO.D.r nozzle 4.8)5 and root dlaar.ter-4.626 1 1/4 - per inch,operating threads, O.D. thread- D turnip - 3' Den tagun ocerating nut and opening Y g ctions clockwise. Hydrants shall be constructed with mechanical joint connections unless otherwise speclfied. Fire hydrants shall be of Traffic Type and provision s"all be made for drainage o. barrel to protect units from freezing. FI -e hydrants shal' be such length as to be suitable for installatior, with connections to piping in trenches 3' 6" deep ur less otherwise specified. Fire hydrants shall be IOM.A or approved equal. Approval must Se obtained prior to installation. Pipe Fi ttin c Cast iron pipe fittings 4" thru 12" shall be Class 25�, as per ASA Specifi- cation A21 . 10-1964 tAWA CIII-64) . Joints for fittings shall be Mechanical Joint as per ASA Specifica;10ns A21 . 11-1964 (AWA CIII-64) . Other materials of concrete, etc. required shall conform to State standards. I � I d to Half Bridge , d March 8, 1973 -55- Nev. I R I Construction Schedule Before the beglnnin c I 9 of Construction,ah, the Contractor, with concurrence of the Engineer, shall prepare a schedule of the work the line relocation may be accomplishedo se7uenu In order that the w and the E t of instruct+en te, ast amount with a minimum Df interruption of serviceer The Engineer shall be n°t!fied prior to the start of actual construction. !t will be the responsibility of the Con- tractor to secure all necessary Coolly or City � heroin described work. y Permits required to perform the Materials Meteria s used in ti - dasired shall be a edr she conform :o the Following. Any alternates -oved c, the Engineer. Water Main PlDing Materials, Val and Fittings General All Pipe sizes as shown on the drawings, and as spec'f!ed herein, arc in -eference to "nominal" diameter, unless oche wise Indicated. One type of pipe as indicated hereinafter wail be considered for this project. All Pipe shall be fabricated to fit the plan and proti le shown on the plans. One type of Pipe shall be used throughout the Necessary to match existing Piping. Where 1, locationentire project except as existing piping is necessaryduring ri .ep used s.nt of the existin 9 lof the Engiion, materials uscd shall catch g, subject :o the approval of the Engineer. All Pipe, valves, fittings and specials ::,ail be for a minimum water working pressure of 150 psi , and shall conform to the requirements of the al).Hcable sections of the APWA Standard Specifications , as modified herein . Ductile Iron PLpe Ductile Iron Pipe shall confrom to ASA Specification A21 .51-196� (AWWA CIS!-65) Grade 60-42-10. Ductile Iron Pipe shall be cement lined and realed in accordance with AfA SPecificatien A21 .4-1964 (AWA clo4-64) , 4" thru 12" pipe shall be 1/16" cement lined. to Malf fridge March B, 1973 -54- Rev. r Me as u remen t Tt,e�ength of "S peci Reinforced Concrete Sewer Pipe 42 Inch Diameter" shall be the number of linear feet of completed ;nstallation measured along the invert. Pa.•neo t Payment at the unit contract price for the following bid items shall be corsidered 'ulI compensation for fu mishing ail labor, tools, materials and equipment necessary j or incidental to perform the work as specified herein, as directed by the Engineeer aid as shown on the attached plans. i r . Speciai Reinforced Concrete Sewer Pipe 42 Inch Uiarneter per Iinear foot . Structure Excavation Class B per cubic yard 3. Gravel Bacxfi I for Pipe Beddino per cubic yard 4. Test_ng Sewer Pipe per linear foot MAIN AND APPURTENANCES General Description The workT-ved under this portion of the project consists of furnishing and ' installing IS inch diameter ductile iron water pipe Class 2 and 3, 12 inch J;• diameter ductile iron water Pipe Class 2 and . 3, Furnishing and installing fire wdran ts, removing and resetting water meters, furnishing and insta'ling gate valves and valve boxes , and furrishing and insralling all fittings and accessories required for the completion of the installations. All water line `tonstruction shall conform to the requirements of the Engineer, these special vvisions, tP: applicable portions of the standard specifications, and the 4 3n5, d to Half Bridge —53— s I r Ir � r: _ SIR Joints shall be of the round rubber gasket type, using a bell and IF' so 19hat The gasket shall be so confined in a groove on the spigot the gasket,movement of the PIPenOf hydrostatic pressure cannot displace {, De required to support pint de g shall be such that the gasket will not join' ti FPort the weight of the pipe, but shall keep the 7 contract ont ur x r all normal settlement. of service, including expansion, .f and normal earth, settlement. i • - Details of nETRWs gasket Hates and Joint Specifications will be furnished upon request. Details cF the type of joint and gasket to be used shall be subr.^.i to and accepted by the Engineer before fabrication of the pipe.. CorstrucC on 1 . General Unless otherwise specified or Indicated, all construction requirements for replacement of the 42" Se well snail comp)- wtth Sections 7-04 and 7-OS of the standard specifications. 2. Beddins P1T pipe shall be laid on bedding materials to the dimenslo .. shown on Standard Plan 13-33. Design A. Bedding shall p.ovide continuous support for the pipe. 3 7estiIn r } Prror to placing the trunk sewer in strwice, the trunk shall De tested in accordance with Sectlor- 7-04.3(4)8 or D of she standarr y_cificati ohs e xfiltra[i on test. The exact deialls and length of sewer u be tested shall be determined by the Engineer . r 4. Field Closure ! field closure of pipe shall conform to the requirements set forth on the detail on sheet 23 of the plans. i �i i i t r a 1 i i to rr ` ed Marc hrtl g197r -52- Rev. e �. WMIL a PIC PIPE LINE COMPgNy Contractor shall notify Olympic Pipe Line Company 15 days prior to the start of in the area of their pipe line so that they have time to cafe their vent pipe and cathodic protection from its present location. IAL REINFORCED CONCRETE SEWER PIPE 42 INCH OIAMETER peel fled elsewhere in these sF^-ci al hits", in provisions under the hecdiny "Protection of the critical areas the Contractor shall remove portions of the ting 42 inch METRO saver pipe and constrict, in the original location, a special forced concrete sewer pipe h2 inch diameter, The wor'- shall be performed in r dance with these special provisions, the details shown on the attached plans s directed by the Eng.neer. r.aterials and Desioa r I • 1Pecial Reinforced Concrete Sever Pipe 42 Inch Diameter Reinforced Concrete cower pipe shaft b, bell and spigot type with rubber gasket joints and, unless otherwise specified, shall conform to 4;TM C-76, Class IV. Basis for acceptance shall be in accordance with Section 9-05.3(2)A of the standard specifications. in-plant testing Shall he witnessed by a METRO representative. 2 . Pipe Joint and Gasket Material Gaske± stunk shaTl ae synthetic rubber compound and shall conform to the METRO's standard gasket material which is available at ail major local concrete pipe suppliers. Upcn receipt of a certified statement from the Contrar.cur that said gasket material conforms tc the METRO's star Lard casket material , testing requirements will be waived, i d to Half Bridge -51- a t ion ll be made eadd Cont rac LorcccaauusedabY herneussar by reason of any delay or -tiler expense to ilia es; ir-wever, any avoidable y rytot[h.,or fecons[vuc[ion of the existing adjusted in accord d°IB s Contractor resulting therefrom will accordance with sectlA, 1-06,8 of the standard specifications. re is an existing 12 inch water line on the left of and rd s 1499+90 to Sta. 111+ t 5 50. This water line will remain in service auntil pavement cial ,,:..vi sews,ing cons[ruc'.ed -n the proJact and covered elsewhere it these as been constructed and put in service, r excavating near the 42 cipalih(hereafte ' of Metropo', Itan Seat+la Sanitary Sewer e r referred to ass METRO) , as shown on the plans, the on tractor at all ,,)a that has been approted by the Engs shall adequately protect the sewer line With shoring or cribbing or any ,ner ineer. portions of tht 42 inch METRO sever pipe that are broken as a result of the tractor's operations shall be replaced at his expense except in certain critical s ir, the vicinity of the half-bridge. The critical areas arc From Sta. 1505+62 ta. 1505+67 (25 linear feet) , Sta. 15uo+45 to Sta. areas 538+90 m linear feet05 Sta. 1500+11 to Sta. 151 '+00 (12 3 linear feet) . ese critical areas, the Contractor shall remove and replace the existing 42 sewer pipe as specified elsewhere Diameter herein under "Special r Pipe 42 In Reinforced Concrete ch ". ity of Renton will be In the process of constructing a i2 Inch water line from 1471+00 to Sta. 1499+Oo on the left. This construction will be done in ction with the progress of this project. The Contractor should coordinate with ity of Penton an the above mmtioned water line . i i t d to Half drldge March 8, 1973 _Sp-Riev. i r k CONTRACT PROVISIONS SR 169 - MAPLEWOOD TO HALF BRIDGE Sylo VILTER BLANKET Sre shown on the plans , or wP rP directed by the Engineer, the Contractor shall use .;,.e, facerooltlteet for the halfbridgerandatheed d in in adjoinin the retaining -ails of the riprap at the 9 etalning waits. Syri filter blanket shall meet the following requirements for gradatic ?as,intl 2-1/2 in,h sieve 100$ ng 1/4 inch sieve 25% minimum �'assing U.S. No. 40 sieve 20% minimum -assing U.S. No. 200 sieve 10% minimur; sand equivalent 50% minimum ar. �!Ite- blanket wIii be meesured by the ton, provided however, that the mo;, " excess of eight percent will be deducted in ascertaining the pay quantities. _e .a:t contract price per ton for "Sand Filter Blanket" shalt be considered fu! , ssatlon for furnishing all labor, material , tools and equipment necessary or c+Certa! to acquirinc,, furnishing, hauling and placing the filter blanket materi, scec'ried herein. SYSTEM Materials In addition to the requirements of section 6-20— .,� the standar_ snect�ioa- `o'lowing shall apply- 're 175 watt, one 250 watt, one 400 watt, one 700 watt, ana one 1000 war �uminaire if employed in this contract, of the exact type called for, :omplete with lamps, shall be submitted for approval. After approval, th, ,amPle luminaire(s) wi ! 