Loading...
HomeMy WebLinkAboutContract 9/25/2006 Wick Constructors, Inc. 1100 Lake City Way NE, #200 Seattle,WA 98125-6748 $2,047,616.00 Bidding Requirements, City of Renton �. Forms, Contract Forms, Conditions of the Contract, Plans and Specifications 1 City of Renton v Construction of: Emergency Power Generation 2006 PROJECT NO. WTR-27-3239 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: (425)430-7200 City Project Manager: Tom Malphrus (425)430-7313 Consultant Contact Mark Miller, RH2 Engineering (425)951-5372 Pnnted an Recycled Paper CONSTRUCTORS Renton Emergency Power Generation 2006 EMERGENCY PHONE CONTACT LIST Title Name Office Cell Home Superintendent Dana Malek 206-634-1550* 206-484-3761 253-804-4231 (Responsible for all on-site activities.) ' Project Manager David Proctor 206-634-1550* 206-484-3758 425-522-4049 (Responsible for general correspondence,administrative paperwork,all off-site activities.) Responsible Officer Bruce Myers 206-634-1550 206-484-3763 (Signs contract and contract change orders.) All parties can be reached through the main Wick Constructors office at: 11000 Lake City Way NE, Suite 200, Seattle, WA 98125 *Jobsite Office Phone No.TBD An Equal Opportunity Employer Wick Constructors, Inc., 11000 Lake City Way NE, Suite 200, Seattle, WA 98125 (206) 634-1550 • Fax (206) 634-1565 • WICKCI`044DK Minutes of Special Meeting of Board of Directors of Wick Constructors, Inc. A special meeting of the Board of Directors of Wick Constructors, Inc. was held at the office of the company at 8:00 a.m., July 12, 2002. Notice of the call of the meeting was waived as indicated by the signatures of the Directors, hereinafter affixed. By unanimous action, the following resolution was adopted: Whereas, it has been determined that, due to the extended area of company operations and problems of availability of persons authorized to sign documents on behalf of the corporation, authorization to sign bids, contracts and other documents pertaining to contracts on behalf of Wick Constructors, Inc. is extended to any one of the following officers: 1. Bruce Myers, President and C.O.O. 2. Christian T. Bratlien, C.E.O. 3. Jack Seip, Vice President There being no further business to come before the meeting, the meeting was adjourned. Bruce Myers, President and .O.O. Approved: Christia T. Br tlien, C.E.O. ck S e President This is a certified copy of the minutes of the Special Board of Directors meeting held on July 12, 2002. 0'/-� 4— Laura Rupert, Controlle i I I 1 Ln CC) v w ` in N ..'�Haii' c i u ` U U H Q I [i. 1 1 l 6_E/01/2006 FRI111: 10 FAX 4254307241 City of Renton — PBPW i Z001/004 INV Adc endutn No. 1 12IF W Sep.ember 1,2006 No Pag 1 of 4 City of Renton Emergency Power Generation 200 Project No. WTR-27-3239 ADDENDUM NO. 1 September 1, 2006 To Bid Document and Plan Holders: Yot are hereby notified of the following changes, deletions, additions, corrections and clar fications to the plans, specifications and other documents compri ing the Contract Do .uments for the City of Renton Emergency Power Generation 2006 project. P Telthnicai Specifications 1. Division 2, Section 23. Chain-Link Fencing J Mo Jify the first sentence of this section as follows. SE VTEXCE C URRENTL Y READS. Ch,.in-link(woven wire fabric) fencing shall be as detailed in the contra(t drawings and in accordance with Section 8-12 of the Standard Specifications. ( R4VISE TO READ: Ch in-link (woven wire fabric) fencing shall be (in accordance with Se-tion 8-12 of the 2005 WSDOT Standard Specifications with the exceptions as detailed in the contract dra wings.) I 2. Division 18, Section 15. Contractor Surveying r D ET.F',,F_D`1VI THEPARAGRAPHTHEFOLLOWING, Th price for this work will be $5,000. PI ns Ite 1 No. 1. DWG S07 GENERAL STRUCTURAL NOTES, INSPECTIONS, REPLACE WITH THE FOLLOWING. 1 SPECIAL INSPECTIONS TESTS AND OBSERVATIONS SPECIAL INSPECTIONS AND TESTS SHALL INCLUDE THE FOLLOWING REFER TO IBC SEC TION 1704 AND 1707 FOR DETAILS. 1. SPECIAL INSPECTIONS BY THE GEOTECHNICAL ENGINEER,INcl LUDING: a. SITE EXCAVATION AND GRADING; H:\F le Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3239-Emergency Pow r Generation Facilities 2006 Addendurn No Ldoc 19/01/2006 FRII11 10 FAX 4254307241 City of Renton - PBPW I Z002/004 Adc endum No. 1 Sep.ember 1,2006 1 Pag_2 of 4 b. PLACEMENT OF STRUCTURAL FILL AND SOIL COMPACTION;AND C. VERIFICATION OF SOIL-BEARING CAPACITY. 2. CONCRETE PLACEMENT AT CONCRETE CONSTRUCTION: CONTINUOUS, SEE ALSO SECTION 1704.4. 3. REINFORCEMENT AT CONCRETE CONSTRUCTION: PERIODIC, EE ALSO SECTION 1704.4. 4. MASONRY CONSTRUCTION, INCLUDING PLACEMENT OF �IASONRY UNITS, I MORTAR, REINFORCEMENT AND STRUCTURAL CONNECTIONS k PERIODIC, SEE ALSO SECTION 1704.5.3. r 5. GROUT PLACEMENT AT MASONRY CONSTRUCTION: CON UOUS, SEE ALSO SECTION 1704.5.3. 6. WOOL'FRAMED LATERAL-FORCE RESISTING SYSTEM: PERIODIC, SEE ALSO SECTION 1707.3. i 7. TESTING OF CONCRETE FOR SPECIFIED COMPRESSIVE STRtENGTH (FC), AIR r. CONTENT AND SLUMP. SEE IBC TABLE 1704.4. 1 8. VERIFICATION OF SPECIFIED COMPRESSIVE STRENGTH (FM) 4 MASONRY PRIOR TO CONSTRUCTION AND EVERY 5,000 SQUARE FEET DURIN i CONSTRUCTION. SEE IBC TABLE 1708.1.4. 9. STRUCTURAL OBSERVATION BY A REGISTERED DESIGN PROFESSIONAL IN ACCORDANCE WITH IBC 1709 SHALL BE PROVIDED. SHEET 8 OF THE PLANS (DwG No. C06), SITES D &E—WELLS 9 & 10 PROPOSETI SITE PLAN Itei 1 No. 2. DWG S07, GENERAL STRUCTURAL NOTES, O�HER LOADING PARAMETERS, REVISE WIND LOAD TO READ, "BASICIND SPEED (3- SECOND GUST): 85MPH; Iw: 1.15; BUILDING CATEGORY: CLOSED." ij I ter Z No.3. DWG S07, GENERAL STRUCTURAL NOTES, OTHER LOAD ING PARAMETERS, REVISE EARTHQUAKE LOAD TO READ, "IE: 1.5; Ss: 1.34; 1: 0.46; SDS: 1.34, ' Sv1: 0.62; FORCE RESISTING SYSTEM: INTERMEDIATE MASONRY SHEAR WALLS; R: 3.5; DESIGN BASE SHEAR: 47,308 LBs (NoRTH ALBOT) & 51,432 LBs (MT. OLIVET); SEISMIC RESPONSE COEFFICIENT: 0.382; ANALYSIS PROCEDURE: EQUIVALENT LATERAL FORCE PROCEDURE. Iter a No. 4. DWG S07, GENERAL STRUCTURAL NOTES, OTHER DESI N VALUES USED, DELETE THE FOLLOWING "NO SPECIAL INSPECTION REQUIRED AT NORTH TALBOT SITE. SPECIAL INSPECTION IS 1EQUIRED FOR MT.OLIVET SITE" Itet 1 No. 5. DWG S07, GENERAL STRUCTURAL NOTES: ADD FOLLOWING, ' "FASTENERS INSTALLED IN PRESERVATIVE TREATED WOOD SHALL BE HOT-DIP GALVANIZED." Iter 1 No. 6. DWG S08, DETAIL 401: REPLACE"J-BOLTS AT 32" O.C." wiTH, "J-BOLTS - SPACING VARIES (SEE ROOF PLAN FOR SPACING ' H:\F le Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3239-Emergency Pow r Generation Facilities 20061Addendum No l.doc i '39/01/2006 FRI111: 10 FAX 4254307241 City of Renton - P13PW /2003/004 f� Addendum No. 1 September 1, 2006 'I Pag 3 of 4 Iter i No. 7. DWG S05, REPLACE "NAILING AT 4"O.C. AT WALLS, 6" O.C. EDGES, 12' O.C. FIELD" WITH "NAILING AT 4" SPACING ER MASONRY WALLS, 6" SPACING AT PANEL EDGES, 12"1 SPACING AT i INTERMEDIATE FRAMING MEMBERS." Itet i No. 8. DWGS S02 & S05, ADD NOTE: "COMMON NAILS SPALL BE USED FOR ROOF SHEATHING." Iter 1 No 9 DWG _S02, REPLACE, NAILING AT 2.5 O.C. AT WALLS, 4"O.C. EDGES, 12" O.C. FIELD FOR MIN 8 FT. TYP" WITH "NAILING AT 2.5 SPACING OVER MASONRY WALLS, 4" SPACING AT PANEL EDGES, 12". SPACING AT INTERMEDIATE F SING MEMBERS FOR MINIMUM 10 FT,TYPICAL." f Iter i No. 10. DWGS S02 & S05, ADD NOTE: "ALL PANEL EDGES SHALL BE BACKED WITH 2-IN NOMINAL FRAMING OR BLOCKING." Iter i No. 11. DWG C09, REPLACE: "1-2/3 O.D. INTERMEDIAT4 BRACE RAIL" WITH "1-5/8" O.D. INTERMEDIATE BRACE RAIL" THIS NOTE IS TYPICAL. Iter�i No. 12. DWG C09, REPLACE THE VALUES IN THE POST HOE CONCRETE 6 TABLE WITH THE FOLLOWING. • LINE POSTS, MIN DIAMETER=12" INSTEAD OF 18" • LINE POSTS,MIN POST EMBEDMENT=24" INSTEAD( F 12" • GATE POSTS, MIN POST EMBEDMENT=30" INSTEAD F 12" f Iter i No. 13. DWG C09, ADD NOTE: "PROVIDE ALL NECESSA Y TRUSS RODS AND INTERMEDIATE RAILS FOR THE FENCE jND GATES AS REQUIRED PER 2006 WSDOT TECHNICAL SPECIFICATIONS WHETHER SHOWN OR NOT IN THESE DETAIL FENCE AND GATE SHALL BE CONSTRUCTED TO TYPE 1 STAN ARD. Iterli No. 14. DWG E04, PROVIDE A TOTAL OF FOUR (4) PHOTO 1 ELECTRIC SMOKE DETECTORS WIRED PER MANUFACTURER'S INSTRUCTIONS. PROVIDE ' ACCESSORIES AS NECESSARY TO COMPLETE A FUNCTIONAL ,IRCUIT WITH THE CITY'S TELEMETRY SYSTEM. THE SMOKE DETECTORS SHALL BE SYSTEMS SENSORS PART NO. 4WT-B. NO SUBSTITUTIONS. Item No. 15. DWG E05, PROVIDE A TOTAL OF TWO (2) PHOTO ELECTRIC SMOKE DETECTORS WIRED PER MANUFACTURER'S INSTRUCTIPNS. PROVIDE ACCESSORIES AS NECESSARY TO COMPLETE A FUNCTIONAL LIRCUIT WITH THE CITY'S TELEMETRY SYSTEM. TIC SMOKE DETECTORS SMALL BE SYSTEMS SENSORS PART NO. 4W`r-B. NO SUBSTITUTIONS L I - H:\F le Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3239-Emergency Pow r Generation Facilities 2006IAddendum No Ldoc i 09/01/2006 FRI [11: 10 FAX 4254307241 City of Renton - PBPW 1 0004/004 rte. i Adc endum No. 1 Sep ember 1,2006 Pag 4 of 4 Iteli No. 16. DWG S08, DETAIL 401: REPLACE"SPLIT FACE CMU WALL. SULATION. ALL _ t NON-GROUTED EXTERIOR WALL AND INTERIOR FILTER ROOM WALL SPLIT FACE CMU BLOCK TO BE INSULATED. AS SPECIFIED "TO �EAD" SPLIT FACE CMU WALL INSULLATION. ALL NON-GROUTED EXTERIOR WALL SPLIT FACE CMU BLOCK TO BE INSULATED TO R-11 OR BETTER. +r ! i Itei i No. 17. DWG S08, SECTION A, REPLACE "2" THICK EXTRUDED POLYSTYRENE r INSULATION TYP' TO READ"2" THICK EXTRUDED INSULATION, TYP MIN 24" BELOW SURFACE." Ite 1 No. 18. DWG S03, SECTION A, REPLACE "2" THICK EXTRUD D POLYSTYRENE INSULATION TYP' TO READ "2" THICK EXTRUDED INSULA ION, TYP MIN 24"' BELOW SURFACE." j i THl S ADDENDUM NO. 1 FORMS A PART OF THE BID AND CONTRACT ` OCUMENTS AND ' MO IFIES THE ORIGNAL BID DOCUMENTS AS NOTED ABOVE. " BIDDER SHALL ACgNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDE BE'OW AND RETURN TH1 ADDENDUM WITH THE BID. FAILURE TO COMPLY WITH THIS QUIREMENT MAY RE DER THE BID NON-RESPONSIVE AND MAY CAUSE REJECTION. CH(%,NGE TO BID OPENING DATE: THE BID OPENING DATE REMAINS TP SAME: 2:3� P.M., THu4saw, SEPTEMBER 7, 2006 i R12 ENGINEERING, INC. y ✓ ( ABDOULIGAFOUR—SEPT.1, 2006 j' A OTILITY SUPERVISOR Ma�k Miller,P.E. .`: CITY OF RENTON tSeptember 1, 2006 ry Received and acknowledged: ' Cot Ltractor (coml2any name r ctors Inc. B rinted Iianie"8 si ature :Br ruce Myers Titl esident Da September 7, 2006 � C I H:\F le Sys\WTR-Dririlcing Water Utility\WTR-27-Water Project Files\WTR-27-3239-Emergency Powgr Generation Facilities 2006'Addendum No Ldoc J 'Em 0/06/2006 WED I10: 54 -,,; '.254307241 City of Renton — PBPW � i 0001/003 �-j Ad endum No.2 ■ s September 6, 2006 I Pag[ 1 of S ' City of Renton Emergency Power Generation 200 +� ADDENDUM NO. 2 � September 6, 2466 � To L11 Contract Document Holders: Yot are hereby notified of the following changes, deletions, addition , corrections and clan fica*sons to the plans, specifications and other documents compri ing the Contract Do T.unients for the City of Renton Emergency Power Generation 2006 pr ject. S pplemental Specifications 1. ivision 1, Section 1-08.9 Del to this section from the Supplemental Specifications. 60 Liquidated Damages are covered in Division 1, Section 1-08.9 f the Standard Specifications. is Telchnical Specifications 1. Division 17, Section 1. General Mohify the first sentence of this section as follows. 6 I SETENCE CURRENTLYREADS: All automatic control for this project will be provided by the Owner' Water telemetry int f rator Reid Instruments of IVlukilteo,Washington. REIVISE- TO READ. All automatic control programming for the City's existing telemetry sys�:em (RTU panels) will Ibe provided by Reid Instruments of Mukilteo,Washington. ' Adj the following for clarification AL D THEFOLL0WING PARAGRAPH: Th ventilation panel and telemetry Junction boxes for both buildings shI Ill be provided by the Contractor. Reid Instruments will not be providing any equipmel t on this project. Wo 'k provided by Reid Instruments for this project will only involve existing telemetry equ prar:r"t located at the North Talbot pump station and Mt. Olivet pump station. Reid Inslrumehts will prod7d programming of the existing telemetry system p inels at Mt. Olivet and North Talbot pump stations. I HAFile Sys\WTR-Drinking Water Util t \WTR-27-Water r Pro3ect Files\WTR 27-3239-1 09/06/2006 WED 10: 54 FAX 4254307241 City of Renton - PBPW 0002/003 I r Adc endutn No.2 Sep}ember 6, 2006 Pag 2 of 3 r E 2. Division 8, Section 3. Exterior Man-Doors, Part A Ge eral Mo Jify the first sentence of the section as follows. r SE TENCE CURRENTLYREADS; Doors shall be flush construction, fabricated from 18 gauge steel min mum, 1-3/4 inch r thic k. R VISE TO READ; Do rs shall be flush construction, fabricated from 16 gauge steel min mum, 1-3/4 inch r thi I k. 3. Division 8, Section 3. Exterior Man-Doors, Part C Doo Hardware Mollify the liar dware list as follows. H RDUTARELISTFOR TIIEAC'TIVEDOOR CUIRRENTLYR S. Pro Tide door hardware as noted below. ' Act Ive Door �• Exterior 1/4 turn handle • Interior panic exit bar • intefief a db It u ,,�. thumb-1ttaa6 • Hold open Strike RE VISEHARD Lip ARELISTFOR THEACTIVEDDOR TO RE Pro Tide door hardware as noted below. ' Act ve Door • Exterior_'lever handle • Interior rim panic exit bar • Exterior key cylinder (night latch function) • Hold open Strike ' Pi ns Ite: No. 1. DV7G S02 AND S05,TRUSS NOTES,ROOF DEAD LOADS, REPLACE "(1) LAYER OF 5/8" GYPSUM WALLBOARD: 3. ) PSF" WITH "(2) LAYERS OF 5/8" GYPSUM WALLBOARD: 6.0 PSF" H:\File Sys\WTR-Drinking Water Util ty\WTR-27-Water Project Files\WTR-27-3239-1 09/06/2006 WED110: 54 FAX 4254307241 City of Renton - PBPW I 0003/003 Adc endutn No.2 Sep :ember 6, 2006 Pag.3 of 3 r. Iteati No. 2. DWG S02, REVISE ROOF SHEATHING NOTE TO READ, "15/32" CDX OR BETTER APA RATED PLYWOOD WITH 8D NAILING AS SHO I N." r Itej No. 3. DWG CO3, CORRECTION, INSTALL CONC ETE APRON AROUND PERIMETER OF BUILDING PER DIVG SO4. THE ASPHALT DRIVEWAY SHALL MATCH UP WITH THE CONCRETE APRON AND NOT EXTEND ALL ITHE WAY TO THE ROLL UP DOOR AS SHOWN ON DWG CO3. Itel i No. 4. DWG C08, CORRECTION, INSTALL CONCRETE APRON AROUND PERIMETER OF BUILDING PER D G S01. THE ASPIIALT DRIVEWAY SHALL MATCH UP WITH THE CONCRETE APRON AND NOT EXTEND ALL THE WAY TO ' THE ROLL UP DOOR AS SHOWN ON DWG C08. THIS ADDENDUM NO. ,2 FORMS A PART OF THE BID AND CONTRACT DOCUMENTS AND MO_IFIES THE ORIGNAL BID DOCUMENTS AS NOTED ABOVE. BIDDER SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDE BE OW AND RETURN THI' ADDENDUM WITH THE BID. FAILURE TO COI\4PLY WITH THIS } QUIREI\9ENT MAY REI\DER THE BID NON-RESPONSIVE AND MAY CAUSE REJECTION. CH 1NGE TO BID OPENING DATE: THE BID OPENING DATE REMAINS SAME: 2:311 P.M.,Thursday,September 7, 2006 RFJ2 ENGINEERING, INC. fi TOM MA LPHRUS—SEPT.6 2006 WATER t TILITY ENGINEER "N a A -- ...;..,_c ............. Ma k Miller,P.E. September 6, 2006 Received and acknowledged: Cot Ltractor (company name WICK CONSTRUCTORS1, INC. B T printed name.&si ature Bruce Myers Titl° President Date _ September 7, 2006 I � L H:\File Sys\WTR-Drirricing Water Util ty\WTR-27-Water Project Files\WTR-27-3239-1 4 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Emergency Power Generation 2006 PROJECT NO. WTR-27-3239 } Fall 2006 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS x ? L. 1t�x �i L. Abp F WAy+I 38613 22780 IS T SIGNED: 8/8/2006 aod� t^c�'``. S'GNED 8/8/2006 €EXPIfa'ES 711'5107 EXt�ZE& 3114"06 .___.. CITY OF RENTON 1055 South Grady Way Renton, WA 98055 ' Prepared by: ! RH2 Engineering,Inc. 300 Simon Street SE Suite 5 East Wenatchee, WA 98802 (509) 886-2900 (p)(509) 886-2313 (f) I CITY OF RENTON WTR-27-3239 Emergency Power Generation 2006 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal&Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Schedule of Prices *Alternative For Electrical Generator Sets(optional) **Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages ' City of Renton Supplemental Specifications Special Provisions Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. ' * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way ' Renton,Washington 98055 Contents.DOC\ CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color,national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can +� reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. M (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action ' Officer, department administrators,managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington,this I thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: N�ayor Council President Attest: tCity Cler SumFairPrac.doc', CITY OF RENTON SU fld4RY OF AMERICANS W=DISABIZITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal tJreatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. ' (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal ' access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to car:y out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: I -Z Mayor Council President Attest: City Cleric CITY OF RENTON WTR-27-3239 Emergency Power Generation 2006 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of yr. the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Schedule A: Mt Olivet Generator Building The scope of work for the Mt. Olivet Generator Building consists of construction of a new building at the Mt. Olivet reservoir site to house a new stationary 600 kW diesel engine generator as well as a portable 500 kW diesel engine generator, both to be provided in this contract. The facility will include auto-start / auto-transfer power switch gear, in order to provide power to the existing Mt. Olivet Booster Pump Station and the existing Wells 1, 2 & 3 facility. Included with this work is the installation of conduit and conductors to carry power and telemetry signals. The existing facilities shall remain in operation during construction. ' Schedule B: North Talbot Generator Building The scope of work for the North Talbot Generator Building consists of construction of a new building at the North Talbot reservoir site to house the City of Renton's existing portable 500 kW diesel engine generator. The facility will include auto-start/ auto-transfer power switch gear, in order to provide power to the existing North Talbot Booster Pump Station. Included with this work is the installation of conduit and conductors to carry power and telemetry signals. The North Talbot Booster Pump Station shall remain in operation during construction. Both schedules will be awarded together, to the same contractor. Separate award will not be made. The City of Renton will issue one Notice to Proceed that will cover both schedules. A total of 180 working days will be allowed for the completion of this project. ' Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. Scope.DOC", VICINITY MAP f ­ �� ✓ Airow Way ! I r Nr- c r ITP =1� - SI Lj„t PROPOSED MT. OLIVET Sr 5t JGENERATOR BUILDING 3rd I 15 LF I- [.11:11 TV ` I. i - - .r S SE V 41 f o -4 WELLS 1 2 & 3 FACILITY. 1rT_1 at 8th e` PROPOSED N. TALBOT GENERATOR BUILDING. 'Fad {� �1 a 15th St ' :............._rytl 16thd_ung51 wo S-L,16th aI in 18tH Rollin r S_ 157th S, Dr S 21st St r L {—" r � jj, SE 16131 5 I'r .. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City s Clerk,Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. s No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. s 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,modify the contract documents, whether made before or after letting the contract. wr 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment for, "per each," bid items will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he ienters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 1 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage) as indicated on forms enclosed herein and as identified within Specification Section 1-07.18. Revised:04/06 bh ,r 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(2) "Retainage," and Section 1- 09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts," located in the City of Renton Supplemental Specifications. 16. Basis For Approval .. The construction contract will be awarded by the City of Renton to the lowest, responsible,responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 1 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this 1 contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen,mechanics or subconsultants. ' The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements ++��►► Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. Revised:04/06 bh i i 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental r` Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. r 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified +• to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be .r deleted and the measurement and payment provisions of Division 18, Measurement and Payment, of the Special Provisions (added herein) shall govern. aw 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection, of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. i 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? Revised:04/06 bh CAG-06-152) CITY OF RENTON CALL FOR BIDS Emergency Power Generation 2006 " WTR-27-3239 Sealed bids will be received until 2:30 p.m., Thursday, September 7, 2006, at the City Clerk's office, 7" floor and will be opened and publicly read in conference room 521 on the 5"' floor, Renton City Hall, 1055 South Grady Way, Renton WA 98055. The work to be performed within one hundred eighty (180) working days from the date of ,. commencement under this contract shall include, but not be limited to: Schedule A: Mt Olivet Generator Building �. The scope of work for the Mt. Olivet Generator Building consists of construction of a new building at the Mt. Olivet reservoir site to house a new stationary 600 kW diesel engine generator as well as a portable 500 kW diesel engine generator, both to be provided in this contract. The facility will include auto-start / auto-transfer power switch gear, in order to .. provide power to the existing Mt. Olivet Booster Pump Station and the existing Wells 1, 2 &3 facility. Included with this work is the installation of conduit and conductors to carry power and telemetry signals. The existing facilities shall remain in operation during construction. .r Schedule B: North Talbot Generator Building The scope of work for the North Talbot Generator Building consists of construction of a new .. building at the North Talbot reservoir site to house the City of Renton's existing portable 500 kW diesel engine generator. The facility will include auto-start / auto-transfer power switch gear, in order to provide power to the existing North Talbot Booster Pump Station. Included with this work is the installation of conduit and conductors to carry power and telemetry signals. The North Talbot Booster Pump Station shall remain in operation during construction. wo The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton, WA 98055. There is a non-refundable fee of $30.00 plus $2.58 Tax (Total $32.58) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Thomas Malphrus, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7313. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce August 14, 2006 Daily Journal of Commerce August 24, 2006 CITY OF RENTON WTR 27-3239 Emergency Power Generation 2006 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be_znade for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and-total L amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT ' Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the ' foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor,vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND IL M]N`B M WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT WICK CONSTRUCTORS, INC. Name of Bidder's Firm Printed Name Bruce Myers, President Signature Address: 11000 Lake City W y E, #200 Seattle, WA 98125 Names of Members of Partnership: OR Name of President of Corporation Bruce Myers Name of Secretary of Corporation Terry Lavin Corporation Organized under the laws of Washington With Main Office in State of Washington at 11000 Lake City Way NE, #200, Seattle, WA 98125 Subscribed and sworn to before me on this 7th day of September, 2006 . Notary Public in and for the State of Washington Q. �• $1ONA .,�0 Notary(Print) Karen A. Moon My appointment expires: 10-01-07 ►':,,PUBLIC; o ,~ , to ow WA 0 1 BED BOND FORM Herewith find deposit in the form of a certified check-, cashier's check, cash, or bid bond in the amount of S which amount is not less than five percent of the total bid. Signature *Emergency Power Generation 2006, WTR-27-3239 Know All Men by These Presents: That we Wick Constructors, Inc. as Principal, and Company_..ravelers ,Casuitlt an 'Urety ... er.IU —as Suretv, are held and firm.y bound unto the City of Renton. as Obligee, in the penal sum of Five Percent (5%) of Total_Rid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, 6 successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for L *See Above according to the terms of the pra-,)osal or bid made by the Principal therrfor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance Lthereof,with Surety or Sureties approved by the Obligee;or if the Principal shall, in case of failure to do so,pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then This obligation shall be null and void:- otherwise it shall be and remain in Ml force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED,SEALED AND DATEDTHlS 7th DAY S"tember 200 6 Wick Co4*uctors, C. By: / A�((,, Principal Bruce Myers, iden Travelers Casualt5 , and ety Co y of America 1 By: Surety Julie M. Glover, Xtto-rney—in—Fact Received return of deposit in the sum. of$ 1 1 1 Bidllond.dac\ 1 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214672 Certificate No. 000527624 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielski,Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy, Jim W. Doyle, TLawrence J. Newton, Andy D. Prill, Viki Baum, and Theresa A. Lamb of the City of Bothell ,State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of February 2006 : Farmington Casualty Company 't 1k St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GI.SU,�C "�y�p-2y,5 y R C1 a�9.•c8 s+°I2��r.S��+�L y(O 1 �r CV S�-r,�t t .1^�`e!Ya�/ INC1OR 9 PO5It41 1 tDb y O �f4 O�1�.9F'�*2. 7 y K 6 r�fL'•!�!S m n� F��P`v:J::'.P.S+'•.,R.S..-P....O...1..R.-.i..A..:.LN.Tr-,f e9''•+a aWAC'RM1 OT .SF,NI.OIN B CSE ± `eINSU 1977 oe 1rb p�NIF/y)1 T 8AY 9t 'N W6� N E� State of Connecticut By: City of Hartford ss. 906ge W ompson,Sen(y President On this the 22nd day of February 2006 before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. GTE In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2006. *+'OUBUO * Marie C.Tetreault,Notary Public 58440-9-05 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Emergency Power Generation 2006 (Note:Unit prices for all items,all extensions and total amount of bid must be shown.Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail) Item A rox. Item With Unit Price Bid Unit Price Total Price No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts. r Al 1 Perform all work as specified as shown herein related to Mobilization, irr Demobilization, Site Preparation and Clean-up Lump Sum (Mt. Olivet) per Lump Sum (words)Aim (figures) (figures) A2 1 Perform all work as specified as shown herein related to Site Work Lump Sum (Mt.Olivet) $s 1A_fire 711.201 aid Lper Ldrnp Sum (words) (figures) figures) A3 1 Perform all work as specified as shown herein related to Mt.Olivet to Wells 1,2 &3 Site Work L Lump Sum (Mt. Olivet) — $1�vr , iotss�a' h D O� $ -$ .0 per Lump Sum (words)A-Ioe (figures) (figures) A4 1 Perform all work as specified as shown herein related to Structural Lump Sum (Mt. Olivet) $ �o , �,� ' yo ©A 2�2,DD�'Ae _$ Oho,B per Lump Sum (wor s)^,oe el (figures) (figures) ' A5 1 Perform all work as specified as shown herein related to Finishes Lump Sum (Mt. Olivet) $hg&//h0"ffso'*t 1&V/Wd rA $ ,d� =$ DD per-Lump Sum (words)AWe 00/OO (figures) 2(fel -) SCHEDULE OF PRICES tPage 1 of 6 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Emergency Power Generation 2006 (Note:Unit prices for all items,all extensions and total amount of bid must be shown.Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) Item A prox. Item With Unit Price Bid Unit Price Total Price No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts. .r A6 1 Perform all work as specified as INN shown herein related to Equipment Lump Sum (Mt. Olivet) $ i�1�tic� rrdir�����rldrr�e $ , DO =$ pe ump Sum (words)Gad®v/� (figures) (figures) A7 1 Perform all work as specified as shown herein related to Electrical Lump Sum (Mt. Olivet) $ c��� �de�sd $ 0000000 =$ �o0 000 a per Lump Sum (words)awW (figures) (figures) Al 1 Perform all work as specified as shown herein related to Mt.Olivet 600 kW Engine Generator Lump Sum (Mt. Olivet) ' $ Jey�1-v -,!P,1zP $17/, iW 00 =$Z7/ DOD G' per Lump Sum (words)v*, t9 �a�.e' (figures) (figures) A9 1 Perform all work as specified as ' shown herein related to Mt.Olivet 500 kW Engine Generator Lump Sum (Mt. Olivet) $7�� .do�dfi-+ c��/� $�� 000, D =$� ooh, O per Lump SUMAO�rte- or (figures) (figures) crsc vo rBp A10 1 Perform all work as specified as shown herein related to Irrigation ' System Repair Lump Sum (Mt. Olivet) $ s�dir ldird $ ' per Lump Sum (words) (figures) (figures) SCHEDULE OF PRICES ' Page 2 of 6 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Emergency Power Generation 2006 (Note:Unit prices for all items,all extensions and total amount of bid must be shown.Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) Item Approx. Item With Unit Price Bid Unit Price Total Price No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts. irr . All 1 Perform all work as specified as shown herein related to Trench Safety and Shoring ' Lump Sum (Mt. Olivet) per Lump Sum 121d°° words) fi es) (figures) ' Al2 1 Perform all work as specified as shown herein related to Contractor ' Surveying Lump Sum (Mt. Olivet) $2 boo per Lump Sum %O(words) (figures) (figures) ' A13 32 Install new Utility Vault,covers with adjustable frame no. 25P assembly, on existing Utility Vault,model 25-TA vaults Each (Mt. Olivet) / 2 f/25 awe- 1i4 ' per Each (words) Cl f/I -vn (figures) (figures) aa� z5 /oo A14 1 Perform all work as specified as shown herein related to As-builts Lump Sum (Mt. Olivet) $Five Thousand and 00/100 $ $5,000.00 per Lump Sum (words) (figures) (figures) ' B 1 1 Perform all work as specified as shown herein related to Mobilization, ' Demobilization, Site Preparation and Clean-up Lump Sum (North Talbot) $ OL =$ �DD ' pei,turnp S (words)and (figures) (figures) d0 Ldp SCHEDULE OF PRICES ' Page 3 of 6 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Emergency Power Generation 2006 (Note:Unit prices for all items,all extensions and total amount of bid must be shown.Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) am Item Approx. Item With Unit Price Bid Unit Price Total Price No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts. 1✓ ' B2 1 Perform all work as specified as shown herein related to Site Work Lump Sum (North Talbot) $7Ji, ,r fTaks��Aohwo�e$ 3 or per Lump Sum (words) A Are a�O (figures) figures) ' B3 1 Perform all work as specified as shown herein related to N.Talbot Generator to N.Talbot Booster Pump Station Site Work Lump Sum (North Talbot) $Z: ea Bowe $560, /good =$�r���o 00 per Lurdp Sum (words)aft d0`0® (figures) (figures) ' B4 1 Perform all work as specified as shown herein related to Stuctural ' Lump Sum (North Talbot) Oho, per Lump Sum (words) figures) (figures) B5 1 Perform all work as specified as ' shown herein related to Finishes Lump Sum (North Talbot) 0111h&K44�OeAlee- 26oK� $ =$izVZ"7, per Lump Sum (words) A 7d (figures) (figures) ®�00 ' 136 1 Perform all work as specified as shown herein related to Equipment Lump Sum (North Talbot) peAunp Sum (words)gsw/oVQ (figures) (figures) SCHEDULE OF PRICES ' Page 4 of 6 r" CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Emergency Power Generation 2006 (Note:Unit prices for all items,all extensions and total amount of bid must be shown.Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail) Item Approx. Item With Unit Price Bid Unit Price Total Price No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts. w ' 137 1 Perform all work as specified as shown herein related to Electrical Lump Sum (North Talbot) ' s7&- hwhaG�l Ar -,aw $2 D O® =$ 2¢ per Lump Sum (words),/-;�j ,yde{ (figures) (figures) B8 1 Perform all work as specified as shown herein related to Existing 500 kW Engine Generator Modifications Lump Sum (North Talbot) ' per L p Sum (words) 4d�Od (figures) (figures) 139 1 Perform all work as specified as shown herein related to Trench Safety and Shoring Lump Sum (North Talbot) $ $ per Lump Sum (words) �e��d/o (figures) (figures) 1310 1 Perform all work as specified as shown herein related to Contractor Surveying Lump Sum (North Talbot) per Lump Sum (words) 14nW pQ/- (figures) (figures) ' 1311 1 Perform all work as specified as shown herein related to Curb,Gutter ' and Sidewalk Lump Sum (North Talbot) ' per Lu*Sum (words) � (figures) (figures) SCHEDULE OF PRICES ' Page 5 of 6 CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES Emergency Power Generation 2006 (Note:Unit prices for all items,all extensions and total amount of bid must be shown.Show unit prices in Goth words and figures and where conflict occurs the written or typed words shall prevail.) Item Approx. Item With Unit Price Bid Unit Price Total Price No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts. B12 1 Perform all work as specified as .. shown herein related to As-builts Lump Sum (North Talbot) $Five Thousand and 00/100 $ $ 5,000.00 �w per Lump Sum (words) (figures) (figures) Subtotal(All Bid Items) $ paw 8.8%Sales Tax $ Total Bid Amount(including Sales Tax) $ 2 0 SCHEDULE OF PRICES Page 6 of 6 CITY OF RENTON ' Public Works Department Project WTR-27-3239 Emergency Power Generation 2006 Alternative for Electrical (Engine Generator Sets) The basic bid shall be for the portable 500 kW and stationary 600 kW diesel engine generators as described in Special Provisions Division 18, Measurement and Payment. (The basic price shall be based upon an Onan\Cummins engine generator system.) The bidder may submit add or deduct prices for alternative engine generator systems which conform to the Special Provisions. If the Owner selects an alternative for the engine generator systems, then the add or deduct price for that alternative will modify "Subtotal (All Bid Items)" on the Schedule of Prices and does not include sales tax. The add or deduct price shown below shall cover the cost of equipment and all modifications necessary to accommodate the alternative equipment. The engine generator systems shall ' be of the same manufacture. ENGINE GENERATOR MODEL NO. ADD or<DEDUCT> SET MANUFACTURER 9 2._.�l% dZVO 'f7 3. /�C/5 l/71-72 5 7 4. 7 5. 1 1 1 1 1 .. Part of Bid Documents from: Wick Constructors, Inc. SUBCONTRACTOR LIST WTR-27-3239 Emergency Power Generation 2006 RCW 39.30.060 requires.that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and ir. whose work involves either heating, air conditioning, ventilation,plumbing,or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and,therefore,void. Complete one of the following for contracts that exceed$1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. Name: Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item(s) e 7 /,�a Subcontractor Name f�D/7C� jGn Address � � Sf J ���/�YG'� 9�®3z Phone No. ��3 75, State Contractor's License No. - Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. hAfile sys\wtr-drinking water utility\wtr-27-water project files\wtr-27-3239-emergency power generation facilities 2006\bidpackage\subcontractorlist.doe Revised 7!2002 BOND #104784158 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Wick Constructors, Inc. Travelers Casualty and Surety as principal, and Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$: 2,04 7,616.00*for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives, as the case may be. '*Two Million Forty Seven Thousand Six Hundred Sixteen and No/100 Dollars This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington,this �jr day of 200 6 Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract - CAG 06-152 providing for construction of Emergency Power Generation 2006 the principal is required to furnish a bond for the faithful performance of the contract; and WIFIEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth, NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or ' performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. ' Travelers Casualty and Surety Company Wick Constructors, Inc. of America ' Principal Surety Signature SignaW Bruce My rs Julie M. Glover President _ Attorney-in-Fact ' Title Title WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ST PA U L POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 214672 Certificate No. 000527592 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielski,Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott,Steven K. Bush, Michael A. Murphy,Jim W. Doyle, Lawrence J. Newton,Andy D. Prill,Viki Baum,and Theresa A. Lamb of the City of Bothell ,State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their,busj less of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pet 1�ko to at " ions of eedings allowed by law. " IN WITWN WHEREOF,the Compagi have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of ►e ruary Z 6 � T , Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company 1'" St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Or.su,� tY suREry E a"""`+. N �N ,NSU Tr a /115 r� �p� • pvrcwq *•4, Qo:• v a vti'. 5 sc " fOm\R� F 3 ' fi O 1977 INCDNPDRAiED� g zgg �t'��RP�R��f:+ W:'GORPORATf;m m 3 __\ 1982 0 1927 E D a+ —�— •n: aP HARTFORD, t QT'`H4R( l a � Oa r 1951 a NrO ' �`•.SEgLjj'01 � S8liLja° w coNN. rat CONN. Ie� N 18ss y., � ! l• � .H OF NEW •....... HC '•1S.AN'�a f >ls... ..:*�d y1 ,H c + •• State of Connecticut By; City of Hartford ss. G rge W ompson,Sen' r Vic President On this the 22nd day of February 2006 before me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc.,Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2006. '0w 10 * Marie C.Tetreault,Notary Public A9V CCU'$ 58440-9-05 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER L r •- 1Y CITY OF RENTON FAIR PRACTICES POLICY NrC� AFFIDAVIT OF COMPLIANCE Wick Constructors, Inc. hereby confirms and declares that (Name of contractor/subcontractor/consultant) I. It is the policy of Wick Constructors Inc to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex,national origin, age, disability or veteran status. II Wick Constructors, Inc. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. j6 III. When applicable, Wick Constructors, Inc. will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Bruce Myers Print Agent/Representative's Name President Print Agent/Representative's Title Agent/Representative's l ature Date Signed HAFile Svs\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3239-Emergency Power Generation Facilities 2006\BidPackageAFairPracAffid.docA CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this o?- day of 200 to . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Wick Constructors, Inc. hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 180 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and j transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as CAG-06-152 for improvement by construction and installation of: Emergency Power Generation 2006 All the foregoing shall be timely performed, furnished, constructed, installed and completed g P in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans ' f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications, if any 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any ,,. extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt;or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency,or if he or any of his subcontractors should violate any of the provisions of this Contract,the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10)days after the serving of such notice,such violation or non-compliance of any provision of the Contract shall cease and satisfactory 'r arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects,may,without liability for so doing, take possession of and utilize in completing said Contract such materials; machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, ' representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the ' Contract to be performed hereunder,including loss of life,personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or ' unpatented invention, process,article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. ' The Contractor agrees to name the City as an additional insured.In the event the City shall, without fault on its part,be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all ' costs,expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore,Contractor agrees to pay all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of ' the covenants,provisions and agreements hereunder. Additional Insured coverage is Primary&Non-contributory with any other policies the City may have. Nothing herein shall require the Contractor to indemnify the City against and hold harmless ' the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City, r its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not .. later than 180 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of ' liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The ' City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. ' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to ' time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance ' of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph ' 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. r 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $2,047,616- numbers Two million, forty seven thousand, six hundred sixteen and no/100 dollars written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON 4t4,�,/�__ f64,- 4.-&, President/flartneriewv= Bruce Myers Mayor 'Kathy Keo]ker ATTEST 1Qd�cs�c,�"J l,�Jc�tor Secretary Bonnie I. Walton City Clerk ' dba WICK CONSTRUCTORS, INC. Firm Name check one ❑ Individual ❑ Partnership E3 Corporation Incorporated in Washington ' Attention: ' If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract ' document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a ' (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. Client#: 2427 WICKCONSI DATE(MM/D ACORD. CERTIFICATE OF LIABILITY INSURANCE 09/29/06DNYYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Bellevue Office ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2233 112th Avenue NE Bellevue,WA 98004 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A. Travelers Indemnity Co. Wick Constructors, Inc. INSURER B Travelers P&C Co. of Amer 11000 Lake City Way NE Ste 200 INSURER C Seattle,WA 98125-6748 INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH W. POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR DATE EFFECTIVE DATE MM/DD/YY A X GENERAL LIABILITY C0526D7433 06/30/06 06/30/07 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAAGE TO RENTED n 1$300,000 CLAIMS MADE FXI OCCUR MED EXP(Any one person) $10,000 ■ PERSONAL&ADV INJURY $1 000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG s2,000,000 POLICY X PRO- JECT JECT A AUTOMOBILE LIABILITY 810526D7433 06/30/06 06/30/07 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS RECEIVED BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS OCT — 3 `ZOO ' (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ F ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ B X EXCESS/UMBRELLA LIABILITY SMCUP526D7433 06/30/06 06/30/07 EACH OCCURRENCE $SEE DESC. X OCCUR CLAIMS MADE AGGREGATE $SEE DESC. $ DEDUCTIBLE $ X RETENTION $10,U00 T $ CRY IM A WORKERS COMPENSATION AND C0526D7433 06/30/06 06/30/07 WC sT M IT R X CER EMPLOYERS'LIABILITY EMPL LIAB ONLY E.L.EACH ACCIDENT $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? WA STOP GAP E .DISEASE-EA EMPLOYEE $1,000,000 It yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT 1$1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project-Emergency Power Generation 2006.The City of Renton is included as Additional Insured and coverage is primary and non-contributory per Endorsement CG D2 46, Edition Date 08/05 attached. Waiver of Subrogation applies to General Liability per coverage form CG D3 16, Edition Date (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Ten Day Notice for Non-Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OFRENTON DATE THEREOF,THE ISSUING INSURER WILL R9p"XRRX§(MAIL 45 DAYS WRITTEN 1055 South Grady Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFf,X)(RRA( K Renton,WA 98055 )Q9P10166DCR7QIQ)0J6XR9iD�RRXKUO)CRx)CJ AIQXXKAPXOP)PRRC(6CON36K3FDLR7U6)6R4C067(x�CXx RK*)F]Gx%0Fx"3Lx AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 Of 3 #M67929 NMGOU O ACORD CORPORATION 1988 DESCRIPTIONS (Continued from Page 1) 07/04 attached. Severability of Interest clause included. Additional Insured for Auto is per policy coverage form. Umbrella Limits are as follows: $1,000,000(occ); $1,000,000(agg). ku kAMS 25.3(2001/08) 3 of 3 #M67929 _, a COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage" or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- " you or your subcontractor in the performance curs before the end of the period of time for Of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is .. insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is ' this Coverage Part shown in the Declarations available to the additional insured for a Ioss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically ' surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance"_ This endorsement shall not in- available to the additional insured which covers ' crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that "other insurance". But the insurance provided to b} The insurance provided to the additional in- the additional insured b this endorsement still is sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out excess over any valid and collectible "other in- surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- ' professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written ' prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 05 ©2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL_ LIABILITY i. How, when and where the 'occurrence" any provider of"other insurance" which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is p rima n' to "other insur- damage arising out of the 'occurrence" or ance„ available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit” is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. L Immediately record the specifics of the —DEFINITIONS: claim or"suit' and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement which you are required to include a The additional insured must see to it that we under which or organization as an additional in- receive written notice of the claim or suit as sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or"suit', cooperate a. After the signing and execution of the - with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit', and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit' to c. Before the end of the policy period. h own 0- 4i m� o: m- aem o; e�v_v Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 1748 COMMERCIAL GENERAL LIABIUI Policy No. DTC0526D7433TTI,Q 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner, caused by: PROPERTY DAMAGE LIABILITY (Section I — a. Rupture, bursting, or operation of pres- Coverages) is excluded by endorsement. sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have swelling of the contents of any building or against any person or organization because of structure, caused by or resulting from wa- payments we make for injury or damage arising ter; out of: premises owned or occupied by or rented c. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed steam engines, or steam turbines. by you or on your behalf, done under a contract with that person or organization; "your work"; or 3. Paragraph 6. of LIMITS OF INSURANCE "your products". We waive this right where you (Section 111) is deleted and replaced by the have agreed to do so as part of a written contract, following: executed by you before the "bodily injury" or Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal injury" ises Rented To You Limit is the most we will or"advertising injury"offense is committed. pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG- damages because of "property damage" to ERS OR LESSORS OF PREMISES any one premises while rented to you, or WHO IS AN INSURED Section II is amended to temporarily occupied by you with permission ( ) of the owner, caused by: fire; explosion; light- include as an insured any person or organization referred to below as "additional insured" with Wing; smoke resulting from such fire, explo- ) sion, or lightning; or water. The Damage To whom you have agreed in a written contract, exe- Premises Rented To You Limit will apply to all cuted before the "bodily injury" or "property dam- "property damage" proximately caused by the age" occurs or the "personal injury" or "advertis- same "occurrence", whether such damage ing injury" offense is committed, to name as an results from: fire; explosion; lightning; smoke additional insured, but only with respect to liability resulting from such fire, explosion, or light- arising out of the ownership, maintenance or use ning; or water; or any combination of any of of that part of any premises leased to you, subject these causes. to the following provisions: The Damage To Premises Rented To You 1. Limits of Insurance. The limits of insurance ' Limit will be the higher of: afforded to the additional insured shall be the limits which you agreed to provide in the writ- s. $300,000; or ten contract, or the limits shown on the Decla- b. The amount shown on the Declarations rations, whichever are less. for Damage To Premises Rented To You 2. The insurance afforded to the additional in- Limit. sured does not apply to: 4. Paragraph a. of the definition of "insured con- a. Any "bodily injury" or "property damage" tract (DEFINITIONS — Section V) is deleted that occurs, or"personal injury" or "adver- and replaced by the following: tising injury" caused by an offense which a. A contract for a lease of premises. How- is committed, after you cease to be a ten- ever, that portion of the contract for a ant in that premises; lease of premises that indemnifies any b. Any premises for which coverage is ex- person or organization for damage to cluded by endorsement; or ' premises while rented to you, or tempo- c. Structural alterations, new construction or rarily occupied by you with permission of • the owner, caused by: fire; explosion; demolition operations performed by or on lightning; smoke resulting from such fire, behalf of such additional insured. explosion, or lightning; or water, is not an 3. The insurance afforded to the additional in- "insured contract"; sured is excess over any valid and collectible ' Page g Copyright, The Travelers Indemnity Company, 2004 CG D3 16 07 04 �L f; City of Renton Human Resources & Risk Management Department :nrr Insurance Information Form ' FOR: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coveragesf'limits specified in EYes ❑ No contract`? Are the following coverages and/or conditions in effect? [ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 EX ❑ No Occurrence Forth or:Equivalent:' (If no,attack a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes allo General Aggregate provided on a"per project basis(CG2503)?* E yes ❑ No Additional Insured wording;provided?* No ' Coverage on a primary basis and non-contributing basis:}* [�es ❑ No Waiver of Subrogation Clause applies?* [ yes ❑ No Severability of Interest Clause(Cross Liability)applies? [XYes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days-,?* [ Y s ❑ No *To he skown on certificate,of insurance* ANI BEST'S RATING FOR CARRIER GL I iV Auto A f V umb A+-XV, — Professional 14 This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated an the attached CERTIFICATE OF INSI RANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. �tod Cie a"4 Agency,/Broker Completed By(Type o Print Name) 2233 t IZr, Avg N� 112 // /I 8800 `I�l e-�� ' Address Completed By(Signature) �- Name of person to contact Telephone Number NOTE: THIS QUESTIONX4IRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND 4T`T4C:`HED 1O CTRTIF1C,4TE OF INSURANCE ,. CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring `W such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The (CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages w (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability aw (2 Automobile Liabili y including all } • Owned Vehicles aw • Non-Owned Vehicles • Hired Vehicles .. (3) Workers'Compensation • Statutory Benefits(Coverage A)- Show WA L&I Number .r (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. r (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering .. wrongful acts, errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. aw low Insurancepk.docA w LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: ar Commercial General Liability General Aggregate* $ 2,000,000 ' Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 w Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 a. *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability i Bodily Injury/Property Damage $ 1,000,000 (Each Accident) aw Workers'Compensation w Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability "" Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 w Professional Liabili (If required) Each Occurrence/Incident/Claim $ 1,000,000 w Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect +� for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis w Per Loss $ 1,000,000 Aggregate $ 1,000,000 w w w aw Insurancepk.doc\ rs lur +w ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers w as Additional Insureds(ISO Form CG 2010 or equivalent). ,(CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: aw 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. ow 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) w 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail w The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason,and shall reinstate the aggregate and the(CONTRACTOR'S) expense to comply with the .. minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. _ The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. aw Im rr w w UV Insurancepk.doc. a � 'REVAILING MINIMUM HOURLY WAGE RATES .......... wo BENEFIT CODE KEY-EFFECTNE 08-31-06 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC s WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ar A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL - OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2) HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT _ (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RA'.E OF WAGE. F. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. - G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST,TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE k HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF"TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND'HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I J. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL r HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. i K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. j M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY fir THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. r P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ( a� BENEFIT CODE KEY-EFFECTIVE 08-31-06 -2- 1. Q. THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. _ S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- fig HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. I F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 08-31-06 -3- 2. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. +ter M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. +r O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. err 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. • HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY •r AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR, DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). `rr G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER r THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). �r J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' �� DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). BENEFIT CODE KEY-EFFECTIVE 08-31-06 ' -4- 5. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION 1 DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ` I 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). ` F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). i I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_ PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS' DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, F INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, i■ MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING y DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(I I). NOTE CODES L 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET BENEFIT CODE KEY-EFFECTIVE 08-31-06 OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE r D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. +r I� 4 r �� �`�, ("� i (° E� �— '� �: �� �� �_.. �� �, +� c� �.� �� �.�-. �. �� State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 IN 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS j ACOUSTICAL WORKER $41.43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41.33 1M 5D CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 IM 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1 M 5D FLOOR SANDER $41.40 1M 5D r MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $41.47 1M 5D INS. SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D ( STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 IT 5D 8L ASSISTANT MATE(DECKHAND) $41.51 IT 5D 8L BOATMEN $42.02 IT 5D 8L ENGINEER WELDER $42.07 IT 5D 8L LEVERMAN,HYDRAULIC $43.64 IT 5D 8L MAINTENANCE $41.51 IT 5D 8L MATES $42.02 IT 5D 8L OILER $41.64 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 tom` r-� KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52.30 1D 5A CABLE SPLICER(TUNNEL) $56.21 1D 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER(TUNNEL) $54.26 1D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL $48.75 1D 5A rv` JOURNEY LEVEL(TUNNEL) $52.30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A F.' JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL LINEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.30 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 t FLAGGERS JOURNEY LEVEL $29.68 IN 5D GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $44.68 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34.84 IN 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $37.34 1K 5B COOK $31.23 1K 5B DECKHAND $30.90 1K 5B ENGINEER/DECKHAND $33.65 1K 5B MATE,LAUNCH OPERATOR $35.32 1K 5B Page 2 l KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.63 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $41.27 1M 5D IRONWORKERS JOURNEY LEVEL $46.25 10 5A LABORERS ASPHALT RAKER $34.84 IN 5D BALLAST REGULATOR MACHINE $34.36 1 N 5D BATCH WEIGHMAN $29.68 IN 5D BRUSH CUTTER $34.36 IN 5D BRUSH HOG FEEDER $34.36 IN 5D BURNERS $34.36 IN 5D CARPENTER TENDER $34.36 IN 5D CASSION WORKER $35.20 IN 5D CEMENT DUMPER/PAVING $34.84 IN 5D CEMENT FINISHER TENDER $34.36 IN 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 IN 5D CHIPPING GUN(OVER 30 LBS) $34.84 IN 5D CHIPPING GUN(UNDER 30 LBS) $34.36 1 N 5D CHOKER SETTER $34.36 1 N 5D CHUCK TENDER $34.36 IN 5D CLEAN-UP LABORER $34.36 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $34.84 IN 5D As CONCRETE FORM STRIPPER $34.36 IN 5D CONCRETE SAW OPERATOR $34.84 IN 5D CRUSHER FEEDER $29.68 IN 5D CURING LABORER $34.36 1 N 5D !!! DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34.36 IN 5D DITCH DIGGER $34.36 IN 5D DIVER $35.20 IN 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34.84 1 N 5D DRILL OPERATOR,AIRTRAC $35.20 1 N 5D r" DUMPMAN $34.36 IN 5D EPDXY TECHNICIAN $34.36 1N 5D ( EROSION CONTROL WORKER $34.36 1N 5D FALLER/BUCKER,CHAIN SAW $34.84 IN 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $27.36 1 N 5D construction debris cleanup) FINE GRADERS $34.36 1N 5D FIRE WATCH $29.68 1N 5D FORM SETTER $34.36 IN 5D GABION BASKET BUILDER $34.36 IN 5D GENERAL LABORER $34.36 IN 5D GRADE CHECKER&TRANSIT PERSON $34.84 1 N 5D GRINDERS $34.36 1N 5D GROUT MACHINE TENDER $34.36 IN 5D Page 3 i Yt i� KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $34.36 IN 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 IN 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 IN 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 IN 5D HIGH SCALER $35.20 IN 5D HOD CARRIER/MORTARMAN $34.84 IN 5D JACKHAMMER $34.84 IN 5D LASER BEAM OPERATOR $34.84 IN 5D MANHOLE BUILDER-MUDMAN $34.84 IN 5D MATERIAL YARDMAN $34.36 IN 5D MINER $35.20 IN 5D tl NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34.84 1 N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $34.84 1N 5D PILOT CAR $29.68 IN 5D j PIPE POT TENDER $34.84 1 N 5D PIPE RELINER(NOT INSERT TYPE) $34.84 IN 5D PIPELAYER&CAULKER $34.84 IN 5D PIPELAYER&CAULKER(LEAD) $35.20 IN 5D PIPEWRAPPER $34.84 IN 5D POT TENDER $34.36 IN 5D POWDERMAN $35.20 IN 5D POWDERMAN HELPER $34.36 IN 5D POWERJACKS $34.84 IN 5D RAILROAD SPIKE PULLER(POWER) $34.84 IN 5D RE-TIMBERMAN $35.20 IN 5D _. RIPRAP MAN $34.36 IN 5D RODDER $34.84 IN 5D SCAFFOLD ERECTOR $34.36 IN 5D SCALE PERSON $34.36 IN 5D SIGNALMAN $34.36 IN 5D r SLOPER(OVER 20") $34.84 IN 5D l SLOPER SPRAYMAN $34.36 1N 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $34.84 IN 5D SPREADER(CONCRETE) $34.84 IN 5D STAKE HOPPER $34.36 IN 5D STOCKPILER $34.36 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $34.84 IN 5D TAMPER(MULTIPLE&SELF PROPELLED) $34.84 IN 5D TOOLROOM MAN(AT JOB SITE) $34.36 IN 5D TOPPER-TAILER $34.36 IN 5D TRACK LABORER $34.36 IN 5D TRACK LINER(POWER) $34.84 IN 5D TRUCK SPOTTER $34.36 1 N 5D TUGGER OPERATOR $34.84 IN 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34.36 IN 5D VIBRATOR $34.84 IN 5D VINYL SEAMER $34.36 IN 5D WELDER $34.36 IN 5D WELL-POINT LABORER $34.84 IN 5D Page 4 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34.36 IN 5D PIPE LAYER $34.84 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $41.31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $32.73 2B 5A PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $54.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43.39 IT 5D 8L pp BACKHOES, (75 HP&UNDER) $41.93 IT 5D 8L BACKHOES, (OVER 75 HP) $42.35 IT 5D 8L BARRIER MACHINE(ZIPPER) $42.35 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $42.35 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $41.93 IT 5D 8L BOBCAT(SKID STEER) $39.57 IT 5D 8L BROOMS $39.57 IT 5D 8L BUMP CUTTER $42.35 IT 5D 8L j CABLEWAYS $42.84 IT 5D 8L CHIPPER $42.35 IT 5D 8L COMPRESSORS $39.57 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 IT 5D 81- CONCRETE PUMPS $41.93 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 IT 5D 8L �. CONVEYORS $41.93 IT 5D 81- Page 5 i �I KING COUNTY Effective 08-31-06 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41.93 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42.84 IT 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43:39 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43.96 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39.57 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $41.93 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44.52 IT 5D 8L ' ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42.35 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43.39 IT 5D 8L r CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43.39 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43.96 IT 5D 8L CRUSHERS $42.35 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42.35 IT 5D 8L DERRICK,BUILDING $42.84 1T 5D 8L DOZERS,D-9&UNDER $41.93 IT 5D 8L tj DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 IT 5D 8L DRILLING MACHINE $42.35 IT 5D 81- . ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41.93 IT 5D 8L FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $42.35 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41.93 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39.57 IT 5D 8L GRADE ENGINEER $41.93 IT 5D 8L GRADECHECKER AND STAKEMAN $39.57 IT 5D 8L GUARDRAIL PUNCH $42.35 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41.93 IT 5D 81- HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 IT 5D 8L 1r HYDRALIFTS/BOOM TRUCKS(10 TON&.UNDER) $39.57 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43.39 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 IT 5D 8L LOCOMOTIVES,ALL $42.35 IT 5D 8L MECHANICS,ALL $42.84 IT 5D 8L MIXERS,ASPHALT PLANT $42.35 IT 5D 8L , MOTOR PATROL GRADER(FINISHING) $42.35 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41.93 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 IT 5D 8L ' OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 IT 5D 8L OPERATOR PAVEMENT BREAKER $39.57 IT 5D 8L 1 PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 IT 5D 8L k PLANT OILER(ASPHALT,CRUSHER) $41.93 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $39.57 IT 5D 8L POWER PLANT $39.57 IT 5D 8L PUMPS,WATER $39.57 IT 5D 8L Page 6 ,r KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42.84 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 IT 5D 8L EQUIP RIGGER AND BELLMAN $39.57 IT 5D 8L ROLLAGON $42.84 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39.57 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41.93 IT 5D 8L ROTO-MILL,ROTO-GRINDER $42.35 IT 5D 8L SAWS,CONCRETE $41.93 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.35 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.84 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41.93 IT 5D 8L SCREED MAN $42.35 IT 5D 8L SHOTCRETE GUNITE $39.57 IT 5D 8L SLIPFORM PAVERS $42.84 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 IT 5D 8L SUBGRADE TRIMMER $42.35 IT 5D 8L TOWER BUCKET ELEVATORS $41.93 IT 5D 8L TRACTORS,(75 HP&UNDER) $41.93 IT 5D 8L TRACTORS,(OVER 75 HP) $42.35 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 IT 5D 8L TRENCHING MACHINES $41.93 IT 5D 8L TRUCK CRANE OILEPUDRIVER(UNDER 100 TON) $41.93 1T 50 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $39.57 IT 5D 8L YO YO PAY DOZER $42.35 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $52.01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89 1H 5G Page 7 ,kk t KING COUNTY Effective 08-31-06 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 _ RESIDENTIAL LABORERS i JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $52.01 1G 5A RESIDENTIAL SHEET METAL WORKERS -- JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR.LAYERS JOURNEY LEVEL $33.76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29.51 1B 5C RESIDENTIAL TERRA=O/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRA=O/TILE SETTERS JOURNEY LEVEL $40.33 1B 5A ROOFERS JOURNEY LEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49.97. 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 t SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 113 5A SOLAR CONTROLS FOR WINDOWS Y JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $51.84 1 H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE �- CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A INSTALLER(REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29.89 2B 5A SPECIAL APPARATUS INSTALLER II $29.30 2B 5A L� Page 8 r°. I� KING COUNTY Effective 08-31-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40.33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $34.16 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39.04 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $39.62 IT 5D 81- DUMP TRUCK $39.04 IT 5D 81- DUMP TRUCK&TRAILER $39.62 IT 5D 8L OTHER TRUCKS $39.62 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 L, f r-- -�t ' Page 9 �. ,�-- �. '�, �.,� �� ��.� �� �-� �, J,�� L� �'' �- �.' .� 1 �� �� ��. �� PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Note Stage of Progression&8 Hour Range Code Code Wage Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50.00% $18.43 1N 5D 2 1001-2000 HOURS 60.00% $21.06 1N 5D 3 2001-3000 HOURS 75.00% $27.10 1N 5D 4 3001-4000 HOURS 90.00% $31.45 1N 5D 1 0000-1000 HOURS 60.00% $23.86 1N 5D 2 1001-2000 HOURS 70.00% 526.48 1N 5D 3 2001-3000 HOURS 80.00% $29.11 1N 5D 4 3001-4000 HOURS 90.00% $31.73 1N 5D BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70.00% $23.32 1 2 1001-2000 HOURS 75.00% $24.99 1 3 2001-3000 HOURS 80.00% $26.66 1 4 3001-4000 HOURS 85.00% $28.32 1 5 4001-5000 HOURS 90.00% $29.99 1 6 5001-6000 HOURS 95.00% $31.65 1 BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50.00% $25.49 1M 5A 2 0751-2250 HOURS 55.00% $27.05 1M 5A 3 2251-3000 HOURS 60.00% $28.62 1M 5A 4 3001-3750 HOURS 70.00% $31.74 1M 5A 5 3751-4500 HOURS 80.00% $34.87 1 M 5A 6 4501-5250 HOURS 90.00% $37.99 iM 5A 7 5251-6000 HOURS 95.00% $39.56 1M 5A CARPENTERS CARPENTER 1 1st Period 60.00% $25.30 1M 5D 2 2nd Period 65.00% $30.69 1M 5D 3 3rd Period 70.00% $32.21 1M 5D 4 4th Period 75.00% $33.73 1 M 5D 5 5th Period 80.00% $35.25 1 M 5D 6 6th Period 85.00% $36.77 1M 5D 7 7th Period 90.00% $38.29 1M 5D 8 8th Period 95.00% $39.81 1 M 5D DRYWALL APPLICATOR DRYWALL,METAL STUD,AND CEILING APPLICATORS 1 0000-0700 HOURS 50.00% $22.25 1M 5D 2 0701-1400 HOURS 60.00% $29.16 1M 5D 3 1401-2100 HOURS 68.00% $31.59 1M 5D 4 2101-2800 HOURS 76.00% $34.02 1M 5D 5 2801-3500 HOURS 84.00% $36.45 1M 5D Pagel PREVAILING WAGE RATES ' FOR KING COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Note Stage of Progression&&Hour Range Code Code Wage Code 3 3001-4000 HOURS 55.00% $32.04 1E 6L 4 4001-5000 HOURS 60.00% $33.92 1E 6L 5 5001-6000 HOURS 65.00% $35.79 1E 6L 6 6001-7000 HOURS 70.00% $37.65 1E 6L 7 7001-8000 HOURS 75.00% $39.52 lE 6L 8 8001-9000 HOURS 80.00% $41.38 1 E 6L 9 9001-10000 HOURS 85.00% $43.26 1E 6L SOFT FLOOR LAYERS JOURNEY LEVEL APPRENTICES INDENTURED ON OR AFTER JUNE 1,2003 1 0000-0750 HOURS 45.00% $16.30 1B 5A 2 0751-1500 HOURS 50.00% $18.50 1B 5A 3 1501-2250 HOURS 60.00% $22.49 1B 5A 4 2251-3000 HOURS 70.00% $25.31 1B 5A 5 3001-3750 HOURS 80.00% $28.12 1B 5A 6 3751-4500 HOURS 85.00% $29.53 1B 5A 7 4501-5250 HOURS 90.00% $30.94 1 B 5A 8 5251-6000 HOURS 95.00% $32.35 1B 5A 1 0000-0750 HOURS 45.00% $18.26 1B 5A 2 0751-1500 HOURS 50.00% $19.67 1B 5A 3 1501-2250 HOURS 60.00% $22.49 1 B 5A 4 2251-3000 HOURS 70.00% $25.31 1B 5A 5 3001-3750 HOURS 80.00 9/0 $28.12 1B 5A 6 3751-4500 HOURS 85.00% $29.53 1B 5A 7 4501-5250 HOURS 90.00% $30.94 1B 5A 8 5251-6000 HOURS 95.00% $32.35 1B 5A SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL 1 1st Period 40.00% $21.04 1 H 5C 2 2nd Period 42.00% $21.79 1 H 5C 3 3rd Period 44.00% $22.51 1 H 5C 4 4th Period 47.00% $23.66 1H 5C 5 5th Period 52.00% $28.63 1 H 5C 6 6th Period 57.00% $30.50 1H 5C 7 7th Period 62.00% $32.62 1H 5C 8 8th Period 65.00 1b $33.74 1H 5C 9 9th Period 75.00% $37.98 1H 5C 10 10th Period 80.00% $39.85 1H 5C TILE,MARBLE& TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50.00% $23.34 1B 5A 2 1001-2500 HOURS 55.00% $24.75 1B 5A 3 2501-3500 HOURS 60.00% $26.14 1B 5A 4 3501-4500 HOURS 70.00% $28.96 1B 5A TERRAZZO WORKERS& TILE SETTERS Page 8 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Note Stage of Progression&&Hour Range Code Code Wage Code JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $24.00 1B 5A 2 1001-2500 HOURS 55.00% $25.47 1B 5A 3 2501-3500 HOURS 60.00% $26.93 1B 5A 4 3501-4500 HOURS 70.00% $29.87 1B 5A 5 4501-5500 HOURS 80.00% $32.81 1B 5A 6 5501-6250 HOURS 90.00% $35.74 1B 5A 7 6251-7000 HOURS 95.00% $37.21 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000-0500 HOURS 60.00% $14.69 1K 5A 2 0501-1000 HOURS 60.00% $20.01 1K 5A 3 1001-2333 HOURS 60.00% $23.11 1K 5A 4 2334-4666 HOURS 73.00% $26.94 1K 5A 5 4667-7000 HOURS 88.00% $31.36 1K 5A TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70.00% $30.92 IT 5D 8L l 2 0701-1400 HOURS 80.00% $33.63 IT 5D 8L 3 1401-2100 HOURS 90.00% $36.33 IT 5D 8L r 3 I�4 { _ Page 9 `', �� 1�'�I c. C �. �. �� ��t �� ,�� II f I �� ���� __ f.,,. �� (��. 7 `,� Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage wsT^'t�, (360)902-5335 PAY PREVAILING WAGES www.ini.wa.gov//TradesLicensing/PrevailingWage T �_ Public Works Contract .. $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once a roved our form will be osted online at the above website. Address Contractor,company or agency name,address,city,state&ZIP+4 �r City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed wr Bid due date(mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? M ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No ow Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expectedto perform work. of workers hour) ay benefits s ow 7 i r ++� Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all a. workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries a� Contractor Registration No. UBI Title Signature Industrial Insurance Account Number r Email address Phone number Check Number: ❑ $25 or $ „w Issued By: APPROVED: Department of Labor and Industries r By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages I2-04 After APPROVAL,send white copy to Awarding Agency. °�' Canary copy—L&I 1 1 1 1 1 1 1 1 1 1 r i r r aw CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project: Emer2ency Power Generation 2006 CAG No. 06-152 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of .,. Labor&Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: ar .r r .rr rr i rrr r ow CertPrevai lin gW agesPaid.DOC\ it ��� �_i �.. �1 t, �� �_G �� t.< �� �, . �4� i� i`� {�L 1� 1, ��� �� ;� LI CIT N7F ATON V SUPPLEMENTAL SPECIFICATIONS SUPSPEC.DOC\ r CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. +• The Renton Standards are comprised of the following documents: Standard Specifications .. The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. Aw WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of "m this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans .r The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans .r created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications .. The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (This 1s deleted.` All replacement text or text being added is shown as underlined .. tyke. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the 'r meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: OW (APWA) Signifies an item taken verbatim from the Division I APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. 40 (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. .r Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit •• authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be .. examined and copied by any interested party. Page-RS-i Rev-W—en Date:May 10 7007 r i i Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i Division1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms.......... ....................................................................................... 1 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work.................... 1-05 Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 .r 1-07 Legal Relations and Responsibilities to the Public ..................................................................7 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 dw 1-11 Renton Surveying Standards............................................................................................19 Division2 Earthwork...............................................................................:.:.......................................22 2-02 Removal of Structures and Obstructions.............................................................................22 +� 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation ..........................................:.........................................................23 2-09 Structure Excavation......................................................................................................23 err Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 .r Division4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 r Division 5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................................................29 r. 6-12 Rockeries Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains........................................................................................................................30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.....................:...................................30 7-04 Storm Sewers..............................................................................................................30 • 7-05 Manholes, Inlets, and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 aw 7-12 Valves for Water Mains.............. 7-14 Hydrants.......................... .......................................................................................... 7-15 Service Connections......................................................................................................39 aw 7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 .r 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 .. 8-20 Illumination, Traffic Signal Systems, and Electrical.................. ..........................................41 8-22 Pavement Marking .......................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 r i- Page-RS-ii Revision Date:May 19, 1997 err i W. Division9 Material s...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 rs 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts, and Conduits.......................................................................50 9-06 Structural Steel and Related Materials ..............................................................................51 9-08 Paints.........................................................................................................................51 +� 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination, Signals,Electrical........................................................................................52 9-30 Water Distribution Materials.................................................................................... ..58 INDEX TO WSDOT AMENDMENTS .............................................. ............60 ............................................ WSDOTAMENDMENTS......................................................................................................60 +r r r �r w aw r a.r 1, Page-RS-iii Revision Date:May 19, 1997 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i i 1 1 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of I' Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements Modifications to the standard specifications and the 'g 41'_ ­ a d I s�cificatiaus and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid rp ices — 1-01.1 General (RC) State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form bonds insurance certificates, various other certifications and affidavit. the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Definitions(RC, APWA) Change Orders. Dates (APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer (RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Co^tract not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency. The date stated in the Notice to Proceed on which the Contract Day (RC) time begins. Unless otherwise designated, day(s) as used in the Contract Contract Completion Date (APWA, RC) Documents, shall be understood to mean working days. The date by which the work is contractually required to be Or Equal (RC) completed. The Contract Completion Date will be stated in the Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements._ approval of alternative materials or processes by the Owner shall Material(APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner (RC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply commodity equipment or manufactured or fabricated profiles, cross-sections,and other details. product and does not perform labor at the Project Site; a supplier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance - binding.. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed (APWA) generally used in specifications refers to drawings bound either The written notice from the Contractine Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with thi Work and establishing the date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the i- Page-SP-1 revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a SECTION I-02.I IS DELETED AND REPLACED BY THE waiver by the submitting vendor of any claim that such materials FOLLOWING: are, in fact, so exempt. 1-02.1 Qualifications of Bidder (APWA) SECTION I-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA) Contract Documents. The Contracting Agency reserves the right to ' take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right_to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal font[ on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RCS FOLLOWING: a. The bidder is not prequalified when so required; 1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not {qualified for the work or to the full. SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE I, PARAGRAPH 1 TO READ: 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation ' of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids (RC, APWA) bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. I otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING. 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and(PAA_words3 written in execution, together with a list of all other forms or documents ink or typed.T'he proposal shall include: required to be submitted by the successful bidder, will be 1. A unit price for each item (omitting digits more than four. forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall` determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.6(l) Proprietary Information (RC) Within 28 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contractor4ha avrard d2.te, the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance .w disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a.satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. T'he Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of an_v request for disclosure of such information received contract documents within 20 10 calendar days after the award r- Page-SP-2 Rey;v;n n.,fe rr,,.' ra roo^ 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes (RC) The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business license prior to award. SECTION I-04.11 IS SUPPLEMENTED AS FOLLOWS: When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. The contract price for "Finish an d Cleanup, lump sum," shall SECTION I-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further 5 Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS: president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC) corporation(i.e., corporate resolution power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-04 Scope of the Work on sheets measuring 21 by 622 by 34 inches or on sheets with P dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans and Stakes (RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,441 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY the specifications. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the Special Provisions Specifications, and Addenda Contractor shall provide all required survey work including such (RC) work as mentioned in Sections 1-05.4 1-05.5 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer, All costs by following this order of precedence (e.g., I presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4,5, 6,and 7; 2 presiding over 3, 4, S, 6, and 7; and so forth): Surveying," per lump sum. 1. Addenda 1-05.5(1) General (APWA, RCZ 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor,will. provide 4. Contract Plans construction stakes and marks establishing lines slopes grades and 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform work such_ per Section 1-11 The Contractor shall assume ful 6. Supplemental Specifications. l 7. Standard Plans responsibility for detailed dimensions elevations, and excavation 6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. t- Page-SP-3 Revision Date: May 19, 1997 1-05 Control of Work 1-05 Control of Work ' The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. ' orderiv manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an ' Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls, the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control , reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) ' done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make ' standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations, cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate , shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying (RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of. surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by ' survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors discrepancies and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.5(2) Roadway and Utility Surveys (APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work. These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet, and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As- utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to`provide at Contractor expense a surveyor to On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from monevs owed to the Contractor. Page-SP-4 Reviginn Date- Mov 19 1997 r 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required. 1-05.5 Contractor Provided As-Built Information SECTION 1-0530 IS SUPPLEMENTED BY ADDING THE (RC) FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RCJ prior to the backfilling of the trenches by centerline station, offset, and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work 11.. