Loading...
HomeMy WebLinkAboutContract r CAG-08-001 R Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the 4' Contract, and Specifications CAG-08-001 TIB Project No. 8-1-017 (069)-1 4W TIB Project No. 8-1-017 (069)-2 Award Date Northwest cascade,Inc., 10412 John Bananola Way E./P.O. Box 73399 +rr Award To Puyallup,WA 98373 t (253)848-2371/848-2545 Fax (800)562-4442 $10,080,569.23 to Award TlatP Marrh 17 7MR 'W Y O� ♦ !9 ♦ rrn �Jt Volume I of III NT Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Southeast 107th Place to 4w Newcastle City Limits ow General Bid Information: Submitted to (425) 430-7200 City of Renton City Contact: James Wilhoit 1055 South Grady Way (425) 430-7319 Renton, Washington 98057 Consultant Contact: Jim Guarre (206) 431-2300 fm Submitted by BERGER/ABAM E N G I N E E R S 1 N C. �w Job No. FAPWT-04-032 Conformed ..r FAPWT-04-033 21 March 2008 aw CITY OF RENTON RENTON,WASHINGTON w. CONTRACT DOCUMENTS for the .w DUVALL AVENUE NE/COAL CREEK PARKWAY RECONSTRUCTION SE 107th Place to Newcastle City Limits PROJECT NO. CAG-08-001 "" TIB GRANTS: Project No. 8-1-017(069)-1 AM Coal Creek Parkway/Duvall Avenue Phase 3- Renton City Limits to Newcastle City Limits Project No. 8-1-017(069)-2 err Duvall Avenue-SR 900 to North City Limits Conformed 21 March 2008 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS 14 4W PLANS 4W CITY OF RENTON 1055 South Grady Way Renton,WA 98057 .r CITY OF RENTON +. Project No. CAG-08-001 Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project 4 INDEX VOLUME I OF III AV I. CALL FOR BIDS II. INTRODUCTION "" I. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON aw 4. SCOPE OF WORK 5. VICINITY MAP 1W PROJECT III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL g„ 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM ow 6. NON-COLLUSION/ANTITRUST/MINIMUM WAGE 7. SUBCONTRACTOR LIST FORM 8. RESPONSIBLE BIDDER DETERMINATION FORM IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT ww 3. CITY OF RENTON INSURANCE INFORMATION(INCLUDING SAMPLE) 4. CITY OF RENTON STANDARD ENDORSEMENT FORM 5. CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT s V. CONTRACT SPECIFICATIONS L AMENDMENTS TO THE STANDARD SPECIFICATIONS 2. SPECIAL PROVISIONS VOLUME II OF III APPENDIX A- PREVAILING HOURLY MINIMUM WAGE RATES APPENDIX B-STANDARD PLANS APPENDIX C- PUGET SOUND ENERGY TRENCH/DUCT/VAULT CONSTRUCTION STANDARDS APPENDIX D- SOILS INVESTIGATION D1 SITE PLANS (BORING LOCATIONS) FIGURES 2-8 D2 FIELD EXPLORATIONS D3 LABORATORY TESTING APPENDIX E-STORMWATER POND El FIELD EXPLORATIONS " E2 LABORATORY TESTING E3 SLOPE STABILITY ANALYSES APPENDIX F-DUVALL PROJECT PLANS 4W Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project Table of Contents +r u Conformed 21 March 2008 40 CITY OF RENTON Project No. CAG-08-001 Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project INDEX VOLUME III OF III VI. CONTRACT PLANS DUVALL AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION CONTRACT PLANS (For Construction) wN go No 10 wr err to +w Duvall Avenue NE/Coal Creek Parkway SE Table of Contents Reconstruction Project iii Conformed 21 March 2008 �r iwr �r wr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction r• SE 107th Place to Newcastle City Limits wr I. Call for Bids 1 r CITY OF RENTON Project No. CAG-08-001 Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project CALL FOR BIDS ISealed bids will be received until 2:30 p.xn., 26 February 2008 at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room No. 737 on 1055 South Grady Way, Renton, WA 98057 for the Duvall Avenue hNE Coal Creek tParkway iSE Reconstruction project. air The work to be performed within 375 working days from the Notice to Proceed date. The work is to be performed to physical completion within 345 working days from the Notice to Proceed date under this Contract. �w The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the Plans and as described in the construction specifications, to include err but not be limited to: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (except any materials, equipment, utilities, or service, if any, specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall include the reconstruction and widening of approximately 3,800 linear feet of MW Duvall Avenue NE/Coal Creek Parkway SE, including but not limited to, grading, planing, asphalt paving; construction of concrete curbs, gutters, sidewalks and retaining walls; construction of storm drainage conveyance, vaults and detention pond; signing and striping; up illumination, traffic signal at Northeast 21st Street, and conduit/junction boxes for future signals; sewer and water main upgrades; installation and maintenance of erosion control and traffic control measures; franchise utility undergrounding; irrigation, landscaping, and all other work necessary to complete the project. rr 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 +r The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid Documents will be available Tuesday, 15 January 2008. Plans specifications, addenda, and plan ,,,,,, holders list for this project are available on-line through Builders Exchange of Washington, Inc., at htt-p://www.bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works"; "City of Renton";"Projects Bidding." (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the Bidders List.") Contact Builders Exchange of Washington at 425/258-1303 should you require further assistance. A prebid conference will be held in conference room No. 511 on the 5th floor of the Renton City Hall on Thursday, 31 January 2008, at 3:00 p.m. Prospective bidders are encouraged to attend. If a bidder has any questions regarding the project, please contact the Project Manager, James Wilhoit, at 1055 South Grady Way, Renton, WA 98057 or 425/430-7319. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. fa w or Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project Call for Bids Conformed 21 March 2008 ow The following is applicable to City of Renton projects. DISCRIMINATION PROHIBITED: CONTRACTOR/CONSULTANT/VENDOR, with regard to work performed under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex, the presence of any physical or sensory handicap, or sexual orientation, in the selection and/or retention of employees, or procurement of materials or supplies. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall wr apply. err Bonnie I.Walton, City Clerk ftr Published: Daily Journal of Commerce 15 January 2008 Daily Journal of Commerce 22 January 2008 IV Daily Journal of Commerce 29 January 2008 10 +r w+ go 10 40 IN 1r qW Duvall Avenue NE/Coal Creek Parkway SE Call for Bids Reconstruction Project Conformed 21 March 2008 40 rr VW iw +ir err City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits II. Introduction OW T rr +� INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids air 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. +rr No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 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. a► 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. awr 3. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price ;V 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 40 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 40 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 air 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. a. 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 enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. .d+ 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. aw 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. ar 11. Payment for this work will be made in Cash Warrants. ++w Duvall Avenue NE/Coal Creek Parkway SE Introduction Reconstruction Project Conformed 21 March 2008 ar 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, w► worker's compensation, public liability, and property damage) as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 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(1) "Retainage." 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 10 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. 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 therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, 1W 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 up prohibited. 18. Payment of Prevailing Wages No In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in �r 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 is 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. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. rr Duvall Avenue NE/Coal Creek Parkway SE Introduction Reconstruction Project Conformed 21 March 2008 tirr 4W 20. 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. 21. 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 Amendments, Special Provisions, and 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. •rr a. WSDOT/APWA"2006 Standard Specifications for Road, Bridge and Municipal Construction" and"Division 1 APWA Supplement"hereinafter referred to by the ,r abbreviated title "Standard Specifications." 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. rrr 22. Soils investigations have been completed; copies of soils investigation reports are included in Appendix D and E. Upon approval of the City, the Bidder may make such subsurface .r 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. 23. Responsible Bidder Determination Form A. The Prime Contractor must have five years of Prime Contractor experience within at least two of the primary fields of work as defined under the "Responsible Bidder Determination Form." .w 1. Roadway Construction 2. Utility Construction 3. Soldier Pile Retaining Walls B. Proposed Equipment and Labor Schedule C. Proposed Subcontractors err The Prime Contractor must have sufficient manpower and equipment to perform all the work not subcontracted out within the time allotted for completion of this project. The wr proposed equipment and labor schedule and project references must support Prime Contractor and Subcontractor experience and the schedule performance. The supervisory personnel identified shall be assigned to this project. The bidder will not be considered a responsible bidder if any of the following are true. r Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project Introduction Conformed 21 March 2008 yr 1. More than two (2)projects in the last five (5)years has resulted in partial or final No settlement of the Contract by arbitration or litigation in the courts. 2. Any Payment/Performance Bonds have been called as a result of its work in the to past five (5)years. 3. The Bidder has been ever found guilty of violating a State or Federal employment law. 4. The bidder has filed for protection under any provision of the federal bankruptcy laws or state insolvency laws in the last five (5)years. wrr The City reserves the right to reject the bidder as not responsible in accordance with above criteria. If a final determination is made by the City that a bidder is not responsible, the City will provide the reasons for this determination to the bidder in writing. The bidder shall have 5 working days after receipt of this written determination to appeal this determination by presenting additional information to the City. Upon receipt of this additional information the City will issue its final determination as to bidder responsibility. Ow 24. Bidder's Checklist • It is the responsibility of each bidder to ascertain if all the documents listed on the No 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. wr • 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? aw • Has the proposal been signed? • Have you bid on ALL ITEMS and ALL SCHEDULES? • Have you submitted the Subcontractors List? No • Have you submitted the Responsible Bidder Determination Form? • Have you reviewed the Prevailing Wage Requirements? 10 ❑ Have you certified receipt of addenda, if any? wr 00 Duvall Avenue NE/Coal Creek Parkway SE Introduction Reconstruction Project Conformed 21 March 2008 ..r 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. (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. +r (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 *W 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 r. 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. err CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996. AW CITY OF RENTON: RENTON CITY COUNCIL: �� w T, rVfayor Council President Attest: low City Clerl r Duvall Avenue NE/Coal Creek Parkway SE Introduction Reconstruction Project Conformed 21 March 2008 wo Cie CITY OF RENTON rw SUMMARY OF AMERICANS WITH DISABI ffM ACT POLICY ADOPTED BYRESOLU170NN0. 3007 The policy of the City of Renton is to promote and afford equal treatment 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 wr 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 m accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WrM 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) AMrCANS 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 wo 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 carry out the policies and guidelines as set forth in this policy (4) C(JNT TORS' 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: Mayor ouncil President as♦ Attest+ City Clerk 4W Duvall Avenue NE/Coal Creek Parkway SE Introduction Reconstruction Project Conformed 21 March 2008 I* MW .r CITY OF RENTON Project No. CAG-08-001 Duvall Ave NE/Coal Creek Parkway SE Reconstruction Project SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include .. but not be limited to: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (except any materials, equipment, utilities, or service, if any, specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall include the reconstruction and widening of approximately 3,800 linear feet of Duvall Avenue NE/Coal Creek Parkway SE, including but not limited to, grading, planing, asphalt paving; construction of concrete curbs, gutters, sidewalks and retaining walls; �w construction of storm drainage conveyance, vaults and detention pond; signing and striping; illumination, traffic signal at Northeast 21st Street, and conduit/junction boxes for future signals; sewer and water main upgrades;installation and maintenance of erosion control and traffic control measures; franchise utility undergrounding; irrigation, landscaping, and all other work necessary to complete the 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. A total of 320 working days will be allowed for the completion of this project. +wr .. %W �r .rr r Duvall Ave NEI Coal Creek Parkway SE Introduction do Reconstruction Project Conformed 21 March 2008 �r tt6r PORT y ANMUS EVERE1T r CS J r ROEEN �-J'� ♦ 4IIlr r 01 P A \ 4W \ N 32x0 SL 41 SE 1tZn4 St . C ow NE-31st St .1 4 '14 N 3m St SE ON St g 004 1 SE I M Noy bl SE 96th w47 R � N 2ft St NE 26th St 14, SE 9Sth Woy SE 9Sth PI 4 't�s "� S! pper�, NE 27th SL - Project hm SE 96th St z' r NE 23M PI NE 26M Area .r. NE 20 St NE 20 St SE fflGM St � � I NE 2%� N 21Nh �I NE 23rd NE.2Sd PJ SE 1014!St � N 2U SE 100M PI NE 22nd NE 23rd St 41k SE 102nd 22,H h, NE 2Jrg NE 3 NE 210t St W K NE 22nd St NE 22nd NE 2164 Pl NE 216t NE 29th SL S NE pM NE 26t St {■gy m tE Milt P1 �1 yt 14 q � � !Y �#NE 206h NE 19th NE NE 19th Ia NE ty111$t r loth NE 17th q ENE IF N s! III ME NE 16th SL g NE 17th St 17th SE W&PI AE' 00 NE 14th 1 1yN w NE 12th St yi g NE 12th St t1'I"' "SL L ow 0 t'9oo �FE tiE na nth rE nth yt 9! NE 10th NE 10th PI,Z,,if Pl. S a4 NE Ift CL p ' NE 10th PI W NE 10th St. S� St � NE 9th PL HE 9th kr104�k NE loth SL NE Nlth 9< NE w1N : NE 9th st tN = y NE 6th PI f ttpb,St NE 9 Ct. SE lift St N ft SL p _ ` ` - r i. NE 9th CL r aP > NE 8B SL NE 66 CL NE St 8th 64 E NE 7th 5! ..., NE 7th PI VW Duvall Ave NE/Coal Creek Parkway SE '�� BFRCERiA , Reconstruction Project *W Figure W ANT° E� Vicinity Map 1 for >r w City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits III. Project Proposal Project: Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Project Project No. CAG-08-001 rr Company: AOMMMIT Bid Amount: 00 b b 5Cv9.2.1 Address: P,p. ¢ae&C -733M VO lam. S Phone No: .r a.r ar ww ar w BIDDER'S CHECKLIST �r 1. PROJECT PROPOSAL COVER SHEET w 2. BIDDER'S CHECKLIST PROPOSAL FORM 40 4. —� SCHEDULE OF PRICES 5. ✓ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. Z`11' BID BOND FORM . SUBCONTRACTOR LIST FORM RESPONSIBLE BIDDER DETERMINATION FORM `}• ✓ COMBINED AFFIDAVIT AND CERTIFICATION FORM: s NON- COLLUSION,ANTI-TRUST,AND MINIMUM WAGE Above documents must be executed by the Contractor, President,Vice President, and Secretary if Iva 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. an A. s .rr r. AN 4W Duvall Avenue NE/Coal Creek Parkway SE Bidders Checklist ReconstrUctlon Project January 2008 w Addendum No.2 Proposal February2l,2008 CITY OF RENTON Project Number CAG-08-001 DuvaIl Avenue NE/Coal Creek Parkway SE Reconstruction Project PROPOSAL 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 made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available,in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note:Unit prices for all items,all extensions, and total ADDENDUM 2 REVISION --o amount of bid should how unit prices/&ptVpa�j w6/a>A in figures ,not in writing) Printed Name: Signature: P,.a. Z3 Address: PO`I tUP, W R g1h3'-L"s go Names of Members of Partnership: Aw OR 4o Name of President of Corporation Name of Secretary of Corporation �. Corporation Organized under the laws of YyA"J{{►�jT With Main Office in State of Washington � , � at Pouac.k,trP. W A �'L3 ar Addendum No.2 Page 1 February 21,2008 DUVAL[AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES a� SCHEDULE A RENTON ROADWAY :Special WSDOT. TOTAL "TOTAL AMOUNT ITE MHO. ITEM "Provision SPEC. UNIT UNIT PRICE Section "NO. QUANTITY DOLLARS s PREPARATION SUBTOTAL"PREPARATION=:$ . 1-A MOBILIZATION 1-09 1-09 1 L.S. $21CCeaC Z%00C D.00 FURNISH AND SETUP TEMPORARY OFFICE 1.1A BUILDING FOR ENGINEER 1-09 1 L.S. $ZF�COO-cAb $V$064 •cxb ar 2-A CLEARING AND GRUBBING 2-01 2-01 2 ACRE $letio.ep $ 11'1 csp 3-A REMOVING DRAINAGE STRUCTURE 2-02 311 EACH $-7C10.00 $Z�'1C1J,pC� 40 4-A REMOVAL OF STRUCTURE AND OBSTRUCTION 2-02 2-02 1 1 L.S. $I00cfap $15oc�*oA�0 5-A REMOVING CEMENT CONC.PAVEMENT 2-02 185 S.Y. $ Iq.00 $ 1S,00 6-A REMOVING CEMENT CONC.SIDEWALK 2-02 1,260 S.Y. $13.50 $1'lCiO.Cb do 7-A REMOVING CEMENT CONC.CURB AND GUTTER 2-02 1,985 L.F. $04. $ Z„rjp 8-A REMOVING ASPHALT CONC.PAVEMENT 2-02 16,205 S,Y. $-1.gyp $JZ(i 3M.pp 9-A REMOVING ASPHALT CONC,SIDEWALK 2-02 500 L.F. $$.',Mo S42, .On As 12-A REMOVING STORM SEWER PIPE 2-02 1,942 L.F. $7.00 $ ► -co 13-A REMOVING CULVERT 2-02 325 L.F. $8.650 $Z, to2.Fjp Aw 14-A REMOVING FENCE 2-02 1,265 L.F. $ Z.20 $nes 4,0 15-A COLD MIX 2-02 20 TON $82•Ap $ Q.pp °w GRADING. SUBTOTAL'GRADING .$ AM 16-A ROADWAY EXCAVATION INCL.HAUL 2-03 2-03 6,400 C.Y. $25.00 $� UNSUITABLE FOUNDATION EXCAVATION INCL. 17-A HAUL 1 2-03 2-03 900 C.Y. $3Z,Sb $ 18-A GRAVEL BORROW INCL.HAUL 2-03;2-14 2-03 9001 TON $ 1&.00 $ Q,Op�OO mrr :'DRAINAGE SUBTOTAL"DRAINAGE $ ,play! 20-A CONCRETE INLET WITH STD GRATE 7-05 7-05 5 EACH $jS0.00 $ W1 fit>.OD CL. IV REINF.CONC.STORM SEWER PIPE 12 IN. 26-A DIAM. 7-04 7-04 150 L.F. $ 11S.00 $ 0 a arr ,+r 4w Addendum No.2 Page 2 February 21,2008 air DUVAl(AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDVLE OF PRICES +rr SCHEDULE A RENTON ROADWAY ITEM NO. 'Special WSDOT 'TOTAL TOTAL'AMOUNT ITEM Provision SPEC. UNIT UNIT PRICE go Section NO. QUANTITY DOLLARS ..'STORM-:SEWER.SUBTOTAL STORM SEWER= sl 29-A CATCH BASIN TYPE 1 7-05 7-05 35 EACH $MO.00 3D-A CATCH BASIN TYPE 2 48 IN.DIAM. 7-05 7-05 30 EACH $22Q>.GID $ldoCO�.00 �I 31-A CATCH BASIN TYPE 2 54 IN.DIAM. 7-05 7-05 2 EACH $ Cb CATCH BASIN TYPE 2 54 IN.DIAM-BYPASS 33-A STRUCTURE 7-05 7-05 1 EACH $5ZFj'b.CO $1525a•45o rrj CORRUGATED POLYETHYLENE STORM SEWER 34-A PIPE 121N.DIAM. 7-04 7-04 3,238 L.F. $(O'A.CO $ Z, .O0 CORRUGATED POLYETHYLENE STORM SEWER 35 A FC�RR E 18 IN.DIAM. 7-04 7-04 993 L.F. $ $ UGATED PO LYETHYLENE STORM SEWER 36-A E 24 IN.DIAM. 7-04 7-04 806 L.F. $ I,00 $57 ,37-A TILE IRON SEWER PIPE 8 IN.DIAM. 7-04 7-04 317 L.F. $ -ec' $ Od WATERLINES SUBTOTAL WATERLINES .$ 3�. 4>. 46-A RESETTING EXISTING HYDRANT 7-14 7-14 3 EACH $14 x.00 $ .00 SURFACING . . SUBTOTAL:SURFACING .S . 82-A CRUSHED SURFACING TOP COURSE 2-15-0 04; 4-04 5,905 TON $ t%00 sIMM5.c3c, 7 HOT MIX ASPHALT SUBTOTAL HOT MIX ASPHALT=tl F83-A PLANING BITUMINOUS PAVEMENT 5-04 310 S.Y. $Z%00 7 84-A HMA CL 112 IN,PG 64-22 5-04 3,830 TON $, .00 85-A HMA CL. 1 IN.PG 64-22 5-04 4,213 TON $ -IZ.b0 ar 85.1-A ASPHALT COST PRICE ADJUSTMENT 5-04 1 CALC $ 8,000 $ 8,000 85.2-A JOB MIX COMPLIANCE PRICE ADJUSTMENT 5-04 1 CALC $ 3,000 $ 3,000 85.3-A COMPACTION PRICE ADJUSTMENT 5-04 1 CC 3,000 7 7 7 aw Addendum No.2 Page 3 owI February 21,2008 DUVA-1 AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES SCHEDULE A RENTON ROADWAY SPecial WSDOT 1TEMN0. ITEM TOTAL TOTAL-AMOUNT Provision SPEC. UNIT UNIT PRICE i 'Section NO. QUANTITY !DOLLARS I EROSION:CONTROLAND PLANTING SUBTOTAL EROSION CONTROL AND PLANTING= 864 IRRIGATION SYSTEM 8-03 8-03 1 L.S. $4KOM.60 $ Opp,Op 87-A SILT FENCE 8-01 2,390 L.F. $AiZio $ ADO w� 88 A TOPSOIL TYPE A 8-02 8-02 300 C.Y. $3'l.pp $ (11 OO.Oa 89 A SEEDING,FERTILIZING,AND MULCHING 8-02 8-02 351 S.Y. $7,0.Cc $ OO,cp 90-A EROSION/WATER POLLUTION CONTROL 1-07 8-01 1 1 EST. $ 8,333 $ 8,333 91-A PSIPE PATMORE GREEN ASH,2-1l2"CALIPER 8-02 8-02 15 EACH $ (0•OO $ A(0 ap 96-A PSIPE LAVENDER,20-24"HT. 8-02 8-02 54 EACH $ .e0p $ 97-A PSIPE SAGELEAF ROCKROSE,10-12"HT. 8-02 8-02 155 EACH $ $O.tap $ 44ps 98-A PSIPE COMPACT JAPANESE HOLLY,15-18"HT. 8-02 8-02 231 EACH $ 99-A PSIPE GULFTIDE OSMANTHUS,18-20"HT. 8-02 8-02 114 EACH $ 3�}OC� $ 100-A PSIPE LAURUSTINUS,20-24"HT. 8-02 8-02 88 EACH $ ?jip.pp $ zj(p■{O,g7 1034 PSIPE KINNIKINNICK,4"POT 8-02 8-02 600 EACH $ Zj.0e0 $ l�pp.pp 104-A PSIPE CEANOTHUS, 1 GALLON CONTAINER 8-02 8-02 151 FEACH $ 18 Ax=) $ ( .Op 105-A PSIPE BRAMBLE,4"POT 8-02 8-02 868 EACH $ •"1$5 $ 106-A PSIPE GERMANDER,1 GALLON CONTAINER 8-02 8-02 256 EACH $ .co $ ,per 116-A PSIPE PURPLE-LEAF WINTERCREEPER,4"POT 8-02 8-02 1,246 EACH $ 3.Ob $ 117-A PSIPE FOXBERRY,1 GALLON CONTAINER 8=02 8-02 716 EACH $ q.00 $ (Q 118-A SEEDED LAWN INSTALLATION 8-02 8-02 95 S.Y. $ 1x.00 $ ►p•{y.op I 119-A BARK MULCH 8-02 8-02 30 C.Y. $42.00 $ 1ZGvo.Oo 120-A ROOT BARRIER 12"DEPTH 8-02 8-02 300 L.F. $ AsOC> TRAFFIC SUBTOTAL'TRAFFIC= $ to 121-A CEMENT CONC.TRAFFIC CURB AND GUTTER 8-04 8-04 4,690 L.F. $I'3.00 am 123-A PAINTED WIDE LINE 8-22 3,955 L.F. $ 0.40 $ 124-A PLASTIC TRAFFIC ARROW 8-22 30 EACH $'70.00 125-A PLASTIC CROSSWALK LINE 8-22 215 &F. $ S-Cep $ getils,pp 126-A PLASTIC STOP LINE 8-22 280 L.F. $ 3.5b $ it%5.ocn. 127-A PAINTED BICYCLE LANE SYMBOL 8-22 24 EACH $ 97-dx> $ 1 Zp.pp 128-A RAISED PAVEMENT MARKER TYPE 1 8-09 8-09 34 HUND $ ( -1,Op $UB, .CO 129-A RAISED PAVEMENT MARKER TYPE 2 8-09 8-09 5 HUND $�•00 g 1'�gp.0o 130-A PERMANENT SIGNING 8-21 1 L.S. s 4mb.eO $4boo.Op 131-A ILLUMINATION SYSTEM 8-20 8-20 1 L.S. & Cp $ .t 0040 132-A TRAFFIC SIGNAL SYSTEM 8-20 8-20 1 L.S. 1$1 $�(p3alp,pp err Addendum No.2 Page 4 February 21,2008 DUVALL AVENUE NE!COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES SCHEDULE RENTON ROADWAY Special WSDOT TOTAL T.OTALAMOUNT ITEM NO. ITEM Provision SPEC. UNIT UNIT PRICE Section N0. QUANTITY DOLLARS 133-A TRAFFIC CONTROL 1-10 1-10 1 L.S. $25beem $ZSacoo,po '134-A CITY INTERCONNECT SYSTEM B-20 8-20 1 L.S. $22fte�.op $22f;Op.pt, a�ll1 a>Ir OTHER:LTEMS SUBTOTAL OTHER ITEMS= $ C. 135-A ADJUST EXISTING MANHOLE 7-05 7-05 18 EACH $2,%0.00 $'5100.oC ar 136-A ADJUST EXISTING CATCH BASIN 7-05 7-05 5 EACH $ZSS.t4c� $IZ165.Op LOCKING SOLID METAL COVER AND FRAME FOR 138 CATCH BASIN 7_05 25 EACH $ •OD $tZs •G�j 7-08;7-09; me 138-A SELECT IMPORTED TRENCH BACKFILL 8-31 2,300 TON $ (O.op 2-09;6-02; 139-A STRUCTURE EXCAVATION CLASS B INCL.HAUL 7-08 2-09;7-08 3,682 C.Y. $1.!St> $ 66Z3,00 a� 141-A PLUGGING EXISTING PIPE 7-08 7-08 15 EACH $ .00 $ 1200.Cp 142-A MONUMENT CASE AND COVER 8-13 8-13 2 EACH $Z06.00 $ to-O0 143-A CEMENT CONC.SIDEWALK 8-14 8-14 2,7801 S.Y. $261.00 $ ,00 air 144-A CEMENT CONC.SIDEWALK RAMP TYPE 2A 8-14 8-14 18 EACH $ ,e co $ l 10. 145-A CEMENT CONC,SIDEWALK RAMP TYPE 4A B-14 8-14 2 EACH $>Hetl•CO $ 1700.00 146-A CEMENT CONC.DRIVEWAY ENTRANCE TYPE 1 5-05 8-06 550 S.Y. $3Z.00 $ 1 (000,00 150-A ROCK RETAINING WALL 8-24 8-24 25 TON $ 144S.Oo $ Z�,pp 151-A AREA INLET 7-05 7-05 2 EACH $'725.00 $ 1A16ZD.00 ar 153-A TYPE A LOCKING MAILBOX 8-18 8-18 7 EACH $ AIZ ,00 $ ZTI 154-A TYPE B LOCKING MAILBOX 8-18 8-18 3 EACH $1`100.00 $ 6Cb.ep 155-A TYPE C LOCKING MAILBOX 8-18 8-1B 2 EACH $4'tbs,00 $ ,rr 156-A MINOR CHANGE 1-04 1 CALC $ 20,000 $ 20,000 157-A SPCC PLAN 1-07 1 L.S. $ lOCC?.00 $ 1000,00 it 158-A CONNECTION TO EXISTING CATCH BASIN 7-05 7-05 9 EACH $11 ,p0 $Ip(p ,pp 159-A CONTRACTOR SUPPLIED SURVEYING 1-05;1-11 1-05 1 L.S. Co.$31 4k(56,Op 160-A RESETTING EXISTING MONUMENT 8-13 8-13 3 EACH $2450.ao $'��,�.ap 161-A STORM WATER DETENTION VAULT 7-20 1 L.S. $ $ 162-A STORM FILTER VAULT 7-20 1 L.S. $r.2=MxM,,$ SZcOCs 163-A RESOLUTION OF UTILITY CONFLICTS 1-07 1-07 1 EST. $ 15,000 $ 15,000 164-A 6'WOOD FENCE 8-30 70 L.F. $ ZS.0b $ jnap.60 166-A CONNECT STRUCTURE TO EXISTING PIPE 7-05 7-05 4 EACH $ &Z)•OC> $ 3.200.00 so 167-A SIDEWALK THICKENED EDGE 8-14 8-14 40 S.Y. $ 2a►.00 $ woo.Op �r .rr arr Addendum No.2 Page 5 February 21,2008 s DUVAL[AVENUE NE./COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES per SCHEDULE A RENTON.ROADWAY Special WSDOT TOTAL TOTAL AMOUNT ITEMN0 7TEM Provision SPEC. UNIT '.UNIT PRICE Aw Section ;NO QUANTITY DOLLARS 168A HMA DRIVEWAY 5-04 5-04 695 S.Y. $�(0. $ ,p 169A MODULAR BLOCK WALL 2-14 945 S.F. $(01 pp $ s 170A CEMENT CONCRETE DRIVEWAY 5-05 5-05 85 S.Y. $ �00 $ 7j 1 171A TRENCH EXCAVATION SAFETY SYSTEMS 7-08 2-09 1 L.S. S(Opp, $ lGtOp.pp Am M176A FINISH AND CLEANUP 1-04 1-04 1 L.S. $�eoge. $ SC067o.Gp UTILITY POTHOLING 1-07 1-07 1 EST. $ 5,000 $ 5,000 FILLING PIPE WITH CDF 7-08 7-08 1,315 L.F. $ .Op $ 10 Zp, SWPPP 1-07 1-07 1 L.S. $IOlap.op $ IGiOp. SCHEDULE A SUBTOTAL $31 ,d0 rr aee �1 s d uer ew 40 40 an Addendum No. 2 Page 1 February 21,2008 DUVALL AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHECULE OF PRICES arr SCHEDWLEB KING COUNTY ROADWAY ITEM - TOTAL -UNIT UNIT"PRICE air ITEMNO. TOTAL AMOUNT QUANTITY DOLLARS PREPARATION SUBTO:TAL.PREPARATION= '$ bulf 1-9 MOBILIZATION 1 L.S. $Zlocc .c)o $Zloccb•o0 �r FURNISH AND SETUP TEMPORARY OFFICE 1.1•B BUILDING FOR ENGINEER 1 L.S. $24c=-coo $ ?Acoo.eso 2-B CLEARING AND GRUBBING 7 ACRE $1CM.pp $ ajp, 3-9 REMOVING DRAINAGE STRUCTURE 4 EACH $700.Co $ 4-11 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 L.S. $ IOcC.00 $ lccc.ad 40 8-B REMOVING ASPHALT CONC. PAVEMENT 6,530 S.Y. $ .Qap $ ,pp 10-B REMOVING GUARDRAIL 830 L.F. $ $.CC> $ •�rjsp,cd REMOVING SOLDIER PILE SHAFT s 11-B OBSTRUCTIONS 1 EST. $ 30,000 $ 30,000 12-B REMOVING STORM SEWER PIPE 73 L.F. $ l.op $ 11,00 13-B REMOVING CULVERT 275 L.F. $ $,c_Z> $ -+.cjp 14-B REMOVING FENCE 315 L.F. $ Z.Zo $ 409S,oo 15-B COLD MIX 20 TON $ .pp $ tc.{p.mp pi- ar GRADING SUBTOTAL GRADING- $ q 16-B ROADWAY EXCAVATION INCL. HAUL 11,100 C.Y. $ZSj5o UNSUITABLE FOUNDATION EXCAVATION INCL. 17-B HAUL 1,700 C.Y. $3Z•5t� $ 55250.co 4r 18-B GRAVEL BORROW INCL. HAUL 5,900 TON $ I$.Cc. $ (t .07.60,pp DRAINAGE' SUBTOTAL'DRAINAGE $�IEAp' i•G?p` ;rr 1943 DITCH EXCAVATION INCL. HAUL 250 C.Y. 12.930, 20-8 CONCRETE INLET WITH STD GRATE 1 EACH $ Sp.CC $ -1150.0c *+ 2143 CEMENT CONC. GUTTER 775 L.F. $ 13•o O $ 100-76,op are r Addendum No-2 Page 2 February 21,2008 DUVALL AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES ar SCHEDULE B KING COUNTY ROADWAY 4W ITEMNO: ITEM TOTAL UNIT UNIT PRICE TOTAL AMOUNT QUANTITY DOLLARS Aw 22•B QUARRY SPALLS-8 INCH 430 TON $•45.oc $ 1930•cc 23•B QUARRY SPALLS- 12 INCH 30 'TON $ 12C.op $ 24-B UNDERDRAIN PIPE 6 IN. DIAM. 290 L.F. $ 12•om 25•B UNDERDRAIN PIPE 81N. DIAM. 620 L.F. $ I Sp $ 83�p.ap CL. IV REINF. CONC.STORM SEWER PIPE 12 IN. ,r t28-B B DIAM. 20 L.F. $ IIS.00 $ Z3E,o.op B POND LINER 5,333 S.Y. $ (o.� $ 14%gs,pp. ROADWAY EXCAVATION INCL. HAUL- ,r DETENTION POND 43,700 C . $2`j.Op $ Orr STORM SEWER SUBTOTAL STORM'SEWER 29-B CATCH BASIN TYPE 1 10 EACH $QRO.00 $ Op.00 30-B CATCH BASIN TYPE 2 48 IN.DIAM. 30 EACH $2?ZOO.00 $(g4pCCC,.p0 31-B CATCH BASIN TYPE 2 54 IN.DIAM. 2 EACH $2eM.00 $ s 000.00 CATCH BASIN TYPE 2 541N. DIAM-FLOW 32-B CONTROL STRUCTURE 1 EACH $U&rwb.pp $ (y3,Ep.oq CORRUGATED POLYETHYLENE STORM SEWER 34-B PIPE 12 IN. DIAM. 436 L.F. $ GR co CORRUGATED POLYETHYLENE STORM SEWER 35-B PIPE 18 IN. DIAM. 2,284 L.F. $ 57.co $ 1301 .00 CORRUGATED POLYETHYLENE STORM SEWER ar 36-B PIPE 24 IN, DIAM. 503 L.F. $ `7Z,00 $ 37-B DUCTILE IRON SEWER PIPE 8 IN. DIAM. 19 L.F. $ (o ,pp $ �(q1 app r 38-B STORM SEWER CLEANOUT 1 EACH $ -{OD.00 $ 39-B DEBRIS CAGE 3 EACH $Z�+c�D•oc $ Cvmoc,.00 �r WATER LINES :SUBTOTAL WATER LINES= 46-B RESETTING EXISTING HYDRANT 1 EACH AN s a Addendum No-2 Page 3 4r February 21,2008 DUVAL-AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES .r SCHEDULE B KING COUNTY ROADWAY -ITEMNO. ITEM TOTAL UNIT UNIT'PRICE TOTAL AMOUNT QUANTITY DOLLARS STRUCTURE ( ' SUBTOTAL STRUCTURE=:.$j.4g 59-B GRAVEL BACKFILL FOR WALL 40 C.Y. $•yZ.pp $ L(p 60•B SHAFT-36 IN. DIAMETER 2,090 L.F. $95•� $ lgB�aSo.00 618 FURNISHING SOLDIER PILE W14 X 43 415 L.F. $ 053.00 $ ,w 62•B FURNISHING SOLDIER PILE W14 X 68 95 L.F. $ NN.00 $ 63•B FURNISHING SOLDIER PILE W14 X 82 155 L.F. $ 16t.cc $ 15(p5S .oc 64-B FURNISHING SOLDIER PILE W14 X 109 285 L.F. $ 13&.cwm $ ca 65-B FURNISHING SOLDIER PILE W14 X 132 125 L.F. $ 1(,o-7.do $ 66-B FURNISHING SOLDIER PILE W21 X 68 505 L.F. $ 83� 67-B FURNISHING SOLDIER PILE W21 X 111 70 L.F. $ 140.00 $ 9eA%=,.Op 68-B FURNISHING SOLDIER PILE W21 X 166 310 L.F. $ Zlo•cc $ 4pSLQ,p •ca Aw 69-B FURNISHING SOLDIER PILE W21 X 182 85 L.F. $230.00 $ Igggp � 70-B FURNISHING SOLDIER PILE W24 X 229 45 L.F. $ .oG $ t2,8 O •op -- 71-B TIMBER LAGGING 35 MBM $ 7.&,go.0o $ R244c0,o fy 40 72-B CONCRETE FASCIA PANEL 11,050 S.F. $ 73-B PREFABRICATED DRAINAGE MAT 800 S.Y. $ $.oc $ 74-B PERMANENT GROUND ANCHOR 32 EACH $Z dpxm=� PERMANENT GROUND ANCHOR PERFORMANCE 75-B TEST 3 EACH $ MaC.op $ yZ,g�,00 76-B STRUCTURAL EARTH WALL 2,100 S.F. $ �{�{,pC� $ Gt2s�pp,� BACKFILL FOR STRUCTURAL EARTH WALL INCL. 77-B HAUL 760 C.Y. $ 78-B MOMENT SLAB 450 L.F. $ o $ 0 rr 79-B RETAINING WALL TYPE 3 690 S.F. $ (p".00 $ •eo 80-B SEW STEEL TRAFFIC RAILING 450 S.F. $ 1520-e x> cexo.c�o SURFACING SUBTOTAL SURFACING=::$ Ar 81-B GRAVEL BASE 595 TON $2A.o0 $ pct ,o 82-B CRUSHED SURFACING TOP COURSE 3,850 TON $ 14%.00 $ '1 l5p.00 �r s .r Addendum No. 2 Page 4 February 21,2008 DUVALL AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES s SCHEDULE B KING COUNTY ROADWAY arr ITEM NO. ITEM TOTAL UNIT UNIT:'PRICE TOTALAMOUNT QUANTITY DOLLARS dW HOT:MIX ASPHALT SUBTOTAL HOT MIX.ASPHAL'T=.$,., R' 'i dp;. 84-8 HMA CL. 1/2 IN. PG 64-22 2,366 TON $ '71.00 $ (P-1 .00 85•B HMA CL. 1 IN. PG 64-22 2,603 TON $ 1.00 $ 85.1-B ASPHALT COST PRICE ADJUSTMENT 1 CALC $ 8,000 $ 8,000 85.2-B JOB MIX COMPLIANCE PRICE ADJUSTMENT 1 CALC $ 3,000 $ 3,000 85.3-B COMPACTION PRICE ADJUSTMENT 1 CALC $ 3,000 $ 3,000 EROSION CONTROL,AND P,LANT,ING ROSIONCONTROL AND PLANTING $ R 86•6 IRRIGATION SYSTEM 1 L.S. $32365. $ 3-23(u .00 .r� 87-B SILT FENCE 2,545 L.F. $ -4-0o $ lbl .pp 88-B TOPSOIL TYPE A 1,600 C.Y. $ 3"1.00 $ 5412010-op ++� 89-B SEEDING, FERTILIZING,AND MULCHING 700 S.Y. $ let zo $ 13300.00 90-B EROSIONIWATER POLLUTION CONTROL 1 EST. $ 16,667 $ 16,667 91-B PSIPE PATMORE GREEN ASH,2-112"CALIPER 7 EACH $ 3to.00 $ Z t-lo.op 92-B PSIPE WESTERN RED CEDER, 5-6'HT. 10 EACH $ loo.00 $ tbpc>,c o 93-B PSIPE DOUGLAS FIR, 5-6'HT. 19 EACH $ toC.00 $ %cjco,pp ° 94-B PSIPE VINE MAPLE,5-6'HT. 61 EACH $ loo.00 $ (ttoC.00 95-B PSIPE WESTERN HAZELNUT, 5-6'HT. 14 EACH $ 55.op $ "1'Ro.ob do 101-B PSIPE RED TWIG DOGWOOD,20-24"HT. 223 EACH $ t`1.00 $ 3"19t .ob 102-B PSIPE PACIFIC WAX MYRTLE, 20-24"HT. 76 EACH $ 33.b0 $ o AM 103-B PSIPE KINNIKINNICK,4"POT 38 EACH $ 3.00 $ oo 105-B PSIPE BRAMBLE,4"POT 38 EACH $ 3.0p $ �� .00 107-B PSIPE SALAL, 1 GALLON CONTAINER 7,044 EACH $ rj.00 $ 3tjZZ,p.pd me 108-B PSIPE SPLATTERDOCK, RHIZOME 2,590 EACH $ (paeo $ 11 -p0 109-B IP61lPt SLOUGH SEDGE, SPRIG 1,488 EACH $ $ 223Z.oc so 110-B PSIPE BUR REED, SPRIG 4,353 EACH $ 2•oc> $ 810co.00 4W +w +rr Addendum No. 2 Page 5 February 21,2008 DUVALL AVENUE NE!COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCH EDULE OF PRICES rr SCH EEULE B KING COUNTY ROADWAY ++ ITEMNO. ITEM TOTAL UNIT UNIT PRICE' TOTAL AMOUNT QUANTITY DOLLARS 111-13 PSIPE ARROW HEAD, RHIZOME 2,137 EACH $ 2.00 $ AZ-74- 112-B PSIPE WESTERN MANNAGRASS,SPRIG 1,820 EACH $ l.tje $ op 113-B PSIPE BOSTON IVY, 1 GALLON CONTAINER 10 EACH $ 2o,on $ Zap, PSIPE TRUMPET HONEYSUCKLE, 1 GALLON 114-B CONTAINER 17 EACH $ 2 t.co $ 3•a'j ,o0 40 115-B CONTAINER 14 EACH $ Z'S.oc $ 3 E 118-B PSIPE PURPLE-LEAF WINTERCREEPER,4"POT 622 EACH $ 3•cc, $ 1$l,QC 117-B PSIPE FOXBERRY, 1 GALLON CONTAINER 8,814 EACH $ q,oco $ "1°13 .o Ar 11 8-B SEEDED LAWN INSTALLATION 1,730 S.Y. $ 11 cc. $ Icgp 119-B BARK MULCH 185 C.Y. $ Al2.c0 $ X7-10•Do 120-B ROOT BARRIER 12"DEPTH 620 L.F. a arr TRAFFIC: SUBTOTAL TRAFFIC ++� 121-B CEMENT CONC.TRAFFIC CURB AND GUTTER 3,440 L.F. $ 13.00 $ AA412,0.Oo 122-B TYPE C BLOCK TRAFFIC CURB 435 L.F. $ 15.0p $ Gv5 Z 123-B PAINTED WIDE LINE 3,060 L.F. $ 1'2- .t: 124-B PLASTIC TRAFFIC ARROW, 11 EACH $ 'iG.Gip $ '1-10.00 126-B PLASTIC STOP LINE 70i L.F. $ 3.00 $ 210.cep .r� 127-B PAINTED BICYCLE LANE SYMBOL 12 EACH $ r>S•oo $ 40(00,00 128-B RAISED PAVEMENT MARKER TYPE 1 18 HUND $ 1$').ap $ 4eCo.00 129-B RAISED PAVEMENT MARKER TYPE 2 3 HUND $ S57C�.ce $ ip ;C> 130-B PERMANENT SIGNING 1 L.S. $ 6 .Od $ V50C)o,pp 131-B ILLUMINATION SYSTEM 1 L.S. $Z101cp•to $ Zd01co-op 133-B TRAFFIC CONTROL 1 L.S. $19100 $ Z BGC.oO ar 134-B CITY INTERCONNECT SYSTEM 1 L.S. $lcft)o• $ ne'pp•Ao as ,rr ..r Addendum No. 2 Page 6 rr February 21,2008 DUVALL AVENUE NE/COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES r SCHEDULE B KING COUNTY ROADWAY ITEN NO. ITEM TOTAL;, UNIT' `UNIT:P--RICE TOTAL•AMOUNT QUANTITY. DOLLARS do OTHER ITEMS SUBTOTAL OTHER'ITEMS= LOCKING SOLID METAL COVER AND FRAME FOR 137-B CATCH BASIN 16 EACH $ SW-00 $ ,OO r 138-B SELECT IMPORTED TRENCH BACKFILL 1,540 TON $ Ip.pp $ i 139-B STRUCTURE EXCAVATION CLASS B INCL. HAUL 2,512 C.Y. $ I.SC $ 3-1 aft -o o 140-B GRAVEL BACKFILL FOR DRAINS 10 C.Y. $45b-cc $ bo0.00� i 142-B MONUMENT CASE AND COVER 2 EACH $ ?..c6•do $ AlO.op 143-6 CEMENT CONC.SIDEWALK 1,115 S.Y. $ 29.cx=- $ 144-B CEMENT CONC.SIDEWALK RAMP TYPE 2A 6 EACH , $ "?'4S•oc $ .A4-?C> •so 145-B CEMENT CONC. SIDEWALK RAMP TYPE 4A 2 EACH •co $ 17cp.00 146-B CEMENT CONC. DRIVEWAY ENTRANCE TYPE 1 155 S.Y. $ 3Z.dcs $ (Qp,pp 147-B COATED CHAIN LINK FENCE TYPE 3 1,340 L.F. $ [Lo-00 $ 2,1..µ4o,pp r 148-B COATED CHAIN LINK FENCE TYPE 6 885 L.F. $ IS c c> $ 159 SO.oa 149-8 DOUBLE 20 FT. COATED CHAIN LINK GATE 2 EACH $ 1045 $ .co ?.00l o 150-B ROCK RETAINING WALL 160 TON $ 13b,op $ Zogop,op I 153-B TYPE A LOCKING MAILBOX 5 EACH $ -J650.pp $ 2_Z5o.00 dr 155-B TYPE C LOCKING MAILBOX 1 EACH $ 1" P $ 1-ito ,op I 156-B MINOR CHANGE 1 CALC $ 20,000 $ 20,000 s 157-B SPCC PLAN 1 L.S. $ Icco.00 $ ►coo.co 159-B CONTRACTOR SUPPLIED SURVEYING 1 L.S. $319Go.evp $ ap,po tiw 160-B RESETTING EXISTING MONUMENT 1 EACH $ Z50•co $ 'ZSo.op 163-B RESOLUTION OF UTILITY CONFLICTS 1 EST. $ 15,000 $ 15,000 164-B 6'WOOD FENCE 95 L.F. $ ZS.00 $ 2'5_l v>.00 arr 165-8 GRAVEL BACKFILL FOR FOUNDATIONS 10 C.Y. $ bo-00 $ ,pa 166-B CONNECT STRUCTURE TO EXISTING PIPE 1 EACH $ ,0 $ -o 167-B SIDEWALK THICKENED EDGE 65 S.Y. $ Z9.op $ 1 g&15.cc> -rr AN Addendum No.2 Page 1 February 21,2008 AM DUVALL AVENUE NE(COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES +IIM SCHEDULE C RENTON UTILITY UG Special'.:. INSDOT TOTAL TOTALAMOUNT i :ITEM N0. I ITEM Provision :UNIT .UNIT PRICE Section SPEC.NO. :QUANTITY DOLLARS ii PREPARATION .SUBTOTALPREPARATION= ,$ iC)=.Op 1-C MOBILIZATION 1-09 1-09 1 LS. $IOQD.00 $ �OOp•00 As =TRENCCTH ER ITEMS': 7-08;7-09; TRENCH BACKFILL 8-31 1,650 TON $ LO.Od $ ( S .Op alMr SAFETY SYSTEMS 7-08 2-09 1 L.S. $ $ .O UTILITY UNDERGROUNDING SUBTOTAL UTILITY UNDERGROUNDING= $: RlJOINT UTILITY TRENCH 8-31 3,110 L.F. $I C.00 $78-C LATERAL TRENCH -6-31 920 L.F. $ (-7.00 $ ('Yj •00 179-C CONCRETE CLASS 2500 FOR ENCASED BENDS 8-31 6-02 3 C.Y. $?,.10.00 $ (030•00 INSTALL UTILITY VAULT/HANDHOLE-COMCAST 180-C TYPE 1730 8-31 5 EACH $ (QO.OQ INSTALL UTILITY VAULT/HANDHOLE-COMCAST - 181-C TYPE 910 8-31 2 EACH $(D •00 $ 1300.00 INSTALL UTILITY VAULT/HANDHOLE-COMCAST 182-C TYPE 2 JUNCTION BOX 8-31 1 1 EACH $22x•00 $ Z2db-00 ®IM INSTALL UTILITY VAULT/HANDHOLE-COMCAST 183-C TYPE 25-TA 8-31 1 EACH $110.00 $ (p.C)O INSTALL UTILITY VAULT/HANDHOLE-COMCAST 184-C TYPE 253-TA 8-31 1 EACH $ •00 $ :LBO.OC INSTALL UTILITY VAULT/HANDHOLE-PSE TYPE 185-C 3642 8-31 4 EACH $2-FO-00 $ 16t6O.o2, a® 186-C 575 B-31 2 EACH $ .00 $ 100.vb. INSTALL UTILITY VAULT/HANDHOLE-PSE TYPE 187-C 5106 8-31 1 EACH $ 15.00 $ 16.0-0 INSTALL UTILITY VAULT/HANDHOLE-PSE TYPE 188-C 1324 8-31 3 EACH $ WkO.00 $ g"(O.OG AID INSTALL UTILITY VAULT/HANDHOLE-QWEST 189-C TYPE 1730 8-31 1 EACH $ 19%0-01b $ 1°10.e0 INSTALL UTILITY VAULT/HANDHOLE-QWEST 190-C TYPE 910 8-31 2 EACH $C~.bh $ 1 20,t�p INSTALL UTILITY VAULT/HANDHOLE-OWEST O 191-C TYPE 467-TA 8-31 3 EACH $yQA.00 $ 1440.oa INSTALL UTILITY VAULT/HANDHOLE-QWEST 193-C TYPE 25-TA 8-31 1 EACH $2010.p0 $ l0.00 194-C INSTALL PEDESTAL RISER-QWEST 8-31 4 EACH $44l0.Ob $ t"b.-aC FURNISH AND INSTALL CONDUIT PIPE 3/4 IN. 195-C DIAM.-COMCAST 8-31 925 L.F. $ $ :rill 196-C INSTALL CONDUIT PIPE 2 IN.DIAM.-COMCAST 8-31 5,545 L.F. $ 2.00 $ 10010•pp 197-C INSTALL CONDUIT PIPE 4 IN.DIAM.-COMCAST 8-31 3.9351 L.F. $ .J!)O $ q .CO - 198-C INSTALL CONDUIT PIPE 2 IN.DIAM.-PSE 8-31 2,590 L.F. $ Z•ZO $ (A .ay i 199-C INSTALL CONDUIT PIPE 3 IN.DIAM.-PSE 8-31 1,495 L.F. $3.00 $ A'Alary xcl 200-C INSTALL CONDUIT PIPE 4 IN.DIAM.-PSE 8-31 4,020 L.F. $'k.%2� $1$OF10.Obo 201-C INSTALL CONDUIT PIPE 6 IN.DIAM.-PSE 8-31 4,340 L.F. $-4100 $ I-jS&pD.OGs FURNISH AND INSTALLCONDUIT PIPE 1 IN.DIAM, 40 202-C QWEST 8-31 745 L.F. $2.40 $ rlqbx.cb0 203-C INSTALL CONDUIT PIPE 2 IN.DIAM.-QWEST 8-31 530 L.F. $ 2.• c. $ l .Cb 204-C INSTALL CONDUIT PIPE 41N.DIAM.-QWEST 8-31 4,565 L.F' $ �J•�G $ (�(',3y�+,an 205-C ELECTRICAL SERVICE CONNECTIONS aY11 , SCHEDULE C SUBTOTAL $ ?A&_l 00 W.S.S.T.(8.9%) $ M-141.0j SCHEDULE C SUBTOTAL W/W.S.S.T. $ Za(O$12.©k >YIM Addendum No. 2 Page 7 February 21,2008 DUVALL AVENUE NE 1 COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES 47 1 SCHEDULE B KING COUNTY ROADWAY TOTAL TOTAL AMOUNT ITEMNO. ITEM QUANTITY UNIT. UNIT PRICE DOLLARS 168-B HMA DRIVEWAY 2,345 S.Y. $ $ (PC%Z,,.Sp 171-B TRENCH EXCAVATION SAFETY SYSTEMS 1 L.S. $l0cjD•ce> $ Icco.oc> 172•B FINISH AND CLEANUP 1 L.S. $6boG600 $ Secoo.op 7 173-B UTILITY POTHOLING 1 EST. $ 5,000 $ 5,000 CEMENT CONCRETE PAVEMENT-POND ACCESS 174•B ROAD 7901 S.Y. 1 $ 31b•50 1.$ IS.Qp 176-B SWPPP 1 L.S. $ kx�p.co $ tc)-� oa ; .r� I SCHEDULE B SUBTOTAL-$ S�I �I�"(.00 wr I Addendum No.2 Page 1 February 21,2008 DUVALL AVENUE NE I COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES SCHEDULED KING COUNTY UTILITY UG Special WSDOT TOTAL TOTAL AMOUNT ITEM NO. ITEM Provision UNIT UNIT PRICE Section SPEC.NO. QUANTITY. DOLLARS PREPARATION I- G SUBTOTAL PREPARATION= $ 1-D MOBILIZATION 1-09 1-09 1 L.S. $j $ jCCC�. 15-D COLD MIX 2-02 15 TON $SZ•OO $jZ3,o•co +� OTHER ITEMS SUBTOTAL OTHER ITEMS= $ Aft c:,: 7-08;7-09; 136-D SELECT IMPORTED TRENCH BACKFILL 8-31 1,000 TON $ 10.00 $ ,pp 171-D TRENCH EXCAVATION SAFETY SYSTEMS 7-08 2-09 1 L.S. $100*> 00 $ jCobAO __. UTILITY UNDERGROUNDING SUBTOTAL UTILITY UNDERGROUNDING $� r 177-D JOINT UTILITY TRENCH 8-31 1,895 L.F. $ I'y.CXC $ S;5,0.0 , 178-D LATERALTRENCH 8-31 495 L.F. $ jH.00 $ (A36.00 179-D CONCRETE CLASS 2500 FOR ENCASED BENDS 8-31 6-02 11 C.Y. $ 21fj�•Ct0 $Z 1o•Op INSTALL UTILITY VAULT/HANDHOLE-COMCAST TYPE 180-D 1730 8-31 1 6 EACH $ $ IlAO Cx=c 186-D INSTALL UTILITY VAULTIHANDHOLE-PSE TYPE 575 B-31 4 EACH is rpzA •ac, $ Z1eo•ea, 187-D INSTALL UTILITY VAULTIHANDHOLE-PSE TYPE 5106 8-31 2 EACH $ jo.cw:, $ 1%20.Op 188-D INSTALL UTILITY VAULT/HANDHOLE-PSE TYPE 1324 8-31 1 EACH $ 26 0•Cri $ Z.d;O.tap INSTALL UTILITY VAULTIHANDHOLE-QWEST TYPE 189-D 1730 8-31 1 EACH $Zip•CC> $ INSTALL UTILITY VAULTIHANDHOLE-QWEST TYPE 467 191-D TA 8-31 1 EACH $At')0•00 $A'7C.CC INSTALL UTILITY VAULTIHANDHOLE-QWEST TYPE 192-D 4686-TA 8-31 1 EACH $SM•OC $ C%S •b0 y 194-D INSTALL PEDESTAL RISER-QWEST 8-31 2 EACH $1410•C1p $ $Z:1.by FURNISH AND INSTALL CONDUIT PIPE 3/4 IN.DIAM.- 195-D COMCAST B-31 50 L.E. $ j.Coo $ bo,.tc, 196-D INSTALL CONDUIT PIPE 2 IN.DIAM.-COMCAST 8-31 2,290 L.F. $ .LG $ 197-D INSTALL CONDUIT PIPE 4 IN.DIAM.-COMCAST 8-31 1,780 L.F. $ $ «7'3. 198-D INSTALL CONDUIT PIPE 2 IN.DIAM.-PSE 8-31 525 L.F. $ Z.500 $1 2•SC 199-D INSTALL CONDUIT PIPE 3 IN.DIAM.-PSE 8-31 225 L.F. $ Ai eC3 $ 10sp.0© 200-D INSTALL CONDUIT PIPE 41N.DIAM.-PSE 8-31 3,340 L.F $ 'S•'10, $ 123%. 201-D INSTALL CONDUIT PIPE 6 IN.DIAM.-PSE B-31 3,240 L.F. $ A.aCa $1'Z.94G! FURNISH AND INSTALLCONDUIT PIPE 1 IN.DIAM.- 202-D QWEST 8-31 50 L.F. $ 10•EaC $ .OK) 203-D INSTALL CONDUIT PIPE 2 IN.DIAM.-QWEST B-31 55 L.F. $ "1 .o,p $ .CO 204-D INSTALL CONDUIT PIPE 4 IN.DIAM.-QWEST 8-31 6,690 L.F. $ $W16,24 205-D ELECTRICAL SERVICE CONNECTIONS 8-31 1 L.S. $ZOr1CI0•CO$ SCHEDULE D SUBTOTAL $1At21o1'1.$b W.S.S.T.(8.9%) $ SCHEDULED SUBTOTAL W/W.S.S.T. $ISr. N7_rLtAj Addendum No.2 Page 1 February 21,2008 DUVALL AVENUE NE/COAL CREEK PARKWAY BE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES SCHEDULE E WATER MAIN EXTENSION 'Special WSDO.T? 'TOTAL TOTALAMOUNT ITEM NO. ITEM Provision UNIT UNIT`PRICE :Section ' SP.EC.NO, =QUANTITY DOLLARS PREPARATION SUBTOTAL PREPARATION= 1-E MOBILIZATION 1-09 1-09 1 1 L.S. 1$lcco.on $ 1L1L�17•G10 15-E COLD MIX 2-02 10 TON Is szoo Is SZa•dc WATERLINES SUBTO.TAL`WATER LINES r FURNISH&INSTALL 12"Cl 52 DI WATER PIPE& 47-E FITTINGS W/POLYWRAP 7-09 7-09 1,500 L.F. $2•bO $�R?Z0-OC FURNISH&INSTALL 8"C152 DI WATER PIPE& 48-E FITTINGS W/POLYWRAP 7-09 7-09 470 L.F. $r•7Z.00 $TAKAW•CO FURNISH&INSTALL 6"Cl 52 DI WATER PIPE& 49-E FITTINGS W/POLYWRAP 7-09 7-09 87 L.F. $AIGII.dft $42Wt,.t>o FURNISH&INSTALL 12-INCH GATE VALVE 50-E ASSEMBLY 7-12 7-12 9 EACH $ZeAlb $2 .CC .r FURNISH&INSTALL 8-INCH GATE VALVE 51-E ASSEMBLY 7-12 7-12 9 EACH $jZ5i5.00 $ 1 r4ASt>.00 FURNISH&INSTALL 6-INCH GATE VALVE 52-E ASSEMBLY 7-12 7-12 4 EACH $0160A:10 $3 400 r 53-E FURNISH&INSTALL 6"FIRE HYDRANT ASSEMBLY 7-14 7-14 7 EACH $ $31��OOpC r, 54-E CONNECTION TO EXISTING WATER MAINS 7-09 7-09 10 EACH $ZIDO. $XJCW.00 3/4-INCH WATER SERVICE AND CONNECTION TO 55-E EXISTING WATER MAIN 7-10 18 EACH $ .Op $Ci .p 3/4-INCH WATER SERVICE AND CONNECTION TO A" 56-E NEW WATER MAIN 7-10 15 EACH $1100.00 $OW0410 VERTICLE ADJUSTMENT ASSEMBLY FOR WATER 57-E MAIN(8-INCH AND 12-INCH) 7-09 20 EACH $ (QCO.CO $2JZ&C0.C2, CONCRETE FOR THRUST BLOCKING AND FOR 58-E DEAD MAN BLOCKING 7-09 7-09 30 C.Y. $ $ Lb. __. __..... ............. r OTHER ITEMS :SUBTOTAL OTHER ITEMS= $1(OG1C11^S.00 7-08;7-09; i38-E SELECT IMPORTED TRENCH BACKFILL 8-31 1,500 TON $ (O.00 $ %5C00.C4> 171-E TRENCH EXCAVATION SAFETY SYSTEMS 7-03 2-09 1 L.S. $ ICIC0.06. $ CCO•00 SCHEDULE E SUBTOTAL $ 'L_11441413 m W.S.S.T.(8.9%) $ 2�1�i2�.�1& SCHEDULE E SUBTOTAL W/W.S.S.T. $ AS .rr • a I i Addendum No., 3 Page 1 February A,2008 zz DUVALL AVENUE NE!COAL CREEK PARKWAY SE RECONSTRUCTION PROJECT SE 107TH PL TO SE 95TH WAY SCHEDULE OF PRICES SCHEDULE F SAN.SEWER EXTENSION nr Special WSDOT TOTAL TOTAL AMOUNT ITEM NO. ITEM Provision SPEC.NO. QUANTITY UNIT UNIT PRICE DOLLARS Section i P PARATKM $ «Z�•�G1 1 F MOBILIZATION 1.09 1-09 1 L.S. $1000. $ Iom•O0 15-F COLD MIX 2-02 10 TON $ 7i4CX> $ AdIff �s z ,57�N�%lRY S :a. S r�`��'"L',rSAFffftS�WF�t�:,t�J • .�?� � 40-F TELEVISION INSPECTION OF SANITARY SEWERS 7-17 7-18 743 L.F. $Z OC7 $ FURNISH AND INSTALL 6-INCH PVC SIDE SEWER 41-F PIPE 7-17 7-18 159 L.F. $1s"•O 42-F FURNISH AND INSTALL 8-INCH PVC SEWER PIPE 7.17 7-1 B 692 L.F. $ $ FURNISH AND INSTALL 10-INCH PVC SEWER 42.1-F PIPE 7-17 7-18 51 L.F. $'y6•0p $27AA5.00 FURNISH AND INSTALL 54-INCH DIAM.SHALLOW 43-F MANHOLE TYPE B 7-05 7-05 3 EACH 325bOA30 $-TSC . FURNISH AND INSTALL 48-INCH DIAM.SANITARY 44-F SEWER MANHOLE TYPE.B 7-05 7-05 4 EACH $ $ q CONNECT NEW SEWER TO EXISTING SEWER 45-F FACILITY 7-05 1 EACH $ICCO.00 $IOerp•OD y,r r+ x^r s� t,.• e ,Z a� .'�`#l��R''RE�II�•. <,�5)7�l`•`lyl�:... .,�Ftt EAII^.•s.> wC 7-08:7-09; 138-F SELECT I TE RENCH BACKFILL B-31 800 TON $ •� $ •�0 152-F IARANDON EXISTING MANHOLE 7-05 7-05 1 EACH $i000.00 $ tcccC -OC err 14 SCHEDULE F SUBTOTAL $"1�'14Z3.00 3 W.S.S-T.(8.9%) $ %OF SCHEDULE F SUBTOTAL W/W.S.S.T. $S t Sq I ®rr it go Off ..9ge 2 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com a aV 1 DUVALL AVENUE NE / COAL CREEK PARKWAY SE RECONSTRUCTION w.�.! PROJECT SE 107TH PL TO SE 95TH WAY Summary of Schedule of Prices Subtotals a I I j Subtotal Schedule A 37Q��}�4t$.00 Subtotal Schedule B ',*v �54L -jis—I .60 Subtotal Schedule C w/W.S.S.T. ,. Subtotal Schedule D w/W.S.S.T. , �17 }$�(Z.,(�•c.�. +r, Subtotal Schedule E w/W.S.S.T. 4 *ZRbI Cbfa$.4 S i .. Subtotal Schedule F w/W.S.S.T. 501 I.U i Total Bid Price (O �*bo � 15(091 -Lt rr i r r r r ar ,r ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA .w ..w ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. ' DATF, a2 %2-k200$ NO. 2- DATE 02I21120n8 .r NO. DATE wr SIGNED TITLE 'QeeSIL* -IC, " NAME OF COMPANY IA60C WAF::S ADDRESS F.o• T:,a& vw CITY/STATE/ZIP RN`tb&LOP , TELEPHONE C, ►'3 f,�R - 2Z-1 f aw CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# 'e-•CCOOSo LICENSE# tkC'�,14eE%, 4w of err 4w Duvall Avenue NE/Coal Creek Parkway SE Schedule of Prices Reconstruction Project January 2008 rr art BID BOND FORM. herewith find deposit in the form of a certified check, cashicr's check, cash, or bid bond in the amount of art $ �'�_bZg.`Erd which amount is not less than five percent of the total bid. �h& Q '14 ar Signatur Know All Men by These Presents: ..r That we, Northwest Cascade, Inc. as Principal, and *Safeco Insurance Company as Surety, are held and firmly bound unto the City of Renton, as Obli.gce, in the penal sum of Five. Percent (5%) of Bid Amount Dollars, for the pavmcnt of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,joinrly and severally, by these presents. *of America The condition of this obligation is such that if the Obligee shall make any award to the Principal. for **Duvall Avenue Northeast/ according to the rerms of the proposal. or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bored for the faithful performance thereof, 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 ohligation sw shall be null, and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damages. the amount of this bond. **Coal Creek Parkway Southeast Reconstruction CAG-08-001 ar SIGNED,SEALED AND DATED THIS 14th DAY OF February .200 8 Nort w s Cas d Inc. art B Principal Safeeco Insurance Company of America dw /-b Surety Karen Swanson, Attorney—in-Fact .. Received return of deposit in the sum of S ar ar. .rr Duvatl"venue Nr/Conl Crcek Parkway SP Bid Bend Form Reconstruction.Project dnnu my 2008 'age 35 Bid Bond Form ,w,�'rovlded to Builders Exchange of WA, Inc. For usage CondltlonG Agreement see v,ww,bxwa.com Safeco Insurance Company of America 40 POWER General Insurance Company of America Safeco Plaza OF ATTORNEY Seattle,WA 98185 AN KNOW ALL BY THESE PRESENTS: No. 634 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation,does each hereby appoint ***KAMI C.ALLEN;JAMES B.BINDER;PETER J.COMFORT,PEGGY A.FIRTH;BRENT E.HEILESEN;A.NOREEN JACOBSEN; LISA KERSTETTER;JULIE R.MCGEE;JENNIFER L.SNYDER;ANNE E.STRIEBY;KAREN SWANSON;KIP W.VANDEVENTER; ERIC A.ZIMMERMAN;Tacoma,Washington************************************************************************** its true and lawful afforney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF .. AMERICA have each executed and attested these presents this 15th day of October 2007 ar STEPHANIE DALEY-WATSON SECRETARY TIM MIKOLAJEWSKI SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 40 "Article V,Section 13.-FIDELITY AND SURETY BONDS...the President,any Vice President,the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing +r such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." .W Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and 4W (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." ,Am 1,Stephanie Daley-Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. 40 IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this I day of ar CDt�p 40 SEAL o SEAL ` PA"";14elx . 4r 1953 ` 1 X �' 0 at� �` STEPHANIE DALEY-WATSON,SECRETARY Safeco®and the Safeco logo are registered trademarks of Safeco Corporation. S-0974/DS 4/05 WEB PDF AN an r r BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of do $ which amount is not less than five percent of the total bid. °r Signature AM Know All Men by These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as MW Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. 40 The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal "" therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or 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 full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 200 r Principal rr Surety s Received return of deposit in the sum of$ 4r r s r Duvall Avenue NE/Coal Creek Parkway SE Bid Bond Form Reconstruction Project January 2008 AW SUBCONTRACTOR LIST PROJECT NUMBER PROJECT NAME RCW 39.30.060 requires that for all public works contracts exceeding$1,000,000 the bidder shall submit ,r the names of all subcontractors whose subcontract amount exceeds ten percent (1070) of the contract price, and/or 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: r 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) Subcontractor Name TO*eM& Address P'C> Rj+le I OMI> "Ctp.C.bMA& * LA lh '18"}t\ Phone No. WN'R>Z?S-tate Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. do Bid Item(s) As Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) 40 Subcontractor Name Address 40 Phone No. State Contractor's License No. AN Duvall Avenue NE/Coal Creek Parkway SE Subcontractor List Reconstruction Prgjeet January 2008 40 Q2/2bl2008 11 :01 FAX 253 272 5214 TOTEM ELE TOTEM ELECTRIC Phone ( 263 ) 3 .. Fax (253)27 TO: Project Managers/Estimators I ar RE: Duvall AVE NE Coal Creek Parkway SE Ladies/Gentleman: We are pleased to provide you with this proposal, and the s�i We offer the following, using the bid form auentiti gs and it Bid Description Qty .r� Item Mobilization 131A I uminati8n tiystarn 1 2A Traffic 91 nal System as 134A City In te—rconnect System 1 13113 umrnahon ys m 134B Interconnect System rrr iSOC ns mcas Vault 5 ns meant au 162C Install umcast ype ox 183C Inn#UT pb—mcast V au t ,r 184C Install omcas au "'5C Install P au 186C ns SE Vault 187C Install PSE Vault 188C Insa tall PSE Vaultr!324 1 e9 7-staff es du I t 1730 1 1900 InsrallQW981 Vault 191C Tn-Mll Wwast au 193C Install UWestault �r 194Z- 94 Insta west a esta ser 1956 Fumish&Install ape Comeast 196(; Install uonclult Pipe am.-uomcast --5545 197C Ins 11 Uandult Pipe 4"Diam.-Comoa.91 +� 198C In.9tall Conduit PiPO am. 199C nst2 on w Pipe iam.-PSE 200C nsa on uit Pipe am.- 2o1C Install(;OnClUlt pe am.- s 202C Purnish&Install Pipe iam-owest 203C InstalUCondu pe am.- wes 204C nsa on uT,-ipe 4 Diam.-CiWe7gj 2o50 -MeFFical ervire Connections 4565 1 180D Install Comeast au 1661) Insta 1 PSE Vault 187D I lns ault t? nsta au t s 169D Install PSE Qws —,dft 191D I Install west Wult 192D Install Qw8st au 194D ns es a es iser MD Furnish&Insatall Pipe-Comeast 5 rar 196D ns Diam'-Comcast 197D Install ConClult Pipe ram. omoast 1780 1 Zr ns on ud ape am.- 199D nsta an u t pe lam.-PSE 225 200D ns on uo ipe iam.. 2011) 1 Install Conduit Pipe am.- 202D um s &Install ipe- wes 203 nsa on ui ipe iam.- wes 204D ns on w ipe iam.-Qwest 205D eotnc Service onnac ions Proposai 1 ota Any modiflcaf/ons to our bid must be a (No bid Item may be deleted This proposal is good for thirty days,and the' I ar I I r. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. r.r arr me Signatu e of Authorized Re r sentative of Bidder ar Subscribed and sworn to be before me on this 74(41 day of f 2 �` •"'` �,� Notary Public in and for the State of Washington M4 Z 1 / p(, Notary(Print) AJ Residing at '* rr ��i, +" My appointment expires: AW An go go AV ar Duvall Avenue NE/Coal Creek Parkwav SE List Subcontractor Li Reconstruction Project January List AN z�2 4W RESPONSIBLE BIDDER DETERMINATION FORM rr Attach additional sheets as necessary to fully provide the information required. Name of Bidder: NpRkVSE�T Cnp� ` Address of Bidder: P.Q. -731 .� yAP WA 08313 City State Zip Code Contractor's License No. 11%% Contractor's State Tax No. 2`t4'i• t•I i .r Dept. of L&I Bond Registration No. (04S2b2R_ Worker's Comp.Acct. No. 2to5� t-cp ,rr Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture `Incorporated in the state of QA_ List business names used by Bidder during the past 5 years if different than above: s Bidder has been in business continuously from Ku: Year Bank Reference Ke-te4r4y• (iAty-r— qmb.r,15 L2•}j5� 3pS 1�3 �.. Bank Account Officer Officer's Phone No. A�rc�c�,o SUBMIT FINANCIAL STATEMENT,�WkAOI� ZZ, -�-- A n DE ry D wv( z No. of regular full-time employees: : IQ 4. Number of projects in the past 5 years completed: 54ahead of schedule 21 on schedule wrr j behind schedule Bidder has had experience in work comparable to that required for this Project: r As a prime contractor for Ak, years. As a subcontractor for 'Al years. List the supervisory personnel to be employed by the Bidder and available for work on this project. These supervisory personnel must include at least the following: 1) project manager, 2) general superintendent, 3) field engineer, and 4) principal foreman. Provide a resume for each personnel listed below. s 40 r Duvall Avenue NE/Coal Creek Parkway SE Responsible Bidder Determination Form Reconstruction Project January 2008 �M ar .. INDEPENDENT T H E S u T O R G R O U P AUDITORS' SUTOR, UYSTAD & ROSENFELD, PLLC .r REPORT Certified Public Accountants rrr Board of Directors Northwest Cascade, Inc. Puyallup, Washington We have audited the accompanying balance sheets of Northwest Cascade, Inc. (a Subchapter-S corporation) as of September 30, 2007 and 2006, and the related statements of income, changes in stockholders' equity, and cash flows for the years then ended. These financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on our audits. r We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the in audits to obtain reasonable assurance about whether the financial statements are free of material misstatements. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also .W includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. 40 In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Northwest Cascade, Inc. as of September 30, 2007 and 2006, and the results of their operations and cash flows for the years then ended in .,� conformity with accounting principles generally accepted in the United States of America. dw Our audits of the financial statements of Northwest Cascade, Inc. were made for the purpose of forming an opinion on the basic financial statements taken as a whole. The supplementary and graphical information on pages 27 through 36 is presented for „W purposes of additional analysis and is not a required part of the basic financial statements. The information has been subjected to the procedures applied in the audits of the basic financial statements and, in our opinion, is fairly stated in all material .rr respects in relation to the basic financial statements taken as a whole. N oz, �ad �' '�, �C Certified Public Accountants December 3, 2007 s "� 355118'"Avenue S.E.•Suite 200•Bellevue,WA 98005 Telephone:425-990-1600•Fax:425-990-1601•E-mail:email®sutorgroup.com•wvvw.sutorgroup.com Northwest Cascade, Inc. MW Balance Sheets Assets September 30, Current Assets: 2007 2006 Cash and cash equivalents (Note B) $ _ $ _ .+ Accounts receivable, including retention of$1,496,897 in 2007 and $1,231,705 in 2006, less allowance for doubtful accounts of$246,295 in 2007 and $233,593 in 2006 11,810,201 9,620,799 • Costs and estimated earnings in excess of billings on major contracts in progress (Note C) 2,678,685 1,203,931 Accrued unbilled contract receivables (Note C) 675,766 1,545,986 �. Inventory (Note D) 156,360 172,133 Amounts due from related parties and affiliates (Note E) 428,524 6,466 Equity in joint venture(Note F) 94,799 Cash surrender value of life insurance (Note M) 880,716 836,246 Other current assets (Note H) 42,143 197,959 Total Current Assets 16,672,395 13,678,319 Amounts due from related parties and affiliates, net of current portion (Note E) 1,341,247 90,240 Property, equipment and leasehold improvements, at cost, less accumulated depreciation and amortization of .. $29,062,395 in 2007 and $26,147,721 in 2006 (Note G) 21,116,012 17,706,249 Intangible assets, at cost, net of accumulated amortization and impairment reserves of$126,950 in 2007 and 40 $238,090 in 2006 (Note 1) 393,262 432,628 Other assets (Note H) 1,192,947 786,862 do d. $ 40,715,863 $ 32,694,298 4. See accompanying notes to financial statements and independent auditors'report 40 4w .r .o Liabilities and Stockholders' Equity September 30, ww 2007 2006 Current Liabilities: Note payable, bank (Note J) $ - $ - Am Accounts payable, trade, including subcontractor retention of$355,567 in 2007 and $200,636 in 2006 7,982,201 5,993,416 Billings in excess of costs and estimated earnings 40 on major contracts in progress (Note C) 74,822 52,332 Unearned revenue (Note T) 1,237,000 1,157,000 Accrued payroll, directors' fees, bonuses, payroll �"" taxes and union benefits 2,217,054 2,648,154 Employee benefit plan liability (Note K) 300,280 282,860 Business taxes payable 458,159 307,049 " Other accrued expenses and liabilities 236,976 238,405 Current portion of long-term debt (Note L) 2,997,876 2,035,606 ,w. Total Current Liabilities 15,504,368 12,714,822 Long-term debt, net of current portion (Note L) 7,766,729 5,531,810 „ Note payable, related party (Note E) 585,000 Key employees' deferred compensation (Note N) 904,826 821,801 Total Liabilities 24,760,923 19,068,433 Stockholders' Equity: Common stock, zero par, 400,000 shares authorized, 158,460 shares issued and outstanding in 2007 and 158,010 shares issued and outstanding in 2006 (Note U) 883,422 565,170 Additional paid-in capital 29,195 29,195 Retained earnings 15,042,323 13,031,500 Total Stockholders' Equity 15,954,940 13,625,865 $ 40,715,863 $ 32,694,298 - 2 - 2 Northwest Cascade, Inc. AW 0 Statements of Income so Year Ended September 30, 2007 2006 '" Amount Percent Amount Percent Earned revenue $ 69,478,526 100.0 % $ 62,408,813 100.0 % 40 Cost of earned revenue (54,175,389) (78.0) (48,212,395) (77.3) Gross profit 15,303,137 22.0 14,196,418 22.7 A■ General and administrative expense (7,525,999) 10.8 (6,668,252) (10.7) Income from operations 7,777,138 11.2 7,528,166 12.0 do Other income and (expense) - Deferred compensation (Note N) (158,058) (0.2) (309,058) (0.5) Bonuses (2,300,000) (3.3) (2,696,630) (4.2) Interest and finance charge income 110,731 0.2 106,566 0.2 Interest expense (814,635) (1.2) (538,832) (0.9) Discounts taken 26,417 24,188 Gain (loss) on sale of property and equipment 25,086 (23,905) Income from investment in joint venture (Note F) 70,698 0.1 Income from investment in partnership .� (Note H) 10,007 13,192 Impairment adjustments for other non-current assets (Note H) (107,002) (0.2) Impairment adjustments to intangible assets (Note 1) (28,100) (60,176) (0.1) Miscellaneous income 90,438 0.1 91,260 0.2 'D Miscellaneous expenses (9,260) (58,741) (0.1) Total other income and (expense) (3,047,374) (4.4) (3,488,440) (5.5) Income before income taxes 4,729,764 6.8 4,039,726 6.5 State income tax (expense) benefit (16,865) (8,244) do Net income $ 4,712,899 6.8 % $ 4,031,482 6.5 % r - 3 - See accompanying notes to financial statements and independent auditors'report s Name Title How Long With Bidder MDrQ,tt, I Peer fce - 3812 Ggoee 6A RA PM11ar +'49— NT IItA�tGP.�s t=1 �t�EtEc� `!F- low ar List all those projects, of similar nature and size (as described below), completed by Bidder AND completed by proposed subcontractors within the past 5 years. Include a reference for each. Any 4" attached preprinted project listing must include all this information for each category of work: Clearly note what work will be done by Bidder and what work will be by a specific subcontractor. ALL categories must be filled out in order for bid to be considered as responsive. 40 ROADWAY CONSTRUCTION (Curb, gutter, sidewalk, base and paving) - Include only projects that widened a roadway and installed curb, gutter, sidewalk and new paving that are greater than 2,000 feet in length. Year Contract Proiect Name Completed Amount Owner/Reference Name and Phone .r a.r w AN o 40 40 Duvall Avenue NE/Coal Creek Parkway SE Responsible Bidder Determination Form Reconstruction Prgject January 2008 NORTHWEST CASCADE INC. r Name and Title: Mark Perry—Project Manager err Anticipated Role on this Project: Project Manager Years Experience: 37 Years .rr Description of relevant projects performed in the last five years for this company: Project: Narrows Drive +` Location: Tacoma, WA Client: City of Tacoma Description: Road widening,utility installation,mass grading .r. Contract amount: $3,949,307 Project: South Tyler Street—Arterial Street Improvement Location: Tacoma,WA 40 Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $2,884,058 40 Project: Little Rock Sanitary Sewer Transmission Main Project Location: Tumwater,WA Vo Client: City of Tumwater Description: Utility Installation, dewatering,paving,road work Contract amount: $1,764,699 rrr Additional project information is available upon request. ,r err ,r ar r s rr NORTHWEST CASCADE INC. Name and Title: Rod Taylor—General Superintendent r Anticipated Role on this Project: General Superintendent Years Experience: 27 Years r Description of relevant projects performed in the last five years for this company: Project: Narrows Drive Location: Tacoma, WA Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $3,949,307 Project: South Tyler Street—Arterial Street Improvement Location: Tacoma, WA Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $2,884,058 Project: Little Rock Sanitary Sewer Transmission Main Project Location: Tumwater, WA Client: City of Tumwater Description: Utility Installation, dewatering,paving,road work Contract amount: $1,764,699 rr Additional project information is available upon request. ;d. A. do 4r arr ar do NORTHWEST CASCADE INC Name and Title: Clint Myers—Field Engineer s Anticipated Role on this Project: Field Engineer Years Experience: 7 Years Description of relevant projects performed in the last five years for this company: Project: Narrows Drive ,�. Location: Tacoma, WA Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $3,949,307 Project: South Tyler Street—Arterial Street Improvement Location: Tacoma, WA Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $2,884,058 s Project: Little Rock Sanitary Sewer Transmission Main Project Location: Tumwater,WA Client: City of Tumwater Description: Utility Installation, dewatering,paving,road work Contract amount: $1,764,699 �r Additional project information is available upon request. ®r rr �w rr as s NORTHWEST CASCADE INC Name and Title: Don Sigler-Foreman ar Anticipated Role on this Project: Foreman Years Experience: 22 Years r Description of relevant projects performed in the last five years for this company: Project: Narrows Drive +r Location: Tacoma,WA Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $3,949,307 Project: South Tyler Street—Arterial Street Improvement Location: Tacoma,WA Client: City of Tacoma Description: Road widening,utility installation,mass grading Contract amount: $2,884,058 Project: Little Rock Sanitary Sewer Transmission Main Project Location: Tumwater,WA Client: City of Tumwater Description: Utility Installation,dewatering,paving,road work Contract amount: $1,764,699 rr. Additional project information is available upon request. sr .r orr r ar a ..r ,�r r O O O O O m LO r-- LO O O O m O 0 0 0 0 m O m m 0 0 0 a 0 0 0 0 LO O 00 m m M O LO M to �} m m LO m C) "t LO m O O m O N O O O . N O O CD (O LO !1� O O O LO OO O O LO LO N LO N O O m 0 0 0 0 0 m 0 00 LO M 0 0 0 It O N n m CO: Co W m O 00 Op LO LO N LO CD Co O 00 N V M O Cl) LO r- 00 00 M <t (fl 00 O V LO r L O O LO V O O LO CY) LLB cl) LO G O O N 00 00 O m O N N N t LO N �t Ln CL r r- 'IT W r r It LO V m (0 � m r- O m m W 'ct V M O O O LO N O M LO m N f` n 00 N 00 Co O0 Op LO M LO M 00 N 00 't LO m LO r- M LO N � LO M M ('M M m M CO Cl) Cl) (M co (r1 M (M ('M M ('M M M M M M ('M M L(j C,) M M O (D M O O M LO N LO LO O tO m tO LO tO LO LO LO LO LO LO LO tO LO LO LO LO LO m N LO tO LO M O tO O co tO N N N N N N N N N N N N N N N N N N N N N N N N V N N N M N N N Cl) N <t a� W d W U co N -6 L L L L L O Q L a) 7 7 N N c 7 7 (n N U) N Y Y (6 j N N U a L a) L L T Z N c a) N U U U c c c c m E a) E L a) c c S o c -2 ° o 0 0 o E o o E c c N d 7 7 a) c O L a) co L c m w v, a p cLi Lcp °' > > C7 0 a � ❑ ❑ Q CO a) m U ❑ Lo p 2 ❑ Y ❑ o Y C o U o L U Z p L ❑ v COMMOOMM v o v o o 2 o 0 >> o > o°) L) > E a o o o Ea g o 40 -5 E J >>O Y O J O J > J J J U Q U f J J (� J U N J J J C J O J On J J to lV J N J .E cc c d y N 3 N '� 3J oU E ° 7 c o QN °o .N J o E 0 U v E n a La L d a) E 2 E o J n c ° c ° ? 0 ° c co V m ° H m m U lr_ c o lL o m L a a) j a c c n a) a) o E E E 3 -o E 3 E o co c! mac —° U Q a 7 C U W --° N N a ° ° N a) 7 a) (OO LOO o 7 7 OU Q E ° Z a Y O Y - E L C L w c 0 a) E O O T O °) > 7 f9 C E ` p L O D U U W L m 0 0 0 0 0 0 0 0 0 0 3 O 1] c O c a) 7 (6 (o ° a) L@ O .T. .T, w w «T. .T. w w w E O I'- O N 'It CO O O m m O V 00 00 M O CO O O r- M m m N O m O O O O m 0 _ 'w O O co O LO N O (0 h 0 00 N O N O O O LO m m .- LO co CO CO wVii\ 0 0 0 0 0 00 N V O O m N -1 r 00 co m r- co (D m Zt O 00 0 0 M 0 -4 (D LO Ln 4 00 (D I p c6 p,: O CD (D .-- LO M m In LO r- O M V V LO LO O m.4 co 4 LO m O 1 V (� Q n M O O (D 00 tO N M N m LO 00 00 L'D N co N � � 00 m O 00 N V t- 00 V M M tO �t V N_ .- m m � t- I` (D LO LO 7 M M co N (o � m 00 t- r 00 00 (D LO M M N N .-- M N 1- Vol V) 613 V3 EA us, (n V3 V> EA 59 (A Qt 63 W, EA W, V3 V3 (fl GO, V3 (A EA Eli V3 V3 W. V, V> V3 W. V3 0% m t- C) CD tO V LO m (D LO V M co 0 0 0 0 0 0 0 0 0 0 0 0 C, � ° O O O LO V tO tO LO 00 (D ID co (D tO 0 (O LO (D CD CD N ON p O O N N 0 0 0 0 N 0 O 11 0 0 0 0 0 0 CD 0 0 ° ° O ° 0 0 0 L N O ° N N N N N N N N M M N m N N LO (o N �2 LO N M «) M N W tT O r o o .- N O N CV .\- O) M co (o (o m (o 6, Lo m (o r V' M CO I� E ° c 3 0 c t9 o ° o o E N a > o > aa)) c E c Q OEi n o o E 0 U w @ E r- O .0 ate E T O � O O a O n O n J a) O T n C _@ N m cA m E ° O ° a_ > E m a) c r- 8 O a ° 2 ° E m wr Z � ° o U a N H E a3 ° a o c a) E w U) c) CO N fo T E U � 3 7 O O L O U a CL o ° .o m m Q o w o cn Yrf a. 0 o a. N E -° .� h a_ a) M N 3 7 a m 0 N U 06 co ° ,N 00 CU E0 `° E ocwtL � a) E � > N � O a LN .° W � '' � E � c 3 mcou) 7 o m > o c O C7 3 a .� @ ° Co Y Y O ° ❑ a O U 7 o U) o LL c 30 O ° 'p N m 0 >, , O O T > O N O 7 O O ° C a) > c0 L a -O 41 C O L Q Q > y6 N Y� _T _T (h O p _i _7 T 7 0 Q) >L > >@ co m co O O : Z cQ (o O a) E O U m Q 2 m Q N W' l Q d m m > a' Cn > O > of J Z co Cn J m N = U) W Z C ilr �i Feb-26-2008 12:24pm From-WATSON ASPHALT +425 897 2425 T-024 P.001/001 F-38g r SC`FIROLULREROTHERS WATSON Asphalt Paving Company, Inc. Conlraaor s LlcLms 223-01-WA-T8-0A P256PB 19220 NE Union Hill Rd.-Redmond,Washington 98053•Phone(425)868-4377 P.O. Box 815•Re.dmond, WA 98073-0545-FAX(425) 868-4104 PROJECT REFERENCES AND EQUIPMENT LIST SUB: WATSON ASPHALT PAVING PROJECT: CITY OF RENTON DUVALL AVENUE NE/COAL CREEK PARKWAY RECONSTRUCTION „.. APPROK CONTACT PHONE OWNER—PROJECT NAME AMOUNT NAME NUMBER King County--2007 North Overlay $34133,000 Paul Moore 206-423-1081 .. City of Bellevue—2007 Overlay $3,929,000 'Teresa Becker 425^452-7942 City of Kirkland--2007 Street Preservation $1,263,000 Andrea Mast 425-587-3807 City of Redmond—2007 Street Resurfacing $987,800 DenWs Apland 425-556-2567 40 City of Mountlake Terrace—48'h Ave W. $595,500 Roth Seng 425-744-6274 City of Woodinville—2007 Overlay $265,300 Zahid Khan 425489-2700 City of Medina—Ne 16'' Street Overlay $79,700 Joe Willis 425-2336439 so City of Bellevue— 140'' Ave NE $50,500 Chris Masek 425-452-4619 WSDOT— SR 202 (Commact 725 1) $1,585,200 Dave Lindberg 425-814-7104 WSDOT—SR 18 (Contract 7320) $909,300 Doug Lindsley 206-764-4105 King County—2006 South Overlay $4,623,000 Paul Moore 206-423-1081 "` City of Kirkland—2006 Overlay $1,258,000 Andrea Mast 425-587-3807 City of Redmond—2006 Street Res $695,800 Dennis Apland 425-556-2867 City of Bothell--2006 Annual Street $589,500 Bonnie Bennett 425-486-8152 "" City of Newcastle—2006 Overlay $202,200 Jed Gonzales 253-9886238 City of Bellevue—NE I" Street Sidewalk $195,500 Dave Rendle 425-452-6453 AV City of Medina—2006 Residential Street $84,900 Joe Willis 425-233-6439 EQUIPMENT MAKE NO YEAR Paver—BG 2455C Barber Green 2 1999 AM Paver—BG 225C Barber Green 1 1999 Grinder—W2000 Wirtgen 1 2002 Roller—CC501 Dynapac 2 1994 Roller—C778 Hypac 1 1994 Roller—625B Hyster 6 1978-96 Roller—Sakai Sakai 1 2002 i" MTV-- Shuttle Buggy Roadtec 1 2002 NOTE— All above listed equipment is owned by Watson Asphalt 4. to 4W "An Equal Opportunity Cmpinyer" Member of the.National Asphak Pavement Assocaiion,and Washington AsphalL Pavement Association wr r UTILITY CONSTRUCTION (Water, Sanitary Sewer, Storm Drains and Overhead Utility Undergrounding) — Include projects that included at least two of these four utilities that are greater than 2,000 feet in length. .r Year Contract Proiect Name Completed Amount Owner/Reference Name and Phone r r SOLDIER PILE RETAINING WALLS - Include projects where a soldier pile retaining wall of over 200 feet in length with special architectural treatment on the concrete fascia panels was constructed. Include wall dimensions. Include photographs of the finished wall construction. Year Contract Proiect Name Completed Amount Owner/Reference Name and Phone 4M 4M Duvall Avenue NE/Coal Creek Parkway SP Responsible Bidder Determination Form Reconstruction Project January 200£ 40 .r O Cl m 0 0 0 0 (0 0 m 0 0 0 � M '} 0 0 (0 0 0 0 0 (0 0 0 0 m ct (O w V O O LO w O O m m N N V O 7 LO m 0 W O N O a) 00 N m 0 0 0 0 LO h (0 0 0 m N � (O p 0 0 0 0 0 0 0 O OC O O 00 'q O O LO n (O O N O N (D m m t1') (O W O ap e- 00 V ,L V M O O M O N O N O V (o Uj N O O 6 O 4 N M d O (D M ('- O I- O Vt m V O 00 U') N 'CT O LO V (D O (-- I- N r- LO O N O M h � n (O 00 m 00 (O 1- N r- O 00 (O h 00 LO (O rl- r- N n r- (n (D M co (`) M co (`') (`) M (') CO C") (D Cr) (D M CV) O Cr) CO) (`') CV) (`') (O M O co O (O t0 (O l0 (O (O (O (O (O (O (O O (O O (O (O (D (O (O (O (O LO N (O (D (O N N N N N N N N N N N N N N N N N M N N N N N V N M N w a of w U d L L L @ w L L L L 0 >, 3 N 0 0 O m (Yj Z 3 O m U arr U c L c o c L, E .c O L c ( o w E E a`5 p C c E o o o o U > .� m o o 0 2 E E E o ('o o E o CO Q o � m coo (noom � m � � mo � oo � o � � � J O J E Y O U U 0 J J C N O = N J J N O m J J O 4 3 -j E c, n y C J L 3 E v ui L d CL `° m .� o. a E cE6 � F- E m m - o m E E m U L a) Z W > > d O 5, ou a@ ° o v EvLi (E0' iiLLZ c 3 0 c`o o U E o oa � � � E E � a _� mo co m a) a)m � � f' � N i F O O O O -Y O LL. O O O c > O Y Y 3 0 0 0 _ 0 0 $ m w w o w c z a � w o o o E E UD- ¢ � mUUUmU ¢ m ¢ CoU20dUmm0 = UU A ` 5 �_ O _m V _M O 1� O O N V O V O of O O N m (D (- i0 O m 1l- (t O t� (D O CO O (O O m 00 O (O CO O N O (D (D O m O C O (f7 V M O M 1� N CO O (O N CO O �--- O O �* O I} O O (D O m M O E O (O (O (O _O f� r- LO (O O O (O n (O O V 't Q O M .-- i� 4 M V O U ¢ It m (O N o7 -It N w O m w O m (- co (D m N m V I- (D r{ (D O N. (D U-) (O O M N O m r O m O m — r .- M M h O r r — N - N N .- M 64 64 d) VY 13 EA (A ua U3 6q V3 Vol 60, 69 69 U3 (A d3 (A U3 69> Go O V �t V' 7 O O (O (O m U) (O w m (D (D co co h (� 1I- P- co _N O O O O N ON O O O O CD 0 O O O CD O O O O O O CD CD O O O O O O O Ir tL/1 O pN\j n m A N N (� M I� O N O _N M N N N N _N 'E N '- 7- 7 N N N M `- N M M N N M O O (D 00 m O O (O I- 00 0) m 00 M co m m r? r 55r c C 0) 3 u� 41t E E >E D o U O C E C O m a U a) O m E U6 E p � rr > d E d o O U 3 0 (D n ° N o Q O CO N U U) O N °' a aci E o o m ° c —° ca to Z N _O �O — � N E N co m ,J O- > Cn C N Cn E (u O TTj p (Oj O O 7 U 3 -t _ _� N —_ U N U co N = (n 7 C C (n o C N ¢ N N N o °v7 a) — c O (D0 3 O m m N o m w O O m 3 �r ° cm K > 0 o � m w 3 n o ° n U) o t E a n (co ' o o (n o _ m a r v7 o E E U . 4 N .fl C w LL LL m N O o ¢ C E ° E 'ai c n o U) (n a) = d- m > �' ¢u) a) LL_ w M m >, .N O z o o i o m o O N (n m = C' m ¢ (n (n 2� d (n m m Z U J Z tm ar LL L LL J LL O J O J C O O 00 N 00 O V J C0 N V N LL LL AN @ O O CO or O O LO ON0 (n LL N � O .- f- i p 00 ti m op Lo 00 d M Cl? N LO M LO LO co N N O '�t "�t N ' U N � art V" U O U C N U C U 2 2 o U) N > CD N f9 E C7U0 U) N U J N J O f` aw U 0) (9 C � C O 00 > U U 0 -o U c U) @ ca ar o c C X � w N 40 /W i C O 0 CD O 0 E -t -7 O U Q 0 rn oM v Cd arr sv 0 m p Oo Cn r> L o 0 0 0 0 N V) N N N c arl ,so N 4) N E d (0 C: arl Z C 0 o E u, Q) V) U O) C U U L Q C W � Y m N > W Ln 47 O Cn CO N h ' fr b r9 r � b 222 -a( I Y. I rl�l ri: f 3" 4 f µ� t-. I+ r I; ! 3 r11r ill I I �i m � alb , me ex I i Ifl ®� 40 � 3e a do �" do : I� �� F a � , a � ,. �n �S rk 'i qn ow dw t go " r � x ar a y r t a r w�at x of ,."'✓"a '" %;, { ." t fin. jl- s' 1 r Al, gytrx" F r { A i � u ;, 3 'y3 t qtr J a + fi "` r o t '� E & ✓ "4 h X67 a 5ra m � fIX e� ps ow AMR irk 4 3 t i z v a,sJ a rr a " r t off, 0 41 PFA 3 w~ N e r �t� N, kg, "'E" s ." ( i h4 � �r tF ,�pw ro � Y M "1 3t "lW I woomm r 0 � N�- �t k . a n � � ar �, � f f 3 yi , ♦tiara- "� ':. +trig 4 �0 '��'illfl e "t m uswtwuv:. /k�"Jgrs✓%nY � Y q ' 4 S i no vo A TOO - � lw �` OF c d S §.c 8iA s a rh L n c sx Yy� wlp uP YI/ p � v_ 8 { Ali ip i i a:d AN AM 4,1 AN i f, ,z rV r srW11 t a�,�- 17, I,ua 71 AM to PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 6►oom aw a .1D 2ro EaCc 40o%u?- -f 6w=K=. o►.a .� ,&al o4� o¢,A-L., V4/10k cn..Zb N 4w Zoa 5KCO0^x0 j Zooms- C-a>m�o aw N1 � Z.4kC$ .!p -)44 F.R. CAT l tt- Gq2.0j � Zsaa�. G,00r� a.a Z=c, E6COfl COC a 2-cc s.4 t�{aliPAr<, E �tM3'Zt� Zct> I boao 6s� �1 's Eti eV0r ?'c.,4. Z-r zQc)c4 mss' Labor to be used: aw Duvall Avenue NE/Coal Creek Parkwav EE Responsible Bidder Determination Form Reconstruction Project January 2008 40 an am PROPOSED SUBCONTRACTORS Name of Bidder: I�p {,aE!¢�X- �L 4 The following is a list of the heating, ventilation and air conditioning, plumbing and electrical subcontractors that will be used in the work if the Bidder is awarded the contract. In accordance „i with RCW 39.30.060, revised in 1999, this only applies to contracts expected to cost one million dollars or more. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder 51 Schedule/Bid Item Numbers Name Subcontractor will perform % of Total Bid �cn'E6�1� -CR _ O F 'C-Acyrl bE 1 O.O 1c �r 40 a. ar ,rr 40 r 40 arr art Duvall Avenue NFU Coal Creek Parkway SF Responsible Bidder Determination Form Reconstruction Project January 2008 a• 02/26/2008 11 :01 FAX 253 272 5213 TOTEM ELE9 r TOTEM ELECTRIC Phone ( 253 ) 3 Fax (253 }27 TO: project Managers/Estimators RE: Duvall AVE NE Coal Creek Parkway SE Ladies/Gentleman_ We are leased to provide you P p y with this proposal, and the s�. We offer the followin , using the bid form quentiti es and ite Bid Description Qty Item +� 1 0 rza 0n 131A I ummatron 5ystam 1 2A Traffic. gna ys em ar 134A City interconnect System 1 I 1316 ummatron yS m 134B Qlty IntarconnecTSyMm a+ 180C linstall s mcas Vault g m o cast au 182C s omcast ype 2 J Box 183C ns atilt 184C install Com cas au 185C ristall CE VauFT9= 186C Insrall PSE Vault 187C Install PSE Vault 188C Install PSE Vaulr1324 i 189 install es au t 190C install west au 191C 'Install Wwast au 193C Install CMest Vault rrr 194C Install west a esta ser 1956 Furnish&I ns rpe omcas 196 -Install ult Plpe am,-Comcast 545 197C Install Conduit rpe ram. omca8t 198 ns on wt ape am.- 199C III Conduit 1113" ram.- 200C install Conduit Pfrpe41DFam- 201C IqstaI1rConduItPTi am.- 202C Furnish&Imla-11'Pipe 7 uiam- wwes e s 203C Install 20C Install Con du e iam.- 8 25C 0 a ice ervice onn6c ions 180D Install omc au 186? InGETnT Va-07M 187D Install FSE Vault Q nata au t 109D ns lall 11,51=uwest Vault 191D nsta west au t ■r 192D ns owas ur Vault 19D install es a p ee s rser 195D urn S nsa Pipe-. omcas 50— I 196D install ram. omcast 229 1 197D instal] on ur rpe ram. omcast 7 1 Install 1 525 1QgD Install pe m.-PSE I r Hate on urt rrpe e e rrr Install o p am a 202D um s ns - w-- s install an w 203 204D ns on u rppe am - wwees 20SD s eotnc Service onnec ions Proposal Total Any modlflcadons to our bid must be a ■I► (No b/d Item may be deleted This proposal is,good for burry days,and the err List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of s Contract Arbitrated Settlement Name of Client and Proiect Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? ,r No ❑ Yes If yes, give details: �as Bidder ever had any Payment/Performance Bonds called as a result of its work? ` 40 ❑ Yes If yes, please state: Proiect Name Contracting Partv Bond Amount &H s Bidder ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: r No Has Bidder ever fil d for protection under any provision of the federal bankruptcy laws or state insolvency laws? kNo ❑ Yes If yes, give details: as H s any adverse legal judgment been rendered against Bidder in the past 5 years? lo ❑ Yes If yes, give details: IM ,,,,,, Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other � surance company for accidents resulting in fatal injury or dismemberment in the past 5 years?other ❑ Yes If yes, please state: AN Date Type of Injury Agency Receiving Claim ®r ' Duvall Avenue NE/Coal Creek Parkway SP Responsible Bidder Determination Form Reconstruction Project January 2008 +rr .r. +�+ The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: _ � P���YC Date: oZ�?co�-ct-ti-fry ,rr yrr .. err s err as Duvall Avenue NE/Coal Creek Parkway SE Responsible Bidder Determination Form Reconstruction Prgieet January 200£ AW CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust, and Minimum Wage err (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti- trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, 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 MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project,j 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 rr 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: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Project �. I�o¢� �•sr�+yE t �L Name of Bidder's Firm arr _ Signature of a liorized Represe ve of Bidder Subscribed and sworn to before me on frus uo day Puflic in and for the State of Washington �t,, IL n Notary (Print) /G- • My appointment expires: 7, �. = '•jpUBLI`.•s Duvall Avenue NE/Coal Creek Parkwa.v SE Non-Collusion Affidavit Reconstruction Project January 2008 40 ww +rr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits IV. Contract Document Forms iW ar CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of! 200 . by and between THE CITY OF RENTON, W hington, a municipal corporatio of the State of Washington, hereinafter referred to as "CITY" and n J_+"IIJCS4 Q r(J p hereinafter referred to as "CONTRACTOR. WITNESSETH: r I 1) The Contractor shall within the time stipulated, (to-wit: within 375 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, rr materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 0%- DO I ) for improvement by construction and installation of. Approximately 3,800 linear feet of roadway reconstruction of Duvall Avenue NE/Coal Creek Parkway SE, including but not limited to, grading, planning, asphalt paving; construction of concrete curbs, gutters, sidewalks and retaining walls; construction of storm drainage conveyance, vaults and detention pond; signing and striping; illumination, traffic signal at Northeast 21 st Street, and conduit/junction boxes for future signals; sewer and water main upgrades; installation and maintenance of erosion control and traffic control measures; franchise utility undergrounding; irrigation, landscaping, and all other work necessary All the foregoing shall be timely performed, furnished,constructed, installed and completed in strict do 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 do 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 Consultant 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) Call for Bids .r e) Addenda f) Special Provisions g) Contract Plans h) Duval Project Plans i) Amendments to the Standard Specifications j) WSDOT/APWA Standard Specifications for Road,Bridge and Municipal Construction k) City of Renton Standard Plans 1) King County Standard Plans(if any) Duvall Avenue NE/Coal Creek Parkway SE Contracts Other Than Federal-Aid FHWA Reconstruction Project Conformed 21 March 2008 dill err m) WSDOT/APWA Standard Plans for Road,Bridge and Municipal Construction n) Puget Sound Energy(PSE)Trench/Duct/Vault Construction Standards AW 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 im 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 r serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten(10)day period,cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the 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 .rr 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 rr 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. ..r 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, r 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. 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 aid b the City p y in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only Duvall Avenue NE/Coal Creek Parkway SE Contracts Other Than Federal-Aid FHWA Reconstruction Project Conformed 21 March 2008 AW r to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. .r 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 on receipt of Notice to Proceed and shall complete the full performance of the Contract not later than 375 working days from the Notice r to Proceed date and shall obtain physical completion within 345 days from the Notice to Proceed date. The Contractor shall be permitted to close Duvall Avenue NE/Coal Creek Parkway SE to through traffic for 270 consecutive working days; after which these roadways will be opened to two lanes(one lane in each direction)of through traffic. For each and every working day the roadway is not opened to two lanes of through traffic after this 270 working day period; for each and every working day the physical work is not completed after the established day of physical completion; and for each and every day all the work is not completed after the established day of contract completion; it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of Section 1-08.9 of the Special Provisions and of the 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 not 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 .r 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. ar 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 ■r 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. d` 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. Duvall Avenue NE/Coal Creek Parkway SE Contracts Other Than Federal-Aid FHWA Reconstruction Project Conformed 21 March 2008 ar to 410 12) The total amount of this contract is the sum of I®, �� r r q 1Q1�Ti()1l ' 1C7 t1C� �i�1� Nl tidrPCl Si�rl-i� r1in dDI( CorS GL -�W `Ei 11r2 (1 -� w 48 w ich includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. do 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 ITY OF RE T President/Partner/Owner Mayor D e n i s L a w ++� ATTEEST�j Secretary Bonnie I . Walton, City:Clerk rr Dba CCl,`e (a C1 _.- 1)C , Firm Name -- am check one ❑ Individual ❑ Partnership 0 Corporation Incorporated in W 0�SIB I n l (1 rr 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. ar 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. r r arr dw r Duvall Avenue NE/Coal Creek Parkway SE Contracts Other Than Federal-Aid FHWA Reconstruction Project Conformed 21 March 2008 as wr �.. Y o� City of Renton a Human Resources & Risk Management Department Insurance Information Form UW FOR: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in 9 Yes ❑ No contract? Are the following coverages and/or conditions in effect? Z Yes ❑ No The Commercial General Liability policy form is an ISO 1993 [+� Yes ❑ No Occurrence Form or Equivalent? as (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* Yes ❑ No i" General Aggregate provided on a"per project basis(CG2503)?* [A Yes ❑ No Additional Insured wording provided?* © Yes ❑ No rr Coverage on a primary basis and non-contributing basis?* Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Severability of Interest Clause(Cross Liability)applies? Q Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* © Yes ❑ No 1r *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL &)(Q Auto Axy Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not r amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. 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. ' &4- c)c)te 410 W ".q-x Agency/Broker Completed (Type or Print Name) war+ / 17101 Aae t i r t Ave__,s, f e t000 Address 1-r a cv u,, a —N Completed By(Signature) VV .1.w IQX dN f 25 Zs` �O! 7;Y#3. Name of person to contact Telephone Number 'W NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OFINSURANCE yr Duvall Avenue NE/Coal Creek Parkway SE City of Renton Insurance Information Reconstruction Project Conformed 21 March 2008 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 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 (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: wr► • 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 (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (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. ow (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 10 liability including defense costs and completed operations. 4W VW Duvall Avenue NE/Coal Creek Parkway SE City of Renton Insurance Information Reconstruction Project Conformed 21 March 2008 so +rr LIMITS REQUIRED rwr The(CONTRACTOR)shall carry the following limits of liability as required below: r 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 Fire Damage(Any One Fire) $ 50,000 W Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 w„ *General Aggregate to apply per project(ISO Form CG2503 or equivalent) - Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) 1W Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number ow Umbrella Liability . Each Occurrence Limit $ 1,000,000 go General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 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) VW Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 or low +r rrr Duvall Avenue NE/Coal Creek Parkway SE City of Renton Insurance Information Reconstruction Project Conformed 21 March 2008 ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers 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 rMl of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 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. 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. TO The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two (2)years after completion of the project. 10 w� Duvall Avenue NE/Coal Creek Parkway SE City of Renton Insurance Information Reconstruction Project Conformed 21 March 2008 Wr ACOR CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YY) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOTAMEND,EXTEND OR ALTER THE COVERAGE WYr AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A. INSURER B: INSURER C: INSURER D. COVERAGES INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI ATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS C Y BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLU ONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSF POUCYEFFECTIVE POLICY EXPIRATIO1 iW LTR TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY DATE D/YY) DATE(IdMlO (#1) X COMMERCIAL GENERAL LIABILITY °) E S 1,000,000 CLAIMS MADE Q OCCUR b) FIRE A one fire $ 50,000 c) M ny ons person) $ 5,000 d) $1,000.000 GENL AGGREGATE LIMIT APPLIES PER: LAGGREGATE $2.000,000 POLICY F-1 PROJECT LOC RODUCTS-COMPlOP AGG $2,000,000 AUTOMOBILE LIABILITY (#31 X ANY AUTO COMBINED SINGLE LIMIT ALL OWNED AUTOS a) (EaaxideA) $1,000,000 SCHEDULED AUTOS YINJURY HIREDALTOS b) �e person) $ NON-OWNED AUTOS o) BODILY INJURY (Per aouden!) $ d) PROPERTY DAMAGE GARAGE LIABILITY g AUTO ONLY-EA ACCIDENT $ eANYAUTO WA OTHER THAN EA ACC AUTO ONLY: AGG g EXCESS LIABILITY ow (#4) ❑OCCUR ❑CLAIMS MADE AGGREGATE RENCE 3 DEDUCTIBLE g RETENTION $ (#g WORKERS COMPENSAT WC STATU OTH EMPLOYERS LIABILI `WW ITORY LIMITS ER E.L.EACH ACCIDENT $ E.LDISEASE-EAEMPLOYEE g E.LDISEASE-POLICY LIMIT $ 0 6 OTHER WW 1#T) DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS V City of Renton is named as an additional insured (09) CERTIFICATE HOLDER ❑X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION (#8) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE WSIBr vlir Duvall Avenue NE/Coal Creek Parkway SE City of Renton Insurance Information Reconstruction Project WIY Conformed 21 March 2008 rr ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, err subconsultants, and volunteers are included as PRIMARY AND NON-CONTRIBUTORY additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned,leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER; or(c)premises leased tr by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S 40 scheduled underlying primary coverage. In either event,any other insurance maintained by the OWNER,or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. wr 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. ,ewr 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended,voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) the OWNER and 4 (b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 1W 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. 10 wr Date Authorized Representative - VW Signature Duvall Avenue NE/Coal Creek Parkway SE City of Renton Standard Endorsement Form Reconstruction Project Conformed 21 March 2008 aw CITY OF RENTON s + + FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE r hereby confirms and declares that +w (Name of contractor/subcontractor/consultant) I. It is the policy of hu�fe f- f]S ( (� 4 �t�C` to offer equal err (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment and to vendors for procurement of materials or supplies without regard to race, color, national origin, aw religion, creed, age, sex, the presence of any physical or sensory handicap, or sexual orientation. .r Q,S-t- '� complies with all applicable (Name of contractor/subcontractor/consultant) WA federal,state and local laws governing non-discrimination in employment. III. When applicable, Q n ri"toen� 0 S0 k(`� . Mna will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. +�r r r ■r Print Agent/Representativ 's ame r � 4 V Print Agent/Representative's Title 4W Agent/Representative's Signature rr Date Signed rw .w arr Duvall Avenue NE/Coal Creek Parkway SE City of Renton Fair Practices Policy Affidavit Reconstruction Project Conformed 21 March 2008 aww rr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits " V. Contract Specifications 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 2006 �. 3 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS �w 6 7 The following Amendments to the Standard Specifications are made a part of this contract and 8 supersede any conflicting provisions of the Standard Specifications. For informational purposes, aw 9 the date following each Amendment title indicates the implementation date of the Amendment or 10 the latest date of revision. 11 40 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the 2006 17 Standard Specifications for Road, Bridge, and Municipal Construction. 18 19 This project is designed in metric units. Among the Special Provisions contained in this project 20 are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion methods and d. 21 charts needed to administer this project utilizing the 2006 Standard Specifications. 22 23 AMENDMENTS TO THE STANDARD SPECIFICATIONS 24 25 The following Amendments to the Standard Specifications are made a part of this contract and 26 supersede any conflicting provisions of the Standard Specifications. For informational purposes, 27 the date following each Amendment title indicates the implementation date of the Amendment or 28 the latest date of revision. 29 30 Each Amendment contains all current revisions to the applicable section of the Standard 31 Specifications and may include references which do not apply to this particular project. 32 33 SECTION 1-01, DEFINITIONS AND TERMS 34 August 6, 2007 35 1-01.3 Definitions 36 The first paragraph under Completion Dates is revised to read: 37 38 Substantial Completion Date is the day the Engineer determines the Contracting Agency 39 has full and unrestricted use and benefit of the facilities, both from the operational and 40 safety standpoint, all the initial plantings are completed and only minor incidental work, 41 replacement of temporary substitute facilities, plant establishment periods, or correction or MW 42 repair remains for the physical completion of the total contract. 43 .r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications nr Reconstruction Project 1 Conformed 21 March 2008 1 SECTION 1-04, SCOPE OF THE WORK ► 2 April 3, 2006 3 1-04.6 Variation in Estimated Quantities rrr 4 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to 5 read: 6 rrr► 7 If the adjusted final quantity of any item does not vary from the quantity shown in the 8 proposal by more than 25%, then the Contractor and the Contracting Agency agree that all 9 work under that item will be performed at the original contract unit price. 10 11 SECTION 1-06, CONTROL OF MATERIAL 12 August 6, 2007 +rr 13 1-06.1 Approval of Materials Prior To Use 14 The second sentence in the first paragraph is revised to read: a 15 16 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval 17 (ASA) Database, or the Request for Approval of Material (RAM) form. 18 19 Number 1 under the second paragraph is revised to read: 20 21 1. Shall be new, unless the Special Provisions or Standard Specifications permit 22 otherwise; 23 24 1-06.1(1) Qualified Products List (QPL) „ 25 This section is supplemented with the following: 26 27 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm 28 29 The following new sub-section is inserted to follow 1-06.1(2). 30 31 1-06.1(3) Aggregate Source Approval(ASA) Database r" 32 The ASA is a database containing the results of WSDOT preliminary testing of aggregate 33 sources. This database is used by the Contracting Agency to indicate the approval status 34 of these aggregate sources for applications that require preliminary testing as defined in the 35 contract. The ASA `Aggregate Source Approval Report' identifies the currently approved 36 applications for each aggregate source listed. The acceptance and use of these 37 aggregates is contingent upon additional job sampling and/or documentation. +r► 38 39 Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not 40 conforming to the specifications, not fulfilling the acceptance requirements, or improperly +rrr 41 handled or installed, shall be replaced at the Contractor's expense. 42 43 For questions regarding the approval status of an aggregate source, contact the WSDOT 44 Regional Materials Engineer for the Region the source is located in. The Contracting 45 Agency reserves the right to make revisions to the ASA database at anytime. 46 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 2 Conformed 21 March 2008 �r ,,. 1 If there is a conflict between the ASA database and the contract, then the contract shall 2 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 3 database can be accessed on-line at www.wsdot.wa.-gov/biz/mats/ASA 4 5 1-06.2(2)D Quality Level Analysis 6 Item 9 under the first paragraph is revised to read: 7 r 8 9. Determine the Composite Pay Factor(CPF)for each lot. 9 10 11 CPF = f1(PF1) +f2(PF2) +•••+ fi(PFi) �f 12 13 i = 1toj 14 15 where: fi = price adjustment factor listed in these 16 Specifications for the applicable material 17 18 j = number of constituents being evaluated W. 19 20 1-06.5 Vacant 21 This section including title is revised to read: 22 23 1-06.5 Owners Manuals and Operating Instructions 24 For equipment and materials that are permanently incorporated in the Work, the Contractor "r 25 shall provide to the Project Engineer all owners manuals and operating instructions 26 furnished by the equipment or material manufacturer. 27 28 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 29 August 6, 2007 w 30 1-07.9(1) General 31 The fifth paragraph is revised to read: 32 .� 33 If employing labor in a class not listed in the contract provisions on state funded projects 34 only, the Contractor shall request a determination of the correct wage and benefits rate for 35 that class and locality from the Industrial Statistician, Washington State Department of %W 36 Labor and Industries (State L&I), and provide a copy of those determinations to the 37 Engineer. 38 1r 39 The fifth paragraph is supplemented with the following new paragraph: 40 41 If employing labor in a class not listed in the contract provisions on federally funded 42 projects, the Contractor shall request a determination of the correct wage and benefits for we 43 that class and locality from the U. S. Secretary of Labor through the project engineer's 44 office. Generally, the Contractor initiates the request by preparing Standard Form 1444 45 Request for Authorization of Additional Classification and Rate, available at ow 46 http://www.wdol.gov/docs/sfl444.pdf, and submitting it to the Project Engineers' office for 47 further action. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 3 Conformed 21 March 2008 1 2 1-07.10 Worker's Benefits 3 The fourth paragraph is revised to read: 4 5 The Public Works Contract Division of the Washington State Department of Labor and 6 Industries will provide the Contractor with applicable industrial insurance and medical aid 7 classification and premium rates. After receipt of Revenue Release from the Washington 8 State Department of Revenue, the contracting agency will verify through the Department of 9 Labor and Industries that the Contractor is current with respect to the payments of industrial 10 insurance and medical aid premiums. 11 12 1-07.11(10)B Required Records and Retention 13 The second and third paragraphs under "Monthly Employment Utilization Reports" are 14 deleted. „0 15 16 1-07.15 Temporary Water Pollution/Erosion Control 17 The first paragraph is revised to read: alb 18 19 In an effort to prevent, control, and stop water pollution and erosion within the project, 20 thereby protecting the work, nearby land, streams, and other bodies of water, the +rr 21 Contractor shall perform all work in strict accordance with all Federal, State, and local laws 22 and regulations governing waters of the State, as well as permits acquired for the project. 23 24 1-07.17 Utilities and Similar Facilities 25 This section is revised to read: 26 27 The Contractor shall protect all private and public utilities from damage resulting from the 28 Work. Among others, these utilities include: telephone, telegraph, and power lines; 29 pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting and 30 signing systems. All costs required to protect public and private utilities shall be at the 31 Contractor's expense, except as provided otherwise in this section. 32 33 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. 40 34 In accordance with this RCW, the Contractor shall call the One-Number Locator Service for 35 field location of utilities. If no locator service is available for the area, notice shall be 36 provided individually to those owners of utilities known to, or suspected of, having 37 underground facilities within the area of the proposed excavation. 38 39 This section is supplemented with the following two new sub-sections: 40 41 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor 42 If the Work requires removing or relocating a utility, the contract will assign the task to the 43 Contractor or the utility owner. When the task is assigned to the Contractor it shall be 44 performed in accordance with the Plans and Special Provisions. New utility construction 45 shall be performed according to the appropriate contract requirements. 46 1W 47 To ease or streamline the Work for its own convenience, the Contractor may desire to ask 48 utility owners to move, remove, or alter their equipment in ways other than those listed in 49 the Plans or Special Provisions. The Contractor shall make the arrangements and pay all ve 50 costs that arise from work performed by the utility owner at the Contractor's request. Two Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard specifications Reconstruction Project 4 Conformed 21 March 2008 Iii .. -1 weeks prior to implementing any such utility work, the Contractor shall submit plans and 2 details to the Engineer for approval describing the scope and schedule of all work 3 performed at the Contractors request by the utility owner. 4 5 In some cases, the Plans or special provisions may not show all underground facilities. If 6 the Work requires these to be moved or protected, the Engineer will assign the task to w. 7 others or issue a written change order requiring the Contractor to do so as provided in 8 Section 1-04.4. 9 10 1-07.17(2) Utility Construction, Removal or Relocation by Others 11 Any authorized agent of the Contracting Agency or utility owners may enter the highway 12 right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall 13 cooperate with such efforts and shall avoid creating delays or hindrances to those doing the 14 work. As needed, the Contractor shall arrange to coordinate work schedules. 15 16 If the contract provides notice that utilities will be adjusted, relocated, replaced, or 17 constructed by others during the prosecution of the work, the Special Provisions will 18 establish the utility owners anticipated completion. The Contractor shall carry out the Work 19 in a way that will minimize interference and delay for all forces involved. Any costs incurred 20 prior to the utility owners anticipated completion (or if no completion is specified, within a 21 reasonable period of time) that results from the coordination and prosecution of the Work 22 regarding utility adjustment, relocation, replacement, or construction shall be at the 23 Contractor's expense as provided in Section 1-05.14. 24 25 When others delay the Work through late removal or relocation of any utility or similar 26 facility, the Contractor shall adhere to the requirements of Section 1-04.5. The Contracting t rr 27 Agency will either suspend Work according to Section 1-08.6, or order the Contractor to 28 coordinate the Work with the work of the utility owner in accordance with Section 1-04.4. 29 When ordered to coordinate the Work with the work of the utility owner, the Contractor shall 30 prosecute the Work in a way that will minimize interference and delay for all forces 31 involved. 32 •iw 33 SECTION 1-08, PROSECUTION AND PROGRESS 34 September 17 , 2007 35 1-08.1 Subcontracting 36 The following is inserted after the second paragraph: 37 ,. 38 Prior to subcontracting any work, the Contractor shall verify that every first tier 39 Subcontractor meets the responsibility criteria stated below at the time of subcontract 40 execution. The Contractor shall include these responsibility criteria in every subcontract, 41 and require every Subcontractor to: 42 43 1. Possess any electrical contractor license required by 19.28 RCW or elevator 44 contractor license required by 70.87 RCW, if applicable; 45 2. Have a certificate of registration in compliance with chapter 18.27 RCW; 46 3. Have a current state unified business identifier number; 47 4. If applicable, have: 48 a. Industrial insurance coverage for the bidder's employees working in 49 Washington (Title 51 RCW); w. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 5 Conformed 21 March 2008 wr 1 b. An employment security department number (Title 50 RCW); 2 c. A state excise tax registration number(Title 82 RCW); 3 5. Not be disqualified from bidding on any public works contract under RCW 4 39.06.010 or RCW 39.12.065(3). 5 6. Verify these responsibility criteria for every lower tier Subcontractor at the time of 6 subcontract execution; and, 7 7. Include these responsibility criteria in every lower tier subcontract. 8 9 1-08.3 Progress Schedule 10 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 11 12 1-08.3 Progress Schedule 13 1-08.3(1) General Requirements 14 The Contractor shall submit Type A or Type B Progress Schedules and Schedule ' 15 Updates to the Engineer for approval. Schedules shall show work that complies with 16 all time and order of work requirements in the contract. Scheduling terms and 17 practices shall conform to the standards established in Construction Planning and 18 Scheduling, Second Edition, published by the Associated General Contractors of 19 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet these 20 General Requirements, and provide the following information: 21 22 1. Include all activities necessary to physically complete the project. 23 2. Show the planned order of work activities in a logical sequence. , 24 3. Show durations of work activities in working days as defined in Section 1- 25 08.5. 26 4. Show activities in durations that are reasonable for the intended work. 27 5. Define activity durations in sufficient detail to evaluate the progress of 28 individual activities on a daily basis. 29 6. Show the physical completion of all work within the authorized contract time. 30 31 The Contracting Agency allocates its resources to a contract based on the total time 32 allowed in the contract. The Contracting Agency may accept a Progress Schedule 33 indicating an early physical completion date but cannot guarantee the Contracting 34 Agency's resources will be available to meet an accelerated schedule. No additional 35 compensation will be allowed if the Contractor is not able to meet their accelerated 36 schedule due to the unavailability of Contracting Agency's resources or for other 37 reasons beyond the Contracting Agency's control. 38 39 If the Engineer determines that the Progress Schedule or any necessary Schedule 40 Update does not provide the required information, then the schedule will be returned to 41 the Contractor for correction and resubmittal. 42 43 The Engineer's approval of any schedule shall not transfer any of the Contractor's 44 responsibilities to the Contracting Agency. The Contractor alone shall remain 45 responsible for adjusting forces, equipment, and work schedules to ensure completion 46 of the work within the time(s) specified in the contract. ' 47 48 1-08.3(2) Progress Schedule Types 49 Type A Progress Schedules are required on all projects that do not contain the bid item 50 for Type B Progress Schedule. Type B Progress Schedules are required on all Duvall Avenue NE/coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 6 Conformed 21 March 2008 �r • 1 projects that contain the bid item for Type B Progress Schedule. Weekly Look-Ahead 2 Schedules and Schedule Updates are required on all projects. 3 o 4 1-08.3(2)A Type A Progress Schedule 5 The Contractor shall submit five copies of a Type A Progress Schedule no later 6 than 10 days after the date the contract is executed, or some other mutually 7 agreed upon submittal time. The schedule may be a critical path method (CPM) 8 schedule, bar chart, or other standard schedule format. Regardless of which 9 format used, the schedule shall identify the critical path. The Engineer will 10 evaluate the Type A Progress Schedule and approve or return the schedule for 11 corrections within 15 calendar days of receiving the submittal. 12 13 1-08.3(2)B Type B Progress Schedule 14 The Contractor shall submit a preliminary Type B Progress Schedule no later than 15 five calendar days after the date the contract is executed. The preliminary Type B 16 Progress Schedule shall comply with all of these requirements and the 17 requirements of Section 1-08.3(1), except that it may be limited to only those 18 activities occurring within the first 60 working days of the project. 19 20 The Contractor shall submit five copies of a Type B Progress Schedule no later 21 than 30 calendar days after the date the contract is executed. The schedule shall 22 be a critical path method (CPM) schedule developed by the Precedence 23 Diagramming Method (PDM). Restraints may be utilized, but may not serve to 24 change the logic of the network or the critical path. The schedule shall display at 25 least the following information: 26 27 Contract Number and Title 28 Construction Start Date 29 Critical Path aw 30 Activity Description 31 Milestone Description 32 Activity Duration A" 33 Predecessor Activities 34 Successor Activities 35 Early Start (ES) and Early Finish (EF)for each activity 36 Late Start(LS) and Late Finish (LF)for each activity 37 Total Float (TF) and Free Float (FF)for each activity 38 Physical Completion Date .. 39 Data Date 40 41 The Engineer will evaluate the Type B Progress Schedule.and approve or return 42 the schedule for corrections within 15 calendar days of receiving the submittal. 43 44 1-08.3(2)C Vacant 45 46 1-08.3(2)D Weekly Look-Ahead Schedule 47 Each week that work will be performed, the Contractor shall submit a Weekly 48 Look-Ahead Schedule showing the Contractor's and all subcontractors' proposed 49 work activities for the next two weeks. The Weekly Look-Ahead Schedule shall 50 include the description, duration and sequence of work, along with the planned 51 hours of work. This schedule may be a network schedule, bar chart, or other alrY Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 7 Conformed 21 March 2008 �r� 1 standard schedule format. The Weekly Look-Ahead Schedule shall be submitted 2 to the Engineer by the midpoint of the week preceding the scheduled work or 3 some other mutually agreed upon submittal time. 4 rlrr 5 1-08.3(3) Schedule Updates 6 The Engineer may request a Schedule Update when any of the following events occur: 7 8 1. The project has experienced a change that affects the critical path. 9 2. The sequence of work is changed from that in the approved schedule. 10 3. The project is significantly delayed. 11 4. Upon receiving an extension of contract time. 12 13 The Contractor shall submit five copies of a Type A or Type B Schedule Update within 14 15 calendar days of receiving a written request, or when an update is required by any 15 other provision of the contract. A "significant" delay in time is defined as 10 working 16 days or 10 percent of the original contract time, whichever is greater. 17 18 In addition to the other requirements of this Section, Schedule Updates shall reflect the 19 following information: 20 rr�r 21 1. The actual duration and sequence of as-constructed work activities, including 22 changed work. 23 2. Approved time extensions. 24 3. Any construction delays or other conditions that affect the progress of the 25 work. 26 4. Any modifications to the as-planned sequence or duration of remaining 27 activities. 28 5. The physical completion of all remaining work in the remaining contract time. 29 30 Unresolved requests for time extensions shall be reflected in the Schedule Update by 31 assuming no time extension will be granted, and by showing the effects to follow-on 32 activities necessary to physically complete the project within the currently authorized 33 time for completion. rwr 34 35 1-08.3(4) Measurement 36 No specific unit of measurement shall apply to the lump sum item for Type B Progress 37 Schedule. 38 39 1-08.3(5) Payment 40 Payment will be made in accordance with Section 1-04.1, for the following bid item 41 when it is included in the proposal: 42 43 "Type B Progress Schedule", lump sum. 44 The Lump Sum price shall be full pay for all costs for furnishing the Type B 45 Progress Schedule and preliminary Type B Progress Schedule. 46 47 Payment of 80 percent of the lump sum price will be made upon approval of the 48 Progress Schedule. 49 50 Payment will be increased to 100 percent of the lump sum price upon completion 51 of 80 percent of the original total contract award amount. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 8 Conformed 21 March 2008 w. 2 All costs for providing Type A Progress Schedules and Weekly Look-Ahead 3 Schedules are considered incidental to other items of work in the contract. wr 4 5 No payment will be made for Schedule Updates that are required due to the 6 Contractors operations. Schedule Updates required by events that are attributed 7 to the actions of the Contracting Agency will be paid for in accordance with 8 Section 1-09.4. 9 10 1-08.4 Prosecution of Work 11 The first sentence is revised to read: 12 13 The Contractor shall begin work within 21 calendar days from the date of execution of the 14 contract by the Contracting Agency, unless otherwise approved in writing. 15 16 1-08.5 Time for Completion 17 This section is revised to read: 18 19 The Contractor shall complete all physical contract work within the number of "working +rr 20 days" stated in the Contract Provisions or as extended by the Engineer in accordance with 21 Section 1-08.8. Every day will be counted as a "working day" unless it is a nonworking day 22 or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a 23 Sunday, a whole or half day on which the contract specifically prohibits work on the critical 24 path of the Contractor's approved progress schedule, or one of these holidays: January 1, 25 the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor ow 26 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 27 When any of these holidays fall on a Sunday, the following Monday shall be counted a 28 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be 29 counted a nonworking day. The days between December 25 and January 1 will be 30 classified as nonworking days. 31 32 An unworkable day is defined as a half or whole day the Engineer declares to be 33 unworkable because of weather or conditions caused by the weather that prevents 34 satisfactory and timely performance of the work shown on the critical path of the 35 Contractor's approved progress schedule. Other conditions beyond the control of the we 36 Contractor may qualify for an extension of time in accordance with Section 1-08.8. 37 38 Contract time shall begin on the first working day following the 21st calendar day after the Im 39 date the Contracting Agency executes the contract. If the Contractor starts work on the 40 project at an earlier date, then contract time shall begin on the first working day when 41 onsite work begins. The contract provisions may specify another starting date for contract r 42 time, in which case, time will begin on the starting date specified. 43 44 Each working day shall be charged to the contract as it occurs, until the contract work is 45 physically complete. If substantial completion has been granted and all the authorized 46 working days have been used, charging of working days will cease. Each week the 47 Engineer will provide the Contractor a statement that shows the number of working days: 48 (1) charged to the contract the week before; (2) specified for the physical completion of the 49 contract; and (3) remaining for the physical completion of the contract. The statement will 50 also show the nonworking days and any half or whole day the Engineer declares as 51 unworkable. Within 10 calendar days after the date of each statement, the Contractor shall Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 9 Conformed 21 March 2008 aWr 1 file a written protest of any alleged discrepancies in it. To be considered by the Engineer, 2 the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and 3 amount of time disputed. By not filing such detailed protest in that period, the Contractor 4 shall be deemed as having accepted the statement as correct. 5 6 The Engineer will give the Contractor written notice of the physical completion date for all 7 work the contract requires. That date shall constitute the physical completion date of the 8 contract, but shall not imply the Secretary's acceptance of the work or the contract. 9 10 The Engineer will give the Contractor written notice of the completion date of the contract 11 after all the Contractor's obligations under the contract have been performed by the 12 Contractor. The following events must occur before the Completion Date can be 13 established: 14 15 1. The physical work on the project must be complete; and 16 2. The Contractor must furnish all documentation required by the contract and 17 required by law, to allow the Contracting Agency to process final acceptance of the 18 contract. The following documents must be received by the Project Engineer prior 19 to establishing a completion date: 20 21 a. Certified Payrolls (Federal-aid Projects) 22 b. Material Acceptance Certification Documents 23 c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly 24 Report of Amounts Credited as DBE Participation, as required by the 25 Contract Provisions. 26 d. Final Contract Voucher Certification 27 28 1-08.8 Extensions of Time 29 Section 1-08.8 is revised to read: 30 31 The Contractor shall submit any requests for time extensions to the Engineer in writing no 32 later than 10 working days after the delay occurs. The requests for time extension shall be 33 limited to the affect on the critical path of the Contractor's approved schedule attributable to 34 the change or event giving rise to the request. 35 36 To be considered by the Engineer, the request shall be in sufficient detail (as determined by 37 the Engineer) to enable the Engineer to ascertain the basis and amount of the time 38 requested. The request shall include an updated schedule that supports the request and 39 demonstrates that the change or event: (1) had a specific impact on the critical path, and 40 except in cases of concurrent delay, was the sole cause of such impact, and (2) could not 41 have been avoided by resequencing of the work or by using other reasonable alternatives. 42 If a request combined with previous extension requests, equals 20 percent or more of the 43 original contract time then the Contractor's letter of request must bear consent of Surety. In 44 evaluating any request, the Engineer will consider how well the Contractor used the time 45 from contract execution up to the point of the delay and the effect the delay has on any 46 completion times included in the special provisions. The Engineer will evaluate and 47 respond within 15 calendar days of receiving the request. 48 49 The authorized time for physical completion will be extended for a period equal to the time 50 the Engineer determines the work was delayed because of: 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 10 Conformed 21 March 2008 �. 1 1. Adverse weather causing the time requested to be unworkable, provided that the 2 Engineer had not already declared the time to be unworkable and the Contractor 3 has filed a written protest according to Section 1-08.5. 4 5 2. Any action, neglect, or default of the Contracting Agency, its officers, or 6 employees, or of any other contractor employed by the Contracting Agency. 7 8 3. Fire or other casualty for which the Contractor is not responsible. 9 10 4. Strikes. 11 12 5. Any other conditions for which these Specifications permit time extensions such 13 as: " 14 15 a. In Section 1-04.4 if a change increases the time to do any of the work 16 including unchanged work. M 17 b. In Section 1-04.5 if increased time is part of a protest that is found to be a 18 valid protest. 19 c. In Section 1-04.7 if a changed condition is determined to exist that 20 caused a delay in completing the contract. 21 d. In Section 1-05.3 if the Contracting Agency does not approve properly 22 prepared and acceptable drawings within 30 calendar days. 23 e. In Section 1-07.13 if the performance of the work is delayed as a result of 24 damage by others. 25 f. In Section 1-07.17 if the removal or the relocation of any utility by forces 26 other than the Contractor caused a delay. aw 27 g. In Section 1-07.24 if a delay results from all the right of way necessary 28 for the construction not being purchased and the special provisions does 29 not make specific provisions regarding unpurchased right of way. 30 h. In Section 1-08.6 if the performance of the work is suspended, delayed, 31 or interrupted for an unreasonable period of time that proves to be the 32 responsibility of the Contracting Agency. ,., 33 i. In Section 1-09.11 if a dispute or claim also involves a delay in 34 completing the contract and the dispute or claim proves to be valid. 35 j. In Section 1-09.6 for work performed on a force account basis. 36 37 6. If the actual quantity of work performed for a bid item was more than the original 38 plan quantity and increased the duration of a critical activity. Extensions of time 39 will be limited to only that quantity exceeding the original plan quantity. 40 41 7. Exceptional causes not specifically identified in items 1 through 6, provided the 42 request letter proves the Contractor had no control over the cause of the delay 43 and could have done nothing to avoid or shorten it. 44 45 Working days added to the contract by time extensions, when time has overran, shall only 46 apply to days on which liquidated damages or direct engineering have been charged, such 47 as the following: 48 49 If substantial completion has been granted prior to all of the authorized working days 50 being used, then the number of days in the time extension will eliminate an equal 51 number of days on which direct engineering charges have accrued. If the substantial Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 11 Conformed 21 March 2008 ur 1 completion date is established after all of the authorized working days have been used, 2 then the number of days in the time extension will eliminate an equal number of days 3 on which liquidated damages or direct engineering charges have accrued. 4 The Engineer will not allow a time extension for any cause listed above if it resulted 5 from the Contractor's default, collusion, action or inaction, or failure to comply with the 6 contract. 7 The Contracting Agency considers the time specified in the special provisions as sufficient 8 to do all the work. For this reason, the Contracting Agency will not grant a time extension 9 for: 10 11 0 Failure to obtain all materials and workers unless the failure was the result of 12 exceptional causes as provided above in subsection 7; 13 0 Changes, protests, increased quantities, or changed conditions (Section 1-04) that 14 do not delay the completion of the contract or prove to be an invalid or 15 inappropriate time extension request; 16 0 Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; 17 • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; • 18 0 Correction of thickness deficiency as provided in Section 5-05.5(1)6. 19 20 The Engineer will determine whether the time extension should be granted, the reasons for 0 21 the extension, and the duration of the extension, if any. Such determination will be final as 22 provided in Section 1-05.1. 23 24 1-08.9 Liquidated Damages 25 The first sentence in the fourth paragraph is revised to read: 26 27 When the contract work has progressed to the extent that the Contracting Agency has full 28 use and benefit of the facilities, both from the operational and safety standpoint, all the 29 initial plantings are completed and only minor incidental work, replacement of temporary 30 substitute facilities, plant establishment periods, or correction or repair remains to physically 31 complete the total contract, the Engineer may determine the contract work is substantially 32 complete. 33 34 SECTION 1-09, MEASUREMENT AND PAYMENT 35 August 6, 2007 36 1-09.2(1) General Requirements for Weighing Equipment 37 The last paragraph is supplemented with the following: 38 ' 39 The material delivery point is defined as the location where the material is incorporated into 40 the permanent work. 41 ► 42 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 12 Conformed 21 March 2008 �. 1 1-09.6 Force Account 2 The first sentence in the last paragraph under 1. For Labor is revised to read: 3 „ 4 In addition to compensation for direct labor costs defined above, the Contracting Agency 5 will pay Contractor 29 percent of the sum of the costs calculated for labor reimbursement to 6 cover project overhead, general company overhead, profit, bonding, insurance required by 7 Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. 8 9 The last paragraph under 2. For Materials is revised to read: 10 11 In addition to compensation for direct materials cost, the Contracting Agency will pay the 12 Contractor 21 percent of the sum of the costs calculated for materials reimbursement to 13 cover project overhead, general company overhead, profit, bonding, insurance required by • 14 Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. 15 16 The first sentence in the fifth paragraph under 3. For Equipment is revised to read: W 17 18 The Contracting Agency will add 21 percent to equipment costs to cover project overhead, 19 general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1- W 20 07.18, Business & Occupation tax, and any other costs incurred 21 22 The last paragraph under 3. For Equipment is revised to read: 23 24 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the 25 Contracting Agency's web site at www.wsdot.wa.gov. 26 27 The second paragraph under 4. For Services is revised to read: 28 29 Except as noted below, the Contracting Agency will pay the Contractor an additional 21 30 percent of the sum of the costs included on invoices for specialized services to cover 31 project overhead, general company overhead, profit, bonding, insurance required by 32 Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. 33 34 The first paragraph under 6. For Contractor Markup on Subcontractor's Work is revised to 35 read: 36 37 6. For Contractor Markup on Subcontractor's Work: When work is performed on a 38 force account basis by one or more approved subcontractors, by lower-tier 39 subcontractors or suppliers, or through invoice by firm(s) acting in the manner of a 40 subcontractor, the Contractor will be allowed an additional markup, from the table 41 below, applied to the costs computed for work done by each subcontractor through 42 Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project 43 overhead, general company overhead, profit, bonding, insurance required by 1-07.10 44 and 1-07.18, Business & Occupation tax, and any other costs incurred. 45 ”` 46 1-09.9(1) Retainage 47 The fourth paragraph is revised to read: 48 go 49 Release of the retainage will be made 60 days following the Completion Date (pursuant to 50 RCW 39.12, and RCW 60.28) provided the following conditions are met: 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 13 Conformed 21 March 2008 ar 1 1. On contracts totaling more than $20,000, a release has been obtained from the 2 Washington State Department of Revenue. 3 4 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with 5 the Contracting Agency (RCW 39.12.040). 6 7 3. A certificate of Payment of Contributions Penalties and Interest on Public Works 8 Contract is received from the Washington State Employment Security Department. 9 10 4. Washington State Department of Labor and Industries (per section 1-07.10) shows 11 the Contractor is current with payments of industrial insurance and medical aid 12 premiums. 13 14 5. All claims, as provided by law, filed against the retainage have been resolved. In 15 the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the 16 Contractor will be paid such retained percentage less an amount sufficient to pay 17 any such claims together with a sum determined by the Contracting Agency to 18 sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. 19 20 SECTION 1-10, TEMPORARY TRAFFIC CONTROL , 21 August 6, 2007 22 1-10.1(1) Materials 23 This section is supplemented with the following: 24 25 Tall Channelizing Devices 9-35.13 26 Portable Temporary Traffic Control Signal 9-35.14 27 28 1-10.2(3) Conformance to Established Standards 29 The second and third sentences in the first paragraph are revised to read: ` 30 31 Judgment of the quality of devices furnished will be based upon Quality Guidelines for 32 Temporary Traffic Control Devices, published by the American Traffic Safety Services 33 Association. Copies of the MUTCD and Quality Guidelines for Temporary Traffic Control 34 Devices may be purchased from the American Traffic Safety Services Association, 15 35 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. 36 37 The third sentence in the fourth paragraph is revised to read: 38 39 All Category 2 devices shall meet the requirements of NCHRP 350. 40 41 The fourth sentence in the fourth paragraph is deleted. 42 43 The second sentence in the sixth paragraph is revised to read: 44 45 Crash testing is not required for these devices. 46 47 The first sentence in the seventh paragraph is revised to read: 48 VA Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 14 Conformed 21 March 2008 .o 1 The condition of signs and traffic control devices shall be acceptable or marginal as defined 2 in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted 3 based on a visual inspection by the Engineer. 4 5 1-10.3(3) Traffic Control Devices 6 This section is supplemented with the following new sub-section: 7 8 1-10.3(3)K Portable Temporary Traffic Control Signal 9 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 10 maintain and remove a portable temporary traffic control signal to provide alternating one- 11 lane traffic operations on a two-way facility. A portable temporary traffic control signal shall 12 be defined as a traffic control signal that may be trailer mounted, fully self-contained unit 13 and designed so that it can be easily transported and deployed at different locations. " 14 15 The Contractor shall submit the manufacturer's specifications for the portable temporary 16 traffic control signal to the Engineer for approval at the pre-construction meeting or a r 17 minimum of two weeks prior to installation, whichever occurs first. A manufacturer's 18 representative is required to demonstrate the capabilities of the temporary portable signal 19 prior to approval and provide training to contractor personnel as necessary. The Contractor 20 shall provide a minimum of one manufacturer trained operator on-site during all hours of 21 portable traffic control signal operation. 22 23 Remote manual control of the portable traffic control signal by the Traffic Control Supervisor 24 (TCS) or a qualified operator may be allowed if necessitated by work area or traffic 25 conditions and as approved by the Engineer. 26 27 Maximum length between signal heads shall be 1500 ft unless otherwise shown on the 28 plans or ordered by the Project Engineer in accordance with Section 1-04.4. 29 30 The WSDOT Region Signal Superintendent or designee will inspect the signal system at 31 initial installation/operation and either provide or approve the signal timing. Final approval 32 will be based on the results of the operational inspection. rr 33 34 If repairs or adjustments are required the Contractor shall respond immediately and provide 35 flagger traffic control, if the roadway cannot be safely reopened to two-way traffic, until such 36 time that repairs can be made. The Contractor shall either repair the signal or replace with 37 a backup unit within 24 hours. 38 39 The Engineer will monitor the traffic, signal operation and order adjustments as needed 40 based on traffic conditions. Timing adjustments require the approval of the Project 41 Engineer. 42 43 As shown on the traffic control plan, temporary stop bars and "STOP HERE ON RED Signs 44 (R10-6) shall be provided at the location traffic is expected to stop during the red display. 45 The stop bar locations shall be illuminated at night. The illumination shall be the 46 responsibility of the contractor and shall be adjusted to ensure minimal glare to motorists. 47 48 When not in operation, remove signal heads from the view of traffic or cover signal heads 49 with bags made of non-ripping material specifically designed for covering signal heads. Do 50 not use trash bags of any type. Remove, cover, fold, or turn all inappropriate signs so that 51 they are not readable by oncoming traffic. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 15 Conformed 21 March 2008 am 1 +� 2 The Contractor shall provide and install all field wiring to make a complete and operational 3 portable traffic control signal and shall maintain the system throughout the life of the 4 contract. 5 6 Portable temporary traffic signals shall not be installed within 300 feet of at-grade railroad 7 crossing, or if driveways or roadway access points are located between the portable 8 temporary traffic control signals. 9 10 1-10.4(2) Item Bids with Lump Sum for Incidentals 11 The fourth paragraph is revised to read: 12 13 "Other Traffic Control Labor" will be measured by the hour. The hours of one person will be 14 measured for each patrol route that the Contractor performs the work described under 15 Section 1-10.3(2)E, Patrol and Maintain Traffic Control Measures, regardless of the actual 16 number of persons per route. Hours will be measured for each person engaged in any one 17 of the following activities: 18 19 Operating a pilot vehicle during one-way piloted traffic control. 20 21 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown 22 operation. 23 24 Operating a vehicle or placing/removing traffic control devices during the setup or 25 takedown of a lane closure. Performing preliminary work to prepare for placing 26 and removing these devices. 27 28 Operating any of the moving traffic control equipment, or adjusting signing during 29 a mobile operation as described in Section 1-10.3(2)D. 30 31 Placing and removing Class B construction signs. Performing preliminary work to 32 prepare for placing and removing these signs. 33 34 Relocation of Portable Changeable Message Signs within the project limits. 35 36 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, 37 Tubular Markers and Warning Lights and Flashers to carry out approved Traffic 38 Control Plan(s). Performing preliminary work to prepare for installing these 39 devices. 40 41 The fifth paragraph is revised to read: 42 43 Time spent on activities other than those described above will not be measured under this 44 item. 45 46 Section 1-10.4(2) is supplemented with the following: 47 48 "Portable Temporary Traffic Control Signal" will be measured per each one time only for 49 each portable temporary traffic control signal device used on the project. The final pay + 50 quantity shall be the maximum number of such devices in place at any one time as 51 approved by the Engineer. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 16 Conformed 21 March 2008 am *W 1 2 Section 1-10.5(2) is supplemented with the following: 3 r 4 "Portable Temporary Traffic Control Signal," per each. 5 The unit contract price, when applied to the number of units measured for this item in 6 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, 7 materials and equipment incurred by the Contractor in performing the contract work as 8 described in Section 1-10.3(3)K, including all costs for traffic control during a 9 malfunction/failure of the portable traffic control signals and during replacement of 10 failed/malfunctioning signals. aw 11 12 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 13 April 2, 2007 w. 14 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 15 Item 3. is revised to read: ■• 16 17 3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, or 18 gutter that is to remain and the portion to be removed. For portland cement concrete 1W 19 pavement removal, a second vertical full depth relief saw cut offset 12 inches to 18 20 inches from and parallel to the initial saw cut is also required, unless the Engineer 21 approves otherwise. 22 23 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 24 August 7, 2006 25 2-03.3(2) Rock Cuts 26 This section is revised to read: 27 28 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, 29 loosen, or damage the rock under the subgrade line, except as provided by Section 2- 30 03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench 31 that will remain. The Contractor shall be responsible for methods used and for any 32 damage caused to the roadbed, regardless of any previous approvals by the Engineer. 33 34 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor 35 shall scale and dress them, removing all loose fragments and rocks not firmly fastened 36 to the rock slope. The Contractor shall also remove any overhanging rock the aw 37 Engineer sees as a hazard to roadway users. 38 39 If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying „ 40 outside the slope stakes. Payment for such extra work shall be by force account as 41 provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling 42 these materials at the unit contract prices that apply or as provided in Section 1-04.4. vr. 43 44 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and 45 blasting operations or at any time the Contractor proposes to change the drilling and 46 blasting methods, the Contractor shall submit a blasting plan to the Engineer for 47 review. The blasting plan shall contain the full details of the drilling and blasting 48 patterns and controls the Contractor proposes to use for both the controlled and Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 17 Conformed 21 March 2008 rr go 1 production blasting. The blasting plan submittal is required for all blasting operations „r 2 and shall contain the following minimum information: 3 4 a) Station limits of proposed shot. ,,, 5 6 b) Plan and section views of proposed drill pattern including free face, burden, 7 blast hole spacing, blast hole diameter, blast hole angles, lift height, and 8 subdrill depth. 9 10 c) Loading diagram showing type and amount of explosives, primers, initiators, 11 and location and depth of stemming. 12 13 d) Initiation sequence of blast holes including delay times and delay system. 14 15 e) Manufacturer's data sheets for all explosives, primers, and initiators to be 16 employed. 17 go 18 Review of the blasting plan by the Engineer shall not relieve the Contractor of the 19 responsibility for the accuracy and adequacy of the plan when implemented in the field. 20 1„ 21 When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the 22 Contractor shall use controlled blasting. The Engineer may require the Contractor to 23 use controlled blasting to form the faces of other slopes, even if the slopes could be 24 formed by nonblasting methods. go 25 26 Controlled blasting refers to the controlled use of explosives and blasting accessories 27 in carefully spaced and aligned drill holes to provide a free surface or shear plane in 'o 28 the rock along the specified backslope. Controlled blasting techniques covered by this 29 specification include presplitting and cushion blasting. 30 ow 31 In addition to the blasting plan submittal, when using controlled blasting the Contractor 32 shall: 33 to 34 a) Prior to commencing full-scale blasting operations, the Contractor shall 35 demonstrate the adequacy of the proposed blast plan by drilling, blasting, and 36 excavating short test sections, up to 100 feet in length, to determine which 37 combination of method, hole spacing, and charge works best. When field 38 conditions warrant, the Contractor may be ordered to use test section lengths 39 less than 100 feet. 40 41 Unless otherwise approved by the Engineer, the Contractor shall begin the 42 tests with the controlled blast holes spaced 30-inches apart, then adjust if 43 needed, until the Engineer approves the spacing to be used for full-scale 44 blasting operations. 45 46 b) The Contractor shall completely remove all overburden soil and loose or 47 decomposed rock along the top of the excavation for a distance of at least 48 30 feet beyond the end of the production hole drilling limits, or to the end of 49 the cut, before drilling the presplitting holes. 50 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 18 Conformed 21 March 2008 w. c) The controlled blast holes shall be not less than 21/2 inches nor more than 2 3 inches in diameter. 3 4 d) The Contractor shall control drilling operations by the use of the proper 5 equipment and technique to ensure that no hole shall deviate from the plane 6 of the planned slope by more than 9 inches either parallel or normal to the 7 slope. Drill holes exceeding these limits shall not be paid for unless 8 satisfactory slopes are being obtained. 9 10 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of 11 the production holes to be detonated, or to the end of the cut as applicable. 12 13 f) The length of controlled blast holes for any individual lift shall not exceed 14 20 feet unless the Contractor can demonstrate to the Engineer the ability to 15 stay within the above tolerances and produce a uniform slope. If greater than 16 5 percent of the presplit holes are misaligned in any one lift, the Contractor rw 17 shall reduce the height of the lifts until the 9-inch alignment tolerance is met. 18 Upon satisfactory demonstration, the length of holes may be increased to a 19 maximum of 60 feet with written approval of the Engineer. to 20 21 g) When the cut height requires more than one lift, a maximum 2-foot offset 22 between lifts will be permitted to allow for drill equipment clearances. The to 23 Contractor shall begin the control blast hole drilling at a point that will allow for 24 necessary offsets and shall adjust, at the start of lower lifts, to compensate for 25 any drift that may have occurred in the upper lifts. 26 *W 27 h) Before placing charges, the Contractor shall determine that the hole is free of 28 obstructions for its entire depth. All necessary precautions shall be exercised 29 so that the placing of the charges will not cause caving of material from the .+ 30 walls of the holes. 31 32 i) The maximum diameter of explosives used in presplit holes shall not be 33 greater than 1/2 the diameter of the presplit hole. 34 35 j) Only standard explosives manufactured especially for controlled blasting shall 4, 36 be used in controlled blast holes, unless otherwise approved by the Engineer. 37 Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded 38 in the presplit holes. 39 40 k) If fractional portions of standard explosive cartridges are used, they shall be 41 firmly affixed to the detonating cord in a manner that the cartridges will not 42 slip down the detonating cord nor bridge across the hole. Spacing of 43 fractional cartridges along the length of the detonating cord shall not exceed 44 30 inches center to center and shall be adjusted to give the desired results. 45 ow 46 1) Continuous column cartridge type of explosives used with detonating cord 47 shall be assembled and affixed to the detonating cord in accordance with the 48 explosive manufacturer's instructions, a copy of which shall be furnished to wr 49 the Engineer. 50 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 19 Conformed 21 March 2008 1W 1 m) The bottom charge of a presplit hole may be larger than the line charges but 2 shall not be large enough to cause overbreak. The top charge of the 3 presplitting hole shall be placed far enough below the collar, and reduced 4 sufficiently, to avoid overbreaking and heaving. 5 6 n) The upper portion of all presplit holes, from the top most charge to the hole 7 collar, shall be stemmed. Stemming materials shall be sand or other dry 8 angular material, all of which passes a 3/8-inch sieve. 9 10 o) If presplitting is specified, the detonation of these holes shall be fired first. 11 12 p) If cushion blasting is specified, the detonation of these holes shall be fired last 13 on an instantaneous delay after all other blasting has taken place in the 14 excavation. W 15 16 q) Production blast holes shall not be drilled closer than 6 feet to the controlled 17 blast line, unless approved by the Engineer. The bottom of the production so 18 holes shall not be lower than the bottom of the controlled blast holes. 19 Production holes shall not exceed 6 inches in diameter, unless approved by 20 the Engineer. Detonation of production holes shall be on a delay sequence 21 toward a free face. 22 23 r) The use of horizontal blast holes for either production or controlled blasting is 24 prohibited. 25 26 SECTION 2-09, STRUCTURE EXCAVATION 27 April 2, 2007 28 2-09.3(1)E Backfilling 29 Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted and 30 replaced with the following: 31 32 Alternative Sources. When material from structure excavation is unsuitable for use as 33 backfill, the Engineer may: 34 35 1. require the Contractor to use other material covered by the contract if such No 36 substitution involves work that does not differ materially from what would 37 otherwise have been required; 38 39 2. require the Contractor to substitute selected material in accordance with Section 40 2-03.3(10); 41 42 3. require the Contractor to use Controlled Density Fill (CDF) also known as " 43 Controlled Low Strength Material (CLSM)), or; 44 45 4. require the Contractor to obtain material elsewhere. Material obtained elsewhere 46 will be paid for in accordance with Section 1-04.4. 47 48 Controlled Density Fill (CDF) or Controlled Low-Strength Material (CLSM). CDF is a 49 self compacting, cementitious, flowable material requiring no subsequent vibration or 50 tamping to achieve consolidation. The Contractor shall provide a mix design in writing to Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 20 Conformed 21 March 2008 r �,. 1 the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the CDF 2 mix design. No CDF shall be placed until the Engineer has reviewed the mix design. CDF 3 shall be designed to have a minimum 28-day strength of 50 psi and a maximum 28-day 4 strength not to exceed 300 psi. The CDF consistency shall be flowable (approximate slump 5 3 to 10 inches). 6 7 The following testing methods shall be used by the Contractor to develop the CDF mix 8 design: 9 10 28 day compressive strength -ASTM D 4832, 11 Unit weight, yield, and air content–ASTM D 6023, 12 Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119. 13 14 The water/cement ratio shall be calculated on the total weight of cementitious material. The 15 following are considered cementitious materials: Portland cement, fly ash, ground 16 granulated blast furnace slag and microsilica fume. r 17 18 Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for 19 Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. 4W 20 Admixtures shall be used in accordance with the manufacturer's recommendations and 21 non-chloride accelerating admixtures may be used to accelerate the hardening of CDF. 22 23 CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on a 24 Certificate of Compliance. The producer shall provide a Certificate of Compliance for each 25 truckload of CDF in accordance with Section 6-02.3(5)B. 26 27 Item 1 of the first paragraph under Compaction is revised to read: 28 29 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill «. 30 providing lateral support for noise barrier wall foundations, luminaire poles, traffic 31 signal standards, and roadside and overhead sign structure foundations — placed in 32 horizontal layers no more than 6 inches thick with each layer compacted to 95 percent 33 of the maximum density determined by the Compaction Control Test, Section 2- 34 03.3(14)D. 35 36 2-09.3(3)B Excavation Using Open Pits — Extra Excavation 37 This section is revised to read: 38 r 39 The Contractor may dig open pits or perform extra excavation without shoring or 40 cofferdams, if: 41 42 1. Footings can be placed in dry material away from running water. 43 44 2. The integrity of the completed structure and its surroundings is not reduced. 45 46 3. Worker safety is ensured as required by law. 47 48 4. The excavation does not disturb the existing pavement or any other adjacent wr 49 structural elements. 50 «. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 21 Conformed 21 March 2008 of �Ir 1 If a slide occurs in an open pit, the Contractor shall remove the slide material. If the slide 2 disturbs an area over which a highway will be built, the Contractor shall backfill and 3 compact the site to the original ground line as approved by the Engineer. If the slide 4 damages an existing facility such as a roadway or structure, the Contractor shall repair the 5 damage caused by the slide. The Contractor shall pay all costs related to removing slide 6 material and restoring the slide area, including the repair of any pavement or structural 7 elements damaged by the slide. 8 9 The Contractor shall drain or pump any water from the pit, taking care not to stir up or 10 soften the bottom. If equipment in the pit or inadequate water removal makes the so 11 foundation material unstable, the Contractor shall, at no expense to the Contracting 12 Agency, remove and replace it with material the Engineer approves. 13 14 When the Engineer believes ground water flow may impair a concrete footing, the 15 Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing the 16 gravel, the Contractor shall excavate to whatever grade the Engineer requires. This 17 provision shall not apply to the building of concrete seals. 18 19 The Contractor may omit forms when the earthen sides of a footing excavation will stand 20 vertically. In this case, the Contractor may excavate to the neat line dimensions of the 21 footing and pour concrete against the undisturbed earth. If the hole is larger than neat line 22 dimensions, the Contractor shall bear the cost of the extra concrete. 23 24 For open temporary cuts, the following requirements shall be met: " 25 26 1. No vehicular or construction traffic, or construction surcharge loads will be allowed 27 within a distance of 5-feet from the top of the cut. 28 29 2. Exposed soil along the slope shall be protected from surface erosion. 30 31 3. Construction activities shall be scheduled so that the length of time the temporary 32 cut is left open is reduced to the extent practical. 33 34 4. Surface water shall be diverted away from the excavation. 35 36 Submittals and Design Requirements. The Contractor shall submit working drawings 37 and calculations showing the geometry and construction sequencing of the proposed 38 excavation slopes. The Contractor shall not begin excavation operations until receiving the 39 Engineer's approval of the excavation submittal. 40 1W 41 The excavation stability design shall be conducted in accordance with the WSDOT 42 Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be 43 designed for site specific conditions which shall be shown and described in the working VO 44 drawings. Examples of such items that shall be shown on the excavation submittal and 45 supported by calculations include, but are not limited to, the following: 46 ' 47 1. Excavation geometry and controlling cross sections showing adjacent existing 48 foundations, utilities, site constraints, and any surcharge loading conditions that 49 could affect the stability of the slope; 50 VO Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 22 Conformed 21 March 2008 W +err 1 2. A summary clearly describing subsurface soil and groundwater conditions, 2 sequencing considerations, and governing assumptions; 3 AW 4 3. Any supplemental subsurface explorations made to meet the requirements for 5 geotechnical design of excavation slopes, in accordance with the WSDOT 6 Geotechnical Design Manual; ow 7 8 4. Supporting geotechnical calculations used to design the excavation, the soil and 9 material properties selected for design, and the justification for the selection for 10 those properties, in accordance with the WSDOT Geotechnical Design Manual; 11 12 5. Safety factors, or load and resistance factors used, and justification for their 13 selection, in accordance with the WSDOT Geotechnical Design Manual, and '■' 14 referenced AASHTO design manuals; 15 16 6. Location and weight of construction equipment adjacent to the excavation top, and .■ 17 location of adjacent traffic; and, 18 19 7. A monitoring plan to evaluate the excavation performance throughout its design 20 life. 21 22 2-09.3(3)D Shoring and Cofferdams 23 Paragraphs one through seven are revised to read: 24 25 Definitions. Structural shoring is defined as a shoring system that is installed prior to 26 excavation. Structural shoring shall provide lateral support of soils and limit lateral 27 movement of soils supporting structures, roadways, utilities, railroads, etc., such that these 28 items are not damaged as a result of the lateral movement of the supporting soils. 29 30 Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks, 31 sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier 32 piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems. 33 34 Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed after 35 excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of a pre- ,�, 36 excavated slope, are not allowed as structural shoring. 37 38 A cofferdam is any watertight enclosure, sealed at the bottom and designed for the 39 dewatering operation, that surrounds the excavated area of a structure. The Contractor 40 shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is under 41 water or affected by ground water. 42 43 Submittals and Design Requirements. The Contractor shall submit working drawings and 44 calculations showing the proposed methods and construction details of structural shoring or 45 cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The Contractor shall not 46 begin construction of structural shoring or cofferdams, nor begin excavation operations, 47 until approval of the structural shoring submittal has been given by the Project Engineer. 48 VW 49 Structural shoring and cofferdams shall be designed for conditions stated in this Section 50 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 51 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the AASHTO wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 23 Conformed 21 March 2008 OW 1 LRFD Bridge Design Specifications, Third Edition, 2004 and current interims for load and rw 2 resistance factor design. The USS Steel Sheet Piling Design Manuals, published by United 3 States Steel, may be used for shoring walls that do not support other structures and that 4 are 15 feet in height or less. Allowable stresses for materials shall not exceed stresses and 5 conditions allowed by Section 6-02.3(17)6. The shoring design shall also be in compliance 6 with the WSDOT Geotechnical Design Manual (M46-03). In the case of conflict or 7 discrepancy between manuals, the Geotechnical Design Manual shall govern. 