1 be returned to the Contractor. In the event of I uminaire component fa.` lure during testing, the State will return to the :ontractor without obligation the malfunctioning components. It shall :hen be the responsibility of the Contractor to submit rnr aoDrnval add ,1 nna? sample components 16? n00d to Malf Bridge -75- J �Y ptESEAYATiON OF MONUMENTS Two existing monuments in the "C" Ilgwenbe will be adjusted to grade by the ,ortractor to the line and grade as y the Engineer, N unit price of "Monument Cases and Covers" per each will be full Compensation for labor, t teri ma, tools, equipment, and maals to colet, the ..love work. CEYALKS i e Contracto• shall construct a cement concrete sidewalk where shown on the plans i '•r where d;rected by the Engineer, in accordance with h jam. The sidewalk that crosses driveways or road approaches t e details set forth ie tha , six (6) inches. Scoring shall be at six b f nterval shall be thickened ( ) pot intervals, perpenditul �r along .s•geMs and radial around curves. '-t ,nit contract price per square yar„ for "Cement Concrete Sidewalks" shall be -q.'i cowpensation for all labor, tools , materials, and equipment to complete the rt specified above including the thickened sections for road approaches or for •.ewav s. i PkkP CONSTRUCTION f re shown on the plans and as datailed on sheet 5, the Contractor shall construct, ! ;3ht loose riprap at the following '.pcations: Sta. 1505+25 to Sta. 1511+45 acenent shah be made to a minimum depth of thr-e(3) feet .over any and a!1 disturbed as. The Contractor shall protect adjacent areas and existing ground cover from 1 stvrbance due to his operations. If in the opinion of the Engineer, necessary i section has not been provided, the Contractor shall repair all damaged areas at ` r n expense. ! F i 11 performed shall be in accordance with those applicable restrictions as set k sewhere in these provisions under the heading "Game, Fisheries and Pollution , -.ions". The unit contract price per ton for "Light Loose Riprap'" shall be j Compensation for furnishing, loading, hacling and placing the riprap. 1 ! C ! j 1 69 to Half Bridge R 0 1 Kind and Variety of Percent b Seed in Mixture Weiabt y Percent Minimum Percent Pure Seed of Germination f Colonial Bentgrass - (Highland or Astoria) 10E 9.80E (min) $ Red Fescue (illahee, 5% ! Rainier or Penn!awn) 45E 44, 10E (min) 90E Perennial Rye 30E 29.40E (min) 90E White Clover (Pre-inoculated) 151 14.70E (min) 90E Percent Weed Seed 1 00% (max) Inert and Other Crop 1 .00E (max) Total 00.00 The fertilizer and mulch may be combined and appi'ed in a single operation. The seeding must be applied as a separate operation. Section 8-Oi .3(4)B Tda the o lowing supplemental paragraphs: A mixed fertilizer wltt, the following formulation shall be applied to the Erosion Control areas at the rate of 500 pounds per acre: Totai Available Soluble Nitrogen Phosphorous Potasslur (As N) (P205) (K20) I� 18.4% 14% 14% ,! Not less than 60% of the total nitrogen shall be derived from ureaform or $III urcaformaldehyde. The final mix shall contain not less •han 7.8E water insoluble nitrogen. Label tc meet requiter nts of Washington Commercial Fertilizer Act. Section 8-01 .3(5) cg Add the o ow ng supplemental paragraph: H! Wood cellulose fiber mulch shad be applied at a rate of 2000 pounds per acre. 9 to Half Bridge ` 73- 1 I MOVING GUIDE POSTS AND CONCRETE SPOT POSTS Contractor, where directed by t.hs EnSinver, shall remove and dispose of all guide is ana con tcrete spot posts on to the satisfaction of the Engineer. by IIcostst s`andreon Cre t o spot In removing, loading, hauling and disposing of Fj id. Po posts, shall be Included in the unit contract price IvaCeedalue ring and Grubbing" per acre; no other compensation wiI ! be made. Any 9 shall be reflected In the unit contract price for ?earing and Grubbing". NOTING CONCRETE RETAINING MALL Contractor shall remove a portion of the erlsting concrete retaining wal'. , In vicinity of station 1508+00, in accordance with the provisions of section 2-02 the standard specifications, and as directed ty the Engineer. E MAPKERS e markers shall be placed by the Contracte-, to the standards set forth in tht ams, or as directed by the Engineer. be layout for Lane Markers on standard plan H-7 will be deleted and replaced with (be layout as shover on the plans. unit contract price for "Lane Markers Type No. 1" and "Lane Markers Type Ne. 2" hundred, shall be full compensation for all tabor, tools, equly,,.ent and necessary !,aerials to complete the placing of the lane markers as specified herein. ,( SION CONTROL 111e specified sections of the standard specifications shall be amended, altered and'or "plemented as follows: Section 8-01.3(4)A Add the fofTwfng supplemental paragraphs: F .I A seed r.:xt-jre of the following composition proportion and quality ,i shall be applied at the rate of 100 lbs. per acre. to Half Bridge :ed March 8, 1973 Ikk I ATCH BASi6 TYPE 2 OVER 12 FEET :,,feet plan B-6n"Catch Rasint hiaei No. 2 wi 11 be changed with the deletion of All other specifications on standard :� an feet wi I I be heights', lowed. 'ate FSt�ctunt o unit contrtzt ClasslBe for "Catch Basin Type 2 over 12 Feet per each, � F r , per cubic yard, will be full co ensatlon for `�e.o r, ^ateria. , too s and equipment to complete the work as specified herein. i,UST MANHOLES *ere shover, on the plans, or where directed by the Engineer, the Contractor will ust existing manholes to the grade of the new roadway. Riser rings will not be -,;eLed on the project. The existing cast Iron 0 ng on the box shall be r_muved wn- unit adjusted to the required height in accordance with section 7-05.30) of <tandard specifications and in accordance with the City of Renton and/or It , ecifications. Prior to any work being started, the Contractor shall notify ✓1>1- as to when the adjusting of their .anholes will be started. r payment at the unit contract price for "Adjusting Manholes", per each, shall be f c Vensati,)n for all labor, materials, tools and equipment necessary to complete -ork specified herein. ETS re shown on the plans or directed by the Engineer, inlets shall be constructed side outlets. costs incurred in labor, materials, and equipment to construct these inlets Shall .Included in the unit contract price for "Concrete Inlets", per each. e 4 i i I t� 'F ^fP�e i r► i water Line Excavation and Ilackf I1ling Tacavatior, and bacrtfT)Ttng for the construction of all water line Installations s'+all meet all reo,u(rengnts of "Structure Excavation Class B" as set forth in sectiai u Of the standard specifications. Payment for excavation and backfillin9 be included in the re truction of the contract unit prices of tfie items for water line. All costs and expense involved in perfo-ming the work Invoived in furnishing a1 ! labor, materials, tools and equipment necessary and/or Inciden-al to the con- struction and installation of the complete and ot•erable water system in accordance with the attached plans, these special provisions and the standard specifications snal' ne Included in the unit contract prices for: Ductile Iron Mate- Pipe Class 2 8 Inch Oiamete,r Ductile Iron Water Pipe Class 3 8 inch Di Per Linear Foot Ductile Iron Watr.r Pi ameter Per Linear fro' Pipe Class 2 12 Inch Diameter Per Linear Foot Ductile Iron Water Pipe Class 3 12 Inch Diameter Gate Valves a,w Valve Boxes 8 Inch Per Linear Foot Gate Valves and Concrete Vaults 12 Inch Per Each 5 Irch MVO Fire Hydrant Assembly Per Each Air and Vacuum Assembly Per Each Remove and Reset Water Meters and Cases Per Each Per Each PECTION of WATER LINFS City of Renton may at any time Inspect the water line construction for the pur- of determining that the work is being pe, formed in accordance with the plans. Contractor wiI ! be requi-�d to notify the Gtllity (City of Renton) at least 24 s, in advance of any shut down or interruption of service. The Contractor shall fY the Engineer in writing when the City water facilities and other adjustments complete and ready for backfIIIIni. The Engineer, toqether with the authorized esentati�e of the City, ::!I1 make teal inspection of the work within 5 working after receipt of the notification of c•mpletion. Contractor shall not backfill any joints ano/or connections of waterpipe until discrepancies nored by the City have b-en corrected and the work has been accepted Engineer. t r, 'd to Half Bridge -lo- 1 1 1 (f1 4110 Ductile Iron Water Pioe The price — k p guar Tiyearofoot nfLrfhe Pl3nshing shaland installing of water pips, type, 5f size and per sh the water line, in place, Including, 1 constitute full compensatien for - 1 Y� g'and but not limited to: pipe, excavaC rg and backfi .ling, pips is n jointir_, ' and removal of existing Piping; and PIP* blocking and bracing, fittings, connections to axistin i ' 9 piping. ate Valves and Valve Boxes d ate valve asxm'Flies sha1T be measured and paid for at the applicable unit y` price Per each, 'n place, complete, which shall constitute full compensation {I for valve, bypass valve, concrete vault, and all other necessary accessories I for a complete installation. sire Hydrant dire hydrant assemblies shall be measured and paid for at the applicable unit t price per each, in place, complete, which shall constitute full c for tees, valve, valve box, s_ umpo or necessary accessorises tar a complete're hydrantuard posts and all other ther installation. Air and Vacuum Assembly ° Tlir ana vacuum assemblies shall he measured and paid for at the unit contract ! price per