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes Catch basins and Inlets Valves, vertical and and replace it with non defective and authorized Work, all without Horizontal Bends Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights & Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults Culverts Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing, or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies and equipment purchased for or incorporated in the THE veCANT SECTION 7,15.8 1S EPI dCFD E- Work Nothing contained in this paragraph, however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their Defective and Unauthorized Work (APWA) protection or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection(APWA) Work corrected immediately, have the rejected Work removed and replaced or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05.11(l) Substantial Completion Date (APWA) emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Engineer and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be attributable to correcting and remedying defective or unauthorized met: Work or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and Engineer from monies due or to become due the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2 Only minor incidental work replacement of temporary limitation compensation for additional professional services substitute facilities or correction or repair work remains to reach required and costs for repair and replacement of work of others physical completion of the work. destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach physical completion The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Comoletion Date unilaterally, attributable to the exercise of the Contracting Agency's rights s- Page-SP-5 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. intended use, the Engineer, by written notice -to the Contractor, The costs for power, gas labor, material supplies and ' will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational resting the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use, the Engineer will, by written notice so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. ' Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer substantial completion, whichever is applicable the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. ' interruption, the Work necessary to reach Substantial and Physical SECTION 1-0S.I2 !S DELETED AND REPLACED WITH THE _Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects, to reach FOLLOWING: substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) ' The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting Inspection. Agency will establish the Completion Date and certify the Work as , 1-05.11(2) Final Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice established and the Final Contract Price calculated: ' shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete. Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete. , Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously,•diligently, and without interruption until acceptance of unauthorized or defective work or material. ' physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's obligations under the C^.nt—t Shall not bar the Contracting Agen,, continue until the Engineer is satisfied the listed deficiencies have been corrected. — from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. ' 7 days after receipt of the Written Notice listing the deficiencies SECTION I-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant ' to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of Upon correction of all deficiencies, the Engineer will notify Contractor (APWA) the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's ' upon which the Work was considered physically complete. That date shall constitute the Physical completion date of the Contract, will ake these pursuant to Section 1R-CW the Corracting Agency but shall not imply all the obligations of the Contractor under the well take these performance Contract have been fulfilled. — tlstr reports into account. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE ' 1-05.11(3) Operational Testing; (APWA) FOLLOWING NEW SECTIONS. It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance signal systems; buildings; or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work ' for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent, or under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after ' their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprising the of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writi� during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical ' t- Page-SP-6 ' Revision Date:May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases, however, FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. The Contracting Agency will pay the retained percentage only Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE ]N THE SPECIAL Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political.subdivision of the state, or by The Contractor shall indemnify, defend, and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor (or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170 (APWA) iE Contractor Shalu l maintain at the Project Site Gun.ne, WAC 458-20-1700, and its related rules, apply LO utc other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other providing first aid to the injured. The Contractor shall establish, structures upon real property. This includes, but is not limited to, publish and make known to all employees procedures for ensuring the construction of streets roads highways etc., owned by the immediate removal to a hospital or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary including employees who may have been injured on the Project sewers and sewage disposal systems unless such sewers and Site. Employees should not be permitted to work on the Project disposal systems are within and a part of a street or road drainage Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in efficiency, and adequacy of the Contractor's plant, appliances, and or to real property, whether or not such personal property becomes methods and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. or improper maintenance use or operation. The Contractor shall For work performed in such cases the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site including safety for all persons and property in the price The Contracting Agency will automatically add this sales performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason. the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices,-or in any other contract amount subject to Rule 170, with review of the Contractor's performance does not, and shall not, be the following exception. intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools machinery, equipment or consumable SEC..oWING: supplies not integrated into the project Such sales taxes shall be included in the unit Bid Item prices or in any other contract 1-07.2 State Sales Tax (APWA) amount. 1-07.24) Services (APWA) 1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(1) through i- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust t. Page-SP-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlifes-ef than 50 NTU; for other classes of waters, refer to WAC_ 173-201- (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric_Turbidity Units d measured with a calibrated turbidimeter. those areas, the Contracting Agency will pay pursuant to Section I- an 09.4. Discharges to a State waterway caused by aggregate washing, drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing_turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION. being discharged into stream or other State waters.. Turbidity may 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds, settling basins overflow weir, polymer water treatment, discharging to ground (RQ surface, by percolation, evaporation or by passing through gravel, Each Contractor, Subcontractor, Consultant, and or Supplier sand or fiber filters. shall complete and submit a copy of the "City of Renton Fair 1 Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent ' document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS. Other alternative methods for erosion control under certain 1-07.13(1) General (RC) situations may include netting,mulching with binder, and seeding. Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. , SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent- washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA ,-RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adiacent to If done according to the approved plan or the Engineer's orders, temporary water pollution erosion control work will be waterways. The storage shall be made in dike tanks and barrels measured and paid for pursuant to Section .I-09,41-04.1 through with drip pans provided under the dispensing area. Shut-off nn-1 the lump sum item for "Temporary Water Pollution/Erosion lock valves shall be provided on tanks. Shut-off nozzles shall be Control.: — provided on hoses. Oil and chemicals shall be dispensed only If no pay item appears in the contract for "Temporary Water during daylight hours unless the dispensing area isproperly lighted. Pollution/Erosion Control" then all labor, materials, tools and Disposal of waste shall not be allowed on oil and chemical spills. Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided on valves, pumps,and tanks. to other pay items in the Contract and no further compensation 6 Sewage: If a sanitary sewer line is encountered and repair shall be made. In addition to other requirements in the Contract Documents or relocation work is required the Contractor shall provide blocking and sealing of the sanitary sewer line Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out collected and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The 1. Turbid Water Treatment Before Discharge: + existing sewers shall be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer; for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions: for Class AP, and Class A Waters, 1- Page-SP-8 Revision Date:Mav 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets (traveled ways) used by him property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads detour roads or other temporary work as required Requirements which is available at the Public Works Department by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building 200 Mill Avenue South. shown and described and such additional areas as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING: A. General. All construction work under this contract on easements right-of-way, over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities (APWA, RC) confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RC—W disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribmg shall schedule his work so that trenches across easements shall not penalties the Contractor shall: be left open during weekends or holidays and trenches shall not be 1 call the utilities underground location center for field open for more than 48 hours. location of the utilities; B Structures. The contractor shall remove such existing Call Before You Dig structures as may be necessary for the performance of the work and, if required shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2 not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without construction area and stockpile it in such a manner that it may be uncovering measuring or other verification. If a utility is known replaced by him upon completion of construction. Ornamental-``" " or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be If, in the prosecution of the work it becomes necessary to replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers underdrams conduit, additional cost to the Contracting Agency. In the event that it is utilities similar underground structures or parts thereof the he necessary to trench through any lawn area the sod shall be contractor shall be responsible for, and shall take all necessary, precautions to protect and provide temporary services for same. carefully cut and rolled and replaced after the trenches have been The contractor shall at his own expense, repair all damage to backflled. The lawn area shall be cleaned by sweeping or other means,of all earth and debris. such facilities or Structures due to this construction operation to the The contractor shall use rubber wheel equipment similar satisfaction of the City except for City owned facilities which will to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by all worm including excavation and backfill, on easements or rights- the contractor as directed by the City. of-wav which have lawn areas. All fences, markers, mail boxes, or 1- Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. 1-07.18 Public Liability and Property Damage The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such-um Insurance (RCZ insurance, the City of Renton shall not be deemed or co_ ns�ed ao State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher.limits and/odder SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: ' 1-07 General (RC) Coverage Thhe e contractor shall obtain and maintain in full force and 1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be witten on an occurr_Bence basis effect, from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503• General company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable). Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards _The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which inciudes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries including • Independent Contractors accidental death, as well as claims for property damages which • Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number A eclaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain pro fe sional liability 1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract.. which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form (6) The Contracting Agency reserves the right to request and/or and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on work perfoiiri Agency. The City requires that all insurers: ed(i.e. pollution liability). 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional ' Liability and Pollution coverage are acceptable when Insured (LSO Form CG 2010 or equivalent). The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance,prior proof of professional liability coverage be provided for• UP to commencement of work. The City reserves the right to request to two(2)years after the completion of the project, copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above page(s) for each insurance policy affecting coverages shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not-contributory with any other 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred.) If any insurance carrier OF RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause (Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies) terms 4) Policy may n% be non-renewed canceled or materially conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Page-SP-10 ' Revision Date:May 1P. 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability of any kind upon the 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits (RC) C. Amend the cancellation clause to state: "Policy may LIMITS REQUIRED not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a General Aggregate* $2,000,0** written agreement that the consultant's broker will provide the Products/Completed Operations $2,000,000** required notification. Aggregate Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS: Persona UAdvertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes Medical Payments(Any One Person) $5,000 APWA Stop Gap"Liability $1,000,000 The Contractor shall assume all costs arising from the use of * General Aggregate to apply per project (ISO Form CG2503 or equivalent) patented devices, materials, or processes used on or incorporated in **Amount may vary based on project risk the work, and agrees to indemnify, defend, and save harmless Automobile Liability The Contracting Agency, and their Bodily Injury/Propery Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers' Compensation materials, or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION I-07.22 IS SUPPLEMENTED BY THE FOLLOWING: Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) , III+/ Inc <� L ' ' ' ' Strict compliance With rrn�.47v--12 and Such local laws, rules and Each Occurrence/Incident/Claim $1•�•� regulations that may apply. The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Contractor shall obtain comply with, and pay for such professional liability coverage in effect for up to two (2) years after permits and costs as are necessary in conjunction with blasting completion of the project. operations. The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of the Work the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate permitting the blasting. limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic C SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the project limits and on any street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the protect. shall provide evidence of insurance by submitting to the 'The contractor shall be prepared to use watering trucks, CONTRACTING AGENCY the following: power sweepers and other pieces of equipment as deemed City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance. herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. 07.18(2) and 1-07.18(3). as revised above. Other Complaints of dust mud or unsafe practices and/or requirements are as follows: property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be requirgd by the contractor. and confers no rights upon the Certificate Holder"i b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose t. Page-SP-11 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION I-07.24 IS DELETED AND REPLACED BY :THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION THE SECRETARY" OR 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY." Street right of way lines, limits of easements and limits SECTION 1-07.27 (APWA) IS REVISED BY CHANGING ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The a READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within These limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements both permanent and temporary, necessary for carrying out the completion of the SECTION I-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of anv easement agreement 1-08.1(1) Preconstruction Conference (APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer certifies to the Contractor that the rim Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract. t: To review the initial nrno pec Schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; private property where private improvements must be adjusted. 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing without notifications, approvals, submittals, etc. expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permis;ion of the private property owner, and, meeting the following: upon vacating the premises, a written release from the pro>)erty 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered wither 2. A preliminary schedule of working drawing submittals; and reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authoritv 4. A Project Schedule. acting for the owner of the private property affected stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release that: the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished, for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number, address and date of computing this percentage, however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish all certificates, submittals and statements required by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of any contracting firms the subcontractor proposes to Page-SP-l2 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m, and 7.00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling, or received from the public or adjoining property owners regarding 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work. Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. (1) purchase of sand, gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews; concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab; structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence. plants; or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or 1-08.1(41 Reimbursement for Overtime Work of commercial hauling companies. Contracting Agency Employees (APWA) However, the State L&I may determine that RCW,39.12 Where the Contractor elects to work on a Saturday. Sunday_ applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work provisions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1(3) Hours of Work(APWA) (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction ereconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice_ to the Work. Proceed Date The Work thereafter shalt be prosecuted diligently, If a Contractor desires to perform work on holidays, vigorously and without unauthorized interruption until physical Saturdays Sundays or before 7:00 a.m. or after 6:00 p.m. on any completion of the work There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual ,obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is reauestine permission to work. Page-SP-13 Revision ate.,Gfnv 14, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment l SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time)OVA, SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER. DEPARTMENT OF the time specified in the Contract Documents or as extended by the TRANSPORTATION" IN THE LAST - SENTENCE. Engineer. The Contract Time will be stated in "working dam PARAGRAPH 5 TO READ CONTRACTING AGENCY.r shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION: Contract Completion Date. ' A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's b4snday of P-�uaq,, Memorial Day, July 4, Labor :Day, plant and equipment. The Owner shall have the right to make use November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall 'be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and-equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays. When Christmas day occurs on a Sunder operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each The contractor shall give his successive working day, beginning with the Notice to Proceed Date personal attention to and shall and ending with the Physical Completion Date, shhall be c:;zrF;:l to supervise the work to the end that it shall be prosecuted faithfully. the Contract Time as it occurs except a day or part of a day which and when he is not personally present on the work site, he shall at is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall unworkable day. have full authority to execute the same, and to supply materials, The Engineer will furnish the Contractor a weekly -port tools,tools, and labor without delay, and who shall be the legal showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for Contract Time for the preceding week; (2) the Contract Time in the faithful observance of any instructions delivered to him or to working days; (3) the number of working days remaining in the his authorized representative. Contract Time; (4) the number of nonworking days; and (5) any dial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on.the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will he discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton the following establishing the Substantial Completion, Physical Completion and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany, each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number, 2. Truck tare weight (stamped at source). 3. Gross truck load weight in tons(stamped at source). 4. Net load weight (stamped at source). 5. Driver's name and d_4te. Page-SP-14 Revision Date:Mav 19. 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECTION I-09.9 IS DELETED AND REPLACED BY THE The Contractor shall submit a breakdown of costs for each FOLLOWING: lump sum Bid Item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit 1-09.9(1) Progress Payments (APWA) price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not SECTION I-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be FOLLOWING: accompanied by documentation supporting the Contractor's Application for Payment. 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein. but not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section I- Completion etion Date. Progress estimates .,,ade during progress of u=e 1° �= x p g____ 04.1 then payment for that Work will be made as for Extra Work Work are tentative and made only for the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words"Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3 Materials on Hand — 90 percent of invoiced cost of Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required, specified, or 4 Change Orders — entitlement for approved extra cost or described in that particular Section. Payment items will generally completed extra work as determined by the Engineer. be listed generically, in the Specifications, and specifically in the Progress payments will be made in accordance with the bid form. When items are to be."furnished" under one payment progress estimate less: item and "installed" under another pavment item, such items shall 1 Five(5)percent for retained percentage. be furnished FOB project site or, if specified in the Special 2 The amount of Progress Payments previously made. Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not he evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer against the appropriate fund source for the incorporated into the Work may be made on monthly estimates to project Payments received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION I-09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL Page-SP-IS Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) Retainage(APWA,RCZ 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts APWA earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the shall be used as a trust fund for the protection and payment (D to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, R.CW due or deduct an amount from any payment or payments d_ ne the which may be due from such Contractor, and (2) the claims ofd Contractor which, in the Engineer's opinion, may be neck to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust comps Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or Interest on the bonds=and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired on the indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will at make allowances for weather delays, approved unavoidable delays least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated dams amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentages in securities. The Contracting Agency may also at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, includingbut lot Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76 and a. Failure of the Contractor to provide the Engineer with a RCW 60.28) provided the following conditions are met: field office when required by the Contract Provisions,, 1. On contracts totaling more than$20,000.00 a release has b. Failure of the Contractor to protect sun'ey stakes, been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furrrsh a Marufaciure'. Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing aaJ inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payroils, intent to eay. retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agent the Contractor or subcontractor of any tier as required ection by sufficient to pay the cost of foreclosing on claims and to Giver 1-07.9. �i attorney's fees. f. Failure of the Contractor to pay worker's knefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain_ approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Enr in_eer to act as agent foi the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect to the payments of industrial insurance this section to a party or parties who are entitled 'tooay ment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Fneinee- elects to do s�,�will be Washington State Employment Security Department and any made only fter ? _ y giving the Cnntraetr�.r 15 :,alentdar .ays prig applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar clay period, those departments or agency organizations. 1. no legal action has commence.i to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. Page-SP-I6 , Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section (- Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS: written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment (APWA) Failure to submit with the Final Application for Payment Final Upon Acceptance of the Work by the Contracting Agency the such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims instated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) 2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A payment (monthly, final, retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claim_ s or Contract; nor shall such payment preclude the Contracting Agency causes of action. from recovering damages, setting penalties, or obtaining such other It is further mutually agreed by the parties that when any remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts deemed necessary by the Contracting Agency to assist in evaluating the claims or actions. paid to the DB, MBE, or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "KING COUNTY." If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING: the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC) accept the contract.-Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the parties unless the aggrieved party, wi[hm from the Engineer, to voluntarily submit such documents. If 10 days challenges the fmdings and decision by serving and filing voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted; 30-calendar day deadline shall begin on the date of the postmark of 2 omponent Is contrary to the terms of the contract or any c the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency to 3 Is arbitrary and/or is not based upon the applicable facts unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth ut are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or i- Page-SP-17 Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control , The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channehzmg devices, pieces of equipment or services which could such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposals they are not by the contractor. specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizin 1-10 Temporary Traffic Control device, piece of equipment or service must exceed $200 in total cost for the duration of their need. In the event of disputes the SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE _Engineer will determine what is usually anticipated by a prudent FOLLOWING: contractor. The cost for these items will be by agreed price price established by the Engineer, or by force account Additional items 1-10.1 General(RC) required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the €he work required for this item shall be all items described in provisions m this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades flashers, decreases by more than 25 percent an equitable adjustment will be construction signing and other channelization devices, considered for the item "Traffic Control" to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the Special Provisions specify furnishing, SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment and supervises 1-10.2(1) Traffic Control Supervisor RC (SA) personnel for all traffic control labor; Whcn the bid prgpgsal-inriudes aA1 ;ter. f'er "Tr 'r "- -i 3. Furnishing any necessary vehicle(s) to set up and remove -Tthe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; — for the project. The TCS shall be certified inas-a worksite traffic control supcpvisgr by gnc f tho e • t a 4. Fu,�,istling ia'ocir and vehicles for patrolling and maintain in position all of the construction signs and die traffic . The TCS shall assure that personally control devices, unless a pay item is in the bid proposal to p all the duties of the TCS are performed during the duration specifically pay for this work; and of the contract. 5. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. The-contractor shall—pre"de a vChicle ; TGS r 7. Preparing a traffic control plan for the project and desi natin the ,,unted fla�h:ng a. bc;light ibl f 360 a g g person responsible for traffic control at the b TGS ohalr not act tl t' Ti c, work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor, and subcontractors shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-I0.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans TC2 notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. — control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m. correct any problems that become evident during operation and 3:00 p.m. to 6:00 p.m., or as specified in the special 3 provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: 10. Promptly removing or covering all nonapplicabie signs 1-10.3(3) Construction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" a ppears in the proposal then well as any other appropriate signs prescribed by the Engineer I I-or required to conform with established standards will be furnished ail work required by these sections will considered incidental and by the � a Contractor. their cost shall be included in the other items of work. —3— -- Page-SP-18 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. All etl3ercosts for the work to provide Class A or Class B construction signs shall be included in The Lump Sum uaiS contract price Per-hea;:-shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s), and the appropriate pilot car sign(s) for any eae-pilot l car operation. Any necessary flaggers will be paid under the SECTION I-10.3(6)IS REVISED AS FOLLOWS: item for traffic control tabu . 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum trait contract price per 1}eur-shall be full Construction Zone pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. p^ ^°^* ^' *V,' >> I --ontro, 2;:w w;d will fumigh a pilgt ea;and d;ivc;to 'cad the 4affic Signs Glar's A,"per squa;r.fQQt panel wea, The Lump Sum unit contract price per square fQQ -shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles } t f the C t Agency > d n;;c Ar^ pilgtcd necessary for the initial acquisition, the initial installation of ol* Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The famished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be famished by the Contractor «T r Con#gj c„^Pn,:r^^" pep day The Lump Sum unit contract price pc; day shall be full jwgted T r "ll be ^c pay for all costs involved in fumishing the person(s) assigned as the "Traffic Control Supervisor" d^^i^^ an >r^^i DELETE SECTION 1-10.4 AND REPLACE WITH: authgp;xad 24 .All costs for the vehicles)required for the Traffic Control Supervisor shall be included in the Lump 1-10,4 Measurement(RC) (SA) Sum unit contract price for"Traffic Control-SupeR6ic," DgViges, " lump sum- No specific unit of measurement will apply to the lump sum Z34C lump Sum * f shall be W11 „^„f r^n ^^&tr item of"Traffic Control". SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: a When t •+' , W y "XiG GgRuol dc;,i 06 ape 1-10.5 Payment(RC) Percent of the amg;u4t bid fo;the item will be paid Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for bid f o; the item ;vill-bc paid Q;:atG`' b '^ the following bid items when they are included in the proposal: "Traffic Control," lump sum. by P;Qg9"&Payments — The lump sum contract price shall be full pay for all costs not " covered by other specific pay items in the bid proposal for The Lump Sum up-it--contract price pe-day shall be full furnishing, installing, maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(2 Th UH4 conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public.. Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RQ and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. b Payment for the remaining 70 percent of the amount All surveys and survey reports shall be prepared in accordance bid for the item will be paid r a prorated basis In with the requirements established by the Board of Registration for accordance with the total job progress as determined Professional Engineers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. Page-SP-19 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards , 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070 physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard A corner or other survey point established by or under the Detail Requirements for ALTA/AGSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including one- survev control shall be revealed on the face of the survev drawing, sixteenth corners; and as shall the method of adjustment. The horizontal component of the control system for surveys Any permanently monumented boundary, right of wav using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys corners. ' as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances signal or NAVD 1988, the North American Vertical Datum of 1988 and light poles, or any non-single family building. Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. The benchmarks) used observed for staking or "as-builting" while ,occuppying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn and shall (benchmark) will be shown on the drawing as well as a description satisfy all applicable requirements of Section I-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monumens used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short_plat required, it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of 1-11.1(4) Field Notes (RC) Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch molar, and the original or a sketch and a record of control and base line traverses describes photographic mylar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of °� WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall identify all job. The preferred method of point numbering is field notebook symbols used if each point marked by a symbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01, the second point would be 348.16.02 etc, drawing shall be submitted with each drawing. The listing should Upon completion of a City of Renton project either the field include the point number designation (corresponding with that in notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the point and northing, used by the surveyor will be given to the City. For all other work Basting, and elevation (if applicable) values all in ASCII format, surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. , i- Page-SP-20 , .Revision Date:Mav 19, 1997 1-11 Renton Surveying Standards 1-I1 Renton Surveying Standards 1-11.1(7) Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5) satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness Control Committee. marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record e.g. "Tacks in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station —Offset Topography curbs on the extension of said line with the curb." In all other RC cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5) shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature (PC),points of tangency (PT), street intersections, center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of 1-11.1(10) Station—Offset Topography (RC) tangency (PT) point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument street intersection etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey (RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC) and TITLE 9 Public Ways and Property, must be located both Corners per 1-11 1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length durable metal survey. The "as-built" survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification-number. The specific nature of improvements being "as-built'. The "as-built" survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should.occur prior to backfilling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built", of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. t- Page-SP-2l Revision Date:May I9, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment , Division 2 Earthwork quantities and changes will be computed either manually or by means of electronic data processing equipment by Earthwork use of the average end area method. Any changes to the proposed _work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall not be paid for All work and material required to return these areas to their original conditions, as directed by the Engineer shall be provided SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense. FOLLOWS: All areas shall be excavated filled and/or backfilled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans In filled Curbs (RC) and backfilled areas, fine grading shall begin during the placement and the compaction of the final laver. In cut sections fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall: shall produce a surface which is smooth and even without abrupt 1. Haul broken-up pieces ' changes in grade. to some off=prcjPect site. Excavation for curbs and gutters shall be accomplished by - right cutting accurately to the cross sections grades and elevations shown. Care shall be taken not to excavate below the specified 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed temporary mix asphalt concrete patch shall be required. de detrimental quantities of leaves, brush sticks trash and other de_ until final acceptance of the Work. Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after backfilling and compaction are complete, before placement of fills or base course the subgrade under the and before the road is opened to traffic. MC cold mix or MC:hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they re aet Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain compacting the native 3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measares any costs or 5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense. 6. "Remove Asphalt Concrete Pavement,' per square yard. If the native materials become saturated, it shall be the 7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are All costs related-to-the removal and disposal of structures and not available to complete construction of the roadway embankment, obstructions including saw cutting excavation backfilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the proiect,all portions other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work perfo?med unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by I. At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation, and unsuitable foundation excavation - by the t- Pag,e-SP-22 Revision .Date:Mair 19, 1997 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.S IS REVISED AS FOLLOWS: 2-06.5 Payment (RC) 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall he included in the appropriate unit or lump sum 1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. A (B, C, etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE provided in Sestioi; 1-04 Item 3 of this payment section. In this FOLLOWING: 4 case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swam py or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. 2-09.3 Construction Requirements haul. In rn^ ^^ °° &The unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation",per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material(RC) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project limits shall be included in the unit contract price for structure and disposing of the material. excavation, Class A or B. The unit contract price per — C r' 1 M A f 1 A' .1 h.. 1' Th° Srnr° .,.;1 cubic yard shall include haul. --- ___ _---i -� r Pay f ha;4dling at rh is gal site Any r,rlvl:-p--s-,l rhnll 7. The unit r t—p6go PC; Gubi(; yard f6r "F""h"nkment If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance., otherwise all such disposal costs shall be considered incidental to 14114an. embankments ;ire Made by bdethed A,--pPayment for the work. embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a (RC) specific separate pay item is included in the contract for gravel 2-04.5 Payment+ R fQr rho c n,,,,;nrt h;�_;rn h° ;, backfill for pipe bedding. n n included in tho F;Gposala SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS .1, "Fain", per unit. FOLLOWS: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for ail labor, materials, tools, equipment, and pumping or shall be included in the unit bid price of other items, of work if "Structure Excavation" or , Page-SP-23 Revision Daze:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring, If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense._Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. r- .Page-SF-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary 1W Division 3 dW Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were 4 No supplemental specifications were necessary necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. +,r d r r r 1: Page-SP-25 Revision Date:May I9, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) Sampinr f^r ..,plia,, ..f „r d;tio ,.,a r h it r Surface Treatments and Pavements samples-teWhen a sample from uncompacted mix is needed the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained in accordance with WSDOT Test Method 712.E g *f n w1 SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS h"wlil4g o FOLLOWS. B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is-&U.4o defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix as-provided under °tuirtic-1 or a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur-fea. Determination of-statistical-eF nonstatistical acceptance shall be �iw Wd s los togted f„r .,,.a tanse All of th- tl&t ��lra based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shallvA4 be evaluated for quality of gradation on a wpactq; May not mal;e any Gl;�qgH !9 daily" basis by the Contractor. This gradation analysis shall be The JMF based on WSDOT Test Method 104 and the results delivered to the (r^h Mix Formula) is defined in Section 9- Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the with Section 9-03.8(6)A.2.-a4id A-asphalt content shall be tested at Engineer. the F,gngineer's discretion if the Compaction Pay Factor(Section 5- The r^ntrac;w;: may rcq est a changr. in the all!-if-the 04.3(I0)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes sample per sublot, with a min;mum of five gubigts pcF gla&r,-Qf .greater than 114" and t2% for sieves smaller than the No. 10 then the costs of the sampling and testing shall be borne by the Contractor. If the 1T-st result- from the Contractor's _ arawithin the ranges listed above fro^• the ^^�"�^*^« ���", then the cost of sampling and testing will be borne by the Contracting Sampling and testing for nonstatistical acceptance shall be Agency. performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, „ni be 6..ai.,arod fer quality f radatien enl 3 -s 35--T$sttuQ-will=1�e whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. nror Ward� r,r ri- in h-; Q o 1 P 'f.t ,a ,� C. Test Results. The Engineer will furnish 'date Contractor with a copy of the results as they become available. of 211 -tl�e-R1QF4 ira fgur hour-g "Ror the Wgianing of the ou p2ving..,Qhift :Ag F will alsg prgvid-, by Agga of the a ;Lift sampling, the ompgSi Pay Fagig; � c aa-tk�-c�pk�ttad ...hen, &he propo&al quantitia;; for. that Glass of mix ar-a 'OR;; thap D. Test Methods. When sample testin .s-5t halt content is necessary, Aacceptance W&ting fcr compliance 4. all-ceItca� 2. Aggregates. _Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test equivalent and fracture based on their conformance to t}1e Method 722-T. When sample testing of gradation is ss neceary, requirements of Section 9-03.8(2)_ ,?,acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted fey Procedure; WSDOT Test Method 723-T.E. Reject Mixture tests based on Uw4p-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, prior to 02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting .'agency. Any the asphalt cement changes, a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated for evaluated and approved. acceptance. ` A. Sampling Asphalt Concrete Mixture (2) Rejection -by Engineer Without. Tesiing3 ill .:-�T-r'�'."s• A. The Engineer may, without sampling, reject any batch, load, or (I) A sample will not be obtained from either the rust or last sect;on of roadway 25 tons of mix produced in each production shift. - Page-SP-26 Revision Date:Mav 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement m2tsFi21 that appears defective in gradation or asphalt comem SECTION 5-04.03(I0)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into a!ny" pavement. Any rejected section of 5-04.3(10)A General (RC) compacted headwaypavement shall be removed. No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of rejected material be tested. If the Csontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(I0)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in mata;ial ;g logs than Q :75, i;Q paymciu will be mad@ fQ;the rvj traffic lanes, including lanes for ramps, truck climbing, weaving, _ and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis C ,.t; g Ag^,, a;;d the ^, ;n be ;;;ataa at :3 Cvh ..f using the definition of a sublot described in Section 5-04.3(8). The n 75 if :ifta; placement and ,tia CvF ; c t" specified level of relative density shall be a Composite 143, Fagzop :7c r c ,.t;„^ 1 n6!(I) using a ininimum ^f 925.0 percent of the Acceptance of the initially reference maximum density as dGwi:mined by WSDOT Tess rejected suspected material will use the acceptance sampling and A4yt#ed-705. The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that develo ed in the job mix formula JM formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adjustment of Section 5-04.3(10) vvaluatig;; of three " nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations fz� A 12 .t I e bl t r :iddkigi; to the ^ Galling ^a determined by th stratified random ^' r ro TM {@,Frog to WSDOT Tort 148thod 716 within each density lot Th quantity paprosented by each density lot will be;40 g f-cater,t 2n defoGtive iA g;:qda;i9i; Qr asph-24 romont Gontant sugh ;go a singl@ day's production @r, approximately 4QQ tons, whiGhavar ir b —ill t -rude 4,21 ,,,^to 19,.2t;^^ n MiAkRUR4 less* The Engineer will furnis a copy of the results of all acceptance testing performed in the field as soon as the results are availabl k :.nn tl R „f tho ^ in ac-ordaAce with thg &4@tiUi­l a.-coptaAc- ;@-tign Thig ;P24 workday a4e;tegting, or-fo;Aighttkno WoPkWitilig fQu;:hg;'r-r 2446; tho h of th r ;;ox; Paving 6144 Pavement compaction below 89 percent of the reference maximum density shall not be accepted Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- 04.5(l)B. detwTa fined+ For compaction lots falling below a CPF of 1.00 pay facie; and thus subject to price reduction or rejection, cores may be used (5) e r * Progress The C„^t-.,,.t„r rh.,ll i;h„t-down: as an alternatives to the nuclear density gauge tests. =O s Qper- tiQAr and Rhall 1;Q4 rcsuma asphalt Qg;;Gr-rt@ placoment Until "re 4216a b;:ih@ Cont;agting Aganvy at ;40 ;:@R9QFA Of 'ha after pavrWhen the Contracting Agency requests cores and the FFQgF@&64 level of relative density within a sublot is less than 92.0 percent, tThe costGgntraqtiPg Agvngy shall h ^h===&� for thg-coring and testing shall be borne by the Contractor When the Contracting Agency requests cores and the level of relative density within a r6) e giui;@ I_„; A„ ciuk:e lot ...ith 2 C12F .,f loge tho„ n ;5 sublot is greater than 92.0 percent the cost for coring and testing shall be borne by the Contracting Agency. sxg -T= of sartlign 1 06 '7(1)13 +ate G;^a^ ;mot Incentive y r r ^h 1 rta z r shall be 15 pv;rantr At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design- Page-SP-27 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a ig ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (921 percent of the reference maximum density SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH THE FOLLOWING: A4&thed-7A5). If a compaction test section is requested!, a Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the.job mix formula, the mix shalt not be accepted (see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC Asphalt Concrete Class D and preleveling mix shall be compacted to the satisfaction of the Engineer. Compaction (RC) In addition to the randomly selected locations for tests of the For each sublot ftompaction Ggntrol lot, a Compaction Pay density, the Engineer may also isolate from a normal lot any area Factor inGentive Price Adjustment Pacter—CW Ate} will be that is suspected of,;:being defective in relative density. Such determined based on the relative density of the tests. The isolated material will-not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. Th®--f'W hF og„ice .tie The isolated area will then be evaluated for price adjustment in accordance with this tion, considering multiplied by 40 po;Gent :Ms co;Rpactign cgmplianra D;:;-- it as a separate�sublotlet. Adjus4mow will be calculated as 414a product of CWAP, the SECTION 5-04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Misc and/or Driveway Asphalt Conc. eaGh Cl. ?92.0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 CgmplimGo vp, ndj st by ,..,l,-ulaz:,,. 90.0 0.85 job bdix r-,..,pTi;, a Rr-i;e djurt-ma,t" ,.,:n be calculated-and 89.5 0.80 89.0 0.75 r Page-SP-28 Revision Dare:Mav 19, 1997 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or,perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plans, inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material (RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard sound, durable and free from material and to suspend any work that is being improperly done, weathered portions, seams, cracks and other defects. subject to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before deliver]' to the site. 6-12.4 Measurement (RC) The rock walls shall be constructed of one-man rocks, (85 to 300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the fmished rock wail for payment will be made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13" in its least dimension; three-man rocks the nearest square yard. (800 to 1,200 pounds) each 16" in its least dimension; four-man rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height, per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required- to complete the installation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall he started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. - Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock _wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable r. Page-SP-29 Revision Date:May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel or aluminum are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-01.2 IS REVISED AS FOLLOWS. 7-01.2 Materials 7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, I polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following used. sections: SECTION 7-01.3 IS.REVISED AS FOLLOWS: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment 1 9-05.6(8) 7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-1)4.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS: jointed with snap-on, screw-on, or wraparound coupling bands as I recommended by the manufacturer of the tubing. 7-03.5 Payment_(RC) PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 141.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-0144.9, ^t the ^ of the boot....... each of the following bid items that are included In the prupi,sal: option .. all e laid dV, ream. "St. Sir. Plate Pipe _ Gage In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. Asphalt Treatment I.foot with As PE or ABS drainage tubing underdrain pipe shall be jointed with "St. As Plate Pipe Arch Gage_Ft._`n. Span", snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I. recommended by the manufacturer of the tubing. "St. Str. Plate Arch_ Gage_ Ft. _In. Spri", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING: "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per c;;r,; yard. 7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul, i> included it, the schedu*.Of Class B" or "Structure excavation Class B including haul" as a pay paces then the work will be considered incidental and its ccst item all costs associated with these items shall be included in other should be included in the.cost of the pipe. "Shoring or 1?xtra contract pay items. Excavation Class B". If it is not in the contract,them it shall be incidental. _. _ .__ ._ _ .. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS i FOLLOWS: SECTION 7-04.2 IS REVISED AS FOI 7-02.2 Materials (RC) 7-04.2 Materials (RC) Materials shall meet the requirements of the following Where steel or aluminum are referred to to this Section in sections: regard to a kind of storm sewer pipe, it shall lie understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized) Asphalt Treatment I Coated et: Reinforced Concrete Culvert Pipe 9-05.3(2) atirrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) r, Page-SP-30 Revision Date: Mav 19, 1997 7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes, Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 7-04.3(1)B Pipe Bedding (RC) 7-05.3 Construction Requirements (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall he raised or lowered to the required f SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. t th r ^ cifiyd in chip oGtio, and tho f:,,.rhad FOLLOWING: h ii Gopf prm tg th e of the c, d d 121 7-04.3(2)G Storm Sewer Line Connections (RC) Qxgapt ar, npprg-ad by th°Fn All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement(RC) the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section and be catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes catch basins and similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final adjustment shall be 7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and checked In placing the concrete pavement extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any wa y. the kind and size specified shall be full pay for all work to In asphalt concrete pavement Manholes shall not be adjusted complete the installation including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete pavement for other items. shall be cut and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface i for texture density, apd uniformity of grade. The joint between the Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such " h boxes oxes sall be measured by Adjust Existing projects using curb and gutter section, that portion of the cast iron as valve " per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1) and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame. The existing per each. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) and plastered. "AdjustNLiWrei€Existing " per each. Monuments and cast iron frame and cover: Monuments and The unit contract price per each for "Adjust monument castings shall be adjusted to grade in the same manner Existing Maphole" ^; "^djust Catch R,^ ^" shall be full pay as for manholes. Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration made in the same manner as for manholes. of adjecent areas in a manner acceptable to the Engineer. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl. Haul",per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If I :::tore Shalt w broken down to a depth of at ieasi 4Icel no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS. FOLLOWING. 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes RC Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workman ike displacement of the pipe during the compaction effort. manner. 'Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: connection of a"new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC) will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or curb inlets, carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense, before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint t- Page-SP-32 Revision Date:Mav 19; 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between SECTION 7-08.3(2)/IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement 7-08.3(2)J Placing PVC Pipe(RQ the pipe shall be placed with the minor axis of the reinforcement in In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made proper gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 hubs xill be providad by the saddle secured to the sewer main with stainless steel bands. When 9;igiaeer in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Cop.,ections (unless booted rCnnnPrtinns have h—. nrnvi.ted have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall have an "0" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backftll for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09, or by the TON. looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size, pipe(s) shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for elevation, unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe, fittings, etc. shall-be carefully handled and protected.:: Excavation of the trench will be measured as structure against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the ., the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed. specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. r- Page-SP-33 Revision Date: May 19; 1997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.11 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations", per cubic yard, or Toni. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS. "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe (RC) "Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl. Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that "Shoring or Extra Excavation Class B", per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of incidental. the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS. Water Mains 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) SECTION 7-10.4 IS REVISED AS FOLLOWS. Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. , 7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the tor, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with accordance with Section 1-09. Polyethylene Encasement (RC) tixrtio"o ..r ewn :. tha-Wa^ro &The Contractor shall lay ductile i 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment(RC) encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all 3- "Remo-21 and RcplaccmeAt of Unsuitabl@ ", pgF appurtenances, such as pipe laterals, couplings, fittings, and cubk ya;d= valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for "removal with ANSi/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run:Gravel for Trench Backfill", per cubic yard or ton. 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) furnish, place; and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" , per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains (RC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor material per Section 9-30.7B(1). shall not operate any valves on the existing system m4thout- • Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections carless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by CitV forces as provided below: Citv Installed connectitns: Page-SP-34 Revision Date:Mav 19. 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering I gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following; connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft, of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 20" 24" material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1.80 2.40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2.25 2.81 3.37 plans including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99 pipe spools shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2.85 Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1.80 2_25 2.70 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hour as determined by the formula 7-11.3(11) Hvdrostatic Pressure Test (RC) L- P A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system. These maybe L which obtained from the City by completing the required forms and I = Allowable leakage,pipeline tested making required security deposits. There will be a charge for the N = No. of joints in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test, psi permanent air vents are not located at all high points, the contractor Th@r@ Ph2l, agt ' ;2bla " abPAPt !oss shall install corporation cocks at such points so that the air can be dwing thy IS minut° feet porio 4 expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be flushedpoly_ under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that tray air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If no h t is inStall6d 't 1hQ°"d furnish the water necessary to fill the pipelines for testing purposes of-4he the main cannot be "poly-pigged", then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in normal system operation. the main. The test shall be accomplished by pumping the main up to the The "Poly pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS 2lb/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup Pipe, flushing ShAl be done water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried to the existing accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water wad. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand t- Page-SP-35 Revision Date:May I9, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Tiebolt-. ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical Joints 3/4" for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 314" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4" least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 518" and 3/4" ASTM �► SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized td Tiecoupling: used to extend continuous threaded rods and are 7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot- Before placing the lines into service, a satisfactory report shall dip alvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563 be received from the local or State health department or an approved testing lab on samples collected from representative grade C3. 510: for 5 18" and 3/4" tierods, ASTM A563, grade A. points in the new- system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 518" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36, A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip 7-11.3(13) Concrete Thrust Blocking and Dead-M.an galvanized. SS17: ASTM A242,F436. S17:ANSI B18.22.1. Block (RC) — Installation: Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked +� horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to i! standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. art All fittings to be blocked shall be wrapped with 8-mii polyethylene Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecoualini's plastic. Concrete blocking shalt be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required rods, installation and removal of formwork. — Blocking shall be commercial concrete (hand mixed concrete 4" .....................................2 is not allowed) and poured in place. 6" ...........................................2 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10"...........................................4 12".....................:.....................6 7-11.3(15) Joint Restraint Systems (RC) 14"....................................... .8 General: 16"...........................................8 Where shown on the Mans or in the specifications or required by 18"...........................................8 the engineer, joint restraint system (shackle rods)shall be used, all 20"...........................................10 joint restraint materials used shall be those manufactured by star 24"...........................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30"...........................................(16-7/8"rods) 43216, unless an equal alternate is approved in writing by the 36"...........................................(24-7/8"rods) engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten) ASTM A242 heat- Where a manufactures mechanical joint valve or fitting is treated, superstar "SST' series. H_ s strength low-alloy steel(cor-ten), ASTM A242, superstar supplied with slots for "T" bolts instead of holes a flanged valve "SS" series. with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 feet in length shapes• between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint 2i pe and tiebolts shall be installeg as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS. with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC) koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. The exposed pg;;;Qi; o SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked with debris the Contractor shall use whatever means necessary to Pipe for Water Main and Fittings _In. Diam.', per remove such debris leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of Pipe for Water Main Tn. Diam_" shall be full may for fourth inch(114") to one-half inch (112`)below finished grade. t all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap, cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement insertion and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this yard. measurement item. The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials equipment for the installation of the concrete thrust FOLLOWING. blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering, haul and disposal of unsuitable materials, Box," per each. concrete reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water maw installation of the pipe and no further compensation shall be made. including trenching jointing blocking of valve painting, "Connection to Existing Water Mains", per each. disinfecting hydrostatic testing cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions adjustment to final grade. mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault," per each. materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching, jointing blocking of valve by-pass assembly, cast-iron casting, and cover, ladder rung concrete risers as required adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. r- Page-SP-37 Revision Date:Ma-v 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching jointing blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING TAE "Blow-off assembly,"per each. FOLLOWING: W1 The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC) shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail, latest t revision. 'Air-Release/Air-Vacuum Valve Assembly," per each. hydrant). All rubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type. assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE Vi complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping the main, laying and jointing the pipe and F fittings and appurtenances, backfilling, testing flushing and 7-14.3(4) Moving Existing Hydrants (RC) disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced "Adjust Existing Valve Box to Grade (RC)," per each. with new gaskets of the type required for a new installation of the ; The contract bid price for "Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work SECTION 7-I4.S IS REVISED AS FOLLOWS: as defined in the Contract Documents; including a!! incidental 7-14.5 Payment(RQ work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly", per each. ' The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts waive painting, di;infe@ct:",. hyd wrting, ti d required for the complete installation of the hydrant assembly as Marker PG&I, specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made.- 7-14 Hydrants ., atthQ pipe ectinn the }.yd;ant to *!,e ;Rai;; will be Paid fn- "Resetting Existing Hydrants", per each. I 7-14.3 Construction Details (RC _� The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants (RC) considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed tae x ^ re,, fwm- the M n to the r,,d;ant will be ^.,:,i portion of the hydrant shall be painted with et@two field coats_. The S. Guard posts, shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving.Existing Hydrants", per each. a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made W-- ;3--f-F hyd;aat cgpmartioAs will be paid fQ; 29 preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable: for be incidental to the contract. installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hvdrant assembly shall include: cast-iron or ductile iron tee(MJ x FL), 6" gate valve(FL x MJ), 6" DI spool (PE x PE) 5- 114" MVO fire hvdrant (M.1 connection), 4" x 5" Stortz adapter,t Page-SP-38 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC) Once the television inspection has been completed the 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color lines shall be copper. and compatible with the City's viewing and recording systems. The Where instalation is in existing paved streets, the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes shall be installed by a trenchless percussion and impact method will be run at standard speed SP(15/16 I.P.S.). (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or (hoe- Section 7-17.3(2) will be the number of linear feet of completed hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck f 7-17 Sanitary Sewers tickets. ` SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: - 7-17.5 Payment (RCS 7-17.2 Materials (RC) (SA) Payment will Payment ;nayte to g��nrrlanrw _yith G vt;nn 1114 1 fnr 1 Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. er—V.G - ewer Pipe _ In. Diam.", per linear Concrete AR 2 CQ pesite foot. "ritFiffiCd r'Li�` PVC (Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot- sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) — I Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Vitr,ified S Pipe o 05-R kind and size specified shall be full pay for furnishing, hauling, and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and ABS Cg..,posite Sewer Pipe o 0S1d adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with 'type, class, and "Testing Sewer Pipe", per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING TAE required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be FOLLOWING: considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per cubic yard. The unit contract price per cubic yard for "Removal and When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full pay for all work shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or material n specified in Section k Run Gravel for Trench rench Backfill Sewer", per cubic (1)A. "Ban trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream yard, or Ton. The unit contract price per cubic yard, or Ton for "Bank Run system shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work[o outlet shall be plugged until acceptance by the Engineer. furnish, place, and compact material in the trench. "Television Inspection", per Lump Sum. r- Page-SP-39 Revision Date: May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks , Division 8 SECTION 8-13.S IS SUPPLEMENTED BY ADDING THE Miscellaneous Construction FOLLOWING: 8-13.5 Payment "Reset Existing Monument" per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type 1", per eachhundred. FOLLOWING: , "Raised Pavement Marker Type 2", per eachhuadr$d. 8-14.3(4) Curing (RC) "Raised Pavement Marker Type 3- In.", per eachhund;4d The Contractor shall have readily available sufficient "Recessed Pavement Marker", per eachhundFed. protective covering, such as waterproof paper or plastic membrane The unit contract price per eachhundrod for "Raised Pavement to cover the pour of an entire day in the event of rain or other Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete. necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation r dhe lain° a ulard •l_ 8-13 Monument Cases costs ` """p" installation pen p ,a:�.. s'iarivaiu details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crushed FOLLOWS: surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless agLof these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb kM the Plans or as staked by the Engineer or by the Contractor Cement Concrete,' but the plans call for such installation, then supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete S idcwall:. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the p_,ment FOLLOWS: shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-13.3 Construction Requirements SECTION 8-14.5 IS SUPPLEMENTED BY ADDING TYPE The monument will be furnished and set by the Engineer or by FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment (RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. "Curb Ramp, Cement Concrete," per each. After construction is complete, the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130, construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be [Wade in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otlterwise, the FOLLOWING: Contractor shall snake all excavations including haul and disposal, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall - it costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yarc .. "�,ernent Cone. Sidewalk impacted by contraction shall be considered incidental to the and the per each contract price for Curb Rarrtg Cement Concrete." contract unless specifically called out to be paid as a bid item. , Page-SP-40 Revision Date: May 19, 1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimum width for the trench will be at the option of the THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will, however, be of sufficient size so SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths 8-17.5_Payment RCZ specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS. 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC) and Electrical 8-20.2 Materials C' Where obstructions prevent construction of planned SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWING: satisfactory to the Engineer. Pius the ancho; bolt ptub,Wight shall ;;Qt exceed 4 ;nGh-r 2bg"a th- 8-20.2(1) Equipment List and Drawings (RC) ground lin� The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shalt block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled brushed edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned_ from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system-- All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit. specified below: Trench within the roadway area shall use select trench backfill 1. Where sidewalk or raised islands are to be constructed as a part of this project the top of the foundation shall be made which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. {See detail_ course or other material as indicated in the special provisions or sheet schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be installed the grade for the top and quality of the material shall be subject to approval by the of the foundation shall be as specified by the engineer.{See engineer. Trench backfill within the sidewalk area shall be made with acceptable materials from the excavation subject to the detail sheet Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by tie Engineer. The r- Page-SP-41 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduct shall be consistent within log-ti I &% continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and 411 R-,;;;; 4om the lumip:iirc base to the nearest jw"Gtig necessary fittings at the locations noted on the plans. Conduit size bQ'-- shall be as indicated on the wiring and conduit schedule shown on q A11 r notalle i uwaffiv signal : &al1a QW plans. Conduit to be provided and installed shall be of the type +� indicated below: All be ^ th "zdius less tkl tr} 3 feet Plans—uraf3e led 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other 411 Conduit °ntering— junction bores and service than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed ° f,,,,n, at:,,n Rhall ygnpipt ..f a 1.0 f.,..t 1°nn*h ..f"o1,.on .°1 within the roadway area. All joints shall be made with strict compliance to the ".apcw: fitting, equipment "ouadins conducor, s roundiFl g manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING_ 8-20.3(6) Junction Boxes The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail Non-matall;Q Gonduit May be emplPyod as an alter-pate, to sheets. The inscription on the covers of all junction boxes shall be as indicated below: lea 1. Street lighting only: "Lighting" th° et"nclard Plano AT.Wnetoll:,- nn,ln:t ig not "n^n.°,r 44a; 2. Signal only: "Signals" �� 3. Traffic signal and street lighting: "TS-LT" Aluminum cQAduit ,,,;n be " alt t , 1 ,i anal 4. Telemetry only: 'Telemetry" . Inscriptions on junction boxes performing the same function, 1 .Die uge Qf aluminum Qaduitl ghall he d tQ ahw– i.e, street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in stael� conformance with provisions contained in the standard plans and 2 Alum"nuin Conduit shall ;;Qt W^'^"°d :^ ^^^°-°t° detail sheets. The unit contract price per each for "Type I" or "Type II" junction box shall be full compensation for famishing same and for Aortigb"i ,;'ithqla the ipp;gval of the R"gives;and then. wily in the all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavation, backflling and compaction all in accordance with plans, If allowed in th6�lans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All iunction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall_ be conform to the following: installed on compacted sub grade which shall include,six inches of 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep. The cuts shall be parallel to each other and extend:2 fact one under and around the base of the junction box. Concrete shall be 1 foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and_a over conduits below the roadbed, and 18 inches below finished 4" thick Class 'B" cement concrete pad enclosing the junction box grade in all other areas.. — as per the plans, specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed restored per the Renton Standard Detail. surfacing" and/or for "concrete pad." n,' th° cgnduit, nlln °.i by chi aking, quirk- °tt.nng Page-SP-42 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the State City. system which shall be aff�Gti—'Y gFg1u;dw'J Whars metallic Go;; Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt, 2 wire 60 cycle A.C.(traffic signal service only) 2. Type II, system shall be single phase 240 volt,2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal grounded neutral service) The power service point shall be as noted on the plans and ce;iduitr shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service, conforming to Federal Specification TT-E-489. SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(11) Field Test (RC) the t 11 ♦' 'll by tur-ped to 0:104 Qperatign by rho Contr2atGr-2t the d4erz;QA of 4h@ EnginceF The Signal shnil ;0m:141 Fl h r' a win47mim nF throe ralawla;- days TUG t .1 ♦ ti, F'rrt rt .i /'` I t .i h Il F., Fl....l. ,•t,: r,4@p and go gpor - _ o 1 Th d2t@ F h F ; flRghiAg t1, rt.,n_and gg QPQ1:2tiQA I a ph all h r 11 d upon by the P' nwaotgr and the Unginger All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday. complete with a//8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diameter x 8'0" in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the nearest function box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered until are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the "Schedule of prices." 4 A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date Any deletions of channelization prior to turn on must be approved by the 8-20.3(10) Service (RC) engineer. Power sources shown in the Plans are approximate only; exact 6 City forces shall provide post and maintain proper signing location will be determined in the field. warning of new signal ahead. rT 1 h r 4h@ Dl rho C'nnr:.+l 8-20.3(13) Illumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: ♦ d in ;h@ Plans, the .1 'r Fis@Fg anal g 8-20.3(13)A Light Standards (RC) (SA) 1- Page-SP-43 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures I All ...°ghcv; &hall be AASNIC) 1.1 164-(hSTM A 325) caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p s i on yield strength of weight load and 2.33 p.s.i, for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. _ full threads. Davit Arms: ^ �'^^P^sh^'ts shalt be FlPw Ar1�I --1 Q 164-(AS:P4 A 32.5) The davit style arm shall incorporate a 5'9" radius bend the as measured from the centerline of the shaft. The outer portion o_f plus the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: mss- A one piece anchor base of adequate strength, shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads =on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The ' bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending be installed plumb, f 1 degree. moment of the pole shaft at its yield point Q. uT:":^g tpr slip base installatioashall con€nm;-te details is tha The contractor shall assure that all anchor bolts conform to the Swndm:d 1212PR recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): -tka The contractor shall supply and install a combination of #essd:WQA 4-digits and one letter on each pole, whether individual luminaire 3 Couplings shall be i-aalled to Azitbin I IS inch to 3/2 iAch of or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold white reflector'tzed 2 inch legend on a black background. The I.D. number will be assigned to each All now 14^h' °'^^`'aWR °''^" have '°a ;ncta'' tag pole at the end of the contract or project by the City traffic engineering office. be rwmpod 014;he wg4 Cost for the decals shall be considered incidental to the _, r ";•° numbe" contract bid. Light standards shall be spun aluminum davit style and shall 3- Luminair- voltage meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers pipe wrenches The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufftcient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and t- Page-SP-44 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems (RC) Dry pack mortar grout shall consist of a 1:3 _mixture of All new Opticom Priority System components shall be 500 portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a too] designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS: cutters etc, will not be allowed. All wiring inside the controller cabinet shall he trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal ystem conductor runs shall be attached to appropriate signal terminal traWlr signal sentrel syswn_ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors (RC) bid item. 