8 9 For open temporary cuts associated with a shoring system, the requirements for open 10 temporary cuts specified in Section 2-09.3(3)6 shall be met. 11 12 The structural shoring system shall be designed for site specific conditions which shall be 13 shown and described in the working drawings. The structural shoring system design shall 14 include the design of the slopes for stability above and below the shoring system. Except ' + 15 as otherwise noted, the design height of all structural shoring in design calculations and 16 working drawings shall be for the depth of excavation as required by the Plans, plus an 17 additional 2 feet to account for the possibility of overexcavation. If the Contractor provides 18 written documentation to the satisfaction of the Engineer that the soil conditions at the site 19 are not likely to require overexcavation, the Engineer may waive the requirement for two 20 feet of overexcavation design height. 21 22 Examples of such items that shall be shown on the structural shoring submittal and 23 supported by calculations include, but are not limited to, the following: 24 25 1. Heights; soil slopes; soil benches; and controlling cross sections showing adjacent 26 existing foundations, utilities, site constraints, and any surcharge loading 27 conditions that could affect the stability of the shoring system, including any slopes 28 above or below the shoring. 29 30 2. A summary clearly describing performance objectives, subsurface soil and rr► 31 groundwater conditions, sequencing considerations, and governing assumptions. 32 33 3. Any supplemental subsurface explorations made to meet the requirements for 34 geotechnical design of excavation slopes, shoring walls, and other means of 35 ground support, in accordance with the WSDOT Geotechnical Design Manual. 36r 37 4. Supporting geotechnical calculations used to design the shoring system, including 38 the stability evaluation of the shoring system in its completed form as well as 39 intermediate shoring system construction stages, the soil and material properties 40 selected for design, and the justification for the selection for those properties, in 41 accordance with the WSDOT Geotechnical Design Manual. 42 43 5. Safety factors, or load and resistance factors used, and justification for their 44 selection. 45 46 6. Location and weight of construction equipment adjacent to the excavation; 47 location of adjacent traffic; and structural shoring system material properties, 48 spacing, size, connection details, weld sizes, and embedment depths. 49 50 7. Structural shoring installation and construction sequence, procedure, length of 51 time for procedure and time between operations; proof load testing procedure if Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 24 Conformed 21 March 2008 wtr ON ow 1 any; deadman anchor design and geometry; no load zones; grouting material and 2 strengths; and a list of all assumptions. 3 4 8. Methods and materials to be used to fill voids behind lagging, when soldier piles 5 with lagging are used as structural shoring. 6 7 9. A monitoring/testing plan to evaluate the performance of the excavation/shoring 8 system throughout its design life, and 9 10 10. An estimate of expected displacements or vibrations, threshold limits that would 11 trigger remedial actions, and a list of potential remedial actions should thresholds 12 be exceeded. Thresholds shall be established to prevent damage to adjacent 13 facilities, as well as degradation of the soil properties due to deformation. 14 15 SECTION 2-12 CONSTRUCTION GEOTEXTILE 16 August 7, 2006 17 The section title is revised to read: 18 w 19 CONSTRUCTION GEOSYNTHETIC 20 21 2-12 CONSTRUCTION GEOTEXTILE 22 This heading is revised to read: 23 24 2-12 CONSTRUCTION GEOSYNTHETIC 25 26 2-12.1 Description 27 The word geotextile is revised to geosynthetic. 28 29 2-12.2 Materials 30 In the first and second paragraphs geotextile is revised to geosynthetic. ' 31 32 2-12.3 Construction Requirements 33 In the first, second, and third paragraphs geotextile is revised to geosynthetic. "� 34 35 wr w 40 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications VW Reconstruction Project 25 Conformed 21 March 2008 1 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 2 August 7, 2006 3 3-01.4(1) Acquisition and Development +�+� 4 The first paragraph is revised to read: 5 6 If, under the terms of the Contract, the Contractor is required to provide a source of „ 7 materials, or if the Contractor elects to use materials from sources other than those 8 provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting 9 Agency, make all necessary arrangements for obtaining the material and shall ensure the 10 quantity of suitable material is available. Preliminary samples shall be taken by or in the 11 presence of the Engineer or a designated representative unless the Engineer permits 12 otherwise. Approval of the source does not relieve the Contractor from meeting these 13 specification requirements, nor does it guarantee that the material will meet these 14 requirements without additional or proper processing. The Engineer may require additional 15 preliminary samples at any time. 16 17 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 18 April 2, 2007 19 5-01.3(2)B Portland Cement Concrete 20 The third paragraph beginning with "Acceptance testing" is supplemented with the following: 21 22 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect 23 concrete cylinders in cure boxes from excessive vibration and shock waves during the 24 curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in so 25 accordance with Section 6-02.5. 26 27 5-01.3(4) Replace Portland Cement Concrete Panel , 28 The fourth sentence in the second paragraph is revised to read: 29 30 A vertical full depth saw cut is required along all longitudinal joints and at transverse 31 locations and, unless the Engineer approves otherwise, an additional vertical full depth 32 relief saw cut located 12 inches to 18 inches from and parallel to the initial longitudinal and 33 transverse saw cut locations is also required. 34 up 35 The third paragraph is revised to read: 36 37 When new concrete pavement is to be placed against existing cement concrete pavement, go 38 epoxy coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the 39 existing pavement with either Type I or IV epoxy resin as specified in Section 9-26. Tie 40 bars are not required for panel replacement less than a full panel. Im 41 42 The seventeenth paragraph is revised to read: 43 go 44 The Contractor shall place polyethylene film or building paper in accordance with AASHTO 45 M 171 along all existing concrete surfaces and between the bottom of the slab and treated 46 bases prior to placing concrete. 1W 47 to Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 26 Conformed 21 March 2008 N •� 1 5-01.3(5) Partial Depth Spall Repair 2 The fifth paragraph is revised to read: 3 4 When a partial depth repair is placed directly against an adjacent longitudinal joint, 5 polyethylene film or building paper in accordance with AASHTO M 171 shall be placed 6 between the existing concrete and the area to be patched. r 7 8 5-01.3(6) Dowel Bar Retrofit 9 The fourth and fifth sentences in the second paragraph are revised to read: 10 11 When gang saws are used, slots that are not used shall be cleaned and sealed with either 12 Type I or IV epoxy resin as specified in Section 9-26. 13 14 The sixth paragraph is revised to read: 15 16 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall 17 remove all slurry, parting compound, and other foreign materials prior to installation of the 18 dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to the 19 Contracting Agency. Traffic shall not be allowed on slots where concrete has been rr 20 removed. 21 22 5-01.3(10) Pavement Smoothness 23 This section is revised to read: 24 25 Perform the work described in Section 5-05.3(12), and the following: 26 27 Where the pavement is ground, calculation of the profile index shall exclude dips and 28 depressions in the existing roadway. The profilograph generated reports shall be 29 provided to the Engineer prior to payment. 30 31 5-01.5 Payment 32 This section is revised as follows: 33 34 The paragraph following "Replace Cement Concrete Panel", per square yard, is revised to 35 read: +W 36 37 The unit contract price per square yard shall be full payment for all costs to complete 38 the work as specified, including saw cutting full depth, removal and disposal of the dw 39 existing panels off of the Contracting Agency's right-of-way, preparing the surfacing 40 below the new panel, provide, place and compact the crushed surfacing or hot mix 41 asphalt, furnishing and placing polyethylene film or building paper, furnishing and „r, 42 placing the portland cement concrete, drilling the holes, providing and anchoring the 43 dowel bars and tie bars, and for all incidentals required to complete the work as 44 specified. 45 aw 46 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement 47 Concrete Pavement Grinding", per square yard. 48 49 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per square 50 yard. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications wr Reconstruction Project 27 Conformed 21 March 2008 1 � 2 The second sentence in the 16th paragraph is revised to read: 3 4 The costs of any additional pavement grinding and profiling required to complete the 5 work as specified is also included in this payment. 6 7 The 18th paragraph for Replace Uncompactable Material is supplemented with the 8 following: 9 10 All costs associated with the containment, collection and disposal of concrete slurry 11 and grinding residue shall be included in the applicable concrete grinding or cutting 1e" 12 items of work. 13 14 SECTION 5-02, BITUMINOUS SURFACE TREATMENT 15 August 6, 2007 16 Section 5-02 is revised in its entirety to read: 17 18 5-02.1 Description 19 This work shall consist of constructing a single or multiple course bituminous surface 20 treatment (BST) in accordance with these Specifications and in conformity with the lines 21 and cross-sections shown in the Plans or as designated by the Engineer. 22 +rr 23 5-02.1(1) New Construction 24 This method of treatment requires two applications of asphalt emulsion and three 25 applications of aggregate. The initial application of asphalt emulsion is a prime coat 26 applied to an untreated roadway that is followed with an application of aggregate. The 27 second application of asphalt emulsion is the tack coat and is followed with two 28 additional applications of aggregate. rrf 29 30 5-02.1(2) Seal Coats 31 This method require the placing of one application of asphalt emulsion and one or 32 more sizes of aggregate as specified to an existing pavement to seal and rejuvenate �nr► 33 the surface and to produce a uniform roadway surface with acceptable nonskid 34 characteristics. 35 36 5-02.1(3) Pavement Sealers — Fog Seal 37 This method of treatment requires an application of asphalt emulsion over an existing 38 or newly constructed pavement as specified. , 39 40 5-02.2 Materials 41 Materials shall meet the requirements of the following sections: 42 43 Cationic Emulsified Asphalt 9-02.1(6) 44 Aggregates for Bituminous Surface Treatment 9-03.4 r 45 46 Aggregate to be used for bituminous surface treatment shall be of the type and size called 47 for in the Plans or in the proposal. 48 va Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 28 Conformed 21 March 2008 ill �r .r 1 The asphalt emulsion to be used shall be the product which is called for in the Special 2 Provisions, the proposal, or shown in the Plans, and may be conditionally accepted at the 3 source. 4 5 5-02.3 Construction Requirements 6 5-02.3(1) Equipment 7 The equipment used by the Contractor shall be subject to approval by the Engineer 8 before its use. 9 10 The distributor shall be capable of uniformly applying asphalt emulsion at the required 11 application temperature and rate. Temperature measuring devices shall be capable of 12 reporting the temperature of asphalt emulsion in the tank and also the temperature of 13 the asphalt emulsion being applied to the roadway. A tachometer shall be required to 14 accurately control the application of asphalt emulsion. Distributors shall be equipped 15 with an adjustable spray bar with pressure pump and gauge. The power for operating 16 the pressure pump shall be supplied by a power unit which will provide a uniform spray +r 17 from each of the nozzles across the spray bar and extensions. The distributor truck 18 shall have a volume control gauge. All reading devices and gauges shall be easily 19 accessible by Inspectors from the ground. 20 21 Rollers for seal coats shall be self-propelled pneumatic tired rollers. Rollers for new 22 construction shall be a combination of self-propelled pneumatic tired rollers and rr 23 smooth-wheeled rollers. Each roller shall not weigh less than 12 tons and shall be 24 capable of providing constant contact pressure. Operation of the roller shall be in 25 accordance with the manufacturer's recommendations. 26 27 Aggregate spreading equipment shall be self-propelled, supported on at least four 28 pneumatic tires, with an approved device for accurately metering and distributing the 29 aggregate uniformly over the roadway surface. Spreading equipment shall be so �+r+ 30 equipped that the operator has positive width control. This control shall allow the 31 operator to adjust the spreading width of aggregates in 6 inch increments without 32 stopping the machine. 33 34 Brooms shall be motorized and capable of controlling vertical pressure. 35 36 Other equipment necessary to satisfactorily perform the work as specified herein or as 37 designated by the Engineer shall be subject to approval by the Engineer before its use 38 on the work. 39 40 Additional units shall be placed on the work when, in the opinion of the Engineer, it is 41 considered necessary in order to fulfill the requirements of these Specifications, or to 42 complete the work within the time specified. VW 43 44 5-02.3(2) Preparation of Roadway Surface 45 5-02.3(2)A New Construction 1W 46 The existing roadway surface shall be shaped to a uniform grade and cross- 47 section as shown in the Plans, or as designated by the Project Engineer. 48 +r. 49 The roadway shall be dampened, bladed and rolled until the entire roadway 50 surface shows a uniform grading and conforms to the line, grade, and cross- 51 section shown in the Plans, or as staked. During the operation of blading and 1W Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 29 Conformed 21 March 2008 1 rolling, water shall be applied, if necessary, in the amount and at the locations w► 2 designated by the Project Engineer. 3 4 The entire surface shall be rolled with a smooth-wheeled or pneumatic-tired roller, 5 or both, as designated by the Engineer, except that the final rolling shall be 6 accomplished with a smooth-wheeled roller as specified in Section 5-02.3(1). 7 Rolling shall continue until the entire roadway presents a firm, damp and 8 unyielding surface. 9 10 Immediately before the prime coat of asphalt emulsion is applied, the roadway 11 surface shall be in the following condition: firm and unyielding, damp, free from 12 irregularities and material segregation, and true to line, grade, and cross-section. 13 14 No traffic will be allowed on the prepared surface until the prime coat of asphalt 15 emulsion and aggregate is applied. 16 17 5-02.3(2)B Seal Coats 18 The existing bituminous surface shall be swept with a power broom until it is free 19 from dirt or other foreign matter. Hand push brooms shall be used to clean 20 omissions of the power broom. In addition to power and hand brooms, the use of 21 other equipment may be necessary to thoroughly clean the roadway prior to the 22 application of asphalt emulsion. Berms created by the removal of dirt or other 23 foreign matter shall be evenly distributed over the fore slope. 24 25 Repair of existing pavement shall be done in accordance with Section 5-04. The 26 HMA in repaired areas shall be fog sealed. HMA repaired areas may require a 27 second fog seal depending on surface texture as required by the Project Engineer. 28 The pavement surface shall be dry prior to fog sealing. 29 30 5-02.3(2)C Pavement Sealing— Fog Seal ++ 31 Where shown in the Plans or directed by the Engineer, the Contractor shall apply 32 a fog seal. Before application of the fog seal, all surfaces shall be thoroughly 33 cleaned of dust, soil, pavement grindings, and other foreign matter. The existing 34 pavement surface shall be dry. 35 36 5-02.3(2)D Soil Residual Herbicide 37 Where shown in the Plans, soil residual herbicide shall be applied in accordance 38 with Section 5-04. Application of the BST shall begin within 24 hours after application 39 of the herbicide. .r 40 41 5-02.3(3) Application of Asphalt Emulsion and Aggregate 42 Upon the properly prepared roadway surface, asphalt emulsion of the grade specified 43 in the Special Provisions shall be uniformly applied with distributors and specified 44 aggregates spread at the following rates: 45 46 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the standard Specifications Reconstruction Project 30 Conformed 21 March 2008 Application Rate Undiluted Aggregate Size(in.) Aggregates(lbs. 1W Asphalt Emulsion per sq.yd.)Applied (gal. per sq.yd.) Applied New Construction r Prime Coat 0.35-0.65 1/2-U.S. No.4 or 3/4- 25-45 ON 1/2 Tack Coat 0.35-0.60 1/2-U.S. No.4 25-40 Choke Stone U.S. No.4-0 4-6 Seal Coats 5/8 inch 0.40-0.65 5/8-U.S. No.4 25-45 wr U.S. No.4-0 4-6 1/2 inch 0.35-0.55 1/2-U.S. No.4 20-35 Choke Stone U.S. No.4-0 4-6 3/8 inch—No. 0.35-.55 3/8-U.S. No.4 20-30 OW 4 3/8 inch No. 10 0.20-0.40 3/8-U.S. No. 10 18-30 AW Pavement Sealing Fog Seal 0.02-0.05 N/A N/A 2 3 The Project Engineer will determine the application rates. The second application of 4 asphalt emulsion (tack coat) may be applied the next day, or as approved by the 5 Project Engineer. 6 7 Longitudinal joints will be allowed at only the centerline of the roadway, the center of 8 the driving lanes, or the edge of the driving lanes. 9 aw 10 To ensure uniform distribution of asphalt emulsion and that the distributor is correctly 11 calibrated, the Contractor shall provide a minimum 1,000 foot test strip when beginning 12 a BST section. W 13 14 To avoid gaps and ridges at transverse junctions of separate applications of asphalt 15 emulsion and aggregate, the Contractor shall spread sufficient building paper over the W 16 treated surface to ensure that the distributor will be functioning normally when the 17 untreated surface is reached. If ordered by the Project Engineer, the joints shall be cut 18 back to a neat edge prior to placing the building paper. 19 20 Should ridges, overlaps, or gaps occur at transverse joints, the Contractor shall repair 21 the defects to the satisfaction of the Project Engineer. In lieu of repair the Engineer 22 may elect to accept the completed joints and will deduct from monies due or that may 23 become due the Contractor, the sum of $200 for each joint where the deviations 24 described above are found. Should longitudinal joints occur outside the centerline of 25 the roadway, the center of the driving lanes, or the edge of the driving lanes, the "" 26 Contractor shall repair the defects to the satisfaction of the Project Engineer. 27 fm Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 31 Conformed 21 March 2008 ww wlr 1 All costs involved in making the corrections to defects described above shall be borne n 2 by the Contractor and no payment will be made for this work. 3 4 Omissions (skips) by the distributor or tire marks on the uncovered asphalt emulsion 5 shall be immediately covered by hand patching with the same grade of asphalt 6 emulsion and aggregate used on the project. 7 8 The area covered by any one spread of asphalt emulsion shall be no more than can be 9 covered with aggregate within one minute from the time of application upon any part of 10 the spread. If field conditions warrant, this time may be increased as designated by the 11 Project Engineer. 12 13 Unless otherwise designated by the Project Engineer, asphalt emulsion shall be 14 spread toward the source of aggregate to avoid injury to the freshly treated surface. 15 16 Before application to the roadway, asphalt emulsion shall be heated to the temperature 17 determined by the Project Engineer, but within the following limits: 18 Type and Grade of Distributor Spraying Temperature Max.OF Asphalt Emulsion Min. OF or as recommended by the Manufacturer New Construction and Seal Coats: CRS-1,CRS-2, CRS- 2P, CMS-2 125 205 1W CMS-2S,CMS-2h 125 185 Fog Seal: CSS-1, CSS-1 h, STE-1 70 140 19 20 Fog seals shall be uniformly applied to the pavement. The finished application shall be 21 free of streaks and bare spots. CSS-1 and CSS-1 h emulsified asphalt may be diluted 22 at a rate of one part water to one part emulsified asphalt unless otherwise directed by 1W 23 the Project Engineer. 24 25 Fog sealing shall be applied no sooner than 3 days, but no later than 14 days after to 26 new construction or seal coat. If required, newly placed aggregates shall be swept 27 prior to the fog seal application. Rebrooming for fog seal applications shall be paid 28 under"Additional Brooming", per hour as specified in Section 5-02.5. 29 30 5-02.3(4) Change in Grades of Asphalt Emulsion 31 At any time during the progress of the work, the Project Engineer may order the use of 32 other grades of asphalt emulsion in substitution of the grades specified in the Special 33 Provisions if the intent of the specifications will be better attained. 34 ■r 35 If the invoice price of the grade substituted is higher or lower than that of the grade 36 specified, the difference will be paid by the item Asphalt Emulsion Price Adjustment .w Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 32 Conformed 21 March 2008 r to 1 added to the unit contract price for asphalt emulsion, or if lower, it will be deducted 2 from the unit contract price. 3 WO 4 5-02.3(5) Application of Aggregates 5 All aggregate stockpiles shall be watered down to provide aggregates that are 6 uniformly damp at the time of placement on the roadway. OW 7 8 After the asphalt emulsion has been spread evenly over the roadway surface, 9 aggregates of the type specified shall be evenly applied to the roadway surface by 10 " spreader equipment. �"' 11 12 The aggregate shall be spread in one operation in such a manner that an 8-inch strip 13 of asphalt emulsion is left exposed along the longitudinal joint to form a lap for the 14 succeeding applications of asphalt emulsion. If necessary, thin or bare spots in the 15 spread of aggregate shall be corrected immediately by re-spreading with the chip 16 spreader or by hand spreading the aggregate. rr 17 18 A minimum of three pneumatic tired rollers providing a minimum of two complete 19 coverages to the roadway immediately behind the spreading equipment for the coarse *W 20 aggregate shall be required. 21 22 The maximum rate of roller travel shall be limited to 8 mph. 23 OW 24 The Contractor shall apply choke aggregates to the roadway with additional spreading 25 equipment immediately following the initial rolling of the coarse aggregate unless 26 otherwise specified in the contract documents or ordered by the Project Engineer. OW 27 Excess aggregate shall be removed from the roadway. A minimum of one pass with a 28 pneumatic roller shall be made across the entire width of the applied choke aggregate. 29 30 The operation of trucks hauling aggregate from the stockpile shall be so regulated that 31 no damage, as determined by the Project Engineer, will result to the highway or the 32 freshly applied asphalt surface. „w 33 34 The completed surface shall be allowed to cure and then broomed as soon as 35 practical. 36 37 If brooming causes rock to be turned or if the Project Engineer determines that 38 additional cure is needed, the Contractor shall broom the roadway when directed by OW 39 the Project Engineer. If, after completion of the initial brooming, the Project Engineer 40 determines the need to remobilize for additional brooming, the Contractor shall 41 rebroom the areas designated by the Project Engineer. The Contractor shall apply 42 water for dust control during brooming operations when safety or environmental 43 concerns arise, or as otherwise determined by the Project Engineer. 44 45 The Contractor shall be held responsible for protecting all surface waters, riparian 46 habitats, or other sensitive areas that may be encroached upon by brooming 47 operations. Materials such as dirt, foreign material, or aggregates removed from these 48 areas shall become the property of the Contractor and shall be disposed of in OW 49 accordance with Section 2-03.3(7). 50 +rrr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 33 Conformed 21 March 2008 OW 1 The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city rw 2 limits, within environmentally sensitive areas, and where shown in the Plans both 3 before the application of asphalt emulsion and during the final brooming operation. 4 When the pickup broom does not satisfactorily pickup the aggregate, manual methods 5 shall be used. Materials collected by the pickup broom shall become the property of 6 the Contractor and shall be disposed of in accordance with Section 2-03.3(7). 7 8 Aggregates accumulated in intersections and driveways due to brooming operations 9 shall become the property of the Contractor and shall be disposed of in accordance 10 with Section 2-03.3(7). 11 12 The Contractor shall notify the Project Engineer when the brooming for each section is 13 considered complete. The Project Engineer will indicate acceptance or inform the 14 Contractor of deficiencies within 24 hours of notification. ` 15 16 5-02.3(6) Additional Asphalt Emulsion and Aggregate 17 If the application of asphalt emulsion or aggregate, or both, is insufficient or excessive rr 18 for the required results, the Project Engineer may require the Contractor to make an 19 additional application of one or both materials in accordance with these Specifications, 20 or at the direction of the Project Engineer. Additional asphalt emulsion or aggregate wr 21 used will be paid for at the unit contract prices for the materials used. 22 23 5-02.3(7) Patching and Correction of Defects 24 Omissions by the distributor or damage to the treated surface of any coat shall be `� 25 immediately covered by hand patching with asphalt emulsion in adequate quantities. 26 Holes which develop in the surface shall be patched in the same manner as specified 27 in Section 5-02.3(2)A. All costs incurred by the Contractor, in coating omissions and 28 patching, shall be included in the unit contract prices for the materials used. 29 30 Defects such as raveling, lack of uniformity, or other imperfections caused by faulty wrr 31 workmanship shall be corrected and new work shall not be started until such defects 32 have been remedied. 33 34 All improper workmanship and defective materials resulting from overheating, improper 35 handling or application, shall be removed from the roadway by the Contractor and be 36 replaced with approved materials and workmanship at no expense to the Contracting 37 Agency. 38 39 If the Engineer determines a fog seal is necessary at any time during the life of the 40 contract, the Contractor shall apply a fog seal. The CSS-1 or CSS-1 h emulsified �r 41 asphalt may be diluted with water at a rate of one part water to one part emulsified 42 asphalt unless otherwise directed by the Project Engineer. VW 43 44 5-02.3(8) Progress of Work 45 The Contractor shall organize the work so that no longitudinal joints shall remain open 46 overnight. 10 47 48 5-02.3(9) Protection of Structures 49 The Contractor shall be responsible for protecting monument covers, sewer lids, to 50 manhole covers, water valve covers, drainage grates, inlets, railroad tracks, bridge 51 handrails and expansion joints, guardrails, curbs, road signs, guide posts or other wo Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 34 Conformed 21 March 2008 r .r 1 facilities from the application of asphalt emulsion and aggregates. This protective 2 effort is to include uncovering these items the same working day that the completed 3 BST or seal coat construction has passed the protected locations. If needed, drainage of 4 inlets shall be cleaned out immediately after final brooming is completed. All costs 5 incurred by the Contractor in necessary protective measures shall be included in the 6 unit contract prices for the various bid items of work involved. %W 7 8 5-02.3(10) Unfavorable Weather 9 Asphalt emulsion shall not be applied to a wet roadway. Subject to the determination of 10 the Project Engineer, asphalt emulsion shall not be applied during rainfall, sand or dust 11 storms, or before any imminent storms that might damage the construction. The 12 Project Engineer will have the discretion as to whether the surface and materials are 13 dry enough to proceed with construction. 14 15 The application of any asphalt emulsion to the roadway shall be restricted to the 16 following conditions: Ow 17 18 1. The roadway surface temperature shall be at least 55°F. The air temperature 19 shall be at least 60°F and rising. The air temperature shall be not less than of 20 70°F when falling and the wind shall be less than 10 miles per hour as 21 estimated by the Project Engineer. 22 to 23 2. The surface temperature shall be not more than 140°F. 24 25 3. No asphalt emulsion shall be applied which cannot be covered one hour 26 before darkness. The Project Engineer may require the Contractor to delay 27 application of asphalt emulsion until the atmospheric and roadway conditions 28 are satisfactory. 29 30 4. Construction of bituminous surface treatments on any traveled way shall not 31 be carried out before May 1 or after August 31 of any year except upon 32 written order of the Project Engineer. .. 33 34 5-02.3(11) Temporary Raised Pavement Markings 35 During bituminous surface treatment paving operations, temporary raised pavement 36 markings shall be maintained throughout the project. Temporary raised pavement 37 markings shall be installed on the roadway that was paved that day. Temporary raised 38 pavement markings shall be in accordance with Section 8-23. aw 39 40 5-02.4 Measurement 41 Processing and Finishing will be measured by the mile to the nearest 0.01 mile along the 'w 42 main line roadway. All related supplemental roadways and irregular shaped areas will be 43 incidental. 44 45 Asphalt Emulsion of the grade or grades specified will be measured by the ton in 46 accordance with Section 1-09. 47 48 Asphalt for Fog Seal will be measured by the ton, before dilution, in accordance with 49 Section 1-09. 50 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 35 Conformed 21 March 2008 wr 111 1 Aggregate from Stockpile for BST will be measured by the cubic yard in trucks at the point 2 of delivery on the roadway. 3 4 Furnishing and Placing Crushed Aggregate will be measured by the cubic yard in trucks at ,r 5 the point of delivery on the roadway, or by the ton in accordance with Section 1-09.1. 6 7 Additional brooming will be measured by the hour. 8 9 Water will be measured in accordance with Section 2-07. 10 11 No specific unit of measure will apply to the calculated item of Asphalt Emulsion Price ` 12 Adjustment. 13 14 5-02.5 Payment 15 Payment will be made in accordance with Section 1-04.1, for each of the following bid items 16 that are included in the proposal: 17 "r 18 "Processing and Finishing", per mile. 19 The unit contract price per mile for "Processing and Finishing" shall be full pay for all 20 labor and equipment required for bading, scarifying, processing, leveling, finishing, rr 21 and the manipulation of aggregates as required. In the event the proposal does not 22 include a bid item for "Processing and Finishing" then all costs for processing and 23 finishing shall be included in other related items of work. 24 25 "Asphalt Emulsion ( )", per ton. 26 The unit contract price per ton for "Asphalt Emulsion ( ) shall be full pay for 27 furnishing the asphalt emulsion and for all labor and equipment for heating, hauling, 28 and spreading on the roadway. 29 30 "Asphalt for Fog Seal", per ton. 31 The unit contract price per ton for"Asphalt for Fog Seal" shall be full pay for all costs of 32 material, labor, tools and equipment necessary for the application of the fog seal as 33 specified. No 34 35 "Agg. from Stockpile for BST", per cubic yard. 36 The unit contract price per cubic yard for "Aggregate from Stockpile for BST" shall be es 37 full pay for all labor and equipment required for loading, transporting, and placing the 38 material in the finished work. 39 1W 40 "Furnishing and Placing Crushed ( )", per cubic yard. 41 "Furnishing and Placing Crushed ( )", per ton. 42 The unit contract price per cubic yard or per ton for "Furnishing and Placing Crushed 43 ( ) shall be full pay for all labor and equipment required for furnishing, 44 transporting and placing the material in the finished work. 45 46 "Additional Brooming", per hour. 47 The unit contract price per hour for "Additional Brooming" shall be full pay for all labor 48 and equipment necessary to rebroom the roadway as specified. 49 50 "Water", per M gal. 51 Payment for"Water" shall be in accordance with Section 2-07.5. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 36 Conformed 21 March 2008 .w 2 "Asphalt Emulsion Price Adjustment", by calculation 3 "Asphalt Emulsion Price Adjustment" will be calculated and paid for as described in .. 4 Section 5-02.3(4). 5 If the proposal does not include a bid item for water, the Contractor shall dampen 6 stockpiled or furnished aggregate as required, and the cost thereof shall be included in 7 other related items of the work. 8 9 Any incidental work required to complete the bituminous surface treatment that is not 10 specifically mentioned as included with the bid items above shall be performed by the 11 Contractor and shall be included in the unit contract prices of the various related bid 12 items. 13 14 SECTION 5-04, HOT MIX ASPHALT 15 April 2, 2007 .r 16 5-04.3(1) HMA Mixing Plant 17 The first paragraph is supplemented with the following: 18 dw 19 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the 20 following methods: 21 ow 22 a. A mechanical sampling device attached to the HMA plant. 23 b. Platforms or devices to enable sampling from the hauling vehicle without 24 entering the hauling vehicle. 25 ow 26 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 27 Item 3 in this section is revised to read: 28 40 29 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor when 30 ordered by the Engineer. The Contractor shall sample the HMA mixture in the 31 presence of the Engineer and in accordance with WSDOT FOP for WAQTC/AASHTO 32 T 168. 33 34 5-04.3(10)B Control �w 35 The second paragraph in item 3. is revised to read: 36 37 For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or tw 38 rejection, the Contractor may request that cores be used for acceptance of HMA 39 compaction. When cores are taken by the Contracting Agency at the request of the 40 Contractor, they shall be requested by noon of the next workday after receiving the test 41 results. The cores will be taken at approximately the same locations as the nuclear density 42 gauge tests in the compaction lot being challenged. When the CPF for the lot based on the 43 results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any 44 monies due or that may become due the Contractor under the contract at the rate of $125 45 per core. 46 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 37 Conformed 21 March 2008 wr W 1 SECTION 5-05, CEMENT CONCRETE PAVEMENT 10 2 August 6, 2007 3 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement to 4 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented with 5 the following: 6 up 7 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect 8 concrete cylinders in cure boxes from excessive vibration and shock waves during the 9 curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in 10 accordance with Section 6-02.5. 11 12 5-05.3(6) Subgrade No 13 The first sentence in the second paragraph is revised to read: 14 15 The subgrade shall be prepared and compacted a minimum of 3 feet beyond each edge of 16 the area which is to receive concrete pavement in order to accommodate the slip-form `0 17 equipment. 18 19 5-05.3(7) Placing, Spreading, and Compacting Concrete +a 20 The second paragraph is revised to read: 21 22 The average density of the cores shall be at least 97 percent of the approved mix design 10 23 density or the actual concrete density when determined by the Contractor using AASHTO T 24 121 with no cores having a density of less than 96 percent. 25 wr► 26 5-05.3(7)B Stationary Side Form Construction 27 The first paragraph is revised to read: 28 29 Side form sections shall be straight, free from warps, bends, indentations, or other defects. ` 30 Defective forms shall be removed from the work. Metal side forms shall be used unless 31 other forms are approved by the Project Engineer. 32 33 The third paragraph is deleted. 34 35 The fifth paragraph is revised to read: No 36 37 Before placing side forms, the underlying material shall be at the proper grade. Side forms 38 shall be placed to the required grade and alignment of the edge of the finished pavement. ■rI. 39 Wood wedges may be used to adjust the form elevation provided they do not extend into 40 the concrete. The forms shall be firmly supported during the entire operation of placing, 41 compacting, and finishing the pavement. ,rr 42 43 5-05.3(8)A Contraction Joints 44 The fifth paragraph is revised to read: 45 46 When cement concrete pavement is placed adjacent to existing cement concrete 47 pavement, the vertical face of all existing working joints shall be covered with polyethylene 48 film or building paper in accordance with AASHTO M 171. 49 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 38 Conformed 21 March 2008 Im to 1 5-05.3(10) Tie Bars and Dowel Bars 2 The first and second sentences in the seventh paragraph are revised to read: 3 go 4 When fresh concrete pavement is to be placed against pre-project existing cement concrete 5 pavement, epoxy-coated tie bars shall be drilled and set into the existing pavement with an 6 epoxy bonding agent in accordance with the Standard Plan and specified tolerances for 1, 7 placement of tie bars. The epoxy-bonding agent shall be either Type I or IV epoxy resin as 8 specified in Section 9-26. 9 10 5-05.3(12) Surface Smoothness 40 11 The first sentence in the first paragraph is revised to read: 12 IV 13 The pavement smoothness will be checked with equipment furnished and operated by the 14 Contractor, under supervision of the Engineer, within 48 hours following placement of 15 concrete. 16 1W 17 5-05.3(19) Reinforced Concrete Bridge Approach Slabs 18 This section including title is revised to read: 19 W 20 5-05.3(19 ) Vacant 21 22 5-05.4 Measurement M 23 Item 3. is revised to read: 24 25 3. The depth will be determined from the reference cores. The depth utilized to calculate 26 the volume shall not exceed the plan depth plus 0.04 feet. 27 28 The measurement statement for Epoxy Coated Tie Bar With Drill Holes revised to read: 29 30 Epoxy-coated tie bar with drill hole will be measured per each for the actual number of bars 31 used in the completed work. 32 33 The statement "Bridge approach slab will be measured by the square yard." is deleted. 34 35 This section is supplemented with the following: 36 37 Epoxy coated dowel bar will be measured per each for the actual number of bars used in 38 the completed work. +�wr 39 40 5-05.5 Payment 41 The paragraph following "Cement Conc. Pavement", is revised to read: wr 42 43 The unit contract price per cubic yard for "Cement Conc. Pavement" shall include saw 44 cutting and sealing joints, furnishing and installing tie bars, except those tie bars drilled into 45 cement concrete pavement will be paid under the item "Epoxy-Coated Tie Bar with Drill 46 Hole". 47 48 The new bid item and new paragraph listed below are inserted to follow "Cement Conc. 49 Pavement". 50 rrr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications aw Reconstruction Project 39 Conformed 21 March 2008 1 "Epoxy Coated Dowel Bar", per each, 2 The unit contract price per each for "Epoxy Coated Dowel Bar" shall be full payment for 3 furnishing, and installing epoxy coated dowel bars and any costs for drilling holes, placing 4 dowel bars with baskets, furnishing and installing parting compound and all other costs 5 associated with completing the installation of epoxy coated dowel bars. 6 7 The bid item "Cement Conc. Pavement Including Dowels" and the paragraph following are ON 8 deleted. 9 10 The following new paragraph is inserted to follow"Epoxy-Coated Tie Bar with Drill Hole": 11 12 The unit contract price per each, "Epoxy-Coated Tie Bar with Drill Hole" shall be full 13 payment for furnishing, and installing epoxy coated tie bars and any costs for drilling holes, 14 and all other costs associated with installation of epoxy coated tie bars. 15 16 The bid item "Bridge Approach Slab" and the paragraph following are deleted. 17 W 18 5-05.5(1) Pavement Thickness 19 The fourth paragraph is revised to read: 20 wr 21 Additional cores may be requested by the Contractor to isolate the area that has a 22 thickness deficiency within the 0.05 feet of the design thickness. These cores will be used 23 to create a secondary unit. All costs for the additional cores including grouting the core err 24 holes will be the responsibility of the Contractor. 25 26 5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less 27 The first paragraph is revised to read: 28 29 If no thickness measurements in a primary unit are deficient by more than 0.05 foot, all 30 thickness measurements in such unit will be averaged to the nearest 0.01 foot to determine 31 the average thickness deficiency, if any, in that primary unit. For the purpose of 32 determining the average thickness deficiency, an excess thickness variation of more than 33 0.04 foot will be considered to be 0.04 foot greater than the specified thickness. 34 35 SECTION 6-02, CONCRETE STRUCTURES 36 August 6, 2007 37 6-02.1 Description 38 The first sentence is revised to read: 39 40 This work consists of the construction of all structures (and their parts) made of Portland 41 cement concrete with or without reinforcement, including bridge approach slabs. 42 43 6-02.3(1) Classification of Structural Concrete 44 The first paragraph is revised to read: 45 46 The class of concrete to be used shall be as noted in the Plans and these Specifications. 47 The numerical class of concrete defines the specified minimum compressive strength at 48 28 days in accordance with the WSDOT FOP for AASHTO T 22. The letter designation 49 following the class of concrete identifies the specific use; P for Piling applications, W for Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 40 Conformed 21 March 2008 IIIt r 1 Underwater applications, D for Deck applications, and A for Bridge Approach Slab 2 applications. 3 4 6-02.3(2) Proportioning Materials 5 The third paragraph is revised to read: 6 #r 7 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground 8 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly 9 ash and ground granulated blast furnace slag is optional for all other classes of concrete. 10 11 6-02.3(2)A Contractor Mix Design 12 The first paragraph is revised to read: 13 14 The Contractor shall provide a mix design in writing to the Engineer for all classes of 15 concrete specified in the Plans except for those accepted based on a Certificate of 16 Compliance. No concrete shall be placed until the Engineer has reviewed the mix design. r 17 The required average 28 day compressive strength shall be selected per ACI 318, Chapter 18 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine proportions. The 19 proposed mix for Class 4000P shall provide a minimum fly ash or ground granulated blast 20 furnace slag content per cubic yard of 100 pounds, and a minimum cement content per 21 cubic yard of 600 pounds. The proposed mix for Class 4000D shall provide a minimum fly 22 ash or ground granulated blast furnace slag content per cubic yard of 75 pounds, and a 23 minimum cement content per cubic yard of 660 pounds. All other concrete mix designs, 24 except those for lean concrete and commercial concrete, shall have a minimum 25 cementitious material content of 564 pounds per cubic yard of concrete. 26 27 The first sentence of the second paragraph is revised to read: 28 29 The Contractor's submittal of a mix design shall be on WSDOT form 350-040 and shall 30 provide a unique identification for each mix design and shall include the mix proportions per 31 cubic yard, the proposed sources, the average 28 day compressive strength for which the 32 mix is designed, the fineness modulus, and the water cement ratio. �. 33 34 The fourth paragraph is revised to read: 35 36 Coarse aggregate shall conform to Section 9-03. An alternate combined aggregate 37 gradation conforming to Section 9-03.1(5) may also be used. The nominal maximum size 38 aggregate for Class 4000P shall be 1/2-inch. The nominal maximum size aggregate for 39 Class 4000D shall be 3/4-inch. The nominal maximum size aggregate for Class 4000A shall 40 be 1-inch. 41 42 6-02.3(4)A Qualification of Concrete Suppliers 43 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced 44 with the following: 45 46 Batch Plant Prequalification may be obtained through one of the following methods: 47 48 1. Certification by the National Ready Mix Concrete Association (NRMCA). • 49 Information concerning NRMCA certification may be obtained from the NRMCA at 50 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The OW Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 41 Conformed 21 March 2008 1 NRMCA certification shall be good for a two year period. When this method of ,rr 2 certification is used the following documentation shall be submitted to the Project 3 Engineer. 4 5 a. A copy of the current NRMCA Certificate of Conformance, the concrete 6 mix design(s) (WSDOT Form 350-040), along with copies of the truck list, 7 batch plant scale certification, admixture dispensing certification, and 8 volumetric water batching devices (including water meters) verification. 9 10 2. Independent evaluation certified by a Professional Engineer using NRMCA 11 checklist. The Professional Engineer shall be licensed under title 18 RCW, state 12 of Washington, qualified in civil engineering. The independent certification using 13 the NRMCA checklist shall be good for a two year period. When this method of 14 certification is used the following documentation shall be submitted to the 15 Engineer. 16 17 a. A copy of the Professional Engineer's stamped and sealed NRMCA 18 Verification of Inspection and Application for Certificate page from the 19 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040), 20 along with copies of the truck list, batch plant scale certification, 21 admixture dispensing certification, and volumetric water batching devices 22 (including water meters)verification. 23 24 3. Inspection conducted by the Plant Manager, defined as the person directly 25 responsible for the daily plant operation, using the NRMCA Plant Certification 26 checklist. The Plant Manager certification shall be done prior to the start of a 27 project, and every six months throughout the life of the project, and meet the ow 28 following requirements: 29 30 a. The Agreement to Regularly Check Scales and Volumetric Batching to 31 Dispensers page in the NRMCA Plant Certification checklist shall be 32 signed by the Plant Manager and notarized. 33 ' 34 b. The signed and notarized Agreement to Regularly Check Scales and 35 Volumetric Batching Dispensers page and a copy of the NRMCA Plant 36 Certification checklist cover page showing the plant designation, address 37 and Company operating plant shall all be submitted to the Project 38 Engineer with the concrete mix design (WSDOT Form 350-040), along 39 with copies of the truck list, batch plant scale certification, admixture 40 dispensing certification, and volumetric water batching devices (including "` 41 water meters) verification. 42 43 c. The NRMCA Plant Certification checklists shall be maintained by the 44 Plant Manager and are subject to review at any time by the Contracting 45 Agency. 46 47 e. Volumetric water batching devices (including water meters) shall be 48 verified every 90 days. 49 50 6-02.3(5)B Certification of Compliance 51 The first paragraph is supplemented with the following: ww Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 42 Conformed 21 March 2008 rr „r, 1 2 For concretes that use combined aggregate gradation, the Certificate of Compliance shall 3 include the aggregate components and moisture contents for each size in lieu of the fm 4 aggregate information described above. 5 6 6-02.3(5)C Conformance to Mix Design 7 Item 2 under the first paragraph is revised to read: 8 9 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of 10 that specified in the mix design. 11 12 6-02.3(5)H Sampling and Testing for Compressive Strength 13 This section including title is revised to read: 14 15 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing 16 Acceptance testing for compressive strength shall be conducted at the same frequency as 17 the acceptance tests for temperature, consistency, and air content. 18 19 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The g► 20 Contractor shall also provide, maintain and operate all necessary power sources and 21 connections needed to operate the curing box. Concrete cylinders shall be cured in a cure 22 box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a Im 23 temperature between 60°F and 80°F for concrete with specified strengths less than 6000 24 psi and between 68°F and 78°F for concrete with specified strengths of 6000 psi and 25 higher. A minimum/maximum thermometer shall be installed to measure the internal 26 temperature of the cure box. The thermometer shall be readable from outside of the box 27 and be capable of recording the high and low temperatures in a 24-hour period. The cure 28 boxes shall create an environment that prevents moisture loss from the concrete 29 specimens. The top shall have a working lock and the interior shall be rustproof. A 30 moisture-proof seal shall be provided between the lid and the box. The cure box shall be 31 the appropriate size to accommodate the number of concrete acceptance cylinders 32 necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders +w 33 are placed in the cure box, the cure box shall not be moved until the cylinders have been 34 cured in accordance with these specifications. When concrete is placed at more than one 35 location simultaneously, multiple cure boxes shall be provided. rr. 36 37 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and 38 shock waves during the curing period in accordance with Section 6-02.3(6)D. 39 40 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 41 The first sentence in the third paragraph under Hot Weather Protection is revised to read: 42 43 If air temperature exceeds 90°F, the Contractor shall use fog spray or other approved 44 methods to cool all concrete-contact surfaces to less than 90°F. 45 46 The first sentence in the fifth paragraph under Hot Weather Protection is revised to read: 47 48 If the evaporation rate at the concreting site is 0.10 pounds per square foot of surface per 49 hour or more (determined from Table 6-02.3(6)), the Contractor shall surround the fresh 50 concrete with an enclosure. wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications rr Reconstruction Project 43 Conformed 21 March 2008 1 wr 2 The section Cold Weather Protection is revised to read: 3 4 NOTE: Table 6-02.3(6) "Surface Evaporation from Concrete", remains unchanged. 5 6 Cold Weather Protection 7 This Specification applies when the weather forecast predicts air temperatures below 35° F 8 at any time during the seven days following concrete placement. Weather forecast is 9 based on predictions from the Western Region Headquarters of the National Weather 10 Service. This forecast can be found at http://www.wrh.noaa.gov/. 11 12 To achieve adequate curing, the temperature of the concrete shall be maintained above 500 13 F during the entire curing period or seven days, whichever is greater. The concrete 14 temperature shall not be allowed to fall below 35 ° F during this time. Prior to placing 15 concrete in cold weather, the Contractor shall provide a written procedure for cold weather 16 concreting to the Engineer. The procedure shall detail how the Contractor will adequately 17 cure the concrete and prevent the concrete temperature from falling below 35° F. Extra 18 protection shall be provided for areas especially vulnerable to freezing (such as exposed 19 top surfaces, corners and edges, thin sections, and concrete placed into steel forms). 20 Concrete placement will only be allowed if the Contractor's cold weather protection plan 21 has been approved by the Engineer. 22 23 The Contractor shall not mix nor place concrete while the air temperature is below 35° F, 24 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall 25 not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the 26 aggregates before the cement is added. Any equipment and methods shall heat the 27 materials evenly. Concrete placed in shafts and piles is exempt from such preheating 28 requirements. 29 30 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 31 applying flame directly or under sheet metal. If the aggregates are in bins, steam or water 32 coils or other heating methods may be used if aggregate quality is not affected. Live steam 33 heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor so 34 shall increase mixing time enough to permit the super-dry aggregates to absorb moisture. 35 36 The Contractor shall provide and maintain a maturity meter sensor, continuously recording IN 37 time and temperature during the curing period, in the concrete at a location specified by the 38 Engineer for each concrete placement. The Contractor shall also provide recording 39 thermometers or other approved devices to monitor the surface temperature of the ow 40 concrete. During curing, data from the maturity meter and recording thermometer shall be 41 readily available to the Engineer. The Contractor shall record time and temperature data on 42 hourly intervals. Data shall be provided to the Engineer upon request. rrrr 43 44 Starting immediately after placement, the concrete temperatures measured by the maturity 45 meter and recording thermometer shall be maintained at or above 50° F and the relative 46 humidity shall be maintained above 80%. These conditions shall be maintained for a 47 minimum of seven days or for the cure period required by Section 6-02.3(11), whichever is 48 longer. During this time, if the temperature falls below 50° F on the maturity meter or 49 recording thermometer, no curing time is awarded for that day. Should the Contractor fail to 50 adequately protect the concrete and the temperature of the concrete falls below 35° F 51 during curing, the Engineer may reject it. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 44 Conformed 21 March 2008 Mill 2 The Contractor is solely responsible for protecting concrete from inclement weather during 3 the entire curing period. Permission given by the Engineer to place concrete during cold 4 weather will in no way ensure acceptance of the work by the Contracting Agency. Should 5 the concrete placed under such conditions prove unsatisfactory in any way, the Engineer 6 shall still have the right to reject the work although the plan and the work were carried out 7 with the Engineer's permission. •• 8 9 6-02.3(6)D Protection Against Vibration 10 The second and third sentences in the second paragraph are revised to read: 11 12 These requirements for the protection of freshly placed concrete against vibration shall not 13 apply for plant cast concrete, shaft installation or soldier pile shaft installation operations, 14 nor shall they apply to the vibrations caused b the traveling g public. See the Shaft Special 15 Provision, and Section 6-16 respectively for shaft installation, and soldier pile shaft 16 installation operations. 17 18 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: 19 20 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact 21 tools, pavement breakers, and other large pieces of equipment. 22 23 6-02.3(10) Roadway Slabs 24 The section title is revised to read: 25 MW 26 6-02.3(10) Roadway Slabs and Bridge Approach Slabs 27 28 The fifth paragraph is revised to read: 29 to 30 For bridge deck and bridge approach slab widening of 20 feet or less, or where jobsite 31 conditions do not allow the use of conventional configuration finishing machines described 32 above, the Contractor may propose the use of a hand operated motorized power screed me 33 such as a "texas" or "bunyan" screed. This screed shall be capable of finishing the bridge 34 deck and bridge approach slab to the same standards as the finishing machine. The 35 Contractor shall not begin placing bridge deck or bridge approach slab concrete until r• 36 receiving the Engineer's approval of this screed and the placing procedures. 37 38 The first sentence in the sixth paragraph is revised to read: AW 39 40 On roadway slabs the Contractor may use hand-operated strike-boards only when the 41 Engineer approves for special conditions and small areas (less than 10-feet in width and w 42 200-feet in length). 43 44 The first sentence in the fourteenth paragraph is revised to read: 45 dw 46 Placement of concrete for roadway and bridge approach slabs shall comply with Section 6- 47 02.3(6). 48 "" 49 The first sentence in the twenty first paragraph is revised to read: 50 ww Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 45 Conformed 21 March 2008 rr 1 The Contractor shall texture the bridge deck and bridge approach slab by combing the final w 2 surface perpendicular to the centerline. 3 4 The twenty seventh paragraph is revised to read: Ilr► 5 6 The surface texture on any area cut down or built up shall match closely that of the 7 surrounding bridge deck or bridge approach slab area. The entire bridge roadway slab and No 8 bridge approach slab shall provide a smooth riding surface. 9 10 This section is supplemented with the following: 11 12 Bridge approach slabs shall be constructed full bridge deck width from outside usable 13 shoulder to outside usable shoulder at an elevation to match the structure. The bridge 14 approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at 15 the bridge ends if the grate inlets are required. 16 17 Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor irrrlr 18 rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall conform 19 to ASTM A 36. All metal parts shall receive one coat of formula A-11-99 paint meeting the 20 requirements of Section 9-08.2. The pipe shall be any non-perforated PE or PVC pipe of 21 the diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The 22 anchors shall be installed parallel both to profile grade and center line of roadway. The 23 Contractor shall secure the anchors to ensure that they will not be misaligned during 24 concrete placement. For Method B anchors installations, the epoxy bonding agent used to 25 install the anchors shall be Type IV conforming to Section 9-26.1. The compression seal 26 shall be as noted in the contract documents. Dowel bars shall be installed in the bridge 27 approach slabs in accordance with the requirements of the Standard Plans and Section 5- 28 05.3(10). 29 30 After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge *o 31 approach slabs may be opened to traffic in accordance with Section 5-05.3(17). 32 33 6-02.3(11) Curing Concrete 34 In item 1. under the first paragraph, "box culvert tops" is deleted. 35 36 New item 3. is inserted: 37 38 3. Bridge approach slabs (Class 4000A concrete) — two coats of curing compound and 39 continuous wet cure using heavy quilted blankets or burlap for 10 days. Ow 40 41 Existing item 3. is renumberd to item 4. 42 wo 43 The first sentence in the third paragraph is revised to read: 44 45 When curing Class 4000D and 4000A, two coats of curing compound that complies with 46 Section 9-23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion go 47 of the bridge deck or bridge approach slab. 48 49 The last sentence in the fourth paragraph is revised to read: to 50 dr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 46 Conformed 21 March 2008 r %W 1 If any curing compound spills on construction joints or reinforcing steel, the Contractor shall 2 clean it off before the next concrete placement. 3 a,. 4 The first sentence in the fifth paragraph is revised to read: 5 6 If the Plans call for an asphalt overlay, the Contractor shall use the clear curing compound 7 (Type 1 D), applying at least 1 gallon per 150 square feet to the concrete surface. 8 9 The second sentence in the sixth paragraph is revised to read: 10 11 The Engineer may require the Contractor to demonstrate (at least one day before the 12 scheduled concrete placement) that the crew and equipment can apply the compound 13 acceptably. 14 15 The second paragraph is supplemented with the following: 16 r. 17 Runoff water shall be collected and disposed of in accordance with all applicable 18 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or other 19 surface waters. Ow 20 21 6-02.3(16) Plans for Falsework and Formwork 22 The address for FEDEX delivery following the fourth paragraph is revised to read: 23 24 Washington State Department of Transportation 25 Bridge and Structures Engineer 26 7345 Linderson Way SW +" 27 Tumwater, WA 98501-6504 28 29 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 30 The address for FEDEX delivery following the first paragraph is revised to read: 31 32 Washington State Department of Transportation �• 33 Bridge and Structures Engineer 34 7345 Linderson Way SW 35 Tumwater, WA 98501-6504 w 36 37 6-02.3(16)B Preapproved Formwork Plans 38 The address for FEDEX delivery following the second paragraph is revised to read: .w 39 40 Washington State Department of Transportation 41 Bridge and Structures Engineer 42 7345 Linderson Way SW 43 Tumwater, WA 98501-6504 44 .� 45 6-02.3(17)N Removal of Falsework and Forms 46 The second through the fifth paragraphs are revised to read: 47 48 +rr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 47 Conformed 21 March 2008 1 Concrete Placed In Percent of Specified Number Minimum Compressive of Days Strength Columns, walls, non-sloping box girdei 3 webs, abutments, footings, traffic an pedestrian barriers, and any other side + form not supporting the concrete weight. Crossbeams, pier caps, struts, inclined 80 5 columns and inclined walls.' Roadway slabs supported on wood or 80 10 steel stringers or on steel or prestressed concrete girders.1,2 010 Box girders, T-beam girders, and flat 80 14 slab superstructure.'2 Arches. — 21 2 3 'Where forms support the concrete weight. 4 5 2Where continuous spans are involved, the time for all spans will be determined by the 6 last concrete placed affecting any span. �rlr 7 8 Before releasing supports from beneath beams and girders, the Contractor shall remove 9 forms from columns to enable the Engineer to inspect the column concrete. 10 11 The Contractor may remove the side forms of footings 24 hours after concrete placement if 12 a curing compound is applied immediately. This compound shall not be applied to that area 13 of the construction joint between the footing and the column or wall. w� 14 15 The Contractor may remove side forms not supporting the concrete weight 24 hours after 16 concrete placement if the concrete reaches a compressive strength of 1400 psi before form 17 removal. This strength shall be proved by test cylinders made from the last concrete placed 18 into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 19 20 6-02.3(24)C Placing and Fastening 21 The 14th paragraph is revised to read: 22 23 Clearances shall be at least: 24 25 4-inches between: Main bars and the top of any concrete masonry exposed to 26 the action of salt or alkaline water. 27 28 3-inches between: Main bars and the top of any concrete deposited against 29 earth without intervening forms. 30 31 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the top of 32 the roadway slab. rw 33 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 48 Conformed 21 March 2008 Irtl a. 1 2-inches between: Adjacent layers. Main bars and the surface of concrete 2 exposed to earth or weather(except in roadway slabs). 3 Reinforcing bars and the faces of forms for exposed Or 4 aggregate finish. 5 6 11/2-inches between: Main bars and the surface of concrete not exposed to earth 7 or weather. Slab bars and the top of the slab (except 8 roadway slabs). Barrier and curb bars and the surface of the 9 concrete. Stirrups and ties and the surface of the concrete 10 exposed to earth or weather. 11 12 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties and 13 the surface of the concrete not exposed to earth or weather. Ir 14 15 6-02.3(24)E Welding Reinforcing Steel 16 This section is revised to read: +�► 17 18 Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS D1.4 19 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by the 20 Special Provisions, Plans, and these Specifications. 21 22 Before any welding begins, the Contractor shall obtain the Engineer's approval of a written 23 welding procedure for each type of welded splice to be used, including the weld procedure 24 specifications and joint details. The weld procedure specifications shall be written on a form 25 taken from AWS D1.4 Annex A, or equivalent. Test results of tensile strength, macroetch, 26 and visual examination shall be included. The form shall be signed and dated. 27 28 Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be 29 responsible for the testing and qualification of welders, and shall submit welder qualification 30 and retention records to the Engineer for approval. The weld joint and welding position a 31 welder is qualified in shall be in accordance with AWS D1.4. The welder qualifications shall 32 remain in effect indefinitely unless, (1) the welder is not engaged in a given process of wi. 33 welding for which the welder is qualified for a period exceeding six months, or (2) there is 34 some specific reason to question a welder's ability. 35 36 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 Table 37 5.1. All filler metals shall be low-hydrogen and handled in compliance with low-hydrogen 38 practices specified in the AWS code. 39 40 All welding shall be protected from air currents, drafts, and precipitation to prevent loss of 41 heat or loss of arc shielding. Short circuiting transfer with gas metal arc welding will not be 42 allowed. Slugging of welds will not be allowed. r 43 44 The minimum preheat and interpass temperature for welding shall be in accordance with 45 AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of reinforcing. 46 Preheating shall be applied to the reinforcing bars and other splice members within 6- 47 inches of the weld, unless limited by the available lengths of the bars or splice member. 48 .. 49 Generally, post heating of welded splices is only required for direct butt welded splices of 50 AASHTO M 31/ASTM A 615 Grade 60 bars size No. 9 or larger and shall be done 51 immediately after welding before the splice has cooled to 700°F. Post heating shall not be Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications No Reconstruction Project 49 Conformed 21 March 2008 ww 1 less than 800°F nor more than 1,000°F and held at this temperature for not less than err 2 10 minutes before allowing the splice to cool naturally to ambient temperature. 3 4 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop 5 reinforcing shall be considered Flare-V groove welds, indirect butt joints. 6 7 The Contractor is responsible for using a welding sequence that will limit the alignment 8 distortion of the bars due to the effects of welding. The maximum out-of-line permitted will 9 be 1/4-inch from a 3.5-foot straight-edge centered on the weld and in line with the bar. 10 w nded: 11 The following procedure for welding steel reinforcing bars is recomme 12 13 Sheared bar ends shall be burned or sawed off a minimum of 1/2-inch to completely 14 remove the ruptured portion of the steel shear area prior to welding butt splices. 15 Surfaces to be welded shall be smooth, uniform, and free from fins, tears, cracks, and 16 other defects. Surfaces to be welded and surfaces adjacent to a weld shall also be free 17 from loose or thick scale, slag, rust, moisture, grease, paint, epoxy covering, or other +rr 18 foreign materials. All tack welds shall be within the area of the final weld. No other tack 19 weld will be permitted. Double bevel groove welds require chipping, grinding, or 20 gouging to sound metal at the root of the weld before welding the other side. 21 Progression of vertical welding shall be upward. The ground wire from the welding 22 machine shall be clamped to the bar being welded. 23 wil 24 Should the Contractor elect to use a procedure which differs in any way from the procedure 25 recommended, the Contractor shall submit the changes, in writing, to the Engineer for approval. 26 Approved weld procedures shall be strictly followed. 27 28 6-02.3(25) Prestressed Concrete Girders 29 In the second sentence of the first paragraph, the word "Prestress" is revised to"Prestressed". 30 ' 31 In the first sentence under Prestressed Concrete Girder, "precast prestressed concrete 32 members" is revised to "precast prestressed members". 33 '' 34 In the first sentence under Prestressed Concrete Wide Flange I Girder, "W83G" and "W95G" are 35 revised to "WF83G" and "WF95G". 36 37 In the last sentence under Spliced Prestressed Concrete Girder, "W83PTG" and "W95PTG" are 38 revised to "WF83PTG" and "WF95PTG". 39 +wa 40 6-02.3(25)A Shop Plans 41 This section including title is revised to read: 42 rlrlr 43 6-02.3(25)A Shop Drawings 44 The Plans show design conditions and details for prestressed girders. Deviations will not be 45 permitted, except as specifically allowed by these Specifications, the shop drawings as 46 approved by the Engineer, and by manufacturing P rocesses approved by the annual plant 47 approval process. 48 49 Shop drawings shall show the size and location of all cast-in holes for installation of deck 50 formwork hangers and/or temporary bracing. Holes for formwork hangers shall match w Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 50 Conformed 21 March 2008 tyrr 1 approved deck formwork plans designed in accordance with Section 6-02.3(16). There 2 shall be no field-drilled holes in prestressed concrete girders. Post-tensioning ducts in 3 spliced prestressed concrete girders shall be located so their center of gravity is in 4 accordance with the Plans. 5 6 The Contractor may alter prestressed concrete girder dimensions from that shown in the 7 Plans provided: 8 9 1. The girder has the same or higher load carrying capacity (using the current 10 AASHTO LRFD Design Specifications and WSDOT Bridge Design Manual LRFD) 11 as demonstrated by design calculations submitted to the Engineer for approval in 12 accordance with Section 6-01.9, and accompanying the shop drawing submittal; 13 14 2. The Contractor receives the Engineer's approval of the shop drawing and design 15 calculation submittal for the modified girder section prior to beginning fabrication of 16 the girder; 17 18 3. The Contractor adjusts substructures to yield the same top of roadway elevation 19 shown in the Plans; and 20 21 4. The depth of the girder is not increased by more than 2-inches and is not 22 decreased, except that in no case shall an increase in the girder depth reduce the 23 minimum vertical clearance of the bridge and girder over a traveled way to less 24 than 16-6", or to less than the minimum vertical clearance specified in the Plans if 25 the Plans already specify a minimum vertical clearance of less than 16'-6". 26 OW 27 The Contractor shall provide five copies of the shop drawings to the Engineer for approval, 28 except as otherwise noted. Shop drawings for spliced prestressed concrete girders shall 29 conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be submitted 30 to the Engineer for approval. The shop drawings for spliced prestressed concrete girders 31 shall include all details related to the post-tensioning operations in the field, including 32 details of hardware required, tendon geometry, blockout details, and details of additional or 33 modified steel reinforcing bars required in cast-in-place closures. Approval of shop 34 drawings means only that the Engineer accepts the methods and materials, and nature and 35 scope of the details. Approval shall neither confer upon the Contracting Agency nor relieve 36 the Contractor of responsibility for the accuracy of the shop drawing details and their 37 geometric dimensions, or conformity of the shop drawing details with the contract. 38 39 6-02.3(25)B Casting 40 The first paragraph is revised to read: 41 42 Before casting girders, the Contractor shall have possession of an approved set of shop 43 drawings. Side forms shall be steel except that cast-in-place concrete closure forms for 44 spliced prestressed concrete girders, interior forms of prestressed concrete tub girders, and 45 end bulkhead forms of prestressed concrete girders may be wood. Interior voids for 46 precast prestressed slabs with voids shall be formed by either wax soaked cardboard or 47 expanded polystyrene forms. The interior void forms shall be secured in the position as 48 shown in the shop drawings as approved by the Engineer, and shall remain in place. rrr 49 50 Number 3. under the sixth paragraph is revised to read: 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 51 Conformed 21 March 2008 1 3. Be located 3-inches or more from the outside edge of the top flange on Series W42G, w 2 W50G, W58G, girders, and all prestressed concrete tub girders with webs with flanges, 3 and 6-inches or more for all other prestressed concrete girders with flanges. 4 rrl 5 6-02.3(25)C Prestressing 6 The third paragraph is revised to read: 7 + 8 The Engineer may use load cells to check jacks, gauges, and calibration charts before and 9 during tensioning. 10 ri 11 Number 2. under the sixth paragraph is revised to read: 12 13 2. No welds or welding grounds shall be attached to metal forms, structural steel, or steel 14 reinforcing bars of the structural member. 15 16 6-02.3(25)G Protection of Exposed Reinforcement 17 The last sentence in the first paragraph is revised to read: 18 19 Just before placing concrete around the painted projecting bars or strands, the Contractor 20 shall remove from them all spattered concrete remaining from girder casting, dirt, oil, and to 21 other foreign matter. 22 23 6-02.3(25)1 Fabrication Tolerances to 24 The first sentence in the first paragraph is revised to read: 25 26 The girders shall be fabricated as shown in the shop drawings as approved by the 27 Engineer, and shall meet the dimensional tolerances listed below. 28 29 Number 8. under the first paragraph is revised to read: 30 31 8. Strand Position in Prestressed Concrete Girder: ± 1/4-inch from the center of gravity of 32 an individual strand; ± 1/2-inch from the center of gravity of a bundled strand group; ± 33 1-inch from the center of gravity of the harped strands at the girder ends. 34 35 Number 21. under the first paragraph is revised to read: 36 ` 37 21. Differential Camber Between Girders in a Span (measured in place at the job site): 38 For I, Wide Flange I, bulb tee, and 1/8-inch per 10-feet of beam length. spliced prestressed concrete girders: For deck bulb tee girders: Cambers shall be equlized by an approved is method when the differences in cambers between adjacent girders or stages measured at mid-span exceeds 1/4-inch. 4W For PCPS members: t1/4-inch per ten feet of member length measured at midspan, but not greater than ±1/2- inch total. For prestressed concrete tub girders: ±1/4-inch per ten feet of member length measured at midspan, but not greater than± 1/2- Duvall Avenue NE/Coal Creek Parkway SE Amendments to the standard Specifications Reconstruction Project 52 Conformed 21 March 2008 wi. ""' 1 inch total. 2 6-02.3(25)K Girder Deflection OW 3 The first sentence in the second paragraph is revised to read: 4 5 The "D" dimensions shown in the Plans are computed girder deflections at midspan based 6 on a time lapse of 40 and 120 days after release of the prestressing strands, and are 7 intended to advise the Contractor as to the expected range of girder deflection at the time 8 of deck forming. 9 10 The third paragraph is revised to read: 11 12 The Contractor shall control the deflection of prestressed concrete girders that are to 13 receive a cast-in-place slab by scheduling fabrication between 40 and 120 days of slab 14 placement on the erected girders. 15 16 The fourth sentence in the fourth paragraph is revised to read: 17 18 The actual girder deflection at the midspan may vary from the maximum estimated "D" 19 dimension at the time of slab forming by a maximum of plus '/2-inch for girder lengths up to 20 80-feet, and plus 1-inch for girder lengths over 80-feet, but less than or equal to 140-feet, 21 and plus 11/2-inches for girder lengths over 140-feet. 22 23 6-02.3(25)L Handling and Storage 24 The first paragraph is revised to read: 25 26 During handling and storage, each girder shall always be kept plumb and upright, and each 27 precast prestressed member and prestressed concrete tub girder shall always be kept in 28 the horizontal orientation as shown in the Plans. It shall be lifted only by the lifting +�+► 29 embedments (strand lift loops or high-strength threaded steel bars) at either end. For 30 strand lift loops, only 1/2-inch diameter or 0.6 inch diameter strand conforming to Section 9- 31 07.10 shall be used, and a minimum 2-inch diameter straight pin of a shackle shall be used 32 through the loops. Multiple loops shall be held level in the girder during casting in a manner 33 that allows each loop to carry its share of the load during lifting. The minimum distance 34 from the end of the girder to the strand lift loops shall be 1'-9". The loops shall project a 35 minimum of 1'-6" from the top of the girder, and shall extend to within 3-inches clear of the 36 bottom of the girder, terminating with a 9-inch long 90 degree hook. Loads on individual 37 loops shall be limited to 12 kips, and all girders shall be picked up at a minimum angle of 60 38 degrees from the top of the girder. For high-strength threaded steel bars, a minimum of two 39 1-3/8-inch diameter bars conforming to Section 9-07.11 shall be used at each end of the 40 girder. The lifting hardware that connects to the bars shall be designed, detailed, and 41 furnished by the Contractor. The minimum distance from the end of the girder to the "' 42 centroid of the lifting bars shall be 3'-0". Lifting bars shall extend to within 3-inches clear of 43 the bottom of the girder and shall be anchored in the bottom flange with steel plates and 44 nuts. The minimum size of embedded plates for lifting bars shall be 1/2-inch thick by 3- so 45 inches square. Lifting forces on the lifting bars shall not exceed 58 kips on an individual 46 bar, and shall be within 10 degrees of perpendicular to the top of the girder. 47 OW 48 The first sentence in the second paragraph is supplemented with the following: 49 AW Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 53 Conformed 21 March 2008 wr 1 These temporary strands shall be of the same diameter, and shall be tensioned to the wry 2 same force, as the permanent strands. 3 4 The third sentence in the second paragraph is revised to read: 5 6 As an alternative for full length prestressed concrete girders, temporary top strands may be 7 post-tensioned on the same day as the permanent prestressing is released into the girder. 8 9 The third sentence in the second paragraph is supplemented with the following: 10 11 The inside diameter of the debonding sleeves shall be large enough such that the 12 temporary strands fully retract upon cutting. 13 14 The first sentence in the third paragraph is revised to read: W 15 16 The Contractor may request permission to use lifting embedments, lifting embedment 17 locations, lifting angles, concrete release strengths, or temporary top strand configurations so 18 other than specified in the Plans. 19 20 The fourth sentence in the third paragraph is revised to read: we 21 22 The Contractor's analysis shall conform to Article 5.4.1 of the PC/ Design Handbook, 23 Precast and Prestressed Concrete, Sixth Edition, or other approved methods. 24 25 The third sentence in the fourth paragraph is revised to read: 26 27 Precast prestressed members shall be supported at points between 10-0" and 2❑-0" from 10 28 the member ends. 29 30 6-02.3(25)M Shipping up 31 The third paragraph is revised to read: 32 33 Girder support during shipping shall be located as shown in the Plans. These support wr 34 locations have been determined in accordance with the criteria specified in the WSDOT 35 Bridge Design Manual LRFD Section 5.6.3.D. The Contractor shall verify the applicability 36 of these criteria to the trucking configuration intended for transport of the girders. If the 37 trucking configuration differs from these criteria, the Contractor shall submit a girder 38 shipping plan, with supporting calculations, to the Engineer for approval in accordance with 39 Section 6-01.9. 40 41 The chart under the third paragraph is deleted. 42 43 The third sentence in the fourth paragraph is revise to read: 44 45 If the support locations are moved closer to the longitudinal ends of the girders, the 46 calculations shall demonstrate adequate control of bending during shipping. " 47 48 The sixth paragraph is revised to read: 49 50 Lateral bracing for shipping is not required for prestressed concrete tub girders and precast 51 prestressed members as defined in Section 6-02.3(25). �rw Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 54 Conformed 21 March 2008 w. 2 The chart under the sixth paragraph is deleted. 3 ,w 4 The first sentence in the seventh paragraph is revised to read: 5 6 For all prestressed concrete girders, except prestressed concrete tub girders and precast "r 7 prestressed members, the Contractor shall provide bracing to control lateral bending during 8 shipping, unless the Contractor furnishes calculations in accordance with Section 6-01.9 9 demonstrating that bracing is not necessary. 10 W 11 The eighth paragraph is revised to read: 12 13 Criteria for Checking Girder Stresses No 14 At the Time of Lifting or Transporting and Erecting 15 Stresses at both the support and harping points shall be satisfied based on these criteria: 16 go 17 1. Allowable compression stress, fc = 0.60f'cm 18 19 a. f'cm = compressive strength at time of lifting or transporting verified by test aw 20 but shall not exceed design compressive strength (f'c) at 28 days in psi + 21 1,000 psi 22 23 2. Allowable tension stress, ksi r 24 25 a. With no bonded reinforcement = 3 times square root (f'cm) = 0.20 ksi 26 b. With bonded reinforcement to resist total tension force in the concrete 27 computed on the basis of an uncracked section = 6.0 times square root 28 (f'cm). The allowable tensile stress in the reinforcement is 30 ksi 29 VW 30 3. Prestress losses 31 32 a. for lifting from casting beds = computed losses at one day wr 33 b. for transportation = computed losses at ten days 34 35 4. Impact on dead load 36 37 a. Lifting from casting beds = 0 percent 38 b. Transporting and erecting = 20 percent w 39 40 6-02.3(25)N Prestressed Concrete Girder Erection 41 Number 4. under the first paragraph is revised to read: 42 w 43 4. Girder weights, lift points, lifting embedments and devices, spreaders, and angle of 44 lifting cables in accordance with Section 6-02.3(25)L, etc.; 45 46 The second sentence in the fifth paragraph is revised to read: 47 48 The Contractor shall hoist girders only by the lifting embedments at the ends, always w 49 keeping the girders plumb and upright. 50 r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 55 Conformed 21 March 2008 1 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection 2 The first sentence in the first paragraph is revised to read: 3 4 The Contractor shall submit a method of equalizing deck bulb tee girder (and precast rr 5 prestressed member) deflections to the Engineer for approval in accordance with Section 6- 6 01.9, except that the submittal shall be included with the deck bulb tee girder fabrication 7 shop drawing submittal specified in Section 6-02.3(25)A. ■r 8 9 6-02.3(26)A Shop Drawings 10 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: W 11 12 Washington State Department of Transportation 13 Bridge and Structures Engineer so 14 7345 Linderson Way SW 15 Tumwater, WA 98501-6504 16 go 17 The reference to Section 6-02.3(26)E in the fifth paragraph is revised to read Section 6- 18 02.3(26)G. 19 20 6-02.3(28)A Shop Drawings 21 The first paragraph is revised to read: 22 23 Before casting the structural elements, the Contractor shall submit: .rr 24 25 1. Seven sets of shop drawings for approval by the Department of Transportation 26 Bridge and Structures Engineer, Construction Support, addressed as follows: 27 28 If sent via US Postal Service: 29 30 Washington State Department of Transportation 31 Bridge and Structures Engineer, Construction Support 32 P. O. Box 47340 33 Olympia, WA 98504-7340 34 35 If sent via Fed Ex: 36 Washington State Department of Transportation ■' 37 Bridge and Structures Engineer, Construction Support 38 7345 Linderson Way SW 39 Tumwater, WA 98501-6504; and 40 41 2. Two sets of shop drawings to the Project Engineer. 42 43 6-02.3(28)F Tolerances 44 This section is revised to read: 45 Mr 46 The units shall be fabricated as shown in the Plans, and shall meet the dimensional 47 tolerances listed in the latest edition of PCI-MNL-166, unless otherwise required by the 48 Plans or Special Provisions. 49 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 56 Conformed 21 March 2008 M Of 1 6-02.4 Measurement 2 This section is supplemented with the following: 3 4 No specific unit of measure will apply to the lump sum item for cure box. 5 6 Bridge approach slab will be measured by the square yard. r 7 8 6-02.5 Payment 9 This section is supplemented with the following: 10 00 11 "Cure Box", lump sum. 12 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, ow 13 operating, maintaining, moving and removing the cure boxes and providing, maintaining 14 and operating all necessary power sources and connections needed to operate the curing 15 boxes. 16 •� 17 "Bridge Approach Slab", per square yard. 18 The unit contract price per square yard for "Bridge Approach Slab" shall be full pay for 19 providing, placing, and compacting the crushed surfacing base course, furnishing and 20 placing Class 4000A concrete, and furnishing and installing compression seal, anchors, and 21 reinforcing steel. 22 .. 23 SECTION 6-03, STEEL STRUCTURES 24 August 6, 2007 tw 25 6-03.3(7) Shop Plans 26 The first two sentences in the first paragraph are revised to read: 27 28 The Contractor shall submit for approval all shop detail plans for fabricating the steel. 29 These shall be sent to the Department of Transportation Bridge and Structures Engineer, 30 Construction Support, addressed as follows: 31 32 If sent via US Postal Service: 33 34 Washington State Department of Transportation rw 35 Bridge and Structures Engineer, Construction Support 36 P. O. Box 47340 37 Olympia, WA 98504-7340 38 39 If sent via FedEx: 40 r 41 Washington State Department of Transportation 42 Bridge and Structures Engineer, Construction Support 43 7345 Linderson Way SW 44 Tumwater, WA 98501-6504 45 46 6-03.3(14) Edge Finishing 47 The first paragraph is revised to read: 48 • Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications rr Reconstruction Project 57 Conformed 21 March 2008 1 All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners rr 2 and projections. Corners along exposed sheared or cut edges shall be broken by light 3 grinding or another method approved by the Engineer to achieve an approximate 1/16-inch 4 chamfer or rounding. 5 6 The third paragraph is revised to read: 7 8 Re-entrant corners or cuts shall be filleted to a minimum radius of 1-inch. 9 10 6-03.3(15) Planing of Bearing Surfaces 11 The first sentence in the second paragraph is revised to read: 12 13 When assembled, caps and base plates of columns and the sole plates of girders and 14 trusses shall have a fit tolerance within 1/32-inch for 75 percent of the contact area. 1MM° 15 16 6-03.3(21)A Web Plates 17 This section is revised to read: 18 19 If web plates are spliced, gaps between plate ends shall be set at shop assembly to 20 measure 1/4-inch, and shall not exceed 3/8-inch. 21 22 6-03.3(25)A Welding Inspection 23 Number 4. under Ultrasonic Inspection is revised to read: „ 24 25 4. Light, signal, and strain pole standards, as defined in Section 9-29.6. 26 27 Number 1. h, under Magnetic Particle Inspection is revised to read: 28 29 h. Light, signal, and strain pole standards, as defined in Section 9-29.6. 30 31 6-03.3(28)A Method of Shop Assembly 32 The first sentence in "c." under Number 2. is revised to read: r 33 34 For trusses and girders: After the first stage has been completed, each subsequent stage 35 shall be assembled to include: two truss panels or girder shop sections of the previous 36 stage (or one truss panel or girder shop section, if approved by the Engineer) and one or rr 37 more truss panels or girder shop sections added at the advancing end. 38 39 6-03.3(33) Bolted Connections ► 40 The first sentence in the second paragraph is revised to read: 41 42 All bolted connections are slip critical. 43 44 SECTION 6-05, PILING 45 August 7, 2006 46 6-05.3(11)H Pile Driving From or Near Adjacent Structures 47 The second paragraph, including the formula and table, is revised to read: ow 48 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 58 Conformed 21 March 2008 r +w 1 Freshly placed concrete in the vicinity of the pile driving operation shall be protected 2 against vibration in accordance with Section 6-02.3(6)D. 3 aw 4 The third paragraph is deleted. 5 6 6-05.5 Payment 9W 7 The paragraph following "Furnishing St. Piling", per linear foot is revised to read: 8 9 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full pay 10 for furnishing the piling specified, including fabricating and installing the steel reinforcing bar 11 cage, and casting and curing the concrete, as required for concrete piling. Such price shall 12 also be full pay, when measurement includes, for piling length ordered but not driven. 13 14 SECTION 6-07, PAINTING 15 August 7, 2006 16 6-07.2 Materials 17 The first sentence in the second paragraph is revised to read: 18 dw 19 Material used for field abrasive blasting shall meet Military Specification MIL-A-22262B(SH) 20 as listed on QPL-22262-28 as maintained by the Department of the Navy. 21 +.. 22 6-07.3(2)A Bridge Cleaning 23 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening size 24 (ASTM D4751) is revised to read: 25 26 #100 US Sieve 27 28 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 29 August 6, 2007 30 6-09.3(2) Submittals 31 Number 3. is revised to read: 32 33 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The Runoff 34 Water Disposal Plan shall describe all provisions for the containment, collection, 35 filtering, and disposal of all runoff water and associated contaminants and debris 36 generated by the hydro-demolition process, including containment, collection and 37 disposal of runoff water and debris escaping through breaks in the bridge deck. 38 39 Number 7. is revised to read: +w 40 41 7. Paving equipment specifications and details of the screed rail support system, 42 including details of anchoring the rails and providing rail continuity. .r 43 44 6-09.3(3)A General 45 The third paragraph is revised to read: 46 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Aw Reconstruction Project 59 Conformed 21 March 2008 i 1 For fly ash and microsilica modified concrete, all water reducing and air entraining 2 admixtures, and superplasticizers, shall be used in accordance with the admixture 3 manufacturer's recommendations, and as approved by the Engineer. 4 5 6-09.3(6) Further Deck Preparation 6 This section is revised to read: 7 s from scarifying, the 8 Once the lane or strip being overlaid has been cleaned of debri 9 Contractor, with the Engineer, shall perform an inspection of the completed work and the 10 Contractor shall mark those areas of the existing bridge deck that are authorized by the wry 11 Engineer for further deck preparation by the Contractor. When hydro-demolition is used as 12 the method of scarification, the inspection for further deck preparation shall take place after 13 one pass of the hydro-demolition machine. 14 15 Further deck preparation will be required when any one of the following conditions is 16 present: 17 18 1. Unsound concrete. 19 2. Lack of bond between existing concrete and reinforcing steel. 20 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for a 21 distance of 12-inches or more along the bar. 22 4. Existing non-concrete patches as authorized by the Engineer. 23 24 Further deck preparation performed beyond the areas authorized by the Engineer will be at 25 the Contractor's expense in accordance with Section 1-05.7. If the concrete overlay is 26 placed on a bridge deck as part of the same contract as the bridge deck construction, then 27 all work associated with the further deck preparation shall be performed at no additional 28 expense to the Contracting Agency. 29 30 6-09.3(6)C Placing Deck Repair Concrete 31 This section is revised to read: 32 33 Deck repair concrete for modified concrete overlays shall be either modified concrete or 34 concrete Class M. 35 36 Before placing any deck repair concrete, the Contractor shall flush the existing concrete in +rrr 37 the repair area with water and make sure that the existing concrete is well saturated. The 38 Contractor shall remove any freestanding water prior to placing the deck repair concrete. 39 The Contractor shall place the deck repair concrete onto the existing concrete while it is 40 wet. 41 42 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck repairs, 43 and all deck repairs of an area greater than ten square feet (measured at the top layer of 44 steel reinforcement) shall be repaired, and wet cured for 42 hours in accordance with 45 Section 6-09.3(13), prior to placing the concrete overlay. During the curing period, all 46 vehicular and foot traffic shall be prohibited on the repair area. 47 48 Small deck repairs, defined as those of an area equal to or less than ten square feet 49 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay 50 material during the placement of the concrete overlay. 51 err Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 60 Conformed 21 March 2008 Irr irr �. 1 6-09.3(14) Checking for Bond 2 The first paragraph is revised to read: 3 4 After the requirements for curing have been met, the entire overlaid surface shall be 5 sounded by the Contractor, in a manner approved by and in the presence of the Engineer, 6 to ensure total bond of the concrete to the bridge deck. Concrete in unbonded areas shall 7 be removed and replaced by the Contractor with the same modified concrete as used in the 8 overlay. Removal and replacement of the overlay in unbonded areas shall be performed at . 9 the expense of the Contracting Agency, except as specified in Section 6-09.3(6) when the 10 overlay is placed on a bridge deck as part of the same contract as the bridge deck ' 11 construction. All cracks, except those that are significant enough to require removal, shall 12 be thoroughly filled and sealed as specified in Section 6-09.3(12). 13 14 6-09.4 Measurement 15 The last paragraph is revised to read: 16 17 When further deck preparation is measured by volume, it will be measured by the cubic foot 18 of material removed from the deck repair locations. The depth measurement at each deck 19 repair location will be the average depth beneath a straightedge placed at the level of the 20 existing deck surface. The area measurement at each deck repair location will be the 21 surface area of the removed concrete. 22 23 6-09.5 Payment 24 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 25 26 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for 27 furnishing the modified concrete overlay, including the overlay material placed into small 28 deck repairs in accordance with Section 6-09.3(6)C. 29 30 SECTION 6-10, CONCRETE BARRIER 31 December 4, 2006 32 6-10.2 Materials 33 The fourth paragraph is revised to read: 34 wr 35 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9- 36 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall 37 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232. , . 38 39 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 40 April 2, 2007 41 This section including title is revised to read: 42 43 SECTION 6-11, REINFORCED CONCRETE WALLS 44 6-11.1 Description �r 45 This work consists of constructing reinforced concrete retaining walls, including those 46 shown in the Standard Plans, L walls, and counterfort walls. 47 irr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 61 Conformed 21 March 2008 r 1 6-11.2 Materials 2 Materials shall meet the requirements of the following sections: 3 4 Cement 9-01 5 Aggregates for Portland Cement Concrete 9-03.1 6 Gravel Backfill 9-03.12 7 Premolded Joint Filler 9-04.1(2) 8 Steel Reinforcing Bar 9-07.2 9 Epoxy-Coated Steel Reinforcing Bar 9-07.3 10 Concrete Curing Materials and Admixtures 9-23 11 Fly Ash 9-23.9 12 Water 9-25 13 14 Other materials required shall be as specified in the Special Provisions. 15 16 6-11.3 Construction Requirements 17 18 6-11.3(1) Submittals 19 The Contractor shall submit all excavation shoring plans to the Engineer for approval in 20 accordance with Section 2-09.3(3)D. ` 21 22 The Contractor shall submit all falsework and formwork plans to the Engineer for approval 23 in accordance with Sections 6-02.3(16) and 6-02.3(17). 24 25 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the 26 following information shall be submitted to the Engineer for approval in accordance with 27 Sections 6-01.9 and 6-02.3(28)A: 28 29 1. Working drawings for fabrication of the wall stem panels, showing dimensions, 30 steel reinforcing bars, joint and joint filler details, surface finish details, lifting 31 devices with the manufacturer's recommended safe working capacity, and 32 material specifications. 33 34 2. Working drawings and design calculations for the erection of the wall stem panels 35 showing dimensions, support points, support footing sizes, erection blockouts, 36 member sizes, connections, and material specifications. • 37 38 3. Design calculations for the precast wall stem panels, the connection between the 39 precast panels and the cast-in-place footing, and all modifications to the cast-in- 40 place footing details as shown in the Plans or Standard Plans. 41 42 The Contractor shall not begin excavation and construction operations for the retaining 43 walls until receiving the Engineer's approval of the above submittals. 44 45 6-11.3(2) Excavation and Foundation Preparation 46 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages 47 shown in the Plans. Foundation soils found to be unsuitable shall be removed and 48 replaced in accordance with Section 2-09.3(1)C. 49 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 62 Conformed 21 March 2008 r1 .r 1 6-11.3(3) Precast Concrete Wall Stem Panels 2 The Contractor may fabricate precast concrete wall stem panels for construction of 3 Standard Plan Retaining Wall Types 1 through 6 and 1SW through 6SW. Precast concrete 4 wall stem panels may be used for construction of non-Standard Plan retaining walls if 5 allowed by the Plans or Special Provisions. Precast concrete wall stem panels shall 6 conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. �. 7 8 The precast concrete wall stem panels shall be designed in accordance with the 9 requirements for Load Factor Design in the following codes: 10 " 11 1. For all loads except as otherwise noted - AASHTO Standard Specifications for 12 Highway Bridges, latest edition and current interims. The seismic design shall use 13 the acceleration coefficient and soil profile type as specified in the Plans. VW 14 15 2. For all wind loads -AASHTO Guide Specifications for Structural Design of Sound 16 Barriers, latest edition and current interims. ■r 17 18 The precast concrete wall stem panels shall be fabricated in accordance with the 19 dimensions and details shown in the Plans, except as modified in the shop drawings as 20 approved by the Engineer. 21 22 The precast concrete wall stem panels shall be fabricated full height, and shall be 23 fabricated in widths of 8 feet, 16 feet, and 24 feet. 24 25 The construction tolerances for the precast concrete wall stem panels shall be as follows: 26 27 Height ±1/4 inch 28 Width ±1/4 inch 29 Thickness +1/4 inch "" 30 -1/8 inch 31 Concrete cover for steel reinforcing bar +3/8 inch 32 -1/8 inch 33 Width of precast concrete wall stem panel joints ±1/4 inch 34 Offset of precast concrete wall stem panels ±1/4 inch 35 (Deviation from a straight line extending 5 feet on each side of the panel joint) 36 37 The precast concrete wall stem panels shall be constructed with a mating shear key 38 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 39 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 40 inches maximum. The shear key shall be continuous and shall be of uniform width over the 41 entire height of the wall stem. 42 43 The Contractor shall provide the specified surface finish as noted, and to the limits shown, 44 in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form 45 liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special 'r 46 Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem 47 panels shall be cast in a vertical position if the Plans call for a form liner texture on both 48 sides of the wall stem panel. 49 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the standard Specifications Reconstruction Project 63 Conformed 21 March 2008 1 The precast concrete wall stem panel shall be rigidly held in place during placement and ++ 2 curing of the footing concrete. 3 4 The precast concrete wall stem panels shall be placed a minimum of one inch into the 5 footing to provide a shear key. The base of the precast concrete wall stem panel shall be 6 sloped 1/2 inch per foot to facilitate proper concrete placement. 7 err 8 To ensure an even flow of concrete under and against the base of the wall panel, a form 9 shall be placed parallel to the precast concrete wall stem panel, above the footing, to allow 10 a minimum one foot head to develop in the concrete during concrete placement. 11 12 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast 13 concrete wall stem panel by 1-1/2 inches minimum. rw 14 15 All precast concrete wall stem panel joints shall be constructed with joint filler installed on 16 the rear (backfill) side of the wall. The joint filler material shall extend from two feet below 17 the final ground level in front of the wall to the top of the wall. The joint filler shall be a +rr► 18 nonorganic flexible material and shall be installed to create a waterproof seal at panel 19 joints. 20 21 The soil bearing pressure beneath the falsework supports for the precast concrete wall 22 stem panels shall not exceed the maximum design soil pressure shown in the Plans for the 23 retaining wall. r 24 25 6-11.3(4) Cast-In-Place Concrete Construction 26 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, 27 and finished in accordance with Section 6-02, and the details shown in the Plans and 28 Standard Plans. All cast-in-place concrete shall be Class 4000. 29 30 The Contractor shall provide the specified surface finish as noted, and to the limits shown, 31 in the Plans to the exterior concrete surfaces. Special surface finishes achieved with 32 formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special 33 Provisions. 34 35 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints) 36 shall be formed and placed separately, with a minimum 12 hour time period between 37 concrete placement operations. 38 39 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion 40 joints in accordance with Section 6-01.14. 41 42 6-11.3(5) Backfill, Weepholes and Gutters 43 Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance 44 with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be 45 compacted in accordance with Section 2-09.3(1)E. Backfill within the zone defined as 46 bridge approach embankment in Section 1-01.3 shall be compacted in accordance with 47 Method C of Section 2-03.3(14)C. All other backfill shall be compacted in accordance with 48 Method B of Section 2-03.3(14)C, unless otherwise specified. 49 50 Cement concrete gutter shall be constructed as shown in the Standard Plans. 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 64 Conformed 21 March 2008 irr 1 6-11.3(6) Traffic Barrier and Pedestrian Barrier 2 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in 3 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans 4 and Standard Plans. 5 6 6-11.4 Measurement 7 Concrete Class 4000 for retaining wall will be measured as,specified in Section 6-02.4. 8 9 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining 10 wall will be measured as specified in Section 6-02.4. 11 12 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for 13 cast-in-place concrete barrier. "" 14 15 6-11.5 Payment 16 Payment will be made in accordance with Section 1-04.1 for each of the following bid items 17 when they are included in the proposal: 18 19 "Conc. Class 4000 For Retaining Wall", per cubic yard. 20 All costs in connection with furnishing and installing weep holes and premolded joint 21 filler shall be included in the unit contract price per cubic yard for"Conc. Class 4000 for 22 Retaining Wall". 23 24 "St. Reinf. Bar For Retaining Wall", per pound. 25 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 26 27 "Traffic Barrier", per linear foot. 28 "Pedestrian Barrier", per linear foot. 29 The unit contract price per linear foot for "_ Barrier" shall be full pay for constructing ' 30 the barrier on top of the retaining wall, except that when these bid items are not 31 included in the proposal, all costs in connection with performing the work as specified 32 shall be included in the unit contract price per cubic yard for "Conc. Class 4000 For 33 Retaining Wall", and the unit contract price per pound for" Bar For Retaining Wall". 34 35 SECTION 6-12, NOISE BARRIER WALLS 36 April 2, 2007 37 6-12.3(6) Precast Concrete Panel Fabrication and Erection .r. 38 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 7. 39 40 The below new items 5 and 6 are is inserted ahead of renumbered item 7: 41 42 5. Precast concrete panels shall not be erected until the foundations for the panels have 43 attained a minimum compressive strength of 3,400 psi. 44 45 6. The bolts connecting the precast concrete panels to their foundation shall be tightened 46 to "snug tight" as defined in Section 6-03.3 (32). 47 rrr trr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 65 Conformed 21 March 2008 1 SECTION 6-13, STRUCTURAL EARTH WALLS 2 August 6, 2007 3 6-13.2 Materials 4 The reference to "Gravel Backfill 9-03.12(2)", is deleted. 5 6 6-13.3(2) Submittals 7 The fifth paragraph is revised to read: 8 9 The design calculation and working drawing submittal shall include detailed design 10 calculations and all details, dimensions, quantities, and cross-sections necessary to 11 construct the wall. The calculations shall include a detailed explanation of any symbols, 12 design input, material property values, and computer programs used in the design of the 13 walls. All computer output submitted shall be accompanied by supporting hand calculations 14 detailing the calculation process. If MSEW 3.0, or a later version, is used for the wall 15 design, hand calculations supporting MSEW are not required. 16 17 The sixth paragraph is supplemented with the following: 18 19 6. The minimum soil reinforcement length shall be the greater dimension of the following: 20 21 a. 0.7 times the wall design height H. 22 b. 6'-0". 23 c. That required by design to meet internal stability design requirements, soil 24 bearing pressure design requirements, and constructability requirements. 25 26 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 27 This section is supplemented with the following: 28 29 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-12.3 30 and 6-13.3(5). 31 „ 32 6-13.3(7) Backfill 33 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to "a 34 plate compactor". 35 36 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 37 This Section is revised to read: 38 39 The Contractor, in conjunction with the structural earth wall manufacturer, shall design and 40 detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6- 41 13.3(2) and the above ground geometry details shown in the Plans. The barrier working •w 42 drawings and supporting calculations shall include, but not be limited to, the following: 43 44 1. Complete details of barrier cross section geometry, including the portion below 45 ground, and accommodations necessary for bridge approach slabs, PCCP, 46 drainage facilities, underground utilities, and sign support, luminaire pole, traffic 47 signal standard, and other barrier attachments. 48 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 66 Conformed 21 March 2008 r •• 1 2. Details of the steel reinforcement of the barrier, including a bar list and bending 2 diagram in accordance with Section 6-02.3(24), and including additional 3 reinforcement required at sign support, luminaire pole, traffic signal standard, and .,, 4 other barrier attachment locations. 5 6 3. Details of the interface of, and the interaction between, the barrier and the top 7 layers of structural earth wall reinforcement and facing. 8 9 4. When the Plans specify placement of conduit pipes through the barrier, details of 10 conduit pipe and junction box placement. 11 12 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with 13 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth " 14 wall working drawings as approved by the Engineer. 15 16 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 17 December 4, 2006 18 6-14.3(2) Submittals +• 19 Item 2 is revised to read: 20 21 2. The Contractor's proposed wall construction method, including proposed forming 22 systems, types of equipment to be used, proposed erection sequence and details of 23 how the backfill will be retained during each stage of construction. 24 25 6-14.3(4) Erection and Backfill 26 The first sentence in the eighth paragraph is revised to read: 27 28 The Contractor shall place and compact the wall backfill in accordance with the wall 29 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, except 30 as follows: 31 32 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised to "a 33 plate compactor". 34 35 6-14.4 Measurement 36 The first three paragraphs are revised to read: 37 �. 38 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be 39 measured by the square foot of face of completed wall. Corner wrap area and extensions 40 of the geosynthetic wall beyond the area of wall face shown in the Plans or staked by the 41 Engineer are considered incidental to the wall construction and will not be included in the 42 measurement of the square foot of face of completed geosynthetic retaining wall. 43 44 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in 45 Section 2-03.4. 46 47 Shotcrete facing and concrete fascia panel will be measured by the square foot surface 48 area of the completed facing or fascia panel, measured to the neat lines of the facing or �.r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 67 Conformed 21 March 2008 ar 1 panel as shown in the Plans. When a footing is required, the measurement of the fascia ■r 2 panel area will include the footing. 3 4 6-14.5 Payment .�. 5 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are revised to 6 read: 7 8 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. 9 All costs in connection with furnishing and placing backfill material for temporary or 10 permanent geosynthetic retaining walls as specified shall be included in the unit contract 11 price per ton or per cubic yard for"Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". 12 13 SECTION 6-15, SOIL NAIL WALLS 14 August 7, 2006 15 6-15.3(8) Soil Nail Testing and Acceptance 16 The first sentence in the fourth paragraph is revised to read: 17 18 The pressure gauge shall be graduated in increments of either 100 psi or two percent of the 19 maximum test load, whichever is less. .. 20 21 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 22 August 7, 2006 23 6-16.3(5) Backfilling Shaft 24 The first and second paragraphs are revised to read: „ 25 26 The excavated shaft shall be backfilled with either controlled density fill (CDF), or pumpable 27 lean concrete, as shown in the Plans and subject to the following requirements: 28 29 1. Dry shaft excavations shall be backfilled with CDF. 30 31 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 32 33 3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 34 28 day compressive strength of 100 psi. Acceptance of pumpable lean concrete ■'ii 35 will conform to the acceptance requirements specified in Section 2-09.3(1) for 36 CDF. 37 38 4. A wet shaft is defined as a shaft where water is entering the excavation and 39 remains present to a depth of six inches or more. 40 41 5. When the Plans or test hole boring logs identify the presence of a water table at or 42 above the elevation of the bottom of soldier pile shaft, the excavation shall be 43 considered as wet, except as otherwise noted. Such a shaft may be considered a , 44 dry shaft provided the Contractor furnishes and installs casing that is sufficiently 45 sealed into competent soils such that water cannot enter the excavation. 46 47 Placement of the shaft backfill shall commence immediately after completing the shaft 48 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean Duvall Avenue NE/coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 68 Conformed 21 March 2008 err aw r. 1 concrete shall be placed in one continuous operation to the top of the shaft. Vibration of 2 shaft backfill is not required. 3 ,,. 4 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 5 The first paragraph is revised to read: 6 7 The excavation and removal of CDF and pumpable lean concrete for the lagging installation 8 shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable 9 lean concrete are of sufficient strength that the material remains in placed during 10 excavation and lagging installation. If the CDF or pumpable lean concrete separates from 11 the soldier pile, or caves or spalls from around the pile, the Contractor shall discontinue 12 excavation and timber lagging installation operations until the CDF and pumpable lean 13 concrete is completely set. The bottom of the excavation in front of the wall shall be level. 14 Excavation shall conform to Section 2-03. 15 16 SECTION 6-17, PERMANENT GROUND ANCHORS "' 17 August 6, 2007 18 6-17.3(7) Installing Permanent Ground Anchors 19 The eleventh paragraph is revised to read: 20 21 The bearing plate and anchor head shall be placed so the axis of the tendon and the drill VW 22 hole are both perpendicular to the bearing plate within plus or minus three degrees and the 23 axis of the tendon passes through the center of the bearing plate at the intersection of the 24 trumpet and the bearing plate when fully seated with the alignment load. 25 26 6-17.3(8) Testing and Stressing 27 The first sentence in the third paragraph is revised to read: 28 aw 29 The pressure gauge shall be graduated in increments of either 100 psi or two percent of the 30 maximum test load, whichever is less. 31 32 SECTION 6-18, SHOTCRETE FACING 33 August 6, 2007 34 6-18.3(3) Testing 35 The first two sentences in the second paragraph are revised to read: 36 37 The Contractor shall remove at least three cores each from 12-inch by 12-inch shotcrete 38 test panels in accordance with AASHTO T 24. Cores removed from the panels shall be 39 immediately wrapped in wet burlap and sealed in a plastic bag. r 40 41 6-18.3(3)A Pre-production Testing 42 This section is revised to read: rrr 43 44 At least one 12-inch by 12-inch panel for each mix design shall be prepared for evaluation 45 and testing of the shotcrete quality and strength. One 48-inch by 48-inch qualification panel 46 shall be prepared for evaluation and approval of the proposed method for shotcrete 47 installation, finishing, and curing. Both the 12-inch and the 48-inch panels shall be 48 constructed using the same methods and initial curing proposed to construct the shotcrete Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications ■w Reconstruction Project 69 Conformed 21 March 2008 1 facing, except that the 12-inch panel shall not include wire reinforcement. The 12-inch wir 2 panel shall be constructed to the minimum thickness necessary to obtain the required core 3 samples. The 48-inch panel shall be constructed to the same thickness as proposed for 4 the production facing. Production shotcrete work shall not begin until satisfactory test 5 results are obtained and the panels are approved by the Engineer. 6 7 6-18.3(3)B Production Testing ■ 8 The first sentence is revised to read: 9 10 The Contractor shall make at least one 12-inch by 12-inch panel for each section of facing w 11 shot. 12 13 6-18.3(7) Shotcrete Application 14 The sixth paragraph is revised to read: 15 16 The shotcrete shall be cured by applying a clear curing compound in accordance with 17 Section 9-23.2. The curing compound shall be applied immediately after final gunning. 18 Two coats of curing compound shall be applied to the shotcrete surface immediately after 19 finishing. When shotcrete is specified in the Plans as the final fascia finish, the curing 20 requirements specified in Section 6-02.3(11) shall apply. irr 21 22 SECTION 7-01, DRAINS 23 August 7, 2006 24 7-01.3 Construction Requirements 25 This section is revised to read: 26 27 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be 28 excavated to the grade and line given by the Engineer. 29 30 Section 7-01.3 is supplemented with the following new sub-sections: 31 32 7-01.3(1) Drain Pipe 33 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The 34 drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe 35 shall be laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell 36 and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell 37 shall be laid upstream. PE drain pipe shall be jointed with snap-on, screw-on, bell and 38 spigot, or wraparound coupling bands as recommended by the manufacturer of the tubing. +r 39 40 7-01.3(2) Underdrain Pipe 41 When underdrain pipe is being installed as a means of intercepting ground or surface ow 42 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the 43 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill 44 shall be placed to the depth shown in the Plans or as designated by the Engineer. All No 45 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with three 46 passes of a vibratory compactor for each layer. The Contractor shall use care in placing 47 the gravel backfill material to prevent its contamination. No 48 go Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 70 Conformed 21 March 2008 to wr +r 1 Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations 2 are specified the perforated pipe shall be laid with the perforations down. Upon final 3 acceptance of the work, all drain pipes shall be open, clean, and free draining. Perforated 4 pipe does not require a watertight joint. PVC underdrain pipe shall be jointed using either 5 the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described 6 in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. 7 The bell shall be laid upstream. PE drainage tubing underdrain pipe shall be jointed with 8 snap-on, screw-on, bell and spigot, or wraparound coupling bands, as recommended by the 9 manufacturer of the tubing. 10 11 SECTION 7-02, CULVERTS 12 January 3, 2006 13 7-02.2 Materials 14 The fifth and seventh paragraphs are deleted: 15 16 SECTION 7-04, STORM SEWERS 17 January 3, 2006 18 7-04.2 Materials 19 The fourth and sixth paragraphs are deleted: 20 �• 21 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 22 August 6, 2007 .► 23 8-01.3(1) General 24 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and 25 replaced with the following: 26 27 Erodible soil not being worked, whether at final grade or not, shall be covered within the 28 following time period, using an approved soil covering practice, unless authorized otherwise 29 by the Engineer: 30 31 In western Washington (west of the Cascade Mountain crest): 32 33 October 1 through April 30 2 days maximum 34 May 1 to September 30 7 days maximum 35 36 In eastern Washington (east of the Cascade Mountain crest.): 37 38 October 1 through June 30 5 days maximum 4W 39 July 1 through September 30 10 days maximum 40 41 8-01.3(1)6 Erosion and Sediment Control (ESC) Lead wr 42 This section is revised to read: 43 44 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the W 45 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of 46 Training in Construction Site Erosion and Sediment Control from a course approved by the Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 71 Conformed 21 March 2008 +rr 1 Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency 2 Contact List required under Section 1-05.13(1). 3 4 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. „r 5 Implementation shall include, but is not limited to: 6 7 1. Installing and maintaining all temporary erosion and sediment control Best 8 Management Practices (BMPs) included in the TESC plan to assure continued 9 performance of their intended function. Damaged or inadequate TESC BMPs 10 shall be corrected immediately. 11 12 2. Updating the TESC plan to reflect current field conditions. 13 hall inspect all on-site 14 When a TESC plan is included in the contract plans, the Contractors 15 erosion and sediment control BMPs at least once every calendar week and within 24 hours 16 of runoff events in which stormwater discharges from the site. Inspections of temporarily 17 stabilized, inactive sites may be reduced to once every calendar month. The Erosion and 18 Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each 19 inspection and a copy shall be submitted to the Engineer no later than the end of the next 20 working day following the inspection. 21 22 8-01.3(2)E Tacking Agent and Soil Binders 23 The third paragraph, (PAM) is revised to read: wr 24 25 Soil Binding Using Polyacrylamide (PAM) 26 The PAM shall be applied on bare soil completely dissolved and mixed in water or applied • 27 as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 28 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch 29 treated with a non-toxic dye shall be applied with the dissolved PAM. Dry powder 30 applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a 31 tractor-mounted spreader. 32 33 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 34 The second paragraph under East of the summit of the Cascade Range, beginning with "The 35 Contractor will be responsible", is deleted. 36 37 8-01.3(9)A Silt Fence 38 The second paragraph is supplemented with the following: 39 � 40 The strength of the wire or plastic mesh shall be equivalent to or greater than that required 41 in Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength). 42 43 The fourth paragraph is supplemented with the following: 44 45 Geotextile material shall meet the requirements of Section 9-33 Table 6. 46 47 The fifth paragraph is revised to read: 48 go Duvall Avenue NE/Coal Creek Parkway SE Amendments to the standard Specifications Reconstruction Project 72 Conformed 21 March 2008 r�r air 4r 1 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 2 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a 3 minimum weight of 0.90 Ibs/ft +.. 4 5 The reference to Section 8-01.3(16) in the sixth paragraph is revised to Section 8-01.3(15). 6 Ow 7 8-01.4 Measurement 8 The thirteenth paragraph is revised to read: 9 aw 10 Seeding, fertilizing, liming, mulching, mowing, and soil binder or tacking agent will be 11 measured by the acre by ground slope measurement or through the use of design data. 12 13 This section is supplemented with the following: "' 14 15 Coir log will be measured by the linear foot along the ground line of the completed 16 installation. 4W 17 18 8-01.5 Payment 19 The following bid item is inserted after"Compost Sock", per linear foot: w� 20 21 "Coir Log", per linear foot 22 ., 23 This section is supplemented with the following: 24 25 "Mowing", per acre. 26 "Seeding and Mulching", per acre. 27 "Soil Binder or Tacking Agent", per acre. 28 29 SECTION 8-02, ROADSIDE RESTORATION 30 August 6, 2007 31 8-02.3(8) Planting 32 The seventh and eighth paragraphs are deleted and replaced with the following: 33 34 All burlap, baskets, string, wire and other such materials shall be removed from the hole 35 when planting balled and burlapped plants. The plant material shall be handled in such a 36 manner that the root systems are kept covered and damp at all times. The root systems of 37 all bare root plant material shall be dipped in a slurry of silt and water immediately prior to 38 planting. The root systems of container plant material shall be moist at the time of planting. 39 In their final position, all plants shall have their top true root (not adventitious root) no more 40 than 1" below the soil surface, no matter where that root was located in the original root ball ow 41 or container. After planting, the backfill material and root ball shall be thoroughly watered in 42 within 24 hours. 43 d„ 44 8-02.3(9) Pruning, Staking, Guying, and Wrapping 45 The first paragraph is revised to read: 46 47 Plants shall be pruned at the time of planting, only to remove minor broken or damaged 48 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in such .w Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications rr Reconstruction Project 73 Conformed 21 March 2008 WN 1 a manner as to retain or to encourage natural growth characteristics of the plants. All other so 2 pruning shall be performed only after the plants have been in the ground at least one year. 3 4 8-02.3(12) Completion of Initial Planting go 5 The second sentence in number 1. is deleted. 6 7 8-02.3(13) Plant Establishment up 8 The fourth paragraph is revised to read: 9 10 During the first year of plant establishment under PSIPE, the Contractor shall meet monthly , 11 with the Engineer for the purpose of joint inspection of the planting material on a mutually 12 agreed upon schedule. The Contractor shall correct all conditions unsatisfactory to the 13 Engineer within a 10-day period immediately following the inspection. If plant replacement 14 is required, the Contractor shall, within the 10-day period, propose a plan and schedule for 15 the plant replacement to occur immediately at the beginning of the planting period as 16 designated in Section 8-02.3(8). Failure to comply with corrective steps as outlined by the 17 Engineer shall constitute justification for the Contracting Agency to take corrective steps 18 and to deduct all costs thereof from any monies due the Contractor. At the end of the plant 19 establishment period, plants that do not show normal growth shall be replaced. 20 21 The seventh paragraph is revised to read: 22 23 During the plant establishment period(s) after PSIPE, the Contractor shall perform all work 24 necessary for the continued healthy and vigorous growth of all plant material as directed by 25 the Engineer. 26 27 8-02.3(14) Plant Replacement 28 The first paragraph is revised to read: 29 „ 30 The Contractor shall be responsible for growing or providing enough plants for replacement 31 of all plant material rejected through first year plant establishment. All replacement plant 32 material shall be inspected and approved by the Engineer prior to installation. All rejected 33 plant material shall be replaced at dates approved by the Engineer. 34 35 The second paragraph is supplemented with the following: 36 �w 37 Replacement plant material larger than specified in the Plans shall meet the applicable 38 section requirements of the ASNS for container class, ball size, spread, and branching 39 characteristics. 40 41 8-02.4 Measurement 42 The measurement statement for Brush Layer is revised to read: r 43 44 Brush layer will be measured by the linear foot along the ground line. 45 • 46 The measurement statement for Live Stake Row is revised to read: 47 48 Live stake row will be measured by the linear foot along the ground line 49 50 The measurement statement for Fascine is revised to read: Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 74 Conformed 21 March 2008 r 1 2 Fascine will be measured by the linear foot along the ground line 3 �.. 4 The measurement statement for Live Brush Mattress is revised to read: 5 6 Live brush mattress will be measured by the surface square yard along the ground slope �., 7 line. 8 9 8-02.5 Payment 10 The first paragraph below the bid item "PSIPE " is revised to read: 11 12 The unit contract price for"Plant Selection _", per each, and "PSIPE—", per each, shall 13 be full pay for all materials, labor, tools, equipment, and supplies necessary for weed 14 control within the planting area, planting area preparation, fine radin g g, planting, cultivating, 15 , plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary 16 to complete planting operations as specified. 17 18 The seventh paragraph below the bid item "PSIPE " is revised to read: 19 +. 20 Payment shall be increased to the appropriate percentage upon reaching the following 21 plant establishment milestones: 22 1„ 23 June 30th 80% 24 September 30th 90% 25 Completion of 1st year plant establishment 26 or after all replacement plants have been 27 installed, whichever is later 100% 28 29 The pay statement for"Fertilizer" is revised to read: 30 31 "Fertilizer", per pound shall be full pay for furnishing and applying the fertilizer. 32 33 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 34 December 4, 2006 35 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 36 The first paragraph is supplemented with the following: 37 • 38 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing 39 pavement surface at the rate ordered by the Engineer. 40 .. 41 8-04.4 Measurement 42 The first paragraph is revised to read: 43 ow 44 All curbs, gutters, and spillways will be measured by the linear foot along the line and slope 45 of the completed curbs, gutters, or spillways, including bends. Measurement of cement 46 concrete curb and cement concrete curb and gutter, when constructed across driveways or 47 sidewalk ramps, will include the width of the driveway or sidewalk ramp. 48 .,w Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications ow Reconstruction Project 75 Conformed 21 March 2008 wr 1 SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES 2 April 2, 2007 3 8-06.2 Materials 4 The second paragraph is deleted. 5 6 8-06.3 Construction Requirements 7 The following new paragraph is inserted in front of existing paragraph one. 8 9 Cement concrete driveway approaches shall be constructed with air entrained concrete 10 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement Concrete 11 Pavement conforming to the requirements of Section 5-05. 12 13 SECTION 8-08, RUMBLE STRIPS 14 April 3, 2006 15 8-08.1 Description 16 The first sentence is revised to read: 17 18 This work consists of constructing centerline and shoulder rumble strips by grinding hot mix 19 asphalt. 20 21 8-08.3 Construction Requirements 22 The first sentence in the first paragraph is revised to read: 23 24 The equipment shall have a rotary type cutting head or series of cutting heads capable of 25 grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans. 26 27 The third sentence in the third paragraph is revised to read: r�rr 28 29 All cuttings and other debris shall become the property of the Contractor and be disposed 30 of outside the project limits. 31 32 SECTION 8-09, RAISED PAVEMENT MARKERS 33 April 3, 2006 34 8-09.3(5) Recessed Pavement Marker 35 This section is revised to read: 36 37 Construct recesses for pavement markers by grinding the pavement in accordance with the 38 dimensions shown in the Standard Plans. This work shall include cleanup and disposal of 39 cuttings and other resultant debris. Prepare the surface in accordance with Section 8- 40 09.3(1). Install Type 2 markers in the recess in accordance with the Standard Plans and 41 Section 8-09.3(4). 42 `W 43 SECTION 8-11, GUARDRAIL 44 April 2, 2007 U0 45 8-11.3(1)A Erection of Posts 46 The second sentence of the second paragraph is revised to read: to Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 76 Conformed 21 March 2008 to 1 2 The length of the posts for beam guardrail with long posts shall be as specified in the Plans. 3 4 8-11.3(1)C Erection of Rail 5 The first paragraph is supplemented with the following: 6 Ow 7 Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of 8 galvanizing repair paint Formula A-9-73 meeting the requirements of Section 9-08.2. 9 10 8-11.3(4) Removing Guardrail 11 This section including title is revised to read: 12 13 8-11.3(4) Removing Guardrail and Guardrail Anchor 14 Removal of the various types of guardrail shall include removal of the rail, cable elements, 15 hardware, and posts, including transition sections, expansion sections and terminal 16 sections . Removal of the various types of guardrail anchors shall include removal of the 17 anchor assembly in its entirety, including concrete bases, rebar, and steel tubes and any 18 other appurtenances in the anchor assembly. All holes resulting from the removal of the 19 guardrail posts and anchors shall be backfilled with granular material in layers no more than 20 6-inches thick and compacted to a density similar to that of the adjacent material. The 21 removed guardrail items shall become the property of the Contractor. 22 23 8-11.3(5) Raising Guardrail 24 This section is revised to read: 25 26 For raising guardrail anchors and raising guardrail terminals, the existing guardrail posts 27 shall be raised to attain the guardrail height shown in the Plans, measured from the top of 28 the rail to the finished shoulder surface. The material around each post shall be tamped to 29 prevent settlement of the raised post. 30 31 For raising all other guardrail, the existing guardrail posts shall not be raised to attain the 32 new mounting height. The existing rail elements and blocks shall be removed from the 33 guardrail post. The Contractor shall field drill new 3/4" diameter holes in the existing posts 34 to accommodate the 5/8" diameter button head bolts. When existing guardrail posts are 35 galvanized steel, the new drill holes shall be painted with two coats of galvanizing repair 36 paint, Formula A-9-73, meeting the requirements of Section 9-08.2. The Contractor shall 37 then reinstall the guardrail block and rail element at the new mounting height shown in the 38 Plans, measured from the top of the rail to the finished shoulder surface. The new position ww 39 of the top of the block shall not be more than four inches above the top of the guardrail 40 post. 41 42 The Contractor shall remove and replace any existing guardrail posts and blocks that are 43 not suited for re-use, as staked by the Engineer. The void caused by the removal of the 44 post shall be backfilled and compacted. The Contractor shall then furnish and install a new 45 guardrail post to provide the necessary mounting height. 46 47 8-11.4 Measurement 48 The first paragraph is revised to read: '� 49 IV Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications or Reconstruction Project 77 Conformed 21 March 2008 r�tir 1 Measurement of beam guardrail and beam guardrail with long posts will be by the linear 2 foot measured along the line of the completed guardrail, including expansion section, and 3 will also include the end section for F connections. 4 5 The last sentence of the last paragraph is revised to read: 6 7 This will include transition sections, expansion sections, anchors, and terminal sections, „ 8 and replacement of any hardware that is damaged or missing but is required to provide a 9 complete installation. 10 11 This section is supplemented with the following: 12 13 Measurement of beam guardrail post used for raising guardrail will be per each. 14 15 Measurement of beam guardrail blocks used for raising guardrail will be per each. 16 17 8-11.5 Payment 18 This section is supplemented with the following, to be inserted after "Beam Guardrail Type 1- 19 Ft. Long Post", per linear foot.: 20 21 "Beam Guardrail Type 31- Ft. Long Post", per linear foot. 22 23 The paragraph following "Weathering St. Beam Guardrail Type ", per linear foot, is revised 24 to read: 25 26 The unit contract price per linear foot for "Beam Guardrail Type ", "Beam Guardrail 27 Type 1- Ft. Long Post", "Beam Guardrail Type 31- Ft. Long Post", or "Weathering 28 St. Beam Guardrail Type " shall include all CRT posts, additional rail elements when 29 nested rail is required, and connection to concrete masonry structures. rrr� 30 31 This section is supplemented with the following, to be inserted after "Raising Existing Beam 32 Guardrail", per linear foot: 33 34 The unit contract price per linear foot for "Raising Existing Beam Guardrail", per linear foot 35 shall be full pay for raising existing posts, compacting existing material, field drilling existing 36 posts, raising guardrail and blocks, furnishing and installing new bolts, painting galvanized wr 37 steel posts with galvanizing paint, and replacing any hardware that is damaged or missing 38 but is required to provide a complete installation. 39 00 40 This section is supplemented with the following: 41 42 "Beam Guardrail Post", per each. go 43 The unit contract price per each for "Beam Guardrail Post" shall include furnishing and 44 installing the new post, removal and disposal of the existing post, and backfilling and 45 compacting the void created by the post removal. VA 46 47 "Beam Guardrail Block", per each. 48 The unit contract price per each for "Beam Guardrail Block" shall include furnishing and 49 installing the new block, and removal and disposal of the existing block. Im 50 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 78 Conformed 21 March 2008 rr 40 1 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 2 April 2, 2007 ., 3 8-14.2 Materials 4 The second paragraph is deleted. 5 go 6 8-14.3 Construction Requirements 7 This section is supplemented with the following new paragraph: 8 9 The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance 10 with the requirements of Section 6-02. 11 12 8-14.5 Payment 13 In the paragraph following "Cement Conc. Sidewalk Ramp Type _", per each, the second 14 sentence is revised to read: 15 16 Otherwise, the Contractor shall make all excavations including haul and disposal, 17 regardless of the depth required for constructing the sidewalk to the lines and grades 18 shown, and shall include all costs thereof in the unit contract price per square yard for Aw 19 Cement Conc. Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic 20 Cement Conc. Curb and Sidewalk", or"Cement Conc. Sidewalk Ramp Type 21 to 22 SECTION 8-16, CONCRETE SLOPE PROTECTION 23 August 7, 2006 aw 24 8-16.2 Materials 25 The material "Concrete Class 3000" and referenced section "6-02" are revised to read: 26 27 Commercial Concrete 6-02.3(2)6 28 29 8-16.3(3) Poured in Place Cement Concrete 30 In the second paragraph, the words "Class 3000 cement" are revised to read "commercial". 31 32 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 33 December 4, 2006 34 8-20.3(2) Excavating and Backfilling 35 The third paragraph is revised to read: 36 37 The excavations shall be backfilled in conformance with the requirements of Section 2- 38 09.3(1)E, Structure Excavation. 39 40 8-20.3(4) Foundations 41 The second paragraph is revised to read: 42 43 The bottom of concrete foundations shall rest on firm ground. If the portion of the 44 foundation beneath the existing ground line is formed or cased instead of being cast wr 45 against the existing soil forming the sides of the excavation, then all gaps between the 46 existing soil and the completed foundation shall be backfilled and compacted in accordance 47 with Section 2-09.3(1)E. •r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications VW Reconstruction Project 79 Conformed 21 March 2008 +rrP 1 2 The thirteenth paragraph is revised to read: 3 4 Both forms and ground which will be in contact with the concrete shall be thoroughly 5 moistened before placing concrete; however, excess water in the foundation excavation will 6 not be permitted. Foundations shall have set at least 72 hours prior to the removal of the 7 forms. All forms shall be removed, except when the Plans or Special Provisions specifically 8 allow or require the forms or casing to remain. 9 10 8-20.3(9) Bonding, Grounding 11 The first, second, and fourth paragraphs are revised to read: 12 13 All metallic appurtenances containing electrical conductors (luminaires, light standards, 14 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form 15 continuous systems, that shall be effectively grounded. 16 17 Where conduit is installed, the installation shall include an equipment ground conductor, in 18 addition to the conductors noted in the contract. Bonding jumpers and equipment 19 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. 20 Where existing conduits are used for the installation of new circuits, an equipment- 21 grounding conductor shall be installed unless an existing equipment ground conductor, 22 which is appropriate for the largest circuit, is already present in the existing raceway. The 23 equipment ground conductor between the isolation switch and the sign lighter fixtures shall 24 be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are 25 enclosed in a common conduit, the equipment-grounding conductor shall be sized by the 26 largest overcurrent device serving any circuit contained within the conduit. 27 28 Supplemental grounding shall be provided at light standards, signal standards, cantilever 29 and sign bridge structures. Steel sign posts which support signs with sign lighting or 30 flashing beacons shall also have supplemental grounding. The supplemental ground ' 31 conductor shall be connected to the foundation rebar (all rebar crossings shall be wire tied) 32 by means of a grounding connector listed for use in concrete, and lead up directly adjacent 33 to a conduit installed within the foundation. The free end of the conductor shall be 34 terminated to the ground terminal, with an approved clamp, within the pole. If no ground 35 terminal is provided, bond to standard or post. Three feet of slack shall be provided inside 36 the standard. Where a concrete and rebar foundation is not used the supplemental ground 37 shall be a grounding electrode placed in the hole next to the post prior to back fill. For light 38 standards, signal standards, cantilever and sign bridge structures the supplemental 39 grounding conductor shall be a non-insulated 4 AWG stranded copper conductor. For steel 40 sign posts which support signs with sign lighting or flashing beacons the supplemental 41 grounding conductor shall be a non-insulated 6 AWG stranded copper conductor. 42 , 43 8-20.3(14)E Signal Standards 44 The second paragraph is revised to read: 45 46 Signal standards shall not be erected on concrete foundations until the foundations have 47 attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms 48 may be erected after 72 hours. Type IV and V strain pole standards may be erected but the 49 messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi 50 or 14 days after concrete placement. 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 80 Conformed 21 March 2008 r wo 1 SECTION 8-21, PERMANENT SIGNING 2 January 3, 2006 Aw 3 8-21.3(9)F Bases 4 The second paragraph is revised to read: 5 10 6 The excavation and backfill shall be in conformance with the requirements of Section 2- 7 09.3(1)E. 8 9 The fifth paragraph is revised to read: 10 11 The bottom of concrete foundations shall rest on firm ground. If the portion of the 12 foundation beneath the existing ground line is formed or cased instead of being cast 13 against the existing soil forming the sides of the excavation, then all gaps between the 14 existing soil and the completed foundation shall be backfilled and compacted in accordance 15 with Section 2-09.3(1)E. • 16 17 The fourteenth paragraph is revised to read: 18 19 Both forms and ground which will be in contact with the concrete shall be thoroughly 20 moistened before placing concrete; however, excess water in the foundation excavation will 21 not be permitted. Forms shall not be removed until the concrete has set at least three .. 22 days. All forms shall be removed, except when the Plans or Special Provisions specifically 23 allow or require the forms or casing to remain. 24 25 SECTION 8-22, PAVEMENT MARKING ow 26 August 6, 2007 27 8-22.1 Description 28 This section is revised to read: 29 30 This work consists of furnishing, installing, and removing pavement markings upon the 1W 31 roadway surface in accordance with the Plans, Standard Plans, the FHWA publication 32 Standard Alphabet for Highway Signs and Pavement Markings and these Specifications, at 33 locations shown in the Contract or as ordered by the Engineer in accordance with Section W 34 1-04.4. 35 36 Pavement Markings may be either Longitudinal (long) Line Markings or Transverse W 37 Markings. Longitudinal line markings are generally placed parallel and adjacent to the flow 38 of traffic. Transverse markings are generally placed perpendicular and across the flow of 39 traffic. Word and symbol markings are classified as transverse markings. Traffic letters ow 40 used in word messages shall be 8-feet high with the exception of the "R" in the railroad 41 crossing symbol which shall be as shown in the Standard Plans. 42 43 8-22.2 Materials 44 This section is revised to read: 45 46 Material for pavement marking shall be paint or plastic as noted in the bid item meeting the 47 requirements of Section 9-34. Glass beads for paint shall meet the requirements of Section 48 9-34.4. Glass beads for plastic shall be as recommended by the material manufacturer. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 81 Conformed 21 March 2008 1 2 8-22.3(2) Preparation of Roadway Surfaces 3 The following new sentence is inserted after the first sentence in the second paragraph: 4 � 5 The temperature requirement may be superseded by the material manufacturers written 6 installation instructions. 7 wr 8 The last sentence in the third paragraph is revised to read: 9 10 These cure periods may be reduced if the manufacturer performs a successful bond test 11 and approves the reduction of the pavement cure period. 12 13 8-22.3(3) Marking Application 14 This section is revised to read: 15 16 Marking colors 17 Lane line and right edge line shall be white in color. Center line and left edge line shall be 18 yellow in color. Transverse markings shall be white, except as otherwise noted in the 19 Standard Plans. 20 21 Line Patterns 22 Solid line— a continuous line without gaps. 23 ` 24 Broken line — a line consisting of solid line segments separated by gaps. 25 26 Dotted line — a broken line with noticeably shorter line segments separated by noticeably 27 shorter gaps. 28 29 Line Surfaces 30 Flat Lines — Pavement marking lines with a flat surface. 31 32 Profiled Marking — A profiled pavement marking is a marking that consists of a base line 33 thickness and a profiled thickness which is a portion of the pavement marking line that is 34 applied at a greater thickness than the base line thickness. Profiles shall be applied using 35 the extruded method in the same application as the base line. The profiles may be slightly 36 rounded provided the minimum profile thickness is provided for the length of the profile. 37 See the Standard Plans for the construction details. 38 39 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 40 grooves. An embossed plastic line may also have profiles. See the Standard Plans for the 41 construction details. 42 43 Line Applications 44 Surface line—a line applied directly to the pavement surface. 45 46 Grooved Line — A line constructed by grinding or saw cutting a groove into the pavement 47 surface and spraying, extruding or gluing pavement marking material into the groove. The 48 groove depth is dependent upon the material used, the pavement surface and location. 49 See the project Plans and Special Provisions. 50 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 82 Conformed 21 March 2008 to 1 Two applications of paint will be required to complete all paint markings. The second 2 application of paint shall be squarely on top of the first pass. The time period between 3 paint applications will vary depending on the type of pavement and paint (low VOC 4 waterborne, high VOC solvent, or low VOC solvent) as follows: 5 Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4 hours min., Treatment 48 hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 days max. Cement Concrete Low VOC Waterborne 4 hours min., Pavement 30 days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30 days max. wr 6 7 Centerlines on two lane highways with broken line patterns, paint or plastic, shall be applied 8 in the increasing mile post direction so they are in cycle with existing broken line patterns at "" 9 the beginning of the project. Broken line patterns applied to multi-lane or divided roadways 10 shall be applied in cycle in the direction of travel. 11 12 Where paint is applied on centerline on two-way roads with bituminous surface treatment or 13 centerline rumble strips, the second paint application shall be applied in the opposite 14 (decreasing mile post) direction as the first application (increasing mile post) direction. This • 15 will require minor broken line pattern corrections for curves on the second application. 16 17 Application Thickness aw 18 Pavement markings shall be applied at the following base line thickness measured above 19 the pavement surface or above the groove bottom for grooved markings in thousandths of 20 an inch (mils): 21 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 wo Paint-second coat spray 15 15 15 Type A-flat/transverse&symbols extruded 125 125 125 Type A-flat/long line &symbols spray 90 90 120 �r Type A-with profiles extruded 90 90 120 Type A-embossed extruded 160 160 160 rr Type A-embossed with profiles extruded 160 160 160 Type A—grooved/flat/long line extruded 230 230 230 Type B-flat/transverse &symbols heat 125 125 125 fused Type C-2-flat/transverse &symbols adhesive 90 90 NA r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 83 Conformed 21 March 2008 rr Type C-1 & 2-flat/long line adhesive 60 60 NA rrr Type C-1 -grooved/flat/long line adhesive 60 60 NA Type D-flat/transverse&symbols spray 120 120 120 Type D -flat/transverse &symbols extruded 120 120 120 WO Type D-flat/long line spray 90 90 120 Type D-flat/long line extruded 90 90 120 OW Type D- profiled/long line extruded 90 90 120 Type D—grooved/flat/long line extruded 230 230 230 1 rr 2 Liquid pavement marking material yield per gallon depending on thickness shall not exceed 3 the following: 4 Mils thickness Feet of 4" Square feet/gallon line/gallon 10 483 161 15 322 108 30 161 54 go 40 125 42 45 107 36 60 81 27 0 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 as 5 6 Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed the 7 following: W 8 Mils thickness Feet of 4" line/50# bag Square feet/50#bag 30 -flat 358 120 ' 45-flat 240 80 60-flat 179 60 90 -flat- 120 40 90-flat with profiles 67 23 120 -flat 90 30 120-flat with profiles 58 20 125-embossed 86 29 125-embossed with 58 20 profiles 230-flat grooved 47 15 9 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 84 Conformed 21 March 2008 dw to 1 All grooved plastic lines shall be applied into a groove cut or ground into the pavement. For 2 Type A or D material the groove shall be cut or ground with equipment to produce a smooth 3 square groove 4-inches wide. For Type C-1 material the groove shall be cut with 4 equipment to produce a smooth bottom square groove with a width in accordance with the 5 material manufacturer's recommendation. The groove depth for Type C-1 material shall be 6 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be as 1W 7 shown in the Plans. After grinding, clean the groove by a method approved by Engineer. 8 Immediately before placing the marking material clean the groove with high pressure air. 9 rr 10 Section 8-22.3 is supplemented with the following new sub-section. 11 12 8-22.3(3)A Glass beads 13 Top dress glass beads shall be applied to all spray and extruded pavement marking 14 material. Glass beads shall be applied by a bead dispenser immediately following the 15 pavement marking material application. Glass bead dispensers shall apply the glass beads 16 in a manner such that the beads appear uniform on the entire pavement marking surface 17 with 50 to 60% embedment. Hand casting of beads will not be allowed. 18 19 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 7 +w 20 pounds per gallon of paint. For plastic pavement markings, glass beads shall be applied at 21 the rate recommended by the marking material manufacturer. 22 Ow 23 When two or more spray applications are required to meet thickness requirements for Type 24 A and Type D materials, top dressing with glass beads is only allowed on the last 25 application. The cure period between successive applications shall be in accordance with 26 the manufacturer's recommendations. Any loose beads, dirt or other debris shall be swept 27 or blown off the line prior to application of each successive application. Successive 28 applications shall be applied squarely on top of the preceding application. 29 30 8-22.3(5) Installation Instructions 31 This section including title is revised to read: 32 33 8-22.3(5) Plastic Installation Instructions 34 Installation instructions for plastic markings shall be provided for the Engineer. All materials 35 including glass beads shall be installed according to the manufacturer's recommendations. 