each for "Air and Vacuum Assembly" which shall constitute full payment for furnishing all labter, materials, coals, equipment, and appur- tenances necessary it incidental for the installation of the air and vacuum g as specified elsewhere in these special provisions, the plans or as directed by the Engineer. Furnishing, placing and compacting the washed gravel backfill shall De con- sidered incidental to the unit contract price Per each for Air and Vacuum Assembly. p i to Half Bridge 6� i tat. Remove and Reset Water Meters and Cases e•e shown Mh en the p ans, or where directed b me caves shall be removed and rnse* y the Engineer, existing water meters the Engineer and detailed on h to a by and elevation as directed by the Mans. Where Remove and Reset Water Meter and Case is shown on the Plans or directed by t"e Enaineer and the resettin ' g of the water meter and case is net desired or cesstla, the meter and case shall be removed as otherwise specified herein and SttiRr' led within the right of way. The work shall be cono cted in such a manner that there is a minimum interruption of the use of tre existing main or service line. Ir no case shall a service be left Cisrupted at the end of any working day. Prior to interruption of flow in any rain or service line, the subscribers serviced b, the line shah be noti`ied sufficiently in advance to y prepare for die ruption of service The work shall be conducted in such a manner that no damage is done to the water ^inter, the water meter case or the water line. Should any damage occur in the process of the work the damaged pieces shall immediately be replace ' by the Con- tractor at the Contractor's expense. Prior to beginning work on the relocation of any water meter the Contractor shal ! nctify the Engineer. Such notification shall be -at enough in advance so that the Engineer and City of Renton may schedule any desired inspections. th o e unit contract price per each for "Remove and Reset Water Meters and Cases" hall be full compensation for all work and materials necessary to excavate, dis- ornect, Hake necessary reconnections, backf M or for ex,avating, disconnecting ^ stoc Kpiling said meter and case. a5urement and Payment Gene r_a 1 it or lump sum contract prices for all items shall include all costs for labor, equipment, material , testing, relocation and modifications to existing utilities, and Al incidentals necessary to make the installation conr'.ete j and operable. f I 1 j 1 i j , }r to Half P.Adge -68- $ i ■ l - t- i Final Tlushing_and Testing i fojlowing chlorination, a13 treated water shall be thoroughly flushed from me newly laid pipe until the replacement water throughout its length shows, uaor test, the absence of chlorine. In the event chl In the source of supply, then the tests shall show orine is no rmal;y used e ' a* that carried in the system, a residual not in exces `ter flushing, the Engineer will arrange for taking samples by the Utility ar by health authorities. Rcpetition of Flushing at-,; Testing nouTn tFie initial treatment result in an unsatisfactory bacterial test, the original chlorination procedure shall be repeated by the Contractor until satisfactory results are obtained. Failure to get c satisfactory test shall be considered as failure of the Contractor to keep the pipe clean during construction, or to properly chlor;nate the Main, and no addstional payment 4;1 , be made for reflushing and rechlorinatina until a satisfactory test is nade. ate- Service Connections he 'or.tractnr SF; 11 connect existing 3/4" water services to the new 8" water line +ere shown on the plans in the vicinity of sta. C6+25 or as directed by the En- ;reer, These water service connections shall be constructed in accordance with he detail as shown on the plans, or as directed by the Engineer. ay-ent of water service connections including the cost of labor, -iaterial , tools id equipmenr � complete the construction as specified in these spec;fications d elsewhere n the plans shall be included in the unit contract price per linear oot for 8" Ductile Iron Water Pipe Class 3". No other compensation will be paid. JI�I I a to Half Bridge -6i- r :p f Pint of Application The preferred point of application of the chlorinating agent Is at the be- ginning of the Pipe line extension or any valved ,ection of it, and through a corporation stop inserted by the utility in the horizontal axis of The water In iec-tor for delivering the chiorine-bea•?ng water i,tto the pipe should be supplied from a to tl+a Pipe. _ D made by the utility on the pressure side of the gate valve controlling the flow into the pipe line extension. Alternate points of application may be used when approved or directed by the Engineer. Rate of Application 4ate7 trom *h — —i—e exsting distribution system, or other source of supply, shall be controlled to flow very slowly into the newly laid Pipe line wring application of the chlorine. The rate of chlorine gas-water mixture or dry gas feed shall be in such prupor tion to the rate of water entering the newly laid pipe that the dosage applied tc the water will be at least 50 parts per Million. Preventing Reverse Flow Valves�Ta 1-1 be manipuTated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the water. Check valves may be used ;f desired. Retention Period Treated water ,hall be retained in the pipe at least twenty-four (24) hours. After this period, the chlorine residual at pipe extremeties and at other -epresentative points shalt be at least ten 0 0) parts per million, Chlorinating Va gives nd hydrants In the process nT chTerinating newly laid pipe, all valves or other appur- tenances shall be operated while the pipe line is 'Illed with the chlorinating agent ant. under normal operating pressure. i t i t d to Malf Bridge -66- i I t 1 ) LiguiA Chlorine 4 chjorine g=s-water mixture shall be applied by means of a solution-feed chlorina[ ng device, or the dry gas may to fed directly through proper devices nor egulating the rate of Flow arc+ of the gas into the water within providing effective diffusion devices for feeding solutions of the pipe being treated, Chlorinating rovide means for preventing the chlorine gas, or the gas itself, must q the oackflow of water into the chlorine. 'hlorine_bearing Com?ou.tds in Water a n,i xture of water endHTgjT-test calcium hypochlorite (65-70% CI) may be ibstituted for the chlorine gas-water mixture. The dry powder shall first be mixed as a paste and then thinned to a 1 percent chlorire solution by adding water to give a total quant!ty of 7,5 gallons of water per -ound of dry Powder. This solution shall be irjected in one end of the section of •,.ain to be disinfected while filling the main :vith water in the amounts as shown in the table which follows; Chlorine Requi•ements for 100-Ft Lengths of Various Sizes of Pipe Hoe Volume of 4mount Required Give 50 ppm Cl . Size 100-ft to 100% 1% Chlo-ine-water Inches Length;Gals. Chlorine Lb. Solution in Gals. , 65.3 0.027 1/3 6 146.5 m61 374 R 261 .0 0.108 1-1/3 40R.0 0. 170 2 '2 588.7 0,240 3 Sodium Hypo-chlorite Sodium Hypochler te,_commercial. grade (15% CI ) or in the form of liquid bousehoid bleach (5% CO may be substituted for the chlorine gas-water mix- ture. This liquid chlorine Compound may be u-td full stre .gth or diluted with .rate: and iniected 'nto :he main in correct proportion to the fill water so that the dosage applied to the water will he at least 50 ppm. u' to Half Bridge -65- • be provided ly itim. Taos r_:;uired by the Contractor for chlorination or flushing purposes shalt , Where dry calcium hypochlorita is used fcr disinfection of the pipe, flushing shall be done after disinfection, The Contractor shall ae responsible for disposal of treated water flushed from -3ins and shall neu:slice the waste water for protection of aquatic life in the raceiving water before disposal into any natural drainage channel. However, disposal may be made to any available sanitary sewer provided the rate of disposal will not overload the sewer. Regguirerxnt of CMIor!ne BeTore being pTaced Tnte service all new extensions , mains and repaired portions of, or to existing mains shall be chlorinated Sc that a chlorine residual of rot less than 10 Pom remains in the water after standing 24 hours in the p'ee. The initial chlorine content of the water shall be not less :han fifty l50) parts per million. form of Apppiied Chlorine ThTeTi—ne s6aT1 be applTea by one of the methods which follow, to give a dosage cf not less than 50 o m of available chlorine, Dry Calcium Hvpochlorite y is each length eT piPe Is laid, sufficient high test calcium hynochlorite !65-IC% chlorine) shall be placed In the pipe to yield a dosage of not 'ess than 50 pPm available chlorine, calculat-d on the volume of the water which the Pipe and appurtenances will contain. The number of ounces of 65% test calcium, hypochlorite required for a 20-foot length of Pipe equals .00843id2, in which "d" is the diametrr In inches. d to Half Bridge -64- .. Watermains ;nst�e� under' this contract shall be tested hylrostatically to a trestsection Of or 150 ps,i . The test pressure shall be applied at the low end of �r Mai^ being tested. ali nigh point;. Air it the Pipe shall be neat^d at T,;, nydrostatic test pressure sh be maintained until the Engineer has determined t-a[ the section of pipe, gate va,ves, and fittings are wa-ter.ight. If there are n0 visible leaks and the test pretsure is maintained without pumping fur f lteen (15) minutes and the pressure drop is less than fifteen (I5) pu un the ds ail will be accepted as a watertight installation. When testing short lengths lain pipe, or hydrants, nalntaining the test pressure without Pumping for f;:c (5) minutes with less than five cf 0 satisfactory test. (5) pounds drop in pressure will be evidence .:,efective materials or workmanship, discovered as a result of hydrostatic field rr>t, shall be replaced by the Contractor at his expense. Whenever it is necessary r.. replace defective material or correct the workmanship the hydrostatic test snail be rerun at the Contractor's expense until a sa obtained. tisfactory test is 1,,ln feet*cn of Water Warns de fo re bei g connected to the existino mains all new water ma ns shall be .:hlurinated and a satisfactory bacteriological report obtained. Fiushi2.9 Tec[ions_of pipe to be disinfected shall first be flushed to remove soli,% or contaminated material that may have become lodged in the pipe. If no hydrant is installed at the end of the main, then a tap shall be provided large enough to develop a velocity of at least 2 .5 fps. in the main. One 2 I/2 inch hydrant opening will , under norma' pressure, provide this velocity i , pipe sized up to and including 12-inch. I d to half Bridge -G3- ; Sul, ser�cn +.gQ_... _- Sheet y uas .