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable RC 8-20.5 Payment(RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. AS FOLLOWS: "Traffic Signal ystem _", lump SUM.8-20.3(14)E Signal Standards (RC) "T w signal r lump ­— 3. Disconnect connectors complete with pole and bracket °lump c antral price em�..P i The lump sum contract price for "Illumination System —",- cable shall be installed in any: signal standard supporting a-- and "Traffic Signal ystem , and luminaire. m ns4allati,n shall ,.,,.,f m, tQ dsuilr "T;affi.c:gaal_Cgnt;gl Syg;y.., shall be full pay for furnishing a *T i it , , ,�;� , ,s i all labor, materials, tools, and equipment necessary for the�Qi i. construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with all current Washington State Department of Transportation Signal including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all WSDOT. required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to complete the proper sized sockets, open end or box wrenches. Use of pipe electrical system,'shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the 4."r d •, Ripc r D e lins,r fti nuts and bolts will not be permitted. _ Tools shall be of a sufficient size and strength to achieve adequate torquing,of the nut(s). Page-SP-45 Revision Date: Mav 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit per each price for (14)"Service cabinet" shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials labor or costs associated with providing electrical service as required by the electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of ;s gh2ll bo in the lump Sum Frige fQF tl rip ces. "........Signal head......," per each. All costs for installing conduit containing both signal and ".......Signal head mounting hardware,"per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all "2/c shld loop return cable," per.linear foot. labor, materials, tools, equipment and testing necessary and/or "3/C shld pre-emption cable,'per linear foot. incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot.' plans, detail sheets and these specifications. "Traffic signal controller and cabinet," per each. "Trench and Backfill......... wide by........." deep, " per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract,price for (3) "Trench and Backfill" per fully equipped, wired and operational controller and cabinet. linear foot shall be full compensation for excavating, loading, "Traffic signal wire," per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard, Type..., with ...-foot mast arm," per each. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing; of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, ".. .....Foundation, .......," per each.* splices to loop return cables unless separate pay items are included "Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of "Concrete Pad." proper locating of loop return "Stub-out", by direct routing of "Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires_in_a Measurement for-(7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full .......Splice kit," per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. specifications and detail sheets. "Opticom discriminator card," per each. " Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier," per each. " Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each. *The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each. couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet," per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pale on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard ......... per each. complete the installation and make the electrical equipment ........watt...Luminaire and lamp," per each. operational all in accordance with the plans specifications and ........watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each. "Service cabinet, " per each. Page-SP-46 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic L,"W;:Legend shall be full compensation for full and complete removal and A WHITE marking cnnfQyming t2he xrn+ gi"600 hauling and disposal of the foundation. praper�ieausing alphabetical letters- 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high See contract plans and detail sheets. 8-22.1 Description(RC) SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.3(5) Tolerances for Line Stripes (RQ Skip Center Stripe A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip" pattern shall be based on a-49-#'eat 24-foot unit consisting within a-49-feet 24-foot length of skip stripe shall not exceed plus I of a--19-€ee4 9-foot line and a-39-feat 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch o; 111-inch space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-2nd-a and for channelization. wchnical shall b@ pwwnt at the Ge;e-StipeAPProach Stripe *; i .,,.,tc;:W in;t llation w a the k;st llazion pr@ccdu;a. A SOLID WHITE line, 8 inches wide, used at SECTION 8-22.3(7)IS A NEW SECTION: to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8-22.3(7) Removal of Traffic Markers (RC) mark stripes shall be placed on 45 degree angle and 10 20-feet The work to remove all old or conflicting stripes, Iines, apart. buttons or markers as required to complete the channelization of Lane Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The broken or "skip" pattern shall be based on a-4A-€eet24-foot unit compensation provided oshall be made unless a separate pay item or items are consisting of a 4�eak 9-fool line and a�eai 15-foot gap. provided for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends at an nf° Rmp. The broken or "skip" pattern shall be based on a 244-5-foot unit consisting of a 92-foot 8-22.4 Measurement (RC) (SA) line and a 154,1-foot gap. The measurement will be based on the travel Ng Pass Stripe of a marking system capable... A SOLID VRr i G3Ar lino n ;.,mho" . ide r-atcd 4@R; taes$Approach stripe, barrier stripe, crosswalk stripe, and fxgw. th- 12;;V bgu;;dpd by the no pass st;4pe Ark stop bar will be measured by the linear foot of each marking type. r j it„ A h , . h Q; shall by b " , inch „ Traffic arrows will be measured by the unit with each arrow �� head defined as a unit-Typo •r RROK04 YM r n3v :. linvs� arh 4 .,.ho" ..;,rep Traffic W4wr-6le ends, handicapped parking stall symbols, te saa* d b3. 4 inch Epace zhe 14;Qkerr or-"Skip" pauc m °h^" ho preferential lane symbols, railroad crossing symbols, drainage L2qad QA 2. 40-foot unit -Q1;riRti;4g Qf a 10 fgot line 2;;d 3 30-fQat markings, and cycle detector symbols will be measured by the unit. faR* Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of ...... wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a_ sum price for "remove existing traffic markings" unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space. The broken or "skip" pattern shall be based on a-494eet 24- item then removal of existing traffic markings shall be considered I foot unit consisting of a 104 of 9-foot line and a-;Q-foot 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-4.2 8 inches wide and 10-feet lam, installed parallel to another crosswalk stripes 8-22.5 Payment (RC) and "Painted Co�-eApproach Stripe", per linear foot. parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet.. "Painted Traffic Lou,"Legend",per each. Stop Bar A SOLID WHITE line,-44_12 18 or 24 inches wide "Plastic Traffic t,ee .....gewide,", per each. unless as noted athepuise in on the Contract plans- Page-SP-47 Revision Date: May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings ' "Remove Plastic Line ....... Wide," per linear foot.# 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum.* * The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove Plastic Line" and the lump sum contract price: for FOLLOWING: "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans specifications 8-23.5 Payment (RQ and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the ' other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment ' necessary for the completion of the work as specified. i 1 t 1 1 I 1 1 1 I 1 1 1 Page-SP-48 Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the fob mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6). The determination of the fob mix formula shall be the responsibility of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toia the 9-00(A) Recycled Materials (RC) JMF The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.I(I0)IS A NEW SECTION: of materials be made, a new JMF must be approved by the Engineer before the new material is used. 9-02.1(10) Loop Sealant (RC) producod Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience "1'h° " gradation of th° ^^ ^'ata of A�Ta� D3407 "d °h^ii be installed t h •tt d h the C: t t tl, .1 installed wiut an 1 °d segti., 9 Q3 9(6) and tho ult;n Mix approved applicator in conformance with manufacturer's Dcsign Ro Tdat ins Rhall he the ;MF3 Any change sn recommendations. adjustmew of t R31 Ggns;ltup t f the TTdG a.,ta&_z The contractor shall request and obtain approval from the ^„v.;-1�r. Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_a;id Adjustmants. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band pavement, specification limits specified in Section 9-03.8(6). 9-03 Aggregates Aggregate assing 1", Broad band specification 3/4 5/8", 1/2", and limits Section 9-03.8(6). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves 9-03.8(6)A Basis of Acceptance C Aggregate passing 1/4" sieve t 6% I Aggregate passing No. 10 sieve t 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve f 4`Y conformance to the project job mix formula (JMF). 13w; the Aggregate passing No. 200 sieve t2% Notel Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate l with the gr;d^tioa data showing tha °tgc;kp:le ° gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% sloe Engineer ;^ill datcppnina tho ^°Phalt qgntem, a nti strip RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerince limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. PrQPg;4,QR °f Lh t;;:Il mix wrto 411 V,a t., datepmin°lhn 1 06 1(l). .,t-go of .VP. 21r by ighr &Q ha 2dded Tha adz thud No 1 Page-SP-49 Revision Date:May 19, 1997 9-04 Joint and Crack Seating Materials 9-05 Drainage Structures,Culverts,and Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: . to the range @f the prop@;4ign spcgifi 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and Q Adjugunem moo[ type incorporating a fully retained single rubber gasket in I Agg•cgarno Upon r f the r accordance with ASTM C361 or AWWA C302. Rubber gasket _material shall be neoprene. maximum-of I p nr F., ;he aggregato vet2kicd On rl, Al 1 n SECTION 9-05.7(4) IS SUPPLEMENTED BY THE ATn_An rioveg, and n S., enr for the n .,r rh 1.T FOLLOWING: w ro;oct r~ .,;d@d tkv ,.haage, ill p-od m r ':1 f 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints D ngiavop p (RCS ndjustmontg a; ordered by;he 9Rg4;@@r will be copridorad as a new Hydrostatic testing of rubber gasket joints shall be performed JIaru ecljus;nwius he„o;;d thew limit 'n d 1 r f in accordance with ASTM C361 or AWWA C302 except test F;@", dj:. The adiuswd 34P plus or minus the ll d pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS sp@Cif4Ga6Q;;9 r FOLLOWS: 2_ Asphalt cowent The ?rgJCst Brlginr;er May-order P 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Of n 3Per9ent 49m the a$Freugd--11 Z NO f 1 a of n e 2NT-Q bl 36 and these SF®sifasatiens The sae,-Qgat;;,g, odi n 2 r f the 'r- 1 TA,fR ill h madg 4h r thV-6�6��tig;l&' The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000, Ml BG 610. be furnished with pipe ends cut perpendicular to the longitudinal l axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits _; .,..r..ra;dlyr be f pmed aom_ 2 SECTION 9-05.4 IS REVISED AS FOLLOWS: conform tQ One of the Ulo*,ing 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) 2 0.3;U ;nGh ,1Q it4ch wide by 0,4375-iach (wiak ) Steel culvert pipe and pipe arch shall meet the requirements of 3, 3.14 ;n..h ,.Ado by vu in,.h ,goo., at 11 in-hi.o coniCT-40 AASHTO M 36, Type I and Type H. Welded seam aluminum seater: coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is , acceptable and shall be.asphalt treatment coated. ghall "au,-48-tad­X; SECTION 9-05.7(2)1S DELETED AND REPLACED BY THE 0 05,4(3)sad 905 4r 4 FOLLO R :ING Steel spiral rib storm sewer pipe shall be rnaraufactureu ..f 9-05.7(2) Reinforced Concrete Storm Sewer Pipe, metallic coated (aluminized or galvanized) corrugaV�d steel .^nd (RC) inspected in conformance with Section 9--05.4. Tine Size, coatu!L Reinforced Concrete Storm Sewer pipe shall conform to the and metal shall be as shown in the Plans or in the Sr= ications. requirements of ASTM C-76 and shall be Class IV. Cement used For spiral rib storm sewer pipe, helical ribs shall proica� — outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type 11 in single thickness of material. The >ibs sha be LmentWiy, conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum yerticai FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface_of rib . rtte maximum 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to cxiteer(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the ' (D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shat! be 4_minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs I , AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway Page-SP-50 Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 314 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch_— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high (measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corners of the ribs shall be 0.0625 inch with an allowable tolerance of 10 percent. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS ANEW ADDITIONAL SECTION. 9-06.5 Bolts 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING: manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts (RC) Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specifications. The following standard speciflications shah apply iv anchOL- 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light signal and strain poles provided that the (RQ Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall I. The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall Spi;:a! ;:;b stgRn sewep pipe shall hava Lelical pibs that prgjacA be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. n n 214TQ 196 SQGtj,..:7-, 2 The anchor bolts for signal poles and strain poles shall Z 03:75 :.. i 1.18 :.,Gh ,..:.,e by n 4375 :nGh (,.,;.,:.,,um) meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or 3. 3.44 inch - 14 kwh .,.:,io by n oc inr-, (;nin;..,um) loop specifications provided by the manufacturer. All anchor bolts nuts and, washers shall meet the pole n au ;nGh wide by aru inch dace at 11 :.,cber coma; manufacturer's specifications and shall be hot dipped galvanized ceutei- unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 Paints When Faqwircd, spiral rib pipe gh:ill b- hituminour treated 0 Paved The bite..:.oup tr-an pent for spiral r;h pi _shall ygnfof-n. SECTION 9-08.8 IS A NEW SECTION: 9-08 8 Manhole Coating System Products (R C) project For spiral rib storm sewer pipe, helical ribs shall outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(l) Coating System Specification (RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + L Page-SP-51 Revision Date:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint Svstem Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number a. Buried, and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal compartment board 9-08.8(2) Coating Systems with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops A. High Solids Urethane The contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the Coating System: C1 signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. Surface Preparation: In we with SSPC SP-7 8, Detector loop wire shall be No. 1244 AWG stranded (Sweeep p o or r brush off blast) copper wire, Class B, with chemically cross-linked polyethylene Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed (11) S4_pa"r gommunications cable NCO) shall meet REA 24houil in any case specification PE-39 and shall have ;ix pair, 19 AWG wires System Thickness: Primer:mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable Coatings: Primer: One coat of Wasser MC-Conceal high solids shall have a petroleum compound completely filling the inside of 2 coats the cable. , urethane( 0 Finish: The shielded communications/signal interconnect cable shall Two or more coats of Wasser meet the following: MC-Conceal (min. 4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 ate_ 9-23 Concrete Curing Materials and 2. 'Insulation: solid, virgin high density polyethylene or A dm;Ytvvrwc polvnroovlene, with telephone industry color rndinQ_ 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk 9-23.9 Fly Ash (RC) and meet strict capacitance limits. 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, ' FOLLOWING. temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit,(RC) continuous covering. The conduit P.-V--.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed ' indicated below: sequentially a minimum of 2' along the outer jacket. 1. Schedule 80-Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded ASTM, Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) , 9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized board. , steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern) as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" The filter shall bd charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. ' The above inscriptions shall not be higher than the top surface of the cover plates. r. Page-SP-52 ' Revision Date:Mav 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts, 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit 9F6" elY low shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS: service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. 9-29.13 Traffic Signal Controllers (RC) Pre-emption shall sequence as noted in the contract. Pre-emption equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not alternating current and shall use the power line frequency as a time altered. base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transisto-m shall be individ'u'ally replaceable utilizing approved that plug directly into ck wired to accept 3-M dic rnator standard soldering techniques. Intergrated circuits shall he type units. The preemption system operation shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City soldering. All components shall be standard "Off the shelf" items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed establish the sequence of signal phases, including overlaps, in "line of sight" path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: intersection. a Optical energy detectors-which shall be mounted on the SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy emitter's signal. FOLLOWS: b Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle 2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence located behind the police panel door is turned to the flash position, diagram. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TIM O E." When the switch is placed on O Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of 40°F immediately resume normal cyclic operations at the beginning of to +180°F(=40°C to +85°CZ artery grag elY low. 4. Power Interruption. On "NEMA° controllers any power d Shall have internal circuitry encapsulated in a semi interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. shall re-energize consistent with No. 2 above to ensure an 8 second e Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro flash period prior to the start of artery green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, arise time less than one r microsecond and half power point pulse width on not less than esequencing of the controller and the signal displays shall thirty microseconds. f, Page-SP-53 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Discriminator X 07„:r-ad to a,r ish erlap boa;t ,,,;rh a"h � t Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. ATC 4 A .atjgj;S f h• t tt b. Shall provide for a minimum of two discrete channels of optically isolated output. 4;diG:1tiQAS fey .:n,: ap.'2.1s aeratrallers When a pre-emption detector detects an emergency vehich the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the 411 QQ;u;gl1Q;:6 shall F;gvida a gap out" phase selected until the detector no longer detects the emergency vehicle. � When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance , are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall , be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic FOLLOWING: signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.I3(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.130 Radio Interference Suppressors FOLLOWING:OWI W__ ..f�n A Cornell-Dubiler radio interference filter NF 10801-I 30 ��•iJt/�A Envirurmiientar, rerformance and Test amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic , Additionally, all power supplies shall have noise immunity From Controllers (RC) other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. out of all timing circuits, phasing and signal operation shall be at 9-29.130 Traffic-Actuated Controllers (RC) the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or more intersections. demonstration by the contractor of all integrated components All solid-state electronic traffic-actuated controllers and their satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until_a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted,in the contract, must specifically conform to current entire integrated system has been demonstrated. The , NEMA specifications. When—pe;miuod,—type 379 sentrel . rh2n demonstration by the contractor to the Engineer of all components as;ag„i me. rQnfp;m to 1�WA—Fubli;at{en IR 7g-1 functioning properly shall not relieve the contractor of any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestate_d units. Volume-density timing features shall be provided on all control gear when field installed. , controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED Eyaq, Pin of a rppmogting plug hall > r'1' d AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) 4ee ^and•ate and—demenstrat•ie•n----,f app:^o,.e—,..e. —,e—.. -�— Lnb6FZtQ;3'tostingT I Page-SP-54 ' Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fait safe monitor, the 9-29.13(7)D Controller Cabinets (RC, SA) controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness Iles; normal cycling operation while the intersection remains in flashing yAgdygdsheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may he clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase, accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" Fail Safe Unit position A second switch shall be the auto-flash switch. When placed in the "flash" position controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amber and pedestrian walk indications. c L *i main dogr aW pglig@ ei a^^r-_shat! h^..o ^ The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. e The Controller cabinet shall have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications). damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE numbering system is used for the cabinet wiring, then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided, housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and meet 1-1-h- Specifications for light output Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. Page-SP-55 Revision Date: May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical , Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of , border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gr — ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3) (RC)IS DELETED. between the signal head and mast arm. All mounting hardware Sri� _Po13,��rbenate l rai€i^ S1g�:sTt�;, (RC) will be of the top-mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. Position of the signal heads shall be located as close as o �0 1 a ;„ t,_p�h,^^.t,�.,^ro m,^ c 1 T__ possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same 1p ane (RC) ' and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other P-29 16(3)8 12-inch n^t.r^ bonaW TPaff -�c s•^ t miscellaneous mounting hardware shall be stainless steel. g (RC). SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings ' Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 1304=volt operation, 595 minimum Pitting; f r Typo A4 aad N mounts initial Iumen, 665 rated initial lumen, 8,000-hour minimum, wRpail4wdrAll et1"—hardware for ether mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow ' traffic signal lamp. Twelve inch traffic signal heads require g;v@a-baked enamel. =130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base. Bulbs shall be installed with the opening between the ftl anent v. � d^ 9-29.1A(1) Induction on T onp D-trotnrc (RC) ends Y SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal.Detector amplifiers shall be Detector Systems model 810A or f , 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. Ampli€tr-ins: alled aluminum of the tunnel type, unless specified with Type 1'1!1 ^^nt;ols ^h.,ll ..^nf^rm to 1:43ATA publig tion IR 72 otherwise in the contract. Visors shall have attaching ears for 4-63' J installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. , 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iasaadessgn- fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed_.=Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be ^'°.,r tr-aMc signal lamp rated f 110..^,t ^ rat:^^ It ^H^ constructed of aluminum , and the louvers shall rated 3120 inifi,, lumc^ SOW h^.,r amepago i4 7 7116-ingh light ' be constructed of anodized aluminum painted flat black. renw;length n-" bulb Dimensions and arrangement of louvers shall be as shown in the Word messages,yti bon spegirlvd,--shall ^ @;,;do I @"-;^ contract. - mini .ura of 4 14' ;Prh:. es—high,—Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH. Housings shall be die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal ellow enamel. ( , Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type (RC) 5-inch square cut border and painted black in front and vellow in back. The fiber optics shall be drawn from optical glass of high purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime , r- Page-SP-56 ' Revision Date: May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting (RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated) G.F.I. Type Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single hase 120/240 volt p grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service) 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast, no external transformer, and operate at 30 watts. The pole mounted terminal box shall be made of molded The heads shall display two symbol messages, "hand" (for the " fiberglass be grey in color, be approximately 16" high x 13-7/8" do not walk mode) in Portland orange and `Man (for the walk wide x 5-7/8" deep and have a minimum of 16 terminals on the mode) in lunar white. The message module shall consist of two terminal blocks The box shall be weather tight have a single door neon gas tubes enclosed in a housing made of polycarbonate with continuous hinge on one side and screw hold downs on the plastic. The lens material shall be polycarbonate plastic. The visors shall be flat black in color. door locking side All hardware will be sta inless steel. All mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated to The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. t- Page-SP-57 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials , 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water. ' the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS: SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. 9-30.30 Combination Air Release/Air Vacuum Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty,' combination air release valve or I pressure of 200 PSI: Gate valves shall be Iowa List 14, Mueller e ual. Company No. A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air , All gate valves less than 12" in diameter shall include an'8" x release valve as show on the plans is approximate. The installation 24' cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12" gate valve assembly vault and 1" ' bypass installation. 9-30.3(8) Tappii`g Sleeve and Valve Assembly(RC) Gate valves shall conform to AWWA C500 and shall he iron Tapping °lee•:es shall be A -•:'° ' :-'--- --' YY"'b ° ° 4aJl tiVll, %J1XLL1G iron eidil,@Sg l66FT body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. , and O-ring stuffing box. RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION: Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC) exceed the requirements of AWWA Standard C509 latest revisions. ' Permanent blow-off assembly shall be #78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow-off permanent blow- �xy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail, parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off ' assembly shall be installed at location(s) shown on the plans. requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The Temporary at location assembly on new dead-end water main shall valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow off assemblies for testing and flushing the , directional flow. The stem shall be independent of the stem nt t or new water mains will not be included under this item and shall be dire integrally cast. — considered incidental to the contract and no additional payment Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the CQy SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE ' specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening with the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening._ Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Compression type fire hydrants (opening against pressure) , Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE ' All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a ` concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. P. Page-SP-58 , Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTION 9-30.6(4) HAS BEEN REVISED AS FOLLOWS: proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression type with gripper ring. pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. Page-SP-59 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of (March 3, 1997) Common Borrow is added. "Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends"formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND AA A n,, V,r�,,.,-%XT A C'�T YTl�TT,TT. r.�> ,�, ...�.., RESPONSIBILITIES TO THE PUBLIC V7.tAX41 OGl.11V1Y G-1�7, .711CVk-JL U cr.EXCAYA11ON (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 1-07.9(5) A new Amendment. Sub-section 2-09.3(4) Required Documents is revised. Sub-section Construction Requirements, Structure Excavation, Class B, Sub-section 2-09.4 Measurement, and 1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub- "Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density 09.APi SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 l0.AP1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 02.AP3 SECTION 3-02, STOCKPILING (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March 3, 1997) Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. r- Page-SP-60 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS ' SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT ' (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) ' Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is ' Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS ' Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction , (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment ILAP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) ' section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised. added. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) , SECTION 7 "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS , CATCH BASINS (March 3, 1997) (March 3, 1997) Revised to include drywells. New standard item Construction Requirements revised. ' 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20:3(4) ,ANCHORS Foundations is revised. Sub-section 8-20.3(13)A (March 3, 1997) Light standards is added. ' This section is deleted in its entirety. "Equipment List and Drawings" revised. 21.AP8 SECTION 8-21, PERMANENT SIGNING 08.AP7 SECTION 7-08, GENERAL PIPE (March 3, 1997) INSTALLATION REQUIREMENTS (March 3, A new Amendment. Sub-section 8-21.3(6) Sign ' Refacing is revised. Sub-section 8-21.2 Materials A new Amendment ent Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying-- Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar ' Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 , (March 3, 1997) Measurement is revised. A new Amendment. Sub-section 7-17.3(2)C "Materials" revised. Infiltration Test is revised. Sub-section 7-17.2 Materials is added. ' "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) r. Page-SP-61 Revision Date:May 19, 1997 au WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber +•w (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. r Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. r "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. .r A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. "Gravel Backfill", revised to include drywells. (March 3, 1997) r+ "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16,,FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Posts and Blocks", revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS .. CULVERTS, AND CONDUITS (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-17.1 General A new Amendment. Sub-section 9-05.6(4) is revised. Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT r 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. Anew Amendment. Sub-section 9-21.1(1) ..r Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) .r Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 dw A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. Placing in Treating Cylinders is revised.. .. Page-SP-62 Revision Date: Ma_v 19, 1997 s t WSDOT AMO MEN S W SDOT.DOC\ r WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special - Provisions contained within the contract document. r i Page"D-i Revision Date:May 19, 1997 r Table of Contents , WSDOTAMENDMENTS...................................................................................................................................i SECTION 1-04, SCOPE OF THE WORK March 3, 1997 ......................................................................................... 5 1-04.6 Increased or Decreased Quantities........................................................................................................ 5 SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................ 5 1-07.9(5) Required Documents ..................................................................................................................... 5 1-07.11(10)B Required Records and Retention ................................................................................................. 1-07.13(4) Repair of Damage........................................................................................................................ 5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997........................................................................... 6 1-09.8 Payment for Material on Hand............................................................................................................ 6 SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997 ........................................................................ 6 1-10.2(1) Traffic Control Supervisor.............................................................................................................. 6 1-10.2(1) General...................................................................................................................................... 6 1-10.2(3) Conformance to Established Standards..............................................................................................8 1-10.3(1) Traffic Control Labor.................................................................................................................... 8 1-10.3(2) Traffic Control Vehicle.................................................................................................................. 8 1-10.3(5) Temporary Traffic Control Devices................................................................................................... 8 1-10.4 Measurement .................................................................................................................................. 9 1-10.5 Payment......................................................................................................................................... 9 SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 , 2-03.3(14)I Embankments at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997..................................................................................10 , 2-09.3(1)E Backfilling ...............................................................................................................................10 2-09.4 Measurement .................................................................................................................................11 j 2-09.5 Payment........................................................................................................................................11 SECTION 3-02,STOCKPILING AGGREGATES March 3, 1997..............................................................................11 3-02.3(1) Asphalt Concrete Aggregates................ ........................................................................................11 ' SECTION 6-02, CONCRETE STRUCTURES March 3, 1997...................................................................................11 6-02.3(4)D Temperature and Time For Placement............................................ ............................................11 6-02.3(11) Curing Concrete........................................................................................................................12 6-02.3(17)J Face Lumber,Studs,Wales, and Metal Forms ................................................................................12 6-02.3(24)A Field Bending..........................................................................................................................12 6-02.3(25)F Prestress Release......................................................................................................................12 SECTION 6-10, CONCRETE BARRIER March 3, 1997..........................................................................................13 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment........................................................................................................................................13 SECTION 7-05,MANHOLES,INLETS, AND CATCH BASINS March 3, 1997...........................................................13 SECTION 7-05,MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS...............................................................13 ' 7-05.1 Description............................................................................................................................ .......13 7-05.2 Materials.......................................................................................................................................13 7-05.3 Construction Requirements................................................................................................................14 7-05.4 Measurement............. 7-05.5 Payment........................................................................................................................................14 SECTION 7-06,CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 Page AMD-ii Revision Date:May 19, 1997 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Materials.......................................................................................................................................15 7-08.3(1)A Trenches....................................................................................... ...............15 ............................ 7-08.3(1)C Pipe Zone Bedding.....................................................................................................................15 7-08.3(1)C Bedding the Pipe.........................................................................................................................15 7-08.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-08.3(2)G Jointing of Dissimilar Pipe............................................................................................................16 7-08.4 Measurement .................................................................................................................................16 7-08.5 Payment........................................................................................................................................16 SECTION 7-17, SANITARY SEWERS March 3, 1997 ............................................................................................16 r 7-17.2 Materials................................ ......................16 ................................................................................. 7-17.3(2)C Infiltration Test.........................................................................................................................17 �r SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997 .............................................................................17 8-09.1 Description....................................................................................................................................17 8-09.3 Construction Requirements................................................................................................................17 8-09.3(5) Recessed Pavement Marker..............................................................................................................17 .� 8-09.5 Payment........................................................................................................................................17 SECTION 8-11, GUARDRAIL March 3, 1997.......................................................................................................17 8-11.3(1)C Erection of Rail.........................................................................................................................17 ar 8-11.3(1)D Anchor Installation....................................................................................................................18 SECTION 8-15,RIPRAP March 3, 1997..............................................................................................................18 8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement .................................................................................................................................18 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997........................................................................18 8-17.3 Construction Requirements................................................................................................................18 SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 +. AND ELECTRICAL March 3, 1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.......................................................................................................................19 an SECTION 8-21,PERMANENT SIGNING March 3, 1997........................................................................................19 8-21.2 Materials.......................................................................................................................................19 8-21.3 Construction Requirements................................................................................................................19 ,. 8-21.3(4) Sign Removal..............................................................................................................................19 8-21.3(9)F Bases ......................................................................................................................................20 8-21.3(10)A Sign Lighting Luminaires...........................................................................................................20 8-21.3(9)G Identification Plates...................................................................................................................20 .s 8-21.3(12) Steel Sign Posts............................................................................................ .........................20 SECTION 8-22,PAVEMENT MARKINGS March 3, 1997.......................................................................................21 8-22.2 Materials.......................................................................................................................................21 s SECTION 9-02,BrI'UNIINOUS MATERIALS March 3,1997...................................................................................21 9-02.4 Anti-Stripping Additive....................................................................................................................21 SECTION 9-03,AGGREGATES March 3, 1997....................................................................................................21 9-03.12 Gravel Backf ll..............................................................................................................................21 9-03.12(5) Gravel Backfill for Drywells.........................................................................................................22 .r 9-03.14(2) Select Borrow............................................................................................................................22 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS.March 3,1997............................................................22 r9-04.3 Joint Mortar..................................................................................................................................22 SECTION 9-05,DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands.......................................:...................................................................................22 „r 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22 Page-"D-iii Revision Date:May 19, 1997 r 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe ................................................................................................23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23 ' 9-06.16 Roadside Sign Structures.................................................................................................... .............24 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts...............................................................................................................................24 , 9-06.5(5) Bolt, Nut, and Washer Specifications...................................................................................................... SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders .............. 1 SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins ...........................................................................................................26 9-12.7 Precast Concrete Drywells.................................................................................................................26 SECTION 9-13,RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997 ....................26 9-13.4 Concrete Slab Ri ra ................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26 9-16.3(1) Rail Element...............................................................................................................................26 , 9-16.3(2) Posts and Blocks............................................................................................... 9-16.3(5) Anchors.....................................................................................................................................27 I i 1 1 Page-"D-iv ' Revision Date:May l9, 1997 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage ar { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE 2' WORK March 3, 1997 1-04.6 Increased or Decreased Quantities low The first sentence of Item no. 1 in the first paragraph is revised to read: 6 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the original bid quantity. n Item no.2 in the first paragraph is revised to read: Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount originally bid for the item. 7 Item no.4 in the second paragraph is deleted. j- { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE 9 PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1' March 3, 1997 11 1-07.90 Required Documents The fifth sentence of the third paragraph is revised to read: Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the contract provisions. r 1-07.11(10)B Required Records and Retention The reference to"PR 1391" in the first sentence of the second paragraph is revised to read°FIIWA 1391°. The third paragraph is revised to read: 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all Contracting Agency funded projects,and those Federally funded projects under$100,000. w. 1-07.13(4) Repair of Damage The second sentence of the first paragraph is revised to read: For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 1-04.4 rrr Page-AMD-5 Revision Date:May 19, 1997 r 1-09.8 Payment for Material on Hand 1-10.2(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, ' 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 4 1-09.8 Payment for Material on Hand ' 5 The first sentence of the fifth paragraph is revised to read: 6. 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, - 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS o in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. o - Page AMD-6 , Revision Date:May 19, 1997 1-10.2(1) General 1-10.2(1) General aw 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. aim A 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 6. Attending all project meetings where traffic management is discussed. n 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 5 The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be able to be on the jobsite within a 45-minute time period after notification by the Engineer. 8 The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-04013, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. tr' Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. .• The TCS may make minor revisions to the traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. o A reflective vest and hard hat shall be worn by the TCS. Page-AMD-7 Revision Date:May 19, 1997 r 1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 ,4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9• o The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(1) Traffic Control Labor ' 5 The first sentence of the second paragraph is replaced with the following two sentences: 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. 9 0 1-10.3(2) Traffic Control Vehicle 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary o storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, ' 2 approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. 6 7 1-10.30 Temporary Traffic Control Devices I 8 The first sentence of the first paragraph is revised to read: 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this i item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 Page-"D-8 Revision Date:May 19, 1997 1-10.4 Measurement 1-10.5 Payment 1-10.4 Measurement The fourth paragraph is revised to read: 3 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties r described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 1� The following paragraph is inserted after the fourth paragraph: 9 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. The sixth paragraph is revised to read: 5 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing the work required by this section but will be excluded from payment under this section. rr I 1-10.5 Payment The bid item "Traffic Control Supervisor", per day, is revised to read: r., "Traffic Control Supervisor", per hour. The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. r. 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read "Section 1-10.3(5)". IN 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for '!! the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control Supervisor". "r The last paragraph of this section is deleted. Page-AMD-9 Revision Date:May 19, 1997 r 2-03.3(14)I Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT't 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly ' 8' around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers ' i and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall Frove that the abutment is stable, both for overturning and ' 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear o any added cost that results from the change. 1 2 2-03.3(14)K Select or Common Borrow Including Haul 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). , 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page-AMD-10 Revision Date:May 19, 1997 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement 4W 2-09.4 Measurement �. Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: 40 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: y` For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. .r. 2 Under "Horizontal Limits" the following new paragraph is added: L For drywells, the limits shall be in accordance with the Standard Plans. 5 The paragraph for "Gravel Backfill" is revised to read: .. 8 Gravel Backfill Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the low cubic yard in place determined by the neat lines required by the Plans. 1 2-09.5 Payment The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, STOCKPILING AGGREGATES March 3, 1997 3-02.3(1) Asphalt Concrete Aggregates The first paragraph is revised to read: Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, +� except as modified in Section 9-03.8. { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE 55 STRUCTURES March 3, 1997 a 6-02.3(4)D Temperature and Time For Placement 'r The first paragraph is supplemented with the following: it Page-AMD-11 Revision Date:May 19, 1997 AW 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being z placed. 3 4 6-02.3(11) Curing Concrete , 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)) is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 s 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. 9 o 6-02:3(25)F Prestress Release 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the o Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of i the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. Page-"D-I2 Revision Date:May 19, 1997 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE BARRIER March 3, 1997 1 6-10.3(1) Precast Concrete Barrier The first two paragraphs are replaced with the following paragraph: The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same conditions show the concrete has reached 4000 psi. The fifth paragraph is revised to read: - Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be cured in the forms until a rebound number test, or test cylinders which have been cured under the same conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No additional curing is required once the barrier is removed from the forms. 6-10.5 Payment ,r Section 6-10.5, Payment, is supplemented with the following: 0 "Single Slope Concrete Barrier", per linear foot. The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 7-1-05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 The title of this section is revised to read: SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". a 7-05.2 Materials This section is supplemented with the following: Crushed Surfacing Base Course 9-03.9(3) Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 Revision Date:May 19, 1997 7-05.3 Construction Requirements 7-05.5 Pa ment 1 Precast Concrete Drywells 9-12.7 , 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 4 ' 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: ' 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in o* accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. , 3 4 The third paragraph is deleted. - 5 1 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: - 1 2 - Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: _ 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures o shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page AMD-14 Revision Date:May 19, 1997 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum w The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and 3rw drainage geotextile. { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, s" CONCRETE PIPE ANCHORS March 3, 1997 7r This section is deleted in its entirety. { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 r. 7-08.2 Materials 2 This section is revised to read: Materials shall meet the requirements of the following sections: 5 Gravel Backfill for Foundations 9-03.12(1) Gravel Backfill for Pipe Zone Bedding 9-03.12(3) s� Bedding Material for Thermoplastic Pipe 9-03.16 o 7-08.3(1)A Trenches The second paragraph is revised to read: ,r. ? The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given by the Engineer. ow 7-08.3(1)C Pipe Zone Bedding This section heading is revised as follows: If 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone Am bedding". 2 rr 7-08.3(2)D Pipe Laying - Steel or Aluminum The first paragraph is revised to read: " Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed together with approved bands. to Page AMD-1 S Revision Date:May 19, 1997 ow 7-08.3(2)G Jointing of Dissimilar Pie 7-17.3(2)C Infiltration Test ' 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: ' 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a , 6 pipe collar as detailed in the Standard Plans. 7 81 7-08.4 Measurement ' 9 The following new paragraph is inserted after the first paragraph: o ,1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding" 9 o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the , 1 installation of culvert and storm Sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 1 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: ' 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per r 1 hour)". Page-AMD-16 , Revision Date:May 19, 1997 8-09.1 Description 8-11.3(1)D Anchor Installation Yrt { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED PAVEMENT MARKER 3 March 3, 1997 as s 8-09.1 Description The word "raised" is deleted from the first and second sentences. 90 8-09.3 Construction Requirements R This Section is revised by adding the following new Section: &A 0 8-09.3(5) Recessed Pavement Marker The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 10 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. r 8-09.5 Payment The first paragraph is supplemented with the following new bid item: 60 7 "Recessed Pavement Marker", per hundred. ,m The second paragraph is revised to read: 0 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. s` { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL March 3, 1997 8-11.3(1)C Erection of Rail The following paragraph is inserted after the second paragraph: When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be ow I installed. The inside and outside rail elements shall not be staggered. 3 8-11.3(1)D Anchor Installation The heading is revised to read: .. A Terminal and Anchor Installation as The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 Revision Date:May 19, 1997 00 8-15.2 Materials 8-20.2(1) Equipment List and Drawings 1 2 This section is supplemented with the following: 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP 9 March 3, 1997 o 8-15.2 Materials , 1 The reference to Slab Riprap in the first paragraph is deleted. 2 3 8-15.4 Measurement 4 The third paragraph is revised to read: 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS , o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been-trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 o Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 TC "SECTION 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page-AMD-18 Revision Date:May 19, 1997 8-20.3(13)A Light Standards 8-21.3(9)F Bases i The Contractor will not be required to submit shop drawings for approval for light standards conforming to the pre-approved plans listed in the Qualified Products List. 3� 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. ,ow The first sentence of Item No. 4 in the third paragraph is deleted. { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT �.. SIGNING March 3, 1997 8-21.2 Materials The second sentence of the first paragraph is revised to read: 3 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the requirements of Section 9-06. 8-21.3 Construction Requirements s 8-21.3(4) Sign Removal This section is revised to read: d" Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the A Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, OW metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: aw WSDOT Central Sign Shop, 2809 Rudkin Road, Union..Gap, Washington 98903. The contract number shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical rr. completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall become the property of the Contractor and removed from the project. The Contractor will be charged $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 8-21.3(9)F Bases T The second sentence of the second paragraph is revised to read: Page AMD-19 Revision Date:May 19, 1997 r 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials 1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all , 2 other sign structure bases. 3 4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". , 0' 1 This section is revised by adding the following new sections: 2 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign ' 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign , 7 structures and give them to the Engineer. 8 9 8-21.3(12) Steel Sign Posts , 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 ,2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. ' 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 TC "SECTION 8-22 PAVEMENT MARKINGS SECTION 8-22 PAVEMENT 5 MARKINGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved i materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 , Revision Date:May 19, 1997 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow No The second sentence of the eighth paragraph is revised to read: Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for the area actually removed. s� { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02, BITUNIINOUS MATERIALS March 3, 1997 9-02.4 Anti-Stripping Additive This section is revised in its entirety to read: When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the aggregate on the cold*feed. Once the process and type of anti-stripping additive proposed by the Contractor �A have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and G amount of anti-stripping additive shall not be changed without approval of the Engineer. !� When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the u Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. • When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall not exceed 0.67 percent by mass (weight) of the aggregate. .. The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. r.. { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES March 3, 1997 9-03.12 Gravel Backfill This section is supplemented with the following new section: 9 9-03.12(5) Gravel Backfill for Drywells Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, Grading No. 4 in accordance with Section 9-03.1(3)C. 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." .r. Page-AMD-21 Revision Date:May 19, 1997 rr 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 1 { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- ' 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 4 9-04.3 Joint Mortar , 5 The first paragraph is revised to read: 6 7• Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" ' o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 1 March 3, 1997 ' 2 9-05.4(7) Coupling Bands , 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and , 1. PVC Sanitary Sewer Pipe ' 2 The section heading is revised to read: , 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" 0 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe , 6 The section heading is revised to read: 7 Page AMD-22 ' Revision Date:May 19, 1997 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe The first paragraph is revised to read: 5 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. LThe first sentence of the third paragraph is revised to read: 1 Qualified producers are identified in the Qualified Products List. 4 The fifth paragraph is revised to read: L Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 L 9-05.19 Corrugated Polyethylene Culvert Pipe ` U The second sentence of the first paragraph is revised to read: �. The maximum pipe diameter shall be as specified in the Qualified Products List. The first sentence of the fourth paragraph is revised to read: ,Ir 5 Qualified producers are identified in the Qualified Products List. .w 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: �ir The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" }SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 This section is revised by adding the following: 4W - 9-06.16 Roadside Sign Structures vim All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable r. alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-"D-23 Revision Date:May 19, 1997 40 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications ' 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 '5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 - 7 brackets Aluminum Alloy 6061 T-6 , 8 bosses for Type 2B brackets ASTM A 582 9 coupling bolts ASTM A 325 o anchor bolts ASTM 304 stainless steel for threaded ' 1, portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion. 3 '4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as 5 follows: 6 '7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 'o For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts , 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's o Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 2 9-06.5(4)'`Anchor Bolts 3 The first,paragraph is revised to read: 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts ' 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot ' 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". Page-AMD-24 Revision Date:May 19, 1997 L9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND LUMBER March 3, 1997 Id L 9-09.3(1)B Placing in Treating Cylinders The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade Requirements Table are deleted. The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING March 3, 1997 9-11.1 Asphalt for Waterproofing In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". TC "SECTION 9-12, MASONRY UNITS" ISECTION 9-12, MASONRY UNITS March 3, 1997 9-12.4 Precast Concrete Manholes This section is revised to read: 7 Precast concrete manholes shall meet the requirements of AASHTO M 199. n The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. L 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type W III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 0 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. +�r 1 9-12.5 Precast Concrete Catch Basins This section is supplemented with the following: Knockouts or cutouts may be placed on all four sides and may be round or D shaped. Section 9-12 is supplemented with the following new section: 7 Page-"D-25 Revision Date:May 19, 1997 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors ' 1 9-12.7 Precast Concrete Drywells ' 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 ' 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ' 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS ' 9 March 3, 1997_ o 9-13.4 Concrete Slab Riprap 1 This section is deleted. ' 2 3 { TC "SECTION 9-16, FENCE AND GU-kRDRAIL" }SECTION 9-16, FENCE AND 4 GUARDRAIL 5 March 3, 1997 ' 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: ' 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A ' 0 Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. ' 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.30 Anchors 1 The following paragraph is inserted after the third paragraph: 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page-"D-26 ' Revision Date:May 19, 1997 SPECIAL PROVISIONS Table of Contents Division1 General............................................................................................................................1-1 1.1 Project Description........................................................................................................1-1 1.2 Contractor's Responsibility...........................................................................................1-1 L1.3 Special Inspection Scheduling......................................................................................1-1 1.4 Standard Specifications..................................................................................................1-2 1.5 Permits and Licenses......................................................................................................1-2 1.6 Toxic Spill or Release Contact Requirements............................................................1-3 1.7 Pre-Construction Conference........................................................................... 1.8 Submittal and Shop Drawings......................................................................................1-3 1.9 Substitutions....................................................................................................................1-5 LA. Prior to Bid Opening.....................................................................................................1-5 B. After Contract Execution..............................................................................................1-5 1.10 Site Control.....................................................................................................................1-6 1.11 Owner Standard Locks and Keys ................................................................................1-6 1.12 Temporary Traffic Control.........:.................................................................................1-6 1.13 Waste Material Control..................................................................................................1-6 1.14 Temporary Facilities and Utilities ................................................................................1-7 1.15 Contractor Conducted Progress Meetings..................................................................1-8 1.16 General Roles of Owner and Engineer.......................................................................1-8 1.17 Schedule of Values.........................................................................................................1-9 A. General.............................................................................................................................1-9 B. Preliminary Schedule of Values....................................................................................1-9 C. Detailed Schedule of Values.........................................................................................1-9 D. Change to the Schedule of Values .............................................................................1-10 1.18 Application for Payment.............................................................................................1-10 A. Preparation of Application..........................................................................................1-10 B. Submittal Procedures...................................................................................................1-10 C. Substantiating Data......................................................................................................1-10 1.19 Scheduling and Reporting...........................................................................................1-15 A. General...........................................................................................................................1-15 B. Schedule Submittals......................................................................................................1-15 C. Change Orders..............................................................................................................1-17 i \data\RE1\105-079\Specs`,Technicals.doc -)00011,11-112 r_npneering,Inc. Table o f Contents ents D. Project Status Reporting..............................................................................................1-17 1.20 Modification Procedures.............................................................................................1-17 A. Summary........................................................................................................................1-17 B. Submittals......................................................................................................................1-18 C. Documentation.............................................................................................................1-18 D. Change Procedures.......................................................................................................1-18 E. Execution of Change Orders......................................................................................1-19 F. Correlation of Contractor Submittals.................................................................... ....1-1 1.21 Testing, Startup and Operation..................................................................................1-19 A. Schedule.........................................................................................................................1-19 LB. Contractor's Responsibility.........................................................................................1-19 Z C. Testing............................................................................................................................1-19 D. Startup .1-20 E. Operation.......................................................................................................................1-20 1.22 Operation and Maintenance Manuals........................................................................1-20 1.23 As-Constructed and Warranty Records ....................................................................1-21 1.24 Warranty.........................................................................................................................1-22 1.25 Project Closeout...........................................................................................................1-22 A. General...........................................................................................................................1-22 B. Final Cleanup................................................................................................................1-22 1 C. Closeout Timetable......................................................................................................1-22 D. Closeout Procedures....................................................................................................1-22 E. Maintenance and Guarantee.......................................................................................1-25 F. Bond...............................................................................................................................1-25 Division2 Sitework..........................................................................................................................2-1 2.1 General.............................................................................................................................2-1 l2.2 Submittals........................................................................................................................2-1 2.3 Special Inspections for Site Grading...........................................................................2-1 2.4 Soil Classification............................................................................................................2-2 2.5 Erosion and Sedimentation Control............................................................................2-2 2.6 Dewatering............................................... ....................................................................2-2 y 2.7 Protection and Restoration of Existing Facilities......................................................2-3 2.8 Construction Access ......................................................................................................2-3 J:\data\REN\105-079\Specs\Technicals.doc ll 8/8/20061:52:40 PM C 2006 RH2 Engineering,Tnc. Table of Contents 2.9 Clearing and Grubbing..................................................................................................2-3 2.10 Construction Fencing....................................................................................................2-3 2.11 Construction Fence Perimeter Signs...........................................................................2-4 2.12 Excavation.......................................................................................................................2-4 L 2.13 Trench Safety and Shoring............................................................................................2-4 2.14 Hazardous Content of Fill Material.............................................................................2-5 2.15 General Fill......................................................................................................................2-5 2.16 Structural Fill...................................................................................................................2-5 2.17 Pipe Bedding...................................................................................................................2-6 2.18 Trench Backfill................................................................................................................2-6 2.19 Gravel Base Course........................................................................................................2-6 2.20 Gravel Top Course.........................................................................................................2-7 L 2.21 Cement Concrete Pavement.........................................................................................2-7 2.22 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP).............................2-7 2.23 Import Quantity Evaluation.........................................................................................2-7 2.24 Chain-Link Fencing........................................................................................................2-7 1 2.25 Fence Perimeter Signs....................................................................................................2-7 2.26 Conduit Pipe Bursting Replacement Process.............................................................2-8 1 A. General.............................................................................................................................2-8 B. Quality Assurance...........................................................................................................2-8 C. Submittals........................................................................................................................2-8 D. Delivery Storage and Handling.....................................................................................2-8 E. Materials...........................................................................................................................2-8 ++� F. Tests .................................................................................................................................2-9 G. Installation.......................................................................................................................2-9 H. Construction Methods...................................................................................................2-9 I. Field Testing..................................................................................................................2-10 J. Pipe Joining...................................................................................................................2-10 2.27 Root Barrier Systems ...................................................................................................2-10 A. General...........................................................................................................................2-10 B. Quality Assurance.........................................................................................................2-10 C. Products.........................................................................................................................2-11 D. Execution.......................................................................................................................2-11 J:Adata\REN\107-079\Specs\Technicais.doc lE 8/8/2006 1 52:40 PM C'2006 F?12 Engineering,inc. Table of Contents E. Installation.....................................................................................................................2-11 F. Clean Up........................................................................................................................2-11 2.28 Landscape Irrigation System Repair..........................................................................2-12 A. General...........................................................................................................................2-12 B. Quality Assurance.........................................................................................................2-12 C. Irrigation Repair Items................................................................................................2-12 D. Products.........................................................................................................................2-12 E. Execution.......................................................................................................................2-13 F. Installation.....................................................................................................................2-13 G. Clean Up........................................................................................................................2-14 2.29 Planting..........................................................................................................................2-14 A. General...........................................................................................................................2-14 B. Quality Assurance.........................................................................................................2-14 C. References......................................................................................................................2-15 L D. Submittals. ..2-15 E. Product Handling ..2-16 F. Job Conditions. ..........................................................................................................2-16 G. Guarantee......................................................................................................................2-17 H. Maintenance..................................................................................................................2-17 I. Codes and Regulations.................................................................................................2-17 J. Plant Materials...............................................................................................................2-17 K. Planting Soil/Topsoil......................................... ........2-18 .................................................. L. Water..............................................................................................................................2-19 M. Bark Mulch................................................................................................................2-19 N. Tree Stakes and Wires..................................................................................................2-19 sirO. Common Fill.............................................................................................................2-19 P. Other Materials.............................................................................................................2-19 Q. Surface Conditions.......................................................................................................2-19 R. Grading..........................................................................................................................2-20 yS. Layout.............................................................................................................................2-20 1 T. Planting Trees and Shrubs ..........................................................................................2-21 U. Watering.........................................................................................................................2-22 V. Clean L 2-22 J:Adata\REN\105-079\Specs\Technicals.doc 1V 8/8/2006 1:52:40 PM C—2006 RK2 Engineering,Inc. Table of Contents W. Plant Establishment and Final Acceptance..........................................................2-22 2.30 Sod Lawn.......................................................................................................................2-23 A. General...........................................................................................................................2-23 