36 A manufacturer's technical representative shall be present at the initial installation of plastic 37 material to approve the installation procedure or the material manufacturer shall certify that 38 the Contractor will install the plastic material in accordance with their recommended to 39 procedure. 40 41 8-22.4 Measurement aw 42 This section is revised to read: 43 44 Center line, center line with no pass line, double center line, double lane line, edge line, „o 45 solid lane line, dotted extension line, lane line, reversible lane line, and two-way left turn 46 center line will be measured by the completed linear foot as "Paint Line", "Plastic Line", 47 "Embossed Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line" or 48 Grooved Plastic Line". "w 49 ww Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 85 Conformed 21 March 2008 wr 1 The measurement for "Paint Line" will be based on a marking system capable of 2 simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will be 3 made for the unmarked area when the marking includes a broken line such as center line, 4 dotted extension line, center line with no-pass line, lane line, reversible lane line, or two- ,rir 5 way left turn center line. No additional measurement will be made when more than one line 6 can be installed on a single pass such as center line with no-pass line, double center line, 7 double lane line, reversible lane line, or two-way left turn center line. 8 9 The measurement for "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", 10 "Profiled Embossed Plastic Line" or"Grooved Plastic Line" will be based on the total length 11 of each 4-inch wide plastic line installed. No deduction will be made for the unmarked area 12 when the marking includes a broken line such as, center line, dotted extension line, center 13 line with no-pass line, lane line, reversible lane line, or two-way left turn center line. 14 15 The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic 16 Wide Lane Line", "Painted Wide Line", "Plastic Wide Line", "Painted Barrier Center Line", 17 "Plastic Barrier Center Line", "Painted Stop Line", or "Plastic Stop Line", will be based on 18 the total length of each painted, plastic or profiled plastic line installed. No deduction will 19 be made for the unmarked area when the marking includes a broken line such as, wide 20 broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide so 21 lane line will be based on the total length of each wide lane line installed. 22 23 No additional measurement for payment will be made for the required second application of 24 paint. No additional measurement for payment will be made for additional applications 25 required to meet thickness requirements for plastic markings. 26 27 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking �" 28 stalls are constructed of painted or plastic 4 inch or 8 inch lines in the color and pattern 29 shown in the Standard Plans. These lines will be measured as "Painted Line", "Plastic 30 Line", "Painted Wide Line" or "Plastic Wide Line" by the linear foot of line installed. 1W 31 Crosswalk line will be measured by the square foot of marking installed. 32 33 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad UV 34 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 35 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be 36 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, 37 regardless of the number of arrow heads. 38 39 Removal of lines, 4-inches, 8-inches, 18 inches and 20-inches in width will be measured by 40 the linear foot, with no deduction being made for the unmarked area when the marking 41 includes a gap. 42 43 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, �r 44 railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full 45 and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be 46 measured per each. Removal of crosswalk lines will be measured by the square foot of 47 lines removed. 48 49 8-22.5 Payment 50 This section is revised to read: 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 86 Conformed 21 March 2008 1 Payment will be made in accordance with Section 1-04.1, for each of the following bid items 2 that are included in the proposal: 3 r 4 "Paint Line", per linear foot. 5 "Plastic Line", per linear foot. 6 "Embossed Plastic Line", per linear foot. 7 "Profiled Plastic Line", per linear foot. 8 "Profiled Embossed Plastic Line", per linear foot. 9 "Grooved Plastic Line", per lineal foot. � 10 "Painted Wide Lane Line", per linear foot.4W 11 "Plastic Wide Lane Line", per linear foot. 12 "Profiled Plastic Wide Lane Line", per linear foot. 13 "Painted Wide Line", per linear foot. 40 14 "Plastic Wide Line", per linear foot. 15 "Painted Barrier Center Line", per linear foot. 16 "Plastic Barrier Center Line", per linear foot. wr 17 "Painted Stop Line", per linear foot. 18 "Plastic Stop Line", per linear foot. 19 "Painted Crosswalk Line", per square foot. 20 "Plastic Crosswalk Line", per square foot. 21 "Painted Traffic Arrow", per each. 22 "Plastic Traffic Arrow", per each. 23 "Painted Traffic Letter", per each. 24 "Plastic Traffic Letter", per each. 25 "Painted Access Parking Space Symbol", per each. 26 "Plastic Access Parking Space Symbol", per each. 27 "Painted Railroad Crossing Symbol", per each. 28 "Plastic Railroad Crossing Symbol", per each. 29 "Painted Bicycle Lane Symbol", per each. "" 30 "Plastic Bicycle Lane Symbol", per each. 31 "Painted Drainage Marking", per each. 32 "Plastic Drainage Marking", per each. rr 33 "Painted Aerial Surveillance Full Marker', per each. 34 "Plastic Aerial Surveillance Full Marker", per each. 35 "Painted Aerial Surveillance '/2 Marker", per each. �,. 36 "Plastic Aerial Surveillance 1/2 Marker", per each. 37 "Painted Access Parking Space Symbol with Background", per each. 38 "Plastic Access Parking Space Symbol with Background", per each. 39 "Painted HOV Lane Symbol", per each. 40 "Plastic HOV Lane Symbol", per each. 41 "Painted Yield Line Symbol", per each. 42 "Plastic Yield Line Symbol", per each. 43 "Painted Yield Ahead Symbol", per each. 44 "Plastic Yield Ahead Symbol", per each. 45 "Painted Speed Bump Symbol", per each. 46 "Plastic Speed Bump Symbol", per each. 47 "Removing Paint Line", per linear foot. 48 "Removing Plastic Line", per linear foot. 49 "Removing Painted Crosswalk Line", per square foot. 50 "Removing Plastic Crosswalk Line", per square foot. 51 "Removing Painted Traffic Marking", per each . ■r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 87 No Reconstruction 21 March 2008 1 "Removing Plastic Traffic Marking", per each 2 3 SECTION 9-00, DEFINITIONS AND TESTS 4 January 3, 2006 5 9-00.8 Sand Equivalent 6 The second paragraph is revised to read: 7 8 For acceptance, there must be a clear line of demarcation. If no clear line of demarcation 9 has formed at the end of a 30 minute sedimentation period, the material will be considered 10 as failing to meet the minimum specified sand equivalent. 11 12 SECTION 9-01, PORTLAND CEMENT ,fir► 13 August 6, 2007 14 9-01.2(1) Portland Cement go 15 The second sentence in the first paragraph is revised to read: 16 17 The total amount of processing additions used shall not exceed 1% of the weight of 18 portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long as W 19 it complies with the requirements of ASTM C-465. 20 21 9-01.2(4) Blended Hydraulic Cement 10 22 The first sentence of the first paragraph is revised to read: 23 24 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) 0 25 (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not 26 exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the 27 content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated as 28 2.650AI203 minus 1.692Fe203i and meet the following additional requirements: 29 30 9-01.3 Tests and Acceptance rrr 31 The below new paragraph is inserted to follow the first paragraph: 32 33 Cement producers, importers/distributors, and suppliers that certify Portland cement or 34 blended cement shall participate in the Cement Acceptance Program as described in 35 WSDOT Standard Practice QC 1. 36 37 SECTION 9-02, BITUMINOUS MATERIALS 38 August 6, 2007 39 9-02.1(2) Medium Curing (MC) Liquid Asphalt 40 This section including title is revised to read: 41 42 9-02.1(2) Vacant 43 44 9-02.1(3) Rapid Curing (RC) Liquid Asphalt 45 This section including title is revised to read: 46 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 88 Conformed 21 March 2008 wr w 1 9-02.1(3) Vacant 2 3 9-02.1(4) Asphalt Binders WW 4 This section including title is revised to read: 5 6 9-02.1(4) Performance Graded Asphalt Binder(PGAB) ow 7 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the 8 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) 9 of M 320 is not a specification requirement. No 10 11 9-02.1(4)A Performance Graded Asphalt Binder 12 This section including title is revised to read: 13 tr 14 9-02.1(4)A Quality Control Plan 15 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with 16 WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded 17 Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT 18 State Materials Laboratory. Any change to the QCP will require a new QCP to be 19 submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB 20 meets the specification requirements of the contract. 21 22 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P w 23 This section is revised to read: 24 25 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall 26 be milled into the asphalt or emulsion during the manufacturing of the emulsion. The 27 asphalt CRS-2P shall meet the following specifications: 28 AASHTO Test Specifications Method Minimum Maximum Viscosity @1220F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl T59 40 --- err Sodium Sulfosuccinate Particle Charge T59 positive --- Sieve Test % T59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 +r Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 w Forsional Recovery % note 2 18 --- w Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 89 Conformed 21 March 2008 r or Toughness/Tenacity in-lbs note 3 50/25 --- 1 2 note 'Distillation modified to use 300 grams of emulsion heated to 3501F ± 9oF and 3 maintained for 20 minutes. 4 5 note 2The Torsional Recovery test shall be conducted according to the California 6 Department of Transportation Test Method No. 332. The residue material for this test 7 shall come from California Department of Transportation Test Method No. 331. 8 9 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at.77°,F; 20 in. 10 per minute pull. Tension head 7/8 in. diameter. 11 12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 14 method is used for acceptance the supplier must supply all test data verifying specification 15 conformance. 16 17 9-02.1(9) Coal Tar Pitch Emulsion 18 This section including title is revised to read: 19 W 20 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer 21 Bituminous asphalt seal coat material shall be a blend of 20 percent Coal Tar Pitch 22 Emulsion, and 80 percent Cationic Asphalt Emulsion, together with specified additives, No 23 minerals and sand aggregate. 24 25 The Coal Tar Pitch Emulsion component shall conform to all requirements of Federal wo 26 Specification RP-355E. The emulsion shall be prepared from straight run, high temperature, 27 coke oven tar meeting the requirements of Federal Specification RC 1424. 28 29 The Cationic Emulsified Asphalt component shall be CSS-1 h grade emulsion, meeting the 30 requirements of Section 9-02.1(6), Cationic Emulsified Asphalt. 31 32 The blended emulsion shall be homogeneous and shall show no separation or coagulation of r 33 components that cannot be overcome by moderate stirring. It shall be capable of being applied 34 completely by squeegee, brush, or other approved mechanical methods to the surface of 35 bituminous pavements when spread at the specified rates. 36 37 SECTION 9-03, AGGREGATES 38 August 6, 2007 ri► 39 9-03.1(1) General Requirements 40 The below new paragraph is inserted to follow the first paragraph: 41 42 The material from which concrete aggregate is manufactured shall meet the following test 43 requirements: 44 45 Los Angeles Wear, 500 Rev. 35 max. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 90 Conformed 21 March 2008 rr ++� 1 Degradation Factor(Structural and Paving Concrete) 30 min. 2 Degradation Factor(Other as defined in 6-02.3(2)B 20 min. 3 W 4 The second sentence in the fourth paragraph is revised to read: 5 6 The Contractor may submit an alternative mitigating measure through the Project Engineer tw 7 to the State Materials Laboratory for approval along with evidence in the form of test results 8 from ASTM C 1567 that demonstrate the mitigation when used with the proposed 9 aggregate controls expansion to 0.20 percent or less. 10 wr 11 The second sentence in the fifth paragraph is revised to read: 12 13 The Contractor shall submit evidence in the form of test results from ASTM C 1567 through 14 the Project Engineer to the State Materials Laboratory that demonstrate the proposed 15 mitigation when used with the aggregates proposed will control the potential expansion to 16 0.20 percent or less before the aggregate source may be used in concrete. ++� 17 18 9-03.1(4)A Deleterious Substances 19 The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". wrr 20 21 9-03.1(4)B Wear in Los Angeles Machine 22 This section including title is revised to read: aw 23 24 9-03.1(4)6 Vacant 25 No 26 9-03.1(4)C Grading 27 The AASHTO Grading Chart is revised to include AASHTO Grading No. 4. 28 Passing AASHTO AASHTO AASHTO AASHTO AASHTO AASHTO rr Grading Grading Grading Grading Grading No. Grading No. No.467 No.4 No.57 No.67 7 8 Sieve Size Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. °#" 2"square 100 — 100 -- — — — — — — — — 11/2 square 95 100 90 100 100 — — — — — — — tw 1 square — — 20 55 95 100 100 — — /4 square 35 70 0 15 — — 90 100 100 — — — '/2 square — — -- -- 25 60 — — 90 100 100 — rr /8 square 10 30 0 5 — — 20 55 40 70 85 100 .S.No.4 0 5 -- -- 0 10 0 10 0 15 10 30 S.No. 8 — — -- -- 0 5 0 5 0 5 0 10 .S.No. — — -- -- — — — — — — 0 5 16 29 #W 30 9-03.4(2) Grading and Quality 31 The chart is revised to read: 32 Crushed Screenin g Percent PassinLy 5/8"- 1/2"- 3/8"-US 3/8"-U S US No.4-0 3/4"-1/2" US No. 4 1 US No.4 No. 4 No. 10 wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications wr Reconstruction Project 91 Conformed 21 March 2008 0 rw 1"square 100 --- --- --- --- /4"square 95-100 100 --- --- --- 5/8"square --- 95-100 100 --- --- W 1/2"square 0-20 --- 97-100 100 100 --- 3/8"square 0-5 --- --- 70-90 95-100 100 go 1/4"square 0-15 U.S. No.4 --- 0-10 0-5 0-5 0-35 76-100 U.S. No 8 0-3 to U.S. No. 10 --- 0-3 0-2 0-10 30-60 U.S. No.200 0-1.5 0-1.5 0-1.5 0-1.5 0-1.5 0-10.0 % fracture, by 90 90 90 90 90 90 eight, min. 1 2 The reference to "AASHTO PT61" in the fourth paragraph is revised to "AASHTO TP61". .wr 3 4 9-03.8(2) HMA Test Requirements 5 In the first paragraph, item 2. and the associated graph are revised to read: 6 ` 7 2. The fracture requirements for the combined coarse aggregate shall apply to the 8 material retained on the U.S. No. 4 sieve and above, when tested in accordance with 9 FOP for AASHTO TP 61. 10 10 ESAL's #Fractured %Fracture (millions) Faces we < 10 1 or more 90 > 10 2 or more 90 to 11 12 9-03.9(3) Crushed Surfacing 13 The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". W 14 15 9-03.11 Vacant 16 This section including title is revised to read: to 17 18 9-03.11 Streambed Aggregates 19 Streambed aggregates shall be naturally occurring water rounded aggregates. Aggregates 20 from quarries, ledge rock, and talus slopes are not acceptable for these applications. 21 Streambed aggregates shall meet the following test requirements for quality: 22 Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 15 min. Los Angeles Wear, AASHTO T 96 50% max. 500 Rev. Bulk Specific Gravity AASHTO T 85 2.55 min. 23 24 Section 9-03.11 is supplemented with the following new sub-sections: rrr 25 ■r Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 92 Conformed 21 March 2008 111 �r 9-03.11(1) Streambed Sediment 2 Streambed sediment shall meet the following requirements for grading when placed in 3 hauling vehicles for delivery to the project or during manufacture and placement into �r 4 temporary stockpile. The exact point of acceptance will be determined by the 5 Engineer. 6 Sieve Size Percent Passing 1W 2 1/2" square 100 2" square 65- 95 1" square 50 - 85 U.S. No. 4 26 - 44 U.S. No. 40 16 max. U.S. No. 200 5.0 - 9.0 rr 7 8 All percentages are by mass. 9 „W 10 The portion of sediment retained on U.S. No. 4 sieve shall not contain more than 11 0.2 percent wood waste. 12 13 9-03.11(2) Streambed Cobbles 14 Streambed cobbles shall be clean, naturally occurring water rounded gravel material. 15 Streambed cobbles shall have uniform distribution of cobble sizes and conform to one 16 or more of the following gradings as shown in the Plans: 17 Approximate Percent Passing size"Oie 1 4"Cobbles 6"Cobbles 8"Cobbles 10"Cobbles 12"Cobbles w 12" 100 10" 100 8" 100 70 max. 6" 100 70 max. ,w. 5" 70 max. 40 max. 4" 100 70 max. 40 max. X 40 max. 2" 40 max. 1 '/2" 40 max. 18 3/" 10 max. 10 max. 10 max. 10 max. 10 max. 19 The grading of the cobbles shall be determine by the Engineer by visual inspection of 20 the load before it is dumped into place, or, if so ordered by the Engineer, by dumping 21 individual loads on a flat surface and sorting and measuring the individual rocks 22 contained in the load. 23 24 Note 1: Approximate size can be determined by taking the average dimension of the 25 three axes of the rock; length, width, and thickness by use of the following ■r 26 calculation: 27 28 Length+Width+Thickness =Approximate Size 3 29 30 Length is the longest axis, width is the second longest axis, and thickness is •r 31 the shortest axis. 32 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 93 Conformed 21 March 2008 0 1 9-03.11(3) Streambed Boulders W 2 Streambed boulders shall be hard, sound and durable material, free from seams, 3 cracks, and other defects tending to destroy its resistance to weather. Streambed 4 Boulders shall be rounded to sub-angular in shape and the thickness axis shall be at 5 greater than 60% of the length axis Note'. Streambed boulders sizes are approximately 6 as follows, see Plans for sizes specified: 7 ON Size Approximate Size Note' One Man 12" - 18" Two Man 1811 - 28" Three Man 28" - 3611 Four Man 36" - 4811 Five Man 48" - 54" Six Man 54'1 - 6011 8 9 Note 1: Approximate size can be determined by taking the average dimension of the 10 three axes of the rock; length, width, and thickness by use of the following i.lr 11 calculation: 12 Length+Width+Thickness 13 3 = Approximate Size 14 15 Length is the longest axis, width is the second longest axis, and thickness is 16 the shortest axis. 17 18 9-03.11(4) Habitat Boulders 19 Habitat boulders shall be hard, sound and durable material, free from seams, cracks, 20 and other defects tending to destroy its resistance to weather. Habitat Boulders shall 21 be rounded to sub-angular in shape and the thickness axis shall be greater than 60% 22 of the width axis and the length shall be 1.5 to 3 times the width axis Note '. Habitat 23 boulders sizes are approximately as follows, see Plans for sizes specified: 24 Rock Size Approximate Size Note 1 rrr Three Man 2811 - 3611 Four Man 36" - 48" Five Man 4811 - 54-1 Six Man 54" - 6011 25 26 Note 1: Approximate size can be determined by taking the average dimension of the 27 three axes of the rock; length, width, and thickness by use of the following 28 calculation: 29 w Length+Width+Thickness 30 3 =Approximate Size 31 32 Length is the longest axis, width is the second longest axis, and thickness is 33 the shortest axis. 34 rrrr wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 94 Conformed 21 March 2008 err 1 9-03.20 Test Methods for Aggregates 2 The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to 3 "AASHTO TP 61". r 4 5 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 6 August 6, 2007 7 9-05.1(1) Concrete Drain Pipe 8 This section is revised to read: 9 10 Concrete drain pipe shall meet the requirements of ASTM C 118, heavy duty drainage pipe. 11 12 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 13 This section including title is revised to read: 14 15 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 16 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C 17 (corrugated both inside and outside) or type S (corrugated outer wall and smooth inner 18 liner). The maximum size pipe shall be 10 inches in diameter. +�• 19 20 9-05.2(3) Perforated Bituminized Fiber Underdrain Pipe 21 This section including title is revised to read: r 22 23 9-05.2(3) Vacant 24 25 9-05.1(7) Corrugated Polyethylene Drain Pipe 26 This section including title is revised to read: 27 28 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch) 29 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall 30 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch 31 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 32 33 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe 34 This section including title is revised to read: 35 36 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-inch) 37 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of 38 AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 39 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. 40 Additionally, Class 2 perforations shall be uniformly spaced along the length and + 41 circumference of the pipe. The maximum size pipe shall be 10-inch diameter. 42 43 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe •■ 44 This section including title is revised to read: 45 46 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch 47 through 60-inch) 48 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter 49 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP rr. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 95 Conformed 21 March 2008 • to 1 shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either •o 2 Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced 3 along the length and circumference of the pipe. 4 to 5 9-05.3(1)A End Design and Joints 6 The second paragraph is revised to read: 7 ow 8 The plane of the ends of the pipes shall be perpendicular to their longitudinal axes. 9 10 9-05.4(3) Protective Treatment 11 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 12 13 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and too 14 Solid Wall PVC Sanitary Sewer Pipe 15 The first paragraph is revised to read: 16 17 Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and solid wall PVC sanitary 18 sewer pipe and fittings shall be solid wall construction and shall conform to the following 19 requirements: 20 21 For pipe sizes up to 15 inches: ASTM D 3034 SDR 35 22 23 For pipe sizes from 18 to 48 inches: ASTM F 679 using a minimum pipe stiffness of 115 psi rwy 24 in accordance with Table 1. 25 26 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and 27 Profile Wall PVC Sanitary Sewer Pipe 28 The first paragraph is revised to read: 29 „ 30 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the 31 requirements of ASTM F 794 Series 46, or ASTM F 1803. Profile wall PVC sanitary sewer 32 pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. The 33 maximum pipe diameter shall be as specified in the Qualified Products List. 34 35 The fifth paragraph is revised to read: 36 37 Fittings for profile wall PVC pipe shall meet the requirements of ASTM F 794 Series 46, or 38 ASTM F 1803. 39 40 9-05.15 Metal Castings 41 This section is revised to read: 42 43 For all metal castings the producing foundry shall provide certification stating the country of 44 origin, the material meets the required ASTM or AASHTO specification noted in the 45 subsections below. The producing foundry shall detail all test results from physical testing 46 to determine compliance to the specifications. The test reports shall include physical 47 properties of the material from each heat and shall include tensile, yield, and elongation as 48 specified in the appropriate ASTM or AASHTO specification. For AASHTO M 306, Section , 49 8, Certification is deleted and replaced with the above certification and testing 50 requirements. iwr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 96 Conformed 21 March 2008 'r�1 wr 2 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or 3 repaired. Porosity in metal castings for drainage structures shall be considered a O, 4 workmanship defect subject to rejection by the Engineer. Metal castings made from gray 5 iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings 6 made from cast steel shall conform to the requirements of Section 9-06.8. All metal 7 castings shall meet the proof load testing requirements of AASHTO M 306. r 8 9 9-05.15(1) Manhole Ring and Cover 10 This section is revised to read: 11 12 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron. 13 + 14 All covers shall be interchangeable within the dimensions shown in the Standard Plans. All 15 mating surfaces shall be machine finished to ensure a nonrocking fit. 16 17 The inside vertical recessed face of the ring and the vertical outside edge of the cover shall 18 be machined or manufactured to the following tolerances: 19 1, 20 Ring +3/32 inch to -3/32 inch 21 Cover +3/32 inch to -3/32 inch 22 23 All manhole rings and covers shall be identified by the name or symbol of the producing 24 foundry and country of casting origin. This identification shall be in a plainly visible location 25 when the ring and cover are installed. Ductile iron shall be identified by the following, 26 "DUC" or "Dl." The producing foundry and material identification shall be adjacent to each 1W 27 other and shall be minimum 1/2 inch to maximum 1 inch high letters, recessed to be flush 28 with the adjacent surfaces. 29 30 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets 31 The first and second paragraphs are revised to read: 32 33 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile 34 iron, and as shown in the Standard Plans. 35 36 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or 37 ductile iron and as shown in the Standard Plans. Additionally, leveling pads are allowed on 38 grates and solid metal covers with a height not to exceed 1/8 inch. The producing foundry's 39 name and material designation shall be embossed on the top of the grate. The material 40 shall be identified by the following: "CS" for cast steel or "DUC" or "DI" for ductile iron and 41 shall be located near the producing foundry's name. 42 43 9-05.15(3) Cast Metal Inlets 44 The first sentence is revised to read: 45 46 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the 47 Standard Plans. 48 49 9-05.19 Corrugated Polyethylene Culvert Pipe 50 The first paragraph is revised to read: rr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 97 Conformed 21 March 2008 s®r 1 2 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type 3 S or D for pipe 12-inch to 60-inch diameter with silt-tight joints. 4 err 5 The first sentence in the fourth paragraph is revised to read: 6 7 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 8 materials delivered to the project. 9 10 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 11 The first sentence in the fourth paragraph is revised to read: 12 13 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 14 materials delivered to the project. 15 16 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 17 December 4, 2006 00 18 9-06.5(4) Anchor Bolts 19 The first and second paragraphs are revised to read: go 20 21 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, 22 shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4. 23 24 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 25 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to 26 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 9- 27 06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall 28 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 29 30 9-06.9 Gray Iron Castings 31 The AASHTO requirement is revised to read "AASHTO M 306". 32 33 SECTION 9-07, REINFORCING STEEL 34 August 6, 2007 .ri 35 9-07.2 Deformed Steel Bars 36 The first sentence in the first paragraph is revised to read: 37 38 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 39 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-in- 40 place components of bridge structures (excluding sidewalks and barriers but including wr 41 shafts and concrete piles), and for precast substructure components of bridge structures, 42 shall conform to ASTM A 706 only. 43 , 44 9-07.5 Dowel Bars (For Cement Concrete Pavement) 45 This section is revised to read: 46 ,W 47 Dowel bars shall be plain steel bars of the dimensions shown in the Standard Plans. They 48 shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 98 Conformed 21 March 2008 to aw 1 coated in accordance with ASTM A 934. The thickness of the epoxy coating shall be 10 2 mils plus or minus 2 mils. In addition, the requirements of Section 9-07.3, Items 2, 3, 4, 5, 3 6, and 9 shall apply. r 4 5 SECTION 9-08, PAINTS 6 April 2, 2007 7 9-08.2 Paint Formulation – General 8 In Formula C-11-99 — Top Coat Single Component, Moisture Cured Polyurethane, the 9 federal standard for Color is revised to read: 10 11 Color: Match Federal Standard 595B 12 13 SECTION 9-09, TIMBER AND LUMBER 14 August 7, 2006 15 9-09.2(3) Inspection 16 This section is revised to read: 17 18 Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade 19 stamp provided by one of the following agencies: 20 21 West Coast Lumber Inspection Bureau (WCLIB) 22 Western Wood Products Association (WWPA) 23 Pacific Lumber Inspection Bureau (PLIB) ow 24 Any lumber grading bureau certified by the American Lumber Standards Committee 25 26 Timber and Lumber requiring a grading certificate shall have a certificate that was issued 27 by either the grading bureau whose stamp is shown on the material, or by the lumber mill, """ 28 which must be under the supervision of one of the grading bureaus listed above. The 29 certificate shall include the following: 30 31 Name of the mill performing the grading 32 The grading rules being used 33 Name of the person doing the grading with current certification +w 34 Signature of a responsible mill official 35 Date the lumber was graded at the mill 36 Grade, dimensions, and quantity of the timber or lumber 37 38 For Structures: 39 All material delivered to the project shall bear a grade stamp and have a grading certificate. 40 The grade stamp and grading certificate shall not constitute final acceptance of the 41 material. The Engineer may reject any or all of the timber or lumber that does not comply 42 with the specifications or has been damaged during shipping or upon delivery. 43 ` 44 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox 45 Posts: 46 Material delivered to the project shall either bear a grade stamp on each piece or have a 47 grading certificate. The grade stamp or grading certificate shall not constitute final 48 acceptance of the material. The Engineer may reject any or all of the timber or lumber that +rw Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 99 Conformed 21 March 2008 •r wr 1 does not comply with the specifications or has been damaged during shipping or upon wrr 2 delivery. 3 4 9-09.3(1) General Requirements 5 The last sentence in the first paragraph is revised to read: 6 7 Unless otherwise specified in the contract, all timber and lumber shall be treated in 8 accordance with Sections U1 and T1 of the latest edition of the AWPA standards. 9 10 SECTION 9-10, PILING 11 December 4, 2006 12 9-10.2(2) Reinforcement 13 This section is revised to read: ` 14 15 Reinforcement shall meet the requirements of Section 9-07. 16 4W 17 SECTION 9-12, MASONRY UNITS 18 August 7, 2006 19 9-12.7 Precast Concrete Drywells 20 The third sentence is revised to read: 21 ww 22 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square 23 inches for round openings and 15 square inches for rectangular openings. 24 ; 25 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 26 WALLS 27 April 2, 2007 wr 28 9-13 Riprap, Quarry Spalls, Slope Protection, And Rock Walls 29 The requirements for Quality following the first paragraph are revised to read: 30 31 Aggregate Property Test method Requirement 32 Degradation Factor WSDOT T 113 15 minimum ow 33 Los Angeles Wear, 500 Rev. AASHTO T 96 50% maximum 34 Specific Gravity AASHTO T 85 2.55 minimum 35 36 9-13.5(2) Poured Portland Cement Concrete Slope Protection 37 The first paragraph is revised to read: 38 39 Cement concrete for poured concrete slope protection shall be commercial concrete in 40 conformance with Section 6-02.3(2)6. 41 42 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 43 April 2, 2007 44 9-14.2 Seed air 45 This section is revised to read: 46 wir Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 100 Conformed 21 March 2008 a w 1 Grasses, legumes, or cover crop seed of the type specified shall conform to the standards 2 for "Certified" grade seed or better as outlined by the State of Washington Department of 3 Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard 4 containers on which shall be shown the following information: 5 6 (1) Common and botanical names of seed, 7 (2) Lot number, 8 (3) Net weight, 9 (4) Pure live seed 10 11 All seed installers and vendors must have a business license issued by the Washington 12 State Department of Licensing with a "seed dealer" endorsement. Upon request, the 13 contractor shall furnish the Engineer with copies of the applicable licenses and 14 endorsements. 15 16 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement 17 signed by the vendor certifying that each lot of seed has been tested by a recognized seed 18 testing laboratory within six months before the date of delivery on the project. Seed which 19 has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 20 21 9-14.4(1) Straw 22 This section is revised to read: 23 `w 24 All straw material shall be in an air dried condition free of noxious weeds and other 25 materials detrimental to plant life. Straw mulch so provided shall be suitable for spreading 26 with mulch blower equipment. ` v 27 28 9-14.4(3) Bark or Wood Chips 29 This section is supplemented with the following: 30 31 Sawdust shall not be used as mulch. 32 +�► 33 9-14.4(4) Sawdust 34 This section including title is revised to read: 35 36 9-14.4(4) Vacant 37 38 9-14.4(8) Compost 39 This section is revised to read: 40 41 Compost products shall be the result of the biological degradation and transformation of 42 plant-derived materials under controlled conditions designed to promote aerobic 43 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 44 dioxide generation. Compost shall be mature with regard to its suitability for serving as a rr 45 soil amendment or an erosion control BMP as defined below. The compost shall have a 46 moisture content that has no visible free water or dust produced when handling the 47 material. 48 49 Compost production and quality shall comply with Chapter 173-350 WAC. 50 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 101 Conformed 21 March 2008 ww i 1 Compost products shall meet the following physical criteria: wr 2 3 1. Compost material shall be tested in accordance with Testing Methods for the 4 Examination of Compost and Composting (TMECC) Test Method 02.02-B, to 5 "Sample Sieving for Aggregate Size Classification". 6 7 Fine Compost shall meet the following: sy 8 9 Min. Max. 10 Percent passing 2" 100% 11 Percent passing 1" 99% 100% 12 Percent passing 5/8" 90% 100% 13 Percent passing '/" 75% 100% 14 Maximum particle length of 6 inches 15 16 Coarse Compost shall meet the following: 17 Min. Max. wr 18 Percent passing 3" 100% 19 Percent passing 1" 90% 100% 20 Percent passing 3/" 70% 100% , 21 Percent passing 1/" 40% 60% 22 Maximum particle length of 6 inches 23 24 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 25 04.11-A, 1:5 Slurry pH". 26 27 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less 28 than 1.0 percent by weight as determined by TMECC 03.08-A"percent dry weight 29 basis". 30 Ml�► 31 4. Minimum organic matter shall be 40 percent dry weight basis as determined by 32 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method". 33 34 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance with 35 TMECC 04.10-A, 1:5 Slurry Method, Mass Basis". 36 W 37 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, 38 "Germination and Vigor". 39 W, 40 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide 41 Evolution Rate" 42 43 8. The compost product must originate a minimum of 65 percent by volume from so 44 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 45 maximum of 35 percent by volume of other approved organic waste and/or 46 biosolids may be substituted for recycled plant waste. The supplier shall provide 47 written verification of feedstock sources 48 49 9. The Engineer may also evaluate compost for maturity using the Solvita Compost 50 Maturity Test. Fine Compost shall score a number 6 or above on the Solvita W# Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 102 Conformed 21 March 2008 a Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita 2 Compost Maturity Test. 3 4 The compost supplier will test all compost products within 90 calendar days prior to 5 application. Samples will be taken using the Seal of Testing Assurance (STA) sample 6 collection protocol. (The sample collection protocol can be obtained from the U.S. 7 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 rr. 8 9 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an 10 independent STA Program approved lab. The compost supplier will pay for the test. A copy `W 11 of the approved independent STA Program laboratory test report shall be submitted to the 12 Contracting Agency prior to initial application of the compost. Seven days prior to 13 application, the Contractor shall submit a sample of each type compost to be used on the • 14 project to the Engineer. 15 16 Compost not conforming to the above requirements or taken from a source other than 17 those tested and accepted shall be immediately removed from the project and replaced at 18 no cost to the Contracting Agency. 19 20 The Contractor shall either select a compost supplier from the Qualified Products List, or 21 submit the following information to the Engineer for approval: 22 23 1. A Request for Approval of Material Source. 24 25 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 26 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 27 Standards for Solid Waste Handling). 28 29 3. The supplier shall verify in writing, and provide lab analyses that the material 10 30 complies with the processes, testing, and standards specified in WAC 173-350 31 and these specifications. An independent STA Program certified laboratory shall 32 perform the analysis. wo 33 34 4. A list of the feedstock by percentage present in the final compost product. 35 «w 36 5. A copy of the producer's Seal of Testing Assurance certification as issued by the 37 U.S. Composting Council. 38 39 Acceptance will be based upon a satisfactory Test Report from an independent STA 40 program certified laboratory and the sample(s) submitted to the Engineer. 41 42 9-14.5(2) Erosion Control Blanket 43 Footnote 1 is revised to read: 44 45 1UV stability shall be 80% strength retained min., after 500 hours in a xenon arc device as 46 per ASTM D4355. 47 48 9-14.5(5) Wattles W 49 This section is revised to read: 50 to Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 103 Conformed 21 March 2008 of 1 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 2 compost, or wood shavings encased within biodegradable or photodegradable netting. 3 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing material 4 shall be clean, evenly woven, and free of encrusted concrete or other contaminating 5 materials such as preservatives. Encasing material shall be free from cuts, tears, or weak 6 places and shall have a lifespan greater than 6 months. 7 8 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), and 9 shall be Coarse Compost. 10 11 9-14.5(6) Compost Sock 12 This section is revised to read: 13 14 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly woven, 15 and free of encrusted concrete or other contaminating materials and shall be free from cuts, 16 tears, broken or missing yarns and thin, open, or weak places. Fabric for compost sock 17 shall consist of extra heavy weight biodegradable fiber which has not been treated with any No 18 type of preservative. Compost for compost socks shall meet the material requirements as 19 specified in Section 9-14.4(8), and shall be Coarse Compost 20r 21 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or 22 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 23 length, unless otherwise indicated in the Plans. 24 25 Section 9-14.5 is supplemented with the following new section. 26 27 9-14.5(7) Coir Log 28 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted within an 29 outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter 30 as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater. 31 32 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine with 33 minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 inch wr 34 openings. 35 36 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch Ow 37 to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially available 38 hemp rope. 39 40 9-14.6(1) Description 41 This section is revised to read: 42 43 Bareroot plants are grown in the ground and harvested without soil or growing medium 44 around their roots. 45 46 Container plants are grown in pots or flats that prevent root growth beyond the sides and 47 bottom of the container. 48 ww Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 104 Conformed 21 March 2008 wiry 1 Balled and burlapped plants are grown in the ground and harvested with soil around a core 2 of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket 3 or other supportive structure. 4 5 Cuttings are live plant material without a previously developed root system. Source plants 6 for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp 7 instrument. Written permission shall be obtained from property owners and provided to the 8 Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance 9 with applicable sensitive area ordinances. For cuttings, the requirement to be nursery 10 grown or held in nursery conditions does not apply. Cuttings include the following forms: 11 12 A. Live branch cuttings shall have flexible top growth with terminal buds and may 13 have side branches. The rooting end shall be cut at an approximate 45 degree +AW 14 angle. 15 16 B. Live stake cuttings shall have a straight top cut immediately above a bud. The ,., 17 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes are 18 cut from one to two year old wood. Live stake cuttings shall be cut and installed 19 with the bark intact with no branches or stems attached, and be %2 to 1 %2 inch in 20 diameter. 21 22 C. Live pole cuttings shall have a minimum 2inch diameter and no more than three 23 branches which shall be pruned back to the first bud from the main stem. 24 25 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes 26 and becoming erect at the apex. Rhizomes shall have a minimum of two growth 00 27 points. 28 29 E. Tubers shall be a thickened and short subterranean branch having numerous or 30 buds or eyes. 31 32 9-14.6(2) Quality V 33 This section is revised to read: 34 35 All plant material furnished shall meet the grades established by the latest edition of the so 36 American Standard for Nursery Stock, (ASNS) ANSI Z60.1 shall conform to the size and 37 acceptable conditions as listed in the contract, and shall be free of all foreign plant material. 38 39 All plant material shall comply with State and Federal laws with respect to inspection for VO 40 plant diseases and insect infestation. 41 42 All plant material shall be purchased from a nursery licensed to sell plants in Washington '" 43 State. 44 45 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be W 46 vigorous, well formed, with well developed fibrous root systems, free from dead branches, 47 and from damage caused by an absence or an excess of heat or moisture, insects, 48 disease, mechanical or other causes detrimental to good plant development. Evergreen W 49 plants shall be well foliated and of good color. Deciduous trees that have solitary leaders 50 shall have only the lateral branches thinned by pruning. All conifer trees shall have only one 10 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 105 Conformed 21 March 2008 ow 1 leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees wrr 2 having a damaged or missing leader, multiple leaders, or Y crotches shall be rejected. 3 4 Root balls of plant materials shall be solidly held together by a fibrous root system and shall 5 be composed only of the soil in which the plant has been actually growing. Balled and 6 burlapped rootballs shall be securely wrapped with jute burlap or other packing material not 7 injurious to the plant life. Root balls shall be free of weed or foreign plant growth. 8 9 Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, 10 gathered from native stands shall be held under nursery conditions for a minimum of one 11 full growing season, shall be free of all foreign plant material, and meet all of the 12 requirements of these Specifications, the Plans, and the Special Provisions. 13 14 Container grown plants must be plants transplanted into a container and grown in that 15 container sufficiently long for new fibrous roots to have developed so that the root mass will 16 retain its shape and hold together when removed from the container, without having roots 17 that circle the pot. Plant material which is root bound, as determined by the Engineer, shall + 1► 18 be rejected. Container plants shall be free of weed or foreign plant growth. 19 20 Container sizes for plant material of a larger grade than provided for in the container grown 21 specifications of the ASNS shall be determined by the volume of the root ball specified in 22 the ASNS for the same size plant material. 23 24 All bare root plant materials shall have a heavy fibrous root system and must be dormant at 00 25 the time of planting. 26 27 Average height to spread proportions and branching shall be in accordance with the 40 28 applicable sections, illustrations, and accompanying notes of the ASNS. 29 30 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full 06 31 and symmetrical branching, central leader, and be developed, grown, and propagated with 32 a full branching crown. A "Street Tree Grade" designation requires the highest grade of 33 nursery shade or ornamental tree production which shall be supplied. go 34 35 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall 36 be rejected. In all cases, whether supplied balled and burlapped or in a container, the root 1, 37 crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees 38 supplied and delivered in a nursery fabric bag will not be accepted. 39 40 Plants, which have been determined by the Engineer to have suffered damage as the result 41 of girdling of the roots, stem, or a major branch; have deformities of the stem or major 42 branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any 43 defect, injury, or condition which renders the plant unsuitable for its intended use, shall be as 44 rejected. 45 46 Plants that are grafted shall have roots of the same genus as the specified plant. 47 48 9-14.6(3) Handling and Shipping 49 The last sentence in the sixth paragraph is deleted. x 50 uwr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 106 Conformed 21 March 2008 wo +.� 1 9-14.6(6) Substitution of Plants 2 The second paragraph is revised to read: 3 4 Container or balled and burlapped plant material may be substituted for bare root plant 5 material. Container grown plant material may be substituted for balled and burlapped plant 6 materials. When substitution is allowed, use current ASNS standards to determine the 7 correct rootball volume (container or balled and burlapped) of the substituted material that 8 corresponds to that of the specified material. These substitutions shall be approved by the 9 Engineer and be at no cost to the Contracting Agency. 10 11 9-14.6(7) Temporary Storage 12 The third paragraph is revised to read: 13 14 Cuttings shall continually be shaded and protected from wind. Cuttings must be protected 15 from drying at all times and shall be heeled into moist soil or other insulating material or 16 placed in water if not installed within 8 hours of cutting.Cuttings to be stored for later 17 installation shall be bundled, laid horizontally, and completely buried under 6 inches of 18 water, moist soil or placed in cold storage at a temperature of 34 F and 90% humidity. 19 Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 20 hours prior to planting. Cuttings taken when the temperature is higher than 50°F shall not 21 be stored for later use. Cuttings that already have developed roots shall not be used. 22 23 The fourth paragraph is deleted. 24 25 SECTION 9-15, IRRIGATION SYSTEM 26 August 7, 2006 27 9-15.1 Pipe, Tubing, and Fittings 28 The second paragraph is revised to read: .r 29 30 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 31 ASTM B 88, and shall be a minimum of Type L rating. 32 33 SECTION 9-16, FENCE AND GUARDRAIL 34 April 3, 2006 wr 35 9-16.1(1)A Post Material for Chain Link Fence 36 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM *r 37 F1043". 38 39 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised 40 to "ASTM F1043". 41 42 SECTION 9-22, MONUMENT CASES 43 August 7, 2006 44 9-22.1 Monument Cases, Covers, and Risers 45 The AASHTO requirement is revised to read "AASHTO M 306". 46 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 107 Conformed 21 March 2008 wr vo 1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 4r 2 April 2, 2007 3 9-23.6 Admixture for Concrete wr 4 The footnote for Accelerating Admixture is revised to read: 5 6 Accelerating admixtures are only allowed for use in the following applications: In 7 Controlled Density Fill (also known as Controlled Low Strength Material) in accordance 8 with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete Pavement in 9 accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix Designs for 10 Paving. 11 12 SECTION 9-28, SIGNING MATERIALS AND FABRICATION to 13 August 6, 2007 14 9-28.14(1) Timber Sign Posts 15 The last sentence is revised to read: to 16 17 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 18 19 9-28.14(3) Aluminum Structures 20 The first paragraph is revised to read: 21 wire 22 Welding of aluminum shall be in accordance with ANSUAWS D1.2, latest edition, Structural 23 Welding Code. 24 wr 25 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 26 August 6, 2007 �wr 27 9-29.2 Junction Boxes 28 Section 9-29.2 including title is revised to read: 29 30 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 31 9-29.2(1) Standard Junction Box 32 This section including title is revised to read: 33 34 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 35 For the purposes of this specification concrete is defined as Portland Cement 36 Concrete and non-concrete is all others. 37 38 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty 39 Junction Boxes are defined as Type 4, 5, and 6. lo" 40 41 The Contractor shall provide shop drawings if their manufacturing process or 42 standard production model includes any deviation from the Standard Plan. For uw 43 each type of junction box, or whenever there is a design change to the junction 44 box, a proof test, as defined in this specification, shall be performed once in the 45 presence of the Engineer. 46 47 This section is supplemented with the following new subsections: iw Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 108 Conformed 21 March 2008 irl! #W No 1 2 9-29.2(1)A Standard Duty Junction Boxes 3 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 aw 4 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 5 8 Junction Box includes the spread footing shown in the Standard Plans. 6 7 Concrete Junction Boxes Uw 8 The Standard Duty Concrete Junction Box steel frame, lid support, and lid 9 shall be painted with a black paint containing rust inhibiters or painted with a 10 shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot 11 dip galvanized in accordance with ASTM A 111. 12 13 Concrete used in Standard Duty Junction Boxes shall have a minimum 14 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 15 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The 16 frame shall be anchored to the box by welding the wire fabric to the frame or 17 by welding headed studs 3/8 inch x 3 inches long, as specified in section 9- 18 06.15, to the frame. The wire fabric shall be attached to the studs and frame 19 with standard tie practices. The box shall contain ten studs located near the 20 centerline of the frame and box wall. The studs shall be placed one anchor in 21 each corner, one at the middle of each width and two equally spaced on each 22 length of the box. 23 24 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the 25 following: 26 27 Concrete Section 6-02 28 Reinforcing Steel Section 9-07 29 Fiber Reinforcing ASTM C 1116, Type III 1. 30 Lid ASTM A786 diamond plate steel 31 Frame ASTM A786 diamond plate steel or 32 ASTM A36 flat steel an 33 Lid Support & Handle ASTM A36 steel 34 Anchors (studs) Section 9-06.15 35 36 Non-concrete Junction Boxes a' 37 Material for the non-concrete junction boxes shall be of a quality that will 38 provide for a similar life expectancy as Portland Cement Concrete in a direct 39 burial application. �"` 40 41 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 42 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete to 43 junction boxes shall be gray in color and have an open bottom design with 44 approximately the same inside dimensions, and present a load to the bearing 45 surface that is less than or equal to the loading presented by the concrete to 46 junction boxes shown in the Standard Plans. Non-concrete junction box lids 47 shall include a pull slot and shall be secured with two % inch stainless steel 48 hex-head bolts factory coated with anti-seize compound and recessed into so 49 the cover. The tapped holes for the securing bolts shall extend completely 50 through the box to prevent accumulation of debris. Bolts shall conform to 51 ASTM F 593, stainless steel. 1W Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 109 Conformed 21 March 2008 Orr 1 2 9-29.2(1)B Heavy Duty Junction Boxes 3 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load 4 rating of 46,000 pounds without permanent deformation and 60,000 pounds 40 5 without failure when tested in accordance with 9-29.2(1)C. 6 7 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with 8 a shop applied, inorganic zinc primer in accordance with Section 6-07.3. 9 10 The concrete used in Heavy Duty Junction Boxes shall have a minimum 11 compressive strength of 4000 PSI. 00 12 13 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the 14 following: 15 16 Concrete Section 6-02 17 Reinforcing Steel Section 9-07 wr 18 Lid ASTM A786 diamond plate steel, rolled 19 from plate complying with ASTM A572, 20 grade 50 or ASTM A588 with min. CVN 21 toughness of 20 ft-lb at 40 degrees F 22 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both 23 with min. CVN toughness of 20 ft-lb at 40 of 24 degrees F 25 Handle ASTM A36 steel 26 Anchors (studs) Section 9-06.15 27 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 28 29 The lid stiffener plates shall bear on the frame, and be milled so that there is full 30 even contact, around the perimeter, between the bearing seat and lid stiffener �rl► 31 plates, after fabrication of the frame and lid. The bearing seat and lid perimeter 32 bar shall be free from burrs, dirt and other foreign debris that would prevent solid 33 seating. Bolts and nuts shall be liberally coated with anti-seize compound. Bolts 34 shall be installed snug tight. The bearing seat and lid perimeter bar shall be 35 machined to allow a minimum of 75% of the bearing areas to be seated with a 36 tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area 37 percentage will be measured for each side of the lid as it bears on the frame. 38 39 9-29.2(1)C Testing Requirements 40 Junction boxes shall be tested by an independent materials testing facility, and a 41 test report issued documenting the results of the tests performed. 42 43 For concrete junction boxes the independent testing lab shall meet the 44 requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. 45 The test shall be conducted in the presence of and signed off by the Engineer or a 46 designated representative. The Contractor shall give the Engineer 30 days notice ► 47 prior to testing. One copy of the test report shall be furnished to the Contracting 48 Agency certifying that the box and cover meet or exceed the loading requirements 49 for a concrete junction box, and shall include the following information: wr 50 51 1. Product identification. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 110 Conformed 21 March 2008 +. 1 2. Date of testing. 2 3. Description of testing apparatus and procedure. 3 4. All load deflection and failure data. 4 5. Weight of box and cover tested. 5 6. Upon completion of the required test(s) the box shall be loaded to failure. 6 7. A brief description of type and location of failure. 7 8 For non-concrete junction boxes the testing facility shall be a Nationally 9 Recognized Testing Laboratory (witnessing is not required). One copy of the test 10 report shall be furnished to the Contracting Agency certifying that the box and 11 cover meet or exceed the loading requirements for a non-concrete junction box, 12 and shall include the following information: 13 14 1. Product identification. 15 2. Date of testing. 16 3. Description of testing apparatus and procedure. ww 17 4. All load deflection data. 18 5. Weight of box and cover tested. 19 20 Testing for Standard Duty Concrete Junction Boxes 21 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 22 pounds. The test load shall be applied uniformly through a 10-inch x 10inch x 23 1 inch steel plate centered on the lid. The test load shall be applied and 24 released ten times, and the deflection at the test load and released state shall 25 be recorded for each interval. At each interval the junction box shall be 26 inspected for lid deformation, failure of the lid/frame welds, vertical and 27 horizontal displacement of the lid/frame, cracks, and concrete spalling. 28 29 Concrete junction boxes will be considered to have withstood the test if none 30 of the following conditions are exhibited: 31 32 1. Permanent deformation of the lid or any impairment to the function 33 of the lid. 34 2. Vertical or horizontal displacement of the lid frame. 35 3. Cracks wider than 0.012 inches that extend 12 inches or more. 36 4. Fracture or cracks passing through the entire thickness of the 37 concrete. 38 5. Spalling of the concrete. 39 40 Testing for the Standard Duty non-concrete Junction Boxes 41 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as 42 defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the "" 43 contractor shall provide a Manufacture Certificate of Compliance for each 44 non-concrete junction box installed. 45 No 46 Testing for Heavy Duty Junction Boxes 47 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test 48 load shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate w 49 centered on the lid with an orientation both on the long axis and the short axis 50 of the junction box. The test load shall be applied and released ten times on 51 each axis. The deflection at the test load and released state shall be recorded Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 111 Conformed 21 March 2008 ob 1 for each interval. At each interval the test box shall be inspected for lid 4W 2 deformation, failure of the lid or frame welds, vertical and horizontal 3 displacement of the lid frame, cracks, and concrete spalling. After the 4 twentieth loading interval the test shall be terminated with a 60,000 pound to 5 load being applied vertically through the steel plate centered on the lid and 6 with the long edge of steel plate orientated parallel to the long axis of the box. 7 8 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 9 pounds test if none of the following conditions are exhibited: 10 11 1. Permanent deformation of the lid or any impairment to the function 12 of the lid. 13 2. Vertical or horizontal displacement of the lid frame. 14 3. Cracks wider than 0.012-inches that extend 12-inches or more. 15 4. Fracture or cracks passing through the entire thickness of the 16 concrete. 17 5. Spalling of the concrete. wlr 18 19 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 20 pounds test if all of the following conditions are exhibited: 21 22 1. The lid is operational. 23 2. The lid is securely fastened. 24 3. The welds have not failed. 25 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 26 5. No buckling or collapse of the box. 27 a* 28 9-29.2 (2) Vacant 29 This section including title is revised to read: 30 to 31 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 32 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed 33 as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard as 34 Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the 35 same box as shown in the Standard Plans. 36 37 The Contractor shall provide shop drawings if their manufacturing process or 38 standard production model includes any deviation from the Standard Plan. For 39 each type of box or whenever there is a design change to the Cable Vault or Pull 40 box, a proof test, as defined in this specification, shall be performed once in the 41 presence of the Engineer. 42 43 This section is supplemented with the following new sections: 44 45 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 46 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum 47 load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for 48 concrete Standard Duty Junction Boxes. 49 W 50 Concrete for standard duty cable vaults and pull boxes shall have a minimum 51 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 112 Conformed 21 March 2008 i 1 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 2 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be 3 attached to the studs and frame with standard tie practices. The vault/box shall 4 contain ten studs located near the centerline of the frame and wall. Studs shall be 5 placed one anchor in each corner, one at the middle of each width and two equally 6 spaced on each length of the vault/box. The steel frame, lid support, and lid shall 7 be painted with a black paint containing rust inhibiters or painted with a shop 8 applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip 9 galvanized in accordance with ASTM A 111. 10 11 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the 12 following: 13 14 Concrete Section 6-02 15 Reinforcing Steel Section 9-07 16 Lid ASTM A786 diamond plate steel wr 17 Frame ASTM A786 diamond plate steel or 18 ASTM A36 flat steel 19 Lid Support & Handle ASTM A36 steel 20 Anchors (studs) Section 9-06.15 21 Bolts, Nuts, Washers ASTM F593 or 193, type 304 or 316 22 23 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes 24 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 25 minimum compressive strength of 4000 psi, and have a minimum vertical load 26 rating of 46,000 pounds without permanent deformation and 60,000 pounds Ow 27 without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty 28 Junction Boxes. 29 aw 30 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the 31 following: 32 +. 33 Concrete Section 6-02 34 Reinforcing Steel Section 9-07 35 Cover Section 9-05.15(1) to 36 Ring Section 9-05.15(1) 37 Anchors (studs) Section 9-06.15 38 Bolts, Nuts, Washers ASTM F593 orA193, type 304 or 316 39 40 9-29.2(4) Cover Markings 41 The first sentence of the first paragraph is revised to read: 42 43 Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with 44 the appropriate legend in accordance with the bead weld details in the Standard 45 Plans. Non-metallic lids shall be embossed with the appropriate legend and a non- ""' 46 skid surface. Legends for metallic lids and non-metallic lids shall be 1-inch 47 nominal height. 48 r 49 The first sentence of the second paragraph is revised to read: 50 4P Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 113 Conformed 21 March 2008 aw 1 Junction boxes, cable vaults and pull boxes shall be marked or embossed for use 2 in accordance with the plans and following schedule: 3 4 9-29.6 Light and Signal Standards +rrr 5 The first paragraph is revised to read: 6 7 Light standards (including light standards with Type 1 or Type 2 luminaire arms) and signal , 8 standards (including Types I, 11, III, IV, V, PPB, PS, RM, FB, and CCTV) shall be in 9 accordance with the details shown in the Plans, as specified in the Special Provisions and 10 as outlined herein, provided that only one luminaire arm type shall be used throughout the wt 11 project. 12 13 9-29.6(2) Slip Base Hardware 14 The last sentence in the first paragraph is revised to read: 15 16 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 17 tolerances specified in AASHTO M 293 for circular washers. W 18 19 9-29.6(4) Welding 20 This section is revised to read: 21 22 Welding of steel structures shall be in accordance with AWS D1.101.1 M, latest edition, 23 Structural Welding Code, and Section 6-03.3(25). 24 25 9-29.6(5) Foundation Hardware 26 The second and third paragraphs are revised to read: 27 28 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal 29 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming 30 to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods 31 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in 32 accordance with either ASTM A 143 (if the rod length is equal to or greater than five times 33 the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the 34 nominal bolt diameter). 35 36 All foundation hardware shall be 100% hot-dipped galvanized in accordance with AASHTO M 37 111 and AASHTO M 232. 38 39 SECTION 9-30, WATER DISTRIBUTION MATERIALS 40 August 7, 2006 41 9-30.6(3)A Copper Tubing 42 This section is revised to read: 43 44 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of 45 ASTM B 88, Type K rating. 46 +rllr wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 114 Conformed 21 March 2008 *W am 1 SECTION 9-33, CONSTRUCTION GEOTEXTILE 2 August 7, 2006 Im 3 Section 9-33 including title is revised in its entirety to read: 4 5 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 6 7 9-33.1 Geosynthetic Material Requirements 8 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and 9 prefabricated drainage mats. 10 11 Geotextiles, including geotextiles attached to prefabricated drainage core to form a 12 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns 13 formed into a stable network such that the fibers or yarns retain their position relative to 14 each other during handling, placement, and design service life. At least 95 percent by 15 weight of the material shall be polyolefins or polyesters. The material shall be free from VW 16 defects or tears. The geotextile shall also be free of any treatment or coating which might 17 adversely alter its hydraulic or physical properties after installation. 18 Im 19 Geogrids shall consist of a regular network of integrally connected polymer tensile elements 20 with an aperture geometry sufficient to permit mechanical interlock with the surrounding 21 backfill. The long chain polymers in the geogrid tensile elements, not including coatings, ,W 22 shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The 23 material shall be free of defects, cuts, and tears. 24 10 25 Prefabricated drainage core shall consist of a three dimensional polymeric material with a 26 structure that permits flow along the core laterally, and which provides support to the 27 geotextiles attached to it. 28 OW 29 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in 30 Section 9-33.2, and additional tables as required in the Standard Plans and Special 31 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included am 32 in this section and their associated tables of properties are as follows: 33 Geotextile Geosynthetic Application Applicable dw Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A, B, and C °" Separation Table 3 Soil Stabilization Table 3 dw Permanent Erosion Control, Moderate and High Survivability,Tables 4 and 5 Classes A, B, and C Ditch Lining Table 4 r Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 w+ Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 115 Conformed 21 March 2008 1 arllr 2 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the 3 properties specified in the Standard Plans for permanent walls, and Table 10 for temporary 4 walls. 5 6 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material 7 placed at the wall face to retain the backfill material as shown in the Plans shall conform to sw 8 the properties for Construction Geotextile for Underground Drainage, Moderate 9 Survivability, Class A. 10 11 Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, 12 or polyamide. Nylon threads will not be allowed. The thread used to sew permanent 13 erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or 14 permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The wr 15 thread shall be of contrasting color to that of the geotextile itself. 16 17 9-33.2 Geosynthetic Properties rr 18 9-33.2(1) Geotextile Properties 19 Table 1: Geotextile for underground drainage strength properties for survivability. 20 ASTM Geotextile Property Requirements' Test Low Moderate Method Survivability Survivability Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. Strength, in min. min. machine and x-machine direction to Grab Failure D 4632 < 50% > 50% < 50% > 50% Strain, in machine and x-machine w direction Seam Breaking D 46323 160 lb 100 lb min. 220 lb 140 lb min. Strength min. min. so Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min. Resistance min. min. Tear Strength, in D 4533 67 lb min. 40 lb min. 80 lb 50 lb min. machine and x- min. machine direction Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in a xenon arc device .rr Stability 21 22 Table 2: Geotextile for underground drainage filtration properties. 23 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 116 Conformed 21 March 2008 +rr Geotextile Property ASTM Geotextile Property Requirements' Test Class A Class B Class C Method Apparent Opening D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80 Size max. max. max. Water Perm_ittivity D 4491 0.5 sec' min. 0.4 sec' min. 0.3 sec' min. 1 aw 2 Table 3: Geotextile for separation or soil stabilization. 3 Geotextile ASTM Geotextile Property Requirements' w Property Test Separation Soil Stabilization Method2 Woven Nonwoven Woven Nonwoven Apparent D 4751 U.S. No. 30 max. U.S. No. 40 max. Opening Size NO Water D 4491 0.02 sec' min. 0.10 sec' min. Perm ittivity Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min. ON Strength, in machine and x-machine direction VW Grab Failure D 4632 <50% >50% <50% > 50% Strain, in machine and r,r x-machine direction Seam Breaking D 46323 220 lb min. 140 lb min. 270 lb min. 180 lb min. Strength Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min. Resistance Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min. .r in machine and x-machine direction Ultraviolet(UV) D 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability 4 5 Table 4: Geotextile for permanent erosion control and ditch lining. 6 Geotextile ASTM Geotextile Property Requirements' Property Test Permanent Erosion Control Ditch Lining Method2 Moderate High Survivability Survivability Woven Non- Woven Non- Woven Non- woven woven woven ow Apparent D 4751 See Table 5 See Table 5 U.S. No. 30 max. Opening Size Water D 4491 See Table 5 See Table 5 0.02 sec' min. ow Permittivity wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 117 Conformed 21 March 2008 M 1110 Grab D 4632 250 lb 160 lb 315 lb 200 lb 250 lb 160 lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab D 4632 15%- >50% 15% - >50% < 50% > 50% Failure 50% 50% Strain, in machine and x-machine direction Seam D 46323 220 lb 140 lb 270 lb 180 lb 220 lb 140 lb Breaking min. min. min. min. min. min. Strength Puncture D 6241 495 lb 310 lb 620 lb 430 lb 495 lb 310 lb Resistance min. min. min. min. min. min. Tear D 4533 80 lb 50 lb 112 lb 79 lb 80 lb 50 lb Strength, min. min. min. min. min. min. in machine and x-machine direction 10 Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation 40 Stability 1 2 Table 5: Filtration properties for geotextile for permanent erosion control. 0 3 ASTM Geotextile Property Requirements' Geotextile Test Property Method Class A Class B Class C Apparent D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70 Opening Size max. max. max. Water D 4491 0.7 c se ' min. 0.4 sec' min. 0.2 sec' min. Permittivity 4 5 Table 6: Geotextile for temporary silt fence. 6 Geotextile Property ASTM Geotextile Property Requirements' Test Unsupported Supported Between MethodZ Between Posts Posts with Wire or to Polymeric Mesh Apparent Opening D 4751 U.S. No. 30 max.for slit wovens, U.S. No. 50 Size for all other geotextile types, U.S. No. 100 min. to Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 180 lb min. in 100 lb min. Strength, machine direction, in machine and 100 lb min. x-machine direction in x-machine direction Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 118 Conformed 21 March 2008 err Grab Failure Strain, D 4632 30% max. at 180 lb in machine and or more x-machine direction Ultraviolet(UV) D 4355 70% strength retained min., Radiation Stability after 500 hours in xenon arc device 1 2 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes 3 Table 7: Minimum properties required for geotextile reinforcement used in 4 geosynthetic reinforced slopes and retaining walls. 5 Geotextile Property ASTM Geotextile Property Requirements' Test Woven Nonwoven Method2 Apparent Opening D 4751 U.S. No. 20 max. Size Water Permittivity D 4491 0.02 sec' min. Grab Tensile D 4632 200 lb min. 120 lb min. Strength, in machine and x-machine direction Grab Failure Strain, D 4632 < 50% >50% .r in machine and x-machine direction Seam Breaking D 463234 160 lb min. 100 lb min. to Strength Puncture Resistance D 6241 370 lb min. 220 lb min. Tear Strength, D 4533 63 lb min. 50 lb min. in machine and ++�+� x-machine direction Ultraviolet(UV) D 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., �r after 500 hours in a xenon arc device 6 7 9-33.2(3) Prefabricated Drainage Mat " 8 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a 9 geotextile attached and shall meet the following requirements: 10 11 Table 8: Minimum properties required for prefabricated drainage mats. 12 Geotextile Property ASTM Geotextile Property Requirements' Test Method2 Apparent Opening Size D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec' min. Grab Tensile Strength, D 4632 Nonwoven— 100 lb min. in machine and x-machine direction �r Width D 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength at D 1621 100 psi min. Yield `w In Plan Flow Rate D 4716 Gradient= 0.1, aw Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 119 Conformed 21 March 2008 go Pressure= 5.5 psi 5.0 gal./min./ft. Gradient= 1.0, Pressure = 14.5 psi 15.0 gal/min./ft. 1 2 'All geotextile properties in Tables 1 through 8 are minimum average roll values " 3 (i.e., the test results for any sampled roll in a lot shall meet or exceed the values 4 shown in the table). 5 sir 6 2The test procedures used are essentially in conformance with the most recently 7 approved ASTM geotextile test procedures, except for geotextile sampling and 8 specimen conditioning, which are in accordance with WSDOT Test Methods Tr 9 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for 10 Conditioning of Geotextiles for Testing, respectively. Copies of these test 11 methods are available at the State Materials Laboratory P.O. Box 47365, Olympia, 12 WA 98504-7365. 13 14 3With seam located in the center of 8-inch long specimen oriented parallel to grip 15 faces. 16 17 4Applies only to seams perpendicular to the wall face. 18 19 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile 20 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the 21 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control "' 22 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 23 24 9-33.4 Geosynthetic Material Approval and Acceptance + 25 9-33.4(1) Geosynthetic Material Approval 26 If the geosynthetic source material has not been previously evaluated, or is not listed in 27 the current WSDOT Qualified Products List (QPL), a sample of each proposed tr�r 28 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for 29 evaluation. Geosynthetic material approval will be based on conformance to the 30 applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or „e 31 Special Provisions. After the sample and required information for each geosynthetic 32 type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 33 calendar days will be required for this testing. Source approval shall not be the basis 34 of acceptance of specific lots of material delivered to the Contractor unless the roll 35 numbers of the lot sampled can be clearly identified as the rolls tested and approved in 36 the geosynthetic approval process. 37 38 For geogrid and geotextile products proposed for use in permanent geosynthetic 39 retaining walls or reinforced slopes that are not listed in the current QPL, the 40 Contractor shall submit test information and the calculations used in the determination 41 of Tal performed in accordance with WSDOT Standard Practice T 925, Standard 42 Practice for Determination of Long-Term Strength for Geosynthetic Reinforcement, to 43 the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency 44 will require up to 30 calendar days after receipt of the information to complete the 45 evaluation. 46 47 The Contractor shall submit to the Engineer the following information regarding each 48 geosynthetic material proposed for use:. rrir Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 120 Conformed 21 March 2008 r 2 Manufacturer's name and current address, 3 Full product name, 4 Geosynthetic structure, including fiber/yarn type, 5 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic 6 retaining walls), 7 Proposed geosynthetic use(s), and 8 Certified test results for minimum average roll values. 9 10 9-33.4(2) Vacant 11 12 9-33.4(3) Acceptance Samples 13 When the quantities of geosynthetic materials proposed for use in the following 14 geosynthetic applications are greater than the following amounts, acceptance shall be 15 by satisfactory test report: 16 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic All quantities Retaining Walls 17 18 The samples for acceptance testing shall include the information about each 19 geosynthetic roll to be used as stated in 9-33.4(4). r 20 21 Samples will be randomly taken by the Engineer at the job site to confirm that the 22 geosynthetic meets the property values specified. 23 24 Approval will be based on testing of samples from each lot. A"lot" shall be defined for 25 the purposes of this specification as all geosynthetic rolls within the consignment (i.e., �r 26 all rolls sent the project site) that were produced by the same manufacturer during a 27 continuous period of production at the same manufacturing plant and have the same 28 product name. After the samples have arrived at the State Materials Laboratory in 29 Tumwater, a maximum of 14 calendar days will be required for this testing. 30 31 If the results of the testing show that a geosynthetic lot, as defined, does not meet the 32 properties required for the specified use as indicated in Tables 1 through 8 in Section 33 9-33.2, and additional tables as specified in the Special Provisions, the roll or rolls 34 which were sampled will be rejected. Geogrids and geotextiles for temporary 35 geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the ++� 36 Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining 37 wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and 38 both geotextile and geogrid acceptance testing shall meet the required ultimate tensile aw 39 strength T,lt as provided in the current QPL for the selected product(s). If the selected 40 product(s) are not listed in the current QPL, the result of the testing for Tuft shall be 41 greater than or equal to Tuft as determined from the product data submitted and we 42 approved by the State Materials Laboratory during source material approval. 43 44 Two additional rolls for each roll tested which failed from the lot previously tested will 45 then be selected at random by the Engineer for sampling and retesting. If the retesting 46 shows that any of the additional rolls tested do not meet the required properties, the 47 entire lot will be rejected. If the test results from all the rolls retested meet the required Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 121 Conformed 21 March 2008 rr a 1 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic to 2 that has defects, deterioration, or damage, as determined by the Engineer, will also be 3 rejected. All rejected geosynthetic shall be replaced at no additional expense to the 4 Contracting Agency. 5 6 9-33.4(4) Acceptance by Certificate of Compliance 7 When the quantities of geosynthetic proposed for use in each geosynthetic application 8 are less than or equal to the following amounts, acceptance shall be by Manufacturer's 9 Certificate of Compliance: 10 Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities ft 11 12 The Manufacturer's Certificate of Compliance shall include the following information 13 about each geosynthetic roll to be used: 14 15 Manufacturer's name and current address, 16 Full product name, 17 Geosynthetic structure, including fiber/yarn type, 18 Geosynthetic Polymer type (for all temporary and permanent geosynthetic 19 retaining walls only), 20 Geosynthetic roll number(s), 21 Geosynthetic lot number(s), 22 Proposed geosynthetic use(s), and 23 Certified test results. 24 25 9-33.4(5) Approval of Seams 26 If the geotextile seams are to be sewn in the field, the Contractor shall provide a 27 section of sewn seam that can be sampled by the Engineer before the geotextile is 28 installed. 29 30 The seam sewn for sampling shall be sewn using the same equipment and procedures 31 as will be used to sew the production seams. If production seams will be sewn in both 32 the machine and cross-machine directions, the Contractor must provide sewn seams 33 for sampling which are oriented in both the machine and cross-machine directions. 34 The seams sewn for sampling must be at least 2 yards in length in each geotextile 35 direction. If the seams are sewn in the factory, the Engineer will obtain samples of the 36 factory seam at random from any of the rolls to be used. The seam assembly 37 description shall be submitted by the Contractor to the Engineer and will be included 38 with the seam sample obtained for testing. This description shall include the seam 39 type, stitch type, sewing thread type(s), and stitch density. 40 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 122 Conformed 21 March 2008 dw 1 SECTION 9-34, PAVEMENT MARKING MATERIAL 2 August 6, 2007 3 9-34.2 Paint 4 This section is revised to read: 5 6 White and yellow paint shall comply with the specifications for high volatile organic 7 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC 8 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall be 9 chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 10 595, color 15090 and the tolerance of variation shall match that shown in the FHWA 11 "Highway Blue Color Tolerance Chart." 12 +" 13 9-34.3 Plastic 14 This section is revised to read: 15 d' 16 White and yellow plastic pavement marking materials shall comply with the specifications 17 for: 18 1W 19 Type A— Liquid hot applied thermoplastic 20 Type B — Pre-formed fused thermoplastic 21 Type C—Cold applied pre-formed tape 22 Type D— Liquid cold applied methyl methacrylate 23 24 Blue plastic pavement marking material for "Access Parking Space Symbol with 25 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall ow 26 match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown 27 in the FHWA"Highway Blue Color Tolerance Chart." 28 29 9-34.4 Glass Beads 30 This section is revised to read: 31 32 Glass beads for traffic paint shall conform to AASHTO M 247 and the following: 33 34 Gradation -AASHTO M 247 Type 1 .rr 35 36 Coating - The glass beads shall be coated with a silicone for moisture resistance and 37 a silane to promote adhesion in both waterborne and solvent base traffic paint. The aw 38 presence of the coating is to be verified by WSDOT test method T430. 39 40 Chemical Make-up and Environmental Protection - Glass beads shall not contain go 41 any element in excess of the following established total concentration limits when 42 tested in accordance with the listed test methodology. 43 44 Concentration Limits. ' 45 Element Test Method Max. parts per million m Arsenic *EPA SW846 6010B 20.0 p m Barium *EPA SW846 6010B 100.0 ppm Cadmium *EPA SW846 6010B 1.0 ppm wr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 123 Conformed 21 March 2008 Chromium *EPA SW846 6010B 5.0 ppm rr Lead *EPA SW846 6010B 50.0 ppm Selenium *EPA SW846 6010B 1.0 ppm Silver *EPA SW846 6010B 5.0 ppm Mercury **EPA SW846 7471A 0.2 ppm 1 2 Test Method: * EPA's SW846 6010B, inductively coupled plasma-atomic emissions „p 3 spectrometry (ICP-AES). Reference Concentration Limits. **EPA's Method SW846 4 7471A, cold-vapor absorption method. Reference Concentration Limits. 5 6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 7 August 6, 2007 8 9-35.0 General Requirements 9 The list of items is supplemented with the following: 10 11 Portable Temporary Traffic Control Signal " 12 13 Tall Channelizing Devices 14 15 9-35.2 Construction Signs 16 The first paragraph is supplemented with the following: 17 18 Post mounted Class A construction signs shall conform to the requirements of this section 19 and additionally shall conform to the requirements stated in Section 9-28. 20 21 The second paragraph is revised to read: 22 23 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a 24 minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches. 25 26 The first sentence in the fourth paragraph is revised to read: 27 ` 28 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and 29 any other previously approved sign materials except aluminum is prohibited. Any sign 30 which otherwise meets the requirements of this section and was purchased prior to July 1, 31 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been 32 fabricated with Type VI reflective sheeting. 33 34 This section is supplemented with the following: 35 36 All Class A and Class B signs shall utilize materials and be fabricated in accordance with 37 Section 9-28 and the Washington State Sign Fabrication Manual (M55-05). All regulatory 38 signs having a red background (i.e. Stop, Yield, etc.) shall be fabricated with Type III or IV 39 sign sheeting. All other regulatory information signs (i.e. Speed Limit, Traffic Fines Double 40 in Work Zones, etc) shall have Type II sheeting in rural areas and Type III or IV sheeting in 41 urban areas. All signs having a green background (i.e. Exit arrow, etc.) shall have Type II 42 sheeting for the background and Type III or IV sheeting for the letters, border, and symbols. 43 rrr Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 124 Conformed 21 March 2008 or 1 9-35.5 Portable Changeable Message Signs 2 The second paragraph is supplemented with the following: 3 am 4 9. Primary source of power shall be solar power with a battery backup to provide 5 continuous operation when failure of the primary power source occurs. 6 7 10. The sign controller software shall be NTCIP compliant. to 8 9 9-35.7 Traffic Safety Drums 10 The physical characteristics for Overall Width in the first paragraph are revised to read: 11 12 Overall Width 18-inch minimum regardless of orientation. 13 14 The fourth paragraph is supplemented with the following: 15 16 Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as W 17 described in Section 9-28.12. 18 19 9-35.8 Barrier Drums ,.r 20 The third paragraph is revised to read: 21 22 Barrier drums shall have three 4-inch retro-reflective white bands, (one complete and two 23 partial). Bands shall be fabricated from Type III or Type IV reflective sheeting as described 24 in Section 9-28.12. 25 26 9-35.9 Traffic Cones 27 This section is supplemented with the following: 28 29 Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as 30 described in Section 9-28.12. 31 32 9-35.10 Tubular Markers 33 The second paragraph is revised to read: 34 35 The devices shall be stabilized by affixing them to the pavement by using either weighted 36 bases or adhesive. Adhesive used to glue the device to the pavement shall meet the 37 requirements of Section 9-02.1(8) or 9-26.2. Retroreflective bands shall be fabricated from 38 Type I II or Type IV reflective sheeting as described in Section 9-28.12. 39 40 9-35.12 Truck-Mounted Attenuator 41 The fourth sentence in the first paragraph is revised to read: 42 43 The Contractor shall provide certification that the unit complies with NCHRP 350 Test level 44 3 requirements. 45 46 The fifth sentence in the first paragraph is deleted. 47 48 The second sentence in the third paragraph is revised to read: 49 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 125 Conformed 21 March 2008 err 1 The standard chevron pattern shall consist of 4-inch yellow stripes, alternating non- err 2 reflective black and retro-reflective yellow sheeting, slanted at 45 degrees in an inverted "V" 3 with the "V" at the center of the unit. 4 ,rr 5 Section 9-35 is supplemented with the following new sub-sections: 6 7 9-35.13 Tall Channelizing Devices r 8 Tall channelizing devices shall meet the requirements of the MUTCD Part VI for channelizing 9 devices and shall conform to the following general specifications: 10 11 Fabricated of fade resistant, safety orange color, low-density polyethylene that is resistant 12 to deformation upon impact and meets the requirements of ASTM D 4976 and is UV 13 stabilized. 14 15 42" in height minimum, using a tapered cone type shape of consistent dimensions 16 regardless of orientation to traffic. 17 +rir 18 4" in width minimum at the top and 8" in width minimum at the base, which incorporates a 19 separate ballast that is designed to resist overturning or other movement from wind gusts or 20 other external forces. 21 22 Four retroreflective 6" wide horizontal bands, alternating orange and white beginning 6" 23 from the top of the device. Retroreflective bands shall be fabricated from Type III or Type 24 IV reflective sheeting as described in Section 9-28.12. 25 26 Warning lights are not required unless specifically shown on the traffic control plan but 27 provisions for securely attaching a warning light are required. The method of attachment 28 must ensure that the light does not separate from the device upon impact and light units 29 shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1- 30 10.2(3) 31 32 Devices shall be regularly maintained to ensure that they are clean and the reflective 33 sheeting is in good condition. w 34 35 Except for the specifications and requirements specifically listed above, Tall Channelizing 36 Devices are defined to be Traffic Cones. All non-conflicting contract provisions related to 37 "Cones" shall apply to Tall Channelizing Devices. 38 39 9-35.14 Portable Temporary Traffic Control Signal 40 Portable traffic control signals shall meet the requirements of the MUTCD and the following: 41 42 The portable temporary traffic control signal shall be fully operational for two-phase traffic 43 actuated, pre-timed, or manual control. The portable temporary traffic control signal shall 44 consist of the following major elements: 45 46 Controllers shall demonstrate conflict-monitoring capability, consistent with the 47 requirements of Section 9-29.13(2) item number 5, with a flashing red display in both 48 directions. The portable traffic control signal shall be capable of terminating the movement 49 one (1) or movement two (2) all red clearance, in order to repeat the previous movements 50 operation. 51 Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 126 Conformed 21 March 2008 1 Signal head displays shall be either hard wired or controlled by radio signal. Manual 2 operation will not require hardwiring or radio control except for the use of two-way radio 3 communication by manufacturer trained qualified operators. 4 5 The system shall be equipped with a means of informing the operator of signal indications, 6 such as a light on the back of each signal head that illuminates when the signal displays a 7 red indication, during manual operation. .r 8 9 A vehicle detection system is required. The system shall be capable of operating either as 10 fixed time or traffic actuated controller. The detection system shall provide presence 11 detection (continuous call to the controller)while there is a vehicle in the detection zone. 12 13 Signal supports used with portable traffic control signals shall provide a minimum of two �r 14 signal displays, spaced a minimum of 8 feet apart. When trailer mounted portable traffic 15 signals are used to provide alternating one-way control, a minimum of one of the signal 16 displays shall be suspended over the traveled way. The minimum vertical clearance to the d. 17 traveled way for this signal display is 16.5 feet. Vehicular signal heads shall be of the 18 conventional type with standard ITE approved, 12-inch ball LED display. Tunnel visors 19 shall be provided for all indications. The system shall include a countdown display capable 20 of a 199 second countdown clock for motorist information when there is no direct line of 21 sight between the stop bar locations. 22 23 Back plates shall be furnished and attached to the signal heads. Back plates shall be 24 constructed of 5 inch wide .050 inch thick corrosion resistant louvered aluminum, with a flat 25 black finish. A highly retroreflective strip, 3-in wide, shall be placed around the perimeter of 26 the face of all vehicle signal backplates to project a rectangular image at night towards �wr 27 oncoming traffic. 28 29 Trailers shall have a leveling jack installed at all four corners. The crank for the leveling 30 jacks and trailer hitch shall be locked. The signal pole and mast arm assemblies shall be of 31 the collapsible type, which can be erected and extended at the job site. The mast arm 32 assemblies shall be firmly attached to the trailer to form a stable unit, which can withstand 33 an 80 mph design wind speed with a 1.3 gust factor. 34 35 The portable temporary traffic control signal shall be powered using a self-contained battery 36 system capable of providing over 12 days of continuous operations without solar array 37 assistance. A solar panel array will be allowed. 38 r dw Duvall Avenue NE/Coal Creek Parkway SE Amendments to the Standard Specifications Reconstruction Project 127 Conformed 21 March 2008 M City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Special Provisions 1 SPECIAL PROVISIONS TO THE STANDARD SPECIFICATIONS •r 2 3 DUVALL AVENUE NE/COAL CREEK PARKWAY SE 4 RECONSTRUCTION PROJECT 5 6 TABLE OF CONTENTS 7 8 9 DESCRIPTION OF WORK.........................................................................................................7 10 1-01 DEFINITIONS AND TERMS .............................................................................................7 aw 11 1-01.1 General ..................... ..............7 ............................................................................. 12 1-01.3 Definitions...........................................................................................................7 13 1-02 BID PROCEDURES AND CONDITIONS..........................................................................9 14 1-02.6 Preparation of Proposal......................................................................................9 15 1-02.12 Public Opening of Proposals ......................................................................... 10 16 1-03 AWARD AND EXECUTION OF CONTRACT ................................................................. 10 .. 17 1-03.1 Consideration of Bids....................................................................................... 10 18 1-03.2 Award of Contract............................................................................................. 10 19 1-03.3 Execution of Contract....................................................................................... 10 20 1-04 SCOPE OF WORK ......................................................................................................... 11 21 1-04.2 Coordination of Contract Documents, Plans, Special Provisions 22 Specifications, and Addenda ....................................................................................... 11 23 1-04.3 Contractor-Discovered Discrepancies ............................................................ 11 .. 24 1-04.4 Changes.................................... 25 1-04.8 Progress Estimates and Payments.................................................................. 12 26 1-04.11 Final Cleanup .................................................................................................. 12 27 1-04.12 Hours of Work................................................................................................. 12 28 1-05 CONTROL OF WORK .................................................................................................... 13 29 1-05.4 Conformity With and Deviation from Plans and Stakes................................. 13 30 1-05.7 Removal of Defective and Unauthorized Work............................................... 15 31 1-05.14 Cooperation with Other Contractors ............................................................. 15 32 1-05.18 Contractor's Daily Diary.................................................................................. 17 33 1-06.1 Approval of Materials Prior to Use................................................................... 18 34 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC................................ 18 35 1-07.1 Laws to be Observed........................................................................................ 18 ., 36 1-07.2 State Taxes........................................................................................................ 19 37 1-07.6 Permits and Licenses ........................................:.............................................. 19 38 1-07.15 Temporary Water Pollution/Erosion Control.................................................20 39 1-07.16 Protection and Restoration Of Property........................................................21 40 1-07.17 Utilities and Similar Facilities.........................................................................24 41 1-07.18 Public Liability and Property Damage Insurance..........................................33 42 1-07.22 Use of Explosives ...........................................................................................36 43 1-07.23 Public Convenience And Safety........................................................ 44 1-08 PROSECUTION AND PROGRESS ................................................................................39 45 1-08.0 Preliminary Matters...........................................................................................39 UP 46 1-08.1 Subcontracting..................................................................................................40 47 1-08.2 Assignment .......................................................................................................41 48 1-08.3 Progress Schedule............................................................................................42 49 1-08.4 Prosecution of Work.........................................................................................43 50 1-08.5 Time For Completion ........................................................................................43 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 1 Conformed 21 March 2008 ar .r 1 1-08.6 Suspension of Work .........................................................................................45 2 1-08.9 Liquidated Damages.........................................................................................46 3 1-08.10 Termination of Contract..................................................................................47 4 1-08.11 Contractor's Plant and Equipment.................................................................47 5 1-08.12 Attention to work.............................................................................................47 6 1-09 MEASUREMENT AND PAYMENT.................................................................................47 7 1-09.1 Measurement of Quantities..............................................................................47 8 1-09.3 Scope of Payment.................................................... ................................49 9 1-09.6 Force Account...................................................................................................49 10 1 09.7 Mobilization .......................................................................................................49 11 1-09.9 Payments........................................................................................................... 52 .. 12 1-10 TEMPORARY TRAFFIC CONTROL...............................................................................53 13 1-10.1 General ..............................................................................................................53 14 1-10.3 Flagging, Signs, and All Other Traffic Control Devices..................................55 15 1-10.4 Measurement..................................................................................................... 57 16 1-10.5 Payment.............................................................................................................57 17 1-11 RENTON SURVEYING STANDARDS (NEW SECTION)................................................58 18 1-11.2 Materials ............................................................................................................62 19 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP.................................................63 20 2-01.1 Description........................................................................................................63 21 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 22 2-01.1 Description........................................................................................................64 23 2-01.2 Disposal of Usable Material and Debris ..........................................................64 24 2-01.5 Payment.............................................................................................................64 25 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS....................................................65 26 2-02.3 Construction Requirements.............................................................................65 27 2-02.4 Measurement.....................................................................................................66 .. 28 2-02.5 Payment.............................................................................................................66 29 2-03 ROADWAY EXCAVATION AND EMBANKMENT..........................................................67 30 2-03.3 Construction Requirements.............................................................................67 31 2-03.4 Measurement.....................................................................................................68 32 2-03.5 Payment.............................................................................................................69 33 2-04 HAUL..............................................................................................................................69 r 34 2-04.5 Payment.............................................................................................................69 35 2-06 SUBGRADE PREPARATION.........................................................................................70 36 2-06.5 Measurement and Payment..............................................................................70 37 2-09 STRUCTURE EXCAVATION ......................70 .................................................................... 38 2-09.1 Description........................................................................................................70 39 2-09.4 Measurement.....................................................................................................70 40 2-09.5 Payment.............................................................................................................71 .. 41 2-14 MODULAR BLOCK WALL.............................................................................................72 42 2-14.1 Description........................................................................................................72 43 2-14.2 Materials............................................................................................................72 �► 44 2-14.3 Construction Requirements.............................................................................73 45 2-14.4 Measurement.....................................................................................................74 46 2-14.5 Payment.............................................................................................................75 47 5-04 HOT MIX ASPHALT .......................................................................................................76 48 5-04.1 Description........................................................................................................76 49 5-04.2 Materials............................................................................................................76 50 5-04.3 Construction Requirements.............................................................................76 51 5-04.4 Measurement.....................................................................................................78 90 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 2 Conformed 21 March 2008 f 1 5-04.5 Payment.............................................................................................................79 2 5-05 CEMENT CONCRETE PAVEMENT................................................................................81 3 5-05.4 Measurement.....................................................................................................82 4 5-05.5 Payment..............................................................................................................83 5 6-02 CONCRETE STRUCTRUES...........................................................................................84 6 6-02.3 Construction Requirements.............................................................................84 7 6-02.5 Payment.............................................................................................................86 8 6-06 BRIDGE RAILINGS ........................................................................................................87 9 6-06.1 Description........................................................................................................87 10 6-06.3 Construction Requirements.............................................................................87 11 6-06.4 Measurement.....................................................................................................87 12 6-06.5 Payment.............................................................................................................87 13 6-07 PAINTING.......................................................................................................................87 ,.. 14 6-10 CONCRETE BARRIER...................................................................................................90 15 6-10.1 Description........................................................................................................90 16 6-10.4 Measurement.....................................................................................................90 .. 17 6-10.5 Payment.............................................................................................................90 18 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS...............................................97 19 6-16.5 Payment.............................................................................................................99 20 6-17 PERMANENT GROUND ANCHORS..............................................................................99 ' 21 6-17.1 Materials 22 7-01 DRAINS ........................................................................................................................ 104 23 7-01.2 Materials.......................................................................................................... 104 24 7-01.3 Construction Requirements ................................................ 104 25 7-01.4 Measurement................................................................................................... 104 26 7-04 STORM SEWERS......................................................................................................... 105 27 7-04.1 Description...................................................................................................... 105 28 7-04.2 Materials.......................................................................................................... 105 29 7-04.4 Measurement................................................................................................... 105 aw 30 7-04.5 Payment........................................................................................................... 106 31 7-05 MANHOLES, INLETS, AND CATCH BASINS.............................................................. 106 32 7-05.2 Materials .......................................................................................................... 106 33 7-05.3 Construction Requirements........................................................................... 107 34 7-05.3 Construction Requirements........................................................................... 107 35 7-05.4 Measurement................................................................................................... 110 36 7-05.5 Payment........................................................................................................... 111 37 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 112 ................................................... 38 7-08.2 Materials.......................................................................................................... 112 39 7-08.3(4) Plugging Existing Pipe............................................................................... 115 40 7-08.4 Measurement................................................................................................... 116 41 7-08.5 Payment........................................................................................................... 116 42 7-09 PIPE AND FITTINGS FOR WATER MAINS ................................................................. 117 43 7-09.4 Measurement................................................................................................... 123 44 7-09.5 Payment........................................................................................................... 123 45 7-10 WATER SERVICE LINE AND WATER METER RELOCATION AND REPLACEMENT125 46 7-10.1 Description...................................................................................................... 125 47 7-10.3 Materials.......................................................................................................... 125 48 7-10.3 Construction Requirements........................................................................... 125 ., 49 7-10.4 Measurement................................................................................................... 126 50 7-10.5 Payment........................................................................................................... 126 51 7-12 VALVES FOR WATER MAINS..................................................................................... 127 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 3 Conformed 21 March 2008 �r s 1 7-12.4 Measurement................................................................................................... 127 2 7-12.5 Payment........................................................................................................... 127 3 7-14 HYDRANTS.................................................................................................................. 128 4 7-14.5 Payment........................................................................................................... 129 5 7-17 SANITARY SEWERS ................................................................................................... 129 6 7-17.2 Materials .......................................................................................................... 129 7 7-17.4 Measurement................................................................................................:.. 130 8 7-17.5 Payment.................... .................................... 130 ................................................... 9 7-20 STORMWATER VAULTS.............................................................................................. 131 10 7-20.1 Description...................................................................................................... 131 11 7-20.2 Materials .......................................................................................................... 131 .. 12 7-20.3 Construction Requirements........................................................................... 132 13 7-20.4 Measurement................................................................................................... 132 14 7-20.5 Payment........................................................................................................... 132 .r 15 8-02 ROADSIDE RESTORATION ........................................................................................ 133 16 8-02.1 Description...................................................................................................... 133 17 8-02.3 Construction Requirements........................................................................... 133 18 8-02.4 Measurement................................................................................................... 139 19 8-02.5 Payment........................................................................................................... 139 20 8-03 IRRIGATION SYSTEM ................................................................................................. 140 21 8-03.1 Description...................................................................................................... 140 22 8-03.2 Materials.......................................................................................................... 140 23 8-03.3 Construction Requirements........................................................................... 140 24 8-03.4 Measurement................................................................................................... 142 25 8-03.5 Payment........................................................................................................... 142 26 8-04 CURBS, GUTTERS, AND SPILLWAYS ....................................................................... 142 27 8-04.3 Construction Requirements........................................................................... 142 28 8-04.4 Measurement................................................................................................... 142 29 8-04.5 Payment........................................................................................................... 143 30 8-09 RAISED PAVEMENT MARKERS................................................................................. 143 31 8-09.1 Description...................................................................................................... 143 32 8-09.5 Payment........................................................................................................... 143 33 8-11 BEAM GUARDRAIL..................................................................................................... 143 34 8-11.2 Materials.......................................................................................................... 143 35 8-11.4 Measurement................................................................................................... 144 36 8-12 CHAIN LINK FENCE AND WIRE FENCE..................................................................... 144 37 8-12.2 Materials ..................................... 144 ..................................................................... 38 8-12.3 Construction Requirements........................................................................... 144 39 8-12.4 Measurement................................................................................................... 144 40 8-12.5 Payment........................................................................................................... 144 41 8-13 MONUMENT CASES.................................................................................................... 145 42 8-13.1 Description...................................................................................................... 145 43 8-13.3 Construction Requirements........................................................................... 145 .• 44 8-13.4 Measurement................................................................................................... 145 45 8-13.5 Payment........................................................................................................... 145 46 8-14 CEMENT CONCRETE SIDEWALKS............................................................................ 145 47 8-14.2 Materials .......................................................................................................... 145 48 8-14.4 Measurement................................................................................................... 146 49 8-14.5 Payment........................................................................................................... 147 50 8-17 IMPACT ATTENUATOR SYSTEMS ............................................................................. 147 51 8-17.5 Payment........................................................................................................... 147 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 4 Conformed 21 March 2008 ,.. 1 8-18 MAILBOX SUPPORT................................................................................................... 148 2 8-18.1 Description....................................................................................................... 148 3 8-18.3 Construction Requirements........................................................................... 149 4 8-18.5 Payment........................................................................................................... 149 w. 5 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL .......................... 150 6 8-20.2 Materials .......................................................................................................... 150 7 8 20.4 Measurement................................................................................................... 160 8 8 20.5 Payment........................................................................................................... 161 9 8-23 TEMPORARY PAVEMENT MARKINGS ...................................................................... 161 10 8-23.5 Payment........................................................................................................... 161 +� 11 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING ............................... 161 12 8-24.3 Construction Requirements........................................................................... 161 13 8-24.4 Measurement................................................................................................... 163 .► 14 8-24.5 Payment........................................................................................................... 163 15 8-30 WOOD FENCE .............................................................................................................. 163 16 8-30.1 Description...................................................................................................... 163 ., 17 8-30.4 Measurement................................................................................................... 163 18 8-30.5 Payment........................................................................................................... 163 19 8-31 FRANCHISE AERIAL UTILITY CONVERSION (NEW SECTION)................................ 164 20 8-31.1 Description...................................................................................................... 164 21 8-31.2 Materials .......................................................................................................... 165 22 8-31.3 Construction Requirements........................................................................... 167 23 8-31.4 Measurement................................................................................................... 171 24 8-31.5 Payment........................................................................................................... 172 25 9-03 AGGREGATES............................................................................................................. 175 26 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS........................................ 176 27 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) .......................................................... 176 28 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ........................................................ 176 29 9-05.14 ABS Composite Sewer Pipe......................................................................... 177 ,w 30 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe...................................................... 178 31 9-06 STRUCTURAL STEEL AND RELATED MATERIALS.................................................. 178 32 9-08 PAINTS......................................................................................................................... 179 33 9-08.8 Manhole Coating System Products ............................................................... 179 34 9-14 EROSION CONTROL AND ROADSIDE PLANTING.................................................... 180 35 9-14.7 Stakes, Guys, Wrapping, and Root Control .................................................. 181 36 9-15.3 Automatic Controllers..................................................................................... 182 37 9-15.5 Valve Boxes and Protection Sleeves 182 ............................................................. 38 9-15.8 Quick Coupling Equipment............................................................................ 183 39 9-15.11 Cross-Connection Control Devices ............................................................. 184 40 9-15.15 Flow Control Valves...................................................................................... 184 41 9-15.17 Electrical Wire and Splices........................................................................... 185 42 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES............................................. 185 43 9-23.9 Fly Ash (RC) .................................................................................................... 185 44 9-29 ILLUMINATION, SIGNALS, ELECTRICAL................................................................... 185 45 9-29.1 Conduit (RC).................................................................................................... 185 .. 46 9-29.2 Junction Boxes (RC)....................................................................................... 186 47 9-29.3 Conductors, Cable.......................................................................................... 186 48 9-29.9 Ballast, Transformers ..................................................................................... 187 49 9-29.10 Luminaires..................................................................................................... 187 50 9-29.11(2) Photoelectric Controls ............................................................................. 187 51 9-29.17 Signal Head Mounting Brackets and Fittings..............................................221 MW Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 5 Conformed 21 March 2008 rr 1 9-29.19 Pedestrian Pushbuttons..............................................................................228 2 9-29.23 Traffic Signal Battery Backup System (Bbs)..............................................228 3 9-29.24 Service Cabinets..........................................................................................231 4 9-29.25 Amplifier, Transformer, and Terminal Cabinets.........................................231 5 9-30 WATER DISTRIBUTION MATERIALS .........................................................................232 6 9-30.5 Hydrants ..........................................................................................................233 7 8 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 6 Conformed 21 March 2008 1 SPECIAL PROVISIONS 2 3' DIVISION 1 4 GENERAL REQUIREMENTS 5 6 DESCRIPTION OF WORK 7 8 This Contract defines the reconstruction of Duvall Avenue NE/Coal Creek Parkway SE and 9 other work, including grading, planning, asphalt paving, asphalt overlay, concrete sidewalks, 10 lane striping, retaining walls, traffic signs, and relocating and installing luminaires, relocating and 11 installing water meters, hydrants, the installation of a joint utility trend and utility vaults, and the 12 installation or replacement of the stormwater and upgrade of the sanitary sewer system, all in 13 accordance with the attached Contract Plans, these Special Provisions, and the Standard 14 Specifications 2006. 15 16 1-01 DEFINITIONS AND TERMS 17 18 1-01.1 General 19 Section 1-01.1 is supplemented with: 21 Whenever reference is made to the State, Commission, Department of Transportation, 22 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be 23 deemed to mean the City of Renton acting through its City Council, employees, and duly 24 authorized representatives for all Contracts administered by the City of Renton. 25 26 1-01.3 Definitions 27 Section 1-01.3 is revised and supplemented by the following: 28 (******) 29 30 Act of God 31 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of 32 nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity 33 for the specific locality of the work, which might reasonably have been anticipated from 34 historical records of the general locality of the work, shall not be construed as an act of 35 God. 36 37 City 38 The City of Renton 39 40 Consulting Engineer 41 The Contracting Agency's design consultant, BERGER/ABAM Engineers Inc. 42 - 43 Contract Price 44 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, 45 or in properly executed change orders. 46 47 Day 48 Unless otherwise designated, day(s) as used in the Contract Documents, shall be 49 understood to mean working days. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 7 Conformed 21 March 2008 1 Engineer 2 The City Engineer or duly authorized representative who is a currently licensed 3 registered engineer in the State of Washington, or an authorized member of a licensed 4 consulting firm retained by Owner for the construction engineering of a specific public 5 works project. 6 7 Inspector 8 Contracting Agency's authorized representative assigned to make necessary 9 observations of the work performed or being performed, or of materials furnished or 10 being furnished by Contractor. 11 12 Or Equal 13 Where the term "or equal" is used herein, the Contracting Agency, or the Contracting 14 Agency on recommendation of the engineer, shall be the sole judge of the quality and 15 suitability of the proposed substitution. 16 17 The responsibility and cost of furnishing necessary evidence, demonstrations, or other 18 information required to obtain the approval of alternative materials or processes by the 19 Owner shall be entirely borne by the Contractor. 20 21 Owner 22 The City of Renton or its authorized representative also referred to as Contracting 23 Agency. 24 25 Performance and Payment Bond 26 Same as "Contract Bond" defined in the Standard Specifications. 27 28 Plans 29 The Contract plans and/or standard plans and/or Duvall project plans which show 30 location, character, and dimensions of prescribed work including layouts, profiles, cross- 31 sections, and other details. Drawings may either be bound in the same book as the 32 balance of the Contract Documents or bound in separate sets, and are a part of the 33 Contract Documents, regardless of the method of binding. The terms "Standard 34 Drawings" or"Standard Details," or Duvall Project Plans generally used in specifications 35 refers to drawings bound either with the specification documents or included with the 36 Plans or the City of Renton Standard Plans or WSDOT/APWA Standard Plans or PSE 37 Construction Standards. 38 39 Points 40 Wherever reference is made to Engineer's points, this shall mean all marks, bench 41 marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining 42 horizontal and vertical control of the work. 43 44 Provide 45 Means "furnish and install" as specified and shown in the Plans. 46 47 Secretary, Secretary of Transportation 48 The chief executive officer of the Department and other authorized representatives. The 49 chief executive officer to the Department shall also refer to the Department of 50 Planning/Building/Public Works Administrator. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 8 Conformed 21 March 2008 1 Shop Drawings 2 Same as "working Drawings" defined in the Standard Specifications. 3 4 Special Provisions 5 Modifications to the standard specifications and supplemental specifications that apply to 6 an individual project. The special provisions may describe work the specifications do not 7 cover. Such work shall comply first with the special provisions and then with any - 8 specifications that apply. The Contractor shall include all costs of doing this work within 9 the bid prices. 10 11 State 12 The state of Washington acting through its representatives. The State shall also refer to 13 The City of Renton and its authorized representatives where applicable. 14 15 Supplemental Drawings and Instructions 16 Additional instructions by Engineer at request of Contractor by means of drawings or 17 documents necessary, in the opinion of Engineer, for the proper execution of the work. 18 Such drawings and instructions are consistent with the Contract Documents. 19 20 Utility 21 Public or private fixed improvement for the transportation of fluids, gases, power, 22 signals, or communications and shall be understood to include tracks, overhead and 23 underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 24 25 1-02 BID PROCEDURES AND CONDITIONS 26 - 27 1-02.6 Preparation of Proposal 28 The third paragraph is revised as follows: 29 (******) 30 All prices shall be in legible figures written in ink or typed. The proposal shall include: 31 32 1. A unit price for each item (omitting digits more than two places to the right of the 33 decimal point). 34 35 1-02.6(1) is a new section. 37 1-02.6(1) Proprietary Information 38 Vendors should, in the bid proposal, identify clearly any material(s) which constitute 39 "(valuable) formula, designs drawings, and research data" so as to be exempt from 40 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, 41 along with a Statement of the basis for such claim of exemption. The Department (or 42 State)will give notice to the vendor of any request for disclosure of such information 43 received within 5 (five) years from the date of submission. Failure to so label such 44 materials or failure to timely respond after notice of request for public disclosure has 45 been given shall be deemed a waiver by the submitting vendor of any claim that such 46 materials are, in fact, so exempt., 47 48 With the exception of the "Furnish and Setup Temporary Office Building for Engineer" 49 bid item, all bid items for Schedules A (RENTON ROADWAY) and C (RENTON UTILITY 50 UG) in the Schedule of Prices and Summary of Quantities are for Work to be done south 51 of the Renton City Limits line between Northeast 23rd and Northeast 24th Streets at Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 9 Conformed 21 March 2008 1 approximately B Station 201+33, and all bid items for Schedules B (KING COUNTY 2 ROADWAY) and D (KING COUNTY UTILITY UG) in the Schedule of Prices and 3 Summary of Quantities are for work to be done north of the Renton City Limits line 4 between Northeast 23rd and Northeast 24th Streets at approximately B Station 201+33. 5 Bid items for Schedules D (WATER MAIN EXTENSION) and E (SAN. SEWER 6 EXTENSION) in the Schedule of Prices and Summary of Quantities are for work related 7 to extending the sanitary sewer and water main extensions respectively to be done on 8 either side of the Renton City Limits line between Northeast 23rd and Northeast 24th 9 Streets at approximately B Station 201+33. 10 11 1-02.12 Public Opening of Proposals 12 Section 1-02.12 is supplemented with the following: 13 (*.k****) 14 The Contracting Agency reserves the right to postpone the date and time for bid opening. 15 Notification to bidder will be by addenda. 16 17 1-03 AWARD AND EXECUTION OF CONTRACT 18 19 1-03.1 Consideration of Bids 20 Section 1-03.1 is supplemented with the following: 21 (******) 22 All bids will be based on total sum of all schedules of prices. The Contracting Agency reserves 23 the right however to award all or any schedule of a bid to the lowest responsible bidder at its 24 discretion. 25 26 1-03.2 Award of Contract 27 Section 1-03.2 is supplemented with the following: 28 (******) 29 The Contract, bond form, and all other forms requiring execution, together with a list of all other 30 forms or documents required to be submitted by the successful bidder, will be forwarded to the 31 successful bidder within 10 days of the award. The number of copies to be executed by the 32 Contractor shall be determined by the Contracting Agency. 33 34 1-03.3 Execution of Contract 35 Section 1-03.3 is revised and supplemented as follows: 36 (******) 37 Within 10 calendar days after receipt from the City of the forms and documents required to be 38 completed by the Contractor, the successful bidder shall return the signed Contracting Agency- 39 prepared Contract, an insurance certification as required by Section 1-07.18, and a satisfactory 40 bond as required by law and Section 1-03.4. Before execution of the Contract by the 41 Contracting Agency, the successful bidder shall provide any pre-award information the 42 Contracting Agency may require under Section 1-02.15. 43 44 Until the Contracting Agency executes a Contract, no proposal shall bind the Contracting 45 Agency nor shall any work begin within the project limits or within Contracting Agency-furnished 46 sites. The Contractor shall bear all risks for any work begun outside such areas and for any 47 materials ordered before the Contract is executed by the Contracting Agency. 48 49 If the bidder experiences circumstances beyond their control that prevents return of the Contract 50 documents within 10 calendar days after the award date, the Contracting Agency may grant up Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 10 Conformed 21 March 2008 1 to a maximum of 10 additional calendar days for return of the documents, provided the 2 Contracting Agency deems the circumstances warrant it. 3 4 The Contracting Agency is prohibited by RCW 39.06.010 from executing a Contract with a 5 Contractor who is not registered or licensed as required by the laws of the state. In addition, the 6 Contracting Agency requires persons doing business with the Contracting Agency to possess a 7 valid City of Renton business license prior to award. 8 9 When the Bid Form provides spaces for a business license number, a Washington State 10 contractors registration number, or both the Bidder shall insert such information in the spaces 11 provided. The Contracting Agency requires legible copies of the Contractor's Registration and 12 business license be submitted to the Engineer as part of the Contracting Agency's post-award 13 information and evaluation activities. 14 15 1-04 SCOPE OF WORK 16 - 17 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, 18 and Addenda 19 Revise the second paragraph to read: 20 (......) 21 Any inconsistency in the parts of the Contract shall be resolved by following this order of 22 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 23 24 1. Addenda 25 2. Proposal Form 26 3. Special Provisions 27 4. Contract Plans 28 5. Duvall Project Plans 29 6. Amendments to the Standard Specifications - 30 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal 31 Construction 32 8. City of Renton Standard Plans 33 9. King County Standard Plans (if any) 34 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 35 11. Puget Sound Energy (PSE) Trench/Duct/Vault Construction Standards 36 37 In the event of any conflict between City of Renton and King County standards, the City of 38 Renton standards shall take precedence. 39 40 Section 1-04.3 is a new section: 41 (.k*****) 42 1-04.3 Contractor-Discovered Discrepancies -- 43 Upon receipt of award of Contract, Contractor shall carefully study and compare all the 44 components of the Contract Documents and other instructions, and check and verify all field 45 measurements. Contractor shall, prior to ordering material or performing work, report in writing 46 to Engineer any error, inconsistency, or omission in respect to design or mode of construction, 47 which is discovered. If Contractor, in the course of this study or in the accomplishment of the 48 work, finds any discrepancy between the Plans and the physical condition of the locality as 49 represented in the Plans, or any such errors or omissions in respect to design or mode of 50 construction in the Plans or in the layout as given by points and instructions, it shall be 51 Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 11 Conformed 21 March 2008 1 the same. Any work done after such discovery, until correction of Plans or authorization of extra 2 work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If 3 extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard 4 Specifications. 5 6 1-04.4 Changes 7 The last two paragraphs are replaced with the following: 8 (******) 9 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will 10 evaluate such proposals by the Contractor on a case-by-case basis. 11 12 1-04.8 Progress Estimates and Payments 13 Section 1-04.8 is supplemented as follows: 14 (******) 15 The Contractor is encouraged to provide to the Engineer prior to progress payments an 16 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions 17 shall be final in regard to the actual percentage of any lump sum pay item accomplished and 18 eligible for payment unless another specific method of calculating lump sum payments is 19 provided elsewhere in the specifications. 20 21 The Contractor shall show in his progress payment application the amount of that payment that 22 is attributed to Schedules A to F, as shown on the Summary of Quantities plan sheet. See 23 Section 1-09.9. 24 25 1-04.11 Final Cleanup 26 Section 1-04.11 is supplemented as follows: 27 (******) 28 All salvage material as noted on the plans and taken from any of the discarded facilities shall, at 29 the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost 30 incurred in salvaging and delivering such items shall be considered incidental to the project and 31 no compensation will be made. 32 33 The Contract price for "Finish and Cleanup, lump sum," For Schedules A and B shall be full 34 compensation for all work, equipment and materials required to perform final cleanup. If this 35 pay item does not appear in the Contract documents then final clean up shall be considered 36 incidental to the Contract and to other pay item and no further compensation shall be made. 37 38 1-04.12 Hours of Work 39 This new section is added as follows: 40 41 General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 8:00 p.m. The 42 hours of work may be changed at the discretion of the Engineer when it is in the interest of the 43 public or the Contractor due to reasons of safety, health and welfare and must be approved in 44 writing prior to the start of work. The Contractor shall give a minimum of 48 hours notice to the 45 Contracting Agency prior to work on any roadway and shall do no work on the roadway without 46 a traffic control plan approved by the City Transportation Division. 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 12 Conformed 21 March 2008 1 1-05 CONTROL OF WORK .� 2 3 1-05.4 Conformity With and Deviation from Plans and Stakes 4 Section 1-05.4 is supplemented with the following: 5 (******) 6 If the project calls for Contractor supplied surveying, the Contractor shall provide all required 7 survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and w 8 elsewhere in these specifications as being provided by the Engineer. All costs for this survey 9 work shall be included in "Contractor Supplied Surveying," per lump sum. 10 11 The Engineer or Contractor supplied surveyor will provide construction stakes and marks 12 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such 13 work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, 14 elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor 15 furnished stakes and marks. 16 17 The.Contractor shall provide a work site which has been prepared to permit construction staking 18 to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor 19 supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow 20 the Engineer or Contractor supplied surveyor adequate time for setting stakes. 21 22 The Contractor shall carefully preserve stakes, marks, and other reference points, including 23 existing monumentation, set by Contracting Agency forces. The Contractor will be charged for 24 the costs of replacing stakes, markers and monumentation that were not to be disturbed but 25 were destroyed or damaged by the Contractor's operations. This charge will be deducted from 26 monies due or to become due to the Contractor. 27 28 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction 29 work allegedly due to error in the Engineer's line and grade, will not be allowed unless the 30 original control points set by the Engineer still exist, or unless other satisfactory substantiating 31 evidence to prove the error is furnished the Engineer. Three consecutive points set on line or 32 grade shall be the minimum points used to determine any variation from a straight line or grade. 33 Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such 34 report the Contractor shall be liable for any error in alignment or grade. 35 36 The Contractor shall provide all surveys. All survey work shall be done in accordance with 37 Section 1-11 SURVEYING STANDARDS of these specifications. 38 39 The Contractor shall keep updated survey field notes in a standard field book and in a format 40 set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work 41 performed by the Contractor's surveyor in establishing line, grade and slopes for the 42 construction work. Copies of these field notes shall be provided the Engineer upon request and 43 upon completion of the Contract work the field book or books shall be submitted to the Engineer 44 and become the property of the Contracting Agency. 45 46 If the survey work provided by the Contractor does not meet the standards of the Engineer, then 47 the Contractor shall, upon the Engineer's written request, remove the individual or individuals 48 doing the survey work and the survey work will be completed by the Engineer at the 49 Contractor's expense. Costs for completing the survey work required by the Engineer will be 50 deducted from monies due or to become due the Contractor. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 13 Conformed 21 March 2008 1 All costs for survey work required to be performed by the Contractor shall be included in the 2 prices bid for the various items which comprise the improvement or be included in the bid item 3 for "Contractor Supplied Surveying" per lump sum if that item is included in the Contracts. 4 5 Section 1-05.4(3) is a new section: 7 1-05.4(3) Contractor Supplied Surveying 8 When the Contract provides for Contractor supplied surveying, the Contractor shall 9 supply the survey work required for the project. The Contractor shall retain as a part of 10 the Contractor Organization an experienced team of surveyors under the direct 11 supervision of a professional land surveyor licensed by the State of Washington. All 12 survey work shall be done in accordance with Sections 1-05.4 and 1-11. 13 14 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, 15 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor 16 from constructing the project in a manner satisfactory to the Engineer. All errors, 17 discrepancies, and omissions must be corrected to the satisfaction of the Engineer 18 before the survey work may be continued. 19 20 The Contractor shall coordinate his work with the Surveyor and perform his operations in 21 a manner to protect all survey stakes from harm. The Contractor shall inform the 22 Surveyor of the Contractor's intent to remove any survey stakes and/or points before 23 physically removing them. 24 25 The surveyor shall be responsible for maintaining As-Built records for the project. The 26 Contractor shall coordinate his operations and assist the Surveyor in maintaining 27 accurate As-Built records for the project. 28 29 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these 30 plans and specifications, accurate As-Built records and other work the Engineer deems 31 necessary, the Engineer may elect to provide at Contractor expense, a surveyor to 32 provide all As-Built records and other work as directed by the Engineer. The Engineer 33 shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed 34 to the Contractor. 35 36 Payment per Section 1-04.1 for the work and materials required for the full and complete 37 survey work required to complete the project and as-built drawings shall be included in 38 the lump sum price for "Contractor Supplied Surveying." 39 40 Section 1-05.4(4) is a new section: 42 1-05.4(4) Contractor Provided As-Built Information 43 It shall be the Contractor's responsibility to record the location prior to the backfilling of 44 the trenches, by centerline station, offset, and depth below pavement, of all existing 45 utilities uncovered or crossed during his work as covered under this project. 46 47 It shall be the Contractor's responsibility to have his surveyor locate by centerline 48 station, offset and elevation each major item of work done under this Contract per the 49 survey standard of Section 1-11. Major items of work shall include but not be limited to: 50 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 14 Conformed 21 March 2008 - 1 boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in 2 Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. 3 4 After the completion of the work covered by this Contract, the Contractor's surveyor shall 5 provide to the City the hard covered field book(s) containing the as-built notes and one 6 set of white prints of the project drawings upon which he has plotted the notes of the 7 Contractor locating existing utilities, and one set of white prints of the project drawings 8 upon which he has plotted the as-built location of the new work as he recorded in the 9 field book(s). This drawing shall bear the surveyors seal and signature certifying its 10 accuracy. - 11 12 All costs for as-built work shall be included in the Contract item "Contractor Supplied 13 Surveying," lump sum. 14 15 1-05.7 Removal of Defective and Unauthorized Work 16 Section 1-05.7 is supplemented as follows: 17 (**.k*.k.k) 18 Contractor shall promptly replace and reexecute work by Contractor forces, in accordance with 19 the intent of the Contract and without expense to Owner, and shall bear the expense of making 20 good all work of other contractors destroyed or damaged by such removal or replacement. 21 22 If Contractor does not remove such condemned work and materials and commence reexecution 23 of the work within seven calendar days of notice from Engineer, Owner may correct the same as - 24 provided in the Standard Specifications. In that case, Owner may store removed material. 25 26 If Contractor does not pay the cost of such removal and storage within 10 calendar days from 27 the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 28 10 calendar days' written notice, sell such materials at public or private sale, and deduct all 29 costs and expenses incurred from moneys due to Contractor, including costs of sale, and 30 accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. 31 Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise 32 due Contractor. 33 34 1-05.11(3) Operational Testing 35 Section 1-05.11(3) is supplemented as follows: 37 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a 38 minimum of three working days' notice of the time for each test and inspection. If the 39 inspection is by another authority than Engineer, Contractor shall give Engineer a 40 minimum of three working days' notice of the date fixed for such inspection. Required 41 certificates of inspection by other authority than Engineer shall be secured by 42 Contractor. -- 43 44 1-05.14 Cooperation with Other Contractors 45 Section 1-05.14 is supplemented as follows: 46 (******) 47 Contractor shall afford Owner and other contractors working in the area reasonable opportunity 48 for the introduction and storage of their materials and the execution of their respective work and 49 shall properly connect and coordinate Contractor's work with theirs. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 15 Conformed 21 March 2008 1 The City of Newcastle's Coal Creek Parkway SE project (north of Station B 216+75) will be 2 under construction within the time frame of this contract. The Contractor shall coordinate and 3 cooperate with Newcastle's Contractor. The Contractor for the City of Newcastle Coal Creek 4 Parkway— Phase 3 project is utilizing an area where the access road off across from Southeast 5 95th Way will be constructed as part of this project. See Duvall Project Plan CR001. Access to 6 the pond area for construction will be as shown in this Duvall Project plan. Access to construct 7 the access road will be coordinated with the City of Newcastle, their contractor, the City of 8 Renton, and this Contractor. The Contractor shall maintain at least a well-maintained crushed 9 surfacing top course road from Coal Creek Parkway to past the driveway for residences. The 10 Contractor shall not block this driveway entrance. All labor, material, and equipment used for 11 construction and maintenance of the driveway and access road is incidental to the bid item 12 "Mobilization." 13 14 Other utilities, districts, agencies, and their contractors who may be working within the project 15 area are: 16 17 1. Puget Sound Energy (gas and electric) 18 2. AT&T Broadband 19 3. Qwest Communications 20 4. City of Renton (water, sewer, transportation) 21 5. Private contractors employed by adjacent property owners 22 6. Comcast Cable 23 7. 360 Network 24 8. King County (transportation, surface water) 25 9. Coal Creek Utility District 26 27 The Contractor shall coordinate and cooperate with these entities and their contractors. 28 29 The Contractor shall coordinate with City of Renton before tying into any existing electrical 30 service cabinet. 31 32 Section 1.05.14(1) is a new section: 33 (******) 34 1-05.14(1) Notifications Relative to Contractor's Activities 35 Contractor shall notify the Engineer, in the manner described below, prior to 36 commencement of the work, and submit to the Engineer: 37 38 1. The name(s) of the construction superintendent in responsible charge, and other 39 individuals having full authority to execute the orders or directions of Engineer, in 40 the event of an emergency. 41 2. The time of the commencement and completion of work. 42 3. Names of streets or locations of alleys to be closed. 43 4. Schedule of operations. 44 5. Routes of detours where possible. 45 6. Planned utility shutdown times and locations. 46 7. Construction staging. 47 48 Notification shall be written, with a copy delivered to Engineer five (5) days prior to the 49 commencement of work on the project. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 16 Conformed 21 March 2008 1 Contractor must notify the Engineer, in writing, of all changes to any of the above items 2 during the project. 3 4 Contractor shall notify all property owners at least three (3) working days prior to any 5 work that will affect access to the property owner's property including, but not limited to, 6 construction/reconstruction of the property owner' driveway, or removal/construction in 7 front of the property owner's property. The Engineer will be provided a written record of 8 this notification. Failure to provide this notice to property owners or Engineer will 9 preclude the Contractor from working in this area until three (3) work days notice has 10 been provided. All costs ant time delays due to this lack of notice will be borne by the 11 Contractor. 12 13 Section 1-05.18 is a new section: 14 (**.k....) 15 1-05.18 Contractor's Daily Diary 16 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of 17 this work. This Diary will be created by pen entries in a hard-bound diary book of the type that 18 is commonly available through commercial outlets. The Diary must contain the Project and 19 Number; if the Diary is in loose-leaf form, this information must appear on every page. The 20 Diary must be kept and maintained by Contractor's designated project superintendent(s). 