«•.« *" ie It y,sl "'Pan i ------------ ---� io 11 -_---- I - 0 Std fin an silt` --- 1 lie I Pen r i - I it--- --�--�--� � c>a ssa � _Pen - ia_ �- ------ — - - u 115 Std i i3 I KKS4' Sid ; - -14 ! - N.T:� -22'- f7" Below Grouca Elev._ ih9 II Pi"V'il TO !' LOG OF II ST HOHI\G� 41.k URIl�G:: of to i i lop Y0. j" ._ .--- Sub Section H --- �--- - .elf Bridge Vic, St -.�---_-_--.0• JE�Em-t- O. wo. --- � - Sbat. . . .2._.__ 11 Std ascnn w a,x�ruw 17 c —824 'yl I 1 ` � h silt n- o °9 slt¢ht1—� runt coiercz� vet dens -—- - -}- GRAVELLY Sh.VD - —----- "- 6�t1y ai t It L br - - oMva 4 lit - - StStdd L'l_4_Fwx GRAVELLY S! i - ILTY FIhE SAND-_li�iit-Crovn� moist to vet, dense - SHA_IY__Brorn Lo RreyYleb br0_vr., - - stiff to brittle fumy dry very hard Std - - -kan 9 :!.ti F !iyl IY:�. LOG 0} TEST hORINGS of i) i S6' WASHING.ON STATE HIGHWA'e COMMISSION DEPARTMENT OF HIGHWAYS 2F9 LOG Of TEST BOMNG .14 Ms'Ple Wood to SR Sub k..•�,. ., Ralf Bridge d6e Vic. Sy, _507 a CO lob No L_,}Sgl `.:ae. . (�Tx•t 20' Lt. Coat Sec 1734_0 —and GLc; otarY) Casing 4' to +0' CIC—nd it 55.0 Contour Dal, Septeaber 9, 1971 W:T. LI 32.5 --' — .--sr---_ Sheet 1 of j ---------- Broken Co�n Crete Pes ah} V oe cobbles IItY FINE-:'0 S - c4Brge s><svel��sp� pi'4tlA, +�11._laaRP —__ __(Scattered bits of vco di oc_r_icael 1" t, o„ 5 I r ° layers of fine nnnd} I SANDY GRAVEL - Fi—},G. osrec, F brown, moist s! --"-- - ' I i x FIliE - witil eratteretl gravel, slikhtl„y_silty oco io . :. "' to w" lavers of silt] lignt brut::, to UvIsh. acist • slightly corpact R ' LOG OF lj:� r HOHIVG� Beveled End Sections Sot id Metal Cover for Catch Basin 4etal Frame and Grate for Catch Basin and Inlet Crete Inlet ;rate Inlet Type No. 1 'o❑pling Bands for Steel and Aluminum Sewer Pipe wipe Compaction Desig. s and Backfill :atch Basin Design D \a: icircular Underdrain Pipe cw Pressure Air Tesc Team Guard Rail '!ean Guard Rail Ancho- Type No. 1 ,_;rd Rail Placement S•. ard Rail Placement ;,--rd Rail Placement :Lard Rail Placement .e-ert Ccncrete Curbs and Gutters P,ece.st Traffic Curb '• ock Traffic Curb .,..Je Posts Lo^tractor's Project Sign Construction identification Sign (Urban State Highway Fund Prosect) 'bn•ument Case and Cover Rqht of Way Marker e barkers Nay Left Turn Lane T. Wty left Turn Lane '!.3stic Traffic Buttons Rr_'an.atlon Plan for Pits and Sundry Sates Mi,imur Requ;-ements Reclamation Plan for Pits and Sundry Sites Typical Examp'e L'ght Standards Pole 6 Arm Details C ght Standards Pole Selection ght Standards Base Details L•ghtiny Details to Hair bridge -85- a.i 7Gf DRAINS AND INLETS a ;,,sts in connection with furnishing and installing Type i and 8-21 bridge drains lets will be considered incidental to the construction and shall be r included t in ,t pay items Involved in this project. :on of the footings with seals has been shown on the plans. The thickness of is based on a water elevation of 38 feet. The seals may be eliminated b 'epending upon the elevation of the water at the time of construction and the `ovations altered as shown d the the wall shalt beadjusted on the plans for footings without seals. T re All vertical wleinforcementrwhererfootinnd'deails shad be madlfied length by the thickness of the seal that has been lowered shall be In- to required to accommodate the change In wall height The horizontal the number of spaces of reinforcing steel show_ g t shall be provided by additional oranges and alterations will 7 6 feet above the top of the k ts. The approximate quantities shown be requirea in the wing wall and .a� i sketches mateare for the condition of footings with showing alterations to be made as a result of towering the a" be ::,omitted by the Contractor to the Engineer for approval prior to •rk on footing. e�nt in compensation will be allowed in the contract Prices for concrete and q steel by reason of any increase or decreise -e seal thickness. n quantities involved Cue to »C of ANS '' ec-tion of Standard Plans is hereby made a part of this contract. In case of ,:es, standard plans shall be considered the same as plans as set forth in _w4.2 of the standard specifications. For informational purposes, the follow- standard plans applicable to this contract is included for the Contractor's - -\else. Any standard plan that has been omitted from the following list but is i 'rlied elsewhere In the contract dicuments shall be considered applicatle to as though it had been specifira' ly stated. Catch Basin Type No. 1 -� Catch Basin Type No. 2 Manholes '- Concrete Pipe Ends '-" Steel and Aluminum Pipe Fittings i t i t 1 t f y TF3T HOLE DATA The log of test boring sheets hereinafter attached are reproductions of the original Log oe Test Boring for the test holes Indicated on the layout sheet of the attached Ct1RINC CONCRETE ild Ull h appearing -.�edeletedfand theafollowing tub5t on Page ere of the Standard specifications rs here- 9 ubst;tuted *herefor: i 0^ly white pigmented type curing compound shall be used; except when bonding other A materials to the concrete surface is required, the clear type curing compound shall he used. 'White pigmented epoxy chlorinated rubber curing compound shall be . :-cughly agitated immediately before and during application. POURED PUEBER ' ,here �a!Ied for on the plans the Contractor shall furnish and Install i ! Poured c;nt sealer. all costs In connection with furnishing and Installing the poured bDar olnt sealer as shown and noted on the plans and as outlined herein will be i incidental to construction of this project. No additional c 1 OmpenSdtlOn will PIAS- WATERSTOPS 'ro plastic waterstops shall mee -qulremants as shown Ir, the standard specifications, Section 9-24, and shr.il have a bu o diameter as shown In the plans. '1' :osts in connection with furnishing and Installing plastic waterstops as shown or %ted on the plans, and as ou.11ned herein, shall be considered as incidental to the a constractior. and shall be included in the various pay items of work Involved In this ccntract. MASPOUTS - �eDiace the ;ast paragraph section 6-fll,lo of the standard specifications with: All costs In connection with furnishing and Installing downspouts, including sponge -ubLer compound, will be considered Incidental to the construction and shall be -r .ded rn various pay items Involved In this project. :c ;69 +Diced t„ l+alf Bridge "17sed march d, 1973 -83- Rev. A.'.YSTY;;':yra vle3 fs on. the Plans the Contractor shall furnish and Snstsll - rAterial: of expanded polystyrene. 'joint fillers �s it connection with furnishing and installing the expanded polystyrene as )n.tel on the plans and as outlined herein will be considered as incidental zonst^:otic9 of this project. No additional condensation will be made. :V,;• rega'_re' 'oy the standard apecificati�ns, these special provisions, or noted on ;:s the metal surfaces shall he galvanized In accordance with the applicable •,igatior:. All costs in connection with galvanizing material as outlined ,ill be considered as incidents? to the construction and shall be included in J .-:cas pay items of work involved in this contract. aADED CONCRETE* gained concrete in conformance with section 6-01.3(2)A of the standard specs- ns shall be used in all cast in place concrete above the finish ground line protect. :'AL JONDUIT ! t will be made at the lump sum contract price for "Electrical Conduit," vhicn .ill be full compensation for all costa in connection with furnishing and install- electrical conduit and Junction boxes, at,d other appurtenances as shown and - -1 the plans and as outlined herein. .; 6?.ACKri ANCHORAGES ^.rector shall furnish material for and construct lighting bracket anchorages : locations and as shown on the plans. The anchorage assemblies Shall be galvanized ":'riancr with ASTM Designation A-153. ;c3 in connection with furnishing and in ling the light bracket anchorages f ani noted on the plans and as outlinea .erein will be incidental to the con- - ^. 'r this -reject. No additional compensation will be al.wed. icy NOpd to Ralf Bridge E 1 . tac nearness of the work to the existing 4p inch diameter sever line -_ j the Jontractor shall determine, prior to submitting his Did, the extent !14( .,uired to protect them during the life of this contract. -he Contractor's reflect the extent of the work required. face, treatment is required, exterior grade Plyvood panels shall be ,.i so t':A': form joints which occur on the exposed fare of the 4 foot panels „ri^,mtai and continuous for the full length of the wall. 3o vertical form -'r.tii o,:.ur on the exposed facer. AJ-) CiFFERDAMS ra.traph in section 2-0q.3(D) of the st.ndard specifications shall be -1 b, the following: 1 -.ntr%ct,r shall submit 8 sets of drawings shoving his proposed method of ..r?ar: and shoring constriction in the vicinity of the sewer line. , aiiinz shall be HP 12 x 53 conforming to ASTM Designation k-36 and si+all 'o a nininum bearing capacity of 70 tons. - A'; �R:VING STEEL TEST PiLF-q s.