B. Quality Assurance.........................................................................................................2-24 C. Submittals......................................................................................................................2-24 D. Product Handling.........................................................................................................2-25 E. Job Conditions ..............................................................................................................2-25 F. Sod..................................................................................................................................2-25 G. Fertilizer.........................................................................................................................2-26 H. Planting Soil/Topsoil...................................................................................................2-26 I. Other Materials. ..2-26 J. Surface Conditions.......................................................................................................2-26 K. Installation Preparation . ..2-26 L. Sod Installation.............................................................................................................2-26 M. Protection..................................................................................................................2-27 N. Turf Establishment and Final Acceptance...............................................................2-27 O. Clean Up....................................................................................................................2-28 Division3 Concrete.........................................................................................................................3-1 3.1 General.............................................................................................................................3-1 3.2 Submittals........................................................................................................................3-1 1 3.3 Inspection........................................................................................................................3-1 3.4 Testing..............................................................................................................................3-1 3.5 Concrete Materials..........................................................................................................3-2 A. Structural Concrete.........................................................................................................3-3 1 B. Concrete for Thrust Blocks, Driveways, Curb and Gutter, and Sidewalks ...........3-3 3.6 Formwork........................................................................................................................3-3 3.7 Reinforcing Steel.............................................................................................................3-4 3.8 Premolded Joint Filler....................................................................................................3-4 3.9 Pre-Cast Concrete...........................................................................................................3-4 3.10 Cast-In-Place Concrete..................................................................................................3-5 3.11 Embedded Items............................................................................................................3-6 3.12 Pipe Penetrations Through Concrete..........................................................................3-6 3.13 Non-Shrink Grout..........................................................................................................3-6 J:\data\REN\105-079\Specs\Technicals.doc v 8/8/2006 1:32:40 PM C-2006 RH2 Engineering,Inc. Table of Contents 3.14 Concrete Finishing.........................................................................................................3-7 B. Ordinary Wall Finish......................................................................................................3-8 C. Floated Finish.................................................................................................................3-8 D. Light Brush Finish....................................................... .................................................... Division4 Masonry..........................................................................................................................4-1 4.1 General.............................................................................................................................4-1 L4.2 Submittals........................................................................................................................4-1 4.3 Tolerances........................................................................................................................4-1 4.4 Masonry Colors...............................................................................................................4-1 4.5 Masonry Mortar..............................................................................................................4-1 4.6 Masonry Grout. ..4-2 4.7 Masonry Accessories......................................................................................................4-2 4.8 Concrete Masonry Units................................................................................................4-2 4.9 CMU Inspection and Testing for Full Allowable Stresses.......................................4-4 4.10 CMU Inspection and Testing for Half Allowable Stresses......................................4-5 Division 5 Fabricated Metalwork and Structural Plastics...........................................................5-1 5.1 General.............................................................................................................................5-1 5.2 Inspections ......................................................................................................................5-1 5.3 Submittals ........................................................................................................................5-1 5.4 Contractor or Manufacturer Designed Components -Requirements....................5-1 5.5 Seismic Restraint and Anchorage - General...............................................................5-1 5.6 Structural Steel................................................................................................................5-2 5.7 Galvanized Steel.............................................................................................................5-2 + 5.8 Stainless Steel..................................................................................................................5-2 5.9 Structural Connectors....................................................................................................5-2 +ir 5.10 Concrete Anchors...........................................................................................................5-3 5.11 Welding............................................................................................................................5-3 5.12 Fabrication.......................................................................................................................5-3 5.13 Installation.......................................................................................................................5-3 5.14 Gratin - General 5-4 Grating Division6 Carpentry........................................................................................................................6-1 6.1 General.............................................................................................................................6-1 6.2 Submittals ........................................................................................................................6-1 1:\data\REN\105-079\Specs\Technica1s.doc vi 8/8/2006 1:52:40 PM CC;2006 RN2 Engineenn&inc. Table of Contents 6.3 Structural Carpentry.......................................................................................................6-1 6.4 Finish Carpentry.............................................................................................................6-1 6.5 Gypsum Board................................................................................................................6-2 6.6 Wood Sheathing.............................................................................................................6-3 6.7 Premanufactured Wood Trusses..................................................................................6-3 6.8 Pressure Treated Wood.................................................................................................6-3 Division 7 Thermal and Moisture Protection..............................................................................7-1 7.1 General.............................................................................................................................7-1 1 7.2 Submittals........................................................................................................................7-1 7.3 Caulk.................................................................................................................................7-1 7.4 Waterproof Roof Paneling (Preformed Metal Roofing Over Wood Decking) ..,.7-1 7.5 Waterproof Metal Roof Paneling Warranty................................................................7-3 7.6 Ceiling Insulation............................................................................................................7-4 7.7 Foundation Insulation...................................................................................................7-4 7.8 CMU Wall Insulation............................................. .7-4 7.9 Attic Ventilation.............................................................................................................7-4 7.10 Soffit Panels.....................................................................................................................7-5 Division8 Doors and Windows.....................................................................................................8-1 8.1 General.............................................................................................................................8-1 8.2 Submittals........................................................................................................................8-1 8.3 Exterior Man-Doors......................................................................................................8-1 A. General.............................................................................................................................8-1 B. Doors Frames.................................................................................................................8-2 C. Door Hardware...............................................................................................................8-2 D. Door Installation............................................................................................................8-3 8.4 Rolling, Insulated, Heavy Duty Service Doors..........................................................8-3 A. Product.............................................................................................................................8-3 Division9 Finishes...........................................................................................................................9-1 9.1 General.............................................................................................................................9-1 9.2 Submittals........................................................................................................................9-1 9.3 Surface Preparation and Application...........................................................................9-1 9.4 Coating Quality...............................................................................................................9-2 9.5 Waste Products................................................................................0..............................9-2 J:\data\REN\105-079\Specs\Technicals.doc Vii 8/8/2006 152:40 PM �C 2006 Rut Engineering,Inc. Table of Contents fir= 9.6 Substitutions....................................................................................................................9-2 9.7 Color.................................................................................................................................9-2 L9.8 Materials...........................................................................................................................9-2 A. Metals (Dry Conditions)................................................................................................9-2 B. CMU and Concrete (Exterior Above Grade).............................................................9-3 C. CMU and Concrete (Interior Walls)............................................................................9-3 D. Wood and Soffit (Exterior)...........................................................................................9-3 9.9 Inspection........................................................................................................................9-3 9.10 Compatibility of Coating...............................................................................................9-4 9.11 Acceptance......................................................................................................................9-4 Division10 Specialties...................................................................................................................10-1 10.1 General...........................................................................................................................10-1 10.2 Submittals......................................................................................................................10-1 10.3 Building Signs...........::.......... y10.4 Fire Extinguisher 10.5 First Aid Kit..................................................................................................................10-1 10.6 Danger Signs.................................................................................................................10-2 Division11 Equipment..................................................................................................................11-1 11.1 General...........................................................................................................................11-1 11.2 Submittals......................................................................................................................11-1 11.3 Equipment Seismic Restraint and Anchorage..........................................................11-1 11.4 Delivery..........................................................................................................................11-1 11.5 Heating,Ventilating, and Air-Conditioning.............................................................11-1 A. Wall Ventilators............................................................................................................11-1 B. Louvers and Dampers .................................................................................................11-2 Division12 Furnishings.................................................................................................................12-1 fDivision 13 Special Construction..................... ........................................................................13-1 1 Division 14 Conveying Systems...................................................................................................14-1 iDivision 15 Mechanical..................................................................................................................15-1 =u' 15.1 General...........................................................................................................................15-1 15.2 Underdrain Pipe............. 15.3 PVC Pipe and Fittings for Storm Water Applications............................................15-1 Division16 Electrical.....................................................................................................................16-1 is\data\REN\105-079\Specs\Technicals.doc V1ll 8/8/2006 152:40 PM C 2006 P U Engineering,inc. No Table of Contents 16.1 General...........................................................................................................................16-1 16.2 Submittals......................................................................................................................16-1 .rr 16.3 Codes and Standards....................................................................................................16-2 16.4 Identification of Listed Products ...............................................................................16-2 16.5 Permits and Fees...........................................................................................................16-3 16.6 Minor Deviations..'........................................................................................................16-3 .. 16.7 job Conditions 16-3 A. Operations.....................................................................................................................16-3 wr B. Construction Power.....................................................................................................16-3 16.8 Record Drawings..........................................................................................................16-3 .r 16.9 Nameplates and Identification................................................................................ 16-4 16.10 Location.....................................................................................................................16-4 A. General...........................................................................................................................16-4 B. Definitions of Type of Locations...............................................................................16-4 40 16.11 Service and Metering...............................................................................................16-4 A. Description of Work....................................................................................................16-4 wr B. Utility Responsibilities.................................................................................................16-5 C. Contractor's Responsibilities ......................................................................................16-6 D. Standards and Codes....................................................................................................16-7 low E. Utility Meter Enclosure...............................................................................................16-7 16.12 Transient Voltage Surge Suppressor.....................................................................16-7 +rr 16.13 Low Voltage Service Switchboard.........................................................................16-8 A. General...........................................................................................................................16-8 aw B. Power Monitoring........................................................................................................16-8 C. Transient Voltage Surge Suppression (TVSS)..........................................................16-9 .r� D. Transformers.................................................................................................................16-9 E. Lighting Panels..............................................................................................................16-9 F. Start-up and Trouble Shooting.................................................................................16-10 G. Testing..........................................................................................................................16-10 16.14 Protective Devices and Switches 16-10 A. Materials.......................................................................................................................16-10 B. Installation 16-10 16.15 Raceways .................................................................................................................16-11 ar► :A data\REN\108-079\Specs\Tecnn cals.doc n 8/8/2006 1:82:40 Pn9 C 2006 RH2 Engineering,Inc Table of Contents A. Materials.......................................................................................................................16-11 B. Location Schedule......................................................................................................16-12 C. Installation...................................................................................................................16-13 D. Wireway Installation...................................................................................................16-14 16.16 Outlet and Junction Boxes...................................................................................16-14 16.17 Pull Boxes and Vaults............................................................................................16-14 16.18 Low Voltage Wire and Cable 16-15 A. Materials.......................................................................................................................16-15 B. Installation 16.19 Generator Power Cords and Connectors...........................................................16-17 16.20 Wiring Devices.......................................................................................................16-18 A. Materials.......................................................................................................................16-18 .r B. Installation...................................................................................................................16-19 16.21 Signal Cable.............................................................................................................16-20 rrA. Materials............................................ B. Installation...................................................................................................................16-20 16.22 High Voltage Connector System.........................................................................16-21 16.23 High Voltage Conductors.....................................................................................16-22 wrA. General.........................................................................................................................16-22 B. 15 kV Cable Acceptance............................................................................................16-22 r 16.24 Pad Mount Transformer.......................................................................................16-27 16.25 Electrical Grounding.............................................................................................16-29 A. General.........................................................................................................................16-29 +rr B. System Components ..................................................................................................16-29 C. Installation...................................................................................................................16-29 dw D. Testing..........................................................................................................................16-30 16.26 Lighting Fixtures....................................................................................................16-30 40 A. General.........................................................................................................................16-30 B. Lamps...........................................................................................................................16-30 to C. Fixtures ........................................................................................................................16-30 D. Ballast...........................................................................................................................16-30 to E. Acceptable Manufacturers.........................................................................................16-30 16.27 Photoelectric Smoke Detectors ...........................................................................16-31 AD :Adata\REN\108-079 ySpecs\Techmcais.doc 8/8/2006 1:82:40 PM wo C;2006 R1 T?T'n�1I:PPnS15,inc. Table of Contents �r A. General.........................................................................................................................16-31 B. Features........................................................................................................................16-31 C. Testing..........................................................................................................................16-31 D. Acceptable Manufacturers.........................................................................................16-31 16.28 Electrical Space Heater 16-31 A. General.........................................................................................................................16-31 B. System Components 16-31 C. Installation...................................................................................................................16-31 w D. Acceptable Manufactures 16-31 .......................................................................................... 16.29 Wall-Mounted Heating Thermostat....................................................................16-32 airA. General.........................................................................................................................16-32 B. System Components..................................................................................................16-32 "W C. Installation...................................................................................................................16-32 D. Acceptable Manufactures..........................................................................................16-32 �wr 16.30 Intrusion Alarm Switch.........................................................................................16-32 A. General.........................................................................................................................16-32 B. Features........................................................................................................................16-32 C. Installation....................................................................................................................16-32 ar D. Acceptable Manufacturers.........................................................................................16-32 16.31 Keyed Switch Box..................................................................................................16-32 wrA. General.........................................................................................................................16-32 B. Features........................................................................................................................16-33 C. Installation...................................................................................................................16-33 d D. Acceptable Manufacturers.........................................................................................16-33 16.32 Signal Cabinet.........................................................................................................16-33 16.33 Engine Generator Set................................................................... .........................16-33 A. General.........................................................................................................................16-33 B. Acceptable Manufacturers.........................................................................................16-34 C. Service Conditions......................................................................................................16-34 D. Rating...........................................................................................................................16-34 E. Generator.....................................................................................................................16-35 F. Voltage Regulator G. Electric Starting System.............................................................................................16-36 l:Adatav1LN\10J-079\Specs\Tecnnica s.doc Sl 8/8/2006 1:52:40 PM Cc 2006 RH2 Engineering,Inc. r. Table of Contents H. Cooling System...........................................................................................................16-36 I. Air Cleaners.................................................................................................................16-37 J. Governor System........................................................................................................16-37 K. Lubrication..................................................................................................................16-37 L. Stationary Engine Generator Frame........................................................................16-37 M. Portable Engine Generator Trailer......................................................................16-37 WW N. Sound-Attenuated Enclosure....................................................................................16-39 O. Exhaust System......................................................................................................16-40 I+w P. Fuel System .............................................................................16-40 .................................... Q. Torsional Vibration....................................................................................................16-42 Nrr R. Control Panel and Alarm System.............................................................................16-42 S. Alarm Contacts to Telemetry...................................................................................16-43 +�r T. Contacts to Ventilation Panel...................................................................................16-44 U. Finishes........................................................................................................................16-44 V. Switch Gear.................................................................................................................16-44 W. Battery Chargers.....................................................................................................16-44 r X. 120 Volt Convenience Outlet...................................................................................16-45 Y. 240 Volt Double Pole Breaker.................................................................................16-45 ar Z. EG Mounted Generator Receptacle Cabinet.........................................................16-45 AA. Power and Telemetry Entrance Enclosure........................................................16-45 BB. Special Tools...........................................................................................................16-46 CC. Warning Signs.........................................................................................................16-46 DD. Spare Parts ..............................................................................................................16-47 ar EE. Equipment Operating Manuals............................................................................16-47 FF. Installation...............................................................................................................16-47 +�r GG. Factory Test............................................................................................................16-47 HH. Field Test.................................................................................................................16-48 H. Guarantee....................................................................................................................16-48 JJ. Submittals....................................................................................................................16-48 16.34 Stationary Generator Remote Fuel Fill Station.................................................16-49 16.35 Existing City of Renton 500 kW Portable Generator......................................16-49 aw 16.36 Automatic Transfer Switch...................................................................................16-50 A. General.........................................................................................................................16-50 \data\REN\105-079\Specs\Technicals.doc x11 8/8/2006 1:52:40 PNI Aw C,2006 R T-I2 Engineering,Inc. Table of Contents B. Existing Mt. Olivet Automatic Transfer Switch....................................................16-52 16.37 General Installation...............................................................................................16-52 A. Materials.......................................................................................................................16-52 B. Installation...................................................................................................................16-52 16.38 Electrical Site Work.................................. ..........................................16-54 16.39 Testing.....................................................................................................................16-55 A. Requirements ........................16-55 B. Coordination and Results..........................................................................................16-55 +� Division 17 Automatic Control....................................................................................................17-1 17.1 General...........................................................................................................................17-1 law Division 18 Measurement and Payment.....................................................................................18-1 18.1 Payment.........................................................................................................................18-1 w 18.2 Bid Item No. Al and B1 - Mobilization, Demobilization, Site Preparation and Clean-up ......................................................................................................................................18-1 18.3 Bid Item No. A2 and B2 Site Work...........................................................................18-1 18.4 Bid Item No. A3 - Mt. Olivet to Wells 1, 2 & 3 Site Work...................................18-1 18.5 Bid Item No. B3 — N. Talbot Generator Building to N. Talbot Booster Pump Station Site Work 18-2 ....................................................................................................................... 18.6 Bid Item No. A4 and B4 - Structural........................................................................18-2 18.7 Bid Item No. A5 and B5 - Finishes ...................................18-2 ........................................ 18.8 Bid Item No. A6 and B6 - Equipment......................................................................18-2 18.9 Bid Item No. A7 and B7 - Electrical.........................................................................18-2 18.10 Bid Item No. A8 Mt. Olivet 600 kW Engine Generator...................................18-3 18.11 Bid Item No. A9 Mt. Olivet 500 kW Engine Generator...................................18-3 18.12 Bid Item No. B8 Existing 500 kW Engine Generator Modifications..............18-3 18.13 Bid Item No. A10—Irrigation System Repair.....................................................18-3 18.14 Bid Item No. A11 and B9 —Trench Safety and Shoring...................................18-3 18.15 Bid Item No. Al2 and B10—Contractor Surveying..........................................18-4 18.16 Bid Item No. B11 —Curb, Gutter&Sidewalk Improvements.........................18-4 18.17 Bid Item No. A13—Mt. Olivet to Wells 1, 2 & 3 Utility Vault rehabilitation 18-4 18.18 Bid Item No. A14 and B12 -As-builts.................................................................18-4 ire 4W ):Adata\REN\108-079\'Pecs\Technicals.doc Yiii 8/8/2006 1:52:40 PM Vr 'C 2006 P X12 Enginecrng,Inc. Table of Contents Appendices Appendix A Trench Restoration and Street Overlay Requirements Appendix B Engineering Geology Report WX Appendix C Mt. Olivet and North Talbot RTU Drawings Appendix D City of Renton Standard Details wr rr ar Wr rr err J:Adata\R N\105-079\Specs\Technicals.doc 8/8/2006 152:40 PNI rlr C 2001 g1-12 Engneerna,inc. Division 1 General 1.1 Project Description The Emergency Power Generation 2006 project consists of the construction of two buildings at two different sites, a new 500 kW portable and a new 600 kW stationary generator, conduit and vault system between two separate sites as well as miscellaneous site improvements at the North Talbot and Mt. Olivet project sites. New CMU buildings will be constructed to house a total of three portable generators. The generators will be used to provide power to the Mt. Olivet booster pump station, North Talbot booster pump station and the Wells 1, 2 and 3 facilities. The purchase of the generators will be included in this contract. Improvements to the existing telemetry systems at the Mt. Olivet and North Talbot booster pump stations will be required as part of both of these new do facilities. Improvements to the telemetry panels will be provided by others. 1.2 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that.they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. 1.3 Special Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 48-hour prior notice 40 shall be given to the Engineer for all inspections required for the construction of the project. 48-hour notice is defined as 2 complete working day notice. Time is not counted 1:A data\RHN\105-079\Specs\Tec.=ca1s.doc 8/8/2006 1:52:40 Pbl do 2006?j-12 Engine--t-m5,inc. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 48 hours in advance not including the holiday hours or weekend hours.) For information regarding inspection responsibilities and coordination, contact the Owner. 1.4 Standard Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction,Washington State Chapter, American Public Works Association, and Washington State Department of Transportation,hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • IBC International Building Code 2003 go • IPC International Plumbing Code • IMC International Mechanical Code m • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1.5 Permits and Licenses The OWNER has obtained the following permits required by the City of Renton for facility construction: • Master Building Permit • Fire Alarm System Permit • Right of Way/Utility Construction Permit 19 The CONTRACTOR shall obtain and pay for all other permits including but not limited to: irtP • Business License (City of Renton) • Electrical Permit • Mechanical Permit Copies of City of Renton permit forms can be obtained from the Customer Service Self- Help area on the 6th Floor, Renton City Hall, 1055 South Grady Way, Renton,WA 98055, and are available for download from the City's web site: http://www.ci.renton.wa.us". �rw 1-2 8/8/2006 1: 2:40 PM \data\REN\10�-079\�oecs\T'ech nca s.doc C 2006 RN2 Fn—ce=g,Tn,, City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General �i 1.6 Toxic Spill or Release Contact Requirements During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the City of Renton Fire Department at 911. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. 1.7 Pre-Construction Conference The Owner will schedule a general pre-construction conference not more than 14 days after the notice to proceed is issued. The following personnel must attend the Conference: • The person representing the Contractor with contract authority • The project site superintendent • Major subcontractor site superintendents • The Owner and their representative shall be present aw The Owner may require that some subcontractors attend a pre-construction conference prior to beginning work on this project. In the event that subcontractors have not been selected prior to the general pre-construction conference, or various subcontractors do not attend the general pre-construction conference, a second pre-construction conference will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre-construction conference. rr At the Pre-construction Conference, the Contractor shall submit the following items to the Engineer for review. 1. A 60-dap plan of operation bar chart. 2. A project overview bar chart preliminary detailing the schedule of the project to completion. Aw 3. A preliminary Schedule of Values to be used for pay requests. This format will be adjusted in an agreed format to pay the Contractor accurately for work done per month. we 4. A preliminary schedule of Shop Drawing, Sample, and proposed Substitutes, or "Or Equal" submittals. A preliminary list of required submittals by specification section is listed per specification division. 5. A list of all permits and licenses the Contractor shall obtain indicating the agency required to grant the permit and the expected date of submittal for the permit and required date for receipt of the permit. 1.8 Submittal and Shop Drawings " Shop drawing submittals are required for all items installed on this contract. Contractor shall submit one (1) copy to the Owner (Owner's copy will not be returned). The 1-3 :A data\REN\105-079\5r)ecsATecrimca s.doc 8/8/2000 1:32:40 PM 2006 RH2 Encmcenng.?_^.c. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 Contractor shall send two (2) more copies to the engineer than the Contractor wants returned. Address of Owner and Engineer respectively are as follows: City of Renton 1055 South Grady Way, 5th Floor Renton,WA 98055 Attn:Mr.Tom Malphrus,P.E. RH2 Engineering,Inc. 300 Simon St. SE, Suite 5 East Wenatchee,WA 98802 Attn: Dennis Baker,P.E. Submittal data for each item shall contain sufficient information on each item to so determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop drawing process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from to the Owner. Shop drawings shall be submitted on 8'/z" x 11", 11" x 17 ', or 22" x 34" sheets and shall contain the following information: 1. Project Name as it appears on the Document Cover. 2. Prime Contractor and Applicable Subcontractor. 3. RH2 Engineering. 4. City of Renton 5. Applicable Specification and Drawings Reference. Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. All remaining sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturers specifications. 4. Special handling instructions. '0 5. Maintenance requirements. to 1-4 8/8/20061:52:40? 1 1:;data\REN\105-079\Specs\T'-.=cals.doc Z,2006 RI T-2 F_mmTieerino, nc City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General r, 6. Wiring and control diagrams. 7. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that �i they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. "- The Contractor is responsible for identifying the shop drawings and submittals requited for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review rr responses at the job site readily available to the Engineer and Owner for inspection. 1.9 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved in writing prior to their installation or use on this project. A. Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner and the Engineer a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified: All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. B. After Contract Execution Within 30 days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or arr 1-J L\data\REN\105-079\Specs\Technicas.doc 8/8/2006 1:52:40 P-M r1 2;2006 FI-12 En--ineernng.inc. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work,making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.10 Site Control „ The Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Contractor. The Contractor shall protect all stakes and masks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractors expense. All stakes, points, and marks, shall be go administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. '" Replace all damaged survey monuments in accordance with RCW 332-120. The Contractor shall not perform work activities, store materials or equipment, move 10 equipment through, or disturb in any way the areas outside the `Building Construction Limits" and "Utility Construction Limits", shown unless approved by the Owner in writing. at Building construction limits may be occupied throughout the duration of the contract. 1.11 Owner Standard Locks and Keys All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall have locks provided and cored to match Owner standard lock and keys. The Owner will provide locks for doors and hatches with construction cores at existing facilities that the Contractor will need to access. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. 1.12 Temporary Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest addition and applicable local codes. The contractor shall limit delay of traffic to 2 minutes. Work in the public Right Of Way rir (ROW) requires an approved Traffic Control Plan (TCP) by the City of Renton Transportation Division. 1.13 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. At all times, keep the construction area clean and orderly and upon completion of the 1-6 8/8/2006 152:40 PM I:Adata\REN\105-079\Specs\Tcchiiica s.doc Z 2006 RH2 Fmmneenng,inc.. City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment,walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from job rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall to be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff *a accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all rtr hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. No 1.14 Temporary Facilities and Utilities The Contractor shall be responsible for construction and location of all field offices, all necessary water for construction-related fire protection, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical accounts to the Owners name. The Contractor shall be responsible for an adequate temporary electrical system. This 1-7 l:Adata\REN\105-079\Secs\Tecnnicals.doc 8/8/2006 1:52:40 PM o Z,2006 R-1-12 Engineering,Inc. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 system shall be arranged by and all costs paid by the Contractor. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.15 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least twice a month and at other times as requested by the Owner or as required by progress of the work. The Contractor, Engineer, and all Subcontractors active on the site must attend each meeting. Agenda: to a. Review minutes of previous meetings. b. Review of work progress. C. Field observations,problems, and decisions. SO d. Identification of problems that impede planned schedule. e. Review of submittals schedule and status of submittals. f. Review of off-site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. m. Safety issues relating to work. rr n. Other business relating to work. 1.16 General Roles of Owner and Engineer The duties, responsibilities and limitations of the Owner and Engineer are set forth in the Standard Specifications and herein. In general, the Engineer will be available to the Owner throughout the bidding and construction period to assist the Owner. Such assistance will include: • Clarifications and interpretation during the bidding period. • Participation in Prebid and Preconstruction Conferences. • Review and coordinate submittal review. • Make interpretations and clarifications of Contract Documents during the construction period. • Attend regular on-site coordination meetings. 1-8 8/8/2006 1:52:40 Pb7 J:\daca\REN\105-079\Specs\Tecnn cais.doc C 2006 R142 Hmmneenng,Inc .r City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General • Participation in change order preparation. ar • Together with the Owner provide site inspections during the construction period. • Review construction payment applications and make recommendations for payment rr to the Owner. • Review change order proposals and make recommendations to the Owner. • Accept Contractor deliverables such as as-built data and O&M information and manuals. • Other Project Tasks assigned by Owner. The Owner will: 0 Issue Contract Documents. • Issue Addenda,if necessary. • Participate in the Prebid and Preconstruction Conferences. • Participation in interpretations and clarifications of Contract Documents during the do construction period. • Together with the Engineer,provide site inspections during the construction period. • Approve and process all construction payment applications, change orders, and other Contract modifications. 1.17 Schedule of Values A. General This Section defines the process whereby the Preliminary and Detailed Schedule of Values are developed. B. Preliminary Schedule of Values The Contractor shall submit a preliminary Schedule of Values for the major components of the Work in each Bid Schedule item at the Preconstruction Conference. The listing r shall include, at a minimum, the proposed value for the major work components. The Contractor, Owner and Engineer shall meet and jointly review the preliminary Schedule of Values and make any adjustments in value allocations if, in the opinion of the ow Engineer and Owner, these are necessary to establish fair and reasonable allocation of values for the major work components. "Off loading" will not be permitted. The Engineer may require reallocation of major Work components from items in the above a listing if in the opinion of the Engineer such reallocation is necessary. This review and any necessary revisions shall be completed within 15 days from the date the schedule is submitted by the Engineer. C. Detailed Schedule of Values The Contractor shall prepare and submit a detailed Schedule of Values for each Bid �r 1-9 J:A data\REST\105-079\Specs\Technicals.doc 8/8/2006 1.52:40 PM a 2006 B.E2 En_-ineenng,Inc. Fall 2006 City of Renton ' Division 1- General Emergency Power Generation 2006 �r Schedule item to the Engineer within 20 days from the date of the preconstruction meeting. The detailed Schedule of Values shall be based on the accepted preliminary Schedule of Values for major work components. The Engineer shall be the sole judge of acceptable numbers, details and description of values established. If, in the opinion of the Engineer, a greater number of Schedule of Values items than proposed by the Contractor is necessary, the Contractor shall add the additional items so identified by the Engineer. D. . Change to the Schedule of Values Changes to the schedule which add activities not included in the original schedule but included in the original work (schedule omissions) shall have values assigned as approved by the Engineer. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the Engineer. 40 In the event that the Contractor and Engineer agree to make adjustments to the original Schedule of Values because of inequities discovered in the original accepted detailed Schedule of Values,increases and equal decreases to values for activities may be made. Contractor shall update the schedule of values within 10 days of the final execution date of any change order. 1.18 Application for Payment A. Preparation of Application • Present required information in typewritten form. • Execute certification by signature of authorized officer. • Use data from approved Schedule of Values. Provide percent complete and dollar value in each column for each line item for portion of work performed. W Additional breakdown of the work contained in the contract may be required (and initiated during the preconstruction conference) in an agreed format between the Contractor, Owner and Engineer. 10 • List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of work. to B. Submittal Procedures • Before submitting, meet with the Engineer and reach agreement on amount of to progress made on each pay item covered by the proposal invoice as determined by the Schedule of Values. • Submit three copies of each Application for Payment. • Submit an updated progress schedule with each Application for Payment. • Payment Period: Submit at intervals stipulated in the Contract. C. Substantiating Data • When Engineer requires substantiating information, submit data justifying dollar amounts in question. so 1-10 8/8/2006 1:52:40 11Nf ]:Adata\REN\105-079\Specs\Techrncals.doc C'2006 P-42 Engmeenng,?nc. to City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General OW: • Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description w' .r am +rr i air a1 w rfrr �r 1-11 1:\data\REN\105-079\Specs\Tecnnicals.doc 8/8/3006 152:40 PM `C 2006 EI?2 Enginee_in`,irc. irr w W W zq � z z w � o q � row N to Ow C A z o (V O x /wry V � O N cc cn Iz W a x o cv CIO U •� O Z wr � O U U Q Z O err •� � � 2 0 qW � q � 0 0 W q o w a W as 0 O O O g w z U U x O VD ° c o H c U 7 2 � f mw I-+ w 1rr l z x � O Aw o Aw A � zH OwW a UpC ° Q � N O o � w � z I cn m w � CF W r x fAc y �Oy azo AW 4.4 tw uD o W r w M 11111 Od ti Z g:4 Gl w 090 1Am H a `�� < Ln q zx3 O v rl �- z x U c x � pF, �✓ z � +rw b E. y/b E-1 raw �O E e2 � z of y W � � .V E�r. w s o Q El aw A P4 a O a El c 64 z H b Z o Ow a Er W F o O as O O 0 n" � Z U N N O CZ O u B m 6J U 6J U w O � Ei q o w ir . V W o p W � E" A v z r 0 U r c cq y C o� tir p � H E- ° qq U E., N L Aw City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General gr� 1.19 Scheduling and Reporting A. General rr ! The scheduling of the work under the Contract shall be performed by the Contractor in accordance with the requirements of this Section. Where submittals are required hereunder, the Contractor shall submit 2 copies, one each to the Engineer and Owner. ' B. Schedule Submittals The Contractor shall submit two schedule documents at the Preconstruction Conference w which shall serve as the Contractor's Plan of Operation for the initial 60 day period of the Contract Time and to identify the manner in which the Contractor intends to complete all work within the Contract Time. The Contractor shall submit (1) a 60 day Plan of err Operation bar chart, and (2) a project overview bar chart type plan for all work as indicated below. 1. 60 Day Plan of Operation Bar Chart: During the initial 60 days of the Contract Time, the Contractor shall conduct Contract operation in accordance with the 60 day bar chart Plan of Operation. The bar chart so prepared and submitted shall +r show the accomplishment of the Contractor's early activities (mobilization, permits, submittals necessary for long lead equipment procurement, initial site work and other submittals and activities required in the first 60 days). wr 2. Project Overview Bar Chart: The overview bar chart shall indicate the major components of the project work and the sequence relations between major components and subdivisions of major components. The overview bar chart shall r ! indicate the relationships and time frames in which the various components of the Work will be made substantially complete and placed into service in order to meet the project milestones. It shall show planned mobilization of plant and r equipment, sequence of early operations, and timing of procurement of materials and equipment. The construction schedule produced and submitted shall indicate a project completion date on or before the contract completion date. Sufficient ,wr detail shall be included for the identification of subdivisions of major components of construction. Planned durations and start dates shall be indicated for each work item subdivision. Each major component and subdivision component shall be rw accurately plotted on time scale sheets not to exceed 34-inch by 60-inch in size. Not more than four sheets shall be employed to represent this overview information. The Engineer and the Contractor shall meet to review and discuss the 60-day plan of operations and project overview bar chart within 5 days after they have been submitted to the Engineer. The Contractor shall make corrections to the schedules necessary to comply with the Contract requirements and shall adjust the schedules to incorporate any missing information requested by the Engineer. Within 15 days of the initial project schedule review meeting, the Contractor shall have revised the original project overview bar chart schedule submittal to address all review comments from the original schedule review meeting and resubmit a revised project Ow 1-15 ):\data\KEN\105-079\Specs\Technicals.doc 8/8/2006 1:52:40 PNI g (0 2006 R112 En.ineering,Inc. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 overview bar chart for the Engineer's review. The Engineer,within 14 days from the date that the Contractor submitted his revised schedule will either (1) accept the schedule and cost loaded activities as submitted, or (2) advise the Contractor in writing to review any part of parts of the schedule which either do not meet the Contract requirements or are unsatisfactory for the Engineer to monitor the project's progress and status or evaluate monthly payment requests by the Contractor. The Owner reserves the right to require that the Contractor adjust, add to, or clarify any portion of the schedule which may later be insufficient for the monitoring of the Work or approval of partial payment requests. No additional compensation will be provided for such adjustments or clarifications. A +rt schedule which has been accepted by the Engineer becomes the current project construction schedule. The acceptance of the Contractor's schedule by the Engineer and Owner will be based solely upon the schedule's compliance with the Contract requirements. By way of the Contractor assigning activity durations and proposing the sequence of the Work, the No Contractor agrees to utilize sufficient and necessary management and other resources to perform the work in accordance with the schedule. Upon submittal of a schedule update, the updated schedule shall be considered the "current" project schedule. wr Submission of the Contractor's progress schedule to the Owner or Engineer shall not relieve the Contractor of total responsibility for scheduling, sequencing, and pursuing the Work to comply with the requirements of the Contract Documents, including adverse effects such as delays resulting from ill-timed work. Following the acceptance of the Contractor's schedule, the Contractor shall monitor the progress of the Work and adjust the schedule each month to reflect actual progress and any changes in planned future activities. If at any time the Engineer considers the completion date to be in jeopardy because of any portion of the work falling behind schedule the Contractor shall provide a revised construction schedule. The Revised Construction Schedule shall show how the Contractor intends to accomplish the Work to meet the completion date. The form and method employed by the Contractor shall be the same as for the Initial Construction Schedule. Each schedule update submitted must be complete including all information requested in the original schedule submittal. Each update shall continue to show all work activities including those already completed. These completed activities shall accurately reflect the "as built" information by indicating when the work was actually started and completed. Neither the submission nor the updating of the Contractor's original schedule submittal nor the submission, updating, change or revision of any other report, curve, schedule or narrative submitted to the Engineer by the Contractor under this Contract, nor the Engineer's review or acceptance of any such report, curve, schedule or narrative shall have the effect of amending or modifying, in any way, the Contractor's obligations under this Contract. Only a signed, fully executed change order can modify these contractual obligations. The monthly schedule update submittal will be reviewed with the Contractor during a monthly construction progress meeting held each month. The goal of these meetings is to enable to Contractor and the Engineer to initiate appropriate remedial action to minimize ' any known or foreseen delay in completion of the Work and to determine the amount of 1-16 8/8/2006 1:52:40 PM C,2006 IRH2 Engineering.inc. 4W City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General Work completed since the previous month's schedule update. The status of the Work will be determined by the percent completion of each activity shown on the schedule. These meetings are considered a critical component of the overall monthly schedule update submittal and the Contractor shall have appropriate personnel attend. As a minimum, these meetings shall be attended by the Contractor's Project Manager and General ow Superintendent. Within seven (7) working days after the monthly progress meeting the Contractor shall submit the Project Status Report as defined by D of this Section and the Contractor's Application for Payment. Within five (5) working days of receipt of the above noted revised submittals, the Engineer will either accept or reject the monthly update will be the basis for the Application for Payment to be submitted by the Contractor. If rejected, the update shall be corrected and resubmitted by the Contractor before the Application for Payment for the update period can be processed. C. Change Orders ow Upon approval of a change order as specified in Section 1.16, Modification Procedures, or upon receipt by the Contractor of authorization to proceed with additional work, the change shall be reflected in the next submittal of the schedule by the Contractor. �r D. Project Status Reporting The Contractor shall prepare and submit monthly an updated Overview Bar Chart pw schedule of the major project components. It shall be limited to not more than four sheets which shall not exceed 34-inch by 60-inch (alternatively the contractor may submit a Microsoft Project mpp file with the required information). The major project components shall be represented as time bars which shall be subdivided into various types of work including demolition, carpentry, structural, mechanical, plumbing, electrical and instrumentation installations. ww Each major component and subdivision shall be accurately time scale plotted consistent with the project overview bar chart specified above. In addition, a percent completion shall be indicated for each major component and subdivision. The Contractor shall amend the overview schedule to include additional detail required by the Engineer. The Contractor shall include additional information requested by the Engineer during construction. The Contractor may include any other information pertinent to the status of the project. The Contractor shall include additional status information requested by the Engineer. 1.20 Modification Procedures A. Summary 1. Submittals. 2. Documentation of change in Contract Price and Contract Time. rr 3. Change procedures. 4. Execution of Changes Orders. .r 5. Correlation of Contractor submittals. go 1-17 l:Aaata\REN\105-079\Specs\Technicals.doc 8/8/2006 1:52:40 PM wo 2i 2006 R-12 Engineering,Inc. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 Ift B. Submittals 1. Submit name of individual authorized to receive change documents and to inform so other parties concerned with changes in the work. C. Documentation 96 1. Maintain detailed records of work done on a Cost of the work basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the work. so 2. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. 3. On request,provide additional data to support computations,including: • Quantities of products, labor, and equipment. sr • Taxes,insurance and bonds. • Contractor's fee. 00 • Justification for any change in Contract Time. • Credit for deletions from Contract, similarly documented. go 4. Support each claim for additional costs, and for work done on a Cost of the work basis with additional information: • Origin and date of claim. 00 • Dates and times work was performed, and by whom. • Time records and wage rates paid. to Invoices and receipts for products, equipment, and subcontracts, similarly documented. D. Change Procedures `o 1. The Engineer will advise of minor changes in the work not involving an adjustment to Contract Price or Contract Time. 2. The Engineer may issue a proposal request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and the period of time during ` which the requested price will be considered valid. Contractor shall prepare and submit an estimate within 10 days. 3. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the work, with a statement describing the reason for the change, and the effect on the Contract Price and Contract Time with full documentation and, if appropriate, a statement describing the effect on work by separate or other Contractors. .r 1-18 8/8/2006 1:52:40 PNI 2006 KH2 Eat neenn ,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General owl E. Execution of Change Orders • 1. Execution of Change Order: Owner will issue Change Orders for signature of parties as provided in the Standard Specifications. F. Correlation of Contractor Submittals 1. Promptly revise Schedule of Values section and Application for Payment forms section to record each authorized Change Order as a separate line item and adjust �r the Contract Price. 2. Promptly revise progress schedules to reflect any change in Contract Time, revise sub-schedules to adjust time for other items of work affected by the change, and •"' resubmit. 3. Promptly enter changes in Project Record Documents. 4 1.21 Testing, Startup and Operation A. Schedule wr. The placing of all improvements in service shall consist of three parts: "testing" "startup'; and "operation" Not less than 30 days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: • Schedules for tests • Detail schedule of procedures for startup • Complete schedule of events to be accomplished during testing An outline of work remaining under the contract that will be carried out concurrently with the operation phases to B. Contractor's Responsibility The Contractor shall conduct all testing and startup. Testing and startup shall not be a me cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. C. Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required 4 by the Owner, be uncovered for examination at the Contractors expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner .. for the test. Final testing shall consist of individual tests and checks made on equipment intended to 1-19 1:Adata\REN\105-079\Specs\Tecnnicals.doc 8/8/20061:52:40 PM iWlr G 2006 RH2 Enei-ieering.Inc. Fall 2006 City of Renton Division 1- General Emergency Power Generation 2006 to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, go and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's M representatives shall be supplied to the Engineer prior to startup. All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structures, controls, and other items shall go be as necessary to show proper system operation. Testing will be done by the Contractor in the presence of the Owner. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have 40 been completed and approved by the Owner. D. Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. The Contractor shall submit a startup plans to the engineer for approval two weeks prior to startup. w Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, , controls, and machinery are functioning correctly. E. Operation At the time that the facility is ready to be put into operation, the contractor is to conduct an operation and maintenance training meeting with the owner to explain in detail the operation and maintenance requirements or each of the facility's components. The 4W training meeting shall not occur on the same date(s) as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. 40 1.22 Operation and Maintenance Manuals Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Engineer 5 sets of acceptable manufacturer's operating and maintenance instructions covering each piece of mechanical and electrical equipment, or equipment as assembly, including coatings furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard-covered binder. Binders shall be of hard back construction with metal hinge. Capacity shall be 3" or 4" as appropriate for the quantity of O&M documentation. to More than one binder may be required for large projects. Binders shall be equal to Avery models 87784, 98983, or 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. to +r 1-20 8/8/2006 152:40 PN7 2006 RH2 Engineering,Inc. to City of Renton- Fall 2006 Emergency Power Generation 2006 Division 1 - General The operating and maintenance instructions shall include, as a minimum, the following r data for each coating and item of mechanical and electrical equipment: 1. Complete as-built elementary wiring and one-line diagrams. aw 2. Recommended spare parts. 3. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. Am 4. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. dr. S. Recommended preventive maintenance procedures and schedules. 6. Disassembly and re-assembly instructions. .r 7. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. 8. Recommended trouble-shooting and startup procedures. 4W 9. Recommended step-by-step operating procedures. 10. All manufacturers'warranties. 11. Equipment specifications and guaranteed performance data. 12. Cleaning,repair, and maintenance instructions for each coating system. General manuals which describe several items not in the contract will not be accepted unless all references to irrelevant equipment are neatly eradicated or blocked out. All O&M manuals shall be provided in hard copy. A duplicate CD copy may be provided but shall not substitute a hard copy unless approved by the Owner. AW 1.23 As-Constructed and Warranty Records Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As-Constructed" records to the Owner. Drawings shall be made on clean, Ywr unmarked prints for this project in accordance with the following standards: ey llow markings or highlights = deleted items red markings = new or modified items The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, aw changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O &M Manual. 1-21 \data\REN\105-079\Specs\Technicais.doc 6/8/2006 1:52:40 PM Z 2006 RI I2 Enineermg,Inc. Fall 2006 City of Renton ' Division 1- General Emergency Power Generation 2006 rrr See Warranty Section in this Division for details regarding required warranties for specific components. Failure to provide acceptable documents will result in non-payment of the appropriate bid item in the schedule of prices. ow 1.24 Warranty The Contractor shall warrant all products used in the construction of this project for a period of 1 year following project acceptance except for those components and listed to warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranty does not cover damage due to misuse by the Owner or "Acts of God" as defined under the General Conditions. Warranties in addition to this warranty are listed in the division in which they appear in these +rr► specifications.. 1.25 Project Closeout 40 A. General Final clean-up and project closeout (demobilization) shall be an element in the schedule of ow values. B. Final Cleanup The Contractor shall promptly remove from the vicinity of the completed work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the work by the Owner will be withheld until the Contractor has satisfactorily complied with the foregoing requirement for final cleanup of the project site. .r C. Closeout Timetable The Contractor shall establish dates for equipment testing, acceptance periods, and on-site instructional periods (as required under the Contract). Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the Owner, the Engineer, and their authorized representatives sufficient time to schedule attendance at such activities. D. Closeout Procedures Substantial Completion: 1W 1. Submit the following: a. A written certification to the Owner that the project or designated to portion of the project is substantially complete. b. A list of items to be completed or corrected. 2. The Owner will make an inspection after receipt of Contractor's certification. rrr 1_-22 8/8/2006 152:40 PM Z 2006 RI I2 Engin-'='.inc. ow o City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General 3. If it appears to the Owner that work is substantially complete: wr' a. The Owner may request of and the Contractor shall prepare and submit to the Owner, a list of items to be completed or corrected as determined by the inspection. .�r b. If the Owner then considers the work to be substantially complete, the Owner may issue a certificate of substantial completion, with appropriate conditions, accompanied by a list of the items to be completed and corrected, as verified and amended by the Owner. Omission of anv item from the list shall not relieve the Contractor from responsibility to complete all the work in accordance with the #W Contract. C. The Contractor shall complete all the work within the time designated in the certificate, or if not so designated,within a reasonable time. 4. Should the Owner consider the work is not substantially complete: a. He shall notify the Contractor,in writing, stating reasons;and b. Contractor shall complete work and send second written notice to the Owner certifying that project or designated portion of project is err substantially complete. 5. Warranty periods begin with the date of final acceptance. However, in of connection with any specific equipment certified by the Owner as completed and its use or operation thereof for its intended purpose is assumed by the Owner, the warranty period for such equipment shall aw begin with the beginning date of such use or operation. Final Inspection: w 1. Submit written certification that: a. Contract Documents have been reviewed. b. Work has been completed in accordance with Contract Documents. ow C. Equipment and systems have been tested in the presence of the Owner's representative and are operation. go d. The project is completed,and ready for final inspection. 2. The Owner will make a final inspection within a reasonable time after No receipt or certification. 3. Should the Owner consider that work is complete in accordance with requirements of Contract Documents, he shall request the Contractor to arr make project closeout submittals. 4. Should the Owner consider that work is not complete: No a. He shall notify the Contractor, in writing, stating reasons, and listing specific items requiring correction. iow 1-23 :Adaca\REND 1105-079\Specs\Tecnnicals.doc 8/8/2006 1:52:40 PM %W 'CC 2006 P-112 Engineering,inc. Fall 2006 City of Renton to Division 1- General Emergency Power Generation 2006 b. The Contractor shall take immediate steps to remedy the stated deficiencies, and send second written notice to the Owner certifying that work is complete. C. The Owner will re-inspect work. Re-inspection Costs: If the Owner is required to perform second inspections because of failure of work to comply with original certifications of the Contractor, the Owner will charge the Contractor for the costs incurred by the Owner, including consultant fees and they shall be paid by the Contractor. Closeout Submittals: 1. Project Record Documents wr 2. Warranties required by these specifications. 3. Owner's Manuals, as required by these specifications. .rr 4. Delivery of spare parts, extra stock, and similar items. 5. At the close of the Contract, the Contractor shall: rr a. Pay all utility bills; and b. Remove all electrical, sanitary, gas, telephone, water, offices, and any other ow temporary service equipment that may remain. Release of Liens or Claims: No Contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the Renton Standard .r Specifications. Final Adjustment of Accounts: 40 1. Submit final statement of accounting to the Owner. 1 Statement shall reflect all uncompleted adjustments: .r a. Additions and deductions resulting from: (1) Previous Change Orders 4W (2) Unit Prices (3) Other Adjustments go (4) Deductions for Uncorrected work (5) Deductions for Liquidated Damages b. Unadjusted sum remaining due. go Final Application for Payment: The Contractor shall submit final application in accordance with requirements of Renton Standard Specifications. W Final Certificate for Payment: 1. The Owner will issue final certificate in accordance with provisions of General rw Conditions. ow 1-24 8/8/2006 I:52:40 P�� <Z 2006 RI-12 Engineering,Inc. am City of Renton Fall 2006 Emergency Power Generation 2006 Division 1- General 2. Should final completion be materially delayed through no fault of the wre Contractor, the Owner may issue a final certificate for payment, in accordance with provisions of the Renton Standard Specifications and existing laws. Post-Construction Period: 1. Prior to expiration of one year from date of final acceptance, the Owner may make visual inspection of the project in company with the Contractor to determine whether correction of work is required, in accordance with the applicable provisions of the Renton Standard specifications. E. Maintenance and Guarantee The Contractor shall comply with the maintenance and guarantee requirements contained in the standard specifications. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of repair work where required, and any repair or resurfacing constructed by the Contractor which becomes necessary by reason of such settlement shall likewise be considered as a part of such repair work unless the Contractor shall have obtained a statement in writing from the affected or public agency releasing the Owner from further responsibility in connection with such repair or resurfacing. The Contractor shall make all repairs and replacements promptly upon receipt of written Wo order from the Owner. If the Contractor fails to make such repairs or replacements promptly, the Owner reserves the right to do the work and the Contractor and his surety shall be liable to the Owner for the cost thereof. AW F. Bond The Contractor shall provide a bond to guarantee performance of the provisions ,. contained in Paragraph "Maintenance and Guarantee" above, and the requirements of the standard specifications. err �r ern 1-25 J:Adata\REN\105-079\Specs\Tecnnicals.doc 5/8/2006 152:40 P.N +GYP C 2006 RI-12 Encineerin-,Inc. MM Division 2 wo^ Sitework 2.1 General This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. 2.2 Submittals �.r Submittal information shall be provided to the Owner for the following items: 1. Erosion &Sedimentation Control Plan aw 2. Erosion Control Fence Fabric 3. De-watering Plan (if groundwater is encountered) aw 4. Dump Site Permits 5. Structural Fill .r 6. Gravel Base Course 7. Gravel Top Course trr 8. Trench Backfill 9. Pipe Bedding 0 10. Crushed Surfacing 11. Paving *W 12. Fencing 13. Fence Perimeter Signs ,a, 14. Complete list of all plants to be installed including source, size and quantity. 15. Lawn Restoration 2.3 Special Inspections for Site Grading Special inspections including visual and compaction effort (nuclear densometer) are .r. required for the following locations: Access road and parking area fill and native subgrade MW Native (and fill if any) subgrade of generator buildings Footing and floor subgrade "W Areas where fill (either native or non-native) is being placed shall be tested for compaction compliance by a special inspector. The owner will pay for the initial testing. If tests indicate failure of compaction requirements, the contractor shall pay for subsequent tests AV until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be visually inspected by the engineer prior to placement of any material overtop. Contractor shall coordinate with the engineer a minimum of 48 hours prior to 40 2-1 :\data\REN\105-079\Specs\Technicals.doc 8/8/2006 1:52:40 PM io : 2006 RH2 Engineering.Inc. Fall 2006 City of Renton ' Division 2 - Sitework Emergency Power Generation 2006 inspection being needed. 2.4 Soil Classification ,r An exploration of subsurface soil and groundwater conditions at the project site were performed by RH2 Engineering. The results of the investigation are included in this document as an appendix. ' 2.5 Erosion and Sedimentation Control All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe, outfalls and other items required by for this project, must be installed prior to any clearing, grubbing, excavation, or grading work or other work that could result in off-site stormwater or material flows. Erosion/sedimentation controls systems must remain in place throughout the duration of the construction activities. The systems may be relocated to complete utility, excavation, grading, and landscaping activities if their location impedes the associated work. If the systems are relocated to complete any work they must be reinstalled to protect the construction and surrounding areas prior to commencing work on other portions of the project. The erosion/sedimentation control (ESC) plans shown on the construction drawings are the minimum requirements for the anticipated site conditions. The Contractor shall add additional ESC facilities or processes as necessary to ensure that erosion and rr sedimentation problems do not occur. The Contractor shall inspect the ESC facilities daily and maintain the systems as necessary to prevent off-site damage. Stabilized construction entrances and wash pads shall be installed at the beginning of 6W construction activities and shall be maintained for the duration of the project. Wash pads shall be kept clean to prevent the transport of sediment onto adjoining roads. to Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, it shall be applied to a minimum thickness of two inches. 10 Earth berms shall be installed as necessary to prevent the migration of surface water into excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. 2.6 Dewatering The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep all excavations de- watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Any dewatering systems must be positioned away from all building and utility construction so as to not become a part of the permanent facility. The quality of all surface and ground water discharged from the site shall meet all State and local 2-2 8/8/2006 1:52:40 PM J:\data\REN\105-079\Specs\Technicals.doc Z 2006 RH2 Engineering,Inc. �lYlr `W City of Renton Fall 2006 Emergency Power Generation 2006 Division 2- Sitework requirements. The Contractor shall employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from surface and ground water prior to 4W discharging. 2.7 Protection and Restoration of Existing Facilities Contractor shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contact Documents. The Contractor shall verify the exact locations and depths of all utilities shown and the w Contractor shall make exploratory excavations of all utilities that may interfere with the work. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to +gin avoid possible delays to the Contractor's work. When such exploratory excavations show the utility location as shown to be in error, the Contractor shall so notify the Engineer. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 2.8 Construction Access .r. The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. rrr Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt,mud,rocks,vegetation, or other deleterious material from Yrr all construction equipment prior to leaving the site. This may include spray washing, sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be `W cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. wr 2.9 Clearing and Grubbing Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the construction drawings within the construction limits and shall conform to Section 2-01 of the Standard Specifications. 2.10 Construction Fencing Contractor shall provide and maintain construction fencing for site security and safety. See site plans for more information. Additionally, Contractor shall provide signage for construction fencing to warn of potential hazards due to the nature of the construction site. 2-3 1:Adata\REN\105-079\Specs\TecHmcais.doc 8/8/2006 152:40 PM Z 2006 RH2 Enmeenne.Inc. Fall 2006 City of Renton Division 2- Sitework Emergency Power Generation 2006 rrr 2.11 Construction Fence Perimeter Signs During construction signs stating "Construction Area, Keep Out" shall be placed so that at any location around the construction site within 100' a sign can be read from that distance. Signs shall be made of polyethylene and be 1/8" thick minimum. Sign shall have a white background with construction orange print. Font shall be readable from 100'. Upon removal of temporary construction fencing, remove signs from fencing and deliver to owner's shops. 2.12 Excavation The Contractor shall excavate as necessary to construct the improvements shown. Excavation shall include the digging, scraping, and removing existing native material, so abandoned or interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the improvements shown on the construction go drawings. Excavation includes utility excavation, structural excavation, and grading excavation. Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. Structural excavation shall be performed to the limits shown and established by the Engineer. The base of the excavation shall extend laterally a minimum of 3 feet beyond ' the structure unless specified otherwise on plans. The base of the excavation shall be evaluated by the Owner to determine if it is suitable .rr for backfilling. The Owner will evaluate the stability of the base of excavation by determining if all significant organic soils or other unsuitable materials have been removed. Excavation required by the Engineer that is beyond the depth shown shall be 40 performed by the Contractor per the direction of the Engineer. The Contractor will be reimbursed for additional excavation as specified in Division 18, "Measurement and Payment". to All excavated material shall be removed from the project site unless approved as backfill by the Engineer. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously excavated ' material unsuitable for backfill requiring the material to be removed from the project site. 2.13 Trench Safety and Shoring Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements including Chapter 296-155 of WAC, "Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". Design, p lannin g, installation, and removal of sheeting, shoring, sheet piling, lagging, bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. Where the Contractor is required to provide the shoring design, it shall be prepared by a 2-4 8/8/2006 1:52:40 I'M is Adata\REN\105-079\Specs\T'ec'nnicals.doc CD�2006 RH2 Engineering,Inc. ow City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework competent person as defined by WAC 296-155. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all plans and calculations, and all submittals. 2.14 Hazardous Content of Fill Material All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The contractor shall provide certification to the owner that the fill is free of these chemicals. • 2.15 General Fill All fill required for this project that is not specifically defined as another type shall be r "General Fill". General fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. General fill shall ar conform to Section 9-03.14(3) Common Borrow of the Standard Specifications. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. All general • fill shall be compacted in uniform layers not exceeding 24 inches in loose thickness and compacted to at least 85 percent maximum dry density based on the ASTM D-1557 test procedure. 2.16 Structural Fill All fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill". The structural fill material has been selected to support the weight of the structure in combination with the existing native material and to prevent adverse movement during an earthquake. The ow Contractor must take particular care to maintain the integrity of the design by using structural fill where shown. Structural fill shall be soil free of organics, debris, and other deleterious materials. Where free draining material for use as structural fill is required as indicated on the plans, it shall conform with Section 9-03.12(2), "Gravel Backfill for Walls" of the Standard Specifications. Structural fill for foundation subgrades or where free drainage is not required through the Ow structural fill shall conform with 9-03.9(1) "Ballast" of the Standard Specifications. The Engineer shall determine if native on-site materials are-suitable for use as structural fill. The moisture content of the material and weather conditions at the time of placement will w be used to determine the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 12 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test procedure. 2-5 _1:Adata\REN\105-079\Specs\Tecrnicals.doc 8/8/2006 1:32:40 PM Z 2006 8112 Engineenn&Inc. Fall 2006 City of Renton Division 2- Sitework Emergency Power Generation 2006 .n 2.17 Pipe Bedding All fill placed below and around buried utilities shall be "Gravel Backfill for Pipe Bedding". The pipe bedding material has been selected to support the weight of the utility by distributing the load so that the completed utility and backfill system does not weigh more than the native material. In addition, the grain size has been selected so that the bedding will not migrate into the bottom of the trench. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. Bedding material shall surround the pipe and conduits to the limits shown on the +rr construction drawings and provide uniform support along the entire length without allowing concentrated loading at joints or bells. All bedding material shall bear on firm subgrade and be compacted to firm and unyielding condition. UO 2.18 Trench Backfill All fill placed above the conduit bedding in a trench shall be "Trench Backfill". The Go trench backfill material has been selected to distribute surface loads over the utility. In addition, the grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. The Contractor must take particular care to maintain the go integrity of the utility design by using the appropriate trench backfill material where shown. No Trench backfill shall be placed and compacted above the conduit bedding to finished grade elevations in unrestored areas or to subgrade elevations in restored areas. Trench backfill shall consist of materials conforming to Section 9-03.19 "Bank Run Gravel for MW Trench Backfill" of the Standard Specifications. In unimproved or landscaped areas trench backfill shall be placed in uniform layers not to exceed 24 inches in loose thickness. Each lift is to be compacted to at least 85 percent of +o its maximum dry density based on the ASTM D-1557 test procedure (modified proctor). In areas where the trench will support roadways or vehicle access areas, trench backfill shall be placed in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D- 1557 test procedure (modified proctor) from 0 to 4 feet below finished surface, 90 percent below 4 feet. 2.19 Gravel Base Course All fill placed under paving, foundations or structures and next to native material shall be "Gravel Base Course" unless otherwise called out on the plans. Aggregate for gravel base course under structures, and foundations shall conform to Section 9-03.10 Aggregate for Gravel Base of the Standard Specifications. Aggregate for gravel base course under roadways, paved areas, sidewalks and gravel areas 4w shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. .r 2-6 8/8/2006 1:52:40 PNI J:A data\.REN\105-079\Specs\Technicals.doc 'C`2006 RH2 Eno-in.cenn ,Inc. Wo City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework ftw- 2.20 Gravel Top Course Gravel surface paving as shown on the plans shall be"Gravel Top Course". Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top Course and Keystone of the Standard Specifications. rr 2.21 Cement Concrete Pavement Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. 2.22 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) The plans and specifications may call out Hot Mix Asphalt (HAM) or Asphalt Concrete Pavement(ACP). The terms are synonymous. Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. All HMA shown on the plans shall be Commercial HMA unless otherwise noted. Furnish, place, spread, and compact HMA to the thickness shown on the construction drawings. 2.23 Import Quantity Evaluation In order to document the quantities and amounts to be paid on monthly billing statements, the contractor shall provide the Engineer or Owner with copies of all trucking tickets indicating quantities of materials delivered to complete the contract. A representative of the hauling company shall sign the truck tickets. The scales used to weigh materials shall be calibrated and certified on a quarterly basis. Certifications of such calibrations shall be given to the Engineer or Owner. One shall be sent prior to beginning of the project and as construction progresses on a quarterly basis. 2.24 Chain-Link Fencing Chain-Link (woven wire fabric) fencing shall be as detailed in the contract drawings and in r accordance with Section 8-12 of the Standard Specifications. The fence shall be installed such that the clear distance between the bottom of the fence and the finished grade is not more than 3 inches. Contractor shall provide an Owner standard lock at each gate shown .r on the plans. Each lock shall be keyed to match the Owner's key. 2.25 Fence Perimeter Signs Final perimeter fencing (either partial or full perimeter fence) for the Mt. Olivet site shall be signed with signs on every fence face or spaced at 100' intervals;which ever is a shorter distance. Fence shall read "Authorized Personnel Only, Keep Out." Signs shall be of polyethylene construction at a minimum of 1/4" thick. Font shall be readable from 100'. Signage shall be of a color and font style chosen by the Owner during the submittal process. Signs shall be permanently attached so that they cannot be removed by hand and placed approximately 4' above the ground elevation where the sign is located. 2-7 J:A data\REN\105-079\Specs\Technicals.doc 8/8/2006 1:52:40 PAI ©2006 R112 Engineenng,Inc. Fall 2006 City of Renton Division 2 - Sitework Emergency Power Generation 2006 go 2.26 Conduit Pipe Bursting Replacement Process A. General , r This section includes requirements to replace the existing power and telemetry conduits by the pipe bursting method. This method involves bursting the existing pipe and immediately installing a new 6" polyethylene pipe to be used as a carrier for the proposed electrical and telemetry conduit. Complete installation shall be in accordance with the Contract documents. err B. Quality Assurance The Contractor shall be certified by the particular Pipe Bursting System Manufacturer that such firm is a licensed installer of their system. rw Polyethylene pipe jointing shall be performed by personnel trained in the use of thermal butt-fusion equipment and recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing the polyethylene pipe. Training shall be performed by a qualified representative. The Contractor shall have a minimum of 5 years experience using the pipe-bursting method. C. Submittals Submit the following Contractor's Drawings: to 1. Shop drawings, catalog data, and manufacturers technical data showing complete information on material composition, physical properties, and dimensions of new pipe. W 2. Method of construction and restoration of existing conduit. This shall include detail drawings and written description of the entire construction procedure to .r install carrier pipe and certification of workmen training for installing pipe. D. Delivery Storage and Handling Transport, handle, and store pipe and fittings as recommended by manufacturer. No If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Engineer or Owner r at the Contractors expense, before proceeding further. Deliver, store and handle other materials as required to prevent damage. err E. Materials Polyethylene Plastic Pipe shall be high density polyethylene pipe and meet the applicable OR requirements of ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-PR) based on outside diameter, ASTM D1248, ASTM D3550. Pipe shall be UL Listed HDPE compliant with 2002 NEC Articles 300 and 352, and shall meet the requirements of UL 651B. to All pipe shall be made of virgin material. No rework except that obtained from the as 2-8 8/8/2006 1:52:40 P-NI 1:A data\REN\105-079\Specs\Technicals.doc 2006 RI-12 Engineering,Inc. 10 City of Renton Fall 2006 Emergency Power Generation 2006 Division 2- Sitework manufacturer's own production of the same formulation shall be used. The liner material shall be manufactures from a High Density High Molecular weight polyethylene compound which conforms to ASTM D- 1248 and meets the requirements for Type III, Class C, Grade P-34, Category 5, and has a PPI rating of PE 3408. .s The body of the pipe produced from this resin shall have a minimum cell classification of 345444C under ASTM D-3350 and the inner wall shall be light in color and have a minimum cell classification of 345444E under ASTM D-3350. A higher cell classification limit which gives a desirable higher primary property, per ASTM D-3350 may also be accepted by the Engineer at no extra cost to the owner. The value for the Hydrostatic +r. Design basis shall not be less than 1600 PSI (11.03 MPA) per ASTM D-2837. The polyethylene pipe shall have light colored interior fully bonded and co-extruded pipe r structure. The bond between the layers shall be strong and uniform. It shall not be possible to separate and two layers with a probe or point of a knife blade so that the layers separate cleanly at any point, nor shall separation of bond occur, between layers, during testing performed under the requirements of this specification. The pipe shall be homogenous throughout and shall be free of visible cracks, holes, foreign material,blisters, or other deleterious faults. Material color shall be black on the outside for ultraviolet protection and have 10 mils of �r alight-colored inner layer for enhanced television inspection. F. Tests Tests for compliance with this specification shall be made as specified herein and in accordance with the applicable ASTM Specification. A certificate with this specification shall be furnished, upon request, by the manufacturer for all material furnished under this specification. Polyethylene plastic pipe and fittings may be rejected if they fail to meet any requirements of this specification. G. Installation Upon commencement, pipe insertion shall be continuous and without interruption from one vault to another, except as approved by the engineer or Owner. H. Construction Methods Insertion or launching pits shall only be allowed at locations of existing or proposed vaults, unless otherwise approved by Engineer or Owner, to minimize impact on existing landscaping. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices and other r equipment required to protect existing vaults, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the manufacturer. Under no circumstances will the pipe be stressed beyond its yield stress. The annular space shall be sealed at the vault. Sealing shall be made with material approved by the Engineer and shall extend a minimum of eight (8) inches into the vault wall in such a 2-9 l:Adata\REN\105-079\Specs\Technic2ls.doc 8/8/2006 1:52:40 PNi 2006 RI-12 Eng neenng,Inc. Fall 2006 City of Renton Division 2- Sitework Emergency Power Generation 2006 manner as to form smooth, uniform,watertight joint. I. Field Testing Defects which may affect the integrity or strength of the pipe in the opinion of the Engineer shall be repaired or the pipe replaced at the Contractor's expense. J. Pipe Joining The polyethylene pipe shall be assembled and joined at the site using the thermal butt- fusion method to provide a leak proof joint. Threaded or solvent-cement joints and connections are not permitted. All equipment and procedures used shall be used in strict compliance with the manufacturers recommendations. Fusing shall be accomplished by personnel certified as fusion technicians by a manufacturer of polyethylene pipe and/or fusing equipment. The butt-fused joint shall be properly aligned and shall have uniform roll-back beads resulting from the use of proper temperature and pressure. The joint surfaces shall be smooth. The fused joint shall be watertight and shall have tensile strength equal to that of the pipe. All joints shall be subject to acceptance by the Engineer and/or the Owner prior to insertion. All defective joints shall be cut out and replaced at no cost to the City. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10 9/6) of the wall thickness, shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures stated above. In addition, any section of pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the Engineer or Owner shall be discarded and not used. Terminal sections of pipe that are joined within the insertion pit shall be connected with a full circle pipe repair clamp. The butt gap between pipe ends shall not exceed one-half (1/2) inch. 2.27 Root Barrier Systems A. General Furnish all labor, equipment and materials necessary for provision and installation of root barrier systems in areas indicated on drawings. Work related to this section is described in Section 2.29. B. Quality Assurance The Contractor shall provide Manufacturer's Certificate stating the name, product name, style number, chemical composition and other pertinent information to fully describe the product. The Manufacturer is responsible for establishing and maintaining a quality control program to ensure compliance with the requirements of this specification. Documentation of the quality control program shall be made available upon request. Ai 2-10 S/8/2006 1:52:40 PM 1:Adata\REN\105-079\Specs\Technicals.doc C 2006 RH2 Engineering,Inc. tit so City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework C. Products General All materials shall be new and of the type specified herein. rW Root Barrier 1. Root control substrate product shall be subject to sampling and testing to verify conformance with this specification. Acceptance shall be based on manufacturer's certifications. 2. Product labels shall clearly show the manufacturer or supplier name, style number, and shall include a compliance statement certifying that all ingredients and inspection .. standards for this product have been met. 3. Root Control Barrier: Biobarrier by Reemay, Inc., Old Hickory, TN, Ph: 1 800 284 .. 2780 or DeepRoot Barrier UB 24-2 by Deep Root Partners, L.P.,Burlingame, CA, Ph: 1 800 458 7668. D. Execution General 1. Prior to work of this section, carefully inspect installed work of other trades and verify - that work is complete to the point where this installation may properly commence. 2. Work of this section includes all excavation, installation of barrier, backfill, and finish work necessary for the proper installation of root barrier per Manufacturer's written installation instructions. A E. Installation 1. Prepare base and subgrade. 2. Trench to appropriate depth for installation of root barrier, minimum protection 'm depth of 20", following manufacturer's written instructions. 3. Install root barrier per manufacturer's installation recommendations, with proper W overlap of material where applicable. 4. Notify Engineer for inspection of depth of material and of installation methodology prior to trench or pit backfill. 5. Backfill and compact to requirements after Engineer's inspection and approval. 6. Anchor and secure barrier as required per manufacturer's written instructions. F. Clean Up All debris, surplus materials, and trimmings shall be removed from the site upon completion of the installation. A 4W 2-11 1:Adata\REN\105-079\Specs\Technicals.doc 8/8/2006 152:40 P-M aw C 2006 RH2 Enmctmn2.Inc. Fall 2006 City of Renton Division 2- Sitework Emergency Power Generation 2006 2.28 Landscape Irrigation System Repair A. General „ Furnish all labor, equipment and materials necessary for repair of landscape irrigation system. Work related to this section is described in Sections 2.29 and 2.30. B. Quality Assurance The Contractor shall provide Manufacturer's Certificate stating the name, product name, style number, chemical composition and other pertinent information to fully describe the product. The Manufacturer is responsible for establishing and maintaining a quality control program to ensure compliance with the requirements of this specification. Documentation of the quality control program shall be made available upon request. C. Irrigation Repair Items • The Contractor is responsible for the following irrigation repairs for sections of trenching through Cedar River and Liberty Parks: at 1. Fifteen (15) damaged PVC irrigation lines 3-inch or smaller requiring 30 PVC couplers. Repair as per specifications. 2. Twelve (12) Rain Bird Falcon 6504 pop up rotor heads. Complete installation as per City of Renton Standard Plan. 3. Twenty six (26) wire splices complete with 3M-DBY splice connectors. Repair as per specifications. D. Products General All materials shall be new and of the type specified herein. Landscape Irrigation 4. Materials: All materials to be incorporated in this irrigation system repair shall be new and without flaws or defects and of quality and performance as specified here within. AN All material overages at the completion of the installation are the property of the Contractor and are to be removed from the site with the exception of any unused Rain Bird Falcon 6504,pop up rotor heads,which shall become the property of the Owner. ar 5. Pipe and Fittings - General: All pipe on project shall be new and manufactured as standard weight for its class and of virgin components. All pipes shall be continuously and permanently marked with the manufacturer's name or trademark, size, schedule, type and working pressure. All pipe to be National Sanitation Foundation (NSF) approved. All piping to be installed with markings showing on top. 6. Galvanized Steel Pipe and Fittings: Galvanized steel pipe and fittings shall not be used within the project unless approved by the Engineer. Brass fittings and piping are approved for use. 7. PVC Pipe: All plastic pipe shall be new and suitable for solvent weld. Pipe shall be 2-12 8/8/2006 1:52:40 I'M \data\REN\105-079\ST)ecs\Techmcals.doc C 2006 RH2 Eng*neenng,Inc. 1�6 City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework homogenous throughout and free from visible cracks, holes, foreign materials, blisters, deleterious wrinkles, and dents. Pipe shall be handled with care as specified by manufacturer, both from its truck unloading though to backfill completion. All pipe shall conform to or exceed the Commercial Standard CS 256-63 of the U.S. Department of Commerce. • Fittings shall be specifically made for the type of pipe used. All plastic fittings shall be Schedule 40 Polyvinyl Chloride (PVC). • Plastic pipe and fittings shall be jointed with solvent cement in detail as per the manufacturer specifications contractor is to allow for expansion and contraction of piping. Connection of plastic to metal, PVC threaded adapters shall be used. +rr Adapter to be hand tightened plus one turn with a strap wrench. Joint compound shall be Permatix Type II or equivalent. • Polyvinyl Chloride primer shall be applied to all fitting connections prior to solvent welding pipe and fittings. S. Irrigation Main Line Piping: The irrigation supply main pipe shall meet ASTM D2241 specifications for PVC 1220 SCH-40. PVC schedule 40 fittings shall be used. 9. Lateral Piping: Lateral lines PVC pipe shall meet ASTM specifications D2241 for PVC 1220 Schedule 40. PVC schedule 40 fittings shall be used. 10. Pop-up Rotor Heads: Pop-up rotor heads shall be Rain Bird Falcon 6504, full or part- circle as determined by the Owner. 11. Control Wire: All electric underground control wire shall be of the same size, rating, and material as the original damaged wire or as approved by Owner. 12. Miscellaneous Equipment and Components: Miscellaneous equipment and components not specified or indicated on drawings,but normally included in the work performed shall be furnished and installed by the Contractor. E. Execution General 1. Prior to work of this section, carefully inspect installed work of other trades and verify that work is complete to the point where this installation may properly commence. +.r 2. Work of this section includes all excavation, repair, inspection and testing necessary for the proper repair of damaged landscape irrigation systems. F. Installation Where an irrigation line has been damaged, contractor shall make smooth and even cuts on the undamaged section at each side of the damaged line. Contractor shall de-bur pipe ends where cuts are made. Contractor shall flush cut lines to make sure that no debris, gravel or sand remains in the lines. Contractor shall use PVC Slip Couplers to make all repairs unless sufficient pipe has been damaged which will require the installation of a new line segment, as determined by Owner. Contractor shall place no rocks under or around the pipe after the repair is made. Contractor shall compact the area around the repair with sand or rock free 2-13 l:\daca\REN\105-079\Specs\Technicals.doc 8/8/2006 152:40 PM Z 2006 RH2 Engineering,Inc. Fall 2006 City of Renton Division 2 - Sitework Emergency Power Generation 2006 material. If irrigation,control wires are damaged, contact Owner before repairs are made. All wire splice connections shall be left with sufficient slack so that the splice may be brought to the surface without disconnecting the wires. All splices are to be made with 3M-DBY Splice Connectors. Contractor shall provide Owner the opportunity to inspect and approve all irrigation line and control wire repairs prior to burial. G. Clean Up Contractor shall remove all debris, surplus materials, and trimmings from the site upon completion of the installation. it 2.29 Planting A. General Planting required for this work is indicated on the drawings and, in general, includes planting and other ground cover work, erosion control, weed control and maintenance of the finished work. Work related to this section is described in Sections 2.27 and 2.30. B. Quality Assurance Contractor must be experienced in landscape work of the highest professional quality of a similar nature and able to show evidence of said work; must have adequate facilities and personnel for indicated work; and must be acquainted with all other work related to the site improvements, and any other work which might affect preparation for installation of landscaping. Standards 1. All planting materials shall be nursery-grown under climatic conditions similar to or irl hardier than those at the site. All plants shall have normal habit of growth and be healthy, vigorous and free of disease, insects,insect eggs and larvae. All plants shall be at least equal zo the size specified prior to pruning. Measurements shall be taken with all branches in their normal growing position. No plants shall be pruned prior to delivery to the site unless authorized, in writing, by the Engineer. Collected plants shall not be used. Substitutions shall not be made without the written approval of the Engineer. 2. All plants and planting material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. 3. Unless otherwise noted, measurements, caliper, branching, grading, quality, balling and burlapping shall follow the American Nursery and Landscape Association (ANLA) ANSI Z60.1. Names shown on the drawings conform to the standardized names of [ANSI Z60] Names not present in this listing conform to accepted practice in nursery trade. Inspection 1. All larger trees or specimen-quality plant material shall be inspected at the place of growth by representatives of the Engineer. Samples of all other plant material shall be 2-14 8/8/2006 1:52:40 PM 1:Adata\REN\105-079\Specs\Techmcais.doc T,2006 R112 Ene neenn„-nr-. Aw City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework submitted to the Engineer for acceptance prior to shipment to the site. The Contractor is advised that inspection and acceptance of all stock, prior to planting, is �. mandatory and the Engineer reserves the right to reject any or all plant material until final inspection and acceptance. All rejected plants shall be removed immediately from the site. When requested by the Engineer, provide sales receipts for all nursery tw stock and certificates of inspection from all Federal, State and local authorities. C. References General Conform with the following standard specifications, except as supplemented or modified rrr hereinafter: 1. Plant Names: American Joint Committee on Horticultural Nomenclature, Latest Edition, and herein after called AJCHN. 2. Quality Standards: American Association of Nurserymen's American Standard for Nursery Stock,Latest Edition. Plant Material Identification 1. Sunset Western Garden Book, Seventh Edition 2. Dirr's Guide to Hardy Trees and Shrubs, 1997 3. Plants that Merit Attention—Volume II—Shrubs, 1996 ,W D. Submittals Plant Materials List ,rr Within 15 days after execution of the Contract, and before any planting materials are delivered to the job site, submit to the Engineer a complete list of all plants to be installed: 1. Make submittal in accordance with the provisions of Section 01330 —Submittal Procedures of these specifications. 2. Include complete data on source, size and quality. Ow 3. This submittal shall in no way be construed as permitting substitution for specific items described in the drawings or these specifications unless the substitution has been approved in advance by the Engineer. +r Manufacture's Certificates of Conformance: 1. Fertilizer a 2. Planting soil / topsoil,including each component 3. Mulch JW - Manufacture's Certificates of Conformance: 1. Planting soil / topsoil with specific proportions for plant beds and lawn areas. Schedule of Installation: It is the Contractor's responsibility to coordinate all work with the Engineer. r 2-15 J:A data\RF-N\105-079\Specs\Tecnnicals.doc 8/8/2006 1:52:40 P-M ,yW C 2006 121I2 Enoneenng,Inc. Fall 2006 City of Renton Division 2 - Sitework Emergency Power Generation 2006 Record Drawings: During the course of the installation, carefully record in red-line on a print of the planting drawings all changes made to the planting system layout during installation. Submit an approved record drawing to the Engineer prior to final inspection. Certificates: + All certificates required by law shall accompany shipments. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. E. Product Handling J6 Delivery and Storage: Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the Engineers inspection. Plants without identifying labels are subject to rejection by the Engineer. Immediately remove from the site all plants which are not true to name and all materials rile which do not comply with the provisions of this section of these specifications. Use all means necessary to protect plant materials before, during, and after installation and to protect the installed work and materials of all other trades. Replacements: In the event of damage or rejection, immediately make all repairs and replacements 46 necessary for the approval of the Engineer and at no additional cost to the Owner. F. Job Conditions 40 Site Information: Preserve and protect all plant material on site prior to planting. Protect from wind, drought, unusual weather and vandalism. Store all plant material on site within limits of work or in designated approved staging area. Maintain moisture in all delivered stock. Existing Utilities: Locate all underground utilities prior to planting. Protection of Persons and Property: Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Repair at Contractor's expense damaged curbs, paving, walks, walls, structures, and existing plantings. Keep street and area drains open and free flowing. Erect signs and barriers against pedestrian and vehicular traffic. Do not block public access routes with plant material. 2-16 8/8/2006 1:52:40 PAI J:Adata\REN\105-079\Specs\Technicals.doc C 2006 RH2 Engineering,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework G. Guarantee General: All plant material installed by the Contractor shall be guaranteed by the Contractor for a period of one year from the date of final acceptance to be in healthy condition. +rr Inspections: Make periodic inspections at no extra cost to the Owner during the guarantee period. Determine what changes,if any, should be made in the Owner's maintenance program. Replacement at Guarantee Period Conclusion: Replace, at no cost to the Owner and as soon as weather conditions permit, dead plants and plants not in vigorous thriving condition. Replacements to be of same species and to be subject to all indicated requirements, including the one year guarantee from replacement planting date. �+ Fertili.Ze any areas not in a healthy growing condition. aw H. Maintenance Maintain the landscape work until substantial completion or final acceptance by the Owner of the landscape work,whichever is later. The Owner will be responsible for the maintenance of the landscape work through the guarantee period. This work includes checking the irrigation operation, weeding, removal rr of dead materials, and other operations necessary to the proper care of the landscape work. I. Codes and Regulations AW Comply with all applicable City, county, state, and federal codes and regulations. low J. Plant Materials 1. The Contractor shall provide all plants listed in the Plant Schedule in quantities designated. 2. Container Stock: Shall have been grown in its delivery container for not less than six months but not more than two years. Samples, selected at random by the Engineer, shall not exhibit rootbound conditions or insufficient root systems in relation to top growth and container size, and plants with broken balls of earth shall not be used in the work unless the Contractor has obtained written permission from the Engineer. Under no circumstances shall container stock be handled by their trunks, stems, or tops. 3. Balled and Burlapped Stock: Shall be dug with firm, natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for the wr ' plant's full recovery. Root balls shall be dug oversized, firmly wrapped with burlap and bound with twine or wire mesh one size larger than the minimum standard in accordance with the Standards of the American Association of Nurserymen. Existing 2-7 8/2006 1:52:40 P-Nf J:\data\RE�i\105-079\specs\Technicais.doc 8/8/2006 C 2006 RH2 Engineering,Inc. Fall 2006 City of Renton 06 Division 2 - Sitework Emergency Power Generation 2006 0 trees to be relocated, shall be dug with a mechanical transplanter with a minimum diameter of 44 inches. Root balls from mechanically dug trees shall be placed in wire baskets lined with burlap for temporary storage and kept vigorous during the storage ► period. 4. Ground Cover Stock: Stock shall be .nursery-grown, hardened off, well rooted and established and shall comply with the American Association of Nurserymen standards. 5. Bareroot Stock: Shall be dug and the earth removed without injury to the fibrous root system. Protect roots from exposure until they are planted. Plants with roots dried or r shriveled from exposure are not acceptable. K. Planting Soil/Topsoil 1. Planting Soil / Topsoil shall consist of loose, friable soil, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots and weeds or similar objects larger than two inches in diameter. Topsoil should be fertile and free-flowing (pulverized). 2. Soil shall meet additional parameters: Parameters R��e pH 5.5 - 7.5 Moisture Content 25% - 55% Soluble Salts 2.5 mmhos/(dS) W Stone and Debris < .5% (by weight) Foreign Matter < .05% (by weight) Organic Matter > 10% (by weight) (composted) 3. Particle Size • 100% by volume must pass a 2 inch screen. • 95% by volume must pass a 3/4 inch screen. • Not more than 70% of the soil by weight shall be less than .25 mm (fine sand) of which no more than 25% by weight shall consist of particles less than .002 mm (clay). • Topsoil shall meet the following mechanical analysis: Textural Class % of Total Weight Sand (0.05 - 2.0 mm dia. range) 30 Silt (0.002-0.05 mm dia. range) 60 Clay (less than 0.002 mm dia. range) 10 rr 2-18 8/8/2006 1:52:40 PNI l:Adata\REN\105-079\Specs\Technicals.doc C 2006 RH2 EnLnnee.-ing,Inc. Am City of Renton Fall 2006 Emergency Power Generation 2006 Division 2- Sitework L. Water ow Water shall be free from substances harmful to plant growth. M. Bark Mulch ON Bark Mulch shall be free from weeds, weed seed, mold, and other noxious materials. Fine ground Douglas Fir or approved equal. N. Tree Stakes and Wires 1. Stakes: 2 x 2 x length necessary Douglas Fir. Pre-stain dark brown. 2. Guys: Twelve (12) ga. galvanized guy wire attached to grommeted cloth strap or webbing. Webbing shall surround the tree stem but not tied to it. Do not use wire with black rubber garden hose. 3. Conform to the details for tree staking and guying indicated on the drawings. O. Common Fill Fill for subgrade in plant beds and turf areas may be approved on-site soils or approved native material. Fill shall have maximum particle size of 2", and be free of large rocks, sticks, or other deleterious materials. Stripped topsoil may be used as subgrade within the top 10" under topsoil in plant beds and turf areas. Depth of organic soils used as subgrade may be deeper than 10" only in areas approved by the Engineer. Do not use „ stripped topsoil under pavements, surfacings, or structures, or other areas where structural fill is required. , . P. Other Materials All other materials not specifically described but required for a complete and proper Aw planting installation, shall be selected by the Contractor subject to the approval of the Engineer. Q. Surface Conditions Inspection: Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. +ww Verify that planting may be completed in accordance with the original design and the referenced standards. Discrepancies: In the event of discrepancy, immediately notify the Engineer for specific instructions. Verify locations of conduit, ballasts and conform to all NEC codes for location of plant w material in relation to lighting and conduits. Contractor will be responsible for coordinating placement of all plant material around light posts with Engineer prior to planting. r 2-19 J:Adata\REN\105-079\Specs\Tecnnicals.doc S/S/2006 1:52:40 Phi C 2006 RH2 Engineering,Inc. Fall 2006 City of Renton Division 2 - Sitework Emergency Power Generation 2006 R. Grading Prepare subgrade in all lawn areas and plant beds by scarifying to 8" minimum depth and removing rocks and debris over 2" in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. It is the Contractor's responsibility to notify the Engineer of any subgrade conditions deleterious to plant growth. Spread Topsoil: Do not spread topsoil when frozen or excessively wet or dry. Topsoil depth after settlement: 1. New Planting Beds including 6'- 0" around trees in lawn areas: Minimum 18" around trees. Apply one-half depth of topsoil and till into existing subgrade to depth of 8". Apply remaining topsoil. 2. Turf Areas: Minimum 6". Apply one-half depth of topsoil and till into existing subgrade to depth of 6". Apply remaining topsoil. After planting trees in lawn areas, apply lawn area topsoil up to the 10' diameter circle of y mulch. Fine Grading: rif 1. Fine grade areas receiving planting and turf as indicated on drawings. Rake entire surface to a smooth and even grade, remove all rocks over 1" in diameter, remove grass roots and debris. 2. Compact to approximately 85% of maximum dry density per ASTM D1557. 3. Shrub and Groundcover Beds: 2" below pavement, curbs, and finish lawn grades to allow 2" of mulch to be even with finished grade of adjacent surfaces. 4. Lawn Areas: Flush with surrounding grades and '/z" below pavement and top of curbs and walls. rw Bermed Lawn Areas: Flush with surrounding grades at lowest elevations and evenly graded to highest elevations as shown on the drawings. Finished grades shall be smooth to prevent lawn-mower scouring, and maximum of 1 vertical foot in 5 horizontal feet. Top of berms shall be gently sloped to mid-crest at 1 vertical foot in 40 horizontal feet. S. Layout Locate new planting where indicated on the drawings, except where obstructions below , ground or overhead are encountered or where changes have been made in the construction. Obtain the Engineer's approval for all planting location changes prior to installation. 2-20 8/6/006 1:52:40 P- f:A data\REN\107-079\Specs\Tecnnicals.doc '_C 2006 RH2 Engineering,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework T. Planting Trees and Shrubs General: 1. Plant nursery stock immediately upon delivery to the site and approval by the Engineer except that, if this is not feasible, heel-in all bare-root and balled material air with damp soil or sawdust and protect it from sun and wind. 2. Regularly water all nursery stock in containers and place them in a cool area protected from sun and drying winds. 3. All plant material to be placed during the period between October 31, and January 31, or as approved by the Engineer. Do not plant when ground is frozen. 4. Prior to commencement of this Work, stake tree locations and stake outline of beds in lawn areas. Obtain approval of Engineer prior to planting. w. 5. Excavation: 6. All trees and shrubs shall be planted in pits as dimensioned on the planting plan. rw 7. Unless .specifically authorized in writing by the Engineer, mechanical excavating equipment will not be permitted for digging planting pockets. 8. The Contractor shall exercise caution when excavating plant pits. Repair of any damage to existing conduits during excavation and backfill operations will be the sole responsibility of the Contractor at no additional cost to the Owner. 9. Excavate and scarify sides of all plant pits to dimensions shown below. Remove any impervious or otherwise unsuitable soils or material or amend only as approved by Engineer. Backfill plant pits with native soils approved by the Engineer which were ,W removed from the plant pit. 10. Shrub pits to be excavated 0" deeper and 12" wider (all sides) than rootball or container size. 11. Tree pits to be excavated 0" deeper and 2 (two) times the diameter of the root ball on all sides. The root crown of trees (i.e. the flair, where the top of the root ball and tree stem meet) shall be exposed and set in the pit so that it is one-half inch to two inches higher than the surrounding grade. Trees shall not be planted lower than this. Adjust area at paved edges. 12. Groundcover pits to be excavated 0" deeper and 8" wider (all sides) than rootball. Adjust area at paved edges. 10 Planting Shrubs and Trees: Orient as directed for best appearance. Set in center of pits on on-site soil. For trees in lawns areas, allow for placement of lawn area topsoil mix up to circle of mulch around the tree. Hold firmly in place while backfill mixture is being placed. Break down any smooth walls of the plant pit during the backfill process. Place backfill carefully, avoiding root No damage and filling all voids. Compact fill by jetting to avoid air pockets. Allow to soak away and add more backfill mixture as required. rrr 2-21 T:Adata\REN\105-079\Specs\Technicais.doc 8/8/2006 1:52:40 R F G 2006 RK2 Engineering,Inc. Fall 2006 City of Renton Division 2- Sitework Emergency Power Generation 2006 1. For container stock: Cut 2 sides with approved type cutter, taking care to avoid root damage. 2. For balled stock: Cut string and remove fasteners. Remove top 1/3 of burlap. 3. For wire baskets: Cut wire and remove top 1/z of wire basket. Planting Groundcover: Rake existing soil smooth and free from all soil lumps, rocks, sticks and other deleterious materials. Space the ground cover plants evenly as indicated on the drawings, staggering the spaces around shrubs and trees as well as in the open areas. Plant only in soil that is moist but friable, never wet or soggy. In the case of planting in the open on hot days, shorten the time between planting and watering.After planting, cover all areas with two inches of mulch and protect against loss due to wind or oversprinlding. Organic Mulch: Spread 2" depth as indicated in all new shrub and groundcover beds and in a 10'-0" diameter around trees in lawn areas. Keep mulch off of tree stems and away from trunk flare. Staking and Guying: Place stakes,wire,webbing as indicated. Hose with wire running through it is prohibited. U. Watering The Contractor is responsible for watering all new plantings until Final Acceptance of the project by the Owner's Representative. The Contractor shall avoid watering methods which may damage plant material. V. Clean Up Remove from site all cans, surplus subsoil, and other debris resulting from planting and grading operations. Neatly dress and finish landscaping areas. Remove all soil and stains cased by work of this Section from adjacent hard surfaces. w W. Plant Establishment and Final Acceptance General: The Contractor shall maintain all plantings in this project; shall be responsible for the survival of all plant material in acceptable condition and shall maintain all landscape areas in a neat and orderly fashion until Final Acceptance of the project by the Engineer. The Contractor will be held responsible for all damage or loss of trees, shrubs and ground covers caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic,vandalism,weather or other outside causes. r 2-22 8/8/2006 1:52:40 PI,1 J:Adata\REN\105-079\Specsjcchi icals.doc CC 2006 RPI2 Enginccrmg,inc City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework Preliminary Inspection and Acceptance: When work specified in this Section has been completed, an inspection will be made within seven (7) days of Contractor's request. The Engineer will generate a punch list of items that will require revisions or completion to comply with the Contract documents. Preliminary acceptance of landscaping will be given when items on the punch list have been completed to the satisfaction of the Engineer. Establishment Period: The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the Engineer of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf and plant beds so they receive adequate water for survival of the plant in a healthy position. 2. Adjustment of Stakes and Guys: Adjust as necessary to maintain vertical growth of trees. Replace damaged or removed stakes and guys. If Establishment period extends 12 months beyond date of Preliminary Acceptance, remove all stakes and guys. 3. Weeding: Remove all weeds before they reach 4" height or spread from all shrub and groundcover beds, and around newly planted trees. Guarantee: All new plant material shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 1. Inspection: Make periodic inspections, at no cost to the Owner, during the guarantee period. Deterrnuze what changes, if any, should be made in the Owner's maintenance program. 2. Replace, at no cost to Owner and as soon as weather conditions permit, dead plants and plants not in vigorous, thriving condition. Replacements to be of same species and subject to requirements of this Section, including the one year guarantee following replacement planting for all replacements. Final Acceptance: ' Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the landscaped areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the Engineer if earlier than Final Acceptance of the entire project. 2.30 Sod Lawn A. General Planting required for this work is for restoration of sod areas disturbed by the construction activities of the Contractor and, in general, includes installation of sod lawn, 2.23 \data\REN\105-079\St)ecs\Technicais.doc S/9/2006 1:52:40 PM Z 2000 RH2 Eneineenng,Inc. Fall 2006 City of Renton ib Division 2- Sitework Emergency Power Generation 2006 erosion control,weed control and maintenance of the finished work. Work of Section 02900—Planting is directly related to this Section. Refer Section 02900 for preparatory work prior to installing work of this Section. Work related to this section is described in Section 2.29. B. Quality Assurance Qualifications of Workmen: Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. Standards: Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy,vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. C. Submittals Make submittals in accordance with the provisions of the Contract—submittal procedures of these specifications. Certification of Material 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12" x 12" sample of each sod specified for inspection and approval in advance by the Owner's Representative. 3. Supply Grower's written recommendations for fertilizer type, rate of application, and frequency. Manufacturer's Certificates of Conformance: 1. Fertilizer ' 2. Comply with Section 02900—Planting for "Planting Soil / Topsoil". Schedule for Installation: It is the Contractor's responsibility to coordinate all work with the Owner's Representative. Record Drawings: During the course of the installation, carefully record in red-line on a print of the planting drawings all changes made to the lawn area layout during installation. Submit an approved record drawing to the Owner's Representative prior to final inspection. 2-24 8/8/2006 '1:52:40 PM ):Adata\REN\105-0791 Specs\Tech=cais.doc ©2006 RH2 Engineering,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 2- Sitework Certificates: 1. All certificates required by law shall accompany shipments. 2. Upon completion of the installation and prior to final inspection, deliver all certificates to the Owner's Representative. D. Product Handling Delivery and Storage: w' Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the Engineers inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. No Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. Replacements: *w In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Engineer and at no additional cost to the Owner. E. Job Conditions Site Information: Preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Existing Utilities: Locate all underground utilities prior to planting. Protection of Persons and Property: Protect adjacent property,public walks, curbs and pavement from damage. Do not block public access routes with plant material. F. Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring .w restoration from the Contractor's operations. Sod: Non-net"Premium Shadow Master" Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner,WA,Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved w. equal must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for "approved equal". Sod shall contain 65%perennial turf-type ryegrass by weight and 35% ' hard fescue by weight. arr 2-23 :\data\REN\105-079\Specs\Tecnnicals.doc 8/8/2006 1:32:40 PM 2006 RI-I2 Eneineeiing,Inc. Fall 2006 City of Renton ' Division 2- Sitework Emergency Power Generation 2006 At G. Fertilizer General: All fertilizer shall be delivered to the site in bags labeled with the manufacturer's guaranteed analysis. Provide fertilizer per Grower's recommendations and as approved by the Owner's Representative in the submittals. Special Protection: If stored at the site, protect fertilizer from the elements at all times. H. Planting Soil/Topsoil General: Planting Soil / Topsoil: Conforming to Section 02900 -Planting Soil / Topsoil. I. Other Materials All other materials, not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Owner's Representative. J. Surface Conditions Inspection: Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. Discrepancies: In the event of discrepancy, immediately notify the Owner's Representative for specific instructions. K. Installation Preparation Prepare subgrade in all lawn areas by scarifying to a 8"minimum depth and removing rocks and debris over 1" in diameter. Subgrade soil; should be free-draining and without any impervious soils or other materials harmful to plant growth. Notify the Owner's Representative of any subgrade conditions deleterious to plant growth. Spread topsoil to a minimum depth of 6" after settlement in all lawn areas. Thoroughly rototill topsoil to a minimum depth of 6 inches. Apply remaining topsoil per Section 02900 —Planting. Fine grade per Contract Specifiactions in turf areas as indicated on drawings. Rake entire surface and conform to grading tolerances defined in Section 02900. Grade edges to 1" below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Owner's Representative. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. L. Sod Installation Moisten sod bed and roll lightly for compaction. 2-26 8/8/2006 1:52:40 PM ):Aaaia\REN\105-079\Specs\Techrncals.cioc 1Z 2006 RH2 Engineering,Lnc. 00 City of Renton Fall 2006 Emergency Power Generation 2006 Division 2 - Sitework Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to conform to aw smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion. Remove any bumps,undulations, or low-high spots with a light rolling. Water daily for a minimum of two weeks to prevent dehydration. Protection: Protect all turf areas by erecting temporary fences,barriers, signs, etc. as necessary to prevent trampling. M. Protection Protect all new turf areas against harm from wind,unusual weather and the public. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. N. Turf Establishment and Final Acceptance w General: The Contractor shall maintain all new lawn areas in this project; shall be responsible for Wo the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the Owner's Representative. The Contractor will be held responsible for all damage or loss caused by his inattention or 40 carelessness. The Contractor shall repair damage caused by traffic,vandalism,weather or other outside causes. to Preliminary Inspection and Acceptance: When work specified in this Section has been completed, an inspection will be made within seven (7) days of Contractor's request. The Owner's Representative will generate a +w punch list of items that will require revisions or completion to comply with the Contract documents. Preliminary acceptance of landscaping will be given when items on the punch list have been completed to the satisfaction of the Owner's Representative. Establishment Period: The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the Owner's Representative of landscape work,whichever is later. The Owners Representative may waive some or all of the Contractors required maintenance during this period. Maintenance during this period will include: Watering: +�*► Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. Lawns shall be fertilized every six weeks from March through September per Grower's written recommendations. Lawns shall be maintained weed-free. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass wr clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 2-27 l:Adata\REN\105-079\Specs\Tecnnicals.doc 8/8/2006 1:52:40 PM Z 2006 PH2 Erwmeenna,Inc. Fall 2006 City of Renton Division 2- Sitework Emergency Power Generation 2006 Protect all lawn areas against damage,including erosion and trespassing,by providing and maintaining proper safeguards. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves,wind blown into gutters and catch basins, are considered as litter and shall be removed as debris. Guarantee: All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. Inspection: Make periodic inspections,at no cost to the Owner, during the guarantee period. Determine what changes,if any, should be made in the Owner's maintenance program. Replace, at no cost to Owner and as soon as weather conditions permit, lawn areas not in vigorous, thriving condition. Final Acceptance: Final inspection of the work of this Section will be made at the time of the Final Inspection of the entire project or earlier,if approved by the Owner's Representative. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the Owner's Representative if earlier than Final Acceptance of the entire project. ' O. Clean Up Remove all debris, such as cans, surplus materials and trimmings, from the site. Sri 2-28 8/8/2006 152:40 Pb1 J:Adata\REN\105-079\Specs\Technicals.doc '%2006 RH2 Engineering,Inc. Division 3 Concrete 3.1 General This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the plans. 3.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Concrete mix design including substantiating strength data. 2. Admixture Data 3. Special placement procedures for hot or cold weather ow 4. Construction Joint Plan 5. Rebar mill certifications wr 6. Rebar placement shop drawings including a plan showing locations of all CMU dowels 7. Precast concrete items w■ 8. Grouts 40 9. Embedded items Concrete mix designs shall be submitted to the engineer for approval a minimum of two weeks prior to placing any concrete. The mix design shall include the amounts of cement, 1W fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI 318, Chapter 5. A batch plant inspection may be required, the cost of which shall be W paid by the Contractor. Review of mix submittals by the engineer of record indicates only that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified performance. 3.3 Inspection All formwork and reinforcing steel must be inspected and approved by the Special Inspector as required by Chapter 17 of the IBC prior to placing any concrete. Provide 48- hour notice to Owner prior to needing the required inspections. Comply with local building department requirements for inspection and notification. The contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector's inspection or the building department inspection. 3.4 Testing Concrete strength tests shall be performed per section 1905.6 of the 2003 IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. 3-1 J:A data\REN\105-079\Specs\Technicals.doc 8/8/2006 1x2:40 PN4 2006 RH2 Engineering,inc. Fall 2006 City of Renton ' Division 3 - Concrete Emergency Power Generation 2006 The Contractor will coordinate all concrete testing with the testing labs. Costs will be paid by the Owner in accordance with IBC 2003. Give the Owner 48 hour notice prior to concrete placement. If Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. wr If the Contractor schedules a concrete placement and does not notify the Owner and testing lab of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing lab costs for an unnecessary trip. If the Contractor fails to provide the testing lab with adequate notification and testing lab cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing lab shall take a minimum of four samples for every 50 yards of concrete placed (and a minimum of four per pour); one for a 7 day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet design strength or to verify strength prior to form removal. 3.5 Concrete Materials Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905. ` The concrete mix shall include the amount of cement, fine and coarse aggregate, including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the 2003 International Building Code Section 1905, and the requirements of ACI 318. Materials shall conform to the following standards: Cement-ASTM C-150 Coarse aggregate -ASTM C-33 " Fine aggregate -ASTM C-33 Admixtures -ASTM C-494 - Air-entraining admixtures—ASTM C-260 Fly Ash—ASTM C-618 Nominal maximum size for aggregates is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well graded mix. Water used in concrete shall be potable. Fly ash may be substituted for up to 15% of the required cement. Air content shall be as measured out of the truck. 3-2 8/8/2006 1:52:40 PM ):Adata\REN\105-079\St)ecs\Technicals.doc C 2006 RH_"Engineemng,inc. City of Renton Fall 2006 Emergency Power Generation Division 3 - Concrete A. Structural Concrete All concrete as shown on the plans not called out otherwise. Use water reducers as required to achieve slump. 28 day strength - 4000 psi minimum Water/cement ratio - .40 Nominal maximum aggregate size—3/4" (WSDOT No. 67) ,.. Entrained air ratio—4.5% minimum to 7.0%maximum Slump - 4 inches maximum on slabs and 7 inches maximum on walls. B. Concrete for Thrust Blocks, Driveways, Curb and Gutter, and Sidewalks All concrete for non-structural applications including thrust blocks, driveways, and sidewalks. Structural concrete may be substituted for these applications. 28 day strength—4000 psi minimum Maximum water/cement ratio - .45 maximum Nominal maximum aggregate size—3/4 inch Entrained air ratio—5.5% minimum to 7.5%max 3.6 Formwork Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Unless otherwise directed, coat contact surface of forms with colorless, non-staining, r mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Protect all conduit and pipe embedded in concrete in accordance with Section 1906 of the 2003 IBC. Forms shall remain in place until the concrete has developed sufficient strength to .r withstand imposed loads without damage or deflection. Do not allow water to flow through areas where forms are to be placed. During form construction and, prior to placement of concrete, keep footings and floor slab areas free of standing water. After form removal,remove all fins and projections and fill all holes and imperfections. Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4- inch in any 10-foot length, and shall not exceed one inch over the entire r. 3-3 1:Adata\KEN\105-079\Specs\Technicais.doc 8/8/2006 1:52:40 PM pp Z 2006 RI-12 Laieineering,[nc Fall 2006 City of Renton Division 3 - Concrete Emergency Power Generation 2006 length. Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. 3.7 Reinforcing Steel + Reinforcing steel requirements are listed below and detailed in the plans. Grade -ACI A615-81A, Grade 60 Detailing-ACI 318-99 and ACI 315-92 Lap requirements - See schedule on drawings Tie wire- 16 gauge minimum .rw Reinforcing steel shall be detailed in accordance with ACI 315-92 and 318-95. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or otherwise heated. 3.8 Premolded Joint Filler Premolded joint filler for expansion or through joint applications shall conform to the specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction", AASHTO M 213, except the requirement for water absorption is not applicable. The thickness and width of premolded joint filler for expansion, through, and construction joints shall be as indicated on the Plans. Where no premolded filler thickness is indicated, the thickness shall be 3/a inch. 3.9 Pre-Cast Concrete All concrete structures identified on the construction drawings as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. Pre-cast concrete manholes shall conform to ASTM C-478. The rubber gasket joint shall conform to ASTM C-443. Additional reinforcement shall be provided within the pre-cast concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. Pre-cast vaults shall conform to ACI 318-99 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the construction drawings. Pre-cast vaults shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and H-20 vehicular load rating. 3-4 8/8/2006 1:52:40 PDi 1:'\data\REN\105-079\Specs\Techmcals.doc Z 2006 RH2 Engineering,inc City of Renton Fall 2006 Emergency Power Generation Division 3 - Concrete ww= 3.10 Cast-In-Place Concrete Placement shall be in accordance with 2003 IBC, Section 1905. Place no concrete when air temperature is below 40 degrees during the 28-day curing period unless a low temperature concrete mix has been approved by the Owner. Provide '* adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Before beginning placement of concrete, remove hardened concrete and foreign materials r from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 3 feet. Consolidate concrete by vibration, supplemented by hand spading, roddin g� forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, " pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After form removal, remove all fins and projections, fill all form tie holes, and finish in accordance with the Finish Schedule. +r 3-5 ':Adata\RFN\108-079\Specs\Tecnmcals.doc 8/8/2006 1:52:40 PM 2006 RH2 Enoneemig,Inc. Fall 2006 City of Renton Division 3 - Concrete Emergency Power Generation 2006 Repair all rock pockets and other defective concrete immediately after form removal. Remove all defective concrete to sound concrete. Apply approved bonding agent in accordance with manufacturer's recommendations prior to placing fresh concrete. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. At patches, repairs, and other areas requiring bonding of new to existing concrete, apply an approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Curing materials shall conform to ASTM C-171 and liquid membrane-forming compounds shall conform to ASTM C-309. 3.11 Embedded Items Position embedded items accurately, and support against displacement or movements during placement. Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. 3.12 Pipe Penetrations Through Concrete Structures not holding water or unburied structures: Unless identified on the Plans, all pipes larger than two inches passing through poured-in-place concrete floors and walls + ? shall be isolated from the concrete either by means of a Link-Seal system (or approved equal) or by wrapping the pipe in a flexible, non-biodegradable material such as high density foam or asphalt board. Wrapping shall be watertight and provide a minimum of '/z-inch separation between the pipe and concrete. Extend wrapping a minimum of one inch above and below concrete pour and cut flush on accessible side(s) after curing. Wrapping must be inspected and approved by Engineer prior to concrete pour. Gaps, tears, or looseness in wrapping will be cause for rejection. 3.13 Non-Shrink Grout Non-shrink grout shall meet the compressive strength and nonshrink requirements of CRD-C 621, Grades B and C; Corp or Engineers Specification for Non-shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non-shrink grout shall be Masterflow 713 Plus or Embeco 636 Plus or approved equal. Curing Compounds:As recommended by the grout manufacturer. General: Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change. Water to be used in mixing the grout shall be potable. Surface Preparation Ali A. Mechanically remove unsound concrete within the limits of the grout 3-6 8/8/2006 1:52:40 PM is Adata\REN\105-079\Specs\Tecnnicals.doc 2 2006 P.H2 Eneineering.Inc. City of Renton Fall 2006 Emergency Power Generation Division 3 - Concrete placement. B. Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. C. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Surface should saturated surface dry at time of grouting. Metal Preparation A. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. +� Formwork A. Comply with grout manufacturer's recommendations for form construction. w Construct forms to be liquid tight. Mixing A. Comply with grout manufacturer's recommendations for mixing procedures. B. Adjust water temperature to keep mixed grout temperature in the range of 450 F (7 o C) and 90o F (32 o C) minimum/maximum. 1. Use cold or iced water to extend working time in hot weather or in large placements. 2. Use warm water in cold conditions to achieve minimum as mixed rr temperatures. Installation A. Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. B. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45° F (7° ".► C). Curing Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for best results. The minimal requirement is to wet cure until grout has reached final set, followed by two coats of curing compounds. 3.14 Concrete Finishing Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. Cut out and patch defects in concrete surfaces as specified herein. After removal of forms, .,, chip out imperfections, rock pockets, holes from form ties, and other defects to solid concrete. Surface of the cavity to be patched shall be thoroughly wet before patching wr 3-7 1sAdata\REN\105-079\Specs\Technica s.doc 8/8/2006 1:52:40 PM virM 2006 RH2 Engineenng,inc. Fall 2006 City of Renton Division 3 - Concrete Emergency Power Generation 2006 mixture is applied. Where pull-out type ties are used, fill holes as recommended by manufacturer of ties, and as approved by the Owner. The finish schedule is shown below: " Foundation - Ordinary Wall Interior Floors - Floated Sidewalks and Concrete Aprons —Light Brushed Each concrete area that requires finishing shall conform to one of the following requirements: B. Ordinary Wall Finish Ordinary Wall Finish requires the use of like-new forms and linings that will produce a uniform surface. After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fill all air holes greater than 1/4-inch rw with 1:2 mortar floated to an even,uniform finish. C. Floated Finish Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating + may be used if area is small or inaccessible to power units. Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Refloat to a uniform, smooth, sandy texture immediately after leveling. D. Light Brush Finish Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Re-float to a uniform, smooth, sweat finish concrete. When concrete has appropriately set, finish with light soft broom finish. Brush perpendicular to slab slope. 3-8 8/8/2006 1:52:40 PM is'\data\REN\105-079\Specs\Techmcals.doc Z 2006 RH2 Eneineenne,inc. U Division 4 Masonry 4.1 General This division covers that work necessary for furnishing and installing all masonry as described in these specifications and as shown on the plans. 4.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Masonry Mortar ow 2. Masonry Grout 3. Reinforcing Steel Shop Drawings Wo 4. Concrete Masonry Units (CMU) 5. Masonry Insulation 6. Masonry Accessories 7. Letter of Certification for Masonry Prism Testing as noted in the IBC 4.3 Tolerances Variations from plumb, specified grade, conspicuous lines, and walls shall be plus or minus '/a inch in any 10-foot length, not to exceed plus or minus 1 inch overall. Variations from dimension shall not exceed plus or minus '/z inch. 4.4 Masonry Colors For the building at North Talbot, match the color of the existing building on site. For the building at Mt. Olivet, the Owner shall select the color(s). Block colors shall be limited to ow 2 in a pattern decided by the Owner unless otherwise shown on the plans. Mortar color shall match one of the adjacent block course colors. ow 4.5 Masonry Mortar Masonry mortar shall be used to properly level, position, bond together, seal irregularities, and provide a weather-tight joint between the concrete masonry units (CMU). wr Stockpile and handle aggregates to prevent contamination from foreign materials; store admixtures to prevent contamination or damage from excessive temperature changes; and Wo keep water free from all foreign materials. The Contractor shall heat the mixing water when air temperature is below 40 degrees Fahrenheit (F) and heat aggregates when air temperature is below 32 degrees F to assure 40, mortar temperature between 40 degrees F and 120 degrees F until used. The Contractor shall produce subsequent mortar batches within plus or minus 10 degrees F of the first batch. The water or sand shall not be heated above 120 degrees F. to Mortar shall be type "S", minimum compressive strength of 1800 psi at 28 days, per Section 2103.7 of the 2003 IBC for unit masonry mortar. Cement shall be ASTM C-150 4" 4-1 1:Adaca\REN\105-079\8necs\Techmcals.doc 8/8/2006 1:52.40 PM C 2000 RI-12 Enpne.-nno,inc. Fall 2006 City of Renton Division 4 - Masonry Emergency Power Generation 2006 and lime shall be.ASTM C-207. Proportion mortar by volume and mix in a standard mortar mixer operated in accordance with manufacturers recommendations. Mix ingredients thoroughly in dry form and add water to bring the mixture to the proper consistency for use. Do not hand-mix mortar. Masonry mortar testing shall be in accordance with ASTM C270. Provide mortar pigment to match owner-selected color of concrete masonry units. 4.6 Masonry Grout Masonry grout shall be used to fill all CMU cells that contain reinforcing steel. Masonry grout shall comply with the following specifications: ASTM C-150, Portland Cement ASTM C-476, Mortar and Grout for Reinforced Masonry. ASTM C-404,Aggregate for Masonry Grout. Compressive strength determined in accordance with IBC Section 2105.2.2.1.2,No. 3. Slump: 8" min to 12" max. Grout shall be stockpiled to prevent contamination from foreign materials and the admixtures shall be stored to prevent contamination or damage from excess temperature change. Water to be used in mixing the grout shall be free from foreign materials. The masonry grout shall consist of one part Portland Cement to three parts masonry sand ' and one-tenth part lime per ASTM C-476 Fine Grout Standards. It shall have a minimum compressive strength of 2000 psi. 4.7 Masonry Accessories The Contractor shall provide shop drawings showing all attached or embedded accessories. Reinforcing steel bars to be used for masonry work shall be ASTM A-615, Grade 60. Provide bar lengths and sizes as shown on the construction drawings. Anchors shall be dovetail anchor slots and anchors. Anchor slots shall be equal to Burke "Fleming" masonry anchor slot and anchors shall be equal to "AA Wire Products Dovetail Flex-0- Look Channel and Ties", or equal. All masonry accessories shall be installed as shown on the construction drawings and submitted details. The Contractor shall not splice reinforcing except as shown on the construction drawings. The minimum splice, where not indicated, shall be 32 bar diameters or 24 inches, whichever is greater. All accessories shall be cleaned of all dirt, grease, oil, loose mill scale, excessive rust, or other foreign matter which may reduce bond with grout or mortar. 4.8 Concrete Masonry Units Concrete Masonry Units shall be hollow load-bearing type, conforming to ASTM C-90, Grade N, Type 1. All units, unless otherwise noted, shall have normal weight aggregate 4-2 8/8/2006 1:52:40 PM J:\data\REN\105-079\Specs\Temmcais.doc V,2006 RH2 Engineenn"Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 4-Masonry having a uniform quality, texture, and color. All blocks shall be covered and protected against wetting prior to use. Unit sizes and shapes shall be 8 inches high by 16 inches long by 8 inches wide (nominal). The Contractor shall not place concrete masonry units when the work area air temperature 4W is below 40 degrees F. In addition, the Contractor shall protect his work from freezing for a period of 48 hours following the time the blocks have been laid. The masonry construction shall be protected from direct exposure to sun when erected in an ambient air temperature of 90 degrees F as measured in the shade with the relative humidity less than 50 percent. All ungrouted concrete masonry units with an exterior face shall be insulated as shown on rr the plans and detailed in Division 7. All concrete masonry units exposed to weather shall have an integral water repellant added to the block and mortar. Repellant admixture equal to Dry-Block as manufactured by ...► W.R. Grace and Co. In lieu of water repellant admixture, coat wall as specified in Division 9. so The Contractor shall lay only dry masonry units. When masonry needs to be sawed, only masonry saws shall be used to cut and fit masonry units. All units shall be set plumb, true to line, and with level courses accurately spaced. The masonry unit shall be adjusted to 00 final position while the mortar is soft and plastic. If the units are displaced after the mortar has stiffened, the Contractor shall remove the units, clean the joints or mortar, and relay with fresh and clean units. When joining fresh masonry to set or partially set masonry construction, the Contractor shall clean the exposed surface of set masonry and remove loose mortar prior to laying fresh masonry. CMU units shall be laid with full mortar coverage on horizontal and vertical face shells .r and webs. All joints shall have a nominal thickness of 3/8-inch and shall be uniform in nature. Lay at least 50 percent of the units at intersection in masonry bond. All joints shall be tooled and concave. The Contractor shall remove mortar protruding into cells of as cavities to be reinforced. Grout-fill all vertical and horizontal cells that contain reinforcing and as detailed on the WM construction drawings. Cells shall have an unobstructed vertical alignment. The Contractor shall provide grouted bond beams where required. Provide lintels made up of reinforced, grouted lintel sections over all wall openings 12 inches or wider. The Contractor shall install horizontal and vertical reinforcing and hold in position as the work progresses to maintain the following clearance between the reinforcing and the block surface: 1 1/2 exterior, 3/4-inch interior. rr The maximum lift for grout pours shall be 4 feet. The Contractor shall make sure that the grout is consolidated with a vibrator immediately after pouring and re-consolidate after excess moisture has been absorbed; but before plasticity is lost. Provide clean-outs at the "` bottom of all grouted courses. Contractor may eliminate clean-outs at the Owner's discretion,if the bottom of all cells are free of knocked-off mortar fins and dirt. AW The top course of any masonry wall shall consist of a bond beam of solid masonry. The Contractor shall grout full-space-around door frames and other built-in items. Build in all work with the masonry including anchor bolts. Build in wall plugs, doors, windows, and 4-3 :`,aaca\REX• 108-079\Specs\Tecnmcals.doc 8/8/2006 1:52:40 P-M iii Z,2006 8112 .neuiccr_ne.Inc. Fall 2006 City of Renton Division 4- Masonry Emergency Power Generation 2006 accessories and plumbing appurtenances as erection progresses.. The Contractor shall hold grout 1-1/2 inches below the top of the upper most unit when work stops for over one hour, and thoroughly clean and roughen the joint before proceeding with the work. Provide vertical reinforcement at all corners, on each side of openings larger than 8-inches and at the intervals shown. Provide horizontal reinforcing at bond beams as shown on the go drawings, and above and below all openings larger than 8-inches. All reinforcing shall be lap spliced 24-inches minimum to provide continuous reinforcement. The Contractor shall protect the adjoining work from mortar droppings, and newly-laid wi masonry from damage and from rain until the mortar has set. At the stoppage of work at any time, the work shall be covered with tarpaulins or boards to prevent rain or snow from entering the cores of the block. The walls shall be adequately braced to support err masonry. The Contractor shall protect sills, ledges, and offsets from mortar drippings or other damage during construction. If mortar or grout has been misplaced, the Contractor shall have it immediately removed. +iW Shore reinforced lintels a minimum of 14 days after grout placement or until a 28-day strength is achieved. Prior to completion, fill all holes in joints. All defective joints shall be cut out and repointed. At the end of each day's work and after final pointing, dry-brush the masonry surface. err 4.9 CMU Inspection and Testing for Full AHowabie Stresses Full allowable stresses for the CMU walls are used in the design of the Mt. Olivet building. The contractor shall construct five (5) masonry prisms prior to any CMU construction. The contractor can provide information in submittal form stating a relationship between 28 day strength of the test prisms and 3 and 7 day strengths of the prisms from manufacturer printed data sheets. The tests shall be done either at 3, 7 or 28 days at the discretion of the engineer pending the completeness of the information regarding a relationship between the strengths of the and 7 day cure times. The contractor cannot �r begin CMU construction until tests are completed and approved by the engineer. The prisms shall be constructed from the materials used on the project. Prisms shall be constructed under the observation of the engineer and tested by an approved testing agency. Contractor shall inform the engineer a minimum of 48 hours prior to the test prism construction date. The initial tests shall be paid for by the owner. If the prism tests fail, any subsequent testing shall be paid for by the contractor. The contractor shall be responsible for correcting any material or construction deficiencies if the prism tests fail. During construction, the contractor shall construct three (3) CMU testing prisms. Prisms shall be constructed in the field while the engineer is observing their construction. Contractor shall inform the engineer a minimum of 48 hours prior to the test prism construction date. The prisms shall then be tested by an approved special inspector at the owner's expense at the same cure time as previously decided (as identified during the initial five (5) prism tests). If the tests fail, the contractor shall pay for any subsequent testing and provide remedy to insure the design strengths are reached for the CMU construction on the booster pump station. 4-4 8/8/2006 1:52:40 P,%Q f:AdaiayRE,\'\105-1179\Specs\Tccm-iica s.cioc 'C�2006 RI-12 EnL,1ne_-nn2.Inc:. up City of Renton Fall 2006 Emergency Power Generation 2006 Division 4 - Masonry V During construction, the CMU shall be inspected by the owner, engineer, and special ow inspector.The contractor shall coordinate the exact dates of the CMU construction with the engineer so that adequate inspection of the CMU construction is allowed. ow 4.10 CMU Inspection and Testing for Half Allowable Stresses Half allowable stresses for the CMU walls are used in the design of the building at North Talbot. Masonry prism testing shall be in accordance with IBC requirements, Section vrr 2105. A set of five masonry prisms shall be built using the materials to be used for the project. Construction and testing of prisms shall be under the observation of the special inspector or approved testing agency. yw The CMU construction shall be inspected by the Owner, and the Engineer. Special inspection will be provided for rebar and grout placement. The Contractor shall coordinate the exact dates of the CMU construction with the Engineer so that adequate f• inspection can be accomplished. VW �r w, ,r .r 4W 4W 4-5 :Acia[a, 10;-079\Specs Tecnnicros.6oc 8/8/20061:-�2:40PM S%2000 RF-I2 Enancmna.lnc. .r Division 5 I Fabricated Metalwork and Structural Plastics 4 5.1 General This division covers that work necessary for furnishing and installing all fabricated 'M metalwork as described in these specifications and as shown on the plans. 5.2 Inspections Wo Unless otherwise noted on the plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 48-hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in Division 1, Contractor Responsibility. Inspections are required on field welding. Any special requirements or conditions that will aid in the construction of the project or +r• that may be required in addition to the written requirements stated herein shall be brought to the attention of the Contractor, Owner and Engineer during the pre-construction meeting. ww 5.3 Submittals Submittal information shall be provided to the Owner for the following items: Shop Drawings showing details of Fabricated Metalwork including connections and welding. 5.4 Contractor or Manufacturer Designed Components - Requirements Design of Contractor- or Manufacturer-designed components or assemblies shall meet the specific component requirements as provided here-in, as well as all applicable state and federal codes. Design shall include gravity loads and seismic loads in accordance with Section 1621 of the IBC. Design criteria shall be as provided herein for components, and as provided on the drawings. Contractor-designed components and assemblies shall be shop welded and field bolted if possible. Field welding will NOT be allowed unless there is no reasonable alternative. 5.5 Seismic Restraint and Anchorage - General Contractor shall furnish seismic restraint to all components of the project. Seismic restraint shall be designed to meet IBC 2003 Section 1621 code requirements. The w.► following design values shall be used in calculating seismic forces: Ip = 1.5 A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for securely attaching component systems to ceilings, walls, equipment pads, floors, and/or walls. Contractor shall install restraints in accordance with aw the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. All materials and fabrication shall be as required in -1 J:Adata\RE_N\105-079\Specs\Tecnnicals.doc 0/8/2006 1x2:40 PN1 r GC 2006 RH2 Engineering,Inc. Fall 2006 City of Renton to Division 5 - Metals Emergency Power Generation 2006 these specifications. Drilled-in anchors for non-rotating equipment shall be concrete anchors unless otherwise specified. Contractor shall submit calculations showing that the seismic restraint assembly meets the design criteria given above. Contractor shall submit Sri this information to the Engineer for review prior to fabrication and installation. 5.6 Structural Steel „ Structural steel shall conform to the following requirements: Plates, shapes, angles, rods -ASTM A36, Fr>_ 36 ksi Special Shapes, Plates -ASTM A572, Fy? 50 ksi Pi ipe Columns - ASTM A53, Grade B Type E or S, Fy >_ 35 ksi rre Structural Tubing-ASTM A500, Grade B, Fy>_46 ksi Finish -Mill finish 40 5.7 Galvanized Steel Base metal shall be as specified for Structural Steel. 46 Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM as A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance go with ASTM A 653/A 653M 5.8 Stainless Steel to Stainless steel shall be type 304 (non-welded) or type 304L (welded). All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. Plates -ASTM A240 Fasteners -ASTM F593 Extruded Structural Shapes -ASTM A276 Pipe -ASTM A240 (larger than 6" diameter);ASTM A312 (6" diameter and smaller) 5.9 Structural Connectors All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet conditions including process rooms shall be Stainless Steel. Minimum grade 304 in raw domestic or treated domestic water. Minimum grade 316 in treatment process and sewage applications. Minimum w grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. 5-2 8/8/2006 J:\data\REN\105-079\SPecs\Tecnri ca s.doc 10 2006 RII2 Eneineering,Inc. " City of Renton Fall 2006 Emergency Power Generation 2006 Division 5 - Metals Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts. + Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into concrete and CMU shall be Concrete Anchors as specified herein. aw For mechanical pipe (non structural) connections, see Division 15, Mechanical, "Mechanical Pipe and Related Equipment Joining". 5.10 Concrete Anchors Nr Concrete Anchors shall be Hilti HY-150 Adhesive Anchors. Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, low must be provided. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval. Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Threaded rod shall be SST in exterior and wet conditions. Provide minimum embedment as shown. Holes shall be drilled with carbide-tipped drill bit. Holes r shall be cleaned of dust and debris. Adhesive shall be inserted with a mixing nozzle. 5.11 Welding 40 All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by Washington Association of Building Officials (WABO) certified welders using electrodes to match base material. Only prequalified „ti, welds (as defined by AWS) shall be used. Welding inspection shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the 2003 IBC. Shop welding requiring inspection or testing per IBC Chapter must be tested by a WABO- MW certified independent testing laboratory approved by the owner at the contractor's expense. Field welding will be inspected by a representative of the owner at the owner's expense. This does not relieve the contractor of responsibility of performing his own wr inspections and testing to ensure that all items are properly constructed. y 5.12 Fabrication • All shop welds shall be ground smooth. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. Where steel items to be welded are galvanized, galvanizing must first be removed by grinding with a silicon carbide wheel,by grit blasting or by sand blasting. ... All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be field welded. 5.13 Installation .� Fabrications shall be installed as shown on the approved shop drawings. All members shall be accurately located and erected plumb and level. low J-J ):A data\RED\10�-079\�pecs'Techncals.doc 3/8/2006 152:40Pbi tip ©2006 R1-12 Engineering,Inc. Fall 2006 City of Renton Division 5 - Metals Emergency Power Generation 2006 Metal fabrications shall be installed or erected as based on the American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings", latest edition, plus all referenced code requirements. Temporary bracing, such as temporary guys, braces, false-work, cribbing, or other elements, shall be provided by the Contractor in accordance with the requirements of the , "Code of Standard Practice", wherever necessary to accommodate all loads to which the structure may be subjected, including construction loads. Such bracing shall be left in place as long as may be required for safety. As erection progresses, the work shall be securely bolted or welded to compensate for all loads during construction. No permanent bolting or welding shall be performed until the structure has been properly aligned. Contractor-designed components and assemblies shall be shop welded and field bolted if possible. Field welding will only be allowed if there is no reasonable alternative. w All field welds shall be ground smooth. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. 5.14 Grating - General Grating shall be fabricated in such a manner that field cutting and drilling is not required. Panels shall be sized such that any single grating piece shall not weigh more than 50 pounds. ` Except as otherwise noted on the plans,grating must be structurally capable of supporting a live load of 50 psf(or as otherwise shown on the plans) or a point load of 500 pounds at any point on the grating,whichever is more critical,with a '/4-inch maximum deflection. Unless shown otherwise, materials used for supporting members shall match the materials used for the grating except all embedded grating supports shall be stainless steel, and grating supports for FRP grating may be stainless steel. Panels shall be fabricated and installed in strict accordance with the manufacturer's recommendations. Attachment between grating and supporting members below grating shall be made with a minimum of four clips per panel. All mechanical grating clips shall be manufactured of Orr Type 316SS (stainless steel). �r 5-4 8/8/2006 'L:32:40 P\1 J:A data\RE\\105-079\Specs\Technicals.doc 2006 R1-12 Eneineerine,Inc. qW Division 6 Carpentry 6.1 General This division covers that work necessary for furnishing and installing all carpentry as described in these specifications and as shown on the plans. 6.2 Submittals VAW Submittal information shall be provided to the Owner for the following items: 1. Structural Wood ow 2. Wood Sheathing 3. Trusses — Submit calculations and shop drawings stamped by a licensed, VW professional engineer registered in the State of Washington. 4. Gypsum Board 4W 5. Finish Wood 6. Wood Preservative Treatment 6.3 Structural Carpentry Structural lumber shall conform to all applicable sections of the National Bureau of Standards, Product Standard PS-20-70 and the National Design Specification for Wood Construction published by the National Forest Products Association. In addition, all lumber shall exceed the design values listed in the latest, revised edition of the IBC. 16W Structural lumber shall be of the nominal dimensions shown on the plans and shall not exceed 19 percent moisture content when installed. All pieces shall be Douglas Fir No. 2 grade or better. �wr All wood members which contact concrete or masonry shall be pressure treated. Accessories including bolts with necessary nuts and washers, timber connectors, drift pins, wr dowels, nails, screws, spikes, and other metal fastenings shall conform to ASTM A-307. Washers shall be malleable iron. Bolts shall be provided with washers under nuts. Nails shall be round wire of standard form. Spikes shall be button-head boat spikes. ow Galvanize bolts, dowels, washers, spikes, and other hardware, including nails, in accordance with ASTM A-153. ow Accurately cut and frame all lumber so that joints will have a close fit over entire contact surface. Secure lumber and piles in their proper alignment. No shimming will be permitted in making joints, nor will open joints be accepted. Bore holes in small timbers err for boat or wire spikes with a bit of the same diameter or smallest dimension of the spikes, when necessary, to prevent splitting. Counterboring for counter-sinking shall be done wherever smooth faces are required. 6.4 Finish Carpentry Furnish all architectural woodwork shown on the drawings and specified herein. (_1. ?:\data\REN\105-079\specs\Tec'nnicais.doc 8/8/20061:52:40 PM Z 2006 RI-I2 Eneineenng.Inc. Fall 2006 City of Renton Division 6 - Carpentry Emergency Power Generation 2006 Architectural woodwork includes all exterior and interior non-structural woodwork exposed to view in finished project including shelving, millwork, trim, and plastic laminates. ' The "Quality Standards" of the Architectural Woodwork Institute (AWI) shall apply and, by reference, are hereby made a part of this specification. Any reference to premium, W custom, or economy in this specification shall be defined as the latest edition of the AWI "Quality Standards". Discard material with defects which might impair the quality of work, and units which are to too small to fabricate the work with minimum joints or optimum joint arrangement. Set carpentry work accurately to required levels and lines, with member plumb and true to and accurately cut and fitted. Securely attach carpentry work to substrates by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work and 40 fill holes. Use common wire nails or finishing screws, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will received finish materials. Make tight 40 connections between members. Install fasteners without splitting of wood; pre-drill as required. Provide adequate end and edge distances. Install hardware specified or required to complete the project. Adjust movable parts to operate perfectly at time of final acceptance. Make further adjustments required during 1- year guarantee period. rri All finish carpentry shall be finished as specified in the "Finishes" division. 6.5 Gypsum Board Gypsum board shall be selected based on the installed application (see below) and as recommended by the Gypsum Association GA-223-96. Gypsum board shall be 5/8" thick, unless otherwise noted. Type Application ASTM Regular Interior Walls and Ceilings C 36 Type X Fire-Rated Construction C 36 Soffit Board Exterior Soffits and Ceilings C 931 Water-Resistant Gypsum Backing Board Tile Base C 630 Contractor shall be responsible for providing and installing all necessary components, including furring, as necessary to install gypsum board in accordance with local building code and Gypsum Associations standards (GA-216 and GA-600). Install gypsum board in such a manner as to maintain fire and sound transmission rating. Apply square edge with the long dimension parallel with supports. Abut sides and edges to vertical framing members, top and bottom plates or headers. Attach using nails spaced at 8 inches O.C. at all edges, and 8 inches O.C. on intermediate support. Joint treatment: U.S. Gypsum Company Perm-a-Tape or equivalent. Protect exposed 6­2 Sib/2006 1:52:40 Ptil data\REN\10�-079�Specs\Tecnmcas.aoc Z 20061 RH2 Enenne°nne.Inc City of Renton Fall 2006 Emergency Power Generation 2006 Division 6 - Carpentry corners with U.S. Gypsum Company Perm-a-Tape or equivalent moldings embedded in joint compound per manufacturer's recommendations. Finish sand all areas to smooth, .. even surfaces suitable for paintings. 6.6 Wood Sheathing *W Wood sheathing shall be C-D exposure 1 or better Engineered Wood Association (APA) rated plywood or Oriented Strand Board (OSB). Thickness shall be as shown on the plans. ,ow Provide blocking at unframed panel edges where noted on the drawings. Nail sheathing as shown on the drawings. If not shown,provide nailing as follows, at a minimum: 8d nails at 6 inches on center at framed panel edges, trusses and diaphragm boundaries and 12-inches on center elsewhere. 6.7 Premanufactured Wood Trusses low Prefabricated wood trusses and cross-bracing and blocking shall be designed and certified by the truss manufacturer to meet the loads shown on the plans. Timber grade shall be as required by the manufacturer. Trusses shall be pressure treated as specified herein. Trusses shall meet the Plate Testing and Evaluation Criteria and Quality Criteria and shall be designed in accordance with the Design Procedures as given in ANSI/ TPI 1-2002 as published by the Truss Plate Institute. 6.8 Pressure Treated Wood Pressure treatment type and application rate shall be appropriate for the Use Category as ,r determined by the American Wood Preserves Association (AWPA). Submit pressure treatment type and application rate for each of the following applications: CMU Wall Top Plate—Use Category UC2 4W Prefabricated Trusses —Use Category UC1 Applicable AWPA Standards shall be supplied to the Engineer with submittal. 6-3 \data\7ZEti'�105-07�\5oecs\Tec'nn ca s.doc 8/8/2006 1:32:40 Pn1 2006 IT 11 re .rr "W Division 7 Thermal and Moisture Protection aw 7.1 General aw This division covers furnishing all labor, materials, and equipment for providing a structure which is completely weather-tight. ve 7.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Roofing System aw 7.3 Caulk wo Caulk all joints and spaces necessary to provide a completely weather-tight product. Apply caulking in strict accordance with manufacturer's directions. Assure that all surfaces to be sealed are clean of dust, oil, dirt, form-releasing or concret-curing agents, rr and water. Concrete shall be cured for 28 days prior to application of sealant and caulking. Where necessary to provide a suitable backstop and bond breaker, tightly pack with Aw polyethylene foam. Rope the back of grooves,leaving a minimum depth of 1/4 inch for sealant. Prime surfaces as recommended by the manufacturer. we Apply caulking with gun using nozzles of correct size for joint, forced into grooves with sufficient pressure to expel all air and completely fill groove. Finish cured caulking uniformly and flush with adjoining surfaces. Seal around entire perimeter of openings. .r Do not apply sealant to wet or frosted surface. Apply silicon sealant at temperature above 45 degrees Fahrenheit. Clean all adjoining surfaces of excess sealant, smears, or marking due to application and leave joints with neat, uniformly-filled surfaces. 7.4 Waterproof Roof Paneling (Preformed Metal Roofing Over Wood Decking) Work covered in this section consists of furnishing all labor, material, and equipment for a preformed metal roofing as shown on the Plans and as specified herein. Preformed metal roof paneling shall be equal to the Custombilt model CB-150 System. The metal roofing system shall consist of 24-gauge, factory-formed, pre-finished panels .. with major ribs not less than 1-5/8" in height. Panels shall be held down to the structure with concealed clips and fasteners. The fastening schedule shall be designed by the manufacturer to resist the loads identified in the General Notes. Edges, hips, valleys, o` eaves, rakes, and miscellaneous flashing shall be finished with matching pre-finished pieces of 24-gauge minimum, to form a weather-tight roofing system. 9,■, All materials shall be provided by one manufacturer and conform to the IBC. The Owner shall select the roofing color from manufacturer's standard offering of not less than fifteen colors. Color options shall be provided with the submitted shop drawings. w. � 1 I:Adata\PEN\105-079\Specs\Technicals.doc V2006 t:32:40 PNd Aw Z 2006 RH2 rngzeenng,Inc. 1* Fall 2006 City of Renton Division 7 - Thermal and Moisture Protection Emergency Power Generation 2006 No The Roofer shall submit a list of a minimum of (5) five successfully completed projects with owner references, total roofing system square footage and roofing cost. The hoofer 46 shall be approved to install metal roofing by the accepted system manufacturer. Such approval shall be submitted in writing along with the shop drawings as specified below. Submit shop drawings in accordance with the Shop Drawings' section of the Standared VW Specifications. Prior to Engineer review, contractor shall have the shop drawings reviewed and approved by the system manufacturer. to Materials shall be purchased directly from the manufacturer's commercial department to verify that the contractor is approved by the system manufacturer to install the roofing system specified. Follow all manufacturers' recommendations regarding product delivery, go storage, and handling of materials. Provide special protection from heavy traffic on completed work. Restore to original condition, or replace work or materials damaged during handling of roofing materials. 40 The Contractor is responsible for continuously maintaining materials subject to precipitation or weather damage in new condition. Replace warped or weathered plywood, insulation, or other materials damaged by climatic conditions. Provide temporary roof during inclement weather. Requests for use of alternate structural and/or base materials with superior weathering resistance, if approved by the Engineer, may be made in lieu of temporary roof replacement. Submit a description of each temporary roof system or alternate material schedule proposed. Exposed sheet metal (including flashing used in this system): minimum 24-gauge rrr thickness, treated with a protective coating of Zincalume conforming to ASTM 792, AZ50, with factory-applied paint finish of full-strength Kynar 500 or Hylar 5000 with a total dry film thickness of one mil. Reverse face shall be protected by a wash coat or rr primer. Paper slip sheet shall be rosin-sized building paper weighing not less than 6 pounds per square foot. Paper slip sheets shall be installed single-ply, lapped shingle fashion, 3-inch head laps and 6-inch side laps. Install no more than can be covered by metal roofing in the same day. ar Roofing felt shall be 30-pound asphalt-saturated felt, conforming to ASTM D-250,Type I, plain, unperforated. Apply roofing felt below waterproof roof paneling, single-ply, lapped shingle fashion, 3-inch head laps and 6-inch side laps. Install no more roofing felt than can be covered by metal roofing in the same day. Roof underlayment shall be dry and fee of defects prior to the installation of metal roofing. Fasteners shall be as recommended by the roofing manufacturer; lengths as required. Other miscellaneous exposed fasteners shall be stainless steel or ZAC (exposed head of 10 zinc/aluminum alloy). Verify that work of other trades which penetrates the roof deck, or requires workers and equipment to traverse roof deck, has been completed. ` Examine surfaces for inadequate anchorage, foreign material, moisture, and unevenness 7-2 S/S/2006 1:52:40?NI J:Adata\REN\105-079\Specs\TecHmcals.doc 2006 RH2 Eneinc=L,.inc. ow City of Renton Fall 2006 Emergency Power Generation 2006 Division 7 -Thermal and Moisture Protection IM which will prevent the execution and quality of application of roofing system as specified. ar Do not proceed with application of roofing until these defects are corrected. Roofing panels shall be factory-prefabricated in accordance with manufacturers standard pattern and design. Extend panels from eaves to ridge in one piece. low Form and fabricate sheets, seams, strips, cleats, clips, hips, ridges, edge treatments, integral flashings, and other components of specified metal roofing to profiles, patterns, and drainage arrangement shown, and as required for permanent leakproof construction. Provide for thermal expansion and contraction of work caused by ambient air temperature difference of 100 degrees Fahrenheit. Shop-fabricate metal in conformance with manufacturer's pattern specifications to result in a minimum 1-inch effective water dam *W height on both edges. Standing seam interval shall not exceed 16 inches. Metal roofing and its flashing shall be weather-tight. Exposed surfaces shall be free of Im dents, scratches, abrasions, or other visible defects. All openings shall be sealed from weather and to prevent recessed areas that may attract nesting animals. Panel corrugations shall be sealed with the manufacturers standard closed "- cell neoprene blocks conforming to the panel corrugation. Gaps created between corrugations and flashings shall be avoided whenever possible. Where such gaps occur, they shall be sealed with manufacturer's low pitch closures, or equal. All closures shall be "" installed as close to the face of the opening as possible to minimize any recessed areas. Fabricate and install work true and accurate with lines and corners of exposed metal units. yr Form exposed faces and starter sections of seams flat and free of buckles, excessive waves, and avoidable tool marks considering temper and finish of metal. Hold-down attachments for roof shall be designed and spaced to resist uplift pressure due to Basic ow Wind Speed and Exposure as identified in the General Notes. Provide uniform, neat seams without tool marks or irregularities. Provide uniform, neat seams with no exposure of sealant to ultraviolet light. 4W All final hand turning of seams at joints and junctions is to be of the same quality as the machine-produced seams. Practices and techniques described in the SMACNA Architectural Sheet Metal Manual are to be used as the standard of practice unless otherwise specified or shown on the Plans. 7.5 Waterproof Metal Roof Paneling Warranty .Metal Roof/Composite Roof System - The roofing contractor shall warrant the roof system >rovided under this contract against leakage, and defects in materials and workmanship for a period of two years after date of project acceptance. The roofing gstem manufacturer shall provide a warranty for the roof gstem against leakage and defects in materials for a period of eighteen years after the roofing contractor warranty expires. Following roof installation, supplier shall furnish services of a qualified manufacturer's representative to inspect the roof and inform Owner of any defects or concerns regarding condition of roofing system at the job site. Contractor shall provide repair as necessary to the satisfaction of the manufacturer representative at Contractor's expense. Upon resolution of any defects or concerns (if any), manufacturers warranty shall then be in full effect. The finished roofing system shall be free from leaks, warps, permanent MW -J �Illi 1:Adata\REN\105-079\Specs\Techmcais.doc 8/8/2006 1:52:40 I'M 2006 RI I2 Engneenn&.Inc. Fall 2006 City of Renton Division 7 - Thermal and Moisture Protection Emergency Power Generation 2006 discoloration, and coating degradation for the warranty period. 7.6 Ceiling Insulation 40 Provide and install ceiling insulation as shown on the project plans. Insulation shall be craft paper faced bat with a minimum R value of 30. Place insulation with craft paper face 40 down and as recommended by the manufacturer. Insulation shall be placed to the extents possible to cover the attic. Place baffles above the insulation as the slope of the roof meets the building edge. Ceiling insulation shall be equal to Owens Corning. 0s 7.7 Foundation Insulation Extruded polystyrene insulation shall be placed as shown on the plans. Insulation shall be go suitable for direct bury application. Contractor shall not damage insulation during installation and take adequate care to backfill soils to meet compaction standards while not damaging insulation. Insulation value shall be 5.0 for each inch in thickness, minimum. Insulation shall be Foamular 150 as manufactured by UC Industries, Inc. a subsidiary of Owens's Corning or equal. Finish top edge of insulation 1"-2" below finished ground elevation. Install only as much insulation as can be covered, at least temporarily, during the same day. 7.8 CMU Wall Insulation All non-grouted exterior exposed CMU walls shall be insulated to R-values as stated on the plans. All concrete masonry units with an exterior face shall be insulated with Korfil or Perlite block insulation or equal. Insulation shall be installed by methods and personnel approved by the block manufacturer. 7.9 Attic Ventilation Attic ventilation shall be installed in accordance with IBC 1203. Contractor shall certify in writing that attic ventilation meets the IBC specification during the submittal process. Soffit panels and vented cave blocking shall be installed on all exterior eaves. Ventilation baffles shall be provided at all cave vents that provide a 1" minimum air gap between the attic insulation and the roof sheathing. Gable end vents or roof vents shall be provided. Roof vents shall be Owens Corning VTS4-144 or equal. All ventilation shall be provided with a bug screen made of a corrosion resistant material. Soffit panels shall be aluminum 12" panels,with 2 beads or grooves (minimum) to provide stiffness. Vented and non-vented Soffit panels shall have matching beads or groove 10 widths and matching finishes. Finish all panels as recommended by the manufacturer. Color shall be chosen by the owner from a minimum of 15 colors. The panels shall be able to withstand the wind loading identified in the Plans. Panels shall run perpendicular Ir to rafters. Install panels next to transition between wall and eve as recommended in writing by the manufacturer. rr 7-4 9/8/2006 1:52:40 P'A1 l: data\PEN\105-079\ST)ecs'',Tecnrucais.doc Z 2006 P.IL Enamcennz inc ow MW City of Renton Fall 2006 Emergency Power Generation 2006 Division 7 - Thermal and Moisture Protection W 7.10 Soffit Panels VM The soffit panels for all exterior eaves shall be aluminum 12 inch panels, with 2 beads or grooves to provide stiffness. The panels shall be able to withstand a wind loading of 35 pounds per square foot. Panels shall run perpendicular to rafters. Panels shall be equal to Corrugated Metal, Inc., Model FAP 12, aluminum, with 2 beads, stucco finish, thickness of 0.050 inches. Panels shall have a Kynar finish or equal. OW O. No taw MW err No aw or No r OW 7-- \data\=-\\105-079",So ccs i;cnnicais.aoc 8/S/2006 1:52:40 PM No 2006 RJLI2 Engincc ins-, nc. Division 8 Doors and Windows 8.1 General ow This division covers furnishing all labor, materials, and equipment necessary for providing all interior and exterior doors, frames, and windows. .. 8.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Man Doors arr 2. Overhead Doors wo 8.3 Exterior Man-Doors A. General ow Doors shall be of flush construction, fabricated from 18 gauge steel minimum, 1-3/4 inch thick. Doors shall be insulated with a solid polyurethane or urethane foam core. Reinforce hinge and lock areas. Mount door using three hinges. aw All exterior doors and frames shall have bottom and perimeter weather stripping. Weather stripping shall consist of a vinyl or rubber strip mounted on an aluminum or stainless steel bracket which is fastened to the door or frame. VW Submittals Submittal information shall include the following: law 1. Manufacturer's product data and installation instructions for each type of door, frame, accessory, or hardware. Include both published data and any specific data tat prepared for this project. 2. Door and frame shop drawing for approval prior to fabrication. Include detailed plans, elevations, details of framing members, required clearances, anchors, and %W accessories. Include relationship with adjacent materials. 3. Color shall match overhead door color. Owner to select color. Quality Assurance The manufacturer(s) shall be a minimum of ten (10) continuous years documented experience specializing in the manufacturing of doors, frames, accessories, and/or hardware of the type required for this project. At the request of the Engineer, the manufacturer shall provide testing and/or certification information demonstrating that the manufacturer has designed and constructed all equipment to the latest applicable codes and standards. The manufacturer or his representative shall be available for consultation to all parties engaged in the project,including instruction to installation personnel. Scheduling The Contractor shall ensure that all approvals and/or shop drawings are supplied or returned to the manufacturer in time for fabrication without affecting construction err �-1 1:Adata\REN\105-079\Specs\Tech cais.doc 8/8/30061:52:40PM Z 2006 11112 Erginee i-ig,Inc. Fall 2006 City of Renton Division 8 - Doors and Windows Emergency Power Generation 2006 progress schedule. In addition, Contractor shall ensure that templates and/or actual hardware requested by manufacturer are available in time for fabrication without affecting construction progress schedule Warranty The Manufacturer shall provide a ten (10) year warranty against defects in workmanship and materials, including warping, rotting, decaying or bowing. The Installer shall warrant installation procedures and performance for a minimum of five (5) years from the point of substantial completion against defects due to workmanship and materials handling. go B. Doors Frames Door frames shall be 14-gauge galvanized steel, as manufactured or recommended by the up door supplier specifically for the door installed. Frames shall be furnished with. sufficient wall and head anchors to secure the jamb and door against all operating,wind, and seismic loads. Exterior door frames shall have integral weather-strip. Alternatively, door frames installed within CMU walls can be 16-gauge galvanized steel, tied to the CMU with masonry wire clips. Fully grout CMU block within one length of a full-sized block measured from door frame. C. Door Hardware . rr Provide door hardware as noted below. Active door Inactive door • Exterior 1/4 turn handle a Interior push plate • Interior panic exit bar • Interior top and bottom • Exterior deadbolt key extension bolts • Interior deadbolt thumb knob • Hold open strike • Hold open strike Door hinges shall be fabricated using polished and plated steel and shall be equipped with permanently lubricated ball bearings. Hinges shall provide 180-degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper-proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. Key cylinders shall utilize the Owner's standard core and key. The key cylinder shall fit all exterior locking hardware and shall be equal to Best 1E Series rim cylinders (no substitutes accepted), and shall automatically lock when the door is closed. A vandal-resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. Exterior double doors shall include dead bolt locks with a 1 inch bolt throw, with concealed mounting screws, and a satin chrome finish. The dead bolt shall be thrown or retracted by a key on the outside and by a thumb knob on the inside. The dead bolt lock shall be equal to Best Series 83T deadlock series. Inactive exterior door shall use a push plate mounted on the inside of the door. Plate shall be 4 inches wide by 16 inches high. Push hardware shall be fabricated from stainless steel. 8-2 3/81/2000 1:52:?1j?\1 J:'\data\REV\105-079\Specs\Technicals.doc ''2006 RH2 Bntmeesing,Inc +rr City of Renton Fall 2006 Emergency Power Generation 2006 Division 8 - Doors and Windows Provide flush extension bolts at the top and bottom of inactive double doors. Equip +rr inactive doors with an overlapping steel astragal. Panic exit hardware shall use the touchbar style design and shall be equipped with a rim (center) type latch. Panic exit hardware shall have a satin chrome finish. irr A threshold shall be provided and fabricated from extruded aluminum. All doors shall have a doorstop and holder fabricated from aluminum or stainless steel. Strike shall be wall or floor mounted and provide automatic doorstop and hold with quick release. D. Door Installation Set frames plumb, rigid, and in alignment; fasten to retain position and clearance during construction of the walls. Install spreaders to prevent distortion of frame during construction. Secure frames with approved fasteners. Hang door in the frames and apply hardware in a neat, secure manner so that the doors 4W will operate without dragging or binding. All doorjambs shall be filled with caulking as specified in Section 7.1, "Caulking". 8.4 Rolling, Insulated, Heavy Duty Service Doors The rolling doors shall be Series 625 with electric operaterators as manufactured by Overhead Door Corporation or approved equal. A. Product Curtain w. Interlocking roll-formed slats as specified following. Endlocks shall be attached to each end of alternate slats to prevent lateral movement. +.r Flat profile type F-2651 for doors up to 30 feet (9,144 mm) wide. The front slat shall be fabricated of 24-gauge galvanized steel. Bottom Bar The bottom bar shall be two prime-painted steel angles, minimum thickness 1/8" (3 mm), bolted back to back to reinforce the curtain in the guides, and shall have a bottom ,., weatherseal. Guides .r� Guides shall be three (3) structural steel angles with a minimum thickness of 3/16"_(5 mm). Guides shall be weatherstripped with a vinyl weatherseal at each jamb, on the exterior curtain side. Guides will be equipped with windlock bars as required to meet the minimum design windload of 20 psf. Brackets Brackets shall be hot-rolled galvanized steel plates to support the counterbalance, curtain and hood. b-� *W 1: data\REN'105-079\Specs\Tech=ca1s.6oc S/8/2006 152:10 PM `:2006 R-H-2 Engineering,Inc. Fall 2006 City of Renton Division 8 - Doors and Windows Emergency Power Generation 2006 Counterbalance The counterbalance shall be adjustable helical torsion springs designed for standard 20,000 cycles. The counterbalance is housed in a steel tube or pipe barrel, supporting the curtain with a deflection limited to .03" (.76 mm) per foot of span [width]. The counterbalance shall be adjustable by means of an adjusting tension wheel. Hood The hood shall be minimum 24-gauge galvanized steel. Intermediate supports shall be furnished to support the hood where required on wider openings. The hood will be supplied with an internal hood baffle weatherseal. Operation Electric operator: In addition to the normal wall mounted push to open/close button operation, the electric operators at the Mt Olivet generator building shall be capable of accepting a remote contact closure from the proposed ventilation panel in order to open both overhead doors at the Mt. Olivet site only. Locking Manual chain-hoist-operated doors shall have chain keeper locks suitable for cylinder locks supplied with master-keyed cylinder as required to meet owner's key. Finish Curtain slats and hoods shall be galvanized per ASTM A-653 and shall receive a rust- , inhibitive, roll-coating process, including baked-on prime paint to be .2 mils thick, and a baked-on polyester top coat to be .6 mils thick. All non-galvanized exposed ferrous surfaces shall receive one coat of rust-inhibitive primer. Doors shall be finished per factory coating. Owner shall select color. Installation Install the door in accordance with manufacturer's instructions and standards using an authorized representative. �r 8/8/2006 1:32:40 PNI \data\REN\105-079\Specs\Techn ca s.dor_ Z 2006 8112 Engincenng,inc aw a Division 9 Finishes aw 9.1 General W This division covers that work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Coating shall be done strictly in accordance with manufacturers instructions and in a aw manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met,regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. Bring all materials to the job site in the original sealed and labeled containers of the paint �•► manufacturer. Materials shall be subject to inspection by the Owner. In addition, provide one unbroken gallon container of each type and color of paint and each type of solvent and thinner used. Store paint supplies as approved by the Owner. All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) certified for contact with potable water. Certification from the NSF shall be supplied in writing at the time of the submittal process for Finishes. Contractor +r shall be responsible for verifying all finishes used on the project are compliant with primary and secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. err 9.2 Submittals `w Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and VW coating thickness. Provide Material Safety Data Sheets for all materials to be used including solvents. Provide NSF certification for all finishes in potential contact with potable water. Submit this information in accordance with the requirements regarding *W shop drawings included herein. Provide owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon contractor-provided schedule,update schedule weekly or as necessary. 9.3 Surface Preparation and Application Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications,whichever are stricter. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of aw airborne dust at the time of application and while coating is drying. Contractor shall take any and all measures necessary to prevent over-spray. Should over- 9- \aaca\PEN\105-079\Specs\Tec:�ncas.doc 8/8/2006 L52:40Md Z 2006 PU 12 5nLnneenng,inc. Fall 2006 City of Renton Division 9 - Finishes Emergency Power Generation 2006 spray occur, the contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Materials shall be mixed, thinned and applied according to the manufacturer's printed- instructions. 9.4 Coating Quality The paint and paint products of Tnemec and 3M, mentioned in these specifications, are intended as a standard of quality. Substitutions may be considered but must be approved rr► by Engineer. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test rrr reports to prove compliance with specified performance criteria. Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified u1 paint schedule herein shall govern. 9.5 Waste Products The contractor shall be responsible for the collection, containment, transportation, and disposal of all waste products generated for this project. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. 9.6 Substitutions Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. 9.7 Color 'fo The Owner will develop a color schedule for painted items after award of the contract. 9.8 Materials A. Metals (Dry Conditions) Surface preparation SSPC-SP-6 (commercial blast) wr One coat Tnemec Series 66 Hi-Build Epoxoline 3 to 5 mil DFT •r One Coat Tnemec Series 66 Hi-Build Epoxoline 3 to 5 mil DFT Note:Do not coat aluminum or stainless steel unless otherwise noted on plans. �r rr 9-? ?/8/2006 1:52:40?M 1: data\i�-EN\105-079\Snecs\Tecnnicais.aoc -006 RET2 ne ncc!nnr,inc. .. City of Renton Fall 2006 Emergency Power Generation 2006 Division 9 - Finishes B. CMU and Concrete (Exterior Above Grade) +w Surface preparation - clean and dry One coat Prime-a-Pell 200— 150 square feet/gallon o One coat Conformal Clear- 125 square feet/gallon Saturate without washdown C. CMU and Concrete (Interior Walls) Surface preparation - clean and dry r One coat Tnemec Series 66 Hi-Build Epoxoline 4 to 6 mill DFT One coat Tnemec Series 66 Hi-Build Epoxoline 4 to 6 mill DFT D. Wood and Soffit (Exterior) Surface preparation Prime coat Tnemec Series 36 Undercoater 2 to 3 mill DFT Finish coat Tnemec Series 6 Tneme-cryl 2 coats 2 to 3 mill DFT each 9.9 Inspection The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be placed within four (4) hours of passing inspection. Bare steel must be reblasted and reinspected if not successfully coated within this four hour time frame, at the Contractor's expense. Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS-1) by the Steel Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation of metal surfaces. Mr, Each coat shall be inspected prior to application of the next coat. Areas found to contain runs, overspray, roughness, streaks, laps, sags, or other signs of improper application shall be repaired or recoated in accordance with the manufacturers recommendations. Finish to coats shall be uniform in color and sheen. Surface preparations and coatings not inspected and approved by owner will be uncovered for inspection and approval at no additional cost to the owner. WN The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall 1t\data\REIN\105-079\Soecs\Tecnnicais.doc 8/8/2006 1:52:40 PNI oIlli 2005 RI I2�neinc-mr, ,Inc. Fall 2006 City of Renton Division 9 - Finishes Emergency Power Generation 2006 be applied to produce it. 9.10 Compatibility of Coating The Contractor shall be responsible for compatibility of all paint products. 9.11 Acceptance Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall appearance of the finished project. too w w �r �r 9-4 2006 1:42:40 Pni L\as a�P.E\\105-079\Secs\Tecnn ca s.doc Z 2006 RH2 Enzmeenng,Inc. OV ow V Division 10 Specialties o 10.1 General err This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. 10.2 Submittals Submittal information shall be provided to the Owner for the following items: 1W 1. Equipment Signs 2. Fire Extinguishers 3. First Aid Kit 10.3 Building Signs Building signs shall be plastic-laminated 6-inch high,by required length, by 1/8-inch thick, with 2-inch high letters minimum in N-2 Standard Gothic characters. Face color shall be black, letters shall be white. Signs shall be mounted at eye level to each generator building +rr man door. Provide and mount, as directed, building signs for the following: • Mt. Olivet Generator Building • North Talbot Generator Building .. Contractor shall also provide hearing protection signs on each generator building man door. See plans for details. 10.4 Fire Extinguisher Provide portable, wall-mounted, 10-pound, dry-chemical fire extinguisher with a 10A:60B:C rating for each location as shown on the Plans. Install extinguisher no higher err than 5-feet above floor and in accordance with applicable codes. Extinguisher shall be listed and approved by Underwriters Laboratories. 10.5 First Aid Kit Provide first aid kits at the locations shown on the Plans with the following items minimum: 4W 2 packages adhesive bandages, 1 inch (16 per package) 1 package scissors and tweezers (1 per package #W 1 package bandage compress, 4 inch (1 per package) 1 package antiseptic soap or pads (5 per package) 4 1 package triangular bandage, 1 inch (1 per package) 1 package iodine swabs 4r 10-1 40 1:Adata\REN\105-079\Specs\Tecnnicals.doc 8/8/2006 3:55:51 Pb1 2006 RH2 Engineering,inc. Fall 2006 City of Renton Division 10 - Specialties Emergency Power Generation 2006 irr 1 package iodine swabs (10 per package) 1 package ammonia inhalants (10 per package) ' 1 package bandage compress, 2 inch (4 per package) Contain kit in a dust-proof, weatherproof, moisture-proof, 20-gauge steel cabinet with �r gasketed lid. Steel finish shall be baked enamel. Provide cabinet with wall mounting brackets. Cabinet cover shall fold down to provide a shelf, and shall be attached to cabinet by a continuous piano-type hinge. Border shall be red with white body, red lettering, cross and arrow. The kit shall have reorder information clearly marked on it. 10.6 Danger Signs Danger signs shall be either fabricated from Cellulose Acetate Butyrate backed with 20 gauge galvanized steel plate or indoor/outdoor fiberglass reinforced plastic with embedded graphics. Danger signs dimensions shall be 14 inches by 20 inches and shall meet OSHA and WISHA specifications for accident prevention signs. Mount signs securely in locations shown on the Plans. . ■r Milli Ml 8/21006 1 c2:?0 Pli l:A data\REN\105-079\dpecs\Tec'=cais.doc 2006 PI-12�'rimneermg,Inc. M aw Division 11 Equipment MW 11.1 General Wo This division covers that work necessary for providing and installing all equipment as described in these specifications and as shown on the plans. 11.2 Submittals VM Submittal information shall be provided to the Owner for the following items: 1. Ventilators VW 2. Louvers aw 11.3 Equipment Seismic Restraint and Anchorage Contractor shall furnish seismic restraint for all equipment, tanks, machinery, etc. Seismic restraint shall be designed to meet IBC 2003 Section 1621 code requirements. The �r following design values shall be used in calculating seismic forces: Ip = 1.5 A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for securely attaching equipment to foundations, pads, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Contractor shall submit calculations showing that the seismic restraint assembly meets the design criteria given above. All materials and fabrication shall be as required in Division 11 of these specifications. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors as specified. Contractor shall submit this information to the Engineer for review prior to fabrication and installation. 11.4 Delivery +.. All equipment shall be delivered within 12 weeks or less from approval of complete submittal information. 11.5 Heating, Ventilating, and Air-Conditioning A. Wall Ventilators Provide direct-drive, axial-type wall ventilators suitable for mounting as shown on the Plans. Size and control ventilators as shown on the Plans. Provide a disconnect switch for each unit. Provide shutters fabricated from aluminum and mounted inside wall opening. Shutter blades shall be counter-balanced to open easily and shall pivot on nylon bearings. Provide wire cage blade guard on inlet side. Provide all mounting hardware as necessary for installation within a CMU wall. The wall ventilator at the Mt. Olivet site shall be capable of 3000 CFM at 0.25 inch static MW 1� 1:\data\REN\105-n'9'\Specs\Tecnrncals.doc 3/8/200()1:52:4(pp4 2006!U12 Encineenr.2.Inc. Fall 2006 City of Renton im Division 11- Equipment Emergency Power Generation 2006 pressure. Fan speed shall not exceed 1600 rpm for the purposes of minimizing noise. The wall ventilator at the North Talbot site shall be capable of 3000 CFM at 0.25 inch static pressure. Fan speed shall not exceed 1600 rpm for the purposes of minimizing noise. B. Louvers and Dampers Adjustable louvers shall be of insulated or airfoil blade design, aluminum or galvanized steel construction, channel frame mounting with factory Kynar finish or coat on-site per Division 9, Finishes — Metals (Wet Conditions/Non-Submerged). Blades shall be adjustable from fully open to fully closed via a 120VAC motor operator. Blades shall seal with neoprene or vinyl seals. Blades shall pivot on bronze or nylon bushings, or steel bearings. Blades shall open upon power failure. Contractor shad verify compatibility of damper to actuator. Contractor shall provide a steel frame to bolt to the wall in order to hold the damper and part of the louver in place. A filter frame shall be provided on the interior side of the louver and shall allow for easy installation and removal of standard size filters. Provide one set of filters. A bird screen shall be provided on the outside face of the louver. Screen shall be aluminum, galvanized steel, or stainless steel with maximum 1/4-inch openings. Height and width of louver is as shown on the plans. Depth of louver, filter, and screen assembly shall fit within the depth of the wall with the louver set flush with the wall exterior. Filter frame may be offset from wall. Motor actuator shall be side mounted, out of the air stream. rrr 1.1-2 g/6-3000 1:52:40PIIN1 dam.RLN\10�-079\Jpecs\Techncas.aoc C 2006 RI-12 Engineering.Inc Ow Division 12 Furnishings Aw V. Ow 40 NNW N. aw I& am aw coca\R!7l\V'105-071)Specs'",Tec=cais.doc 8/8/20061:52:40P?v1 �r .J06 RI-12 Lmoneerm,,Inc. Division 13 Special Construction low '13-1 I:A data\R—T-NV'105-079\Specs\Techmcais.doc 8/8%2000 1:82:40 Pli, �lii J 2006 P�H2 En_ineenn„Inc. am Division 14 m Conveying Systems a A as do so to am 14-1 ?:A data\REN\105-079\Specs\Teciuucais.6oc S!8/2006'1c2:40 P�_ C 2006 RH2 Engineering,Inc. an No Division 15 Mechanical Aw 15.1 General This division covers that work necessary for furnishing and installing mechanical appurtenances and accessories as described in these specifications and as shown on the Plans. 15.2 Underdrain Pipe Underdrain pipe shall be perforated and may be corrugated aluminum alloy, or PVC rr plastic, at option of Contractor. Perforated underdrain pipe shall meet the following requirements: • Corrugated aluminum alloy-AASHO designation M-197; to • PVC plastic -ASTM D-1785, Schedule 80; • Corrugated high-density polyethylene -AASHTO designation M-252. ar Lay perforated pipe with perforations down,with bedding and backfill as indicated on the Plans. Use care in placing gravel backfill material to prevent its contamination. Compact O. backfill as identified on the plans. 15.3 PVC Pipe and Fittings for Storm Water Applications am Polyvinyl chloride (PVC) material for pipe fittings and couplings shall conform to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 in accordance with ASTM D-1785,unless shown otherwise on the Plans. Im to wr AW 15-1 1:ydata\REN\105-079\Specs\Tecnmcais.doc 8/8/2006 152:40 PM 2006 F11-12 LLnI_neering,inc. Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment �r required for this project. Items not covered shall be suitable for their particular application. +•• Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase r to another, but not exact detail or arrangement. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. 16.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittals for Switchboards and signal cabinets shall include as a minimum a wiring diagram or connection schematic and an interconnection diagram. Wiring Diagram or Connection Schematic This drawing or drawings shall include all of the devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). Interconnection Diagram This diagram shall show all external connections between terminals of equipment and outside points, such as auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in do the equipment complete with individual terminal identification. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be tm shown on the interconnection diagrams. Spare wires and cables shall be shown. Submittal information shall be provided to the Owner for the following items: 1. Utility Meter Enclosure am 2. Transient Voltage Surge Suppressors (TVSS) 3. Switchboards +. 4. Lighting Transformers 5. Branch Circuit Panelboards do 16-1. 1:�I data\RE\\105-079\5oecs\Tecnnicals.doc 8/8/2000 1:32:40 PM 00 Jr10 PI12 E ngmee=_Inc. Fall 2006 City of Renton ` Division 16 —Electrical Emergency Power Generation 2006 W 6. Circuit Breakers 7. Conduit and Fittings 90 8. Outlet and Junction Boxes 9. Electrical Handholes and Vaults r 10. Wire and Cables 11. High Voltage Conductors 12. Switches and Receptacles 13. Light Fixtures 14. intrusion Switches 15. Panic Buttons 16. Building Heaters 17. Wall mounted heating thermostat 18. Temperature Thermistors 19. Photoelectric Smoke Detector 20. Signal cabinets and components 21. Emergency Generator Connection Receptacles 22. Generator Cable Connectors 23. Engine Generators 24. Pad-Mount Transformer 25. Automatic Transfer Switch 26. Intrusion key switch and enclosure. 16.3 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. 16.4 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be j used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of at assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. r 16-2 8/8/2006 1:52:40 P�1 f:Adata\RE\\105-079\Specs,,Techr cais.doc C 2_006 R1112 Engineering inc. 16 Im City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical 16.5 Permits and Fees The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. 16.6 Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval, without extra cost. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. 16.7 Job Conditions A. Operations Contractor shall keep all power shutdown periods to a minimum. See electrical notes on 40 one-line diagrams for more information. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by both the Owner and the Engineer. "' B. Construction Power Make all arrangements for the required construction power. Power is available at some rr project locations. The Contractor is responsible for reviewing what is available and providing what is required. Upon completion of the project, remove all temporary construction power equipment, +or material and wiring from the site that is the property of the Contractor. 16.8 Record Drawings .w The Contractor shall maintain a complete and accurate record set of Drawings for the electrical construction work. Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose "• alone. Accurately locate all raceways and circuit numbers of each equipment item. At the completion of the work, f,:LL°nish a set of clean, neat, and accurate record drawings on reproducible sepia-type paper which shows raceway type, routing, and conductors for every outlet and every circuit. After testing and acceptance of the project the Contractor shall furnish in the O&M 4. 16- :`,dara\REN\105-079\Specs\Tecimicais.doc 8/8 AM /2006 1:52:40 P am J 2006 RI-12 Engineenng,Inc Fall 2006 City of Renton Division 16-Electrical Emergency Power Generation 2006 manuals an accurate connection schematic and interconnection diagram for every switchboard and signal cabinet provided this project. 16.9 Nameplates and Identification Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panelboard, switchboard, disconnect switch and fused switch. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Name plates shall be phenolic-engraved and shall clearly identify the associated component. Color shall be black background with white letters. Tags shall be securely attached. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify other circuits as 40 approved by the Engineer. Identify each wire or cable in each pull box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background 16.10 Location ' A. General Use equipment, materials and wiring methods suitable for the types of locations in which 40 they will be located, as defined in Section B herein. B. Definitions of Type of Locations $0 Dry Locations: All those indoor areas which do not fall within the definitions below for wet and damp locations and which are not other wise designated on the Plans. VA Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. 16.11 Service and Metering A. Description of Work The following is a brief description of the work required to provide power service to the proposed facilities. The Electrical Power Provider, Puget Sound Energy, shall perform some of the work and the Contractor shall do the remainder of the work. It is the Contractor's responsibility to understand what work will be completed by the Electrical Power Provider. Work to be completed by the Electrical Power Provider will be paid by the Owner and shall not be included in the Contractor's bid price. 16-4 3/A;200( L-�2.40 T'M Liva',REN\105-079 Specs\Tccnnicais.doc 1 2006 R_T42 Enencerm�,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical The Service and Metering work for the Mt. Olivet generator building is generally r described as follows: 1. Remove power from the existing Mt. Olivet Booster Pump Station service transformer. 2. Remove existing secondary conductors from the existing service transformer currently supplying power to the Mt. Olivet Booster Pump Station. w 3. Provide and install new secondary underground service from the existing pad-mount transformer to the new service disconnect located at the proposed Mt. Olivet generator building including all conduit, conductors, cable terminators, trenching, r backfill and restoration. Terminate conductors at both ends. 4. Provide meter in the enclosure provided by the Contractor. 5. Provide current transformers for installation by Contractor to utility company requirements. The Service and Metering work for the North Talbot generator building is generally described as follows: 1. Provide and install new conductors from the primary service to the proposed pad- mount transformer 2. Provide and install new pad-mount transformer on a transformer pad provided by the Utility Provider. rr 3. Terminate conductors on the primary and secondary side of the transformer. 4. Provide and install new secondary underground service from the proposed pad-mount transformer to the new service disconnect including all conduit, conductors, cable terminators, trenching,backfill and restoration. Terminate conductors at both ends. rr 5. Provide meter in the enclosure provided by the Contractor. 6. Provide current transformers for installation by Contractor to utility company requirements. AW 7. Remove the existing pad-mount service transformer located at the existing North Talbot booster pump station. �.. B. Utility Responsibilities During design, contact was made with Potelco Customer Service Representative, Derrick .r Brogger. Mr. Brogger can be contacted by telephoning (253) 395-7053. The Contractor shall be fully and completely responsible for all scheduling and coordination with the Electrical Power Provider. The Contractor shall contact the r Customer Service Representative to coordinate scheduling of work to be performed and to verify responsibilities. Contractor shall notify the Engineer of any changes to the responsibilities between the Electrical Power Provider and the Contractor as outlined in wr these specifications prior to submitting a bid. Any change(s) in responsibilities not brought to the attention of the Engineer prior to bidding will not be cause for additional payment. 16- l:Adara\REN\105-0'79\Spe ni csJecncros.00c R/8/2006 1:52:40 P,d 2006 R-12 Engine-=g,inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Electrical Power Provider will perform the following work at the Mt. Olivet generator building site: 1. Remove power from the existing Mt. Olivet booster pump station service transformer. 2. Terminate new conductors serving the proposed Mt. Olivet generator building on the secondary side of the transformer. 3. Install current transformers (CT) in CT cabinet installed by the Contractor. 4. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. Electrical Power Provider will perform the following work at the North Talbot generator building site: 1. Install new primary raceway and conductors from the primary service to the proposed pad-mount transformer including all raceways, conductors and cable terminators. Trench,backfill and restoration shall be provided by the Contractor. 2. Install new pad-mount transformer and transformer base with vault. Excavation and restoration shall be provided by the Contractor. 3. Terminate conductors on the primary and secondary side of the transformer. 4. Install current transformers (CT) in CT cabinet installed by the Contractor. 5. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. 6. Remove the existing pad-mount service transformer located at the existing North Talbot booster pump station. C. Contractor's Responsibilities The Contractor shall perform the following work at the Mt. Olivet generator building site: 1. Install new raceway and conductors for secondary service from the existing pad- mount transformer location to the proposed service entrance switchboard including trenching, backfill and restoration. Terminate service conductors at the service entrance switchboard. 2. Install the Service Entrance switchboard panel, CT enclosure and Automatic Transfer switch as shown on the Plans. 3. Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown on the Plans. 4. Provide trench, backfill, and restoration for installment of the proposed electrical handhole for secondary feeder from the proposed Mt. Olivet generator building to the existing Mt. Olivet booster pump station. �r 16-6 S/R'2006 153:40 PD1 f:A data\REN\105-079\Snecs\Tec'nnicals.doc 2006 1U 12 Enginecrsig.Inc. wr City of Renton Fall 2006 Emergency Power Generation 2006 Division 16 —Electrical 5. Provide excavation, backfill, and restoration required for installment of the electrical handholes and vaults. 6. The Contractor shall meet all the standard requirements for working in the right-of- way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. " The Contractor shall perform the following work at the North Talbot generator building site: 1. Install new raceway and conductors for secondary service from the proposed pad- 1°'" mount transformer location to the proposed service entrance switchboard including trenching, backfill and restoration. Terminate service conductors at the service entrance switchboard. 2. Install the Service Entrance switchboard with CT section and Automatic Transfer switch as shown on the Plans. 3. Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown on the Plans. 4. Provide trench, backfill, and restoration for installment of the underground primary power from the utility pole to the proposed pad-mount transformer. 5. Provide excavation, backfill, and restoration required for installment of the electrical r' handholes and vaults. D. Standards and Codes Work involving service installation shall be done in accordance with Electrical Power Provider standards and the National Electric Code. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment". E. Utility Meter Enclosure Meter enclosure shall be a Circle AW or equal and as required to meet the requirements of the Electrical Power Provider. Jim Contractor shall coordinate with Puget Sound Energy on the type of metering required and shall provide all labor and material necessary to meet Puget Sound Energy requirements. .. 16.12 Transient Voltage Surge Suppressor Protect electrical services with a TVSS device as shown on the Plans. The TVSS shall be 4" located as shown on the Plans and connected with the shortest conductors possible. The ')JSS shall meet the following: sw Provide surge current withstand up to 160 kA per phase. Short Circuit current rating of 200 kAIC. 16 �r Adata\REN\105-079\Specs\Tecnnicals.doc 8/8/200611:32:40 PM C 2006 8112 Eneineenng,Inc. , Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 A Ten-Year Free Replacement Warranty. Surge Counter. Integral Unit-modular disconnect switch. NEMA 4X— 316L Stainless Steel Enclosure The TVSS shall be an Innovative Technology Vanguard Model or approved equal. 16.13 Low Voltage Service Switchboard 40 A. General The low voltage service switchboard shall be NEMA 1 rated construction, with pull section and breaker section configuration as shown on the Plans. Incoming feeder shall enter the pull section from the bottom. Outgoing feeders shall exit breaker section from the bottom. Equipment sizes shall not exceed the measurements shown on the drawings without prior approval from the Engineer. Maximum spacing from the wall shall be 1/2- inch. The switchboard shall be deadfront with front only accessibility. The framework shall be code gauge steel, rigidly welded. Floor sills and lifting means shall be provided. The color shall be manufacturer's standard gray. The switchboard shall meet all applicable UL, NEMA, NEC, and local code requirements for service entrance equipment, and shall contain all barriers required to isolate fused and non-fused conductors. The switchboard shall be furnished with a UL service entrance label. Provide utility current transformer compartments as shown on Plans that meets the requirements of the utility providing service. ne bus shall be tin plated copper of sufficient size to limit the temperature rise to 65 degrees C, based on UL tests. Bus bracing shall be rated at least 65kA rms unless noted + otherwise on the Plans. A full size neutral bus and code sized ground bus shall be provided. All buses shall be extended into the pull section, and shall be mounted in the lower half of the equipment. The switchboard manufacturer shall be responsible for coordination, proper phasing, and internal busing to the outgoing busway. Molded-case circuit breakers with fixed frames shall be provided to serve feeders. Breakers shall have the frame and trip size as indicated on the Plans and shall be rated 100%. The breakers shall be 100% rated with a minimum 65k A.I.C. and be r1 microprocessor controlled to monitor short time, long time, and instantaneous trip functions. Main circuit breakers shall be provided with ground fault protection if required by the National Electrical Code. B. Power Monitoring A digital 3-phase power monitor with remote capabilities and associated sensors shall be so 16-8 8/8/2006 1:52:40 PY 1:Adata\REN\105-079\So= T_-cr=cais.6oc C 706 13 2 Engmc=g.inc do 00 City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical provided as indicated on the drawings. The digital power meter shall be capable of measuring at a minimum the following parameters: • Voltage (line-neutral) • Voltage (line-line) • Voltage Unbalance • Current rr • Current Unbalance • Neutral Amps rr • Real Power • Reverse and single phase detection ow • Reactive Power • Apparent Power as • Power Factor • Frequency • Auxiliary Voltage C. Transient Voltage Surge Suppression (TVSS) TVSS units shall meet the requirements identified in Division 16 of these specifications. D. Transformers Lighting transformers to be installed in this equipment shall be Class H insulation type for 80 degree C rise. Provide transformer with ratings as shown on the Plans. Transformer shall be compatible with the environment in which it will be located and provided with properly-rated taps. E. Lighting Panels Panelboards shall be provided with a rating at the proper voltage and current for intended use with tin-plated copper bus bars. Panels shall have 100 percent neutral, with equipment ground bar unless noted otherwise. Panelboards shall be deadfront. The panelboard shall have the number of available single pole breaker spaces as shown on the Plans or a minimum of 18 spaces when a number is not indicated on the Plans. Where Y. noted in the panel schedule on the Plans provide spare breakers, complete for future connection of wiring circuits. Where "Space Only" is indicated for breakers, provide all bussing and breaker mounting hardware. The following interrupting capacity shall be considered minimum for the circuit breakers provided. Other ratings shall be as specified on the Plans. 240V and 208Y/120V Panelboards - 22,000 AIC svmmetrical 480Y/277V Panelboards - 42,000 AIC symmetrical wr 16-9 1:'\data\REN\105-079\Specs\Tecnnicals.dor $/5/2006 152:40 PM ?006 PH2 Lneineeiing,inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 irr Provide GFI breakers when indicated on the Plans. F. Start-up and Trouble Shooting This equipment shall be tested, and placed into operation by a qualified factory representative trained in start-up and troubleshooting procedures for equipment being installed. G. Testing Breakers installed in the low voltage service switchboard shall be fully tested and adjusted for coordinated trip settings by the Manufacturer of the switchboard following field installation of the equipment but prior to final inspection by the Engineer. The Manufacturer shall perform a protective device coordination study in accordance with Article 6.6 of the NETA, Acceptance Testing specifications. The Manufacturer shall furnish completed certified test reports to the Owner, indicating tests performed and all trip settings. 16.14 Protective Devices and Switches A. Materials Protective Devices • General: Overcurrent devices shall be NEMA rated. • Molded Case Circuit Breakers: Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40° C. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions. Breakers shall have the interrupting rating and trip rating indicated on the Plans. Disconnect Switches • Furnish and install disconnect switches conforming to NEMA KS 1, type HD, ` sized for the ampere and voltage as shown on the Drawings and as required by the National Electrical Code and nameplate requirements of the equipment served. • Provide additional disconnects if required by Code. The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be provided as indicated on the Plans. r B. Installation Mounting Heights wrt • Overcurrent protection devices and safety switches shall be centered 5'-0" above the finished floor unless noted otherwise on the Plans. ■r 16-10 3/8/2006 1: 2:41 I'M \data\REN\10�-079\Specs\Tecnn ca s.doc 2006 81-12 EnLmcc ing,Inc O. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16 —Electrical .- 16.15 Raceways A. Materials Conduit and Fittings Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for " all rigid conduit except in locations not permitted by the N.E.0 . PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC Schedule 80. PVC conduit installed above grade shall be Schedule 80 extra heavv wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. Flexible Metal Conduit: Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. • Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight, insulated throat, compression type. Conduit& Cable Supports Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups .w� of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be '/z-inch all-thread rod and shall meet `w ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. Racks: Racks shall be constructed from framing channel. Galvanized channels and hanger rods shall be steel, hot dipped galvanized. Channels attached directly to structural surfaces shall be 14 gauge minimum thickness, 1-5/8-inch deep. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be aluminum, stainless steel, or fiberglass. All hardware shall be stainless steel. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channel shall be manufactured by Unistrut or equal. 16-11 l: ,.(data\i X\105-079\Specs\Tecnnicais.doc 8/8/2006"1:51-0 PM two Z_006 RI I2 L,neineerinnp,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 Wireways General: Wireways shall consist of prefabricated channel-shaped, lay-in trough with hinged covers, associated fittings, and supports. Straight sections shall not be longer than 5 feet. Use 45-degree elbow and tees at all transition points. Cross-sectional dimensions shall be as indicated on the Plans. Fittings shall consist of elbows, tees, crosses, and '* closing plates as required. Conduit Sealants Ni Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. WA Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Underground Marking Tape (Detectable Type) Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Tape shall be Brady "Detectable Identoline—Buried Underground Tape, or equal. Conduit Tags Conduit tags shall be corrosion resistant and remain legible after exposure to abrasion or aggressive fluids. Tags shall be crosslinked polyolefin construction. Manufacturer shall be Impact Industries or equal. B. Location Schedule Galvanized Rigid Steel (GRS) conduit shall be used as the electrical raceway for all circuits on this project unless noted otherwise on the Plans or below. 1. Corrosive Areas: All exposed raceways installed in a corrosive area shall be PVC coated , GRS. Corrosive areas shall be identified on the Plans. Raceways installed above a false ceiling are considered exposed. 2. In contact with Earth: All GRS conduit installed in contact with the earth shall be PVC coated. PVC Schedule 80 conduit may be used as raceway for power or telephone circuits when located in contact with earth and a minimum of 5 feet away from the perimeter of a building or structure. All raceways that enter a building or structure from below grade shall be PVC coated GRS within 5 feet of the horizontal perimeter of that structure or building. The only exceptions shall be concrete electrical vaults or hand holes. 3. Instrumentation Circuits: All raceways for instrumentation circuits shall be GRS. If raceway is installed in a corrosive area or is below grade in contact with the earth and within 5 feet of the perimeter of the building or structure being served, the raceway shall be PVC coated GRS. PVC conduit shall not be used for instrumentation circuits. 16-12 S/S/2006 3:5633 T"M I:',,daca\REN\105-079\Specs\Technicais.aoc 2006 RH2 Eneineenng,Inc. VW City of Renton Fall 2006 Emergency Power Generation 2006 Division 16 —Electrical be PVC coated GRS. PVC conduit shall not be used for instrumentation circuits. 4. Motors or Vibrating Equipment: Flexible Metal Conduit shall be used for final connection to motors and vibrating or vibrating equipment. Jacketed flex with threaded fittings shall be used outside and in wet or corrosive atmospheres. Maximum length of flexible conduit shall be as allowed by NEC. 5. Lighting Circuits: EMT conduit may be used as the raceway for lighting circuits that are protected from damage. A ground wire shall be provided in all EMT conduits. EMT "0 conduit shall not be used in a corrosive area or for any other type of electrical circuit. C. Installation 1. All conduit shall be surface mounted. 2. Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. 3. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 4. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. 5. Securely fasten raceways at intervals and locations required by N.E.C., or the type raceway employed. 6. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. w�. 7. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. 8. All raceways shall contain a separate grounding conductor. 9. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for r► nonmetallic conduits. 10. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. air 11. Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting openings in advance. 12. Conduit Identification: In each manhole, handhole, pullbox, cabinet or other equipment enclosure, identify each conduit using the conduit number shown on the Plans by means of a conduit tag affixed with stainless steel wire. Where affixing a tag is not feasible, identify conduits by stenciling. Stencil all exposed conduits for identification at least once in a room. 13. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire .r 16-"13 J:Aciaea\REV,105-079\Specs\ ccnnicais.aoc 8/8/20061:52:40PIS{ Z 2006 r"12 i:ngmceiing,lnc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 40 D. Wireway Installation Straight sections and fittings shall be solidly bolted together to be mechanically rigid and 40 electrically continuous. Dead ends shall be closed. Unused conduit openings shall be plugged. Wireways shall be supported every 5 feet minimum. 16.16 Outlet and Junction Boxes Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Where only cast ► aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Oulet boxes and switch boxes shall be designed for mounting flush wiring devices. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material,with a minimum wall thickness of 1/8". 16.17 Pull Boxes and Vaults See Plans for special requirements of existing pull boxes and vaults. When replacing ' existing vault lids, use instructions provided by Utility Vault Company and details shown on drawing No. E08. Pull boxes and vaults shall be Utility Vault Co., 504-LA or approved equal. Contractor shall provide H-20 rated cover and access hatch in areas where vaults may be susceptible to vehicle traffic. r Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagum sealing compound. Where conduits enter through sides of handholes, the penetration shall be made watertight. ` The lids to all pull boxes and vaults shall be permanently marked for its intended use, "Signal" for all signal and instrumentation handholes and "Electrical" for all power handholes. Letter shall be a minimum of 3-inches high and shall be inscribed with welded bead to insure permanent marking. +�1 16-14 8/8/2006 3:57.24 PM ):"data\REN\105-079\Specs\Tecnnicais.doc :C 2006 RH2 EnFmcermo,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical bead to insure permanent marking. All pull boxes shall be provided with lids utilizing Penta-head locking bolts and spring nuts in order to bolt the frame and cover for locking purposes and shall be grounded per N.E.C. requirements. *a Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90 degree bend. VW 16.18 Low Voltage Wire and Cable A. Materials Conductors General: All conductors shall be copper. Wire or cable not shown on the Plans or +rr specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. Power and Control Conductors, 600 Volts and Below: 6 Solid copper wires shall be 600 volt Type TI IWN, sizes #12 and#10 AWG only. • Stranded copper wire shall be 600 volt Type THWN, Class B stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. • Stranded copper wire shall be 600 volt Type XHHW or RHW, Class B stranding, Sizes #8 AWG and Larger. wr • Fixture wire shall be 600 volt, silicone rubber insulated, 200° C, UL Type SF-2, with stranded copper conductors. a Control cable (CC) shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type TC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99; Alpha Type TC or equal. w. Splices and Terminations of Conductors Splices �wr • For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting +r.► and holding the conductors firmly. • All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with +wir either solid or stranded conductors. • Division 16 Equipment and Power Conductors: Bolted pressure connectors shall W. be suitable for the size and material of the conductors to be spliced. • All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet locations. aw 16-15 J:A aata\FENI\105-079\SpecsyTecnnicws.cioc 8/8/2000 1:52:40 P-M t ''00 °.I1'_E?g ne ing,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 Terminations • Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. • Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. • Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. B. Installation Conductors Provide the following types and sizes of conductors for the uses indicated for 600 volts or less: • Solid Copper, Sizes #12 and #10 AWG: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. • Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. • Stranded Copper, Sizes #12 AWG and Larger: As shown on the drawings for motors and other power circuits. • Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: • 120/208 Volt, 3 Phase: Red, black and blue. • 277/480 Volt, 3 Phase:Yellow, brown and orange. • 120/240 Volt, 1 Phase: Red and black. Conductor Splices Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. 16-16 '/8/2006 1:52:40 PM 1:A data\REN\105-079\Specs\Technica s.doc 2006 Ri-i2 Engineenng,inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical Conductor Identification Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Field Tests Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over '/z horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 16.19 Generator Power Cords and Connectors Mt. Olivet Generator Building The City of Renton currently owns a total of 10 generator cables currently housed at the City's Wells 1, 2 and 3 facility. These cords currently have Crouse=Hinds Posi-Lok Female plugs on one end of each cable and lug connectors on the other ends. The Contractor shall remove the lug connectors from each cable and shall provide and install Crouse- Hinds 400 Amp Posi-Lok male plugs that are compatible with the proposed connection panel at the generator. A total of 10 male plugs shall be provided and installed. These 10 cables will be used at the proposed Mt. Olivet generator building to connect to the proposed 500 kW portable generator. Cables must be tested by the Contractor to the ,,W satisfaction of the Owner prior to final payment. North Talbot Generator Building aw The Contractor shall provide complete emergency generator cables for the existing portable generator with male and female plug connections with 50 feet of 4/0 (SO) cable for each phase, ground, and neutral connection. Total number of connector cables with V, plugs provided shall be ten (10). Each connector cable shall have a male plug on one end and a female plug on the other end. The male plug shall be Crouse-Hinds Posi-Lok E0400-160 series or an approved system that matches the receiving end on the generator .w connection receptacles mounted to the proposed engine generator. The female plug shall be Crouse-Hinds Posi-Lok E0400-260 series or an approved system that matches the generator receptacle mounted in the switchboard section. The generator power cords shall be water and oil resistant 600 V, and 60°C, minimum temperature rated cords. The outer jacket of the cord shall be PVC material suitable for the intended use on this project. All plugs shall be crimp on type. Cables must be tested by the Contractor to the satisfaction of the Owner prior to +wr 16-17 1:A data\='7N\105-079\Specs\Technicais.doc 3/8/2006 1:52:40 PM 1W �'2006" _2 En ginee �n- Irc. , Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 accepting cables. North Talbot Booster Pump Station The Contractor shall modify existing City owned emergency generator cables at the North Talbot Booster Pump Station for the existing portable generator. These cables are currently stored at the North Talbot Booster Pump Station and once modified, will continue to be stored at this facility. These cords currently have Crouse-Hinds 300 Amp Posi-Lok Female plugs on one end of each cable and lug connectors on the other ends. The Contractor shall remove the lug connectors from each cable and shall provide and install Crouse-Hinds 400 Amp Posi-Lok male plugs. A total of 10 male plugs shall be provided and installed. All plugs shall be crimp on type. Cables must be tested by the Contractor to the satisfaction of the Owner prior to final payment. South Talbot Booster Pump Station The Contractor shall modify existing City owned emergency generator cables at the South Talbot Booster Pump Station. These cables are currently stored at the South Talbot Booster Pump Station and once modified,will continue to be stored at this facility. These cords currently have Crouse-Hinds 300 Amp Posi-Lok Female plugs on one end of each rt cable and lug connectors on the other ends. The Contractor shall remove the lug connectors from each cable and shall provide and install Crouse-Hinds 400 Amp Posi- Lok male plugs. A total of 10 male plugs shall be provided and installed. All plugs shall be crimp on type. Cables must be tested by the Contractor to the satisfaction of the Owner prior to final Payment. 16.20 Wiring Devices A. Materials Receptacles General: Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations, NEMA WD1 and UL 514 Standards. Single and Duplex Receptacles: • Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. • Outdoor Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. GFI Receptacles: Device shall be rated 20 amp, 2-pole, 3-w1ire, 120 volt, conforming to 16-18 3/5/2006 152:40 PM 1:,data\RLN\105-079\Specs\Tcchmicais.doc '200O6 RH2 En6nrc ing,Inc. w. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical NEMA WD1.10 configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. Surface Multiple Outlet Assemblies: Units shall have outlets on center-to-center spacing as shown on the Plans. Assembly shall conform to Article 353 of the N.E.C. Switches Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units 4W shall be flush mounted, self grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W-S-896 D and E, UL 20, and NEMA_WD1 standards. ow Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or equal. HOA Switch (Lighting): Switches shall be rated 20 amps at 120 volts AC, three-position "' toggle, positive action with "center-off' maintained contact, double pole. Bryant No. 4925 or equal. va Plates General: Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. 'w In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish as manufactured by Crouse-Hinds, Appleton, or equal. Device plates in outdoor areas shall be corrosion-resistant/marine-duty type with weather protective double doors. Nameplates: Device plates "shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. B. Installation Installation of Wiring Devices Position of Outlets: All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor low without projecting beyond the same. Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process �.r valve boards. Switches shall be 48 inches above the finished floor unless otherwise noted. Installation of Wall Plates " Interior Dry Locations: Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled w" not be permitted. Do not use oversize plates or sectional plates. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. Cover type shall match box 16-19 J: daca y!iLN\107-079\'oecs\Technica s.doc 8/8/2006 1:32:40 PM wM Z=006 i2 nPU1cc u1 nc Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 irr type. Field Tests After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity,reversed polarity, and/or open neutral condition. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. Submit results of all field testing to the Engineer for review. 16.21 Signal Cable A. Materials Twisted Shielded Pairs (TSP) Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 900 C and for operation at 600 volts. Multiple (Twisted) Shielded Pair (MSP) Cables Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the number of pairs shown on the Plans of #20 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The MSP cable itself shall have, in addition, an overall foil shield, tinned copper drain wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs, 60 mils for 10 to 16 pairs, and 70 mils for 18 or more pairs. The insulation system shall be rated at 900 C and for operation at 600 volts. Special Cables Use only coaxial cable recommended for specific applications such as radio antenna rrr systems and computer networks as required by the manufacture or system supplier. Special cables such as triaxial (coax), twin-axial and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufacturer or suppler. Deviations must be favorably reviewed by the Engineer. B. Installation 40 Cable Installation Cables shall be continuous from initiation to termination without splices except where 0 specifically indicated. 16-20 8/8/2006 1:52:40 PM JL caca12EV"\105-i'�\Specs\Techmcas.doc 2006 wit Ln=eenng,1r.c. aw City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a w single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. Conductor Splices Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. No splicing is acceptable for coaxial cables. 0 Conductor Identification Except for interior lighting and receptacle circuits, identify each wire or cable at each ow termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify .� panelboard circuits using the panelboard identification and circuit number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. w r Field Tests Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. • 16.22 High Voltage Connector System High voltage connector system shall consist of junction blocks and load break elbow .r connectors as manufactured by RTE or Elastimold. Operational rating shall be as follows: 21.1 kV line to ground Momentary amperes — 10,000 (rms-sym) Nominal amperes—200 Basic insulation level (bil)— 150 kV Provide items compatible with stock items used by Puget Sound Energy. ww 16-21 1:Adata\REN\105-079\Specs\Tecnmcais.doc 8/8/2006 1:52:40 PM qor 2006 1111 I2 Eneineering,InL Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 �r 16.23 High Voltage Conductors A. General +■► High voltage conductors: single conductor, concentric neutral type with crosslink polyethylene insulation and a polyvinyl chloride (PVC) extension over concentric neutral. Conductor shall be #2 copper with fully rated copper concentric insulated for 15 kV grounded neutral operation. Cable shall, in every respect, conform to ICEA, NEMA and Standard Specifications of UL type MV-90 cable for similar applications. at Cables shall be suitable for use in wet or dry locations, in metallic and non-metallic conduits, and u7 ducts. Conductor Splices ` Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in go accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be ' watertight. Make splices in medium voltage cables using cold shrink inline splicing kits rated for application up to 15 kV. B. 15 kV Cable Acceptance Test Scope The electrical Contractor at his/her expense shall engage the services of an independent field testing agency for the purpose of performing inspection and tests of 15kV service cables as specified herein. The testing agency shall provide all material, equipment, labor and techr._ical supervision to perform such tests and inspections. It is the intent of these tests to assure that all power service feeder conductors' equipment as supplied and installed by the Contractor are operational within the industry and Manufacturer's tolerances and are in accordance with the design documents. The tests and inspection shall determine the suitability for energization. All inspection and tests shall be in accordance with the following applicable codes and standards: National Electrical Code (N.E.C.) 40 National Electrical Manufacturer's Association (NEMA) American Society for Testing and Materials (ASTM) Institute of Electrical and Electronics Engineers (IEEE) National Electrical Testing Association (META) American National Standards Institute (ANSI) wry 16-22 8/81/2006 1:5:40 PNI J:Adaca\RLN\105-079\specs yTeennicais.doc Z 201016 uu?Enginecn nc. Vo City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical w- State and Local Codes and Ordinances Insulated Power Cable Engineers Association (IPCEA) Federal OSHA Requirements All inspection and tests shall utilize the following references: Project Design Specifications 4W Project Design Drawings Manufacturer's Instructions 4M Qualifications of the Testing Agency: The specified tests shall be performed by Electro-Test, Inc., 7223 South 182nd Street, Kent, Washington, 98032, (425) 656-3646, or an equal testing service with the following qualifications: The testing agency shall be a member in good standing of the National Electrical Testing �.w Association. The testing agency shall meet Federal Department of Commerce laboratory certification. .r The testing agency shall submit.proof of above qualifications to the Engineer. Division of Responsibility: The Contractor shall supply a source of test power to the testing agency at each test site. The Contractor shall notify the testing agency when equipment becomes available for acceptance tests. Work shall be coordinated to minimize project delay. The testing agency shall maintain a written record of all tests and upon completing project tests, assemble and certify a final test record. +� The testing agency`shall notify the Contractor prior to commencement of any testing and perform all tests in the presence of the Contractor,unless directed otherwise by him/her. The testing agency shall be responsible for any damage to equipment or material due to .. improper test procedures or tests apparatus handling. The agency shall replace or restore to original condition any damaged equipment or material. w The testing agency shall be responsible for implementing all final settings and adjustments on protective devices and tap changers in accordance with the Engineer's specified values. Any system, material, or workmanship which is found defective on the basis of acceptance �. tests shall be replaced or rectified and made ready for a new test by the Contractor. The cost of rectifying the defective work and/or material and of additional tests and inspection shall be borne by the Contractor. General Requirements: Test Instrument Traceability. The testing agency shall have a calibration program which maintains test instrumentation within rated accuracy. arw 16-2-3 Flu 1:A data\REN\105-079\Specs\Tech ca s.doc 8/8/2006 1:52:40 PA! C 2006 RI.'_Encineenne.L,c. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 The accuracy shall be traceable to the National Bureau of Standards in an unbroken chain. Calibration frequency shall be at a maximum of six (6) months intervals for all field ' equipment. Test Report- The test report shall include the following: Summary of project Description of cable tested Description of test procedure List of test equipment and calibration date Test results Recommendations Appendix which includes all field reports Conductor Tests Visual and Mechanical lnspections: Inspect exposed section for physical damage. Verify cable is supplied and connected in accordance with specifications and one-line diagram, and that phases are labeled correctly. Inspect for shield grounding, cable support, and termination. Visible cable bends shall be checked against IPCEA or Manufacturer's minimum allowable bending radius. Electrical Tests: .r In setting up the test set, special safety precautions should be taken regarding grounding of test equipment. The test set, its sphere gap, its voltmeter and the cable sheath (shielded cable only) should be grounded at the same time. During tests, a person shall be stationed at each point where the cable has exposed connections. Each conductor shall be individually tested with all other conductors grounded. All shields shall be grounded. Determine the insulation level of each cable before starting any test. Test feeder conductors from termination at the transformer to the primary feeder connection station with cables disconnected at both ends. Test Procedures: Megger Test: Each cable shall be tested first with a 2500 volt motor driven megger. Minimum allowable reading at 20 degrees C is 15 megohms.Polarization Index Test: The test conductor shall be raised to the maximum test voltage and held for a total of ten (10) 16-24 8/8/2006 1:52:40 PM 1:Adaca`,REN'105-079\Specs\Techmcais.doc G 2000 RI-12 Engineenng,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical .+r minutes. The reading shall be plotted on one minute intervals. Determine the polarization index by dividing the ten minute reading by the one minute reading. In accordance with �w IEEE No. 43, the safe minimum is 1.5 for 105 degrees C rated insulation and 2.0 for 130 degrees C rated insulation. a im err up Ow am i Ow r wr �r w 16-2 J:Adata\RPN`,105-079\Specs\Technicais.doc S/8/20061:52:40 PM 1AW Z 2006 Rei2 Lnguxee v ,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 wwr: Conductor Test Report Page 1 of 1 ... PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Raceway V C Operating Load Voltage Insulation Resistance-OHMS UW Label (1) (2) (3) VA VCB VCA VAN VBN VCN A-B B-C C-A A-G B-G C-G B +r ow wr ar *M .r wr vo .w (1) Refer to raceway and wire (2) Visual Inspection— Check (3) Continuity Test — ;w schedule and one-line diagram for when completed Check when completed description of feeder identified by label shown on this report w 16-26 �/8/?006 1:52:40 Pi\1 _i:A data\REN\105-079\Specs\Tec'nnicals.doc 4W C 2006 RH2 Engineering,Inc. aw City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical AW 16.24 Pad Mount Transformer .r Provide a pad mount transformer with ratings as shown on the Plans and that other wise conform to the following: 4W Transformer shall be designed, manufactured and tested in accordance with the latest applicable American national Standard Institute (ANSI) (latest revision). err All characteristics, definitions, terminology, and voltage designations and tests, except as otherwise specified herein, shall be in accordance with the following American national Standard requirements, terminology and test code for distribution, power, and regulating transformers. The following codes shall be adhered to: General requirements C57.12.00 (IEEE Standard 462, latest revision); Pad-mounted Equipment — Enclosure Integrity C57.12.28, terminal low markings and connections C57.12.70 (latest revision); terminology C57.12.80, including Supplement C57.12.80A (latest revision); test code C57.12.90 (IEEE Standard 262, latest revision), and loading mineral-oil-immersed transformers C57.91 (latest revision). aw Provide pad-mounted, radial feed, compartmental-type transformer consisting of the transformer tank with high and low voltage cable terminating compartment. The AW compartments shall be separated by a barrier of metal or other rigid material. Provide transformer tank and compartment assembled as an integral unit for mounting on pad. There shall be no exposed screws, bolts, or other openings through which foreign objects such as sticks, rods, or wires might contact live parts. Provide means for padlocking �. compartment doors. Construction shall limit the entry of water (other than flood water) into compartment so as not to impair the operation of the transformer. .. Locate full height, air-filled incoming and outgoing terminal compartments with hinged doors side-by-side, separated by a steel barrier, with incoming compartment on the left. High-voltage (incoming) compartment will be accessible only after door to the low voltage Win► (outgoing) compartment has been opened. To facilitate making connections and permit cable pulling, the doors and compartment hood shall be removable. Removable door sill on compartment shall be provided to permit rolling or skidding of unit into place over 1W conduit stubs in foundation. The pad-mounted equipment shall meet the requirements for tamper resistance set forth in ANSI C57.12.28 including but not limited to the pry test, pull test, and wire probe test. VW Provide compartment with hinged doors equipped for latching in open position. Provide high-voltage compartment door with fastening device which is accessible only through Am low-voltage compartment. Provide hinged assemblies made of corrosion-resistant material. Stainless steel hinge pins of 3/8-inch minimum diameter will be provided. .r Both compartment doors must be capable of being secured with single padlock having a '/2-inch diameter shackle. OW Provide lifting provisions in accordance with ANSI standards. Provide jacking and rolling provisions. Locate instruction nameplate in the low-voltage portion of the compartment. Instruction nameplate shall be readable with cables in place. Where nameplate is mounted 16-27 �:Ad��a\REV`,7 0�-079\�pecs`I ecnn ca s.uoc 8/8/2006 1:52:40 PM MW =006 P L L n rieeim�,inc. Fall 2006 City of Renton Division 16 —Electrical Emergency Power Generation 2006 so on a removable part, manufacturer's name and transformer serial number shall be permanently affixed to a non-removable part. we Transformer tank shall be a sealed-tank construction with a welded main cover of sufficient strength to withstand a pressure of 7 psig without permanent distortion, and 15 psig without rupturing or affecting a cabinet security per ANSI C57.12.22, paragraph 7.5.2. go The tank shall include a pressure relief valve with a flow at 15 psig of 35 SCFM minimum. Provide a bolted, tamper-resistant handhold in tank cover for access to internal connections. M Provide provisions for tank grounding in both high-voltage and low-voltage compartments. These provisions shall consist of: wr • 500 kva and below: (1) 1/2-13 unc tapped hole 7/16 inch deep • 750 kva and above: (2) 1/2-13 unc tapped holes 1/2 inch deep All Transformer oil must be bulk tested for polychlorinated biphenyl's (PCBs) per ASTM D4059 and certified,upon request, as having no detectable level of PCB. Low voltage bushings shall be tinned, spade-type with 9/16 inch holes spaced on 1 1/4» centers in accordance with the latest revisions of ANSI. For wye-wye connected units, the high-voltage and low-voltage neutrals shall be connected internally and brought out through bushing located in secondary compartment. Unless otherwise specified, equip incoming primary section with three 200-ampere bushing wells in accordance with ANSI Standard C119.2. With the transformer operating at rated KVA continuously, the average temperature rise shall not exceed 55 degrees C above ambient. At ambient temperature for any 24-hour period,it shall not exceed 30 degrees C. rr► The following accessories are to be provided: • 1-inch filling prevision • 1-inch drain provision • Liquid level indication too • Provide the following: a Overcurrent protection - a combination of oil-immersed, current-limiting fuses and 40 bayonet oil-immersed, expulsion fuse clearing low-current faults up to 50,000 amperes. a Radial feed switch - provide an internal, oil-immersed, gang-operated, two-position 40 (on-off) loadbreak manually-operated switch. Switch must be capable of switching transformer full-load switch Special accessory group consisting of: • 1-inch drain valve and sampler • Dial-type thermometer • Liquid-level gauge, and 16-28 8/8/2006 1:52:40 PM \data\RE\'\105-079\Snecs`,TecnnicLi.doc 2006 Rii2 Lneineenng.inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical • Provisions (1/4-inch NYI) for vacuum/pressure gauge. 1" Internal lightning arrester rated 9.1KV at the high voltage terminals. Primary taps: • Two 2-1/2 percent taps above and • Two 2-1/2 percent taps below rated voltage. r Primary voltage—480Y/277 volts grounded wye. Secondary voltage— 12,470 volts. 16.25 Electrical Grounding A. General Service and equipment grounding shall be per Article 250 of the National Electrical Code. Contractor shall also ground all handholes and vaults per Article 250 of the national Electrical Code. Verify that a low-resistance ground path is provided for all circuits so an "W accidental contact to ground of any live conductor will instantly trip the circuit. Following completion of the grounding electrode system, measure ground resistance at „r, each ground rod using the three rod method. Submit results to engineer prior to final acceptance by the Owner. The grounding systems shall consist of the ground rods, grounding conductors, ground to bus, ground fittings and clamps, and bonding conductors to structural steel as shown on the Plans. 4 B. System Components System components shall be as allowed in the N.E.C. unless specified otherwise below. Y. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27% of pure copper. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non- petroleum type, UL listed for copper and aluminum applications. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot-dip galvanized traffic cover. Units shall be 12-inches deep minimum. Covers shall be embossed with the wording"Ground Rod". C. Installation Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. +w Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. Make embedded or buried ground connections, taps and splices with exothermic welds. low 16-29 :Adata\REN\105-079\Specs\T'ec_hncals.coc b/N/2006 i:E3:401'M Z 2006 nut En€i Gering,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 rr Coat ground connections. D. Testing ,,,A► Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data of each ground rod location. 16.26 Lighting Fixtures A. General Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. r► B. Lamps Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the drawings for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. Approved manufacturers are Westinghouse, Sylvania, and G.E. Lamps shall be provided for all lighting fixtures. Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. C. Fixtures Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL V* 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. go D. Ballast Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the UL label. Ballast shall be General Electric Maxi-Miser II,Advance Mark II or equal. •+ Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0° f at 90% of the nominal line voltage. All locations, other than totally enclosed rooms, shall be 46 considered exterior. Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. 46 E. Acceptable Manufacturers As shown on Plans. Equals will be accepted. 0 to to 1.6-30 8/8/2006 1:52:40 PM 1:Adata\RE'N\105-079\5pecs',Teciimca s.doc 2006 RE-2 Eag zee=g,ina 10 r City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical rr- 16.27 Photoelectric Smoke Detectors A. General Furnish and install photoelectric smoke detectors with built-in thermal detection unit as shown on the Plans. All components shall be suitable for installation in the environment where installed. Detector shall be provided complete with sensing head and mounting base. law B. Features The photoelectric smoke detector shall be 12-volt or 24-volt powered with a local audible to alarm and Form C contacts for remote annunciation through two-wire connection to telemetry panel. The voltage requirement is dependent of the power source available at the telemetry panel. The Contractor shall verify power supply before selecting the w appropriate model. The detector shall detect both smoke particles and heat. The detectors shall have a latching alarm feature that resets only by a momentary power interruption. a C. Testing Test each smoke detector with artificial smoke in a can per manufacturer's instructions. Test the thermal sensing units with a heat gun or blow dryer per manufacturer's instructions. aw D. Acceptable Manufacturers As shown on Plans. No substitutions. aw 16.28 Electrical Space Heater A. General aw Furnish and install wall-mounted space heater(s) as shown on the Plans. Heater(s) shall be suitable for installation in the environment where installed. VM B. System Components Space heaters shall be electric air element type of the size and location shown on the Plans. Provide with a universal mounting bracket, a disconnect switch and mounting yr hardware. Provide contactors in heater to interface with control relays and 480V power supply. .�. C. Installation Mount bottom of heater(s) T-0" from finished grade unless specified otherwise on the Plans. rw D. Acceptable Manufactures Heaters shall be as specified on the Plans. Equals will be accepted. 16-31 :A data\REN\105-079\Specs\Techmcals.doc 8/8/2006'1:32:40 PM 2006 P.I-I2 rneincc=gn Inc Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 16.29 Wall-Mounted Heating Thermostat A. General Furnish and install wall-mounted thermostat as shown on the Plans. All components shall be suitable for installation in the environment where installed B. System Components Provide a 24 volt, SPST wall mounted heating thermostat. Thermostat shall be as �r recommended by the space heater manufacturer. Thermostat shall have an adjustable range from 40 — 100 degrees Fahrenheit. Set thermostat at 60 degrees Fahrenheit unless specified otherwise on the plans. C. Installation Mount thermostat 4 feet above finished floor in location shown on the Plans. D. Acceptable Manufactures The wall-mounted heating thermostat shall be as specified on the Plans. +mot 16.30 Intrusion Alarm Switch . +rr A. General Furnish and install intrusion alarm switch on all entrance doors as shown on the Plans. All components shall be suitable for installation in the environment where installed. B. Features wn The switch shall be a Type C and NEMA rated. Provide with a standard box plug-in and connecting cable of significant length to reach a junction box located near the switch. C. Installation Mount the switch as shown on the Plans to detect the opening of each entrance door identified on the Plans. Connect to the normally open contacts so that the switch is closed when the door is closed and open when the door is open. A factory provided cord shall be of significant length to reach from the device to a junction box. D. Acceptable Manufacturers Intrusion switches shall be as specified on the Plans. Equals will be accepted. 16.31 Keyed Switch Box A. General Furnish and install Keyed switch box at the location shown on the Plans for providing an input into the signal cabinet. All components shall be suitable for installation in the environment where installed. 16-32 �i S,'2006, _�2:40 P i caca\PE\\105-079\Specs\Tecnn ca s.doc Z 2006 RH2 Engineering,in.. VW City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical M B. Features law The key switch shall have a minimum contact rating of 15 amps at 30 VDC. The switch type shall be single pole-double throw (SPDT). The switch shall be provided in a junction box provided from the manufacturer. OW All keyed switches shall be provided with construction cores. C. Installation go Mount the keyed switch box outdoors as shown on the Plans. Unless otherwise noted, mount top of box at 40 inches above finished grade. The keyed switch shall be wired to No the terminal block in the signal cabinet. D. Acceptable Manufacturers aw The keyed switch shall be a Best Model No. 1W7B2INT with Construction Core. The key shall be removal from the open or closed position. No substitution. WM 16.32 Signal Cabinet Contractor shall provide a total of two (2) NEMA 12 signal cabinets. Cabinets shall be located at the following locations. OW • Proposed Mt. Olivet generator building. Proposed North Talbot generator building. wr Cabinets shall be sized as necessary to contain all signal circuits. Signal Cabinets shall have Vantage Technologies model no. V-70253-M-L24 loadside receptacles mounted to the panel exterior in order to connect via a control cable to the portable engine generator +r mounted power and telemetry entrance enclosure for remote signalization to the remote telemetry panels located at each booster pump station. See Engine Generator Set specification for more information. °" Contractor shall provide and install all conduit and wiring from the proposed signal cabinets to the existing remote telemetry panels. See Plans for telemetry panel terminal locations for landing signal wiring. aw 16.33 Engine Generator Set to A. General Contractor shall provide a total of two (2) engine generators. to Stationary Engine Generator Provide one self-contained, exterior rated standby engine generator system to automatically operate the load criteria listed in the rating section of these specifications No during prime power failure conditions. The engine generator set provided shall not have a standby rating less than 600 k\X7 at 0.8 PF with fan. �rrr Portable Engine Generator Provide one self-contained, exterior rated, trailer-mounted standby engine generator system to automatically operate the load criteria listed in the rating section of these 16-33 I:\data\RED 108-079\8necs\Tecnn ca s.doc 8/8/2006 1:82:40 PII wr r ')nnr,gu :ngaee n5.ii:c. Fall 2006 City of Renton Division 16-Electrical Emergency Power Generation 2006 ur specifications during prime power failure conditions. The engine generator set provided shall not have a standby rating less than 500 kW at 0.8 PF with fan. The supplier of the portable engine generator shall be responsible for obtaining the necessary permits rr including environmental requirements of National, State and local environmental regulatory agencies in order to operate the portable generator in the State of Washington and be conveyed on public thoroughfares. The general design of the engine generators furnished shall be manufacturers standard, except where it differs from the requirements of these specifications. The diesel engines will be installed at an approximate elevation of 200 feet above sea level and shall meet all performance requirements specified herein when installed at that altitude. Engines shall, as a minimum, be in accordance with requirements of this specification and may be manufacturers standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generators being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturers catalogs, or brochures, and represents the latest Sri production model. Insulate, enclose, or guard exposed parts subject to high-operating temperatures or energized electrically and moving parts which are of such nature or so located as to be a err hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the sets. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be possible with Minimum drainage and minimum disturbance of sets. Maintenance shall be possible by use of common tools. B. Acceptable Manufacturers 40 Subject to compliance with these specifications, the following manufacturer's are approved for bidding: ■rr Cnmmins/Onan Ensure engine generators and accessories are provided by the above named manufacturer and its authorized dealer. Ensure availability of service and replacement parts is within a ► 200 mile radius of the project site. C. Service Conditions „ Engine generator systems shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: Ambient Temperature: 10° F to plus 115° F. Altitude: Sea level to 1200 feet wrr D. Rating Rating of diesel engine-generator sets shall be based on operation of sets when equipped 16-34 8/8/2006 1:52:40 PNI l:Adata\IZLX\105-079\Scecs`vTechnicais.doc 200"°.112 Enzmee=-,Inc. 5 �r City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. E. Generator Generators shall be a revolving field, 4-pole brushless connection to the alternator. Generator rotors shall have been dynamically balanced and aligned with the engines, and connected to the engine using a flexible disc coupling. The stationary Generator shall meet the following requirements: Standby rating—600 Kilowatt aw Voltage—480/277 volts Phase—3 phase aw Frequency—60 Hertz Insulation—Class H Wiring— 12 lead reconnectable Ambient Temperature— 115 degrees F (max), -20 degrees F (min) The portable Generator shall meet the following requirements: +rr Standby rating— 500 Kilowatt Voltage—480/277 volts Phase— 3 phase Frequency—60 Hertz war Insulation—Class H Wiring— 12 lead reconnectable mr Ambient Temperature— 115 degrees F (max), -20 degrees F (min) Allowable temperature rise in the generators shall not exceed 257 degrees F over 104 r degrees F ambient temperature. The alternators shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. .r The generator sets shall accept a single step load of 100% of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5%. 16-35 1:ydata\REN\105-079\Specs\Technicals.doc S/8/2006 1:32:4(l'Dl[ 200 RL12 Engince.-ing,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 +w The generator sets shall be certified by the engine manufacturer to be suitable for use at the installed locations and ratings, and shall meet all applicable exhaust emission requirements at the time of commissioning. F. Voltage Regulator Engine-generator units shall have steady state voltage regulators. Generator sets shall be capable of recovering to a minimum of 90% of rated no load voltage following the application of the specified WA load at near zero power factor applied to the generator sets. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15%. Supply generators with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panels. G. Electric Starting System err Engines shall be equipped with electric starting system of sufficient capacity to crank engines at a speed which will allow for full diesel start of the engines. Arrange starting pinion to disengage automatically when diesel engines start. err Furnish storage batteries with rack having sufficient capacity for cranking engines for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engines a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. Provide generator mounted disconnect switch to isolate the batteries in order to prevent the batteries from discharging over time. Portable Engine Generator Batteries for the portable generator shall be housed in a heavy duty mounting rack bolted to the trailer frame. Location of battery housing shall not interfere with maintenance and inspection of the engine. W H. Cooling System Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 105° F ambient temperature. Provide engine thermostats to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engines through the engine control panels when temperature rises above manufactures recommended safe operating temperatures Provide cooling system water heaters suitable for operation on a 480-volt, 60 Hz current to maintain engine water temperature at 120 degrees F at an ambient temperature of 50 degrees F. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling systems with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of-20 degrees F. 16-36 8/8/2006 1:52:40 P'E'I i:'\data\REN\105-079\Specs\Technicals.doc .',2066 RH2 r.ngineerinp,inc Idw City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical 00- I. Air Cleaners MW Engines shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. •. J. Governor System An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the .� state of the generator sets. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. K. Lubrication Ow Engines shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. 4M Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating wrr oil circulation in event the filters become clogged. Engines shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housings. rrr L. Stationary Engine Generator Frame The engine for the stationary EG set shall be factory-assembled and aligned on a heavy- duty steel base with integral fuel tank. Batteries shall be housed in an acid-resistant box, which shall be mounted on engine frame and adjacent to the engine. Location of battery housing shall not interfere with maintenance and inspection of the engine. Construct the frame to insure proper alignment of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any direction during installation and shall be provided with suitable holes for foundation bolts and vibration isolators. Provide vibration isolators, �r spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by the site location. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift pick-up. M. Portable Engine Generator Trailer The portable engine generator set shall be factory assembled and aligned on a structural steel frame and trailer. The assembly shall be constructed to ensure the proper alignment of all rotating parts during operation and transit. The enclosure shall completely enclose the engine, generator, controls and cooling system, and shall be suitable for outdoor storage without corrosion or equipment deterioration. The trailer shall have a Gross Vehicle Weight Rating (GVWR) of 125 percent of the total weight of all installed components, including but not limited to, generator/engine 16-37 l:Adata\REN\105-079\Specs\Tcc=cais.doc 8/8/2006 1 52:40 PNI � _ PT ?E =C .. hiz. Fall 2006 City of Renton " Division 16—Electrical Emergency Power Generation 2006 assembly plus all fluids, sound-attenuated enclosure, fuel tank, fuel, and accessories plus 100 percent of the weight of the trailer. GVWR shall be at least 125 percent of payload weight plus the curb weight of the trailer. The towing hitch assembly shall be rated for the GVWR of the trailer. The trailer weight distribution shall be such that the trailer has adequate positive tongue weight. The trailer shall have either tandem or triple Axles with air brakes and appropriately rated transport tires and rims for the applicable load range. Breakaway lock-up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Each axle shall be rated to meet the GVWR requirement specified for this project. Duel wheels and tires on each side of the axle will be acceptable. See Section P — Fuel System for fuel storage tank requirements. The complete engine generator with trailer set shall be street legal and licensable per Department of Transportation (DOT) requirements for operation in the State of Washington on highways and streets. The complete engine generator set lighting system +r` shall meet ICC and Washington State licensing requirements. The Supplier shall provide a Manufacturers Statement of Origin (MSO) and a dealer transfer of title form at time of delivery to the Owner for licensing. The Supplier shall supply temporary licensing for wr transporting engine generator set to the Owner for testing and final delivery. The maximum allowable travel mileage on the trailer prior to final delivery to the Owner shall be less than 500 miles. The trailer shall have the following accessories: 1. Pintle hitch 2. Front retractable dead stand 3. Rear license plate holder 4. Fenders, bumpers with recessed lights, hub caps 5. Two safety chains with grab hooks 6. Four wheel blocks (two for each side of the trailer) for setting when the trailer is parked. 7. ICC safety equipment (reflectors, Stop/turn/tail/license lights) 8. Cable storage box with hinged lockable lid 9. Spare wheel, tire and carrier 10. Double rear load leveling jacks 11. Walking platform around perimeter of EG set suitable for maintenance personnel to access control panel. 12. Exterior flood light (switched) and rotating emergency beacon (24-volt DC) 13. Control panel light (backlight and flood light) (24-volt DC) The enclosure shall have the following accessories: 1. Exhaust silencer mounting brackets 16-35 3/E!1006 1:52:40 PD1 1"data\REN\105-0 79\�I)ecs Tec=cals.doc 2006'Pui-Lngmcenng,inc. TM City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical 4W 2. Oil,water and fuel drains outside the housing Im 3. Fuel filler with locking cap N. Sound-Attenuated Enclosure "" The engine generator systems shall be provided with sound-attenuated enclosures to reduce noise emissions, protect the systems from excessive dirt, dust, ash, weather and vandalism. All access doors shall be provided with metal case cylinder style locks. 40 Coordinate with Best Access Company of Kent, Washington for details on providing a core system that meets City of Renton standards. Provide 4 keys for generator enclosure locks. The housings shall be factory installed and allow easy access to the engine- 40 generators and the control panels. The control panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure doors shall not be wider than 36" each to allow for convenient access to the enclosure interior. +r The enclosures shall provide a sound level at full load no greater than 75 dB(A). This sound level shall represent the average measurement taken at eight points located ;W equidistant,23 feet from the center of the engine generators at full load. The enclosures shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. Housings shall provide ample airflow for 'w generator set operation at rated load in an ambient temperature of 100F. The housings shall have hinged access doors as required to maintain easy access for all operating and service functions. Openings shall be screened to limit access of rodents into the ow enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. �wr All sheet metal shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall .r be primed and painted. The painting process shall result in a coating that meets the following requirements: Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. ow Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year shall exceed 50%. VW Crosshatch adhesion,per ASTM D3359-93, 4B-5B. Impact resistance,per ASTM D2794-93, 120-160 inch-pounds. „r, Salt Spray,per ASTM B117-90, 1000+ hours. Humidity, per ASTM D2247-92, 1000+ hours. Water Soak, per ASTM D2247-92, 1000+ hours. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. Enclosure shall be constructed of minimum 12 gauge steel for framework and 14 gauge rw 16-39 :\data\REN\105-079\Specs\Tecnnicais.doc 8/8/2006 1:52:40 P%I Y�11 Z 20 0 11112 E ne-zcc;rib,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 steel for panels. All hardware and hinges shall be stainless steel. A factory-mounted exhaust silencer shall be installed inside the enclosures. The exhaust shall exit the enclosures through a rain collar and terminate with a rain cap. Exhaust connections to the generator sets shall be through seamless flexible connections. The enclosure shall include the following maintenance provisions: 1. Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure,with internal drain valves. 2. External radiator fill provision. O. Exhaust System VW Mufflers shall be rated as necessary to comply with the noise emission requirements listed under the sound-attenuated enclosure and shall be furnished with the engines. The muffler and engine combination shall be sized to meet the power supply rating. Mufflers .r shall be entirely mounted within sound-attenuated enclosure. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as IAO necessary for a secure rigid pipe system. A rain skirt or other weather protective device shall be mounted over the roof penetration. Exhaust system for the diesel engines shall conform to codes set forth in the National Fire wr Protection Association,Volume 4, Section 211 and shall comply with recommendation for exhaust systems as specified by the diesel engine manufacturer. Pitch horizontal runs of exhaust pipe downward, away from engines. Completely support go exhaust systems so no weight or stress is applied to engine exhaust manifold or turbocharger. P. Fuel System Engines shall operate on a commercial grade of diesel No. 2 compiling with the limiting requirements of ASTM and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. Injection pumps and injection valves shall be a type not requiring adjustment in service 1W and shall be capable of quick replacement by ordinary mechanics without special diesel experience. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam- ` driven gears from engine camshaft. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel VW line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or 'o replacement will be used in the injection purnp or injection valve assemblies. 16-40 8/8/2006 1:52:40 PNI \daca,REN\105-079\�oecs\Tecnn ca s.doc 2006 F-H2 Eacineerine,inc. ow City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical we- Fuel pumps shall be electronic regulated type. WO Stationary Engine Generator Provide stationary engine generator with integral 1000 gallon dual wall sub-base fuel tank to mounted between the structural steel skids for engine fuel supply. Portable Engine Generator r Provide portable generator with a 720 gallon dual wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The portable generator fuel tank shall be baffled to minimize fuel slosh and load transfer during towing, and shall be ..r hydydrostatically tested after installation. The tank shall have an integral fuel level gauge, exterior lockable fill connector, exterior rain proof vent, flexibly connected suction and return lines and a drain line routed through the steel base plate. ON The tanks, as installed shall meet all local and regional requirements for above ground tanks. Tank shall be especially constructed for mounting in these locations by the engine generator manufacturer. Provide tanks with the following: 4. 1. Fuel level gauge 2. Drain ow 3. Fill pipe and vent. Manufacture shall refer to the structural drawings to insure that the walking platform around the stationary engine generator does not interfere with fill pipe and vent. AW 4. Leak detection provisions, wired to the generator set control for locale and remote alarm indication. to 5. High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. 6. Integral lifting provisions (stationary engine generator only). 7. Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall OW have flexible sections between tank and engine to absorb vibration. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. a Stationary Engine Generator Manufacture shall refer to the structural drawings to insure that the walking platform VW around the stationary engine generator does not interfere with fueling or operation and maintenance of the engine generator in any way. Fill fuel storage tanks at completion of project. 4W ,w 16-41 ',data\RE\\105-07! Scea,,Tecnmcais.doc P/8/2006 1:32:40 P-M WAW ?'2006 TU12 Engi,==,g.Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 Q. Torsional Vibration Design, construct, and install complete engine generator sets to be free from objectionable rrr vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the sets provided, and proof of torsional acceptability shall be provided by the manufacturer. R. Control Panel and Alarm System The Engine control panel for each generator shall be integrally mounted to the engine W generator assembly at the opposite end of the radiator. Panel shall be located curbside on the portable generator set. Panels shall be enclosed in a NEMA 4 enclosure. The controls shall have automatic remote start capability from a panel-mounted three- .r position (Stop, Run and Remote) switch. The generator set shall be provided with alarm and status indicating lamps to indicate non- automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: rrri Alarms 1. Low oil pressure warning 2. Oil pressure sender failure 3. Low coolant temperature 4. High coolant temperature warning 5. Low coolant level 6. Engine temperature sender failure 7. Low DC voltage 8. High DC voltage 9. Weak battery 10. Low fuel warning 11. Overload 12. Battery Charger Malfunction 13. Overcurrent rrr 14. Under Frequency Shutdown Alarms 1. Low oil pressure IW 2. Low-Low Fuel 3. High coolant temperature 4. Fail to crank 16-42' S/8/2006 1:52:40 PV1 f:AQaCa\REIN\105-079\Specs\Teciimcahs.QOC Z 2006 RI-i2 Engineering,inc. Im City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical .rr 5. Overcrank 6. Overspeed 7. High AC voltage aw 8. Low AC voltage 9. Under frequency ++ 10. Over current 11. Short circuit arr 12. Emergency stop Engine control panel shall include the following: 1. Oil pressure gauge (psi) 2. Emergency Stop Pushbutton ,w 3. Coolant temperature gauge (°F) 4. Operating hour meter (hrs) 5. Hand-off Auto Selector switch (H-O-A) 6. AC Frequency meter (hertz) 7. AC Volt meter (0-600v) 8. AC Current Meter (Amps) +rrr 9. Load Meter W Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason tw for engine shutdown. Label lights as shown above. S. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel via the signal cabinet on activation of any of the following conditions: 1. Low Fuel ,r 2. Generator run 3. Generator failure (shutdown) �r 4. Generator trouble 5. Fuel leak 6. Ventilation Call Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. 16_.1 J l:\6ara\l.LN\105-079\Specs\Tecnnicais.doc 8/S/2"0 6 'I:--1401'til ri t 2006 R-1-122,Engineering,inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 to T. Contacts to Ventilation Panel Provide auxiliary dry contacts from the stationary and portable engine generators for NO activating a remote ventilation call signal to be sent to the ventilation panel upon generator startup. See Mt. Olivet ventilation & automatic door control logic diagram on DWG No. E06. Contact closure will be used in the ventilation and automatic door control logic ON circuitry to open the building overhead doors. U. Finishes 00 Prime and paint diesel engine generator sets and accessories in conformity with manufacturer's standard practice. Color of diesel engine set enclosures shall be of manufacturer's standard color, unless noted otherwise on Plans. Manufacturer shall ship with the units a quart of touch-up paint for each of the finishes. V. Switch Gear Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, molded case thermal-magnetic type, rated as shown on construction drawings. Mount breakers in engine control panels. Field circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel-type ammeter with phase selector switch, a panel-type voltmeter with selector switch, and frequency meter mounted on engine ► control panels. W. Battery Chargers Stationary Generator Battery Charger Provide a battery charger for mounting on the building wall. The battery charger shall be current-limited, automatic-equalizing and float-charging type. The unit shall comply with UL508 and include the following features: Portable Generator Battery Charger Provide generator battery charger mounted to the portable generator with a (25) foot SO cord with a 20 amp, 2-pole, 3-wire, 125 volt rated male plug connection for supplying power to the proposed battery charger through a plug in connection. See Section AA, Power And Telemetry Entrance Enclosure specification for more information. Operation: Equalizing-charging rate of 5A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float-charging mode and continues operating in that mode until battery is discharged again. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. Automatic Voltage Regulation: Maintains output voltage constant regardless of input 16-44 1/8/2006 1: 2:40 PM ?:\data\P.EN\105-079\Snecs\Technicals.doc 2006 it 2 En`eineerinz.inc. ow City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical go- voltage variations up to plus or minus 10 percent. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC input or do output of battery charger. Either of these conditions closes contacts that provide a battery charger •' malfunction indication at the monitoring panel. X. 120 Volt Convenience Outlet Provide portable generator with a duplex, 20 amp rated convenience outlet for use by the City when the generator is in operation. Provide circuit breaker, transformer, conduit and wiring to provide the convenience outlet. *r Y. 240 Volt Double Pole Breaker Provide the stationary generator with a 40 amp, 600 volt rated double pole breaker for emergency power to the Mt. Olivet automatic transfer switch to provide power to the building lighting panel during a power outage. aw Z. EG Mounted Generator Receptacle Cabinet The proposed stationary 600 kW and portable 500 kW engine generators shall each be aw provided with a NEMA 4 stainless steel enclosure with parallel Crouse-Hinds 400 Amp Posi-Lok receptacles. Receptacles shall be female. AA. Power and Telemetry Entrance Enclosure .rn Provide portable generator with one cable entrance box for termination of generator auxiliary power and telemetry wiring to plugs and receptacles as indicated this section. The cable entrance box shall include the following: • A 125-volt, 20-amp, 2-pole, 3-wire grounded plug with 25 feet of SO cord for connection to a battery charger. Cord shall be capable of being coiled up and stored in the power and telemetry entrance enclosure. • A 480-volt, 20-amp, 2-pole, 3-wire grounded plug with 25 feet of SO cord for .. connection to power the engine block heater. Cord shall be capable of being coiled up and stored in the power and telemetry entrance enclosure. • A 10-pin, 10-wire grounded panel mounted receptacle wired to the alarm outputs from the generator control panel. The receptacle shall be a Vantage Technologies Part No.V-70253-F-L36. Socket Assignment Socket 1 —Common wr Socket 2—Low Fuel Socket 3 — Ground .r 16-45 l:A data\RE\\105-079\Specs\Techmcals.doc 8/g/200(,152:40 P_vi 2006 RH2 Elgineering,In Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 Socket 4—Generator Failure Socket 5 - Generator Trouble Socket 6— Generator Run Socket 7—Fuel Leak No Socket 8—Start Signal (from ATS) Socket 9 —Ventilation Call Socket 10 —Spare Contractor shall provide a 100 foot cable assembly with plugs. The cable assembly shall be a Vantage Technologies Part. No. V-70253-CA-1200. Cable assembly will be utilized to plug into a receptacle mounted in the signal cabinet. See Signal Cabinet in these specifications for more information. , Mount the entrance enclosure on the curbside of the engine generator. The enclosure shall be a NEMA 12. The entrance enclosure shall be located within the shell of the outside weather enclosure. The entrance enclosure shall be designed and installed to allow all the cords to be connected with the enclosure doors closed and locked. Contractor shall field verify to ensure that the ground and the neutral on the existing generator are not bonded. If bonded, Contractor shall remove bonding. BB. Special Tools r A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. Include a hydrometer and two-pronged battery voltmeter. CC. Warning Signs 4 Provide generators with warning signs as follows: • Size of Sign: As required to fit all lettering as specified with a 1" continuous blank am border around the perimeter of the sign. • Color of Sign: Red rr • Sign Material: Fiberglass • Color of Lettering: White • Lettering Size and Style: 2" high block for warning text, 1" high block for other text Text for Sign No. 1 tri WAININ G OSHA APPROVED EAR PROTECTION IS REQUIRED WITHIN 30 FEET OF THIS UNIT WHILE RUNNING 16-46 8/8,12006 1:52:40 PNI dacavl�B\\105-079\Soecs\Techmcois.doc 2006 ru 2 Eneineenng.inc .r City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical aw Text for Sign No. 2 WARNING HIGH VOLTAGE—KEEP OUT AUTHORIZED PERSONNEL ONLY One sign of each type shall be mounted to the front and back of the generator enclosure in a location that is readable while the enclosure doors are in the closed position. Additionally, provide four (4) D.O.T. approved placards for each generator to be placed on all four sides of the enclosure. Signs shall be #128-red background, diamond shaped sign with flammable symbol at the top, and including wording "FUEL OIL", number 3 at the bottom.All symbols and letters in white aw Each sign shall be attached to the generator set enclosure with adhesive approved for application. Provide a minimum of one 1/4" stainless steel bolt in each corner of the sign. Provide each screw with a lock washer and bolt for secure attachment to enclosure. ow DD. Spare farts The following spare parts shall be furnished for each generator: 3 Sets of fuel filter elements and gaskets 3 Lubricating oil filter elements and gaskets wry 3 Air cleaner filter elements 2 Complete sets of V-belts including fan and alternator drive belts EE. Equipment Operating Manuals Provide five (5) copies of manufacturers operating and maintenance instructions for each .rr piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and'information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. .� FF. Installation Install engines in conformity with the plans and manufacturer's instructions and under manufacturers direct supervision. Install ancillary circuits for battery chargers, engine heaters, etc. in conformance with the plans. rr Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its ' performance does meet the specifications. GG. Factory Test Engine generator units shall be tested at manufacturer's plant at full load before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated 16-47 data\REI\\108-079\8r)ecs`,Technicais.doc 8/8/2006 1:82:40 PM 2006 Ri i2 HnLintunng,Inc. Fall 2006 City of Renton 10 Division 16 —Electrical Emergency Power Generation 2006 NO load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to ' Owner prior to shipment. Owner and/or their representative shall.be given opportunity to witness the tests by the manufacturer. rr HH. Field Test Upon delivery of the engine generator sets the Supplier shall carry out running tests with coordination from Owner personnel using real motor loads. The Owner will be responsible for connecting all power cables to the generator unit and switchgear as necessary to carry out the testing. The Owner will disconnect the power cables at the completion of testing. rrr Operate engines for a period of not less than 2 hours, in which 5 starts of the engine generator sets shall be made and power supplied to motor(s) and pump(s). Engine generators shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when sudden application of rated load is applied. Test shall demonstrate the ability of the engine generators to carry the specified loads. Upon completion of the , tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. Owners representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. so II. Guarantee The electrical standby systems, including the engine generator sets and transfer switches, ,o shall be guaranteed for 2 years or 1,500 hours operation from date of start-up service and acceptance,whichever occurs first. JJ. Submittals 66 The following information shall be furnished: 1. Evaluation of engine generator sizes based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. 2. Drawing of diesel generator sets offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator sets. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: 1. Engine make 2. Number of cylinders 3. Bore (in in 16-48 8/8/220061:52:40Pb; L'.aa[a 1 1`.105-079\,Snecs cchmcais.aoc ,,,12 2006 tiri�nnpvieznng,inc. ow City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical 4. Stroke (in inches) 5. Generator make and type 6. Generator electrical rating,kVA 7. Cubic inch displacement Fuel oil consumption 8. Exciter and type • 9. Horsepower at rated load 10. Enclosure size, exterior dimensions 16.34 Stationary Generator Remote Fuel Fill Station The Contractor shall provide a remote fuel fill station for the purpose of fill the stationary generator fuel tank from outside the Mt. Olivet Generator Building per International Fire Code (IFC) requirements. Fill station shall be provided with a lockable weatherproof, dual door enclosure. Station shall provide warning light and alarm horn indication at 90 and 95% of fuel tank capacity in order to warn the operator fueling the generator fuel tank. At 95% capacity, a solenoid valve shall close allowing no more fuel to enter the tank. Remote fill tank shall be equipped with a silence switch and 7 1/2 gallon containment sump to prevent accidental fuel spillage. Fuel fill station shall be a Pryco, Inc. remote fill station or equal. Nis 16.35 Existing City of Renton 500 kW Portable Generator The City of Renton currently owns an existing 500 kW portable generator. This generator will be used to operate both the North Talbot and the Mt. Olivet Booster Pump Stations we will these facilities are being temporarily rewired to accept incoming power from the generator buildings. The existing City owned generator currently is equipped with a curbside emergency power connection panel with double lugs for each phase. Contractor No curbside remove this emergency power connection panel and shall replace it with a NEMA 4 stainless steel enclosure with parallel Crouse-Hinds 400 Amp Posi-Lok receptacles. Receptacles shall be female. Panel with Crouse-Hinds Posi-Lok receptacles shall be we constructed by Skyline Electric Manufacturing Company of Seattle Washington model no. 59344. Contractor shall return the existing control panel to the City shop. as The existing 500 kW portable generator is also equipped with a power and telemetry entrance enclosure. This enclosure currently has three (3) 24 inch long power cords with 125 volt, 20-amp, 3-wire grounded male connection plugs. Contractor shall remove each of male connection plug and replace existing power cords with 25 foot length, 600 volt rated, 20-amp, 3-wire SO type cord and shall install the existing male connection plugs to each end of the three (3) new power cords. These cords will be used to provide power to the me generator block heater, battery charger and onboard generator lighting. Additionally, this enclosure contains a Vantage Technologies receptacle mounted in the power and telemetry entrance enclosure with the following socket assignments. 16-49 :',data\REN\105-079`,Specs\Tecnnicais.doc S/8/20061:32:40 �� Z 2006 R!12 Engmeenng,Inc. Fall 2006 City of Renton 16 Division 16—Electrical Emergency Power Generation 2006 wii • Socket 1 —Common • Socket 2—Low Fuel • Socket 3 —Ground i • Socket 4—Generator Failure • Socket 5 - Generator Trouble • Socket 6—Generator Run • Socket 7 —Spare • Socket 8 —Spare • Socket 9 —Spare • Socket 10 —Spare Contractor shall wire socket 7 to the existing tank rupture leak detector. Contractor shall go wire socket 8 to the start signal from the automatic transfer switch. Contractor shall sire socket 9 to a generator control panel auxiliary dry contact to provide a ventilation call to the proposed ventilation panel. so Contractor shall provide a 100 foot cable assembly with plugs. The cable assembly shall be a Vantage Technologies Part. No. V-70253-CA-1200. Cable assembly will be utilized to plug into a receptacle mounted in the signal cabinet. See Signal Cabinet in these specifications for more information. Contractor shall coordinate this work with the City of Renton Maintenance shop and shall give the City 1 week notice prior to making changes. Contractor will be given 5 working days to complete work on the existing generator. 16.36 Automatic Transfer Switch A. General The automatic transfer switches for both the Mt. Olivet and North Talbot generator 16 buildings shall be supplied by the Manufacturer of the Engine generator systems provided this contract and shall be NEMA 12 rated. The transfer switch shall be equipped with three poles for normal and emergency service 16 of 480 volts, 60 hertz, 3-phase. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all 16 classes of load and continuous inductive duty. The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of 42,000 Amps. The switch shall be capable of enduring 6000 cycles of complete opening and closing at rated current and voltage at a rate of 6 cycles per minute without failure. 16-50 5/8;-)06 1:32:40 PA:l j AeaLjAREN\105-079\Specs\Tecnrucais.doc 2006 RIi2r.:igin-cc-mg,inc. ao City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical The switch shall be double throw inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously. The operating current shall be obtained from the source to which the load is to be transferred. The transfer mechanism shall be of the double break design with solid silver cadmium surface contacts and individual heat resistant arc chambers. Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting current. All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts. The transfer switch shall include the following accessories: 1. Undervoltage Sensor: Adjustable solid state low voltage sensing relays (pick up 85 to 98 percent of normal voltage set at 98%; drop out 75 to 100 percent set of 90% of pickup setting). Provide for each phase. .r. 2. Time Delay Start and Stop on Drop Out: Solid state adjustable time delay on start (0 to 15 seconds). Set start delay for 15 seconds. Timer will send a ventilation call signal to the ventilation control panel where timer will allow 15 second delay for overhead �r doors to open prior to starting engine generator set. 3. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow r generator cool down after normal power is restored and retransfer occurs. Set at 5 minutes. 4. Time Delay Transfer and Retransfer: Solid state time delay relay adjustable 2 to 120 r seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at 5 minutes for retransfer to normal. Set at 3 seconds for transfer to emergency. 5. With or Without Load Selector Switch: Switch to select exercise with or without r station load. 6. Normal-Test Switch: Switch such that in the "Normal' mode the transfer switch will operate automatically and in the "Test" mode the generator will start for test purposes. This switch shall work in conjunction with the "With" or "Without" load switch. 7. Exercise Clock: Provide solid state exerciser clock to set the day, time, and duration of generator set exercise/test period. Provide with/without load selector switch for the exercise period. Generators shall be setup to exercise once a week. Contractor shall coordinate with City personnel to setup an exercise schedule. 8. Programmed Transition: The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 0.5 to 60 seconds when transferring from one line power source to the other to allow residual voltages to decay before application of the source. Set at 60 seconds. 9. Position lights for normal and emergency potions indication and for normal and emergency power available. 10. Switch position indication limit switches for normal and generator positions. M 16-51 isAdata\REN',105-079\Saecs\Teci=ca s.doc S/8,'2006-,:32:4il',II,, am C 2006 RE-7 Engineenng,Inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 11. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS common trouble alarm, 3) Normal Position. 12. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5 inch, analog, 2% accuracy. Provide a phase selector switch to read L-L voltage and current of both power sources. r 13. Provide manual override switch to bypass the control system and transfer load from source to source when control is disabled. B. Existing Mt. Olivet Automatic Transfer Switch Set the time delay transfer and retransfer at 5 minutes for retransfer to normal and at 25 seconds for transfer to emergency in order to prevent the portable and stationary generators from coming on at the same time. The stationary generator shall not be allowed to start before the Mt. Olivet portable generator. wrr 16.37 General Installation A. Materials Fasteners • Fasteners for securing equipment to walls, floors and the like shall be either hot- dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. Painting Equipment: Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. Enclosures + • Unless otherwise noted, provide enclosures as follows: 1) Class 1,Division 1 &2 Locations: NEMA Type 7 2) Indoors unclassified Locations: NEMA Type 12 3) Corrosive Locations: NEMA Type 4X 4) Outdoors and/or Wet Locations: NEMA Type 4 5) Electrical rooms: NEMA Type 1 B. Installation Requirements • Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. r» Installing Equipment • Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. arrry 16-52 8/8/2006 1:32:40nM !: da[a,i EN\105-1]79\Specs\Tec'hmads.doc 2CC 1 -I2 Engineering,Inc. City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical • Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. • Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. • Cutting, Drilling and Welding: Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. • Metal Panels: Mount all metal panels,which are mounted on, or abutting concrete walls in damp locations or any outside walls '/a-inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. • Maintenance: Install all equipment and junction boxes to permit easy access for normal maintenance. AW • Interconnections: Provide all interconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully operational upon completion of the project. to Seismic Requirements • Contractor shall furnish seismic restraint for all equipment. Seismic restraint shall 1W be designed to meet 1997 UBC Section 1632 code forces. The following design value shall be used in calculating seismic forces: Ip = 1.5 Ow A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for securely attaching equipment to equipment pads, floors, and/or walls. Contractor shall install restraints in ow accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. w. Contractor shall submit calculations showing that the seismic restraint assembly meets the design criteria given above. All materials and fabrication shall be as required in Division 5 of these specifications. All embedded anchors shall be ,wr Concrete Anchors as specified. Protection Device Coordination • Provide the services of a recognized independent testing laboratory or coordination analysis consultant for the proper system coordination of the protective devices furnished on this project. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. The test shall be carried out on the proposed generators as well as the existing City owned 500 kVA portable generator. low 16-53 :A asca y REN\105-079\5nees\Technicals.aoc 8/8/2006':_�2:40 PM aw 2000 RH2 Lneinccnng.Inc. Fall 2006 City of Renton NO Division 16—Electrical Emergency Power Generation 2006 >rti • The protective device on the line side closest to the fault or abnormal conditions shall isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. • Submit the analysis that shall include impedance and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The go submittal shall be made so as to allow time for review and re-submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. wi Equipment Protection and Cleanup • Equipment Protection: Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. • Cleaning Equipment: Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. • Painting: Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. • Cleanup: Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. 16.38 Electrical Site Work Provide all excavation, trenching, backfill and surface restoration required for the electrical go work. Trenching shall be to depths as required by Code, particular installation, or as shown on at the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum, except gas lines shall be 1 foot 0 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3-inch pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 16-54 8/8/2006 152:40,PDi caca R�'_�.10�-079`.�necs`,Tecnn ca s.doc 200 I L Lngmeer ng,Inc am City of Renton Fall 2006 Emergency Power Generation 2006 Division 16—Electrical 4W- 16.39 Testing A. Requirements Factory Tests 0 Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. Field Tests • Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. • Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing. laboratory specified herein. • Electric Motors: Perform voltage, current and resistance tests on all motors 1/2 horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500 volt megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not exist. lot • Conduct special test as required for service and/or system ground. Final Tests ow 0 General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and 4W controls. • Operational Tests: Operational test all circuits to demonstrate that the circuits and No equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the ,w„ data acquisition and alarm systems. B. Coordination and Results nw„ Coordination • The Contractor shall inform the Engineer in advance or testing in accordance with the requirements listed in Division 1 of these specifications. go • Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary 16-55 I: ,daca`�P'3�,:A105-079',STDecs Tecnncas.QOC 8/S/20061:52:40P_%f ��� "2006 �_iz2 Entnneervz�,inc. Fall 2006 City of Renton Division 16—Electrical Emergency Power Generation 2006 properly completed; and all systems, equipment and controls are functioning as intended. Results • Test reports shall be submitted to the Engineer prior to final acceptance in accordance with Division 1 of these specifications. rrr .r w ,rr ate 16-56 8!8%2006 1:52:40 P.Ni \daia\REN\105-079\specs\Tecnmcais.doc 2006 ui2 Eneinee-mg,inc. no City of Renton Fall 2006 Emergency Power Generation 2006 Division 16 —Electrical ter- to' Ground Electrode Resistance Test Report up PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: �r Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: ow 16-57 :Adaca\REN\105-079\Specs\Techmcais.doc 8/8/2006 1:52:40 P\, to Z 2006 R-H2 Engmeeiing,Inc. AW Division 17 aw Automatic Control a 17.1 General All automatic control for this project will be provided by the Owner's Water telemetry ta integrator Reid Instruments of Mukilteo,Washington. The contractor shall be responsible for coordinating with Tom Reid of Reid Instruments on all signalization terminating in the existing Remote Telemetry Units (BTU's) at the Mt. Olivet and North Talbot booster ow pump stations. Mr. Reid can be contacted at (425) 349-3882. See Appendix C for telemetry panel connection wiring. to +ww w «n No as law wr \data\REN\105-079\Specs\Tecnnicals.doc 8!8/2006 1:52:40 P-M 2006 Pi-I2 Engineering,inc. N.- Division 18 Measurement and Payment am 18.1 Payment r Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and ow incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance to with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). Separate payment will not be made for any item that is not specifically set forth in the Bid am Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. The Owner shall not pay for material quantities that exceed the actual measured amount +m used and approved by the Engineer. 18.2 Bid Item No. Al and B1 - Mobilization, Demobilization, go Site Preparation and Clean-up Lump sum price shown shall cover the complete cost of furnishing, installing and testing, No complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction aw operations; maintain site and surrounding areas during construction; provide system testing and move all personnel and equipment off site after contract completion; clean up site prior to final acceptance; and accomplish all other items of work not specifically listed wo in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. 40 18.3 Bid Item No. A2 and B2 Site Work Lump sum price shown shall cover the complete cost of providing all site work relating to 00 construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: structure excavation, backfill, and compaction; site grading and paving; temporary construction fencing; permanent fencing, temporary erosion and Aw sedimentation control; disposal of excess material; control of water; landscaping; trenching; excavation;removal of unsuitable materials; select bedding; backfill; dewatering, restoration for stormwater and building drains, as well as restoration of damage to all underground utilities, existing facilities and landscaping, and all other work necessary for a complete installation of all sitework. Payment shall be lump sum. 18.4 Bid Item No. A3 - Mt. Olivet to Wells 1, 2 & 3 Site Work Lump sum price shown shall cover the complete cost of providing all underground electrical and telemetry conduits, pipe bursting, pipe bursting pit excavation, shoring, aw 18-1 :',data\REN\105-0?0\Specs\I echn ea s.doc 8/8/2006 1:52:40 PM No -2006 I=Eneineenng,inc. Fall 2006 City of Renton Division 18 —Measurement and Payment Emergency Power Generation 2006 backfill and compaction, vault installation, and labor to complete the conduit improvements between the Mt. Olivet and Wells 1, 2 and 3 facilities as shown on the Plans and specified herein. Work includes, but is not limited to: excavation, backfill, and + ► compaction, highway crossing, traffic control, control of water, select bedding; removing existing sidewalk, sidewalk replacement, landscaping restoration, replacement of conduit and vault installation and repair in order to provide a complete installation. Payment shall be lump sum. 18.5 Bid Item No. B3 — N. Talbot Generator Building to N. Talbot Booster Pump Station Site Work Lump sum price shown shall cover the complete cost of providing all underground electrical and telemetry conduits, vault and labor to complete the proposed conduit between the proposed North Talbot Generator building and the existing North Talbot Booster Pump Station as shown on the Plans and specified herein. Work includes, but is am not limited to: excavation, backfill, and compaction, control of water, select bedding; conduit, vault installation, traffic control and road restoration in order to provide a complete installation. Payment shall be lump sum. 18.6 Bid Item No. A4 and B4 - Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the Mt. Olivet and North Talbot generator building structures complete as shown on the Plans and detailed in the contract specifications including: cast-in-place concrete, pre-cast concrete, masonry, grating and supports, miscellaneous metal work, doors and windows, ceilings, insulation, carpentry, roof,waterproofing,patching and repairing. Payment shall be lump sum. 18.7 Bid Item No. A5 and B5 - Finishes Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum. 18.8 Bid Item No. A6 and B6 - Equipment 40 Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the equipment shown on the Plans and detailed in the contract specifications, including all equipment not listed in the other bid items. Price shall include cost of materials and installation of ventilation equipment, fire extinguishers and hearing protection equipment . Payment shall be lump sum. 18.9 Bid Item No. A7 and B7 - Electrical The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications. Price shall include the switchboards, automatic transfer switches, pad-mount transformer, conduit, conductor installation and testing, breaker coordination study, handholes, lighting, system testing, installation of telemetry devices, connection of wiring to existing telemetry panels, coordination with City System Integrator, coordination 18-2 8/8/2006 1:52:40 P!I i:A data\REN\105-X79\Specs\Tec.gmcais.ao c Z 2006 iv i2 En¢ineeang,inc. aw City of Renton Fall 2006 Emergency Power Generation 2006 Division 18—Measurement and Payment Q.-: with Puget Sound Energy and all other electrical and telemetry work. Payment shall be go lump sum. 18.10 Bid Item No. A8 Mt. Olivet 600 kW Engine Generator to The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications. Price shall include the 600 kW stationary engine generator set 4W including but not limited to the sound attenuated enclosure, sub-base fuel tank, testing, and installation. The Contractor may provide alternatives for the stationary engine generator. The bid price for this item shall be based upon a Cummins Onan engine generator which meets the requirements of the specifications with ADD or DEDUCT prices for the alternatives. Payment shall be lump sum 18.11 Bid Item No. A9 Mt. Olivet 500 kW Engine Generator MW The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the err contract specifications. Price shall include the 500 kW portable engine generator set including but not limited to the sound attenuated enclosure, integral fuel tank, trailer, testing, and installation. The Contractor may provide alternatives for the stationary engine «� generator. The bid price for this item shall be based upon a Cummins Onan engine generator which meets the requirements of the specifications with ADD or DEDUCT prices for the alternatives. Payment shall be lump sum. 18.12 Bid Item No. B8 Existing 500 kW Engine Generator Modifications «.� The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the modifications to the City of Renton's existing 500kW portable engine generator as detailed in the contract specifications. Price shall include the �. Crouse-Hinds Posi-Lok connection receptacles, receptacle enclosure, mounting, installation and coordination with the City. Payment shall be lump sum. aw 18.13 Bid Item No. A10 — Irrigation System Repair Lump sum price shown shall cover the complete cost of or repair and or replacement of o existing irrigation lines, sprinkler heads, control wiring, conduits, controls and appurtenances at the Cedar River Park caused by damage due to construction. Work includes but is not limited to, trenching; disposal of excess material, equipment, conduit No and wiring, control of water, backfill, compaction, grading and landscaping restoration. See Division 2.28 (C) for list of irrigation repairs items. Payment shall be lump sum. 18.14 Bid Item No. All and B9 - Trench Safety and Shoring No Lump sum price shown shall cover the complete cost of trench safety and shoring including: all labor,materials, and equipment for the installation, maintenance and removal *90 of the shoring work as necessary for construction and to meet safety standards and design of the shoring system as required by applicable codes and standards. Payment shall be lump sum. 18-3 J:\dara\REN'\105-079\Specs\'Fechnicals.coc 8/P!2006 152:40 PDi Z 2006 RII2 Engmeern2,inc. Fall 2006 City of Renton Division 18—Measurement and Payment Emergency Power Generation 2006 18.15 Bid Item No. Al2 and B10 — Contractor Surveying Lump sum price shown shall cover the complete cost of providing all site surveying and staking necessary for accurately constructing the facilities as shown on the Plans. The work includes surveying all structures and utilities to determine their as-constructed locations and elevations, records of all mechanical and electrical equipment for maintenance purposes, and operation and maintenance manuals. The price for this work will be $5,000. Payment for this work will not be made prior to the final payment. Payment shall be lump sum. 18.16 Bid Item No. B11 — Curb, Gutter & Sidewalk Improvements Lump sum price shown shall cover the complete cost for providing all materials, equipment and labor for the proposed curb, gutter, sidewalk and other right of way improvements at the North Talbot Reservoir Site. Work includes but is not limited to traffic control, asphalt concrete construction, adjustment of existing catch basins, saw cutting of existing asphalt concrete and concrete, coordination with the City and other utilities. Payment shall be lump sum. 18.17 Bid Item No. A13 — Mt. Olivet to Wells 1, 2 & 3 Utility Vault rehabilitation The per unit cost shown will cover the complete cost of providing all labor, materials, and equipment necessary to remove and dispose of existing cover and frame assembly on existing Utility Vault, Model 25-TA vault. Replace with new Utility Vault cover with adjustable frame No. 25P Assembly, with penta-head locking bolts and spring nuts. Provide one penta-head socket with each cover and frame assembly. Measurement and payment for this bid item shall be based on each new vault lid installed. 18.18 Bid Item No. A14 and B12 - As-builts Lump sum price shown shall cover the complete cost of providing all mark-up drawings necessary for the Owner to create accurate as-built records as detailed in the specifications. The work includes the documented as-constructed locations and elevations of all structures and utilities, records of all mechanical and electrical equipment for maintenance purposes, and operation and maintenance manuals. The price for this work will be $5,000. Failure to comply with the as-built requirements and furnish acceptable as- built records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be lump sum. 1:APile ""SIR-DrinhnL'ACitcrL;tlilp' ,A`Y ,-2r- Wale rolrIt uc .�:T""'- Lmcruenc% Powtr ''1006 U!2�.i,dnc_.ink .nc y o � - A ni Resto-rat-iolln, d Street R aw C;7 0:17 R E K 7 0 K1, T RENCH RES70RA71ON AND STREET OVERLAY REQUIREMEN1TS No Amended April 4, 2005 by Ordinance 5131 d. SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the am public right-of-way will adhere to the procedures set forth in this policy. o. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated N. representative. to SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan dw requirements and as approved by the Traffic Operations Engineer. SECTION. 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. err 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee, their contractor or engineer and r demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-pavement) overlay is required ow due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. A" 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. No SECTION 6 CITY OF RENTON STANDARDS dw 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications (current adopted version) except where otherwise noted in these Standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT)and shall comply with the most current Aw edition, as modified by the City of Renton Supplemental Specifications. 1 Aw QM An asphalt paver shall be used in accordance with Section 5.04.3(3) of Standard Specifications. A"Layton Sox" or equal may be used in place of the power-propelled paver. Rollers shall be used in accordance with " Section 5-04.3(4)of the Standard Specifications. "Plate Compactors" and "Jumping Jacks" SHALL NOT be used in lieu of rollers. •► 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot (1') outside the trench width. The top two inches (7) of asphalt shall be ground down to a minimum distance of one foot(1') beyond the actual outside edges of the trench and shall be replaced with two inches (7) of Class B asphalt, per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within AW the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. a 1. Trenches (Road Crossings): a. The minimum width of a transverse patch (road crossing)shall be six and one-half feet(65). See City of m Renton Standard Plan Drawing#HR—23 (SP Page: H032A). b. Any affected lane will be ground down two inches(2") and paved for the entire width of the lane. de c. Patch shall be a minimum of one foot(1') beyond the excavation and patch length shall be a minimum of an entire traveled lane. AW d. If the outside of the trenching is within three feet(3')of any adjacent lane line, the entire adjacent traveled lane affected will be repaved AW e. An area including the trench and one foot(1')on each side of the trench but not less than six and one half feet (6.5') total for the entire width of the affected traveled lanes will be ground down to a depth of two inches(2").A two-inch (2")overlay of Class B asphalt will be applied per City standards. Am 2. Trenches Running Parallel With the Street: a. The minimum width of a longitudinal patch shall be four and one-half feet (4.5'). See City of Renton Standard Plan Drawing #HR-05 (SP Page H032). ww b. If the trenching is within a single traveled lane, an entire lane-width overlay will be required. ,W c. If the outside of the trenching is within three feet(3') of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d. If the trenching is greater than,or equal to 30%of lane per block(660-foot maximum block length),or if the "" total patches exceed 12 per block,then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. k 2 Y� aw e. The entire traveled lane width for the length of the trench and. an addition a! ten feet 1,10' a each end of the trench will be ground down to a depth of two inches (2"). A two-inch (2") overlay of Class B will be applied so per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two dw inches (2") and paved not less than six and one half feet (6.5') wide for the entire width of the lane. Potholes greater than five feet(5) in length, width or diameter shall be restored to trench restoration standards. In all cases, potholes shall be repaired per Renton Standard Plan # HR05 (SP Page H032). Restoration requirements a' utilizing vactor equipment will be determined by the engineer. im SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified „ two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. to SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton 0` Standard Plans#HR-05, HR-23, and HR-22(SP Pages#H032, H032A, and H033). 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a I'" minimum of two feet(2')outside the excavated trench width. 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section •+ 4-04 of the Standard Specifications. Any trenching over four feet(4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot(4') depth. If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material, except that the 4„ top six inches (6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2-03 of the Standard Specifications. In the top six feet (6')of any trench, backfill compaction shall be performed in eight to 12-inch (8-12") lifts. Any trench deeper than six feet(6) may be compacted in 24-inch lifts, up to the top six-foot(6)zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot (4') vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt 4W Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up, the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch, with the second half of the reimbursement to 4W represent City overhead and hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages #H032, H032A, and H033) or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9- 02.1(4) of the Standard Specifications. 3 brr up 6. Tacit coal shall be applied to the existing pavement ai edge of save cuts and shall be emuisifiee asphalt grade CSS- 1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5- 04 of the Standard Specifications. No 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced Im laterally a minimum of twelve inches(12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4")for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans#HR-05, HR-23,and HR-22 (SP Pages#H032, H032A, and H033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City,that the restoration meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 4W 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen (15) working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15)working day time frame and not allow any time extension. Should this occur, the Contractor shall perform the necessary work, as directed by the Engineer. ter' 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three(3)working days prior to commencement of work. 4W SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED ,e The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. 00 HATrench RestorationURS 2005.doc VAW 4 wr I i II it ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL y� 2" MIN. AND IN STRAIGHT LINES AS F CEMENT DIRECTED BY THE ENGINEER REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT 7 3/4'DIA. X 12" LONG DOWEL EPDXY COATED DOWEL BARS BAR @ 111" ON CENTER 6" MIN. ON ALL FOUR SIDES 6" EXISTING RIGID BASE' MIN, 12" MIN. 12" f�- COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING AS DIRECTED BY THE ENGINEER TOP COURSE- YY CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements Local Access without Bus Route No No Local Access with Bus Yes Yes Route Intersection (All Plus one panel beyond Streets Yes Yes the curb return 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD and any panel needs to be any panel needs to be all bus route patched patched ari *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF THE ENGINEER. �r TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING AND RESTORATION DETAIL tiCY o ADOPTED V 3 CITY OF RENTON STANDARD PLANS } ��N COti LST DATE: 12/96 DATE REVISION BY APPR'DI DWG. NAME: HR-22 SF PAGE: H033 i wr { I iYl 'lYl LANE LINE MARKING 7'_8. STANDARD VEHICLE WHEEL PATH yrr 3'' 4.5' 3'.. irr MIN. MIN. MIN. .■ 1' I' ACP CLASS* MIN. MIN. 6" CRUSHED SURFACING 2" CLASS 'B' TOP COURJE rw 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL WITH EDGE OF CURB & GUTTER, AR4000W OR CENTER OF LANE LINE rr 2.5' MIN. `o CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER r so *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL ACCESS STREETS - 6" ACP CLASS 'E' or 'B'. a RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' or 'B'. +m NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY DETERMINING PAVEMENT THICKNESS. FOR FLEXIBLE PAVEMENT go GtiT Y o� ADOPTED CITY OF RENTON 0 i � STANDARD PLANS 02/2005 MOMED NOTES IDCVI DC 07/2004 MODIRED NOTES IDCVI Gz I DWG. NAME: H032 SP PAGE: H032 DATE REVISION I 8Y PPR D arr _.5' � I err MIN IMIN ldIN �� MIIV m I N Aw r a' 2" CLASS `B' FACE OF CURB OR EDGE OF PAVEMENT �—CENTER LINE OR r. *2" TO 6" CLASS 'E' LANE LINE OR CLASS `B' �aw 6.5' MIN. " 2" DEPTH OF GRIND OR SAWCUT AND REMOVE 6.5' MIN. mr .w MIN MIN MIN MIN MIN 2" CLASS 'B' \ ACP CLASS* ! 6" CRUSHED SURFACING TOP COURSE CRUSHED ROCK, PLOWABLE FILL 7 OR AS REQUIRED BY ENGINEER 7 TYPICAL TRANSVERSE PATCH * FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT SP PAGE H032 1T Y p ADOPTED ¢6E CITY OF RENTON STANDARD PLANS Y11r11 A��TOE LST DATE:02/2005 I 02/20D5 MODIFIED NOTES DCV DC 07/2004 MODIFIED NOTES DCV GZ DATE REVISION BY APPR'D' DVJG. NAME: HR-2 SP PAGE: H032A err Appendix B Engineering Geology Report a r 4 ENGINEERING GEOLOGY REPORT— CITY OF RENTON NORTH TALBOT AND MT. OLIVET a EMERGENCY GENERATOR FACILITIES Prepared by RH2 Engineering for City of Renton , e A` P " November 2005 This report is based on site investigations during 2005. u' This report provides analysis, interpretation and x;. evaluation of site geology, hydrogeology and engineering geology specific to the design and constructability of two emergency generator facilities. KH2 Pr ject KEAT 105.079.01.102 SAY O Bothell 9114 East Wenatchee Port Orchard Bellingham P L. k N N F P,5 T((1 S C F�� T= Tacoma 1 v l m "` IV 14W City ofRenton North Talbot and Mt. Olivet Emergency Generator Facilities do REPORT ON ENGINEERING GEOLOGY November 2005 w Report on May and October,2005 Site Investigations RH2 Engineering (RH2) has prepared this Report for the exclusive use of the City of r Renton specifically to support the design of two emergency generator facilities located at two City-owned properties in Renton, Washington. This Report has been divided into two separate sections, one for each of the proposed sites. Use of this report by others, or for ar another project, is at the user's sole risk. Within the limitations of the Scope of Work, Schedule and Budget, RH2 has completed geologic explorations to gain information necessary for developing specific recommendations for the design of the facilities. The geologic services have been conducted in accordance with the locally accepted practices of a "1' licensed professional engineering geologist and per the elements of RCW 18.220 and WAC 308.15 that are included in the Scope of Work. The conclusions and recommendations contained in this report are based upon surface and subsurface geologic exploration of the earth (soil and sediments) and groundwater conditions at the site and previous studies and maps of the region. Based on the explorations completed under the Scope of Work,RH2 predicts that the types of earth encountered during excavation and construction of the facility will be glacial drift (predominantly till at North Talbot and outwash at Mt. Olivet) and fill.The lateral continuity of drift and fill and their compositions may be highly variable. Zones with more fine or coarse sediment, or more dense or open textures, may occur laterally across the site or at depth. Site inspection by RH2 during excavation is strongly recommended to determine the significance of variations in the geology and hydrogeology. RH2 Engineering should be notified when excavation begins as well as for inspection of the subgrades prior to the initial placement of the foundations to ensure that the earth and water conditions are consistent with those predicted in this report and to determine if the exposed iw native earth meets the design requirements. If unsuitable earth is exposed, recommendations for correcting the problems must start with a field investigation. If conditions change due to new construction at or adjacent to the project,RH2 should inspect those changes prior to construction.We look forward to assisting and supporting the City to ensure successful construction of the facility. Sincerely, - :% �\ Wu�h eering Geologisl / \ <� 2099 r� c SIGNED: 11 116105 Geoffrey Claytor Geoffrey Clayton, Licensed Geologist,Engineering Geologist and Hydrogeologist RH2 ENGINEERING Page 2 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc w .r RSA F. W. B(1 1, tt'A OE W A S„, :J 41399 + 3830 ,IsT��F �wr �� R �t,�4��c SIGNED: 11/16/05 ONAL SIGNED: 11/16/05 ONAL EXPIRES 7--7/07 XPI .