21 Entries must be made on a daily basis and must accurately represent all of the project activities 22 on each day. 23 24 At a minimum, the diary shall show on a daily basis: 25 26 1. The day and date. 27 2. The weather conditions, including changes throughout the day. 28 3. A complete description of work accomplished during the day with adequate 29 references to the Plans and Contract Provisions so that the reader can easily and 30 accurately identify said work in the Plans. Identify location/description of 31 photographs or videos taken that day. 32 4. An entry for each and every changed condition, dispute or potential dispute, 33 incident, accident, or occurrence of any nature whatsoever which might affect 34 Contractor, Owner, or any third party in any manner. 35 5. Listing of any materials received and stored on- or off-site by Contractor for future 36 installation, to include the manner of storage and protection of the same. 37 6. Listing of materials installed during each day. 38 7. List of all subcontractors working on-site during each day. 39 8. Listing of the number of Contractor's employees working during each day by 40 category of employment. 41 9. Listing of Contractor's equipment working on the site during each day. Idle 42 equipment on the site shall be listed and designated as idle. 43 10. Notations to explain inspections, testing, stake-out, and all other services 44 furnished by Owner or other party during each day. 45 11. Entries to verify the daily (including non-work days) inspection and maintenance of 46 traffic control devices and condition of the traveled roadway surfaces. Contractor 47 shall not allow any conditions to develop that would be hazardous to the public. 48 12. Any other information that serves to give an accurate and complete record of the 49 nature, quantity, and quality of Contractor's progress on each day. 50 13. Plan markups showing locations and dimensions of constructed features to be 51 used by Engineer to produce record drawings. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 17 Conformed 21 March 2008 1 14. All pages of the diary must be numbered consecutively with no omissions in page 2 numbers. 3 15. Each page must be signed and dated by Contractor's official representative on the 4 project. 5 6 Contractor may use additional sheets separate from the diary book if necessary to provide a 7 complete diary record, but they must be signed, dated, and labeled with project name and 8 number. 9 10 It is expressly agreed between Contractor and Owner that the Daily Diary maintained by 11 Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any 12 potential claims or disputes that might arise during this Contract. Failure of Contractor to 13 maintain this Diary in the manner described above will constitute a waiver of any such claims or 14 disputes by Contractor. 15 16 Engineer or other Owner's representative on the job site will also complete a Daily Construction 17 Report. 18 19 1-06.1 Approval of Materials Prior to Use 20 Section 1-06.1 is supplemented as follows: 21 (..k.k... .) 22 The materials and equipment lists submitted to Engineer at the Preconstruction Conference 23 shall include the quantity, manufacturer and model number, if applicable, of materials and 24 equipment to be installed under the Contract. This list will be checked by Engineer as to 25 conformity with the Contract Documents. Engineer will review the lists within 10 working days, 26 noting required corrections. Contractor shall make required corrections and file 2 corrected 27 copies with Engineer within one week after receipt of required corrections. Engineer's review 28 and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the 29 intended purpose, or for deviations from the Contract Documents. 30 31 1-06.2(1) Samples and Tests for Acceptance 32 Section 1-06.2(1) is supplemented a follows: 33 (******) 34 The finished work shall be in accordance with approved samples. Approval of samples 35 by Engineer does not relieve Contractor of responsibility for performance of the work in 36 accordance with the Contract Documents. 37 38 1-06.2(2) Statistical Evaluation of Materials for Acceptance 39 Section 1-06.02(2) is supplemented by adding the following: 41 Unless stated otherwise in the special provisions, statistical evaluation will not be used 42 by the City of Renton. 43 44 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 45 46 1-07.1 Laws to be Observed 47 Section 1-07.1 is supplemented as follows: 48 (******) 49 Contractor shall erect and properly maintain, at all times, as required by the conditions and 50 progress of the work, all necessary safeguards for protection of workers and the public; shall 51 post danger signs warning against known or unusual hazards; and shall designate as Safety Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 18 Conformed 21 March 2008 1 Supervisor a responsible employee on the construction site whose duty shall be the 2 enforcement of safety. The name and position of such person so designated shall be reported 3 in writing to Engineer by Contractor. 4 x 5 Contractor shall, at all times, enforce strict discipline and good order among all employees and 6 shall not employ any person unfit or not skilled in the work assigned to him/her. 7 8 Necessary sanitation conveniences for the use of the workers on the job, properly secluded 9 from public observation, shall be provided and maintained by Contractor. 10 11 1-07.2 State Taxes 12 Section 1-07.2 is supplemented with the following: 13 14 (March 13, 1995) 15 The work on this Contract is to be performed upon lands whose ownership obligates the 16 Contractor to pay State sales tax on portions of the project work and obligates the 17 Contractor to collect State sales tax from the Contracting Agency on other portions of the 18 project as follows: 19 20 1. The provisions of Section 1-07.2(1) apply to the following listed portions of the 21 project: 22 23 All work for Schedules A and B as shown on the Schedule of Prices and on 24 Summary of Quantities plan sheet. 25 26 2. The provisions of Section 1-07.2(2) apply to the following listed portions of the 27 project: 28 29 All work for Schedules C, D, E, and F as shown on the Schedule of Prices and on 30 Summary of Quantities plan sheet. 31 32 33 For bidding purposes, the Contracting Agency has separated the plan quantities that are 34 affected by Section 1-07.2(1)from those quantities affected by Section 1-07.2(2) in bid 35 schedules and on the Summary of Quantities Contract Plan Sheet 36 37 1-07.6 Permits and Licenses 38 Section 1-07.6 is supplemented as follows: 39 (......) 40 The permits, easements, and right of entry documents that have been acquired are available for 41 inspection and review. 42. 43 Contractor shall be required to comply with all conditions of the permits, easements, and rights 44 of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims 45 on all easements and rights of entry. 46 47 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall 48 comply with the special provisions and requirements of each. 49 50 Permits, permission under franchises, licenses and bonds of a temporary nature necessary for 51 and during the prosecution of the work, and inspection fees in connection therewith shall be Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 19 Conformed 21 March 2008 1 secured and paid for by Contractor. If Owner is required to secure such permits, permission 2 under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby 3 shall be charged against Contractor and deducted from any funds otherwise due Contractor. 4 5 (March 13, 1995) 6 No hydraulic permits are required for this project unless the Contractor's operations use, divert, 7 obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of 8 the State or materials from gravel or sand bars, or from stream beds. 9 10 1-07.9(5) Required Documents 11 Delete the first sentence of the third paragraph, and replace it with the following: 12 (......) 13 Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and 14 lower tier subcontractors, regardless of project's funding source. 15 16 1-07.13(1) General 17 Section 1-07.13(1) is supplemented as follows: 18 (.... ..k) 19 During unfavorable weather and other conditions, the Contractor shall pursue only such portions 20 of the work as shall not be damaged thereby. 21 22 No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable 23 conditions shall be constructed while these conditions exist, unless by special means or 24 precautions acceptable to the engineer, the Contractor shall be able to overcome them. 25 26 1-07.15 Temporary Water Pollution/Erosion Control 27 Section 1-07.15 is supplemented as follows: 28 (****..k) 29 Description 30 The Contractor shall prepare and submit a Stormwater Pollution Prevention Plan (SWPPP) prior 31 to the start of construction. The SWPPP shall comply with the requirements of current 32 Washington State Department of Ecology Stormwater management manual for Western 33 Washington and the current City of Renton and King County stormwater management 34 standards. 35 36 As a minimum, this plan shall include required erosion control measures shown in the 37 Temporary Erosion and Sedimentation Control Plan drawings; temporary stormwater pollution 38 prevention measures of placing and periodically cleaning filter fabric over storm drainage 39 structures during construction, placing straw bales, plastic sheeting, and providing temporary 40 stormwater pollution measures before the detention pond and detention vaults are in place and 41 functioning. 42 43 The Contractor shall conduct his operations at all times as prescribed in the referenced 44 standards and in the approved SWPPP. 45 46 The contractor shall be solely responsible for any damages, fines, or delays incurred as a result 47 of Contractor actions in implementing storm and erosion control measures. 48 49 The Contractor shall also prepare and submit a Notice of Intent (NOI) Application Form to the 50 Washington State Department of Ecology (DOE) for a Construction Stormwater General Permit. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 20 Conformed 21 March 2008 1 The Contractor shall pay for and include in his bid price costs for placing public notices in the 2 newspaper and application fee costs to DOE for the Notice of Intent (NO[)Application Form. 3 4 The City will provide information to the Contractor for preparing this form. Permission from DOE 5 to utilize permit coverage must be granted prior to start of construction. 6 7 The City has allowed 30 working days for the Contractor to obtain this permission from DOE. 8 The City will provide a draft public notice to be placed in a single newspaper of general 9 circulation in King County and a filled-in Notice of Intent (NOI) Application Form, Sections II, V, 10 VII, and VIII (for DOE) to the Contractor on the Notice to Proceed date. Within three working 11 days after receipt of notice to proceed, the Contractor shall arrange to place this public notice at 12 least once a week for two consecutive weeks with seven days in between publications and shall 13 submit a completed application form to DOE. If acquiring this permission from DOE takes 14 longer than 30 working days due to no fault of the Contractor, the time to physical completion 15 and the contract time will be increased on a day-to-day basis. 16 17 Payment 18 "SWPPP" per lump sum will be full pay for developing and constructing stormwater pollution 19 prevention measures in accordance with prescribed standards and the approved SWPPP, and 20 for preparing, submitting, and securing permission from DOE to utilize construction stormwater 21 general permit coverage for the project. 22 23 "Erosion/Water Pollution Control," per Force Account will be for work outside of the above work 24 as directed by the Engineer. 25 26 1-07.16 Protection and Restoration Of Property 27 1-07.16(1) Private/Public Property 28 Section 1-07.16(1) is supplemented by adding the following: 30 Private property such as plants, shrubs, trees, fences, and rockeries within the work 31 area shall be removed and restored to the satisfaction of the property owner. It shall be 32 the Contractor's responsibility to notify each property owner when it is necessary to 33 remove such improvements to facilitate the Contractor's progress, and to remove those 34 improvements to locations requested by the property owner or to restore them to near 35 original location in as near original condition as possible. 36 37 For the purpose of this Contract, all property not within the Right of Way, including 38 property owned by the City of Renton, shall be considered private property. 39 40 The Contractor shall notify all property owners along the construction area, by mail, prior 41 to the start of construction. Names and addresses will be furnished by the Owner. The 42 Contractor shall further notify each occupancy in person a minimum of three days prior 43 to construction adjacent to each property. See Section 1-05.14(1). 44 45 The Contracting Agency will obtain all easements and franchises required for the project. 46 The Contractor shall limit his operation to the areas obtained and shall not trespass on 47 private property. 48 49 Prior to commencing work, the Contractor shall place an orange construction fence 50 along the right-of-way and/or easements identified in the Plans to clearly identify the Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 21 Conformed 21 March 2008 1 limits of the Contractor's work area. These fences shall be maintained for the duration of 2 the construction contract. 3 4 License to Construct (LTCs) driveways [or Approval to Reconstruct Driveways (ARDS)], 5 luminaire poles/luminaire pole foundations, walls, sidewalks, drainage structures, and 6 other appurtenances have been acquired by the Contracting Agency. Copies of these 7 documents will be on file with the Contracting Agency. Prior to commencing work on 8 private property, the Contractor shall install an orange fence along the limits of the 9 exhibits attached to the LTCs and/or ARDs to clearly define the limits of the Contractor's 10 work area. This fence shall be maintained until all work on that parcel has been 11 completed upon which the orange fence shall be immediately removed. 12 13 The Contracting Agency may provide certain lands, as indicated in connection with the 14 work under the Contract together with the right of access to such lands. The Contractor 15 shall not unreasonably encumber the premises with his equipment or materials. 16 17 The Contractor shall provide, with no liability to the Contracting Agency, any additional 18 land and access thereto not shown or described that may be required for temporary 19 construction facilities or storage of materials. He shall construct all access roads, detour 20 roads, or other temporary work as required by his operations. The Contractor shall 21 confine his equipment, storage of material, and operation of his workers to those areas 22 shown and described and such additional areas as he may provide. 23 24 A. General. All construction work under this Contract on easements, right-of-way, 25 over private property or franchise, shall be confined to the limits of such 26 easements, right-of-way or franchise. All work shall be accomplished so as to 27 cause the least amount of disturbance and a minimum amount of damage. The 28 Contractor shall schedule his work so that trenches across easements shall not 29 be left open during weekends or holidays and trenches shall not be open for more 30 than 48 hours. 31 32 B. Structures. The Contractor shall remove such existing structures as may be 33 necessary for the performance of the work and, if required, shall rebuild the 34 structures thus removed in as good a condition as found. He shall also repair all 35 existing structures which may be damaged as a result of the work under this 36 Contract. 37 38 C. Easements. Cultivated areas and other surface improvements. All cultivated 39 areas, either agricultural or lawns, and other surface improvements which are 40 damaged by actions of the Contractor shall be restored as nearly as possible to 41 their original condition. 42 43 Prior to excavation on an easement or private right-of-way, the Contractor shall 44 strip top soil from the trench or construction area and stockpile it in such a 45 manner that it may be replaced by him, upon completion of construction. 46 Ornamental trees and shrubbery shall be carefully removed with the earth 47 surrounding their roots wrapped in burlap and replanted in their original positions 48 within 48 hours. 49 50 All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor 51 with material of equal quality at no additional cost to the Contracting Agency. In Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 22 Conformed 21 March 2008 1 the event that it is necessary to trench through any lawn area, the sod shall be 2 carefully cut and rolled and replaced after the trenches have been backfilled. 3 The lawn area shall be cleaned by sweeping or other means, of all earth and 4 debris. 5 6 The Contractor shall use rubber wheel equipment similar to the small tractor-type 7 backhoes used by side sewer contractors for all work, including excavation and 8 backfill, on easements or rights-of- way which have lawn areas. All fences, 9 markers, mail boxes, or other temporary obstacles shall be removed by the 10 Contractor and immediately replaced, after the trench is backfilled, in their 11 original position. The Contractor shall notify the Contracting Agency and 12 property Owner at least 24 hours in advance of any work done on easements or 13 rights-of-way. 14 15 Damage to existing structures outside of easement areas that may result from 16 dewatering and/or other construction activity under this Contract shall be restored 17 to their original condition or better. The original condition shall be established by 18 photographs taken and/or inspection made prior to construction. All such work 19 shall be done to the satisfaction of the property Owners and the Contracting 20 Agency at the expense of the Contractor. 21 22 D. Streets. The Contractor will assume all responsibility of restoration of the surface 23 of all streets (traveled ways) used by him if damaged. 24 25 In the event the Contractor does not have labor or material immediately available to make 26 necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting 27 Agency will make the necessary repairs and the cost of such repairs shall be paid by the 28 Contractor. 29 30 The Contractor is responsible for identifying and documenting any damage that is pre-existing 31 or caused by others. Restoration of excavation in City streets shall be done in accordance with 32 the City of Renton Trench Restoration Requirements, which is available at the Public works 33 Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady 34 Way. 35 36 1-07.16(2) Vegetation Protection and Restoration 37 Section 1-07.16(2) is supplemented by adding the following: 38 (*****) 39 All lawn within the area to be disturbed by the Contractor's operations shall be cut with a 40 sod-cutting machine, removed and disposed. The disturbed lawn area shall be restored 41 with sod, after trench is backfilled and compacted. The restoration of the disturbed lawn 42 area shall be performed under the following guidelines: 43 44 A. Topsoil shall be placed at a depth of 3 inches. 45 46 B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a 47 smooth even grade without low areas to trap water and hand compacted, all as 48 approved by the Engineer. 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 23 Conformed 21 March 2008 1 C. Sod strips shall be placed within 48 hours of being cut. Placement shall be 2 without voids and shall have the end joints staggered. The sod shall be rolled 3 with a smooth roller following placement. 4 5 D. Barriers shall be erected, with warning signs where necessary, to preclude 6 pedestrian traffic from access to the newly placed lawn during the establishment 7 period. 8 9 E. The watering schedule of all newly laid sod shall be four times a week for three 10 weeks. The watering shall be such duration as to soak the replaced sod 11 thoroughly and promote good root growth. 12 13 F. Such removal, complete restoration and maintenance of the lawn shall be 14 considered incidental to other items of work and no further compensation shall be 15 made. 16 17 (December 6, 2004) 18 1-07.17 Utilities and Similar Facilities 19 Section 1-07.17 is supplemented by adding: 20 (******) 21 Existing utilities indicated in the Plans have been plotted from the information available to 22 Engineer. Information and data shown or indicated in the Contract Documents with respect to 23 existing underground utilities or services at or contiguous to the project site are based on 24 information and data furnished to Owner and Engineer by owners of such underground facilities 25 or others, and Owner and Engineer do not assume responsibility for the accuracy or 26 completeness thereof. It is to be understood that other aboveground or underground facilities 27 not shown in the Plans may be encountered during the course of the work. 28 29 As shown in the table on the following pages, certain existing utility crossing locations with the 30 new storm drain have been potholed to determine the vertical locations of the existing utility. At 31 locations noted in this table by shading, existing water lines will be relocated beneath the storm 32 sewer as shown in the standard details. 33 34 The Contractor shall arrange for Puget Sound Energy to support existing poles that are needed 35 to remain in service to serve PSE customers with canes or boom trucks where the clear 36 distance between the nearest sides of trench excavations to install new underground utilities 37 and the nearest sides of the poles is less than 3.0 feet. Locations where this is expected to 38 occur are shown by shading in the table on the following pages. Alternative means to 39 temporarily support these poles may be utilized as approved by the Engineer. The pole number 40 in these tables is for identification purposes only; PSE has a different pole identification/ 41 numbering system. 42 43 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously 44 marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their 45 location to be determined by the Engineer or utility personnel under adverse conditions, 46 (inclement weather or darkness). 47 48 Where underground main distribution conduits, such as water, gas, sewer, electric power, or 49 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall 50 assume that every property parcel will be served by a service connection for each type of utility. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 24 Conformed 21 March 2008 1 Contractor shall check with the utility companies concerning any possible conflict prior to 2 commencing excavation in any area. Contractor shall resolve all crossing and clearance 3 problems with the utility company concerned. No excavation shall begin until all known 4 facilities, in the vicinity of the excavation area, have been located and marked. 5 6 In addition to Contractor having all utilities field marked before starting work, Contractor shall 7 have all utilities field marked after they are relocated in conjunction with this project. 8 9 Call Before You Dig 10 The 48 Hour Locators 11 1-800-424-5555 12 13 At least 2 and not more than 10 working days prior to commencing any excavations for utility 14 potholing or for any other purpose under this Contract, Contractor shall notify the Underground 15 Utilities Location Center by telephone of the planned excavation and progress schedule. 16 Contractor is also warned that there may be utilities on the project that are not part of the One 17 Call system. They must be contacted directly by Contractor for locations. 18 19 Contractor shall make arrangements 48 hours in advance with respective utility owners to have 20 a representative present when their utility is exposed or modified, if the utility chooses to do so. 21 22 Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted 23 or relocated by the appropriate utility company unless otherwise noted in the Plans. These n 24 adjustments may be completed before Contractor begins work, or may be performed in 25 conjunction with the Contract work. Contractor shall be entirely responsible for coordination 26 with the utility companies and arranging for the movement or adjustment, either temporary or 27 permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special 28 Provisions. 29 30 If or when utility conflicts occur, Contractor shall continue the construction process on other 31 aspects of the project whenever possible. No additional compensation will be made to 32 Contractor for reason of delay caused by the actions of any utility company and the Contractor 33 shall consider such costs to be incidental to the other items in the Contract. The Contractor shall 34 provide written notification to the Engineer whenever an adjustment to the new sewer line 35 location or grade is known to be required in order to avoid conflicts. 36 37 Locations and dimensions shown in the plans for existing buried facilities that were not potholed 38 by the City are in accordance with available information obtained without uncovering, 39 measuring, or other verification. The Contractor shall be responsible for determining their exact 40 location. If the Contractor elects to pothole utilities not previously potholed by the City, the 41 Contractor shall arrange to do this potholing a sufficient time in advance of his construction 42 efforts for pipe excavation, removal, and laying operation to allow adjustments to be made as 43 necessary to avoid conflicts. These arrangements shall include time for review and approval of 44 the potholing by the Engineer. 45 46 The following addresses and telephone numbers of public and franchise utilities and public 47 services are supplied for the Contractor's convenience. 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 25 Conformed 21 March 2008 Utility Elevations at Crossings with New Storm Drain Pipes L +� d d E ca C -p _C. p N y d V C FL 'C CL d 0 a) N O C FO U Z Q' t C. 0. C1 00 0 0 L O C C 4: n. V C C ._ J E E 0 j Q y C 0 C C C > C U Cn O O C y W N C O C ++ L Q Q M r U CC n O V) W W N N Cn V O E 0. W Q ` O O J fn to N W 179+40.59 storm #1 416.75 Water 14 86 SD4-2 24 409.61 ABOVE -0.25 offset= 14.89 utility 180+35.09: Sanitary storm #2 offset= -0.07 418.03 Sewer 12 135 SD4-25 12 404.26 BELOW 0.87 utility 180+48.04: storm #3 offset= -33.33 417.53 Water 8 39 SD3-21 12 415.04 ABOVE 0.45 utility offset = 0.9 0. storm #4 180+49. 9 9 418.19 Water 8 54 SD4-25 12 404.26 BELOW 8.04 utility 182+39.44: Tele- storm #5 offset= 24.32 419'29 phone 4 35 SD4-15 12 415.74 BELOW -0.78 utility 183+87.92: storm #6 offset = 14.54 420.59 Water 14 57 SD5-26 12 414.8 BELOW -1.21 utility 184+04.80 storm #7 offset = 18.73 420.68 Water 10 50 SD5-31 18 412 BELOW 2.00 utility storm #8 184+18.85:offset = 14.14 420.78 Water 14 58 SD5-13 12 412.72 BELOW 0.87 utility storm #9 184+05.71 :offset =48.70 420.07 Water 10 45 SD5-27 12 416.54 ABOVE -0.15 utility storm #10 184+99.77 :offset= 15.46 421.37 Water 14 80 SD5-9 12 417.65 ABOVE 2.61 utility 185+50.13 : storm #11 offset =-29.78 421.39 Water 10 59 SD5-15 12 418.80 ABOVE 1.15 utility 185+50.56 : storm #12 offset =4.12 421.95 Water 10 62 SD5-24 18 418.35 BELOW -0.74 utility storm #13 186+44.20 :offset= 14.68 422.33 Water 14 59 SD5-14 12 419.3 ABOVE 1.55 utility Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 26 Conformed 21 March 2008 Utility Elevations at Crossings with New Storm Drain Pipes E .. O N N R O y A O_ O y E �- t1 Q d 7 d N w C Q O C �+ r_�'. V Z _Q' t C. a. C7 J ( -_ C O (L U =) C c y c O R n c0 «+ O C =O _ = Z > N 7 O O U _ O Z >, . O W O m U ca - O fn X L j tin G� :+ .0+ E E V 10 IL LU X N c� O E � W O O J w N W 187+25.44 : storm #14 offset= 14.17 423.02 Water 14 55 SD5-25 12 418.83 ABOVE -0.16 utility 187+88.95 : storm #15 offset= 13.87 423.64 Water 14 55 SD5-23 12 419.96 ABOVE 0.48 utility 189+52.93 : storm #16 offset= 14.42 424.73 Water 14 56 SD6-4 12 421.25 ABOVE 0.76 utility 190+59.64 : storm #17 offset= 1.95 425.78 Water 10 65 SD6-12 12 421.64 ABOVE 0.57 utility 190+65.00 : storm #18 offset= 50.13 425.63 Water 10 65 SD6-20 8 423.00 ABOVE 2.38 utility 191+07.11 storm #19 offset= 14.84 425.74 Water 14 50 SD6-13 12 422.60 ABOVE 0.60 utility 192+25.74 : storm #20 offset= 14.88 426.48 Water 14 55 SD6-19 12 423.35 ABOVE 1.04 utility 193+61.88 : storm #21 offset = 14.16 426.95 Water 14 42 SD7-7 12 424.55 ABOVE 0.68 utility storm offset= 14. #22 196+01.06 14.11 426.26 Water 14 42 SD7-9 12 424.02 ABOVE 0.78 utility 197+23.64 : storm #23 offset= 2.16 425.84 Water 10 40 SD7-16 18 419.92 BELOW -0.42 utility 197+40.69 : storm #24 offset = 14.55 425.3 Water 14 39 SD8-1 12 422.93 ABOVE 0.28 utility offset= 14.67 storm #25 198+33.77 ' 424.78 Water 14 43 NA NA NA BELOW NA 14 utility 199+49.91 : storm #26 offset= 14.53 424.22 Water 14 38 SD8-10 12 421.45 ABOVE -0.09 utility Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 27 Conformed 21 March 2008 Utility Elevations at Crossings with New Storm Drain Pipes `m m E c�a m 4- N ° d c ;, •a m o FL M o = w. t°- z a CL o. a� W° n w ° - _J E > U' c do ccoZ O 0 U vi O " L-a N N U J E W � N ch (n N W 199+96.36 : storm #27 offset=-2.08 424.18 Water 10 42 SD8-8 18 418.19 BELOW 1.51 utility 199+96.91: storm #28 offset= -33.76 424.08 Water 10 44 SD8-28 8 421.80 ABOVE 1.10 utility 199+93.9 : storm #29 offset = -66.72 424.34 Water 10 47 SD8-15 12 421.43 ABOVE 0.42 utility 200+50.14 : storm #30 offset= 14.58 423.55 Water 12 44 SD8-31 12 416.83 BELOW 1.38 utility 200+90.52 : storm #31 offset= 15.06 423.31 Water 12 37.5 SD8-21 12 420.32 ABOVE -0.35 utility 201+02.40 storm #32 offset = 14.97 423.15 Water 12 36 SD8-33 12 418.09 BELOW 0.38 utility storm #33 202+39'39 'offset= 14.53 422.86 Water 12 26 SD9-1 12 419.19 BELOW -0.51 utility 202+98.87 : storm #34 offset= 6.10 422.53 Water 8 36 SD8-32 18 415.55 BELOW 3.56 utility 203+02.90 : storm #35 offset= 14.18 422.65 Water 12 35 SD9-7 12 424.02 ABOVE 3.89 utility 202+96.16 : storm #36 offset = -73.0 422.45 Water 8 48 SD9-4 18 421.00 ABOVE 2.10 utility 204+11.08 : storm #37 offset= 14.73 421.84 Water 12 34 SD9-10 12 416.25 BELOW 2.05 utility 204+18.61 : storm #38 offset = 15.40 421.72 Water 12 37.5 SD9-11 18 417.98 BELOW -1.64 utility Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 28 Conformed 21 March 2008 Power Pole Clearance from Proposed Utilities = c _d >, d L y a) 0 CL a o C o w o N J - N L y O .a c ;? H v in a) a ti UJ Notes CL N 0 d -J 47 E ~ a1 CL c U 0. y y 0 N C L N . f`9 d y A V J d Q N R C N � CD V Q U H ft in ft ft ft 1 180+49.00 Water 4.2 12 3.50 4.79 1.91 YES Water to the SOUTH of pole offset=-68.76 P 2 182+82.64 Storm 3.4 12 3.50 4.04 1.19 YES SD to the WEST of pole offset=-28.31 2 182+82.64 Storm 3.2 12 3.50 10.03 0.91 YES SD to the EAST of pole offset=-28.31 2 182+97.69 Sanitary 15.2 8 3.17 2.46 13.08 SS service connection to the offset=-28.30 Sewer NORTH of pole 3 184+18.11 Storm 3.5 12 3.50 3.72 1.23 YES SD to the WEST of pole offset=-28.27 4 186+31.12: Storm 13.3 12 3.50 3.15 11.04 - offset=25.62 SD to the NORTH of pole 188+74.30: Joint 5 offset=31.00 Utility 6.5 - - - 4.00 - Utility Trench EAST of Pole Trench 6 192+05.41: Storm 8.3 12 3.50 3.77 6.03 - SD to the NORTH of pole offset=-39.69 192+05.41: Joint 6 offset=-39.69 Utility 4.0 - - - 1.50 YES Utility Trench NORTH of Pole Trench 192+10.68: Catch Offset CB 2 ft,4.21 ft clear to 7 offset=39.71 Basin 8.5 CB - 5.00 4.71 outside of pole, CB to the NW of pole 192+10.68: Joint 7 offset=39.71 Utility 3.2 - - - 0.70 YES Utility Trench NORTH of Pole Trench 8 192+55.68: Water 21.0 12 3.50 5.50 18.71 - New water meter to the north offset=40.20 192+55.68: Joint 8 offset=40.20 Utility 3.7 - 1.20 YES Utility Trench WEST of Pole Trench 9 197+23.02: Water 4.7 12 3.50 5.49 2.43 YES Water to the WEST of pole offset=24.68 9 197+23.02: Storm 7.1 12 3.50 3.53 4.82 - SD to the EAST of pole offset=24.68 10 198+31.60: Storm 1.8 12 3.50 6.15 -0.46 YES SD to the NORTH of pole offset=25.79 10 198+32.35'offset=34.80 Storm 9.0 12 3.50 3.54 6.74 - SD to the EAST of pole 10 198+31'31 . Water 5.8 12 3.50 5.50 3.54 - Water to the WEST of pole offset=20.00 11 200+04.02: Water 6.2 12 3.50 5.53 3.90 - Water to the WEST of pole offset=26.14 11 200+04.02: Storm 5.8 12 3.50 3.69 3.51 - SD to the EAST of pole offset=26.14 12 201+39'29' Water 6.1 12 3.50 5.40 3.81 - Water to the WEST of pole offset=26.04 12 201+39'29. Storm 5.7 18 3.75 3.87 3.33 - SD to the EAST of pole offset=26.04 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 29 Conformed 21 March 2008 Power Pole Clearance from Proposed Utilities O L C y CL o o D ° w d a p c L O # C O _ d H L C 0 ZM �, g ° � - N a d ` � Notes O 2 N U � N amp F- L W a CL vU CL E d « c m o w c L N a Q c CD CL ft (in) ft ft ft 13 201+37.46. NONE - - _ _ _ NO UTILITIES WITHIN 30 offset=-24.33 FEET 14 203+18.62: Storm 14.2 18 3.75 2.89 11.78 - SD to the NORTH of pole offset=-29.19 15 204+20.75: Water 6.4 12 3.50 5.50 4.19 Water to the WEST of pole offset=26.44 15 204+20.75: Storm 3.1 18 3.75 4.38 0.71 YES SD to the SOUTH of pole offset=26.44 204+20.75: Catch Offset CB 2ft, 1.45ft clear to 15 offset=26.44 Basin 6.4 CB - 8.04 1.45 YES outside of pole, CB to the SOUTHEAST of pole 16 206+00.88: Storm 3.1 12 3.50 8.55 0.88 YES SD to the SOUTH of pole offset=-18.00 206+00.88: Joint Utility Trench at Same 16 offset=-18.00 Utility 0.0 - - 0.00 YES Location as Pole Trench 206+68.87: Joint 17 offset=41.02 Utility 4.5 1.52 YES Utility Trench to the East Trench 18 208+79.15: NONE - - - No Utilities Within 30 feet offset=57.37 19 211+52.38: NONE - - - No Utilities Within 20 feet offset=0.11 20 214+35.69: Storm 12.1 12 3.50 1.35 9.81 - SD to the WEST of pole offset=-20.11 21 214+35.69: Water 13.7 12 3.50 5.47 11.47 - Water to the EAST of pole offset=-20.11 21 215+88.30: NONE - - - - - - No Utilities Within 30 feet offset=106.07 22 217+07.20: NONE - - - - - No Utilities Within 30 feet offset=-72.49 23 219+42.00: NONE - - - - No Utilities Within 30 feet offset=-43.51 "Per Std Spec 2-09.4,all pipe's trench width shall be 12inch+ID for underdrains,30 inch+ ID for pipes 15 inch and under, 18 inch+ 1.5'ID for pipes 18 inch and over. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 30 Conformed 21 March 2008 w 1 2 City of Renton 49 City of Renton 3 Fire Department 50 Water Maintenance 4 1055 South Grady Way 51 1055 South Grady Way 5 Renton, Washington 98057 52 Renton, Washington 98057 6 Attn: Bob Van Horne 53 Attn: Ray Sled, Water Maint Mngr 7 Telephone: 425/430-7022 54 Telephone: 425/430-7400 8 55 9 City of Renton 56 206/345-4055 Underground Utilities 10 Utility Maintenance 57 Location Center 11 1055 South Grady Way 58 ("One-Call" Center) 12 Renton, Washington 98057 59 1-800-424-5555[GJ1] 13 Attn: Mike Stenhouse, Maint Svcs Dir 60 14 George Stahl, Maint Svcs Supv 61 Metro/Bus 15 Telephone: 425/430-7400 62 1270 Sixth Avenue South, MS-QS 16 63 Seattle, Washington 98134 17 City of Renton 64 Telephone: 206/684-2732 18 Police Department 65 Attn: Patt Comstock 19 1055 South Grady Way 66 Richard Garcia: 206/684-2785 20 Renton, Washington 98057 67 Jim Kost: 206/685-2785 21 Attn: Kevin Milosevich, Chief 68 22 Telephone: 425/430-7503 69 Qwest Communications 23 Attn: Sherry Smith, Admin, Secretary 70 23315 — 66th Avenue South 24 Telephone: 425/430-7507 71 Kent, Washington 98032 25 72 Attn: Melanie Wheeler 26 City of Renton 73 Telephone: 206/345-4055 27 Wastewater Maintenance 74 28 1055 South Grady Way 75 King County 29 Renton, Washington 98057 76 201 South Jackson Street 30 Attn: Rich Marshall, Wastewater Special 77 MS: KSC-TR-0231 31 Projects Manager 78 Seattle, WA 98104 32 Telephone: 425/430-7400 79 Attn: Earl Fisher 33 80 Telephone: 206/296-6576 34 AT&T Broadband 81 35 20811 - 84th Avenue South, Suite 101 82 King County 36 Kent, Washington 98032 83 201 South Jackson Street 37 Attn: Mike Martos 84 MS: KSC-NR-0600 38 Telephone: 206/396-6405 85 Seattle, WA 98104 39 86 Attn: Mark Wilgus 40 Puget Sound Energy - Gas/Power 87 Telephone: 206/263-6324 41 P.O. Box 90868, MS-XRD-01 W 88 42 Bellevue, Washington 98009-0868 89 Comcast Cable 43 Attn: Cody Olson 90 4020 Auburn Way, North 44 Telephone: 425/462-3351 91 Auburn, WA 98002 45 92 Attn: Bill Walker 46 206/992-3315 93 Telephone: 206/255-6975 47 94 48 95 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 31 Conformed 21 March 2008 1 Coal Creek Utility District 6 2 6801 — 132nd Place SE 7 360 Network 3 Newcastle, WA 98059-1415 8 Attn: Will Dronen 4 Attn: Larry Jones 9 Telephone: 206/920-0248 5 Telephone: 425/235-9200 10 11 12 Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, 13 replace, or construct their facilities unless otherwise provided for in the Plans or these Special 14 Provisions. Such adjustment, relocation, replacement, or construction will be done during the 15 prosecution of the work for this project. The Contractor shall coordinate his work with their work 16 at no cost to the Contracting Agency. 17 18 Utility Potholing 19 Potholing is included as a bid item for use in determining the location of existing utilities 20 not potholed by the City in advance of the Contractor's operations. The Contractor shall 21 submit any potholing request to the Engineer for approval, at least two working days 22 before potholing is scheduled. Additionally, the Contractor shall provide potholing at 23 Engineer's request. 24 25 In no way shall the work described under Utility Potholing relieve Contractor of any of the 26 responsibilities described in Section 1-07.17 of the Standard Specifications and Special 27 Provisions, and elsewhere in the Contract Documents. 28 29 Payment 30 Payment will be made at the discretion of Engineer, for the following bid item(s) in 31 accordance with Section 1-09.6 of the Standard Specifications and these Special 32 Provisions: 33 34 "Utility Potholing," Force Account 35 "Resolution of Utility Conflicts," Force Account 36 37 Section 1-07.17(1) is a new section: 38 (******) 39 1-07.17(1) Interruption of Services 40 Whenever in the course of the construction operation it becomes necessary to cause an 41 outage of utilities, it shall be Contractor's responsibility to notify the affected users and 42 Engineer not less than 48 hours in advance of such outage. Contractor shall make 43 reasonable effort to minimize the duration of outages, and shall estimate the length of 44 time service will be interrupted and so notify the users. In the case of any utility outage 45 that has exceeded or will exceed four hours, user contact shall again be made. 46 Temporary service, if needed, will be arranged by Contractor at no cost to Owner. 47 48 Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing 49 temporary overhead lighting to meet above requirements shall be incidental to the 50 various unit and lump sum items of the Contract; no separate payment will be made. 51 52 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 32 Conformed 21 March 2008 1 Section 1-07.18 is deleted and replaced by the following new section and subsections: 2 (******) 3 1-07.18 Public Liability and Property Damage Insurance 4 5 1-07.18(1) General 6 The Contractor shall obtain and maintain in full force and effect, from the Contract 7 Execution Date to the Completion Date, public liability and property damage insurance 8 with an insurance company(ies) or through sources approved by the State Insurance 9 Commissioner pursuant to RCW 48. 10 11 The Contractor shall not begin work under the Contract until the required insurance has 12 been obtained and approved by the Contracting Agency. Insurance shall provide 13 coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting 14 Agency's consultant. The coverage shall protect against claims for bodily injuries, 15 personal injuries, including accidental death, as well as claims for property damages 16 which may arise from any act or omission of the Contractor or the subcontractor, or by 17 anyone directly or indirectly employed by either of them. 18 19 If warranted work is required the Contractor shall provide the City proof that insurance 20 coverage and limits established under the term of the Contract for work are in full force 21 and effect during the period of warranty work. 22 23 The Contracting Agency may request a copy of the actual declaration pages(s)for each 24 insurance policy effecting coverage(s) required on the Contract prior to the date work 25 commences. Failure of the Contractor to fully comply during the term of the Contract with 26 the requirements described herein will be considered a material breach of Contract and 27 shall be caused for immediate termination of the Contract at the option of the 28 Contracting Agency. 29 30 1-07.18(2) Coverages 31 As part of the response to this proposal, the Contractor shall submit a completed City of 32 Renton Insurance Information form which details specific coverage and limits for this 33 Contract. 34 35 All coverage provided by the Contractor shall be in a form and underwritten by a 36 company acceptable to the Contracting Agency. The City requires that all insurers: 37 38 1. Be licensed to do business within the State of Washington. 39 40 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution 41 coverage are acceptable when written on a claims-made basis). The City may 42 also require proof of professional liability coverage be provided for up to two (2) 43 years after the completion of the project. 44 45 3. The City may request a copy of the actual declaration page(s) for each insurance 46 policy affecting coverage(s) required by the Contract prior to the date work 47 commences. 48 49 4. Possess a minimum A.M. Best rating of AVII (A rating of A XI or better is 50 preferred.) If any insurance carrier possesses a rating of less than AVII, the City 51 may make an exception. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 33 Conformed 21 March 2008 1 2 The City reserves the right to approve the security of the insurance coverage provided 3 by the insurance company(ies), terms, conditions, and the Certificate of Insurance. 4 Failure of the Contractor to fully comply during the term of the Contract with these 5 requirements will be considered a material breach of Contract and shall be cause for 6 immediate termination of the Contract at the option of the City. 7 8 The Contractor shall obtain and maintain the minimum insurance coverage set forth 9 below. By requiring such minimum insurance, the City of Renton shall not be deemed or 10 construed to have assessed the risks that may be applicable to the Contractor. The 11 Contractor shall assess its own risks and if it deems appropriate and/or prudent, 12 maintain higher limits and/or broader coverage. 13 14 Coverage shall include: 15 16 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be 17 written on an occurrence basis and include: 18 19 a Premises and Operations (including CG2503; General Aggregate to apply per 20 project, if applicable). 21 E Explosion, Collapse and Underground Hazards 22 ■ Products/Completed Operations 23 M Contractual Liability (including Amendatory Endorsement CG 0043 or 24 equivalent which includes defense coverage assumed under Contract) 25 n Broad Form Property Damage 26 ■ Independent Contractors 27 ■ Personal/Advertising Injury 28 ■ Stop Gap Liability 29 30 B. Automobile Liability including all 31 32 ■ Owned Vehicles 33 0 Nonowned Vehicles 34 M Hired Vehicles 35 36 C. Workers' Compensation 37 38 Statutory Benefits (Coverage A) - Show Washington Labor & Industries 39 Number 40 41 D. Umbrella Liability (when necessary) 42 43 Excess of Commercial General Liability and Automobile Liability. Coverage 44 should be as broad as primary. 45 46 E. Professional Liability - (whenever the work under this Contract includes 47 Professional Liability, (i.e. architectural, engineering, advertising, or computer 48 programming) the Contractor shall maintain professional liability covering 49 wrongful acts, errors and/or omissions of the Contractor for damage sustained by 50 reason of or in the course of operations under this Contract. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 34 Conformed 21 March 2008 1 F. The Contracting Agency reserves the right to request and/or require additional 2 coverages as may be appropriate based on work performed (i.e. pollution 3 liability). 4 5 Contractor shall name City of Renton, and its officers, officials, agents, employees and 6 volunteers and Puget Sound Energy as additional insured (ISO Form CG 2010 or 7 equivalent). The Contractor shall provide City of Renton certificates of insurance prior to 8 commencement of work. The City reserves the right to request copies of insurance 9 policies, if at their sole discretion it is deemed appropriate. Further, all policies of 10 insurance described above shall: 11 12 A. Be on a primary basis not contributory with any other insurance coverage and/or 13 self-insurance carried by City of Renton. µ 14 15 B. Include a waiver of subrogation clause. 16 17 C. Severability of interest clause (cross liability) 18 19 D. Policy may not be non-renewed, canceled or materially changed or altered unless 20 45 days prior written notice is provided to City of Renton. Notification shall be 21 provided to City of Renton by certified mail. 22 23 1-07.18(3) Limits 24 Limits Required 25 Providing coverage in these stated amounts shall not be construed to relieve the 26 Contractor from liability in excess of such limits. The Contractor shall carry the following - 27 limits of liability as required below: 28 29 Commercial General Liability 30 General Aggregate* $2,000,000 ** 31 Products/Completed Operations Aggregate $2,000,000 ** 32 Each Occurrence Limit $1,000,000 33 Personal/Advertising Injury $1,000,000 34 Fire Damage (Any One Fire) $50,000 35 Medical Payments (Any One Person) $5,000 36 Stop Gap Liability $1,000,000 37 * General Aggregate to apply per project 38 (ISO Form CG2503 or equivalent) 39 **Amount may vary based on project risk 40 41 Automobile Liability 42 Bodily Injury/Property Damage $1,000,000 43 (Each Accident) 44 45 Workers' Compensation 46 Statutory Benefits - Coverage A Variable 47 (Show Washington Labor and Industries Number) 48 49 Umbrella Liability 50 Each Occurrence Limit $1,000,000 51 General Aggregate Limit $1,000,000 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 35 Conformed 21 March 2008 1 Products/Completed Operations Aggregate $1,000,000 2 3 Professional Liability 4 Each Occurrence/Incident/Claim $1,000,000 5 Aggregate $2,000,000 6 7 The City may require the Contractor to keep professional liability coverage in effect for 8 up to two years after completion of the project. 9 10 The Contractor shall promptly advise the City of Renton in writing in the event any 11 general aggregate or other aggregate limits are reduced. At their own expense, the 12 Contractor will reinstate the aggregate to comply with the minimum limits and 13 requirements as stated in Section 1-07.18(3) and shall furnish the City of Renton a new 14 Certificate of Insurance showing such coverage is in force. 15 16 1-07.18(4) Evidence of insurance: 17 Within 20 days of award of the Contract the Contractor shall provide evidence of 18 insurance by submitting to the Contracting Agency the following: 19 20 1. City of Renton Insurance Information Form (attached herein)without modification. 21 22 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as 23 specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. 24 Other requirements are as follows: 25 26 A. Strike the following or similar wording: "This Certificate is issued as a 27 matter of information only and confers no rights upon the Certificate 28 Holder." 29 30 B. Strike the wording regarding cancellation notification to the City: "Failure 31 to mail such notice shall impose no obligation or liability of any kind upon 32 the company, its agents or representatives." 33 34 C. Amend the cancellation clause to state: "Policy may not be non-renewed, 35 canceled or materially changed or altered unless 45 days prior written 36 notice is provided to the City". Notification shall be provided to the City by 37 certified mail. 38 39 For Professional Liability coverage only, instead of the cancellation language 40 specified above, the City will accept a written agreement that the consultant's 41 broker will provide the required notification. 42 43 1-07.22 Use of Explosives 44 Section 1-07.22 is supplemented by the following: 45 (******) 46 Explosives shall not be used without specific authority of the Engineer, and then only under 47 such restrictions as may be required by the proper authorities. Explosives shall be handled and 48 used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may 49 apply. The individual in charge of the blasting shall have a current Washington State Blaster 50 Users License. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 36 Conformed 21 March 2008 1 The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary 2 in conjunction with blasting operations. 3 4 1-07.23 Public Convenience And Safety 5 6 1-07.23(1) Construction Under Traffic 7 Section 1-07.23(1) is supplemented by adding the following: 9 Duvall Avenue NE and Coal Creek Parkway SE may be closed to through traffic within 10 the project limits during construction of this project for no more than 270 consecutive - 11 working days. The roadway will be opened to two lanes of through traffic (one lane in 12 each direction) after this closure period. However, the following accesses must be 13 maintained at all times during the project. See also Section 1-10. 14 15 1. Local access to properties on Duvall Avenue NE and Coal Creek Parkway SE and 16 on all side streets for residences and visitors, mail carriers, refuse and recycle 17 pick-up, service, and emergency vehicles. 18 19 2. Access for school bus traffic from 1 March 2008 through 20 June 2008 and from 2 20 September 2008 through 18 June 2009. School bus traffic is expected to be as 21 described in paragraphs A and B below. 22 23 A. Three trips in the AM and three trips in the PM for buses entering into the 24 project limits from the west on NE 19th Street; crossing over Duvall 25 Avenue NE to NE 19th street on the east side; making a clockwise loop 26 through the neighborhood on the east side; entering again into the project m 27 limits along NE 18th Street; turning right onto Duvall Avenue NE; 28 traveling along Duvall Avenue NE to NE 19th Street, turning left and 29 exiting the limits of the project. These school buses may also travel in 30 the reverse direction from that described above. B.Three trips in the AM 31 and three trips in the PM for buses entering into the project limits from the 32 west along NE 24th Street; turning left onto Duvall Avenue NE; and 33 turning right onto SE 100th Street and exiting the project limits. These 34 school buses may also travel in the reverse direction from that described 35 above. 36 37 B. School buses transporting special needs children traveling at any time of 38 the day to their residences in the neighborhoods along Duvall Avenue NE 39 and Coal Creek Parkway SE. 40 41 3. Access for pedestrians and school children along the westerly side of Duvall 42 Avenue from and including Southeast 107th Place to Southeast 100th Street. This 43 access (pedestrian pathway) shall be separated from vehicle traffic by a 6-foot- 44 high construction chain link fence. A temporary concrete traffic barrier shall be 45 installed outside of this chain link fence to protect pedestrians from traffic 46 traversing through the site. If vehicle traffic is on both sides of the pedestrian 47 pathway, a chain link fence and a temporary concrete traffic barrier shall be 48 installed on both sides of the pedestrian pathway. The clear width of the 49 pedestrian pathway shall be a minimum of 5 feet. Safe access for pedestrians 50 and school children to this pedestrian pathway from all cross streets shall be 51 maintained. This pedestrian pathway surface and the surface of pedestrian Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 37 Conformed 21 March 2008 I pathways from all cross streets shall be free draining, smooth, continuous hard 2 surfaces consisting of a minimum of 1-inch thick of asphalt concrete, either hot mix 3 or cold mix, for their entire length. There shall be no curbs or abrupt changes in 4 grade or terrain that could cause tripping or be a barrier to wheelchair use. The 5 geometry and alignment of this pathway shall meet the applicable requirements of 6 the "Americans with Disabilities Act Accessibly Guidelines for Buildings and 7 Facilities (ADAAG)." This pedestrian pathway may be relocated across the 8 roadway section to allow for adjacent or nearby construction activities or may be 9 relocated to the east side sidewalk when it and other east side work is completed. 10 11 4. Two concrete traffic barriers shall be placed across the entire roadway width (1) 12 just north of the driveway to the residence located north of Southeast 100th Street 13 and east of Coal Creek Parkway SE and (2)just south of the driveway south of 14 Southeast 95th Way to the residences east of Coal Creek Parkway SE to prevent 15 vehicles other than those involved in the construction or inspection of construction 16 from traveling along this segment of Coal Creek Parkway. 17 18 5. Access for vehicles from Duvall Avenue NE to Southeast 107th Place. 19 20 6. Access to the two driveways in front of Shannon's Village shopping center, located 21 along the east side of Duvall Avenue NE from Northeast Sunset Boulevard to past 22 Southeast 107th Place, from approximate B-Station 179+30 to 179+60 and from 23 approximate B-Station 181+50 to 181+80 shall not be closed without prior 24 approval of the Engineer. Access shall be maintained to these driveways unless 25 immediate adjacent work is ongoing. Access shall be maintained to one of these 26 driveways for use by workers and patrons at Shannon's Village shopping center at 27 all times. 28 29 The Contractor shall be responsible for controlling dust and mud within the project limits 30 and on any street which is utilized by his equipment for the duration of the project. The 31 Contractor shall be prepared to use watering trucks, power sweepers, and other pieces 32 of equipment as deemed necessary by the engineer, to avoid creating a nuisance. 33 34 Dust and mud control shall be considered as incidental to the project, and no 35 compensation will be made for this section. 36 37 Complaints of dust, mud, or unsafe practices and/or property damage to private 38 Ownership will be transmitted to the Contractor and prompt action in correcting them will 39 be required by the Contractor. 40 41 Contractor shall maintain the roads during construction in a suitable condition to 42 minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall 43 be borne by Contractor. 44 45 At least one lane of alternating one-way traffic shall be maintained on all cross-streets 46 within the project limits during working hours. One lane shall be provided in each 47 direction for all cross-streets during non-working hours. 48 49 Contractor shall provide one roadway lane with at least a well-maintained crushed 50 surfacing top course and shall maintain convenient access to driveways, businesses, 51 and buildings within the project limits throughout the duration of the project. This Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 38 Conformed 21 March 2008 1 restriction shall not apply to the paving portion of the construction process. All labor, 2 equipment, and materials used for maintenance of this roadway and providing access is 3 incidental to the bid item "Traffic Control." 4 5 Contractor shall notify and coordinate with all property owners and residents of street 6 closures, or other restrictions that may interrupt their access—at least 72 hours in 7 advance. Contractor shall give a copy of each notice to Engineer. 8 9 When the adjacent property access across the right-of-way is to be eliminated and 10 replaced under the Contract by a new access, the existing access shall not be closed 11 until the new access is completed. 12 13 All unattended excavations shall be properly barricaded and covered at all times. 14 Trenches shall be backfilled or covered by temporary steel plates, at Contractor's 15 expense. Steel plates must be anchored in areas where traffic will be diverted. 16 17 1-08 PROSECUTION AND PROGRESS 18 Section 1-08.0 is a new section with subsection: 19 (**.k*.k*.) 20 1-08.0 Preliminary Matters 21 22 1-08.0(1) Preconstruction Conference 23 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. 24 Additional documents may be furnished upon request at the cost of reproduction. Prior to 25 undertaking each part of the work the Contractor shall carefully study and compare the 26 Contract Documents and check and verify pertinent figures shown therein and all 27 applicable field measurements. The Contractor shall promptly report in writing to the 28 Engineer any conflict, error or discrepancy which the Contractor may discover. 29 30 After the Contract has been executed, but prior to the Contractor beginning the work, a 31 preconstruction conference will be held between the Contractor, the Engineer and such 32 other interested parties as may be invited. 33 34 The Contractor shall prepare and submit at the preconstruction meeting: 35 36 ■ Contractor's plan of operation and progress schedule (3+ copies) 37 ■ Approval of qualified subcontractors (bring list of subcontractors if different from list 38 submitted with Bid) 39 a List of materials fabricated or manufactured off the project 40 M Material sources on the project 41 ■ Names of principal suppliers 42 N Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both 43 working and standby rates) 44 ■ Weighted wage rates for all employee classifications anticipated to be used on 45 Project 46 ■ Cost percentage breakdown for lump sum bid item(s) 47 ■ Shop Drawings (bring preliminary list) 48 ■ Traffic Control Plans (3+ copies) 49 ■ Temporary Water Pollution/Erosion Control Plan 50 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 39 Conformed 21 March 2008 I In addition, the Contractor shall be prepared to address: 2 3 ■ Bonds and insurance 4 ■ Project meetings—schedule and responsibilities 5 ■ Provision for inspection for materials from outside sources 6 ■ Responsibility for locating utilities 7 ■ Responsibility for damage 8 ■ Time schedule for relocations, if by other than Contractor 9 ■ Compliance with Contract Documents 10 ■ Acceptance and approval of work 11 • Labor compliance, payrolls, certifications 12 ■ Safety regulations for contractors' and Owner's employees and representatives 13 ■ Suspension of work, time extensions 14 ■ Change order procedures 15 0 Progress estimates - procedures for payment 16 ■ Special requirements of funding agencies 17 ■ Construction engineering, advance notice of special work 18 ■ Any interpretation of the Contract Documents requested by Contractor 19 ■ Any conflicts or omissions in Contract Documents 20 ■ Any other problems or questions concerning the work 21 0 Processing and administration of public complaints 22 ■ Easements and rights of entry 23 ■ Other Contracts 24 25 The franchise utilities may be present at the preconstruction conference, and Contractor 26 should be prepared for their review and discussion of progress schedule and 27 coordination. 28 29 1-08.1 Subcontracting 30 Section 1-08.1 is supplemented as follows: 31 (......) 32 Written requests for change in subcontractors shall be submitted by Contractor to Engineer at 33 least 7 calendar days prior to start of a subcontractor's work. 34 35 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all 36 subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed 37 by the subcontractors, as well as for the acts and omissions of persons directly employed by 38 Contractor. Contractor shall be required to give personal attention to the work that is sublet. 39 Nothing contained in the Contract Documents shall create any Contractual relation between any 40 subcontractor and Owner. 41 42 Contractor shall be responsible for making sure all subcontractors submit all required 43 documentation, forms, etc. 44 45 Section 1-08.1(1)A is a new section 46 Section 1-08.1(1)A Affidavits of Amounts Paid 47 The Contractor shall submit and maintain the progress schedule in the latest 48 version of Primavera or other approved scheduling software. Copies of both a 49 paper and electronic format shall be submitted in order to allow a complete 50 analysis of the schedule and for accurate recordkeeping. The submitted 51 schedule shall show the relationship between all major project activities Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 40 Conformed 21 March 2008 1 necessary to complete the project, as required in Section 1-08.3 Progress 2 Schedule, and in sufficient detail to allow the Engineer to accurately assess the 3 relationship between various tasks in the project. The schedule shall clearly 4 show the critical path of work on the project, percentage of work complete for all 5 tasks, reflect actual start and finish dates (consistent with activity schedules 6 required by this Contract), and accurately reflect the number of working days 7 remaining and/or required on the project. 8 9 Project Activities: The schedule shall at a minimum show the following activity 10 information for all major tasks on the project and any task that will affect the 11 performance of the work: 12 13 1. Activity Numbers 14 2. Estimated Duration 15 3. Activity Early and Late Start and Finish Dates 16 4. Activity Actual Start and Finish Dates as they occur 17 5. Predecessors and Successors Tasks 18 6. Resources (the names of the firms(s) to complete the work) 19 7. Constraint Type (i.e., finish-start, finish-finish) 20 21 Activity durations shall not exceed a maximum duration of 20 working days 22 unless specified Contract duration is set in the Contract Documents (i.e., shop 23 drawing and submittal review times of 30 calendar days). Activities requiring 24 multiple set up and/or break downs shall be included as separate activities. 25 26 The following shall be included as project activities in the schedule: 27 28 1. Notice to proceed (milestone) 29 2. Mobilization 30 3. Preparation of required submittals and agency submittal review 31 4. Preparation of resubmittals and resubmittal review 32 5. Utility and third party work as it relates to specific project activities 33 6. Substantial completion (milestone) " 34 7. Final clean-up and demobilization 35 8. Project completion (milestone) 36 37 Change Orders: Upon issuance of a change order of field directive, the 38 Contractor shall indicate the change in the next update and submittal of the 39 revised work schedule to the Engineer. 40 41 1-08.2 Assignment 42 The second paragraph of Section 1-08.2 is modified as follows: 43 (******) 44 Contractor shall not assign any moneys due or to become due to Contractor hereunder without 45 the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, 46 withholdings, and deductions required by law and the Contract. 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 41 Conformed 21 March 2008 1 1-08.3 Progress Schedule 2 Section 1-08.3 is supplemented as follows: 3 (******) 4 The progress schedule for the entire project shall be submitted seven (7) calendar days prior 5 to the preconstruction conference. The schedule shall be prepared using the critical path 6 method (CPM), using Primavera, SureTrak, Microsoft Project, or other approved scheduling 7 software. The schedule shall contain this information, at a minimum: 8 9 1. Construction activities, in sufficient detail that all activities necessary to construct a 10 complete and functional project are considered. Any activity which has a 11 scheduled duration exceeding 20 working days shall be subdivided until no sub 12 element has a duration exceeding 20 working days. 13 14 2. The schedule shall clearly indicate the activities which comprise the critical path. 15 For each activity not on the critical path, the schedule shall show the float, or 16 slack, time. 17 18 3. Procurement of material and equipment. 19 20 4. Submittals requiring review by Engineer. Submittal by Contractor and review by 21 Engineer shall be shown as separate activities. 22 23 5. Work to be performed by a subcontractor, agent, or any third party. 24 25 6. Allowances for delays which could result from normal inclement weather(time 26 extensions due to inclement weather will not be allowed). 27 28 7. Allowances for the time required by utilities (Owner's and others) to locate, 29 monitor, and adjust their facilities as required. 30 31 Engineer may request Contractor to alter the progress schedule when deemed necessary in the 32 opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination 33 with any other activity of other contractors, the availability of all or portions of the job site, or 34 special provisions of this Contract, or to reasonably meet the completion date of the project. 35 Contractor shall provide such revised schedule within 10 days of request. 36 37 If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind 38 schedule, Contractor may be required to submit a plan for regaining progress and a revised 39 schedule indicating how the remaining work items will be completed within the authorized 40 Contract time. 41 42 Contractor shall promptly report to Engineer any conditions which Contractor feels will require 43 revision of the schedule and shall promptly submit proposed revisions in the progress schedule 44 for acceptance by Engineer. When such changes are accepted by Engineer, the revised 45 schedule shall be followed by Contractor. 46 47 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets 48 forth specific work to be performed the following week, and a tentative schedule for the second 49 week. This schedule shall be submitted no later than 5:00 p.m. on Thursday. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 42 Conformed 21 March 2008 1 Failure to Maintain Progress Schedule. The Engineer will check actual progress of the work 2 against the progress schedule a minimum of two times per month. Failure, without just cause, 3 to maintain progress in accordance with the approved schedule shall constitute a breach of 4 Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, 5 Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The 6 approved revisions will thereafter, in all respects, apply in lieu of the original schedule. 7 8 Failure of Contractor to follow the progress schedule submitted and accepted, including 9 revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making 10 available all or any portion of the job site, and will relieve Owner of any responsibility for delays 11 to Contractor in the performance of the work. 12 13 The cost of preparing the progress schedule, any supplementary progress schedules, and 14 weekly schedules shall be considered incidental to the Contract and no other compensation 15 shall be made. 16 - 17 1-08.3(2) Activity Schedule 18 In addition to the project schedule, the Contractor shall submit a written two-week 19 activity schedule to the Engineer at weekly progress meetings. A two-week activity 20 schedule form is included in the appendixes. The activity schedule shall indicate the 21 Contractor planned activities for the next two weeks. 22 23 Submittal of the two-week activity schedule does not relieve the Contractor of the 24 requirements to submit and update the project schedule requested by these Special 25 Provisions. 26 27 1-08.4 Prosecution of Work 28 This section is deleted in its entirety and replaced with the following: 29 30 Notice to proceed will be given after the Contract has been executed and the contract bond and 31 evidence of insurance have been approved and filed by the City. The Contractor shall not 32 commence with the work until the notice to proceed has been given by the Engineer. The 33 Contractor shall diligently pursue the work to the physical completion date within the time 34 specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall 35 not relieve the Contractor of the responsibility to complete the work within the time(s) specified 36 in the Contract. 37 38 1-08.5 Time For Completion 39 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: 40 (......) 41 The work shall be physically completed in its entirety within 345 working days or as extended by 42 the Engineer in accordance with the provisions of the Contract. The 345 working day period 43 shall begin on the Notice to Proceed Date and shall end on the Contract Physical Completion 44 Date. 45 46 The Contract Completion Date shall be no later than 30 working days following the Contract 47 Physical Completion Date. 48 49 Duvall Avenue NE and Coal Creek Parkway SE shall not be closed to through traffic for more 50 than 270 consecutive working days. At the end of this closure period, the roadway must be 51 opened for two lanes of through traffic (one lane in each direction). The Contractor shall Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 43 Conformed 21 March 2008 1 diligently pursue the work along Duvall Avenue NE and Coal Creek Parkway SE immediately 2 following closure of these roadways to through traffic. Costs incurred for a temporary opening 3 of Duvall Avenue NE and Coal Creek Parkway SE will be included in other bid items to the 4 Contract. No specific pay items have been made for these costs. Duvall Avenue NE and Coal 5 Creek Parkway SE shall not be closed to traffic until the Contractor has all the following in place. 6 7 a Approved mailbox submittal; see Section 8-18 8 • New mailboxes have been installed per the Construction Documents; see Section 9 8-18 10 • Approved SWPP; see Section 1-07.15 11 • Approval from DOE to utilize the DOE Construction Stormwater General Permit; see 12 Section 1-07.15 13 • Approved Traffic Control Plan; see Section 1-10 14 • Reviewed and revised progress schedule for the entire project; see Section 1-08.3 15 16 The Contractor shall submit to the Engineer, in writing, the specific date on which the closure 17 will take place and on which the 270 allowed working days will start to accrue. This shall be 18 submitted two (2) weeks prior to the closure date. 19 20 The first orders of work along Duvall Avenue NE and Coal Creek Parkway SE after road closure 21 shall be as follows: 22 23 • Installation of orange fence; see Section 1-07.16(1) 24 • Installation of pedestrian pathway; see Section 1-07.23(3) 25 • Installation of concrete traffic barriers across roadways; see Section 1-07.23(4) 26 • Installation of temporary traffic control devices; see Section 1-10 27 28 A nonworking day is defined as a Saturday, a Sunday, a day on which the Contract specifically 29 suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, 30 November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day 31 before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The 32 day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, 33 or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall 34 be observed as holidays. When Christmas day occurs on a Sunday, the two working days 35 following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, 36 the preceding Friday will be counted as a non-working day and when they fall on a Sunday the 37 following Monday will be counted as a non-working day. The Contract Time has been 38 established to allow for periods of normal inclement weather which, from historical records, is to 39 be expected during the Contract Time, and during which periods, work is anticipated to be 40 performed. Each successive working day, beginning with the Notice to Proceed Date and 41 ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs 42 except a day or part of a day which is designated a nonworking day or an Engineer determined 43 unworkable day. 44 45 The Engineer will furnish the Contractor a weekly report showing (1) the number of working 46 days charged against the Contract Time for the preceding week; (2) the Contract Time in 47 working days; (3) the number of working days remaining in the Contract Time; (4) the number of 48 nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 49 previous week. This weekly report will be correlated with the Contractor's current approved 50 progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 44 Conformed 21 March 2008 1 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be 2 charged as a working day then the fifth day of that week will be charged as a working day 3 whether or not the Contractor works on that day. 4 5 The Contractor will be allowed 10 calendar days from the date of each report in which to file a 6 written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report 7 will be deemed to have been accepted by the Contractor as correct. 8 9 The requirements for scheduling the Final Inspection and establishing the Substantial 10 Completion, Physical Completion, and Completion Dates are specified in Sections 1 05.11 and 11 1-05.12. 12 13 The Engineer will give the Contractor written notice of the date the roadway is open to two lanes ,. 14 of through traffic. That date shall constitute the date of this event, but shall not imply the City's 15 acceptance of the work or the Contract. 16 17 The Engineer will give the Contractor written notice of the physical completion date for all work 18 the Contract requires. That date shall constitute the physical completion date of the Contract, 19 but shall not imply the City's acceptance of the work or the Contract. 20 21 The Engineer will give the Contractor written notice of the completion date of the Contract after 22 all the Contractor's obligations under the Contract have been performed by the Contractor. The 23 following events must occur before the Contract Completion Date can be established: 24 25 The physical work on the project must be complete; and 26 27 The Contractor must furnish all documentation required by the Contract and required by law, to 28 allow the Contracting Agency to process final acceptance of the Contract. The following 29 documents must be received by the Project Engineer, within 30 working days, prior to w 30 establishing a completion date: 31 32 • Certified Payrolls (Federal-aid Projects) 33 . Material Acceptance Certification Documents 34 • Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of 35 Amounts Credited as DBE Participation, as required by the Contract Provisions - 36 . FHWA 47 (Federal-aid Projects) 37 . Final Contract Voucher Certification 38 • As-Builts 39 40 Liquidated damages shall also apply to the amount of time beyond the 30 working days to 41 submit the proper documentation after physical completion. 42 43 1-08.6 Suspension of Work 44 Section 1-08.6 is supplemented as follows: 45 (******) 46 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in 47 writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in 48 the written notice from Owner to Contractor to do so. - 49 50 Contractor shall not suspend work under the Contract without the written order of Owner. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 45 Conformed 21 March 2008 1 2 If it has been determined that Contractor is entitled to an extension of time, the amount of such 3 extension shall be only to compensate for direct delays and shall be based upon Contractor's 4 diligently pursuing the work at a rate not less than that which would have been necessary to 5 complete the original Contract work on time. 6 7 1-08.9 Liquidated Damages 8 Section 1-08.9 is supplemented as follows: Delete the second, third, and fourth paragraphs and 9 replace with the following: 10 11 Because the City finds it impractical to calculate the actual cost of delays, it has adopted the 12 following formulas to calculate liquidated damages for failure to complete the physical work, the 13 total Contract work, and/or the work required to open Duvall Avenue NE/Coal Creek Parkway 14 SE to two lanes of through traffic of this Contract on time. 15 16 Accordingly, the Contractor agrees: 17 18 1. To pay (according to the following formulas) liquidated damages for each working 19 day beyond the number of working days established for physical completion, 20 Contract completion, and opening the Duvall Avenue NE/Coal Creek Parkway 21 SE to two lanes of through traffic after closure of these roadways to through 22 traffic, and 23 24 2. To authorize the Engineer to deduct these liquidated damages from any money 25 due or coming to the Contractor in accordance with the following liquidated 26 damage formulas. 27 28 LIQUIDATED DAMAGES FORMULA (FOR PHYSICAL COMPLETION) 29 30 LD = .15*C/345 31 32 where: LD = liquidated damages per working day (rounded to the nearest dollar) 33 C = original contract amount 34 35 LIQUIDATED DAMAGES FORMULA (FOR CONTRACT COMPLETION) 36 37 LD = .15*C/375 38 39 where: LD = liquidated damages per working day, (rounded to the nearest dollar) 40 C = original contract amount 41 42 LIQUIDATED DAMAGES FORMULA (FOR ROAD CLOSURE) 43 44 LD = .15*C/270 45 46 where: LD = liquidated damages per working day, (rounded to the nearest dollar) 47 C = original contract amount 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 46 Conformed 21 March 2008 - 1 1-08.10 Termination of Contract 2 Section 1-08.10(6) is a new section: 4 5 1-08.10(6) Removal of Equipment 6 In case of the termination of this Contract before completion for any cause whatever, 7 Contractor, if notified to do so by Owner, shall promptly remove all Contractor-owned 8 equipment and supplies from the property of Owner, including any easements obtained 9 by the Owner for construction of this project and, if Contractor fails to do so within 5 10 calendar days from such notice by Owner, Owner shall have the right to remove such 11 equipment and supplies at the expense of Contractor, deducting the cost thereof from 12 any funds otherwise due Contractor. 13 14 Section 1-08.11 is a new section: 15 (******) 16 1-08.11 Contractor's Plant and Equipment - 17 The Contractor shall at all times be responsible for the adequacy, efficiency, and sufficiency of 18 his and his subcontractor's plant and equipment. 19 20 The use by the Owner of the Contractor's plant and equipment shall be considered as extra 21 work by the Contractor and paid for accordingly. 22 23 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of 24 the site from the time Contractor's operations have commenced until final acceptance of the 25 work by the Engineer and the Owner. The Contractor shall employ such measures as fencing, 26 barricades, and watchmen service, as he deems necessary for the public safety and for the 27 protection of the site and his plant and equipment. The Owner will be provided keys for all 28 fenced, secured areas. 29 30 Section 1-08.12 is a new section: 31 (******) 32 1-08.12 Attention to work rr 33 The Contractor shall give his personal attention to and shall supervise the work to the point that 34 it is prosecuted faithfully, and when he is not personally present on the work site, he shall at all 35 times be represented by a competent superintendent who shall have full authority to execute the 36 same, and to supply materials, tools, and labor without delay, and who shall be the legal 37 representative of the Contractor. The Contractor shall be liable for the faithful observance of 38 any instructions delivered to him or to his authorized representative by the Engineer. 39 " 40 1-09 MEASUREMENT AND PAYMENT 41 42 1-09.1 Measurement of Quantities 43 Section 1-09.1 is supplemented by adding the following: 44 (******) 45 Lump Sum. Except as stated elsewhere in these Special Provisions, the percentage of lump 46 sum work completed, and payment will be based on the cost percentage breakdown of the lump 47 sum bid price(s) submitted at the preconstruction conference. 48 49 The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown 50 shall list the items included in the lump sum together with a unit price of labor, materials, and 51 equipment for each item. The summation of the detailed unit prices for each item shall add up Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 47 Conformed 21 March 2008 1 to the lump sum bid. The unit price values may be used as a guideline for determining progress 2 payments or deductions or additions in payment for ordered work changes. 3 4 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in 5 the following manner. Where items are specified to be paid by the cubic yard, the following tally 6 system shall be used. 7 8 All trucks to be employed on this work will be measured to determine the volume of each truck. 9 Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no 10 duplication of numbers. 11 12 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on 13 the project. All tickets received that do not contain the following information will not be 14 processed for payment: 15 16 1. Truck number 17 2. Quantity and type of material delivered in cubic yards 18 3. Drivers name, date and time of delivery 19 4. Location of delivery, by street and stationing on each street 20 5. Place for Engineer to acknowledge receipt 21 6. Pay item number 22 7. Contract number and/or name 23 24 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for 25 each truckload of material delivered. Pay quantities will be prepared on the basis of said tally 26 tickets. 27 28 Loads will be checked by Engineer to verify quantity shown on ticket. 29 30 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is 31 given to the Inspector on the project at the time of delivery of materials for each truckload 32 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to 33 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored 34 for payment. 35 36 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no 37 duplication of numbers. 38 39 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the 40 project. All tickets received that do not contain the following information will not be processed 41 for payment: 42 43 1. Truck number 44 2. Truck tare weight (stamped at source) 45 3. Gross truck load weight in tons (stamped at source) 46 4. Net load weight (stamped at source) 47 5. Driver's name, date, and time of delivery 48 6. Location for delivery by street and stationing on each street 49 7. Place for Engineer to acknowledge receipt 50 8. Pay item number 51 9. Contract number and/or name Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 48 Conformed 21 March 2008 1 2 1-09.3 Scope of Payment 3 Section 1-09.3 is supplemented by adding the following: 4 (******) 5 Unless modified otherwise in the Special Provisions, the Bid Items listed or referenced in the 6 "Payment" clause of each Section of the Standard Specifications, will be the only items for 7 which compensation will be made for the work described in or specified in that particular Section 8 when the Contractor performs the specified work. Should a Bid Item be listed in a "Payment" 9 clause but not in the Proposal Form, and work for that item is performed by the Contractor and 10 the work is not stated as included in or incidental to a pay item in the Contract and is not work -- 11 that would be required to complete the intent of the Contract per Section 1-04.1, then payment 12 for that work will be made as for Extra work pursuant to a Change Order. 13 14 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the 15 Contract Documents are synonymous. 16 17 If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal 18 Form requires that said unit Bid Item price cover and be considered compensation for certain 19 work or material essential to the item, then the work or material will not be measured or paid for 20 under any other Unit Bid Item which may appear elsewhere in the Proposal Form or 21 Specifications. 22 23 Pluralized unit Bid Items appearing in these Specifications are changed to singular form. - 24 25 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of 26 the Specifications shall be considered as including all of the work required, specified, or 27 described in that particular Section. Payment items will generally be listed generically in the 28 Specifications, and specifically in the bid form. When items are to be "furnished" under one 29 payment item and "installed" under another payment item, such items shall be furnished FOB - 30 project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to 31 be "furnished," or"furnished and installed" under these conditions, shall be the responsibility of 32 the Contractor with regard to storage until such items are incorporated into the work or, if such �. 33 items are not to be incorporated into the work, delivered to the applicable Contracting Agency 34 storage site when provided for in the Specifications. Payment for material "furnished," but not 35 yet incorporated into the work, may be made on monthly estimates to the extent allowed. 36 37 1-09.6 Force Account 38 Section 1-09.6 is supplemented as follows: 39 (******) 40 To provide a common basis for all bidders, Owner has estimated and included in the Proposal, 41 dollar amounts for all items to be paid per force account. All such dollar amounts are to become 42 a part of Contractor's total bid. However, Owner does not warrant expressly or by implication - 43 that the actual amount of work will correspond with those estimates. Payment will be made on 44 the basis of the amount of work actually authorized in writing by Engineer. 45 46 1 09.7 Mobilization 47 Section 1-09.7 is supplemented as follows: 48 ******� 49 50 Mobilization shall be applied to each bid schedule in the Schedule of Prices. The amount of 51 mobilization for Schedules E and F shall be limited to 10 percent of the sum of the bid items for Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 49 Conformed 21 March 2008 1 the other work shown in these schedules. If the mobilization amount for bid Schedules E and F 2 is greater than 10 percent of the sum of other items in these bid schedules, the amount of 3 mobilization for Schedules E and F will be reduced to 10 percent of the sum of other items of 4 work shown in these bid schedules to determine the bid price. 5 6 Mobilization shall also include, but not be limited to, the following items: the movement of 7 Contractor's personnel, equipment, supplies, and incidentals to the project site; the 8 establishment of an office, buildings, and other facilities necessary for work on the project; 9 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required 10 to complete the project not furnished by Owner, including a City permit for signal and lighting 11 installation, for which the City charges the Contractor$45.00. 12 13 The Contractor shall furnish and setup a temporary office building for the sole use of the 14 Engineer. The Building shall be setup prior to the Notice to Proceed. No payments will be 15 made until the field office building is properly furnished and usable. The field office and all 16 required items shall remain on site past substantial completion and through physical completion. 17 All items marked (City) shall immediately become City property and remain as City property. 18 19 The building shall be secure, weather-tight, installed plumb and level, and provided with the 20 following as a minimum (all furniture and equipment shall be new, and unless noted the 21 Contractor shall retain ownership and responsibility for its removal): 22 23 1. Mobile office trailer, minimum 24 ft by 40 ft, with 2 separate walled offices with 24 doors, 3 partioned work partitions, room for meeting area in the center of the 25 office, and bathroom with functional plumbing. Must have security bars over 26 door(s) windows, security plate over door with vandal-proof lock, and be vandal 27 proof. If vandalized, Contractor shall repair or replace trailer and all contents 28 immediately. Provide 6 sets of keys to field office. 29 30 2. Secure site with chain link fence with sliding or hinged gate, minimum 8-foot high 31 with barbed wire. Provide 6 sets of keys for lock on gate. 32 33 3. Heat, air conditioning, electricity, Culligan or equal water service, and weekly 34 janitorial service shall be established and maintained for the duration of the 35 project. 36 37 4. Three separate telephone lines for voice, fax, and computer, with 5 touchtone 38 telephones, with one having a digital answering machine. 39 40 5. Two bookcases measuring 3 feet wide by 5 feet tall with adjustable shelves. 41 42 6. Bulletin board (minimum 2 ft by 3 ft) 43 44 7. White Board (minimum 3 ft by 6 ft) 45 46 8. One plan table with padded stool. Table to be 3 ft by 6 ft. 47 48 9. Two ell-shaped desks for the two walled offices. 49 50 10. Three desks for the portioned work. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 50 Conformed 21 March 2008 1 11. Five executive chairs with 3-way adjustment 2 3 12. HP Laser Jet 5100tn printer with network capability. (City) 4 5 13. Xerox WorkCentre Pro C2128 with fourth input tray, finisher/stapler, postscript kit, 6 network print kit, fax/scan kit, centreware scan services, and fax hard drive (1 GB), 7 or equal. (City) 8 9 14. Three 4-drawer letter size filing cabinets. 10 11 15. Conference table: 4 foot by 12 foot with 14 new padded folding chairs 12 13 16. HP Scanjet 8390 document flatbed scanner. (City) 14 15 17. Three desktop computers. Equal to Dell Dimension 9150 with 2/8 Ghz processor, 16 2 GB SDRAM, 10-inch flat panel display, CD-R/RW drive, DVD/R/RW drive, SD 17 slot, CD burner, optical mouse with 2 button and rollerball, integrated LAN, data 18 and fax support, fully loaded, with the following software and manuals: Windows 19 XP, Adobe Acrobat (full), Photo Shop, Office 2003 (or current edition), and the 20 scheduling software the project schedule has been developed in. 21 22 18. Two laptop computers. Equal to Dell Dimension E1505 with 2 GB SDRAM, 60 GB 23 hard drive, CD/DVD R/RW drive, Integrated 56K modem, Integrated Ethernet 24 LAN, 802.11g Wireless LAN, SD card slots, fully loaded with the following software 25 and manuals: Windows XP, Adobe Acrobat (full), Photo Shop, Office 2003 (or 26 current edition), and the scheduling software the project schedule has been 27 developed in. 28 29 All costs associated with all required utility hook-ups and disconnects, and monthly charges for 30 all utilities except telephone, will be paid by the Contractor. The monthly telephone and security 31 alarm costs will be paid by the City. 32 33 All costs involved with supplying the field office, its contents and the land on which it resides 34 shall be included in the contract price. All costs associated with the field office shall be 35 incidental to mobilization. 36 37 The Contractor shall install and maintain up to four 4- by 8-foot construction project sign(s) as 38 directed by the Engineer. The Engineer shall verify the exact field location(s) with the 39 Contractor prior to installation of the sign(s). All labor, material, and equipment used for 40 installation and maintenance of the construction project sign(s) is incidental to the bid item 41 "Mobilization." 42 43 The Contractor shall provide 8 x 8 timber framing and two 8 x 8 timber posts, install and 44 maintain a 12-foot-wide by 15-foot-high sign for Shannon's Village businesses at the southeast 45 corner of Duvall Avenue NE and Sunset Boulevard NE in the existing right lane. The City will 46 provide the sign. The Engineer shall verify the exact field location with the Contractor prior to 47 installation of the sign. This sign shall be in place prior to closure of Duvall Avenue NE to 48 through traffic. All labor, material, and equipment used for installation and maintenance of this w 49 sign are incidental to the bid item "Mobilization." 50 51 Payment will be made for the following bid item(s): Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 51 Conformed 21 March 2008 1 2 "Mobilization," Lump Sum 3 4 "Furnish and Setup Temporary Office Building for Engineer," Lump Sum will be full pay for 5 setting up this temporary office building as described in this section. This lump sum will be 6 eligible for payment when the building is occupied by the Engineer and the Engineer certifies in 7 writing that the temporary office building has met the requirements of this section. 8 9 1-09.9 Payments 10 Section 1-09.9 is supplemented as follows: 11 (******) 12 Applications for payment shall be itemized and supported to the extent required by Engineer by 13 receipts or other vouchers showing payment for materials and labor, payments to 14 subcontractors, and other such evidence of Contractor's right to payment as Engineer may 15 direct. 16 17 Progress applications submitted for payment shall be broken into the six (6) bid schedules as 18 shown in the Summary of Quantities Plan Drawing. Lump sum items shall be proportioned in 19 accordance with the percentages of factors shown in this Plan Drawing. 20 21 Contractor shall submit a progress report with each monthly request for a progress payment. 22 The progress report shall indicate the estimated percent complete for each activity listed on the 23 progress schedule (see Section 1-08.3). 24 25 1-09.9(1) Refainage 26 Section 1-09.9(1) is supplemented as follows: 28 The retained amount shall be released as stated in the Standard Specifications if no 29 claims have been filed against such funds as provided by law and if Owner has no 30 unsatisfied claims against Contractor. In the event claims are filed, Owner shall 31 withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay 32 attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy 33 any claims by Owner against Contractor, until such claims have been finally settled. 34 35 Neither the final payment nor any part of the retained percentage shall become due until 36 Contractor, if requested, delivers to Owner a complete release of all liens arising out of 37 this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit 38 that so far as Contractor has knowledge or information, the release and receipts include 39 all labor and materials for which a lien could be filed: but Contractor may, if any 40 subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to 41 Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all 42 payments are made, Contractor shall reimburse to Owner all monies that the latter may 43 be compelled to pay in discharging such lien, including all costs and reasonable 44 engineer's and attorney's fees. 45 46 1-09.11(2) Claims 47 Paragraph 5 is revised as follows: 48 (******) 49 Failure to submit with the Final Application for Payment such information and details as 50 described in this section for any claim shall operate as a waiver of the claims by the 51 Contractor as provided in Section 1-09.9. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 52 Conformed 21 March 2008 . 1 2 1-09.13(3)B Procedures to Pursue Arbitration 3 Section 1-09.13(3)B is supplemented by adding: 5 The findings and decision of the board of arbitrators shall be final and binding on 6 the parties, unless the aggrieved party, within 10 days, challenges the findings 7 and decision by serving and filing a petition for review by the superior court of 8 King County, Washington. The grounds for the petition for review are limited to 9 showing that the findings and decision: 10 11 1. Are not responsive to the questions submitted 12 13 2. Is contrary to the terms of the Contract or any component thereof 14 15 3. Is arbitrary and/or is not based upon the applicable facts and the law 16 controlling the issues submitted to arbitration. The board of arbitrators 17 shall support its decision by setting forth in writing their findings and 18 conclusions based on the evidence adduced at any such hearing. 19 20 The arbitration shall be conducted in accordance with the statutes of the State of 21 Washington and court decisions governing such procedure. 22 23 The costs of such arbitration shall be borne equally by the City and the 24 Contractor unless it is the board's majority opinion that the Contractor's filing of 25 the protest or action is capricious or without reasonable foundation. In the latter 26 case, all costs shall be borne by the Contractor. 27 28 1-10 TEMPORARY TRAFFIC CONTROL 29 - 30 1-10.1 General 31 Section 1-10.1 is supplemented by adding the following: 32 (******) 33 When the bid proposal includes an item for"Traffic Control," the work required for this item shall 34 be all items described in Section 1-10, including, but not limited to (see also Section 1-07.23): 35 36 1. Furnishing and maintaining barricades, flashers, construction signing and other 37 channelization devices, unless a pay item is in the bid proposal for any specific 38 device and the Special Provisions specify furnishing, maintaining, and payment in 39 a different manner for that device; 40 41 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic 42 control labor; 43 44 3. Furnishing any necessary vehicle(s) to set up and remove the Class B 45 construction signs and other traffic control devices; 46 47 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the 48 construction signs and the traffic control devices 49 50 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, 51 and replacing of the construction signs and the traffic control devices destroyed or Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 53 Conformed 21 March 2008 1 damaged during the life of the project. 2 3 6. Removing existing signs as specified or a directed by the engineer and delivering 4 to the City Shops or storing and reinstalling as directed by the Engineer. 5 6 7. Preparing a traffic control plan for the project and designating the person 7 responsible for traffic control at the work site. The traffic control plan shall include 8 descriptions of the traffic control methods and devices to be used by the prime 9 Contractor and subcontractors, shall be submitted at or before the preconstruction 10 conference, and shall be subject to review and approval of the Engineer. The 11 traffic control plan shall address traffic control methods and devices to be utilized 12 while the roadway is closed to through traffic and traffic control methods and 13 devices to be utilized when the roadway is reopened to two lanes of through 14 traffic. 15 16 8. Contacting police, fire, 911, and ambulance services to notify them in advance of 17 any work that will affect a traveled portion of a roadway. 18 19 9. Promptly removing or covering all nonapplicable signs during periods when they 20 are not needed. 21 22 Traffic control and maintenance for the safety of the traveling public on this project shall be the 23 sole responsibility of Contractor and all methods and equipment used will be subject to the 24 approval of Owner. 25 26 Traffic control devices and their use shall conform to City of Renton standards and the Manual 27 on Uniform Traffic Control Devices for Streets and Highways (MUTCD), including the 28 Washington State Modifications to the MUTCD. 29 30 Contractor shall not proceed with any construction until proper traffic control has been provided 31 to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged 32 against Contractor's allowable Contract time, and shall not be the cause for a claim for extra 33 days to complete the work. 34 35 1-10.1(1) General 36 Section 1-10.1(1) is revised and supplemented as follows: 37 38 The Contractor shall coordinate the traffic control phasing and operations with the City of 39 Newcastle project (north of Station B 216+75) that is under construction concurrent with 40 this project. 41 42 1-10.2(1)6 Traffic Control Supervisor(TCS) 43 Paragraphs 1 and 2 are revised as follows: 44 (******) 45 A TCS shall be on the project whenever traffic control labor is required or as 46 authorized by the Engineer. 47 48 The TCS shall assure that all the duties of the TCS are performed during the 49 duration of the Contract. During non-work periods, the TCS shall be able to be 50 on the job site within a 45-minute time period after notification by the Engineer. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 54 Conformed 21 March 2008 1 1-10.2(2) Traffic Control Plans 2 Section 1-10.2(2) is supplemented as follows: 3 ( *****) 4 The Contractor shall utilize WSDOT standard traffic control plan(s) K-1 through K-27 as 5 applicable. Alternatively the Contractor shall propose traffic control plan(s) by showing 6 necessary construction signs, flaggers and other traffic control devices required for the 7 project. Contactors plan(s) shall be in accordance with established standards for plan 8 development as shown in Manual on Uniform Traffic Control Devices, Part IV. 9 Contractor's proposed traffic control plans(s) shall be submitted to the engineer for 10 approval at least 10 calendar days in advance of the time the signs and other traffic 11 control devices will be required. The Contractor shall be solely responsible for providing 12 copies of the approved Traffic Control Plan(s) to the Traffic Control Supervisor. 13 - 14 The Contractor shall be responsible for assuring that traffic control is installed and 15 maintained in conformance to established standards. The Contractor shall continuously 16 evaluate the operation of the traffic control plan and take prompt action to correct any 17 problems that become evident during operation. 18 19 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 20 Section 1-10.3 is supplemented as follows: 21 (******) 22 At the end of each working day, provisions shall be made for the safe passage of traffic and 23 pedestrians during non-working hours. 24 25 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M 26 diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with 27 flashers. 28 29 1-10.3(3) Construction Signs 30 Section 1-10.3(3) paragraph 1 is revised as follows: 32 All signs required by the approved traffic control plan(s) as well as any other appropriate 33 signs prescribed by the Engineer, or required to conform with established standards, 34 shall be furnished by the Contractor. 35 36 Section 1-10.3(3) paragraph 4 is revised as follows: 37 (******) 38 No separate pay item will be provided in the bid proposal for Class A or Class B 39 construction signs. All costs for the work to provide Class A or Class B construction 40 signs shall be included in the unit Contract price for the various other items of the work in 41 the bid proposal. 42 43 Section 1-10.3(3)K is a new section: 44 (******) 45 1-10.3(3)K Existing Signing 46 During the life of the Contract, the Contractor shall be responsible for all existing 47 signing damaged or removed by construction operations. Any signs damaged or 48 removed shall be replaced by the Contractor, to the satisfaction of the Engineer, 49 at Contractor expense. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 55 Conformed 21 March 2008 1 Warning and regulatory signs may be temporarily relocated to portable sign 2 stands for convenience of construction, subject to the approval of the Engineer. 3 When temporarily installed on posts, the signs shall be located at or as near as 4 practical to their original locations and shall have a minimum vertical clearance 5 above the pavement in accordance with the 2003 edition of Manual on Uniform 6 Traffic Control Devices. 7 8 Section 1-10.3(3)L is a new section 10 1-10.3(3)L Special Warning Signs for Motorcycles 11 The Washington State Legislature has determined that special warning signs 12 must be provided (RCW 47.36.200) at work zones in addition to standard 13 warning signs, to warn motorcyclists at work zone locations that are potentially 14 hazardous to motorcycles. The following roadway condition(s) require the 15 placement of sign W21-1701 "MOTORCYCLES USE EXTREME CAUTION": 16 17 • Grooved pavement (generally during pavement planing) 18 ■ Abrupt lane edges 19 • Steel plates 20 ■ Gravel or Earth on the roadway 21 22 Standard warning signs must also be used to warn of the actual roadway 23 condition. Some applicable standard warning signs may be: 24 25 ■ W21-801 "ABRUPT LANE EDGE" 26 ■ W8-7 "LOOSE GRAVEL" 27 ■ W8-2001 "GROOVED PAVEMENT" 28 ■ W21-2 "FRESH OIL" 29 ■ W8-8 "ROUGH ROAD" 30 ■ W8-1 "BUMP" 31 32 Sign W21-1701 should be installed throughout the work zone where the roadway 33 condition(s) stated above exist, as a part of a sequence of other appropriate 34 standard warning signs (above examples). 35 36 Sign W21-1701 is not required for short duration* (up to 1 hour) work zones, 37 emergencies, incident response operations, or other operations that have no 38 direct impact on the roadway condition, such as: 39 40 ■ Mowing 41 ■ Shoulder work 42 ■ Snow and ice removal 43 ■ Debris removal 44 45 The sign is not required as stated in the preceding paragraph PROVIDED, the 46 short duration work zone or other operation does not leave the roadway surface 47 in one of the four conditions listed above. 48 49 Care must be exercised during all work zone operations to not inadvertently 50 create one or more of the above roadway conditions that may be hazardous for 51 motorcycles. Additional roadway cleaning may be needed to remove gravel, Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 56 Conformed 21 March 2008 w 1 earth, or other debris that may have been stockpiled, spilled, or tracked onto the 2 roadway surface. 3 4 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone 5 Section 1-10.3(6) is replaced with: 7 The construction sometimes requires that traffic be maintained on a portion of the 8 roadway during the progress of the work using one-way piloted traffic control. If this is 9 the case, the Contractor's operation shall be confined to one-half the roadway, 10 permitting traffic on the other half. If, in the opinion of the Engineer, one-way piloted 11 traffic control is necessary, it shall be provided for as follows: 12 13 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the - 14 pilot car(s) and driver(s)for the pilot car control area. Any necessary flaggers shall be 15 furnished by the Contractor. 16 17 1-10.4 Measurement 18 Section 1-10.4 is replaced with: 19 (*.k*.***) 20 No specific unit of measurement will apply to the lump sum item of"Traffic Control". 21 22 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief 23 flaggers. 24 25 1-10.5 Payment 26 Section 1-10.5 is replaced with: - 27 (......) 28 Payment for all labor, materials, and equipment described in Section 1-10 and in Section 1- 29 07.23(1) will be made in accordance with Section 1-04.1, for the following bid items when 30 included in the proposal: 31 32 "Traffic Control," lump sum 33 34 The lump sum Contract price shall be full pay for all costs not covered by other specific pay 35 items in the Bid Proposal for furnishing, installing, maintaining, and removing traffic control 36 devices and for constructing and maintaining the pedestrian pathway and cross accesses to this 37 pedestrian pathway (see Section 1-07.23(1) 3) required by the Contract and as directed by the 38 Engineer in conformance with accepted standards and in such a manner as to maximize safety, 39 and minimize disruption and inconvenience to the public. 40 41 Progress payment for the lump sum item "Traffic Control" will be made as follows: 42 43 1. When the traffic control submittal has been made and approved and the traffic 44 control and pedestrian access way (see Section 1-07.23(3) has been 45 established, 25 percent of the lump sum amount bid can be submitted for 46 payment. 47 48 2. 1/1 5th of the remaining 75 percent of the lump sum amount bid can be submitted 49 for payment for each of the 15 months following closure of Duvall Avenue NE 50 and Coal Creek Parkway SE to through traffic that the traffic control and 51 pedestrian pathway remain in place in accordance with these specifications. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 57 Conformed 21 March 2008 1 2 1-11 RENTON SURVEYING STANDARDS (NEW SECTION) 3 The following is a new section with new subsections: 4 (*. ..k**) 5 6 1-11.1(1) Responsibility for Surveys 7 All surveys and survey reports shall be prepared under the direct supervision of a person 8 registered to practice land surveying under the provisions of Chapter 18.43 RCW. 9 10 All surveys and survey reports shall be prepared in accordance with the requirements 11 established by the Board of Registration for Professional Engineers and Land Surveyors 12 under the provisions of Chapter 18.43 RCW. 13 14 1-11.1(2) Survey Datum and Precision 15 The horizontal component of all surveys shall have as its coordinate base: The North 16 American Datum of 1983/91. 17 18 All horizontal control for projects must be referenced to or in conjunction with a minimum 19 of two of the City of Renton's Survey Control Network monuments. The source of the 20 coordinate values used will be shown on the survey drawing per RCW 58.09.070. 21 22 The horizontal component of all surveys shall meet or exceed the closure requirements 23 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the 24 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail 25 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by 26 ALTA and ACSM in 1992 or comparable classification in future editions of said 27 document. The angular and linear closure and precision ratio of traverses used for 28 survey control shall be revealed on the face of the survey drawing, as shall the method 29 of adjustment. 30 31 The horizontal component of the control system for surveys using global positioning 32 system methodology shall exhibit at least 1 part in 50,000 precision in line length 33 dependent error analysis at a 95 percent confidence level and performed pursuant to 34 Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined 35 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative 36 Positioning Techniques dated August 1, 1989, or comparable classification in future 37 editions of said document. 38 39 The vertical component of all surveys shall be based on NAVD 1988, the North 40 American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey 41 Control Network benchmarks. If there are two such benchmarks within 3,000 feet of the 42 project site, a tie to both shall be made. The benchmark(s) used will be shown on the 43 drawing. If a City of Renton benchmark does not exist within 3,000 feet of a project, one 44 must be set on or near the project in a permanent manner that will remain intact 45 throughout the duration of the project. Source of elevations (benchmark)will be shown 46 on the drawing, as well as a description of any bench marks established. 47 48 1-11.1(3) Subdivision Information 49 Those surveys dependent on section subdivision shall reveal the controlling monuments 50 used and the subdivision of the applicable quarter section. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 58 Conformed 21 March 2008 1 Those surveys dependent on retracement of a plat or short plat shall reveal the 2 controlling monuments, measurements, and methodology used in that retracement. 3 4 1-11.1(4) Field Notes 5 Field notes shall be kept in conventional format in a standard bound field book with 6 waterproof pages. In cases where an electronic data collector is used, field notes must 7 also be kept with a sketch and a record of control and base line traverses describing 8 station occupations and what measurements were made at each point. 9 10 Every point located or set shall be identified by a number and a description. Point 11 numbers shall be unique within a complete job. The preferred method of point 12 numbering is field notebook, page, and point set on that page. Example: The first point 13 set found on Page 16 of field book 348 would be identified as Point No. 348.16.01, the 14 second point would be 348.16.02, etc. 15 16 Upon completion of a City of Renton project, either the field notebook(s) provided by the 17 City or the original field notebook(s) used by the surveyor will be given to the City. For 18 all other work, surveyors will provide a copy of the notes to the City upon request. In 19 those cases where an electronic data collector is used, a hard copy print out in ASCII 20 text format will accompany the field notes. 21 22 1-11.1(5) Corners and Monuments 23 Corner: A point on a land boundary, at the juncture of two or more boundary lines. A w 24 monument is usually set at such points to physically reference a corner's location on the 25 ground. 26 27 Monument: Any physical object or structure of record that marks or accurately 28 references: 29 30 A corner or other survey point established by or under the supervision of an 31 individual per Section 1-11.1(1) and any corner or monument established by the 32 General Land Office and its successor the Bureau of Land Management including 33 section subdivision corners down to and including one-sixteenth corners; and 34 35 Any permanently monumented boundary, right-of-way alignment, or horizontal and 36 vertical control points established by any governmental agency or private surveyor, 37 including street intersections but excluding dependent interior lot corners. 38 39 1-11.1(6) Control or Base Line Survey 40 Control or base line surveys shall be established for all construction projects that will 41 create permanent structures such as roads, sidewalks, bridges, utility lines or 42 appurtenances, signal or light poles, or any nonsingle family building. Control or base 43 line surveys shall consist of such number of permanent monuments as are required such 44 that every structure may be observed for staking or "as-builting" while occupying one 45 such monument and sighting another such monument. A minimum of two of these 46 permanent monuments shall be existing monuments, recognized and on record with the 47 City of Renton. The control or base line survey shall occupy each monument in turn, 48 and shall satisfy all applicable requirements of Section 1-11.1 herein. 49 50 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate 51 scale. North orientation should be clearly presented and the scale shown graphically as Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 59 Conformed 21 March 2008 1 well as noted. The drawing must be of such quality that a reduction thereof to one-half 2 original scale remains legible. 3 4 If recording of the survey with the King County Recorder is required, it will be prepared 5 on 18- by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A 6 photographic mylar of the drawing will be submitted to the City of Renton and, upon their 7 review and acceptance per the specific requirements of the project, the original will be 8 recorded with the King County Recorder. 9 10 If recording is not required, the survey drawing shall be prepared on 22- by 34-inch 11 mylar, and the original or a photographic mylar thereof will be submitted to the City of 12 Renton. 13 14 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and 15 shall conform to the City of Renton's Drafting Standards. American Public works 16 Association symbols shall be used whenever possible, and a legend shall identify all 17 symbols used if each point marked by a symbol is not described at each use. 18 19 An electronic listing of all principal points shown on the drawing shall be submitted with 20 each drawing. The listing should include the point number designation (corresponding 21 with that in the field notes), a brief description of the point, and northing, easting, and 22 elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 23 24 1-11.1(7) Precision Levels 25 Vertical surveys for the establishment of bench marks shall satisfy all applicable 26 requirements of Sections 1-05 and 1-11.1. 27 28 Vertical surveys for the establishment of bench marks shall meet or exceed the 29 standards, specifications, and procedures of third order elevation accuracy established 30 by the Federal Geodetic Control Committee. 31 32 Bench marks must possess both permanence and vertical stability. Descriptions of 33 bench marks must be complete to ensure both recoverability and positive identification 34 on recovery. 35 36 1-11.1(8) Radial and Station -- Offset Topography 37 Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. 38 39 All points occupied or backsighted in developing radial topography or establishing 40 baselines for station -- offset topography shall meet the requirements of Section 1-11.1 41 herein. 42 43 The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall 44 be observed for all topographic surveys. 45 46 1-11.1(9) Radial Topography 47 Elevations for the points occupied or backsighted in a radial topographic survey shall be 48 determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal 49 Geodetic Control Committee third-order elevation accuracy specifications, OR 2) 50 trigonometric leveling with elevation differences determined in at least two directions for 51 each point and with misclosure of the circuit not to exceed 0.1 feet. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 60 Conformed 21 March 2008 x 1 2 1-11.1(10) Station — Offset Topography 3 Elevations of the baseline and topographic points shall be determined by spirit leveling 4 and shall satisfy Federal Geodetic Control Committee specifications as to the turn points 5 and shall not exceed 0.1 foot error as to side shots. 6 7 1-11,1(11) As-Built Survey 8 All improvements required to be "as-built" (post-construction survey) per City of Renton 9 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be 10 located both horizontally and vertically by a radial survey or by a station offset survey. 11 The "as-built" survey must be based on the same base line or control survey used for 12 the construction staking survey for the improvements being "as-built." The "as-built" 13 survey for all subsurface improvements shall occur prior to backfilling. Close 14 cooperation between the installing Contractor and the "as-builting" surveyor is therefore 15 required. 16 17 All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be 18 based upon control or base line surveys made in conformance with these Specifications. 19 20 The field notes for"as-built" shall meet the requirements of Section 1-11.1(4) herein and 21 submitted with stamped and signed "as-built" drawings that include a statement certifying the 22 accuracy of the "as built." 23 24 The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be 25 observed for all "as-built" surveys. 26 27 1-11.1(12) Monument Setting and Referencing 28 All property or lot corners, as defined in Section 1-11.1(5), established or reestablished 29 on a plat or other recorded survey, shall be referenced by a permanent marker at the 30 corner point per Section 1-11.2(1). In situations where such markers are impractical or 31 in danger of being destroyed (e.g., the front corners of lots), a witness marker shall be 32 set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. 33 The relationship between the witness monuments and their respective corners shall be 34 shown or described on the face of the plat or survey of record (e.g., "Tacks in lead on 35 the extension of the lot side lines have been set in the curbs on the extension of said line 36 with the curb."). In all other cases, the corner shall meet the requirements of Section 37 1-11.2(1) herein. 38 39 All noncorner monuments, as defined in Section 1-11.1(5), shall meet the requirements 40 of Section 1-11.2(2) herein. If the monument falls with in a paved portion of a right-of- 41 way or other area, the monument shall be set below the ground surface and contained 42 within a lidded case kept separate from the monument and flush with the pavement 43 surface, per Section 1-11.2(3). 44 45 In the case of right-of-way centerline monuments, all points of curvature (PC), points of 46 tangency (PT), street intersections, and center points of cul-de-sacs shall be set. If the 47 point of intersection, PI, for the tangents of a curve fall within the paved portion of the 48 right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. 49 50 For all noncorner monuments set while under Contract to the City of Renton or as part of 51 a City of Renton approved subdivision of property, a City of Renton Monument Card Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 61 Conformed 21 March 2008 1 (furnished by the City) identifying the monument; point of intersection (PI), point of 2 tangency (PT), point of curvature (PC), one-sixteenth corner, plat monument, street 3 intersection, etc., complete with a description of the monument, a minimum of two 4 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out 5 and filed with the City. 6 7 1-11.2 Materials 8 9 1-11.2(1) Property/Lot Corners 10 Corners per Section 1-11.1(5) shall be marked in a permanent manner such as 1/2-inch- 11 diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and 12 permanently marked or tagged with the surveyor's identification number. The specific 13 nature of the marker used can be determined by the surveyor at the time of installation. 14 15 1-11.2(2) Monuments 16 Monuments per Section 1-11.1(5) shall meet the requirements as set forth in City of 17 Renton Standard Plans Page H031 and permanently marked or tagged with the 18 surveyor's identification number. 19 20 1-11.2(3) Monument Case and Cover 21 Materials shall meet the requirements of Section 9-22 and City of Renton Standard 22 Plans Page H031. 23 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 62 Conformed 21 March 2008 1 DIVISION 2 2 3 EARTHWORK 4 5 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6 7 2-01.1 Description 8 The following is added at the end of this section: 9 The Contractor shall not disturb or damage existing plant material designated for preservation 10 and shall contact the Engineer if there is any conflict between the Plans and field conditions. All 11 costs of protecting from damage those plants designated to be saved shall be incidental to the 12 bid item "Clearing and Grubbing." 13 14 The Contractor shall remove all plants within the area to be cleared that are not designated for 15 preservation. Prior to clearing operations, the Contractor shall flag all trees over 15 feet high or 16 six-inch caliper or greater (measured six inches above ground line) that are to be removed. The - 17 Contractor shall notify the Engineer after flagging is completed and arrange a meeting prior to 18 the removal of any existing trees on the project. At this meeting the Contractor and Engineer 19 shall inspect those trees designated for removal and make any necessary changes. 20 21 If the Contractor removes or damages any existing plant or plants not designated for removal 22 because of any act, omission, neglect, or misconduct in the execution of the work, such plant(s) 23 shall be restored or replaced by the Contractor to a condition similar or equal to that existing 24 before such damage or removal. 25 26 All replacements shall be inspected and approved prior to planting. Planting procedures will be 27 subject to approval. All replacements shall be guaranteed to survive in a healthy condition. 28 29 The Contractor shall be responsible for the protection of tops, trunks, and roots of existing trees 30 that are to remain on the project site. Existing trees subject to construction damage shall be 31 boxed, fenced, or otherwise protected before any work is started. Heavy equipment or 32 stockpiles shall not be allowed within the branch canopy. The Contractor shall remove 33 interfering branches without injury to the tree trunks and cover cuts with tree paint. 34 35 Grading Around Trees: Where excavating, or filling within the branch spread of trees that are 36 to remain, the work shall be performed as follows: 37 38 1. Trenching: When trenching occurs around trees to remain, the tree roots shall not 39 be cut, but the trench shall be tunneled under or around the roots by careful hand- 40 digging and without injury to the roots. 41 42 2. Raising Grades: When the existing grade at tree is below the new finished grade, 43 and fill not exceeding 16 inches is required, clean washed gravel graded from 1- to 44 2-inch size shall be placed directly around the tree trunk. The gravel shall extend 45 out from trunk on all sides a minimum of 18 inches and finish approximately 2 - 46 inches above the finished grade at tree. Install gravel and cover with filter fabric 47 before any earth fill is placed. New earth fill shall not be left in contact with the 48 trunks of any trees requiring fill. 49 50 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 63 Conformed 21 March 2008 1 Trees marked for preservation that are buried in fills over 16 inches deep shall 2 have an open dry well of durable masonry (without mortar) situated at least 3 12 inches from the tree trunk. All wells are to be properly drained. Before fills of 4 over 16 inches are made upon the tree root areas, it is advisable to spread at 5 least a 6-inch-minimum layer of broken stone or coarse gravel covered by 6 inverted sod shall be spread to facilitate proper drainage and aeration. 7 8 3. Lowered Grades: Existing trees in areas where the new finished grade is to be 9 lowered, shall have regrading work done by hand to elevation as indicated. Roots 10 as required shall be cut cleanly 3 inches below finished grade and cuts covered 11 with tree paint. Trees marked for preservation that are located more than 6 inches 12 above proposed grades shall stand on broad-rounded mounds and be graded 13 smoothly into the lower level. Exposed or broken roots shall be cut clean and 14 covered with topsoil. 15 16 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 17 18 2-01.1 Description 19 Section 2-01.1 is supplemented as follows: 20 (******) 21 The limits of clearing and grubbing are shown in the Plans. Where, in the opinion of the 22 Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and 23 require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer or 24 shown on the plans to remain within the clearing and grubbing limits shall be left undamaged by 25 the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at 26 the Contractor's expense. 27 28 Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, 29 beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. 30 31 The property owners shall be responsible for removing and/or relocating irrigation equipment, 32 trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within 33 the construction limits that they wish to save. The Contractor shall give property owners 10 34 days' written notice prior to removing landscaping materials. All landscaping materials that 35 remain in the construction limits after that time period shall be removed and disposed of, by the 36 Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special 37 Provisions, and the Plans. 38 39 The Contractor shall receive approval from the Engineer prior to removal. 40 41 2-01.2 Disposal of Usable Material and Debris 42 Section 2-01.2 is supplemented as follows: 43 (******) 44 The Contractor shall dispose of all debris by Disposal Method No. 2 —Waste Site. 45 46 2-01.5 Payment 47 Section 2-01.5 is supplemented as follows: 48 (******) 49 The per acre price for"Clearing and Grubbing" shall be full compensation for all work described 50 herein and shown in the Plans, including removing trees and shrubbery where shown in the 51 Plans and directed by the Engineer. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 64 Conformed 21 March 2008 1 2 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 3 4 2-02.3 Construction Requirements 5 Section 2-02.3 is supplemented as follows: 6 (******) 7 Contractor shall remove existing drainage structures as indicated in plans or as directed by the 8 Engineer. Where drainage structures are to be removed, the resultant void shall be backfilled 9 with select imported trench backfill per Section 9-03.12(1)C. The backfill shall be compacted to 10 the satisfaction of the Engineer. 11 12 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 13 Section 2-02.3(3) is revised and supplemented as follows: 14 (******) 15 Item "1." Is revised as follows: 16 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul 17 broken-up pieces to some off-project site. 18 19 The section is supplemented as follows: 20 21 When an area where pavement, sidewalk, or driveway has been removed is to be 22 opened to traffic before pavement patching has been completed, temporary mix asphalt 23 concrete patch shall be required. Temporary patching shall be placed to a minimum 24 depth of 2 inches immediately after backfilling and compaction are complete, and before 25 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion 26 of the Engineer. 27 28 Section 2-02.3(4) is new: - 30 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs 31 All transitions to existing asphalt or cement concrete driveways, parking lots, curb and 32 gutter, and walkways shall be vertically sawcut full-depth with straight, uniform edges. W 33 Existing asphalt pavement roadway edge may be cut with a wheel, provided the 34 wheelcut is full-depth and no damage occurs to the pavement which is to remain. 35 Neither impact tools nor pavement breakers may be used for trench crossing of existing 36 pavement. Trench crossing of existing pavement shall be vertically sawcut. 37 38 Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the 39 Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut 40 pavement to full-depth, regardless of number of passes necessary. If, in the opinion of 41 the Engineer, the cut is not satisfactory due to Contractor's workmanship or equipment, 42 the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost to w 43 the Owner. 44 45 Section 2-02.3(5) is new: - 46 2-02.3(5) Removing Storm Sewer Pipes and Culverts 47 Contractor shall remove existing storm sewer pipes and culverts as indicated in plans or 48 as directed by the engineer. Where pipes are to be removed, the resultant void shall be 49 backfilled per Section 7-08.3(3). 50 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 65 Conformed 21 March 2008 1 Section 2-02.3(6) is new: 2 2-02.3(6) Removing Fence 3 Where indicated in the plans, and as directed by the Engineer, the Contractor shall 4 remove existing fences. The Contractor shall restore the ends of existing fences to 5 remain by providing additional posts, foundations and fence boards and other 6 construction as required to provide a stable end to the fence that matches the quality 7 and appearance of the existing fence. 8 9 Section 2-02.4 replaces the existing section: 10 (.k.****) 11 2-02.4 Measurement 12 Sawcutting existing cement and asphalt concrete pavements and wheelcutting of pavement will 13 not be measured for separate payment, but shall be included in other items of work. 14 15 Removal of extruded curb will not be measured for payment and shall be included in the 16 associated pavement removal pay item. 17 18 Removal of existing fences will be measured by the linear foot of fence actually removed. 19 Restoration of existing fences will be included in the fence removal and will not be specifically 20 measured for payment. 21 22 2-02.5 Payment 23 Section 2-02.5 is supplemented by adding: 24 (......) 25 "Removing Cement Conc. Sidewalk," per square yard 26 "Removing Asphalt Concrete Sidewalk" per linear foot 27 "Removing Cement Conc. Curb and Gutter," per linear foot 28 "Cold Mix," per ton 29 "Removing Asphalt Conc. Pavement," per square yard 30 "Removing Cement Conc. Pavement," per square yard 31 "Removing Drainage Structure," per each 32 "Removing Fence," per linear foot 33 34 Payment will be made in accordance with Section 1-04.1 for the following bid items when it is 35 included in the proposal. 36 37 "Removing Storm Sewer Pipe," per linear foot 38 "Removing Culvert," per linear foot 39 40 The unit Contract prices per linear foot for"Removing Storm Sewer Pipe," "Removing Drainage 41 Structure," and "Removing Culvert" shall be full pay for all work necessary to remove the 42 pipe/structure, including excavation, backfill, removal of pipe/structure including haul and 43 surface restoration, except as included in the following pay items, if included in the bid schedule: 44 45 "Select Imported Trench Backfill," per ton 46 47 Duvall Avenue NE/Coat Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 66 Conformed 21 March 2008 1 All costs related to the removal and disposal of structures and obstructions including saw 2 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and 3 included in other items unless designated as specific bid items in the proposal. If pavements, 4 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, 5 their removal will be paid for as part of the quantity removed in excavation. If they are 6 mentioned as a separate item in the proposal, they will be measured and paid for as provided 7 under Section 2-02.5, and will not be included in the quantity calculated for excavation. 8 9 Payment will be made in accordance with Section 1-04.1 for the following bid items when 10 included in the proposal. 11 12 "Removal of Structures and Obstructions," per lump sum 13 - 14 The lump sum Contract price for"Removal of Structures and Obstructions" shall be full pay for 15 all materials, equipment and labor necessary to remove and dispose of all items indicated on 16 the demolition plans except as covered under other items in the bid schedule. 17 18 2-03 ROADWAY EXCAVATION AND EMBANKMENT 19 20 2-03.3 Construction Requirements 21 Section 2-03.3 is supplemented by adding the following: 22 (.**...k) 23 Roadway excavation shall include the removal of all materials excavated from within the limits 24 shown on the plans. Suitable excavated material shall be used for embankments, while surplus 25 excavated material or unsuitable material shall be disposed of by the Contractor. 26 27 Earthwork quantities and changes will be computed, either manually or by means of electronic 28 data processing equipment, by use of the average end area method. Any changes to the 29 proposed work as directed by the Engineer that would alter these quantities shall be calculated 30 by the Engineer and submitted to the Contractor for his review and verification. 31 32 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the 33 Engineer, shall not be paid for. All work and material required to return these areas to their 34 original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole 35 expense. 36 37 All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades 38 shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement 39 and the compaction of the final layer. In cut sections, fine grading shall begin within the final 40 6 inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt 41 changes in grade. 42 43 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross 44 sections, grades and elevations shown. Care shall be taken not to excavate below the specified 45 grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, 46 brush, sticks, trash and other debris until final acceptance of the work. 47 48 Following removal of topsoil or excavation to grade and before placement of fills or base course, 49 the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which 50 may warrant additional compaction or excavation and replacement. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 67 Conformed 21 March 2008 1 The Contractor shall provide temporary drainage facilities and protection to keep the subgrade 2 free from standing water. 3 4 Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be 5 taken to place excavated material at the optimum moisture content to achieve the specified 6 compaction. Any native material used for fill shall be free of organics and debris and have a 7 maximum particle size of 6 inches. The Contractor shall provide five working days for the 8 Contracting Agency to test native materials or suitability prior to use as fill material. 9 10 It shall be the responsibility of the Contractor to prevent the native materials from becoming 11 saturated with water. The means to ensure this may include sloping to drain, compacting the 12 native materials, and diverting runoff away from the materials. If the Contractor fails to take 13 such preventative measures, any costs or delay related to drying the materials shall be at the 14 Contractor's own expense. 15 16 If the native materials become saturated, it shall be the responsibility of the Contractor to dry the 17 materials, to the optimum moisture content. If sufficient acceptable native soils, as determined 18 by the Engineer, are not available to complete construction of the roadway embankment, 19 imported Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard 20 Specifications shall be used. 21 22 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as 23 though a subgrade trimmer were specified. 24 25 Section 2-03.3(19) is new 27 Section 2-03.3(19) Detention Pond 28 The Contractor shall excavate the pond to the lines and grades indicated in the plans. 29 Sandy materials shall be selected from excavated native materials, stockpiled, and 30 replaced over the top of the pond liner. 31 32 The pond liner shall be 30 mil textured PVC pond liner. The pond liner seams shall be 33 overlapped and/or adhesive sealed per the manufacturer's recommendation to provide a 34 watertight seal. 35 36 2-03.4 Measurement 37 Section 2-03.4 is supplemented by adding the following: 38 (......) 39 Roadway excavation including haul for Duvall Avenue NE, Coal Creek Parkway SE, side streets 40 intersecting Duvall Avenue NE, the McDowell access road, the access road for properties 41 opposite the SE 95th Way intersection, and the pond access road from PA Station 20+00 to PA 42 Station 21+90 will be measured as "Roadway Excavation Incl. Haul." 43 44 Roadway excavation for driveways will not be specifically measured for payment, but shall be 45 included in the applicable " Driveway" pay item. 46 47 Excavation for detention pond construction and the pond access road from PA Station 21+90 to 48 the pond maintenance road will be measured by the cubic yard as "Roadway Excavation Incl. 49 Haul — Detention Pond." 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 68 Conformed 21 March 2008 1 The pond liner will be measured by the square yard of completed surface, exclusive of 2 overlapping, as "Pond Liner" 3 4 At the discretion of the engineer, unsuitable foundation excavation - by the cubic yard (adjusted 5 for swell) may be measured by truck in the hauling vehicle at the point of loading. The 6 Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck 7 number, time and date, and be approved by the engineer. 8 9 2-03.5 Payment 10 Section 2-03.5 is revised as follows: w 11 (******) 12 Payment for embankment compaction will not be made as a separate item. All costs for 13 embankment compaction shall be included in other bid items involved. Payment will be made 14 for the following bid items when they are included in the Proposal: 15 16 "Roadway Excavation Incl. Haul," per cubic yard 17 "Roadway Excavation Incl. Haul - Detention Pond" per cubic yard 18 "Unsuitable Foundation Excavation Incl. Haul," per cubic yard 19 "Gravel Borrow Incl. Haul," per ton 20 21 When the Engineer orders excavation below subgrade, unit Contract prices for roadway 22 excavation and haul shall apply, unless the work and/or equipment to perform the work differs 23 materially from the excavation above subgrade, then payment will be in accordance with the 24 item "Unsuitable Foundation Excavation Incl. Haul." In this case, all items of work other than 25 roadway excavation shall be paid at unit Contract prices. 26 27 The unit Contract price per cubic yard for"Roadway Excavation Incl. Haul" shall be full pay for 28 excavating, loading, placing, or otherwise disposing of the material. 29 30 The unit Contract price per cubic yard for"Roadway Excavation Incl. Haul — Detention Pond" 31 shall be full pay for excavating, loading, stockpiling, placing, or otherwise disposing of the 32 material. All costs associated with selection, stockpiling, and placing sandy materials over the 33 pond liner shall be included and incidental to the "Roadway Excavation Incl. Haul — Detention 34 Pond" pay item. 35 36 The unit Contract price per cubic yard for"Unsuitable Foundation Excavation Incl. Haul" shall be 37 full pay for excavating, loading, and disposing of the material. 38 39 Payment for embankment compaction will not be made as a separate item. All costs for 40 embankment compaction shall be included in other bid items involved. 41 42 The unit Contract price per square yard for"Pond Liner" shall be full pay for installing the liner 43 per manufacturer's recommendations as shown in the Plans 44 45 2-04 HAUL 46 47 2-04.5 Payment 48 Section 2-04.5 is revised and supplemented as follows: 49 (.....k.k) 50 All costs for the hauling of material to, from, or on the job site shall be considered incidental to 51 and included in the unit price of other units of work. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 69 Conformed 21 March 2008 1 2 2-06 SUBGRADE PREPARATION 3 4 2-06.5 Measurement and Payment 5 Section 2-06.5 is supplemented by adding the following: 6 (******) 7 Subgrade preparation and maintenance including watering shall be considered as incidental to 8 the construction and all costs thereof shall be included in the appropriate unit or lump sum 9 Contract bid prices. 10 11 2-09 STRUCTURE EXCAVATION 12 13 2-09.1 Description 14 Section 2-09.1 is supplemented by adding the following: 15 (******) 16 This work also includes the excavation, haul, and disposal of all unsuitable materials such as 17 peat, muck, swampy or unsuitable materials including buried logs and stumps. 18 19 2-09.3(1)D Disposal of Excavated Material 20 Section 2-09.3(1)D is revised as follows: 22 The second paragraph is replaced with: 23 24 All costs for disposing of excavated material within or external to the project limits 25 shall be included in the unit Contract price for structure excavation, Class A or B. 26 27 The third paragraph is replaced with: 28 29 If the Contract includes structure excavation, Class A or B, including haul, the 30 unit Contract price shall include all costs for loading and hauling the material the 31 full required distance, otherwise all such disposal costs shall be considered 32 incidental to the work. 33 34 2-09.4 Measurement 35 Section 2-09.4 is revised and supplemented as follows: 36 (******) 37 Measurement for "Structure Excavation Class B Incl. Haul" shall be by the cubic yard for the 38 following locations 39 40 Trenches for new storm drain lines. The length of structure excavation will be from the 41 centerline of a structure to the centerline of structure. Structure excavation for any storm drain 42 structures will not be measured and is included in the measurement for the storm drain 43 structure. 44 45 Trenches for new sanitary sewer lines; any trenches for new sanitary sewer lines will not be 46 measured and excavation will be included in the measurement for sanitary sewer lines. 47 Structure excavation for any sanitary sewer structures will not be measured. 48 49 Trenches for new water mains; any trenches for water service lines will not be measured and 50 excavation will be included in the measurement for the water service line. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 70 Conformed 21 March 2008 w 1 Structure excavation in front of and behind the SEWS to the limits shown in the plans. 2 3 Structure excavation behind the Type 3 retaining wall to the limits shown in the plans. 4 5 All other structure excavation will not be measured and will be considered as incidental to the 6 associated item of work. 7 8 Measurement for"Trench Excavation Safety Systems" will be by lump sum for each bid 9 schedule. 10 11 Measurement for progress payments against the lump sum bid prices for each bid schedule will 12 be based on a percentage defined as the lineal foot of storm sewer pipe, water pipe, sanitary 13 sewer pipe, joint utility trench, and/or joint lateral trench installed divided by the total lineal feet 14 of storm sewer, water pipe, sanitary sewer pipe, joint utility trench, and/or joint lateral trench to 15 be installed. 16 17 2-09.5 Payment 18 Section 2-09.5 is revised and supplemented as follows: 20 Payment will be made for the following bid items when they are included in the proposal: 21 22 "Structure Excavation Class B Incl. Haul", per cubic yard. 23 24 Payment for reconstruction of surfacing and paving within the limits of structure excavation will 25 be at the applicable unit prices for the items involved. 26 27 If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the 28 unit Contract price per cubic yard for"Structure Excavation Class A or B"will apply. But if the 29 Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency will 30 not pay for material removed from below the required elevations. In this case, the Contractor, at 31 no expense to the Contracting Agency, shall replace such material with concrete or other 32 material the Engineer approves. The unit Contract price per cubic yard for the bid items listed 33 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be 34 included in the unit bid price of other items of work if"Structure Excavation" or "Structure 35 Excavation Incl Haul" are not listed as pay items in the Contract. 36 37 Payment will be made for the following bid items when they are included in the proposal: 38 39 "Trench Excavation Safety Systems," per lump sum for each bid schedule 40 41 Payment for the lump sum pay item for"Trench Excavation Safety Systems" will be complete 42 compensation for all equipment, labor, materials, hauling, planning, design, engineering, 43 submittals, furnishing and constructing, and removal and disposal of such temporary sheeting, 44 shoring, and bracing complete as required under the provisions of any permits and in the 45 requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of work in 46 conformance with the Contract Documents. 47 48 Duvall Avenue NE/Coal creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 71 Conformed 21 March 2008 1 Section 2-14 is new 2 (******) 3 2-14 MODULAR BLOCK WALL 4 5 2-14.1 Description 6 Work under this section includes furnishing and installing cement concrete modular block 7 retaining wall units as specified herein at the locations shown in the Plans and as directed by 8 the Engineer in the field. 9 10 This work includes preparing the foundation soil, furnishing, and installing leveling pad, unit fill 11 and backfill, and furnishing and installing all appurtenant materials required for construction of 12 the retaining wall as shown on the Plans. 13 14 2-14.2 Materials 15 Masonry Unit Materials 16 Masonry unit materials shall meet the following requirements: 17 18 ASTM C90-85, Hollow Load Bearing Masonry Units. 19 ASTM C140-75, Sampling and Treating Concrete Masonry Units. 20 ASTM C145-85, Solid Load Bearing Concrete Masonry Units. 21 22 Concrete wall units shall have a minimum net 28-day compressive strength of 3,000 psi. 23 The concrete shall have a maximum absorption of 6 to 8 pounds per cubic foot. 24 25 Exterior dimensions may vary in accordance with ASTM C90-85. The dimensions, 26 weight, and setback of block units shall be as required by the block manufacturer, or 27 qualified licensed engineer, for the wall type and size as specified. In addition to the 28 requirements of Section 2-14.1 of the Special Provisions, the Contractor shall submit 29 design charts/engineering calculations for the proposed product that clearly indicate the 30 suitability of the proposed product for the applications of this project . Units shall be 31 interlocked as to provide a minimum 1/4-inch setback per each course of wall height 32 (1:16 batter). 33 34 Units shall have angled sides capable of concave and convex alignment curves with a 35 minimum radius of 3.5 feet. Supply special units as required to execute the design 36 concepts. 37 38 Units shall be interlocked with a mechanical or fiber-glass pin shear system. Mortars 39 and/or adhesives are not acceptable shear systems. 40 41 The face of the wall shall offer a rock-face type appearance. Modular block units shall 42 be of a design that is suitable for retaining walls and not garden or landscape type 43 design. Color of unit shall be buff. 44 45 Unit Fill 46 Fill for units and the 1-foot zone behind the units shall meet the requirements of Section 47 9-03.12(3) for gravel backfill for walls except that 100 percent shall pass the 3/4-inch 48 square sieve. 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 72 Conformed 21 March 2008 1 2-14.3 Construction Requirements 2 3 Submittals 4 Submit sample of each different unit for approval. 5 6 Submit shop drawings of the wall layout for approval prior to beginning work on the wall. 7 Shop drawings of walls over 5 feet in height shall bear the stamp of an engineer 8 registered to practice in the State of Washington showing appropriate wall stability 9 calculations. 10 - 11 The Contractor shall submit catalog cuts of the modular blocks and shop drawings of the 12 wall layout for approval prior to beginning the work. 13 14 Provide copies of the manufacturers installation instructions at least two weeks prior to 15 beginning the work. Should a conflict arise between these specifications and the 16 manufacturer's instructions, the more rigorous specifications shall apply. 17 18 Installation shall conform to the manufacturers recommendations for the type of unit 19 furnished. 20 21 Compaction of the backfill for the modular block retaining wall within 3 feet of the back 22 surface of the blocks shall be accomplished by a hand-operated plate compactor. 23 Compaction shall meet the requirements of Section 2-09.3(1)E. 24 25 Walls shall be constructed with the face of the wall at the back of proposed sidewalk at 26 the locations indicated in the Plans and as staked otherwise by the Engineer in the field. 27 Since a majority of this work will be performed immediately adjacent to improved private 28 property, the Contractor shall complete the work in a timely fashion and shall grade and 29 clean up the areas disturbed by such work at the completion of the backfilling even 30 though subsequent work may be performed in these areas later in the project. 31 32 The Contractor shall excavate to the lines and grades staked in the field. The Contractor 33 shall be careful not to disturb embankment materials beyond lines shown unless 34 otherwise directed by the Engineer. 35 36 Foundation Soil Preparation 37 Foundation soil shall be excavated as required for a 6-inch-thick pad beginning 6 inches 38 in front of the wall face and extending back to the back of the modular unit. The bottom 39 wall course shall be embedded a minimum of 1 inch per each 8 inches of wall height. 40 41 Foundation soil shall be examined by the Engineer to assure that the actual foundation 42 soil strength meets or exceeds assumed design strength. Soils not meeting required 43 strength shall be removed and replaced with gravel borrow compacted to 95% of 44 maximum density. 45 46 Base Leveling Pad 47 Leveling pad materials shall be crushed surfacing top course and shall be placed as 48 shown on the Plans upon undisturbed in situ soils, to a minimum thickness of 6 inches. 49 Material shall be compacted so as to provide a level hard surface on which to place the 50 first course of units. Compaction shall be to 95 maximum density. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 73 Conformed 21 March 2008 1 Material shall be placed so as to provide a level surface on which to place the first 2 course of units. The leveling pad shall be prepared to ensure complete contact of 3 retaining wall unit with base. 4 5 Unit Installation 6 First course of concrete wall units shall be placed on the base leveling pad. The units 7 shall be checked for level and alignment. The first course is the most important to 8 ensure accurate and acceptable results. 9 10 Units are placed side by side for full length of wall alignment. Alignment may be 11 accomplished by means of a string line or offset from base line. 12 13 Install fiberglass connecting pins and fill all voids in units with unit fill material. 14 15 Sweep all excess material from top of units and install next course. Ensure each course 16 is completely unit filled, backfilled, and compacted prior to proceeding to next course. 17 18 Lay up each course ensuring that pins protrude into adjoining courses above a minimum 19 of 1 inch. Two pins are required per unit. Pull each unit forward, away from the 20 embankment, against pins in the previous course and backfill as the course is 21 completed. Repeat procedure to the extent of wall height. 22 23 As appropriate, where the wall changes elevation, units can be stepped with grade or 24 turned into the embankment with a convex return end. Provide appropriate buried units 25 on compacted leveling pad in area of convex return end. 26 27 Cap Installation 28 Place cap units over projecting pins from units below. Pull forward to set back position. 29 Back fill and compact to finished grade. 30 31 Provide permanent mechanical connection to wall units with construction adhesive or 32 epoxy. Apply adhesive or epoxy to bottom surface of cap units and install on units 33 below. 34 35 2-14.4 Measurement 36 Measurement of"Modular Block Wall" shall be per the square foot of the front face in place as 37 measured by the vertical face from the top of the wall to the bottom of the lowest course. No 38 further payment will be made except as shown in the paragraph "exclusions" below. 39 40 Including: excavation, leveling for base, modular units and shear system, block fill, 41 geotextile fabric, gravel backfill for drain, 4-inch underdrain pipe, 4-inch drains, connection 42 of drain to existing drainage structures, and other miscellaneous supplies. 43 44 Measurement of"Crushed Surfacing Top Course for the Base Leveling Pad" shall be per ton for 45 base placed within the limits shown in the Plans and in these Special Provisions. 46 47 Measurement of"Gravel Borrow Incl Haul," shall be per ton for overexcavation and backfill in 48 areas of soft soils. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 74 Conformed 21 March 2008 1 2-14.5 Payment 2 Payment will be made in accordance with Section 1-04.1, for the following bid items: 3 4 "Modular Block Wall," per square foot 5 6 The unit Contract price per square foot for"Modular Block Wall" shall be full compensation for 7 furnishing all labor, tools, materials, and equipment necessary to construct the wall other than 8 the CSTC base leveling pad. 9 10 "Crushed Surfacing Top Course," per ton 11 12 "Gravel Borrow Incl. Haul" per ton shall be full pay for overexcavating and backfilling in areas of 13 soft soils, including removal of the excavated material. 14 15 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 75 Conformed 21 March 2008 1 DIVISION 5 2 3 SURFACE TREATMENTS AND PAVEMENTS 4 5 5-04 HOT MIX ASPHALT 6 7 5-04.1 Description 8 Section 5-04.1 is supplemented by the following: 9 (*****) 10 This work includes constructing HMA pavements including CSTC base; constructing HMA 11 driveways including CSTC base; constructing CSTC gravel driveways; and constructing CSTC 12 gravel pond maintenance road including the gravel base. 13 14 Sawcutting will be incidental to HMA. 15 16 5-04.2 Materials 17 In reference to this section, the grade of paving asphalt shall be PG 64-22. 