—.rsetor shall furnish and drive steel test piles in the following locations, .esrznated by the Engineer: test pile each at Units C-11, C-12 and R-2. - e•.ee: test pile,- shall be driven in the locations of permanent piles and the -- - � :ent steel piles required for this project has been reduced by i I shown on the plans shall be composed of 1 part of high-early-strength j parts of clean, fine grained sand, well mixed with sufficient water to ^ger consistency. Unpolished aluminum powder shall be added in the pro- 1 teasnoonf'.tl per sack of cement. '1 as set for•.h herein shall be con::idered as incidental to the censtructioa ` =' pro`ect. No additional compensation will be allowed. 1 "vood to Half Bridge -81- 4 oa.^en t sac contract pr!cea for the bid items listed uelow shall be full c t •P•sa: o^ `or all costs Involved in farnishing all om- labor, materials, tools 'p^ert ^ecessary and/er incidental to the construction -nd installattion of theoperable illumination (or traffic signal) plans, these special provisions and the standard specificatioes, be at the lump sum contract price for. illumination System Complete, SAS 2263 �•,t; S!S� RELOCATION � n,rxtrr shall relocate certain existing signs as directed by the Engineer..�, s:,^.c materials damaged by the Contractor in his operations shall be replaced ,. actor at no cost to the State. purposes, the Contractor is hereby advised that there are approximately single post sign installations to be relocated. This figure is for bid cars only and is not guaranteed to be accurate. ;osts ;rvolved in performing the above work, as directed by the Engineer, shall '•clidee it the lump sum contract price for "Permanent Signing". No further con- ;e•,ar'or shall be allowed. ::%RE EXCAVATION :.-,rotor shall adequately protect the existing pavement and 42 Inch diameter a.e• ,ine (except those portions to be replaced) from any damage due to his operations -'all crib or shore all excavation adjacent to the traveled roadway and sewer t. dr, damage to the existing pavement and sewer line (except those portions re- ae', cue to the Contractors operations, shall be repaired by the Contractor at expense, and the repair shall be as directed by the Engineer. See section '.e- PP; ECTI04 OF UTILITIES fo- further requirements for protection of the 42 inch i r Half Brid„ ` 11 � . i2 I `.ength of each si:. ^c cut from snal ' be submitted to the Materials the end Of fo a standard length of Laboratory for test ^rior to use. � !engt`, of rigid non-metallic conduit shall bear the label of li^oerwriter's Inc. Installation shall conform to appropriate articles of the -^a Standard 3-9-67, Pub, no. TC 2, and L.,t;i^ fo: solvent welding joints. Pertinent vanufacturers' speci- 7.r;:all_d underground between any two junction boxes and between an ^c„;ion and adjacent junction box shall be of a y consistent typo as specified e'>z*•c rr :n these special provisions. Conduit installed in structures and under -,,a-way shall be galvanized steel . All ether underground conduit shall be as specified herein before. >> nrevided in the special p ovlsions herein, all conduit Installation shall _ , - to section 9-29. 1 and 8-20.3(5) of the standard specifications. utilizing solvent cerent will be permitted for coupling the EPC-LO-PVC t Scl .ent welding shall conform to conduit manufacturers' specifications !e; o` NE`•A Standard 3-9-1957, publication no. TC-2. All couplings shall ^s;a!l ee flush to the inner collar. co-.„i, ends shall be capped with conduit caps until installation of the .rr .,,ere upon bushings shall be installed. `*ss"c c:-duit shall not be installed permanently cr temporarily in any location �,�ading or stress other than soil pressure is acting. `- <•, !u-i^,afire pole shall be nrounded to an earth ground rod installed in the 'Est ju,ctlon box. The ground rod shall be 5/8" x 8.0 solid copper clad ann be to t1e steel conduit with an approved bonding strap. -^'in of Metal Luminaire Poles - mires shal be numbered as indicated in the plans. Numbers shall be 3" Series .` lumir.aire number five feet above the concrete base facing the traveled way. >iais used for numbers shall either be black paint (see Standard Specification, section 9-08.2(26) as approved by the Engineer. Cost shall be included in -ro s,.- bid item for Illumination. No other compensation for numbering of -sire skl ,urts will be made. i6y !'wood to Half Bridge AL w I i 7avii °olr Illumination su its ��a-_cn .' Tenonandacketsyshallsbebl 'as as shown on Detall In plans. Addy t Provided with slipfitter joint to fit over -3 shown peeuccst[arm shaft. assembly. serie 3000 screws and fastener fittings shall a Hand holegrounding on standard plan J-la. Likewise, the silFfitter tenons he" conform detail ltoedetail I, of the sameasta lard. Al tenon brackets shall be constructed of 5 gauge steel . S spa - 9 s be supplied with contract. 'he foundation shall be form constructed as shown on the foundation detail on standard ;Ian J-ic, except that anchor bolts shall be as specified on Standard 6o' Davit Pole detail . Anchor bolts, reinforcing bars, and forms son be securely it Place as specified in the standard specifications prior to placement of concrete. Anchor bolts shall conform to ASTM A-325 with 4" min, thread on top. Poles having extension shafts fitted on mast arms shall have 10 gauge thickness. Bolt covers shall be supplied for all bases. All bases shall have 11" to 12" belt circle diameter. All poles, brackets, fittings and cover plates shall be not dip galvanized in conformance with ASTM-A-123. Steel shall be A36 or A53 grade B, type E or S. Conduit (EPC-40-PVC) Condo�t to nsta led underground, except where Installed In a structure to the nearest "unction box, or installed under the roadway between junction boxes, shall be r;g'd non-metallic conduit conforming to Ar,lcle 347 of the Cooe, and Federal Specification 4-C-1094, dated February 10, 1966, concerning "Conduit and Fittings; Von-metallic, Rigid (Plastic) . Standard sized EPC-40-PVC shall be supplied by the Contractor which meets the respective requirements in NEMA Standard 3-9 1967, publication number TC 2. Size Ind dimensions of PVC shall be as noted in Table 2-1 of the above noted NEMA standard. Conduit fill shall be based upon line 2 or 3 of Tatle 3, "Combination 0' Conductors" unless otherwise noted on the plans or special provisions. All conduit bands shall be factory made unless done with conduit manufacture's aoproced Kr' box, jig, and slugs. r ' ;14'f Bridge - -ed Har_I. a 1973 -76- Rev. MIN AL T-eesocket shall and [be of fvhigh grade Porcelain and be capable of adjustment to ' reseals of the ASAeIES caral p Lions such that all of the lighting race n besmett. The socket opening shall be sealed j .ith s heat-resistant filteringg ;,;act = provided in the special provisions herein, all luminaires shall C"co,, to section 9-29. 10 of the standard specifications. Sodium Vapor Lamps S�di,.r Vapor Lamps for this project shall oe clear 400-watt/BU, high sodium vapor lamp having a 15,000 hour rated life When the it>s are placed in luminaires, the support framework of the arc tube ,a,!I oe 'n a vertical plane. Lu-irai res 7,9- pressure sodium vapor luminaires shall be 400 watt light sources. Gear lamps shall be employ,,. for all uses other than sign i!ghting. Lignt distribution types consistent with plan requirements shall be f„ris-r�. Light distribution shall conform to the ASA classification system fcr Type III medium cutoffs and cutoff or semi-cutoff as specified •.,z l_minaire schedule on the plans. 'h'. sliDfitter shall he capable of accepting a 2" standard pipe tenon 7-112 in length. -'e `curing. complete with integral ballast encloswd, shall be weathertlght. -% Contractor shall furnish evidence in writing to the Engineer that t'c. 1,,rtnairc manufacturer will maintain an adequate supply of luminaire maintenance components in this State as continuing stock shelf items before f'nal payment will be made. The Contractor shall submit to the Engineer a letter cron the luminaire manufacturer detailing lamp socket positions with 'Ispe,t to lamps and refractors furnished for each IES light distribution type specified elsewhere in these provisions. A copy of this letter shall be t•;rsn'tted with the luminaires submitted for tensing anc' ippre,val. 16y ` le«ooe tc IA t( Bridge 41► I ier�iie j Electra=:; 4r.• . . Ce .r� i1 be at 120/240 60 volts, Hz AC Where a and as aiotec �x• tte "Has' Transformers i Ballast for high pressure sodium vapor lamps shall be designed to proper;, ope•ate 400 watt lamps and start lamps at temperatures as low as -20°F. Ballast: shall be 120/240 volt "regulator" or "constant wattage" type high j ;a.er fa.tor units which will accept a voltage reduction of 45 percent before la^p drofnut occurs. Ballasts shall be pre-wired using "fast-on" connector-, _r epaal while the terminal block shall have pressure clamp-type terminal,. i.zccp, a_ provided in the special provisions herein, ballast transferme-, ,III conform to section 9-29.9 of the standard sptc' Icationc. ,ini,<um of 10 visors shall be provided and either installed as direct-. ,,eli-ered to the Engineer for ,ubsequent delivery to `he •r Onren.-n^e c y s°fec,ed 169 le+ood to Half Bridge _76- �Ypow '7 _-- Sub &coon flsl= 8r1,�y .eorirr rue ne � �— - .lot 15 at av„n: of_-1L 22 Peal 35 I _ 6 8QPP ROC_ =e silt stone _ — --- var �,d 1i t Drown I 00 6" pe --_. — -- -- —__ _ 00. 5 PO _ — �00 at — - Pe 00/Y, at - r----- 10 —TEST 80RIRG_.TJPPED lIl° w) '--_--- t6y iEY00D TO tUL1 BRIDGE LVG OF TEST BORINGS 1b of 19 i 2,e: , S1ATE NIGASNIWr TON DEPART NWAy tOMMISSIpN S.R LOG MENT O 16g OF f1F "IllwAyS E H-7 Sub section 1'I+Pl 5T BORING evood tq + 50 Ralf Fridge �Y,e 4o5 gta WaaA B4. 'NTut 15C! + 0C Job No. L,jSgq t as 31.0, Lt Cont. see mg - AIX 24.or � 1734-L! e aroand E=t Date 9'17-71 W.T. EI. 37.0' 42.0' 9-17-71 Shea 1 _I 1 sL of 2 i 8 iI -�r:gflYEL. sL -- tO-"!Lr _ lea 1lt�y-fi.. e tO dett�if G i! 5 st4, F r�Y CRpy 6 LI _ r. mate.l I I Drovn _ atlff sL — M66_ _Cgarae - LruypIf LOmPacL _ _ it --- -- f 0 st --------- 0 Pe to +OOD TO 1�1 F BitIDGE LOc OF TEST BORINGS 15 of 19 1n INV sub Section 11�! M5 mil. } 00 2 5 �. 