-. - - - j EXPIRES 2/25/07 .. +wi low OF WASf�� i4w 16727 ow A�o�FSSIONTV,lik 4 SIGNED: 11/16/05 EXPIRES 8/2/06 _) 40 *W This report is a final and complete response to all elements,which are contained in the Scope of Work and Contract agreement between City of Renton and RH2 Engineering. wr rw .,r wr. .w wr ow Page 3 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc aw ENGINEERING GEOLOGY REPORT FOR THE NORTH.TALBOT EMERGENCY GENERATOR BUILDINGS w NORTH TALBOT SITE LOCATION & SITE DESCRIPTION The North Talbot site is located at Talbot Park in Renton, Washington. Talbot Park is r, located on the southeast corner of Talbot Road South and South 19`h Street and it comprises three parcels (see Figure 1). The parcel numbers are 7222000130, 7222000061 and 7222000121. The northernmost parcel is approximately 0.9 acres and contains a parking lot, wo small brick building and a grassed area. The two southern parcels are each approximately 0.9 acres and contain a fully buried 6-million gallon reservoir overlain by tennis courts. The proposed EG facility will be located on the northernmost parcel in the grassy area just south of the existing brick building. The grassy area is relatively flat with one small mounded area near the center of the parcel. REVIEW OF EXISTING INFORMATION The geotechnical engineering report prepared by CH2M Hill for the buried Talbot Hill Reservoir was obtained from the City of Renton and was reviewed. Regional geologic maps, aerial photography and LiDAR data were also reviewed. REGIONAL GEOLOGY �r Regional maps for the Renton area were reviewed for stratigraphic, tectonic, structural and geomorphic information relevant to the project. The effects of the advance and retreat of aw the Vashon ice sheet during the Frazer glaciation, about 18,000 to 13,000 years before present (BP), dominate the surficial geology. The stratigraphic section contains Vashon lodgement till (Qgt) overlying older glacial drift (likely including Qga, compact Vashon 40 advance outwash sands) and interglacial sediments. The till in this region is very dense, and typically, so is the underlying glacial drift. The till and underlying sediments were compacted by the weight of more than 3,000 feet of ice when the Vashon ice sheet over-rode the area. to The bedrock that underlies the glacial sediments is the Renton Formation. The Renton Formation is an Eocene (55 to 34 million years ago) sedimentary unit consisting of mudstone, siltstone and sandstone. The Renton Formation lies far below the proposed .0 excavation for the EG building and will not be encountered during construction. The EG building will likely be supported by till, a strong sediment that is highly favorable for supporting structures and can be readily excavated with heavy equipment. Till .r commonly has the strength of controlled-density-fill (CDF) but is rippable and, therefore, less costly to excavate than bedrock. 00 Till resists deep-seated mass wasting and the flow of groundwater, so the site will be stable and excavations will require minimal dewatering. Tectonically, the Talbot site lies between an oblique convergent plate boundary that begins �r about 75 miles off the Pacific coastline of Washington and the rising and volcanically active Cascade Mountain Range. The slab of oceanic rocks sliding beneath western Washington is Page 4 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc �r "' North Talbot and Mt. Olive. November 2005 Emergency Generator Facilities Engineering Geolo, Report aw called the Juan de Fuca plate. This plate slides beneath western Washington in a subduction zone that dips from the ocean bottom off the coast to a depth of about 65 miles beneath the crest of the.Cascades. At a depth of about 60 miles, it becomes so hot that molten rock is formed, which may migrate to the surface and form volcanoes. The Juan de Fuca plate is sliding beneath Renton at a depth of about 40 miles. In the continental crust above the subduction zone, the oblique collision with the Juan de Fuca Plate causes the bedrock below the Renton to be compressed and pushed northward. This tectonic setting results in significant seismic activity and, if the design life for the EG facility is 100 years, the probability is high that it will experience a deep subduction earthquake, an intermediate crustal earthquake (like the Nisqually earthquake) and/or a shallow earthquake that breaks the ground surface (e.g. along the recently discovered Seattle fault). Approximate 50-year probabilities for Puget Sound earthquakes are: +yr •Cascadia M9: 10-14% -Seattle Fault M >_6.5: 5% (from slip rate, GR model; 1000 year return time) �r -Deep, M >_6.5: 84% (from 1949, 1965, 2001) -Random shallow M ?6.5 15% for entire Puget Sound area including, Tacoma, W South Whidbey or other fault zones The risk of liquefaction depends upon the composition, texture (compaction/density), structure (stratigraphic thickness and orientation) and moisture content of the earth in No question. Regionally, the liquefaction potential for Qvt, Vashon till, is very low because it is very dense and contains gravel and cobbles embedded in a compact matrix of silt and sand. Even when saturated, the permeability is so low that water cannot migrate to cause 4" liquefaction. The geomorphology of the property is dominated by glacial shaping of the landscape, ow primarily deposition of till which was molded into small ridges aligned parallel to the north to south during the advance of the Vashon ice sheet. The site lies close to the crest of a small ridge that is elongated north-south. The slopes to the east and west of the ridge crest WA are generally gentle except where locally steepened by postglacial erosion. The risk of slope failure on this glacially carved hill is very low in the project area because the slopes are gentle and the till is strong and impermeable, and thus, they are not susceptible to weakening by the wo build-up of groundwater pore pressure. SITE GEOLOGY "W The property was studied for geomorphic evidence of mass wasting by analysis of LiDAR data and by performing a reconnaissance of the site. The analysis of L.iDAR and reconnaissance of the property revealed no evidence of past mass wasting or slope instability ow problems at the site. The risk of mass wasting adversely impacting the site is negligible. Boulders typically occur in till and the proposed excavation may require removal of several large and very hard boulders. The CH2M Hill geotechnical engineering report for the existing Talbot Hill Reservoir was reviewed for information regarding the site geology and geotechnical parameters. Five borings and two test pits logs were included in the report. Sieve analyses, moisture content, in-situ density, and standard penetration tests were also performed as part of the CH2M Hill's work. The test pit and boring logs indicate that the reservoir site was generally i9w Page 5 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc am ""~ Nortl- Talbot anc Mt. Oliver November 2005 Emergency Generator Facilities Engineering Geology-Report aw underlain by 2 to 6 feet of dark brown gravelly, sandy loam underlain by very dense blue- grey Vashon till. The report states that groundwater was not encountered in any of the explorations. am It appears the site has been previously graded for the construction of the facilities that currently exist on site. Based on contours noted in the CH2M Hill report and contours in ow the existing survey, it appears material exported during the excavation for the existing reservoir may have placed over the proposed site. The thickness of the fill is unknown but is likely between 2 and 4 feet. am ENGINEERING GEOLOGY Based on the review of the existing CH2M Hill geotechnical report and well-established 4W relationships between the strength and character of glacial till, RH2 concludes that the earth encountered during excavations will have sufficient strength to support the proposed EG building. w" RH2 predicts that three different types of earth or geotechnical zones will be found within the site. These zones can be readily distinguished based on compositional and textural differences. Listed from shallowest to deepest, these zones are: 1) fill, 2) soil horizons 4W developed by weathering of glacial till, and 3) glacial till. 1) If fill is encountered it will likely be medium-loose and consist of material excavated 4W from the reservoir site. It will likely be a mixture of the grey gravelly, sandy, silty glacial till and the brown loamy material described in the CH2M Hill boring and test pit logs. It is unknown whether all the material excavated for the construction of the wr reservoir was exported or whether some of it was spread over the site. It is also unknown whether organic material was stockpiled separately or if it was mixed in with the fill. Because of uncertainties about the composition and strength of the fill, �+. it should be completely stripped and removed from areas that will support structures. 2) Below the fill, excavations will likely encounter soil created by the weathering of glacial till. Soil developed by the weathering of "a parent" composed of glacial till " typically consists of four zones or horizons (O, A, B and C) that are distinguishable based on color, composition and texture. The soil grades from the surficial 0- horizon,which is loose and mainly organic material, to the organic-rich and strongly bioturbated mineral soil of the A-horizon. The soil of these two upper horizons cannot be used as structural fill but may be stockpiled for use as topsoil if screened to remove large rocks, roots and stumps. The B-horizon is predominantly a mineral soil penetrated by roots and enriched in iron oxide (orange colored) and clay. The B- horizon may be used as topsoil but should first be amended with compost on a 1:1 volume basis. The C-horizon is a mineral soil composed of disaggregated till with iron oxide staining resulting from the percolation of oxygenated groundwater through it. The soil of the C-horizon grades downward into unweathered gray till. Commonly, the earth of the C-horizon can support relatively light loads like spread aw footings for single-family homes. However,it is not suitable for supporting the loads and vibrations of an emergency generator facility unless the floor slab is strengthened to minimize the risk of differential settlement. 3) The gray, un-weathered, non-sorted, non-stratified glacial till will likely be hard and capable of supporting 5,000 pounds per square foot with negligible long-term or "W Page 6 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc rw w` Nor&- Talbo: and M . Oliver November 2005 Emergency Generator Facilities Engineering Geology Report � . differential settlement. Till contains cobbles and boulders that may be difficult to excavate and require tiger teeth and or a hoe-ram to remove. Cobbles and boulders that occur in the floor or walls of the excavation may require over-excavation to. ► remove. CONCLUSIONS AND RECOMMENDATIONS A subsurface investigation of the site was not performed. All conclusions and recommendations in this Report are based on our extensive knowledge of the geology of the area and the geotechnical engineering report prepared for the existing reservoir located near wr the proposed EG building location. It is recommended that RH2 be involved through the construction phase of this project in order to verify that the recommendations in this report are followed and that conditions encountered reflect those described in the report. ar Geologic Hazards s r • The risks and hazards of landslides, mass wasting and volcanism are too small to merit consideration for mitigation. No flood-way, floodplain or channel migration hazards exist within the project area. No • No changes in types or rates of surficial geologic processes are expected due to the proposed development modifications. It is not anticipated that the project will permanently change surface water flows or quality. • No permanent changes to surface (storm)water management will be necessary. • All foundations should be buried a minimum of 18 inches to protect against frost heaving. • The risk of earthquakes is high at this site, but typical of the Puget Sound region. The site class definition for this site is Site Class C, per the 2003 International Building Code (1615.1.1). Designing the EG buildings per today's stringent seismic standards should be adequate for seismic risk mitigation. • Risks and hazards of liquefaction are negligible due to the density of the native glacial till and absence of groundwater. Water& Wet Weather Earthwork • Significant temporary erosion and sediment control (TESC) will be needed if the work is performed during wet weather. Wet weather work should be avoided to ensure that there will be no runoff of sediment-laden water from the site and to protect the subgrade from becoming wet and unsuitable for foundation placement. *W • If construction occurs during wet weather, the area of earth exposed to precipitation should be minimized to prevent the added cost and time required to overexcavate M and replace till, soil or fill that has become too loose or wet. • Wet fill and the soils developed on the till are unsuitable for supporting structures and construction activities. ow • Glacial till is very moisture sensitive and when wet it may become unsuitable for supporting foundations and concrete slabs. When exposed to precipitation, freezing W Page 7 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc r Nor&-, Talbot and Mt. Olivet November 200; Emergency Generator Facilities Engineering Geology-Report MW or disturbance by construction activities, till will become loose, slippery and nearly impossible to re-compact. •„ • Excavations into the in-situ till should not encounter any significant groundwater. There is a slight chance that small zones of perched water will be encountered just above the dense unweathered glacial till. Groundwater seepage from these zones, if encountered, should diminish after a few hours.Precipitation will increase seepage. • It is recommended that footing drains be installed around the perimeter of the foundation. They should be installed in such a manner that water will flow by we gravity and discharge where the water will not cause erosion, mass wasting or degrade water quality. Excavation • There will not be any permanent cut or fill slopes resulting from this project. No MW retaining walls are needed. • Temporary cut slopes should comply with WAC 296-155 Part N for benching, slopes and shoring. The contractor should have a Competent Person on site at all times to classify the earth encountered and monitor the temporary excavations as described in the WAC. .r • Temporary cuts in till will hold slopes of 1H:1V or steeper if all earth loosened or disturbed by excavation is scraped off. However, slopes steeper than 2H:1V will be subject to raveling and exfoliation, especially during rainfall and freeze thaw cycles. • All cobbles and boulders should be removed from the cut faces so they cannot roll down cut surfaces and cause injury or damage. • Temporary vertical cuts in till may also be stable. The stability of vertical cuts must .. be inspected regularly for stability by a competent person. Because till transmits water very slowly, and the sand and gravel are bound in a silt-clay matrix,it is far less susceptible to caving, sloughing or running than sediments that are entirely sand or silt. • Till can be compacted to form an excellent structural fill if the excavated till can be +.. kept close to its optimum moisture content and all rocks larger than 4 inches in diameter are removed. However, structural fill composed of till should not be sloped steeper than 2H:1V. • The excavation for the proposed structure may require the removal of large, hard boulders. • Where fill and soil are excavated, they should be exported or stockpiled for use as non-structural fill. • Wet earth must be dried for use on site or it should be exported. Subgrade Preparation &Bearing Capacity • Based on the review of existing information, the net allowable bearing capacity for the proposed EG building should not exceed 5,000 psf. This is assuming all Page 8 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Gco Reports.doc rr 4W North Talbot and Mt. Olivet November 2005 Emergency Generator Facilities Engineering Geoiog5 Report MW foundations are placed on dense unweathered native till and that all topsoil, fill, soil horizons, and organic materials are stripped and removed from the site. This allowable bearing capacity also assumes that footings are buried at least 18 inches ar and the minimum footing width is not less than 18 inches. • The allowable bearing capacity may be increased by 1/3 for wind or seismic (short- term duration) loads to a net allowable bearing capacity of 6,500 psf. • It is very important to have a licensed Engineering Geologist inspect the subgrade prior to any compaction efforts or placement of fill to confirm that the materials WO encountered during the excavation are consistent with those described in this Report. • During the dry season,pouring footings and slabs directly on in-situ earth is possible. ow Crushed rock should be placed on the native subgrade during the wet season to help ensure the stability of the subgrade. • If the floor slab is to be poured directly on in-situ earth, then all boulders and 00 cobbles larger than 4 inches in diameter should be removed from the base of the excavation. Voids created by the removal of cobbles and boulders should be backfilled with Crushed Surfacing Base Course in six-inch lifts to a maximum depth No of 12 inches. Voids deeper than 12 inches that are created by removal of boulders should be backfilled with controlled density fill (CDF). • To ensure that the subgrade supporting footings and slabs is firm and unyielding; RH2 recommends placement of a leveling course of Crushed Surfacing Base Course (WSDOT 9-03.9(3)) that is a minimum of 6 inches thick and a maximum of 1-foot wr thick below all building foundations. The leveling course should be compacted to 95 percent of its maximum dry density, as determined by ASTM D1557 (modified proctor). Lifts should not exceed 4 inches loose thickness. Cobbles and boulders aw embedded in the subgrade should not protrude more than 2 inches into this leveling course. • If structural fill is required below the leveling course to achieve a certain elevation, the net allowable bearing capacity should be reduced to 3,000 psf. The thickness of the structural fill should not be more than 3 feet. If more than 3 feet of fill is required below the leveling course, CDF or crushed rock should be used. All fill w placed should be compacted to meet 95 percent of the maximum dry density as determined by ASTM D1557 (modified proctor). Lifts should not exceed 6 inches in loose thickness. • An excavator with tiger teeth will likely be required to excavate through the dense glacial till. However, it is difficult to remove all material disturbed during excavation with a bucket with tiger teeth. The contractor should have a bucket without teeth on site or have some other method to remove all material disturbed during excavation at the level of the in-situ subgrade. There should be no more than 1 to 2 inches of loose, disturbed material on the subgrade when it is inspected by the Engineering Geologist. w. Page 9 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc North Talbot and Mt. Olivet November 200f Emergence Generator Facilities Engineering Geology Report OW Back fill RH2 anticipates that unweathered glacial till will be suitable for use as structural fill. "M However, if this material is to be used as structural fill, it must be kept within 2 percent of optimum moisture content so compaction requirements can be met. All cobbles greater than 4 inches in diameter and boulders should be removed if till is used as structural fill. wr .r aw O +w. OW ar WO ■. OW go AW w. Page 10 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc srr ww wr ww wo ww Ow THIS PA GE LEFT BLANK TO SHO W SEPARATION OF REPORT wr mw Page 11 of 21 6/16/2006 10:21:20 AM 5:\data\REN\105-079\GEO\Report\Print Mc\Geo Reports.doc am J.. arr aw ENGINEERING GEOLOGY REPORT FOR THE MT. OLIVET EMERGENCY GENERATOR BUILDING ,w LOCATION& SITE DESCRIPTION The Mt. Olivet site is located on the northeast corner of NE Third Street and Bronson Way N.E. in Renton,Washington (See Figure 2). The parcel number is 1723059130. The parcel 00 is approximately 3.8 acres and the City has already built a water reservoir and booster pump station on the site. The proposed emergency generator (EG) facility will-be located east of the existing reservoir in a grassy area at the base of the steep slope. The building will have a #W 5-foot wide sidewalk around most of its perimeter, except in the southeast corner. The grassy area and area around the reservoir are relatively flat. The eastern half of the property slopes up steeply to residential housing. The northeast corner of the proposed building will me cut into this steep slope and a retaining wall will be required to prevent mass wasting and slope instability. to A second reservoir may be constructed on the site in the future. Based on information provided by the City, the second reservoir would likely be located southeast of the existing reservoir. The southern portion of the property slopes down steeply to N.E. 3`d Street and ww this will constrain the size and location of the second reservoir. See Figure 3 for approximate locations of future reservoir and proposed EG building. ar REVIEW OF EXISTING INFORMATION No existing geotechnical engineering reports for the site could be found. Regional geologic maps, aerial photography and LiDAR data were reviewed. �r REGIONAL GEOLOGY Regional maps for the Renton area were reviewed for stratigraphic, tectonic, structural and ■. geomorphic information relevant to the project. Like the North Talbot site, the effects of the advance and retreat of the Vashon ice sheet from 18,000 to 13,000 years before present (BP) dominate the surficial geology. However, the stratigraphic section for this site differs wry from the North Talbot site. The Mt. Olivet site is mapped as Vashon outwash (Qgo). Figure 4 is a geologic map of the Mt. Olivet site and the surrounding region. There are two types of glacial outwash: 1) advance outwash; and 2) recessional outwash. Advance outwash is deposited by meltwater from an advancing glacier or ice sheet. It is commonly underlain by glacial lacustrine or transitional beds composed predominantly of silt. Vashon advance outwash in the Renton area has been overridden by the Vashon ice sheet; therefore, it has usually been compacted to a very dense state due to the weight of the more than 3,000 feet of ice that covered +r Renton during the glacial maximum. Recessional outwash is deposited from the meltwater of a retreating glacier. It has not been overridden by the weight of the glacier or ice sheet; therefore, it is not as dense as advance outwash. Typically recessional outwash is underlain ww by dense glacial till and/or advance outwash and older glacial sediments and nonglacial w Page 12 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc w "" North Talbot and Mt. Olivet November 2005 Emergency- Generator Facilities Engineering Geology-Report No deposits at greater depths. Thus, glacial outwash in Renton can vary between loose to very dense, depending on when and how it was deposited. The EG building will be supported by recessional outwash, which was likely deposited as a �r delta by a very large river of meltwater flowing in front of the Vashon ice sheet as it retreated north of Renton between 14,000 and 13,000 years BP. This meltwater river was many times am larger than the present Cedar River, even at flood stage, and it likely carved the Cedar River valley catastrophically within a few years or decades. It is very likely that excavations for the proposed EG building will be entirely in the recessional outwash deposits. The recessional am outwash observed at the site is medium-loose to medium-dense and is favorable for supporting the proposed EG building. The outwash can be easily excavated with an excavator. r .Tectonically, the Mt. Olivet site lies between an oblique convergent plate boundary that begins about 75 miles off the Pacific coastline of Washington and the rising and volcanically active Cascade Mountain Range. The slab of oceanic rocks sliding beneath western Washington is called the Juan de Fuca plate. This plate slides beneath western Washington in a subduction zone that dips from the ocean bottom off the coast to a depth of about 65 miles beneath the crest of the Cascades. At a depth of about 60 miles it becomes so hot that •• molten rock is formed which may migrate to the surface and form volcanoes. The Juan de Fuca plate is sliding beneath Renton at a depth of about 40 miles. In the continental crust above the subduction zone, the oblique collision with the Juan de Fuca Plate causes the w.r bedrock below the Renton area to be compressed and pushed northward. This tectonic setting results in significant seismic activity and, if the design life for the EG facility is 100 years, the probability is high that it will experience a deep subduction earthquake, an AW intermediate crustal earthquake (like the Nisqually earthquake) and/or a shallow earthquake that breaks the ground surface (e.g. along the recently discovered Seattle fault). Approximate 50 year probabilities for Puget Sound earthquakes are: wr •Cascadia M9: 10-14% -Seattle Fault M ?6.5: 5% (from slip rate, GR model; 1000 yr return time) �` -Deep M >_6.5: 84% (from 1949, 1965, 2001) -Random shallow M ?6.5 15% for entire Puget Sound area including, Tacoma, ow South Whidbey or other fault zones The risk of liquefaction depends upon the composition, texture (compaction/density), structure (stratigraphic thickness and orientation) and moisture content of the earth in +rr question. Regionally, the liquefaction potential for Qvo, Vashon recessional outwash, can be quite high because it is commonly loose and silty. The key to determining the liquefaction potential is its moisture content. At the Mt. Olivet site, the outwash appears to be well- +r drained; therefore, the risk of liquefaction is low. The geomorphology of the region is dominated by glacial shaping of the landscape followed by human disturbance of the land. As the glaciers receded, recessional outwash was ow deposited by rivers of glacial meltwater flowing across a large plateau,which at that time,was continuous from Maplewood Heights to Falrwood. Erosion of the meltwater into this plateau created a shallow east-west valley that initially built a delta in the Mt. Olivet area that is much higher than the floor of the present-day Cedar River valley. As massive discharges of meltwater continued to cut the valley deeper, the delta of recessional outwash also became lo. Page 13 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc www 'ow Nor&r Talbot and lvlt. Olivet November 2005 Emergency Generator Facilities Engineering Geology- Report dw larger and lower and grew, westward and northward. The EG building will be supported by the glacial outwash sediments that formed this delta. During the last 13,000 years, the Cedar River has continued to cut and widen its valley and am During sediments carried downstream (Qa on Figure 4)). The slopes in the Cedar River valley have been oversteepened due to this erosion, and this has resulted in slope failures 'Q( Is on Figure 4). However, RH2 does not interpret the steep slopes above the Mt. Olivet .r site as being the result of post-glacial erosion. SITE GEOLOGY am The property was studied for geomorphic evidence of mass wasting by analysis of LiDAR data and by performing a reconnaissance and subsurface investigation of the site. The ow analysis of LiDAR and reconnaissance of the property revealed no evidence of past mass wasting or slope instability problems at the site. The risk of mass wasting adversely impacting the site is negligible. *W The origin of the steep slope along the south side of the property is likely from excavation for the construction of N.E. 3`d Street. This slope has experienced several small slope failures and is presently undergoing creep. The steep slope on the east side of the property is likely ..► due to excavation and grading that was part of quarrying operations or preparation of the site for the existing reservoir. This steep slope does not appear to be subject to a deep mass wasting, but it is experiencing creep. Precautions should be taken to ensure the construction No of the new EG building will not increase the risk of slope instability. In addition to the site reconnaissance, RH2 performed a subsurface investigation of the site. aw The subsurface investigation consisted of observing the excavation of three test pits to determine the depth of fill, the thickness of soil horizons and the composition and origin of the parent material on the site. See Appendix A for test pit logs. ow Test pits TP1 and TP2 were located south of the existing reservoir adjacent to the southern steep slope at the first site proposed for the EG facility. Test pit TP3 was located near the footprint of the second site proposed for the EG building. Test pits TP1 and TP2 generally 00 exposed approximately 2.5 feet of fill underlain by very fine silty sand with minor gravel. In TP1 there was a buried soil horizon. Test pit TP3 generally exposed approximately 0.5 to 1 feet of fill overlying a soil horizon that was approximately 1-foot thick. Below the soil 40 horizon was a medium to medium-dense, fine to medium sand with zones of silt and zones of gravel. The sand in TP3 had bedding planes that dipped to the northwest. Groundwater was not encountered in any of the excavations. .r. The site has been previously graded for the construction of the facilities that currently exist on site and it appears that fill was spread over most of the site. ENGINEERING GEOLOGY RH2 concludes that the earth encountered during excavations will have sufficient strength to support the proposed EG building. RH2 anticipates that three to four geotechnical zones, listed from shallowest to deepest,will be found within the site. These will be readily discriminated based on compositional and textural differences. The four zones are: 1) fill; 2) weathered glacial outwash, 3) medium- loose to medium-dense fine sand with minor gravel (glacial outwash in TP1 and TP2), and 4) Page 14 of 21 6/16/2006 10:21:20 AM S:Adata\REN\105-079\GEO\Report\Print Me\Geo Reports.doc +o► North Talbot and Mt. Olivet November 2005 Emergency Generator Facilities Engineering Geology Report medium-dense fine-to-medium sand with silt and gravel (glacial outwash in TP3). 1) Fill was encountered in al three test pits and ranged from approximately 1 to 2.5 feet in thickness. The fill encountered varied between a brown to orange-brown, fine sandy silt to silty fine to medium sand with gravel, roots and wood debris. Pieces of broken asphalt were encountered in TP1. All fill encountered during construction should be stripped and removed from the site. RH2 anticipates approximately 1 foot to 1.5 feet of fill must be removed in the location of the proposed EG building. 2) Below the fill is soil created by weathering processes of the parent underlying sandy outwash. The soil overlying glacial outwash typically consists of four zones or horizons (O, A, B and C) that are distinguishable based on color, composition and texture. The soil grades from the surficial 0-horizon, which is loose and mainly �r• organic material, to the organic-rich and strongly bioturbated mineral soil of the A- horizon. The B-horizon is predominantly a mineral soil penetrated by roots and enriched in iron oxide (orange colored) and clay. The C-horizon is a mineral soil +• composed of disaggregated outwash with iron oxide staining resulting from the percolation of oxygenated groundwater through it. The disaggregated and partially oxidized C-horizon grades downward into well bedded and unweathered gray w. outwash. The combined thickness of the soil horizons varied from approximately 1 to 3 feet in all of the test pits. The O through C soil horizons should be stripped and removed from the site. The O and A horizons may be reused as top-soil and non- structural fill. RH2 anticipates that, taken together, these soil horizons will be 1 to 2 feet in thickness. This soil must be removed in the location of the proposed EG building. w� 3) In TP1 and TP2, below the soil horizons described above, is a light brown, silty fine sand with minor gravel and cobbles (glacial outwash). The sand appeared to coarsen ow slightly with depth and the test pits held very stable walls. The proposed location of the EG building has been moved from near TP1 and TP2 to TP3. However, if the location of the EG building is moved back to this area, the earth should be capable of supporting 2,500 pounds per square foot. It will hold temporary cut slopes of w. 1.5H:1V, but these slopes will be subject to raveling and erosion if left exposed during rainfall and freeze thaw cycles. All cobbles, boulders and roots should be removed. wr 4) The proposed EG building will be located close to TP3. Below the soil horizons, (described in No. 2 above), TP3 exposed a medium to medium-dense, grey go unweathered, sorted and stratified, sandy glacial outwash. The excavation walls in TP3 held temporary vertical cut faces through the duration of the exploration. However, sloughing and raveling may occur rapidly at slopes of 1H:1V or steeper, wr especially if left exposed to precipitation. The contractor should anticipate using temporary shoring and/or shielding to protect workers as necessary from slope hazards. The outwash is well drained and not as moisture sensitive as glacial till. This aw unit is easily excavated. CONCLUSIONS AND RECOMMENDATIONS No Conclusions and recommendations in this Report are based on RH2's knowledge of the geology of the area and our subsurface investigation of the site. It is recommended that RH2 New Page 15 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Pent Me\Geo Reports.doc ow 'W North Talbot and 1\11. Olivet November 2003 Emergency Generator Facilities Engineering GeoioM-Report be involved through the construction phase of this project in order to verify recommendations in this Report are followed and that conditions encountered reflect those described in this Report. Geologic Hazards «r • No changes in types and rates of surficial geologic processes are expected due to the proposed development modifications. It is not anticipated that the project will permanently change surface water flows or quality. ' • The risks and hazards of volcanism are too small to merit consideration or mitigation. No flood-way, floodplain or channel migration hazards exist within the project area. rrr • Existing risks and hazards of landslides and mass wasting are very small. However, recommendations in this Report should be followed to prevent the location and w construction of the proposed EG building from increasing these risks. • All foundations should be buried a minimum of 18 inches to protect against frost heaving. No • No permanent changes to surface (storm)water management will be necessary. • The risk of earthquakes is high at this site, but typical of the Puget Sound region.. The site class definition for this site is Site Class D, per the 2003 International Building Code (1615.1.1). Designing the EG buildings per today's stringent seismic r.. standards should be adequate for seismic risk mitigation. • Risks and hazards of liquefaction are negligible due to the granular character of the earth and the absence of groundwater. .r Water& Wet Weather Earthwork • Temporary erosion and sediment control (TESC) will be needed, especially if the work is performed during wet weather. Wet weather work should be avoided to ensure that there will be no runoff of sediment-laden water from the site and to protect the subgrade from becoming wet and unsuitable for foundation placement. • If construction occurs during wet weather, the area of earth exposed to precipitation should be minimized to prevent the added cost and time required to over-excavate +w+ and replace till, soil or fill that has become too loose or wet. • Excavations into the in-situ outwash should not encounter any groundwater. Ow • A footing drain will not be required for the proposed building due to the permeability of the outwash. Instead, a French drain or infiltration trench should be constructed that is a minimum of 1-foot wide and 18-inches deep. This trench should contain a perforated pipe buried in clean washed rock. This drain should be constructed around the perimeter of the EG building so that it captures roof and sidewalk runoff and distributes the infiltration of that water in a manner that mimics the existing condition. The french drain can be eliminated from the east side of the building if roof runoff is routed away from the east side. Page 16 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc North Talbot and Mt. Olivet November 2005 Emergency Generator Facilities Engineering Geoioa-Report • RH2 recommends sloping the roof of the proposed EG building towards the north and west, away from the steep slope to minimize the amount of water routed to the toe of the steep slope. Alternatively, the downspouts on the east side of the building ""•' should be tightlined and discharged well away from steep slopes. • Excavation into the hillside should be minimized both to reduce the risk of slope ,•„ failure and the height and cost of retaining walls. Therefore, the 5-foot wide concrete sidewalk shown on preliminary plans along portions of the eastern walls of the EG building should be removed. Excavation • Excavation for the EG building will require an approximately 10- to 12-foot vertical cut into the steep slope on the east side of the property. This steep slope is already at or near its angle of repose, and excavation could undermine the slope and induce slope failures far above the excavation. A retaining wall will be required along the Ow east corner of the building. See the section titled"Retaining Wall Alternatives" below for discussion of the retaining wall recommendations. No other permanent cut and fill slopes will be required for this project. r • Based on the current layout of the proposed building (Figure 3), RH2 recommends that approximately 3 feet of earth be removed to expose medium to medium-dense M„ unweathered glacial outwash. • Wet earth should be dried for use on site or exported. • Temporary cut slopes should comply with WAC 296-155 Part N for benching, slopes and shoring. The contractor should have a Competent Person on site at all times to classify the earth encountered and monitor the temporary excavations as aw described in the WAC. Subgrade Preparation&Bearing Capacity awe • Based on the review of existing information, the net allowable bearing capacity for the proposed EG building shall not exceed 3,000 psf. This is assuming all foundations are placed on medium to medium-dense unweathered native grey outwash and that all fill, soil horizons, and organic materials are stripped and removed from the subgrade. This allowable bearing capacity also assumes that footings are buried at least 18 inches and the minimum footing width is not less than �w 18 inches. • The allowable bearing capacity may be increased by 1/3 for wind or seismic (short- aw term duration) loads to a net allowable bearing capacity of 4,000 psf. • It is very important to have a licensed Engineering Geologist inspect the subgrade prior to any compaction efforts or placement of fill to confirm that the materials encountered during the excavation are consistent with those described in this report. • All boulders and cobbles larger than 4 inches in diameter should be removed from the base of the excavation. Voids created by the removal of boulders or over win Page 17 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc `"`r North Tal"ba.ana ivl . Olive November 2005 Emergency- Generator Facilities Engineering Geolop-Report wr excavation of soft zones should be backfilled with Crushed Surfacing Base Course in 6-inch lifts. • To ensure that the subgrade supporting footings and slabs is firm and unyielding, RH2 recommends placement of a leveling course of Crushed Surfacing Base Course (WSDOT 9-03.9(3)) that is a minimum of 6 inches thick and a maximum of 1 foot wr thick below all building foundations. The leveling course should be compacted to 95 percent of its maximum dry density as determined by ASTM D1557 (modified proctor). Lifts should not exceed 4 inches loose thickness. Cobbles and boulders embedded in the subgrade should not protrude more than 2 inches into this leveling course. • If structural fill is required below the leveling course to achieve a certain elevation, " the net allowable bearing capacity should be reduced to 3,000 psf. The thickness of the structural fill should not be more than three feet. If more than 3 feet of fill is required below the leveling course, CDF or crushed rock should be used. All fill" placed should be compacted to meet 95 percent of the maximum dry density as determined by ASTM D1557 (modified proctor). Lifts should not exceed 6 inches in loose thickness. • The contractor should have a bucket without teeth on-site or have some other method to remove all material disturbed during excavation at the level of the in-situ %W subgrade. There should be no more than' 1 to 2 inches of loose, disturbed material on the subgrade when it is inspected by the Engineering Geologist. Temporary Shoring and Permanent Retaining Wall Alternatives • It is very likely that temporary shoring will be required to construct the proposed EG building. The contractor should be prepared to design and install shoring measures or shielding as needed to construct the proposed improvements. • Cuts into the steep slope to the east should be minimized by: "o o Locating and designing the EG building and associated improvements so that minimal excavation into the steep slope is required. o Designing the roof so that storm water does not spill towards the base of the steep slope. o Eliminating in the paved sidewalk where it would require cuts into the slope "W and replacing it with washed rock or some other permeable and flexible material that will provide drainage and prevent muddy water from splashing on the building. Aw o Minimizing the distance between all permanent retaining walls and slopes and the proposed EG building, and thus minimizing the volume of earth at OW the toe of the slope that must be removed and the height of cuts into the slope. o Building the walls of the EG building so that they can resist lateral earth am pressures and thus eliminate the need for deeper cuts into the slope. am Page 18 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc irli am North Talbo.and M.. Olive. November 2005 Emergency Generator Facilities Engineering Geology Report `o • All permanent slopes should be graded no steeper than 2H:1V and should be vegetated immediately. „•, • All temporary slopes should be graded no steeper than 0.75H:1V and be subject to engineering geologist or geotechnical engineer inspection and approval. Temporary slopes should be protected from rain-induced erosion with plastic .• sheeting and up slope interception of all storm water so that it flows around the excavation. • A rockery may be used for all permanent slopes 6 feet tall or less. All rockeries greater than 4 feet in height will require a design by a professional engineer. clferi es shouldouor these recommes�$ .. . o Maximum wall height should be 6 feet or less o Batter of the rockery walls should not be steeper than 1H:6V o A drain should be installed behind the rockery facing to prevent the build-up of pore water pressure. The drain should be a 4- to 6-inch diameter, perforated pipe and should be covered with Gravel Backfill for Drains ,•, (WSDOT 9-03.12(4)). The perforated pipe and Gravel Backfill for Drains shall be placed in a 1-foot-wide by 18-inch-tall trench. The Gravel Backfill for Drains and perforated pipe should be wrapped in geotextile fabric. Backfill above the drain should consist of 2- to 4-inch quarry spalls up to the ground surface, 1 foot in width. o Foundation soils must be inspected by an engineering geologist and/or geotechnical engineer. The earth supporting the wall shall be in-situ medium dense to dense and prepared to firm and unyielding surface prior to rock placement. Compaction may be necessary to achieve firm and unyielding condition by use of jumping jack, hoe pack, plate compactor or other heavy compaction equipment. o The base of the wall shall be keyed into soil a minimum of 18-inches. o Materials and construction shall meet the requirements of 8-24 Rock and Gravity Block Wall and Gabion Cribbing of the WSDOT Standard Specifications 2004. • Cast-in-place concrete retaining walls are recommended for all permanent cuts greater than 6 feet tall. Cast-in-place concrete retaining walls may be incorporated into the proposed building structural design. RH2 recommends using one of the two following retaining wall alternatives for minimizing the wall height and required excavation into the slope. o The first alternative is to extend concrete wing walls out from the northeast and southeast walls of the proposed structure to retain the slope. This alternative would remove the eastern comer of the walkway/french drain around the building but would still allow access to the doors in the southeast side of the building. The wing walls could be transitioned into rockeries when the wall height reaches 6 feet or less. Page 19 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc " North Talbor and Mt. Olive: November 2005 Emergency Generator Facilities Engineering Geology Report o The second alternative is to construct a concrete retaining wall in approximately a north-south direction (or parallel to the slope) along the east corner of the proposed building. The wall should be located as close to the are building as possible to minimize the total wall height. The wall could be transitioned into a rockery once the wall height is 6-feet or less. • The following parameters may be used for designing a cast-in-place concrete retaining wall or rockery. o A unit weight of 125 pounds per cubic foot (pcf) may be used for the native wr outwash. o The following allowable at-rest lateral earth pressures shall be used for concrete walls with counterforts and/or wing wall supports integral with generator set structure. ■ 59 pcf(triangular distribution). wr ■ 37(1-1) psf, where H is the total wall height in feet (uniform distribution along full wall height). This accounts for the w. approximate slope of 1H:1V above the wall. o The following allowable active lateral earth pressures shall be used for rockery wall and concrete cantilever walls not integral with generator set .w. structure. ■ 38 pcf(triangular distribution). 00 ■ 24(1-1) psf where H is the total wall height in feet (uniform distribution along full wall height). This accounts for the 1H:1V slope above wall. o Allowable passive lateral earth pressures for a key below a cantilever wall is 271 pcf (triangular distribution). The upper two feet of passive lateral earth pressures should be ignored. o Additional loads due to earthquake induced forces on wall shall be 19 pcf (inverted triangle distribution). °i o The coefficient of friction between soil and concrete is 0.42. • A surcharge of 100 pounds per square foot with uniform distribution along the wall height should be used. This surcharge assumes construction equipment will be above the wall. • A drain will be required behind all walls. Recommendations for at rest and active earth pressures above assume drained conditions behind the walls. • A bearing capacity of 3,000 psf static and 4,000 psf for short term loads (earthquake and wind) may be used for the base of the walls. BackfB • Native earth may be used as structural fill as long as organic and deleterious materials are not present. Weather may affect the ability of the contractor to adequately compact the native earth. Stockpiled fill and earth should be kept close to optimum Page 20 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc rn A" Nor ti T albo: and I\� . Olivet November 2005 Emergency Generator Facilities Engineering Geology Report moisture content and not exposed to rain especially if they have high silt contents. Native silts to be compacted to 95 percent of modified proctor maximum dry density (ASTM D1557) must be within +/- 2 percent of optimum moisture content. w. • Clean native sands with minimal silt content will be suitable for use as structural fill and will be much less sensitive to moisture for achieving compaction. rr �+r err r r Page 21 of 21 6/16/2006 10:21:20 AM S:\data\REN\105-079\GEO\Report\Print Me\Geo Reports.doc r do AM .r go Appendices I. A. aw am Am .r. war Appendix A Test Pit Lo s two aw 60 Test Pil L oa s—Mt. Olivet EG BuildinL Appendix A - Test Pit Lomas City of Renton Mt. Olivet Emergaency Generator Building Three test pits were excavated on October 20, 2005 using a CASE 580 rubber-tired extend- a-hoe provided and operated by City of Renton. See Figure 2 for approximate test pit locations. The excavation was observed and test pits were logged by Andrea Mast on October 20, 2005. The objective was to determine the depth of stripping required for the design and construction of a proposed emergency generator facility. TEST PIT 1 TP1 Located a r , 2 feet south ofSW buil stake. Depth Soil lnte tetation 0-6 in Brown silt with fine sand and minor gravel,roots, loose, dry to moist (WEATHERED FILL 6 in -2.5 ft Orange-brown,very fine sandy silt with gravel, asphalt debris, (FILL) MW 2 ft-2.5 ft Dark brown, silt with fine sand and subrounded gravel,roots,medium loose O-Horizon) 2.5 ft-3.5 Brown, fine sandy silt with subrounded gravel,roots,medium loose (A&B ft Horizons .w 3 ft-5 ft Grey-brown fine to coarse sand with sub angular gravel and silt, occasional large gravel or small cobble, dry, medium loose to medium dense,no visible bedding, stable pit walls 5 ft-9 ft Light brown-grey,very fine silty sand with occasional gravel and cobbles, occasional roots, dry,medium loose to medium dense,no visible bedding, ow stable it walls GLACIAL OUTWASH SEDIMENTS) Notes: Test pit completed at approx. 9 feet. No groundwater seepage or caving �. observed. No bedrock encountered. Easy excavation. Test pit observed and logged b y Andrea Mast on 10/21/2005. aw 6/16/2006 10:24 AM Pg 1 of 4 S:\data\REN\105-079\GEO\Report\Print Me\Figures&Appendices\Appendix A-T .ter Pi"Lob c—Mt. Olivet EG Buildin, Test Pit TP1 —Fill overlying buried soil horizon Ow `R ww 4 P aw ' aw Im Test Pit TP2—Fill over native fine outwash sands 6/16/2006 10:24 AM Pg 2 of 4 S:\data\REN\105-079\GEO\Report\Print Me\Figures&Appendices\Appendix A-T Wo Test Pi,'-Lod s—,Alt. Oiivet—'F-;G Buildin'a TEST PIT 2 TP2 Located approx. 2 feet east of NE huilding stake. aw Depth Sorllnte tetation 0-8 in Dark brown, fine silty sand with roots,loose, moist (WEATHERED FILL) W. 6 in -2.5 ft Oran e-brown,very silty sand,roots and burnt wood, (FILL) 2.5 ft-9 ft Light brown, Silty fine sand with occasional gravel and cobbles. Roots. Coarsens with depth to a medium-fine silty sand with occastional gravel and cobbles. No visual bedding, dry,medium loose to medium dense.Less roots below 5.5' GLACIAL OUTWASH SEDIMENTS Notes: Test pit completed at approx. 9'. No groundwater seepage or caving observed. No bedrock encountered. Easy excavation. Test pit observed and logged by Andrea Mast on 10/21/2005. TEST PIT 3 TP3 Located approx, 26 feet south ofnorthern fence Depth Soil Interpretation 0-1 ft Brown, silty fine to medium sand with minor gravel. Bioturbated,roots,moist ILL 0.5 ft- 1.3 Orange-brown, fine sandy silt/silty sand with minor gravel. Minor roots, moist. ft A &B HORIZON 1.3 ft-1.8 Brown fine sandy silt/silty sand with minor gravel and roots,moist. (C- ft HORIZON) 1.7 ft-6.5 Grey, fine to medium sand with silt and coarse sand and fine to coarse sub- ft rounded to sub-angular gravel interbedded with silty fine sand.Visual bedding planes. Bedding dipping approximately 15 to 20 degrees to the northwest. Moist to GLACIAL OUTWASH) ,. Notes: Test pit completed at approx. 6.5 feet. No groundwater seepage or caving observed. No bedrock encountered. Easy excavation. Test pit observed and logged by Andrea Mast on 10/21/2005. 6/16/2006 10:24 AM Pg 3 of 4 S:\data\REN\105-079\GEO\Report\Print Me\Figures&Appendices\Appendix A-T ,.r Test Pit Lo g– : Ola£A3ud\ »: * <} $ t . . , y�y, A � \ \ - _ _ Test PitTP\–Thin layer o fill, soil horizons and unweathered outwa§ Sand. � . _ _ _ _ _ _ 6/16/2006 10:24 AM 64x4 s2m\RFme§-%GEo\Re m y aaAppenaa\Ap @ x»-I r. Orr so .r aw Appendix B Calculations xw - v� U m N o j L U` W > d w c0 � 01 OL L O tT - —L O N 0 0 3 W U) C Q O 7 O O O O O m O L U H Z 01 W W a W y) L° W S N 3 0 j C O N O O N N J N � LO r r m O V w t M 'Q w O y 1� LO co c (0 v 7 0) R O LO N M O C r- LO M c '- '- co V N L YLOO O 1- M N E W In v m N w 3 CL ° d W _ O c d a W C c mw u a m W L w L T d W O O = W d N N cm r r N ¢ �_ Z f0 f0 LO O N d �Q rr Li N ¢ �°- ° ° � U N W LL d N T v a rn m LL- U U V O m c C L G C E a v m Z ' m w v m 9w a w ° m h F m m < ¢ w r c c a r -O 41 Y Y N d u� E 0 m m o 0 a w c rn m 'o '0 'd a C a L — o LO a v O 3 a � to a E > E o LS'c uJ `o d o` — n t m " ' W a r y p W a, U a v to to E w D a E Y Do 0 r LL y K V U c v y t mW u ° '� C U g N ca V CL 0 LU LL ca 3 c O W fG d R c y .� O u - N L O �' N yW�j O U > Z c O v M O W t0 � •' U w G N a ° s � ° a II a a a Q a a LL a a s a a ui CL m D N LO O ti Of N w 0f'!0 09 IO M ti 01 O c M f 01 Y M N y M R N � O W O C O y r W C, O ~ d 7 c y N OL Iy0 0 7 w d d LL! C W ¢ 1 U y > L y C LL L N y C o v O L m w a a c r C Y m CO iii m v a a a u 3 > 3 r r z m 0 o C W wnr .r .. wr Figures o O 4w v No *W 4w ww I" tm la. *W .. w .r .r 4w Figure 1 .. North Talbot Site Plan WA. Ow - ���a`. � � s�s 1�r} F v�, s•�� � ��` �"�' ���1 �� .:<y�� � ,��r, ��r: �{spl�,I I � � -l� ��1 } ' �>i;t �•fit.., �a st p I I rs I Proposed Generator Building Location North Talbot Site s=• P.arce/No kz5i1.' 7212000330 ,�:�� Parse/Nor 7222000061 Parse/Nor Existing Talbot Hill Reservoir 7122000121 and Tennis Courts W 1 r 41W �y O low ♦ _• CCC ��O P l P IJ C R S I C'Nl ISY 0 100 Feet Figure 1 - North Talbot Site Plan Revision Date:10/1112005 ByAFM J:\data\REN\105-079\GEO\GIS\Figure 1-No Talbot Site Plan.mxd rw +r. rrr .r No Figute 2 aw Mt, Olivet Site Plan ow qw 4m 0� w eta s Im Ar iF a e t 3,e �`� .. ,., er i a � j i \ Ji L i y t +r •r wa +�r Figure 3 �. Mt,, Olivet Detailed Site Plan aw ow Ift ow as AV o. ow r EXISTING MT.OLIVET BOOSTER EXTRUDED CURB. qI! PUMP STATION. EXISTING PARKING AREA �. L; L y '' EX.`ROCKERY 6 I {, flil \ a a �i a CNANLINK., I �. / > �\ FENCE.! .I PROPOSEDEG is BUILDING ow +AIt I ESISTINGRESERVOIR o �� i$•/ 40 v rx ow r TEST PIT TP2 -� ' ' ` _may 1�.�t''` t S1 4✓ - h \ ry -> taw TEST PIT TP1 POSSIBLE FUTURE RESERVOIR ow PCAVER VAULT k J iN !xAn C 15Y.4E' , t uxy 9 Of' N� 10P C)NiEM-: r' DIt Il, SOUTI'LSTEEP war EXISTING CO fii�lVD VA SYSTEM TO BE REUSED. \ Ow DRAWING IS NOT TO SCALE IF BAR IS NOT P'LONG FIGURE 3 MT. OLIVET DETAILED SITE PLAN VENISON DATE:NOV 15,2005 I"=30' ):WATAUl105-0191G�1GEN-P GEPFlG3 air r +rr .r �r Figure 4 Mt,. Olivet Geologic Map aw a k't.�^n1 tr. ,„ Legend ' xy -mil—Stream approx.flow direction of glacial meltwater rgp and recessional outwash sediments IWO tr C1a ' } Waterbody r DNR 1:100,000 Digital Geology 3 r �� Qa-alluv um Qls-mass-wasting deposits,mostly landslides I `_'l Qgo-continental glacial outwash,Fraser-age;mostly Vashon Stade Qgt-continental glacial till,Fraser-age; mostly Vashon Stade Qgpc-continental glacial drift,pre-Fraser,and nonglac al deposits OEm-marine sedimentary rocks Olivet Slte T CZ Ec(2r)-continental sedimentary deposits or rocks;Renton Formation,Puget Group a jk� G�S1 i r{'��` Y e ,�� r f � ;. ry � � �� ✓• �`z�,s�lsrzr �4 2 N sr b r d5, rh �S r rr; ,� y ISy, rnr nz., h �� M1>< d.f Kv.� fa r�yy x p;, -. f Sr '.Y Pt}�' '. � t � vti � .r• 3 r V01, � " , rr w fl ;4 "" d" ktrFG)'��' d`a�r-'�^'" 4a �• �i r rr rw p � �+k�" . *w�+'r'� 'k#` , U.� ' r 1�, �?Aso x v,+�k"�°� �•�'�r4 Jr �, r �io&ox ry s+r '�u'? "�y�:,��n.� �'S�l'� 4;,t 5� ✓F ads rt, 4� '` �''� v'' 'r3 3,". � '��.Sx'k,�`*,�i'7"�����A� ta�L f t b'•,^. 4 a r � y.��` �� *Yr"�A}AM��� /�i.'�'t Ica.✓. r � tl �F i A• P k'2% 3 Mk - 1' t� +tilt 1,500 Feet Figure 4 - Mt. Olivet Geologic Map —vision Date:10/26/2005 ByAFM .1:\data\REN\105-079\GEO\GIS\Figure 4-Mt Olivet Geologic Map.mxd tirr Afm nIP2 Appedix C Mt. Olivet and North Talbot RT'U Drawings ........... .......... O 4 M O Nolsm"i M ` W o b O Y W t= �[7 o N ION-LN00 1081N00 1OWN00 10MIN00 NNH 10211N00 g m 3 L dried Z dv4nd £ dvind dr4nd NOI1V111N3A m w wo- o 0 0 01 01 01 01 Ol � .- 1 7 ! ! I I I ? I I N Z � * O N J F .- N WJ Lv^ _ z a ,o n a0 Ol p Z } ? ¢ s} dM- N N M M N N U) Ln LL- C) N C1 *- Z Z w � 0 33z3 > � = � I U) z�- (Sl) (9l) (L l) (8l) (6Z) (0£) a a 3 i C) :2 L-a0 Z-a0 £-HD -V-HD 21H 5-2J0 O cU 3 o Z Z It ¢ o a 0 020 .°t 0 to en � z c) Z En E 0 � N M d O Z N c� Ir t 2 ^ I I I I I I o� a a I a a � I I I I Q Er Z v v Z) N N a U� v� rn cn a a 0 0 a 9 0 O I- a a a a a a a a w w w w v = g v i _w m LA 0 F=J a a a a a a a a a a a a z a O �v O O O O Q t`' } i� D w_ z U > CO En N N M M �[7 �D [p EQ MP, .-- N N Z z ~ W 2 N X O C4 F I I I I 10-1 I I I I I I I I I I U a z N EL a w M co N N N N N N N 7 = M t0 1� N W W (- 3 p d0' dN' J 17 -4 M 1`7 N M M � I d' N W it .� U U U � a a a [� 2 2 2 N m U N W- r) .t 3 N 3 ''� 3 `r 3 a Ir a rr a. Ir a Ir _ '� F- n I Z N 2 IL 2 2 m I I I I w W U) O t= O x dkz z o F- w n_ V J 5 6Z ao rn Y u� co n ao U) o N r3 � co o dtiZ d Z CL r- N N N N N N N N N N r) uj- FI' 11, Z 0 z C4 a N Z N N N N Z N � Z Z Z W N N V v w I I J JrZ, u ® ❑ Z Z O 0 � C.9 >— v _ 0 3- 0 W Irr j > N - U f) I \C:) \ () 00 U to 0 ? LLJ ? -J Q 0_ � O � ^ + > F- ? I p w 0 � W � w p > to > 0 0 0 Q ® � U � Q Ld 0 I m Z = N W I ! N L d c N LL,Ir w— I ? U NIW a a a a j t` + n + J J J m -1 1 N N I 1 N N p p N- N � N + O p U) m 0 IN N U- U N MMl N C-4 ri.l O O O N a J o v N N N N M N N '� O Q N x N 1\ O � Z W U Z drfV 0 L " o o FL Ld om/ a > t v N M m n a0 Os N rcI db O p °a n Ylr_r i� logo~ lmr X11 4 r ...err w mmmmw rMAWr +oomm.r ..r `.mw "_low rmmomr Ymmrr rrW lammow r.�i to M to Ld \ N 4 x W ~ \Oil b M K N k U J 2 O O IL J = J JJ J N N Z m m D Z N N V, W N J }v O W Z N :D y ZI I= Q' 3w m Z F Q Q O O o � lr o w � , ° j F w � = o z 2 a z ° U' H2�: v N � v v Ham' MF v p O v v U ° N V J N N N N = 9 N \ t n O N Z ICE tr "� U 2 w cc ^ N °J I' li _j C4 a o 0 o tr a: r .� p N M to t0 m m OO � NN N f n z � •- � N N O CU L.� i i z_ z_ z aw z Z z z ca m m f m �_ O I- I- F I- 3 3 a 3 3 z 3 �i U I- Z N N of M .t O m tp °O N !L a Z ° N r 3 0 O Z v 0 Lt10 w w w w D� + I + I + I + I Q 0 F 34 Vaa0U Z Q 'rt cn c a w a O H N M ? z � � v v v v O- 4 Q ¢ Q a°p Ll Ei -I Q , N a Q Z .� E -D z o O o O 0 N to CL z NkZ N+Z z Z N N N W p z d N to W N *S z X z W - - - - - - - - - -j - - 3x w - - - - - - T - N*Z w I `� I h. ._r I Tl fT -1-1-1- n -I r- Fl D J -k S 9 - S 9 N9 N9 g Cq m ! m I !L -I- -I-7 JIQ IL _I_ _I_� Im I L T _1L .J I� I g - -C i'� p to zI 0 m � I - J I I I _ J I ' I I l a I A, it z W r) --1-- w -'-- V) L v I I r - 1(n I r I N I I I ! _._.I._ aJ W La '�R O /A Z -- O 1 I I f t'-1- -1- I I L _..!- I I f '1 I- - l I U O ,. U r� U ._ N _. z W LL£ i_Z_I J� I.L£.?_Z...! _I t! I J N8)f t7a L i ° a I WE t i I - I L Bd-kz a '� a n w VdVZ I- - - - -- Dd-kZ a rx LO LL m I ONE OM1 I p�j (n Vn1 OWf p Z N Z W 0 O_ f- 3 Ia- N N N M M «7 to N to N t4 N to t7 (n V) m m m m m ►m- � 5 D 0 Z s a a.-. w V) Q Z N m J g g g o v _ W o W1— w O Ltd g g I 1 w w w �n O W �i a a �d E Uv o 3 � Y z mm a N � o Z V) z o a ,� > > a p CL o Z O° J F Z N Q Q N m w p°j W W W Off W 0�7 Onf O�7 p ° Z d*Z dtiZ V o W J JZ W 7� 3 z N*Z z z z N-kZ E9 Ll o :3 z Z NC7 N C7 N O N p N N O ° ° o V) � d d J d d l I �I ,'!I r '� , ' �I `,_J t J t 1 tr 1 t t ¢ t o 1 t m t o t 0 o a I 9 ! o , a ! 9 I M ! a 1 ei I i° In- EL I IMi a ,•� to tL ,•� a a to a to a to a to o N E" M sF to d to n w C" O 11 N M to on n ^ n n ^ n n n ^ n n n °m co °D vo co 00 °D ul - z 0 _ N N n I I I I I I I I I I N I I I I I � Cil [n H a,-� V1 VN7 (� y VV) W to w w w ZT w z E z a a D a a a n- m :3 n- a m w O m Vj tri 1 to N w w w Z Li J z I o o I o o I o 0 0 ° < \ a n N _ M _ .r a a a o U v a of = a ° = a of x a S cn En C) m D I I g I I g I I = I I u 3 n- a N N a M M it d O of a n_ n_ a a o to 0 F, n n r n w u N O aMO ado to fr n fr rr� trtrrrrl,r +tttrrlr 1rt�rrr � war � `ter �r �.r ttt�tar tt�®r tatetar ttttwlotw r! irrri r�r t,rtta� vrtti m 0 0 rn o o a^ m = a zo z°N n 3 w N Y W W O Of m 0 In n-w I + Z m3 v v O W N Z W (Y Q CA W a 0 Z Z_ ¢_ O N ly O x cOD W N U ON Z3 L � = W 0O - � N -1 Q O CL O li J Z W }} O O 1+7 [D O vi d- NVI � OH [� V) ti N `- > _ I— 7 > > z 7 Z Z Z Z Z Z Z Z Z Z O (� O F JD a °a oa c� ao c� a a a a c� < a a z z Z aZZZZ -1z� O Z d N M 10 Os I� ° N M sf- In 10 3 3 d 3 3 Z I--- U < Q W\ ai a- z �333w 020 EL a zaa I-- Q It w Wa N 0 C, U V) 0 �Z o M . M � 2 O N t0 O N w to O N I Ill to to to w t0 N Il n n n m 00 a �. _.. __ ._ ... , Wrr z '�a 00 ! I D _IV) I I J W N Z i +.�L_I._� i Ca +..I r 1.I ! m m w q z w w tr U o \` `� \� L... _ _ � i � � N W m r� d' dam- t� Z r) O f- � 7 N� W V) AN311VO VIO2U Z W Z W O F- i. a d Z j i Q N v C7 N N Q V) o O {aJ DDS L OSZ w a- r h _ s N N O N � J O F- o Z z N N M M �t d- tD to r O P ap o0 mI C14 .mm� tmmV mmI N I mNm mmI mNm I m� mI N 1 N EL m m N to Z re) t I + I + I + I + i + I + I + I 'O 00 O J V) Q N V) iZ J J\ d0 dM d � LLB] to ❑ ® ❑ •- N M 0 •d. V) M a a d W N J J J J N EL IL I U I I I I �` L g Ld ED I N a a a I I I I > M o_W a a 00 Ld w w � H S' m 2 .7 2 O U p a IL tt,,..11 v x x x x a tr U N N M M to to W CO O Os N N N I N I N I N I N I N I N I N I V) m m m m m m m Z O v� N N C4 N N to n co N N N N N N M M M M 0 O O O O Z O O o O O O O O O O O M N M M M d" M W M f�/ M M M M M M M M M M d M M d M a0 M U M Q Q M M Q M Q M J M J r7 M M w 2 0_' m d 0_' I 0 I Y- � Z N m M a Ir I I I I m a a a W W x x x x a d1•Z d-kZ 9 m 0 O N M d In to 1l O m O N M s1 L N N N N N N N N N N M M M M M III rlYr/ I�1�1� Y vm� rim Timm rm wommor l mmom Orel I�I�Y o � W N Y W F p :3 O_ U z Z mm � Z ZN LLi LU Z U Er < Q O 30 W Q Z Z a a N O = N •- U O \ w Q C7 N EL 3 U = w Oo _� Na a o ONOr Ir m m 0� N N N Ln m Li.Fn Z Z " o 07 z 0 J O azz a - 3: L 0 - 3 3 � 3z J > Of _L o c� 3331r pZ� z � a- � Z O O O w � U U30 rJQ H w w 3ao � v � ZIx O � Q I OODD � Id (� i I iO W 2 0 Z M o vi w = w rr rr 0 N go LU co M O N � W E f- n Z N Z W rn O G Q 5 % W Z � � Q W W O > J N O I o Z z O N 17J cp N H N*Z 0 I— P NZ W m < Q J W W Y W w Q ❑ ® ❑ li Q J -J lil V)W W M lai I=i z J m Z J m J D Y o U � lQi O J t O -�La 31:ZO Q N Oa.. Q O O O N N O �7 J U- > J N W M Z m J W W N W W N W~ O w Z O O W ,"� Z O O W Z ((yiJJ Z Z 3 w O w w C7 O a O W O O O U)W O n N M 1-4- F cp n ID pf M It � n � n n n n n n n n oo m ao ao ao I J 1 I i I ! I I I I ! I I ! Y I z Q I i f Q i J I W I I I J ! I W I I I J ! q I 0 W I 1 U) 1 U I a I I Z I J I m I I �_„ I Z ! J 1 ? I '�+ I __ 0 Yo l Q o Z 3 ! p i W ! 3 ± o W m -'- N -1_ d ='- Q O - - _ _ U OJ N - N ~ - i- l=i N CC N - - J- W- "-�'_ Fes- I I- I I W w w W 1 !-/�I Z I Z I- .I I N I Z ! Z I N 1 N I n � J Z I 2 1 J I 1 (9 I C9 I Z I I Z I (� ! V' I Z I i W O I i W I 3 ! W I I I I W I I I I I ! O I I I O I I O I i 1 I O I I I 1 I 1 - F 41 Z z M I z I / U L` I Q J w v U d*Z ° r r r r r 1 W m G w ado Go I_ Ylr...11r NMOMW wm r vw� Holm" W� Irmmr ...ter *VMM IN ICU arr wxm l ..irrr ...+s ■amm.r rr..rlW �rrrlY &o m O O ao W m N W Y W \ I U � 2 o M 0 mmW z ZN F W ''' m Z U Ir 0 0 0 p Z Z a a N — M O = N U V) o O r9 N n_ U � ao -* NO LLI n_ O N 0 m m 0 Ir N N Q Z z z z aZZZZ r�4j0 1- 3 3 33z3 i0o cn F Q a a z_ dnn_ 3 i O :J or 4 Q W � U U 3 0 0 < w W F 3 < oa0 = Z0 It ! o - p f � Z W 0 z M W o z in w = w ul x ¢ O U d m t') ¢ Z M Q � 7 N W d UY �[) Z m z W O M F= C; H w a- V) Z Z) a- - s o > Li W o J n O Cil � D Z O N RIZ N*Z Z ou F- O (l) Nz w m < < 2 a dN- J ❑ ® ❑ n < LLI z z Z O O I-J Ih N J J n n n n n n n n n n aQ m K w J J W W W W W W W W W W W Z z Z Lt U. < < < < < < < < < ?O n n n n n d a n n, 4 IR m N aj� C v v v v v v v v v v v _ W 0 �No " 2 �bi z 0 C3 O O �.0 O O 0 O 0 O V)W IN M d F H F H -1 HO � W W O) O) W 0) O) N N N N N N ! { w ! w I I I I I I ! 1 I I ! U) Q < Q n- CL Z Z z Z O I O (/) N N) JJ J n .-� n .-. n n n n n U) ! m ` J J W W W ! W W W W W W W �') m � f �--'-- �_i_ �--i_ �_._i._ ...-i- N C3 f ! m Z ! p p ! p ! p ! t ! ! ! ! ? l ! m 0 0 I O O = _.. _ ._ _ - '-- - - - - - -- - - - --".T- - - -- ^ - -- - .a�-- -' -- 'q1!- - - --�,+- '- _. _-?='- - - --.�+x. ._ ._ ... as _ .fie_.. _ _.. _ax_-. -- -- - — In S F-- I 1 Z / U O z O a V dkZ d*Z 0) 0) 0 o a Q o 0 0 N N N N N N �7� J� "ONO" mftm� M W *OMEN" wammw somom sommo 1 wwwwo mom %owmas WAMUNNO a"~ somm rwA �nli 0 o Q \ � W Z N N O 10a1N0O lOalN00 lOW NO3 IOalN00 N C7 dnnd L dvind t dvind £ dy4nd NNOH IONA03 lOalN00 0 3NOZ 09C 3NOZ 069 3NOZ 069 3NOZ 069 NOIsnaLNI NOLLYILLN3A 3MMM Ol Ol Ol Ol Ol Ol (3HVdS) I I I I I I I I I I 1 ! I ! ! I I I f I I I I I I Z QJ LL g T T LO � ° JI HH HH HH = 0 ,— Om Z _ 0 Ia- C) 1a (9l) (9 L) (LL) (BL) (6l) NO (Lt) z M L—a0 t—a0 £—a0 Q Q*—aO 9—a3 L-80 R ° N oz o U,n ,L C4 to co z O N O J J J Z J J J DWq W W WJ 0 WIQ WW WW WI+ W I Z 0 �. Z U z Z z Z Z Z Z Z O U W n 0 01 01 01 0 01 0 01 O M g Q F-^ N 1 N N N z0 N I N_ NN NM Na Q Z a Q W �d oa o— oN OM oli o 0 0 0� Z F v w - OO �? N� 10 �� fr fa Ln? Lj loj �� z F-_ a w IL a a a ? a d a o w f, z fr U N N M M t0 tD GO to Of Of '- _ N N J D II I mmI mmI mI pmI I1 I I mI I mm1 mmI mmI mI mmI — F- F- F cc to M N N M W Z tp i� t70 pf O N M 'd' if) N N J N N N N N N r� O N J _j 4. (` O N Y Y Y C4 W Lo m m J N J M J J � J U v d' J dt Ir v v v LL. 0- , n a a a s �" g T V) I N M d n piv J 4 LJ- F- ') n D a EE N Z U W rn O 4 0i U IL p to in O LO N 0vUU d bt tD n N N N N N N d kZ u) N w N a_ V) J Z � � O III__H III W O Q N o = Z nf Q O � � Z ao N W t0 n. z N N N N Y W W U :3 2 J z N z O m m w Z w N ( N Z w fr LLJ tn c w Z Z_ Q a Z J ern C.4 PS Li 1_. \ p N z Z Z Z N O N N N N O N 2 W U � N O O N N M U DO -d' > I I d O W N Z r 1. N I I Ir W � J > _ U t o l \ �3 O3 N � v_� r J _ Of O N b EL N to + > M I r O W Ld z z z aaZZz m w ON9 II to CV > o f Q 0O V) O~ co 0 U 3 O 00 ® f Z w Of O_ 3 3 z N Z04 O'_ t;-j —I U 0 I O7 w AI Q Q• M E J _ I O J O �_ N c I tL � g z_ a EL I- 5 I Q d W U U 3 0 ^ .W W F-- 3Q Dd. 0 > N I I d In Ln _ Z + I I O 1 m �j to N U N W to \ F C4 p N O O O O It N N N N N N O La t/1 V) V) X: = O � Z W V O Y dV4V 0 L N -p U N M d Ln n tr O !2 N o � Op Q Q ww"Wo to-*- iommmo/1 womwtr 4ww l Ila~ sumom *Mow !ommoo WANNOW woomm -"-OVA* wlmIta "Woom fammoo 'mow ammmoo offowso �� o a N J J J��� J \ O Ld _ N m N = N W O N Y W ~ O O _ � 3 � � � _ � _ �j �Ot�77 Q J3 oN N �' �' C7 C7 J J Z m m i s O z M Z M O W m ()! ~ ^ .-. F ^ �. ^ ^ OOj ^ ^ Z I.._ W W Q 6 O 3 aV) v v 0V) v v O y v I QM v 1 W a' v O W� N WLIr N W� N �-' N O Z Q N z a O = N U o O \ a 0 N d 3 _ _ N N N N N N N N N a O W N Z O ~ (i O O } L m m � NN NNN COL N K K (LZ ZZ �Z J V O HHH t HHH----HH z_ 3 = U I— J ~ In Z:) CL a Z 03 � 3Ir m �v OE- za � Z _I O 0 0 0 o v o w � c� 0330 ¢ � ¢ �v a a a a w W F- 3 Q M d U = z OC Q CIR W O 10-- Q Z OQo < 0 z (nO z I ! az N N ir IZ a ! N I I �' I I m � ! ! W W I I W W Z F- ! I ZO � i I ZOO ir C I ! I I I i ! Q — I I N V) I I N V) I O Z I i O Z I I VWj Z ! ! -i W V) I ! O VN,I Z I ! O W Z ! I-. .. t F- I i F- ! i �yJ F I 1 F- 1 I �"' I = 1 z (O w _ Z X ❑ !_ ± +._1 !_+._! .'_!_, I r-+t r-I 1 I �_.!.± !._L__!J L ! -.1 i_...�_!_J 3 ''{ i 3 = _ w ! 1 ! I I ! I I I ! I ! IF ! ! ! I ! ! I ! ! ! I I I I ! ! O I I I I ! ! ! ~ 1 I ! I I ! ! 7 N W ! I ! I I 1 I ! ! I O> I d- tr N I v I I ! ! A I I I I 1 I w 0 c I-- O O N M O O CD n O W W O O O N M O d O Z p O O O z O O z O O z 0 p z z z in Q LL �SI �_ G O Er LL! o m p tD n n ION I I I D m a � z z + I + I + I + I + I + I + I + I < O O 1 m J m Q Q N - O O O O O O N Z m �cn J �cn N4Z N-kZ ❑ ® ❑ N N N N N N I ! I I 1 I I I I I ! I I 1 I Ir lL m t -- r, !! Y)It -t t r t l t l r t l r!! - "1 r! t q W o t 1 t o 1 tK 1 a 1 0 1 1 9 t o 0 9 1 IY I I d I a I n f a ! I = I n I N I N I a I M M a a .I a I a a I V) vI V) vI 1 a 1 I VI I 1 m a a a U) En a to sn a w cn F- ° n n a ^ a n °n° a ^ a coo m a m a ccoo z coo ago V) Z O N N M � V C14 N N V) UP M- m 0 m 0 m D A m mw !Y n �^� V) V) N V) V) (n W W LL) t.j W W Ir a' � Z T Ir Z a a Z a a Z a a Z a a J Z W a W W W W W W W W W W W W Z �W O Z Z Z Vi Z I/j z Z Vi Z Vj z Zvi Z Vj Z Zvi Z Vj O Z (n NO N I NO NO N I NO NO N I NO O _O N I NO NO D m N z U� O �j Oa OD 0 = O o0 0 = ON O9 0 = OM OO 0 = 3 - of n. LO In 0 In Im O! Of Of CO) O) W m m 2 FL M rn M M M to In In to to to to to to Z 0 W oc n- I I a I I a I I a 1 I _ v 3 a a N N M M N 9 0 CL a a a a a a a m CL O N M to to n aO O1 O N M O n n n n n n n n n ao no no no ao co + to-ow tttutnnr 1"Momw ttr1►'# WANOMw Iortam tau."" OrAMOU waxwo WAPMN Y tor.r "No-o t tttwttms -100000 at~ awww9 M am moo �mf+ LO M M 0 o O W LM N W V j QQ M r% J m 3 13 ZN ZO m w Z cV z C- (rQ o 0 0 a O Z Z Q C N W Z It O g S N 0 O 0 \ ul c� NaZ3 F W W N N O a_ O tL 0 Z Yw- N a O f m m O to � CN CN !D � Fn C7 C9 W 0 0 2F J < 1- Z Z Z a Z Z J_ J 3 3 n- � 33z3 = OF- J L ( J F- a S Er Ir a ca x x ' mo OZ— x g Z d d F-- m s O OZ ¢ UQ v w oa ¢ 3 7_ 1' Q I � D Lo 7- V3 Cy CL z W w w w w wOw 2 !z QJ JQQ aQ� Z Z Z Z Z 0 O O p O N O v � w Z V) v U U N N N N N N 3 x v w a O q O p O 0 z I 1 I I I r,Inj r) ° O U In U U ul m EL EL CL IL IL w~O g g g g > > > 7 � V o n-LLI N o C w LJ a d a d a a a a a a d d I ryv OJ DJ = O OJ Q En C7 r p N n�l N 0 H-�'O N M d' to w r- co O 0 t0 m tM0 r¢O �_ Z rn O rn In In to N q in In K) In t0 _ _ _ �.L� Y Y Y Y Y Y Y Y Y Y Z Y N Y N Y N Y N Y N Y 4 J 4 Q q� 4� j 0 0 0 0 X0.1 r0n 0 Imo^ w d U U CJ V Q' of w m � M 1'7 LO in in V I J 3 N 3 M 3 3 3 N M r, O ,n 1 _ N I _ N Z EL a a a a u v cn w _ s J J m J M J 7 J g J J J J S` J O J J w J J J Er J Ir a U tL N d rVj a a Lcl �- d N �- � a a- m O vqi � a u O rn rn a m O m n. a a a a a a. a a a J ,.� o M x M J m ° In = In o Q d.kZ d-kZ ~ r0 N M �- In co I� a0 W O N a M' 'd' in - I-- In In rn rn to In 1n In rn t0 f0 c0 r0 fD CO Z O N W to V Z W F- o V) nZ W J -I :3 rn RkZ V) RkZ ❑ ® ❑ cn w w QJ w(n Of V- W CJ L N Q N w JZ W O W Z F N LO O 1 .._ ... - On T - - - - - -T- - - -q- - - g - - - @ -T_. _ _ -t- - T - 7 1 g I Z 1 Z I I I Z I I 1 Z 1 I I I 1 0 1 o a w l > w I a w I w l > w 1 (L w , w 1 } w I a w , w l o w I J Z I`' I Z Z Z J Z O Z Z J Z p Z O Z J Z QQ Z Q O I O I_0 o l a 0 I_ O I_o O I._.< O_{- O {- O I._� O-I -W o f-I' ._ N- - N'-' N- -IL N_.. IN N- la.. N N- N._ IL N tr N- I w !- I O I O I-6 O ! O I O I- O I -N 0 ! p I O 1....M O i- d 0 I- a I ,I I,I r t I d N I d in I a 1 d C4 0)O I d tQ 1 a rl7 I a ff) 03 0 i d rn i a M i LO I O I I O I O I I I 1 I I I 1 to I I I I I I I I O a r7 rN rr) M N M .t rn m n rA C" M In Z O N N M M rfl rn c0 c0 in Of _N N m m m m m m m m m m m m m m m V) F- F H F F- F- F- t- F- ►- � F F- F- :D - Z to W w O O 0 w O W d a 3 w W } W W W }} W W W } W 7 W W w J ��..,_.� W \N rn Z ZJ ZJ Zi7 ZJ ZJ ZO ZJ ZJ Za Z - (n NO Y FF F N � N > 0 ;;t N W O � OQ O � 09 OL� OtLI OL ? Z Z U OI WU J N J N lL N N J NIL N N Z EL Uv 0 O w f- -1 \J 0 O � 0 � O 0 � ON O O - Otnd � g EL 0 fa 01 0 fn �_ J W O W t o Ln Z a s L a u°Ii Z rrO1i a I°In a � Z M M M FL Ln D LO V) tL � O o) O U U a H a °M- J r0j M M M 0 0 � 04 Ir I M��rI�M 00-Vo CMS iriomw0 IWAP--V rti..Mr DIY VAN.420 MAMrO11 "Mosr *MEOW err was.-Mom *a~ UVINrOO r+orrgllr Imummo l WAwys �1Mif W N Y W t= o� o Z mm3 Z ict W m W �`' c7 Z W w Q Q Elf o 0 0 o z 0- EN 0- � O 2 N U O 0 \ N O U N a 3 V W J co _ N W_ _ J IL d- m m � N N N Vl ® L, C7 C9 wU C7ZZ I U O z z z a z_ z 33z J F- I J _ q Er EEO O F- U) a a zaa3F m0v � z C3 O W - U U30 U Q w w r- 3q 0M L) of = O0 I a0o Er- 0 ~_ Q ing ! a LLJ R 3 0 z w W ° Z N W Q W If If d 2 O U N CO m M d� Z o 7 N W d � � n Z m z W rn O F- 0 w J_ W 0 m Er _ ° F- z � O N N go NIIZ N*Z z F= °o V) '° w Z c0 N J J ❑ ® ❑ V)W q q ° < w Y F-J � Y N U 2 Z J m 0 Z ul 7 Q � Z0 N ►- q a o Ir � w —O Z z a- z w Ir I M z 0 La w z W F- Z W U W FW z z z w w �0 w O 0 U)W O Ln to I 1 !n_ q a ° q ¢ J I p Ld Y I � I N I U I W I 1 z I J I m ? l 1 U) O I I I Z I � ! li 1 I ,Q � - - - '- -' - a -'- a-'- 3 -'- -' - w -' - w -'- I 1 I of Er I z I I I Z I f 2 LL m Er- i I z I W W I W f WW I z I W I W C I U, I 0 I C7 I C7 f I ! 1 I 1- Z_ Z M Jkz d+Z ° LO to r 000 00 aNO ou ou m Mrrr IY...r domwomw err #&IN~ Agrrr wrmmr r...Wi .r.ir ormulp WP-NW wWO +A~ Now~ mumrff WAS8000 App en dix D --- - Clty ofRenton Standard Details 91Y11 I \w FILTER FABRIC MATERIAL 60" WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH �+► FABRIC TO WIRE. 2" BY 2" 14 GA. WIRE FABRIC OR EQUIV. r BURY BOTTOM OF FABRIC 2'-O" MATERIAL IN 8" BY 12" TRENCH 5--0" 2,-6" 6' MAX U w FILTER FABRIC MATERIAL 2" BY 2„ BY 14 GA. WIRE FABRIC OF EQUIV. iwr 2'-0” PROVIDE 3/4" - 1.5" WASHED GRAVEL BACKFILL IN TRENCH AND 5'-0" ON BOTH SIDES OF FILTER FENCE 12" air FABRIC ON THE SURFACE. --{ 8" MIN. .Mw 2" BY 4" WOOD POST ALT: STEEL FENCE POSTS. BRUSH BARRIER NTS tw NOTES: 1. FOR SHEET RUNOFF OR FOLLOWNG DISCHARGE FROM A 5. THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM SEDIMENT TRAP OR POND. DIAMETER WASHED GRAVEL. wo 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE LINE 6. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY IS 1.1. HAVE SERVED THEIR USEFUL PURPOSE, BUT NOT BEFORE 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO THE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. FENCE OF 100 FT. 7. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY arr BY WEIGHT, I5 FINE EACH RAINFALL AND AT LEAST DAILY DURING 4. IF 509 OR LESS OF THE SOIL PARTICLES SMALLER THAN THE U.S. STANDARD SIEVE N0. IMMEDIATELY.IARAINFALL ANY REPAIRS SHALL BE MADE 200, THE EOS SHOULD BE EQUAL TO OR SMALLER THAN THE SIEVE SIZE THAT 859 OF THE SOIL CAN PASS THROUGH. r FILTER FABRIC FENCE DETAIL GAT Y o ADOPTED CITY OF OF RENTON i STANDARD PIANS low �'j` r O !ST DATE:04/04 DATE REVISION BY PPR D DWG. NAME: B066 SP PAGE:B066 WO. w ' E wIr i1Mr DROP INLET WITH GRATE STAKES �STAKE >w FILTER FABRIC we WASHED GRAVEL FILTERED WATER RUNOFF WATER +Irr WITH SEDIMENT ow 1z \ \\% _,y.. Ww BURIED FILTER FABRIC 8" FILTER FABRIC wr ills rr► NOTES: 1. EXTEND THE FILTER FENCE/WIRE MESH BEYOND THE INLET OPENING AT LEAST 18" ON ALL SIDES. low 2 PLACE 3/4" TO 3" GRAVEL OVER THE FILTER FABRIC/WIRE MESH. THE DEPTH OF GRAVEL SHOULD BE AT LEAST 12" OVER THE ENTIRE INLET OPENING. 3. IF THE GRAVEL FILTER BECOMES CLOGGED WITH SEDIMENT, THE GRAVEL MUST BE PULLED AWAY FROM THE INLET AND CLEANED OR REPLACED. AN ALTERNATIVE APPROACH WOULD BE TO USE err THE CLOGGED GRAVEL AS FILL AND PUT FRESH GRAVEL AROUND THE INLET. 100 FILTER FABRIC FENCE it INLET BARRIER Gti� o ADOPTED CITY OF RENTON + d � STANDARD PLANS +0w jV T LST DATE:04/04 DATE REVISIOR BY PPR D DWG. NAME: B069-1 SP PAGE:8069.1 1 y FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR I COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER +rrr SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4- MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5- STORZ, ATTACHED WITH 1/8- STAINLESS ww STEEL CABLE 1-1/4- PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY—MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL PUMPER CONNECTION TO FACE.ROADWAY OR AS wo DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. 18' TO 20 BEHIND BACK OF CURB OR 12' BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB TWO—PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER ar EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8' TOP SECTION 4.875' x 5' STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE BD90). O MAX low MIN 2� RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO—WAY BLUE. 42" MIN CONCRETE BLOCKING BURY *w 'y, MAIN LINE TEE. WITH 6' FLANGE SIDE OUTLET. 6- GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT all 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16' x 8' x 4' 2-3/4' COR—TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. MININUM CONCRETE BLOCK UNDER HYDRANT —1/2 YARD WASHED DRAIN ROCK (3-TO 3/8') MIN. sm 1' ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL d FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND wrr MIN 3' RADIUS LEVEL ALL GROUND MIN 3' RADIUS 1 L4.875" °<o 6 1 ONE MAN ROCK � 1 low . 6� FI LL CUT ow HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL ADOPTED G CITY OF REN WN SPANDABD PLANS LST DATE:04/04 DATE I REVISION BY APPR D DWG. NAME: B102 SP PAGE:B102 Iwo z z h � pV 2 m aw F fL w N Z Z r� tg F �� c O oW WR'=u 47 �dpym 4 Zm Wp lil o D U Z ow i Q c+HO F a Q a ZZ' � V p U� w z ai 5 SAN pa°Q E a 0 CA g w c W lu m z w F w UJ H N Z W V d < >3 6' �--a p < w , 00 LU I 4w � z w a b i i.w W i 0 a �k ; y•. _ �q o Zo K 8 z zO W " z7 09 Z5, VHt� 8Q U V �d ` , • J ZO e �W Zfn > �•y-i 1 00 bj V o_ K y L f� aw r $ t $ � ul d VZ b y F Z A (0 1 a ui 9 d H L ' A V 0, s FyLL, Wei w 3] 2 w �'_ d r d YZW O< h b fQj ��� b 05 > d _Um Ow IN 4 O Uj o ZWV Ix ui d e Oj " d �� S m UJ p r1 W ZQ a V low 0 m mm a Zm >b f.^, •<� LU o t�LL z mV OV h � n+ W U.a FW > U U $a >6�22yuSS <~ t2 U.ilMi N l .LL =V d A 3g Q V a .9 00 �F Srw J•A V m W w ME O LL m Z R C t/D 400 I +rr i aw DRIVEWAY (BY OTHERS) CEMENT CONCRETE wo CURB.& GUTTER CEMENT CONCRETE (SEE NOTE 3) PEDESTRIAN CURB (TYP.) RAMP WITH 12H:1V ++w► SLOPE (TYP.) CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER ar (SEE NOTE 3) TYPE 1 ti ISOMETRIC VIEW Aw SEE SHEET 3 own DRIVEWAY rrr (BY OTHERS) CEM. CONC. CURB & GUTTER VW (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) so CEMENT.CONCRETE DEPRESSED SIDEWALK CURB & GUTTER (SEE NOTE 3) wrr TYPE 2 N ISOMETRIC VIEW SEE SHEET 4 .. wr ,ow NOTES: 1. When the driveway width exceeds 15 feet, construct a full depth expansion joint (see Standard Pion F-3) with 3/8" joint 400 filler along the driveway centerline. 2. Construct expansion joints parallel with the centerline as required at 15' maximum spacing when driveway widths exceed CEMENT CONCRETE DRIVEWAY ENTRANCE 30'. See Std. Plan F-3 for sidewalk details. '"" TYPES 1, 2, 3, & 4 3. Curb and gutter shown, see the Contract. Plans for the curb design specified. See Std. Plan F-1 for curb details. 4. Avoid placing drainage structures, junction boxes or other y Sheet 1 OF 6 ADOPTED r"r obstructions in front of driveway entrances. ti CITY OF RENTON + + STANDARD PLANS low N T O$ LST DATE:04/04 DATE REVISION BY APPR D DWG. NAME: F004 SP PAGE: FO04 low a. f I BID ITEM 5'-0' 2'-6' VARIES — 14' MIN. (SEE CONTRACT) 2'-6' 3/6" EXPANSION JOINT (TYP. SEE NOTE 1 DRIVEWAY ENTRANCE (SEE STD. PLAN F-3) SIDEWALK tirr CEMENT CONCRETE c (TYP.) SIDEWALK I ow zi I , J m iY4 DRIVEWAY CEMENT CONCRETE 5'-0' 2'-6' TAPER (TYP.) D DRIVEWAY ENTRANCE CURB do CUTTER SIDE SLOPE (TYP.) (SEE NOTE 3) PLAN VIEW aw PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 7 NOT TO SCALE low VARIES — 6' to 0 DRIVEWAY DRIVEWAY ENTRANCE ENTRANCE wrr 7-6' VARIES — 14' MIN. SIDE SLOPE SIDEWALK DRIVEWAY TAPER (SEE CONTRACT) VARIES — VARIES— 5'-0' to 0 0 TO 7-6' VARIES 2' 6' to 0 .o r io alllw CEMENT CONCRETE 3/8" EXPANSION JOINT(TYP.) SIDEWALK SECTION O (SEE STD. PLAN F-3) iMY Y111 Wyy 4'—O' 6'-0" 1/2' R (TYP.) ` ' DEPRESSED do CURB GUTTER 1O (SEE NOTE 3) 3/8' EXPANSION JOINT DRIVEWAY (TYP.) (SEE STD. PLAN F-3) (BY OTHERS) SECTION OD low CEMENT CONCRETE DRIVEWAY ENTRANCE to I' TYPES 1, 2, 3, & 4 Sheet 4 OF 6 low (rcADOPTED CITY OF RSNTON STANDARD PLANS low LST DATE:04/04 DATE REV151oN BY APPR'D DWG. NAME: F004-3 SP PAGE: F004.3 i +rr s rlit �v tics 5' G BROOMED FINISH 0 4" WIDE, SMOOTH 0+ 5 TROWELED PERIMETER aw 5' E 0 5' G v Wlrl Q 5' CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) 00 NOT INCLUDED IN BID ITEM 5' " E G CONTRACTION JOINT IN SIDEWALK ONLY qn EXPANSION JOINT IN BOTH CURB AND SIDEWALK wr JOINT AND FINISH DETAIL +wr SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) �r SIDEWALK VARIES - 6' - 0" MIN. (SEE CONTRACT) wo 1/2" R. (TYP.) CURB NOT INCLUDED 2R 2%_ IN BID ITEM urr' � 1/4" PREMOLDED JOINT FILLER CEMENT CONCRETE SIDEWALK ADJACENT TO CURB rfl� CEMENT CONCRETE SIDEWALK SHEET 1 OF 3 low Y o ADOPTED rG CITY OF RENTON + + STANDARD PLANS I�T o IST DATE:04/04 DATE REVISION BY APPR DWG. NAME: F005 SP PAGE: F005 *IW 1/2"X4" EXPANSION MATERIAL AT JOINTS +w N1/41 X4" EXPANSION MATERIAL R AT JOINTS CEM. CONC. CURB AND GUTTER r SCORE LINES TO BE RADIAL W TO CURB AND GUTTER + 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS er SCORE LINES 8 B "W-WIDTH OF SIDEWALK "- >rrr *W �r ww 1/2"X5" EXPANSION 1j4"/FT. SLOPE MATERIAL CURB RETURN �w ONLY 1/2"R 1/4"/FT. SLOPE 1/2"R 4" 1/2"R PAVEMENT AS PER PLANS Orr 4• 1 PAVEMENT AS PER PLANS 1--STANDARD CEM. CONIC. PARKWAY L STANDARD CEM. CURB AND GUTTER CONC, CURB AND GUTTER SECTION A-A SECTION B-B SEE SHEET 25.1 FOR ROADWAY DEVELOPMENT STANDARDS rENERA NO s JOINTS DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15'C/C NOR LESS THAN 10•C/C. THEY SHALL NOT BE LESS THAN 3/18'IN THICKNESS AND SHALL BE EXTENDED 2'BELOW THE GUTTER LINE. 1/2' THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1' BELOW CONCRETE WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND GUTTER• THE JOINT SHALL BE A COLD JOINT. 1/2'X 5"EXPANSION MATERIAL SHALL BE PLACED FROM P•C.'S TO P.T.'S AT ALL CURB RETURNS. /2'X4'EXPANSION MATERIAL SHALL BE PLACED AT EWRY FOURTH SIDEWALK PANEL lm THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REOUIRE) 75 OF CLASS B(3/4')PATH AIR ENTRAINMENT. THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2 1/2" TOOLED FINISH. tiYA SUBGRADE COMPACTION SHALL BE 90%(MODIFIED PROCTOR), TYPICAL SIDEWAIX ti ADOPTED + CITY OF REMN i STANDARD PLANS TSP DATE:04/04 DATE REVISION BY PP DWG. NAME: F007 SP PAGE:F007 too i ftw RADIUS POINT OF �—CURB RETURN v1r aw CGS rRT cG Air AcFJ aw CEMENT CONCRETE 3/8' EXPANSION JOINT PEDESTRIAN CURB (SEE STD. PLAN F-3) ow A 6'-0' RAMP i 0 0 in- aw X LANDING CROSSWALK y Y C (SEE STD. PLAN H-5c) DISrANCE a1w FROM P.C. DETECTABLE WARNING PATTERN (SEE DETAIL) SIDEWALK RAMP TYPE 4A PLAN RADIUS �i11r (AT CURB FACE), X Y 20 FEET 6'-1 3/4' 2'-7 1/4' 30 FEET 7-11 3/4' 4'-8 1/4' e� 111r 40 FEET V-5 1/4' E_5' � a 50 FEET 10'-8 3/4' T-11 1/4' 60 FEET 11'-10 1/4 9'-3 1/2' ISOMETRIC VIEW �70FEET 12'-103/4' 10'-63/4- 8D FEET 13 -10 1/2' 11' 8 3/4' low 90 FEET 14'-9 1/4' IT-9 3/4' 100 FEET 15- 7 1/2' 13'-101/4' 41M NOTES- INTERMEDIATE RADII CAN BE INTERPOLATED 1. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 2. Detectable warning patterns may be created by any method 1rr that will achieve the truncated dome dimensions and spacing shown. SIDEWALK RAMP TYPE 4A 3. Curb and gutter shown, see the Contract Plans for the curb SHEET 1 OF 2 design specified. See Std. Plan F-1 for curb details. err 4. See Std. Plan F-3 for sidewalk Joint placement and details. Gti O ADOPTED 5. Romp slopes shall not be steeper than 12H:1V. CITY OF RENTON STANDARD PIANS LST DATE:04/04 DATE REVISION ]APPR DWG. NAME: F014 SP PAGE:F014 r s'—o' CEMENT CONCRETE PEDESTRIAN CURB Wrw in (SEE STD. PLAN F—t) VARIES TOP OF 0 TO 6' TOP OF ROADWAY ROADWAY CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB &SECTION O (SEE NOTE 3)) RAMP (SEE NOTE 3)) �. SECTION �C 3/8' EXPANSION JOINT (SEE STD. PLAN F-3) 6--0' *W NCRETE RAMP CEMENT CO SIDEWALK 2' — 0' LANDING TOP OF ROADWAY urr •. I s' DETECTABLE WARNING DEPRESSED PATTERN (SEE DETAIL) CURB & GUTTER ow (SEE NOTE 3) SECTION BO SHALL BE YELLOW. IN COMPLIANCE WITH STD. SPEC. 8-14.3(3) ETECTAPLE X/ARNjNG PATTERN AREA B RAMP A Iwo d o MMI. MAX. e v as ""' A 1 5/8' s 3/8' - �I' ° B TRUNCATED DOMES SEE NOTE B 5/B' i ,/y' PLAN DETECTABLE WARNING PATTERN ) C 7/16- 3/4' L c DETAIL rMr D 7/8'r 7 7/76' (^ ar�r ELEVATION SIDEWALK RAMP TypE 4A SHEET 2 OF 2 .w ADOPTED CITY OF RENTON low `�� STANDARD PLANS LST DATE:04/04 GATE REVISION BY APPR Q DWG. NAME: F014-1 c: SP PAGE F014.1 +r � v 0 0 L.Li Ou- _ vw w } o � LL- Nov Qw w N OO W _ z o N wwJ z � v~i L`' za o 0 + . OOQ ODO mw 0rf C7 f1 ~ w C9za ° � aoo o 0 oo �° zoz � w 0 g a EzzO O -� a¢°5� LL, cn d Z Z O (SNOTS OAQ '210 'NIW „0-,9 ° Z v Am NOIS 3N0 '810 'NIW .0-,L z cr ES w - -- wr O C LLJ _J ao D w F- r E-- 0 w ° Jo 0 cn Z w+ z� x0 J Q ow lIVHdS`d 3O 3003 d � d � 0 F- 98no .3O 30VA Z d _ ww z Y C J L� aw ...I _o U ' 1 20t9 ®®®® ® z cz: rrr X O m d' LL s rwr (SNOTS OAU) '810 'NIW „0-,9 a (NOIS 3N0) a� C3 z rr UO e: Y O Q O I- (n yr arr cb 0 a to Q.. - Az o Q a W bo . a� p, + W wr H z + 4 A Now om v v N W 0 Z , aw cli W Z � �w J Q O ' p ° C9 v. ►- N W W to Q Q _ W 0 o V, N r Z Z Q yr � 'g 'O N W cli � a o . o tow f cf) — Z ww 3• � h I, ijv, Z _� J Q , °N X N 0 'n 0 Q Q O m o � 0 I Z t low o 3 ,. ow _ -s _Rotors l r Full-or Part-Circle Rotor Pop-Up Sprinklers Falcon° 6504 Uncompromising Performance 'Primary Application ' Parks,athletic fields,cemeteries,schools and commercial sites- Large turf areas with spacing up to 65 feet(19,8 m). With the Falcon 6504 rotor you can have it all—superior distribution,reliability and durability!Rain Curtain" nozzles maximize performance and coverage.A multi-function wiper seal and tapered riser keep the stem clear of debris, providing long-term aw protection.Plus,heavy-duty construction makes the Falcon 6504 one of the toughest rotors in the field.Available in full-and part- circle models with optional stainless steel riser, the Falcon 6504 rotor is ideal for large turf sites such as parks,athletic fields, cemeteries,schools and commercial applications. Features •Stainless steel riser option helps deter vandalism on public turf areas. •Five-year trade warranty. • Easy arc adjustment(part-circle model)through top of rotor from Y 1 400 to 360°. •Water-lubricated gear drive for reliable, durable rotation. r •Heavy-duty,stainless steel retract spring ensures positive pop-down. •Standard black rubber cover or optional purple rubber cover for non-potable water. +r •Removable Seal-A-Maticr"'(SAM)check device prevents puddling and erosion caused by low-head drainage. •Eight color-coded Rain Curtainr"'nozzles offer greater design Falcon_ flexibility. •Rain Curtain""'nozzles have three ports for optimal long-range, 6504, Stainless P P mid-range,and close-in watering, for green grass even in the heat of summer. IVW •Nozzles are interchangeable from the front with no special tools. j •Self-adjusting stator does not require replacement when changing nozzles. F4FPC;!SS HS;'16 Prr •Ratcheting slip clutch mechanism provides vandal resistance. •Radius adjustment screw allows radius reduction up to 25% "�*��o OP6aal, Optional :opdonal .�aaaa mss" without changing nozzles. w Small 2"(5,1 cm)exposed diameter reduces possibility of injury `soy in play areas. � � ��.INDh 'Nauleslze'' Model ,��BPeed{�16.}r t;.� � No�fM'non-USePWlcahons ltls' 1' ;aegesseryJo;specilyNPTorBSP 82 www.rainbird.com 2005-2006 Catalog ow w r FINISH GRADE �—III----I III POP UP —� SPRINKLER HEAD PVC NIPPLE (LENGTH AS REQUIRED.) PVC ELL 12" PVC NIPPLE ow LATERAL TEE OR ELL to ELEVATION PLATERAL 3" PVC NIPPLE —PVC ELL PVC NIPPLE RINKLER HEAD OR QUICK COUPLING VALVE (IMPULSE PLAN OR ROTARY TYPE) ow IRRIGATION HEAD a SCALE: NTS