18 19 5-04.3 Construction Requirements 20 21 5-04.3(3) Hot Mix Asphalt Pavers 22 Section 5-04.3(3) is supplemented with the following: 23 (******) 24 For any course of hot mix asphalt (HMA) used in traffic lanes with a depth of 0.08 feet or 25 greater the direct transfer of the HMA from the hauling equipment to the paving machine 26 will not be allowed. A material transfer device or vehicle (MTD/V) shall be used to 27 deliver the HMA from the hauling equipment to the paving machine. 28 29 The MTD/V shall mix the HMA after delivery by the hauling equipment but prior to 30 laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform 31 temperature throughout the mixture. If a windrow elevator is used, the length of the 32 windrow may be limited in urban areas or through intersections, at the discretion of the 33 Engineer. 34 35 5-04.3(5) Conditioning of Existing Surface 36 Section 5-04.3(5) is revised and supplemented as follows: 38 The Contractor shall maintain existing surface contours during patching, unless 39 instructed otherwise by the Engineer. 40 41 5-04.3(5)A Preparation of Existing Surface 42 Section 5-04.3(5)A is revised and supplemented as follows: 43 (******) 44 The Contractor shall provide its own mechanical sweeping equipment. The 45 sweeper shall be on the project prior to the start of paving, to insure the streets to 46 be paved are clean before the tack coat is applied. The sweeper shall keep the 47 streets clean ahead of the paving machine and clean the streets behind the 48 empty trucks that have dumped their loads into the paving machine. The 49 sweeper must sweep all streets made dirty by the Contractor's equipment. If the 50 paving machine is "walked"from one site to another, the sweeper must sweep up Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 76 Conformed 21 March 2008 1 behind paving machine. The sweeper shall not leave the overlay site until given 2 permission by the City's inspector. 3 4 All utilities shall be painted with a biodegradable "soap" to prevent the tack and 5 HMA from sticking to the lids. Diesel shall not be used. After the application of 6 soap, catch basins must be covered to prevent tack and HMA from getting into 7 catch basins. 8 9 The Contractor shall locate all utilities for access immediately after any paving and mark the 10 location by means of painting a circle around the location and scooping a portion of asphalt 4" - 11 6" in diameter and the depth of the patch from the center of the utility location. The Contractor 12 shall locate and completely expose gas and water valves for access immediately after final 13 rolling 14 Utility adjustments shall begin no later than the day following the start of 15 application of HMA. The Contractor shall have a crew adjusting utilities every 16 workable working day until all adjustments are complete. Utility adjustments 17 must be completed within 15 working days after patch is complete, and within the 18 specified Contract time. 19 20 During the adjustment of any utility, existing concrete bricks or grouting 21 material that has been broken or cracked shall be removed and replaced at 22 the Contractor's expense. 23 24 5-04.3(7) Preparation of Aggregates 25 26 5-04.3(7)A Mix Design 27 Item 2 is deleted and replaced with: 28 (* ***) 29 Nonstatistical HMA Evaluation. The Contractor shall submit a certification that 30 the mix design submitted meets the requirements of Sections 9-03.8(2) and 9- 31 03.8(6). The Contractor must submit the mix design using DOT Form 350-042 32 EF. Verification of the mix design by the Contracting Agency is not needed. The 33 Project Engineer will determine anti-strip requirements for the HMA. 34 35 The mix design will be the initial job mix formula (JMF) for the class of mix. Any 36 additional adjustments to the JMF will require the approval of the Project 37 Engineer and may be made per Section 9-03.8(7). 38 39 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture 40 Item 1 is deleted and replaced with: 41 (*****) 42 General. Acceptance of HMA shall be as provided under non-statistical or 43 commercial evaluation. 44 45 Non-statistical evaluation will be used for the acceptance of HMA 46 47 Commercial evaluation will be used for Commercial HMA and for other classes of 48 HMA in the following applications: sidewalks, road approaches, ditches, slopes, 49 paths, trails, gores, prelevel, and pavement repair. Other nonstructural 50 applications as approved by the Project Engineer. Sampling and testing of HMA 51 accepted by commercial evaluation will be at the option of the Engineer. The Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 77 Conformed 21 March 2008 1 proposal quantity of HMA that is accepted by commercial evaluation will be 2 excluded from the quantities used in the determination of non-statistical 3 evaluation. 4 5 Item 7 is deleted 6 5-04.3(13) Surface Smoothness 7 The second sentence of Section 5-04.3(11) is deleted and replaced with the following: 8 ( *****) 9 The completed surface of the wearing course shall not vary more than 1/4 inch from the 10 lower edge of a 10-foot straightedge placed on the surface parallel to centerline. 11 12 5-04.3(14) Planing Bituminous Pavement 13 The first paragraph of Section 5-04.3(14) is deleted and replaced with the following: 15 Planing shall be performed in a manner such that the underlying pavement is not torn, 16 broken or otherwise injured by the planing operation. The surface of the underlying 17 pavement shall be slightly grooved or roughened sufficiently to ensure a bond when 18 overlaid. In existing single layer pavements, care shall be taken that the planing does not 19 penetrate into the subgrade. The Engineer will determine the planing depth in these 20 situations. The Contractor shall immediately remove from the project any worker who 21 continuously and carelessly puncture the existing pavement with the planing equipment. 22 23 The fourth sentence of the fourth paragraph of this section is deleted and replaced with 24 the following: 25 26 The third paragraph of Section 5-04.3(14) is deleted and replaced with the following: 27 28 The planings shall not be utilized as RAP without prior City approval. Unless otherwise 29 provided, the Contractor shall provide a waste site for the disposal of these materials as 30 specified in Section 2-03.3(7)C. 31 32 Pavement shall be planed as designated in the Plans, or as directed by the Engineer. 33 34 The Contractor shall coordinate planing and paving operations so that no planed area is 35 left unpaved for more than five working days. Removal of the asphalt wedge for final 36 paving shall occur within five working days. All costs for installing and removing the 37 asphalt wedge shall be included in the unit price for planing bituminous pavement. 38 Liquidated damages, in accordance with Section 1-08.9 of these specifications, will be 39 deducted from monies due the Contractor for failure to pave the roadway after planing 40 within the time specified. 41 42 5-04.4 Measurement 43 Section 5-04.4 is supplemented with the following: 44 (******) 45 Measurement of CSTC shall be per the ton for all material placed beneath the HMA pavements 46 and HMA driveways. 47 48 Measurement of CSTC shall be per the ton for all material placed on gravel driveways and on 49 the pond maintenance road. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 78 Conformed 21 March 2008 1 Measurement of gravel base shall be per ton for the gravel base placed on the pond 2 maintenance road. 3 4 CSTC and gravel base placed outside the limits shown on the plans will not be measured. 5 6 5-04.5 Payment 7 Section 5-04.5 is supplemented with the following: 8 (******) 9 Payment will be made in accordance with Section 1-04.1, for each of the following bid items that 10 are included in the proposal: 11 12 "HMA Driveway," per square yard 13 "Crushed Surfacing Top Course," per ton 14 15 "HMA Driveway," per square yard, shall be full pay for constructing the driveway, including 16 clearing and grubbing, roadway excavation, providing and constructing the HMA driveway 17 surface, maintaining access to the property during construction, and restoration of lawns and 18 other areas disturbed by the construction. 19 20 "Crushed Surfacing Top Course," per ton for gravel driveways and for the pond maintenance 21 road shall be full pay for clearing and grubbing, roadway excavation, maintaining access to the 22 property during construction of the gravel driveway, and restoration of lawns and other areas 23 disturbed by the construction. 24 25 Separate payment will be provided for the following items if included in the bid proposal: 26 27 "Gravel Base," per ton 28 29 5-04.5(1)A Price Adjustments for Quality of HMA 30 Section 5-04.5(1)A is deleted and replaced with: 31 (*****) 32 Statistical analysis of quality of gradation and asphalt content will be performed 33 based on Section 1-06.2 using the following price adjustment factors: 34 35 Table of Price Adjustment Factors 36 Constituent Factor "f" 37 All aggregate passing: 1 %2", 1", 3/", 38 '/2", 3/8" and No. 4 sieves 2 39 All aggregate passing No. 8, No 16, 40 No. 30, No. 50, No. 100 3 41 All aggregate passing No. 200 sieve 20 42 Asphalt binder 52 43 44 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class 45 of HMA and for the asphalt binder. 46 47 1. Nonstatistical Evaluation. Each lot of HMA produced under 48 Nonstatisical Evaluation and having all constituents falling within the 49 tolerance limits of the job mix formula shall be accepted at the unit 50 Contract price with no further evaluation. When one or more constituents 51 fall outside the non-statistical acceptance tolerance limits in Section 9- Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 79 Conformed 21 March 2008 1 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to 2 determine the appropriate CPF. The non-statistical tolerance limits will be 3 used in the calculation of the CPF and the maximum CPF shall be 1.00. 4 When less than three sublots exist, backup samples of the existing 5 sublots or samples from the street shall be tested to provide a minimum 6 of three sets of results for evaluation. 7 8 2. Commercial Evaluation. If sampled and tested, HMA produced under 9 Commercial Evaluation and having all constituents falling within the 10 tolerance limits of the job mix formula shall be accepted at the unit 11 Contract price with no further evaluation. When one or more constituents 12 fall outside the commercial acceptance tolerance limits in Section 9- 13 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The 14 commercial tolerance limits will be used in the calculation of the CPF and 15 the maximum CPF shall be 1.00. When less than three sublots exist, 16 backup samples of the existing sublots or samples from the street shall 17 be tested to provide a minimum of three sets of results for evaluation. 18 19 For each lot of HMA produced under Non-statistical or Commercial Evaluation 20 when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) 21 will be determined. THE NCFM equals the algebraic difference of CPF minus 22 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be 23 calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and 24 the unit Contract price per ton of the mix. 25 26 If a constituent is not measured in accordance with these Specifications, its 27 individual pay factor will be considered 1.00 in calculating the composite pay 28 factor. 29 30 5-04.5(1)A Price Adjustments for Quality of HMA Compaction 31 Section is deleted and replaced with: 32 (*****) 33 The maximum CPF of a compaction lot is 1.00 34 35 For each compaction lot of HMA when the CPF is less than 1.00, a 36 Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF 37 equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The 38 Compaction Compliance Price Adjustment will be calculated as the product of the 39 NCFF, the quantity of HMA in the lot in tons and the unit Contract price per ton of 40 the mix. 41 42 Add Section 5-04.5(2); this is a new section. 43 44 5-04.5(2) Asphalt Cost Price Adjustment 45 The City will make an Asphalt Cost Price Adjustment, either a credit or a 46 payment, for qualifying changes in the index cost of asphalt binder. The 47 adjustment will be applied to partial payments made according to Section 1-09.9 48 for the following bid items when they are included in the proposal: 49 50 "HMA CL. 1/2 In. PG 64-22" Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 80 Conformed 21 March 2008 1 "HMA CL. 1 In. PG 64-22" 2 3 The adjustment is not a guarantee of full compensation for changes in the cost of 4 asphalt binder. The City does not guarantee that asphalt binder will be available 5 at the index cost. 6 7 The City will establish the monthly cost index each month as the index 8 established by the Washington State Department of Transportation (WSDOT); 9 this index is posted on the WSDOT website at 10 http://www.wsdot.wa.gov/biz/construction/. The monthly cost will be determined 11 using posted prices furnished by Poten and Partners, Inc. If the selected price 12 source ceases to be available for any reason, then the City will select a substitute 13 price source to establish the monthly cost index. 14 15 The base cost established for this Contract is the monthly cost posted on the 16 WSDOT website for the month immediately preceding the bid opening date. 17 18 Adjustments will be based on the most current monthly cost for Western 19 Washington as posted on the WSDOT website. For work completed after all 20 authorized working days are used, the adjustment will be based on the posted 21 monthly cost for the month during which contract time was exhausted. The 22 adjustment will be calculated as follows: 23 24 No adjustment will be made if the monthly cost is within 10% of the base 25 cost. 26 27 If the monthly cost is greater than or equal to 110% of the base cost, then 28 29 Adjustment = (Monthly Cost—(1.1 x Base Cost)) x (Q x 0.056). a 30 31 Where Q = total tons of all classes of HMA paid in the current months progress 32 payment. 33 34 "Asphalt Cost Price Adjustment," by calculation. 35 36 "Asphalt Cost Price Adjustment" will be calculated and paid for as described in 37 this section. For the purpose of providing a common proposal for all bidders, the 38 City has entered an amount in the proposal to become a part of the total bid by 39 the Contractor. 40 41 5-05 CEMENT CONCRETE PAVEMENT 42 Section 5-05 is supplemented as follows. 43 44 Construct a concrete pavement with dowels for the pond access road as shown in the Plans. 45 46 Quarry spalls in the ditch along the Pond Access Road shall conform to the grading 47 requirements of Section 9-13.6. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 81 Conformed 21 March 2008 1 5-05.3(11) Finishing 2 Section 5-05.3(11) is supplemented with the following. 4 The final surface texture of the pond access road pavement shall be a rough comb-like 5 finish perpendicular to the centerline of the pavement. Striations in the finish shall be Y2 6 to 3/ inches deep and at 2 to 4 inch spacing. 7 8 5-05.3(12) Surface Smoothness 9 Section 5-05.2(12) is revised as follows. 11 Delete first six (6) paragraphs. Revise the seventh paragraph to read as follows. 12 13 Should the surface of the pond access vary more than 3/ inches from the lower edge of 14 the straightedge (not counting intentional rough rake finish) the pavement surface will be 15 corrected by abrasive means at the direction of the Engineer at no expense to the 16 Contracting Agency. 17 18 Revise the eighth paragraph to read as follows. 19 20 The above paragraph also applies to smoothness perpendicular to the centerline for the 21 pond access road. 22 23 5-05.3(20) Cement Concrete Driveways 24 The vacant Section 5-05.3(20) is replaced with the following: 25 ( * ***) 26 Cement concrete driveways shall be 6-inch-thick cement concrete pavement placed on a 27 2-inch-thick layer of crushed surfacing top course. Joints, curing, and finish shall meet 28 the requirements of Section 8-14. 29 30 5-05.4 Measurement 31 Section 5-05.4 is revised as follows. 32 (******) 33 "Cement Concrete Pavement— Pond Access Road" per square yard will be measured by the 34 plan surface area of the competed pavement. Areas paved beyond the limits shown in the 35 plans will not be measured. 36 37 The CSTC base beneath cement concrete driveways and Cement Concrete Driveway 38 Entrances Type 6 will be measured by the ton for base placed within the limits shown in the 39 Plans. 40 41 Cement concrete driveways will be measured by the square yard of finished concrete surface. 42 43 Cement Concrete Driveway Entrances Type 1 will be measured by the square yard per 44 Section 8-06. 45 46 Gravel base for the base of the pond maintenance road will be measured by the ton. 47 48 Quarry spalls — 8-inch lining the ditch above the west side of the pond access road will be 49 measured by the ton. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 82 Conformed 21 March 2008 1 5-05.5 Payment 2 Section 5-05.5 is revised as follows. 3 (******) 4 Payment will be made in accordance with Section 1-04.1, for each of the following items that are 5 included in the proposal. 6 7 "Cement Concrete Pavement— Pond Access Road" per square yard shall be full pay for 8 furnishing, placing, finishing and curing the cement concrete pavement including furnishing and 9 installing epoxy coated dowel bars and tie bars as shown in the Plans and in the Standard 10 Plans. - 11 12 "Gravel Base Incl. Haul," per ton 13 14 "Quarry Spalls — 8-Inch," per ton 15 16 "Crushed Surfacing Top Course," per ton 17 18 "Cement Conc. Driveway," per square yard, shall be full pay for constructing the driveway, 19 including clearing and grubbing, roadway excavation, providing and constructing the cement 20 concrete driveway surface, maintaining access to the property during construction, and 21 restoration of areas disturbed during construction. 22 23 "Cement Concrete Driveway Entrances Type 1," per square yard shall be full pay for 24 constructing the driveway entrance, including clearing and grubbing, excavation, providing and 25 constructing the driveway entrance surface, maintaining access to the property during 26 construction, and restoration of areas disturbed during construction. 27 28 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 83 Conformed 21 March 2008 1 DIVISION 6 2 3 STRUCTURES 4 5 6-02 CONCRETE STRUCTRUES 6 7 6-02.3 Construction Requirements 8 Section 6-02.3 is supplemented with the following: 9 10 Proportioning Materials 11 12 Contractor Mix Design 13 14 Section 6-02.3(2)A is supplemented with the following: 15 16 (April 30, 2001) 17 When combined aggregate gradation is used for structural concrete, the 18 Contractor's mix design shall include a plot of the combined gradation on the 19 0.45 power curve showing that the proposed gradation conforms to Section 9- 20 03.1(5). The requirement for the fine aggregate to conform to Section 9-03.1(2) 21 Class 1 or Class 2 gradation is eliminated when using a combined gradation. 22 23 Certification of Compliance 24 25 Section 6-02.3(5)6 is supplemented with the following: 26 27 (April 30, 2001) 28 When combined aggregate gradation is used for structural concrete, the 29 Certificate of Compliance shall include: 30 31 ■ Manufacturer plant (batching facility) 32 ■ Contracting Agency Contract number 33 ■ Date 34 o Time batched 35 ■ Truck No. 36 ■ Initial revolution counter reading 37 ■ Quantity (quantity batched this load) 38 • Type of concrete by class and producer design mix number 39 ■ Cement producer, type, and Mill Certification No. (The mill test number as 40 required by Section 9-01.3) 41 ■ Fly ash (if used) brand and type 42 ■ Mix design weight per cubic yard and actual batched weights for: 43 - Cement 44 - Fly ash (if used) 45 - Aggregate components and moisture contents (each size) 46 - Water(including free moisture in aggregates) 47 - Admixtures brand and total quantity batched 48 - Air-entraining admixture 49 - Water reducing admixture 50 - Other admixtures Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 84 Conformed 21 March 2008 1 2 Conformance to Mix Design 3 4 Section 6-02.3(5)C is supplemented with the following: 5 6 (January 5, 2004) 7 When combined aggregate gradation is used for structural concrete, the 8 specified fine and course aggregate weight tolerance shall not apply. 9 10 (August 5, 2002) 11 Placing Anchor Bolts 12 Section 6-02.3(18) Placing Anchor Bolts 13 Section 6-02.3(18) is supplemented with the following: 15 Resin Bonded Anchors 16 The Contractor shall submit Items 1 and 2 to the Engineer for all resin bonded anchor 17 systems. If the resin bonded anchor system and anchor diameter are not listed in the 18 current WSDOT Qualified Products List, the Contractor shall also submit Item 3 to the 19 Engineer. 20 21 1. The resin manufacturer's written installation procedure for the anchors. Resin 22 bonding material used in overhead and horizontal application shall be specifically 23 recommended by the resin manufacturer for those applications. 24 25 2. The manufacturer's certificate of compliance for the threaded anchor rod certifying 26 that the anchor rod meets the requirements of this Special Provision. 27 28 3. Test results by an independent laboratory certifying that the threaded anchor rod 29 system meets the ultimate anchor tensile load capacity specified in Section 6-02.2 30 as supplemented in these Special Provisions. The tests shall be performed in 31 accordance with ASTM E 488. 32 33 The embedment depth of the anchors shall be as specified in the Plans. If the 34 embedment depth of the anchor is not specified in the Plans then the embedment depth 35 shall be as specified in the table of minimum and maximum torque below. 36 37 The anchors shall be installed in accordance with the resin manufacturer's written 38 procedure. 39 40 Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary 41 hammer drill when core drilling is not specified in the Plans. If holes are core drilled, the 42 sides of the holes shall be roughened with a rotary hammer drill after core drilling. m 43 44 Holes shall be prepared in accordance with the resin manufacturer's recommendations 45 and shall meet the minimum requirements as specified herein. Holes drilled into 46 concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the 47 threaded rod and resin bonding material. Holes shall not have any standing liquid at the 48 time of installation of the threaded anchor rod. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 85 Conformed 21 March 2008 1 Threaded anchors shall not be installed in submerged liquid environments unless 2 specifically recommended by the resin manufacturer. The Contractor shall submit tests 3 performed by an independent laboratory that certifies anchors installed in a submerged 4 environment meet the strength requirements specified in Section 6-02.2 as 5 supplemented in these Special Provisions. 6 7 The anchor nuts shall be tightened to the following torques when the embedment equals 8 or exceeds the minimum embedment specified. 9 10 Minimum 11 Anchor Minimum Maximum Embedment 12 Diameter (inch) Torque (ft-Ibs) Torque (ft-Ibs) (Inch) 13 14 3/8 12 18 3-3/8 15 1/2 22 35 4-1/2 16 5/8 55 80 5-5/8 17 3/4 106 140 6-3/4 18 7/8 165 190 7-7/8 19 1 195 225 9 20 1-1/4 370 525 11-1/4 21 22 When the anchor embedment depth is less than the minimum values specified, the 23 anchor nuts shall be tightened to the torque values specified in the Plans, or as 24 recommended by the resin bonded anchor system manufacturer and approved by the 25 Engineer. 26 27 6-02.4 Measurement 28 Section 6-02.4 is supplement as follows. 29 30 Type 3 Retaining Wall from B Station 215+55 to B Station 216+20.1 will be measured by square 31 foot of the retaining wall stem front face constructed in accordance with the Plans. The bottom 32 limit for vertical measurement will be the top of the footing. 33 34 6-02.5 Payment 35 Section 6-02.5 is supplemented with the following: 36 37 Payment for the Type 3 Retaining Wall from B Station 215+55 to B Station 216+90 will be made 38 as follows 39 40 "Retaining Wall Type 3," per square foot will be full pay for construction of the retaining wall as 41 shown in the Plans, including forming, concrete, reinforcing steel, special architectural finish and 42 application of pigmented sealer. 43 "Gravel Backfill for Wall," per cubic yard 44 "Gravel Backfill for Drains," per cubic yard 45 "Cement Conc. Gutter," per linear foot 46 "Black Coated Chain Link Fence Type 6," per linear foot 47 "Structure Excavation Class B Incl. Haul," per cubic Yard 48 49 Payment for the reinforced concrete stem wall, footing, and gravel backfill from B Station 50 215+00 to 215+40 will be included in the unit price per square foot for structural earth wall. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 86 Conformed 21 March 2008 1 6-06 BRIDGE RAILINGS 2 3 6-06.1 Description 4 Section 6-06.1 is supplemented with the following: 5 6 This work consists of providing and building steel traffic railing secured to the moment slab atop 7 the SEWS that meets the requirements of the Plans, these specifications, and the Engineer. 8 9 6-06.3 Construction Requirements 10 Section 6-06.3 is supplemented with the following: 11 12 Before fabricating the railing components, the Contractor shall submit Shop Drawings to the 13 Engineer for approval. The approval of the Shop Drawings shall be understood to be an 14 acceptance of the character and sufficiency of the details, and not a check of the dimensions. 15 16 The bridge railing shall be painted in accordance with Section 6-07 for Painting New Steel 17 Structures. Paint for new steel shall be applied in accordance with Section 6-07.3(1). The color 18 of the third coat, when dry, shall match Federal Standard FS 27038; Name - Black. 19 20 6-06.4 Measurement 21 Section 6-06.4 is supplemented with the following: 22 23 SEW Steel Traffic Railing will be measured by the linear foot determined by the limits shown in 24 the plans. 25 26 6-06.5 Payment 27 Section 6-06.5 is supplemented with the following: 28 29 Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the u 30 following bid items: 31 32 "SEW Steel Traffic Railing," per linear foot 33 34 The unit Contract price per linear foot for"SEW Steel Traffic Railing" shall include all costs 35 associated with providing and installing the railings mounted on the moment slab including 36 anchors, bolts, anchor plates, and grout as shown in the Plans: 37 38 6-07 PAINTING 39 Section 6-07.2 is supplemented with the following: 40 ** ) 41 Powder Coating Materials 42 The powder coating system shall consist of two components, an epoxy primer coat and a 43 polyester finish coat. 44 45 The epoxy primer coat shall be an epoxy powder primer conforming to the following 46 requirements: 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 87 Conformed 21 March 2008 1 Property Specification Performance Requirement 2 3 Adhesion ASTM D 3359 - Method B B5 (no failure) 4 5 Flexibility ASTM D 522 — Method B Pass 1/8" Mandrel Bend 6 7 Pencil Hardness ASTM D 3363 H Plus 8 9 Specific Gravity ASTM D 792 1.25 Minimum 10 11 The polyester finish coat shall conform to American Architectural Manufacturers 12 Association (AAMA) Specification 2604. 13 14 The color of the powder coating system alternative polyester finish coat shall be the same as 15 the color specified elsewhere in these Special Provisions for the conventional paint system 16 alternative finish coat. 17 18 Construction Requirements 19 Painting Galvanized Surfaces 20 Section 6-07.3(4) is supplemented with the following 21 22 **) 23 Powder Coating of Galvanized Surfaces 24 As and alternative to applying the specifies two-coat conventional paint system over the 25 galvanized surfaces to be painted, the Contractor may apply a powder coating system in 26 accordance with the following requirements: 27 28 Submittals 29 The Contractor shall submit the following information to the engineer for approval: 30 31 1. The name, location, and contact information (mail address, phone, and e-mail) 32 for the firm performing the powder coating operation. 33 34 2. Quality assurance and quality control programs established and followed by the 35 firm performing the powder coating operation. 36 37 3. Project specific powder coating plan, including identification of the powder 38 coating material used (and manufacturer), and specific cleaning, surface 39 preparation, pre-heating, power coating application, curing, shop and field 40 coating repair, handling, and storage processes to be take for the assemblies 41 being coated for this project. 42 43 Galvanizing 44 Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the 45 specific assemblies and surfaces receiving the powder coating after galvanizing, to 46 ensure that the galvanizing method used on these assemblies is compatible with 47 subsequent application of a powder coating system. Specifically, such assemblies shall 48 neither be water-quenched, nor receive a chromate conversion coating, as part of the 49 galvanizing operation. 50 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 88 Conformed 21 March 2008 1 Galvanized Surface Cleaning Preparation 2 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 3 coating in accordance with ASTM D 6386, and the project specific powder coating plan 4 as approved by the Engineer. 5 6 Assemblies conforming to the ASTMD 6386 definition for newly galvanized steel shall 7 receive surface smoothing and surface cleaning in accordance with ASTM D 6386 8 Section 5, and surface preparation in accordance with ASTM D 6386, Section 5.4.1. 9 10 Assemblies conforming to the ASTm D 6386 defintion for partially weathered galvanized 11 steel shall be checked and prepared in accordance with ASTM D 6386 Section 6, before 12 then receiving surface smoothing and surface cleaning in accorfdance with ASTM D 13 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section 14 5.4.1. 15 16 Assemblies conforming to the ASTM D 6386 definition for weathered galvanized steel 17 shall be prepared in accordance with ASTM D 6386 Section 7. 18 19 Powder Coating Application and Curing 20 After surface preparation, the two component powder coating shall be applied in 21 accordance with the powder coating manufacturer's recommendations, the project 22 specific powder coating plan as approved by the Engineer, and as follows: 23 24 1. Pre-heat 25 26 2. Apply the epoxy primer coat, followed by a partial cure. 27 28 3. Apply the polyester finish coat, followed by the finish cure. 29 30 Testing 31 The firm performing the powder coating operation shall conduct, or make arrangements 32 for, QA/QC testing on all assemblies receiving powder coating for this project, in 33 accordance with the powder coating firm's QA/QC program as documented in item 2 of 34 the Submittal subsection of the Special Provision. At a minimum, the QA/QC testing 35 shall test for the following requirements: 36 37 1. Visual inspection for the presence of coating holidays, and other 38 unacceptable surface imperfections. 39 40 2. Coating thickness measurement in accordance with Section 6-07.3(5). The 41 minimum thickness of the expoxy primer coating and polyester finish coating 42 shall be 3 mils each. 43 44 3. Hardness testing in accordance with AAMA 2604 and ASTM D 3363. 45 46 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum 47 adhesions for both the epoxy primer coat alone and for the complete two 48 component coating system. 49 50 The results of the QA/QC testing shall be documented in a QA/QC report, and submitted 51 to the Engineer for approval. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 89 Conformed 21 March 2008 1 2 The Engineer shall be provided notice and access to all assemblies at the powder 3 coating facility for the purpose of Contracting Agency acceptance inspection, including 4 notice and access to witness all hardness and adhesion testing performed by the firm 5 conducting the QA/QC testing, in accordance with Section 1-05.6. 6 7 Assemblies not meeting the above requirements will be subject for rejection by the 8 Engineer. Rejected assemblies shall be repaired or re-coated by the Contractor, at no 9 additional expense to the Contracting Agency, in accordance with the project specific 10 powder coating plan as approved by the Engineer until the assemblies satisfy the 11 acceptance testing requirements. 12 13 Assemblies shall not be shipped from the powder coating firm's facility to the project site 14 until the Contractor receives the Engineer's approval of the QA/QC Report and assembly 15 inspection performed by the Engineer. 16 17 Coating Protection For Shipping, Storage, and Field Erection 18 After curing and acceptance, the Contractor shall individually wrap the coated 19 assemblies with multiple layers of bubble wrap, or other protective wrapping materials 20 specified in the project specific powder coating plan as approved by the Engineer. 21 22 During storage and shipping, each wrapped assembly shall be separated from other 23 wrapped assemblies by expanded polystyrene spacers and other spacing materials 24 specified in the project specific powder coating plan as approved by the Engineer. 25 26 After erection, all coating damage due to the Contractor's shipping, storage, handling, 27 and erection operations shall be repaired by the Contractor, at no additional expense to 28 the Contracting Agency, in accordance with the project specific powder coating plan as 29 approved by the Engineer. 30 31 6-10 CONCRETE BARRIER 32 33 6-10.1 Description 34 The following types of cast-in-place sections shall be constructed where shown and as detailed 35 in the Plans: 36 37 On Top of Structural Earth Walls: 38 39 Moment Slab 40 41 6-10.4 Measurement 42 Moment Slab will be measured by the linear feet of completed moment slab measured along the 43 B-Line determined by the limits shown in the Plans. 44 45 6-10.5 Payment 46 Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the 47 following bid items: 48 49 "Moment Slab," per linear foot 50 51 "Moment Slab," per linear foot Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 90 Conformed 21 March 2008 1 The unit Contract price per linear foot for"Moment Slab" shall include all costs associated with 2 furnishing and constructing the moment slab as shown in the Plans, including the curb 3 supporting the Steel Traffic Railing. 4 5 Payment for luminaire poles, anchor bolt, plates, washers, and nuts shall be included in the 6 respective lump sum "Illumination System" bid item. 7 8 6-13 STRUCTURAL EARTH WALLS 9 10 Section 6-13.2 is supplemented with the following: 11 12 6-13.1 Description 13 Structural earth walls from B Station 208+00.0, 39.5 `RT, to B Station 208+70.0, 39.5' RT and 14 from B Station 211+60.0, 35.7 `RT, to B Station 215+40.0, 36.46' RT, shall be faced with 15 precast concrete panels. 16 17 6-13.2 Materials 18 19 Pigmented Sealer 20 The precast concrete panels, moment slab and top curb shall be coated with a pigmented 21 sealer to the limits shown on the Plans. The pigmented sealer shall be in accordance with the 22 requirements for the pigmented sealer shown in Section 6-16 for the Soldier Pile and Soldier 23 Pile Tieback Walls Concrete Fascia Panels. Color shall be light gray. 24 25 Concrete Leveling Pad 26 Leveling pad concrete shall be commercial concrete in accordance with Section 6-02.3(2)B. 27 28 Backfill for Precast Concrete Panel Faced Structural Earth Wall 29 All backfill material within the structural earth wall reinforced zone shall be free draining, free 30 from organic or otherwise deleterious material. 31 32 Backfill material within the reinforced zone shall conform to Section 9-03.14(1), except that the 33 maximum particle size for walls with geogrid reinforcement shall not exceed 1-1/4 inches. 34 35 All material within the structural earth wall reinforced zone shall be substantially free of shale or 36 other soft, poor durability particles, and shall not contain recycled materials, such as glass, 37 shredded tires, Portland cement concrete rubble, or asphaltic concrete rubble. The material 38 shall meet the following aggregate durability requirements: 39 40 Property Test Method Allowable Test Value 41 Los Angeles Wear, AASHTO T 96 35 percent max. 42 500 rev. 43 Degradation WSDOT Test Method 113 15 percent min. 44 45 For walls with metallic soil reinforcement, all material within the structural earth wall reinforced 46 zone shall meet the following chemical requirements: 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 91 Conformed 21 March 2008 1 Propert y Test Method Allowable Test Value 2 Resistivity WSDOT Test Method 417 3,000 ohm-cm, min. 3 pH WSDOT Test Method 417 5 to 10 4 Chlorides AASHTO T 291 100 ppm max. 5 Sulfates AASHTO T 290 200 ppm max. 6 7 If the resistivity of the backfill material equals or exceeds 5,000 ohm-cm, the specified chloride 8 and sulfate limits may be waived. 9 10 For walls with geogrid soil reinforcement, all material within the structural earth wall reinforced 11 zone shall meet the following chemical requirements: 12 13 Propert y Test Method Allowable Test Value 14 pH WSDOT Test Method 417 4.5 to 9 15 16 Wall backfill material satisfying these gradation, durability, and chemical requirements shall be 17 classified as nonaggressive. 18 19 Proprietary Materials 20 ARES Modular Panel Wall System 21 Tensar Geogrid Materials 22 Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product 23 listed in Appendix D of the current WSDOT Qualified Products List (QPL). The 24 values of Ta, and T,,t as listed in the QPL for the products used shall meet or 25 exceed the values required for the wall manufacturer's reinforcement design as 26 specified in the structural earth wall design calculation and working drawing 27 submittal. 28 29 The minimum ultimate tensile strength of the geogrid shall be a minimum 30 average roll value (the average test results for any sampled roll in a lot shall meet 31 or exceed the values shown in Appendix D of the current WSDOT QPL). The 32 strength shall be determined in accordance with ASTM D 6637 for multi-rib 33 specimens. 34 35 The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be 36 a minimum of 70 percent strength retained after 500 hours in the weatherometer. 37 38 The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to 39 the wall or slope face) ribs that make up the geogrid shall be perpendicular to 40 one another. The maximum deviation of the cross-rib from being perpendicular 41 to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid 42 width. The maximum deviation of the cross-rib at any point from a line 43 perpendicular to the longitudinal ribs located at the cross-rib (bow) shall be 0.5 44 inches. 45 46 The Engineer will take random samples of the geogrid materials at the job site. 47 Approval of the geogrid materials will be based on testing of samples from each 48 lot. A"lot" shall be defined as all geogrid rolls sent to the project site produced 49 by the same manufacturer during a continuous period of production at the same 50 manufacturing plant having the same product name. The Contracting Agency Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 92 Conformed 21 March 2008 will require 14 calendar days maximum for testing the samples after their arrival 2 at the WSDOT Materials Laboratory in Tumwater, WA. 3 4 The geogrid samples will be tested for conformance to the specified material 5 properties. If the test results indicate that the geogrid lot does not meet the 6 specified properties, the roll or rolls which were samples will be rejected. Two 7 additional rolls for each roll tested which failed from the lot previously tested will 8 then be selected at random by the Engineer for sampling and retesting. If the 9 retesting shows that any of the additional rolls tested do not meet the specified 10 properties, the entire lot will be rejected. If the test results from all the rolls 11 retested meet the specified properties, the entire lot minus the roll(s) which failed 12 will be accepted. 13 14 All geogrid materials which have defects, deterioration, or damage, as 15 determined by the Engineer, will be rejected. All rejected geogrid materials shall 16 be replaced at no expense to the Contracting Agency. 17 18 Except as otherwise noted, geogrid identification, storage and handling shall 19 conform to the requirements specified in Section 2-12.2. The geogrid materials 20 shall not be exposed to temperatures less than —20F and greater than 122F. 21 22 Rubber bearing pads shall be a type and grade as recommended by Tensar Earth 23 Technologies, Inc. 24 25 Geosynthetic joint cover for all horizontal and vertical joints shall be a non-woven 26 geosynthetic as recommended by Tensar Earth Technologies, Inc. Adhesive used to 27 attach the geosynthetic to the rear of the precast concrete facing panel shall be as 28 recommended by Tensar Earth Technologies, Inc. 29 30 MSE Plus Wall 31 Pins connecting the reinforcing mesh to the precast concrete panels shall conform to 32 AASHTO M 32 and shall be galvanized in accordance with AASHTO M 111. Damage to 33 the galvanizing shall be repaired with one coat of Formula A-9-73 paint conforming to 34 Section 9-08.2. 35 36 Bearing pads shall be serrated high-density polyethylene (HDPE) copolymer pads with a 37 Shore Hardness between 55 and 65. 38 39 Filter fabric joint cover for all horizontal and vertical joints shall be non-woven 40 geosynthetic conforming to AASHTO M 288. Adhesive used to attach the geosynthetic 41 to the rear of the precast concrete facing panel shall be as recommended by SSL, LLC. 42 43 Reinforced Earth Wall 44 Reinforcing strips shall be shop fabricated from hot rolled steel conforming to ASTM A 45 572 Grade 65 or approved equal, and shall be galvanized after fabrication in accordance 46 with AASHTO M 111. Damage to the galvanizing shall be repaired with one coat of 47 Formula A-9-73 paint conforming to Section 9-08.2. 48 49 Bolts and nuts shall conform to Section 9-06.5(3), and shall be galvanized in accordance 50 with AASHTO M 232. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 93 Conformed 21 March 2008 1 Rubber bearing pads shall be a type and grade as recommended by the Reinforced 2 Earth Company. 3 4 Vertical joint filler between panels, when specified in the structural earth wall working 5 drawings, shall be two inch square, flexible open cell polyether foam strips, Grade UU- 6 34, as recommended by the Reinforced Earth Company. 7 8 Filter fabric joint cover for all horizontal and vertical joints, when specified in the 9 structural earth wall working drawings, shall be a pervious woven polypropylene filter 10 fabric as recommended by the Reinforced Earth Company. Adhesive used to attach the 11 fabric material to the rear of the precast concrete facing panel shall be as recommended 12 by the Reinforced Earth Company. 13 14 Reinforced Soil Wall 15 Reinforcing mesh shall be shop fabricated of cold drawn steel wire conforming to 16 AASHTO M 32, and shall be welded into finished mesh fabric conforming to AASHTO M 17 55. Reinforcing mesh shall be galvanized after fabrication in accordance with AASHTO 18 M 111. Damage to the galvanizing shall be repaired with one coat of Formula A-9-73 19 paint conforming to Section 9-08.2. 20 21 Retained Earth Wall 22 Tie strips shall be shop fabricated from hot rolled steel conforming to ASTM A 570 23 Grade 50 or approved equal, and shall be galvanized after fabrication in accordance with 24 AASHTO M 111. Damage to the galvanizing shall be repaired with one coat of Formula 25 A-9-73 paint conforming to Section 9-08.2. 26 27 The embed loops and connector bars shall be fabricated of steel wire conforming to 28 AASHTO M 32, and shall be galvanized after fabrication in accordance with AASHTO M 29 111. 30 31 Filter fabric joint cover for all horizontal and inclined joints shall be a monofilament filter 32 fabric as recommended by Foster Geotechnical. Adhesive used to attach the fabric to 33 the rear of the precast concrete facing panel shall be as recommended by Foster 34 Geotechnical. 35 36 Section 6-13.3 is a new section. 37 38 6-13.3 Construction Requirements 39 40 Precast concrete panel faced structural earth walls shall be constructed of only one of the 41 following wall systems. The Contractor shall make arrangements to purchase the precast 42 concrete panels, soil reinforcement, attachment devices, joint filler, and all necessary incidentals 43 from the source identified with each wall system: 44 45 AIRES Modular Panel Wall System 46 ARES Modular Panel Wall System is a registered trademark of Tensar Earth 47 Technologies, Inc. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 94 Conformed 21 March 2008 1 Tensar Earth Technologies, Inc. 2 5883 Glenridge Drive Suite 200 3 Atlanta, GA 30328 4 (800) 836-7271 5 6 MSE Plus Wall 7 MSE Plus is a registered trademark of SSL, LLC. 8 9 SSL, LLC 10 4740-Suite E Scotts Valley Drive 11 Scotts Valley, CA 95066 12 (831) 430-9300 13 FAX (831) 430-9340 14 15 Reinforced Earth Wall 16 Reinforced Earth is a registered trademark of the Reinforced Earth Company. 17 18 The Reinforced Earth Company 19 1 Orchard Road Suite 220 20 Lake Forest CA, 92630 21 (949) 587-3060 22 23 Reinforced Soil Wall 24 Reinforced Soil is a registered trademark of Hilfiker Retaining Walls. 25 26 Hilfiker Retaining Walls 27 P. O. Box 2012 28 Eureka, CA 95501-2012 29 (707) 443-5093 30 FAX (707) 443-2891 31 32 Retained Earth Wall 33 Retained Earth is a registered trademark of Foster Geotechnical. 34 35 Foster Geotechnical 36 1660 Hotel Circle North Suite 304 37 San Diego, CA 92108 38 (619) 688-2400 39 FAX (619) 688-2499 40 41 Submittals 42 Section 6-13.3(2) is supplemented with the following: 43 44 (April 5, 2004) 45 The following geotechnical design parameters shall be used for the design of the structural 46 earth wall(s): 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 95 Conformed 21 March 2008 1 Soil Wall Retained Foundation 2 Properties Backfill Soil Soil 3 Unit Weight 4 (pcf) 135 130 125 5 Friction Angle 6 (deg) 36 32 34 7 Cohesion (psf) 0 0 0 8 9 AASHTO AASHTO 10 Load Group I Load Group VII 11 Allowable Bearing 12 Capacity (tsf) 2 3 13 Acceleration Coefficient (g) N/A .32 14 15 Precast Concrete Facing Panel Fabrication 16 Section 6-13.3(4) is supplemented with the following: 17 18 (August 2, 2004) 19 Specific Fabrication Requirements for Precast Concrete Panel Faced Structural Earth 20 Walls 21 ARES Modular Panel Wall System 22 The concrete mix for precast concrete facing panels shall be a Contractor mix design in 23 accordance with Section 6-02.3(2)A, producing a minimum compressive strength at 28 24 days of 4,500 psi. The Contractor mix design for precast concrete facing panels shall 25 not include Type III cement unless otherwise approved by the Engineer. 26 27 The slot opening for geogrid attachment in precast concrete facing panels shall be 1/8 28 inch minimum. The Contractor shall test the slot opening of each concrete panel using a 29 feeler gauge furnished by Tensar Earth Technologies, Inc. Concrete panels with slot 30 dimension deviations that allow the feeler gauge to be pulled out of the slot shall be 31 rejected. 32 33 MSE Plus Wall 34 The concrete mix for precast concrete facing panels using soil reinforcement mesh of 35 either 6w20 or 6w24 shall be a Contractor mix design in accordance with Section 6- 36 02.3(2)A, producing a minimum compressive strength at 28 days of 5,000 psi. The 37 Contractor mix design for all precast concrete facing panels shall include Type II cement 38 only. 39 40 Rods forming the internal connection channel in precast concrete facing panels shall be 41 turned within 20 minutes of concrete placement in each concrete panel, and removed 42 between 3 and 24 hours after concrete placement. 43 44 Precast Concrete Facing Panel Erection 45 Section 6-13.3(5) is supplemented with the following. 46 47 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 96 Conformed 21 March 2008 1 (April 5, 2004) 2 Specific Erection Requirements for Precast Concrete Panel Faced Structural Earth Walls 3 MSE Plus Wall 4 The loop pockets and access pockets of the internal connection channel of the precast 5 concrete facing panels shall be cleaned of all backfill and extraneous materials prior to 6 inserting the pins to connect the soil reinforcing mesh to each concrete panel. 7 8 Backfill 9 Section 6-13.3(7) is supplemented with the following: 10 11 (April 5, 2004) 12 Specific Backfill Requirements for Precast Concrete Panel Faced Structural Earth Walls 13 MSE Plus Wall 14 At each wall reinforcement level, the Contractor shall place the Backfill to the level of the 15 connection. Backfill placement and compaction methods shall ensure that no voids exist 16 directly beneath the wall reinforcement near the precast concrete facing panels. 17 18 6-13.4 Measurement 19 Section 6-13.4 is supplemented with the following: 20 21 ( The top limit for vertical measurement for the SEW wall will be the top of the wall or the bottom 22 of the moment slab as shown in the Plans. 23 24 The reinforced concrete stem wall and footing from B Station 215+00 to 215+40 will be 25 measured by the square foot of the completed wall in place per measurement for SEW walls. 26 The bottom limit for vertical measurement will be the top of the footing. 27 28 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 29 30 Section 6-16.3(2) Submittals 31 Section 6-16.3(2) is supplemented with the following: 32 33 The Contractor shall submit a 10-foot x 10-foot sample for the architectural treatment of the 34 concrete fascia panels. This sample shall be fabricated to show a typical top corner of the wall 35 panel to demonstrate the texture and color of the fascia panel side column, top cap, and interior 36 block pattern. This sample shall be fabricated from concrete mixes and forming materials that 37 will be used in construction of fascia panels on the project. The Engineer will approve the 38 sample panels. These panels will be used to accept the fascia on the constructed soldier pile 39 wall. If concrete mixes and/or forming materials are to be used in construction of the soldier pile 40 wall fascia panels, the sample panels shall be remade from the revised materials and submitted 41 to the Engineer for reapproval. 42 43 6-16.3(8) Concrete Fascia Panel 44 Section 6-16.3(8) is supplemented as follows. 45 46 The concrete fascia panels and the panels of the adjacent Type 3 retaining wall shall possess a 47 pattern, texture, and color as shown in Duvall Project Plan W001. 48 49 Each of the soldier pile concrete fascia panels and Type 3 wall panels shall be bordered by a 50 top cap and side columns. The top cap and side columns shall be lightly sandblasted. These 51 parts of the wall shall be coated with a pigmented sealer. The color shall be light gray. The Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 97 Conformed 21 March 2008 1 vertical dimension of the top cap will be 2 feet. The horizontal dimension of the side columns 2 shall be a nominal 2 feet. This dimension shall be the same on both ends of any individual wall 3 panel. This dimension may vary from 1'-10" to 2'-6". The surface of the top cap and side 4 columns shall be flush with the surface of the textured area of the block pattern. 5 6 The block pattern shall be formed with Symons Dura-Tex formliner, 8" x 16" Rock Face Block 7 Pattern, or approved equal. Orient the 16-inch dimension parallel to the top surface of the wall 8 panel. This block pattern part of the wall shall be coated with a pigmented sealer. The color 9 shall be dark gray. 10 11 Horizontal and vertical joints shall be spliced in accordance with the manufacturer's printed 12 instructions. A copy of these printed instructions shall be submitted to the Engineer prior to 13 placement of the form liners. The Contractor shall not place concrete against the form liners 14 until receiving the Engineer's approval of the forms and splices. 15 16 Horizontal splicing of ABS and plastic form liners to achieve the required height is not permitted 17 and there shall be no horizontal joints except as discussed below. The concrete formed with 18 ABS and plastic form liners shall be given and light sandblast to remove the glossy finish. 19 20 Side forms using these form liners may be removed after 24 hours provided a water reducing 21 admixture approved by the Engineer is used in the concrete, and the concrete reaches 1,400 22 psi minimum compressive strength before form removal. Concrete in load supporting forms 23 utilizing these form liners shall be cured in accordance with Section 6-02.3(17)N. Once the 24 forms are removed, the Contractor shall treat joint areas by patching or light sandblasting as 25 required by the Engineer to ensure that the joints are not visible. 26 27 Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners with 28 repairs, patches, or defects which, in the opinion of the engineer, would result in adverse effects 29 to the concrete finish shall not be used. 30 31 Care shall be taken to ensure uniformity of color throughout the textured surface. A change in 32 form release agent will not be allowed. 33 34 All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form ties shall 35 be a type that leaves a clean hole when removed. All spalls and form tie holes shall be filled as 36 specified for a Class 2 surface finish. 37 38 Form liners shall be placed with the faux mortar joints and formliner joints vertical. Horizontal 39 joints in elastomeric form liners are permitted on surfaces greater the 8 feet in height provided 40 that the minimum form liner panel dimension is 8 feet. 41 42 The pigmented sealer shall be a semi-opaque colored toner containing only methyl 43 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution at all times 44 by a chemical suspension agent and solvent. Toning pigments shall be laminar silicates, 45 titanium dioxide and inorganic oxides only. There shall be no settling or color variation. Use of 46 vegetable oil or marine oils, paraffin materials, stearates or organic pigments in any part of 47 coating formulation will not be permitted. 48 49 The pigmented sealer shall be selected from the approved products listed in the WSDOT 50 Qualified Products List, latest edition. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 98 Conformed 21 March 2008 1 6-16.5 Payment 2 Section 6-16.5 is supplemented with the following: 3 4 (April 5, 2004) 5 "Removing Soldier Pile Shaft Obstructions," estimated 6 7 Payment for removing obstructions, as defined in Section 6-16.3(3), will be made for the 8 changes in shaft construction methods necessary to remove the obstruction. The Contractor 9 and the Engineer shall evaluate the effort made and reach agreement on the equipment and 10 employees utilized, and the number of hours involved for each. Once these cost items and their 11 duration have been agreed upon, the payment amount will be determined using the rate and 12 markup methods specified in Section 1-09.6. For the purpose of providing a common proposal 13 for all bidders, the Contracting Agency has entered an amount for the item "Removing Soldier 14 Pile Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. 15 16 If the shaft construction equipment is idled as a result of the obstruction removal work and 17 cannot be reasonably reassigned within the project, then standby payment for the idled 18 equipment will be added to the payment calculations. If labor is idled as a result of the 19 obstruction removal work and cannot be reasonably reassigned within the project, then all labor 20 costs resulting from Contractor labor agreements and established Contractor policies will be 21 added to the payment calculations. 22 23 The Contractor shall perform the amount of obstruction work estimated by the Contracting - 24 Agency within the original time of the Contract. The Engineer will consider a time adjustment 25 and additional compensation for costs related to the extended duration of the shaft construction 26 operations, provided: 27 28 1. the dollar amount estimated by the Contracting Agency has been exceeded, and 29 30 2. the Contractor shows that the obstruction removal work represents a delay to the 31 completion of the project based on the current progress schedule provided in 32 accordance with Section 1-08.3. 33 34 Payment for"Furnishing Soldier Pile W21 x68, per each shall include C15 walers and associated 35 connection plates and all shop and field fabrication and welding. 36 37 Section 6-17 is a new section. 38 39 6-17 PERMANENT GROUND ANCHORS 40 6-17.1 Materials 41 Section 6-17.2 is supplemented with the following: 42 43 (December 4, 2006) 44 Permanent Ground Anchor Materials and Components - 45 A permanent ground anchor system is a structural system used to transfer tensile loads to soil 46 or rock. A permanent ground anchor system may also be specified in the Plans as an anchor, a 47 ground anchor, or a tieback. A permanent ground anchor system includes all prestressing steel, 48 anchorage devices, grout, coatings, sheathings and couplers if used. 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 99 Conformed 21 March 2008 I The Contractor shall either select a permanent ground anchor system from the Qualified 2 Products List or submit the following information to the Engineer for approval: 3 4 1. Catalogue cuts or Manufacturer's Certificates of Compliance for anchorage 5 covers, bond breaker, centralizers, corrosion inhibiting grease, end caps, grout 6 admixtures, and strand tendon spacers. 7 8 2. Manufacturer's Certificates of Compliance for anchor heads, anchor head 9 wedges, bar tendon nuts, bar tendon couplers, tendon encapsulation tubing, 10 trumpet assemblies, and bar tendons or strand tendons. The Manufacturer's 11 Certificates of Compliance for the anchorhead wedges (grippers), and bar tendon 12 nuts and couplers, shall confirm compliance with the specified strength 13 requirements. 14 15 If the Contractor selects a permanent ground anchor system from the Qualified Products List 16 (QPL), the Contractor shall submit, to the Engineer, a certificate from the permanent ground 17 anchor system fabricator/supplier confirming that the material specifications of the permanent 18 ground anchor system components as furnished conform to those specified in the QPL 19 submittal as approved by WSDOT. 20 21 Component Material Specifications 22 Anchorage covers shall have a minimum thickness of 0.20 inches and shall conform to either 23 ASTM A 53 for pipe, or ASTM A 500 for tubing, or ASTM A 36, ASTM A 529, ASTM A 572, 24 ASTM A 588, or AASHTO M 270 for fabricated steel. 25 26 Anchorheads shall conform to either ASTM A 36, AASHTO M 169 Grades 1040 or 1045, ASTM 27 A 521 Grade 1045, ASTM A 576 Grade 1045, or ASTM A 536 Grade 80-55-06. 28 29 Bearing plates shall conform to either ASTM A 36, ASTM A 572, ASTM A 588, AASHTO M 270, 30 ASTM A 529, or ASTM A 536. 31 32 Anchorhead wedges (grippers) shall conform to AASHTO M 169 Grade 121_14, case hardened 33 0.012 to 0.015 inches deep to Rockwell C 59 to 65. 34 35 Bar tendon nuts shall conform to either ASTM A 29 Grade C1045, ASTM A 521 Class CF, 36 AASHTO M 169 Grades 1117 or 1144, or ASTM A 536 Grade 100-70-03, and shall be capable 37 of developing 100 percent of the GUTS of the bar tendon. 38 39 Bondbreaker shall conform to the requirements of Section 4.7 of the Post-Tensioning Institute 40 "Recommendations for Prestressed Rock and Soil Anchors", Fourth Edition - 2004, and shall be 41 fabricated from a smooth plastic tube or pipe having the following properties: 42 43 1. Resistant to chemical attack from aggressive environments, grout or grease; 44 2. Resistant to aging by ultra-violet light; 45 3. Fabricated from material nondetrimental to the tendon; 46 4. Capable of withstanding abrasion, impact, and bending during handling and installation; 47 5. Enable the tendon to elongate during testing and stressing; and 48 6. Allow the tendon to remain unbonded after lock-off. 49 _. 50 Centralizers shall be fabricated from plastic, steel, or material which is nondetrimental to the 51 prestressing steel. Wood shall not be used. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 100 Conformed 21 March 2008 1 2 Corrosion inhibiting grease shall conform to the requirements of Section 3.2.5 of the Post- 3 Tensioning Institute, "Specification For Unbonded Single Strand Tendons". 4 5 Couplers for bar tendons, if required, shall be furnished by the manufacturer of the bar tendons 6 and shall be AASHTO M 169 Grades 1045, 1117 or 1144, ASTM A 519 Grade 1026, or 7 equivalent steel developing 100 percent of the GUTS of the bar tendon without evidence of any 8 failure. Couplers shall be placed in the bond zone. Couplers for strand tendons will not be 9 allowed. 10 11 End caps shall conform to ASTM D 3350 Class PE324420C, Class PE334410C, or Class 12 PE335400C, ASTM D 1248, and AASHTO M 252, ASTM D 1784 Class 1346B, ASTM A 653, or 13 ASTM A 36. 14 15 Grout shall be a neat cement grout or a sand-cement grout. The compressive strength for the 16 grout shall be as required by the tieback manufacturer and as approved by the Engineer. Grout 17 components shall be as follows: 18 19 Admixtures shall conform to the requirements of Section 9-23.6. Expansive admixtures shall 20 only be added to the grout used for filling sealed encapsulations, trumpets and anchorage 21 covers. Accelerators will not be permitted. Admixtures shall be compatible with prestressing 22 steels and mixed in accordance with the manufacturer's recommendations. 23 24 Aggregates shall conform to the requirements of Section 9-03. 25 26 Cement shall conform to the requirements of Section 9-01, and shall not contain lumps or other 27 indications of hydration. 28 29 Prestressing steel shall consist of either bar tendons with an ultimate tensile strength of 150 ksi 30 conforming to AASHTO M 275 Type Il, or strand tendons with an ultimate tensile strength of 270 31 ksi conforming to AASHTO M 203. The Contractor shall submit certified mill test results and 32 typical stress-strain curves along with samples from each heat, properly marked, for the 33 prestressing steel to the Engineer. The typical stress-strain curve shall be obtained by 34 approved standard practices. The guaranteed ultimate strength, yield strength, elongation, and 35 composition shall be specified. 36 37 Strand tendon spacers shall be fabricated from plastic, steel, or material which is nondetrimental 38 to the prestressing steel. Wood shall not be used. 39 40 Tendon encapsulation, when specified in the Plans to provide additional corrosion protection, 41 shall be fabricated from one of the following: 42 43 1. High density corrugated polyehtylene (PE) tubing conforming to the requirements 44 of ASTM D 3350 Class PE334410C, Class PE335520C or Class PE335400C, 45 ASTM D 1248, and AASHTO M 252 and having a nominal wall thickness of 40 46 mils or greater. 47 48 2. Corrugated, polyvinyl chloride (PVC) tubing conforming to ASTM D 1784, Class 49 13464-13, and having a nominal wall thickness of 40 mils or greater. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 101 Conformed 21 March 2008 1 Trumpet providing the transition from the bearing plate to the unbonded length corrosion 2 protection shall be fabricated from a steel pipe or tube conforming to the requirements of ASTM 3 A 53 for pipe or ASTM A 500 for tubing. The trumpet shall have a minimum wall thickness of 4 0.20 inches, and shall be seal welded to the bearing plate. The seal weld shall be visually 5 inspected only, in accordance with Section 6-03.3(25)A. 6 7 Construction Requirements 8 9 Testing And Stressing 10 11 Verification Testing 12 Section 6-17.3(8)A is supplemented with the following: 13 14 No verification testing is required. 15 16 Performance Testing 17 The performance test schedule following the second paragraph of Section 6-17.3(8)B is revised 18 to read as follows: 19 20 (August 1, 2005) 21 Performance Test Schedule 22 23 Load Resistance Load Factor 24 Factor Design Design 25 Method (LRFD) Method (LFD) 26 27 Load Load 28 29 AL AL 30 0.25FDL 0.25DL 31 AL AL 32 0.25FDL 0.25DL 33 0.50FDL 0.50DL 34 AL AL 35 0.25FDL 0.25DL 36 0.50FDL 0.50DL 37 0.75FDL 0.75DL 38 AL AL 39 0.25FDL 0.25DL 40 0.50FDL 0.50DL 41 0.75FDL 0.75DL 42 1.00FDL 1.00DL 43 AL AL 44 0.25FDL 0.25DL 45 0.50FDL 0.50DL 46 0.75FDL 0.75DL 47 1.00FDL 1.00DL 48 1.15FDL 1.25DL 49 AL AL 50 Jack to lock-off load 0.25DL 51 0.50DL Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 102 Conformed 21 March 2008 1 0.75DL 2 1.00DL 3 1.25DL 4 1.50DL 5 AL 6 Jack to lock-off load 7 8 Where: AL - is the alignment load 9 DL— is the design load 10 FDL - is the factored design load. 11 12 Proof Testing 13 The proof test schedule following the first paragraph of Section 6-17.3(8)C is revised to read as 14 follows: 15 16 (August 1, 2005) 17 Proof Test Schedule 18 19 Load Resistance Load Factor 20 Factor Design Design Method 21 Method (LRFD) (LFD) 22 23 Load Load 24 25 AL AL 26 0.25FDL 0.25DL 27 0.50FDL 0.50DL 28 0.75FDL 0.75DL 29 1.00FDL 1.00DL 30 1.15FDL 1.25DL 31 Jack to lock-off load 1.50DL 32 Jack to lock-off load 33 34 Where: AL - is the alignment load 35 DL - is the design load 36 FDL - is the factored design load 37 38 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 103 Conformed 21 March 2008 1 DIVISION 7 2 3 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, 4 WATER MAINS, AND CONDUITS 5 6 7-01 DRAINS 7 8 7-01.2 Materials 9 The second paragraph of Section 7-01.2 is revised as follows: 10 (******) 11 Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, 12 aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated 13 (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride 14 (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify 15 the type to be used. 16 17 7-01.3 Construction Requirements 18 Section 7-01.3 is revised as follows: 20 The second paragraph is revised as follows: 21 PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as 22 described in Section 9 04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be 23 jointed with snap on, screw on, or wraparound coupling bands as recommended by the 24 manufacturer of the tubing. 25 26 The sixth paragraph is revised as follows: 27 PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in 28 Section 9 04.8 or solvent cement as described in Section 9 04.9, at the option of the Contractor 29 unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage 30 tubing underdrain pipe shall be jointed with snap on, screw on, or wraparound coupling bands, 31 as recommended by the manufacturer of the tubing. 32 33 7-01.4 Measurement 34 Section 7-01.4 is supplemented adding the following: 35 When the Contract does not include "Structure Excavation Class B" or "Structure Excavation 36 Class B Incl. Haul" as a pay item, all costs associated with these items shall be included in other 37 Contract pay items. 38 39 7-01.5 Payment 40 Section 7-01.5 is supplemented as follows: 41 42 "Underdrain Pipe 6-In. Diam.," per linear foot 43 "Underdrain Pipe 8-In. Diam.," per linear foot 44 "Gravel Backfill for Drain," per cubic yard 45 46 Costs for geotextile fabric and pipe connecting to the underdrain gravel backfill is incidental to 47 the cost of the underdrain pipe. 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 104 Conformed 21 March 2008 1 7-04 STORM SEWERS 2 3 7-04.1 Description 4 This section is supplemented as follows: 5 6 This work will include a storm sewer cleanout at the interface of the rock wall and the soldier pile 7 retaining wall as shown on the Plans. 8 9 7-04.2 Materials 10 The second paragraph of Section 7-04.2 is revised as follows: 11 (..k.....) 12 Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, 13 it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated 14 corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 15 9-05.4 and 9-05.5. 16 17 PE shall be corrugated high-density polyethylene pipe CPEP (N-12). CPEP pipes shall have a 18 Mannings "n" value of 0.12 19 20 The Contractor shall require pipe suppliers to furnish certificates signed by their authorized 21 representative, stating the specifications to which the materials or products were manufactured. 22 The Contractor shall provide 2 copies of these certifications to the Engineer for approval. 23 Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. 24 25 Approval of certificates shall be considered only as tentative acceptance of the materials and 26 products, and such action by Engineer will not relieve Contractor of his/her responsibility to 27 perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and 28 Contractor's own expense. 29 30 7-04.4 Measurement 31 The first paragraph of Section 7-04.4 is revised as follows: 32 (......) 33 34 Storm sewer pipes will be measured as 35 36 "Corrugated Polyethylene Storm Sewer Pipe 12-In. Diam.," per linear foot. 37 "Corrugated Polyethylene Storm Sewer Pipe 18-In. Diam.," per linear foot. 38 "Corrugated Polyethylene Storm Sewer Pipe 24-In. Diam.," per linear foot. 39 "Class IV Reinf. Conc. Storm Sewer Pipe 12-In Diam.," per linear foot 40 41 The length of storm sewer pipe will be the number of linear feet of completed installation 42 measured along the invert and will include the length through elbows, tees, and fittings. The 43 number of linear feet will be measured from the center of manhole or from the center of catch 44 basin to center of catch basins and similar type structures. 45 46 Measurement of the Storm Sewer Cleanout will be per each. 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 105 Conformed 21 March 2008 1 7-04.5 Payment 2 The second and third paragraphs of Section 7-04.5 are revised as follows: 3 (**.k...) 4 The unit Contract price per linear foot for storm sewer pipe of the kind and size specified shall 5 be full pay for all work to complete the installation, including adjustment of inverts to manholes. 6 When no bid item "gravel backfill for pipe zone bedding" is included in the Schedule of Prices, 7 pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no 8 additional payment shall be made. 9 10 Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and 11 included in the unit Contract prices for other items. 12 13 Cost of connecting pipe to structures shall be included in the various unit Contract prices for 14 storm sewer pipe, and no additional compensation will be allowed. 15 16 Abandonment of pipe shall^be included in he lump"sum Contract price for"Removal of Structure 17 and Obstruction". No separate payment will be made. 18 19 The unit contract price per each for storm sewer cleanout shall be full pay for all work to 20 complete the installation, including excavation, backfill, the PVC pipe, the concrete base, the 21 cleanout frame, cover and concrete collar, and all installation and connection to the ductile iron 22 storm sewer pipe. 23 24 7-05 MANHOLES, INLETS, AND CATCH BASINS 25 26 7-05.2 Materials 27 Section 7 05.2 is revised and supplemented as follows: 28 (***.k..) 29 Manholes shall be precast concrete unless otherwise specified per City of Renton Standard 30 Plans pages B071, 13072, and B074. Manholes shall be sized as indicated on the Drawings with 31 eccentric reducing cones conforming to City of Renton Standard Plan B-034 unless shown 32 otherwise on the Drawings or herein. Poured in place bases shall not be allowed except for 33 saddle-manholes or as approved by the Engineer. Maximum allowable dimension from top of 34 cone to top of casting shall be 20 inches. A minimum of one adjustment ring shall be installed 35 between the top cone and the manhole cover. 36 37 Internal concrete channels, benches and fillets shall be formed using 4000LS (Low Shrinkage) 5 38 sack mix with pea gravel to 5/8-inch (max size) aggregate. A water reducing admixture shall be 39 included in the mix. 40 41 Sanitary sewer pipe to manhole couplings shall be "Kor-n-Seal" boot, GPK Adaptor or approved 42 equal. 43 44 Manhole sections shall have rubber gasket joints conforming to ASTM C 443. Flexible plastic 45 gaskets shall not be used. All pick holes and manhole sections shall be sealed from the inside 46 and outside with a sand and Portland cement concrete mortar to form a watertight seal. Quick 47 set concrete grouts, such as Jet Set Grout, are not allowed. 48 49 Quarry spalls around the bubble up catch basin where the detention pond drains into the May 50 Creek basin shall be 12 inches in maximum size. These quarry spalls shall meet the 51 requirements of Section 9-13 except that the grading shall meet the following. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 106 Conformed 21 March 2008 . 1 2 Sieve Size Percent Passing 3 4 12" 100 5 8" 60 max 6 3" 30 max 7 3/" 10 max 8 9 7-05.3 is a new section 11 7-05.3 Construction Requirements 12 The following is added at the end of this section for storm sewers: 13 14 Catch basins shall be installed with either a locking manhole cover or a standard frame with a 15 vaned grate as shown in the Plans and City of Renton Standard Plans pages B012, B014, and 16 B027as applicable. 17 18 Frame materials shall be cast iron per ASTM A48, Class 30. All grates and covers installed on 19 this project shall be ductile iron. 20 21 7-05.3 Construction Requirements 22 Section 7-05.3 is revised and supplemented with the following for sanitary sewers: 23 M 24 Manhole base sections shall be placed on a graded and firmly compacted granular bedding 25 course conforming to the requirements for sewer bedding in Sections 7-08.2 and 7-08.3(1)C of 26 the Standard Specifications. The bedding shall be at least 6-inches thick and extend at least 27 12-inches beyond the limits of the base section all around. The bedding shall be graded to 28 ensure uniform contact and support of the manhole in a true vertical position. 29 30 Manhole channels shall conform to the City's standard details and the construction plans. All 31 manholes shall be installed with locking frame and cover as shown on City of Renton Standard 32 Plan BR29. 33 34 Contractor shall rechannel existing manhole as necessary to smoothly direct the flow into the 35 existing system. Any leaks in the entry couplings or other areas created while connecting to the 36 existing manhole shall be sealed with Strata Tech ST-520 injection resin or approved equal. 37 38 All pick holes and joints shall be sealed inside and outside with a sand and Portland cement 39 concrete mortar to provide a waterproof seal. All manholes shall be watertight. 40 41 Excavation for manholes, clean-outs, inlets, and catch basins shall be provided with adequate 42 safety systems meeting the requirements of the Washington State Industrial Safety and Health 43 Act (WISHA), Chapter 49.17 RCW, and all regulations adopted pursuant thereto. Contractor 44 shall have a structural engineer prepare and stamp any and all shoring plans and calculations. 45 The Contractor alone shall be responsible for worker safety and the Owner and Engineer 46 assume no responsibility. 47 48 When installing a saddle-manhole to connect a sewer main to an existing sewer main, the 49 Contractor shall ensure that the method and materials used result in a watertight connection 50 between the new manhole and the existing sewer. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 107 Conformed 21 March 2008 1 All manholes shall have ladders. 2 3 Sanitary sewer pipe to manhole connections shall be made with "Kor-n-Seal" boot or approved 4 equal. 5 6 7-05.3(1) Adjusting Manholes and Catch Basins to Grade 7 Section 7-05.3(1) is replaced with: 8 (*** **) 9 Where shown in the Plans or where directed by the Engineer, the existing manholes, 10 catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated 11 by the Engineer. 12 13 The existing cast iron ring and cover on manholes and the catch basin frame and grate 14 shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From 15 that point, the existing structure shall be raised or lowered to the required elevation. 16 17 The Contractor shall construct manholes so as to provide adjustment space for setting 18 cover and casting to a finished grade as shown on the construction plans. Sanitary 19 sewer manhole ring and covers shall be adjusted to the finished elevations per City of 20 Renton Standard Plans prior to final acceptance of the work. Manholes in unimproved 21 areas shall be adjusted to 6" above grade. 22 23 In unpaved streets: Manholes, catch basins and similar structures in areas to be 24 surfaced with crushed rock or gravel shall be constructed to a point approximately eight 25 inches below the subgrade and covered with a temporary wood cover. Existing 26 manholes shall be cut off and covered in a similar manner. The Contractor shall 27 carefully reference each manhole so that they may be easily found upon completion of 28 the street work. After placing the gravel or crushed stone surfacing, the manholes and 29 manhole castings shall be constructed to the finished grade of the roadway surface. 30 Excavation necessary for bringing manholes to grade shall center about the manhole 31 and be held to the minimum area necessary. At the completion of the manhole 32 adjustment, the void around the manhole shall be backfilled with materials which result 33 in the section required on the typical roadway section, and be thoroughly compacted. 34 35 In cement concrete pavement: Manholes, catch basins and similar structures shall be 36 constructed and adjusted in the same manner as outlined above except that the final 37 adjustment shall be made and cast iron frame be set after forms have been placed and 38 checked. In placing the concrete pavement, extreme care shall be taken not to alter the 39 position of the casting in any way. 40 41 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is 42 completed, at which time the center of each manhole shall be carefully relocated from 43 references previously established by the Contractor. The pavement shall be cut in a 44 restricted area and base material be removed to permit removal of the cover. The 45 manhole shall then be brought to proper grade utilizing the same methods of 46 construction as for the manhole itself. The cast iron frame shall be placed on the 47 concrete blocks and wedged up to the desired grade. The asphalt concrete pavement 48 shall be cut and removed to a neat circle, the diameter of which shall be equal to the 49 outside diameter of the cast iron frame plus two feet. The base materials and crushed 50 rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall 51 be placed so that the entire volume of the excavation is replaced up to within but not to Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 108 Conformed 21 March 2008 1 exceed 2 inches of the finished pavement surface. On the day following placement of the 2 concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting 3 shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed 4 and compacted with hand tampers and a patching roller. The complete patch shall 5 match the existing paved surface for texture, density, and uniformity of grade. The joint 6 between the patch and the existing pavement shall then be carefully painted with hot 7 asphalt cement or asphalt emulsion and shall be immediately covered with dry paving 8 sand before the asphalt cement solidifies. The inside throat of the manhole shall be 9 thoroughly mortared and plastered. 10 11 Adjustment of Inlets: The final alignment and grade of cast iron frames for new and old 12 inlets to be adjusted to grade will be established from the forms or adjacent pavement 13 surfaces. The final adjustment of the top of the inlet will be performed in similar manner 14 to the above for manholes. On asphalt concrete paving projects using curb and gutter 15 section, that portion of the cast iron frame not embedded in the gutter section shall be 16 solidly embedded in concrete also. The concrete shall extend a minimum of six inches 17 beyond the edge of the casting and shall be left 2 inches below the top of the frame so 18 that the wearing course of asphalt concrete pavement will butt the cast iron frame. The 19 existing concrete pavement and edge of the casting shall be painted with hot asphalt 20 cement. Adjustments in the inlet structure shall be constructed in the same manner and 21 of the same material as that required for new inlets. The inside of the inlets shall be 22 mortared and plastered. 23 24 Monuments and cast iron frame and cover: Monuments and monument castings shall be 25 adjusted to grade in the same manner as for manholes. 26 27 Valve box castings: Adjustments of valve box castings shall be made in the same 28 manner as for manholes. 29 30 For this section and for the bid item "Abandon Existing Manhole," the term "manhole(s)" 31 shall refer to either manhole(s) or catch basin(s). 32 33 7-05.3(2) Abandon Existing Manholes 34 Section 7-05.3(2) is revised as follows: 35 (* ****) 36 Where it is required that an existing manhole be abandoned, the structure shall be 37 broken down to a depth of at least 4 feet below the revised surface elevation, all 38 connections plugged, the manhole base shall be fractured to prevent standing water, 39 and the manhole filled with sand and compacted to 90 percent density as specified in 40 Section 2 03.3(14)C. Debris resulting from breaking the upper part of the manhole may 41 be mixed with the sand subject to the approval of the Engineer. The ring and cover shall 42 be salvaged and all other surplus material disposed of. 43 44 7-05.3(3) Connections to Existing Manholes 45 Section 7-05.3(3) is supplemented by adding the following: 47 Where shown on the plans, new drain pipes shall be connected to existing line, catch 48 basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the 49 structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. 50 Where directed by the engineer or where shown on the plans, additional structure 51 channeling will be required. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 109 Conformed 21 March 2008 1 2 Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall 3 be equal to "Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. 4 Repaired, and rechanneled as necessary to match the new pipe configuration and as 5 shown on the construction plans. 6 7 A "connection to existing" item will be allowed at any connection of a new line to an 8 existing structure, or the connection of a new structure to an existing line. No 9 "connection to existing" will be accepted at the location of new installation, relocation 10 and adjustment of line manholes, catch basins or curb inlets. 11 12 Any damage to existing pipe or structure that is to remain in place resulting from the 13 Contractor's operations shall be repaired or replaced at the Contractor's expense. 14 15 The unit bid price per each shall be full compensation for all labor, materials and 16 equipment required. 17 18 7-05.3(5) Manhole Coatings 19 Section 7-05.5 is a new section: 21 All new sanitary sewer manholes shall be coated as specified below. The following 22 coating system specifications shall be used for coating (sealing) all interior concrete 23 surfaces of sanitary sewer manholes: 24 25 Coating Material: High Solids Urethane 26 Surfaces: Concrete 27 Surface Preparation: In accordance with SSPC SP-7 28 (Sweep or brush off blast) 29 Application: Shop/Field 30 The drying time between coats shall not exceed 24 hours 31 in any case 32 System Thickness: 6.0 mils dry film 33 Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) 34 Finish: Two or more coats of Wasser MC-Aroshield (min. 35 4.0 mils DFT) 36 Color: White 37 38 7-05.4 Measurement 39 Section 7-05.4 is revised and supplemented as follows: 40 (******) 41 Manholes will be measured per each regardless of depth. 42 43 A special catch basin 54 inch shall be used for construction the bypass structure in conjunction 44 with the detention and stormfilter vaults. This manhole will be measured per each. 45 46 A special catch basin 54 inch shall be used for construction the flow control structure in the 47 detention pond. This manhole will be measured per each. 48 49 12 inch quarry spalls placed around the bubble up catch basin shall be measured per ton as 50 Quarry Spalls 12 Inch. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 110 Conformed 21 March 2008 1 Adjustments of new structures and miscellaneous items such as valve boxes shall be 2 considered incidental to the unit Contract price of the new item and no further compensation 3 shall be made. 4 5 Adjustment of existing manholes and catch basins shall be measured by "Adjust 6 Existing ," per each, which shall be full pay for all labor and materials including all 7 concrete for the completed adjustment in accordance with Section 7-05.3(1) and the City of 8 Renton Standard Details. 9 10 Connection to existing pipes and structures shall be measured per each. 11 12 Locking solid metal cover and frame for catch basins will be measured per each. 13 14 7-05.5 Payment 15 Section 7-05.5 is replaced with the following 16 (******) 17 Payment will be made in accordance with Section 1-04.1, for each of the following bid items that 18 are included in the proposal. 19 20 "Catch Basin Type 1," per each 21 "Catch Basin Type 2 48 In. Diam.," per each 22 "Catch Basin Type 2 54 In. Diam.," per each 23 "Catch Basin Type 2 54 In. Diam.," - Flow Control Structure" per each 24 "Catch Basin Type 2 54 In. Diam.," - Bypass Structure" per each 25 "Connect to Existing Catch Basin," per each 26 "Connect Structure to Existing Pipe," per each M 27 "Locking Solid Metal Cover and Frame for Catch Basin," per each 28 "Debris Cage," per each 29 "Adjust Existing Catch Basin," per each 30 "Area Inlet 18 In.," per each 31 "Concrete Inlet with Std Grate," per each 32 "Quarry Spalls — 12 Inch," per ton will be full pay for installing the 12-inch quarry spalls around 33 the bubble up catch basin as shown in the Plans. 34 "Furnish and Install 48-inch Diam. Sanitary Sewer Manhole," per each 35 "Furnish and Install 54-inch Diam. Shallow Manhole Type B ," per each 36 "Abandon Existing Manhole," per each 37 "Connect New Sewer to Existing Facility," per each 38 39 The unit Contract prices per each for the catch basin or inlet specified shall be full pay for 40 furnishing all labor, materials, tools, and equipment necessary to complete each unit, including 41 all accessories such as grates, grate frames, trap, steps, and other items. 42 43 The unit price for the above bid items shall be full pay for all costs necessary to install the 44 structure and appurtenances, including excavation, backfill, make adjustments and restoration 45 of adjacent areas in a manner acceptable to the Engineer. 46 47 Payment for furnishing and installing 48-inch diam. and 54-inch diam. sanitary sewer manholes 48 will be made at the unit price bid per each, which payment will be complete compensation for all 49 labor, equipment, materials, hauling, dewatering, excavation, removal, and disposal of waste 50 material, including existing pipes and structures in the excavation, foundation material, concrete 51 base, precast concrete manhole sections, gaskets, coating system (sealer), manhole frame and Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 111 Conformed 21 March 2008 1 lid, installation, adjustment of frames to grade, ladder and rungs, appurtenances, connections, 2 channeling, reconnection to existing sewer pipes, placement of subsequent backfill (native) 3 materials, compaction, water, cleaning, testing, etc., required to complete all manholes in 4 conformance with the Contract Documents. 5 6 Payment for reconnecting new sewer to existing sewer facility will be made at the unit price bid 7 per each, which payment will be complete compensation for all labor, equipment, materials, 8 hauling, dewatering, potholing for utility location, excavation, removal, and disposal of waste 9 material including existing pipes and structures in the excavation, foundation material, core- 10 drilling, Kor-N-Seal boot, installation, appurtenances, bedding, placement of subsequent backfill 11 (native) materials, compaction, water, cleaning, cleanup, etc., required to complete all 12 reconnection of new sewer to existing sewer facility in conformance with the Contract 13 Documents. 14 15 Payment for abandoning existing manhole will be made at the unit price bid per each, which 16 payment will be complete compensation for all labor, equipment, materials, hauling, dewatering, 17 potholing for utility location, excavation, removal, and disposal of manhole, aggregate to fill 18 manhole, installation, placement of subsequent backfill (native) materials, compaction, water, 19 cleaning, temporary pavement patching, cleanup, etc., required to complete all work associated 20 with abandoning existing manhole in conformance with the Contract Documents. 21 22 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 23 24 7-08.2 Materials 25 This section is supplemented as follows: 26 27 Select imported trench backfill for storm sewers, sanitary sewers, waterlines, and for joint utility 28 trenches shall conform to Section 9-03.14(1) of the Standard Specifications. 29 30 7-08.3(1)C Bedding the Pipe 31 Section 7-08.3(1)C is supplemented by adding the following: 32 (******) 33 Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel 34 consistent with Section 9-03.12(3). It shall be placed to a depth of 6-inch over 35 and 6-inch under the exterior walls of the pipe. 36 37 Hand compaction of the bedding materials under the pipe haunches will be 38 required. Hand compaction shall be accomplished by using a suitable tamping 39 tool to firmly tamp bedding material under the haunches of the pipe. Care shall 40 be taken to avoid displacement of the pipe during the compaction effort. 41 42 Pipe bedding shall be considered incidental to the pipe and no further 43 compensation shall be made. 44 45 7-08.3(2)A Survey Line and Grade 46 Section 7-08.3(2)A is replaced with: 47 (******) 48 Survey line and grade control shall be provided in accordance with Sections 1- 49 05.4, 1-05.5, and 1-11 in a manner consistent with accepted practices. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 112 Conformed 21 March 2008 1 The Contractor shall transfer line and grade into the trench where they shall be 2 carried by means of a laser beam using 50-foot-minimum intervals for grade 3 staking. Any other procedure shall have the written approval of the Engineer. 4 5 7-08.3(2)B Pipe Laying— General 6 Section 7-08.3(2)B is supplemented by adding the following: 8 Checking of the invert elevation of the pipe may be made by calculations from 9 measurements on the top of the pipe, or by looking for ponding of 1/2 inch or 10 less, which indicates a satisfactory condition. At manholes, when the 11 downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the 12 (eight-tenths)flow elevation, unless otherwise approved by the Engineer. 13 14 All pipe, fittings, etc., shall be carefully handled and protected against damage, 15 impact shocks, and free fall. All pipe handling equipment shall be acceptable to 16 the Engineer. Pipe shall not be placed directly on rough ground, but shall be 17 supported in a manner that will protect the pipe against injury whenever stored at 18 the trench site or elsewhere. No pipe shall be installed where the lining or 19 coating show defects that may be harmful as determined by the Engineer. Such 20 damaged lining or coating shall be repaired, or a new undamaged pipe shall be 21 furnished and installed. 22 23 The Contractor shall inspect each pipe and fitting prior to installation to ensure 24 that there are not damaged portions of the pipe. Any defective, damaged, or 25 unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be 26 removed from the interior of the pipe before lowering into position in the trench. 27 Pipe shall be kept clean during and after laying. All openings in the pipe line 28 shall be closed with watertight expandable type sewer plugs at the end of each 29 day's operation or whenever the pipe openings are left unattended. The use of w 30 burlap, wood, or other similar temporary plugs will not be permitted. 31 32 Where necessary to raise or lower the pipe due to unforeseen obstructions or 33 other causes, the Engineer may change the alignment and/or the grades. Except 34 for short runs that may be permitted by the Engineer, pipes shall be laid uphill on 35 grades exceeding 10 percent. Pipe that is laid on a downhill grade shall be 36 blocked and held in place until sufficient support is furnished by the following pipe 37 to prevent movement. 38 39 Unless otherwise required, all pipe shall be laid straight between the changes in - 40 alignment and at uniform grade between changes in grade. For concrete pipes 41 with elliptical reinforcement, the pipe shall be placed with the minor axis of the 42 reinforcement in a vertical position. - 43 44 Immediately after the pipe joints have been made, proper gasket placement shall 45 be checked with a feeler gage as approved by the pipe manufacturer to verify 46 proper gasket placement. 47 48 Isolated grade deviations limited to less than 18 feet in length (each) due to pipe 49 bellies or pipe settling shall not exceed 1/2 inch. 50 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 113 Conformed 21 March 2008 1 7-08.3(2)E Rubber Gasketed Joints 2 Section 7-08.3(2)E is supplemented as follows: 4 Care shall be taken by the Contractor to avoid overpushing the pipe and 5 damaging the pipe or joint system. Any damaged pipe shall be replaced by the 6 Contractor at his expense. 7 8 7-08.3(2)H Sewer Line Connections 9 Section 7-04.3(2)H is supplemented by adding the following: 11 All connections not occurring at a manhole or catch basin shall be done utilizing 12 premanufactured tee connectors or pipe sections approved by the Engineer. Any 13 other method or materials proposed for use in making connections shall be 14 subject to approval by the Engineer. 15 16 Unless otherwise approved by the Engineer, all connections of lateral sewers to 17 existing mains shall be made through a cast iron saddle secured to the sewer 18 main with stainless steel bands. When the existing main is constructed of 19 vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing 20 main shall be core drilled. 21 22 Connections (unless booted connections have been provided for) to existing 23 concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket 24 meeting ASTM C 478 in a manhole coupling equal to the Johns-Manville 25 Asbestos-Cement collar, or use a conical-type flexible seal equal to Kor-n-Seal. 26 PVC pipe connection shall consist of tee, nipple, and couplers as approved by 27 the Engineer. 28 29 Section 7-08.3(2)) is an added new section: 31 7-08.3(2)) Placing PVC Pipe 32 In the trench, prepared as specified in Section 7-02.3(1), PVC pipe shall be laid 33 beginning at the lower end, with the bell end upgrade. Pea gravel will be used as 34 the bedding material and extend from 6 inches below the bottom of the pipe to 6 35 inches above the top of the pipe. When it is necessary to connect to a structure 36 with a mudded joint, a rubber gasketed concrete adapter-collar will be used at 37 the point of connection. 38 39 Section 7-08.3(2)K is an added new section. 41 7-08.3(2)K Storing Pipe 42 Pipe shall be stored on clean, level ground to prevent undue scratching or 43 gouging of the pipe. If the pipe must be stacked for storage, such stacking shall 44 be done in accordance with the pipe manufacturer's recommendations. The 45 handling of the pipe shall be done in such a manner that it is not damaged by 46 dragging over sharp objects or cut by chokers or lifting equipment. The interior of 47 all pipe and fittings shall be kept free of debris and lifting equipment at all times. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 114 Conformed 21 March 2008 1 7-08.3(3) Backfilling 2 Section 7-08.3 is revised and supplemented as follows: 3 (*** **) 4 Select Imported Trench Backfill shall be placed between the pipe bedding and the base 5 of the subgrade where the native material is not suitable for backfill as determined by the 6 Engineer. The remaining depth shall be restored as noted on the plans. 7 8 To the maximum extent possible, suitable material obtained from trench excavation shall 9 be used for trench Backfill. All material placed as trench backfill shall be free from rocks 10 or stones larger than 2 inches in their greatest dimension, brush, stumps, logs, roots, 11 debris, and organic or other deleterious materials. No stones or rock shall be placed in 12 the upper 3 feet of trench backfill. Rock or stones within the allowable size limit 13 incorporated in the remainder of fills shall be distributed so that they do not congregate 14 or interfere with proper compaction. Contractor shall be responsible for the disposal of 15 any excess excavated soil material. 16 17 The Contractor shall protect suitable native excavated material from becoming 18 unsatisfactory as a result of moisture or separation. During dry weather conditions, 19 suitable native backfill shall meet the criteria for common borrow as described in Section 20 9-03.14(3). Common borrow will be suitable for use as structural fill during dry weather 21 conditions only, and with the approval of the Engineer. If structural fill is placed during 22 wet weather, the structural fill shall consist of Select Imported Trench Backfill as 23 described in Section 9-03.19. The Contractor shall provide five working days for the 24 Contracting Agency to test native materials for suitability prior to use as backfill material. 25 26 Backfill within paved areas shall be compacted to at least 95 percent of maximum dry 27 density as determined by the modified Proctor compaction test, ASTM D 1557. This 28 includes the foundation, backfill, and base course materials. Maximum lift thickness of 29 backfill shall not exceed 24 inches between the top of the bedding and 4 feet below 30 grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer 31 may be on site to collect soil samples and to test compaction. The Contractor shall 32 provide site access at all times for compaction testing and sample collection. Areas of 33 the trench that fail to meet the compaction requirements shall have the backfill removed, 34 replaced, and recompacted at the Contractor's expense. 35 36 The Contractor shall be responsible for any settlement of backfill, subbase, and 37 pavement that may occur during the period stipulated in the Contract conditions. All 38 repairs necessary due to settlement shall be made by the Contractor at Contractor's 39 expense. 40 41 Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry 42 density as determined by the modified Proctor compaction test, ASTM D 1557. 43 44 7-08.3(4) Plugging Existing Pipe 45 Section 7-08.3(4) is supplemented as follows. 46 47 Sanitary sewer lines and storm drain lines being abandoned under this Contract and shown in 48 the Plans shall be filled with controlled density fill per the following mix or approved equal. The 49 controlled density fill must have a strength of at least 100 PSI and shall have flow characteristics 50 appropriate for filling a sanitary sewer. The mix design for the controlled density fill and the 51 method of installation shall be approved by the Engineer prior to beginning operation. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 115 Conformed 21 March 2008 1 2 Material Weight (lbs. per cubic yard) Yield (cubic feet) 3 (Saturated, Surface Dry) 4 Ashgrove Type II 100 0.51 5 Fly Ash 400 2.85 6 CDF Sand 2,419 14.80 7 Water 225 (27.0 Gal-US) 3.61 8 Total Air (20.0%) 5.44 9 Total = 27.21 10 Water/Cement Ratio, 0.45 Lbs/Lb 11 Slump, 10.00 inches 12 Concrete unit Weight, 115.6 PCF 13 Add one Darafill Egg Capsule per Cubic Yard 14 15 These lines shall also be plugged per the Standard Specifications. 16 17 7-08.4 Measurement 18 The first paragraph of Section 7-08.4 is revised as follows: 19 (*.k****) 20 Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for 21 foundations, shall be measured by the cubic yard as "Gravel Backfill for Foundations," including 22 haul, as specified in Section 2 09. 23 24 Select Imported Trench Backfill, when approved by the Engineer for use in the absence of 25 suitable native backfill, will be measured by the ton. Import materials used as fill to bring the 26 roadway to finish subgrade will not be measured for payment under this item. Select Imported 27 Trench Backfill weight shall be verified by providing a copy of certified truck tickets, which 28 accompany each truckload. 29 30 Measurement for filling abandoned pipes with controlled density fill shall be per linear foot per 31 the length of these abandoned pipes shown in the Plans. 32 33 "Structure Excavation Class B Incl. Haul," will be measured for storm sewers and will not be 34 measured for sanitary sewers or waterlines. 35 36 7-08.5 Payment 37 Section 7-08.5 is replaced with: 38 (******) 39 Payment will be made in accordance with Section 1-04.1 for each of the following bid items that 40 are included in the proposal: 41 42 "Select Imported Trench Backfill," per ton 43 44 The unit Contract price per ton for"Select Imported Trench Backfill" shall be full pay for all work 45 to furnish, place, and compact the material in the trench. Also included in the unit Contract price 46 is the disposal of excess and unusable material excavated from the trench. 47 48 "Gravel Backfill for Foundations," per cubic yard 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 116 Conformed 21 March 2008 1 Payment at the unit Contract price for"Gravel Backfill for Foundations" shall be full 2 compensation for excavating and disposing of the unsuitable material and replacing with the 3 appropriate foundation material per Section 7-08.3(1)A. 4 5 All costs associated with furnishing and installing bedding and backfill material within the pipe 6 zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the 7 unit Contract price for the type and size of pipe installed. 8 9 "Filling Pipes with Controlled Density Fill," per linear foot shall be full pay for all construction 10 tasks to fill these pipes, to verify that these pipes are full, and to perform required refilling or - 11 remedial work. 12 13 "Plugging Existing Pipe," per each 14 15 Unless specifically identified and provided as separate items, structure excavation, dewatering, 16 and backfilling shall be incidental to pipe installation and no further compensation shall be - 17 made. 18 19 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit 20 Contract price per foot for the size and type of pipe being jointed. 21 22 Payment for"Trench Excavation Safety Systems" shall be per Section 2-09.5. 23 24 7-09 PIPE AND FITTINGS FOR WATER MAINS 25 26 7-09.3(15)A Ductile Iron Pipe 27 The first paragraph of Section 7-09.3(15)A is revised as follows: 28 (* * **) 29 Long radius (500 feet or more) curves, either horizontal or vertical, may be laid 30 with standard pipe by deflecting the joints. If the pipe is shown curved in the 31 Plans and no special fittings are shown, the Contractor can assume that the 32 curves can be made by deflecting the joints with standard lengths of pipe. If N 33 shorter lengths are required, the Plans will indicate maximum lengths that can be 34 used. The amount of deflection at each pipe joint when pipe is laid on a 35 horizontal or vertical curve shall not exceed one-half of the manufacturer's 36 printed recommended deflections. 37 38 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) 39 Section 7-09.3(15)B is supplemented as follows: 41 Polyvinyl chloride (PVC) pipe shall not be used for water mains and 42 appurtenances. - 43 44 The title and text of section 7-09.3(17) has been revised as follows: 45 (******) 46 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement 47 The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and 48 polyethylene encasement shall be installed in accordance with AWWA C105. The 49 polyethylene encasement shall also be installed on all appurtenances, such as pipe 50 laterals, couplings, fittings, and valves, with 8 mil polyethylene plastic in accordance with 51 Section 4-5 of ANSI 21.5 or AWWA C105. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 117 Conformed 21 March 2008 1 2 The polyethylene wrap shall be tube type and black color. Any damage that occurs to 3 the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. 4 5 Installation of the polyethylene encasement shall be considered incidental to the 6 installation of the pipe and no additional payment shall be allowed. 7 8 7-09.3(19)A Connections to Existing Mains 9 Section 7-09.3(19)A is revised and supplemented as follows: 11 The Contractor may be required to perform the connection during times other 12 than normal working hours. The Contractor shall not operate any valves on the 13 existing system. Water system personnel will operate all valves on the existing 14 system for the Contractor when required. 15 16 No work shall be performed on the connections unless a representative of the 17 water department is present to inspect the work. 18 19 When not stated otherwise in the Special Provisions or on the Plans, all 20 connections to existing water mains will be done by City forces as provided 21 below: 22 23 City Installed Connections: 24 25 1. Connections to existing piping and tie-ins are indicated on the drawings. 26 The Contractor must verify all existing piping, dimensions, and elevations 27 to assure proper fit. 28 29 2. Connections to the existing water main shall not be made without first 30 making the necessary arrangements with the Engineer in advance. 31 32 A two-week advance notice shall be required for each connection that requires a 33 cutting or a shut-down of the existing water mains. The City reserves the right to 34 reschedule the connection if the work area is not ready at the scheduled time for 35 the connection. 36 37 Work shall not be started until all the materials, equipment, and labor necessary 38 to properly complete the work are assembled on site. 39 40 The Contractor shall provide all saw-cutting, removal, and disposal of existing 41 surface improvements, excavation, haul, and disposal of unsuitable materials, 42 shoring, dewatering, and foundation material at the connection areas before the 43 scheduled time for the connection by the City. The Contractor shall provide all 44 materials necessary to install all connections as indicated on the construction 45 plans, including but not limited to the required fittings, couplings, pipe spools, and 46 shackle materials to complete the connections. The Contractor shall provide and 47 install concrete blocking, polywrap the piping at the connections, backfill, and 48 surface restoration at the locations shown on the Plans for the connections to the 49 existing water mains. 50 51 The City will cut the existing main and assemble all materials. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 118 Conformed 21 March 2008 1 2 Section 7-09.3(21) has been supplemented by adding the following: 4 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block 5 Provide concrete blocking at all hydrants, fittings, and horizontal or vertical angle points. 6 Conform to the City of Renton standard details for general blocking and vertical blocks 7 herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. 8 Concrete blocking shall be properly formed with plywood or other acceptable forming 9 materials and shall not be poured around joints. The forms shall be stripped prior to 10 backfilling. Joint restraint (shackle rods), where required, shall be installed in 11 accordance with Section 7-11.3(15). 12 13 Provide concrete dead-man blocks at locations shown on the Plans. The dead-man w 14 block shall include reinforcing steels, shackle rods, installation, and removal of formwork. 15 16 Blocking shall be commercial concrete (hand mixed concrete is not allowed) and poured 17 in place. 18 19 7-09.3(23) Hydrostatic Pressure Test 20 Section 7-09.3(23) is supplemented and revised as follows: 22 A hydrant meter and a back flow prevention device will be used when drawing water 23 from the City system. These may be obtained from the City by completing the required 24 forms and making required security deposits. There will be a charge for the water used. 25 Before applying the specified test pressure, air shall be expelled completely from the 26 pipe, valves, and hydrants. If permanent air vents are not located at all high points, the 27 Contractor shall install corporation cocks at such points so that the air can be expelled 28 as the line is filled with water. After all the air has been expelled, the corporation cocks 29 shall be closed and the test pressure applied. At the conclusion of the pressure test, the 30 corporation cocks shall be removed and plugged. 31 32 The quantity of water required to restore the pressure shall be accurately determined by 33 either 1) pumping from an open container of suitable size such that accurate volume 34 measurements can be made by the Owner or, 2) by pumping through a positive 35 displacement water meter with a sweep unit pumping through a positive displacement 36 water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall 37 be approved by the Engineer. 38 39 Acceptability of the test will be determined by two factors, as follows: 40 41 1. The quantity of water lost from the main shall not exceed the number of gallons 42 per hour as listed in the following table. - 43 44 2. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 45 46 All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable 47 leakage per 1,000 feet of pipeline* in GPH. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 119 Conformed 21 March 2008 I Nominal Pipe Diameter in Inches 2 3 PSI 6" 8" 10" 12" 16" 20" 24" 4 5 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 6 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 7 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 8 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 9 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 10 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 11 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 12 13 *If the pipeline under test contains sections of various diameters, the allowable leakage 14 will be the sum of the computed leakage for each size. For those diameters or 15 pressures not listed, the formula below shall be used. 16 17 The quantity of water lost from the main shall not exceed the number of gallons per hour 18 as determined by the formula. 19 20 L = ND-�P 7400 21 22 in which: 23 L = Allowable leakage, gallons/hour 24 N = No. of joints in the length of pipeline tested 25 D = Nominal diameter of the pipe in inches 26 P = Average test pressure during the leakage test, psi 27 28 The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure 29 during the 15-minute test period." Is deleted. 30 31 Section 7-09.3(24)A shall be revised and supplemented as follows: 32 (******) 33 7-09.3(24)A Flushing and "Poly-pigging" 34 Sections of pipe to be disinfected shall first be poly-pigged to remove any solids 35 or contaminated material that may have become lodged in the pipe. If the main 36 cannot be "poly-pigged," then a tap shall be provided large enough to develop a 37 velocity of at least 2.5 fps in the main. 38 39 The "poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 21b/cu-ft 40 density foam with 90A durometer urethane rubber coating on the rear of the 41 "poly-pig" only. The "poly-pig" shall be cylinder shaped with bullet nose or 42 squared end. 43 44 The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of 45 the pipe, flushing shall be done after disinfection." is deleted. 46 47 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 120 Conformed 21 March 2008 1 Dechlorination of all water used for disinfection shall be accomplished in 2 accordance with the City's standard detail. Water containing chlorine residual in 3 excess of that carried in the existing water system shall not be disposed into the 4 storm drainage system or any waterway. 5 6 7-09.3(24)D Dry Calcium Hypochlorite 7 Section 7-09.3(24)D has been replaced with: 9 Dry calcium hypochlorite shall not be placed in the pipe as laid. 10 11 7-09.3(24)K Retention Period 12 Section 7 09.3(24)K has been revised as follows: 14 Treated water shall be retained in the pipe at least 24 hours but no longer than 15 48 hours. After this period, the chlorine residual at pipe extremities and at other 16 representative points shall be at least 25 mg/I. 17 18 7-09.3(24)N Final Flushing and Testing 19 Section 7 09.3(24)N has been revised as follows: 21 Before placing the lines into service, a satisfactory report shall be received from 22 the local or State health department or an approved testing lab on samples 23 collected from representative points in the new system. Samples will be collected 24 and bacteriological tests obtained by the Engineer. 25 26 Section 7-09.3(25) is a new additional section: 28 7-09.3(25) Joint Restraint Systems 29 General: 30 Where shown on the Plans, in the specifications, or required by the Engineer, joint 31 restraint system (shackle rods) shall be used. All joint restraint materials used shall be 32 those manufactured by Star National Products, 1323 Holly Avenue, P.O. Box 258, 33 Columbus, Ohio 43216, unless an equal alternate is approved in writing by the engineer. 34 35 Materials: 36 37 Steel types used shall be: 38 39 High strength low-alloy steel (cor-ten), ASTM A 242, heat-treated, superstar "SST" 40 series. 41 42 High strength low-alloy steel (cor-ten), ASTM A 242, superstar "SS" series. 43 44 Items to be galvanized are to meet the following requirements: 45 46 ASTM A 153 for galvanizing iron and steel hardware. 47 48 ASTM A 123 for galvanizing rolled, pressed and forged steel shapes. 49 50 Joint restrainer system components: 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 121 Conformed 21 March 2008 1 Tiebolt: ASTM A 242, Type 2, zinc plated or hot-dip galvanized. SST 7:5/8 inch for 2- 2 and 3-inch mechanical joints, 3/4 inch for 4- to 12-inch mechanical joints, ASTM A 325, 3 Type 3D, except tensile strength of full-body threaded section shall be increased to 4 40,000 lbs. minimum for 5/8 inch and 60,000 lbs. minimum for 3/4 inch by heat treating 5 (quenching and tempering) to manufactures reheat and hardness specifications. SST 6 753: 3/4 inch for 14- to 24-inch mechanical joints. Same ASTM specification as SST 7. 7 SST 77: 3/4 inch same as SST 7, except 1-inch eye for 7/8-inch rod. Same ASTM 8 specification as SST 7. 9 10 Tienut: Heavy hex nut for each tiebolt: SS8: 5/8 and 3/4 inch, ASTM A 563, Grade C3, 11 or zinc plated. S8: 5/8 and 3/4 inch, ASTM A 563, Grade A, zinc plated or hot-dip 12 galvanized 13 14 Tiecoupling: Used to extend continuous threaded rods and are provided with a center 15 stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8- and 3/4-inch tie 16 rods, ASTM A 563, Grade C3. S10: for 5/8- and 3/4-inch tie rods, ASTM A 563, Grade 17 A. 18 19 Tie rod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip 20 galvanized. SS12: 5/8- and 3/4-inch-diameter, ASTM A 242, Type 2; ANSI B1.1. S12: 21 5/8- and 3/4-inch-diameter, ASTM A 36, A 307. 22 23 Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A 242, 24 F436. S17: ANSI B18.22.1. 25 26 Installation: 27 Install the joint restraint system in accordance with the manufacturer's instructions so all 28 joints are mechanically locked together to prevent joint separation. Tiebolts shall be 29 installed to pull against the mechanical joint body and not the MJ follower. Torque nuts 30 at 75 to 90-foot-pounds for 3/4-inch nuts. Install tiecouplings with both rods threaded 31 equal distance into tiecouplings. Arrange tie rods symmetrically around the pipe. 32 33 Pipe Diameter Number of 3/4" 34 Tie Rods Required 35 36 4" 2 37 6" 2 38 8" 3 39 10" 4 40 12" 6 41 14" 8 42 16" 8 43 18" 8 44 20" 10 45 24" 14 46 30" (16-7/8" rods) 47 36" (24-7/8" rods) 48 49 Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" 50 bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be 51 used instead, so as to provide adequate space for locating the tiebolts. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 122 Conformed 21 March 2008 1 2 Where a continuous run of pipe is required to be restrained, no run of restrained pipe 3 shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as 4 required on longer runs to keep tie rod lengths to the 60-foot maximum. Pipe used in 5 continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed 6 as rod guides at each joint. 7 8 Where poly wrapping is required, all tiebolts, tienuts, tiecouplings, tie rods, and 9 tiewashers shall be galvanized. All disturbed sections will be painted, to the inspector's 10 satisfaction, with Koppers bitomastic No. 300-m, or approved equal. 11 12 Where poly wrapping is not required, all tiebolts, tienuts, tiecouplings, tie rods, and 13 tiewashers may be galvanized as specified in the preceding paragraph or plain and _. 14 painted in the entirety with Koppers bitumastic No. 800-m, or approved equal. 15 16 Tiebolts, tienuts, tiecouplings, tie rods, and tiewashers shall be considered incidental to 17 installation of the pipe and no additional payment shall be made. 18 19 7-09.4 Measurement 20 Section 7-09.4 is revised as follows: 21 (....k.....k) 22 Select Imported Trench Backfill, when approved by the Engineer for use in the absence of 23 suitable native backfill, will be measured by the ton. Import materials used as fill to bring the 24 roadway to finish subgrade will not be measured for payment under this item. Select Imported 25 Trench Backfill weight shall be verified by providing a copy of certified truck tickets, which 26 accompany each truckloadNo measurement for concrete thrust blocking and dead-man blocks 27 will be made. Thrust blocking and dead-man blocks shall be considered incidental to the 28 installation of the water main and no further compensation shall be made. 29 30 Measurement for payment for connections to existing water mains will be per each for each 31 connection to existing water main(s) as shown on the Plans. 32 33 Measurement for"Concrete for Thrust Blocking, Dead-Man Anchor Blocks Assembly," will be 34 measured per cubic yard for all concrete installed for thrust blocking dead-man, including 35 anchor bolts in conformance with the Contract Documents. 36 37 Measurement for"Vertical Adjustment Assembly for Water Main (8-inch and 12-inch), will be per 38 each assembly for completion in conformance with the Contract Documents. 39 40 7-09.5 Payment 41 Section 7-09.5 is revised and supplemented as follows: 42 (......) - 43 "Furnish and Install 6-inch Cl 52 DI Water Pipe w/Polywrap & Fittings," per linear foot 44 "Furnish and Install 8-inch Cl 52 DI Water Pipe w/Polywrap & Fittings," per linear foot 45 "Furnish and Install 12-inch Cl 52 DI Water Pipe w/Polywrap & Fittings," per linear foot 46 47 The unit Contract price per linear foot for each size and kind of"Furnish and Install _-inch CI 48 52 DI Water Pipe w/Polywrap & Fittings" shall be full pay for all work to furnish and complete the 49 installation of the water main, including but not limited to trench excavation; bedding; laying and 50 jointing pipe and fittings; backfilling; installation of polyethylene wrap; cleaning by poly-pigs; 51 vertical crosses for insertion and removal of poly-pigs; temporary thrust blocks and blow-off Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 123 Conformed 21 March 2008 1 assemblies; testing, flushing, and disinfecting the pipeline shackle rods; abandoning and 2 capping existing water mains; removing miscellaneous pipes; removing and salvaging existing 3 hydrant assemblies; and other appurtenances to be abandoned as shown on the plans, and 4 cleanup. 5 6 "Connection to Existing Water Mains," per each 7 8 The unit Contract price per each connection to existing water mains shall be for complete 9 compensation for all equipment, labor, and materials required for the connections to the existing 10 water mains. 11 12 "Select Imported Trench Backfill," per ton 13 14 The unit Contract price per ton for"Select Imported Trench Backfill" shall be full pay for all work 15 to furnish, place, and compact the material in the trench. Also included in the unit Contract price 16 is the disposal of excess and unusable material excavated from the trench. 17 18 "Gravel Backfill for Foundations," per cubic yard 19 20 Payment at the unit Contract price for"Gravel Backfill for Foundations," per cubic yard shall be 21 full compensation for excavating and disposing of the unsuitable material and replacing with the 22 appropriate foundation material per Section 7-09.3(8). 23 24 Payment for furnishing and installing concrete for thrust blocking, dead-man anchor blocks per 25 cubic yard will be made at the measured quantity put in place times the unit amount bid and 26 shall cover the complete cost of providing all labor, materials, equipment, excavation, haul 27 dispose of waste, dewatering, concrete vertical and horizontal blocks, dead-man anchor bolts, 28 reinforcing steel, shackle rods, clamp assembly, anchor bolts, and necessary form work. 29 Concrete material weights shall be verified by providing a copy of certified truck tickets, which 30 will accompany each load. Wasted materials will not be included in the measurement or 31 payment. Only materials placed within the pay limits shown will be considered for payment. 32 Material placed outside of the pay limits shown on the plans or as approved by the Engineer will 33 be deducted from the certified tickets. 34 35 Payment for"Vertical Adjustment Assembly for Water Main (8-inch and 12-inch)," will be made 36 per each, which payment will be complete compensation for all labor, equipment, materials 37 hauling, pavement cutting, pavement removal, dewatering, potholing for utility location, 38 excavation, removal and disposal of waste material including existing pipes and structures in the 39 excavation, foundation material, pipe and fittings of the size and type called out in detail, wedge 40 action restrainer gland assembly, shackle rods, steel reinforcing bars, dead-man block 41 assembly, couplings, cleaning, chlorinating, testing, final connection, appurtenances, handling, 42 bedding, placement of subsequent backfill (native) materials, compaction, water, temporary 43 pavement patching, adjustment to finish grade, cleanup, etc., required to complete the 44 connection in conformance with the Contract Documents. Concrete for thrust blocking, dead- 45 man anchor block assembly is measured and paid under separate bid item for Concrete for 46 Thrust Blocking, Dead-Man Anchor Blocks Assembly. 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 124 Conformed 21 March 2008 1 7-10 WATER SERVICE LINE AND WATER METER RELOCATION AND 2 REPLACEMENT 3 Section 7-10 is a new section: 4 5 6 7-10.1 Description 7 Water service lines along the length of the project will be replaced and water meters will be 8 relocated and/or replaced as shown in the Plans. These new water service lines shall be 9 installed as the last underground utility. Prior to and after installation of these water service 10 lines. the Contractor shall protect all water service lines that cross the roadway from damages 11 during construction. Before proceeding with construction activities near water service crossings, 12 the Contractor shall pothole the crossings in advance to determine if a conflict exists with the 13 proposed utilities improvements. If a conflict exists, the Contractor shall notify the Engineer and 14 coordinate service line relocation with the City of Renton Water Maintenance Department. 15 Should potholing reveal that the existing water service line is made of galvanized piping, the 16 Contractor shall notify the Engineer and coordinate the replacement of the galvanized line with 17 copper pipe by the City Water Maintenance Department. A two-week advance notice shall be 18 required for each water service requiring relocation or replacement 19 20 If a water service line does not require relocation or replacement and is damaged during the 21 course of construction, the Contractor shall be responsible for all labor, materials, and 22 equipment costs associated with the repair or replacement of the service line by the City Water 23 Maintenance Department. 24 25 The City will install water service lines, meter setter, meter box materials, the water meter, and 26 make the connection to the private service line for service lines that are connected to existing 27 water mains. 28 29 The Contractor will install water service lines, meter setter, meter box materials, and make the - 30 connection to the private service line for service lines that are connected to new water mains. 31 The City will install the water meter. 32 33 7-10.3 Materials 34 All pipe, meter setter, and meter box materials will be provided by the City Water Maintenance 35 Department 36 37 7-10.3 Construction Requirements 38 The following sequence shall apply to all planned water service line replacements or 39 relocations. 40 1. Contractor potholes and identifies the elevations and pipe materials for all water 41 service line crossings with regard to the new utilities improvements. 42 43 2. If there is a conflict between the existing water service line and the new City 44 utilities to be installed as a part of this Contract or if the existing water service line 45 is made of galvanized pipe, the Contractor shall notify the City and coordinate the 46 relocation or replacement of the water service line by the City Water Maintenance 47 Department. A two-week advance notice shall be required for each water service 48 requiring relocation or replacement. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 125 Conformed 21 March 2008 1 3. The Contractor shall fill and grade the area where the meter will be relocated to 2 the finished grade elevation prior to the relocation of the water service line and 3 meter by the City Water Maintenance Department. The Contractor shall excavate 4 and expose the end of the existing water service line, meter setter, and water 5 meter to be relocated by the City Water Maintenance Department or by the 6 Contractor. 7 8 4. City of Renton Water Maintenance Department will furnish pipe materials and the 9 City of Renton Water maintenance Department or the Contractor will install the 10 extension of the existing copper service line and meter setter, will relocate the 11 water meter to the new location as shown on the Plans and will make the 12 connection to the private service line. The City will install the water meter. 13 14 5. The Contractor shall backfill and compact the trench for the water service line and 15 restore the area to finish grade. 16 17 7-10.4 Measurement 18 "3/4 Inch Water Service and Connection to Existing Water Main" shall be per each for the 19 number of water meters connected. 20 21 "3/4 Inch Water Service and Connection to New Water Main" shall be per each for the number 22 of water meters connected. 23 24 1 Inch Water Service and Connection to New Water Main" shall be per each for the number of 25 water meters connected. 26 27 7-10.5 Payment 28 The unit Contract price per each for"3/4 (or 1 Inch) Water Meter Relocation to Existing (or to 29 New) Main" shall be full compensation for all labor, materials, and equipment for the relocation 30 of existing water service, meter setter, and meter box of the type and size shown size as shown 31 shall be full pay to complete the work specified in the Contract documents and Plans, and shall 32 include but not be limited to the following: 33 34 X Locating existing utilities and potholing in advance to determine their horizontal and 35 vertical location 36 ■ Excavation for installation of water service line extension for the City Water 37 Maintenance Department to install the service line extension and meter relocation 38 N Excavation for installation of water service line extension for the Contractor to install 39 the service line extension and meter relocation 40 0 Install the water service line, meter setter, meter box and make connection to the 41 private service line 42 ■ Placement and compaction of bedding materials 43 ■ Placement and compaction trench backfill 44 ■ Grading, filling, and compacting the area for the meter relocation to finish grade prior 45 to relocation of the meter 46 ■ Restoration of all public and private properties to near existing condition or better 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 126 Conformed 21 March 2008 1 7-12 VALVES FOR WATER MAINS 2 3 7 12.3(1) Installation of Valve Marker Post 4 Section 7-12.3(1) has been revised as follows: 6 Where required, a valve marker post shall be furnished and installed with each valve. 7 Valve marker posts shall be placed at the edge of the right-of-way opposite the valve 8 and be set with 18 inches of the post exposed above grade. 9 10 The remainder of this section is deleted. 11 12 Section 7-12.3(2) is a new section: 14 7-12.3(2) Adjust Existing Valve Box to Grade 15 Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed 16 in Section 7-05.3(1) of the City of Renton Standards. Valve box adjustments shall 17 include, but not be limited to, the locations shown on the Plans. 18 19 Existing roadway valve boxes shall be adjusted to conform to final finished grades. The 20 final installation shall be made in accordance with the applicable portions of Section 21 7-12. 22 23 In the event that the existing valve box is plugged or blocked with debris, the Contractor 24 shall use whatever means necessary to remove such debris, leaving the valve 25 installation in a fully operable condition. 26 27 The valve box shall be set to an elevation tolerance of 1/4 inch to 1/2 inch below finished 28 grade. 29 30 7-12.4 Measurement 31 Section 7-12.4 is supplemented by adding the following: 32 (******) 33 Adjustment of existing water valve boxes to grade will not be measured. Value box adjustments 34 shall be considered incidental to other work associated with the water service. 35 36 Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will 37 not be included in this measurement item. 38 39 7-12.5 Payment w 40 Section 7-12.5 is replaced with the following: 41 (..k....) 42 "Furnish and Install 6-inch Gate Valve Assembly," per each 43 "Furnish and Install 8-inch Gate Valve Assembly," per each 44 "Furnish and Install 12-inch Gate Valve Assembly," per each 45 The unit Contract price per each for "Furnish and Install _-inch Gate Valve Assembly" shall be 46 full pay for all labor, equipment and material to furnish and install the valve complete in place in 47 the water main, including trenching, jointing, blocking of the valve, painting, disinfecting, 48 hydrostatic testing, cast-iron valve box and extensions as required, valve nut extensions, and 49 adjustments to final grade. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 127 Conformed 21 March 2008 1 7-14 HYDRANTS 2 3 7-14.3(1) Setting Hydrants 4 Paragraphs four and five of Section 7-14.3(1) are revised and the section is 5 supplemented as follows: 6 ( ** **) 7 Any hydrant not in service shall be identified by covering with a burlap or plastic bag 8 approved by the Engineer. 9 10 Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 11 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be 12 painted in accordance with the City's water standard detail. After all installation and 13 testing is complete, all hydrants shall be painted to the City of Renton specifications and 14 guard posts painted with two coats of preservative paint No. 43-655 safety yellow or 15 approved equal. Hydrants shall be of such length as to be suitable for installation with 16 connections to 6-, 8- and 10-inch piping in trenches 3-1/2 feet deep unless otherwise 17 specified. The hydrant shall be designed for a 4-1/2-foot burial where 12-inch and larger 18 pipe is shown unless otherwise noted on the plan. 19 20 Hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6-inch gate valve 21 (FL x MJ), 6-inch DI spool (PE x PE), 5-1/4-inch MVO fire hydrant (MJ connection), 4- by 22 5-inch Stortz adapter, cast iron valve box and cover, 3/4-inch shackle rods and 23 accessories, concrete blocks, and two concrete guard posts (only if hydrants are outside 24 right-of-way). 25 26 Joint restraint (shackle rods) shall be installed in accordance with Section 7-11.3(15). 27 28 7-14.3(3) Resetting Existing Hydrants 29 Section 7-14.3(3) is supplemented by adding the following: 31 All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). 32 All rubber gaskets shall be replaced with new gaskets of the type required for a new 33 installation of the same type. 34 35 7-14.3(4) Moving Existing Hydrants 36 Section 7-14.3(4) is supplemented by adding the following: 37 ( ** *) 38 All hydrants shall be rebuilt to the satisfaction of the Engineer (or replaced with a new 39 hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for 40 a new installation of the same type. 41 42 7-14.3(7) Hydrant Concrete Collars 43 Section 7-14.3(7) is a new section: 44 (******) 45 Where shown on the Plans, a concrete collar slab shall be constructed around the fire 46 hydrant. Concrete in this concrete collar slab shall be air entrained concrete Class 3000 47 in accordance with the requirements of Section 6-02. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 128 Conformed 21 March 2008 1 7-14.5 Payment 2 Section 7-14.5 is revised as follows: 3 (******) 4 Payment will be made in accordance with Section 1 04.1 for each of the following bid items that 5 are included in the proposal: 6 7 "Furnish and Install 6-inch Fire Hydrant Assembly"," per each 8 9 The unit Contract price per each for"Furnish and Install 6-inch Fire Hydrant Assembly" will be 10 complete compensation for all labor, equipment, materials hauling, dewatering, potholing for 11 utility location, excavation, removal and disposal of waste material including existing pipes and 12 structures in the excavation, foundation material, mainline tee and gate valve, gaskets, valve 13 box and cover, shackles, tie rods, painting, guard rail posts, installation, operating nut extension, 14 Storz adapter, shackle rods, concrete blocking, concrete collar slab, appurtenances, handling, 15 bedding, placement of subsequent backfill (native) materials, compaction, water, cleaning, 16 adjustment to finish grade, cleanup, etc., required to complete all fire hydrant assemblies in - 17 conformance with the Contract Documents. 18 19 "Resetting Existing Hydrants," per each 20 21 The unit Contract price per each for"Resetting Existing Hydrant" shall be full pay for all work to 22 reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, 23 blocking, painting, concrete collar slab, and guard posts and reconnecting to the main. The new 24 pipe connecting the hydrant to the main shall be considered incidental and no additional 25 payment shall be made. Guard posts, shown on the plans shall be incidental to the Contract. 26 27 7-17 SANITARY SEWERS 28 29 7-17.2 Materials 30 Section 7-17.2 is replaced with the following: 31 (******) 32 Pipe used for sanitary sewers may be: 33 34 Rigid Thermoplastic 35 Concrete 36 PVC (Polyvinyl Chloride) 37 Ductile Iron 38 39 All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified. 40 41 It is not intended that materials listed are to be considered equal or generally interchangeable 42 for all applications. The Engineer shall determine from the materials listed those suitable for the " 43 project and shall so specify in the Specifications or Plans. 44 45 Materials shall meet the requirements of the following sections. 46 47 Plain Concrete Storm Sewer Pipe 905.7(l) 48 Reinforced Concrete Storm Sewer Pipe 905.7(2) 49 Solid Wall PVC Sanitary Sewer Pipe 905.12(l) 50 Profile Wall PVC Sanitary Sewer Pipe 905.12(2) 51 Ductile Iron Sewer Pipe 905.13 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 129 Conformed 21 March 2008 1 2 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and 3 permanent under normal conditions of handling and storage. 4 5 7-17.3(1) Protection of Existing Sewerage Facilities 6 Section 7-17.3(1) is supplemented by adding the following: 8 When extending an existing sewer, the downstream system shall be protected from 9 construction debris by placing a screen or trap in the first existing manhole downstream 10 of the connection. It shall be the Contractor's responsibility to maintain this screen or 11 trap until the new system is placed in service and then to remove it. Any construction 12 debris that enters the existing downstream system, shall be removed by the Contractor 13 at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its 14 outlet shall be plugged until acceptance by the Engineer. 15 16 7-17.3(2)H Television Inspection 17 Section 7-17.3(2)H is supplemented by adding the following: 19 Once the television inspection has been completed, the Contractor shall submit 20 to the Engineer the written reports of the inspection plus the video tapes. Said 21 video tapes are to be in color and compatible with the City's viewing and 22 recording systems. The City system accepts 1/2-inch-wide high density VHS 23 tapes. The tapes will be run at standard speed SP (1 5/16 I.P.S.). 24 25 7-17.4 Measurement 26 Section 7-17.4 is supplemented with the following: 27 (......) 28 Measurement for television inspection of the new 8-inch and 10-inch sewer pipes shall be based 29 on the linear foot of pipe inspected. 30 31 7-17.5 Payment 32 Section 7-17.5 is revised and supplemented as follows: 33 (.k......*) 34 Payment will be made in accordance with Section 1 04.1, for each of the following bid items that 35 are included in the proposal: 36 37 "Furnish and Install 6-inch PVC Side Sewer Pipe," per linear foot 38 "Furnish and Install 8-inch PVC Sewer Pipe," per linear foot 39 "Furnish and Install 10-inch PVC Sewer Pipe," per linear foot 40 41 The unit Contract price per linear foot for"Furnish and Install -inch PVC (Side) Sewer Pipe" 42 shall be full pay for furnishing, hauling, and assembling in place the completed installation 43 including all wyes, tees, special fittings, joint materials, bedding material, and adjustment of 44 inverts to manholes for the completion of the installation to the required lines and grades. 45 46 All costs associated with trench excavation, furnishing, and installing bedding and backfill 47 material within the pipe zone in the installation of sanitary sewer pipes shall be included in the 48 unit Contract price for the type and size of pipe installed. "Testing Sewer Pipe" shall be 49 considered incidental to pipe items. 50 51 "Television Inspection of Sanitary Sewers," per linear foot Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 130 Conformed 21 March 2008 1 2 Payment for television inspection of sanitary sewers in accordance with Section 7-17.3(2)H shall 3 be made at the amount bid per linear foot. Said payment shall be considered complete 4 compensation for all labor, materials, and equipment required to perform a television inspection 5 of the pipe and to prepare a videotape record of all new sanitary sewers constructed under this 6 Contract. Contractor shall bear all costs incurred in correcting any deficiencies found during 7 testing, including the cost of any additional testing that may be required by the Owner to verify 8 the correction of said deficiency. The Contractor shall be responsible for all costs incurred in 9 any television inspection performed solely for the benefit of the Contractor. 10 11 Section 7-20 is a new section 12 13 7-20 STORMWATER VAULTS 14 15 7-20.1 Description 16 This work includes furnishing all labor, tools, materials, equipment, and incidentals required to w 17 install a stormwater vault and a stormfilter vault and appurtenances as shown on the Plans, and 18 in accordance with the manufacturer's recommendations. 19 20 7-20.2 Materials 21 The stormwater vault shall be a detention vault/panel vault system as manufactured by Utility 22 Vault, 2808 A Street Southeast, Auburn, WA, 98002. Phone: (800) 892-1538, Fax: (253) 735- 23 4201 or equivalent. 24 25 The stormfilter vault shall be a stormfilter vault system as manufactured by Contech Stormwater 26 Solutions Inc., 12021-B NE Airport Way, Portland OR 97220, Phone 800-548-4667, Fax 800- 27 561-1271 or equivalent. 28 29 No alternative equivalent systems will be considered prior to award of the Contract. The 30 successful bidder may submit proposed alternate equivalent systems to the Contracting Agency 31 for review and approval by the Engineer. Submittals for alternate systems shall include 32 complete design calculations and performance data and must be certified by a licensed 33 structural engineer in the state of Washington. The Engineer shall have 10 working days to 34 review the submittal for an alternate system. If revisions are required, the Engineer shall have 35 another 10 working days after resubmittal for review. The Contracting Agency shall have sole 36 authority to determine the equivalence of any proposed alternate and will issue written approval 37 of a proposed alternate system. The Contractor must have written approval of an alternate vault 38 system prior to ordering. 39 w 40 The stormwater vault(s) and stormfilter vault shall meet the following requirements: 41 42 E Designed to ACI-318-99 Building Code 43 ■ AASHTO HS-20-44 wheel load 44 ■ ASTM C-890 45 ■ Concrete mixing proportions shall be as determined by the manufacture to produce 46 consistent quality concrete with the following minimum requirements. 47 48 1. Compressive strength of concrete:fc=6,000 psi at 28 days u 49 2. Air Entrainment: 4% +/- 2% 50 51 Reinforcing per ASTM A 615 Grade 60 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 131 Conformed 21 March 2008 1 ■ Nonshrink grout, 5,000 psi 2 ■ Minimum 2 feet of cover 3 4 The 5-foot x 10-foot removable grates with ladders shall be secured to the frame and or 5 concrete vault to be locking and vandal resistant. All steel components shall be hot dipped 6 galvanized per ASTM DXXXX. 7 8 7-20.3 Construction Requirements 9 The stormwater vault(s) shall be constructed according to the sizes shown on the plans and as 10 specified herein. The Contractor shall construct and install the system to the elevation and 11 location shown on the Plans or as otherwise directed by the Engineer 12 13 The stormwater vault(s) shall be installed on a stable base consisting of 12 inches of gravel 14 backfill for pipe zone bedding. The Contractor shall be responsible for preparing the site for the 15 installation of the stormwater vault(s) including, but not limited to, temporary shoring, temporary 16 anchoring, dewatering, excavation, cutting and removing pipe, new pipe, and bedding and 17 compaction. The Contractor shall be responsible for sealing the pipe connections to the 18 stormwater vault, backfilling, and furnishing all labor, tools, and materials needed. 19 20 All required safety precautions for stormwater vault(s) installation are the responsibility of the 21 Contractor. 22 23 7-20.4 Measurement 24 No specific unit of measurement will apply, but measurement will be for the lump sum total of all 25 items to be furnished and installed for each stormwater vault listed in the proposal. 26 27 7-20.5 Payment 28 Payment will be made in accordance with Section 1-04.1 for the following bid item included on 29 the proposal: 30 31 "Stormwater Detention Vault," lump sum 32 "Stormfilter Vault," lump sum 33 34 The lump sum Contract prices for "Stormwater Detention Vault" and "Stormfilter Vault" shall be 35 full pay for furnishing and installing the stormwater detention vault(s). Submitting for approval 36 the shop drawings stamped and sealed by a currently licensed and qualified professional 37 engineer with applicable drawings and calculations provided to the Engineer and shall be a part 38 of the Contract price for the vault. These shop drawings shall include the design of the ladders 39 and grates/grate frames. These items shall be designed in accordance with OSHA and RCW 40 standards for this application. Construction, delivery, and installation shall also be included in 41 the Contract price. Other items considered a part of this work include all structure excavation, 42 gravel bedding and subbase, gravel backfill, flow control structure, vent pipes, appurtenances 43 including manhole rings and risers, frame and grate, ladders and pipe fittings, sand filter 44 medium, drain pipe, clean-outs, drain rock, flow spreader, geotextile matting, and other 45 incidental materials and work necessary to furnish and install the vault(s) as detailed in the 46 plans, specified herein and as recommended by the manufacturer. Resubmittal of design 47 drawings and calculations shall be the responsibility of the Contractor and he shall bear all costs 48 associated with that work. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 132 Conformed 21 March 2008 1 DIVISION 8 2 3 MISCELLANEOUS CONSTRUCTION 4 5 8-02 ROADSIDE RESTORATION 6 7 8-02.1 Description 8 Section 8-02.1 is revised with the following: 9 10 This work shall consist of furnishing and placing topsoil and soil amendments, and furnishing 11 and planting trees, shrubs, ground covers, and installation of seeded lawn in accordance with 12 these Specifications and as shown in the Plans or as directed by the Engineer. 13 14 Trees, shrubs, and ground covers will hereinafter be referred to as "plants" or"plant material." 15 Seeded lawn will be referred to as "lawn." 16 17 8-02.3 Construction Requirements 18 Section 8-02.3 is supplemented with the following: 19 w 20 8-02.3(2) Roadside Work Plan 21 Section 8-02.3(2) is supplemented with the following. 22 (*** **) - 23 Within twenty-four(24) calendar days after award of contract, the Contractor shall submit 24 written documentation to the Engineer that all specified plant materials have been 25 ordered. Documentation shall include list of supplier's names, addresses, and phone 26 numbers along with a list of respective growing or storage locations with addresses. The 27 Contractor shall provide all plants of the size, species, variety, and quality noted and 28 specified. The Contractor shall contract grow plant materials, if necessary, to ensure 29 that the required size, species, variety and quality of plant materials shall be provided. 30 The use of chemical herbicides shall be considered on a case-by-case basis. The 31 Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides 32 to the Engineer for approval prior to use. 33 34 8-02.3(4) Topsoil 35 Section 8-02.3(4) is supplemented with the following: 36 Topsoil shall be installed to a minimum 4-inch compacted depth in all lawn areas and 37 6-inch compacted depth in all shrub/groundcover planting areas. 38 39 For all lawn areas excavate, subgrade material as required to permit installation of 40 topsoil to the specified depth. The first 2 inches of topsoil shall be incorporated into the 41 top 6 inches of subgrade by rototilling. The second 2 inches of topsoil shall be then 42 installed and finish graded. All clods, hard lumps, rocks 1-inch in diameter or larger, and 43 litter and other debris shall be raked up, removed, and disposed of by the Contractor. 44 45 For all shrub/groundcover areas, excavate subgrade material as required to permit 46 installation of topsoil and mulch to their specified depths. The first 3 inches of topsoil 47 shall be incorporated into the top 6 inches of subgrade by rototilling. The second 3 48 inches of topsoil shall be then installed and finish graded. All clods, hard lumps, rocks 1- 49 inch in diameter or larger, and litter and other debris shall be raked up, removed, and 50 disposed of by the Contractor. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 133 Conformed 21 March 2008 1 2 8-02.3(4)A Topsoil Type A 3 Section 8-02.3(4) A is supplemented with the following: 4 5 All topsoil shall be Topsoil Type A and shall meet the requirements of Section 6 9-14.1(1) as modified herein. 7 8 8-02.3(5) Planting Area Preparation 9 Section 8-02.3(5) is supplemented with the following: 10 11 The subgrade of all planting and lawn areas shall be scarified or horizontally ripped to a 12 depth of 6 inches prior to topsoil placement and compaction. Scarify the sides and 13 bottom of all tree pits. 14 15 The Contractor shall notify Engineer of possible poor draining or heavily compacted soil 16 conditions prior to proceeding with construction. All debris shall be removed before 17 Topsoil Type A is placed. 18 19 Topsoil Type A shall not be placed when the ground is frozen, excessively wet, or in the 20 opinion of the Engineer, in a condition detrimental to the work. 21 22 8-02.3(7) Layout of Planting 23 Section 8-02.3(7) is supplemented with the following. 24 25 The Contractor shall be responsible for determining final quantities of plant material to 26 complete the landscape Plan as shown based on the actual clearing and grading limits, 27 and notify the Engineer of any discrepancy prior to planting. The Contractor shall 28 coordinate with the Engineer the final location for all plant materials. The Contractor 29 shall neither deliver to the site nor install materials until authorized by the Engineer. The 30 Contractor shall provide the Engineer with a least one week notice prior to delivery. The 31 Contractor shall place plantings starting from the perimeter of the bed area and 32 progressing to the center. Field adjustments for plant layout shall be approved by the 33 Engineer. 34 35 8-02.3(8) Planting 36 Section 8-02.3(8) is supplemented with the following. 37 38 The Contractor shall advise the Engineer where the drainage of planting holes is limited 39 or non-existent because of heavy clay, hardpan, or rock. The Engineer will determine 40 the method and extent of improved drainage. 41 42 All trees, shrubs and groundcovers shall be planted as shown on the plans. 43 44 When performing the following work, the Contractor shall not injure the root system nor 45 over-excavate plating pit depth. The Contractor shall utilize the following methods in 46 planting. 47 48 Trees and shrubs shall be handled by the rootball, not by the trunk. Plant shrubs 49 upright, and rotate to give the best appearance or relationship to adjacent plants, 50 topography, and structures. Hold plant rigidly in position until backfill has been tamped 51 firmly around the ball or roots. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 134 Conformed 21 March 2008 1 2 When the pit is backfilled halfway, place the specified quantity of fertilizer and stakes, if 3 necessary, as shown in the Plans. Evenly space the fertilizer around the perimeter of an 4 immediately adjacent to the root system. 5 6 When planting pit is three-quarters (3/4) backfilled, fill with water and allow water to soak 7 away. Fill pits with additional backfill as shown in the Plans. Water immediately after 8 planting. Carefully place, water, compact backfill, and fill all voids. 9 10 8-02.3(9) Pruning, Staking, Guying and Wrapping 11 Section 8-02.3(9) is supplemented with the following: 12 13 Tree Stakes Removal �. 14 At the end of the plant establishment period, all tree stakes and ties shall be removed 15 and disposed of by the Contractor subject to the approval of the Engineer. The 16 Contractor shall not cut tree stakes at ground level. Complete removal of the tree stakes 17 is required. 18 19 8-02.3(10) Fertilizers 20 Section 8-02.3(10) is supplemented with the following: 21 22 Fertilizer- Granular 23 The Contractor shall provide and apply plant fertilizer for trees, shrubs, and ground 24 covers at the time of initial planting. 25 26 Material 27 The fertilizer shall be the following, or approved equal: 28 29 1. "Transplanter" formula 4-2-2 as manufactured by Pacific Agro Co., with Hercules 30 Nitroform and W.R. Grace's "Magamp" and trace elements. 31 32 The granular fertilizer shall be placed according to the following schedule: 33 - 34 Plant Type Amount Application Area 35 36 Trees 8 oz. Spread to a 3' diameter 37 Shrubs 2 oz. Spread to a 2' diameter 38 Ground Covers 1 oz. Spread to a 1' diameter 39 40 Fertilizer- Packets 41 The Contractor shall provide and apply plant fertilizer for trees, shrubs, and ground 42 covers at the time of initial planting. 43 44 Material 45 The fertilizer shall be the following, or approved equal: 46 47 21-gram planting packets formula 20-10-5 as manufactured by Pacific Agro Co., 48 49 Fertilizer packets shall be placed according to the following schedule: 50 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 135 Conformed 21 March 2008 1 Plant Type Amount Application Area 2 3 Trees 4 packets Spread to a 3' diameter 4 Shrubs 2 packets Spread to a 2' diameter 5 Ground Covers 1 packet Spread to a 1' diameter 6 7 The selected fertilizer shall be composed of macro-nutrients; nitrogen, phosphoric acid 8 and soluble potash (NPK), in slow release form with a duration of availability greater 9 than six months. Micronutrients shall also be supplied in the fertilizer formulation and 10 shall include the following: 11 12 1. Magnesium (Mg) 13 2. Copper (Cu) 14 3. Iron (Fe) 15 4. Manganese (Mn) 16 5. Zinc (Zn) 17 18 Construction Requirements 19 The Contractor shall submit to the Engineer for approval a guaranteed fertilizer analysis 20 label of the selected product. 21 22 Prior to placement of the fertilizer, the formulation and application method shall be 23 approved by the Engineer. 24 25 8-02.3(11) Bark or Wood Chip Mulch 26 Section 8-02.3(11) is supplemented by the following: 27 28 Bark or wood chip mulch shall be ground fir or hemlock bark, free from noxious weed 29 seeds, sawdust, splinters or other debris. Bark mulch shall not contain foreign material, 30 chemicals and substances detrimental to plant life, including resin, tannin, wood fiber, or 31 other compounds. Ground fir and/or hemlock bark shall meet the following gradation 32 requirements; 33 34 Sieve Size Percent Passing 35 36 '/ inch 95 - 100 37 No 8 80 - 100 38 No 35 0 - 80 39 40 Bark Mulch Placement 41 Bark mulch shall be placed to a uniform compact depth of 2 inches over all shrub and 42 groundcover planting areas, in all planting saucers around trees and where indicated on 43 the drawings as a mulch only groundcover. 44 45 Mulch 46 Finish grade of bark mulch shall be feathered to 1/2 inch below top of all curbs, paving, 47 and irrigation boxes. 48 49 Plant Crowns 50 All plants shall be free of bark mulch within 6-inch radius of the plant crowns and tree 51 trunks. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 136 Conformed 21 March 2008 1 2 8-02.3(13) Plant Establishment 3 Section 8-02.3(13) is supplemented with the following: 4 5 Any suspensions for noncompliance, as indicated elsewhere within these Special 6 Provisions, will increase the duration of first year plant establishment. 7 8 Suspension of Time 9 10 Failure to Comply. 11 Failure to comply with corrective steps as outlined by the Engineer shall result in a 12 suspension of time for first year plant establishment. 13 14 Suspension Relief.- 15 Any such suspension of time shall not be lifted until all unsatisfactory conditions have 16 been corrected to the satisfaction of the Engineer. 17 18 Suspension and Penalties: 19 If a suspension of time is in effect for more than 15 calendar days without effective 20 action being taken by the Contractor, the City will have justification to take corrective 21 steps and to deduct all costs thereof from moneys due the Contractor. 22 23 Plant Establishment Plan 24 Prior to initial plant and planting acceptance as defined in Section 8-02.3(12) and in 25 accordance with Section 8-02.3(13), the Contractor shall submit a plant establishment 26 plan for approval by the Engineer. The plan shall define the work necessary to maintain 27 all Contract areas during the period between initial plant and planting acceptance 28 through the acceptance of first year of plant establishment. 