5 St �sctn of p IPe -- 0015^ Std: _ i3" W 100/3" Stdl ------- i ------------- 9 aPLEMOOD TO HALF BHIIIGE OF TEST IIORIYGs 14 of I4 ss X3 IN / h s e: STATE M'ASH;NGTON OWN DEPART IGHWAT COMMIS510N MENT OF HIGH sR 169 LOG, OF TEST p.,N x b Helerood tc SR 4 BOR�Nr' . tiur � 1509 + 54 xelf bridgeRYlo Stems nj + 00 lob No. L-3597 f _ Meeb Dore h Rotary " 1-7e5' Lt c r IQ10.0. Ground Ft 44.3, "", 9-15-71 « T Fr 38.01 TM ^p_ s- -, S :• 9-17-71 1 8 of 2 6 21 4 St �balt �xeate $'Z&l 4PAjrel_iaodataue-4L___. 16 — — Ge mstoone fr eat 0 — -- ----- 32 at --- — — --- •ilt 1 3 3 i — e11tx__1v interbedded °'erS-dense —_ � 00 s e11t L pe T molstsu With- - � �lento`=rii�dense broYyJ d Std -- �— IL - pe _ — ",IOD TO HALF BRIDGE LOG OF TEST WRINGS ? 1 of 19 Aa1 a e QACLK, iZi? - b"" . t� -�._fsir�i_trll flri Lt.�, «rr� svd ML awl- 11 1 ::aR tlyl0.y a.,:L, t at a/! •s �ea STATE WASHINGTON ;+ GE�ARTMENT OFCGMMISSION `�— )N S.R. _ 16G E00 OF HIGHWAYS R"5 SO, S"t� RBPl�od t0 ESRRT4dORllr3 c.^ 1510 + 20 Ralf Bridge Vtc, sta. g,nn� _ Nyh a Chop <Mu� g, l5a? ' 00 lob?JX L-3597 — -- Casmg 4" to 24; Crnt. See. 1734-ti - '-- - Date se GtG11d FI 55.1' *uet —�— - Pt�r 16� 1971 W.T EI ------ sh`tiv ` I 1 esca.•_... = of � p* --_ B U`D- _G -- �- i _tine -- 3si_��tsY'-liSlit — SAPID AND-s — 1L Std e V --- acettered 1 pep a - 1? I 2 'iHl't),4' t --- -_." _AM? �-, 11GG IQ 1 gL g s 4 4 I) --- Xr TO HALF BRIDGE LOG OF TEST UORIVcc 11 of IQ i J<.4 Sub Section Half E_ir Yic, Sta 1507100 Of 100/6" i Stdl o//u, f _ ! 6 100/3" oo/3^ Std lI __ 1 11 ` LOG OF TEST WRINGS " L�00 TO HALF HkIUGE 10 of 19 1 p];n r 1e bYM �r WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS LOG OF TEST BORING 4" S R. 169 Section 405 `N lrp�3 r 20 Sun Section 0f�¢�o Vic 2Sta ^ Job No.Con Sac. L-3597 ... 1507 ` 2C 734-UOff - 5r U ¢ Gtwnd EI H.•r.r. __ RCt�FY. ('acing 5.0' " cafe W.T. EI. 37.0•tl#"our. Date 9-10-T1. - _ Sheet l of 2 m it DUX.•' w: 9' N/u.el --- 6 std «� _ c L.. 6AND�5 GRAVKL CORWM 6 BGUI.1 - Hrwt _ - y 1 _ dame - boulders i rlprap to.J.0' in dift� kr 25 St SOFT YBAUW= SAMTOID: - --- - - 20 SOFT ROCK - 1ot�rDedd�d e�stoy�a ;)c t roo S. Fe With scattered coalt pea_ lamas - fray 3 Imo_ Ttry hard NI _!coal leoae _5,21 �., thi_L j ----- -- t : 50 S --- - -- - OQ pR. 4 a,;5" 00/5" Std Pon5 ------ - -- -- tb9 LOG OF TEST BORINGS IEti00ll TO HALE' BRIDGE 9 of 19 aP - sue S.nj Hair > i�. .--_-- re vic. STt, 00 -- ' ' J St pe t; cje OO — nti Y- I 100.5 100 5 T -----__. Pe u — Pen _ TEST BORING STOP _ A2_ Pl£aC01 LOG OF' TI'ST IIORI%Gs I TO IIAi.F ;thIUGE N of 10 ' �`1 - ' 40 h .- aM w.r srw tYl WASHINGTON _ STATE HIGHWev COMMIS!-ON 1 DEPARTMENT OF HIGHWAYS LOG OF TEST BORING S.R 169 Se.YNMI MmV1e>.00d to aR 405 :;4"b Sc.yi.m Half Bridge Vic. Sta 1507 + Job No L-3597 15� + qe 011a 1 21 Lt, coat. se, 1734L1 ,,I B,nns caainj 3'R0twT lIX i case - Ground EI. 42.0' Shect 1 T. El 4Op' Date 9 - 9 - 71 - -- c: 2 au nt T - _, -- 13 13 66 TOPSOIL - Duk Brown 1 __4n soft -r,aoq, tilt __w _hard fine to coaraaioed - - C I E SOFT ROCK - • 300 lu0 Still andetone & shale Soterbedded PaD; very hard K grei- ---^ '�----a'�---- I00 5. _"' - `Y I' y _ i� I ' f I LOG OF TEST BORIFGS HALF BRIQGE 7 of Iv Y. I fj w i w. E-2 suh secckm H+dt ar; Vi .. -- . ..r ,,.f root - _—3 ,.t_ 3 I ' t4 MV,s1 y,b •uf i',i 106 I -66 P012 ---_ _ 10 _ EM _ 00p4w St - --- i ---f�d�TONE___ ry8itt Yratosa vhit� - 1acI3" P-00137 st £ -- �`-q 'EST_BORING PE-, AT_6�?,u' 5 MI��OD LOG uF Tf'aT PVkIM;� 'f 3iA LF Ff 7 Pf E i. o f 1 Q a 5Lb ' H 6 ldtt Ylc. & 15 40 Std ; -------- ------------ - '4--�--ASP- _- — -- -- -- '�—af- 1--tLrine ' curse -_rith- s;ettered_ -- rl9s tp �r-02 ^ '-.<_L ailt lenaea _ grey _ Fen :.glrse sari —.— � scatted flue t� ,-,p�aer•L-. FraY_ - --- very at Lff 1a �s d =a —_SOFT 844K_-_audu :ac mit& Iaws--;2...0�2 [ TT _ •half �yv - very, cart Std I LOG OF TEST AOYIKGS 5 of 10 '3�uJD % (LiLF' DBIDtit: • , ..1 •f11. . b3i1 w>-U STATE WASHINGTON D6P44TMENT O MOMMI AYS OF HIGHWAI"S SR 1Gy Sn L TEST H-p sub Sa,. Mal?levood to gq �4FING 1505 + 61 :`., Na1P Bridge Vic. 405 �"h Bore ( ge 35,17 r 00 Job L_ 1 ( acingsell .17�:;_ xa... . i=----_Date- 9-7-71 li- 1 -1 53•1, 5 A 1 _ Q f 4ax - �bT-- a.,a GRA _ �'EL 2 StQ j ' �29 I_ I -- "Op TO IIAI,r' JHID[;E LOG OF TEST BORINGc 1 of Ig .i FtZooe HOURLY MINIMUM 64GE OATES !/8 R FEBRUARY 6, 197>1 lr �U OIL UISiRI dUYJY. RATAND BLOWER �'I-�'u F„F.,_y6FS N OILER.GRADE WER DISTR Zttttllii •0 EQUIPMENT SERVICEEUtLEkKENEN.BRAKBUTOR 7.25 �0 OILER DRIVER UN TR CRANE 45 i0E luo N_IOUN 7.1; ATV 65. CENT t! 02 U OILER JRIVER IRK ! 7. S VO #7U POST HOLE RpIGGERS.' MECHANICAL FUSTER ORNSIMILgR 7.3 4. CENTS .'411 POWER PLANT OPERATOR NlCAI 7.45 eC PUMPS - FULLER KENYUN 7.51 "p PUMPS WATER ANO PUMP CRETE 7.51 7, ONR4LANiS' TAMPERS ANQ ytp� 7.32 I .4 (ITHFR THANRPLANTIR� M X.MULTI�T iER1Al 7.51 MATi_S. 7.18 SAWS, CUNCRETc 7,48 SCRAPER SC ''•ElG SCRAPER$':BR RY AL L TYPE. SING Lt 7.4i lL TYDE, I70UBLE T,vB SCRFEVVJEEMSSAN �t E 7..63 aLLHATiAC.HNEILIJ I RY OSTq�jOKUNDER ''51 TWIN tNGINE aLL ATTACHMENTS, 6 YARDS 7.88 AND OVER 8.27 PRFADERS, BLAW KNOX. CEDARAPIOS 8.82 LIP FORM PAVER. • JAEGFR ).47 7.110MERMAN. CMt '-8 GkADEK. GURR IFS, Coll8.2 TRACTJRS FARMALL TYPE 7.88 V ER HP AND `t)N UeR ED 4' dAC 7.18 KHOEv RUBBER TIRED - 60 HP 7.32 ;EC A' C . RUAgcR TIRFU OVER 60 HP 7.86 �Y RDS66 DP.NOtUNDERRPILLAR. EUCL10 SCRAPER V1R 25 'ARDS THROUGH 40 YARDS 7.58 �FR 4U YARDS THROUGH 55 YARDS 7.88 �R 55 YARDS THROII:H 70 YARDS 8.19 U YARDS THROUGH 85 YARDS 9.49 fER 800YTO BETNEGOTIATED YARDS 8.60 EE 9.10 ENCiING YALHINES 16D(NCHESlAND OVER 7.71 7 � SR 164 �DIiON - MAPLEaUOD FC HALF BRIDGE 7 a PR R32006 COUNIIfs - KINC HOURLY MINIMUM WAGE RATES FE BRUARY 6, 191`3 AB R 70 HYDRALiFY RATE S S_1a-ju RIy1,E_ 0 HYSTER CAT CRANES AND 4T E.1SS SS 90 CONVEYORS TA GN ME NTS 7;gg H-k 45. CENTS )00 CONVEYORS, 9ELTCRETE PEN 65. WITH POWER p 7.51 )l0 CRUSHERS (RJCtI , WASH.A PACK 7.83 ATP 4. CENTS 320 DERRICKS, ALL ND aCREEN.PLANTS 7.51 ;10 DRILLING MACHINE♦ GORE, CAB LE AND 7•38 ROTARY 7.88 AO FIN13.4ING MACHINE OPER., CONCRETE PAVING 7.51 350 FIREMAN. HOT PLANT AND DRIER SS 7.13 TO HEL[Ca TER WIVGNEOPERA OR WIh "ESIPnWER) 7.51 )T5 REMOT= C041ROL OP.-RUB.TIRE EARTH M:w.EC 8.27 ISO HOISTS ON TELL ERECTION i90 H(?ISTS ON JWERMOBILES AND AIR TUGGEkS 7.60 LOADERS 7.60 ' 10 ELEVATTINGaELTATYPE-EREE AND SIMILAR 7.51 0 ELEVATING GRADER TYPE DURDRA� SIMILAR 7.81 30 FORK LIFTS ANJ LUMBER STACKED SIMILAR 7.63 0 FORK LIFTS WITH TOWER 7.48 5J FORK LIFTS W/PUWER BOOM. SWIrN6 ATTACH. 7.60 0 OVERHEAU AND FRONT END, UNDER 2_112 YUS 7.88 7G OVERHEAD AND FRONT END, 2-112 YOS-4 YOS 0OVFkHrAJ AND FRONT ENOP 4 YOS-d YDS 7.db D OVERHtAO AND FRONT END, 8 YOS AND OVER B,IO a.6(; LOCUMJTIVES 0 DINKEY-A R ELECTRIC STEAM, GAS, DIESEL 7.26 1J ROD Opt GEA40 ENGINE? 7.63 10 MECHANICS, WELJERSP HEAVY DUTY)0 MECHANIC LEAMAN 7.56 7.56 - 83 0 MECHANIC HELPER, HEAVY DUTY SH-• 6.92 MIXEKS 0 ASPHALT, UP TJ 4 TONS PER BATCH 7.51 a 0 ASPHALT 4 TO,)i AND UVER PER MICH 7.83 ' 0 MOBILE fYP WITH HOIST COMBINATION 7.38 OCONCRETE M AER,BATCH-200 YO PH AND UNDER 7.51 aCONCRETE NIXER,BATCH-200 70 PH_ 400 YU PH 7.83 J CCVCRETE NIXFA ,BATC�--400 YD PH-600 YU PH 8.14 PAVING 7.63 PAVING DUAL 7.83 0 MOTOR PATROL GRAOE° ;MODEL 14 ANO SIMri AR 7.58 OT R PATROL ;RADEP UVER MODEL 14 7.88 MUCKING MACHINE. MOLE, TUNNEL DRILL T.88 t p)PTION - MAPLEWOOD TC HALF BRIDGE NUMBER - 1 6 R320UA COUNTIES - KING HOURLY MIN10" WAGE RATES FEBRU4 RY 6. j R !A BOO UL"EAl lttl RATES TUNNEL JORK ED B YFE1 S )0 MINER N�LUDING MONOLITHIC 0 MINER SHAfT A,yO RAISE C MORKI p PAOEI� 5.75 POMDERMAN H-w 5 EN )TO POYOERMANS HELPER 5. 5 PEN 60; C N 0 RE-TIMSERMAN 5. ATP E 0 CHUCK TENDER 5.A0 3• C N 0 MUCKER AND 1ABORER 5.T5 0 NIPPEK 5.55 0 BRAKEMAN 5.55 0 TOPMAN AND BULL GANG 5.55 0 MAINTENANCE MAN 5.55 5.50 FOREMAN 5.75 01111EEEE SMALL RECEIVE THIRTY-FIVE 135) CENTS CLASSIFICATION SUVERST LABORER ISED OPERATING ENGINEERS - KING ggTiRICH((P`E`EANT OPERA5TtTOpR 0 BATGHH---MIXER -2U0 lY'OS pHR HOUR AND UNDER 7, _ 0 BATCH-MIXER -400 YD$ pH THRU 400 Y9S PH 7.81 L THRU 600 YUS PH PEN 65; C 9ROUMr POWER IMAYNF,S4GINAY AND SIMILAR) 7.48 ATP 4. C 0SULLUJZER UNDER D-SIMp SIMILAR 7.48 BULL.UDZER, 0-9 OR i14R 0 BULLOJIER-YOYJKOPEkU$HERr QUAD v 7.88(CLEARING-SCALING) 7.88 BUMP CJTiER "UNCUT, CHRISTIANSONI CABLE/AY 3 YARDS AND UNDER 7. 78 0 �ABLEMAY LIVER 3 YARDS 7.88 0 CEMENT HO,; 8.27 7.63 COMpRcSS01- TEFCAVATiNG S E_L ERECT-SAND 8LAST.P4INT. 7.60 _ERANES ��[[ E A-rR44EE TRI3,K - DOUBLE POWER DRUM 7.51 DRUM CRAWCRA11LcR AND SIM.- 3 YDS.AND UNDFR 7.88 ^ TRAWLER AND SIN.-150 FT GF BOOM AND LINO. 7.88 t LFR ANO SIN.- 45 IONS AND UNDER 7.88 CRAWLER AND SIM.- OVER 3 YDS. 8.27 CR.YLER AND SIM.- OVER 150 FT. OF BOOM 8.27 OCRAVLER AND Z)IM.-OVER 45 UP TO 100 TENS 8.27 CRAkLER AND %IM.- 6 YOS AND OVER 8.82 CRAWLER AND SIM.-200 FT.OF BOON AND OVER 8.82 • CRAVLER AND SiM.- 100 TONS AND OVER 0.82 " TOW'`R CRANES, PECCO, LORRAINE, BOC RUS 8.27 r T NO - SR 163 "'DN - MAPLEMLiOD TO HALF BRIDGE XSER 932006 C"TIES - KING H`�URIY Ml NI MUM WAGE RATES p R FEBRUARY 6. 