29 30 The plan shall show the schedule, frequency, dates, materials and equipment to be 31 used, whichever may apply, for all maintenance activities including, but not limited to, the 32 following: 33 M 34 A. Plant Establishment 35 36 1. Pruning 37 2. Fertilizing 38 3. Watering - amount in inches per week 39 4. Weed Control and Chemical Application - post and pre-emergent 40 5. Litter and Debris Removal 41 6. Staking/Guying Removal 42 7. Erosion Control Methods and Procedures 43 44 B. Irrigation System 45 46 1. Winterization Procedure 47 2. Spring Start-up Procedure 48 3. Backflow Prevention Assembly- Annual Testing 49 4. Head Replacement, Repairs and Adjustments 50 5. Automatic Controller Program by Zone - time and duration 51 6. Inspection for Complete Operation Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 137 Conformed 21 March 2008 1 7. Vandalism and Accidental Damage Repair 2 3 C. Other items as determined by the Contractor 4 5 Also indicate the following: 6 7 A. Maintenance Supervisor/Responsible Contact Name 8 9 1. Local address 10 2. Local telephone number 11 12 B. Emergency Contact Name - 24 hours, 7 days per week availability 13 14 1. Local address 15 2. Local telephone number 16 17 C. Sign and date the Maintenance Plan 18 19 The maintenance supervisor and emergency contact person shall show proof of local 20 residency during implementation of the maintenance plan. 21 22 Should this plan become unworkable at any time during the specified period, the 23 Contractor shall submit a revised plan to the Engineer and receive approval of the 24 revised plan by the Engineer. Failure to comply with the plant establishment plan or to 25 the revise the plan shall result in a suspension of time for first year plant establishment 26 period in accordance with Section 8-02.3(12). 27 28 8-02.3(16)A Lawn Installation 29 Section 8-02.3(16)A is supplemented with the following: 30 31 Seeded lawn installation is not allowed until the irrigation system is operational. 32 33 Seed mix shall be submitted and approved by the Engineer. 34 35 Seeding method shall be by hydroseed machine method. Hydroseed machine 36 shall be a "super" hydroseeder with dual agitation and minimum 2,500-gallon 37 size. 38 39 Seeding shall not be performed when winds exceed 15 miles per hour, or when 40 the ground is frozen, excessively wet or dry, or otherwise untillable. 41 42 Hydroseed slurry components shall not be left in the hydroseed machine for 43 more than two hours. If slurry components are left for more than 1 hour in the 44 machine, Contractor shall add 50 percent more of the originally specified seed 45 mix to the slurry. Any slurry mixture left in the hydroseed machine more than 2 46 hours will be rejected and disposed of at Contractor's expense. 47 48 Fertilizer shall be 12-24-24 ratio, applied with hydroseed slurry mixture at a rate 49 of 250 pounds per acre fertilizer. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 138 Conformed 21 March 2008 1 Hydroseed Wood Fiber Mulch shall be applied at a rate of 2,000 pounds per 2 acre. 3 4 Tackifier shall be applied with the hydroseed slurry at a rate of 60 pounds per 5 acre. 6 7 Minimum coverage for lawn installation shall be that all seeded areas shall show 8 vigorous growth with an adequate stand of grass. An adequate stand of grass is 9 defined as a uniform grass cover with no bare spots over 3-inch square. 10 11 8-02.3(16)6 Lawn Establishment 12 Section 8-02.3(16)B is supplemented with the following: 13 14 Lawn establishment shall consist of caring for all new seeded lawns areas within 15 the limits of this project. 16 17 The lawn establishment period shall begin immediately after acceptance of the 18 seeded lawn installation by the Engineer and continue until completion and 19 acceptance of the project. 20 21 During the lawn establishment period, it shall be the Contractor's responsibility to 22 ensure the continuing healthy growth of the turf. This care shall include labor 23 and materials necessary to maintain the seeded lawn area, including but not 24 limited to, protection with barriers, removal of litter, mowing, trimming, removal of 25 grass clippings, edging, fertilization, insecticide and fungicide applications, weed 26 control, repairing and replacing any unhealthy or damaged areas, watering and 27 repairing irrigation system. 28 29 8-02.4 Measurement 30 Section 8-01.4 is supplemented with the following: 31 32 Measurement of Topsoil Type A will be by the cubic yard in the haul conveyance at the point of 33 delivery. 34 35 Measurement of bark mulch will be by the cubic yard in the haul conveyance at the point of 36 delivery. 37 38 Measurement of seeded lawn installation will be along the ground slope and computed in 39 square yards of actual lawn completed, established and accepted for areas shown on the 40 landscape plans. Additional disturbed areas that require hydroseeding for purposes of erosion 41 control will be measured as "Seeding, Fertilizing, and Mulching," per square yard. 42 43 Measurement of root barrier installation will be by the linear foot of root barrier installed and 44 accepted. 45 46 8-02.5 Payment 47 Section 8-02.5 is supplemented with the following: 48 49 The unit Contract price for trees, shrubs and groundcover shall be "PSIPE (insert name of each 50 tree, shrub, or groundcover)", per each. (PSIPE is Plant Selection Including Plant 51 Establishment for the 1 st year after acceptance of the initial planting by the Engineer.) It shall Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 139 Conformed 21 March 2008 1 be full pay for all materials, labor, tools, equipment, and supplies necessary within the planting 2 area, including but not limited to, planting area preparation, fine grading, planting, planting mix 3 backfill of planting holes, staking, guying, tree trunk protection, fertilization, watering, mulching, 4 cultivation, weed control, and cleanup for the particular items called for in the plans. 5 6 The unit price per cubic yard for"Topsoil Type A" shall be full pay for providing the source 7 material, topsoil testing and incorporating the amendments recommended by the soils testing 8 laboratory, for excavating, loading, hauling, for site preparation including windrowing, stock 9 piling, weed control and removal, placing, spreading, processing, cultivating and fine grading 10 topsoil Type A. 11 12 The unit Contract price per cubic yard for"Bark Mulch" shall be for full pay to complete the work. 13 14 "Seeded Lawn Installation," per square yard 15 16 The unit Contract price per linear foot for "Root Barrier" shall be for full pay to complete the 17 work. 18 19 8-03 IRRIGATION SYSTEM 20 21 8-03.1 Description 22 Section 8-03.1 is supplemented with the following: 23 (......) 24 The water meters shall be furnished and installed by the City of Renton Water Department. The 25 Contractor shall furnish and install all other appurtenances for the irrigation system at the 26 location shown in the Plans. 27 28 Contractor's Responsibility 29 It shall be the Contractor's responsibility to contact the Engineer to schedule the water meter 30 installations. 31 32 Notice Requirement 33 The Contractor shall provide a minimum of 10 calendar days prior notice is required to ensure .t 34 no service installation delays. 35 36 8-03.2 Materials 37 Section 8-03.2 is supplemented with the following: 38 39 8-03.3 Construction Requirements 40 Section 8-03.3 paragraph 3 is revised with the following: 41 (**. ...k) 42 Water meter installation shall be made by City of Renton Water Department. 43 44 8-03.3(3) Piping 45 Section 8-03.3(3) paragraph 1 is revised with the following: 46 (** **) 47 All mainlines shall be a minimum of 24" below finished grade as measured from top of 48 pipe or as detailed. All mainline piping under paved surfaces shall be enclosed in PVC 49 conduit. All mainline under paved street surfaces shall be enclosed in PVC conduit 24" 50 below finished grade as measured from top of sleeve. Irrigation conduit shall extend a 51 minimum of 1 foot beyond the limits of paving or back of curb. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 140 Conformed 21 March 2008 1 2 All lateral lines shall be a minimum of 15" below finished grade, measured from top of 3 pipe or as detailed. All lateral line piping under paved surfaces shall be enclosed in PVC 4 conduit. All laterals under paved street surfaces shall be enclosed in PVC conduit 24" 5 below finished grade as measured from top of sleeve. 6 7 8-03.3(5) Installation 8 Section 8-03.3(5) is revised with the following: 10 Hard-drawn copper type K or threaded brass piping shall be used from the water meter - 11 or service connection through the cross-connection control device. 12 13 Final position of shrub /ground cover sprinkler heads shall be flush with finish grade of 14 bark mulch, as detailed. 15 16 Final position of all valve boxes shall be flush with finish grade of mulch in planting areas 17 as detailed and no closer than 12" to paving and perpendicular or parallel to it. 18 Approximate locations of valve boxes are shown on drawings. 19 20 8-03.3(6) Electrical Wire Installation 21 Section 8-03.3(6) paragraph 1 is revised with the following: 22 (******) 23 Wire shall be installed under mainline pipe. a 24 25 Valve Wiring 26 Place all valve wiring installed under pavement and walls, or through walls, in a separate 27 Schedule 40 PVC conduit adjacent to the irrigation pipe sleeve. 28 29 PVC conduit for irrigation electrical wiring shall: 30 31 a. Be of sufficient size to accommodate all required control wiring but not be less 32 than 1" outside diameter. 33 34 b. Meet the installation requirements of PVC conduit per Section 8-20.3(5). 35 36 8-03.3(11) System Operation 37 Section 8-03.3(11) is supplemented with the following: 38 (** ***) 39 For the purpose of this contract and in accordance with Section 8-02.3(12), the final - 40 inspection and the life of the contract shall coincide with the end of the first year plant 41 establishment. 42 43 8-03.3(12) Cross-connection Control Devices Installation 44 Section 8-03.3(12) is supplemented with the following: 45 (***** ) 46 Cross connection control devices (Double Check Valves) shall be inspected and tested, 47 prior to use in accordance with the applicable portions of the Washington Administrative 48 Code (WAC 246-290-490) and other applicable regulations as set forth by the 49 Washington State Department of Environmental Health and the Washington State 50 Department of Transportation. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 141 Conformed 21 March 2008 1 8-03.4 Measurement 2 Section 8-03.4 is supplemented with the following: 3 (******) 4 The measurement for"Double Check Backflow Assembly - 2" per each, shall be full pay for 5 furnishing all labor, materials, tools, and equipment necessary, including all rigid copper, Type K 6 pipe and brass fittings, backflow assembly vault, connection to the water meters and stubouts, 7 and all required fittings (including ball valves) and components as shown in the Plans. 8 9 The measurement for the irrigation system will be lump sum for all irrigation equipment 10 downstream of the water meter double check backflow assemblies (including the connections 11 thereto), including conduit and sleeving, and electrical service connections required to 12 automatically operate the irrigation system. 13 14 Communication Wire will be measured by the linear foot for the actual neat line length of direct 15 burial cable in place between the controller and the flow sensor. 16 17 8-03.5 Payment 18 Section 8-03.5 is supplemented with the following: 20 Payment for the "Irrigation System" shall be lump sum for installing the automatically controlled 21 irrigation system complete and operational. The Contractor shall bear all costs for water used 22 for installation and operation of the irrigation system for the life of the contract. Those costs 23 shall be included in the Contractor's lump sum for Irrigation System. 24 25 8-04 CURBS, GUTTERS, AND SPILLWAYS 26 27 8-04.3 Construction Requirements 28 Section 8-04.3 is supplemented as follows: 29 (******) 30 Curbs and gutters shall be constructed in accordance with cement concrete barrier curb and 31 gutter, Renton Standard Plan F001'and extruded curb Renton Standard Plan F004. 32 33 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly 34 placed concrete. Damaged, vandalized, or unsightly concrete shall be removed and replaced at 35 the Contractor's expense. 36 37 The Contractor shall notify the Engineer immediately in cases where the proposed gutter lip 38 elevation appears higher than the adjacent pavement. Gutter lips shall not be constructed 39 higher than the adjacent pavement. 40 41 The Type C Block Traffic Curb from B STA 211+88 to B STA 216+23 shall be in accordance 42 with Section 9-18. 43 44 8-04.4 Measurement 45 Section 8-04.4 is supplemented as follows: 46 (******) 47 The cement concrete gutters at the top of the rock wall, the soldier pile walls, and the Type 3 48 retaining wall will be measured by the linear foot as "Cement Conc. Gutter." 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 142 Conformed 21 March 2008 1 8-04.5 Payment 2 Section 8-04.5 is supplemented as follows: 3 (******) 4 "Type C Block Traffic Curb," per linear foot 5 6 8-09 RAISED PAVEMENT MARKERS 7 8 8-09.1 Description 9 Section 8-09.1 is supplemented as follows: 10 (******) 11 All pavement markings on the project shall be installed per City of Renton Standard Plan 12 drawings H001, H002, and H007 and Duvall Project Plan H013.1 as specified in these 13 specifications. 14 15 Section 8-09.3(6) is a new section 16 8-09.3(6) Installation 17 18 The Type 2 RPMs shall be installed on the roads illustrated in the plans. 19 20 Type 2YY RPMs (yellow reflective from two directions) shall be installed on center line. 21 22 Type 2W RPMs (white reflective one-direction) shall be used on lane lines. 23 24 Type 1W RPMs shall be used to supplement the white skip lines. Each 10-foot skip line 25 shall be represented by three Type 1W RPMs and one Type 2W RPM. 26 27 8-09.5 Payment 28 Section 8-09.5 has been revised as follows: 29 (******) 30 Payment will be made for each of the following bid items that are included in the proposal: 31 32 "Raised Pavement Marker Type 1YY," per hundred 33 "Raised Pavement Marker Type 1W," per hundred 34 "Raised Pavement Marker Type 2YY," per hundred 35 "Raised Pavement Marker Type 2W," per hundred 36 37 The unit Contract price per each for "Raised Pavement Marker Type V and "Raised Pavement 38 Marker Type 2" shall be full pay for all labor, materials, and equipment necessary for furnishing 39 and installing the markers in accordance with these Specifications including all cost involved 40 with traffic control unless traffic control is listed in the Contract as a separate pay item. 41 42 8-11 BEAM GUARDRAIL w 43 44 8-11.2 Materials 45 The following is added at the end of this section: 46 47 Beam guardrail shall use wood posts and blocks. Steel posts will not be allowed as an 48 alternative. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 143 Conformed 21 March 2008 1 8-11.4 Measurement 2 The ninth paragraph of Section 8-11.4 is revised to read as follows: 3 4 Measurement of removal of guardrail will be by the linear foot measured along the line of 5 guardrail removed including transition sections, expansion sections, and terminal sections. 6 7 Removal of beam guardrail anchors shall be included with removing guardrail and will not be 8 specifically measured for payment. 9 10 8-12 CHAIN LINK FENCE AND WIRE FENCE 11 12 8-12.2 Materials 13 Section 8-12.2 is supplemented with the following: 14 15 (November 27, 1995) 16 Coated Chain Link Fence 17 Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot 18 of surface area. 19 20 Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at 21 least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the 22 manufacturer's written instructions. The Contractor shall provide the Engineer with the 23 manufacturer's written specifications detailing the product and method of fabrication. The color 24 shall match Federal Standard number"Highway Black," or be as approved by the Engineer. 25 26 Samples of the coated fencing materials shall be approved by the Engineer prior to installation 27 on the project. 28 29 The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 30 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible 31 with the coating system used. 32 33 8-12.3 Construction Requirements 34 Section 8-12.3 is supplemented with the following: 35 36 Where indicated in the plans, and as directed by the Engineer, the Contractor shall remove 37 existing fences. The Contractor shall restore the ends of existing fences to remain by providing 38 additional posts, foundations and fence boards and other construction as required to provide a 39 stable end to the fence that matches the quality and appearance of the existing fence. 40 41 8-12.4 Measurement 42 The second paragraph of Section 8-12.4 is revised to read as follows: 43 44 End, gate, corner, and pull posts for chain link fence will be included in the associated fence or 45 gate items and will not be specifically measured for payment. 46 47 8-12.5 Payment 48 Section 8-12.5 is supplemented with the following: 49 (......) 50 "Chain Link Fence Type 6," per linear foot 51 "Chain Link Fence Type 3," per linear foot Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 144 Conformed 21 March 2008 1 "Double 20 Ft Chain Link Gate Type 3," per each 2 3 8-13 MONUMENT CASES 4 5 8-13.1 Description 6 Section 8-13.1 is revised and supplemented as follows: 7 (******) 8 This work shall consist of furnishing and placing monument cases and covers, in accordance 9 with the Standard Plans and these Specifications, in conformity with the lines and locations 10 shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 11 12 The Contractor shall retain the services of a registered surveyor for reestablishing monuments 13 impacted by construction. 14 15 8-13.3 Construction Requirements 16 Paragraph 4 of Section 8-13.3 is revised and supplemented as follows: 18 The monument shall be furnished by the Contractor and set by the Contractor supplied 19 surveyor. 20 21 When existing monuments will be impacted by a project, the Contractor shall be responsible for 22 assuring that a registered Washington land surveyor references the existing monuments prior to 23 construction. After construction is complete, the monuments shall be reestablished by the 24 surveyor in accordance with RCW58.09.130. 25 26 8-13.4 Measurement 27 Section 8-13.4 is supplemented by adding the following: 28 (******) 29 All costs for surveying and resetting existing monuments impacted by construction shall be 30 considered incidental to the Contract unless specifically called out to be paid as a bid item. 31 32 8-13.5 Payment 33 Section 8-13.5 is supplemented by adding the following: 34 (******) 35 "Resetting Existing Monument," per each 36 37 The unit bid item for"Resetting Existing Monument" shall include all costs associated with 38 resetting an existing monument impacted by construction, including but not limited to providing 39 reference and reestablishment survey and recording as required by State law. 40 41 8-14 CEMENT CONCRETE SIDEWALKS 42 43 8-14.2 Materials 44 Section 8-14.2 materials is supplemented as follows: 45 46 Reinforcing steel shall meet the requirements of Section 9-07 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 145 Conformed 21 March 2008 1 8-14.3(2) Forms 2 Section 8-14.3(2) is supplemented as follows. 3 4 Elevations of work points for Cement Concrete Sidewalk Ramps are provided in the 5 Plans. The contractor shall exercise care to form, place, and finish concrete so that the 6 as-built elevations of these work points are within +- 1/4 inch of the elevations provided 7 in the Plans. 8 9 8-14.3(4) Curing 10 Section 8-14.3(4) is replaced with: 12 The curing materials and procedures outlined in Section 5 05.3(13) of the Standard 13 Specifications shall prevail, except that white pigmented curing compound shall not be 14 used on sidewalks. The curing agent shall be applied immediately after brushing and be 15 maintained for a period of five days. 16 17 The Contractor shall have readily available sufficient protective covering, such as 18 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of 19 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and 20 vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time 21 as the Engineer may specify. 22 23 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting 24 the newly placed concrete to prevent damage. Damaged, vandalized, discolored, 25 stained, or unsightly concrete shall be removed and replaced at the expense of the 26 Contractor. 27 28 8-14.3(6) Reinforcing Steel Around Penetrations 29 Section 8-14.3(6) is a new section. 30 31 Four No. 4 straight reinforcing steel bars, each 3 feet long, shall be placed diagonally at 32 the corners of each rectangular or square penetration through the cement concrete 33 sidewalk. These bars shall be placed at the mid-height of the concrete sidewalk section. 34 35 Two No. 4 180-degree bent bars with V-6" long legs beyond the hook shall be placed 36 around circular penetrations though the cement concrete slab. The bend diameter shall 37 be the penetration diameter plus 6 inches. These bars shall be placed at the mid-height 38 of the concrete sidewalk section. 39 40 This requirement applies to fire hydrant concrete collar slabs. See Section 7-14. 41 42 8-14.4 Measurement 43 Section 8-14.4 is supplemented by adding the following: 44 (*.k*.k..) 45 When the Contract contains a pay item for"Cement Conc. Sidewalk Ramp Type ," the per 46 each measurement shall include all costs for the complete installation per the Plans and 47 standard details including expansion joint material, curb and gutter and ramped sidewalk 48 section. Sawcutting, removal and disposal of excavated materials including existing pavement 49 and sidewalk, crushed surfacing base materials and all other work, materials and equipment 50 required per Section 8-14 shall be included in the per each price for "Cement Conc. Sidewalk Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 146 Conformed 21 March 2008 1 Ramp Type " unless any of these other items are listed and specified to be paid as 2 separate pay items. 3 4 If the Contract does not provide a pay item for "Cement Conc. Sidewalk Ramp Type ," but 5 the Plans call for such installation, then quantities shall be measured with and paid for under the 6 bid items for curb and gutter and for cement concrete sidewalk. 7 8 The measurement for"Cement Conc. Sidewalk with Thickened Edge," per square yard will be 9 the finished surface of concrete sidewalks with a thickened edge. Sidewalks with a total 10 thickness of 6 inches or less will not be measured for payment as "Cement Conc. Sidewalk with 11 Thickened Edge." 12 13 8-14.5 Payment 14 Section 8-14.5 is supplemented by adding the following: 15 (******) 16 Payment for Cement Conc. Sidewalk will include the CSTC base and reinforcing steel placed 17 around penetrations through the concrete sidewalk. 18 19 "Cement Conc. Sidewalk Ramp Type 2A," per each 20 "Cement Conc. Sidewalk Ramp Type 4A," per each 21 22 Payment for excavation of material not related to the construction of the sidewalk but necessary 23 before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance 24 with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations 25 including haul and disposal, regardless of the depth required for constructing the sidewalk to the 26 lines and grades shown, and shall include all costs thereof in the unit Contract price per square - 27 yard for "Cement Conc. Sidewalk" and the per each Contract price for"Curb Ramp, Cement 28 Concrete." 29 30 "Cement Conc. Sidewalk with Thickened Edge," per square yard 31 32 The unit Contract price "Cement Conc. Sidewalk with Thickened Edge," per square yard shall 33 be full pay for all additional costs associated with constructing the thickened edge, including but 34 not limited to additional forming, cement concrete and the CSTC base. 35 36 The unit Contract price per linear foot for"Metal Handrail" shall be full compensation for all costs 37 associated with providing shop drawings, fabricating and installing the metal handrail. 38 39 8-17 IMPACT ATTENUATOR SYSTEMS 40 41 8-17.5 Payment 42 Section 8-17.5 is supplemented by the following: 43 (******) 44 If no pay item is included for temporary impact attenuators then all costs to provide and install 45 shall be considered a part of the pay item for"Traffic Control." 46 47 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 147 Conformed 21 March 2008 1 8-18 MAILBOX SUPPORT 2 3 8-18.1 Description 4 Section 8-18.1 is replaced with the following: - 5 (******) 6 This work shall consist of removing, maintaining in temporary locations during construction and 7 installing new locking mailboxes in permanent locations as shown in the Plans, all mailboxes 8 impacted by construction work in accordance with the Plans, these Specifications, City of 9 Renton Standard Plans and King County Road Standards Plans. The Contractor shall notify the 10 postmaster of any changes in locations of mailboxes either temporary or permanent. This shall 11 be considered incidental to the cost for relocating mailboxes. 12 13 8-18.2 Materials 14 15 The Contractor shall furnish locking mailboxes of the types and sizes as shown in the table 16 below or an approved equal. 17 ID Number Drawing No Type ID of Mail Manufacturer; Description; Model in Square Box (Number of in Plans Individual Mailboxes 1,2 C30 A (2) Salsbury Industries, Roadside Mailbox-Front and Rear Access-Black, Model # 4325BLK 25 C38 Size: 12.5"W x 13.625"H x 18.25"D w/attachments/accessories and single mounting pedestal to support two boxes 3 C30 A (1) Salsbury Industries, Roadside Mailbox-Front and Rear Access-Black, Model # 4325BLK 4 C30 Size: 12.5W x 13.625H x 18.25D w/attachments/accessories and mounting 6 C31 pedestal. 13 5,7,8,9 C31 B (14) Salsbury Industries, 16 Door Cluster Box Unit .. — Gray—A Size Doors-Type 111, Model # 3316G Size: 30.5"W x 48.25"H x 18"D w/ attachments/accessories and mounting pedestal. 10,11 C31 A (3) Salsbury Industries, Roadside Mailbox-Front and Rear Access-Black, Model # 4325BLK Size: 12.5"W x 13.625"H x 18.25"D w/attachments/accessories and single mounting pedestal to support three boxes 14,15 C32 B (12) Salsbury Industries, 12 Door Cluster Box Unit — Gray—A Size Doors-Type 11, Model # 3312G Size: 30.5W x 34.25"H x 18"D w/ attachments/accessories and mounting pedestal. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 148 Conformed 21 March 2008 ID Number Drawing No Type ID of Mail Manufacturer; Description; Model in Square Box (Number of in Plans Individual Mailboxes 12 C32 C (7) Salsbury Industries, 7-box unit Model # 3507ASU 40.75"W x 19"H x 7.5"D, Aluminum finish w/attachments/accessories. Install unit into existing enclosure. Box ID 12 will be added into a new 7-box unit 2 houses down on the north side of NE 19th Street, in subdivision. 16,17 C34 C (6) Salsbury Industries, 6-box unit Model # 3507ASU 35.25"W x 19"H x 7.5"D, Aluminum finish w/attachments/accessories. Install unit into existing enclosure. 18,19,20 C33 B (7) Salsbury Industries, 8 Door Cluster Box Unit .. — Gray—A Size Doors-Type I, Model # 3308G Size: 30.5"W x 34.25"H x 18"D w/ attachments/accessories and mounting pedestal. 21,22,23,24 C35 C (7) Salsbury Industries, 7-box unit Model # 3507ASU 40.75"W x 19"H x 7.5"D, Aluminum finish w/attachments/accessories. 1 2 8-18.3 Construction Requirements 3 This section is supplemented with the following: 5 6 Locking mailboxes shall be installed at locations shown in the Plans in accordance with the 7 mailbox manufacturer's recommendations. 8 v 9 8-18.4 Measurement 10 This section is replaced as follows. 11 12 Measurement for"Type A Locking Mailbox" will be per each of the number of individual 13 mailboxes. 14 15 Measurement for"Type B Locking Mailbox" will be per each of the number of cluster box units. 16 17 Measurement for"Type C Locking Mailbox" will be per each of the number of multi-box units. 18 19 8-18.5 Payment 20 This section is supplemented with the following: 21 (*****.k) 22 Payment will be made in accordance with Section 1-04.1, for the following bid item when it is 23 included in the proposal: 24 25 "Type A Locking Mailbox," per each 26 "Type B Locking Mailbox," per each Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 149 Conformed 21 March 2008 1 "Type C Locking Mailbox," per each 2 3 Payment for each type of locking mailbox will be full payment for furnishing and installing each 4 type of locking mailbox, including mounting pedestal, securing mailbox to pedestal, installing 5 pedestal into a foundation, the foundation, restoration at the mailbox location, removing existing 6 mailbox, and any temporary relocation/installation of mailboxes required by the construction. 7 8 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL w 9 10 8-20.2 Materials 11 Section 8-20.2 is supplemented with the following: 12 (......) 13 Decorative Light Standards and Luminaires 14 Decorative light standards and luminaires meeting one of the following two options shall be 15 used throughout the project: 16 17 Option A: As manufactured by Lumec 18 19 Luminaires shall be Lumec-, 250 watt and 400 watt HIPS as noted in the Plans 20 Model No: TR20-400HPS-SG3-250-400 21 (Model number to be modified as necessary for 240 volt and 250/400 watt applications as 22 indicated in the Plans) 23 24 Light standards shall be aluminum taper poles with 33-foot nominal mounting height and jet 25 black in color, ATR 85V-38-BKTX, with Lumec Bracket UN-1A (Model number to be modified as 26 necessary for 33-foot mounting height and bracket mast arm lengths shown in the Plans and to 27 provide 12-inch maximum square base plate). 28 29 Option B: As manufactured by Cyclone/Hapco 30 31 Luminaires shall be Cyclone, 250 watt and 400 watt HPS as noted in the Plans 32 Model No: CP0800-SB3-LSC-400HPS-QT/VOLT-S2-RAL9005TX-TFB-TLS (Model number to 33 be modified as necessary for 240 volt and 250/400 watt applications as indicated in the Plans) 34 35 Light standards shall be aluminum taper poles with 33-foot nominal mounting height and jet 36 black in color, HAPCO #88330P1 POLE, with HAPCO #88402P1 ARM (model number to be 37 modified as necessary for 33-foot mounting height and bracket mast arm lengths shown in the 38 Plans and to provide 12-inch max. square base plate). 39 40 (April 2, 2007) 41 Traffic Signal Standards 42 Traffic signal standards shall be furnished and installed in accordance with the methods and 43 materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. 44 45 All traffic signal standards shall be powder-coated jet black to match the decorative light 46 standards and luminaire arms used on the project and described above. 47 48 All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports 49 for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with 50 Section 6-03.3(25)A Welding Inspection. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 150 Conformed 21 March 2008 1 2 Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. 3 All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. 4 5 Traffic signal standard types and applicable characteristics are as follows: 6 7 Type PS Pedestrian signal standards shall conform to Standard Plan J-7a or 8 to one of the following pre-approved plans: 9 10 Fabricator Drawing No. 11 Northwest Signal NWS 3530 or NWS 3530B 12 Supply Inc. 13 14 Valmont Ind. Inc. DB00655 Rev. B 15 16 Ameron Pole M3723 Rev. E or W3539 Rev. A 17 Prod. Div. 18 19 Union Metal Corp. TA-10025 Rev. 13 20 21 West Coast 22 Engineering Group WSDOT-PP-02 Rev. 0 23 24 Type I Type I pedestrian and vehicle signal standards shall conform to 25 Standard Plan J-7a or to one of the following pre-approved plans: 26 27 Fabricator Drawing No. 28 Northwest Signal NWS 3530 or NWS 3530B 29 Supply Inc. 30 31 Valmont Ind. Inc. DB00655 Rev. B 32 33 Ameron Pole M3723 Rev. E or W3539 Rev. A 34 Prod. Div 35 36 Union Metal Corp. TA-10025 37 Rev. 11 38 39 West Coast 40 Engineering Group WSDOT-PP-02 Rev. 0 41 42 Type III and SD Characteristics: 43 44 Luminaire mounting height 33 ft. 45 Luminaire arms One Only 46 Luminaire arm type Decorative 47 Luminaire arm length See Plans 48 Signal arms Type III: One 49 Type SD: Two 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 151 Conformed 21 March 2008 1 Type III and SD poles shall have straight tapered vertical shafts (no 2 reducing cones) and decorative luminaire arms. Luminaire arms 3 shall be perpendicular and attached to the pole with a bolted flange 4 connection below the top of the vertical pole shaft as specified in the 5 Plans. The decorative luminaire arm shall be constructed of 6 rectangular tube section with a rib on the top that is proportionally 7 similar to the rib on the decorative luminaire arms used elsewhere 8 on the project. The poles shall have a watertight removable cap. 9 The finish on the poles shall be jet black powder coat finished to 10 match the decorative light standards used elsewhere on the project. 11 12 Type III and SD standards require special design. All special design 13 shall be based on the latest AASHTO Standard Specifications for 14 Structural Supports for Highway Signs, Luminaires and Traffic 15 Signals and pre-approved plans and as follows: 16 17 1. A 90 mph wind loading shall be used. 18 19 2. The Design Life and Recurrence Interval shall be 50 years 20 for luminaire support structures exceeding 50 feet in height, 21 and 25 years for all other luminaire support structures. 22 23 3. Fatigue design shall conform to AASHTO Section 11, Table 24 11-1 using fatigue category III. 25 26 Complete calculations for structural design, including anchor bolt 27 details, shall be prepared by a Professional Engineer, licensed under 28 Title 18 RCW, State of Washington, in the branch of Civil or 29 Structural Engineering or by an individual holding valid registration in 30 another state as a civil or structural Engineer. 31 32 All shop drawings and the cover page of all calculation submittals 33 shall carry the Professional Engineer's original signature, date of 34 signature, original seal, registration number, and date of expiration. 35 The cover page shall include the contract number, contract title, and 36 sequential index to calculation page numbers. Two copies of the 37 associated design calculations shall be submitted for approval along 38 with shop drawings. 39 40 Details for handholes are available from the WSDOT Bridges and 41 Structures Office. 42 43 Foundations for various types of standards shall be as follows: 44 45 Type I As noted on City of Renton Standard Detail Plan J023. 46 Type III As noted in the Plans. 47 Type SD As noted in the Plans. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 152 Conformed 21 March 2008 1 8 20.2(9) Equipment List and Drawings 2 (** ***) 3 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: 4 The Contractor shall submit for approval six sets of shop drawings for each of the 5 following types of standards called for on this project: 6 1. Light standards with or without WSDOT pre-approved plans. 7 2. Signal standards with or without WSDOT pre-approved plans. 8 3. Combination signal and lighting standards. 9 4. Metal strain poles 10 11 Paragraph five of Section 8-20.2(1) is deleted. 12 13 Paragraph six of Section 8-20.2(1) is deleted. 14 15 Section 8-20.2(1) is supplemented as follows: 16 The Contractor also shall submit either on the signal standard shop drawings or attached to 17 the signal standard shop drawings all dimensions to clearly show the specific mast arm 18 mounting height and signal tenon locations for each signal pole to be installed. 19 20 8-20.3(4) Foundations 21 Section 8-20.3(4) has been revised and supplemented as follows: 22 (***** ) 23 Paragraph 11 is deleted. 24 25 Paragraph 13 is deleted. 26 27 The section is supplemented as follows: 28 29 The anchor bolts shall match that of the device to be installed thereon. 30 31 Soil reports indicate existing fill soils may be susceptible to sloughing. The Contractor 32 shall be prepared to install temporary casings if necessary. The type of soils found 33 within the project site often contain cobbles and boulders. The Contractor shall be 34 prepared to address encountering over-sized materials in drilled shaft excavations. 35 These expenses shall be included in the lump sum bid for"Traffic Signal System". 36 Drilled shaft excavation and concrete placement shall be in the presence of the Engineer 37 to verify that appropriate bearing soils (2500 psf lateral bearing pressure) are exposed 38 and not unduly disturbed. 39 40 Where obstructions prevent construction of planned foundations, the Contractor shall 41 construct an effective foundation satisfactory to the Engineer. 42 43 The Contractor shall provide all material for and construct the foundations for and to the 44 dimensions specified below. The anchor bolts shall match that of the device to be 45 installed thereon. 46 47 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 153 Conformed 21 March 2008 1 Type of Device Dimensions 2 3 Street Light Pole 6' Deep x 3' Sq or Dia. 4 Signal Pole up to 40' mast arm See Signal Pole Detail Sheet 5 Signal Pole over 40' mast arm See Signal Pole Detail Sheet 6 Signal Controller See Standard Plans* 7 Street Light Control Cabinet See Standard Plans* 8 Special Base See Detail Sheet 9 10 *Where practical, the Contractor shall install a special foundation to combine foundations 11 for the controller cabinet, the service cabinet and the backup power cabinet. 12 13 All excess materials are to be removed from the foundation construction site and 14 disposed of at the Contractor's expense. 15 16 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or 17 backfill material shall be compacted to 95 percent of the material's maximum density. 18 Before placing the concrete the Contractor shall block-out around any other underground 19 utilities that lie in the excavated base so that the concrete will not adhere to the utility 20 line. Concrete foundations shall be troweled, brushed, edged and finished in a 21 workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion 22 of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 23 concrete. After the specified curing period, the Contractor may install the applicable 24 device thereon. 25 26 All concrete foundations shall be constructed in the manner specified below: 27 28 6. Where no sidewalks are to be installed, the grade for the top of the foundation 29 shall be as specified by the engineer (see detail sheet). 30 31 7. Where sidewalk or raised islands are to be constructed as a part of this project, 32 the top of the foundation shall be made flush with the top of the sidewalk or 33 island (see detail sheet). 34 _. 35 All concrete foundations shall be located as per stationing on the plans or as located by 36 the engineer in the field. 37 38 8 20.3(5) Conduit 39 Section 8-20.3(5) is revised and supplemented as follows: 41 The paragraph requiring galvanized steel conduit at certain locations is deleted. 42 Galvanized steel conduit shall only be placed if so indicated in the plans. 43 44 Trench construction shall be per Section 8-20.3(2). 45 46 When the Contractor encounters obstructions or is unable to install conduit because of 47 soil conditions, as determined by the Engineer, additional work by the Contractor to 48 place the conduit will be paid in accordance with Section 1-04.4. 49 50 Pull wires shall be installed by the Contractor. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 154 Conformed 21 March 2008 1 All conduit shall be rigid nonmetallic unless noted otherwise in the Plans or Special 2 Provisions. 3 4 All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness 5 of conduit shall be consistent within continuous conduit runs with no mixing of different 6 schedule types between terminations. 7 8 The Contractor shall provide and install all conduit and necessary fittings at the locations 9 noted on the plans. Conduit size shall be as indicated on the wiring and conduit 10 schedule shown on Plans. 11 12 Conduit to be provided and installed shall be of the type indicated below: 13 14 ■ Schedule 40 heavy wall PVC. Conforming to ASTM standards shall be used 15 whenever the conduit is to be placed other than within the roadway area. 16 17 ■ Schedule 80 extra heavy wall PVC. Conforming to ASTM standards shall be 18 used when the conduit is to be placed within the roadway area. 19 20 All joints shall be made with strict compliance to the manufacturer's recommendations 21 regarding cement used and environmental conditions. 22 23 The ITS system shall have 4-inch conduits with bull tape with locating conductor. 24 25 8 20.3(6) Junction Boxes 26 Section 8-20.3(6) is supplemented by adding the following: 27 28 The Contractor shall provide and install junction boxes, pull boxes, and cable vaults of 29 the type and size at the locations specified in the Plans and as per detail sheets. Type 1 30 and 2 junction boxes shall be per City of Renton Standard Plan Drawing No. JO 16. Type 31 3 junction boxes shall be Type 8 dual locking lid boxes per WSDOT Standard Plan J- 32 11 c. The plans show ITS boxes for fiber optic cable. These ITS Vaults called for in the 33 plans are Fog-tite 25-TA vaults as described in Section 8-33.3(9) of these special 34 provisions. Fiber vaults shall be installed where shown on the plans the deeper vaults 35 shall have conduits entering straight through the knockouts in the side of the boxes as 36 near to the sides as practical. 37 38 All junction boxes and associated concrete pads shall be installed on compacted sub 39 grade which shall include 6 inches of 5/8-inch minus crushed surfacing top course 40 material installed under and around the base of the junction box. The junction box shall 41 include installation of a 4-inch thick Class "B" cement concrete pad enclosing the 42 junction box as per the plans, specifications and detail sheets. Concrete shall be 43 promptly cleaned from the junction box frame and lid. 44 45 All junction boxes shall be installed in conformance with provisions contained in the 46 Standard Plans and Details. 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 155 Conformed 21 March 2008 1 8-20.3(8) Wiring 2 Section 8-20.3(8) is revised and supplemented with the following: 4 Splices to loop return cables shall be made with soldered compression type connectors. 5 All stranded wires terminated at a terminal block shall have an open end, crimp style 6 solderless terminal connector, and all solid wires terminated at a terminal block shall 7 have an open end soldered terminal connector. All terminals shall be installed with a 8 tool designed for the installation of the correct type of connector and crimping with pliers, 9 wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be 10 trimmed and cabled together to make a neat, clean appearing installation. No splicing of 11 any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. 12 All conductor runs shall be attached to appropriate signal terminal boards with pressure 13 type binding posts. 14 15 Video camera wiring shall be as supplemented by 9-29.3(3). 16 17 8 20.3(9) Bonding, Grounding 18 Section 8-20.3(9) is revised and supplemented as follows: 20 The fifth paragraph is deleted. 21 22 The sixth paragraph is deleted. 23 24 The following is added: 25 26 All street light standards, signal poles and other standards on which electrical equipment 27 is mounted shall be grounded to a copper clad metallic ground rod 5/8 inch in diameter - 28 by 8-foot in length complete with a #8 AWG bare copper bonding strap located in the 29 nearest junction box. All signal controller cabinets and signal/lighting service cabinets 30 shall be grounded to a 5/8 inch in diameter by 8 foot in length copper clad metallic 31 ground rod located in the nearest junction box with a bare copper bonding strap sized in 32 accordance with the Plans, Specifications and applicable codes. 33 34 Ground rods are considered miscellaneous items and all costs are to be included with 35 the system or conductors. Ground straps are also miscellaneous items unless a 36 separate pay item is provided in the "Schedule of Prices." 37 38 8 20.3(10) Services Transformer, Intelligent Transportation System Cabinet 39 Section 8-20.3(10) is revised and supplemented as follows: 41 Paragraph two is deleted. 42 43 Paragraph three is deleted. 44 45 The following is added: 46 47 Power service shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting 48 contactor/traffic signal, grounded neutral service) per City of Renton Standard Plans. 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 156 Conformed 21 March 2008 1 The power service point shall be as noted on the Plans and shall be verified with Puget 2 Sound Energy. The Contractor shall install conduit and conductors to the service 3 connection point as required by PSE and shall have the service inspected. The 4 Engineer will coordinate with PSE to have the service points established and provide the 5 locations to the Contractor. 6 7 8 20.3(11) Testing 8 Section 8-20.3(11) is supplemented as follows: 10 Requests for traffic signal turn on will not be considered until a preturn on inspection of 11 signal system has taken place. 12 13 All discrepancies and deficiencies must be corrected by the Contractor and reinspected 14 prior to requesting signal turn on date. 15 16 Requests for signal turn on shall not be considered until electrical service to the 17 intersection has been provided and has been energized by the electric utility. 18 19 A minimum of three (3) working days notice will be required for signal turn on. 20 21 Channelization at the intersection must be complete per plan before requesting signal 22 turn on date. Any deletions of channelization prior to turn on must be approved by the 23 Engineer. 24 25 City forces shall provide, post, and maintain proper signing warning of new signal ahead. 26 27 Section 8-20.3(13)A is replaced with: 28 29 8 20.3(13)A Light Standards 30 Light standards shall be handled when loading, unloading, and erecting in such a 31 manner that they will not be damaged. Any parts that are damaged due to the 32 Contractor's operations shall be repaired or replaced at the Contractor's 33 expense, to the satisfaction of the Engineer. 34 35 Contractor shall remove existing foundations and light standards as indicated on 36 the Contract Plans. Any parts damaged due to Contractor's operations shall be 37 repaired or replaced at the Contractor's expense, to the satisfaction of the 38 Engineer. 39 40 Light standards shall not be erected on concrete foundations until foundations 41 have set at least 72 hours or attained a compressive strength of 2,400 psi, and 42 shall be raked sufficiently to be plumb after all load has been placed, or as 43 otherwise directed by the Engineer. 44 45 Light standards shall be erected in accordance with Section 8-20.3(4). 46 47 Anchor bolts shall extend through the top heavy-hex nut two full threads to the 48 extent possible while conforming to the specified slip base clearance 49 requirements. Anchor bolts shall be tightened by the turn-of-nut tightening 50 method in accordance with Sections 6-03.3(33) and 8-20.3(4). 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 157 Conformed 21 March 2008 1 Anchor bolts damaged after the foundation concrete is placed shall not be 2 repaired by bending or welding. The Contractor's repair procedure is to be 3 submitted to the Engineer for approval prior to making any repairs. The 4 procedure is to include removing the damaged portion of the anchor bolt, cutting 5 threads on the undamaged portion to remain, the installation of an approved 6 threaded sleeve nut and stud, and repairing the foundation with epoxy concrete 7 repair. 8 9 The grout pad shall not extend above the elevation of the bottom of the base. 10 11 The hand hole shall be located at 90 degrees to the davit arm on the side away 12 from traffic. A grounding lug or nut shall be provided in the hand hole frame or 13 inside the hand hole frame or inside the pole shaft to attach a ground bonding 14 strap. 15 16 All poles and davit arms shall be designed to support a luminaire weight of 50 17 lbs. or more and to withstand pressures caused by wind loads of 85 mph with 18 gust factor of 1.3. 19 20 All poles shall maintain a minimum safety factor of 4.38 psi on yield strength of 21 weight load and 2.33 psi for basic wind pressure. 22 23 Anchor Base: 24 A one piece anchor base of adequate strength, shape, and size shall be secured 25 to the lower end of the shaft so that the base shall be capable of resisting at its 26 yield point the bending moment of the shaft at its yield point. Width of base 27 plates shall not exceed 12 inches. The base shall be provided with four slotted 28 or round holes to receive the anchor bolts. Nut covers shall be provided with 29 each pole. 30 31 Anchor Bolts: 32 Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be 33 furnished with the pole. Anchor bolts shall meet the requirements of Section 9- 34 06.5(3) and 9-06.5(4). The anchor bolt yield point shall be capable of resisting 35 the bending moment of the pole shaft at its yield point. The Contractor shall 36 assure that all anchor bolts conform to the recommended ASTM specifications of 37 the pole manufacturer and shall secure and submit to the City for approval all 38 manufacturer data on pole bending moment, anchor bolt fabrication data, test 39 results and any other data that may be required to confirm that the anchor bolts 40 meet these specifications. 41 42 Miscellaneous Hardware: 43 All hardware (bolts, nuts, screws, washers, etc.) needed to complete the 44 installation shall be stainless steel. 45 46 I.D. (Identification for poles): 47 The Contractor shall supply and install a combination of four digits and one letter 48 on each pole, whether individual luminary or signal pole with luminaire. The 49 letter and numbers combination shall be mounted at the 15-foot level on the pole 50 facing approaching traffic. Legends shall be sealed with transparent film, Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 158 Conformed 21 March 2008 1 resistant to dust, weather and ultraviolet exposure. The decal markers shall be 2 either: 3 4 a. 3-inch square with gothic gold or white reflectorized 2-inch legend on a 5 black background, or 6 7 b. 3-inch square with black 2-inch legend on a white reflectorized 8 background. 9 10 The I.D. number will be assigned to each pole at the end of the Contract or 11 project by the City traffic engineering office. Cost for the decals shall be 12 considered incidental to the Contract bid. 13 14 Light standards shall meet the pole detail requirements indicated below and the 15 detail sheets at the end of these specifications. 16 17 The pole shaft shall be provided with a 4- by 6-inch flush hand hole near the 18 base and a matching metal cover secured with stainless steel screws or bolts. 19 20 The pole shall be adjusted for plumb after all needed equipment has been 21 installed thereon. After pole is installed and plumbed, nuts shall be tightened on 22 anchor bolts using proper sized sockets, open end, or box wrenches. Use of 23 pliers, pipe wrenches, or other tools that can damage galvanizing will not be 24 permitted. Tools shall be of sufficient size to achieve adequate torquing of the 25 nuts. the space between the concrete foundation and the bottom of the pole base 26 plate shall be filled with a dry pack mortar grout and trowled to a smooth finish 27 conforming to the contour of the pole base plate. 28 29 Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine 30 sand with just enough water so that the mixture will stick together on being 31 molded into a ball by hand, and will not exude moisture when so pressed. A 1/2- 32 inch drain hole shall be left in the bottom of the grout pad as shown on City of 33 Renton Standard Detail J007. 34 35 8 20.3(14) Signal Systems 36 37 8-20.3(14)C Induction Loop Vehicle Detectors 38 Section 8-20.3(14)C is revised as follows: 39 11. Install sealant per Section 9-02.1(10). 40 41 Section 8-20.3(14)C is supplemented with the following: 42 43 Loops shall be per City of Renton Standard Details J038 and J039 except that round 44 loop layout and entrance sawcut detail shall be per WSDOT Standard Plan J-8c. 45 46 Loop lead in conduit and transition to sawcut shall be per WSDOT Standard Plan J-8d, 47 48 Loop wiring shall be tagged and numbered per City of Renton Standard Detail J034. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 159 Conformed 21 March 2008 1 8-20.3(14)D Test for Induction Loops and Lead-in Cable 2 Section 8-20.3(14)D is supplemented by adding the following: 4 The Contractor shall keep records of field testing and shall furnish the engineer with a 5 copy of the results. 6 7 8-20.3(14)E Signal Standards 8 Item 3 in Section 8-20.3(14)E is revised as follows: 10 3. Disconnect connectors complete with pole and bracket cable shall be 11 installed in any signal standard supporting a luminaire. Illumination wiring shall 12 conform to City of Renton Standard Plans. 13 14 The following supplement is added: 15 14. Installation of all nuts and bolts shall be performed with proper sized 16 sockets, open end or box wrenches. Use of pipe wrenches or other tools which 17 can damage the galvanization of the nuts and bolts will not be permitted. Tools 18 shall be of a sufficient size and strength to achieve adequate torquing of the 19 nut(s). 20 21 Section 8-20.3(14)F is a new section: 22 (******) 23 8-20.3(14)r Opticom Priority Control Systems 24 The Contractor shall supply the manufacturer's software on original disks. 25 Controller cabinets shall have the related harness wired into the cabinet by the 26 supplier. 27 28 8-20.3(15) Grout 29 Section 8-20.3(15) is supplemented by adding the following: 31 After the pole is plumbed, the space between the concrete foundation and the bottom of 32 the pole base plate shall be filled with a dry pack mortar grout trowled to a smooth finish 33 conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of 34 a 1:3 mixture of Portland cement and fine sand with just enough water so that the 35 mixture will stick together on being molded into a ball by hand and will not exude 36 moisture when so pressed. A 1/2-inch drain hole shall be left in the bottom of the grout 37 pad as shown on the standard detail: 38 39 820.4 Measurement 40 Section 8-20.4 is supplemented as follows: 41 (.k E.k....) 42 Measurement for unit price items shall be as described in Section 8-20.5 or as described in the 43 Contract schedule of prices and/or special provisions. 44 45 The electrical service, conduit, junction boxes and wiring that serve the flasher cabinet and 46 luminaires on signal poles will be measured as part of the respective "Signal System" lump sum. 47 48 Conduit,junction boxes and wiring for the City's ITS Communication System and for providing - 49 service to the irrigation controller service, as shown on the illumination plans, will be measured 50 as part of the respective "Illumination System" lump sum item. Conduit, junction boxes and 51 wiring that are shared by signal and illumination systems shall be included in the "Signal 52 System" lump sum item. 53 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 160 Conformed 21 March 2008 1 8 20.5 Payment 2 Section 8-20.5 is supplemented as follows: 3 (******) 4 The unit prices for the items listed below shall be full compensation for furnishing and installing 5 each item and for all labor, materials, tools, equipment and testing necessary and/or incidental 6 for the full and complete installation as per the Contract Plans, detail sheets and these 7 Specifications. 8 9 "Traffic Signal System," per lump sum 10 11 The lump sum Contract price for"Traffic Signal System" shall be full compensation for 12 constructing the signal at the intersection of Duvall Avenue NE and NE 21st Street, and conduit 13 and junction boxes for the future signal at the intersection of Duvall Avenue NE and NE 24th 14 Street. 15 16 "Illumination System," per lump sum 17 18 The lump sum Contract prices for"Illumination System" shall be full compensation for removal 19 and salvaging of existing luminaires; removal and disposal of existing luminaire foundations and 20 junction boxes; and construction of decorative light standards, decorative luminaires, conduit, 21 junction boxes, wiring, splice kits, fuses, and other labor, equipment and materials to complete 22 the respective illumination system. The Illumination system in Renton shall also include conduit, 23 junction boxes and wiring as required to provide service to the irrigation system controller. 24 25 "ITS Communication System," per lump sum 26 27 The lump sum Contract prices for"ITS Communication System" shall be full compensation for 28 constructing the City ITS communication system conduit and junction boxes where shown on 29 the plans. 30 31 32 8-23 TEMPORARY PAVEMENT MARKINGS 33 34 8-23.5 Payment 35 Section 8-23.5 is supplemented with the following: 37 If no pay item is included in the Contract for installation or for removal of temporary pavement 38 markings then all costs associated with these items are considered incidental to other items in 39 the Contract or included under "Traffic Control," if that item is included as a bid item. 40 41 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 42 43 8-24.3 Construction Requirements 44 Section 8-24.3 is supplemented with the following: 45 46 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 161 Conformed 21 March 2008 1 8-24.3(1)E Rock Placement and Backfill a, 2 Section 8-24.3(1)E is supplemented with the following: 3 (* ****) 4 Areas on which the rockery is to be placed shall be trimmed and dressed to 5 conform to the elevation or slope indicated. The rock wall construction shall start 6 as soon as possible upon the completion of the cut or fill section. 7 8 Rock facing shall be constructed at the locations and as shown on the sections in 9 the Plans in accordance with the KCRS (Drawings Nos. 5-004, 5-005, 5-006, 10 and/or 5-007). Rock quality shall meet all the test requirements of Section 9-13. 11 12 The rock facing shall be constructed of two-man rocks (200 to 700 pounds) each 13 18 to 28 inches in average dimension, three-man rocks (701 to 2,000 pounds) 14 each 28 to 36 inches in average dimension, and four-man rocks (2,001 to 4,000 15 pounds) each 36 to 48 inches in average dimension. The rocks shall range 16 uniformly in size for each classification specified. The four-man rocks shall only 17 be used for the bottom courses of rock in all rockeries over 6 feet in height. 18 19 The rock unloading at the site will be done in such a manner as to segregate the 20 rock by the size ranges indicated in the preceding paragraph. 21 22 The rock material shall be as nearly rectangular as possible so as to afford the 23 minimum amount of void space between the rocks. No stone shall be used 24 which does not extend through the rockery. The rock material shall be hard, 25 sound, durable, and free from weathered portions, seams, cracks, and other 26 defects. The source of supply and representative samples of the material shall 27 be approved by the Engineer before delivery to the site. 28 29 The rock facing shall be started by excavating a trench, two feet in depth below 30 subgrade. Areas on which the rockery is to be placed shall be trimmed and 31 dressed to conform to the elevation or slope indicated. 32 33 Rock selection and placement shall be such that there will be no open voids in M 34 the exposed face of the rockery over 6 inches across in any direction. The rocks 35 shall be placed and keyed together with a minimum of voids. Particular attention 36 shall be given to the placement and keying together of the final course of all 37 rockeries. The final course shall have a continuous appearance and be placed to 38 minimize erosion of the backfill material. The larger rocks shall be placed at the 39 base of the rockery so that the rockery will be stable and have a stable 40 appearance. The rocks shall be carefully placed by mechanical equipment and 41 in a manner such that the longitudinal axis of the rock shall be at right angles or 42 perpendicular to the rockery face. The rocks shall have all inclining faces sloping 43 to the back of the rockery. Each row of rocks shall be seated as tightly and 44 evenly as possible on the rock below in such a manner that there will be no 45 movement between the two. After setting a course of rock, all voids between the 46 rocks shall be chinked on the back with quarry rock to eliminate any void 47 sufficient to pass a 2-inch square probe. 48 49 The rockery backfill shall consist of quarry spalls with a maximum size of 4 50 inches and a minimum size of 2 inches. The material shall be placed to a 12- 51 inch minimum thickness between the entire rockery and the cut or fill material. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 162 Conformed 21 March 2008 1 The backfill material shall be placed in lifts to an elevation approximately 6 inches 2 below the course of rocks placed. The backfill shall be placed after each course 3 of rocks. 4 5 The Engineer shall have the authority to reject any defective material and to 6 suspend any work that is being improperly done, subject to the final decision of 7 the Engineer. All rejected material shall be removed from the construction site 8 and any rejected work shall be repaired or replaced at no additional cost to the 9 Owner. 10 11 8-24.3(9)F Drain Pipe 12 A new Section 8-24.3(1)F is added as follows: 14 A 6 inch-diameter perforated PVC pipe shall be placed as a footing drain behind 15 the rockeries as shown in the standard plans, and connected to the storm 16 drainage system where shown. 17 18 8-24.4 Measurement 19 Section 8-24.4 is supplemented with the following: 21 Measurement of the finished rock wall for payment will be made from the footing grade to the 22 top of the wall and rounded to the nearest square yard. 23 24 8-24.5 Payment 25 Section 8-24.5 is supplemented with the following: 26 27 "Rock Retaining Wall," per ton 28 29 The unit price per ton shall be full compensation for the rockery/rock retaining wall in place and 30 shall include all work, materials, and equipment required to complete the installation, including 31 underdrain pipe and drain pipe connection to drainage system, gravel backfill for drains, quarry 32 spalls backfill, filter fabric, and all other items necessary to complete the rock wall as detailed in 33 the Plans except as provided otherwise under the following items, if included in the proposal: 34 35 "Chain Link Fence Type 6," per linear foot 36 37 8-30 WOOD FENCE 38 Section 8-30 is a new section. 39 40 8-30.1 Description 41 Construct wood fences as shown in the Duvall Project Plans at locations shown in the Plans. 42 43 8-30.4 Measurement 44 6-foot wood fences shall be measured per linear foot of installed fence. 45 46 8-30.5 Payment 47 "6-Foot Wood Fence" per linear foot will be full pay for installation of the fence as shown in the 48 Plans including restoration of areas disturbed by the fence construction. 49 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 163 Conformed 21 March 2008 1 8-31 FRANCHISE AERIAL UTILITY CONVERSION (NEW SECTION) 2 3 Section 8-31 is added as follows: 4 8-31.1 Description 5 The work performed shall be the installation of a comprehensive, underground infrastructure to 6 convert existing overhead power and telecommunications utilities to underground facilities. It 7 shall generally consist of the excavation, preparation, installation, backfill, and surface 8 restoration associated with conduit banks and vaults, and the conversion of individual services 9 as shown on the Plans and described within this section. 10 11 Franchise utilities for this project include: 12 13 ■ Puget Sound Energy (PSE)PSE, (power) 14 a Qwest, (telephone) 15 ■ Comcast, (cable) 16 17 Underground Facilities for the City of Renton 18 The utilities listed above shall be responsible for the installation of their respective cables, 19 transformers, electrical and telecommunications equipment. Additionally, PSE, Comcast, and 20 Qwest will furnish their vaults, manholes, pedestals, conduits, conduit fittings, bends, spacers 21 and glue. The Contractor shall install these items, and shall be responsible for coordinating 22 their delivery and storage. 23 24 A list of utility contacts and phone numbers is shown on sheet LN1 of the Plans and in Section 25 1-07.17 of these Special Provisions. 26 27 The Contractor shall provide the following as shown on the Plans and as necessary to 28 successfully complete the underground infrastructure: 29 30 ■ Coordination with the utilities, their inspectors, and their contractors/work crews. 31 ■ Develop a detailed trenching plan and sequence of construction. 32 ■ Sawcut pavement for utility trenches, structures (vaults and manholes) and 33 associated work. 34 0 Excavation, foundations, bedding and backfill for joint utility trenches, structures 35 (vaults and manholes) and associated work. 36 E Install conduit, conduit bends, required fittings and connections, pole risers, 37 handholes, junction boxes, vaults and associated work. 38 • Placement of structures both furnished by the Contractor and furnished by others. 39 0 Installation of all conduits both furnished by the Contractor and others along with the 40 required identification tape. 41 ■ Provide trenching, backfill, conduits, wires, electrical hookups, and restoration as 42 needed to provide PSE, telephone and cable services conduits, and electrical 43 connections to individual properties converting to underground services. - 44 ■ For PSE services without new weatherheads, stub-up the new service conduits 45 below existing meter locations. 46 ■ Clearing of structures and mandrel testing of all conduit. Cutting and capping conduit 47 as necessary. Install fish line in all conduits. 48 ■ Other work indicated on the Plans and in the Specifications and Special Provisions. 49 ■ Provide a schedule of values for what is installed for each Franchise Utility. 50 ■ Surface restoration including temporary pavement or steel sheeting to allow 51 vehicular traffic prior to final surfacing operations. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 164 Conformed 21 March 2008 1 ■ Provide all shoring consistent with WSDOT and OSHA regulations. 2 ■ Traffic Control. 3 ■ Staging and storage of all necessary materials, as approved by the Project Engineer. 4 ■ Coordination with the Project Engineer and the non-electrical utility crews (gas, 5 sewer, water, etc.) to avoid conflicts, damage, and work stoppages. 6 7 The franchise utilities shall be responsible for the following: 8 9 Provide new underground wiring and cable except for wiring and cable to connect 10 residences being converted from overhead to underground services. 11 Provide all electrical equipment, communications equipment, and all distribution and 12 service terminations. 13 Provide required grounding systems. 14 ■ Provide inspections for all underground facilities installed by Contractor prior to 15 burial. 16 ■ Traffic control labor for utility's respective wiring operations. 17 I ■ Complete removal of existing poles and other overhead facilities; see Section 8- 18 31.3(8) Existing Utilities. 19 ■ Additional conduit, reducers, J-boxes, conduit terminations, and wiring at individual 20 building's service location. 21 0 Provide service shutdowns and cutovers. 22 ■ Provide supervision and crews to make cutovers to existing conduits and vaults. 23 ■ Comcast and Qwest shall furnish their respective vaults and conduits to be installed w 24 by the Contractor. 25 ■ PSE to provide temporary pole relocations and/or pole support systems and 26 temporary wiring. 27 28 8-31.1(1) Regulations and Codes 29 Installation of all electrical and telecommunication vaults and ducts shall conform to the 30 appropriate sections of the latest editions of the following standards and codes: 31 32 N National Electrical Code (NEC) 33 ■ National Electric Safety Code (NESC) 34 ■ City of Renton Building Code 35 ■ Seattle City Light Construction Guidelines 36 0 Underwriters Laboratories (UL) 37 0 National Electrical Manufacturer's Association (NEMA) 38 ■ American Association of State Highway and Transportation Officials (AASHTO) 39 ■ National Electrical Contractors Association (NECA) 40 41 In all cases, the Contractor shall install a complete and operable system in compliance 42 with the plans and specifications. The Contractor shall also coordinate and obtain 43 inspections and approvals form the various utilities, Project Engineer, and from the local 44 Authorities Having Jurisdiction (AHJ) prior to duct and vault burial. 45 46 8-31.2 Materials 47 Materials shall conform to the requirements of the Division 9 Standard Specifications, these 48 Special Provisions, and the standards of the utility agencies as indicated below and on the 49 Plans and details. 50 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 165 Conformed 21 March 2008 1 PSE's pertinent standards are included in Appendix C. The Contractor shall verify that these 2 standards are the most recent available by checking with PSE engineers, prior to mobilization. 3 4 Communication Vaults and Handholes 5 Qwest, and Comcast vaults and handholes shall be provided by these respective utilities. They 6 are identified on the Plans by their Utility Vault Company model number, allowing the Contractor 7 to assign a unit cost for installation. 8 9 Unidentified handholes on the plans shall be Utility Vault Company Model 444-LA, or an 10 Engineer approved equal. 11 12 PSE Vaults and Handholes 13 Vault and handhole sizes are identified on the Plans. PSE will provide all PSE vaults and 14 handholes. All vaults shall be from the Utility Vault Company and match the descriptions below - 15 and be installed per PSE Standards and Guidelines located in Appendix C. 16 17 Identification Tape 18 Identification Tape for telecommunications conduit runs shall be Polyethylene, 5 Mil Tape, % mil 19 Aluminum Center Core. Six inch (6") wide, orange in color, with non-ferrous metal conduction 20 sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION — 21 COMMUNICATION LINE BELOW". 22 23 Identification tape for PSE conduits and duct banks shall be 6" wide Line-Tec Type A, red in 24 color with black lettering "CAUTION — ELECTRIC UTILITIES BELOW". 25 26 Franchise Utility Trench Bedding for Direct Burial Ducts 27 Utility trench bedding shall be sand, per the detail in the Plans. - 28 29 Franchise Utility Trench Pipe Zone Bedding 30 The pipe zone is defined as the full trench width, plus bedding and shading as shown on the 31 typical trench sections shown in the plans. Sand shall be used for pipe zone backfill, except as 32 noted otherwise on the plans for encasement. Sand shall be in accordance with Section 9- 33 03.1(2), Class 1 or Class 2. 34 35 Franchise Utility Trench Backfill 36 Trench backfill material, above the pipe zone, in non-pavement or non-sidewalk areas, shall be 37 backfilled per Section 7-08.3(3). 38 39 Where the Engineer determines that the excavated material is not suitable for backfill, backfill 40 material above the pipe zone shall be backfilled per Section 7-08.3(3) with select imported 41 trench backfill. 42 43 Joint service trenches shall be backfilled per Section 7-08.3(3) with select native material. 44 Reuse of native material in trench bedding and backfill, where approved by the Engineering, 45 shall be considered incidental to and included in the various bid items. 46 47 Qwest Duct Encasement 48 Qwest ducts shall be encased in Class 2500 at the locations indicated in the plans. The 49 Contractor shall form the trench as required to separate the encasement area from PSE ducts in 50 joint trenches. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 166 Conformed 21 March 2008 1 Conduits and Accessories 2 PSE, Comcast and Qwest will furnish their respective conduits to the Contractor for installation. 3 4 The Contractor shall provide conduit materials for City of Renton "Illumination System" and "ITS 5 Communication System" conduits as shown on the IL plans. Conduit materials for City of 6 Renton systems shall meet the requirement of Section 9-29.1. 7 8 Nonmetallic conduit spacers shall be used for all encased conduits and in direct burial runs with 9 more than 2 conduits. The spacers shall be provided by PSE and Qwest. 10 11 Riser conduits and their associated sweeps will be Schedule 80 extra heavy wall PVC. 12 13 Factory and field bends and elbows must conform to PSE and Qwest bend radius requirements. w 14 The Contractor shall install utility-provided measuring tape/pull cord in new conduits. 15 16 8-31.3 Construction Requirements 17 The Contractor shall be responsible for coordinating with all the utility companies and 18 incorporate time allowances into the project schedule for these work elements. 19 20 Plans 21 The Contract Plans have been developed from PSE underground conversion plans and are 22 intended for providing an overview of the work and for bidding purposes. It shall be the 23 Contractor's responsibility to construct a joint trench along the approximate lines and grades 24 shown which shall result in a successful conversion of the aerial utilities to underground. 25 26 The Contractor is advised that the layout of conduit ducts and vaults shown on the Plans is W 27 approximate. The layout of the joint-utility trench and vaults shall be adjusted as necessary to 28 avoid conflicts with utilities, both existing and to be constructed under this Contract. The 29 Contractor is also alerted that all improvements for the aerial utility conversion must remain 30 within the City right-of-way and City obtained easements, which are indicated on the Plans. 31 32 It shall be the Contractor's responsibility to construct the joint utility trench so that it will not 33 require adjustments or replacements for other items of Work. All adjustments to the layout 34 shown must be reviewed and approved by the Engineer. Individual service connections are not 35 required to be within easements. The Contractor shall make his or her own determination as to 36 how best to provide the joint-utility trench, which conforms with these Plans and Specifications. 37 38 The Engineer, utility company representatives, and the Contractor will coordinate actual location 39 of vaults, handholes and conduits as necessary to avoid conflicts with the existing and proposed 40 utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations 41 as necessary to accommodate existing or newly installed utilities at no additional cost to the 42 Contracting Agency. 43 44 Installation of franchise utility conduits shall be per the requirements of the franchise utilities. 45 The Contractor shall perform all franchise utility work under the supervision and inspection of 46 the franchise utility representatives. 47 48 For PSE facilities: All vaults and conduits must be inspected by a PSE Inspector before 49 covering. Phone Jamie Kennedy at 425-766-0719, 48 hours in advance of setting the vault to 50 schedule a field engineer to observe the setting. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 167 Conformed 21 March 2008 1 For Qwest facilities: All vaults and conduits must be inspected by a Qwest inspector before 2 covering. Phone Phil Pedersen at 206-345-0444, 48 hours in advance of setting the vault to 3 schedule a field engineer to observe the setting. 4 5 No vault inspection will be made unless the shoring for the vault excavation complies with WAC 6 296-155, Part N "Excavation, Trenching, and Shoring". 7 8 The Contractor shall make the following assumptions in their unit bid price for utility 9 undergrounding bid items: 10 11 1. The Contractor shall assume conduits entering all other vaults shall be through 12 inspector designated knockouts then grouted and sealed per PSE standards. 13 14 2. The Contractor shall assume that conduits will enter the vaults perpendicular to 15 the vault walls with adjacent bends no greater than 22 degrees. 16 17 3. The Contractor shall assume that adjustments to the utility trench depth and width 18 will be required when crossing utilities shown in the Plans as existing or proposed 19 and that the change in depth will be done with field bends in the conduit, not 20 conduit fittings. 21 22 4. The Contractor shall assume that hand digging will be required near existing 23 underground utilities to prevent inadvertent damage with mechanized equipment. 24 ` 25 5. The Contractor shall assume all responsibilities for repair and surface restoration 26 of private property to match surrounding conditions after backfilling individual 27 service trenches to the owner's building. 28 29 In addition, the Contractor is required to perform a through review and assessment of Plans, 30 Specifications, Special Provisions, Utility Standards, site conditions, and constraints to - 31 determine all the work necessary to construct and complete the Utility Undergrounding. Work 32 will be performed in close proximity to other underground utilities and beneath existing overhead 33 utilities, and must be coordinated with the various utility representatives and work crews to 34 prevent damage and safety hazards. Lump sum price includes all over-excavation, dewatering, 35 and field adjustments, staging, and inspections necessary to construct a complete and in place 36 system. 37 w 38 8-31.3(1) Excavation 39 Structure excavation necessary for the installation of conduits and structures (vaults & 40 handholes) shall be incidental to the bid items within this section. Structure excavation 41 shall meet the requirements of the Standard Specifications and as modified herein. 42 43 The excavations required for the installation of conduit, vaults and other appurtenances 44 shall be performed in a manner to cause the least possible disturbance to the streets, 45 sidewalks and other improvements. The trenches shall not be excavated wider and/or 46 deeper than necessary for the proper installation of the conduit, vaults, handholes, and 47 other necessary appurtenances. Excavation shall not be performed until immediately 48 before installation of conduit and other appurtenances. The material from the excavation 49 shall be placed where the least interference to vehicular and pedestrian traffic, and to 50 surface drainage, will occur. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 168 Conformed 21 March 2008 1 Trench Excavation Safety Systems per Section 2-09 shall apply to trench excavations. 2 3 All surplus excavated material shall be removed and disposed of by the Contractor in 4 accordance with Section 2-03, or as directed by the Engineer. 5 6 Excavations after backfilling shall be kept well filled and maintained in a smooth and well 7 drained condition until permanent repairs are made. 8 9 8-31.3(2) Telecommunications Service Connections 10 In the course of the work, Qwest and Comcast will reconnect services which are 11 currently overhead. The Contractor shall provide trenching, conduit, bedding, backfill 12 and restoration as needed to reconnect the service. Exact routes of service trenches 13 shall be determined by the Contractor, in consultation with the Engineer. Final 14 connection of the service, including wiring and other hardware, shall be the responsibility 15 of the franchise utility. 16 17 8-31.3(3) Placing Structures Furnished by Others 18 The Contractor shall install structures furnished and delivered to the site by the franchise 19 utilities where indicated in section 8-31.2. The Contractor shall coordinate delivery and 20 storage of structures as necessary. 21 22 8-31.3(4) Reconnect Electrical Service 23 The Contractor shall be responsible for providing conduits for electrical services to 24 homes and businesses which are currently serviced overhead. The Contractor shall 25 provide underground service conduits from the new transformer location to the existing 26 meter location. Connections shall meet PSE standards for materials, construction and 27 inspection. All electrical work shall be performed by certified electricians. Exact routs 28 for electrical service conduit shall be determined by the contractor, in consultation with 29 the Engineer, and shall be routed 6" adjacent to Telecommunications conduits, when 30 feasible. 31 32 Excavation for this work shall be incidental to the bid items within this section. Backfill 33 and bedding shall be incidental to the bid items within this section. 34 35 8-31.3(5) Removing and Replacing Improvements 36 Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt 37 concrete pavement, bituminous surfacing, base material, and any other improvements 38 removed, broken , or damaged by the Contractor, shall be replaced or reconstructed 39 with the same kind of materials as found on the work or with other materials satisfactory 40 to the Engineer. 41 42 Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken 43 or damaged, the entire square or slab shall be removed and the concrete reconstructed 44 as above specified. 45 46 The outline of all areas to be removed in Portland cement concrete sidewalks and 47 pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches 48 with a saw prior to removing the sidewalk and pavement material. The cut for the 49 remainder of the required depth may be made by a method satisfactory to the Engineer. 50 Cuts shall be neat and true with no shatter outside the removal area. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 169 Conformed 21 March 2008 1 8-31.3(6) Conduit 2 Installation of conduit shall conform to appropriate articles of the NEC, the NESC and 3 Utility Standards. The size of conduit used shall be as shown in the Plans. 4 5 The ends of all conduits shall be well reamed to remove burrs and rough edges. Field 6 cuts shall be made square and true. 7 8 Conduit stub-ups into bottomless handholes and equipment foundations shall extend a 9 minimum of 4 inches above the bottom surface/grade. All conduit stubs shall be capped. 10 11 Conduit shall be laid to the depth required by each perspective utility company standard 12 but not less the 30 inches below finish grade, 24"for the City of Renton system conduits. 13 Service conduits on private property shall conform to the NEC burial depths. 14 w 15 Conduit risers on secondary and terminal poles shall be Schedule 80 PVC and conform 16 to PSE Construction Standards. 17 w, 18 Suitable marker stakes shall be set at the ends of conduits which are buried so that they 19 can be easily located. 20 21 All conduits installed shall be prepared as follows: 22 23 After final assembly in place, the conduit shall be blown clean with compressed air. 24 Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size 25 of conduit shall be pulled through to ensure that the conduit has not been deformed. As 26 soon as the mandrel has been pulled through both ends of the conduit shall be sealed 27 with conduit caps. Conduits noted as "spare" shall have a pull cord installed and have a 28 removable plug installed. 29 30 Connection, interception, and/or extension of existing conduits shall be coordinated with 31 the crews of the pertinent utility. 32 33 8-31.3(7) Vaults, Handholes and Appurtenances 34 Vaults, handholes and other appurtenances shall be installed at the approximate 35 locations shown on the Plans. Vault and handhole installation shall conform to the 36 respective utility companies standards. Vaults and handholes shall be adjusted such that 37 the covers are '/" to 3/8" above surrounding grade. See PSE Construction Standards. x 38 39 Contractor shall not park or drive any equipment or vehicles on vaults. 40 41 8-31.3(8) Existing Utilities 42 The Contractor is alerted to the presence of existing underground utilities within the 43 project area. The Project plans indicate approximate locations prior to excavation. 44 45 The Contractor shall prepare and submit to the Engineer a written trench excavation 46 plan that indicates the location of existing utilities within the trench and vault excavation 47 areas. Depth to the existing utilities based on pothole data provided, and potholing 48 information obtained by the Contractor shall be shown. 49 50 Conflicts between existing utilities, new conduit, new vaults, handholes, and 51 appurtenances shall be shown. The Contractor shall identify those conflicts requiring Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 170 Conformed 21 March 2008 1 immediate resolution based on the CPM schedule and request in writing to the Engineer 2 authorization to resolve unforeseen conflicts. Upon authorization, the Contractor shall 3 diligently and without delay perform such work as necessary to resolve the conflicts. No 4 adjustment in the applicable bid prices will be allowed based on the resolution of utility 5 conflicts with proposed and existing utilities that are shown on the Plans. 6 7 The Contractor shall protect and support all existing utilities not identified to be removed, 8 relocated, or abandoned. The existing telecommunication and electrical system shall 9 remain operational during the installation of the underground utility system and other 10 construction activities. The respective utility companies will furnish and install all 11 conductors and make all final connections necessary to energize the system. 12 13 PSE, Qwest, Comcast, or their contractors will be provided a 100 calendar day window p 14 beginning when the conduit and vault systems are 100 percent complete and accepted 15 by the Contracting Agency. During this period, the Contractor must accommodate the 16 utility companies work, including traffic control and space requirements necessary to 17 perform their work. The Contractor is responsible for planning and coordinating this 18 utility work into their project schedule. After this 100 calendar window, the Contractor 19 has been allotted a 25 calendar day to complete conversions to residences; after which, 20 utility companies are allotted 15 calendar days to remove existing overhead systems. 21 The 140 calendar day window is included in the allotted working days for the Contract; 22 unworkable days will not be allowed due to this accommodation of the utility companies 23 or their contractors within this 140 calendar day window except as provided in Section 1- 24 08.1(1). The Contractor has the ability to reduce this 140 calendar day window by 25 completing the project in segments if indicated in the Contractor's approved staging 26 plan, and with the approval of the franchise utilities. PSE will also work in two to three 27 block segments if the following criteria are met: 28 29 ■ Segments are identified and agreed to with the utilities 30 ■ Vaults are installed and inspected 31 ■ Conduits are mandrelled 32 ■ Conduits are installed to terminal poles 33 ■ Any punchlist items identified by the Engineer and/or utility inspectors are corrected 34 ■ All vaults and poles included in the segment are truck-accessible 35 ■ Vaults are installed to final elevation 36 37 8-31.4 Measurement 38 Joint utility trench (JUT) is defined as a trench that includes both PSE and telecommunications 39 conduits. Joint utility trench excavation and backfill will be measured per linear foot of joint 40 utility trench that is installed per the plans, specification, and the standard plans and 41 specifications found in the appendixes. 42 43 Joint lateral trench (JLT) is defined as a trench that includes PSE or Telecommunications 44 conduits, but not both. Joint lateral trench (JLT) excavation and backfill will be measured by the 45 linear foot, beginning at the point where excavation for JLT construction requires the width of 46 the JUT to be increased by 12 inches or more to accommodate lateral conduits. 47 48 Joint service trench (JST) is defined as trenching outside the right of way to provide for PSE 49 and/or telecommunications conduit between the new underground system and service "meter" 50 locations. Joint service trench excavation and backfill will be not be measured and is 51 considered incidental to "Electrical Service Connections." Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 171 Conformed 21 March 2008 1 2 Select imported trench backfill, when approved by the Engineer for use in the absence of 3 suitable native backfill, will be measured by the ton. 4 5 "Utility Vault/Handhole — " will be measured per each utility-provided vault or 6 handhole that is installed by the Contractor. 7 8 "Install Conduit Pipe In. Diam. — will be measured per linear foot of franchise 9 utility-provided conduit that is installed by the Contractor. Measurement will be measured 10 through vaults and handholds not including sweeps or bends into/from or around vaults, raisers, 11 or handholds. 12 13 "Furnish and Install Conduit 3/4 In. Diam — Comcast" and "Furnish and Install Conduit Pipe 1 In. 14 Diam. —Qwest" will be measured per linear foot of conduit provided and installed per the plans, 15 specifications, and the standard plans and specifications found in the appendixes. 16 17 Concrete encasement for bends will be measured by the neat-line cubic yard for the limits 18 required by the serving utility and approved by the Engineer. Placement of additional concrete 19 beyond the limits approved by the Engineer will not be measured for payment. 20 21 Qwest pedestals will be measured per each location where Qwest-provided pedestal is 22 installed. 23 24 Sawcutting required shall be incidental to various items involved and no separate measurement 25 will be made. 26 27 Pipe zone bedding shall be incidental to the various items and no separate measurement will be 28 made. 29 30 Surface restoration items required for resuming pedestrian and vehicular traffic prior to final 31 surfacing, including steel sheeting, crushed rock, and cold or hot mix asphalt, shall be to the 32 various utility undergrounding bid items involved and no separate measurement will be made. 33 34 8-31.5 Payment .. 35 Payment will be made for the following bid items: 36 37 "Joint Utility Trench," per linear foot 38 "Joint Lateral Trench," per linear foot 39 The unit bid price for joint utility trench and for joint lateral trench per linear foot shall be full 40 compensation for all labor, materials, tools and equipment, supplies, incidental work necessary 41 for the excavation, bedding and backfilling of the joint utility trench. The cost of furnishing and 42 installing pipe bedding, placing and compacting native trench backfill, coordination with 43 franchise utilities and other necessary work to allow the installation of conduits shall be included 44 in this item. 45 46 "Select Imported Trench Backfill," per ton 47 48 The unit contract price per ton for "Select Imported Trench Backfill" shall be full pay for all work 49 to furnish, place, and compact the material in the trench. Also included in the unit contract price 50 is the disposal of excess and unusable material excavated from the trench. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 172 Conformed 21 March 2008 1 "Concrete Class 2500 for Encased Bends," per cubic yard 2 3 The unit bid price per cubic yard shall be full compensation for all labor, materials, tools and 4 equipment, supplies, incidental work necessary for the forming and placement of concrete to 5 encase bends. 6 7 "Install Utility Vault/Handhole — Comcast ," per each 8 "Install Utility Vault— PSE " per each 9 "Install Utility Vault— Qwest ," per each 10 11 The unit price bid shall be full compensation for installing the utility-provided vault or handholes 12 of the size and type specified. Including all labor, materials, tools and equipment, supplies, and 13 other incidental work required to satisfactorily complete the work defined in the Standard 14 Specifications, Special Provisions for the particular vault or handhole called for in the Plans. 15 The unit cost per vault shall include vault excavation, foundation, bedding, installation and 16 backfilling. 17 18 "Furnish and Install Conduit Pipe 3/4 In. Diam. — Comcast," per linear foot 19 "Furnish and Install Conduit Pipe 1 In. Diam. — Qwest," per linear foot 20 21 The unit price per linear foot of"Furnish and Install Conduit Pipe In. Diam. - " shall be 22 full pay for labor, material, equipment, and supplies necessary for furnishing and installing all 23 pipe, pipe connections, elbows, bends, caps, reducers, conduits, unions, measuring tape/pull 24 cord and hardware for placing the pipe in accordance with the above provisions in the 25 Contractor provided joint service trench. 26 27 "Install Conduit Pipe In. Diam. — Comcast," per linear foot 28 "Install Conduit Pipe In. Diam. — PSE," per linear foot 29 "Install Conduit Pipe In. Diam. — Qwest," per linear foot 30 31 The unit price per linear foot of"Install Conduit Pipe In. Diam. - " shall be full pay for 32 labor, material, equipment, and supplies necessary for installing and proofing all pipe, pipe 33 connections, elbows, bends, caps, reducers, conduits, unions, and hardware for placing the 34 pipe in accordance with the above provisions in the Contractor provided joint utility trench, 35 lateral trench and pole risers.. 36 37 "Install Pedestal Riser— Qwest," per each 38 39 The unit price bid per each shall be full compensation for installing each utility-provided pedestal 40 riser of the size and type specified. Including all labor, materials, tools and equipment, supplies, 41 and other incidental work required to satisfactorily complete the work defined in the Standard 42 Specifications, Special Provisions, and for the particular pedestal called for in the Plans. The 43 unit cost per riser shall include pedestal excavation, foundation, bedding, installation, and 44 backfilling. 45 46 "Electrical Service Connections" per lump sum 47 48 The lump sum bid price for electrical service connections shall be full compensation for 49 connecting power from the vaults along the right-of-way to service entrances at 13 residences 50 as shown in the Plans. This lump sum price shall to full compensation for the following: 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 173 Conformed 21 March 2008 1 Temporary power and light 2 Primary power, charges, service connections and fees 3 Trenching, backfill and compaction with native soil, export and import. 4 Joint service trench 5 Fire caulking 6 Duct detectors, LED remote controls and mag starter 7 Dumpster fees 8 Electrical engineer designed drawings 9 Ceiling and sheetrock repairs 10 Accommodations or hardware related to door (any style) hold-opens 11 PSE hook-up fees 12 Fire alarm 13 T-bar/fixture wires and fixtures tenting 14 Site work 15 Phone/data cables 16 Surveying for elevations and locations of all site electrical 17 City/State permitting w.. 18 Expenses related to NEC 314-21 due to inferior taping techniques 19 20 21 22 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 174 Conformed 21 March 2008 1 DIVISION 9 2 3 MATERIALS 4 5 9-03 AGGREGATES 6 (January 5, 2004) 7 9-03.8(2) HMA Test Requirements 8 Section 9-03.8(2) is supplemented with the following: 10 ESALs 11 The number of ESALs for the design and acceptance of the HMA shall be 2.5 million. 12 13 9-03.8(7) HMA Tolerances and Adjustments 14 Item 1 is deleted and replaced with: 15 (****) 16 1. Job Mix Formula Tolerances. After the JMF is determined as required in Section 17 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall 18 conform to the following tolerances: 19 20 Nonstatistical Commercial 21 Evaluation Evaluation 22 Aggregate, percent passing 23 1" 3/" '/2", and 3/8" sieves ±6% ±8% 24 U.S. No. 4 sieve ±6% ±8% 25 U.S. No. 8 sieve ±6% ±8% 26 U.S. No. 16 sieve ±4% ±6% 27 U.S. No. 30 sieve ±4% ±6% 28 U.S. No. 50 sieve ±4% ±6 29 U.S. No. 100 sieve ±3% ±5% 30 U.S. No. 200 sieve ±2.0% ±3.0% 31 Asphalt Binder ±0.5% ±0,7% 32 33 VMA 1.5% below minimum value in 9-03.8(2) 34 VFA min. and max. as listed in 9-03.8(2) 35 Va 2.5% minimum and 5.5% maximum 36 37 These tolerance limits constitute the allowable limits as described in Section 1-06.2. The 38 tolerance limit for aggregate shall not exceed the limits of the control points section, 39 except the tolerance limits for sieves designated as 100 percent passing will be 99-100. 40 41 Section 9-03.12(1)C Select Imported Trench Backfill(Additional Section) 42 Section 9-03.12(1)C is added as follows: 43 (******) 44 Aggregate for select imported trench backfill shall consist of granular material, 45 either naturally occurring or processed, and shall meet the following 46 requirements for grading and quality: 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 175 Conformed 21 March 2008 1 Sieve Size Percent Passing 2 1-1/4" square 100 3 1/4" square 25 min. 4 U.S. No. 40 40 max. 5 U.S. No. 200 7.0 max. 6 Sand Equivalent 50 min. 7 8 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 10 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) 11 Section 9-05.4 is revised as follows: 12 (..k...**) 13 Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type 14 II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with 15 metallized coating applied inside and out following welding is acceptable and shall be asphalt 16 treatment coated. 17 18 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) 19 Section 9-05.7(2) is replaced by the following: 21 Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C 76 22 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall 23 be Type II in conformance with ASTM C 150. No admixture shall be used unless 24 otherwise specified. 25 26 9-05.7(2)A Basis for Acceptance (RC) 27 Section 9-05.7(2)A is supplemented by the following: 28 (******) 29 All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in 30 accordance with ASTM C 76; and (2) a hydrostatic test of rubber gasket joints in 31 accordance with ASTM C 361 or AWWA C302 except test pressure shall be 5 32 psi. 33 34 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) 35 Section 9-05.7(3) is replaced by the following: 37 Joint assembly design shall be reinforced concrete bell and spigot type incorporating a 38 fully retained single rubber gasket in accordance with ASTM C 361 or AWWA C302. 39 Rubber gasket material shall be neoprene. 40 41 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) 42 Section 9-05.7(4) is supplemented by the following: 43 (******) 44 Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM 45 C 361 or AWWA C302 except test pressure shall be 5 psi. 46 47 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) 48 Section 9-05.9 is replaced with: 50 The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's 51 Certificate of Compliance stating that the materials furnished comply in all respects with these Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 176 Conformed 21 March 2008 1 Specifications. The Engineer may require additional information or tests to be performed by the 2 Contractor at no expense to the City. 3 4 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut 5 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe 6 shall be fabricated either by using a continuous helical lock seam or a continuous helical welded 7 seam paralleling the rib. 8 9 Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or 10 galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, 11 coating, and metal shall be as shown in the Plans or in the Specifications. 12 13 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and 14 shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular 15 and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured 16 outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical 17 distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the 18 top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center 19 (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of 20 the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between 21 adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, 22 having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of 23 the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. - 24 25 When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. 26 The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 27 9-05.4(3) and 9-05.4(4). 28 29 For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth 30 pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch 31 +1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as 32 the minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to 33 the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 34 0.0625 inch with an allowable tolerance of+10 percent. 35 36 Section 9-05.12(3) is a new additional section: 37 (******) 38 9-05.12(3) CPEP Sewer Pipe 39 CPEP - Smooth interior pipe and fittings shall be manufactured from high density 40 polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 41 or 5, Grade P33 or P34, Class C per ASTM D 1248. In addition, the pipe shall comply 42 with all material and stiffness requirements of AASHTO M294. CPEP pipes shall have a 43 Mannings "n" valve of 0.12 or less. 44 45 Section 9-05.14 is deleted 46 (......) 47 9-05.14 ABS Composite Sewer Pipe 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 177 Conformed 21 March 2008 1 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe 2 Section 9-05.17 is replaced with: 3 (******) 4 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut 5 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe 6 shall be fabricated by using a continuous helical lock seam with a seam gasket. 7 8 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and 9 shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 10 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with 11 ends that can be effectively jointed with coupling bands. 12 13 For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth 14 pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 15 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 16 inches center to center (measured normal to the direction of the ribs). The radius of bend of the 17 metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+10 percent. 18 19 For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth 20 pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 21 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the 22 minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum 23 spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the 24 ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an 25 allowable tolerance of+10 percent. 26 27 9-06 STRUCTURAL STEEL AND RELATED MATERIALS 28 29 9-06.5(4) Anchor Bolts 30 Section 9-06.5(4) has been supplemented by adding: 32 All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, 33 strain poles or other types of poles shall meet the recommended specifications of the 34 pole manufacturer. The Contractor shall be responsible for providing to the Engineer 35 any and all data concerning fabrication, strength test results, mill certification and other 36 data required to confirm that the anchor bolts meet those specifications. 37 38 The following standard specifications shall apply to anchor bolts for street light, signal 39 and strain poles provided that the Contractor can submit documentation from the 40 manufacturer affirming that anchor bolts meeting these specifications are recommended 41 for the pole to be installed thereon: 42 43 1. The standard anchor bolt for aluminum street light poles shall be 42 44 inches in length and shall meet the requirements of ASTM A 36 or ASTM 45 A 307. The shaft of the anchor bolt shall be a full 1 inch in diameter with 46 a hot forged 4-inch "L" bend on the bottom end and a minimum of 6 47 inches of die-cut threads on the top end. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 178 Conformed 21 March 2008 1 2. The anchor bolts for signal poles and strain poles shall meet the 2 specifications as designated on the approved manufacturer's pole plans 3 and/or supplemental plans or specifications provided by the 4 manufacturer. 5 6 All anchor bolts, nuts, and washers shall meet the pole manufacturer's specifications and 7 shall be hot dipped galvanized unless such galvanization is not permitted for the type of 8 steel as per Section 9-06.5(4). 9 10 9-08 PAINTS 11 Section 9-08.8 is a new section and subsections: 12 (***.**) 13 9-08.8 Manhole Coating System Products 14 9-08.8(1) Coating System Specification 15 The following coating system specifications shall be used for coating (sealing) interior 16 concrete (including the channel) surfaces of sanitary sewer manholes when required. 17 18 Coating System Specification 19 20 A. General 21 22 1. Buried Manhole 23 2. Surface Color Paint System 24 25 Buried, and White C-1 26 exposed 27 concrete 28 surfaces. 29 30 9-08.8(2) Coating Systems 31 32 A. High Solids Urethane 33 34 Coating System: C1 35 Coating Material: High Solids Urethane 36 Surfaces: Concrete 37 Surface Preparation: In accordance with SSPC SP-7 (Sweep or 38 brush off blast) 39 Application: Shop/Field The drying time between coats 40 shall not exceed 24hours in any case 41 System Thickness: 6.0 mils dry film 42 Coatings: Primer: One coat of Wasser MC-Aroshield 43 high solids urethane (2.0 DFT) 44 Finish: Two or more coats of Wasser MC- 45 Aroshield (min. 4.0 DFT) 46 47 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 179 Conformed 21 March 2008 1 9-14 EROSION CONTROL AND ROADSIDE PLANTING . 2 3 9-14.1(1) Soil 4 Section 9-14.1(1) is supplemented by the following: 6 Topsoil, Type A 7 Topsoil Type A shall be an imported topsoil mix consisting of 1/3 sandy loam, 1/3 8 composted mulch, and 1/3 sand to produce an overall loamy sand textural class as 9 determined by the U.S. Department of Agriculture Classification System. Topsoil shall 10 be furnished by a commercial topsoil supplier who has been in that business for at least 11 five consecutive years. 12 13 Topsoil Testing and Amendments 14 Specific topsoil amendment, lime and fertilizer specification including micronutrients for 15 the plant types and lawn specified on the Plans shall be as per a certified soils laboratory 16 recommendations (such as Soils and Plant Laboratory, Bellevue, WA, 425-746-6665) 17 from two representative topsoil samples for each topsoil source furnished by the 18 Contractor to the approved Soils Laboratory. All soils testing and laboratory 19 recommended amendments and fertilizer shall be paid by the Contractor. 20 21 Approved topsoil amendments, lime, and fertilizer shall be thoroughly incorporated into 22 the topsoil off site. 23 24 Planting Mix 25 The planting mix for backfill of all tree, shrubs, and groundcover holes shall be the 26 approved Topsoil A amended to the soils laboratory recommendations. 27 Section 9-14.2 Seed 28 Section 9-14.2 is supplemented with the following: 29 30 Lawn Seed Mixture: for all seeded lawn areas (% by weight) 31 32 50% Low grow turf-type Perennial Rye Blend of three (3) varieties 33 50% Creeping Red Fescue - `Pennlawn' 34 35 Seeding rate: 5 lbs./1,000 square feet 36 37 Erosion Control Seed Mixture: for all seeded erosion control areas (% by weight) 38 39 40% Low grow turf-type Perennial Rye Blend of three (3) varieties 40 40% Creeping Red Fescue - `Pennlawn' 41 10% Hard Fescue 42 10% Tall Fescue 4. 43 44 Seeding rate: 5 lbs./1,000 square feet 45 46 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 180 Conformed 21 March 2008 1 9-14.6(2) Quality 2 Section 9-14.6(2) is supplemented by the following: 3 (*** **) 4 Container-grown plant material may be substituted for balled and burlapped plant 5 materials. Container size shall be determined by the volume of the root ball that is 6 specified. 7 w 8 These substitutions shall be at no cost to the City and be approved by the Engineer. 9 10 9-14.7 Stakes, Guys, Wrapping, and Root Control 11 Section 9-14.7 is supplemented by the following: 12 (....*.k) 13 Tree Stakes 14 Tree stakes shall be round, 2-inch diameter, pressure-treated pine poles. 15 16 Tree Tie 17 Tree tie materials shall be 1 inch wide polyethylene, ProLock, from EdgePro, 18 www.edgepro.com. 19 20 Root Control Material 21 Root control material shall be 18 inches wide Typar Biobarrier, a geotextile fabric with pellets 22 impregnated with the herbicide trifluralin, as manufactured by Reemay, and distributed by 23 Wilbur-Ellis, Auburn, WA (253) 351-6591, or accepted equivalent. Install along all edges of 24 curbs and paving within 10 feet of new and existing tree plantings, as detailed. 25 26 9-15.1(2) Polyvinyl Chloride Pipe and Fittings 27 Section 9-15.1(2) is supplemented with the following: 28 (**** *) 29 Pressure Mains and Sleeving w 30 Pressure main piping shall be: 31 32 PVC Schedule 40 33 34 Lateral Lines 35 Lateral line piping shall be: 36 37 PVC Class 200 38 39 Triple-Swing Joint Assembly 40 The triple -swing joint assembly shall be the following: 41 42 Schedule 80 PVC 360 degree swing joint riser 43 44 as manufactured by: 45 46 Spears Manufacturing Company 47 Slymar, California 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 181 Conformed 21 March 2008 1 Flexible Riser Assembly 2 The flexible riser assembly shall be the following: 3 4 Swing assembly model SA12505D 5 6 as manufactured by: 7 8 The Rainbird Company 9 Glendora, California 10 11 9-15.3 Automatic Controllers 12 Section 9-15.3 is supplemented with the following: 13 (. ....k.k) 14 Automatic Controller 15 The automatic controller equipment shall be the following: 16 17 Toro Sentinel Computerized Control system, Model # SSAK1 2PS1 6NS4 with `Yagi' directional 18 antenna. 19 20 as manufactured by: 21 22 The Toro Company 23 Riverside, California 24 25 9-15.5 Valve Boxes and Protection Sleeves 26 Section 9-15.5 is supplemented with the following: 27 28 Automatic Control Valve Boxes 29 The automatic control valve boxes shall be the following: 30 31 # 1419B valve box with locking cover. 32 33 as manufactured by: 34 35 Carson Industries 36 La Verne, California 37 38 Quick Coupling Valve Boxes 39 The quick coupling valve boxes shall be the following: 40 41 10" Round Valve Box, green top with extensions as required 42 43 as manufactured by: 44 45 Carson Industries 46 La Verne, California, or approved equal 47 48 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 182 Conformed 21 March 2008 1 Ball Valve Boxes 2 The gate valve boxes shall be the following: 3 4 # 1419B valve box with locking cover. 5 6 as manufactured by: 7 8 Carson Industries 9 La Verne, California 10 11 Drain Valve Box 12 The drain valve box shall be: 13 14 5-1/4" Roadway Valve Box # 111129-03 with cast iron 'Water" cover# 111026 15 16 as manufactured by: 17 18 Ametek 19 Sheboygan, Wisconsin, or approved equal 20 21 9-15.7(2) Automatic Control Valves 22 Section 9-15.7(2) is supplemented with the following: 23 (* ****) 24 Automatic Control Valves 25 in the sizes and locations as shown in the Plans, shall be the following: 26 27 EFB-CP Series -brass body 28 29 as manufactured by: 30 31 The Rainbird Company 32 Glendora, California 33 34 Master Control Valve 35 shall be the following: 36 37 PEB Series -plastic body 38 39 as manufactured by: 40 41 The Rainbird Company 42 Glendora, California - 43 44 9-15.8 Quick Coupling Equipment 45 Section 9-15.8 is supplemented with the following: 46 (******) 47 Quick coupling valves in the sizes and locations as shown in the Plans, shall be: 48 49 #44 NP Series - brass body with locking, thermoplastic, non-potable rubber cover. Two (2) 50 corresponding valve keys, shall be supplied by the Contractor and will become the property of 51 the City upon completion of the plant establishment period. Install quick coupling valves on Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 183 Conformed 21 March 2008 1 360-degree triple-swing joint assemblies downstream of double check valve assemblies at 2 locations indicated on the drawings. 3 4 as manufactured by: 5 6 The Rainbird Company 7 Glendora, California 8 9 9-15.11 Cross-Connection Control Devices 10 Section 9-15.11 is supplemented with the following: 12 Backflow Assembly Vault 13 The Backflow Assembly Enclosure shall be the following: 14 15 Concrete Utility Vault#25 TA with locking metal cover 16 17 as manufactured by: 18 19 Fogtite, Inc. 20 Seattle, WA, or approved equal 21 22 Backflow Protection Assembly 23 The Backflow Protection Assembly shall be the following: 24 25 Febco 805Y double check valve with ball valves each side 26 27 as manufactured by: 28 29 Febco, division of CMB Industries 30 Fresno, California, or approved equal 31 32 9-15.15 Flow Control Valves 33 Section 9-15.15 is supplemented with the following: 34 (.k. ....) 35 Flow Control System 36 Flow sensor shall be: 37 38 #FS200P 39 40 Flow Control Monitor shall be: 41 42 #PT1502 43 w. 44 Pulse Decoder shall be: 45 46 #DEC-PUL 47 48 as manufactured by: 49 50 The Rainbird Company Glendora, California; or equivalent Data Industrial models. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 184 Conformed 21 March 2008 1 9-15.17 Electrical Wire and Splices 2 Section 9-15.17, paragraph 2 is replaced with the following: 3 4 Low Voltage Splices 5 Low voltage splices shall be: 6 7 1. Made with one of the following splice kits or approved equal 8 9 Products Manufacturer 10 11 3817 or 3570 3M Inc. 12 DBY St. Paul, Minnesota 13 14 Splice Kote or Raychem Company 15 Splice Pak Menlo Park, California 16 17 Ply-Flex Plymouth Rubber Company, Inc. 18 Canton, Maine 19 20 2. Installed in accordance with the manufacturer's recommendations. 21 22 Controller Communication Wire 23 Communication wire shall be Rainbird PE 89 (six pair) solid copper conductors with insulated 24 covering for direct burial application. Wire shall be completely compatible with communication 25 system between field satellite, flow sensors and decoder equipment. 26 27 Controller Communication Wire Splices 28 Communication wire splices shall be with Ranger splice kits, or as recommended by 29 communication wire manufacturer. 30 31 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 32 33 9-23.9 Fly Ash (RC) 34 Section 9-23.9 is revised as follows: 35 (****..k) 36 Fly ash shall not be used around waterlines. 37 38 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 39 40 9-29.1 Conduit (RC) 41 Section 9-29.1 is supplemented by adding the following: 42 (.....k.) 43 The conduit PVC - nonmetallic shall be of the two types indicated below: 44 45 6. Schedule 80 extra heavy wall PVC conforming to ASTM, Standards, to be used 46 in all installations under roadways. 47 7. Schedule 40 heavy wall PVC conforming to ASTM Standards. 48 49 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 185 Conformed 21 March 2008 1 9-29.2 Junction Boxes (RC) - 2 Section 9-29.2 is supplemented with: 3 (******) 4 Junction boxes shall be reinforced concrete with galvanized steel lids and frames anchored in 5 place and galvanized steel cover plate (diamond pattern) as indicated on detail sheets. 6 7 9-29.2(4) Cover Markings 8 Section 9-29.2(14) is replaced with the following: 9 10 Junction boxes with metallic lids shall be marked with the appropriate legend in 11 accordance with the bead weld details in the Standard Plans. Legends shall be 1-inch 12 nominal height. 13 14 The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be - 15 as indicated below: 16 17 Street lighting only: "Lighting" 18 Signal only: "Signals" 19 Traffic signal and street lighting: "TS-LT 20 Intelligent Transportation Systems only: "ITS' 21 22 inscriptions on junction boxes performing the same function shall be consistent 23 throughout the project. 24 25 9-29.3 Conductors, Cable 26 Section 9-29.3 is revised and supplemented as follows: 27 (******) 28 Supplement: 29 Each wire shall be numbered at each terminal end with a wrap-around type numbering strip 30 bearing the circuit number shown on the Plans. 31 32 The Contractor shall provide and install all the necessary wiring, fuses, and fittings so as to 33 complete the installation of the signal and lighting equipment as shown on the plans. All 34 materials and installation methods, except as noted otherwise herein, shall comply with 35 applicable sections of the National Electrical Code. 36 37 Section 9-29.3(3) is a new section: 38 39 9-29.3(3) Video Detection Cables 40 41 Video detection cables shall be furnished and installed by the Contractor. The cable shall be 42 installed in conduits or overhead as indicated in the Plans. Cabling shall be pulled through a 43 Contractor-provided drilled and grommeted hole in the bottom of the mast arm at each camera 44 connection point indicated in the Plans. Ten feet of spare cable shall be coiled in the junction 45 boxes at the base of the applicable signal/lighting standard and at the junction box nearest to 46 the signal controller cabinet. Cables shall be pulled continuous, without splices between the 47 controller cabinet and the mast-arm grommet. 48 49 The City of Renton traffic signal maintenance staff will provide and install cameras, camera 50 mounts, and video detection modules and terminate video detection system wiring. 51 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 186 Conformed 21 March 2008 1 Video camera cable shall be a parallel construction of one PVC jacketed RG 59/U (Coaxial) and 2 one PVC jacketed five conductor(Power) 18 awg cable under an oval black flame retardant 3 polyvinyl chloride jacket. 4 5 RG 591U(Coaxial) 6 Conductor: 20 awg solid bare copper 0.032" 7 Dielectric: 0.054" wall of gas injected foamed polyethelene to 0.140" nom. 8 Braid: 36 awg bare copper with 95% coverage. Pull in aluminum/polyester tape 9 under braid. 10 Jacket: 0.035"wall black 75 deg C polyvinyl chloride to 0.232" nom. - 11 12 18 awg Cable (Power) 13 Conductor: 5-18 awg bare copper 0.048" 14 Insulation: 0.012" wall polyvinyl chloride per the color code to 0.072" nom. 15 Cabling: Five 18 awg conductors cabled together in a 3 '/" left hand lay to a nom. 16 Diameter of 0.194". 17 Jacket: 0.025"wall black 75 deg C polyvinyl chloride to 0.244" nom. 18 Color Code: White, Red, Black, Brown, Blue 19 Rating: Multi-conductor leg is rated at 600V 20 21 9-29.9 Ballast, Transformers 22 Section 9-29.9 is supplemented by adding the following: 23 (******) 24 The Ballast shall be pre-wired to the lamp socket and terminal board. 25 26 9-29.10 Luminaires 27 Section 9-29.10 is supplemented by adding the following: 28 (******) 29 Decorative luminaires shall be as specified in 8-20.2 of these special provisions. The 30 manufacturer's name or symbol shall be clearly marked on each luminaire. 31 32 9-29.11(2) Photoelectric Controls 33 Section 9-29.11(2) is replaced with: 34 (******) 35 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The 36 unit shall consist of a light sensitive element connected to necessary control relays. The 37 unit shall be so designed that a failure of any electronic component will energize the lighting 38 circuit. 39 40 The photo cell shall be a solid state device with stable turn-on values in the temperature 41 range of-55 degrees C to +70 degrees C. The photo cell shall be mounted externally on 42 top of the luminaire. In a contactor controlled system, the photo cell to control the system 43 shall be mounted on the luminaire nearest to the service/contactor cabinet. The photo cell 44 shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 45 46 9-29.13(2) Flashing Operations 47 The following items in Section 9-29.13(2) are revised: as follows: 48 (******) 49 2. Police Panel Switch. When the flash-automatic switch located behind the police 50 panel door is turned to the flash position, the signals shall immediately revert to 51 flash and remove power from the controller. When the switch is placed on 52 automatic, power shall be applied to the controller to initiate start-up sequence. 53 54 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 187 Conformed 21 March 2008 1 3. Cabinet Switches. When the flash-automatic switch located inside the controller 2 cabinet is placed in the flask operation Controller Cabinet Switches. When the 3 flash-automatic switch located inside the controller cabinet is placed in the flash 4 position, the signals shall immediately revert to flash; however, the controller shall 5 continue to function. When the flash-automatic switch is placed in the automatic 6 position, the controller shall immediately resume normal cyclic operation. Adjacent 7 to the flash-automatic switch shall be a controller on-off switch. If the flash- 8 automatic switch is in the automatic position and the controller on-off switch is 9 placed in the OFF position, the signals shall immediately revert to flash. 10 11 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation 12 voltages, the conflict monitor shall immediately cause the signal to revert to flash; 13 however, the controller shall stop time at the point of conflict. After the conflict w. 14 monitor has been reset, the controller shall immediately take command of the 15 signal displays. 16 r 17 The following is a supplement: 18 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts 19 per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus 20 two flashes per minute. 21 22 9-29.13(3) Emergency Pre-emption 23 Section 9-29.13(3) is replaced with: 24 (******) 25 Immediately after a valid call has been received, the preemption controls shall cause the 26 signals to display the required clearance intervals and subsequent preemption intervals. 27 Preemption shall sequence as noted in the contract. Preemption equipment shall be 28 installed so that internal wiring of the controller, as normally furnished by the manufacturer, 29 is not altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle 30 and pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller 31 reaches the pre-empted phase. 32 33 Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack 34 wired to accept 3-M discriminator type units. The pre-emption system operation shall be 35 compatible with the 700 Series 3M company "Opticom" system which the City of Renton is 36 currently using and shall be capable of being activated by the same transmitters. 37 38 The optical signal discriminator system shall enable an authorized vehicle to remotely 39 control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an 40 unobstructed "line of sight" path. The system shall cause the traffic signals controller to 41 move into an appropriate fire pre-emption program. this optical discriminator shall interface 42 to the 562 software, for field programmability. It shall consist of the following components: 43 44 1. Optical energy detectors which shall be mounted on the traffic signal mast arms 45 and shall receive the optical energy emitter's signal. 46 47 2. Discriminators which shall cause the signal controller to go into internal pre- 48 emption which will give the authorized vehicle the right of way in the manner 49 shown on the phase sequence diagram. 50 51 3. Pre-emption Indicator Lights. 52 53 Optical_Detector 54 1. Shall be of solid state construction. 55 56 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease 57 of installation. 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 188 Conformed 21 March 2008 1 3. Shall operate over an ambient temperature range of-40°F to +180°F (-40°C to 2 +85°C). 3 4 4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall 5 be impervious to moisture. 6 7 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source 8 with a pulse energy density of 0.8 micro joule per square meter at the detector, a 9 rise time less than one microsecond and half power point pulse width on not less 10 than thirty microseconds. 11 12 Discriminator 13 Each module shall do the following: 14 1. Shall provide for a minimum of two channels of optical detector input. 15 2. Shall provide for a minimum of two discrete channels of optically isolated output. 16 17 When a pre-emption detector detects an emergency vehicle, the phase selector shall hold 18 the controller in the required phase or advance directly to that phase after observing all 19 vehicle clearances. The phase selector shall hold the controller in the phase selected until 20 the detector no longer detects the emergency vehicle. 21 22 When the phase selector is responding to one detector, it shall not respond to any other 23 detector until calls from the first detector are satisfied. Indicator lights shall indicate power 24 on, signal being received, channel called. Switches shall control system power and 25 simulate detector calls for each phase. 26 27 9-29.13(4) Wiring Diagrams 28 Section 9-29.13(4) is modified and supplemented by retaining the first three sentences and 29 replacing the remainder with: 31 The controller cabinet shall have a waterproof envelope with a side access attached to the 32 inside of the cabinet door. There shall be four (4) complete sets of controller cabinet 33 schematics as well as manuals for all assemblies and sub-assemblies. The controller 34 cabinet schematics shall include the intersection name, and an intersection diagram that 35 shall include intersection phasing and loop assignments. There shall be a digital compact 36 disk (CD) containing the controller cabinet schematics in autocad digital file format. 37 38 9-29.13(6) Radio Interference Suppressors 39 Section 9-29.13(6) is supplemented by adding the following: 41 A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used 42 to filter the A.C. power. Additionally, all power supplies shall have noise immunity from 43 other devices within the cabinet. 44 45 9-29.13(7) Traffic-Actuated Controllers 46 Section 9-29.13(7) is revised and supplemented with: 47 (** **) 48 NEMA Traffic Signal Controllers: 49 1. The NEMA controller shall bean Eagle Model EPAC300-M50 or equal and shall meet 50 the following specifications: 51 52 1.1 Required Standards 53 Traffic signal controller shall meet or exceed all requirement of the NEMA TS2- 54 1998 specification. Equipment supplier shall provide a letter from an independent 55 testing laboratory certifying controller compliance to the NEMA TS2-1998 56 specification. 57 58 1.2 Standard NEMA Configurations Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 189 Conformed 21 March 2008 1 Two Input/ Output configurations shall be provided: 2 a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit 3 b. NEMA TS-2 Type 2 for direct parallel connection to load switches and 4 detectors 5 6 1.3 Central Processor Unit (CPU) 7 In addition to NEMA requirements, the CPU shall provide the following: 8 a. Microware OS-9 Operating System with runtime license 9 b. Motorola 68360 microprocessor, 25 Mhz version 10 c. 4 Megabytes minimum dynamic random-access memory (DRAM) 11 d. 8 Megabytes minimum FLASH memory organized as a disk drive 12 e. 512 Kilobytes minimum static random-access memory (SRAM) 13 f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and 14 automatic daylight savings time adjustment. TOD may be implemented in the 15 CPU via electronic circuitry, operating system software, or a combination. 16 g. During power failures, the SRAM and TOD shall be powered by STANDBY 17 voltage from the power supply. 18 19 1.4 Power Supply 20 In addition to NEMA requirements, the Power Supply shall provide the following: 21 a. Line Frequency Reference signal shall be generated by a crystal oscillator, 22 which shall synchronize to the 60-Hz VAC incoming power line at 120 and 23 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 24 8.333 ms half-cycle pulse duration, and 50 +/- 1% duty cycle. The Line 25 Frequency Reference shall compensate for missing pulses and line noise 26 during normal operation. The Line Frequency Reference shall continue 27 through 500 mS power interruptions. 28 b. STANDBY voltage via supercapacitor for backup power during loss of service 29 voltage shall be provided. Supercapacitor shall have a minimum of 15-farad 30 nominal size. No batteries of any type are allowed. 31 32 1.5 Keyboard and Display 33 In addition to NEMA requirements, Keyboard and Display shall provide the 34 following: 35 a. Removable by pulling off, installed by pushing on, without use of tools 36 b. Stowed extension cord to allow remote use of keyboard and display 37 c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard 38 d. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard 39 e. Liquid Crystal Display (LCD) with 8 lines of 40 characters 40 f. LCD contrast adjustment accomplished via the keypad, no contrast knob 41 allowed. 42 g. Light-emitting diode backlight for the LCD. 43 h. Audible electronic bell. 44 i. Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC Standard, 45 with the addition of+5VDC supplied by the controller on C60, Pin 1 46 j. Keyboard and display may be deleted for cost savings by the Agency. 47 48 1.6 Communications 49 In addition to NEMA requirements, the controller shall provide the following: 50 a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel 51 b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and 52 Electronic Engineers (IEEE), one unique IP address for each controller. 53 c. Built-in Infared (IR) wireless port compatible with Microsoft Windows for 54 Pocket PC Infrared RAW mode. 55 d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional 56 per Agency specification. Choice of 2 or 4 wire operation per Agency 57 specification. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 190 Conformed 21 March 2008 1 e. Built-in EIA-232 port for uploading and downloading applications software, as 2 well as to update the operating system. 3 f. Built-in C60 connector for use with removable Keyboard and Display, 4 Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol 5 per Joint NEMA/AASHTO/ITE ATC standard. 6 7 1.7 Controller Housing 8 In addition to NEMA requirements, the controller housing shall provide the 9 following: 10 a. Seven slots with card guides for standard 3U size Versa Module Europe 11 expansion modules. The expansion modules and mating back plane board in 12 controller are optional, per Agency specification. 13 b. Two slots with card guides for standard Joint NEMA/AASHTO/ITE ATC 14 modems. The modems and mating back plane board in the controller are 15 optional, per Agency specification. 16 c. Polycarbonate construction, except back panel, rear mounting tabs and 17 power supply mounting plate shall be aluminum for electrical grounding. 18 d. Built-in carrying handle 19 e. Two adjustable front mounting feet, used to raise the front cables and vary the 20 display viewing-angle. 21 22 1.8 Traffic Control Software Functions 23 In addition to NEMA requirements, the controller shall provide the following: 24 a. 16 Vehicle Phases 25 b. 16 Pedestrian Phases 26 c. 4 Timing Rings 27 d. 16 Overlaps 28 e. 80 Detectors 29 f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base, 30 Communication, Detector Diagnostics, Intersection, Input/ Output 31 g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System 32 Detector Log, MOE Log, Speed Log, Volume Count Log, Cycle MOE Log 33 h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield Mode, 34 Permissive Omit Mode, Sequential Omit Mode, Full Actuated Mode. 35 i. Adaptive Traffic Control:Adaptive Maximum Routines, Adaptive Protected / 36 Permissive Routines, Conditional Virtual Split Routines, Coordinated Adaptive 37 Split Routines. 38 j. Preemption / Priority Routines 39 k. Standard Reports 40 I. Built-In Diagonstics 41 m. Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events 42 43 NEMA and 207ON Traffic Siqnal Controller Firmware: 44 1. The controller shall have Eagle SE-PAC firmware or equal installed. 45 46 2. Operating Displays shall be via front panel and laptop computer. 47 48 2.1 The dynamic displays listed below shall be provided to show the operational 49 status of the controller. Additional displays shall be offered for programming. 50 2.1.1 An intersection status display shall indicate the active status of all signal 51 driver outputs and vehicle plus pedestrian calls. When this display is active, 52 vehicle and/or pedestrian calls may be placed from the keyboard. 53 2.1.2 An active timer display shall show a summary of ring, phase, 54 coordination, preemption and time-based control status. The menu shall 55 provide for the selection of any combination of the rings for display (R1 + R2, 56 R3 + R4, R1 + R3, etc.). This active timer display shall indicate current 57 interval, pedestrian, density, passage, and maximum timing by phase and 58 ring. The status of vehicle and pedestrian phases shall be displayed in Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 191 Conformed 21 March 2008 1 combination with vehicle and pedestrian calls. Operational modes shall also 2 be displayed e.g. Time Base, Interconnected, System, Backup, Manual, 3 System Flash, Start Flash, Stoptime, Preempt, Priority, Diagnostic Flash, etc. 4 When this display is active vehicle and/or pedestrian calls may be placed. 5 2.1.3 A coord timers display shall allow viewing of the real time status of 6 coordination timer(s) and parameters for the active pattern. The coord timers 7 display shall indicate the command source, current pattern information, 8 local/system cycle count, offset mode, offset correction, time-based control 9 status, coord mode, max mode, force-off mode, phase pattern & mode and 10 permitted phase & control data. 11 2.1.4 A preempt timers display shall indicate preemption (railroad, fire, 12 emergency) and low priority (bus) status. When a preemptor is active, the 13 display shall also indicate preemptor interval and timer countdown as well as 14 priority lockout and max call time out. 15 2.1.5 A time base status display shall indicate the current time and date, the 16 current day and week program, the active programmed selections of the 17 coordination pattern and auxiliary functions. 18 2.1.6 A detector status display shall indicate the current status for up to 80 19 detectors. The display shall show the status as determined by the detector 20 diagnostics capability of the controller. The condition will be reported as one 21 of the following states: on-line, failed open loop, failed shorted loop, failed 22 excessive inductance change, failed max presence diagnostic, failed no 23 activity diagnostic, failed erratic counts diagnostic, BIU frame fault, not 24 supported or"LWD" (not detector, detector failure or detector watchdog 25 timeout). 26 2.1.7 A conflict monitor display shall indicate the current status of the conflict 27 monitor, all channel RYG inputs, and up to six (6) faults simultaneously. 28 29 3. Programming 30 3.1 Programming displays shall use front panel and laptop computer and shall meet 31 the following requirements: 32 3.1.1 Programming displays in the form of menus shall aid the operator in 33 entering data from the front-panel keyboard {if controller has a keyboard}. 34 3.1.2 A main menu shall allow the user to select a major function of the 35 controller. A submenu shall then be displayed to allow the user to select a 36 sub-function within the major function. 37 3.1.3 English language and traffic engineering terminology shall be used 38 throughout to facilitate programming. The display organization shall allow 39 traffic personnel to program the controller without using reference cards or 40 manuals. 41 3.1.4 Programming entries shall consist of alpha or numerical values. During 42 program entry, the new data shall be displayed as it is entered. Entries shall 43 only be validated and stored when the ENTER ("E") key or the cursor key is 44 pressed. 45 46 3.2 Programming Methods 47 3.2.1 The methods listed below shall be available for controller programming. 48 The manufacturer shall be able to provide as off-the-shelf items all of the 49 firmware and software required to affect the listed programming methods and 50 to implement network operation with system masters and host PC's. 51 a. Manual data entry via the front panel keyboard. 52 b. Data downloading via telemetry from a system master connected to a 53 host PC in a closed-loop system. 54 c. Data downloading from a portable PC-compatible computer via null- 55 modem cable. 56 d. Data downloading from a PC-compatible computer via modem. 57 e. Data downloading from one controller to another using a serial port on 58 each controller. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 192 Conformed 21 March 2008 1 2 3.3 Programming Security 3 3.3.1 The firmware shall prevent the alteration of keypad set unit variables prior 4 to the user having entered a specific code. No access code shall be required 5 to display data. Access codes shall initially be set at "0000". Entry of a code of 6 "9999" shall prevent access from being turned off. 7 8 3.4 Programming Utility Functions 9 3.4.1 A copy function shall permit copying all timing data from one phase to 10 another. It shall also permit copying all coordination pattern data from one 11 pattern to another. This feature shall facilitate data entry when programming 12 any two or more phases with the same timing values and/or two or more 13 coordination patterns with the same pattern data. 14 3.4.2 The firmware shall contain a backup database stored in nonvolatile 15 memory. A copy function shall permit transferring the backup database to the 16 active database. An alternate database for interchange control operation shall 17 be selectable. 18 3.4.3 A print function shall allow the printing of firmware data and detector 19 count, detector failure, and event logs. The firmware shall be capable of 20 interfacing with any printer with an RS-232 interface and capable of a 21 minimum width of 80 columns. The printer configuration shall provide user 22 selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits (7 23 or 8), and parity (odd, even, and none). w 24 3.4.4 A display or laptop computer screen shall allow the user to view the 25 controller software version number. 26 3.4.5 A display or laptop computer screen shall assist the user in programming 27 the conflict monitor programming card based on the controller unit ring 28 structure and overlap programming. 29 30 4. Actuated Control Functions shall provide: 31 32 4.1 Phase sequence 33 4.1.1 The phase sequence of the controller shall be programmable in most any 34 combination of sixteen phases and four timing rings. 35 4.1.2 Phase sequence information shall be changeable and shall be stored in 36 FLASH memory. 37 4.1.3 The standard phase sequence of the controller also shall be capable of 38 being altered by coordination, time-of-day or external alternate sequence 39 command. Each of the fifteen alternate sequence commands shall allow 40 reversing the normal phase sequence of eight phase pairs. The sixteen total 41 sequences shall offer every combination of lead-lag on an eight phase quad- 42 left application. 43 4.1.4 The firmware shall provide an adaptive protected/permissive sequence 44 capability which measures the volume of left turn vehicle traffic and available 45 gap windows in the opposing through vehicle traffic to determine whether the 46 turn should operate in protected or permissive mode. 47 4.1.5 The firmware shall provide the ability to inhibit service of a phase based 48 on another phase being ON. 49 4.1.6 The firmware shall provide control of five-section, protected/permissive 50 left turn heads. When selected, this feature shall cause the through (even) 51 phase yellow to inhibit display of the left turn (odd) phase yellow. 52 53 4.2 Timing intervals 54 4.2.1 Timing intervals shall be programmable from 0-999 in one second 55 increments or from 0-99.9 in one-tenth second increments, depending on the 56 function. 57 4.2.2 Guaranteed minimum interval values of 3.0 seconds shall be set for all 58 yellow clearance timings (normal and preempt routines). Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 193 Conformed 21 March 2008 1 4.2.3 Cars before reduction shall provide a user-specified number of 2 actuations, or cars waiting, that must occur before starting gap reduction. Gap 3 reduction shall be initiated by either time before reduction or cars before 4 reduction, whichever reaches its maximum value first. 5 4.2.4 The firmware shall be capable of alternate passage / maximum timings for 6 each phase. Up to three alternate passage timings and maximum green 7 timings shall be selectable based on time of day. 8 4.2.5 The firmware shall be capable of dynamically extending the maximum 9 green time for each phase based on vehicle demand. Up to three dynamic 10 maximum green intervals shall be selectable per phase based on time-of-day. 11 The initial interval shall be selectable as either Max 1 or Max 2. If the phase 12 terminates due to max-out for two successive cycles, then the maximum 13 green time in effect shall automatically be extended by one dynamic step 14 interval on each successive cycle until it is equal to the selected Max. If the 15 phase gaps out for two successive cycles, then the maximum green time 16 shall be reduced by one dynamic step interval until such subtraction would 17 mean the adaptive max was less than the smaller of the normal max or the 18 dynamic max value. 19 20 4.3 Overlaps 21 4.3.1 The firmware shall provide sixteen internally-generated overlaps (A 22 through P). These shall be individually programmable. 23 4.3.2 Each overlap shall be individually programmable to enable the green to 24 remain on following termination of the parent phase green (trailing operation). 25 The firmware timing for the trailing operation shall include green (0-999 26 seconds), yellow (0-99.9 seconds) and red (0-99.9 seconds) timing intervals 27 for each overlap. 28 4.3.3 Each overlap shall provide an entry (phase number) that will omit the 29 overlap trailing operation when the entered phase is ON. 30 4.3.4 Each overlap shall provide an entry (phase number) that will omit the 31 overlap trailing operation when the entered phase is NEXT. 32 4.3.5 Each overlap shall provide an entry (phase number) that will prevent the 33 overlap from outputting a green when the entered phase is outputting a green 34 and outputting a yellow when the entered phase is outputting a yellow. 35 4.3.6 Each overlap shall provide an entry (phase number) that will prevent the 36 overlap from outputting a green until the the entered phase is outputting a 37 green. 38 39 4.4 Conditional Service 40 4.4.1 The firmware shall provide a programmable conditional service feature. 41 When selected, the controller shall service an odd-numbered phase once 42 normal service to that phase has been completed and enough time for 43 additional service exists on the concurrent even phase. 44 45 4.5 Additional Features 46 4.5.1 The following features shall be programmable for each phase: 47 a. Phase in use 48 b. Locking/non-locking detector memory 49 c. Vehicle recall (Minimum, Maximum, and Soft) 50 d. Pedestrian recall 51 e. Recall Delay 52 4.5.2 Soft recall shall return the firmware to the programmed phase when a 53 conflicting phase is in green or red dwell and there are no serviceable 54 conflicting calls. 55 4.5.3 Recall delay shall cause the programmed recall (min, max, soft, and ped) 56 to occur the programmed seconds (0-999) after the phase termination. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 194 Conformed 21 March 2008 1 4.5.4 The firmware shall permit power-up start and external start to be 2 programmed by phase and interval. Start intervals shall be green, yellow or 3 red. 4 4.5.5 During a power-up start condition, the firmware shall be capable of timing 5 an all-red or flash interval before the start phase(s) and interval are displayed. 6 4.5.6 The firmware shall provide last-car passage operation on a per phase 7 basis. When selected, this feature shall provide a full passage (vehicle 8 extension) interval when a phase gaps out with a gap in effect less than the 9 vehicle extension interval (preset gap). 10 4.5.7 The firmware shall provide both single and dual entry operation. When 11 selected, dual entry shall cause the firmware to ensure that one phase is 12 timing in each ring. 13 4.5.8 The firmware shall provide the following additional selectable pedestrian 14 functions: 15 a. Actuated phase Rest In Walk. 16 b. Flashing WALK output. 17 c. Pedestrian Clearance protection during manual control. 18 d. Pedestrian Clearance through yellow or through yellow and red clear. 19 4.5.9 The firmware shall provide a programmable simultaneous gap termination 20 feature. When programmed, phases in both rings shall gap out together in 21 order to terminate the green interval and cross the barrier. 22 4.5.10 The firmware shall provide automatic flash selection per the requirements 23 of the MUTCD. Both the flash entrance and exit phases shall be 24 programmable, and flashing shall be controlled by either setting the voltage 25 monitor output to be FALSE or by flashing through the load switch driver 26 outputs. Automatic flash shall be selectable by external input, system 27 command, or time of day. 28 4.5.11 The firmware shall provide dimming for selectable load switch outputs. 29 Dimming shall be accomplished by inhibiting the selected outputs for 30 alternate half cycles of the 120 VAC line. Dimming shall be controllable by 31 time of day and an external input. Programming shall permit individual 32 dimming of the Green/Walk, Yellow/Ped Clear, Red/Don't Walk outputs for 33 each load switch. 34 35 5. Coordination 36 Coordination functions to control intersection cycle lengths, system offset relationships, 37 and phase split percentages shall be provided as a standard feature, with no need for 38 additional modules or software. 39 40 5.1 Coordination Modes 41 The normal coordination mode shall be selectable. Each pattern shall be capable 42 of overriding the normal coordination mode with an individually selectable 43 coordination mode for that pattern. 44 5.1.1 Permissive Mode - The coordinated phase(s) shall operate as non- 45 actuated when coordinated. The coordinator shall provide for a controlled 46 release (permissive period) from the coordinated phase(s) to each of the 47 remaining phases in sequence. When a call is not present for the phase to be 48 serviced next in sequence, the coordinator shall re-allocate that phase's time 49 to the end of the coordinated phase. 50 The first part of each permissive period shall consist of a vehicle 51 permissive period. The length of the period shall be determined by the phase 52 split and the vehicle minimum service time. 53 The second part of each permissive period shall consist of a pedestrian 54 permissive concurrent with the vehicle permissive. The length of this period 55 shall be determined by the phase split and the pedestrian minimum service 56 time. 57 Prior to the beginning of the first permissive period, the coordinated 58 phase pedestrian shall display the Pedestrian Clear indication and dwell Don't Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 195 Conformed 21 March 2008 1 Walk. This will expand each subsequent phase permissive due to the 2 absence of coordinated phase Pedestrian Clear time in each. The 3 coordinated phase pedestrian shall dwell Don't Walk until such time as the 4 coordinated phase terminates and returns to Green or the last permissive 5 period in the cycle is complete without the coordinated phase terminating. - 6 5.1.2 Yield Mode - The coordinated phases(s) shall operate as non-actuated 7 when coordinated. The coordinator shall provide for a single release from the 8 coordinated phases(s) to the remaining phases in sequence. 9 5.1.3 Permissive Yield Mode - The operation shall be similar to Permissive 10 Mode above with the following exceptions: 11 1. The coordinated phase pedestrian shall be actuated. 12 2. Immediately prior to the first permissive, the coordinator will provide a 13 variable period for the coordinated phase extension (Permissive Yield 14 Point). 15 3. The amount of coordinated phase extension shall be distributed 16 proportionally. 17 A limitation shall be set on Sequential Omit mode in that it shall apply only to 18 controller units running with no more than two rings in a cluster. 19 5.1.4 Permissive Omit Mode -The operation shall be equal to Permissive Yield 20 Mode above except that once the coordinated phase has terminated to 21 service a call, it shall not occur again until after the last phase permissive has 22 terminated or a phase is on that is compatible with the coordinated phase. 23 A limitation shall be set on Sequential Omit mode in that it shall apply only 24 to controller units running with no more than two rings in a cluster. 25 5.1.5 Sequential Omit Mode -The operation shall be equal to Permissive Yield 26 Mode with the following exceptions: 27 1. Sequential Omit Mode provides a phase by phase sliding window of 28 service (lifted omit). One and only one phase in a ring will have the omit 29 lifted at any time. 30 2. Following the Permissive Yield Period, the coordinated phase shall be 31 omitted until the last permissive is over. w 32 3. Following the Permissive Yield Period, the opening of a permissive shall 33 occur concurrent with the closing of the prior permissive. The closing of 34 each permissive shall occur at its normal position in the cycle. 35 A limitation shall be set on Sequential Omit mode in that it shall apply only 36 to controller units running with no more than two rings in a cluster. 37 5.1.6 Full Actuated Mode - the operation shall be as defined in Permissive Yield 38 Mode with the following exceptions: 39 1. Following the Permissive Yield Period, any phase may be served in the 40 standard sequence provided the permissive period for that phase has not 41 expired. 42 2. Following the Permissive Yield Period, any phase may be reserviced in 43 the standard sequence provided the permissive period for that phase has 44 not expired. 45 3. Following the Permissive Yield Period and prior to the end of the 46 permissive for the phase before the first coordinated phase, the 47 coordinated phase shall operate as an actuated phase. 48 A limitation shall be set on Full Actuated mode in that it shall apply only to 49 controller units running with no more than two rings in a cluster. 50 51 5.2 Timing Plans 52 5.2.1 A minimum of 16 Timing Plans (Dial/Split) shall be provided. The Timing 53 Plans shall be selected using telemetry (system), hardwire, or non- 54 interconnected (time base) commands. 55 56 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 196 Conformed 21 March 2008 1 5.3 Cycle Length 2 5.3.1 One cycle length shall be provided for each Timing Plan. The cycle shall 3 be adjustable over a range of 30-999 seconds in 1 second increments. The 4 cycle time of each Timing Plan should be equal to the sum of the phase times 5 of the longest path between barriers in all rings in the firmware. 6 7 5.4 Synchronization 8 5.4.1 For systems with a single system sync pulse, coordination timing shall be 9 synchronized to the leading edge of that pulse, which shall serve as the 10 master zero reference for all offset timing. 11 5.4.2 For hardwire systems with multiple sync pulses, the coordinator shall lock 12 onto the correct sync by checking for reoccurrence based on the running 13 cycle length. 14 5.4.3 After a valid system sync pulse has been received the coordinator shall 15 check for the proper occurrence of the system sync pulse during each 16 subsequent cycle. If a sync pulse does not occur for two consecutive cycles, 17 the coordinator shall revert to "sync monitor free" operation (may be replaced 18 by a TBC event). 19 20 5.5 Offset 21 5.5.1 Offset shall normally be defined as the time period from the system sync 22 pulse to the beginning of the leading coordinated phase green (local zero). 23 The coordinator shall also be capable of referencing the offset to the end of 24 the coordinated phase green. 25 5.5.2 Offsets shall be programmable in seconds. The range shall be from 0-999 26 seconds in 1 second increments. The coordinator shall provide three offsets 27 per Timing Plan. 28 5.5.3 Offset changes shall be achieved by adding or subtracting cycle time over 29 multiple cycle periods to allow a smooth transition to the new offset. Offset 30 correction using dwell shall also be selectable. 31 32 5.6 Split 33 5.6.1 Each split shall provide a split interval for each phase. The split interval 34 shall be programmable using seconds. The range shall be from 0-400 35 seconds in 1 second increments. 36 5.6.2 Split interval settings shall determine the maximum time, including vehicle 37 clearance (yellow and red), for a non-coordinated phase, or the minimum time 38 for a coordinated phase. 39 5.6.3 The firmware shall provide a `fixed' forced mode that terminates a phase 40 based on the plan timing. Each phase shall be forced the split time after it 41 becomes active to enable all unused time phase by phase to the beginning of 42 the coordinated phase. 43 5.6.4 The firmware shall provide a `floating'force mode that terminates a phase 44 based on the cycle timing. Each phase shall be forced at a fixed position in 45 the background cycle to enable unused time phase by phase to the next 46 phase that has vehicle traffic that is capable of taking it. 47 5.6.5 The firmware shall provide the ability to inhibit the internal maximum 48 green timing from terminating a phase during coordinated operation or force 49 the concurrent operation of Maximum Green 1 / Maximum Green 2 during 50 coordinated operation. 51 52 5.7 Transition Cycles 53 5.7.1 The firmware shall provide a smooth and orderly transition when 54 changing from free operation to coordinated operation and from one 55 coordination command to another. 56 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 197 Conformed 21 March 2008 1 5.7.2 During a free-to-coordinated transition, the firmware shall initiate a pick- 2 up cycle beginning upon receipt of a valid coordination command. The 3 firmware shall then enter coordination mode at the beginning of the 4 coordinated phase greens. 5 5.7.3 Each coordination command shall select a cycle, offset and split. Cycle, 6 offset and split changes shall not take effect until local zero. 7 8 5.8 Absolute Sync 9 5.8.1 The firmware shall provide a sync reference method in which each cycle 10 will be individually referenced to a single point in time. This operation shall 11 allow the firmware to keep in step with a free running cycle counter, 12 particularly one which does not divide evenly into 24 hours, such as a 70 13 second cycle. 14 Following a power outage, the firmware shall automatically update the 15 absolute sync reference points. The firmware shall be capable of updating the 16 reference points following a power outage of up to seven days without being 17 reset. 18 19 5.9 Local Split Demand 20 5.9.1 The coordinator shall provide a minimum of two queue selection routines 21 (four detectors per routine assigned from system detectors) which shall allow 22 the selection of a preferred coordination pattern based upon intersection 23 demand. 24 5.9.2 The queue routines shall be capable of selecting tasks other than patterns 25 when the demand level exceeds the thresholds. As a minimum, the alternate 26 passage/ maximum operation and adaptive maximum operation as specified 27 above shall be selected via the queue routines. 28 29 5.10 Free Mode 30 5.10.1 The coordinator shall provide a free mode of operation, where all 31 coordination control is removed. 32 5.10.2 Free mode operation shall be selectable by coordination commands. 33 5.10.3 The coordinator shall revert to the free mode when active controller inputs 34 or functions would interfere with coordination. Such inputs or functions shall 35 include the following: 36 a. Manual control enable 37 b. Stop time 38 c. Automatic flash 39 d. Preemption 40 41 5.11 Manual Control 42 The firmware shall allow manual override of the current coordination command. 43 The manual command shall allow selection of any coordination pattern to be in 44 effect. 45 46 5.12 Interconnect Modes 47 5.12.4 The coordinator shall be capable of operating with any of the following 48 interconnect types: 49 a. Telemetry 50 b. Non-interconnected coordination (time-based) 51 c. Hardwired 52 5.12.5 The coordinator shall be compatible with fixed-time interconnect, which 53 provides the sync pulse superimposed on the offset lines. The non- 54 interconnected coordination mode shall serve as a backup when using 55 telemetry or hardwired interconnect. 56 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 198 Conformed 21 March 2008 1 5.13 Master Coordinator 2 5.13.1 The coordinator shall output the coordination command, including sync 3 pulse. This feature shall permit the firmware to be used as a time-of-day 4 master in a hardwired interconnected system. 5 5.13.2 The firmware shall provide a user selectable option of interruptor sync 6 pulses on the active offset output. Interruptor sync pulses shall provide the 7 true sync pulse plus additional pulses at intervals equal to 20% and 25% of 8 the cycle on alternate cycles. 9 10 6 Preemption 11 The firmware shall provide a minimum of six preemption sequences. Preemption 12 capability shall be standard and shall not require additional modules or software. 13 14 6.1 Railroad-Fire-Emergency Vehicle Preemption 15 6.1.1 The six preemptors shall be selectable as to priority one to another and 16 any preempt to automatic flash. 17 6.1.2 Each preemptor shall provide a locking and non-locking memory feature 18 for preemptor calls. If a preemptor is in the non-locking mode and a call is 19 received and dropped during the delay time, the preemptor shall not be 20 serviced. 21 6.1.3 Preemptor timing intervals shall be programmable from 0-999 in one 22 second increments or 0-9.99 in one-tenth second increments, depending on 23 function. 24 6.1.4 A programmable delay time interval shall be provided to inhibit the start of 25 the preemption sequence. This time shall be programmable from 0-999 in 26 one second increments. This interval shall begin timing upon receipt of a 27 preemption call. 28 6.1.5 A programmable extend time shall be provided to stretch the call duration 29 from the point of termination of the actuation. This time shall be 30 programmable from 0-999 in one second increments. - 31 6.1.6 A programmable duration time shall be provided to control the minimum 32 time that a preemptor remains active. This time shall be programmable from 33 0-999 in one second increments. 34 6.1.7 A programmable maximum call time shall be provided to control the 35 maximum time that a preemptor remains in control. This time shall be 36 programmable from 0-999 in one second increments. The preemptor 37 maximum call time interval shall be inhibited when set to zero. 38 6.1.8 A programmable lockout time shall be provided to prevent entering a Low 39 Priority routine following exit from preempt. This time shall be programmable 40 from 0-999 in one second increments. If a lockout time has not been entered 41 (zero entry) then all phases with a call when leaving the sequence shall be 42 serviced before the low-priority routine may be serviced. 43 6.1.9 Signal displays in effect at the beginning of a preemption sequence shall 44 not be terminated unless the respective green/walk has been in effect for a 45 minimum time. If the respective green/walk has been active for longer than 46 the programmed minimum GREEN/WALK time, the firmware shall 47 immediately advance to the next interval. Minimum times shall be 48 programmable for the GREEN/WALK interval on a per ring basis. This time 49 shall be programmable from 0-999 in one second increments. 50 6.1.10 A phase shall advance to pedestrian clearance if it has timed the 51 minimum GREEN/WALK interval at the beginning of a preemption sequence. 52 The programmed preempt pedestrian clearance will then be timed . During 53 preemption, Track Green and Dwell, pedestrian signals shall be individually 54 selectable as being a solid DON'T WALK, solid WALK, flashing WALK, OFF 55 (blank), or cycling (dwell). 56 6.1.11 During preempt, Track Green and Dwell, vehicle signals (phase and 57 overlap) shall be individually selectable as being a solid Red, solid green, 58 flashing Red, flashing Yellow, or cycling (dwell). Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 199 Conformed 21 March 2008 1 6.1.12 Each preemptor shall provide user-programmable Track Green and Dwell 2 intervals with appropriate clearance intervals. 3 6.1.13 During the track green period, the preemptor shall time the track green, 4 yellow and red intervals once, and then advance to the dwell interval. If track 5 green timing is not selected (Track Green set to zero) the track green and 6 clearance intervals shall be omitted from the preempt sequence. 7 6.1.14 The preemption dwell interval shall remain in effect until the preemptor 8 duration time and dwell times have elapsed and the preemptor call has been 9 removed or the preemptor maximum time has been exceeded. 10 6.1.15 Exit phases shall be selectable to time after the preemption sequence has 11 been completed. These shall serve as transition phases to return the 12 controller to normal operation. It shall also be possible to place calls on 13 selected phases upon exiting preemption. 14 6.1.16 Preemptor linking shall permit preemption sequences, where lower- 15 priority preemptors may call the higher-priority preemptors upon termination 16 of their preemption sequence. .� 17 6.1.17 Preemptor active outputs shall be provided for each of the preemptors. 18 The output shall be set to ON when the corresponding preempt or low-priority 19 routine is in control. Additionally, it shall be possible to program the non- 20 active, preemptor outputs to flash while another preemptor is active. An 21 additional output ("priority active") shall be active when a priority routine is in 22 control. 23 24 6.2 Low Priority Routines 25 6.2.1 Six low-priority routine routines shall provide control for bus or other low- 26 priority vehicles. The low-priority routines shall be overridden by preempt 27 (railroad-fire-emergency vehicle) calls. 28 6.2.2 An oscillating signal (1 to 6.25 hz - pulse-per-second) signal with a 50% 29 duty cycle shall identify a low-priority call. Low-priority calls shall be capable 30 of call memory and shall be served in the order received. 31 6.2.3 Low-priority timing intervals shall be programmable from 0-999 in one 32 second increments. 33 6.2.4 A lockout time shall be provided to avoid excessive utilization of the same 34 low-priority routine. If a call is received before the lockout time has elapsed, 35 the low priority routine shall not be reserviced. If a lockout time has not been 36 entered (zero entry) then all phases with a call when leaving the sequence 37 shall be serviced before the low-priority routine may be served again. 38 6.2.5 Low-priority routines shall provide delay, extend, duration, and maximum 39 call time functions similar to those for railroad-fire-emergency vehicle 40 preemptors described above. 41 6.2.6 The low-priority routine shall advance to the green dwell interval. During 42 this interval, permissive phases shall be selectable to remain green until the 43 dwell time has elapsed and the low-priority routine call has been removed or 44 the preemptor maximum call time has been exceeded. 45 6.2.7 The low priority routine shall advance to the dwell interval as if Force Off 46 were active. This shall preclude early termination of a Green interval prior to 47 the completion of Minimum Green, Maximum Initial, Walk, or Ped Clear time. 48 The ability to Skip phase(s) during this transition shall be provided as a user 49 option. 50 6.2.8 It shall be possible to program the controller to allow concurrent phases to 51 be serviced for a low-priority routine with only one phase selected as the 52 dwell phase. 53 6.2.9 It shall also be possible to place calls on selected phases upon exiting a 54 low priority routine. 55 6.2.10 Low Priority routines shall not disable or lockout coordination. 56 Coordination shall continue to run during the low priority routine and shall 57 determine the phase(s) to follow based on the current allowed phase(s) in the 58 background cycle. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 200 Conformed 21 March 2008 1 2 7 Preemption Safeguards 3 7.1 If a preemptor call is active when power is restored to a controller, the firmware 4 shall maintain the start-up condition for the duration of the preempt input and start- 5 up time. Similarly, if external start is applied during a preemption sequence, the 6 controller shall revert to Start-up rather than the initialization condition. The start- 7 up condition shall remain in effect for the duration of the external start, preempt 8 input and /or start-up time. 9 10 8 Time-based Control & Non-interconnected Coordination 11 The firmware shall include time-based control. 12 8.1 Time-based Control 13 8.1.1 A minimum of 250 different traffic and/or auxiliary events shall be capable 14 of being programmed over a 99 year time frame. 15 8.1.2 A program day is the list of traffic and/or auxiliary events to occur in a 24 16 hour period. The TBC program shall provide for 99 program days to be 17 defined. 18 8.1.3 The normal day-of-week (Sunday through Saturday) event listing will 19 utilize program days 01 through 07 with Sunday being program day 01. 20 8.1.4 The exceptions to the normal day-of-week event listings (special days) 21 will utilize program days 01 through 99. Program days 01 through 49 will be 22 utilized for special day programs which occur on the same date (month and 23 month day) every year. Program days 50 through 99 shall be utilized for 24 special days which occur on one date (year, month and month day). 25 8.1.5 It shall be possible to equate program days which require the same event 26 listing to effectively multiply the event capacity. It shall be possible to transfer 27 (copy) an entire program day event listing to another program day to permit 28 data editing to create a similar but different program day event listing. 29 30 8.2 Traffic Functions 31 8.2.1 The TBC scheduler shall provide for the programming of traffic and 32 auxiliary events to implement non-interconnected coordination. These shall 33 not have to be entered in any special sequence. Each of the traffic events 34 shall permit selection of the following functions: 35 a. Time of occurrence (Hour, minute and program day) 36 b. Coordination (TBC pattern or interconnect) 37 c. Free (No Coordination) 38 d. Flashing 39 e. Maximum 2 Timing by phase 40 f. Phase Omit by phase 41 g. Ped Omit by phase 42 h. Maximum Vehicle Recall by phase 43 i. Minimum Vehicle Recall by phase 44 j. Pedestrian Recall by phase 45 8.2.2 Selection of TBC on-line by external input shall allow the coordination 46 pattern selected by the hardwire system to override the current TBC 47 coordination pattern. 48 8.2.3 When operating in the non-interconnected coordination mode the 49 synchronization point for all cycles shall be referenced to a user selected 50 reference time (hour and minute) or the event time. The sync reference time 51 is that time from which all cycle zeros shall be calculated. The 52 synchronization point for the cycle selected by the current event, shall be 53 computed using the present time, sync reference time, and cycle length. The 54 synchronization point shall occur whenever the present time is such that an 55 even number of cycle length periods have occurred since the sync reference 56 time. 57 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 201 Conformed 21 March 2008 1 8.3 Auxiliary Functions 2 8.3.1 These events shall be separate from the non-interconnected traffic events 3 described above. Auxiliary events shall not have to be entered in any special 4 sequence. Each of the events shall permit selection of the following functions: 5 a. Day program assignment 6 b. Start time 7 c. Auxiliary outputs 8 e. Dimming 9 g. Detector logging 10 h. Detector diagnostic plan 11 i. Control of eight special functions 12 13 8.4 Time Of Year Functions 14 8.4.1 The firmware shall be capable of implementing exception day programs 15 and alternate week programs on a Month, Month Day, and Year basis. A 16 minimum of nine (9) alternate week programs shall be capable of being 17 defined. 18 19 9 Detector Functions 20 9.1 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input 21 shall be assignable to any phase and be programmable as to detector function. 22 Extend and delay timing shall be provided for each detector. 23 24 9.2 The firmware shall provide detector cross switching, which permits all vehicle 25 detectors to alternately place calls on their assigned phases and their assigned 26 cross-switch phases. If the assigned phase is not green and the cross-switch 27 phase is green, the detector shall place calls on the cross switch phase. 28 29 9.3 Each vehicle detector shall be user-programmable to operate as one of the 30 following 7 detector types: 31 a. Type 0 (VEH) - Detector shall operate as a standard detector providing one 32 call per actuation. 33 b. Type 1 (PED): The detector input operates as a standard pedestrian detector. 34 c. Type 2 (ONE): The detector input operates as a vehicle detector that is 35 operational while the phase is not green until a call is received on the 36 assigned phase. 37 d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be 38 accepted only when the phase is not green. When a call is detected, it shall 39 be held until the detection area is empty. The extend timer shall begin timing 40 with the phase green. Once the extend timer times-out OR the detection area 41 is empty, no further calls shall be accepted until the phase is again not green. 42 e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be 43 accepted only when the phase is not green. When a call is detected, it shall 44 be held until the detection area is empty (if the extend timer is set to zero). 45 The extend timer shall begin timing with the phase green. If a call is received 46 before the extend timer has timed-out, the timer shall be reset. Timer reset 47 shall occur until a gap between the calls is large enough to allow the extend 48 timer to time-out. Once time-out has occurred, no further calls shall be 49 accepted until the green terminates. 50 f. Type 5 (PPL): The detector input operates as a turn vehicle detector Adaptive 51 Protected/Permissive routine. 52 g. Type 6 (PPT): The detector input operates as a through vehicle detector 53 Adaptive Protected/Permissive routine. 54 55 9.4 Each detector input shall be capable of functioning as one of 8 system detectors. 56 57 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 202 Conformed 21 March 2008 1 9.5 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed trap 2 detector sets. Speed shall be detected using a two detector configuration. Speed 3 shall be computed using a keyboard entered loop spacing distance (11 ft. or 22 4 5 6 9.6 The firmware shall provide a minimum of 8 hardware-denoted pedestrian detector 7 inputs. Each pedestrian detector shall be assignable to any phase. 8 9 10 System Communications 10 10.1 The firmware shall be capable of communicating with an on-street system master 11 or directly to a central office computer-based system master. This capability shall 12 be provided by a separate telemetry module, which shall be included in the 13 controller when required by the plans and specifications. The telemetry module 14 shall receive system commands and data transmissions. In addition, it shall 15 transmit the controller status, data base and system detector information to the 16 system master. 17 18 10.2System Commands 19 10.2.1 The telemetry module shall allow the firmware to receive, as a minimum, 20 the following commands: 21 a. Cycle, offset, and split (coordination pattern) 22 b. Timing parameter downloading and verification 23 c. Special function commands (minimum of eight) 24 d. Coordinated, Free, standby and flash mode commands 25 e. Time and date 26 f. Request for local status 27 10.2.2 In the absence of being polled by the master, within a user-defined period 28 (1-255 minutes), the local will revert to backup TBC and coordination mode. 29 When again polled by the master the local will return to the system mode and 30 transition to the master-called program. 31 32 10.3Status Data 33 10.3.1 The status of each of the following functions shall be transmitted to the 34 system master in response to a local status request: 35 a. Green and yellow status for all phases and overlaps 36 b. Walk and pedestrian clearance status for all phases 37 c. Vehicle and pedestrian detector status 38 d. Phase termination status 39 e. Local time 40 f. Coordination status 41 (1) Command source 42 (2) Sync or transitioning status of coordinator 43 g. Conflict flash status 44 h. Local flash status 45 I. Automatic flash status 46 j. Local Free 47 k. Preempt activity and calls 48 I. Volume and occupancy data from a minimum of 8 system detectors 49 m. Speed data from a minimum of two speed detectors 50 n. Status of six user-defined alarms 51 52 10.4 Upload/Download Capability 53 10.4.1 The telemetry module shall provide the capability to upload/download the 54 entire intersection data base. 55 56 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 203 Conformed 21 March 2008 1 10.5Telemetry 2 10.5.1 Telemetry shall utilize TDM/FSK data transmission at 1200 baud over a 3 single pair of wires. These may be leased lines (Type 3002, voice grade, 4 unconditioned) or dedicated cable. Optional fiber optic communications 5 capability shall also be available. 6 10.5.2 The nominal transmitter output level shall be 0 dbm into a 600 ohm load. 7 The receiver sensitivity shall be 3 to -40 dbm. 8 10.5.3 There shall be a communications status display to show telemetry activity 9 as follows: on or off line, carrier active or inactive, transmit active/inactive and 10 response returned (ACK or NAK) , receive active and data valid or invalid. 11 12 11 Diagnostic Features 13 11.1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that 14 consists of resident diagnostic capabilities, some automatic and some user 15 initiated, describing its own internal state. 16 The automatic Validation Suite routines run continuously in a loop until stopped 17 by the user. The user-initiated routines are executed on command by a front 18 panel or laptop key entry. Some of the tests require installation of wrap-around or 19 loop-back cables. 20 21 11.2 Automatic tests performed on the controller include: Real Time Clock, RAM 22 memory, FLASH memory, Input/Output wrap-around, SDLC packet, and Timers. 23 11.3 User-initiated tests performed on the controller include: Keypads and Displays, 24 Data Key Validation, and Terminal Validation. 25 26 11.4 Detector Diagnostics 27 11.4.1 Time-of-day controlled detector diagnostics shall be provided that allow 28 testing vehicle and pedestrian detectors for no activity, maximum presence, 29 and erratic output. 30 11.1.2 A minimum of two detector diagnostic plans shall be provided. These 31 plans shall be selectable on a time-of-day basis. This shall allow varying the 32 detector diagnostic values to correspond with changes in detector activity. 33 11.1.3 If a detector is diagnosed as failed, the associated phase shall be placed 34 on minimum recall until such time as the detector is classified as "on-line". 35 11.1.4 Diagnostics for detectors connected to the controller using a Bus 36 Interface Unit (BIU) shall also include detection of watchdog, open and 37 shorted loop, and excessive inductance change failures. 38 39 12 Logging Features 40 The firmware shall be capable of logging and reporting activity, failures, and the 41 occurrence of selected events or alarms. 42 12.1 Communications Fault Logging 43 12.1.1 The firmware shall include a communications fault log capable of storing a 44 minimum of 60 time and date-stamped communications fault events. Once 45 logged, communications fault events shall remain in the log until cleared or 46 the log capacity is exceeded at which time the oldest communications fault 47 events shall be overwritten. 48 49 12.2 Detector History Logging 50 12.2.1 The firmware shall include a detector history log capable of logging raw 51 and average volume and raw and average occupancy for up to 8 system 52 detectors. The log shall be capable of storing a minimum of 96 time and date 53 stamped detector history events. Once logged, detector history events shall 54 remain in the log until cleared or the log capacity is exceeded at which time 55 the oldest detector history events shall be overwritten. 56 12.2.2 The detector logging shall be controlled as TBC programmed events. 57 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 204 Conformed 21 March 2008 1 12.3Detector Fault Logging 2 12.3.1 The firmware shall include a detector fault log capable of storing a 3 minimum of 60 time and date-stamped detector fault events. Once logged, 4 detector fault events shall remain in the log until cleared or the log capacity is 5 exceeded at which time the oldest detector fault events shall be overwritten. 6 12.3.2 All detector diagnostic faults shall be recorded in the detector fault log 7 including: no activity, maximum presence, erratic counts, watchdog failure, 8 open loop, shorted loop, and excessive inductance change. If a detector 9 recovers after a diagnostic fault, a detector on-line event shall be stored in the 10 detector fault log. 11 12 12.4Event Logging 13 12.4.1 The firmware shall include an event log capable of storing a minimum of 14 120 time and date-stamped events or alarms. Once logged, events shall 15 remain in the log until cleared or the log capacity is exceeded at which time 16 the oldest events shall be overwritten. 17 12.4.2 At a minimum the following events shall be logged: communication 18 failures, coordination faults, conflict monitor and local flash status, preempt, 19 power ON/OFF, data change (from keyboard), data change (from remote), 20 processor faults, EPROM and EEPROM diagnostic faults, invalid 21 configuration. Up to 86 different messages shall be available. An event shall 22 be logged when an event or alarm returns to normal status. 23 24 12.5MOE Logging 25 The firmware shall capture information on a coordination cycle by cycle basis 26 noting: 27 a. Volume (Per cycle average number of actuations) 28 b. Stops (Per cycle average number of actuation received during the non-green 29 time of the phase) 30 c. Delay (Per cycle average time of the delay on each phase - delay 31 accumulates based on cars waiting and elapsed time) 32 d. Utilization (Per cycle average green time used on each phase) 33 The above information shall be included in a moe log capable of storing a 34 minimum of 24 time and date-stamped moe events. Once logged, moe events 35 shall remain in the log until cleared or the log capacity is exceeded at which time 36 the oldest moe events shall be overwritten. 37 38 12.6Speed Logging 39 The firmware shall capture the average speed trap speed for the duration a 40 coordination pattern is active for inclusion in a speed log capable of storing a 41 minimum of 24 time and date-stamped speed events. Once logged, speed events 42 shall remain in the log until cleared or the log capacity is exceeded at which time 43 the oldest speed events shall be overwritten. 44 45 12.7Cycle MOE Logging 46 The firmware shall capture coordination information on a cycle by cycle basis for 47 each noting the force status, green utilization plus/minus from split, and whether 48 there was a offset correction in that cycle for inclusion in a cycle moe log capable 49 of storing a minimum of 60 time and date-stamped cycle moe events. Once 50 logged, cycle moe events shall remain in the log until cleared or the log capacity is 51 exceeded at which time the oldest cycle moe events shall be overwritten. 52 53 12.8Volume Count Logging 54 The firmware shall be capable of using up to 24 vehicle or pedestrian detector 55 inputs for a Volume Count log capable of storing a minimum of 72 time and date- 56 stamped Volume Count events. Once logged, Volume Count events shall remain 57 in the log until cleared or the log capacity is exceeded at which time the oldest 58 Volume Count events shall be overwritten. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 205 Conformed 21 March 2008 1 The Volume Count log interval shall be user selectable within the range 0-120 2 minutes. Each Volume Count event in the log shall denote if an assigned detector 3 was diagnosed as failed at any time during the log interval. When a power down 4 occurs in a log interval, all detectors shall be marked as failed to prevent the data 5 being used in error. 6 7 Model 207ON Traffic Signal Controllers: 8 The Contractor shall provide, deliver and install Model 207ON controllers, with all applicable 9 modules described herein. The Contractor shall supply operating system software, drivers u 10 and descriptors, initialization software, and the validation suite as required herein. 11 Model 207ON controller units shall meet all requirements set forth in the A 12 Recommended Standard of the Joint Committee on the ATC Ballot Copy for Joint Adoption 13 by AASHTO, ITE, and NEMA, ATC 2070 v01.05,Advanced Transportation Controller (ATC) 14 Standard for the Type 2070 Controller, March 29, 2001. The 207ON controller units shall 15 comply with all future addenda to above specification prior to bid opening date. 16 Model 207ON controllers shall be fully assembled and in full compliance with the 17 referenced ATC specification. The Contractor shall provide evidence that controller units 18 have been approved to meet the referenced ATC specification. When available, the 19 Contractor shall submit all test results to the City of Renton for review. The Contractor shall 20 notify the City of Renton of all changes required for unit to pass and shall correct all 21 controller units provided to the City of Renton if required to do so by City of Renton staff. 22 All cost for modifications associated with compliance of the referenced ATC specification 23 shall be at the expense of the Contractor. 24 The Model 207ON controllers shall be equiped with the following: 25 19" Rack Mountable Unit Chassis 26 Type 2070-1ACPU Module 27 Type 2070-213 Field 1/0 Module (NEMA Style Cabinet) 28 Type 2070-313 Front Panel Assembly (8 x 40 display) 29 Type 2070-4A Power supply (10 Amp) 30 Type 2070-5A VME Cage Assembly 31 Type 2070-6A Asynchronous Data Modem 32 Type 2070-7A Serial Data Modem 33 Type 2070-8 NEMA Interface Module 34 Type 2070-9 Model 207ON Back Cover 35 207ON controller units shall be designed to operate with the City of Renton's latest revision 36 NEMA cabinet specification. 37 The Contractor shall provide diagnostic software/ hardware capable of checking CPU 38 memory for the 2070-1 CPU module, 2070-213 1/0 module, Display functions on 2070-3 39 front panel assembly and power supply operating voltages. Software/ Hardware diagnostic 40 test shall be capable of producing a printed copy of test results. Test results will indicate 41 pass or fail for each function tested. 42 The Contractor shall provide one (1) removable data key with each 207ON controller 43 unit. 44 The Contractor shall provide forty (40) hours of training by qualified manufacturer's 45 instructors for the repair of hardware. Training shall include a complete discussion of the 46 design, theory of operation, and diagnostic test procedures described in 3.5 of this 47 specification. all related software, and validation suite. Training shall be at a location to be 48 determined by the City of Renton. The Contractor shall videotape all training supplied to 49 the City of Renton and a copy of the videotape shall be supplied to the City of Renton for 50 future reference. 51 The Model 207ON controller unit shall comply with electrical, environmental and testing 52 requirements defined in the ATC specification. 53 The Contractor shall, within fifteen days from the date of Notice to Proceed, supply 54 quality control procedures and test report formats as required by the ATC specification. 55 The Contractor shall comply with all testing, quality control, and reporting procedures 56 specified in the ATC specification. 57 The Contractor shall submit all documentation required by ATC specification, this 58 specification, and all associated procurement documentation. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 206 Conformed 21 March 2008 1 All equipment provided under this specification shall be provided with operational 2 manuals, which document the operation and maintenance of the equipment. Additionally, 3 the following documentation shall be provided for the various items furnished. 4 Manuals shall be printed on 8.5 by 11-inch paper. Schematics, layouts, parts lists and 5 plan details may be on 11 by 17-inch sheets, but the sheets must be neatly folded to 8.5 by 6 11-inch size. D size sheets must be neatly folded and bound to fit in the 8.5 by 11-inch 7 manuals. The manual shall be bound in durable covers, and shall suffer no degradation 8 when subjected to normal cabinet temperature testing. 9 Each manual shall include the following: General Description, General Characteristics, 10 Installation, Adjustments, Theory of Operation, Systems Description (Including Block 11 Diagram(s)), Detailed Description of Circuit Operations, and Maintenance. Maintenance 12 shall cover Preventative Maintenance, Trouble Analysis, Trouble Shooting Sequence Chart, 13 waveforms, Voltage Measurements, and Alignment Procedures. 14 Contractor shall provide technical information in the form of manufacturer's published 15 data sheets for all medium and large scale integrated circuits. 16 Parts lists including circuit and board designation, part type and class, power rating and 17 component manufacturer, and original manufacturer's part number shall be provided. 18 An electrical interconnection drawing shall be furnished. 19 Assembly drawings and a pictorial diagram showing physical locations and identification 20 of each component shall be provided. 21 The serial numbers and revision numbers of equipment covered by manuals shall be 22 printed on the front cover of the manuals. 23 Updated documentation shall be provided for any and all design changes or 24 modifications to equipment, circuits, or components supplied to the City of Renton. The 25 City of Renton shall be notified, in writing, of any impending changes. 26 Any and all equipment furnished shall be covered by the manufacturer's warranty for a 27 minimum period of(5) years from date of delivery with respect to materials, parts, 28 workmanship, and performance. 29 The successful bidder shall bear all expenses connected with the return of any 30 equipment which the City of Renton deems necessary to return to the factory for proper 31 adjustments or repairs during the warranty period. 32 The City of Renton reserves the right to withhold any payments which may still be due 33 should it be discovered that the equipment does not meet the specifications and/or claims 34 of the bidder. 35 The manufacturer and/or contractor shall have field engineers or technicians available 36 on request to assure satisfactory initial operation and to consult with the City of Renton or 37 their representatives on any special circuitry that may be required in certain applications. 38 The manufacturer and/or contractor shall furnish a certified document stating that all 39 equipment and operating system and validation software tests good, is Y2K compliant, and 40 meets all criteria of the "A Recommended Standard of the Joint Committee on the ATC 41 Ballot Copy for Joint Adoption by AASHTO, ITE, and NEMA, ATC 2070 v01.05, Advanced 42 Transportation Controller (ATC) Standard for the Type 2070 Controller, March 29, 2001. 43 44 9-29.13(7)A Environmental, Performance and Test Standards for Solid-State 45 Traffic Controllers (RC) 46 Section 9-29.13(7)A is supplemented by adding the following: 47 (******) 48 The traffic signal controller assemblies, including the traffic signal controller, auxiliary 49 control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. 50 Testing and check-out of all timing circuits, phasing and signal operation shall be at the 51 City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space 52 available to the Contractor for the required test demonstrations. The Contractor shall 53 assemble the cabinet and related signal control equipment ready for testing. A 54 complete demonstration by the Contractor of all integrated components satisfactorily 55 functioning shall start the test period. Any malfunction shall stop the test period until all 56 parts are satisfactorily operating. The test shall be extended until a minimum of 72 " 57 hours continuous satisfactory performance of the entire integrated system has been 58 demonstrated. The demonstration by the Contractor to the Engineer of all components Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 207 Conformed 21 March 2008 1 functioning properly shall not relieve the Contractor of any responsibility relative to the 2 proper functioning of all aforestated control gear when field installed. 3 4 9-29.13(7)6 Auxiliary Equipment for NEMA Controllers 5 Section 9-29.13(7)B is revised and supplemented as follows: 7 The following auxiliary equipment shall be furnished and installed in each cabinet for 8 NEMA traffic-actuated controllers: 9 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the 10 flasher and isolate the controller from light circuits. See Section 9-29.13(2) for 11 operational requirements. The flasher shall be two circuits with indicator lights. 12 The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA 13 temperature range. 14 15 2. Modular solid state relay load switches of sufficient number to provide for each 16 vehicle phase (including future phases if shown in the plans), each pedestrian 17 phase and preemption sequence indicated in the contract. Type P & R cabinets 18 shall include a fully wired 16-position back panel. Solid-state load switches shall 19 conform to NEMA standards except only optically isolated load switches will be 20 allowed. Load switches shall include indicator lights on the input and output 21 circuits. 22 23 3. A power panel with: 24 a. A control-display breaker sized to provide 125 percent overload 25 protection for all control equipment and signal displays, 30 ampere 26 minimum. 27 b. A 20 ampere accessory breaker wired parallel to the control display 28 breaker. The breaker will carry accessory loads, including vent fan, 29 cabinet light, plug receptacle, etc. 30 c. A busbar isolated from ground and unfused for the neutral side of power 31 supply. 32 d. A radio interference suppresser to the output side of the control display 33 breaker. See Section 9-29.13(6) for other requirements. 34 e. A transient voltage protection device connected to the controller power 35 circuit for protection against voltage abnormalities of 1 cycle or less 36 duration. The protector shall be a solid state high energy circuit 37 containing no spark gap, gas tube, or crow bar component. The current 38 rating of the device shall be 15 amps minimum. The device shall provide 39 transient protection between neutral and ground, line and ground, as well 40 as line and neutral. If the protection circuits fail, they shall fail to an open 41 circuit condition. The device shall meet all requirements of UL standard 42 1449. The suppressed voltage rating shall be 600 volts or less when 43 subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 44 8.0/20 microsecond waveform as described in UL 1449. In addition, the 45 device shall withstand, without failure or permanent damage, one full 46 cycle at 264 volts RMS. The device shall contain circuitry to prevent self- 47 induced regenerative ringing. There shall be a failure warning indictor 48 light which shall illuminate when the device has failed and is no longer 49 operable. 50 f. Cabinet ground busbar independent (150K ohms minimum) of neutral. 51 52 Sections 4 - 13 are replaced with the following: 53 54 GENERAL 55 All mounting hardware used in the cabinet, whether it is used to secure equipment or 56 some portion of the cabinet itself, shall be stainless steel or nickel plated brass. 57 58 FAIL SAFE UNIT Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 208 Conformed 21 March 2008 1 1. INTRODUCTION 2 This specification sets forth the minimum requirements for a shelf- 3 mountable, sixteen channel, solid-state Malfunction Management Unit 4 (MMU). The MMU shall meet, as a minimum, all applicable sections of the 5 NEMA Standards Publication No. TS2-1998. Where differences occur, this 6 specification shall govern. 7 8 2. MONITORING FUNCTIONS 9 The following monitoring functions shall be provided in addition to those 10 required by the NEMA Standard Section 4. 11 2.1 DUAL INDICATION MONITOR v 12 Dual Indication monitoring shall detect simultaneous input combinations of 13 active Green (Walk), Yellow, or Red (Don't Walk) field signal inputs on the 14 same channel. In Type 12 mode this monitoring function detects simultaneous 15 input combinations of active Green and Yellow, Green and Red, Yellow and 16 Red, Walk and Yellow, or Walk and Red field signal inputs on the same 17 channel. 18 2.1.1 DUAL INDICATION MONITORING 19 Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be 20 provided on the MMU front panel to enable Dual Indication Monitoring on a 21 per channel basis. The Dual Indication Monitor function shall provide two 22 modes of operation, Dual Indication Fault and GY Dual Indication Fault. 23 When voltages on two inputs of a vehicle channel are sensed as active 24 for more than 450 msec, the MMU shall enter the fault mode, transfer the 25 OUTPUT relay contacts to the Fault position, and illuminate the DUAL 26 INDICATION indicator. The MMU shall remain in the fault mode until the unit 27 is reset by the RESET button or the EXTERNAL RESET input. When voltages 28 on two inputs of a vehicle channel are sensed as active for less than 200 29 msec, the MMU shall not transfer the OUTPUT relay contacts to the Fault 30 position. 31 When operating in the Type 16 mode with Port 1 communications 32 enabled, Bit#68 (Spare Bit#2) of the Type #129 response frame shall be set 33 to indicate a Dual Indication fault has been detected. 34 Dual Indication Monitoring shall be disabled when the RED ENABLE input 35 is not active. 36 2.1.2 GY-DUAL INDICATION MONITOR 37 GY-Dual Indication monitoring shall detect simultaneous inputs of active 38 Green and Yellow field signal inputs on the same channel. It will be used to 39 monitor channels which have an unused Red field signal input tied to AC 40 LINE such as a five section signal head. 41 GY-Dual Indication Monitoring shall be enabled by a front panel option 42 switch. When the GY-Dual Indication Monitoring option is enabled, all 43 channels which have the front panel FIELD CHECK/DUAL ENABLE switches 44 OFF shall be individually monitored for simultaneous active Green and Yellow 45 field signal inputs. All channels which have the front panel FIELD 46 CHECK/DUAL ENABLE switches ON (i.e. enabled for Dual Indication 47 Monitoring) shall function as described above in Dual Indication Monitoring. 48 49 2.2 FIELD CHECK MONITORING 50 Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be 51 provided on the MMU front panel to enable Field Check Monitoring on a per 52 channel basis. The Field Check Monitor function shall provide two modes of 53 operation, Field Check Fault and Field Check Status. 54 Field Check Monitoring shall be disabled when the RED ENABLE input is 55 not active. The Field Check Monitoring function shall be disabled in the Type 56 12 mode. 57 2.2.1 FIELD CHECK MONITOR 58 In the Field Check Fault mode, when the field signal input states sensed Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 209 Conformed 21 March 2008 1 as active or inactive by the MMU do not correspond with the data provided by 2 the Controller Unit in the Type #0 message for 10 consecutive messages, the 3 MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the 4 Fault position, and illuminate the FIELD CHECK FAIL indicator. The Channel 5 Status Display shall indicate the channels on which the Field Check fault was 6 detected. Bit#67 (Spare Bit#1) of the Type #129 response frame shall be set 7 to indicate a Field Check fault has been detected. The MMU shall remain in 8 the fault mode until the unit is reset by the RESET button or the EXTERNAL 9 RESET input. 10 2.2.2 FIELD CHECK STATUS 11 The Field Check Status mode shall work in combination with the other 12 fault monitoring functions of the MMU. When a Conflict, Red Fail, Clearance 13 Fail, or Dual Indication Fail triggers the MMU, the Channel Status Display and 14 Fault Status Display shall correspond to that detected fault. If Field Check 15 errors were detected while the fault was being timed, the inputs on which the 16 Field Check errors were detected shall double pulse at the same time as the 17 FIELD CHECK STATUS indicator. Bit#67 (Spare Bit #1) of the Type #129 18 response frame shall also be set to indicate Field Check errors have been 19 detected. 20 21 2.3 RECURRENT PULSE MONITORING 22 The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication 23 faults that result from intermittent or flickering field signal inputs. These 24 recurring pulses shall result in a latching fault with the RECURRENT PULSE 25 STATUS indicator illuminated along with the resulting Conflict, Red Fail, or 26 Dual Indication indicator. An option switch shall be provided to disable the RP 27 detect function for testing purposes. 28 When operating in the Type 16 mode with Port 1 communications 29 enabled, Bit#69 (Spare Bit#3) of the Type #129 response frame shall be set 30 to indicate a Recurrent Pulse status has been detected. 31 32 2.4 EXTERNAL WATCHDOG MONITOR 33 The MMU shall provide the capability to monitor an optional external logic 34 level output from a Controller Unit or other external cabinet circuitry. If the 35 MMU does not receive a change in state on the EXTERNAL WATCHDOG 36 input for 1500 msec (±100 msec), the MMU shall enter the fault mode, 37 transfer the OUTPUT relay contacts to the Fault position, and illuminate the 38 CVWWATCHDOG indicator. The MMU shall remain in the fault mode until the 39 unit is reset by the RESET button or the EXTERNAL RESET input. An MMU 40 Power Failure shall reset the CVM/WATCHDOG fault state of the monitor. 41 The EXTERNAL WATCHDOG input shall be wired to connector MSB-S. 42 e When operating in the Type 16 mode with Port 1 communications 43 enabled, Bit#70 (Spare Bit #4) of the Type #129 response frame shall be set 44 to indicate an External Watchdog fault has been detected. 45 46 2.5 WALK DISABLE OPTION 47 The MMU shall provide the capability to exclude the Walk inputs from the 48 Red Fail fault detection algorithm when operating in the Type 12 mode. 49 When the option is selected, the absence of signals on the Green, Yellow, 50 and Red field outputs of a channel will place the MMU-16 unit into the fault 51 mode, transfer the OUTPUT relay contacts to the Fault position, and 52 illuminate the RED FAIL indicator. 53 54 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 210 Conformed 21 March 2008 1 2.6 TYPE FAULT MONITOR 2 The MMU shall verify at power-up that the Type 12 or Type 16 operating 3 mode as determined by the TYPE SELECT input is consistent with the mode 4 set by the last external reset. 5 Detection of a Type Fault shall place the MMU into the fault mode, 6 transfer the OUTPUT relay contacts to the Fault position, illuminate the 7 DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. The 8 MMU shall remain in the fault mode until the unit is reset by the RESET 9 button or the EXTERNAL RESET input. An MMU Power Failure shall reset 10 the Type Fault state of the monitor. 11 12 2.7 CONFIGURATION CHANGE MONITOR 13 On power-up, reset, and periodically during operation, the Signal Monitor 14 shall compare the current configuration settings with the previously stored 15 value. If the settings have changed, the Signal Monitor shall automatically log 16 the new setting. These settings shall include the Program Card jumpers and 17 all switches. 18 A programming option shall be provided such that any change in the 19 configuration parameters shall cause the Signal Monitor to enter the fault 20 mode causing the Output relay contacts to close and enabling the Stop-Time 21 output to the controller. To indicate this fault mode the PGM CARD / CF 22 indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 23 seconds shall be required to clear this fault and log the new configuration 24 parameters. 25 If the programming option is not selected, the unit shall not set the fault 26 mode but will still log the configuration change. 27 28 2.8 CVM LOG DISABLE 29 The MMU shall provide a means to disable the logging of CVM fault 30 events. 31 32 3 DISPLAY FUNCTIONS 33 The following display functions shall be provided in addition to those 34 required by the NEMA Standard Section 4. 35 36 3.1 FULL INTERSECTION CHANNEL STATUS DISPLAY 37 A separate Red, Yellow, and Green indicator shall be provided for each 38 channel to show full intersection status simultaneously. For Type 12 mode 39 operation the Walk input status shall be shown on channel indicators 13 40 through 16. 41 42 3.2 FAULT CHANNEL STATUS DISPLAY 43 During normal operation the 48 Channel Status indicators shall display all 44 active signals. In the fault mode the Channel Status indicators shall display all 45 signals active at the time of the fault for six seconds and then indicate the 46 channels involved in the fault for 2 seconds. 47 48 3.3 FIELD CHECK STATUS DISPLAY 49 The FIELD CHECK FAIL indicator shall illuminate when a Field Check 50 Fault is detected. The Channel Status display shall show the channels on 51 which the Field Check fault occurred. 52 If Field Check errors occurred during a Conflict Fault, Red Fail, Clearance 53 Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall 54 illuminate. The channels on which the Field Check Status was detected 55 during the fault shall double pulse on the Channel Status Display at the same 56 time as the FIELD CHECK STATUS indicator. 57 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 211 Conformed 21 March 2008 1 3.4 RECURRENT PULSE STATUS DISPLAY 2 If Recurrent Pulse inputs were detected during a Conflict Fault, Red Fail, 3 or Dual Indication Fail the RECURRENT PULSE STATUS indicator shall 4 illuminate. The channels on which the Recurrent Pulse Status was detected 5 during the fault shall double pulse on the Channel Status Display at the same - 6 time as the RECURRENT PULSE STATUS indicator. 7 8 3.5 DISPLAY INDICATORS 9 The following display indicators shall be provided in addition to those 10 required by the NEMA Standard Section 4. 11 3.5.1 Type 12 Mode Indicator 12 The TYPE 12 indicator shall illuminate when the MMU is programmed for 13 Type 12 operation. If a Type Fault is detected the DIAGNOSTIC indicator 14 shall illuminate and the TYPE 12 indicator shall flash at a rate of 2Hz. 15 3.5.2 Dual Indication Indicator 16 The DUAL INDICATION indicator shall illuminate when a DUAL 17 INDICATION Fault is detected. The Channel Status display shall show the 18 channels which were detected as DUAL INDICATION. 19 3.5.3 Power Indicator 20 The POWER indicator shall flash at a rate of 2Hz when the AC LINE 21 voltage is below the drop-out level. It shall illuminate steadily when the AC 22 LINE voltage returns above the restore level. 23 3.5.4 Port 1 Receive Indicator 24 The RECEIVE indicator shall illuminate for a 33 msec pulse each time a 25 Port 1 message is correctly received from the Controller Unit. 26 3.5.5 Port 1 Transmit Indicator 27 The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a 28 Port 1 message is transmitted from the MMU. 29 3.5.6 RS232 Receive Indicator 30 The COMM indicator shall illuminate for a 33 msec pulse each time a 31 message is correctly received on the RS-232 port. 32 3.5.7 Program Card / CF Indicator 33 The PGM CARD indicator shall illuminate if the Programming Card is 34 absent or not seated properly in the edge connector. The PGM CARD 35 indicator shall flash at a 4 Hz rate if the MMU has been triggered by a 36 Configuration Change fault 37 3.5.8 Y+R Clearance Indicator 38 The Y+R CLEARANCE indicator shall illuminate when the MMU has been 39 triggered by a Yellow Change plus Red Clearance fault. 40 3.5.9 Field Check Fail Indicator 41 The FIELD CHECK FAIL indicator shall illuminate when the MMU has 42 been triggered by a Field Check fault. 43 44 3.6 OPERATING MODES 45 The MMU shall operate in both the Type 12 mode and Type 16 mode as 46 required by the NEMA Standard. 47 48 4 HARDWARE 49 50 4.1 ENCLOSURE 51 4.1.1 The MMU shall be. compact so as to fit in limited cabinet space. It shall be 52 possible to install on a shelf that is at least 7" deep. Overall dimensions, 53 including mating connectors and harness, shall not exceed 10.5" x 4.5" x 11" 54 (HxWxD). 55 4.1.2 The enclosure shall be constructed of sheet aluminum with a minimum 56 thickness of 0.062", and shall be finished with an attractive and durable 57 protective coating. Model, serial number, and program information shall be 58 permanently displayed on the top surface. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 212 Conformed 21 March 2008 1 2 4.2 ELECTRONICS 3 4.2.1 A microprocessor shall be used for all timing and control functions. 4 Continuing operation of the microprocessor shall be verified by an 5 independent monitor circuit, which shall force the OUTPUT RELAY to the de- 6 energized "fault" state and indicate an error message if a pulse is not 7 received from the microprocessor within a defined period not to exceed 500 8 ms. 9 4.2.2 High speed sampling techniques shall be used to determine the true RMS 10 value of the AC field inputs. Each AC input shall be sampled at least 32 times 11 per line cycle. The RMS voltage measurement shall be insensitive to phase, 12 frequency, and waveform distortion. 13 4.2.3 In the interest of reliability, only the PROM memory device for the 14 microprocessor firmware shall be socket mounted. The PROM Memory 15 socket shall be a precision screw machine type socket with a gold contact 16 finish providing a reliable gas tight seal. Low insertion force sockets or 17 sockets with "wiper" type contacts shall not be acceptable. 18 4.2.4 All user programmed configuration settings shall be stored in an 19 electrically erasable programmable read-only memory (EEPROM) or front 20 panel DIP switches. Designs using a battery to maintain configuration data 21 shall not be acceptable. 22 4.2.5 All 120 VAC field terminal inputs shall provide an input impedance of at 23 least 150K ohms and be terminated with a resistor having a power dissipation 24 rating of 0.5 Watts or greater. 25 4.2.6 All electrical components used in the MMU shall be rated by the 26 component manufacturer to operate over the full NEMA temperature range of 27 -34oC to +74oC. 28 4.2.7 All printed circuit boards shall meet the requirements of the NEMA 29 Standard plus the following requirements to enhance reliability: 30 a. All plated-through holes and exposed circuit traces shall be plated with 31 solder. 32 b. Both sides of the printed circuit board shall be covered with a solder 33 mask material. 34 c. The circuit reference designation for all components and the polarity of all 35 capacitors and diodes shall be clearly marked adjacent to the 36 component. Pin #1 for all integrated circuit packages shall be designated 37 on both sides of all printed circuit boards. 38 d. All electrical mating surfaces shall be gold plated. 39 e. All printed circuit board assemblies shall be coated on both sides with a 40 clear moisture-proof and fungus-proof sealant. 41 42 4.3 FRONT PANEL & CONNECTORS 43 4.3.1 All displays, configuration switches, and connectors shall be mounted on 44 the front panel of the MMU. All MMU configuration inputs beyond those 45 required by the NEMA Standard shall be provided by front panel mounted DIP 46 switches and shall be clearly labeled. Configuration DIP switches shall be 47 provided for the following functions: 48 a. Field Check / Dual Enables 1-16 49 b. GY-Dual Indication Enable (GY ENABLE) 50 c. Recurrent Pulse Test Disable (RP DISABLE) 51 d. External Watchdog Enable (WD ENABLE) 52 e. Walk Disable (Type 12) 53 f. Configuration Change Fault Enable (CF ENABLE) 54 g. CVM Log Disable 55 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 213 Conformed 21 March 2008 1 4.3.2 MS CONNECTORS 2 The MS connectors on the MMU shall have a metallic shell and be 3 attached to the chassis internally. The connectors shall be mounted on the 4 front of the unit in accordance with the following: Connector A shall intermate 5 with a MS 3116 22-55 SZ, and Connector B shall intermate with a MS 3116 6 16-26S. 7 In the interest of reliability and repair ability, printed circuit board mounted 8 MS connectors shall not be acceptable. Internal MS harness wire shall be a 9 minimum of AWG #22, 19 strands. 10 4.3.3 EIA-232 Port 11 The EIA-232 port shall be electrically isolated from the MMU electronics 12 using optical couplers. The connector shall be an AMP 9721A or equivalent 9 13 pin metal shell D subminiature type with female contacts. Pin assignments 14 shall be as shown in the following table: 15 PIN FUNCTION 16 1 DCD* 4 17 2 TX DATA 18 3 RX DATA 19 4 DTR (Data Terminal Ready) 20 5 SIGNAL GROUND 21 6 DSR* 22 7 DSR* 23 8 CTS* 24 9 NC 25 *Jumper options shall be provided to allow the connection of Pin #4 to be 26 made with Pin #7, and the connection of Pin #8 to be made with Pin #1 and 27 or Pin #6. 28 29 5 EVENT LOGGING FUNCTIONS 30 The Signal Monitor shall be capable of storing in non-volatile memory a 31 minimum of 100 events. Each event shall be marked with the time and date of 32 the event. These events shall consist of fault events, AC Line events, reset 33 events, and configuration change events. The capability to assign a four digit 34 identification number and 30 character description to the unit shall be 35 provided. The event logs shall be uploaded to a PC using the serial port of 36 the Signal Monitor and Windows 9x based software provided by the 37 manufacturer. 38 Each event log report shall contain the following information: 39 a) Monitor ID#: a four digit (0000-9999) ID number and 30 character 40 description assigned to the monitor. 41 b) Time and Date: time and date of occurrence. 42 c) Event Number: identifies the record number in the log. Event #1 is the 43 most recent event. 44 45 5.1 Monitor Status Report (CS) 46 The Current Status report shall contain the following information: 47 a) Fault Type: the fault type description. 48 b) Field Status: the current GYR(W) field status and field RMS voltages if 49 the monitor is not in the fault state, or the latched field status and field 50 RMS voltages and fault channel status at the time of the fault. 51 c) Cabinet Temperature: the current temperature if the monitor is not in the 52 fault state, or the latched temperature at the time of the fault. 53 d) AC Line Voltage: the current AC Line voltage and frequency if the monitor 54 is not in the fault state, or the AC Line voltage and frequency at the time 55 of the fault. 56 e) Control Input Status: the current state and RMS voltages of the Red 57 Enable input & Load Switch Flash bit input if the monitor is not in the fault 58 state, or the status latched at the time of the fault. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 214 Conformed 21 March 2008 1 2 5.2 Previous Fault Log (PF) 3 The Previous Fault log shall contain the following information: 4 a) Fault Type: the fault type description. 5 b) Field Status: the latched field status with RMS voltages, fault channel 6 status, RP Detect status and Field Check status at the time of the fault. 7 c) Cabinet Temperature: the latched temperature at the time of the fault. 8 d) AC Line Voltage: the AC Line voltage & frequency at the time of the fault. 9 e) Control Input Status: the latched state of the Red Enable input at the time 10 of the fault. 11 12 5.3 AC Line Event Log (AC) 13 The AC Line log shall contain the following information: 14 a) Event Type: describes the type of AC Line event that occurred. 15 Power-up -AC on, monitor performed a cold start 16 Interrupt -AC Line < Brownout level 17 Restore -AC restored from AC brown-out or AC interruption (AC Off), no 18 cold start 190 b)AC Line Voltage: the AC Line voltage & frequency at the time of the event. 21 5.4 Monitor Reset Log (MR) 22 The Monitor Reset log shall contain the following information: 23 a) The monitor was reset from a fault by the front panel Reset button, or 24 External Reset input, or a non-latched event clear. 25 26 5.5 Configuration Change Log (CF) 27 The Configuration Change log shall contain the following information: 28 a. The status of all configuration programming including the contents of the 29 Program Card, all configuration dip switches and option switches. 30 b. Any configuration programming inputs such as 24V Inhibit, Port 1 31 Disable, Type select. 32 c. Configuration CRC:A unique CRC value which is based on the 33 configuration of items #a and #b above. 34 The log shall also indicate which items have been changed since the last log 35 entry. 36 37 5.6 Signal Sequence Log (SSQ) 38 A log shall be provided that graphically displays all field signal states for 39 up to 30 seconds prior to the current fault trigger event. The resolution of the 40 display shall be at least 50 milliseconds. 41 42 SURGE PROTECTOR (LIGHTING ARRESTER) 43 The controller shall have an input voltage surge protector that shall protect the 44 controller input from any voltage surges that could damage the controller or any of its 45 components. 46 47 FIELD WIRING TERMINAL 48 There shall be a terminal strip for field wiring in the controller cabinet. The terminals 49 shall be numbered in accordance with the schematic wiring diagram on the plans. If a 50 different numbering system is used for the cabinet wiring, then both numbers shall 51 label each terminal and the cabinet wiring schematic drawing shall include the field 52 wiring numbers where the terminal strip is illustrated. A common bus bar with a 53 minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be 54 provided. 55 56 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 215 Conformed 21 March 2008 1 COMPUTER INTERFACE UNIT 2 Interface communication devices shall be designed as separate units or as modules 3 that plug directly into the controller case. The communication devices shall be used for 4 on-line computer control of the intersection and shall be capable of transmitting all 5 detector and signal status information and receiving and decoding command 6 information from the computer all in conformance and within the capability of the 7 Multisonic master computer unit or other central system.. 8 9 DOOR SWITCH 10 A door switch shall be provided on the signal cabinet door interfacing with the signal 11 conflict monitor. In the event that the conflict monitor has been left disconnected, the 12 signal display shall immediately flash when the signal cabinet door is closed. The 13 signal display shall remain in flash when the cabinet door is reopened. The signal 14 display shall also remain in flash if a power recovery occurs with the door open and if 15 the conflict monitor is not installed. A reset switch located on the load-bay shall be 16 provided to clear both of these flashing conditions. A second door switch shall be 17 provided to operate the cabinet light. 18 19 UNIVERSAL DETECTOR INPUT PANEL 20 A universal detector input panel shall be provided on the left sidewall of the cabinet. 21 This panel shall be usable with any NEMA TS1 Controller and shall include a detector 22 matrix to assign detector outs to any controller detector input on the A, B, C or D cable. 23 24 WIRE COLOR SCHEME 25 All 120VAC circuits shall use black wire. All other circuits shall not use black wires. 26 Color traces shall be used to identify functions. Red wire is to be used for all 24VDC 27 circuits, and blue for logic ground circuits. m 28 29 PREEMPTION INDICATOR LIGHT 30 The preemption indicator light shall be energized when the emergency vehicle 31 preemption system is in operation. Said light shall turn on when a phase is preempted 32 and the priority green is displayed. There shall be one indicator light for each of the 33 four emergency vehicle preempt channels. 34 35 POWER REQUIREMENTS 36 The controller cabinet and all associated equipment shall be designed for use on 120 37 volts, 60 Hz., single phase alternating current. 38 39 LOADBAY 40 The controller cabinet shall contain a loadbay panel with the following minimum 41 requirements: 42 43 1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap 44 phases and 16 loadswitch positions. 45 2. The loadbay shall incorporate a swing down design to facilitate ease of 46 maintenance and repair. It shall have service loops with sufficient slack to allow 47 for the load bay to swing down without any of the harnesses being unsecured. 48 Panels mounted on the sides, and shelves shall not interfere with the swing down 49 operation. The loadbay width shall not exceed 34". To obtain this size, loadswitch 50 sockets may be on 1.9375" centers. 51 3. The loadbay shall be located in the front of the rear wall of the cabinet. 52 4. Terminal blocks for terminating field wiring shall be supplied. No wires are 53 permitted on the field side of the blocks. This includes wires for flash control. 54 5. Flash programming shall be done with the use of 9 pin Molex connectors. The 55 connectors shall also provide a means to select which flasher circuit is used. The 56 pin assignments of these connectors shall comply with existing standards. 57 6. The loadbay shall be designed with an intuitive layout to facilitate maintenance. A 58 vertical terminal block for each phase will be mounted above the corresponding Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 216 Conformed 21 March 2008 1 phase loadswitch. All controller functions for that phase will terminate on that 2 terminal block. 3 7. The loadbay shall be designed to incorporate the use of supplemental loads. 4 These loads shall be chassis mounted. The use of"sky hooks" to mount 5 components is unacceptable. Supplemental load resistors are to be provided for 6 all odd phase's red, yellow and green. 7 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow 8 easy reprogramming in the future. 9 9. All load switches, flasher, and flash transfer relay sockets shall be mounted with 10 screws. Clip mounting is unacceptable. 11 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches 12 during flash. Immediately below this relay there shall be mounted a NC push 13 button switch to reapply the 24VDC for trouble shooting purposes. 14 11. All wiring shall be color-coded. Wire with a black base color shall be used for all 15 120VAC circuits; all other circuits will not use black. Red, yellow and green traces 16 shall be used to identify related functions on both black and not black wires. Red 17 shall be used for 24VDC circuits 18 12. The loadbay shall be a Cascade Signal Corporation assembly#361 or a pre- 19 approved equal. 20 21 TECHNICIAN TEST PANEL 22 The maintenance panel shall be hinged for easy interior access. The maintenance 23 panel shall have the 20 AMP GFI and have the following switches and indicators: 24 25 Flash/Automatic 26 Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time indicator light, 27 LED). 28 Controller Power- On / Off 29 Vehicle Call - Push buttons - Phase 1 through 8 30 Ped Call - Push buttons - Phase 2, 4, 6 & 8 e 31 Preemption -Test push buttons -A, B, C, & D 32 33 LIGHT, FAN AND THERMOSTAT ASSEMBLY 34 The fan and thermostat assemblies shall be located on the top inside of the cabinet 35 and shall be attached to the plenum. One (1) complete fan assembly shall be 36 furnished in each cabinet. The cabinet light is to be fluorescent and operated by a NC 37 door operated switch. 38 39 The fan shall be rated at 100-CFM minimum and shall have ball bearings. Sleeve 40 bearings are expressly forbidden. The fan shall have screened covers. 41 42 The thermostat shall be 120 VAC and have a temperature rating of 70 to 120 degrees 43 Fahrenheit. An RC network shall be provided across the positive and negative inputs 44 to the fan. 45 46 FLASH TRANSFER RELAY 47 Flash transfer relays shall be provided with each cabinet. Six (6) each shall be 48 supplied with the Type `P' cabinet. A thin copper disc called a non-freeze pin shall be 49 included in the relay design to combat the residual magnetism phenomena. The uses 50 of tape, plastic or dimples are not acceptable solutions. 51 52 LOADSWITCHES 53 The load switches shall be a three-(3) function NEMA and shall have LED indicator 54 lights that show the input side of the relay. The unit shall be rated for a minimum of ten 55 (10) amps per circuit through the entire NEMA temperature range. 56 57 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 217 Conformed 21 March 2008 W 1 DETECTOR CARD CAGE or 2 The detector card cage shall be a completely enclosed assembly. It shall have 12 3 positions and wired for two channel detector amps as specified in section 9-29.18. The 4 last two card cage slots shall be wired for the emergency pre-emption modules 5 described in section 9-29.13(3). The detector power supply(s) shall occupy the first two .. 6 -slots of the card cage. 7 8 UNIVERSAL PROGRAM PANEL 9 The controller cabinet shall be provided with a raised universal Program Panel, with 10 connectors attached in lieu of a "D" cable. A cable shall be provided to work with the 11 controller specified. The attached connectors and pin assignments shall be consistent 12 with existing standards. The panel shall contain 2 dual surge suppressors, SRA64. 13 These are to be wired for protection of the telemetry lines. The panel shall contain ten r` 14 20 position feed through terminal blocks, and one 6 position terminal block. The 15 function and layout of these terminal blocks shall be consistent with existing standards. 16 The first block shall be used to input to the controllers normal 8 phase inputs on the A, .. 17 B and C cables. Pull up resistors shall be provided on this block to insure compatibility 18 with both TS1 and TS2 detectors. The second and third blocks shall be the detector 19 out puts from the card cage(s). The fourth block shall be the detector inputs to the "D" 20 cable. The fifth and seventh blocks shall be the green inputs into the card cages. The so 21 sixth block shall have the controller greens and reds. The remaining blocks shall have 22 miscellaneous "D"functions laid out consistent with existing standards. The panel 23 shall be a Cascade Signal Corporation assembly# 564 or a pre-approved equal. The 24 "D" cable provided must work with an Eagle M-50 controller. 25 26 The table below indicates the standard field detector numbers and the standard 27 controller detector numbers. .. 28 29 TABLE —Traffic signal Controller Input 30 (From the Detector Field Termination Panel through the Universal Program Panel to 31 Controller .► Detector DetectorController Detector Detector Controller Controller Controller # Input# # Input# # Input# # 1 1 9 9 2 2 10 10 3 3 11 11 .. 4 4 12 12 5 5 13 13 6 6 14 14 7 7 15 15 8 8 16 16 32 33 CABINET QUALITY .r 34 The cabinet shall be compliant to both mechanical and function specification prior to 35 being shipped to owner. 36 37 1. Cabinet and hardware will comply with project specification. `D 38 2. Function compliance will be tested with power applied. 39 3. All cabinet and loadbay functions will pass point-to-point tests including expansion 40 requirements. .. 41 4. All field detector inputs must be checked from field connection point to controller. 42 Cabinet issues and clarifications need to be documented and addressed prior to 43 delivery. This agency will NOT provide QA or testing service for the delivered cabinet. 44 Testing done by this agency is not in lieu of manufacturer test requirements. .� 45 46 .r Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 218 Conformed 21 March 2008 VIP 1 9-29.13(7)D NEMA Controller Cabinets 2 Section 9-29.13(7)D is replaced with: 3 (**** *) 4 General 5 Cabinets for traffic signals and safety lighting shall comply with Section 9-29 of the 6 Standard Specifications for Road, Bridge and Municipal construction 2000, except as 7 supplemented by the requirements herein. The cabinet shall be anodized aluminum 8 and painted white inside, with a minimum thickness of 0.080 or 0.125 inches as 9 indicated herein. The cabinet shall be fabricated from flat aluminum and welded. The 10 riveted type fabrication will not be permitted. All cabinets shall be supplied with a 11 standard Best CX-1 Lock, Red Construction Core. All control cabinets shall include but 12 not be limited to switches, relays, flashers, power supply, component racks, terminals, 13 wiring harnesses, lights, interior and exterior hardware and/or related components, and 14 when specified on the plans and special provisions, shall include operating 15 components, such as controller, modems, loop amplifiers, load switches, preempt 16 module, and signal monitor. 17 18 Cabinet Mounting and Installation 19 The foundation for a cabinet shall be a concrete pedestal of the same size as the base •20 of the cabinet with one foot of the foundation above the adjacent grade. The pedestal 21 shall be poured in place and shall be 12 inches below grade and 12 inches above 22 grade. The service cabinet foundation shall be poured adjacent to the controller 23 foundation and connected by a 2-inch conduit for the controller service wires. A 24 sidewalk shall be provided on all sides of the cabinets and poured in place with the 25 cabinet foundation. The sidewalk shall be 36 inches wide on the door sides and 12 26 inches wide on the non-door sides (see detail sheet). 27 28 NEMA TS1 Type `P' Traffic Signal Controller Cabinets 29 GENERAL 30 The standard traffic signal controller cabinet shall be a NEMA TS1 Type 'P'. The 31 traffic signal cabinet(s) built to NEMA TS1 standards shall be supplied in compliance 32 with Section 9-29.13, Traffic Signal Cabinet of the Standard Specification 2000 and 33 modified as stated herein. 34 All new traffic signals located within a signal interconnect system shall be 35 connected to said system. 36 The following are requirements for all cabinets: 37 1. The cabinet shall be anodized aluminum, with a minimum thickness of 0.125 38 inches. 39 2. All sheet metal products incorporated within this cabinet are to be aluminum, 40 shall be a minimum thickness of 0.090 inches and are to be powder coated 41 white. 42 3. The dimensions shall be 55" High x 44" Wide x 26" Deep. 43 4. No vertical seams shall be allowed except for the attachment of the panels 44 above and below the door. The cabinet sides and back shall be fabricated of 45 one continuous piece of sheet aluminum. All interior seams shall be 46 continuously welded. 47 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum 48 and shall incorporate a plenum to which the fan will be mounted from the 49 inside of the cabinet to provide forced air ventilation. The ventilation exhaust 50 opening of the unit shall be underneath the front overhang and shall have a 51 screen. The roof section shall be continuously welded to the main cabinet 52 body. 53 6. The cabinet interior shall be painted white and the shelves shall be white. The 54 inside of the cabinet door does not need to be white. 55 7. The Cabinet shall be base mounted. The Type `P' cabinets shall have four (4) 56 mounting holes on the bottom of the unit. The mounting holes will be: 57 Center to center width: 40- 5/8" 58 Center to center in depth: 18-1/2" Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 219 Conformed 21 March 2008 1 8. The main door of the cabinet shall include a police door. Stainless steel 2 hinges shall support both the main door and police door. 3 9. The main door shall be equipped with a three (3) point latching mechanism, 4 fabricated from heavy gauge steel with steel locking rods and twin nylon 5 rollers. This mechanism is to be cadmium plated. Main door shall be provided 6 with a doorstop to securely hold the door open at approximately 90 degrees, 7 120 degrees, and 180 degrees. 8 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1", which 9 shall be located behind the louvered vents and secured with an aluminum 10 cover, holding clips and spring. 11 11. Door handle shall be made of stainless steel and have a provision for 12 padlocking. 13 12. Two (2) shelves or more shall be included and shall be of sufficient depth to 14 store equipment, and be powder coated white. 15 13. A pullout shelf with an internal document storage compartment mounted 16 under the controller shelf shall be supplied. The document drawer shall have 17 a nominal storage area of approximately 17"W x 12" D x 1" H as approved by 18 the Engineer. 19 14. All mounting hardware used in the cabinet, whether it is used to secure 20 equipment or some portion of the cabinet itself, shall be stainless steel or 21 nickel plated brass. 22 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red 23 Construction Core for the main door and a standard police lock for the police 24 door. Two (2) keys for each lock shall be included. 25 26 9-29.16(2) Conventional Traffic Signal Heads 27 Section 9-29.16(2) is supplemented by adding the following: 28 (******) 29 Vehicular signal heads shall have 12-inch lens sizes unless shown otherwise on the 30 signal plans. 31 32 Each signal head shall have a 1/4-inch drain hole in its base. 33 34 Position of the signal heads shall be located as close as possible to the center of the 35 lanes. 36 37 Signal heads shall be mounted on the mast arm such that the red indicators lie in the 38 same plane and such that the bottom of the housing of a signal head shall not be less 39 than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the 40 roadway. 41 42 9-29.16(2)A Optical Units 43 Section 9-29.16(2)A has been revised as follows: 44 (* ** *) 45 Light emitting diode (LED) light sources are required for all displays. 46 47 9-29.16(2)6 Signal Housing 48 The fifth paragraph of Section 9-29.16(2)B has been revised as follows: 49 (** * *) 50 Each lens shall be protected with a removable visor. The visor shall be tunnel 51 type unless noted otherwise in the Contract. Tunnel, cap, and cut away type 52 visors shall be made of aluminum throughout. Visors shall be flat black in color 53 inside and shall be yellow baked enamel on the outside. Visors shall have 54 attaching ears for installation to the housing door. The signal display shall have 55 square doors. End caps shall be made from aluminum and shall be installed with 56 fittings to provide a watertight seal. A bead of silicone sealant shall be applied 57 around the perimeter of all top end cap openings prior to installation of the end _. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 220 Conformed 21 March 2008 1 cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing 2 nut. End caps shall have the same color as the signal housing. 3 4 9-29.16(2)D Back Plates 5 Section 9-29.16(2)d has been deleted and replaced with: 6 (***** ) 7 Back plates shall be furnished and attached to the signal heads. Back plates 8 shall be constructed of anodized, 3 S half hard aluminum sheet, 0.058-inch 9 minimum thickness, with 5-inch-square cut border and painted black in front and 10 yellow in back. 11 12 9-29.16(2)E Painting Signal Heads 13 Section 9-29.16(2)E has been revised as follows: 15 Traffic signal heads shall be finished with two coats of factory applied traffic 16 signal federal yellow baked enamel or shall be finished with a traffic signal 17 federal yellow oven baked powder coating comprised of resins and pigments. 18 Aluminum end caps and the back of back plates shall be painted to match the 19 color of the signal housing. The inside of visors, front of back plates, and louvers 20 shall be finished with two coats of factory applied flat black enamel. 21 22 9-29.17 Signal Head Mounting Brackets and Fittings 23 Section 9-29.17 is replaced as follows: 24 (****.*) 25 Mounting hardware will provide for a rigid connection between the signal head and mast arm. 26 All vehicle signal head mounting hardware shall be of the elevator plumbizer Type M as shown 27 on the standard plans, unless specified otherwise on the Plans. 28 29 Pedestrian signal heads mounting hardware shall be Type E clamshell as shown on the 30 standard plans, unless specified otherwise on the Plans. - 31 32 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. 33 Material requirements for signal head mounts are as follows: 34 35 Aluminum 36 8. Hinge fittings for Type E mount 37 9. Arms and slotted tube fittings for Type N mount 38 10. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M 39 mount. The plumbizer shall be cast from tenzalloy AAA No. 713 40 11. Tube clamp and female clamp assembly for Type N mount 41 42 Bronze 43 12. Terminal compartments for Type A, B, C, F, H, and K mounts 44 13. Collars for Type C, D, and F mounts 45 14. Ell fittings for Type L and LE mounts 46 15. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts 47 16. Balance adjuster for Type Q, R, and S mounts 48 49 Galvanized Steel 50 17. Washers for Type A, B, C, D, F, H, and K mounts 51 18. Fasteners for Type A, B, E, H, and K mounts 52 53 Stainless Steel 54 19. All set screws and cotter keys 55 20. Bands for Type N mount 56 21. Hinge pins for Type E mount 57 22. Bolts, nuts and washers for Type M mount 58 23. Bolt, nut and washers for Type L mount Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 221 Conformed 21 March 2008 1 24. Bolts, nuts, washers, and screw buckle swivels 2 3 Steel 4 25. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts 5 26. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S 6 mounts 7 27. Nipples for Type L, LE, P, Q, R, and S mounts 8 9 All other miscellaneous hardware shall be stainless steel. 10 11 All hardware for mounts shall be painted with two coats of factory applied traffic signal federal 12 yellow baked enamel. 13 14 Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. 15 16 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal 17 block. 18 19 All hardware for mounts shall be painted with two coats of factory applied traffic signal federal 20 yellow baked enamel. 21 22 9-29.18(1) Induction Loop Detectors 23 Section 9-29.18(1) is replaced with: 24 (******) 25 2 CHANNEL RACK MOUNT DETECTOR SPECIFICATIONS 26 27 The detector shall be a Reno A&E model C or a pre-approved equal meeting the 28 following specifications: 29 30 PHYSICAL 31 Weight: 6 oz. (170 gm.). 32 Size: 4.500 inches (11.43 cm.) high x 1.12 inches (2.84 cm.) wide x 6.875 inches 33 (17.46 cm.) long including connector (not including front handle). 34 Operating Temperature: -40°F to +180°F (-40°C to +82°C) 35 Circuit Board: Printed circuit boards are 0.062in. FR4 material with 2 oz. copper on 36 both sides and plated through holes. Circuit board and components are 37 conformal coated with polyurethane. 38 Connector: 2 x 22 pin edge card connector with 0.156-inch (0.396 cm.) contact 39 centers. Key slots located between B & C and M & N. 40 Loop Feeder Length: Up to 5000 feet (1500m.) maximum with proper feeder cable and 41 appropriate loops. 42 43 ELECTRICAL 44 Power: 10.8 to 30 VDC, 120 mA max. 45 Loop Inductance Range: 20 to 2500 microHenries with a Q factor of 5 or greater. 46 Loop Inputs: Transformer isolated. The minimum capacitance added by the detector is 47 0.068 microFarad. 48 Lightning Protection: The detector shall be able to tolerate, without damage, a 10 49 microFarad capacitor charged to 2,000 volts being discharged directly into the 50 loop input terminals, or a 10 microFarad capacitor charged to 2,000 volts being 51 discharged between either loop terminal and earth ground. 52 Reset: Shall meet and/or exceed NEMA TS 1 and TS 2 detector specifications. 53 Application of a 30-millisecond low state (0 to 8 VDC) to pin C shall reset both 54 channels. Each detector channel shall be manually reset by pressing the 55 CHAN button until the desired channel is selected, then holding the CHAN 56 button for 3 seconds, or by changing the sensitivity or loop frequency of the 57 channel. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 222 Conformed 21 March 2008 1 Phase Green Inputs: Also known as Call Delay Overrides. Shall meet and/or exceed 2 all NEMA TS 1 and TS 2 requirements. Application of a Low state voltage (0 to 3 8 VDC) to pin 1(Ch. 1) and/or pin 2 (Ch. 2) shall cause the delay timer for the 4 channel to abort the delay timing function and also provide control for Phase 5 Green Loop Compensation, Max Presence Timing (End-of-Green), Extension 6 timing, and Detector Disconnect, if the features are programmed. 7 Fail-Safe Outputs: Per NEMA TS 2 - conducting state indicates detection output. Each 8 detector channel output shall default to a CALL state for any loop failure 9 condition or loss of power. 10 Channel Status Outputs: Per NEMA TS 2 - Each channel shall have an output to 11 communicate the status states of the channel as follows: 12 1. Normal operation 2. Continuous Low or On State 3. Detector failure 4. Continuous High or Off State 5. Open loop 6. 50 millisecond On time, 50 millisecond Off time 7. Shorted loop 8. 50 millisecond On time, 100 millisecond Off time 9. Excessive inductance 10. 50 millisecond On time, 150 millisecond change ±25% Off time 13 14 Solid State Output Ratings: Shall be optically coupled field effect transistors. 30 VDC 15 max. drain to source. 50 mA. max. current. The output transistor shall be 16 protected with a 33-volt zener diode connected between the drain and source. 17 18 OPERATIONAL 19 Display: Shall be LCD and back lighted whenever any push button is pressed. The 20 back lighting shall extinguish 15 minutes after the last actuation of any push 21 button. 22 Detect Indicators: Each channel shall have an super high intensity red light emitting 23 diode (LED) to indicate a CALL output, Delay Timing, Extension Timing, 24 Pending state, or failed loop. 25 Response Time: Shall Meet or exceed NEMA TS 1 and TS 2 response time 26 specifications. 27 Self-Tuning: The detector shall automatically tune and be operational within 2 seconds 28 after application of power or after being reset. 29 Environmental & Tracking: The detector shall be fully self-compensating for 30 environmental changes and loop drift over the full temperature range and the 31 entire loop inductance range. 32 Grounded Loop Operation: The loop isolation transformer shall allow operation with 33 poor quality loops (which may include one short to ground at a single point). 34 Loop (Fail) Monitor: If the total inductance of the channel's loop input network goes out 35 of the range specified for the detector, or rapidly changes by more than ±25%, 36 the channel shall immediately enter the Fail-Safe mode and display "LOOP 37 FAIL" on the LCD. The type of loop failure shall also be displayed as "L lo" (for 38 -25% change or shorted loop conditions) or "L hi" (for +25% change or open 39 loop conditions). This will continue as long as the loop fault exists. The Fail- 40 Safe mode shall generate a continuous call in Presence Mode or in Pulse 41 Mode. At the time of a loop failure, the channel's LED shall begin repeating a 42 burst of three flashes each one second. The LED shall continue these bursts 43 until the channel is manually reset or power is removed. If the loop "self heals", 44 the LOOP FAIL message on the LCD shall extinguish and the channel will 45 resume operation in a normal manner; except the LED shall continue the bursts 46 thus providing an alert that a Loop Fail condition occurred. Each loop failure for 47 the channel shall be counted and accumulated into the Loop Fail Memory. The 48 total number of loop failures written into the Loop Fail Memory (since the last 49 power interruption or manual reset) can be viewed by stepping through the 50 channel's functions in Program Mode to the "LOOP FAIL" message. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 223 Conformed 21 March 2008 1 .. 2 LOOP FREQUENCY 3 There shall be eight (8) selectable loop frequency settings per channel (normally in the 4 range of 20 to 100 kilohertz). The actual loop operating frequency shall be digitally 5 displayed on the LCD. 6 7 SENSITIVITY 8 There shall be nine (9) selectable sensitivity levels per channel, plus Continuous-Call 9 and Channel-Off. The sensitivity levels are to be designed so that a one level increase 10 actually doubles the sensitivity and a one level decrease halves the sensitivity. A bar 11 graph shall be displayed on the LCD to make it easy to quickly set the sensitivity to the 12 ideal level for any loop/lead-in network situation. 13 14 Continuous-Call: When set to the Continuous-Call state, the channel output shall be in 15 the continuously call state regardless of the presence or absence of vehicles 16 over the loop. The loop oscillator shall be disabled when in the "Continuous- 17 Call State". This state shall be indicated by CALL flashing on the LCD. This 18 option shall be selected from the Sensitivity menu in Program Mode. 19 Channel-Off: When set to the Channel-Off state, the channel output shall be 20 continuously in the No-Call state regardless of the presence or absence of 21 vehicles over the loop. The loop oscillator shall be disabled when in the 22 "Channel-Off State". This state shall be indicated by OFF flashing on the LCD. 23 This option shall be selected from the Sensitivity menu in Program Mode. 24 25 CALL DELAY 26 Each channel's Call Delay shall be adjustable from 0 to 255 seconds in 1-second 27 steps. Call Delay time shall start counting down when a vehicle enters the loop 28 detection zone. The remaining Call Delay time shall be continuously displayed on the 29 LCD. Whenever a Phase Green Input (call delay override) signal (pins 1 or 2) is active 30 (low state), the Call Delay function for that channel shall be aborted and the Call Delay 31 time forced to zero. 32 33 CALL EXTENSION 34 Each channel's Call Extension shall be adjustable from 0 to 25.5 seconds in 0.1- 35 second steps. Extension time shall start counting down when the last vehicle clears the 36 loop detection zone. The remaining Extension time shall be continuously displayed on 37 the LCD. Any vehicle entering the loop detection zone during the Extension time 38 period shall cause the channel to return to the Detect state, and later, when the last 39 vehicle clears the loop detection zone, the full Extension time shall start counting down 40 again. 41 42 PRESENCE/PULSE 43 One of two mutually exclusive modes of operation for each channel shall be available. 44 Presence or Pulse mode shall be toggled by momentarily pressing either the up or 45 down button. 46 Presence Mode: Will provide a Call hold time of at least 4 minutes (regardless of 47 vehicle size) and typically 1 to 3 hours for an automobile or truck. 48 49 Pulse Mode: An output Pulse of 125±10 milliseconds duration shall be generated for 50 each vehicle entering the loop detection zone. Each detected vehicle shall be 51 instantly tuned out if it remains in the loop detection zone longer than 2 52 seconds. After each vehicle leaves the loop detection zone, the channel shall 53 resume full sensitivity within 0.5 seconds. 54 55 MAX PRESENCE TIMER 56 Each channel's Max Presence timer shall be adjustable from 1 to 999 seconds in 1- 57 second steps, plus OFF. The Max Presence function is used to limit presence time, by 58 automatically resetting a channel. If this function is enabled (on), the Max Presence Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 224 Conformed 21 March 2008 1 timer begins counting down when a Call is initiated and the remaining time is 2 continuously displayed on the LCD. If the loop becomes vacant before the Max 3 Presence timer reaches zero, the Call is dropped and no automatic reset occurs. If the 4 End-Of-Green (EOG) function is not enabled (off) and the Call is still present when the 5 Max Presence timer reaches zero, the channel then is automatically reset. If the EOG 6 function is enabled (on) and the Call is still present when the Max Presence timer 7 reaches zero, the channel enters a "Wait" state. The Wait state continues until either 8 the loop becomes vacant or the Phase Green Input signal for the channel (pin 1 or 2) 9 transitions from green to not green with the Call still present. If the loop becomes 10 vacant first, the Call is dropped and no automatic reset occurs. If the Phase Green 11 Input for the channel transitions from green to not green while the channel is in a Wait 12 state, the channel is automatically reset. The signals on pins 1 and 2 are also called 13 Call Delay Overrides. 14 15 END-OF-GREEN (EOG) 16 Each channel's EOG setting can be toggled ON or OFF by momentarily pressing either 17 the up or down button. The EOG function is used to synchronize resetting of a 18 channel with the termination of the associated phase green. The EOG function is only 19 available when the Max Presence function is set between 1 and 999 seconds. It is not 20 available when the Max Presence function is OFF. When the EOG function is enabled 21 (ON), the channel will automatically be reset at the time the phase green input signal 22 (pin 1 or 2) transitions from the ON state to the OFF state, if the Max Presence Time 23 has counted down to zero and is resting in the wait state. The signals on pins 1 and 2 24 are also called Call Delay Overrides. 25 26 OPTION 1, LOOP INDUCTANCE DISPLAY 27 The detector's Loop Inductance Display setting shall be toggled ON or OFF by 28 momentarily pressing either the up or down button. When this option is enabled (on), 29 the LCD will display the total loop inductance (actual loop inductance plus actual lead- 30 in inductance) in microHenries with an accuracy of±3% for loop inductance values in 31 the range.of 20 to 2500 microHenries. NOTE: Enabling this option activates it for all 32 channels. This option shall be automatically disabled 15 minutes after activation or on 33 loss of power. 34 35 OPTION 2, LOOP INDUCTANCE -AL/L DISPLAY 36 The detector's Loop Inductance -AL/L Display setting shall be toggled ON or OFF by 37 momentarily pressing either the up or down button. When this option is enabled (on), 38 the LCD displays the percentage of inductance change (-AL/L value) during the Call 39 state. To facilitate the viewing of the maximum amount of change in the -AL/L value 40 while traffic is in motion over the detection zone, the detector shall hold the peak -AL/L 41 value for a period of 2 seconds. NOTE: Enabling this option activates it for both 42 channels. This option shall be automatically disabled 15 minutes after activation or on 43 loss of power. 44 45 OPTION 3, CALL EXTENSION CONTROL 46 Each channel's Call Extension Control setting shall be toggled ON or OFF by 47 momentarily pressing either the up or down button. When this option is enabled (on), 48 the channel will extend calls for the programmed extension time only when the Phase 49 Green Input signal (pin 1 or 2) is active for the channel. When this option is off, the 50 channel shall extend ALL calls for the programmed extension time. The signals on 51 pins 1 and 2 are also called Call Delay Overrides. 52 53 OPTION 4, NORMAL/FAST RESPONSE MODE 54 The detector's Normal/Fast Response Mode setting shall be toggled ON or OFF by 55 momentarily pressing either the up or down button. When this option is enabled (on), 56 internal call filtering is disabled thus providing a faster response time. When this option 57 is off, normal call filtering is used. NOTE: Turning this option ON will make it active for 58 both channels. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 225 Conformed 21 March 2008 1 2 OPTION 5, PHASE GREEN LOOP COMPENSATION 3 The detector's Phase Green Loop Compensation setting shall be toggled ON or OFF 4 by momentarily pressing either the up or down button. When Option 5 is enabled (on), 5 normal loop compensation is used until the Phase Green Input signal (pin 1 or 2) 6 becomes active. Once the Phase Green Input signal is active, the detector shall 7 desensitizes the loop. Maximum desensitization shall not excede 0.05% (-AL/L). This 8 desensitization will "tune out" small changes, such as adjacent lane pick up therefore 9 minimizing the chance for max timing an empty lane. When Option 5 is not enabled 10 (off), normal loop compensation shall be used. 11 12 OPTION 6, VEHICLE COUNTING DISPLAY(OPTIONAL OPTION) 13 When Option 6.0 is enabled (on) for a channel, the normal operating display for that 14 channel shall be replaced with the accumulated vehicle count. The unit shall be 15 capable of accumulating 65,535 vehicle counts before rolling over to 0. The display 16 will show just the hundreds, tens, and ones digits until the accumulated count exceeds 17 999. At this point the display will alternate between the ten thousands and thousands 18 digits and the remaining three digits for hundreds, tens, and ones. The accumulated 19 vehicle count is cleared by loss of power or can be manually cleared using Option 6.1. 20 21 Option 6.1 shall be used to reset the accumulated vehicle count for the selected 22 channel. When Option 6.1 is changed from the off state to the on state, the 23 accumulated vehicle count for the selected channel shall be reset to zero. Option 6.1 24 shall always be in the off state when first viewed. 25 26 OPTION 7, VEHICLE COUNTING LOOP CONFIGURATION (OPTIONAL OPTION) 27 The detector's Vehicle Counting Loop Configuration setting shall be set from 01 to 04 28 for each channel. This setting should indicate the number of loops installed in a single 29 lane. 01 would indicate a single loop. This could be a single 6' x 6' or a long loop such 30 as a 6' x 50' QuadrapoleTM. The remaining three settings indicate the number of 6' x 6' 31 loops installed in a single lane of traffic. 32 33 OPTION 8, COMMON FAIL OUTPUT (OPTIONAL OPTION) 34 The Common Fail Output setting shall be toggled ON or OFF by momentarily pressing 35 either the up or down button. The Common Fail Output setting shall be a "detector 36 wide" option. This means that setting it to ON for any channel turns it ON for all 37 channels, and setting it to OFF for any channel turns it OFF for all channels. 38 39 When Option 8 is enabled (on), a failure on any channel in the detector will cause 40 all of the fail outputs for the detector to activate. 41 42 OPTION 9, THIRD CAR PASSAGE 43 Each channel's Third Car Passage setting can be toggled ON or OFF by momentarily 44 pressing either the up or down button. Option 9 is a "paired channel" option. This 45 means that it takes two channels to implement the feature. Therefore, when this 46 option is toggled ON or OFF in one channel, its paired channel is also set to the same 47 state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option 48 shall automatically turn OFF the other option. 49 50 When Option 9 is enabled (on), the output of the paired channels shall be 51 logically ANDed together. This means that while the loops for both of the paired 52 channels are occupied, a call will output on both channels. While only one channel is 53 occupied, or neither channel is occupied, a call will not output for either channel. The 54 first channel with detection shall enter a "pending" state while waiting for detection in 55 the other paired channel. While in the pending state, the LCD shall show "Pnd" on the 56 display. 57 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 226 Conformed 21 March 2008 1 OPTION 10, DIRECTIONAL LOGIC 2 Each channel's Directional Logic setting shall be toggled ON or OFF by momentarily 3 pressing either the up or down button. Option 10 is a "paired channel" option. This 4 means that it takes two channels to implement the feature. Therefore, when this 5 option is toggled ON or OFF in one channel, its paired channel is also set to the same 6 state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option 7 shall automatically turn OFF the other option. 8 9 When Option 10 is enabled (on), directional logic shall be enabled. Direction 10 logic starts with a detection on one channel. This channel shall go into the "pending" 11 state, display "Pnd" on the LCD display, and NOT output a call. When both of the 12 paired channels have detection, the last channel to have detection will output a Call 13 until the detection for the last channel ends, even if the detection ends for the first 14 channel. None of the timing functions of the first channel with a detection shall time 15 (Delay, Extension, Max Presence, and Detector Disconnect) and the first channel shall - 16 always operate in the Presence Mode regardless of programming for the channel. The 17 second channel with a detection shall time all timing functions as programmed. 18 19 OPTION 11, AUDIBLE DETECT SIGNAL 20 Each channel's, Audible Detect Signal setting shall be toggled ON or OFF by 21 momentarily pressing either the up or down button. Only one channel can be turned 22 on at a time. Turning this option on for one channel automatically turns it off for the 23 other channel. When this option is enabled (on), an audible signal will be activated 24 whenever the detection zone for the selected channel is occupied. The audible signal 25 indicates actual occupancy of the loop detection zone. Timing and disconnect 26 functions shall have no effect on the audible signal. This option shall be automatically 27 disabled 15 minutes after activation or on loss of power. 28 29 OPTION 12, DETECTOR DISCONNECT 30 Each channel's Detector Disconnect settings shall be toggled ON or OFF and the 31 Extension timer toggled between ON and OFF by momentarily pressing either the up 32 or down button. The Detector Disconnect feature requires that the Phase Green 33 Inputs for each channel be connected to the proper controller phase. When the Phase 34 Green Input is not active (high), the detector shall operate normally. When the Phase 35 Green Input is active (low), at the end of each detection the extension timer will start to 36 count down. If this timer reaches zero before the next detection, this channel will no 37 longer output a call until the phase green input is not active. Because the extension 38 timer is used as a disconnect timer while in this mode, two different disconnect types 39 shall be available: 40 41 Option 12.1 OFF - Extension timing occurs and the extension timer also serves as the 42 disconnect timer during phase green. This will cause the Call output to remain 43 in the Call state until disconnect occurs. 44 45 Option 12.1 ON - Extension timing is disabled and the extension timer is used as the 46 disconnect timer. This will cause the Call output to follow the occupancy of the 47 loop detection zone until disconnect occurs. 48 49 Section 9-29.18(3) is a new section: 50 (. .....k) 51 9-29.18(3) Video Vehicle Detection 52 53 The City of Renton will provide and install video detection cameras and control equipment. The 54 contractor shall install camera cables to each signal pole luminaire arm as shown in the wiring 55 diagrams and detailed on the pole schedule sheet. The Contractor may contact Dave 56 Whitmarsh (425/430-7220) after the cameras are purchases to get manufacturer contact 57 information. 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 227 Conformed 21 March 2008 2 9-29.19 Pedestrian Pushbuttons 3 Section 9-29.19 is supplemented with the following: 4 5 Pedestrian pushbutton assemblies shall be City of Renton Standard Detail Drawings J023, J024 6 and J025 and WSDOT Standard Plan J-5. 7 8 Section 9-29.23 is a new section with new subsections: 9 (******) 10 9-29.23 Traffic Signal Battery Backup System (Bbs) 11 The BBS shall be a Tesco Traffic 22 BBS 1400XL-6 or equivalent and shall meet or exceed the 12 following specifications: 13 14 9-29.23(1) Enclosure Specifications 15 16 Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be 17 TIG welded construction with welding materials specifically designed for the material to be 18 welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance 19 sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door 20 shall incorporate a full-length piano hinge, pad-lockable draw latch (center area on door-latch 21 side), and two pad lockable welded-in place vandal-proof tabs (one upper area, one lower area 22 on door-latch side, rated at 2000 lbs. each). There shall be no exposed nut, bolts, screws, rivets 23 or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46" H x 20"W 24 x 10.25" D. Weight 250 Ibs with batteries. BBS shall be mounted in an interior tilt out housing 25 with 800 lb rated stops. Battery connectors shall be Anderson Connectors with silver plated 26 contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be 27 readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. 28 Enclosure can include two transfer bypass switches, one for BBS bypass the second for 29 auxiliary generator (optional). All switches must be panel mounted on interior dead front panel 30 board. UV resistant plastic laminated nameplates shall identify all controls and major 31 components. A plastic covered wiring diagram will be attached to the inside of the front door. All 32 components shall be factory wired and conform to required NEMA, NEC, and UL standards. A 33 chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. 34 35 9-29.23(2) BBS Panel Minimum Features 36 37 • System shall provide 700 watts of full control run time for two (2) hours. In addition the 38 system shall provide six (6) to eight (8) hours of flash. 39 • BBS bypass and BBS isolation switch. 40 • Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation 41 fuses for each battery pre-wired with phenolic nameplates. 42 • All nameplates shall be screwed on phenolic engraved type. 43 • All wire terminating lugs shall be full wrap around type. 44 . All batteries shall be captive spaced from external captive sides in earthquake proof 45 buckets. 46 • Cabinet ventilation shall be by (qty. 4) 4" x '/" louvers top and bottom with encapsulated 47 bug screens, cleanable filters and a 100cfm fan to completely exchange air 25 time 48 minimum per minute. 49 • All DC terminals and connections shall incorporate safety covers such that the safety 50 covers are in place for every normal maintenance mode. 51 • Event Counters &Total Run Time Counter. 52 53 9-29.23(3) BBS Unit Minimum Specifications 54 55 BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous 56 capacity. BBS must provide for utility service isolation when in operation. The minimum rating 57 for wattage output will be 950 watts. The BBS shall be capable of running an intersection with 58 LED lights (for Run Time consult manufacturer). The unit shall operate off-line, with transfer time Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 228 Conformed 21 March 2008 1 of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot- 2 swappable batteries (all batteries in system). BBS will automatically recharge batteries from full 3 discharge to 95% capacity within 6 hours. BBS will provide on-line operation for a minimum 4 input of 92 to 145 VAC, provide full load output of 120VAC — 10% / +4% at 60 Hz +/- 0.05% 5 over a temperature range of-37° C (optional adder) to +74° C and be a UL Approved Design. 6 For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be 7 delivered with maintenance manuals and schematic diagrams. 8 9 9-29.23(4) BBS Unit Minimum Features 10 11 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard 12 wiring termination to/from the inverter are unacceptable). 13 • Surge energy withstand 480 Joules, 6.5kA 14 • Common mode clamping 0 ns < 5ns typical UL 1449 15 • Conditioned power— Computer quality 16 • Transient lighting protection — 160 Joules 17 • Transfer to battery time—2 ms 18 • Retransfer to utility—2 ms 19 • Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused 20 (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and 21 ease of maintenance. Series wiring is unacceptable. 22 . Fan cooling shall be fused for locked rotor current. 23 • Cooling air shall be ducted to cool the front and back of each battery with air space on all 24 four sides and top of battery. 25 • BBS covers shall be 60% open on both sides to diminish the environmental effects of 26 extreme temperatures. w 27 • Includes USB & RS232, DB9 Computer Interface Ports. 28 • Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). 29 30 9-29.23(5) BBS Communication Module 31 32 All inverter connections shall be made without the use of tools. This includes: A/C-Input, A/C- 33 Output, Normally-Open, and Normally-Closed programmable contacts. 34 Smart Slot Relay 1/0 Module; 35 Input#1 Turn the BBS on. 36 Input#2 Turn the BBS off. 37 Input #3 Start the BBS self-test. 38 Input#4 Shut down the BBS (when on battery). 39 Output#1 The BBS is on-battery (during a power failure, self-test or run time calibration). 40 Output#2 BBS has a low battery— Programmable. 41 Output #3 The protected load is not receiving power from the BBS. 42 Output #4 Replace the BBS batteries. 43 Output#5 The BBS is overloaded. 44 Output#6 Any BBS fault or self-test failure. 45 46 9-29.23(6) Batteries 47 48 Batteries shall be maintenance-free, type AGM/VRLA (Absorbed Glass Mat/ Valve Regulated 49 Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be 50 independently pre-wired and individually fused. Batteries shall be furnished with heavy-duty 50 51 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. 52 Batteries shall be lightweight for personnel safety and protection plus ease of installation and 53 maintenance. Batteries with a weight of over 26 Ibs are not acceptable. 54 55 9-29.23(7) Enclosure Temperature Compensation 56 57 Operating temperature range shall be a minimum -37° C to +74° C. 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 229 Conformed 21 March 2008 1 9-29.23(8) Power System Analyzer and Conflict Resolution Module 2 3 The system shall incorporate an integrated Power System Analyzer and Conflict Resolution 4 Module. The Analyzer shall evaluate and make limited adjustments to the incoming utility power 5 and automatically transfer load to the battery back-up power if utility power is lost. When utility - 6 power becomes available, the BBS shall analyze the power to verify stability and return to 7 normal operation. The system shall provide automatic BBS failure detection and automatically 8 isolate the failed BBS and lock the unit onto utility power. Once the failure has been corrected, 9 the system shall return to the normal operation. 10 11 9-29.23(9) Triple Bypass System for Offline BBS 12 13 1. SPACT— Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. 14 2. PCM — Power Conflict Monitor 15 3. The PCM is a totally redundant failsafe system. The PCM shall monitor load bus power 16 available continuously. If load bus power fails for 5ms the PCM shall transfer and isolate 17 the BBS and guarantee that commercial power will be locked on. 18 4. Watchdog Timer— Redundant 5 ms delay and hard transfer to utility power. 19 5. The outboard Smart Transfer Switch shall not interrupt the normal controller function. 20 Transfer time shall be 2ms. 21 6. Onboard Smart 1/0 module shall execute lockout of battery back up system upon Smart 22 detection of any inverter BBS fault. If BBS resets itself, it shall automatically be available 23 for backup. 24 7. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. 25 26 9-29.23(10) Smart Battery Charger 27 28 Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be 29 ambient enclosure compensated to less than 1200. The battery charger shall utilize Smart Cell 30 Technology to extend battery life. 31 32 9-29.23(11) Intelligent Battery Management 33 34 The system shall have a precision battery charging system, automatic true-load battery tests, 35 and redundant overcharge protection. The system shall regulate under and over voltages 36 without switching to battery. 37 Battery Replacement Warning prevents downtime —the system shall automatically perform a 38 self-test every two weeks and alert owner to degrading batteries before they wear out. Through 39 software, or the push of a button, self-tests may be performed at anytime. Faster Recharge 40 Time — the system battery charging systems shall be microprocessor controlled to precisely 41 charge batteries. 42 43 9-29.23(12) Hot-Swappable Battery Replacement 44 45 The system shall have a 60 second, user friendly, hot-swappable battery replacement system 46 allowing safe and easy replacement of batteries while your system is up and running. 47 Replacement battery packs shall ship in a reusable box for convenient return of exhausted 48 batteries to a recycling center. 49 50 9-29.23(13) Warranty 51 52 Manufacturers shall provide a two (2) year factory-replacement parts warranty on the BBS. 53 Batteries shall be warranted for full replacement for two (2) years. The warranty shall be 54 included in the total bid price of the BBS. 55 56 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 230 Conformed 21 March 2008 1 9-29.23(14) Additional Design Options 2 3 The system shall have available a: 4 • Generator Transfer switch with BBS bypass and 30-amp external reverse service plug. 5 • Heater with thermostat. 6 7 9-29.24 Service Cabinets 8 Section 9-29.24 is replaced by the following: 9 (******) 10 The signal/street lighting service cabinet shall be as indicated on the contract plans and detail 11 sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. 12 The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for 13 exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous 14 concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The 15 cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation 16 louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. 17 The cabinet door shall have a one piece weather proof neoprene gasket. 18 19 9-29.24(1) Painting 20 Section 9-29.24(1) is replaced with the following: 22 The finish coat shall be a factory baked on enamel light grey in color. The galvanized 23 surface shall be etched before the baked on enamel is applied. The interior shall be given 24 a finish coat of exterior grade of white metal enamel. 25 26 Painting shall be done in conformance with the provisions of Section 8-20.3(12). 27 28 9-29.24(2) Electrical Circuit Breakers and Contactors 29 Section 9-29.24(2) is deleted and replaced with the following: 31 The electrical circuit breakers and contactors shall be as indicated on the contract plans 32 and detail sheets. The following equipment shall be featured within the cabinet. w 33 1. Main circuit breaker 34 2. Branch circuit breakers 35 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 36 4. Light control test switch (120 volt-15 Amp) 37 5. Contactor relay for each circuit 38 6. Double pole branch breaker(s) for lighting circuits (240 volt) 39 7. One 120 volt, 20 Amp single pole branch breaker(for utility plugs) 40 8. Type 3-single phase 120/240 volt grounded neutral service 41 9. One 120 volt 40 Amp single pole branch breaker (signal service) 42 10. Complete provisions for 16 breaker poles 43 11. Name plates phenolic black with white engraving except the main breaker which 44 shall be red with white lettering. All name plates shall be attached by S.S. screws. 45 12. Meter base sections are unnecessary 46 47 9-29.25 Amplifier, Transformer, and Terminal Cabinets w 48 Section 9-29.25 is supplemented as follows: 49 (******) 50 The terminal box shall be weather tight, have a single door with continuous hinge on one side 51 and screw hold-downs on the door locking side. All hardware will be stainless steel. All 52 mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal 53 box. 54 55 Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a 56 marker strip. The marker strip shall be permanently marked with the circuit number indicated in Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 231 Conformed 21 March 2008 1 the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less 2 than 3 #12 AWG wires fitted with spade tips. 3 4 Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" 5 wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. 6 7 9-30 WATER DISTRIBUTION MATERIALS 8 9 9-30.1(1) Ductile Iron Pipe (RC) 10 Section 9-30.1(1) is revised as follows: 12 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA 13 C151. Ductile iron pipe shall have a cement mortar lining meeting the 14 requirements of AWWA C104. All other ductile iron pipe shall be Standard 15 Thickness Class 52 or the thickness class as shown in the Plans. 16 17 9-30.3(1) Gate Valves (3 to 12 inches) 18 Section 9-30.3(1) is replaced with: 19 ( ** **) 20 Valves shall be designed for a minimum water operating pressure of 200 psi. Gate 21 valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H. 22 23 Approval of valves other than models specified shall be obtained prior to bid opening. 24 25 All gate valves less than 12 inches in diameter shall include an 8- by 24-inch cast iron 26 gate valve box and extensions, as required. All 12-inch-diameter and larger gate valves 27 shall be installed in a vault. See Water Standard Detail for 12-inch gate valve assembly 28 vault and 1-inch bypass installation. 29 30 Gate valves shall conform to AWWA C500 and shall be iron body, bronze mounted, 31 double disc with bronze wedging device and O-ring stuffing box. 32 33 Resilient Seated Gate Valves: 34 Resilient seated gate valves shall be manufactured to meet or exceed the requirements 35 of AWWA Standard C509 latest revisions. 36 37 All external and internal ferrous metal surfaces of the gate valve shall be coated for 38 corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory 39 applied to all valve parts prior to valve assembly and shall meet or exceed the 40 requirements of AWWA Standard C-550 latest revision. Valves shall be provided with 41 two internal O-ring stems seals. The valves shall be equipped with one antifriction 42 washer. The resilient gate valve shall have rubber sealing surfaces to permit 43 bidirectional flow. The stem shall be independent of the stem nut or integrally cast. 44 45 Manufacturers of resilient seated gate valves shall provide the City on request that the 46 valve materials meet the City specifications. " 47 48 Valves shall be designed for a minimum water operating pressure of 200 psi. 49 50 End connections shall be mechanical joints, flanged joints, or mechanical by flanged 51 joints as shown on the project Plans. 52 53 Resilient seated gate valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, 54 Mueller Series 2370, Kennedy. 55 56 Approval of valves other than model specified shall be obtained prior to bid opening. All 57 gate valves less than 12 inches in diameter shall include an 8- by 24-inch cast iron gate 58 valve box and extensions, as required. Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 232 Conformed 21 March 2008 1 2 All 12-inch-diameter and larger resilient seated gate valves shall have a 1-inch bypass 3 assembly and shall be installed in a concrete vault per City of Renton Standard Details, 4 latest revision. 5 6 9-30.3(5) Valve Marker Posts 7 Section 9-30.3(5) has been deleted and replaced with the following: 9 The valve markers shall be fabricated and installed in conformance with the Standard 10 Drawings. 11 12 Valve markers shall be carsonite composite utility marker .375 inch by 6 feet or 13 approved equal with blue label "water." 14 15 9-30.3(8) Tapping Sleeve and Valve Assembly 16 Section 9-30.3(8) is revised as follows: 18 Tapping sleeves shall be cast iron, ductile iron epoxy coated steel, or other approved 19 material. 20 21 9-30.5 Hydrants 22 Section 9-30.5 is supplemented by adding the following: 23 (******) 24 Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal 25 conforming to AWWA C502-85. Approval must be obtained prior to bid opening. 26 27 Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, 28 Mueller Super Centurion 200, conforming to AWWA C502-85. 29 30 9-30.5(1) End Connections (RC) 31 Section 9-30.5(1) is supplemented by adding the following: 32 (******) 33 Hydrants shall be constructed with mechanical joint connection unless otherwise 34 specified in bid proposal description. 35 36 9-30.5(2) Hydrant Dimensions 37 Section 9-30.5(2) is replaced with the following: 38 (******) 39 Fire hydrants shall be Corey type (opening with the pressure) or compression type 40 (opening against pressure) conforming to AWWA C502-85 with a 6-inch mechanical joint 41 inlet and a main valve opening (M.V.O.) of 5-1/4 inches, two 2-1/2-inch hose nozzles 42 with National Standard treads 7-1/2 threads per inch, and one 4-inch pumper nozzles 43 with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads outside 44 diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4- 45 inch pentagon operating nut opened by turning counter clockwise (left). 46 47 The two 2-1/2-inch hose nozzles shall be fitted with cast iron threaded caps with 48 operating nut of the same design and proportions as the hydrant stem nut. Caps shall 49 be fitted with suitable neoprene gaskets for positive water tightness under test 50 pressures. 51 52 The 4-inch pumper nozzle shall be fitted with a Stortz adapter, 4-inch Seattle thread by 53 5-inch Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, 54 hardcoat anodized. Threaded end portion shall have no lugs and two set screws 180 55 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have 56 synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8-inch 57 coated stainless steel aircraft cable. 58 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 233 Conformed 21 March 2008 1 Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest M. 2 revisions. 3 4 9-30.6(3)6 Polyethylene Pipe 5 Section 9-30.6(3)B has been modified as follows: 7 Polyethylene pipe shall not be used. 8 9 9-30.6(4) Service Fittings 10 Section 9-30.6(4) has been revised as follows: 12 Fittings used for copper tubing shall be compression type with gripper ring. 13 14 9-30.6(5) Meter Setters 15 Section 9-30.6(5) has been supplemented as follows: 17 Meter setters shall be installed per the City of Renton Standard Details for water meters, 18 latest revision. 19 Duvall Avenue NE/Coal Creek Parkway SE Special Provisions to the Standard Specifications Reconstruction Project 234 Conformed 21 March 2008 rr Appendixes " '" CAG-08-001 TIB Project No. 8-1-017 (069)-1 TO Project No. 8-1-017 (069)-2 Award Date. Northwest Cascade,Inc., Award To: 10412 John Bananola Way E./P.O.Box 73399 Puyallup,WA 98373 1 (253)848-2371/848-2545 Fax (800)562-4442 $10,080,569.23 Award bate March 17.2008 rr (C - Y �� a9 -s rIL Volume llofIII Duvall Avenue NE/Coal Creek Parkway SE Reconstruction Southeast 107th Place to Newcastle City Limits General Bid Information: Submitted to (425) 430-7200 City of Renton City Contact: James Wilhoit 1055 South Grady Way (425) 430-7319 Renton, Washington 98057 to Consultant Contact: Jim Guarre (206) 431-2300 Submitted by HERGER/AHAM E N G I N E E R S 1 N G. Job No. FAPWT-04-032 Conformed FAPWT-04-033 21 March 2008 lrlrr wr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix A Prevailing Hourly Minimum Wage Rates Ow IN O w �r 1W iW State of Washington "W DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 "W 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 wo of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY g' Effective 08-31-07 (See Benefit Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36.24 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A CABINET MAKERS(IN SHOP) +� JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43.91 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $43.75 1M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43.85 1M 5D DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1 M 5D FLOOR SANDER $43.75 1 M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D SAWFILER $43.75 1M 5D SHINGLER $43.75 1M 5D STATIONARY POWER SAW OPERATOR $43.75 1M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D CEMENT MASONS JOURNEY LEVEL $44.58 1M 5D +� DIVERS&TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D aw DREDGE WORKERS ASSISTANT ENGINEER $44.59 IT 5D 8L ASSISTANT MATE(DECKHAND) $44.08 IT 5D 8L BOATMEN $44.59 IT 5D 8L we ENGINEER WELDER $44.64 IT 5D 8L LEVERMAN,HYDRAULIC $46.21 IT 5D 8L MAINTENANCE $44.08 IT 5D 8L MATES $44.59 IT 5D 8L OILER $44.21 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P so ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 r Pagel KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over IIiIY PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE fir CABLE SPLICER $55.05 1D 5A CABLE SPLICER(TUNNEL) $58.86 1D 5A CERTIFIED WELDER $53.16 1D 5A CERTIFIED WELDER(TUNNEL) $57.15 1D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL $51.25 1D 5A JOURNEY LEVEL(TUNNEL) $55.05 1D 5Ai ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $54.37 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.89 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.89 4A 5A 11r ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q 11w MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 5B ww FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12,77 1 FLAGGERS JOURNEY LEVEL $31.01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G UI� HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.13 1S 5J HEATING EQUIPMENT MECHANICS w MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS to MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN CAPTAIN $38.04 1K 5B COOK $31.90 1K 5B DECKHAND $31.59 1K 5B ENGINEER/DECKHAND $34.37 1K 5B MATE, LAUNCH OPERATOR $36.02 1K 5B Page 2 im KING COUNTY Effective 08-31-07 (See Benefit Code Key) ++10 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code +r INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 go HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 Im INSULATION APPLICATORS JOURNEY LEVEL $43.75 1M 5D IRONWORKERS JOURNEY LEVEL $47.92 10 5A 'w LABORERS ASPHALT RAKER $36.75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D rr, BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D q` CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D to CEMENT FINISHER TENDER $36.24 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1H 5D CHUCKTENDER $36.24 1H 5D CLEAN-UP LABORER $36.24 1H 5D rr CONCRETE DUMPERICHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D CRUSHER FEEDER $31.01 1H 5D ,qr CURING LABORER $36.24 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D DITCH DIGGER $36.24 1H 5D 1111r DIVER $37.20 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D DRILL OPERATOR,AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D 'W EPDXY TECHNICIAN $36.24 1 H 5D EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER,CHAIN SAW $36.75 1H 5D �r FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1 H 5D construction debris cleanup) FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D +� FORM SETTER $36.24 1H 5D GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1H 5D arr GRADE CHECKER&TRANSIT PERSON $36.75 1 H 5D GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 5D me Page 3 aw KING COUNTY to Effective 08-31-07 (See Benefit Code Key) Over 40 PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 5D ► HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D HIGH SCALER $37.20 1H 5D HOD CARRIER/MORTARMAN $36.75 1H 5D JACKHAMMER $36.75 1H 5D LASER BEAM OPERATOR $36.75 1H 5D MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1H 5D MINER $37.20 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $36.75 1 H 5D io PILOT CAR $31.01 1H 5D PIPE POT TENDER $36.75 1H 5D PIPE RELINER(NOT INSERT TYPE) $36.75 1 H 5D PIPELAYER&CAULKER $36.75 1H 5D No PIPELAYER&CAULKER(LEAD) $37.20 1H 5D PIPEWRAPPER $36.75 1H 5D POT TENDER $36.24 1 H 5D to POWDERMAN $37.20 1H 5D POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D so RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 1H 5D RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 1 H 5D SCALE PERSON $36.24 1H 5D SIGNALMAN $36.24 1H 5D SLOPER(OVER 20") $36.75 1H 5D SLOPER SPRAYMAN $36.24 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D SPREADER(CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D STOCKPILER $36.24 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D TOPPER-TAILER $36.24 1H 5D TRACKLABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $36.24 1H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMER $36.24 1H 5D WELDER $36.24 1H 5D WELL-POINT LABORER $36.75 1H 5D Page 4 W KING COUNTY Effective 08-31-07 (See Benefit Code Key) M Over PREVAILING Time Holiday Note Classification WAGE Code Code Code �r LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $36.24 1H 5D PIPE LAYER $36.75 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.51 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.15 1 LANDSCAPING OR PLANTING LABORERS $14.37 1 +rr LATHERS JOURNEY LEVEL $43.79 1M 5D METAL FABRICATION(IN SHOP) FITTER $24.94 1 err LABORER $25.45 1 LAYEROUT $37.15 1 MACHINE OPERATOR $30.96 1 W� PAINTER $25.15 1 WELDER $30.12 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 $33.16 2B 5A PLASTERERS err JOURNEY LEVEL $43.10 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEYLEVEL $56.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 IT 5D 8L irr BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $45.96 IT 5D 8L r BACKHOES, (75 HP&UNDER) $44.50 IT 5D 8L BACKHOES, (OVER 75 HP) $44.92 IT 5D 8L BARRIER MACHINE(ZIPPER) $44.92 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $44.92 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L BOBCAT(SKID STEER) $42.14 IT 5D 8L BROOMS $42.14 IT 5D 8L BUMP CUTTER $44.92 IT 5D 8L CABLEWAYS $45.41 IT 5D 8L CHIPPER $44.92 IT 5D 8L COMPRESSORS $42.14 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L CONCRETE PUMPS $44.50 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 IT 5D 8L Page 5 KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over rlll PREVAILING Time Holiday Note Classification WAGE Code Code Code CONVEYORS $44.50 IT 5D 8L ril CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42.14 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $44.50 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45.41 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $45.96 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $46.53 IT 5D 8L CRUSHERS $44.92 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44.92 IT 5D 8L DERRICK, BUILDING $45.41 IT 5D 8L DOZERS, D-9&UNDER $44.50 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 IT 5D 8L DRILLING MACHINE $44.92 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44.50 IT 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 IT 5D 8L GRADE ENGINEER $44.50 IT 5D 8L GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L GUARDRAIL PUNCH $44.92 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L HORIZONTALIDIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 5D 8L LOCOMOTIVES,ALL $44.92 IT 5D 8L MECHANICS,ALL $45.41 IT 5D 8L MIXERS,ASPHALT PLANT $44.92 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L OPERATOR PAVEMENT BREAKER $42.14 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L POWER PLANT $42.14 IT 5D 8L Page 6 so KING COUNTY Effective 08-31-07 (See Benefit Code Key) ■w Over PREVAILING Time Holiday Note Classification WAGE Code Code Code am PUMPS,WATER $42.14 IT 5D 8L QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 IT 5D 8L EQUIP ar RIGGER AND BELLMAN $42.14 IT 5D 8L ROLLAGON $45.41 IT 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 IT 5D 8L 11101 ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L ROTO-MILL,ROTO-GRINDER $44.92 IT 5D 8L SAWS,CONCRETE $44.50 IT 5D 8L - SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 IT 5D 8L �r OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED, HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $44.50 IT 5D 8L rrt SCREED MAN $44.92 IT 5D 8L SHOTCRETE GUNITE $42.14 IT 5D 8L SLIPFORM PAVERS $45.41 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 IT 5D 8L SUBGRADE TRIMMER $44.92 IT 5D 8L TOWER BUCKET ELEVATORS $44.50 IT 5D 8L TRACTORS,(75 HP&UNDER) $44.50 IT 5D 8L TRACTORS,(OVER 75 HP) $44.92 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 IT 5D 8L TRENCHING MACHINES $44.50 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $42.14 IT 5D 8L YO YO PAY DOZER $44.92 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A o TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A 1iw REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $54.01 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 JOURNEYLEVEL $43.59 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $28.74 1H 5G rr Page 7 r KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $54.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $30.51 1B 5C RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $41.96 1B 5A ROOFERS JOURNEY LEVEL $35.05 1 1w USING IRRITABLE BITUMINOUS MATERIALS $48.15 1 SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51.97 1 E 6L jai SHIPBUILDING&SHIP REPAIR BOILERMAKER $31.46 1H 6W CARPENTER $30.74 1B 6X ELECTRICIAN $30.37 1B 6X to HEAT&FROST INSULATOR $46.13 1S 5J LABORER $29.26 1 B 6X MACHINIST $30.29 1 B 6X so OPERATOR $30.22 1B 6X PAINTER $32.34 1B 6X PIPEFITTER $30.22 1 B 6X RIGGER $30.33 1B 6X wi SANDBLASTER $30.22 1B 6X SHEET METAL $30.48 1B 6X SHIPFITTER $30.32 1B 6X to TRUCKER $30.17 1B 6X WAREHOUSE $30.20 1B 6X WELDER/BURNER $30.32 113 6X go SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) go SIGN INSTALLER $27.28 1 SIGN MAKER $33.14 1 SOFT FLOOR LAYERS ab JOURNEY LEVEL $36.08 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S Page 8 Ai �r KING COUNTY Effective 08-31-07 (See Benefit Code Key) + Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $54.24 ix 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 wo PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $30.66 2B 5A HOLE DIGGERIGROUND PERSON $17.19 2B 5A INSTALLER(REPAIRER) $29.41 2B 5A err JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A do TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 26 5A TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $41.96 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $35.79 1B 5A 'w TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A TRUCK DRIVERS so ASPHALT MIX(TO 16 YARDS) $41.19 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $41.90 IT 5D 8L DUMP TRUCK $41.19 IT 5D 8L DUMP TRUCK&TRAILER $41.90 IT 5D 8L OTHER TRUCKS $41.90 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS ant IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 or �r rrr Page 9 +r 1r City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits �r Appendix B Standard Plans �r r �r. CITY OF RENTON aw CONTRACT DOCUMENTS FOR THE DUVALL AVENUE NE/COAL CREEK PARKWAY RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS rr STANDARD PLANS ww PLAN NO. TITLE City of Renton B010 Concrete Inlet B012 Catch Basin Type 1 B011 Area Inlet B014 Catch Basin Type 11, B027 Catch Basin Type 2 B071 Sanitary Manhole Typical Detail B099 10", 8" &6" DDCV Assembly; 6" Standpipe w/4 2-1/2" Nozzle Cross Connection/Backflow Protection Assembly B102 Fire Hydrant Assembly Detail w F001 Cement Concrete Curb and Gutter Plan F004 Cement Concrete Driveway Entrance Types 1,2, 3, &4(Sht 1 of 6) F004.1 Cement Concrete Driveway Entrance Types 1, 2,3, &4(Sht 2 of 6) F004.2 Cement Concrete Driveway Entrance Types 1,2,3, &4 (Sht 3 of 6) F004.3 Cement Concrete Driveway Entrance Types 1,2,3, &4(Sht 4 of 6) F004.4 Cement Concrete Driveway Entrance Types 1, 2, 3, &4(Sht 5 of 6) F004.5 Cement Concrete Driveway Entrance Types 1, 2, 3, &4(Sht 6 of 6) F005 Cement Concrete Sidewalk (Sheet 1 of 3) ..r F005.1 Cement Concrete Sidewalk (Sheet 2 of 3) F005.2 Cement Concrete Sidewalk (Sheet 3 of 3) F011 Sidewalk Ramp Types 2A &2B (Sheet 1 of 3) F011.1 Sidewalk Ramp Types 2A &2B (Sheet 2 of 3) F011.2 Sidewalk Ramp Types 2A &2B (Sheet 3 of 3) F014 Sidewalk Ramp Type 4A (Sheet 1 of 2) F014.1 Sidewalk Ramp Type 4A (Sheet 2 of 2) F015 Cement Concrete Curb and Gutter Plan G011 Sign Mounting on Signal Pole Mast Arm(Fixed Mount) H001 Channelization Markers Detail H002 Channelization Markers Detail H007.1 Raised Pavement Marker Substitution Patterns H008 Pavement Marking Details (Sheet 1 of 2) H008.2 Pavement Marking Details (Sheet 2 of 2) H009 Pavement Markings (Sheet 1 of 3) err Mt PLAN NO. TITLE H009.1 Pavement Markings(Sheet 2 of 3) H009.2 Pavement Markings (Sheet 3 of 3) H024 Steel Pipe Handrail for Sidewalk H031 Monument Case and Cover H032 Typical Longitudinal Patch and Overlay for Flexible Pavement H032.1 Typical Transverse Patch for Flexible Pavement H033 Typical Patch for Rigid Pavement, Pavement Patching, and Restoration Detail J001 Power Sources J007 Typical Lighting Underground System J010 Service Cabinet for Street Control and Traffic Signal J011 Street Lighting Contactor Cabinet Schematic J012 Type III Service Cabinet J013 Fuse Kit and Splice Kit Details J014 Light Base and Junction Box Locations J015 Typical Concrete Pad Details J016 Junction Box Details J017 Cabinet Foundation Details J018 Signal Head Mounting Details Pole and Post Top Mountings J019 Signal Head Mounting Details Mast Arm and Span Wire Mountings J020 Miscellaneous Signal Details J021 Signal Standard Type Designations and Type PPB, PS I, RM, and FB Details J022 Pedestrian Push Button Post J023 Pedestrian Head Pole J024 Pedestrian Sign Detail J025 Pedestrian Push Button and Sign Mounting Details J028 P-1 Controller Base and Conduit Detail J029 Signal Pole Foundation J029.1 Signal Standard Type Designations and Type PPB PS, I, RM, and FB Details J032 Emergency Pre-Emtion Detector VAN J033 Signal Head Location Detail J034 Detector Numbering System J036 Traffic Signal Head Mounting Details J037 Signal Tenon Installation J038 Induction Loop Wiring and Loop Splicing Details J039 Induction Loop Detail L002 Chain Link Fence (Sheet 1 of 2) L002.1 Chain Link Fence (Sheet 2 of 2) ` PLAN NO. TITLE SM60BH Beehive Grate for Use with SM60 20" x 24" Rev.Frame King County 2-024 Rock-Lined Shoulder Ditches and Curbed or Turnpike Shoulders 2-028 Debris Cage w WSDOT A-1 Cement Concrete Pavement Joints B-70.20-00 Beveled End Sections B-10.40-00 Catch Basin Type 2 with Flow Restrictor B-30.70-00 Circular Frame (Ring) and Cover ow B-55.20-00 Pipe Zone Bedding and Backfill B-85.40-00 8-inch Sewer Clean-Out D-1c Reinforced Concrete Retaining Wall Type 3 and 3 SW (two sheets) 4± F-2 Precast Traffic Curb F-2a Block Traffic Curb F-2b Extruded Curb (Sheet 1 of 2) 40 F-2b Extruded Curb (Sheet 2 of 2) H-1 Guide Posts H-10 Cement Concrete Stairway Construction Details " J-5 Pedestrian Pushbutton Details J-8c Type 3 Induction Loop J-8d Induction Loop Details(Sheet 1 of 2) J-8d Induction Loop Details (Sheet 2 of 2) J-11c Standard Duty Junction Box Types 7 and 8 (Sheet 1 of 2) �.. J-11c Standard Duty Junction Box Types 7 and 8 (Sheet 2 of 2) M-20.10-00 Longitudinal Line Marking Patterns .r wr n :°� n m� u®nxow,Wmr�xa rraaxvxraaw vuv V. N b o d ofZw L°,I m U >z ci ° OQFro,ZW N� o c° 0 �N N O ' Z .. =7�as p O in R d p u p lzR , W Q F U yTi O d Z� a w > Cp WW Z y a Sk € z 0 z ° H % h H = t� ° >� Waa T °n m my' �5i a US W Z K�V� ~ OKO ZO d ° ' O_ W ° aN G_W N O � O Q:Q:.511 z O��O old a FO FO z ~c�dW N�Om V myOy U' NON f QO a F =J > U)Z c O . F I° F 6~ a0 d Z o d Z <7 C a O 0 J Z z ~ •. �m Z H uj 0:Z LIJ 0(D - � a ° s m w pa' ° > ° ~ w FC o 4a� OF ° 0Z f g LL O w C w g O W W °z> w UzO> �5 �� a > a a ya2O 9 ZFLD mw = 96 v Z �yo- o� a z,�J ri�F- F ex0 > W H ?7(�W m U 6 U Ja O N 00. pp Z.w U zZW �iVa �yH zW C7W ' Ow U UO wZ} OZ O pw O K oe a JUs FO1- °o�z e w Wpm cc 5 w w w x�O LL fnWZx ! ": WO LLJLL m O aw x o - � . . .. . . m aO° i W . . . . . . . r .. . . . . .. � � y 0- ul 00 J a o z x W_ a. w - - - - - - g L 0 w . - w so N3TIV A113N ;A9 NM"O �--H1°IM 3NVl--��H1CIIM 3NV1-^�-HlaM 3NVI--� 4 . �a me o F: w CL W r--.�a t mom- °10 YN —°u � ♦�-' A;C OO N �O L mr° Td N N fi O E Y Y Y m — m:+ ho a a Q151 61 o0 om n.- c c W 3? 9 as ,r Z a „S2 O F h V i G to ~ w o W Z N p \ \ •.a Y a 0 Q zg: US U, W J Y a t7 V O U It*1 G � Kr. • z z H 1 7 $ N -OLL� O J O ` O = 1 i o70 o ? 3 w ma y d Z O Ja ti Q ° �? w¢<,mw w z gBO z w v m aW OLL a' Q w LU a. O U 20za� ai V M QUcn g vai tnw �nas((ryj[[yqyq o �j K�Jwe. 0 W W ww 'upo Z W z O x it} 3�F 5 o o M zx LLCa�7 O �a w a (�A�O O �, m0a z w 0FzOCLL_i w DO w o e yl z O a 4N z 0 W Q a O w W LU wD wwwwoo_ i zo w �m� Z Ui xUY W o m F~ = LU a a�a ~ �o w< w N 0a � as ga{O NQ 0 UN an. POW �Q�wU Q CN �{� J 0 < 2'F w U �N cw.log Y`wi ¢zd' ow a0 Q w a� y a �� aW l ¢Ow ZOZ=�a0 3x a ww Z a MO a ga wa 32 2 m Y� EL Z wj am Z C W 20 2 aw in U) ru) �p 0) NCwo 22 2Q zW O z} a C_ .`Z .� Ny �f0 Oy 0h z fN <7 P v> to cr N_ ip 0 _. O Ix LL h O o�to .►V io O O j z 1 .E NIW ZZ °d� ~ z H ywki \ O O z I \ F W f� N > O w I" a w \\\ w a z z O �\ 0— x Q m dU m W K �I n I 0 "' L7 tn ID a o :0 o + + OC 8 m in r u D4- W v ova am o3p °Nt 4) 1 • Q EOV NU Oa) .- 0 w N LWa + L Et vy� a co � 7 +m'o 3+ v - vdpc ° Dp LAC a@ ►K- �. U 3 O N 41-L - U,4. W co N 4- -3 jN �L Uc Ln 70 0 i mU fQ-•waC l. aL1/+0 q—'p U C d•C O -W 0 +(D LO DN - 0 LO 0 O 4-L_ . 4--3 L N= }C N _ L N C C }�O 00. Cr d U.0 O 0+- d + COD rW + 3 + ta•- L LaD0 L O 7(D W L rno-a O E C 4) a/UN +p C 3 dip T L OL 7— O— LO.0 C v .n a 0+ + r-u,in o 5 w r > o a z N in v t a O � } m � U d N in � fn q W +• ~ O ° V h L 1 o, ti 4 N }-. L L D O c c u u o c L O Z L) } Z i &n i p L 11 i I � r > i 1 m �.• m i 1 w .•, La m U� 1 � N I IN i 4� iW NIN „9t rn�E°- ° 10T g d° w� •° 4 D"I-' F P W sf c c 1 E o E «m fa n m eri > �- { c cr Q r O�IQ- U,,5c5�� $, A Ci N x Q to a Emo + a° � E. w-° mt �°j EEQ Spy _E— "'E aY mE� O�NOw t0� �q crd' <E9 YCIY cy 5 LL- F-6 0. 2 E Q LU IL uj _� N N LU Z J } ? J 1 J OW a K a� LLl W WZ C U ."aUU �VJ W 0 *N y �N �� z = LLI Q 6. a 2Z y� � O� Ua � i a U ul U� vo�ice It Ie 4 ¢ W m m � r x =tU �x LU w: xN_ mx oLL 6 ro O U. 8p0 Z 4 _= m9 O LU U ! 0 F- \ 2 = W Z Q \ Z Q \ � LU g \ ! ! a LL uj J w o tin O viii N CD W o a. C14 O L o L a F•-• 0 g N so LU o `a +wM T E � VQ Q W m c am rr O U) L ) a O Q Z ul v � m a N - N y LL 0 °'a° z . QJ0 o = C Q g Q h v 5 o m o y N E N o Z W ° � y'C °.Q C �C s L ° Y Epw w n Z 0 LIB O) LO O +MO 2. co _" Da oc m� OQ Li E) � `trsy¢w LU °u °� m °'p, O V W d 4? o ca N 00 00 aoo ....._ 13 C M N d�'O ^ a. IL ` m E 'o a` a 6i °E w N, c� 04 ^cV 04 r� w Q ._+ C U E L ..6 °l .°. ° -eL a m r r Z Q Q d r � " r 3.°C ° E N° °I— a M-0 a U Z V)E oy „ 0 O 2 N Q 5z W 0-9 Q. c a°° 0 y� n d a• aE u o ar N 00 0 VI 4 p2 Z .._ LL U Y N..+ 4 3 ° Q W w r to Z JLC.- � 00 00 co N�- C''•�4• J w M M a 4• �(] 0 . w N M 4 m 2 Q N Q d W IL N N LL N I••- w �T.r- �il J Z _ 'd 2 w s N LO a Z 3 cYi ci) Oo 0o a : N o r U) ttoo of o 0 a o ornrn Y1 W co of O N In to h 00 -Ol d d m d• 0 w I` 00 °% < O O'8 8®e W W< � CL ,r. g Z m= Za z � y i0 o: ■ w w cn-' 'mom .•i to w k: zv �• CL -w N IL o �o x 7'NfM .-* tJ 'w,w !' <V C7 and 2 -Aym Lj w CL o 2s w CL a. n. r (30NVN31NIVY4 MOd) 7CVW A - ,9L 'Yr1t arr MANHOLE FRAME AND COVER 6„ SEE DRAWING BR29 (SP PAGE B074) 12" MAX. 24 ADJUSTMENT (4" MIN.) CONE 'D' RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 STEPS - 3/4" DEFORMED BAR STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., , 7' MIN. OR APPROVED EQUAL. 'A' �- MAX. PIPE SIZE - 'E' 12" (TYP) �- LADDER-STD. ALUMINUM ` OR GALVANIZED STEEL MORTAR FILLET CONCRETE SHELF 1% PRECAST BASE SECTION OR CAST IN SHELF. ,B, 6" MIN. (TYP) SANITARY MANHOLE TYPICAL DETAIL rr NOT TO SCALE A' B' 'C' I 'D' 'E' awF 48" MH 48 6" MIN. 5"MIN 24 MIN. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" MH 60" 8" MIN. 6" MIN. NOTES: 1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS OR EQUAL. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING TO BE PER DRAWING BR29. \� 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ALL JOINTS SHALL BE GROUTED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. SANITARY MANHOLE 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. TYPICAL DETAIL 10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL BE A MINIMUM 60" DIAMETER AND HAVE A "SURETRACK" CLIMBING AND FALL PROTECTION SYSTEM INSTALLED. tiS Y o ADOPTED VOA CITY OF RENTON � STANDARD PLANS LST DATE:04/04 � 04-/1O/Oj Revised notes. IjnH DMC 0 17 96 Added notes. AG DATE REVISION I BY APPWD DWG. NAME: 8071 SP PAGE: B071 4Vr ar PRECAST CONCRETE VAULT WITH 3 - 3'x 3' ONE EACH SIDE 4"x 2 1/2" FIRE DEPARTMENT DOUBLE HINGED STEEL PLATE COVERS. DIMENSIONS CONNECTION FOR STAND PIPE WITH 5'-8"x 11'-2"x 7'-2" EQUAL TO UTILITY LAR, FLx SCREWED BREAKABLE CAST IRON HOSE CAPS. to VAULT OR EQUAL LL HEAD TEE, FL. ONE EACH SIDE EQUAL TO GRINNEL FIG. 1682 WITH HOSE CAPS FIG. 1333. TOUCH READ PIT LID SENSOR MOUNTED ON STEEL PLATE E FL.x FL 6" SWING TYPE GRAVITY OPERATED COVER THROUGH 1-5/8" DIA. LONG CHECK VALVE, FL EQUAL TO DRILLED HOLE IN COVER. MUELLER CO. A-2600-6 WITH BALL IV DRIP VALVE AT BOTTOM THE BY-PASS ASSEMBLY SHALL BE INSTALL EPDXY NON-SHRINK INCLUDED AS PART OF THE DETECTOR " ASSEMBLY GROUT (TYP.) DOUBLE CHECK VALVE ASSEMBLY. R 8" ASSEMBLY 5/8"x3/4" SENSUS SRI[ (TR/PL) METER R 6" ASSEMBLY 3-0 6" PIPE, FL.x FL. 3'0" LONG �I an 2"PRIVATE 6"& 8" ASSEMBLY. 6" SHORT RADIUS 90' BEND FL. Z PIPING PIPING R 10" ASSEMBLY 90' B"X6" TEE(MJ x FL) 3,-2„ REDUCING BEND FL. 6" 90' BEND FL. v CATS VALVE(FL x MS) 2-1 111I� 5'- 8" _ PTO CITY TO BUILDING Cl 12" ALL AROUND DEAOMAN M / 2'- 6"• BLOCK CONCRETE REQUIRED. BLOCKING 10",8",6" FL MJ ADAPTOR ALL DETECTOR DOUBLE CHECK VALVE ASSEMBLIES SHALL INCLUDE RESILIENT 10", 8" OR 6' FL.x P.E. SEATED SHUTOFF VALVES AND TEST PLAN 10" ASSEMBLY 10"x10"x8"TEE FL. PIPE WITH COLLAR 18 COCKS. AND APPROVED 8" ASSEMBLY 8"x8"x6" TEE, FL. 6" FROM P.E. CROSS-CONNECTION CONTROL 10"- 3'-B" LONG ASSEMBLIES PER DEPARTMENT OF ASSEMBLY 6'x6"x6" TEE, FL. 8"- V-6" LONG HEALTH LATEST APPROVED LIST. 10", 8", OR 6" GATE VALVE, FL.x MJ, 6"- 4'-0" LONG WITH INDICATOR POST. INDICATOR DOUBLE CHECK VALVE ASSEMBLY POST VALVE SAME SIZE AS DOUBLE INCLUDES TWO RESILIENT SEATED CHECK VALVE (MUELLER CO. OR SHUTOFF VALVES. EQUAL). 10", 8", OR 6" FLANGED COUPLING ADAPTER EQUAL TO ROMAC. 10", 8", OR 6" DUCTILE IRON CLASS 52 NIPPLE PIPE, TOUCH READ PIT LID SENSOR MOUNTED CEMENT LINED, LENGTH TO FIT. ON STEEL PLATE COVER THROUGH 1-5/8" DIA. DRILLED HOLE IN COVER. �— 3 36"TO 42' ar 1 _ ' 6" PIPE FL x SCREW 18" FOR 10" ASSEMBLY 17 1/2" FOR B" ASSEMBLY 18 1/2" FOR 6" ASSEMBLY 2'-6" 3' 2" 5/8"x3/4" INVENSYS TR-PL METER 7'-2" 6" MIN. DRAIN TO DAYLIGHT OR STORM DRAIN SYSTEM WITH 6" 90' BEND FL. CATCH BASIN OR MANHOLE 2-11 GALVANIZED STEEL LADDER COMPACTED FOUNDATION E N D VI E W NOTE: GRAVEL ADJUSTABLE STEEL PIPE SUPPORT, STANCHIONS BOLTED TO FLOOR. 1. LOCATE VAULT IN PLANTING AREA, NOT IN PAVING. 2. 4" AND LARGER BENDS AND TEES TO BE CAST IRON CEMENT LINED. 3. TEMPORARY SUPPORT SHALL BE PROVIDED UNDER VALVES AT THE TIME OF INSTALLATION TO CENTER THE PIPE IN VAULT OPENING. AFTER COMPLETE INSTALLATION REMOVE THE TEMPORARY SUPPORT AND 10", 8" & 6" DDCV ASSEMBLY INSTALL ADJUSTABLE PIPE SUPPORT. 4. INSTALL GALVANIZED LADDER FOR ACCESS. 6" STANDPIPE W/4 2-1/2" NOZZLE CROSS CONNECTION/BACKFLOW 5. AFTER FIELD INSTALLATION, MAIN DDCVA AND BY-PASS DCVA MUST BE TESTED SATISFACTORILY BY A DEPT. OF HEALTH CERTIFIED BACKFLOW PROTECTION ASSEMBLY ASSEMBLY TESTER. TEST REPORT TO BE SUBMITTED TO CITY OF RENTON G�SY �� ADOPTED WATER UTILITY ENGINEERING DEPT. PRIOR TO ACTIVATION OF NEW LINE. CITY OF RENTON tlM 6. INSTALL BRASS PLUGS AT ALL TEST COCKS + `` + STANDARD PLANS LST DATE:04/04 wrr DATE REVISION I BY APPR'D DWG. NAME: B099 SP PAGE: 8099 10 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER 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 STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY—M OORE/PRESERVATI VE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS 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. 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 B090). MAX 4' MIN 2"� RAISED PAVEMENT MARKER TYPE 88 A8 STIMSONITE TWO—WAY BLUE. 42" MIN CONCRETE BLOCKING BURY O MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" INUM 2-3/4" COR—TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. CONCRETE BLOCK UNDER HYDRANT —1/2 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN. 1' ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND MIN 3' RADIUS LEVEL ALL GROUND MIN 3' RADIUS 1 _ 4.875" x 5" STORZ 06 ONE MAN ROCK 1 o FI LL CUT HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL w �ZY p ADOPTED G 6 CITY OF RENTON ♦ + STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: 6102 SP PAGE: B102 p N z`mi W o a I� V. c N ��SO 83g� c W Z ZO Z r-�1 N W g a oc AW o o � 'd�y� =m d w z 06 o La uH� HQ U N<2Z °N m pP Vss 000 ;e;. a> Q F 0 N0 x in f W W g Q V a z° �W♦ . s mop m wZN SW a' V H �+ a W W > oZ z z 1,10 Z Q3 b V '� IL�< om W O ~ b m Woo S 9 a EE V ` z o LU V o 2 E ~ ° �d `� ya O ■ r�ce QJQ W y �o' uu?++ d U .e wU C7 (� 0� o prz J OtlA S3RNA k � J, •W U V p O W 7 -u Q i WOb< < w� <a v ° J� OR Z Z Z N M (V d U Ha 3 jK r .L U Y d 00 WW $ 28 E0 d t"yL u QF fi o �.-- ./ LU S g LU O sd°rcN r W LL LU 0 d U Z C C \ W V ooh < fill o; oo V w d SF ijW A . . Z D: pzW,a d .ZL .9 Z� O V LL ow O =LL. 0� � 9 o W P o a / " / 1%w d r .L U a -�- 7 SL Y w d YZk o; io .0 ?O' ao oo F-W Z rc } d ° M E R V . - C b WOW o m U Z F V 9 F o r o UJ A o -i Wa �U °g W m w ° Elvf- 5 Uu.LL ao Zd' w >bw 0 C� rz 0v 'y au � wr In aw > ° 0 W W d a� LI LLW �� m •�/ jH a sI pZ 3 C H rc C d °I V o � O Q W ` N o6 p Q W O O d .O-Z Z V Z', w o v ' 0 W a I s wZ o° a iWlll r OPTIONAL DRIVEWAY 40 (BY OTHERS) CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) > CEMENT CONCRETE PEDESTRIAN CURB (TYP.) RAMP WITH 12H:1V SLOPE (TYP.) CEMENT C DEPRESSED CONCRETE SIDEWALK CURB & GUTTER (SEE NOTE 3) TYPE 1 ISOMETRIC VIEW SEE SHEET 3 r�r DRIVEWAY (BY OTHERS) ✓ CEM. CONIC. CURB & GUTTER (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER (SEE NOTE 3) 40 TYPE 2 ISOMETRIC VIEW SEE SHEET 4 NOTES: 1. When the driveway width exceeds 15 feet, construct a full depth expansion joint (see Standard Plan F-3) with 3/8" joint filler along the driveway centerline. AW 2. Construct expansion joints parallel with the centerline as required at 15' maximum spacing when driveway widths exceed 30'. See Std. Plan F-3 for sidewalk details. 3. Curb and gutter shown, see the Contract. Plans for the 410 curb design specified. See Std. Plan F-1 for curb details. 4. Avoid placing drainage structures, junction boxes or other CEMENT CONCRETE DRIVEWAY ENTRANCE obstructions in front of driveway entrances. TYPES 1, 21 3, & '4 5. When driveway approaches are constructed in a commercial zone, the concrete driveway entrance shall be thickened from 6 inches to 10 inches. This includes concrete approach Types 1-4, Sheet 1 OF 6 sidewalks constructed behind the driveway apron, and the curb and Y gutter associated with each driveway approach. V�. 0 CITY OF REENTON ♦ t STANDARD PLANS LST DATE:04/04 1 9/3/2006 Addltlon of Note 5, Note on detnll DCV JF DATE REVISION BY APPR'D DWG. NAME: F004 SP PAGE: F004 �1 nw DRIVEWAY J" (BY OTHERS) O1 CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) wry DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) J„ wo CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER (SEE NOTE 3) TYPE 3 ISOMETRIC VIEW SEE SHEET 5 wr +w DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) 40 DRIVEWAY (BY OTHERS) go CEMENT CONCRETE DEPRESSED CURB & GUTTER CURB & GUTTER (SEE NOTE 3) (SEE NOTE 3) TYPE 4 — ISOMETRIC VIEW Yr SEE SHEET 6 CEMENT CONCRETE DRIVEWAY ENTRANCE r TYPES 1, 2, 3, & 4 Sheet 2 of 6 Y o� ADOPTED CITY OF RENTON ♦ � i N T ISTNDATE: 04 04 DATE REVISION BY APPR'D DWG. NAME: F004-1 SP PAGE: F004.1 ow BID ITEM (INCLUDES SIDEWALK RAMPS) VARIES 14' MIN. (SEE CONTRACT) 6'-0" r CEMENT CONCRETE PEDESTRIAN CURB (TYP.) 3/8" EXPANSION JOINT (WHEN SPECIFIED IN CONTRACT) (TYP.) (SEE STD. PLAN F-3) ° (SEE STD. PLAN F-1) io CEMENT CONCRETE SIDEWALK o 0 0I I RAMP WITH 12H:1V SEE NOTE 1 CEMENT CONCRETE SLOPE (TYP.) B CURB & GUTTER PLAN VIEW (SEE NOTE 3) >w PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1 NOT TO SCALE fo 6'-0" VARIES - 14' MIN. 6'-0" RAMP (SEE CONTRACT) RAMP CEMENT CONCRETE PEDESTRIAN CURB (TYP.) _ - �p Lo CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) SIDEWALK SECTION O (SEE STD. PLAN F-3) DEPRESSED 1/2" R (TYP.) CURB & GUTTER 1O VARIES (SEE NOTE 3) 3/8" EXPANSION JOINT J� (TYP.) (SEE STD. PLAN F-3) /DRIVEWAY SECTION O (BY OTHERS) CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 3 OF 6 Y 0� ADOPTED CITY OF RENTON ♦ ♦ STANDARD PLANS NT O� LST DATE: 04/04 DATE REVISION BY APPR'D DWG. NAME: F004-2 SP PAGE: F004.2 wr BID ITEM Iw 5'-0" 2'-6" VARIES 14' MIN. (SEE CONTRACT) 2'-6" 5'-0" DRIVEWAY 3/8" EXPANSION JOINT (TYP.) SEE NOTE 1 r ENTRANCE (SEE STD. PLAN F-3) SIDEWALK (TYP.) CEMENT CONCRETE o SIDEWALK a to C 0 0 0 C I I I fm DRIVEWAY CEMENT CONCRETE 5'-0" 2'-6- TAPER (TYP.) D DRIVEWAY ENTRANCE CURB & GUTTER SIDE SLOPE (TYP.) (SEE NOTE 3) PLAN VIEW r1r1 PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 2 NOT 70 SCALE VARIES - 6" to 0 DRIVEWAY DRIVEWAY ENTRANCE ENTRANCE 7'-6" VARIES - 14' MIN. SIDE SLOPE SIDEWALK (SEE CONTRACT) VARIES - VARIES DRIVEWAY TAPER 5'-0" to 0 0 TO 7'-6" VARIES ti 2' 6" to 0 m CEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) SIDEWALK SECTION CO (SEE STD. PLAN F-3) 4'-0" 6'-0" 1/2" R (TYP.) C DEPRESSED 'O CURB & GUTTER (SEE NOTE 3) 3/8" EXPANSION JOINT DRIVEWAY (TYP.) (SEE STD. PLAN F-3) (BY OTHERS) SECTION D +i1 CEMENT CONCRETE DRIVEWAY ENTRANCE rr TYPES 1, 2, 3, & 4 Sheet 4 OF 6 GAS Y p� ADOPTED CITY OF RENTON + + STANDARD PLANS ��'N T�� LST DATE:04/04 DATE REVISION I BY JAPPR'DI DWG. NAME: F004-3 SP PAGE: F004.3 aw X Y 318" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) 3' 0" 13' 1" 4' 0" 10. 9" CEMENT VARIES 14' MIN. (SEE CONTRACT) CONCRETE 5' 0° 7' B" SIDEWALK 0 I 0 P ° I 4 O �o .,•� w, •p ai• F X X J4,4 , ,w Y• I BUFFER STRIP SEE NOTE 1 2� 6" 2' 6" CEMENT CONCRETE (TYP.) E CURB & GUTTER Y BID ITEM (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 3 NOT TO SCALE DRIVEWAY 5'-0" 6'-0" DEPRESSED (BY OTHERS) 1/2" R (TYP.) — �1 CURB & GUTTER 2% 0 ;� /y (SEE NOTE 3) 3/8° EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) SECTION O VARIES — VARIES VARIES — 14' MIN. 2.6" to 0 2'6" to 0 (SEE CONTRACT) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) r VARIES 6" to 0 BUFFER STRIP (TYP.) ' 0 � in SECTION O CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 5 OF 6 GtiTY p� ADOPTED CITY OF RENTON ♦ a STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F004-4 SP PAGE: F004.4 ar BID ITEM irr 6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0" r 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) 0 I sli � iD G wr DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE SIDE SLOPE (TYP.) H CURB & GUTTER (SEE NOTE 3) PLAN VIEW tiNw CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4 NOT TO SCALE VARIES — 6'-0" to 0 VARIES — 14' MIN. VARIES 6'-0" to 0 +wr (SEE CONTRACT) DRIVEWAY ENTRANCE VARIES 6" to 0 SIDE SLOPE (TYP.) m 0 +IU 3/8" EXPANSION JOINT (TYP.) SECTION O (SEE STD. PLAN F-3) fm 6'-0" DEPRESSED 1/2" R (TYP.) 'D CURB & GUTTER (SEE NOTE 3) DRIVEWAY (BY OTHERS) SECTION HO CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 6 OF 6 G�CY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION I BY APPR'D DWG. NAME: F004-5 SP PAGE: F004.5 err 10 .r 0' 5 G BROOMED FINISH 0" 4" WIDE, SMOOTH 0„ 5 TROWELED PERIMETER E 0 5 � G 0" 5 G CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITEM 0 G CONTRACTION JOINT IN SIDEWALK ONLY EXPANSION JOINT IN BOTH CURB AND SIDEWALK -f- JOINT AND FINISH v* DETAIL SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK VARIES — 6' — 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) CURB NOT 'up INCLUDED 2% 2% IN BID ITEM 1/4" PREMOLDED ow JOINT FILLER CEMENT CONCRETE SIDEWALK ADJACENT TO CURB CEMENT CONCRETE SIDEWALK SHEET 1 OF 3 **' � ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 to DATE I REVISION I BY APPR D DWG. NAME: F005 SP PAGE: F005 go fto 1'— 0" MIN. 6"1 SIDEWALK VARIES — 6' — 0" MIN. (SEE CONTRACT) Ee�R1� 1/2" R. (TYP.) CURB NOT 2%— INCLUDED P IN BID ITEM SEE RAISED 1/4" PREMOLDED +�+ EDGE DETAIL JOINT FILLER CEMENT CONCRETE SIDEWALK WITH RAISED EDGE wr low SLOPE ROUNDING VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK 6 1/2" VARIES — 6' — 0" MIN. (SEE CONTRACT) 1/2" R. (TYP.) 2% 2% SEE CURB FACE DETAIL wri MONOLITHIC CEMENT CONCRETE CURB AND SIDEWALK aw SLOPE ROUNDING — VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT A" IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK BUFFER STRIP VARIES N 5' — 0" MIN. V RIES — 3' — 0" MI (SEE CONTRACT) (SEE CONTRACT) err 1/2" R. (TYP.) CURB NOT 2% 2% INCLUDED IN BID ITEM CEMENT CONCRETE SIDEWALK ADJACENT TO BUFFER STRIP +wr CEMENT CONCRETE SIDEWALK SHEET 2 of 3 Y p� ADOPTED CITY OF RENTON + i � STANDARD PLANS O� LST DATE:04/04 DATE REVISION I BY JAPPRT DWG. NAME: F005-1 SP PAGE: F005.1 �r 6" 1/2" 1/2" R. LEVEL 1" R. +lMi D 2% NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2" JOINTS TO INCLUDE RAISED EDGE CONTRACTION FACE OF CURB JOINT 5 1/2 1" � RAISED EDGE DETAIL 1" R. 2% p ° 7tN� - TOP OF p cO RO ADWAY p 12" WALL OR BARRIER p 40 SIDEWALK 8" 6 1/2" 1" 1/2" R. NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) p , CURB FACE DETAIL • p ° ° D 1/4" PREMOLDED 40 JOINT FILLER MME SIDEWALK ADJACENT TO WALL DETAIL 06 3/8" z 1/8" TO 1/4" J/71 PREMOLDED JOINT FILLER EO EXPANSION JOINT CO CONTRACTION JOINT ! CEMENT CONCRETE SIDEWALK SHEET 3 of 3 GtiZ Y p� ADOPTED CITY OF RENTON ♦ .A STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F005-2 SP PAGE: F005.2 air ow rrr. DETECTABLE WARNING PATTERN (SEE DETAIL) +� ISOMETRIC VIEW RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN RAMP CENTERLINE L wM A C OINT (XP�A EXPANSION (SEE STD. PLAN F-3) 0 o� CEMENT CONCRETE O^ PEDESTRIAN CURB� O 40 O 6� 4 \ P P ,11111110 B 0 tMll� SEE CONTRACT FOR CROSSWALK (TYP.) CURB RETURN RADIUS (SEE STD. PLAN H-5c) ,. SIDEWALK RAMP TYPE 2A PLAN NOTES: i11► 1. Avoid placing drainage structures, junction boxes or other obstructions in front of romp access areas. 