1973 � .lCLUP1 i I ntl I ��'R�A`TE 0 PUMPMAN —&ace F„FR(0 FALLER yGEs aa �ntEl i 0 CALLER AND 8U KER - CHANDHAIN 5.55 H-� 5- CHAIN SAW 5,55 0• CENTS IS) 0 FORM SETTER ISTEEL FURMS) 5.75 ATG 60. GENTS I51 TO NIP ER RiRI/ BSFOTT 5.70 ENTS ( S) 0 CHOKER SEii GERM~ ER PITMAN IJ TRAC MEllRETJ �P0IS0RIPPERER �I TENITEkO1 RNAN 5.45 2 FLAGM4N N7.HFADtR LABORER HELPER 5:45 5.45 20 GRADEMAN AND STAKEHOPPER 5.45 s130 GROUTMAN (PRESSURE) 570 ` 40 HIGH SCALER 5.60 50 WORT 4R MAN AND H00 CARRIER 5.75 NOZZLEMANfrONC ,pUMF 5.T5 .SA)-OBLAST,GUNNITE) 5.70 'iJ PIPE LAYER ANO CAULKER.PIPF WRAPPER Q PIPE POT TENDERER 5.75 Q °OwOERMAN 5.65 f 0 POWDER14ANS HELPER 5180 C PGWER WHEEL BARROW OR 5.55 BUG,Y 5.65 POWER TO S — HEAVY 0 JACKHAMMER5AtEMENT BR JUT. TAMPERS•RAI FP LRJAD SPIKE PULL ELLE_k BR4TORS 5.65 R 5.65 POWkR Tip� DUTY CH ERS,aA NDERS,TAMPERS AND SIMILAK 5.60 RAKER — ASPHAL i RDDDER S.bS OSLDPER (DYER LO FEEiI 5.70 SPRFAJER ( 5.55 WRAIES GRACE WITH ROODLR) 5.70 SMINu. SCAFFOL,D OR BTSN CHAIR -OVER 25 FT 5.60 ' TIMBERMAN - `-EWER 5.75 ; NAGON DRILLER AND AIRIRAC 5,75 '• WAGON DRILLER AND AIRTRAC HELPER 5.55 i 11 IPTIOM - NAPL69 EWOOD TO HALF BRIDGE 4 a i f z 32006 HOURLY OU 1!L Y )NTIES - K14G MINIMUM WAGE Ft BRUARY �yOR ;;:E ;IGLIIp�.LiQtl CENtHdL FOREMAN szeRA ILL�u lRI S 10.12 H-W 25. . CENT 'RUN WORKERS KING ATp 2: CtNT I STRUCTURAL IRON WORKERS ORNAM-NTAL IRON WORKERS MACHINERY MOVER•MACHINERY 7.56 RIGGERS ERECrck 7.56 H-W 48. Cf SIGNALMEN 7,56 PEN ;. CEN WELDERS ANp BURNERS 7,56 ATP ;. CE .LNCE ERECTORS 7.56 SHEETERS 7.56 afINFJRCING IRONWORKERS 7.56 7.56 FOR=MAN 7.56 WITH 3 MEN OR LESS 30 CTS.OVER JOUR.kATE WITH 4 MEN OR MORE 55 CTS,OVER JOUR.HAYE PAINTERS - KING JOURNEYMAN PAINTEk JOURNEYMAN STHIPFR 692 . JOURNEYMAN TAPER 6:92 H'W 4Q. C SPRAY SANDBLASTING• STEAK CLEANING 6 92 ATD 27. CC iW1NGfTAGe MIDGES TOWER$ . [ANKS ON L�GS STEEP ES STACK$ 7.17 rO%IC MATL.•81TUMASTIC.ODEN STRUCT.STEEL 7.17 �OFCEITSNPER HOUR OVER THE HIGHEST JOURNEYMAN CLASSIFICATION PLUMBERS - KING JOURNEYMAN PLUMBER JO 7.59 URNEYMAN STEAMFITTERS H-W 36. CENTS 15`GREMEN 7.59 PEN 86. CENTS 1S J NERAL FJREMcN a.14 CENTS IS 8.39 VAC 60. CENTS IS DEN I. CENTS IS) LAdURERS - KING ;MENT PUMPER - PAVING S.dU H-W SU. CENTS IS! ONCRETE SAW JPERATkR 5.65 PEN 60. CENTS IS! v1No - St 164 lfj MAPLEWUOJ TO HALF BRIDGE 3 i R32OO6 HOURLY TIES - KING MI NIMUh NA GE RATES R FEBRUARY 6. 1973 1GL1I1'_4i1�N SIdIE_E � Ft IN E BRICKLAYERS - KINGct��T_; j0 BRICKLAYERS 40, CENTS S$ CARPENTERS - KING 'TN 35. CENTS l5 A P 2• CENTS O LAP PE4TERS p CARPEN iE�25 ON LREOSUTEU M T RIAI 7.010 _ O fLOUMLFINI$NiiEd.OFL OONP�pE S'� oPERAT'IRS �; Qp PEN 5p• TS FLOOR SANDER ]PR, STATlORy pH(NGLERS 7.13 AT CENTS 0PILEDRIVERS R.9U MACHINE CRECTD� WOUOMRK 7,13 I• CENTS BOU14MEN rBRIOGE,DOCK,k:-iARF BtiSLDERS 7•13 OACOUSTILAL FOREMAN7.15 is 0 MILLWRIGHT FOREMAN 7.20 F 0CARPENTER FOREMAN 7.56 lttr j,1PILEDRIVER FOREMAN 7.55 PILEORIVER FOAEMANIPUN.RIG-URIV/PUll,p Lf 7.40 7,70 t CEMENT MASONS - KING ' : JOURNEYMAN CEMENT MASpNS BCOMPOiI TION1 COLOR , MAST :C PLASTICS 6.79 f BOWEL MACN}NE OPERATOR 7.04 H'N 55. CENT PAVING FLOAT NACHINE O- JGRINO=R� CHIPPING 7.04 5G. CENTS GUNITE NUZZLEMAN GUN, BUSH HAMMER 7.04 7.04 t FOREMAN 7.04 t ICFOREMANS DIFFERENTIAL SHALL 1 I MHEN SUPeRVI$ING ONE Tj 25 CENTS 4' FIVE MEN OTHER THAN HIMSENF. INCLUDlNG aHENTSUPERViS[NG �IX ORLHDgE7MEh2OTHEpTS ` INAN AIMSELF i PJREMANS CIFFERENTIAL SHALL APPLY OVER THE HIGHEST PAID MAN UNDER HIS SUPERVI ST OIRECi UN ELECTRICIANS - KING .JURNEYMAN ELECTRICIAN ORNEYMAN ABLE SPLICER 8.435 H-N 25, CENTS ISf -�RcNAN 9.28 ATP 2. PERCENT ISI MAPSR LEdOOD TO HALF BRIUGE i 932006 _ HOURLY AMATIES " RSNC !t[NINUft" Aal RATES\ IN C011PL1ANCE MtTH THE SPECIFICATIONS, WAGES. THE PR OF _ AS FJLLOWS. MIN MUM SE iiON TT IT !S SSyECIF1C AL`` WAGE RAT EA ARE DESI�.FAA�c STANDAR RATESS AND PR[ANDNGE BE NEf ITSNFOR JNIS AND CONTRACT THAT T M1NIy��P1 EWAGE REAF ER THE CONTRACT AND ARE ITS TO CS CON ARE I SON OF PAY ITV AND ASSUME THE . THAT THE glL D AS A PART OF SON OF PAY II NG ANY MI ' E R1 SK IF THE CONTRACCEPT ACT RER RATES THANUT MUSE SP,CIFIED jTgiHECCUNTRFULL gCTEA- PRfSENt TD THE PRGINEERMy� TT USEEN OF APPRENTICES EMPLOYEES IN a OG RAM APPROVED BYIOMEC TOF UN THE JOB HE THE CONTRACTOR REGI5TRA1t SHALL OF THE PERIOD OF PRUGRESS.AL F TO THE APPRENTICESHIP SUCH AN F SUBMIT COUNCIL. IN ADDITION TO THE WAGE RA7ESAOESSUCH APPRENTI[R ��TTEN EVIDENCE TRIBUTE FOR EACH COMPENSABLE HOUR THE GNAYE BETE I S LISTED HEREIN. GNATED. THE EMPLUYER SHALL CON- IF THE GONTRACTUR HE THE Lqg� F T ROLLS AND WAGE AFFIDAVITS AND MORE THAN INVOLVED IN THE PROJECT. {•• CODE WHEN SUBMITTING PAY- SHOWN IMMEDIATELY FOLLDWINGfTNERISDiCTIDNALE JURISDICTIONAL AREA IS LABOR CODE NUNBER, 1.NVOLVEL SHALL BE 11-0010 YAK.E i ,AY No - SR PT10N - MAPLEWOOD TO HALF BRIDGE NiNBLK _ 1 - "ta¢;,F a•ia; x,.,t •' ¢ faq F Fsars:E° s¢. H c l• raa_° i9 . : �. '• � J.:-^i i it .. �..� a= 7 S :a e5 ifs`?.:: = - 8'tf. i3 ", . r 'sir a.•rza 'f'7- - c F a,_ _" f #'•. __ i4 a F.iaza=:i N O a F¢ a� fs?c;-: -!'J�$' eqze rte' 'FI F;i -¢if f.ri. e' a rE 36' '# -a,c-a 0'G t� . °-`- %-." b'L y'FL°Y_� a-i.r•; e_fiY.F%$: r.4f cis' E i• re.i 3�-i ea i !ff;. w ¢sf;F' i ii @ai a :4 - F _ 5"t,%c• r is}=Y aaa 3r fa.a ¢ jig! :. z ,;� .a szr gi is�F :° ¢..a:Ala ¢fi: "j-- v_ 5 i •e$y i° f i' ii:, E._3 _ ;r � AL.. �•' � a � � ¢ i§ ELe" � " - " a ics:c¢;;•,s ;•i 3s:i i .�• .a a: aaa _ F c.Epac �s>g=.; q gsi$ gg�ia F9'1=6d5fic:: _'3s3 x a• r 3 r-JE I• � '��=s;�a' ca=rods :er gyr$rnfrF P I'EI ri ¢s'rs . , A¢ � : r b tg. . a a'Fce Fbr ri f.i- ,!:3efrd v f¢�q ° $zL • rtE e a •e ss =tsF 's:'" r as :-ea¢p r a ¢ ,ss'r E _ -.= x 3i :eef'i °^fa' a� F •a � g_, ? f ,r"= f is $ Fa s-; F s gq ffF a '_lrsx¢lt g!s a }a,3 s¢¢i3o$FiE_ s�s•s_ssF' d.fE rr$i$r = r II; �#rsa i.;a�sar a,`sr ls^ i¢i'7 fi?s # F Eaz }sisal IiiiiifYugca fF &r E ff.p s st}r, = fr¢�? • YJ° 1i-E -it yO', E 1 _ ^ ittr' sF # oq rxs�sqa �:UIO j ;i 4fE - i ¢gt ry aY E IF a gill "F $jr a'e ¢sF� �A '�-� #.�;� ;e`aa 4x,r�s; € i •-g'lag �,»� Y€F. s E�F3 F�s� ¢€ $aif . ° i / dd P, 1• ;i1 :}_ :� 1 dY:af°=E =a Rat _ is> rd8�l, -rf. # Lir Y, �:.�i3 "r>,ez r �_, Psife-6 = •�3 ��8 r r;L: _ a•aa r its a: ig ry1 irk ?; R• 3 =:PE6.� sip ¢t' :F Arc r •''^3;i• 71;. . IZ e iL r °iri :r^ iAe' a° `-'1� a .::-, 1.':�= L gefk^ o i'`'z k$ Yt sis •kya's3-i rYs"23A'a a 1iR :r:ij:t = : [e ° r. --#-=a411 ...1.°: RSg E;;if;a s; �s VZU! a ri i • i. :# as--s _d• >; 1-a P,::r 3 • k Y..•' oti•k 3. �� �i ssirta Prf�f',s's =P;Ist �:� k¢ s i:; i 5da;° s s3 �= t °g+F'=8 i �! =+ s r eks� i stir Relis"= 5r i !! R k3 fe kid :€ a rr # iKj 3 a= :� Tg k-d 'ess gt : :u / sF d asd it ? 1 $c s 1 i3 i( pLtr sg k�j { d ai= =dd ;p.ar i i = ffl 6e Jf �r _ k i rg e,iy i3 s3dfE dY�; # iEc , a •Yr k° Y_ i rit�rf� ��= S L y=yfl F_o a^g ,i k: F$g� �ss x,z t •i it° Es a q _ d P 1 a ,. V Y/ i= a ", [ d 4t 7 #. sf; = ht s if s: :i ei3 dk '± °;:k _^_s ly Of d or ¢E: tiidkit lit €SR � fi E 2a 444/ 1 s ' ' �s'gsg ; . s d• V n� Y ski k ) } y 5 �!. • e r q 1 WE °}�•+� stt` yc a '1E:i2 aza3�s,?!o � { !eaf li ttf c E a tEs�'$$3 a �'rg fit @ff rf l fit -fig ar a �iF f� f-r p! r19 #40 rr?z ! ZW.— ta sfaE:�:i a i iq L �t a c'zdf� t j $� P g Efit."if ar �)i3 j IN o Jt rot# s 8 7trF r E it I ' f7fas� +a' _� eF jjFtij� t # .o nit{c7d. � rr}i i F_ff 1 r f �-. �+IS.grg�¢s:_ Retai[uptkall_-- �heu_ 3 Of 3.. — UFXl"s M/i�iFHµ _ I F 1 � ...r. 17 F i AT i :b . aA: V }t}Ij�$ LOG OF TEST BORINGS 19 of f9 O �Qyyy ' a3t _$;1 'ge: P.etain2gg Wou SAeN oeuwrtgy n r�rlw�t 1 Pon f 1C 11 std I 1 —�I 9 a>z -' -- — ------------- td —arev f--__-.-ineri��occasional mace av�orted �14 :.� •! as er �i.�y scattered cnr Bl I 1H 5 14 -- _ i -- 3 stdl - - ---- — _ p 4 15 — - -- I tb : `OOD TO HALF BRIDGE: LOG OF TEST BORINGS is of f4 •�0!IM 1 .I MJ SIIt *ASNINGToN t STATE HIGHWAY r DEPARTMENt. MMISSION ---� OF HIGHWAYS y S.R. 169 sectio, MLOaP1G OF TEST BORING H-9 Sub Sactl�,n Half Bridge: to SR-405 - - 1545*r Retein Jo b , H::nng Auger 8L48-2 ()P.." 281 LT. a1]. C„ NScc �-3597 nt 173406 Casing 4" I.D. Auger Gr,rund EI. Contour-_:- 7- _ _ Date mr�r sw.wgr - u _ 12 Oct w.T 6 56.0 • rwr .«n - 1glA^ 39.0 I. - ---_—.— . Shad 1 5 st n�tcel. -_�__ °J 3 �I 6 113 t scffit s tit -_---- - sll ai• �1tJ�r-Vice_.. 5 P `-�-Hrevel �rg _44rvslgho.�� 2 7 st 1 -- 8U & JAND _ slightly co 119 3i erect to Itue tc I, _ IM14-- st aQrted s4es_ u`e`r JILatuel a:elSered —�- 14 Shrol�¢hc)t I� 4 St — -- 1 �1 6 5 1 - i 3 st ------ 16— _— ------_ — 1 Ii 6 St ---_dander- in bit - uiLh aor - ____ 1 a "at srtoJYl_gravejj �1 I3 5 st --- y' 2 � I 71t - _ 11 9 . sligg�Ltst to a""•s,-_ ! 2— -s ------iQIIIYIJ._111LY. a11_alrtt __ 1 --- 10 -- ► 01) TO 1 H.ALP yH1pGE LOG OF TEST HOHIhGS 17 of 14 � 3 t. �l r Y . . • • • b` Y' ENDING OF FILE F FILET17 If l • F u : ;. r J vr. EXECUTIVE 0F7ER No. 71-0 8 CONTRACTUAL ADDENDTJM RULES AND ��t%LATiONS 1• If the agency Qe1- t s" -Utting a public bids - the labor costs Pro 'y let 0, he shall on Project West for by letter of t e not . the Employ ent il. exceed contractor contract title, locationecurity De ar to whom the bid was a•.d name P tmel.t contract was awarde;l. awarded at the me said the ti,re said 2• The + sing agency will a sampleinclude with the bidding documents Rules. COPY of The Contractor Quarterly Repo rt Form and 3. The Oepartment of Employment Security of not`.ce of contract awards y will, upon receipt a• Provide to contractor a supply of the report forms and instructions f r response; z b• department of Employmenr Security will notify appropriate local Employ;rer.t 5•�curit the jurisdiction over the geographical area having Project; of the C. Local Employment Secur*_ offi sibility for establishy ces wil' have respon_ _ ;g contact with contractor to provide assisl_ance and service. I 4• 1' the event of reports of allec,d non-compliance by ! the contractor, the usin actionen to determine and irsureccontractorKcompliancer or impose the governing rules as below, set forth in item 5 S. Tie determination that a contractor 17 in non-compliance With Executive Order No. 71-08 will constitute reason f cortract termination and less of eli or gibility for further participatio in state work. Opposite n ilt Opening Regulations and Sample Report Form (5ee or sample report form) PROPOSAL - Contfrtued The undersigned hereb m;nimunl rates of wages set F } agrees to Pay to A os�l orth in these speciallabor Provisions.less than the rlY prDp guaranty In upon the aPprorimate a a" a"Iount of five indicated oelow stimate of quantities atFehcfrt (S'�J of th al b:d Is attached h t e above a tot bas e retp: pr'Ces a^d it :ha fora. CASH ❑ IN THE AMOUNT Or CASHIER'S CNECk ............ .... CERTIFIED CHECk 1 _ -. (f � �� DOLLI PROPOSAL BONG ❑ I RAYABLF TO THE $TAT IN THE E TREASURER AHOpNT OF $� OF THE q10. FIRM NAME SIGNATURE OF AU74ORIZED OFFiCIALrti eY eL�e° DATED THIS dAY OF BIDDER: � Lf In .fC?'n hl This prD osa D fJ" / y� D s hereon ri thout pnoY and any al fe rat ton of the fsnR for considers + for o '•1'Rt ;niered ^F the epos.. 7�t f B�phmys �TiL be snff,. ,ent cause r d ei - " "'J"t'" of the bid. (a) Please refer to section 1 I U i j�, r/ "Pr' "ration of proposal'. of t!s�# dard epee o_ns, re. i NOTE : EY signing this proposal , receipt [[� � Ncrber(s) peeler`. ing ni is he rzby acknowledged of AddenNCNn(s) to LhiS high Nay project. SA 169 haplew000 to Half Bridge Proposal Teter %wised 7 1.'•. r 800.0 FURNISHING LIN. FT. STEEL PILING ..::? 39. 0 DRIVING STEEL/PILES ///!ONLY !//1////////////////////////e'////If//// PER LIN. FT DOD.0 /////!/ 3.'S.au POUNDS STFFL REINF�,RCING BARS PER FACH TONCRET ////!//J//! 840.p CONCRETE CLASS D �CU. YD S. TJ/1/1/!////////////1/////////////I//// PER POUND 1//P//1/1/ 1.620.0 CONCRETE!CLASS/8 !///////!// p 'U. YDS. // FR CU- YD. .CONCRETE CLAS/!1J!///!////////////!//// PER CU. YD. 285.0 CONCRETE CLASS Alf PFR CU. Y J. 63J.0 BRIDGE RAILING TYPE FP r LIN. FT. ELFCTRiCAC CONDUT? L U+!P Ski ////////////!i////////'//1/////i!!//!// PcR LIN. FT LUMP SUM WATER REDUCING ADDITIVE ESTIMeTED TOT4L II 6� '4DLEWOOD TO HALF BRIDGE r 4,590.0 CEMENT CONCRETE SIDEWALK 0 LIGHT 10 490 //!/// P . 05E RIpRAP TONS E4 S0. I //11/f/////!//!////////! 11.0 HANG �L AC ED RIPRAP !!////! is PER 'ON U. Y05. /////////////!!/////!/////////////!//!/ +� 10G. 0 SAND FILTEP BLANKET PER Cu* YD. TONSt1'1111 1/1"If !//1////rl!/// �UMo SUM ILLUMINATION SYSTEM COMPLETE SERVICE: PER TON NO. SAS 2263 If LUMP SUM I PERMANENT SIGNING _ LUMP SUM i!////!///////!///////////////// '////// LUMP SUM /i EMERGENCY TRAFFIC :ONTROL ' ESTIMATED 3 1.000 00 1,500.0 F,Aii1NG AT FIXED PRICE HOURS /!///////!/ 4 00 6 000 00 PER HOUR i BRIDGE ITEMS _ 6,2011.0 STRUCTURE EXCAVATION CLASS A Cu. YDS. PER Cu. Yu. SHORING AND CRIBS OR EXTRA EXCAVATION LUMP SUM LUMP SUM 1.0 FURNISHING AND DRIVING STFEL TEST PILES ONLY PER EACH Sa l69 %�k,W000 TO HALF BRIDGE 7 a L. TEMPORARY WATER POLLUTICN CONTROL ESTIMATED 7r890.0 CEMENT CONCRETE 1IN. FT. //J/J1111{/J11/ CUTTER ///!////1/!UTTER//////// 13.0 CONCRETE //////://// PER LIN. .v I4LETS ONLY 210.0 ELASTIC TRAFFIC BUTTONS PER EACH ONLY 10,0 LANE MARKERS PER EACH T TYPE NO- l HUNDRED PER HUNDRED 1. 3 LANE MARKERS TYPE NO. ,QINOREO PFR HUNOREO 540. 0 BEAM GUARD RAIL TYPE 1 - PER LIN. FT 600.0 REAM GUARD RAIL TYPE 7 LIN. FT. PER LIN. FT 600.0 REMOVING BEAM GUARD RGIL TYPE T LIY. FT, {I/(//!I PER IIN. FT 2.0 'AM GUARD RAIL ANCHORS TYPE NO. 1 ONLY PEI EACH 9.0 RIGHT 0" WAY MARKERS ONLY PER EACH i 9.0 MONUMENT CASES AND C, ONLY --- !!I/I/ll!///I/.'III,II/I/{/, '///1!!//{1 PER EACH a 169 'APLEW000 TO HALF SP IDGF 6 x 1.0 ' AIR AND VACUUM ASSEMBLY ONLY /////////////////I/// I//I/////////!//// f 2.0 REMOVE AND RESET MATES METERS AND CASES PER EACH ONLY !////////// 1.0 MANHOLE/UNI.cR/12/FEET/46/IN/H/D14MFTEit/ >F, PER E4CM ONLY PER EACH 1-0 IAMETER ONLY /////////Lk N///DER 12 fEET 77 INCH 0// ///////// PER EACH 2. 0 MANHOLES 12 FEET TO 20 FEET 48 INCH ONLY DIAMETER PER EAC'i 1.0 MANHOLE 12 FEET TO 20 FEET 72 INCH ONLY DIAMETER /Ef//// PER EACH 15.0 ADJUST MANHOLES ONLY PER EACH 31.0 CATCH BASINS TYPE 1 ONLY i IfIM//11///1////IfI////I PER EACH 1.0 CATCH BASINS TYPE 2 ONLY PER EACH s 6.0 CATCH BASINS TYPE 2 OVER 12 FEET ONLY PER EACH 3.2 SEEDING ACRES ////:///////////////J///!, '1/f//1111/11 PEZ ACAF 3. 2 FERTILIZING AND MULCHING A(PES PER ACRE iR 169 'APLEMOOD TO HALF BRIDGF a 5 v FR0P0 L - r t. '. 870. 0 P IN TE O F SEWER P IpcL[N. FT. 113 INCH [,IA'METER 1P`N CONC;!!// /I _ //// PER LIN. FT >i1 402. 0 PLAIN CONCRETF DR .. C. SEMEP PIPE ' LIN. FT. 18 INCH DIAMETFR 1+; 27S.0 CLASS I I Rt INFCIRCEO CONCRETE t SEWER PIPE 4 IN. FT. 24 INCH DIAMETER IF 198.0 SPECIAL RE1NFOACED CDNCRETF SEWER PIPE PFR LIN. IT .. IN. FT. 42 INCH DIAMETER '!- 4,718.0 TESi!'IG__!//////!/////// OFR LIN. PT SEWFa PIPE - IN. FT, PER LIN. PT I '2.13 OUCTILF IRJN WATER D1PF CL4I$ -- At IN, FT. 8 INCH Di AMETER PER I 235. 0 DUCTILE IRON WRIER PIPE CLASS ? - . t IN. FT. ,8 INCH DIAMETER PF' LIN. PT 1, 4t �UC�1. �'tp.yN WATER PIPE CLASS 2 - ! IN. FT. 12 1NCH DIAMETER !//////1//1/!//!I - _ !!J1//////1!//!///////J///I/! P( R U cr 158.0 ' DUCTILE IPON WATER PIPE CLAC$ 3 LIN. FT. ' 12 INCH DIAMETER __ I/_/1////1//////////!!// //////////////// PER : !N. :T 2.GATF VALVES AND VALVE BCxES 8 INCH ONLY '1!JI/11J1!/i/11111//1 PF EAfH 4. 0 GATF VALVES AND ';RETE VAULTS 12 INCH ONLY PEk EACH 1 . 0 5 INCH MVP FIRE HYDRANT ASSEMBLY ONLY PER EACH " lev 4PLEWOT!D TO HALF BR TOGF 4 INN 5 0.0 CRUSHFO SURFACING TOR CO TUNS 1///!//;111/!/J/// VRSE !It/ ! ASPHALT Tq EA IED RASE �.. ?iJ.O ASPHALT TRT(jEATED BASE J/1/f/1//1!/1/!/11/1//r/1/1/////i ///1/////1//!//!///!/1// \1 ASPHALT CONCRETE RAV FMF NT I i. O ASPHALT FOR TACK COAT TOYSIf ` J. 1.0 CLASS B ////!!////I///!//// TONG J///// PER T^N r 'lO. O CLASS /r//!////!///////E PFR T"S, T)NS`'S• 0 MINFaAL FILLER AT FIXFD PRICE PER T';Y, 50 O0 �.T58 10 PE R T)N OTHER ITEMS 41 14. 5 CONCRETE CLASS C '.i. YOS. /////J///// /!/////////!//////////////!1I////////// PER CO. Yi1, I19.0 DRAIN PfPE R INCH OIAMETER L [%. FT. LIN. FT i. m0.0 PLAIN CONCRETE CP V. C. SEWER PIPF -I14. FT. 12 INCH OIAMETFR PER LIN. FT a ' 0 TO HALF BRIDGE 3 P g p P 0 �, a l c i.J v4n (ABLE I'A" ClMPAC TI)4 } _ HE A,Vy ///J//!/!////////!/// ! S, 0 HE4YY lUTY DOWER GRADER FUR AER4T ir1V .40URS AT FIXED PRICE 5.0 G4NG v LDN AND TRACTOk AT FIXED PRICE J R YOUR HOURS le OO /// 5.J TAV Ur:M HU UR DISK.. ANC; TO 4C T,)R 4T cIXEU Pq lrp ,T PER H1Uk S /// ////// 6. J54, 0 STRUCTURE ExC AyAT(.`V Cl 1SS H PER CO. V"i. Yl, RACK i 5. 125.0 GRAVEL R4CKF IlI Enu KALti Co. YDS. P_ER677. 0 :J. YI uoloc EnDING /1//////// r///////// - .. //: PER rJ. r , -16.0 ; GRAVEL RAC«Flti1aAIVS ! CU. YDS. !V!!/(/ ct. ,_— _ (/J/If////,//!(/////(IJI//// PC UITCH FxCAOATI(IN INC6DINd HAUL r - �. `U. YDS. PER CU. YF). 2.101).0 CHANNEL FX' AVATION INCLU!-1IV6 HAUL .� C'l. Y15. /l//!,//: PFR fU. Y'l. TA 144 LNG AND CL EANUP LUMn CUM ! /// /////! r////////////,//!//I////////// LUOP SJ% /J/1/////!/////// ///I/!/,!///If II/! _ r!/// 7• 1.0 GRAVEL RASE CLASS 4 1VS ' ////!// ///////////,//// //////////////!/ PER 34t;'. T ' HALF RR IDGr 2 X . iy PROPOSA p�.er for D• Mpt vats 1.1 i ,, aas� ngton i -s r; 9"^F AorF t•t i.F rtit _. that _ LFWrc it. 1511450zAND5INCIPENTALOITNESHALF BRIDGE, A Si4r16O ECT,N�TAatl�`�1. «• :ne nereb r repro`. Y P�aDce to "Pe' tie ati +^d i s - - t P• crS I MOR IL IIAT ION -- tiIH 1//////////////////i/////// �-1urllrlr/!!r/11llrtlu.t�u1!llrrrr/,// '• s CLFAkING AND GRURRING 11/it11/1/1/111!/I///////!1 - i11/t1l1:/AX ROADSIDE C EApIrP / Yik AC •`' !• J ROADWAY EXCAVATION INCLUDING HAUL Y,)S. I ltlultu•1/L[1t111ut111rrr,lLlrr,lll! _ g�R ;•"'�).0 f ROR0nW EXCAVATION INC UP)INJ HAUL - Y�.��.•' --- .Wq ._Afg._Lu. �) _ t 1l1 _ulrl!l�11 !!!r!1/!!!rr/ _ �''� )• � I EMPANKMFNT COMPACTION 1/1 PAN C'J. Yn. Trl HALF BRIDGF ir: R3_0U6 COUNTIES - KING "CURLY MINIML,M WAGE RATES P FEBRUARY 6. 1 p COMBED, H.O.TdAILE TE OVER I MECHANIC 00 TGN €R i 2 MECHANIC H�PER GROSS 7.76 8-. I ES 0 PICKUP TRUCK, ESCORT PILO,OR CAR 7,44 M-h' 54. CEN 0 ROAD JIL DISTRIBUTOR DRIVER 7.00 ATE 51. C CEN 0 SCISSOR TRUCK 7.32 E 10 SLURRY TRUCK 7.10 'SO SNO-G) ANU S141LAR EOUIPMEN( 7.32 0 SfRFAJER, FLANtRTV 7.32 10 STRADJLE CARRIERIROSS,HYSTERI-S'M 7.10 ?W SMAMPERS •EQUIP. 7.21 0 TEAM DRIVER 7.00 3TRrACTOR, SP%ALL SSREU��PRER_TIRED 7.05 00 t0 ANDTINCLUDING :N " AV �nNSTRUCTII,,, 7 10 0QVER 4-1/2 YDS TO AND 1INCL�S T. 0OVER 6 YD$ TJ AND INCI. g YUSUS _ OVER 8 YJS iU AND INCH. 10 YDS 7 48 OVEr. 31 10 YOS iJ 4N0 INCL. l2 YDS 7.64 OVER 12 YOS TJ ANU INCL, 16 YDS 7..80 47 OVER 16 YOS TJ AND ;NCB_, 8 OVER 20 YqS 20 YDS 8.13 29 VACUUM TRUCK 8.45 MAREHUUSEMAN AND CHECKERS 7.10 OIATER MAGON,TANK TRK- 7.00 HATER MAMN.TANK TRK-UP TO 1600 GALS 7 MAG�M,TANK TRK-OVER GALS GALS 7;27 VA IER r ` "+: M[IK:H TRUCK 3000 GALS 7.43 Z SINGLE REAR VINCH TRUCK - DUAL REAR A;,LEL` 7.10 32 ; ORECKER, TOM TRUCK AND SIMILAR 7.10 cOUIPMENT 7.LO FOREMAN � M07 ISS THAN 25 CENTS PER HOUR OVER HIGHEST CLASSIF.UNOFR HIS SUPERVISION r ITN MAP. 69 E Ew000 13 HALF Bk IUGE VIIR _ 9 a R32006 ONTIES - KING HOURLY MINIMUM W'GE RATES OI p `EBRUARY 6, 197 pR �LC.uPAI"ti _ N jN�,E E tL FR FORE 1�A N FJ:D .0 C0 ASJIFICA71U4JUNUEREHISISUPFkVISIL:N H-" 15• CENT TRUCK DRIVERS ATP 65. CENT KING CENT 10 A-FRAM: OR HYORALIFT TRUCKS -0 OUGGY4081LE 7.58 _ H " 5»• CE 10 BUpLK``LLCEMENT TANKER `` `L�1 7.27 PEN 50• CE iAKS 4R�NMRTII�GTMAiERiAlj U� JUB 7.43 A' P 1. CE AO NG UN UA ' 0 WAREHOUSING 0 OTHER THAN WAREHOUSING 7.10 `0 BUS ORHANHAUL 7.45 OU TURVATRRJ, T�UCATRDDppIW���KEER T ��/1 �py! ppN� 7.10 LE TDURYE4U, NESTIhGHOEdjE5�7ERRAA�p51A, ` TO UP TU A-40 INCLUDING 5 YOSE• ATHFY WAGON OVER 5 YJS IJ AND INCLUDING 12 YOS 7.10 OVER 1.2 YOS T.: AND INCLUDING 16 YDS 7.32 OVER 16 YJ TJ AND INCLUUING 20 YOS 7.38 OVER 2J Vol TJ AND INCLUDING 3U YOS 7.43 0 OVER '+0 YDS TJ AND INCLUDING 55 YDS 7.76 _ T.76 EUCLIJ T11U AND FUUR-WHEELED POWER 7.92 TRAiTOf� N Ti TRAILER AND SIM. TOP- EQUIP.,,) P TRKS9 SIDE,END,BOTTOM DUM DED J UP TO AND INCLUDING 5 YDS 10 SJ OVER i YOS TJ AND iNCLUDING I YDS 7.32 OVER 12 YDS TJ AND INCLUDING 16 YOS 7. '7 OVER 16 YD TJ AND INCl1)0 NG 2OVER 0 YDS 7.43 7.38 OVER 10 YOSJ T) AND t LUO NG 40 YOS 7.60 OVER 40 YDS TJ AND INCLUDING 55 YDS 7.92 r:J FXPLUSiVE TRK (FIELD MIX) AND SIM.EJUIP. 7.32 .i FLATBED - DUALLREARAAXLELE 7.10 7.21 GREASE TRK FJEL TRr.BATTERY SERVICE MAN 7.10 GREASER, TIRE SERVICE MAN 1.1O ) HYSTER UP_RATJR IBULK LOUSE AGGREGATES) 7.27 LEVERMAN,LDAUERS AT BUYKER,BATCH PLANT 7.00 ' LOWBEO, H.O.TRAILER - ONL*R SO TUN GROSS T.32 LOWBED, H.D.TTAILER - 50 T04S - 100 TONS 7.60 s 1, v SR 1169 4PTIUI - MAP`E400D TO HALF BRIDGE tiMBER _ 8 �.r