2. Detectable warning patterns may be created by any method that will achieve the truncated dome dimensions and spacing shown. The detectable warning pattern area shall be yellow, in compliance with Std. Spec. 5-14.3(3) 3. Curb and gutter shown, see the Contract Plans for the curb design specified. See Std. Plan F-1 for curb details. SIDEWALK RAMP 4. See Std. Plan F-3 for sidewalk joint placement and details. TYPES 2A & 2B r 5. Ramp slopes shall not be steeper than 12H:1V. SHEET 1 OF 3 tiRY p ADOPTED 6. The designer shall provide to the City the curb ramp type, location, elevations, G� C1TY OF RENTON and profiles on the submitted plans of each of the curb romps within the project + ; area. The profiles shall provide enough information to determine the cross slopes and STANDARD PLANS running slopes of each curb ramp and will be checked for ADA compliance. ��NTO� LST DATE:04/04 9 3 2006 Added Note 6 DCV JF DATE REVISION APPR'D DWG. NAME: F01 1 SP PAGE: FO1 1 BY 1W RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN XA DETECTABLE C WARNING PATTERN (TYP.) (SEE DETAIL) 0 RAMP CENTERLINE r� 40 B m 2'-6" CO CEMENT CONCRETE PEDESTRIAN CURB CROSSWALK (TYP.) (SEE STD. PLAN H— c) 3, \O, 0 Si 2'-6" C 3/8" EXPANSION JOINT (TYP.) 6'-0" (SEE STD. PLAN F-3) SEE CONTRACT FOR CURB RETURN RADIUS 6 G G SIDEWALK RAMP TYPE 213 e PLAN rr RAMP E O O+ 00 MIN. I MAX. . ELEVATION D 1 5/8" 2 3/8" p i I a E TRUNCATED DOMES (SEE NOTE 2) E 5/8" 1 1/2" -- O a DETECTABLE WARNING PATTERN DETAIL F 7/16" 3/4" PLAN G 7/8" 1 7/16" ' --� SIDEWALK RAMP TYPES 2A & 2B SHEET 2 of 3 vti�Y a� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F011-1 SP PAGE: F011.1 aw 4w 6'-0" MIN. TOP OF 2% < � ROADWAY Pill — CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER SECTION O (SEE NOTE 3) 6" 6'-0" MIN. LANDING 1 2'-0" /y TOP FLUSH ROADWAY 7 2% M11� DEPRESSED 7000NCRETE ENT CURB & GUTTER CEMENT CONCRETE (SEE NOTE 3) PEDESTRIAN CURB EWALK (SEE STD. PLAN F-1) DETECTABLE WARNING SECTION O PATTERN (SEE DETAIL) VARIES - VARIES 3'-0" TO "A" 2'-6" TO "C" - TYPE 2A TYPE 2B alr VARIES 6'-0" TO "B" VARIES 6'-0" TO "B" RAMP RAMP `v I 6° 6" I .rr 3/8" EXPANSION JOINT (TYP.) LANDING (SEE STD. PLAN F-3) ..► SECTION OC RADIUS A B C (AT CURB FACE) 20 FEET 4'— 5 1/4" 8'— 10 1/2" 3' — 8 1/2" 30 FEET 3'— 10" 7' — 8" 3' — 2 1/4" ow 40 FEET 3'— 7" 7' — 2" 3'— 0" 50 FEET 3' — 5 1/2" 6' — 10 3/4" 2'— 10 1/2" view 60 FEET 3'— 4 1/2" 6'— 8 3/4" 2' — 9 1/2" 70 FEET 3'— 3 3/4" 6'— 7 1/2" 2' — 9" SIDEWALK RAMP 80 FEET 3'— 3 1/4" 6'— 6 1/2" 2' — 8 1/2" TYPES 2A & 2B 90 FEET 3'— 2 3/4" 6' - 5 1/2" 2' - 8 1/4° SHEET 3 of 3 GtiS Y p 100 FEET 3'— 2 1/2" 6' — 5" 2'— 8" ADOPTED CITY OF RENTON ww INTERMEDIATE RADII CAN BE INTERPOLATED ~ STANDARD PLANS L{'jar T LST DATE:04/04 DATE I REVISION I BY IAPPR'Qll DWG. NAME: F01 1-2 SP PAGE: FO1 1. m RADIUS POINT OF CURB RETURN R � gO�LS SF �qT F C CON�gcpe gceJ � i CEMENT CONCRETE 3/8" EXPANSION JOINT PEDESTRIAN CURB (SEE STD. PLAN F-3) A6'-0.. RAMP CCEE........ o �' Y B Eiiiiii^� I J � O W 10 9 N X � LANDING CROSSWALK Y C (SEE STD. PLAN H-5c) DISTANCE FROM P.C. DETECTABLE WARNING PATTERN (SEE DETAIL) SIDEWALK RAMP TYPE 4A PLAN RADIUS X Y (AT CURB FACE) 20 FEET 6' - 1 3/4" 2'- 7 1/4" 30 FEET 7'- 11 3/4" 4' - 8 1/4" a, 40 FEET 9'- 5 1/4" 6' - 5" 50 FEET 10' - 8 3/4" 7' - 11 1/4' < a 60 FEET 11'- 10 1/4" 9'- 3 1/2" ISOMETRIC VIEW 70 FEET 12'- 103/4" 10'- 63/4" 80 FEET 13'- 10 1/2" 11'- 8 3/4" 90 FEET 14' - 9 1/4" 12' - 9 3/4' 100 FEET 15'- 7 1/2' 13'- 10 1/4' INTERMEDIATE RADII CAN BE INTERPOLATED NOTES: 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 that will achieve the truncated dome dimensions and SIDEWALK RAMP TYPE 4A spacing shown. 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. 4. See Std. Plan F-3 for sidewalk joint placement and GtiC1 p ADOPTED details. CITY OF RENTON 5. Romp slopes shall not be steeper than 12H:1V. * ,� STANDARD PLANS LST DATE:04/04 DATE REVISION By APPWD DWG. NAME: F014 SP PAGE: F014 err 40 6'-0" CEMENT CONCRETE PEDESTRIAN CURB VARIES TOP OF (SEE STD. PLAN F-1) TOP OF ROADWAY low 27_ d' � ROADWAY 40 CEMENT CONCRETE DEPRESSED SIDEWALK CEMENT CONCRETE CEMENT CONCRETE CURB & GUTTER CURB & GUTTER RAMP (SEE NOTE 3) SECTION O (SEE NOTE 3) SECTION CO .IN vw 3/8" EXPANSION JOINT (SEE STD. PLAN F-3) 6'-0" Yw RAMP CEMENT CONCRETE 2' — 0" SIDEWALK TOP OF 'v LANDING ROADWAY a DEPRESSED DETECTABLE WARNING CURB & GUTTER PATTERN (SEE DETAIL) (SEE NOTE 3) SECTION BO SHALL BE YELLOW, IN COMPLIANCE aw WITH STD. SPEC. 8-14.3(3) ETECT LPB E �VARN�NG PATTERN AREA I�•—=—►I{ RAMP B Al I I d MIN. MAX. p+ n c O+n r .�e A 1 5/8" 2 3/8" — @ ° B TRUNCATED DOMES (SEE NOTE B 5/8" 11/2" PLAN 2) DETECTABLE WARNING to C 7/16" 3/4" M C PATTERN DETAIL D 7/8" ELEVATION SIDEWALK RAMP TYPE 4A SHEET 2 OF 2 wo GtiSY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE I REVISION BY APPR'D DWG. NAME: F014-1 SP PAGE: F014.1 rrr CEMENT CONCRETE CURB AND GUTTER 3/8"PREMOLDED JOINT FILLER 1'-6 m [V 5'-0' R. 5'-0" R. 5 5'-0'R. '-D' R. 4'-8 1/4' S" 75' 4' - 8 1/4" ATCH BASIN FRAME AND GRATE GUTTER PAN (NOT INCLUDED IN BID ITEM) PLAN VIEW CATCH BASIN GUTTER PAN 10 2'-8' SLOPE GUTTER PAN DOWN TO FRAME q/2" AND GRATE MATCH 1/2' R. ROADWAY S SLOPRECESTOP OF Og 1/2" 1/2"R. ROADWAY c rD D VARIES 0 ADJUSTMENT SECTION or D (NOT INCLUDED IN BID ITEM) D CATCH BASIN OR INLET p (NOT INCLUDED IN BID ITEM) •p D SECTION O 6 1/2" 5 1/2" 1/2"R. 1" R. MATCH e 7 ROADWAY SLOPE n D � 1/2' R. D . D r D D r D r Dr •p . D 1D D OF I—ROADWAY VARIES r� +wi SECTION BO CEMENT CONCRETE CURB AND GUTTER PLAN SHEET 1 OF 1 v��Y p� ADOPTED ♦ i CITY OF RENTON 4 STANDARD PLANS LST DATE: 04/04 > f DATE REVISION BY APPR'D DWG. NAME: FO15 SP PAGE: FO 15 w AS PER PLANS OR AS CENTER OF SIGN AT DIRECTED BY CENTER OF MAST ARM ENGINEER MAST ARM 410 SIGN MAST ARM SIGN SIGNAL A POLE P VIII 3 I 30' I'3„ SECTION VARIES 7EVENLY M AXIMUM SPACED A..__1 BETWEEN MOUNTING MOUNTING STRAPS STRAPS lrr SIGN TO BE MOUNTED LEVEL AND HOLES DRILLED IN FIELD AFTER SIGNAL POLE IS LEVELED AND ALL SIGNAL FIXTURES INSTALLED. low TYPICAL MOUNTING wr I o SCOTCHLITE h J SILVER ON GREEN i s" 40 18 O U U Ll U 4„ 8 I f s" VARIABLE + STREET NAME - LETTERS: B" - SERIES "E" STREET DESIGNATION - LETTERS 4" - SERIES "E" 0.080 GAUGE ALUMINIUM SIGNS SINGLE MESSAGE } 4" C H&H &WE S 24" 4" .. i VARIABLE ALL LETTERS: 6" - SERIES "E- or DUAL MESSAGE SIGN MOUNTING ON SIGNAL POLE MAST ARM (FIXED MOUNT) w �`C Y p� ADOPTED CITY OF FENTON STANDARD PLANS �V�O LST DATE: D4/04 11161 DATE REVISION BY Pt'R D DWG. NAME: G01 1 SP PAGE:GO1 1 CENTER LINES • • • • • • • • • • • • • • • • •-T 4" YELLOW TYPE 'I' 30' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) • • • • • •9, 15 �3'�% 4" YELLOW TYPE 'I' '�•` LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) TWO-WAY LEFT TURN LANE • • ® • • • • • s • • • • • • • • • m 1 4„ • • • 9'• 15' * • 3'� • 12' 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.) 4" YELLOW TYPE 'I' LINE MARKERS f NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL �lili tiZY p ADOPTED U A CITY OF RENTON STANDARD PLANS N T O LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: H001 SP PAGE: HO01 to APPROACH LINE ar ! ! f ! ! f ! ! f f f f ! ® ! 8" lo"" 3' 24' 4" WHITE TYPE 'I' LINE MARKERS to 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) air NUMBER AND LOCATIONS OF ARROWS APPROACH LINE LENGTH ARROW LOCATIONS 14(00 R Z rr. 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE) 125-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS to OVER 300' AT 100' INTERVALS 40, SKIP APPROACH LINE 48 low ss s sss 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS to 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) +w LANE LINE low 4,> vrr 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS .r 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) wr to CHANNELIZATION MAKERS DETAIL �tiTY p� ADOPTED CITY OF RENTON + J + STANDARD PLANS N T LST DATE:04/04 DATE REVISION IB Y APPR'D DWG. NAME: H002 SP PAGE: H002 No - o dLU= o F- o Z W' � N ~ pd ya ZILIN OZ 4 d m„ o WZp. N za- O �o Y O O Qf N0 O OLU W rn �g �r 4 S5 C p W f"0 0 0 C7 a. ❑ ❑ ❑ m 0'� p�a4� G Ho JU Q U cn v7 i p a 00 00 Li z co r � 0 s O O a 9K cc co O N V 00 N W P a W P a Z P T W J� � 0 .T � � 00 v LCO : W Ln J J n W Q 13 y d i W > 3 OCIIJ Uj O 0 r W 00 - o ' Z g6 . d a m_ R � .. O: .. 0 4 N co O F 00 N 3 0 �� 4 a o� 0 0o� co ❑ ❑ m 3 It -�fr� gp a a v O o O O n T O 0 a 0 O a CO a 0 a Ex Ix O ' 13 ❑ - m m 13 m o d 4 T T c F- m W � Z . W U V Z Z -j� �.., r- a .W 4 O J Z J L Z L _ ~ m W N Y O N W C of �- 2 y, N lZ N J O r CL y 'J aUi W v- m L L 2 0 p Y O ; Q 3 o P o J o lf1 W _ a � a m o a iL � L � o0 a r 00 O y y Y r —00 O O >' c 3 O 3 s O N N N N N W M N # N W n O. � p 0 JT 00-J� J� O Y Gi', m � t7 a A W O y a O ° A +m 44i A � � F" d a + w 4w fl, J+ ¢ A to w wwr F1 i C � N W N O W � J Q . �. ^ x {..L = p LL- ° C? � I �_ ¢ m Z Dau Z 4 o k (n o o I t � C()¢ N in V N ( a } 1 0 4JW d* o O Z Z F" J J Xx � o � 5'� I Z cr- ~ `rrr o M _d-,B p a o M OUDI ujnt I '° J g Z N N Lea t A -oM1 u io to v W z Z ,OC ID m G ZW +�- �Y .� d � I W N I O ~ W d.( �b tp W �� 0.:� Q 4 + ,d Y= I a �'� � W = o z N far N y I r a° a Q U G1 N C Cl N V d O. O i * �O+N V F- I e y� GN u O N t t w till I I L a U c Y m a ~ J v e �/ L Q m H w c o ( ; v o N f1 0 7E 2 Z 0 3 D auol kD O L v ay G �7 ujnI 4}®7 p Y c #t N O Ci�J J 'M H C o I I L +o in J J I O C .. N W ai BUD I I ® YUD m+ p - _ ain4uodep ® i G u T- - y000lddy 77' O O d i v O U C O C O C T F snulw 11 c snulw 11 m L D J I a f- w o c o c G N Q E L p U p }�N d 0: N N a c L ,o 'n o 0.J G i[1 J N N O� L iD- ca O Q N N O L m ; a w 7�0= O W W 6 L C L O d 41 N Y N L . y R N G > a N tl1 U N V o D Y J W :3 K C N O •e8 rr o °� >' C U a CL —a m o O L T T Duo :2..o ujn+ dial ■O ! ME PREI r ■■I►" •"/ ae.��iiti•ii;ia■ppNw�i�ir fmP •.w. .r.r .. .P wr `tM■ iWY. i.a au� va r SUN, r• rD..iii� �N. .rrwrr DNr Nr.Ne rr. srwtw er ar..�■.�o■ .r.i► DNS �i■■ N■■■W ■ ■. irr.r N.Srr.0 • ■■■urr� sasmrareurs■r ■.qw' u. wt._ rr■p auu ■oP •��.•'.. au uuauui■u■rer°■O° iKV .iiP aenruau �...r W.wrrrerrre. ■■wiu .■rr.� f.. ■...��ir . �iiaixrfr ier. ou wurr ' au. ■Y.■t...� i.._ ... r arw�wr.i ■ww. x mi.■■r ■lrirrti.l■irr/r.a/ri■■r 9°� iiirii ■.r■a■■ • Ar■ � s.r..rur.r.a.asNOer.v r�"ari■r . ■.■■ n■.xuuursisriu.a■m sw.ui ■■. -v r.•-- oars i..awao.DNUS000 w rur ws. anrrao ....w..RirNUM,s.r■ r w■a wo ■m..wrs �.wseuwaaas■ga. -r .f. us■ auu irasrw a la.Yw■s.w.re■u. i�u■ ror.r ..i■srr..�ra. �uuuweawrr Nar. ■irrwus ■YDMrY ■ra■■iB.m i.i, .r.■.aow.uu.0 �seurow swoN. ivrrrmuuts ' O.a■uDre Dre uaw wrli fxsauuun uruun.■oouor.ruaC ■Z:: ou■r■u• +aa■rrouar■.• ■r.rrwuuu.u.mwr.r.u� ■a■euu■.wrirurl■► auraut■.wu ® ...� � Niiiiiiiuiiiiiie iiieiiiiiiiiiiiii� ■■ rar�p�' ua ner iii... ■...air_. .v■.eaar..■r.raiam '^ � uruwuoumn.u=�.xsiarrwr r urauuaruaou. rusaaaar —did o^ r r•%pia.!■r/f./rrNlw.r N/■re■rNiww U■l MerlReerea BR/t . rli�i■tl a■i,rrf �■.... i■fat■■l.x.■ti w■■■r.i.t■e.rlil.rte•■srn.wailsr w■e.. .lg1b._ +uw,.aaria r■u■iaruu.suuu+.p.uu■■sr..■r.. u.r.a■usr._ iw.w..rruu.aur.rwuauarruu■.rrusuu ■.puuira■r■._, .ew■■.r■waruuuauuur■rsuuDeurruusr u.r.uuu■uu.w.-_ ■muiu.+uuu■uwuuuu■o■ua.uroui.■ .uuvut■■uuN■w.r.._ nousN.N.uuuutuoouorauruu uu ■.Nr.ewrwwrerHrN. N. •a.tl■.■w.f■■e■rrrwwwwitwtr■1i■■sr■t■r. m H 0 � m ; _ N N C N �.. �., N m VV� pa�,yd gsu i�i Z Z �o N d �a N o m Wit O :ilJ lu a wax dLL mo f• s 4�5 W 0 OO 0 v Vo O_Q a in �( N 09 ul VVV a N W O N 9 U. =m 9 x�'•h 4 ut V S�p Z r fV 7 K hvWi y� Z C Lu v« .ZW 45 yR e a C b F eau i� W 6 U a w car �w 'F � � � �� }� ,++•,��^ (�n. Q.Z io N UO c 2 0- J � W cm Z �c W �m U' y E v LLW qw OV Hwy' 9.0 cc 6U 4> O 2 ~7= W N OW o O!•. Q. 39 Q LLB ' Y Z rG Z 7 �.Pf: '6: 6 U W m W W U ul im 1� Ills le, �#as sd: z 'i ;f WZEk. x�i W ayL f ' �`�d{q W U i. w c W ms's, K bg w a c Js � 3 >Lu ^v �l M Q LU a =' C-4 N N W y , v�� a z 44z N p� d N \ N N O...J O t d...:N m Z J F- g z a o }OMy a �c�J, "as ��5y x W w LL Q Q w : mS .. rr Z 3 e W y 4 d E•• giOp_pzt❑- N❑ a p w Q W H co q o .' CJ JiE Q� up �r� yiwz ow vw _,...... ,,ti r J a. w n J O 5. 1�1 H LL; W o] ` z ;� � J xu� E'w ca Q x Al s � { o mt t w i m �s E m m qw ew w 2 Q QQ° O A M �y V Ivi W ILL Il N o ^ J y� w�U 0 w E m N v n Z 1 O (� '%OtlddV A6 n° F�W d O vw Y S W Az M� V W �rex ;,�yw r �: ..�rrrvs ss s' � n : .a�•:�+� �,. NZ C C �Q�•-� Q_ HEall �` ¢4&L " E ?�a_ xx y'/-`~^ r t x '` 4 e A c �c c.2'E r dl O m F mN N N�w O1W�W vw !3!� 2 G 888 a .0 rw 7C �w U OVER 6'-0" OVER 6'-0" 2"0 EXTRA STRONG TO 7'-9" MAX. TO 7'-9" MAX. STEEL PIPE POSTS 6'-0" MAX. 6'-0" MAX. 2"0 STD. STEEL PIPE POSTS 2"0 STD. STEEL PIPE—WELDED JOINTS I A 1'-9" �— 1-1/2"0 STD. STEEL PIPE — CONC. CL3000 1'-9' C.W. .. 8 12" 8"(TYP) �A COMPACTED SUBGRADE COLD JOINT WHEN NOT CONSTRUCTED INTEGRAL WITH CONCRETE WALK SEE DETAIL A #4 REINFORCING U BAR AT EACH 12" MIN CONCRETE WALK GROUT POST—SEE DETAIL WIDTH AS SPECIFIED 1 B 2 =111= :I __, —i Ir 8 4" DIA. ul 16 GA. GALV. 4„ 4.. STEEL SLEEVE 8 TEGUL MINERALEAD OR EPDXY GROUT COMPACTED SUBGRADE g" MIN.�1 a ("— SECTION A—A DETAIL A lrli NOTES: 1. RAILING SHALL BE HOT DIP GALVANIZED AFTER FABRICATION. 2. ALL POSTS SHALL BE PLUMB AND RAILS 3"R PARALLEL TO GRADE. DETAIL B 3. PIPE MATERIAL SHALL CONFORM TO ASTM A53. 4. REINFORCING STEEL ASTM A615, GRADE 60. NOT TO SCALE STEEL PIPE HANDRAIL FOR SIDEWALK GtiSY p� ADOPTED CITY OF RENTON STANDARD PLANS IST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: H024 SP PAGE: H024 llllr w� ttO�-y1 W W A CO a op d u ow �r< y1w O vw ca qw r o z v ca r a 1-4 V' ••A A A a. • .•. = V U W LLL •� r J s avc�a o Cl a zw¢w z w �a wa o w tnwU-Z r 1T.f Q In rOr- z In I.- bQ Cl. • .� Q VSW OCCYW °•. 3: dZ_T..dCa W 'Z U W W to-!' O >Wd o z�aa zoLTr WUWx co Lai O I- .') Z W W r N WSOG 1n OO }t+ v L)v co[ sH�2= V, WHO N>r ww t- l� u,C.3 Z d'LlN x co o z u o P.W wO W Z W'7 c ' ICI LANE LINE MARKING 7,_8., STANDARD VEHICLE WHEEL PATH U3 4.5' 3' rIllr MIN. MIN. MIN. L 1IW ACP CLASS* MIN. MIN. „ 6 CRUSHED 2" CLASS 'B' SURFACING TOP COURSE 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL WITH EDGE OF CURB & GUTTER, AR400OW OR CENTER OF LANE LINE 2.5' MIN. CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER Ilr + *MINIMUM ACP CLASS 'E' or 'B' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' or 'B'. RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B'. ► 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 GtiT Y p� ADOPTED CITY OF RENTON + K + STANDARD PLANS LST DATE:02/05 02 2005 MODIFlED NOTES DCV DC oD ooa MODIFlED NOTES BY cz DWG. NAME: H032 SP PAGE:H032 DATE REVISION BY APPR'D MiIE rr 1' 1' 2.5' MIN MIN MIN MIN MIN +�r 2" CLASS `B' FACE OF CURB OR EDGE OF PAVEMENT ow r CENTER LINE OR *2" TO 6" CLASS 'E' LANE LINE aw OR CLASS 'B' — lw y 6.5' MIN. wr 2" DEPTH OF GRIND OR SAWCUT AND REMOVE 40 .— 6.5' MIN. 1' 1' 2.5' --{ 1' 1' aw MIN I MIN r MIN I MIN I MIN +rr 2" CLASS 'B' ACP CLASS* low 6" CRUSHED SURFACING TOP COURSE wr CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER lr TYPICAL TRANSVERSE PATCH FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT SP PAGE H032 rr �tiZ Y a� ADOPTED CITY OF RENTON + re + STANDARD PLANS LST DATE.:02/05 02/2005 M001FIE0 NOTES DCV OC 07/2004 MODIFIED NOTES DCV G2 DATE REVISION BY APPR'D DWG. NAME: H032-1 SP PAGE: H032.1 ow ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL 2" MIN. AND IN STRAIGHT LINES AS CEMENT DIRECTED BY THE ENGINEER REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT so 3/4"DIA. X 12" LONG DOWEL MIN. ON ALL OUR SIDES BARS BAR tB' ON CENTER EPDXY COATED DOWEL F 6° EXISTING RIGID BASE" MIN. 12° MIN. 12" COMPACTED TRENCH TRENCH BACKFILL COMPACTED CRUSHED SURFACING AS DIRECTED BY THE ENGINEER TOP COURSE, 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 (Ali Yes Yes Plus one panel beyond the curb return Streets ---- 40% Removal Yes Yes Excellent Condition X11 (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 oil streets in CBD any panel needs to be any panel needs to be and all bus route patched patched to *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF THE ENGINEER. TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING AND RESTORATION DETAIL tit�p ADOPTED CITY OF RENTON + + STANDARD PLANS IST DATE:04/04 tllil DATE REVISION BY APPR'0 DWG. NAME: H033 SP PAGE:H033 cq << A z 4b P wig N VN IL so i e d � o w q w a a ° o d v i e N O O } Y Al P m cl m e � � vE lw V Nr I Z Jr } } N O TO f O i } > } Q 1Nt N N F1 Q •� .. r 4. _ p a_ �• N I CL . i a a CL C Y N F N Y t•- b • o NO oa�= _ e s w r } e O t w 1 e 4} ti = w 9 • O� ti e • • N N O; y v p > O ^ a' N N \ - . q N �• N .._. .� L 4 �_ .p.... IL m L • . � ° r , Y � e r t-I p a a W e LLI IL 0.a i 0 Y h w O O p w •Z A V i • r N } 3 • V V _ N N t e '�. r ��' • 'i• ��, o z • Z a w a w a- a a e a •� v w AW to to No aw TO LUMINAIRE FUSE KITS QUICK DISCONNECT 10 AMP IN LINE FUSE KITS S.E.C. OR EQUAL va TYPICAL DESIGN 'B' JUNCTION BOX GROUND LUG 1/4" MINIMUM DRAIN HOLE to SPLICE KITS CLEAR EPDXY 2" MIN. GROUT TOP OF CONCRETE SPLICE KITS ON ALL THRU UNDER POLE BASE WIRE RUNS FOUNDATION TO BE LEVEL WITH TOP OF SIDEWALK 4" CONCRETE PAD OR CURB. #8 BARE COPPER GROUND WIRE GROUND CLAMP 4' I�f PVC 1 #8 GROUND WIRE CONDUIT Illy ���IIIIII 2 - LIGHTING SYSTEM CONCRETE WIRES TO CONTACTOR (SIZED AS REO'D.) FOUNDATION 5/8"x8' COPPER CLAD GROUND ROD 3' SO. OR DIA. TYPICAL LIGHTING UNDERGROUND SYSTEM ► �ZY p ADOPTED GO.C� CITY OF RENTON ♦ + STANDARD PLANS LST DATE:04/04 06/25/03 ADDED /JB GROUND NIItE JA CH DATE REVISION BY APPR'D DWG. NAME: J007 SP PAGE:J007 so 1 120/240 VAC to 10 SM mwo ELECTRIC ■ ■ METER CELL o C^ o 7m � N I- rr z D I- 4y � E— L- 4rr 5 a 6 n s Fill u ow 2 k'6 2' - Z' 2■ g• 16■ +4r m '4 �o Z" (TYP) 1Aw UL LISTED PER STANDARD 1508 SUITABLE FOR USE AS SERVICE ENMANCE EOUIPMENT w MEETS EUSERC/PSE SPEC. COMPONENT SCHEDULE rtrr O METERBASE: 100 AMP, 4 JAW, AW #114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY) O PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WARE, COPPER BUS ,w WESTINGHOUSE BAB BOLT-ON BREAKERS: 1-100/2 MAIN 2-20/2 ILLUMINATION BRANCH 1-50/1 SIGNAL BRANCH f1w 1-15/1 CONTROL CKT BRANCH 1-20/1 GROUND FAULT RECEPTACLE BRANCH ow O CONTACTOR: LIGHTING RATED, 30 AMP, 4 POLE, 120 VAC COIL, SO D #891DDPA34VO2UI. 4� TERMINAL BLOCK TO REMOTE PHOTO ELECTRIC CELL. OPHOTO-CELL, BYPASS SWITCH, SPST, 15 AMP, 277 VAC. 11r O GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, #12 GA PREGALVANIZED STEEL CONSTRUCTION, 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (LIFT-OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR SERVICE CABINET FOR STREET CONTROL BEST CX LOCK ON DISTRIBUTION DOOR POISHED WIRE GLASS WINDOW IN METER DOOR & TRAFFIC SIGNAL CLOSED CELL NEOPRENE GASKET, CARD HOLDER TY ADOPTED FINISH: POLYESTER POWDER COAT, ALUMINUM OUTSIDE, WHITE INSIDE �' CITY OF RENTON +a� STANDARD PLANS LST DATE:04/04 tiilr 08/75/03 R"SED UB£e. 'm N DATE CP PR D REVISION BY DWG. NAME: JR--11 o SP PAGE:J010 rr 0 +rr STREET LIGHTING CONTACTOR CABINET MIRING SCHEMATIC + TYPE III SERVICE 120/240 VOLT B 100 A MAIN BREAKER (MIN.) 2 POLE 240 VOLT 0 0 a M a a wo BRANCH BREAKERS E LJ 120/240 VOLT G TEST 16 POLE SWITCH—� A No B B 0 A II O 1111 TERMINAL B C I I BLOCK B 8 B B 8 A UTILITY lw — PLUG (GFI) IT STREET LIGHTING ow A A A CONTACTORS B 6 8 B B D 1� CIRCUIT WIRES TO LIGHTING RUNS A PHOTO—CELL TO GROUND �— MOUNTED ON ROD ow NEAREST LUMINAIRE 46 WIRING COLOR CODE No A. WHITE JACKET (NEUTRAL) B. BLACK JACKET (LINE) C. GREEN JACKET (GROUND) D. RED JACKET (LOAD) 00 E. GREEN OR BARE WIRE (GROUND) STREET LIGHTING CONTACTOR CABINET SCHEMATIC `tiY p ADOPTED V� CITY OF R£NTOd +\ + STANDARD PLANS LST DATE:04/04 -DATE I F REVISION I BY APPR D DWG. NAME: J01 1 SP PAGE:JO 11 vw ill .,r 16" MIN. 14"— 100 AMP PANEL WITH BRANCH 100 A LTG. MAIN 3 LTG. LTG. .rr 14" 1 4 LTG. I GFI 2 I CON. SIG. wt NEUTRAL +rr 2" MALE FEMALE BUSHINGS go PE CELL TERM. STRIP to 48" TEST GFI o' SWITCH RECEPT. BREAKERS AS REQ'D v LIGHTING 4'. CONTACTORS r AS REQ'D r� SERVICE FEEDERS tiyr RACEWAY WI TH REMOVABLE ow COVER �-_6„ _ TYPE III SERVICE CABINET t TYPE III SERVICE CABINET ADOPTED ow U/A '\'{' CITY OF RENTON ♦ t STANDARD PLANS E'NT� LST DATE:04/04 DATE I REVISION I BY AP�RD DWG. NAME: J012 SP PAGE:J012 fur i' ), D a DIAMETER = 7/8" ��--4-7/8° / LOAD LINE 1/4" 1 4' FUSE / CUTTING RINGS FUSE KIT EPDXY FILL 1, INLINE SPLICE EPDXY FILL td WYE SPLICE �/ 4w SPLICE KIT FUSE KIT & SPLICE KIT DETAILS ADOPTED ow Cr� CITY OF RENTON STANDARD PLANS 1\r � LST DATE:04/04 _ ow PATE I REVISION I BY L;wln DWG, NAME: J013 SP PAGE:J013 sm m rrlr TYP. CONC. PAD R/W LINE — SIDEWALK CURB U N r (j ROADWAY 3 2' TO 4' OVERHANG 1 -2 r� CURB 3'-6" SIDEWALK H FACE OF CURB TO R/W LINE OF N OLLE SL R W 11w 10' MIN. CLEARANCE FROM DRIVEWAY ROADWAY ALTERNATE PLAN VIEW SIDEWALK PLANTER STRIP STREET LIGHT CONDUIT TRENCH DEPTH 24" TYPICAL STREET LIGHT FOUNDATION LOCATION H 25' 30' 35' 40' SL 1 18'-3" 123'-3"128'-3"1 33'-3" vw T 1 0.188 1 0.188 1 0.219 1 0.219 l L 2' TO 4' TAPERED ALUM. POLE 'T' WALL OVERHANG 1'-2'-F Ar ALLOY 6063-T6 SATIN GROUND FINISH HANDHOLE 4"x6" OPENING SL' W/COVER & S.S. SCREWS GROUND LUG INSIDE POLE INSIDE POLE 1'-6" 0 % \° STREET LIGHT CONDUIT TRENCH DEPTH 24" ALTERNATE STREET CROSS SECTION Iw LIGHT BASE AND JUNCTION BOX LOCATIONS dw ADOPTED CITY OF RENTON + « STANDARD PLANS IST DATE:04/04 11/92 TYP. STREET LIGHT FDN. LOCATION BCA DATE REVISION BY PPR D DWG. NAME: J014 SP PAGE:J014 ✓wl w TYPICAL LIGHT BASE AND JUNCTION BOX CONCRETE PAD 3'-0" 7'-0" VARIABLE MIN. 1'-6" 0 �- O d0 O< dpo 1 40 I > G e o o O O 40 ed0 GOO DG G a O< d0 0 Dp 0 O° FRONT VIEW SIDE VIEW TYPICAL JUNCTION BOX `B' CONCRETE PAD 4,, FRONT VIEW SIDE VIEW TYPICAL JUNCTION BOX `C' CONCRETE PAD 4'-0" 4,;�- Ova a00..0 .:.O vavaO FRONT VIEW SIDE VIEW TYPICAL CONCRETE PAD DETAILS CIF vti�Y p� ADOPTED CITY OF RENTON STANDARD PLANS ow �N SO LST DATE:04/04 DATE REVISION BY PPP D DWG. NAME: J015 SP PAGE:J015 ob so .r. A C LEGEND DETAIL I 1"Nom 1"No L SIGNALS CO LIGHTING (Mark LT S I-Nom TS—LT E TELEMETRY TRAFFIC SIGNAL SYSTEM LEGEND — Form Letters with 1/8" Weld Bead. Grind off Diamond Pattern PLAN VIEW before forming letters. wr L L 'Nom. 1"Nom Nom. H wrr i ILLUMINATION SYSTEM LEGEND Lid m TYPE '1' BOX `�k; K TYPE 'II' BOX law c1x1x3/16, 1"Long PLAN SYMBOLS HOOK DETAIL (2 Hooks per Lid) r ELEVATION VIEW W Z_ X Q X Lo 00 X JUNCTION BOX DIMENSION TABLE Q Q z ITEM TYPE OXITYPE MW N "� �ON LCO DDUIIT ALTERNATE A ALTERNATE B TYPE 2 A Box Outside length 22" 22" 33" B Box Outside Width 17" 17" 22 1/2" 6" GRAVEL PAD C Box Inside Length 18" 19" 28" COMPACTED D Box Inside Width 13" 14" 17" E Lid Length 18" 18" 26 1 2" F Lid Width g5l k5l 17" TYPICAL JUNCTION BOX INSTALLATION DETAILS G Box Depth 12" H Lid & Frame Depth 5 16Im Wall Thickness Min. 1 1 2" K Wire Reinforcement W-2.5 L Le end See Detail 11W NOTES: ITEM MATERIALS 1. All dimensions are minimum. Exact configurations vary among different manufacturers. Box 6000 PSI concrete See Notes * Frame Diamond Plate Steel — A786 2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 * Lid Support 1 8"Min.Thick Steel C,L or T.—A36 4W boxes shall be 287 minimum of overall thickness. * Lid Diamond Plate Steel — A786 3. Lid support members shall be welded to the frame. Anchors Steel Wire or Tee Plate Reinforcement 1 ASTM A-82 Steel 4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *GALVANIZED STEEL wire fabric welded to the frame. iM 5. When noted in the contract. Type 2 end Type 3 Boxes shall be provided with 12" deep extension boxes. 6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10 40 gage divider plate complete with fasteners. JUNCTION BOX DETAILS 7. Non—concrete Boxes may be submitted for approval. Evaluation will include an H-20 Load Test. �� p� ADOPTED CITY OF RENTON ♦ i i STANDARD PLANS LST DATE:04/04 DATE REVISION BY PPR'D DWG. NAME: J016 SP PAGE:J016 rw C V7 V C aNi � ro o a ° �3A Z z N 4 W J z fl O lilt CO 40- L0 ` �Y •� ZZ a- 00:0 N rn + 'aro y z a 0 a F L� U.� p 0 }-r V a. z a a 0 0m d ¢n CW 7 o u v o+ a d v ° N 40.°� 2 z Q V t 7 g vi �lllYi _ _ J 4) N.0 L c x0 Gpo F F- O.0 X C E P n 'n L• LL V)\O•a C] 4A 0 7L0 U +i- 0 N ` 4w 8 7 N n D O Q o-Y7 _4- m 4- N �rAl1 y V) 0 N N O L H N ♦ �' 04- a 4- N C Ck C rn c r v 0 IV O N U C W O E LN D DO O ; COL 7 L 7 00 L .T 0 N E E u} i 41 L. �n O O +L U cY o r O L L .C E suu a o B�Li` Q D x g e Z N rt 3 x O iXR5 L d L On ° . c L NO r L O d a CO x N } O. L y 4- 'w in ° 10 - r x ■ v z N M c :3 o 0 Q Q ` L O ° Q oj F- a W � q a „Z °a.„t`I d au c o -4- nc � no N E 4-5 L U r O C N ° O u L O L + 10 T L 14) O U .01 C O W U /' �- M V N•- E L �� N O } d N7 O O _ O C Ila O D n N N r n C.- D N O } a L L 4 T o O L +- 2 L Q m 4- L r n � � � O s a 2 C N o g� 0. v 1L. U c n� v iD y N L. „Of a U c ° M11r U1P!A tau!QO:) _9 t0 aw ow n`6''"A In 4-' = m Z Vy`� o2S Z O 'N 00 '`,{<`•.:w%; ^`'fin Ll i aWD Q aPF °' J Z Z Q vji t! u i x G 3 Sao S u © 'r 0 Q :p � � .F°'(�a�nr;✓ W N s 4'95 tJ) �, .p•O Z W .Q °z i Q Q4C Q Q Z' ¢ IL W aWdi•�� 4M tW W ._.__..._........_..._..__._..._-_..--.-t 40 y V N K O W dKd L__._._...._._._....._.._.....•..�...._.r 4. r Z �V _ M 2 d J J 6 6. M m V 3� N U 2 h W JS NW rwW d.+1 O l'1 b as fix N I F W W O w y W m Z J d :1 C ,rte I n Fie I .� }aw 2 LE W N r 4 4 J V O W W W 0 3 W. 2¢= li W ..w �.. :....._.._.._. .._..._...„..J W S 1 J W W 0 2 J W � r U 2 O O tC:::._ .:.....;,. 0 2 r VI P 2 Z<O O m W LI ; w 7 d m p W _ 2 W W o W~}2 V N p 4 C 6 S T•.S W a 1[O r..::: .: :.'::.: :•.:..:::..•. ...,..,•.:.��� an bG'.! d mS}OZ 0240 r Ji?v..a ros=.� O I I W W O W m G hW-Z J - H~ W W O O F < O 4 O O W 2 G 1- W I� at w' a wW 2 tD of - 4 N Ill K�• Q W O w •+W Y h O ••W 2 W .5' Q O W �o x J <K N 10 - �N-• Q< S W W O W _ 2 W s� s O W F-aG d 2 K�S Z 4 aC O W f-• . H 7"'^';�'��,�•.:'::•:••!' <:' °.:,...•.'::.: O w.W W W W IL 2 WI N d'j W 0 O W 1•^1� r //,4�.{�����2 IA .. .. .. .. mm < �` o TO o .. . W I I z w c * W LLJLj jL' Leo � I I r w'LS .tii : m c ww W z • 1 0 .Ina ;TiT N a aw { f ._Z W.c , 2 O IU { .. p�C2 .:. . _.....�.--.._...__.._..._..._._ OWy W So :J �p N c CY r $ 4 Z Z V) a o M S t tl o t � �w s O) a. wo w ti So - ---------------- N !Sr'eW �1k,,,g Wa N W. U1 LL u Y L N o 1 1 Z �.: N p> N 1 1 o 0. Z (••. C. z z 0 9 O 0 L L ° +q, L C C P O TE r O E 0 - Y U C > O O Y>G F N +•C r � L° o o1 G C u m 1 1 1 I =S +♦ w. 0 0 P L 1 11 01 NP wC .° /�� - 1 1 I gw y � r c N ao P cc a 1 _ 1 ��- • �- •-D -C '� L_____J L___--___-I Q O 4 ° ya 1 E 7 4 3 o E E e E� E pp V o ka6{� SJaI zo bD .. N T C T. }.�\ T C Y 41 f M N IYwwII F �O 1-N IpUIWOU I IDU IWOU-- __ __-_-__ CYIJD/I •.f ( 1 - 1 1 I 1 1 0IM93 <a°<e L_______________J wLULUW Z Elam �2SS S 3 cwn b =v QO¢N N 1 1 NWWW I 1 I 1 aa� 1 i H 1r•t-• ' I I V r S.Z.. �E 1 I SJS4 j - 1�2W aZ XLUa° Iou,Wou 1 ------- x ao -.o WI1 3 I I e I 1' Li Ld a'Q G. N m 1 I . ry L----------------'' "'a>L-- r- I 1 z 1 1 J tl Y a �, O N 1 I Y 1 Q t L_______________J CCY N N oL ) Y «u s C•.N L C 9[G x Y �y °Ut s Y p .0 u Y O N V N N G U_ N T >G N PV•• Y �� 6 E Ye)1 Y Y 310.N O 11.. q.. N + In N♦pp L 7 - T P L Y-q t < i 3 N O It. L ) U 6 C O tY•NCG N b N° N 7 = O C C - 00 C N t Gp N _u ti < NO NY O. O p f N U p Dp Nr O O + Y C YYYLC .- +°Y _ T 60 tL- p Oyy11f .t LPL O - C�+. -E j \ 4 V CUL C i •�4U V ` Q ``i 4L)O N•- Y. T i C N C P )GO �, O • ) i N L�OU) Cpa CNN CU V y o Q p }C V 4 U°YN OaDa�a,,,d C o N + E E *r U Cn D ; D N%]G N°N- U O y 4 �1C.0 O h P CYV C Y r G- C P 6 N 4/ C U O0 Y u O L V V U C 0, C U Y Y G O C C O 4 o C L .+ W V J N Y 2 6 U l0 MI L I�. N 2 . I V U m O�0C-O C L J< IG Y r6 C ] OL ] L Om C 0 0 L - - F C L Y O Y O L N Z S . Yooa000 00 000@ @ @ @@ 0 0 oc @o 10 m z z lily : 4 add yd z 0 a` 0:5 N C :d N W Yt y * h x -� wo 1!J 0 ®� r �� y WQ Cr' WLL Q w as «N 7pQls QgoFw� Ln.cD °z a0 Q N od+ <W W >E N S � � a= x w JJ �r� y1w 6 W - N � S V V t u' N K ysy{y YYp■S■S FF W } W W y�zW OWF ipn OOi- N iR Iw V Ng m m =_ _^ : `.yl�?JY�F Zi ipp J �Lr W\ O ySj 204 a'81� Wi r < `SN YJ W2J >O i r U{j O SSx NiT .iT S V y OWE �N�JW .SX <! X WtyZ OOSM.S pp KUt N WA 6m22"JUNS " i JO y~j WIWi�2 p \ \W Sx t tW O t W.. H O �J NZ i0 J LL W�JS Np PS ESN i b N O its O NN tnO iyWy i Y.ry JppJWW yy 1p1Q�� CJ J p Wr Sri •42 �0<2 �2^�.n � <JC r QQ N2W'�• ziWJ•Ap 6 J JY1¢y iWOW_yJW�WVr.uNp N�t N^ �d l� O N K Y K JSS NS-yytG Td N;. M=iSNW�W 1p6 W S t N¢ WNS WN4 WoV Z mF� a\■■! JS.. 24;.- 11 r yr�y�„t p-�Wl! 'N 6 Y'!t'W yXy11O�yy"��;iTy�p�h y��a J6 W<ZOS�W S�S WYN WyN W 4N WjO W KOy H W StiN J�'�•�N���iNy��OqNS�i1 WW=*ZeeVNSHq NO.Z Di N6i/�r� �I� C'lI:J�CJ�lCJa/ 0 ® ® a ® Q ® ® ca ® t® —+ w H. Y 2 U W w � 0 m a z s a m w o uj � a r w `� m U r O7 N Q EEE�x x o o J orf- a Y W W U m i0 N to r °s An Am - ..d OW . CL W ui ca ,Q z r 0 t! L4 g g, W ~ D � W ^� 4 cr. � x w '' x W z J Z C W S >_ Z z n. N .c• rF3Ris}tai= iq ul O W {{i ' b -J C3 tis baay lock Z d 2 z z 4's La w 16 F a : v+'' < S Z Z Q UJ in Q� � J Ga t-p�` 0. W f•J.;'•'..+�"•'���:i;:.C14 CL F cx ul N N N N N N Q rr O .d d W W W Www O`O:, w ♦ • X W o a m �r. 's x: z' a- x w ■■rrp! !L .. W W r Z YLL N NVIMNN O u 66lyy[[ to r s a `w Wi N N w N Y .,.�. •.:..`: LL w rc> cn Q N NNNN N • J W W w wwfwiJ c di1 w ♦ • X w O ■■ CL '" y- F� 1yi1• N Nux1 N M N N• N+TL It r2 4' L�.: '•_ H b ►- D, - W �r. w♦ d Q < N N.wit.W/1 VW, VWI W M 4 u ( "p d .. 4 N C a.tL Z r ° W • hN = T� O•�E,•..m M N N'f M m u a 7 G W `.. O Q D LA LL m ut Z Y 6 ♦ \01'•'0 M N N,• f�t Y: e= N W � a W m b: _ O W W W W W Wk .•x[ -.ri d{ d I \• 1n \ . Z n ozzzxzx �.. W .. ai r = ou' ., r � 2 N I CL < o N n w % % M [O x G tL °n d W Q a of o a z:�c.:•,<; CL a oaa Y p d I"• W ut r xh+¢s < ora ' Y o r W KINa1 p1!2 v d-- o z. a. ' Z x Ww 000ww�--»r+x v.o d 4. O ��ia�w� �.-oi�z°x°•-•nj exz J Q �(� r N W O J O.pJ O O�R J W O<J W�•"�."";' �' O m W ♦ F- � S 0.Q 6 S m L.4 t�Z t�tL >2 S V�t� W.il W::'•.•�.'. . m a dNm tl 4 4>>: LL • 2 N 1 4 0. n• ♦ • .. in 9UtlN N N N Z d Q 4 r W Wf W d Z tl vg -,7 Z Y fl• . e._,.I�' pig KW ':O.'_O Cc x c3 vy > 11 f o ., dS J O d a o «��9_e ` '��"''_T.J�.-:-._1. r , � .•' Lj W = Q N Z X z H W q � N • a = N rr GALV. STEEL CAP TO BE SAME GAGE STEEL AS PEDESTRIAN PUSH BUTTON POST FILLET WELD lei { PEDESTRIAN PUSH 4'-0" BUTTON POST { 2 1/2" DIA. x 48" LENGTH { 1/4" FILLET WELD �J lliFOUNDATION TOP VIEW 2'-0" DEEP x LENGTH OF BOLTS II • 2'-0" SQ. OR TO BE DETERMINED DIAMETER BY MANUFACTURER � ff a IIIL, I{(i 'T, f SIDE VIEW PEDESTRIAN PUSH BUTTON POST �tiC Y p� ADOPTED CITY OF RENTON �. STANDARD PLANS �nT r0 LST DATE:04/04 DATE I REVISION 8Y APPR'D DWG. NAME: J022 SP PAGE:J022 +ir PEDESTRIAN SIGNAL HEAD — �Eldi 1 IW GALV. STEEL, PEDESTRIAN HEAD STANDARD TYPE 'I' 10'-0' (MIN.) PEDESTRIAN PUSH lei BUTTON —� + f1 10 FOUNDATION _ _T 3'-0' DEEP x 3'-0' SO. OR DIAMETER do : 41 llL. LENGTH OF BOLTS TO BE DETERMINED B N All MANUFACTURER G L C-2 a s � PEDESTRIAN HEAD POLE SY ADOPTED CITY OF RENTON ' STANDARD PLANS LST DATE:04/04 DATE REVISION BY AFPR'D DWG. NAME: J023 - SP PAGE:J023 16 all r lrr r .W P U SI-U B U T"T T FOR 7 3/4° s rr dw ,rn 5" - wrr PEDESTRIAN SIGN DETAIL tiCY p ADOPTED \Jf CITY OF RENTON STANDARD PLANS O LST DATE:04/04 DATE REVISION F JAPPR'D DWG. NAME: J024 SP PAGE:J024 u�r I � I 1 jr PUSH ( °FOR TOP VIEW i i l . �. Illli �_ _ i f 3'-6„ lil� i I � SIDE VIEW PEDESTRIAN PUSH BUTTON AND SIGN MOUNTING DETAILS tiRY p ADOPTED tjO.Ti CITY OF RENTON + + STANDARD PLANS LST DATE:Oa/Da DATE REVISION BY APPR DWG. NAME: J025 SP PAGE:J025 rrr 6' 1" 27' I' 18' i" 2 7/16' rr 14' • • 10' 7' 10' z c« im im 19 5/8' o 47 5/8' w t-- 40 3/4' 45 5/8' Q =� A C3 0 or err 14' 4 1/4 18 112' 4 1 4 • • 2 7/16' rr — I' PLAN VIEW 4- 3/4" x 16' ANCHOR BOLTS a Q 1/2" RIGID CONDUIT DRAIN SIDE ELEVATION .o P-1 CONTROLLER BASE s AND CONDUIT DETAIL ADOPTED CITY OF RENTON + W + STANDARD PLANS LST DATE:04/04 DATE REVIS1oN BY APPR'D DWG. NAME: JO28 SP PAGE:JO28 al gM wti WAND HOLE POLE GROUND TERMINAL 1 #8 BARE COPPER GROUND WIRE JUNCTION BOX + CONCRETE PAD- 6- 97 BARS #4 HOOPS AT 12" CENTER 7'-0" CONDUIT SIZE AS TO FAT POLE REQU REMENSOLTS SIZE j\ �-� _ \j REQU RED A \ `---- \\i A 5/8" x 8' COPPER CLAD METALIC GROUND ROD 3' 50. OR RD, WERE CAGE 1S" 4� 30" t5" 3' S0. OR RD. SECTION A-A SIGNAL POLE FOUNDATION GAR/Y�p� ADOPTED CITY OF RENTON STANDARD PLANS �r O LST DATE:04/04 I DATE REVISION BY APPR D DWG. NAME: JO29 SP PAGE:JO29 i w uj wJ a*4 W o coo .0/ O\�/ I.y 4 lid w a a CL CIA 40 C9 I 4 U to J s 1 m x I IL lu tL L' a yti c a cD 9`s `� -y2 C ILn r° L t tl -N ..r G r CL Lu 1 F r Z J Y^ - n w 0.L✓� vj U � � � - �; u C C n v,e ° mN� i1' v I .v•'' w /Z, it 4 Q _ I L E K a r IN b o .Y::T..Yriri KNOCK OUT WEEP HOLE BEFORE INSTALLING : 3 MAST ARM BOTTOM VIEW E � wo EMERGENCY PRE-EMTION DETECTOR tiRY p ADOPTED CITY OF RENTON + + STANDARD PLANS L\ O` LST DATE:04/04 DATE REVlSIQN BY PPR D DWG. NAME: J032 SP PAGE:J032 �p wr 27 31 26 OR do 46 81 82 83 87 2 3 M�-- 2 2 ►-- '' 21 OR s 61 OR G 63 47 43 @0 FC86 OR 66 71 67 rr 15 0 (PHASE NUMBER) HEAD NUMBER PEDESTRIAN SIGNAL HEAD -�.- VEHICLE SIGNAL HEAD SIGNAL HEAD LOCATION DETAIL ADOPTED CITY OF RENTON STANDARD PLANS 1ST DATE:04/04 DATE I REVISION IB Y ppR p DWG. NAME: JO33 SP PAGE:J033 `r LOOP NUMBERING SYSTEM LOOP RETURN NUMBERING SYSTEM RETURN CABLE TO HAVE SAME MARKING AS THE FIRST LOOP CONNECTED TO IT. 2 3 EXAMPLE: 0 # LOOP NUMBER to (PHASE COUNTING FROM 11 12 NUMBER) STOP BAR BACK AND FROM INSIDE LANE TO OUTSIDE RETURN CABLE #11 LANE 864 #2 06 863 LOOP so 862 #1 DETECTOR 861 ` 852 05 LOOP #2 ( 851 DETECTOR 846 N.B. op 845 #3 44 43 431 844 S.B. LOOP �f 843 #2 CALL DETECTOR k 41 842 S.B. #1 841 #1 CALL n S1152 02 LOOP 42 41 ' DETECTOR 6 04 #1 26 #2 s32 a 25 tO 05 51 52 63 61 64 62 to 04 EACH PAIR OF LOOP WIRES AND EACH LOOP RETURN 45 11461 CABLE SHALL BE TAGGED IN EACH JUNCTION BOX WITH A DURABLE, MOISTURE 47 I 48 RESISTANT TAG APPROVED to BY THE ENGINEER 1#3 f49 41 � tali DETECTOR NUMBERING SYSTEM ti�Y p ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE I REVISION BY APPR D DWG. NAME: J034 SP PAGE:J034 �a �ww PEDESTRIAN SIGNAL HEAD & MOUNTING MAST ARM wW 1/4" FILLET WELD TOP-MOUNT PLUMBIZER I, POLE MOUNT TERMINAL BOX f 2" PIPE COUPLING TUNNEL VISOR PEDESTRIAN BAGKPLATE PUSH BUTTON 10'-0" U5" (TYP.) qM I 3. 6., 5" (TYP.) +rY 4 5' war 6" VARIABLE VARIABLE VARIABLE aw MAST ARM LENGTH 40 No TRAFFIC SIGNAL HEAD MOUNTING DETAILS l�Y p ADOPTED V�"� CITY OF RENTON \\ 1 STANDARD PLANS EAr t0 LST DATE:04/04 aw DATE I REVISION OY PPR D DWG. NAME: J036 SP PAGE:J036 rr 2" 0 STD PIPE w 7_ 1/8" 2" MAST ARM 16 t � II 1/4' ROUND EDGES FOR WIRE 7/16" 0 THRU HOLE PROTECTION SIDE MOUNTED SIGNAL COUPLING DETAIL wro NOTE: ALL WELDS SHALL BE EQUAL IN STRENGTH TO THE SIGNAL TENON INSTALLATION BASE METAL AND SHALL CONFORM TO THE CURRENT �SY p ADOPTED SPECIFICATIONS OF AMERICAN WELDING SOCIETY FOR CITY OF RENTON WELDED HIGHWAY AND RAILWAY BRIDGES. + �, + STANDARD PLANS E'��r•t�� LST OATE:04/04 DATE REVISION BY PPR'0 DWG. NAME: J037 SP PAGE:J037 No 400 �r r�r J.B. Li- 0 Q U F... J.B. TRAFFIC 0 FLOW J N U N < O I Q J TRAFFIC ~ " J.B. v FLOW u- 0 Q J U THREE LAYER VINYL ELEC. TAPE & PROTECTIVE COATING (SCOTCHKOTE) Ref: ITE TRAFFIC DETECTOR I/2" FIELD MANUAL, 1985 LEAD—IN CABLE 2/C SH LD. +�Ir LOOP WIRES METAL TAPE cur OR SHIELD COMPRESSION AND SOLDER CONNECTION TWO LAYERS OF SPLICING wr COMPOUND TAPE & ONE LAYER OF FRICTION TAPE INDUCTION LOOP WIRING AND LOOP SPLICING DETAILS rrr G�tiY p ADOPTED CITY OF RENTON + + STANDARD PLANS LST DATE:04/04 MIS DATE REVISION 1 By !APPR'Dii DWG. NAME: J038 SP PAGE:JO38 VON v VAR. B B VAR. 3/8„ 3/8„ { (_OOP WIRES 1 1/2" + X 2 1 2„ _ / .y CRAFCO TYPE RUBBERIZED ASPHALT_ LOOP SEALANT A- A B- B X = 1/2" OF DEPTH FOR EACH TWISTED PAIR NOTE: TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX TO END OF LOOP. THREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON DETECTOR SCHEDULE, OR AS DIRECTED BY THE ENGINEER. INSTALLATION AND TESTING TO CONFORM WITH STANDARD SPECIFICATION. INDUCTION LOOP DETAIL ADOPTED V� CITY OF RENTON +( + STANDARD PLANS tai 7 LSP DATE:04/04 DATE REVISION BY APPR D DWG. NAME: J039 SP PAGE:J039 AR wZ LLJ 3 z a ° t c W LL Q Q ° N m D �•�O}� ►- a :'fir r: a Q Q U co rn rn N x x k M W Ol D vC o c \` u Y s � �1•O 71 'w °°y m a\ N > W U— H m Z x t. °= c m N W d S xvvi m r G 4 R � o a + o ° •p m u u m u ° u I L L m _ m o f _ t m D o L r°- c L d y m D L U tt �- O � fw ° U Y + J L > AO 6 go U L N _ .o D d W U u CL I O UL . W d j Z \\ ~ m Ic IAJ ut ° ° \ U O U Y 2 ° 6 + i ? xvW ..Z Ne" a c ,.L� at' + 2 N+ J O U J _ ° U: L J \ p� U �---�� - L I m xvm "Z �- L + + U C G o /i Q c 06 p c ° L O N m u t t U L I/D U t m l C P ° D G qaD ° ° m U L 3 0 m V D n D C O p � C y W W T W W ^' . 0 0 o u W x� �.� r- N ti 2 r. O e h ❑ ui E g gg as o6 a cl n g y c, m nu cw VV a 11 r 41 y cL mm `o d 91 ,� r 0 om au n n n F7 r .n u aN or n n M •� OLL �• < £ z 0 °o z N N 01 LL D K a W � w w 1 C O�Y11... d La ui C m m J y g� Ln 0 a c to S to W Q G Ln Q I.N'1 YNI KNI 6 IL IL Fha CL a a[ .J CL p a ¢ s W m r o m OLL? h h zz N N N N W 4 W a M m Y wr rw C D IV m C�LL O LA W F In O Q mw LL Z m Li 7 _ r 20" x 24" 10" x 12" ww 6 1 4" 1 1 1 2" -I 5/8" 18" x 22" '"w NOTES: *MATERIAL; DUCTILE IRON ASTM A536, OLYMPIC FOUNDRY INC. CL 80-55-06 BEEHIVE GRATE FOR USE WITH SM60 20" X 24" REV. FRAME #w APPROXIMATE WEIGHT: 100 LBS. RATING: H-20 PART NO. SM60BH ow N O I N 1� o 1 N O Z O O QE LL bi Q i N v o J W o c m b a n O -----� m m v O� w U Ln ) Y u i d ' (n W --� c o w LA LLJ =J • � D U) W W Q�L M W 1 n H �l o z WJ J Ox O4 Y D N 'O U �w O r L)° cj f�x 0 4 W U) W O a z W W w O U) ad W O N I Z \. U w � SEE D 5 � �Z p w O fn J r CJ O O = = N LJ Z F' Z Z J 1=n I b ry O b IV Y O 0 Z Y � Y o ca O W� <5 C� p X 0 w L ]C 3 W� se C O �O WU Z O G O Z 5 O R O U Ll ao N O I N r C, O z � r � I o a n a " ? o IL J = W N N rc 0'° 0 to N J W UY ~ m� ow In M a d{n Ln N Gi u =� 0 w LJ 0 Ln �• -� Q aLU o w W Ln � N ® 3 nn z W ZWIOn � p m 2 W T m bb i U ��IOn Obi .Z - J pp U O Z>O C7 WUO i1M = ¢ nFFlA3 SSZ O b N a K � K W �Np W Z_ OJD I 3 N rQ p � a p � U � �Nla/dS � Y O we o L ❑ io°° ,w"n �i aNx Z 0 O a :om $ w� 0 N so _ ❑ _ N C .e oa�o £m° W C1 8g F' M d F a o E d° tLE.2 JW 1O �• m- d m��n Cm> JLu o �` �v o In W d ❑ d v m? rya as �' W d' N °0 °Hm ��m �a �b�1' P4�� W E$ do D 3 'm=° €�� W 03 c W a w p m m H �1►' N o ma�f�my cao na ED2 ddN mafOd- rao N°CN> >t'U °�U moo. >C C N m U N d ID -6 mm so 0°ID H t O m j M d,.N. W H-,Fa W Q tl) Z r fV C � Q I I I M I � R N I r I r I W W IL a y 4 W W -i y Go O W h a O O Pm W P W p 2' F p LL 40 0 O O , � I � I � W Q W i Q 0 I O I W= cn Li a c 2 2 a 2 W a IL N N j g W u~i 0 L) F j 0 6 W V Q Ito m = F i i m I J N j co I C7 O Z Z J � I Z O p I W � I W j N U) 1 I O z Z I 1 Z W —_.__------ W O O O I � , I , I I � I � I � I I 1 I I I I I I I I 1 � I ! c m xomvanwlowaw � `e 3 V N O o ^a S G E o V G o 0 z a m x $ E N E r h m Y Z go Z ' y m o o d R �i NF 2 fA p p d o CL c 5 $ m y O v O m N c G o s W 0tm.CJ o rn S V IL a N a 5 +3 N r C14 '0.- m m DID 3 N Nv $ �m m m m m. $ v c (D m . C rn ?O: q O r m N a U) °' m o Fi m E E e o N ; a oar t a c $v ° a io �d E m d � m m o m E 0 m m E $ 'S W 4! m o F- Q ° m.. „a y of m c m a coati m _ mm om ° m¢ m� t r m cm. c a= .o '� 3 ZS E c• 'g m 3 a o E '«c�N3 r Q•m.-L o °m N C 'C m�E_° m°tn o acca m N r C:S m EEw E m mN •r H�m a t .m mmm m.Ntm � mo o E d m c E Er E m U m J N m L t 0 8 a nm a. �a0 m r m tm O5 C 0 G y d t N I ° y p y m m y C Em mE a >E-m E� E v O a Cm9¢=T T O N N w =E cm �c ° . 9tm N S� m ❑ m 5_ m m�'�n rE . e m N m a 2 m w° N E o f m a?8 E 0 0 O � C O m; w.E m H °- p a�i'rte'- o C) to, my �� v =� c� a $ ° d rE m nE >; c m L Em S NO •-o °m E c No E f/J CD m m m 08 m m m m N m N m� C N m N m N m W FL-m a FL-a H Ci G Ci G S H a !L-v K )-a FL-O ¢ F Q `o Q F 2 r fV C7 V 0 f0 r m Ol W O 0 w 2 N f/1 pJ O Q --- 00 w o OU G low J Cpm F p I IQ7 s $iw o , m I o a�a �m_ �LL =� SU O Ow z - W Z �r� mo Ux O ¢2Q= a °w Z N wQp W OU p TU O N CCU O JO p �¢ °' O K 3 mx c Ja D W pO Z I:z J p Z w W J N C V W ❑ O 5 r o °z ❑ Uy w ~~ 2 J ❑ 2 H E ZZ� Z H W U w O❑W _ Z H C Z ~' \� W 6 I T O Z - - Q w_ �Y•6 �J n T 1AY��w G(G f• O cr ,oa~c 5QLLw ~0 z a¢O¢ p>F O�2 -zo '2w U w a�wo pe OMF a=oz C 3 w O O w �OZ WNpV a >OC ct iZ a ce NON O MlffiS 1IiJtlW :A8 Nmv'dG ww m C 3 � E2 m >o d CI N m U m S .9tIE❑ I z z O o p �,�� (") F m mom n om w ��`� ° �W m W m O ? p o y ^ x C?' c 21 > y rnm li d J m mvv L mcR wQ ti my �O E z°m0 o °c c m ��q GW a �,. z �C� .7 0 o y c' i d mrn.r c �vm za mc� O 0 3 o v o c d - > E N m m O. N C >m N �`. O'�`�L �i 0 > O Y 9 m° m G m L C L.1 .� 9 Qcy ! �I N 0 ' c 3 m.o m 5>o E €NL 6 D �a. �`t `Y a L a�i� Z^ mm u� N ZV Q� � 12 C C, , c _m _ 3 Y� a°m$� m mcm n`m u�� W "a l0 O m m- IL O C7 lvi$c°c E t c Li CO a z r N m Q il) D H YlE bI L Z w Z .BISY o cal C ere r� �'w T z 3N b/t � aaw F N gi a i� .blE o i z < m m J— a Q w J ul - -- N H o NoW - U W IT m O N_ U m - F- Q Y U a F As ~m U p UL L w .L 05 N Yc�O J m l N W .9(L Z rip G a W f z Y .,Bre ? O V g z e V Of m W I p W O W Z LU y - -- - z H W W - O .9IL Z U) N U .UL m .I f.7 ; O o xom°nounrwwuo�mn�ower�as3wwmeau � vawx®.vra�wnr�orw•ruawimx O �: ` z � c 8g J N 0 N SS In S a~�Q Odd�'Gd N W d Y Z y 7 y n 0 d y 3 0 �� O of Z m d o O d p m c c �.f. s O w > 4 N N 3NOZ 3did W QUO d Q Q Mw C 5 CL v m n d Z m` ; m m P a N GI � v a 4 p p ci TL .B 3SN%98 ..B n 01 N 13 �o o �°0 0 8 00 X5 to N c b N N ^O O a O O °!� 7O O oo S h oo �° U WJ m N 3 W 'd E C N p qOC� C C .9 C 2 Z "CJ a 7 Z W W M U) f/J m N ami `o W W 0 �`—F w Q m N Z m U � m 0 W N ° d a .�-�mWam o a w v cc o[� a c m Z r fV 01 T ° °"° W S °°g8° W a N W N OWi m r N W J M IJ CL J Z E- _ o z g l a F S� 2. a o z w z -j Af O a o O d a F¢z z v a N EL - Ul Ul a >a Z V a � aqa aw 3NOZ 3dld ow Q H p0 p ew 3NOZ 3dld 3NOZ 3dld �N N W a'0 a.0 im a IL s a o e e %os %os s 9 .9 Z O p Qp W 00 W IL 40 J 0_ i o o o U 00 W Z = Z oo`$ "" g =Z O J a zN O sN pO O zN W Op O'p �► oo OO W O°O o`O O°O W V MO N O2 UO Op0 X00 > =� 0ZO{� > m2 JWZ J m2 J YF- LLpF J WW ymW zWW Z UO Jp0 2 zy U=N O QmUz�n O Qm2 �mW O N mN Q IN Q WW OWW Q J p N w �w 2 W. z O` MO z N O 4a°' O wa >a O 0 0 FL 4aa r, ,z�waunanin Ala u�irwaw�aa,.r�� F � ui �xarwaowesuwam�.warm-uwu a�ox Q � p a ' r 4T �o z w p o 1 m w w a O Ir 3 °o J Z a 04 z V m wa m LL I I I I I I 1 I I I I l l I I I,Ia I 1 I d I'I I I I 1 ° Ir li I I go S ym ZL w m .815 .L UMN LyJ El 0 V ❑ ❑ ❑` ..4/L L O O ❑ ❑ ❑ ❑ ❑, a b m o z U � El El El El,,,",," .Z/L W 0 L ---- Q U x2 c9 w -s° m aM J °N Nvm"000 WVOV :.18 NMW4 wW uan�ummmxnuoaa.rnum. naw pQ�� L o f Q O umwa irxawuw �n . F' m o o v'[ .UrY J3:r zo 0 [ o w v,T v o �o W a V Y4' A. 03 •Y!� N x Z w - v •u a u N+m �`C � O y Q��a x `• J a[ N uvi Nom N3W �" a e dd °� NW V�Z� N d U a O O - C U < N , Z 0%1 O N4- N}� O m N O P� Z O �Q/ O 2 C o O Vf m C OU ow';C a ZZ C Ct C O o ..}._ _y,x m c N O Cn ❑EM O V wU V�jf � w O• �� 2 p W < +]O 3 N O °fl V Q la` N r U w Y°I+(Ln u°i OO O nC JF- z�r� Q i I. D m N o N UI O a v c ] >C m Nm m o U- 0 o Mx N vn L m U M m 0 m 3 �� N L m L•- mL m }+a nvL T+ vo m - T>+ U D•- r o c c C L U C U 0+3 O+D +L O O 3 m 3 m m 0] U C U O C U- U O L 10 L o o L o L O N N C c m Q � w Q 3 U+ 3 U N U N- 2 X T O C m Z.. O a c° N C W E N M c vv vo U u a c C n• Y vN m D r-• o rx Cu - m m L C° o O p P U- T O^ C L- D•O m mu0 o V O + O V >D L '"t0 O• b c a c 0 e U m o ?°- c o m 0 �°•°r - O O+ _ a O o° ox r -�O ] w F'- + Q L L+ ° m 0 v C 3 > win W >>c wm o J o Ou>m w L O m „ M 3 C Z C N O O 4 0 illy o°o °ov c°o „6-,E U•F U DC•-L 0o Moo++ +o ry c+ 0 O U u L i u [ N O' U v N 3 O - l0- J No a- c� [mN�nM H ..I Vlxx w x ° v x „b II vl v M � ti II rM W xNm NN x Lv L D o L cwoo>x m Cot,, o- °0f+�4N °vex Ow F ,0-,Z m v Ea¢aaa II U V O Q Q v N [ v O c 2- L L m m C O L w N L +O C O W m N N^N D C+ O U ]ry 0 0 0 U m a U m^ 3 D D m O- r,O-•Z U} O t1 L n m W y 3 t0� ' ~O E N\ry N L O o" Q N °+ C or oa a s J LLJ LL" r o U - ° `- - -------- - - II EL - -- -- --- O an Y m w m > ^ L I I m ° > mw J c w v u v Z T Q ut c + L O^� ao!Ids +a ; Da °L °•o vc °vt NIW I- c w _w •-_ m_ V O E N o a U U Z .� W O (dJ.l) m p 3 W N°L 3-ow NOD N s}u!of u01}on J}suoo c C N N u a o+m o c;=N Slm m \N nu4} Papua}xa puo / 0 0 o • °mco [ ]n aoi Ids dDl .•0-,ZJ ova �w U}!m y„ aiD 0 SJDe m f m c c noLc °°cow ov U L oL w u }uaoDfpo }o woy4oq molaq IJ IW ,i -•M ]o o"- o•- jap I no4s Aompoo� �o t L E-D- aul I punoib IDuI} molaq NIW ,Z o+ o LOO° +w 31=W v 3 L L- H o�NO O+ N\+W O W �nw �eoe c ao •• T�°�, F- t1 o^NMPIP io�-mmo^NMPIn�rmmo^ ty ,[� O �'G 0� � w Z= IP t0 l-m Ol^�.�...............�....-.NN NN NNNNN N M M fir, � ` dd a? N •♦ Q� '^ _ � rN `�' �� � ww V�Z� N d �► i l w m 0tD^MIflO tillm Ut M^POm IPNmmm <I S r E✓ e Z O--�-tiin�n o�n ioN 0 �.', Q" z -mi QQ o O OtIPPNiOMMPIOm Zz ca O V O W Z o !cti PIP�O � N W OMmW Z M MMW O �F-Q w Q F d _ �o W `< Q W W N M N M N l f l O M I P^I f l P O N O^P 01 m N M Q 1 O l0 m t O W ` N >• - lw UY N MM P . f.lD l.0 0 MP tOmON IP tp p1 Nulm NIP T N JF- Q _ pU000000000-+ NNNNNMMMP PIP ¢0 W 3 19 C7P Z • _ _ _ 000001`IMP— N 0 Z d U W a N W --- -••'•O NMPNmI-m'm 010.-•N MPlP�lO m N J ,.�PIP i0 t-m 0�-•� •- ^ N N N N N N N N W m- ::".tDMO a¢a¢aa¢QQaaaaa a¢^ \ W Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z` Z N NNNNN N N N a Q a a Q¢QQ¢Qa¢¢ Q ° \\\\\\\\\\\\\\\\^^ m m m m m m m p� Q zzzzzzzzzzzzzzzz^^ W ~ ¢¢ Q Q a¢ ¢¢aaa¢a o00 I" mmmmmmm m,., •� ,P Z Z Z Z Z Z Z Z Z Z Z Z Z z Z z ¢¢Q t t a n t t t t t G *l<Q¢¢¢Q¢QQ¢aQa¢ti\\\\\z z z z z z z z z z z z z z r T ¢a¢Qa¢QQaa¢aaQ¢am-^Qm�NNOM-. L \\ z z z z z z z z z z z z z z z z• o o^ tft tO atD t-rm m^^^ 2 mPmP°1PONN�+m Q m Z Z 2 Z Z Z Z Z Z Z Z Z Z Z Z Z N M M P w N N m O O O °u u \\\\\\\\\\\\ Q z z z z z z z Z z z z z z z z z^ ,J a - - N pd Y I++ N a ¢QQQ¢¢Qa¢Q¢a¢Qmmmmmmmm000 a ¢ N \\\\\\\\\\\\\\\\§ F— N z Z Z Z z z Z Z Z Z Z Z Z Z 2 Z W 0? mPmOPm—IP tD°Or'"MmOPmO P m— m W N NMMMMP PIf11P IP l0 l0 l0��I�'r,mmmmm000- O P V i l O ti m m N^�,. P t O t➢I`I-m 0 0 p _ _ ^N N Q Ld Y ONNtO OP m mON�miDP PN'",�00� O O-N M ID W O DP Nti m Z ,��.-..-,N...- Q r U , 0 0 0 0 0 0 _ z ; _ O v ° i-m�c In In mlP ^Om°mmmmmm � a - w 00 In In In In In In In lP,nmminmin�c l- mmmmmmmm.-. ^ n t t a t n a t U W J N NNNNN N N M M P I P I P L-5' U _ `O _ _ , Q U °m°Nm mlD lfl lO l(1 m1�tD lfl mtnNIP NAM LLJ CD a w N PPP PP P P PIP IP lP l0 1p l0N hmmmm mmmmmmm n tl k n # U m mmmmm m m m m m m OOMIO mOOM t0m0Mmm0 N N N N N N N N N N N N M M M M M P P P P I P l f l I f 1 U 1 t 0 . . . . . . . . . . . . . . . . N Q IP IP to Ifl IP N lfl tP IP Iff tD m m m"N Y�m m ^N N m N W J M M M`M M M M M M M M M•M`M Q P•P`P iP iA lD ID (S' U 0 0 0 o O o tO iD iD iD t0 l0 tO�O l0 iD tp m t9 Q �' 0000 O 000 m 4 _ 0000 o 000 00 MM t➢�O m O MMtD m OMw m OM op O -- ------ N iomm oinm oin iom o�n.n goo oin�omoin�moMm Z � °1 u ..--�,.--� .-�N`N NMM•M•M P P P P PIII IP IP IP tp i0 t0 lD I-�r` _ _ y O�0 MmMO�00 mIOM O 4�-�2 � -Z ID I� OO^ P N M NNNNNNMM IP t0 ,•., m m U O m t 0 1 — o Itrltr = L i aT ztiD �a8pr g _ ° c O OZ Z aC� p, m 0. ZO W a I W V 1 O om z m ❑a v Z o 0 0 WM1 Z :d 'a IC P V I ro Z a A > .�� I%U. Q G S5 IL'p m N O o a I I uj LU IL IL Lu L "or 1101 wr � m 1 I I a € y I � 6 Qw w I 3 m f+46184 ono!°J) a I I e Z R m r=y W W L .Y w JW ZQ L �Q3 Ui LU j = CD I „Z/i o z I I z w _� I I Wci IA I I ZZ QZ N V V (k rw I t I z0 J a y N _ o LU c ayy�yY fI 7 I I II + V + ° p 0 > - p J H J L IL r •" H +fM F� i L L W Z 0 0 1+f� 7 Wd - - - W zz ^M ❑ c O w I I 0 93 I I a + o C7 m W c L p „Z/I z z _ CL CL G •� I I F E< W F-CLU3 ,r- ,. I I UCO. ZU) Q 41111 0Z L 4 a IT v m 0'° pCW y 2 ' .AT T4-C \ r L O wtv I I I I z C L } L O mE I I I I o O ESN \+ _ V tu L P P M I I III o N o aW W >.. yn LU 4..m-a14 0 d' N Y. o c z �g0 4' o V z e w v Y J G C ; LL N a y z 0 v$ o w W °� '�� ��5 QWaa O O�`� p4p�4S w V Z w a m C Q < c� a I I " I I I 1 I 1 3 � 1 I I I I I I I 1 I I 1 I I I m Z I ~ I K Q LU W I i 1 I 1 I I f,3+`tt I I I I I I A1B 9 I V I Alic 9 I V O OJ G0 m � a w w -1r I � N in N 1 � ce � n O $ 0 c � d° LU cd C �--- -� wo Tl- te N c 11 SN3a391118 :AB NMtlflO ' u� �IVao �.v nx x :;.Mwr..a.r kV oW � o0g +1r 0 m 16 o c S H FES �aM o Z Em �4'R ra �°.i D w U d r a r' r: ' m y e W C o o 't 8 d 8 n �o���s � 5S a W aaA CC a o ......... bH ego W a i pp L U .U-+ o A _ o d O e rn m o 6 c = .N 0 CL E 'a d x E 0 o y Q g v1 N 2 m O cE $ O R U b m Z �N Q a a N C O O W U LL Fw O �e N C C W Z C U c c C G y Q W ma F pill aa L UA F-' FL-N U w 4SC4 O w Z r N t7 -P p f.. N N -- a> _ T iC P/1 Gi a It nO CV r O z w qz W(r j7 WU U U aLL i aW W O LLO 0 0 WV Q 8 oa0 C7 W m o ap OZ . go rn p a' f JJa Q Q' Q 7 t5 Q p W Q f� W LL QC U p X22 w MO 0 > j 2jW U = LL NU N p ¢pN W _. w w Vw e W LL O LL W UW N yQ xxU W Y Q _ a 3 w aw F- SN3d38 1119 !A8 NMYM LO d cono o � m o c m� 8 0 0 a s ..E •> pj d�p�s �°'�5 ¢ a w 0 a 1� C�Ny W W VZF NZr m Lao z m ED aoz $�5 Z Ytl w w �i lit .a c 0c o z z W �z( r r V U 0 per( tOV V= Z w O W D-0 O d U in cc-----= d U P w P 2 6A N .6 .9 m a� a wa �< Ki k N SN383S 1118 :A9 NM"(3 s�rwxva r�r� N wr x m W O y N O N O >O N = ZO O r 1011 W Lu gW � m a m m m'rn a¢E 8 � a lg �E < o d z 8 LL O w - o m y a o o c x°`09 a 6 .7 Z o c m o ac m W 02D O� p�o� a N < 6 t ec� mgS dm = W0� H ; $ c c S'o =o L °nd oz cg> r = 0 o�o+ vx -a a CO) O W O L N L K .0 Q c a ,n m$ -E3OGS 2 xt —3m n w LL c " r�E 3am v Z Y y"3N mm w O C W m �� c�a �� � 3�JO3 3Nd1 LIV3N 3/1064 o W m '(D w m CL N XVW.£•,4-NIW.8-.E '9 m c m >o O g QaG ma° F= 2 cV of W LLW w= _ KN � U F- z z OF LLD w q 4(j to p =2 aw v b3Q1nOHS W U I w =10 3003 j lat w ca W Z N T F-<~+- 4-: � -- - LL Illli LLa e° ° w za: ~ 3cJO3 3NVl NV3N 3A06d T�m� 'XVWXl.f, 2 H w g e5 0 ci o iL a �° >z m w � cy a ® m LU � T w F L Q ry=J O W zLL O 2 Lu O ° • LL T Y 2 Nm w UK <J H30lnOHS 1 w jO 3003 y xw �_ LL OF- � � e T JU w w o O= a O o l rw- a m Oa' 300 3NV-1 14 3AOSV LL 'XVW 1 V.V W "a T I—m—I "rns MlVW mA6 wvuo tw ' uan�e.on®�wraw a. } N o "uuem�"oum°. 'ara�rava Q W 3 V) �enn�oa� rrn. nrwsru pox �� O z � o QQ I @tip 8ag�r� - o Z m L C� V Pdd,y� HZ J a _ 4w eaa ¢ o§ w N z [ y > > Im a ❑ y W c o a r o v o -' UF- ZU C w u co a0 m oc ;I o Z a a0 o P „6£ 0+ „Z£ ZZ H N c ° J W 0 (n 00 - ---'- - --------- I N U 0 oo x ti v W ca 0 + U -1• a I 0 s \ 0 o+ c C E L E 3 > Nt .`\ U a o _ vc '' \ x O N L a o•- ; \ a _L N W O . N O c } `;``\ U Z W C - p ' `\ 't N m d N'� '0 c „b£ °+ ••Z£ •'.`:\ \ to n: D O E o- - \ Q O D N \ +N E a \ adols W O C C ; \ „b�l XVW „zll� NIN S C N J O N \ ° -----------'- ---------- - ti ads ,L � rS LO 0 o t.\ Noyes O° GO ' o� s min o \ \ O. \ \ Z d o F- u a _. - W!n \ \ p L C U• O Z o �� � Nx __ m� vi o 0+0 c'o 1 U7 a 0 3 L I m CD v U) _ M a .\ c < ° - ¢ a CO v 0Qe(•, l m n K I c o N O U N } U P 0 d •O O � _0 C C J O O W O U O 0• }O NN O_ W O+ 0 0— E v N C OWN N L N U N C J L_v U ...E N o Q a— O N Z W souipuol uaam+aq XVW „o O w[ � y a 1 m O „8 „b d illy z 41 c� � ���---•���---•--• o`I Z �o om M 7) z IL co U7 h 0 Q L°" _ �a a z U#D O LL °.a- G ti �< s wo CO 0 0m zFa- O � _ CL cl d. LLI K 0 o� .c4°- F- Z _ 0 _ ¢ c 5 W 3- W LL' ° �+ -O = o ' OO o O a G a O O w L c c cil occr > „ v z •- o N (•.) (1 v � > a 4. Q 11 U o m La L 4-OOO c D a E d E O a L N L 0 O 4- O O tT ay a C p N O O r m Ort� O C m E O 3 � •_ N a L ao d X c (; �J p "ro Z n o+ o o a a 3 � O o o I�c L nv 0� 1n J C n } O p' Q O �— - w O. O a 4-+ cn3� F� ° ' C. vo 0 ZmL N MI N Q O L4- D X L c CL N L } 0, J r a O O N !1 L 0 3 l L N O C 0- L ao F N O a L O O V N o N 1n N L C } UC O p a Z 7 o •; �- w c o 4- pa• a O y X N t N N }a 'I l t f O. C 1 .11-15 03 D c 4- 04. .£ LL N C a O V E CL c ° c> ow ° L JMI�J�JLJ O d SL•L _ a Am ` ..---•--- -------- ----•--... m p L to a o _ �a Vim' _o N x w OQ C a>O ° y O U O d NLC O YID Q ..5L'£ a �' z n t. L•'L ti _ r V7 .Z.. (O U O V O ,• N } - U 3 t- w d a -I -"SZ•° -� -z� - a a D OJ c -�I „£Ob- ro ai a C L C m c a Cl.o o o ° o o > ° m e d n� 4 t - S'[ L L gnu m R n ui V a d tA 1 v N u C G U u L N m C 7~m O O a w oa. 0 0 .1 o L � o o 4 c c 0 a i.lf7L 0.16 v � >• o{ £ Y. am Y}ilybllmY/lbiiAMllbDY YLYAOI gYlllAYanIWYOi[YYIdPWY11WlYtV 16 , MIY�tl?WYJI!•YNQMOtlMYtlNI®4`BiLL p . I1ObR T11tlOW ifYYMq?I14tlbON/Itl � N� '. �` pptI'bJOIOONlYOTN!IOItlNLiNI iltll o � = O a Z Z y F M vo- lu 0 i 1 i i I i JzvbiN0033S i j i b V y N NOLLb1S o X 1 b to 4 Fax I K OUW0 ow !oa c WrcOZd go I , '.•,� I 1 l y� � � p. W Z� i 1..1 i 1 i � •-j J i i• / j N ! i r ' ul t r i r i i 3M113'S�1H3/! 1 3NH131OM3A i i i Z i t i i i I i 4. a ' i I 1 I i I m 1 1 i aJ 4 H1ONh I I uj I z ' I I i g i ; 1 p. 1 i �NYI zJ�� i - •- I t i F � t i am—_' Z Up I 1 5 O _ �a WIJI I 1 m 0 I m O • I a' ' __ Z s W 5 , ; 5 1 QQ I 1 LL ! iD I. CL F• \tF I Q �ol ! r zjj ! ui z z u xonD 3(WINOW :AS NMVNG rsaiexammw+arm�nrrmr annm+ aiwt aasa�rwoa'na�nrsvafM an trsa' �giarstaurra�vroim�orwroara�svlx C N OIMi'/MOWI6 LNIYIQOIiIII.'•OYfAIf � b ynrnmaa®r•o*anr�a�awwna atw r :21 A l l ° H ��`�y �$°'�'/,, °o Z 2 Z 2 0 so C.I IL n a in'H "' t7 Yo �� Pao�o C 06 es C N V J� Z � 4goQ�y w Z� 0 w `p z . a' u� -"goo 5 g ww o 8 ry �, z ts ` a �f5uw� y raga O a Y30g dw D 313aDNDD 1N3W3D kjE).Lwmduv d0 KIM 06 o De O � Z +wrw NIW^.Zlt o pp go Qpop o o p p O ul lI1DMtl5 d0 H1d30 Y oD oa 4 y_°.p.X4..,, � � O • • • DOp�.o'DO Z `•y1 • • • PpoQ Pp. 0 0 -mad 20 66 a t/1 Z z w �0�N o g+Na Ito) - s z `�` Oviu�`� z 0�0.0� a = $ < z J o a ° 313aDN001N3W3D Z$ J e R.W =1 b01'IYHdStl JO Hld30 q z 'NIWdJt t°.�zdmo ~¢w 'NIW AS Z `t`�O o O r - In3MVS dD H1d30 m gag w 'M 05 d°C �Z r = O.V�D oO QOeQp f'F� mwm w �m o P a eQ QnoS°�oQ q C� or 11-'— •• Poo00'QOpo ZO liY Q (7Dd _ Qe�Q OegoOQ09 Q,°D° o G70 ow dip:�o(C� v Q a uj zWd'U' �ww 0 � w5 mZ6 1wr' p QO za U c K �U JU m�17 � Nv 3�Ow m 03: O W F• ��"'// ° No0 °m z www o Qa "� a�aoNOOtN3w3o � o�S tO�a u U ao3rHdsvdoHLd3D 00 o w� + f—�'-� ow W w H 9 J U) 'NIw.Zll 52 WN.VNIN AS Z u� LL 5oQ{[mrc 1f1DMY§�O Hld 0 l Y a ol z Fp°K(�ZJ w O•• °O� \� mW S5 S N W B er O4U �'"" ••••�'�0°0'00 Z �'�� Z50 2 zff c)` oz k 4�x OQzz OFa�o Nono 2=NOw :A8 Nmv8a IOfOLIAOfI®NlIORAHIA.OeY bt Jq/ � Mri1AIW.1M .Ygi11VItY1YMINIpIIN G .? Aolmvlmr»v a+awraYmaww 3 C., c0 u va�ovm7ne �ame sw tV a d 7 zo O Z y F T. `� L � � �mL °�� �£s9 B� �`� •S F °� 4 h m� z � �F � a o 'L qI mac 4 Z z y � o-. 9 ° m m m $ �g � rc3 m�i• � c x;! 3 N d dL c n $ e :� m mE £ � ;a $ E'B� � ��$? a -$g c 4� 7p c— z fQ R in ��: F;e o v J Y' N /7 7° ID IA W C) 00 7L Ow z t UJI s_ 0 z 2 WN Zm U m W (� Q H t a ° Mg 1.9 no WN 25W 00 �O NSq Y O �°Qy u � J W 0 U0. m ;g oz °� ZD �� 5 N`W r Sr Off= aa JJ z ca IL m W yUU N 6F IY Z J O W J C =ab 0 z x � 0 L) F w$Lu F- z WO A $�°a z Q Z x N �U U U77 n 1. J 0 rQ-3 _ 4 ° Sa Cwt 5cr+m,g�' di•:' �'. v �Q x W UO J� 'dU U °W ..�•.°.r:. p W O C J YsIRz 1, 1° z 6 K X N 0 v a w 1..�.. a Q o m 1 $ �o.• r ° i.+ 1.. 11 Z5 W� k V z LL�Q'W Q N 6 f. W O W N GzA f W y o .._........._......__.�._._....- GS ..1' W = W w 6 1° o JJ a 201 m �a z �s z 1 OZ9 ° v j cyi z o- cpi 7 1 0 7 0 Ouj P< i i O Z3� ° C;.1 ° 0 Nom 3nO)NOW :A9 NMY80 'JIiA]YIrW1�4pJQJMJrbY Tdr13d 'Z IC C? 3 c ` F � �y1E� Ba�,N $ z� � F C F E7g2 ,2 134 0 0 o eQ ai `o G» a�o Ju F ti a n LL m € V @ L7 r E �..@ N� 0� YT n'� 9. 1...f; H'q -e 'IL Q LL m C gas• Q4��` F2o to MC 1m m m in E c m E 8 E a-d 3 3-3 z1 m § ;,N. to m Mrs- @ m Z., y4y�� v 3 @ m '9.>Z a .'• � L II 3 C @ @ » $m$�S�m EoE 9 8 E E $ c »4 @ (y 6 » Off( d ry C �y�f'pp E 7.C j. O C @' �C L GCCO G fA nN fT O O G E@ @ d L y O o ni o o m a o 3 a =,9 Q vi ca U 8.1 lu r w 7 n ci � N e g cp JO N W .E E O a w ii © < z tow w F� Fl z < J K a o aQW �1 a Z r- I w rwn 2z i WoW w 03JddS A'1N3A3 SOf1iS f .l y ¢�y V z ?w Q Y r iz .9Z J S » w o 01 — J +wr i i ma T i s ' ' —r OLL JI - I l �-__, 1 : XMA Wo I Dill PPPP , ; � M ' mw r I R w O o r p » w o4z e O K ow O Ow r v O 1 i O z Z J» u LL 7r g �O \ M a fLd. l}11 j a J l.. 3 z O lu 1 a N V 9 --' W 1 1 4 dA� » ' ! �• ' O» yam, NIW S ✓� I r 1 r r r r ` 2 rri a '+ NOItYONRO.4 40 HIU M 301SNI w .OZ » E ja .f ' .9 p U .Of Yid Nrais 1N9 was 'A9 NMtlNO w 'ILYAKIbtOri 9,INfA/D)Y KmYUV = O YN114.OlMMYMlALYY IN[wKtlK i6 tY1 N pJCMtl'p0Y11Y'YYOIC110YWOMK>roV iu w+ar n.noir nrmvnalwumwrLx � � N 3 ,°p .Ka.omvm.aaaw+r`a.exnreu aroY 5 V{D r�� 0 o ,ER Sae -� o z o 0 a zzpy CC >y F� d �m a IyY C/L� 6 m U. Ox ui tu tril to i b e 8 J� O qq 1 K z =L^'1 j Ill K m y a Z Z 2 N 6 [tl N ' 1 O C7 C9 0 7v m r- 4l Si4141 kzrwil Iw"� Qwg lij r°- az 50 � 9 F m C a S W1�rw F NO OFuj Om i o JJ r U d O01Sm yy�1 m P J 110 w U a 2 az z 1pzi� SivLL !iw- ' o�.x dl.. O}C O z cc � Vi� Ip ywj +aSt a aw 1. O wOm wC 4 0� ps e .00 w 1 6g K t S 4 d7 SO 1 y 1 F � 1•r �D Q ffl J a 6I �oz J._ - --- G 0 Y LL �m ow ow � K o w w p 1 Z 0 p 2� w ZW 1!1 LL 0L O S xU} NI31SNnue VN319 :AB NW"O v16 Z G C yirlr ow o 3 r $ 0 0 P Ed y w o yF� dNl� O N w WW N wv �dyd a= = m o ww p ow a Z W 4 LL o 't g IL �+ 3 � OJ e,,� PR = a a mo J z ¢ A l3 Z H ► J ix k F o n W Z W W ul V Z w OO Z O LL LL J LL J LL aI ID � C C UJ qW m L m 'C CL p Uaxi i, �m "W '�;a om3 ro ig �° rll C m f11 0' Ow C W m o WAW xb WrK Z Z Z= w= a5 Rw wo ow LL w k pw r_ O O O w Ld in 7 Y t � ".. io Z LU :i W ill/ O O Z tiro W w O Z J Z J Z Z w Z Z � g w g fvf ui Q LU Z w Z e g a Z b D W w Z Z J g Z J Q to J my W ZI L W Q' W W N O Z V Q W V Y O Y riV h Z N o N W N �o w oZ Z �w J mw Z N Z iV O O w ow ui 7 m O Noon 3nOINOW :AH NMVUO aw �wr kr Yw City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix C Puget Sound Energy Trench/Duct/Vault Construction Standards w. V�rr i . rirr iW w �r rrl ._J June 2005 Electric Distribution Trench/Duct/Vault Construction Standards Ow r~ wo I Im wry or rrr rrr © 2005 by Puget Sound Energy, Inc. All rights reserved.No part of this book may be reproduced or transmitted in any form or by any means,electronic or mechanical,including photocopying,recording,or information storage and retrieval system,without permission from Puget Sound Energy, 40�PUGET SOUND ENERGY �r Puget Sound Energy, Inc. Standards and Compliance Department P.O.Box 90868 Bellevue,WA 98009-0868 425-454-6363 7 1r1 - - _ - Table of Contents +� 2005 Electric Distribution Trench/DuctNault Construction Standards rwr Introduction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iii 1rr Installing Guard Posts for Padmounted Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0700.1600 Guard Posts Conduit Plumbing Street Light and Supply Circuits, Underground Installation . . . . . . . . . . . . . . . 6375.4800 "" at Street Lights Installing Vaults, Vault and Handhole Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6775.0035 aw Handholes, & General Vault and Handhole Installation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6775.0040 Pedestals Using and Installing Hillholders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6775.0700 wr Installing Secondary Pedestals and Handholes in Residential Plats . . . . . . . . . . 6775.2100 Trenching Customer-Supplied Trench Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6790.0075 am Trench Dimensions and Facility Placement . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6790.0130 Trench Excavation and Backfill . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6790.0140 aw Soil Compaction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6790.0250 Using Fluidized Thermal Backfill (FTB) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6790.3050 aw Installing Conduit & PVC Conduit Installation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6800.6000 Conduit Plumbing Application of Conduit Plugs and Seals . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6800.6500 at Vaults Splicing and Repair of Polyethylene Conduit 6800.8050 Installation of Electronic Markers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6825.6505 40 Appendix A* Other Conduit Conduit Risers:Figure 2,page 3 of Standard 6042.1000 w Plumbing Mini ad Transformer (Conduit System): Fi ures 2 3, &5,pages 6& 8 o f Standard 6045.1010 Secondary Pedestals: Figures 3& 4,page 3 of Standard 6050.1000 Single-Phase Secondary Handhole:Figures 1 &2, pages 4& 5 of Standard 6050.2000 Single-Phase Primary Junction Box:Figures 1, 4, &5,pages 4& 7 of Standard 6055.1010 .. Appendix B** rr Erosion Control Techniques for Temporary Erosion and Sediment Control . . . . . . . . . . . . . . . . 0150.3200 *Appendix A includes conduit plumbing figures only from PSE Electric Distribution Line Construction Standards. - **Appendix B does not apply to customers that are government entities. r PUGET Table of Contents SOUND 40 Page-i ENERGY Introduction ! What This Manual The Electric Distribution Trench/Duct/Vault Construction Standards manual contains rrr Contains standards that illustrate construction models defining trenching requirements and duct and vault installation requirements for PSE's electric distribution system. Users of This This manual is developed for use by multiple audiences including: Manual . PSE's Schedule 74 customers involved in electric conversion projects where the jurisdiction provides trenching and has the option to install PSE's duct and vault system. • Third party inspectors responsible for assuring that PSE standards are followed for trenching, duct, and vault installation. • Third party contractors working with PSE or PSE's service providers to provide trenching and/or install PSE duct and vault systems. err • PSE Schedule 73 or Schedule 85 customers authorized to install PSE duct and vault systems on a case-by-case basis. This manual is valid under the following conditions: r • Design of electric distribution duct and vault system is provided by PSE or PSE's service provider. rr • Duct and vault materials are provided by PSE. • On-site inspection is provided by PSE, PSE's representative, or PSE's service provider. Additional Manuals PSE provides one manual per customer and/or per job. Additional copies of the manual required by the customer are the customer's responsibility. wr Questions can be directed to PSE's Standards & Compliance department. to III PUGET 02005 Puget Sound Energy,Inc. Introduction SOUND Page-iii ENERGY Guard Posts for Padmount Equipment Scope This standard provides the requirements for installing protective guard posts around Puget Sound Energy's padmount transformers and switchgear that are exposed to vehicular traffic or moving machinery. It is a WAC requirement that all transformers that are installed in an ,rr area which is subject to vehicular traffic be provided with adequate guarding. See Standard Practice 6775.0035 for working and operating clearance requirements around padmount transformers and switchgear. rrr Responsibilities Puget Sound Puget Sound Energy shall: Energy . Determine the number and location of guard posts ■ Notify the property owner or customer of the requirements of this standard prior to installation Customer or The customer or property owner shall: Property Owner . Furnish, install, and maintain the guard posts, or ■ Pay Puget Sound Energy's cost to furnish and install them on the customer's behalf. r Requirements Control Zone Padmounted equipment and guard posts shall not be located within control zone areas. Contact the municipalities traffic engineer to determine the control zone requirements. +r Clearances Guard posts are required when a padmounted transformer or switchgear is exposed to vehicular traffic and 5 feet of clearance cannot be maintained between the equipment pad and the vehicles. wr Clearances are measured from the transformer's concrete pad to the edge of the driving surface used by vehicular traffic (parking lots, alleys, driveways, or roadways). (See Figure wrw I') Exception If a transformer is located next to a parking stall where vehicles park beside the transformer in such a way that the vehicle's bumper does not overhang towards the transformer, and there is a curb between the transformer and the parked car, then the clearance in the direction of the parked vehicles may be reduced to 18 inches. Guard posts are not required on the sides of the transformer that are not exposed to vehicular traffic. �r - Corxtinued on next page arr PUGE7' 0,2005 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Cancelling: NEW ENERGY Page 1 of 4 wr Guard Posts for Padmount Transformers + + + + + i Requirements, Continued - 40 Figure 1 Minimum clearances to vehicular traffic surfaces where guard posts are not required. Curb or Edge of Pavement lrli 5 Mm , .�— Curb or Edge Access of Pavement - = 5'Min 6s $ynri �y , x 'rig3 � 5'Min --► . L ; Curb or Edge 8-_X. Access of Pavement z 'Concrete Pad Door 5 Min ;g IMIM Curb or Edge of Pavement Approved Guard The following styles of guard posts are approved for Puget Sound Energy transformers (See +rr Posts Figure 2): ■ 6 ft x 4 in. diameter Schedule 40 or better galvanized steel pipe filled with concrete. The concrete shall have a minimum compressive strength of 3000 psi after 28 days. The exposed portion of the post shall be painted traffic yellow. ■ 6 ft x 9 in. diameter precast steel-reinforced concrete post. Available from Utility Vault Company, Auburn, WA; or Hanson Inc., Tacoma, WA. The exposed portion of the post shall be painted traffic yellow. Continued on next page rlr E Effective on: 06/01/05 02005 Puget Sound Energy,Inc. PEGS( Cancelling: EW ENERGY g ENERGY Page 2 of 4 to 4W Guard Posts for Padmount Equipment Requirements, Continued Figure 2 Approved guard posts rr Concrete 1"Dia. Dome ToP� Lift Hole r � 119111-11 1 dN Length gM Length y gi, Painted " Painted =%,M?MR � Yellow ` I�s Yellow S £ �': Concrete �&rR ConcreteCCu ' fg ?. gi low 5 �'. isu t TV IMIN aw t ti 6_ 6' 4 6 6„ 9„ GALVANIZED STEEL PRECAST CONCRETE FILLED WITH CONCRETE err 4W Installation Customers or property owners shall follow these steps to install guard posts. Procedure ,rr Step �lctlor 1 Call 1-800-424-5555 at least two full working days before digging for location of rD underground facilities. 2 Locate the posts as shown in Figure 3. 3 Set posts 30 in. deep in undisturbed soil. If soil has been disturbed, use concrete to stabilize the post. 4 Backfill the holes with concrete. wo Continued on next page r yr PUGEf 02005 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Cancelling: NEW ENERGY Page 3 of 4 r Guard Posts for Padmount Transformers k Requirements, Continued Figure 3 Guard post installation C Guard Posts Typical 8'x 8' ' Concrete Pad Max Max 3' P 5, s 5, Max Max s l rf 3s k's�v 17#M m3's t �fr�a1( 18 Mm Mm °t y Max ' Max 1 Max U �.. 3 \ Q Min . Access Door Swing P Max I Max References The following Puget Sound Energy documents apply to this standard 6775.0035 Vault, Handhole, and Padmount Equipment Location Sources WAC 296-46B-450, Equipment for General Use—Transformers and Transformer Vaults rlir Effective on: 06/01/05 ©2005 Puget Sound Energy,Inc. PUGET Cancelling: NEW ENERGY g� NER+JY Page 4of4 rrr Street Light and Supply Circuits, Underground Installation ff TM V ._' Scope This standard covers the installation of 120 V and 240 V street lights and their underground supply circuits. In This Standard ,,. These procedures are covered in this standard: Introduction 1 Required Tools and Materials 1 Wiring a Single Luminaire 2 Wiring a Multiple Luminaire Circuit with Handholes or Pedestals 6 Installing Street Light Tubes 9 v�r Setting a Street Light Pole in a Street Light Tube 10 w. Introduction Installing street light cable in conduit (CIC) makes it easier to replace street light wire if it ow should fail. It is important to install conduit caps to keep the conduit clean and water-free if the entire job is not completed in one day. go Required Tools and Materials to Some or all of the following tools and materials are required to install street lights and supply circuits. 4 My. Cable semi-con stripper(to cut CIC) 7495800 MD6 compression tool 7515500, 7515600, 7515700 y, Pentahead wrench or socket 7519900, 7552500 CIC seal 7645644 Conduit caps 7631011 #6 street light cable in conduit (CIC) 8631150 #10 street light wire 8608500 err Fuse holders 7017500 Non-fuse kit (breakaway poles only) 9995259 #6 splice linket 2256000 +rw Secondary heat shrink 7812000 Rubberized bar connector 7651004 r-- , Tag, street light identification 9995260 or 9995731 =' Cap, cable end#248 6939000 PUGET C2000 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling: 03/09/01 ENERGY Page 1 of 11 wr Street Light and Supply Circuits, Underground Installation : Wiring a Single Luminaire Follow these steps to install single 120 V or 240 V street lights. NOTE: This procedure frequently takes several days to complete as construction progresses. The order of the steps is not affected. StBp d ' 0, 11 r �1CfiD11 > ttt s' y 1 Dig a trench with a minimum depth of 25-in. from the source (transformer, secondary handhole, or pedestal) to the street light pole location (Figure 1). NOTE: If a street light tube is to be used for installing the street light pole, go to Installing Street Light Tubes, Steps 1 and 2. 2 Lay street light CIC from the source to the street light pole location. Install a CIC seal at the source end of the CIC. Install a temporary conduit cap on the CIC if the pole will not be set immediately. NOTE: If a street light tube is used, go to Installing Street Light Tubes, Steps 3 and 4. 3 NOTE: Skip this step for prewired luminaires. When you are ready to set the street light pole, install#10 street light wire so (MID 8608500)inside the pole from the top of the pole to the access plate opening. Leave enough wire at each end to install the luminaire and make up the fuses. so 4 Remove conduit from the street light end of the CIC so that conduit will be 1-2-in. below bottom edge of the pole's access plate opening when the installation is complete (Figure 2). 5 NOTE: If a street light tube is used, go to Setting a Street Light Pole in a Street Light Tube. While slowly lowering the pole into place, guide the CIC into the pole's cable entrance hole, and up to the pole's access plate opening. Conduit should be visible below the access plate opening. Allow 18-in. of wire to extend out of the conduit to fuse the luminaire in the access plate opening (Figure 1, Fuse Detail). 6 Set the pole. Backfill with 5/8-in. minus gravel, and compact in 6-in. lifts. Set the pole plumb and embed to the ground line marked on the pole. Pea gravel is not acceptable. Continued on next page Effective on: 11/03/03 ©2000 Puget Sound Energy,Inc. PUGET Canceling:03/09/01 SOUND Page 2 of 11 ENERGY Street Light and Supply Circuits, "" Underground Installation : 'r' J` Wiring a Single Lurninaire, Continued No 7 Fuse both hot legs in the access plate opening. Allow enough slack to pull the fuse holders out of the opening when replacing the fuse. Using a#6 splice linket, connect the neutral by inserting the#6 wire in one end, and the#10 wire in the ern other end. Cover with a secondary heat shrink. If, , , Then . . . Insert the grounding pigtail that is Installing a concrete pole in the access plate into the linket along with the#10 wire. aw Install a non-fuse kit Installing a breakaway pole (MID 9995259) in the neutral lead at the access plate opening. r 8 Make the connections to the luminaire terminals and the source terminals. Connect the hot leg(s)to the terminal(s)with the black lead(s); connect the neutral leg to the urr terminal with the white lead and the green case ground. 9 If the luminaire operates at 120 V, install a heatshrink cap over the unused leg at the luminaire. If the luminaire is to be installed later, install heatshrink caps on all cables. If the luminaire is prewired, cap the unused leg at the access plate opening. NOTE: 120 V fixtures are supplied with 240 V three-wire service. If one hot leg fails, the other can be used without installing new wire. .r 10 Install the Intolight tag on the road side of the pole, 5-10-ft above final grade. r Continued on next page rrr err err to +rr r PUG1T 02000 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling:03/09/01 ENERGY Page 3 of 11 +Yr Street Light and Supply Circuits, Underground Installation Wiring a Single Luminaire, Continued I` Figure 1 Single luminaire circuit wiring Q To Luminaire #10 Street Light Wire e e Access Plate Opening Fuse Detail R zs 18" Ground Line Excess Wire IN M e� on Pole T 25" Min Cable \\ // Trench Depth Entrance Hole Embedment Depth See Table 1 �—CIC Bottom Of Trench Figure 2 Fuse access opening detail �rw Pole v — Wire Fuse Access Opening 1 2" Top of CIC NOTE: All new concrete and fiberglass poles should come with the ground line marked on the pole. If the ground line is not marked, the pole setting depth shall be: • for decorative concrete poles, refer to manufacturers drawings for setting depths. • for all other than decorative concrete poles, center the wiring access hole 18-in. above finished grade. qtr t. Effective on: 11/03/03 02000 Puget Sound Energy,Inc. PUCET Canceling: 03/09/01 SOUND Y Page 4 of 11 Street Light and Supply Circuits, Underground Installation Ill : 11 Table 1 Corrugated tubes (all poles other than decorative concrete poles) 3 s xx nh s 7�be�Fallleter Direct Buried Pales , C Lu�nrna�re s �' "�" �ctherthan decorative concreted �dIGUl�t�tlg � "Tube � � IS . irr 13' or less 3' 18" 18" 15' - 20' 4' 18" 18" wr 25' 5' 18" 18" ..r 30' 5' 18" 18" Slip Over 35' 6' 18" 24" Shroud 40' 7' 24" 2411 e� r Corrugated tubes (decorative concrete poles) D�recf Bur�ecl Poles 1.amrnarre {tlecnrat�veconcrete),F ' Movnt�ng Neight Tubel.engtt� Tube'Diameter Victorian 1 55 24" 15' r Victorian II 5' 24" 13' & 15' wr Victorian IV 5' 24" 15' arr Victorian V 4' 24" 15' Washington 4' 24" a :... y?; to x�;�•: tail PUGET 02000 Puget Sound Energy,Inc. Eff ective on: 11/03/03 SOUND Canceling:03/09/01 ENERGY Page 5 of 11 aw Street Light and Supply Circuits, Underground Installation 06 Wiring a Multiple Lurninaire Circuit with Handholes or Pedestals E- *0 Follow these steps to install multiple 120 V or 240 V street lights on one supply circuit. NOTE: Maintain no more than 3% voltage drop to the last luminaire on a circuit for 120-volt luminaires and no more than 6% voltage drop for 240-volt luminaires. Step x 3 y,tit ri ;, ,Act�bn ;.< z 1 Dig a trench with a minimum depth of 25-in. from the source (transformer, secondary handhole, or pedestal) to each street light pole location (Figure 3). ' NOTE: If a street light tube is to be used for installing the street light pole, go to Installing Street Light Tubes, Steps 1 and 2. 2 Lay street light CIC from the source to the handhole/pedestal location of the first luminaire in the circuit. Also install CIC from the handhole/pedestal to the street light location. Install a conduit cap or CIC seal on the cable at the source end and at the handhole/pedestal. NOTE: Due to street light CIC's 14-in. minimum bending radius, handholes for multiple street lights must not be installed closer than 36-in. to the base of the pole. a* If a street light tube is used, go to Installing Street Light Tubes, Steps 3 and 4. 3 Continue to run CIC from the first handhole/pedestal to the next handhole/pedestal. Also install CIC from each handhole/pedestal to each street light location. Leave approximately 12-in. of cable above the conduits in the handhole/pedestal to make up the connections. Seal the cable and conduit with a CIC seal. .Ir 4 Install rubberized bar connectors in the handholes/pedestals to connect the street light tap and the circuit run (Figure 3). 5 NOTE: Skip this step for prewired luminaires. When you are ready to set the street light pole, install#10 street light wire (MID 8608500) inside the pole from the top of the pole to the access plate opening. Leave enough wire at each end to install the luminaire and make up the fuses. ' 6 Cut conduit from the street light end of the CIC so that the end of the conduit will be 1-2-in. below the bottom edge of the pole's access plate opening when the installation is complete (Figure 2). 7 NOTE: If a street light tube is used, go to Setting a Street Light Pole in a Street Light Tube. No While slowly lowering the pole into place, guide the CIC into the pole's cable entrance hole, and up to the pole's access plate opening. No Conduit should be visible below the access plate opening. Allow 18-in. of wire to extend out of the conduit to fuse the luminaire in the access plate opening. (Figure 1, Fuse Detail). to 8 Set the pole. Backfill with 5/8-in. minus gravel, and compact in 6-in. lifts. Set the pole plumb and embed to the ground line marked on the pole. Pea gravel is not acceptable. Continued on next page Effective on: 11/03/03 ©2000 Puget Sound Energy,Inc. PUGET SOUND Canceling: 03/09/01 ENERGY ENERC Page 6 of 11 Street Light and Supply Circuits, Underground Installation -�. Wiring a Multiple Luminaire Circuit with Handholes or Pedestals, Continued S £ 3 9 Fuse both hot legs in the access plate opening. Allow enough slack to pull the fuse holders out of the opening when replacing the fuse. Using a#6 splice linket, connect the neutral by inserting the#6 wire in one end, and the#10 wire in the other end. Cover with a secondary heat shrink. If . . . Then . . . Insert the grounding pigtail that is A" Installing a concrete pole in the access plate into the linket along with the#10 wire. Install a non-fuse kit MID 9995259 Installing a breakaway pole in the neutral lead at the access plate opening. 10 Make the connections to the luminaire terminals and the source terminals. Connect the hot leg(s) to the terminal(s) with the black lead(s); connect the neutral leg to the terminal with the white lead and the green case ground. 11 If the luminaire operates at 120 V, install a heatshrink cap over the unused leg at the luminaire. If the luminaire is to be installed later, install heatshrink caps on all r. cables. If the luminaire is prewired, cap the unused leg at the access plate opening. NOTE: 120 V fixtures are supplied with 240 V three-wire service. If one hot leg fails, the other can be used without installing new wire. rr 12 Install the Intolight tag on the road side of the pole, 5-10-ft above final grade. Continued on next page r �r wrr wr PUGET ©2000 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling: 03/09/01 ENERGY Page 7 of 11 rrr Street Light and Supply Circuits, Underground Installation : Wiring a Multiple Luminaire Circuit with Handholes or Pedestals, Continued Figure 3 Multiple luminaire circuit wiring I� Street Light i II II _ II II II II e c �I II Will > II Street Light Fuse Access Hole II II CIC 90°to mast arm II M #10 Street "N" i� Light Wire II II 18"Street II Light Wire II 2 ti Street Light �� II T�e eh�lih CIC �i Depth X36 Mid �I ;••; � I I Elbe �eAthQ�t so 16 rw Effective on: 11/03/03 02000 Puget Sound Energy,Inc. PUGET Canceling: 03/09/01 SOUND Y Page 8 of 11 Street Light and Supply Circuits, • Underground Installation *a.. J Installing Street Light Tubes Street light tubes are corrugated plasitc culvert pipe used to provide a hole for setting the rrr street light pole at a future date.Do not use cardboard tubes because moisture will disintegrate them. The developer should supply street light tubes with diameters and lengths shown in Table 1. Street light tubes should be installed so that the top of the tube is 2-3-in. below final grade. NOTES • Smaller diameter tubes do not allow room to train the CIC into the pole and do not rr provide enough space for backfill and tamping. • Measure the depth of the street light tube to the proposed finished grade and compare to the required pole setting depth. If necessary,backfill and tamp until correctly installed to the finished depth requirement. It may be necessary to hand dig inside the street light tube if it is too shallow. r Procedure Follow these steps to install streetlight tubes. 1 Cut a 3-in, x 6-in. slot in the street light tube, starting 20-in. from the top edge .r (Figure 4). 2 Install the street light tube into the hole where the street light will be located. The top of the installed tube should be 2-3-in, below final grade. Orient tube so that slot will be as shown in Figure 4. 3 Install the CIC in a gradual bend from the trenchline up into the slot in the street light tube. Firmly support the CIC with backfill. Extend the CIC 5-ft above the top of the street light tube. Seal the CIC with a conduit cap. 4 Secure the street light tube by attaching a piece of plywood or a lid to the opening. Provide a hole in the lid to feed the CIC through. Cut off one foot of the CIC to. err expose 1-ft of conductor. Fold conductor back along the outside of the CIC and securely tape the conductor to the CIC to prevent the conductor from being pulled back into the CIC. 5 Continue with the circuit wiring procedure. Continued on next page �r air w ©2000 Puget Sound Energy,Inc. Effective on: 11/03/03 N Canceling: 03/09/01 ENERGY Page 9 of 11 Street Light and Supply Circuits, Underground Installation Installing Street Light Tubes, Continued E- to Figure 4 Street light tube installation Tape to secure 111111 conductor Plan View Detail of Street Light Tube Wire Entrance Street Light 51-0" Set street light tube Slot Tube 2-3"below grade. \� Field Side Road Side Field _ 45°+ Road Side Side / 3"x6"Cable 20„ / Entrance Slot 26" Wire / � � \ � Entrance Slot Position 3"W'wire entrance slot 45 degrees left or right from a line perpendicular to road- 45� \ "'* �'` Tube Length way through center of tube. 45 (see Table 1) to x Sri �--+� Diameter(see Table 1) i1N Setting a Street Light Pole in a Street Light Tube Follow these steps to set the street light pole into the street light tube. Step �r A+ct1o>nl 1 Remove enough conduit from the wire so that the CIC extends 12-in. above the top so of the street light tube. Securely tape the conduit to the cable so the cable cannot be pulled out of the conduit, and the edge of the conduit will not catch as you feed it into the pole. irr NOTE: Leave sufficient wire to provide 18-in. of wire outside the access plate opening. 2 If necessary,backfill the bottom of the street light tube with 5/8-in. minus gravel so that the ground line on the installed pole will be at grade. 3 Slowly lower the pole into the street light tube. Guide the excess wire and CIC into the pole's cable entrance hole and out of the access plate opening (Figure 5). When the pole is completely lowered into the street light tube, conduit should be visible below the access plate opening (Figure 2). Allow 18-in. of wire to fuse the luminaire in the access plate opening (Figure 1, Fuse Detail). 4 Set the pole. Backfill with 5/8-in. minus gravel, and compact in 6-in. lifts. Set the pole plumb and embed to the ground line marked on the pole. Pea gravel is not acceptable. 5 Go to "Wiring a Single Luminaire, Step 7" to complete the pole installation. r _ _ Continued on next page Effective on: 11/03/03 02000 Puget Sound Energy,Inc. PUGET Canceling: 03/09/01 SOUND Page 10 of 11 ENERGY Street Light and Supply Circuits, Underground Installation Setting a Street Light Pole in a Street Light Tube, Continued Figure 5 Using a street light tube for street light installation irr .ir Street Light Pole 18"Excess Wire-� Access Plate Opening Ground Line on Pole Mr Cable Entrance Hole Field Side Sidewalk Street M Set street light tube 2-3"below grade. .20" 26" 3"x6" Cable Entrance Hole r See Table 1 an References The following Puget Sound Energy documents apply to this standard: an 6060.2000 Fiberglass Street Light Poles 6060.3000 Concrete Street Light Poles 6375.4810 Installation of Street Light Cable in Conduit .r err M �r PUGET ©2000 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling:03/09/01 ENERGY Page 11 of 11 Vault, Handhole, and Padmounted Equipment Location i Scope This standard covers the factors that must be considered in choosing a location for a vault, handhole, or padmounted piece of equipment. It does not address the location of cables or conduit. Definitions These are definitions of terms used in this standard: AW k s E �ef1111tIQ1� ro r errrt , NO Government Entity A city, county, or state entity that has authority over the Public Thoroughfare in the conversion or relocation area. Public Thoroughfare A publicly owned road, right-of-way or real property that allows for electric utility use. Underground Equipment Vaults, handholes,junction boxes, padmounted transformers, padmounted switches, submersible transformers, and submersible switches. rr to Location Requirements Accessibility Underground Equipment must be readily accessible by workers and equipment during construction and for future operation and maintenance. Workers should not have to climb over or remove obstacles to gain access. Heavy construction equipment must be able to get close enough to the excavation to place the vault in the hole. Consider the underground equipment's weight and the lifting angle and swinging radius of the boom truck when 1W choosing the underground equipment's location. Remember that dump trucks may need access if select fill is used for fill or if excavated material will be hauled away. Working Space A clear and level working space is necessary for the operation and maintenance of Underground Equipment (Figures 1-6). The location must allow room to operate a switch handle, completely open a hinged steel door, or use a hotstick to install and operate equipment. In no case shall clearances be less than those required by code from combustible and noncombustible walls, bodies of water, fire escapes, etc. (see Standard Practice aw 0700.1500, "Clearances for Oil-Filled Equipment"). The working space should be free from obstructions such as trees, shrubbery, poles, buildings, retaining walls, structures, fences, fire hydrants, decorative screens, ditches, streams, roadways, etc. Consider possible future structures and equipment which could interfere with clearances and accessibility. + Continued on next page +r PUGET ©2000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling: 11/03/03 ENERGY Page 1 of 10 r Vault, Handhole, and Padmounted Equipment Location Location Requirements, Continued F Working Space, Working Space may extend into a traveled roadway under the following conditions: (continued) . The equipment is accessible to PSE crews and vehicles for installation and scheduled maintenance work. ■ When operating the system (such as opening and closing switches) or for unscheduled repair work due to equipment failure: — A PSE truck may be parked in the traveled roadway in the immediate vicinity of the equipment. — Any required traffic control devices shall be limited to those devices that are wi► normally carried on a service truck,which can be deployed by a single lineman/serviceman, and can be left unattended while the equipment is operated. — The working hours within the Working Space (including the roadway portion) are not restricted. — Permission from the Government Entity is not required. — The roadway speed limit in the vicinity of the working space does not exceed 35 mph. err Figure 1 Clear working space for padmount transformers and above-ground J-box enclosures 40 Vault Lid 3),M. in 36 H Min -�— Equipment F, ¢;,r�= Access Door �£ J to i Equ�prnent Access Door Coolmg� Fins } s 18 Mm Wli Continued on next page Ali f.. - Effective on:06/01/05 ©2000 Puget Sound Energy,Inc. PUGET Canceling: 11/03/03 SOUND Page 2 of 10 40 ENERGY Vault, Handhole, and Padmounted Equipment location i i Location Requirements, Continued Figure 2 Clear working space for vaults containing submersible transformers, switches, and J-box vaults ROAD SIDE(PREFERRED) 3'Min x 'l S 3 A s < Min Min I N�: ., 0 x` 6 in g { r wt� FIELD SIDE(PREFERRED) Figure 3 Clear working space for padmount switches wr r 18 Min Equipment Equipment Access..:Door , f fi € Access Door Mm 1 # 4 Min s 10 Min n. +ir E ui rnent �'K z • :€ s � c ' z s Equipment' Access➢oor Access Door min' 4W N F:. ar Vault Lid �.. 18"Min Continued on next page PUGET x2000 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 11/03/03 ENERGY Page 3 of 10 +r. Vault, Handhole, and Padmounted Equipment Location Location Requirements, Continued Figure 4 Clear working space for padmount switches rotated 90 degrees on the pad t Equipment Access Door �' r 18' Min ° Equipment AoceSS Door L e 10 Min '� Min Fp.� �An,. ^ A F�, s NE s Equipment _` �r y 18" Min Access Door Equipment Access Deor- Figure 5 Clear working space for 12 kV, 200 A primary metering cabinets Vault Ltd 18' Min Equipment Access Door r %Ig g { r Min '; mN se sk z � , et:: ui ent pm .... ,.� >Access Door � . hG`Alt'Ii+t�Ttr�'fat3f Min Mm r Continued on next page Effective on: 06/01/05 ©2000 Puget Sound Energy,Inc. PUGET Canceling: 11/03/03 SOUND Page 4 of 10 ENERGY Vault, Handhole, and Padmounted Equipment Location ff I I low, Location Requirements, Continued Figure 6 Clear working space for 12 kV, 600 A and larger primary metering cabinets rw Vault�d 18' Mm ``� �" �, fi s�.s ,F ss' hk 'F nr I r E .r•„ '�,�, ' � d x :. Equ€pment 9ACCBSS DOar 10'Min Min € Fr \ qu€pment g � Access Doge F Min Min J� ow IIrF k� Continued on next page wr +w. ar aw r. PUGET 02000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling: 11/03/03 ENERGY Page 5 of 10 rr Vault, Handhole, and Padmounted Equipment Location WIWI I Location Requirements, Continued I- Operating Rights Table 1 gives the location requirements for various types of construction. wig Table 1 Location requirements for various types of construction T � dnt-ruCtl011 � LDCatiD17 RBCIu rerllePltS " s€ x z <, Conversions for See Schedule 74 for the requirements concerning the Governmental Entities location of underground facilities in an underground (Schedule 74) conversion area for those applications that meet the tariff wr requirements. Conversions for customers If the existing overhead facilities are on private property, other than Governmental locate the new underground facilities on private property. Entities If the existing overhead facilities are on a public (Schedule 73) thoroughfare, it is preferred to locate the underground facilities on private property, although they may be located on a public thoroughfare, at the sole discretion of PSE if the requirements of this standard are met. New Developments In new developments, locate Underground Equipment on private property when the requirements of this standard can be met. When extending a new power line along a Public Thoroughfare that is not bordered by the new development, the Underground Equipment may be located on the Public ,y Thoroughfare, at the sole discretion of PSE if the requirements of this standard are met. Relocations When relocating Underground Equipment that is on private property, locate the new Underground Equipment onto private property. When relocating Underground Equipment that is on Public Thoroughfare, it is acceptable to place the new Underground Equipment on public thoroughfare, at the sole discretion of PSE, if the requirements of this standard are met. viw ww Easements and See Standard Practice 0350.1000, "Easements," for information and requirements on Permits obtaining easements and permits. In general, easements are required for cable, equipment,and operating space located on private property. If a piece of equipment is located entirely on property Parcel A (either Public Thoroughfare or private property), and the required work space overlaps onto private property Parcel B, an easement must be obtained for that portion of the working space on Parcel B. Continued on next page y oil Effective on:06/01/05 02000 Puget Sound Energy,Inc. FUGET Canceling: 11/03/03 SOUND Page 6 of 10 ENERGERC Y up Vault, Handhole, and Padmounted Equipment Location Location Requirements, Continued When working near water or wetlands, additional permits may be required from various IV agencies, including: ■ Washington State Department of Fish and Wildlife ■ Department of Ecology ■ Corps of Engineers,and ■ Department of Natural Resources These permits may take a long time to acquire, so consideration should be given to avoiding er areas where these permits are required. Contact the Municipal & Land Planning group for additional information and assistance. "' Vehicular Traffic Table 2 gives the location requirements for Underground Equipment that is subject to vehicular traffic. +rw Table 2 Location requirements for equipment that is subject to vehicular traffic Type ofEqufpm:enw ? Lacati©n requirements` Pulling Vaults Do not place vaults in road intersection or crosswalks. r Use cast iron manhole covers or solid concrete covers on pulling vaults in areas that are subject to normal roadway traffic.When installed in a driven lane, the vault should be placed so the covers fall between the wheel paths. Vaults installed within a road shall include a six-inch ring riser to accommodate potential grade changes. *0 Junction Boxes and Diamond plate lids and ventilated lids, even though they are Submersible Equipment rated to H-20 loading, should not be used in areas subjected to Vaults normal roadway traffic. Shopping center parking lots, truck bays, commercial/industrial driveways, etc., fall into this category. The reasons for this are: ■ The lids have a history of warping and breaking. ■ The hold-down bolts tend to work loose, so the lids bang loudly when cars drive over them. ■ Gravel and debris tends to pack in and jam in the doors so they will not open. See Standard Practice 6775.0030, "Vault and Handhole Selection and Application," for additional information. When in parking lots,locate equipment in planter strips or in landscaped areas when available to avoid having cars parked over the vault when the equipment needs to be operated or maintained. An H-20 rated lid may be fitted with more durable "stealth" doors that use 4 lock-down bolts. These doors are special order aw material but may be appropriate where existing vaults are difficult to relocate. Contact the Standards Department for application and use. Vaults installed on a road shoulder or sidewalk shall include an adjustable cover to accommodate potential grade changes. +rr PUGET ©2000 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 11/03/03 ENERGY Page 7 of 10 irr Vault, Handhole, and Padmounted Equipment Location Location Requirements, Continued Table 2, cont'd Type of Equipment :�� Loca#rvn re urrements , : x ,;: ; Padmounted Equipment Visual Obstruction Do not place padmounted equipment where it creates a visual obstruction to traffic. Control Zone and Local Codes Contact the municipal jurisdiction's traffic engineer to determine the control zone requirements and any other site restrictions. Do not place padmounted equipment where it will encroach into the control zone. Locations shall be avoided where padmounted equipment may be damaged by vehicles. See Standard Practice 6315.0008, "Guard Posts for Padmount Transformers," for additional information. yl Pedestrian Traffic Place padmount equipment so that it is not an obstruction to pedestrians. Locate vaults to minimize tripping or slipping hazards. Locate access openings so that barricades or other suitable guards can be,placed to protect the opening when it is uncovered. Standard slip-resistant diamond-plate doors, common to PSE vaults, are appropriate in most sidewalk applications for vault and handhole locations. Aggressive traction "anti-skid" doors are required on all vaults placed in sidewalks or pedestrian walkway areas when: YAP • Required by permit or by the government entity. • The sidewalk grade exceeds 8.33% or the slope exceeds one vertical to 12 horizontal (1V:12H). wr • A vault location is in a heavy pedestrian traffic area, including: ■ Within 50 ft of a school or public bus stop. ■ Within 50 ft of an entry to a commercial or multifamily building. MIN ■ Within a shopping mall or central business district. ■ When the sidewalk is a designated and/or signed pedestrian walking or jogging route. Utility Conflicts Vaults or handholes shall not be placed on top of PSE's or another utility's facilities. Continued on next page Effective on:06/01/05 ©2000 Puget sound Energy,Inc. PUGEI Canceling: 11/03/03 ENER GY SOUND Page 8 of 10 ENERGY 1t Vault, Handhole, and Padmounted Equipment Location I Location Requirements, Continued Terrain and Avoid placing equipment where a slope makes it difficult for the worker to stand and operate Retaining Walls the equipment or where it is subject to landslides or drainage wash. When practical, restrict the slope to a one-foot rise over a three-foot run (Figure 7)within the clear working space. Terracing of the site and/or adding a retaining wall may be required to protect the equipment and provide adequate working space. Working space requirements shall be maintained from the equipment to the retaining walls. The customer is responsible for the installation and maintenance of retaining walls of sufficient strength and suitable construction to meet this .w requirement (Figure 8). to Figure 7 Recommended slope within the clear working space Slope should not exceed a 1'vertical rise to a 3 horizontal run(IV:3H). ISO Vertical Rise 3' it a✓ ✓' Horizontal Run +ww Clearances Figure 8 shows clearances from a transformer to a retaining wall. See Standard Practice 0700.1500, "Clearances for Oil-Filled Equipment," for information on clearances from other obj ects. Figure 8 Clearances from transformer to retaining wall Retaining Wall i sa 91 3 Syr r r, Min i 10'Min L_ Clear Working Space biV" vy 3 Continued on next page V2000 Puget Sound Energy,Inc. Effective on: 06/01/05 PUGS( PUG i? Canceling: 11/03/03 ENERGY Page 9 of 10 r Vault, Handhole, and Padmounted Equipment Location I I Location Requirements, Continued - Hillholder Hillholders may be used for single-phase minipad transformers on gentle slopes to prevent the soil from sloughing into a transformer. See Standard Practice 6775.0700, "Using and Installing Hillholders," for additional information. When properly installed, hillholders are not considered an infringement into the required clear working space. Soil Conditions Avoid placing vaults in poor or unstable soil conditions which may require special construction methods such as pilings or rip rap. Contact the Civil Engineering Group when poor soil conditions are unavoidable. Select backfill may be required to replace undesirable material. Length of Cable A vault location may need adjustment, or additional vaults may be required, so that the cable Run pulling limits are not exceeded. See Standard Practice 6825.6150, "Cable Pulling Tension," ` for additional information. Aesthetics Consider the visual impact to the customer and the public when choosing a location for vaults or hndholes. , Customer Notify the property owner or customer of Puget Sound Energy's requirements, including the to Notification need to keep a clear path to and working space for the Underground Equipment during the life of the installation. X11► References The following Puget Sound Energy documents apply to this standard: 0350.1000 Easements ' 0700.1500 Clearances for Oil-Filled Equipment 6775.0030 Vault and Handhole Selection and Application 6775.0700 Using and Installing Hillholders 6825.6150 Cable Pulling Tension Sources NESC 323 Manholes, Handholes and Vaults NESC 380 Equipment- General NESC 382 Equipment Location in Underground Structures t WSDOT Design Manual, Pedestrian Design Considerations Effective on: 06/01/05 ©2000 Puget Sound Energy,Inc. PUGET Canceling: 11/03/03 SOUND Page 10 of 10 General Vault and Handhole ow Installation I � ' IT J Scope This standard describes the basic installation procedures for electric and gas handholes and vaults. In This Standard These topics are covered in this standard: Topic � See Page: .r Safety Requirements 1 Confined Space 2 Environmental Requirements 2 Vault Delivery and Boom Truck Capacity 2 Before Installing the Vault 4 Basic Vault Excavation 4 Setting the Vault 5 Backfilling and Finishing the Installation 6 wr Safety Requirements Be aware of hazards when excavating and installing vaults and handholes. To avoid personal injury or damage to equipment or materials, follow safe procedures, and use correct equipment when lifting, transporting, and setting precast concrete handholes and vaults. Refer to PSE's Employee Safety and Health Program. �w Tailgate Meeting A job planning(tailgate) conference shall be held prior to starting work. Crews shall be briefed on the content of the job and shall examine the worksite for unsafe conditions. • The work site is properly barricaded and appropriate warning signs are used. • When workers leave the area, holes are covered or barricaded with approved barriers or W guards, and clearly marked to prevent injury or damage to the public. Public Safety Maintaining public safety is part of the job. Ensure that: ■ Equipment or material is not be left in a condition that will create a public hazard. After dark, approved lights, reflectors, or similar devices are used. w+ w. wr PUGS.?. ©2000 Puget Sound Energy,Inc. Eff ective on: 06/01/05 SOUND Canceling: 04/01/05 ENERGY Page 1 of 8 General Vault and Handhole Installation. t Confined Space a Electric For electric vault and handhole installations,refer to Standard 0100.2310, "Rescue and Installations Enclosed Space Entry," for safe work practices. Gas Installations For gas vault and handhole installations, refer to Field Procedure 4800.1000, "Gas Vault Entry,"for safe work practices. Environmental Requirements Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and/or local jurisdiction requirements. r Vault Delivery and Boom Truck Capacity Order in Advance For prompt delivery, place vault orders a minimum of 48 hours in advance. For non-coded or custom vaults, up to four weeks may be required from time of order to delivery. A specific delivery schedule can be obtained from the manufacturer when the order is placed. q0 Preparing for The cost of coded standard vaults includes delivery to the job site and vault setting by the Delivery manufacturer. Some larger special order vaults include delivery only; Puget Sound Energy must supply a 35-ton crane to set these vaults. To ensure successful delivery, the following conditions must be met: ■ The job site and vault setting location must be accessible without requiring pushing or towing of the manufacturer's delivery truck. ■ The excavation shall be properly prepared and ready to receive the vault. All excessive standby time resulting from the lack of or incomplete preparation at the job site by Puget Sound Energy or its contractor will be charged for by the vault manufacturer. ■ The vault must be accurately set, since the manufacturer will make no adjustment after its initial installation. Vault Company Boom delivery trucks meet one of the following lift capacities: vp Boom Truck Capacities Truck Boom Lift Side`Lift Capacity 3 Rear Lyfk rapacity Y Hansorlr Ut�llty Range Ma,"x�rnum Range; @;Maximum Range Pipe Vault +err 20 ft Max 13,000 Ibs Max 15,000 Ibs Max X -- 29 ft Max 6,800 Ibs Max 7,300 Ibs Max X X � e wry Effective on: 06/01/05 02000 Puget sound Energy,Inc. PUGEF Canceling: 04/01/05 ENERGY Page 2 of 8 ENERGY Mai General Vault and Handhole Installation Figure 1 Boom truck lifting capacities IM 4W err A Rear Range rtr 20 ft.Boom Truck Crane Capacity Range A SIDE REAR 8'-0" 26,500 Ibs 28,500 Ids low 10'-0" 27,000 Ibs 27,500 Ids 15'-0" 22,000 Ibs 24,500 Ids 20'-0" 13,000 Ibs 15,000 Ids .mow �Ilr 29 ft.Boom Truck Crane Capacity Range A SIDE REAR 8'-0" 20,000 Ibs 20,000 Ids o0 00 10'-0" 20,000 Ibs 20,000 Ids 15'-0" 20,000 Ibs 20,000 Ibs 20'-0" 13,170 Ibs 16,150 Ibs s 25'.0" 8,560 Ibs 9,860 Ids 18 0"'Firm Ground 29'-0" 6,860 Ibs 7,390 Ibs A-Side Range rrr When delivery trucks position their boom riggers, the lift range will decrease if the riggers can not be fully extended. «r NOTE: If there are curbs, sidewalks, and other obstacles in place, the maximum lift range will further decrease. W Vault Inspection Vaults shall be inspected and accepted before being unloaded or installed. Verify that the ow vault and lid are the correct size with the appropriate accessories. Do not accept or install vaults or accessories with structural problems such as: ■ Cracks radiating from the lifting inserts 11110 ■ Exposed reinforcing ■ Cracks or damage which will impair strength or watertightness. No If the problem is minor and can be repaired by the manufacturer at the the work site, install the material and contact the Storekeeper who will arrange repairs with the manufacturer. If the vault is defective or the incorrect size, contact the Storekeeper who will contact the manufacturer and have the material replaced. iw. PUGS. ©2000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling:04/01/05 ENERGY Page 3 of 8 General Vault and Handhole Installation ' Before Installing the Vault Ensure the following tasks have been done before excavating for the vault: • Contact local government agencies when required. • Locate and mark underground utilities. • Determine the vault's location and establish the site's finished grade. • Identify and install required erosion and sediment control structures. Refer to Standard at 0150.3200, "Techniques for Temporary Erosion and Sediment Control" and local j urisdiction regulations. Wo Basic Vault Excavation err Shoring Excavations over 4-feet deep shall be shored or sloped before any worker enters. Manhole shoring boxes are available from rental companies. On deep excavations where it is impractical to shore or slope, the vault hole can be sr over-excavated by 8 to 10 inches and then raised to depth with crushed rock. The excavation can then be leveled from above with a back-hoe before the vault is set. A transit may aid in establishing the correct grade. Unstable Soil In areas such as river valleys where there is a high water table, several things can be done to minimize construction problems due to soil caving into the excavation: • If the problem is severe enough, the area around the excavation site can be dewatered with well points and pumps before digging. ' • A manhole shoring box can be rented. • Sheet piling and jacks can be used for larger or deeper excavations. Adjusting to Grade Vaults that are to be placed in landscaped areas, should be set a minimum of 2 inches above finished grade. Vaults and handholes to be set in pavement or sidewalk areas should have either an adjustable top section or, if manholes are to be used,one or more 6-inch ring risers under the Vii' cover section. This will allow accurate and easy adjustment of the top surface to finished grade, and can prevent costly movement of the vault if the grade is lowered in the future. Install the vault so that the top of the cover is about 2 to 3 inches lower than the pavement. The adjustable lid can be leveled and adjusted up to 5 inches with the adjustment bolts. (See Figure 2, Installing Adjustable Vault Lids.) The exception is electric secondary handholes, which are always set flush to final grade. `VIA yap, y betting electzto ii$7 Vitayyalx�ts ► rnl' radt«isriaZTheseault 1res oanrxnt bey ' 5 ��ad�l�sted xrrore than� rnche�or else fhe�witrsh�perating�aeeess becomes.irnpaire�,�,�>w S y 3 - � C Effective on: 06/01/05 ©2000 Puget Sound Energy,Inc. puGEr Canceling: 04/01/05 SOUND Page 4 of 8 ENERGY General Vault and Handhole Installation ff W I ' I Basic Vault Excavation, Continued Vaults Installed in Vault lids installed in concrete surfaces shall be felted on all sides to allow future removal of Sidewalks the lid. w 4W Excavation Follow these steps to excavate for the vault. Procedure Act�un '.,:. :;•� . ,. .. .:�,�� _,...: . 1 Determine a suitable place to put the spoils, at least 2 feet from the edge of the excavation and per local jurisdiction requirements. Consider sediment control requirements. 2 Dig a hole large enough to accommodate the vault and allow for easy installation and compaction. 3 Remove debris and level the bottom of the excavation. "` 4 Prepare the bottom of the excavation so that the vault will rest on solid undisturbed earth with a 6-inch base of crushed rock. This prevents vault settling and conduit or pipe breakage. w Setting the Vault Vault Storage Set vaults and handholes using the vault manufacturer's delivery truck whenever possible. If this is not possible or practical, store the vault on firm level ground. Vaults and lids are subject to damage if stored on uneven terrain. w Lifting When lifting handholes 4'-8" x 7' or smaller, as a minimum use either 6-foot slings (MID 7487600) or a spreader bar. The increased angle created by using a sling any shorter than 6 feet may stress the vault walls to the point of collapse. w Flooded Larger vaults will float if the excavation is flooded. Do not lower a vault into a flooded Excavations excavation until as much water as possible has been removed. If an excavation is to be left open in saturated soil where the water table is likely to rise and fill in the hole, it is helpful to allow water back into the vault to prevent the vault from floating to the surface. To protect against flotation, create a small hole in the vault wall for water flow, using an available knockout. Be sure to seal any holes with grout when work is complete. Continued on next page tw wr __ PUGET ©2000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling:04/01/05 ENERGY Page 5 of 8 +rr General Vault and Handhole Installation Setting the Vault, Continued 1' -` up Vault Setting Follow these steps to set the vault. Procedure Ste F a' Action , , 1 Set the vault into the excavation in correct alignment with the trench, so that pipe or conduits can be brought straight into the vault. Be certain that: • The vault is level, square with adjacent structures, and at the proper grade. �• • The vault is square with sidewalks and curbs where applicable. • If final grade is sloping, adjust the vault cover to match • The cover is aligned so that it is not necessary to stand on the open lid while operating equipment inside the vault. • The sump is located at the same end as the entrance cover. to 2 Install mastic sealant (provided by the manufacturer for vaults larger than 4'-8" x 7') between the sections of multisection vaults. so Backfilling and Finishing the Installation � • '€I7� not backfill until the{vault is com�leteiy assembled Careless backfill�ng cap, � E _ cause;the sidewalls to collapse � _ Factors that Affect Many vaults larger than 4'-8" x 7' lack sidewall strength unless the lid or cover is in place. If Sidewall Strength it is necessary to backfill without the cover in place, temporary support may be needed to prevent the vault from collapsing. If a vault is backfilled with wet material, or if large amounts of water are allowed to saturate the backfill material before it can become compacted, the vault walls may collapse. Backfill Material Backfill around vaults should consist of good compactible material such as clean earth fill, crushed rock, flowable fill, or sand. No voids should remain between the vault walls and the sides of the excavation. Backfill progressively, and compact each lift thoroughly. The backfill ' material around vaults set on public rights-of-way shall have a minimum 95% compaction. Knockouts Knockouts are provided in various locations. Any knockout section may be completely removed without impairing the strength of the vault. Remove knockouts from the inside of the vault. Do not remove any portion of a vault wall other than the knockouts. ' ' Remaval flfconcre�e walls can xeduce vault sidewall strength and cause failure of the 3 �aUlt=:Undet frafflc Cflnd1t1f3nS 'ry .• s t" �� z r. Continued on next page Effective on: 06/01/05 02000 Puget Sound Energy,Inc. PUGET Canceling: 04/01/05 SOUND Page 6 of 8 4011P ENERGY General Vault and Handhole Installation ' I Backfilling and Finishing the Installation, Continued Backfilling Follow these steps to backfill and finish the vault installation. Procedure and � s Adjusting to Finish 5tep< ors 5 r/�Ctlgn ? MAx b Grade 1 Install piping or conduits. ow 2 Seal openings in the vault floor or walls with grout to prevent dirt and water from entering. This also prevents soil settling around the outside of the vault. 3 For vaults with adjustable lids, insert machine bolts into the lid adjustment tubes at each corner and raise lid to finish grade. (See Figure 2). 4 Adjust the vault cover to final grade using bricks, temporary shims, or additional risers and grout. NOTE: Do not exceed a 5 inch brick and mortar adjustment to achieve the proper grade. If more than 5 inches is needed, use an additional riser. • q not slum x brr69hMJ05'& xzg M, 11 £gre t x than f 4�� �"� or�, E�ult a���� S1aps� Rayse�to�"ixxtshed _ grile 5 Use a mortar mix grout for securing all bricks, shims, risers, covers, and extensions. For a better bond, moisten the concrete surfaces before applying the grout.Apply grout so that it fills all the voids in the joints. +rr NOTE: Do not use conduit sealing foam in place of grout. 6 For vaults with adjustable lids, remove all machine bolts after grout is set. � � • Do,npt cut off dolts an�h�adjustment�ibe:s ter �n any F wey use lions a;s perYnanent means s�f support for vaulf , �' ,,,, lid;.Tl�e did�s mot sec�r�c�3�r;aeleguat�l�strp�orted.unless grttrted in p1�ce and l�olt�rarnox�ed s �, ,, :F v 7 Backfill and tamp to 95% compaction (refer to Standard 6790.0250, "Soil " Compaction"). 8 Remove mud and debris from the interior. Cap the lifting inserts with plastic caps. Lock and secure lid with the pentahead bolts. Cover and secure open access holes before leaving the site. 9 Remove all spoils and construction debris from the job site. Continued on next page ■r wr nr PUGEr 02000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling:04/01/05 ENERGY Page 7 of 8 r. General Vault and Handhole Installation so Backfilling and Finishing the Installation, Continued Figure 2 Installing adjustable vault lids Machine Bolt(MID 1191700) 1"dia x 14"long. Screw in bolt as needed to raise lid to grade. Remove bolt and grout bolt hole(4 places) after grout has set and lid is supported. '`► Install felt joint around vault perimeter when installed in concrete pavement. ( y •y. .+L A • �5"Max Adjustment rl Varies as required to match grade. Vault riser(s)as required for adjustable lid. Install 4"x 8"x 2"concrete bricks(MID 9996191) as needed to match grade,then grout area with non-shrink grout(MID 7658100). r Vault Removable Bolt Galvanized Steel Tube P 1"Dia x 14" long + + (Installed by vault manufacturer) (MID 1191700) ,��.���.. .1�;' 1r Ili► NOTE: If more than 5"of height adjustment is needed,use standard or custom concrete vault ` risers as required. r- Z 6"Thread Length Cpl► Square Nut Welded to Tube 1 (Installed by vault manufacturer) Adjustable Bolt Detail References The following Puget Sound Energy documents apply to this standard: 0100.2310 Rescue and Enclosed Space Entry awl► 0150.3200 Techniques for Temporary Erosion and Sediment Control 4800.1000 Gas Vault Entry 6790.0250 Soil Compaction {.. Effective on: 06/01/05 02000 Puget Sound Energy,Inc. PUGET Canceling: 04/01/05 SOUND Page 8 of 8 ENERGY "' Using and Installing Hillholders , --.' Scope This standard covers the use and installation of preformed fiber-reinforced plastic retaining walls ("hillholders"). .w Environmental Requirements Ow Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Ow Control," and/or local jurisdiction requirements. Purpose of Hillholders Whenever a cut is made into sloping terrain to allow for the placement of padmount or sub- 4. mersible equipment, the problem of dirt and rocks sloughing onto and around the back and sides of the equipment is a concem. This can cause: ■ Damage to the equipment finish ■ Corrosion ■ Possible shifting of the equipment off the pad ■ Restricted ventilation for padmount transformers ■ Unsafe footing for operating personnel Prefabricated hillholders provide protection for single transformers and other padmounted equipment. A hillholder can be installed at the time equipment is installed or added to exist- ing installations. .r Figure 1 Hillholder +fir me N aw ON H MAIN Ki L 1 0� �R tam W. g NIP Q, Continued on next page w► PUGET ©2000 Puget Sound Energy,Inc. July 12, 2001 SOUND Revision 6 ENERGY Page 1 of 5 Y� Using and Installing Hillholders 1 l Purpose of Hillholders, Continued = �rw When to Use Use a hillholder for padmounted equipment when: Hillholders IN A retaining wall 14- to 30-inches high is needed. ■ A slope is in excess of 1 foot rise for each 3 feet of horizontal distance. NOTE: For retaining wall less than 14 inches, use railroad ties or other suitable material. 40 Select the The dimensions of the padmount or vault must be known so that a hillholder of the proper Correct Size size can be selected. The table below lists dimensions and typical applications for the various rlw sizes of hillholders. DirnenST�ns (in.) s a ............ j3� 4F�,aTF� F1 Fsf x£33„^: ,:AMID ,. Height H Mns�de W ,inside D , A...pphca#ion l 7661503 16 44 48 15 kV minipad transformer up to 75 kVA J-box enclosures (single-phase) 7661508 32 44 48 Same 7661504 16 66 48 15 kV minipad transformer 100-167 kVA 35 kV minipad transformer (all sizes) 7661509 32 66 48 Same 7661510 32 78 48 Special applications Installation Follow these steps to correctly install the hillholder. Step Actrton 1 Check the slope where the hillholder is to be installed and confirm that the hillholder's height is adequate. 2 Excavate into the hillside and prepare a level area of sufficient size for the vault and the hillholder. Do not disturb any more of the hillside than is necessary. 3 Prepare the excavation and install the vault. Refer to Standard Practice 6775.0040. 4 Backfill the excavation to within 4 inches of finished grade. 5 Level and tamp the soil around the edges of the vault. Refer to Figure 5. NOTE: The inside opening of the hillholder should be slightly larger than the vault. This allows the hillholder to be installed around the outside of the vault. The vault will help to anchor the hillholder in place and prevent movement. For an Existing To add a hillholder to an existing installation, excavate a suitable area 4 inches deep around Installation the perimeter of the vault. Level and tamp the soil around the edges of the vault. Continued on next page July 12, 2001 02000 Puget Sound Energy,Inc. PUGET Revision 6 SOUND ENERLY Page 2 of 5 Using and Installing Hillholders Installation, Continued Specific Figures 2-5 illustrate the proper placement of the hillholder for various situations that may be Hillholder encountered in the field. ow Situations NOTE: Whenever possible, install the hillholder to allow for vault lid removal. QW Figure 2 Minipad handhole installation ip Tamped Hillholder Soil Tamped S7 Oil Soil MW Tamped K-;r Soil 77-7 Handhole SIDE VIEW A Position the hillholder along the rear of the minipad handhole. Fill all spaces between the C, two with tamped soil. Figure 3 Minipad handhole installation adjacent to sidewalk Hillholder Tamped-77 a I Soil Tamped r 7 Soil Sidewalk !—i7 6, Tamped Handhole Soil SIDE VIEW Sidewalk If a sidewalk is available in a suitable location,butt the front edge of the hillholder against the sidewalk. Fill the space around the vault with tamped soil. Continued on next page rUGET 02000 Puget Sound Energy,Inc. July 12, 2001 SOUND Revision 6 ENERGY Page 3 of 5 woo Using and Installing Hillholders Installation, Continued t- Figure 4 Larger vault installation wr Hillholder r 4 DA Bolts h DA Bolts �, ---------_rte f �. ,r Handhole—r� I n�1. f n ni SIDE VIEW -----------� If the hillholder must be set on top of a larger vault, drive two 18-inch machine bolts into the ground at the back edge of the vault to prevent the hillholder from sliding forward. The bolts should extend several inches above the top of the vault. Place the inside edge of the hillhold- er against the bolts as illustrated. Figure 5 Grade of backfill Soil or Gravel r Lawn .71 2"or 3" i r After the vault and the hillholder are set in their final positions, carefully backfill around the hillholder and compact the soil in 12-inch lifts to the level of the surrounding grade. The grade on the backfill at the rear of the hillholder will depend upon the condition of the hillside. If the hillside is a lawn, then the slope of the hillside should match the slope of the hillholder as closely as possible. If the hillside is of loose material or soil, make a small depression or trench of approximately 2 or 3 inches behind the hillholder. July 12, 2001 ©2000 Puget Sound Energy,Inc. ®MUGLT Revision 6 SOUND ENERGY Page 4 of 5 .. Using and Installing Hillholders References The following Puget Sound Energy documents apply to this standard: 4W 0150.3200 Techniques for Temporary Erosion and Sediment Control 0700.1500 Clearances for Oil-Filled Equipment 6775.0040 Vault and Handhole Installation aw Sources 4W Associated Plastics, Product Catalog am 1► *W .r .rr ow Ma .r W wls dw i� PUGET 02000 Puget Sound Energy,Inc. July 12, 2001 SOUND Revision 6 ENERGY Page 5 of 5 Installing Secondary Pedestals and Handholes in Residential Plats ��!►__ _' Scope This standard covers the procedure for installing secondary handholes and above-grade secondary pedestals in an underground residential plat with an all-conduit system. .w Environmental Requirements aw Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and/or local jurisdiction requirements. w Required Materials These are the materials you will need for installation of both pedestals and handholes. If you are only installing one of those components, then use the appropriate material. iN r.. Iten# " ►ll lfl Secondary Pedestal 9" x 14" 7663501 Handhole 13" x 24" 7664300 Handhole 17" x 30" 7664500 %W Bend 2" PVC DB120 90 deg 24"R 7635300 Bend 3" PVC DB120 90 deg 24"R 7635400 Coupling 2" PVC 7641700 Coupling 3" PVC 7641800 Conduit Cap Plug 2" 7643000 Conduit Cap Plug 3" 7643100 Foam Sealant. 7643502 Blank Yellow Tags 3861101 Connectors as appropriate --- PVC conduit as appropriate --- ,r The Process +r There are 21 steps detailed in this standard. £3 if yon are installmg w follouv steps > , . +w Pedestals or Handholes 1-6 Pedestals only 1-14 Handholes only 1-6, 15-21 w. PUGET ©1998 Puget sound Energy,Inc. July 12, 2001 souNO Revision 2 ENERGY Page 1 of 4 ,Ilr Installing Secondary Pedestals and Handholes in Residential Plats Pedestals and Handholes wil These steps apply to installing all pedestals or handholes. 5 q 1 Glue a conduit coupling onto the ®a spigot end of a 2 in. or 3 in. DB120 PVC 90 deg 24-inch radius bend. ' 2 Group the conduit bends together at R 9"x14" Max. the pedestal site on the field side of y,.,;;1X,y�f ., ��� ��>•;�� fy the trench. — Trench L — —"J 12" R/W Line 3 Cut the conduit runs to length and Tape wrap glue them into the bellend of the conduit bends. Sand Base 4 Wrap the bends together with electrical tape to hold them in ; ., ; .'. : .:: • , •: ; position. v, �.; \.v"V/ .. �.; 1::1/\V, 5 Glue three-foot lengths of DB120 onto the bends to extend them above finished-grade. Final Grade 21 36" , 6 Install cap plugs into the conduit 42" openings to keep the conduit clean Deep , during backfill. F, ;t July 12, 2001 ©1998 Puget Sound Energy,Inc. PuGET Revision 2 SOUND ENERGY Page 2 of 4 illi Installing Secondary Pedestals and OW Handholes in Residential Plats W— Pedestals If you are installing pedestals, continue the process with these steps. �5 �Ctl 011 w 3 3 rh P L ��a OW 7 Backfill the trench. w. 8 After the trench has been backfilled, dig out the soil 10 in. deep around the conduits. 2., _ 1 r llhy� f 9 Cut the conduits off a few ' y���" 10 12" inches below grade. o }�?:'r al, 10 Set the base section of the pedestal over the conduits and backfill around its VW perimeter. 11 Install the secondary cable into the conduits. 12 Make up the secondary connections so the connector bars are Pedestal will accept up to six staggered, like stairs. 3"conduits. Connector bars NOTE: The neutral shall be staggered "W connector bar should be Neutrals shall be 18° the lowest and in the in the front 16" 13" front. Label 10" 13 Seal the conduits with expanding foam sealant 2" pDWIRe�ly to stop silt from Conduit shall =1accumulating in the be sealed � o 10" 12" with foam duct run. � 6•• �1 1� Typical 24"radius 14 Label the neutral cables 120 PVC co conduit elbows with yellow tags to identify the lot number or service address. 4W AW �r. t 1 .t ow PuGEr ©1998 Puget Sound Energy,Inc. July 12,2001 souNO Revision 2 ENERGY Page 3 of 4 iM Installing Secondary Pedestals and Handholes in Residential Plats Handholes �' ' ► If you are installing handholes, continue the process from Step 6, Pedestals or Handholes: Step 11ct�on , , �? Qtagrati� r 15 Backfill the trench. 16 After the trench has been rw backfilled, dig out the soil around the conduits. Dig: ■ 15 in. deep for the �Ilpy smaller 13 in. x 24 in. ;I ) y�. 15 for smallh/h handhole 18"for large hlh °P �� ° ■ 18 in. deep for the larger 17 in. x 30 in. handhole 17 Cut the conduits off about 3 in. above the handhole's bottom. 18 Set the handhole over the conduits and back-fill around its perimeter. 19 Install the secondary cable into the conduits. NOTE: Make up the secondary connections so the cable may be folded back down into the handhole. 20 Seal the conduits with Label tlrl expanding foam sealant - - to stop silt from accumulating in the Conduit shall be sealed with foam e duct run. 21 Label the neutral cables Typical 24"radius DB with yellow tags to 120 PVC conduit elbows identify the lot number or service address. References The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control 6050.1000 Secondary Pedestals 6050.2000 Single-Phase Secondary Handhole July 12, 2001 01998 Puget Sound Energy,Inc. PUGET Revision 2 SOUND Page 4 of 4 ENERGY Customer-Supplied Trench Requirements `"_'_"' ...._ Scope This standard provides requirements for customer-constructed trenches, vault holes and road crossings. Customer Responsibilities PSE's Electric Tariff G, Schedule 85, requires customers: Provide the trenching and excavation for Contract with Puget Sound Energy to vaults and Backfill in accordance with Puget provide this work at its estimated cost. aw Sound Energy standards and work sketch. See Standard Practice 6790.0050, "Customer's Acknowledgement of Responsibilities When MW Providing Trenching,"for authorization requirements on public rights-of-way and easements on property other than the customer's. Inspection/Coordination Puget Sound Energy shall assign an inspector/coordinator to oversee the trenching, equipment placement/installation, and backfilling. ww • Work shall be subject to the inspection and approval of PSE. • No work shall be backfilled, covered, or concealed until it has been inspected and "W approved by the inspector. Erosion Control The customer is responsible for identifying the necessary temporary erosion and sediment control requirements. These controls must be installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and/or local jurisdiction requirements. Trenching and Backfill The trench shall meet the requirements of Standard Practices 6790.0130, "Trench Dimensions and Facility Placement," and 6790.0140, "Trench Excavation and Backfill." Exception: If PSE-provided DB-120 conduit is installed in a customer-provided trench, the conduit shall be bedded with three inches of sand and shaded with three inches of sand. This is required due to the high frequency of damage to PSE facilities that otherwise occurs. This requirement applies to both main line trenches and road crossings. Sloping and Trenches or vault excavations which are 4-feet deep or greater shall be sloped according to Shoring WAC 296-155 Part N, unless directed otherwise by PSE. Aw NOTE: Shoring is not allowed except when specifically approved by PSE. Placement of Trench spoils shall be placed in a location that allows workers access to the trench and does Spoils not block vehicles from passing alongside the trench to unreel cable or unload conduit. rucET ©2000 Puget Sound Energy,Inc. Effective on: 07/01/03 SOUND Canceling:06/01/03 ENERGY Page 1 of 4 4WY Customer-Supplied Trench Requirements • 1 1 1 • h Conduit If the conduit is supplied by the customer and owned/maintained by PSE, it shall meet the following specifications: • PVC electrical grade DB120 or Schedule 40, except Schedule 80 may be required by PSE where there are poor soil conditions or by the local jurisdiction. • Gray in color. • Diameter of 2", 3", 4", or 6" as specified on the work sketch. • Conduit bends shall be long radius bends, 36" minimum. • Meet requirements of ASTM F512, NEMA TC-2. Vaults err Excavation Excavation for vaults and handholes must meet the requirements of Standard Practice Requirements 6775.0040, "Vault and Handhole Installation." Excavation Procedure Step Actfon 1 Locate the vault according to PSE's work sketch. 2 Determine a suitable place to put the spoils which is at least 2 feet from the field edge of the excavation. 3 Excavate so the vault is in correct alignment with the trench and so that conduits can be brought straight into the vault. 4 Dig a hole large enough to accommodate the vault and allow for easy installation and compaction, as shown in Figures 1 through 8 in Standard Practice 6775.0040, "Vault and Handhole Installation." 5 Remove debris and level the bottom of the excavation. 6 Prepare the bottom of the excavation so that the vault will rest on solid, undisturbed earth with a 6-inch base of crushed rock. This prevents vault settling and conduit breakage. ' NOTE: Be certain that the vault will be level, square with adjacent structures, and at the proper grade. wr Vault Backfill The backfill material around vaults should consist of compactible material such as clean Material earth fill, crushed rock, flowable fill, or sand. No voids should remain between the vault walls and the sides of the excavation. f ' 'll'➢ �r► Effective on: 07/01/03 02000 Puget Sound Energy,Inc. PUGET ON Canceling: 06/01/03 ENNERGY Page 2 of 4 O Customer-Supplied Trench Requirements . I Ow..___! Job Site Requirements Trench These requirements must be met before power conduits/cables will be installed. rr ■ Curbs and gutters shall be installed if they are planned or required by the permitting agency. ■ Roads shall be paved or have a compacted, crushed rock base in place. Sewer, water, and roof drain stubouts shall be installed and clearly marked and extend two feet to the field side of the utility trench if they are planned or required. • The trench shall be excavated per PSE's standards and work sketch. r • The trench shall be smooth, level, and free from rocks, obstructions, sharp objects, garbage, glass, and construction debris. ■ Excavated or loose material shall be placed at least 2 feet from the field edge of the trench. • Water shall be removed by pumping or draining. aw Grade The site shall be at final grade or acceptable subgrade in the area of construction. w Access PSE's heavy vehicles must have access to the site, trench line, and vault locations. wr Property Lines ■ The property line(s) nearest to the work shall be surveyed and staked. If the trenching " and Grade operation might disturb the stakes, then either 10-foot or 20-foot offset stakes shall be Staking installed. • Finish grade stakes shall be installed at 10- or 20-foot offsets from vaults, transformers, " and the ends of road crossings. • A radius hub shall be installed for property lines at all intersections and cul-de-sacs. aw Backfill and Restoration The customer is responsible for: • Completing backfill as soon as practical after facilities are placed and inspected. * ■ Cost of damages to PSE facilities caused by improper backfill or compaction. • Relocation costs of cables, transformers, pedestals, or manholes due to change in grade we or realignment of property lines. r +r rucET 02000 Puget Sound Energy,Inc. Effective on: 07/01/03 SOUND Canceling: 06/01/03 ENERGY Page 3 of 4 �M1 Customer-Supplied Trench Requirements EMM: References The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control to 6775.0040 Vault and Handhole Installation 6790.0050 Customer's Acknowledgement of Responsibilities When Providing Trenching 46 6790.0130 Trench Dimensions and Facility Placement 6790.0140 Trench Excavation and Backfill .rr �r t Nr Ow Effective on:07/01/03 ©2000 Puget Sound Energy,Inc. PUGET SOUND Canceling: 06/01/03 ENERGY Page 4 of 4 Trench Dimensions and Facility Placement M.__-' Scope This standard covers the depth and width requirements for trenches that will contain primary, secondary, and service cables. It also addresses the preferred locations for various utilities in the trench and the required separations. err See PSE's Gas Operating Standards for the rules that pertain to the placement and separation of gas lines. aw w In This Standard These topics are covered in this standard: ONaw Codes 1 Route Selection 1 wr Definitions 2 Trench Depth 3 �..► Trench Width 4 Wheel Trenching 6 Radial Separation 6 low Mainline Trench Excavation 7 Road Crossings 9 w Vaults and Pedestals 13 Cable Stubouts 15 Service Trench 16 +.r Equipment Protection and Accessibility 18 wrnr Codes The requirements listed in this standard meet or exceed the requirements of both the Washington Administrative Code and the National Electric Safety Code. Local requirements may be more stringent, and in these cases the requirements of the local governmental entity low shall take precedence. Route Selection The route should be as straight and direct as practical, and it shall allow safe access for `w construction, inspection and maintenance. It shall not be through unstable soil, areas susceptable to erosion,wetlands or traverse slopes upon which it is hazardous to operate mechanized equipment. w _—y Continued on next page ow PUGEr ©2003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling:03/26/03 ENERGY Page 1 of 18 r� Trench Dimensions and Facility Placement Route Selection, Continued Cables Under Directly buried cables shall not be installed under a structure that will restrict access for Structures maintenance or replacement. If no other route is available, 1/0 primary and secondary cables may be placed under a structure if the following conditions are met: • The cable is installed in conduit • There are no low points in the conduit that could fill with sediment and prevent the cable from being replaced in the future. • The soil and the structure are both structurally sound and not susceptible to settling. ' • The cable system will not be loaded to over half of their normal ampacity (because the soil can dry out beneath structures, which will limit the ability of the soil to conduct heat away from the cable). • Adequate access is provided to each end of the conduit, including room for vaults, if necessary. • The cable does not pass within 5 ft of where a computer monitor will be used. This is because the EMF from the power line can cause the image on the computer monitor to be distorted or jittery. rrri Feeder cables shall not be installed under structures without approval of the Standards department. Definitions Term Definition Cover The depth of the backfill, measured from the top of an underground cable or conduit to the ground level (Figure 1). Supplemental protection Cable installed in conduit and/or capped with concrete. ri+ Figure 1 Depth of backfill 40 '77T Depth of Cover x:" Over Conduit Depth of Cover Over Cable 10 Effective on: 06/01/05 ©2003 Puget Sound Energy;Inc. PUGET Canceling: 03/26/03 SOUND ENEKGY Page 2 of 18 Trench Dimensions and Facility Placement w . .__ Trench Depth The trench excavation shall provide the minimum cover (Table 1)when the cables are OW energized and thereafter, except as noted under"Exceptions" in this section of this standard. If the site will be cut down to final grade, the trench must be dug deeper to compensate. If the trench depth exceeds the maximum cover depth, shoring may be required to install the .r facilities and will be required to maintain the facilities in the future. The cable shall be installed in conduit if it will be deeper than 48 inches. wr Table 1 rr Primary (601 to 50,000 V, 30" 36" 48" phase-to-phase) Secondary (0 to 600 V) 24" 36" 48" Service (0 to 600 V) 24" 24" 36" ww Exceptions Exceptions for primary cables to the cover requirements listed in Table 1 may be made only if the minimum cover listed above cannot be obtained due to obstructions or other utilities. In 4W these cases the cover may be reduced when supplemental protection is provided. This protection shall be sufficient to protect the cable from damage imposed by the expected surface usage.Figure 2 illustrates some acceptable supplemental protection methods. Contact r•• the Standards group to obtain a variance for situations other than those shown in Figure 2. Continued on next page OW aw +�r +r +rr t ©2003 Puget Sound Energy,Inc. Effective on:06/01/05 Du B Canceling:03/26/03 ENERGY Page 3 of 18 iow Trench Dimensions and Facility Placement Trench Depth, Continued E ' Figure 2 Exceptions with supplemental protection �k I k! Y Schedule 80 Conduit Cover for Cables in Schedule 80 Conduit 12" - -- Concrete Cap Note: Wheel trench in asphalt roadways with controlled-density backfill may also 111 -`:. ,•.. H••. have 12"of minimum cover.See Standard DB 120 Conduit Practice 6800.4030. Cover for Cables in DB 120 Conduit with a Concrete Cap 6" b 4 Concrete Cap Schedule 80 PVC Cover for Cables in Schedule 80 PVC with a Concrete Cap f NOTE: Whenever the trench depth is shallower than the desicyn specifications, the foreman shall note this information on the as-built work sketch. Ditches and Swales Cable systems that cross under a ditch that is maintained with mechanized equipment shall be a minimum of 24 inches below the bottom of the ditch. If the cable system must be installed with less cover, protection must be installed that can withstand the impact of a backhoe bucket. Effective on: 06/01/05 tc2003 Puget Sound Energy,Inc. PUGET Canceling: 03/26/03 ENERG Y Page 4 of 18 ENERGY Trench Dimensions and Facility Placement .w Trench Width The trench width depends on the number and type of utilities that will be sharing the trench. +r The trench shall have a minimum width of that shown in Table 2 for a trench with a single power circuit. Table 3 is used to calculate the minimum trench width when multiple utilities occupy a trench. The trench must be widened when additional circuits are added. ar wr Table 2 Trench width for single power circuit size of Power lltili es Jn tfre Treach Min Trer�ch Direct bury cables or 2" conduit 6" Roots shall not protrude into the trench. This may be difficult to obtain with a trencher. 3" or 4" conduit 8" (6" when wheel trenching) .w `w Table 3 Add the width values in Table 3 to come up with the minimum trench width when multiple utilities are present. rr 1Jttlitisan th a Trench Yh ;Width Clearance between power cable/conduit and trench wall 4" (2" on each side) ww Primary cable conduit diameter 2" to 6" Second primary cable conduit diameter + 2" of separation 4" to 8" to Secondary cable conduit diameter +4" of separation 6" to 7" Communications cable (4" of separation plus 2" line)* 6" `~ Second communications utility company cable/conduit 4" (e.g., telephone and TV) ow Gas Line (Typically 12" of separation plus 2" for mainlines and 6" for 14" services)+ Total Trench Width = �r * In certain cases, the separation of power and communication possibly may have to be increased. See the "Radial Separation Power to Communication," section later in this „�. standard. + See PSE's Gas Operating Standards for the separation requirements between gas lines and other utilities. 1 i ". FtiGET 02003 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling:03/26/03 ENERGY Page 5 of 18 w. Trench Dimensions and Facility Placement ff M , I M Wheel Trenching 4- Wheel trenching is an approved construction method that requires a minimum cover of 12 inches of either concrete or controlled-density fill (CDF). Refer to Standard Practice 6790.0150, "Wheel Trench Construction," for more information. Radial Separation "Separation" is the minimum distance between the surfaces of two utilities, not the centerline distance. Power to Power Conduits shall have a minimum separation of two inches in all directions from each other. See Standard Practice 6800.6000, "PVC Conduit Installation," for additional information. Power to Gas A minimum of 12 inches of radial separation shall be maintained when directly-buried electric and gas utilities run parallel (NESC 353.A.1 Deliberate Separation). Gas and power circuits shall not be random laid with each other. A minimum of 12 inches of vertical separation shall be maintained when directly-buried electric and gas utilities cross, except a minimum of 6 inches shall be maintained if the electric cables are in a continuous (vault-to-vault) section of conduit. Conduit containing electric cables shall not enter the same manhole, handhole, or vault with gas or other fuel lines (NESC 320.B.5). Power to A minimum of 12 inches of radial separation shall be maintained between the electric and Communications communications cables (NESC 353 Deliberate Separation). Exception: This distance may be reduced if both parties agree(NESC 354D Random Separation). If both parties agree, the separation may be reduced to 4 inches (a PSE requirement). Stacking communications conduits on top of power conduits is discouraged. If this must be done, see Standard Practice 6790.0140, "Trench Excavation and Backfill," for special backfill requirements around duct banks. Power to Other Generally, other utilities may share a trench with PSE's facilities, but this permission may be Utilities denied if: • In PSE's judgement, the installation, operation, or maintenance of either PSE or the other utility will be hazardous, or ■ The logistics of the installation are onerous. • Direct access to PSE's facilities would be compromised. Continued on next page f�1 Effective on:06/01/05 ©2003 Puget Sound Energy,Inc. PUGE7 Canceling: 03/26/03 SOUND Page 6 of 18 MERCY aw Trench Dimensions and Facility Placement 1 1 Radial Separation, Continued Power to Other The following other utility lines may be installed in the same trench as the power line if a or (continued) minimum horizontal separation of 12 inches is maintained from the power line when the utility lines are parallel or 6 inches of vertical separation if the lines are crossing: ■ Water service .r ■ Irrigation ■ Electric power (lighting, security, etc.) ■ Customer communication lines ar Closed system roof drains and storm drains (not French drains). ■ Culverts Ow A customer may install the following privately-owned utility lines in the same trench as the iw power line if a minimum horizontal separation of 18 inches is maintained from the power line when the utilities are parallel and 12 inches of vertical separation if the lines are crossing: aw ■ Tightline sewer (not tile) • Natural gas line • Propane gas line ow • Fuel oil line ■ Water mains up to 6 in. A minimum of five feet shall be maintained from septic tanks and a minimum of 10 feet from drain fields. r Mainline Trench Excavation wr Location of the The mainline trench shall have a minimum of 36 inches of cover over and 36 inches of soil Mainline Trench to the side of the trench facing the ditch, such as slopes for retention ponds, ditches, or banks.Figures 3 and 4 illustrate typical trench layouts. No Within residential subdivisions the mainline trench shall be dug in the front (street side) of the 10 foot utility easement, approximately 1 foot inside the property line. ■W Placement of This chart shows where the joint utilities are to be placed in the trench. r Utilities " �tlt�lity Ase. triaty Placement in'f ranch Power cables and ducts Property side rr Communications Middle Gas Street side ow Continued on next page ro PUGET ©2003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 03/26/03 ENERGY Page 7 of 18 Trench Dimensions and Facility Placement "i Mainline Trench Excavation, Continued Figure 3 Typical mainline joint trench for commercial, multifamily, and single-family line extensions Imo---- s. d Communications) � 241,Mln ROADSIDE I power Gas and Communications � Final Grade excavate . ,w v4J1Yt`Plle x'� S yw..X %tv ,�"�• 90tYdratiorF.{fsi£k4 ?` 36"Min j r Cover 46"Max" k � xsr Ate Min* "� d3 pave �O Gas ,Primary Power 96 Communications Cables or Conduit Power, Gas, and Communications 24"Min „�"��` ROADSIDE E�ccavetcdh Final Grade r?',plrt PIIB.> 36"Min Cover 46 Max�' -� SEparahon N MI IT `i Communications Primary Power Cables or Conduit f� Power and Communications Figure 4 Typical mainline joint trench cross-section within residential subdivision (* Communication companies may require additional separation) Curb Sidewalk l R/W l+ 12"Min ice--- See cable 3 24 Mm Final Grade ���f1ed z . •...,-,... ...., .. , ,..• - ,. '�.a»s v" �•t is •i z:� st 3s'"Z' 's e £ 3^z` e�a ti`<., 36" Cover t» M r1Ep A111f! t ' Min 48"Max Location of roof drain i z i s�a9 s4+f�tAitt" F intercept(depth varies). s'¢ J, a ° Xs 3€& $ BrflPy 1 Gas Communications J Power J '1 1W Effective on: 06/01/05 ©2003 Puget Sound Energy,Inc. PUGET Canceling: 03/26/03 SOUND Y Page 8 of 18RG Trench Dimensions and Facility Placement ff. , i i .. _._j Road Crossings Figures 5-9 illustrate the requirements for road crossings when other utilities are present. am Trenches must provide for 36 inches of cover and must not exceed a depth of 48 inches. See Table 2 for the trench width. Figure 5 Typical joint trench road crossing P/L WW 54„ 12" r w HE 6 36" v, ro {£ x,.c�.vs�zh�,, ='sMVF�L'{ �s •�'r •'.a : rynj"�`. . v�1 Cover y."H 46"Max �? g gi IF MW ,f ..,x, v' Ott "D .e.e ''*^ 1 �,;°%^^' a.��^'k .>k>� '•^t,`.Mp..,..s�;"�x: •A't"b«!°?=r, s•,,»'S s ,v Gas Commurncations Power(Secondary) Power(Primary) Area Area +�tlr Figure 6 Plan view of crossings with transformer on right side of property line Back of Utility Easement T k w N; >> y 64"m �s r x•.. 6 5. ) 12 ,w`}r r ,as h 7T. ;✓. v r t s S.•"•..,, kf x +_36" N, Rev���s")iLr.., w ♦ .r�: 10 x r s a F P/L 10'Easement Gas Communications +—Primary Power Secondary Power —►1 10':' y Back of R/W z2" 34" E r11/ i------,1 54" MII PUGET 02003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling:03/26/03 ENERGY Page 9 of 18 Trench Dimensions and Facility Placement Road Crossings, Continued �- Figure 7 Road crossing elevations R/W or Property Line Road Pavement Curb Sidewalk Edge of {�— 12 Mainline Typical Trench `.Y?+r y .,.�'"yrF..� `e r y.,f s^ "'£r`M e x,, �'`„.x F`°Y.' i¢ 7•, ,w,,.r.,�'„,"?. y, aM s •v'^?"` •'""b-ar�'"� � i'yx�e✓.2� .�!.. .i � ��"dl.,R!rf K.. '41 ,✓_�':`� I Road crossing conduits must be I ' at the same depth and have the 36" same horizontal separations as Min Cover* the mainline trench facilities. ' -- — -- -- — -- t6 Road Crossing Conduit per Utility Specification' *Some jurisdictions may require a deeper installation. tip Figure 8 Plan view of crossings with transformer on left side of property line Back of Utility Easement fz sCx �axi it 42 rr"16, r �' z I Transformer Will P/L 10'Easement IIII I I II I I Secondary Power Primary Power Communications Gas Back of R/W 44" ._ Continued on next page Effective on: 06/01/05 02003 Puget Sound Energy,Inc. PUGET Canceling: 03/26/03 SOUND ENERGY Page 10 of 13 aw Trench Dimensions and Facility Placement i i i +! __._--- Road Crossings, Continued Figure 9 Plan view of crossings with transformer straddling property line Back of Utility Easement 24 r r xfi; nMw z :P ,.'AF "Z<..,:w.z. -�u . m ae 12° y ¢ u w Transfonne � u I x �r wow 1 U :• .! tea �- r rr� 10'Easement 1111 ,P/L Gas—s,« Communications Secondary Power illy Primary Power Back of R/W ts" low 29' s" 41W Continued on next page +rr +n. MW err or 41W i PUGS. 02003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling:03/26/03 ENERGY Page 11 of 18 Trench Dimensions and Facility Placement Road Crossings, Continued Figure 10 Crossings at intersections R/W R/W I 10'Easement Radius Stake Trench --- --- s Crossing R/W iR m e i I y 60' � � I ► ! I E Typical aremertts 4'- ' nimuM I 10'Easement Detail when crossings I -{��Radius Stake meet at 90 degrees d Road R/W _., (1 Use radius stakes to accurately locate crossing. j;tsl Crossing conduit must line up with the mainline trench conduit. Trench Trench shall gradually curve from front of 10 1�1 easement to back of 10'easement at crossings so 60' no preformed bends are used. (Field bends only) Typical PLAN VIEW Placement of Whenever possible, at street intersections, street crossings for primary power and gas mains Facilities shall be installed so the gas company can maintain the roadside conduit without crossing over power or other facilities. A minimum of 12 inches of horizontal separation is required between gas and other utilities' facilities. W If There is an Open The open ditch: Storm Drain Ditch . Must have a culvert that is a minimum of 10 foot in length centered over the cable system. ■ Be backfilled to the surrounding grade where there are street crossings and transformers. Figure 11 illustrates the requirements for open drainage ditches. NOTE: The installation of a culvert in a ditch may not be allowed by some jurisdictions. I wr Effective on: 06/01/05 02003 Puget Sound Energy,Inc. PUGET Canceling: 03/26/03 ENE GD Page 12 of 18 iii aw Trench Dimensions and Facility Placement i 1 1 .J Road Crossings, Continued Figure 11 Typical backfilled drainage ditch detail at road crossings and transformers rr Transformer Backfilled Drainage Ditch dw Curb low Min Road crossing SIDE VIEW 4 U Road Crossin IN Conduit r Fk y Min ' 3 Y t No in r TOP VIEW Vaults and Pedestals Additional excavation and base preparation is necessary at vault and pedestal locations. w ■ Use a 6-inch base of compacted 5/8-inch minus crushed rock beneath each vault. ■ Unless the conduit enters straight into the vault,leave 18 inches between the end of the conduit and the vault to allow for height differences between the vault entrance and and the road crossing. See Top View of Figure 11. See Standard Practice 6775.0040, "Vault and Handhole Installation,"for more information on installation procedures and 6775.0035, "Vault, Handhole, and Padmounted Equipment Location," for more information on the best locations to place vaults. See Figure 12 for vault excavation dimensions. Continued on next page ,r nr rrr i lie PUGET 02003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling:03/26/03 ENERGY Page 13 of 18 rtrr Trench Dimensions and Facility Placement Vaults and Pedestals, Continued (r Figure 12 Joint trench detail for vaults and pedestals rlrr PSE 10' P � FRONTAGE — L EASEMENT TRANSFORMER i ROAD SIDE I FIELD SIDE i• ,'; See Table 2 21„ 2" Z�, .... ,. ash I S ► •t MINIPAD s�-. I VAULT 36 ► 38" I C s' over ; 48" Max Communications _ '�. Gas uA, ; + Mini .r 6"of crushed rock •. f...,. \n ,.�;:t3 C`f;:C: :t'� (base for vault) ' — — FEEDER Secondary Primary Power P PSE 10' FRONTAGE EASEMENT — L SECONDARY POWER PEDESTAL ROAD SIDE Lower Pedestal 12" i ii i 10 36 Native 48" Cover Material I ► ► ► Max I �' 72 n / \\ Conduit Min Gas — -- - \_----- v; r Communications Pnmary Secondary Power Power f_ I Effective on:06/01/05 02003 Puget Sound Energy,Inc. PUGET Canceling: 03/26/03 ENEER"GY Page 14 of 18 Trench Dimensions and Facility Placement Cable Stubouts Location Access from the mainline trench to a stubout location behind a transformer or vault for utilities other than power shall be on the side of the vault that is closest to property line. rlr` Figure 13 Cable stubout location behind transformers and pedestals 6W r SERVICE TRENCH Cf Cy- �� Qo Minimum IS"wide for AW separation of utilities 2�4J.N Pk`L. •t"tlF'xA J��px'�xx fy.P' ° Sri r. ..�"'...r' 'T •,,.k' 1 '»`" . a2 rirr. Pa, a L-0 mw wr ROADSIDE P/L wr o m� lir 24" 5, 24" Approx Approx fi "` M` 10'Easement Line Private Property Side �. 5' fir L___-� I M Mainline Trench -►{121, 5' 1 NY Road Side `.: F"° �.� :: �`p1'L '� `'"'°.:+ a "�x.,n " r ...,.` u., 12- UP 1 Continued on next page irr PUGET' ©2003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling:03/26/03 ENERGY Page 15 of 18 IrYi Trench Dimensions and Facility Placement ' lei t. Cable Stubouts, Continued ` Cable and Stubout Stu bouts require an area to be dug out on the field side of the mainline trench at the lot Requirements corners when other utilities are present. Figure 14 Trench detail - stubout with no transformer or pedestal P/L P/L ., fiEl7y � 3 y� £ � t f wCnr f ��X , .J+>£• .d may,. � }} y.+.,,3 a..> "� /,y ", 42 `yd�e ,.± sN, 42 rs P„k "R ^'` wl' TOP VIEW OF MAINLINE TRENCH TOP VIEW OF MAINLINE TRENCH AT PEDESTAL AT SINGLE STUBOUT LOCATION OR DOUBLE STUBOUT LOCATION Placement of Other This table shows where the joint utilities are to be placed at the stubout location. This Utilities at Stubout placement shall remain consistent through construction. Locations Utility Trench Placement;; Power cables and ducts On either side Communications In the middle Gas On the opposite side from power ril Service Trench The service trench depth shall meet the requirements of Table 1 of this standard. The width shall meet the requirements of Tables 2 and 3. Work Pit A work pit shall be dug around the base of the service entrance and at the property line go stubout. This pit is used by the PSE workers when installing the service. See 6325.3200, "Underground Service," for additional information. f Continued on neat page Effective on:06/01/05 ©2003 Puget Sound Energy,Inc. PUGET Canceling: 03/26/03 ENERGY ENERGY Page 16 of 18 No Trench Dimensions and Facility Placement iiiw_ Figure 15 Property line and service entrance work p it details PROPERTY LINE WORK PIT Conduit Depth— 1/2 Yard Sand Elackfill Electric Service Cable 24"Min to 36"Max Sand shall be provided on-site by the customer and placed within hand-shoveling distance to the work pit Conduit with Bellend, for bedding and shading of direct-buried facilities. 3"Schedule 40 Grey PVC 'Wt r, Customer Provided .. ......... N Trench to W, Electric Stub Marker a F y Building UR' Utility Provided eg. m A c 48 n" Gas Service Line Conduit ow Yellow or White PVC 12 rJ Customer Provided Gas Stub Marker _j 1,A 141 < Utility Provided ow Dig to 12"from the Gar.Marker Customer shall not expose the stub. If accidentally exposed,cover gas stub .................................. with 12"of sand. —48" rrr Pipes and Wires Work Pit Dimensions Utility Installed Electric and Joint Utility SERVICE ENTRANCE WORK PIT-DISCONTINUOUS CONDUIT Electric Meter Base Customer Provided Electric Meter Fuel Line Protrudes Utility Provided R: 4 to 5 Typical g C er Provided Gas Meter 2 Relief ustom Conduit Service Riser Vent o.4"o36" Min ifflus bends " with Bell End Gas Meter&Assembly 8" �0* Customer Provided Riser Utility Provided 3 6" mboth electric r.Ace cable 1.atty gas service Shut Off Valve Drainage Pipe Electric 6"Minimum clearance Meter .......... should be maintained from Conduit Straps(2 Min) gi 0, fall Customer Provided service line. k. 4" Conduit Stakes Min Min Customer Provided "Noll- y ............ aw 12" 12"Min qrY Min V2 32" Conduit De Typical 24"Min to 36"M .111F Work Pit Dimensions Electric Service Cable ` M Electric and Joint Utility Conduit with Bellend, 'W- 3"Schedule 40 Grey PVC 2 Plug end of conduits Customer Provided and set slakes. 1/2 Yard Sand Backfill Sand shall be provided on-site by the customer and placed within hand-shoveling distance to the Gas Service Line Conduit work pit for bedding and shading of direct-buried Schedule 40 Yellow or White PVC facilities. VAN TV& Customer Provided TEL t. lop PUGEF 02003 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling:03/26/03 ENERGY Page 17 of 18 urr Trench Dimensions and Facility Placement i r. Equipment Protection and Accessibility '- - Protection Before any joint utility energizes its system, the following protective measures shall be provided by the customer. • Guard posts for padmounted equipment protection if required by the utility's customer service representative. See Standard Practice 6315.0008, "Guard Posts for Padmount Transformers." • Retaining walls as required to prevent transformers, vaults, handholes, or pedestals from being buried or exposed by erosion or settling of soil. • Landscaping materials such as beauty bark, shall not be piled onto any utility's surface mount or above-ground facility. Accessibility Transformers and utility pedestals will normally be located adjacent to property lines as approved by each utility's engineer. • Transformers and pedestals shall be accessible at all times by utility equipment from an rl area normally used by vehicular traffic. • An adequate work area shall be maintained at all times around the transformer or vaults with access unimpeded by fences, walls, rockeries, structures, and open ditches. 1W • Within projects with open ditches, swales or bar ditches, the area in front of transformers and equipment requiring access shall have a culvert installed to provide access for workers and equipment. References ' The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control 6800.6000 PVC Conduit Installation 6325.3200 Underground Service 6775.0035 Vault, Handhole, and Padmounted Equipment Location 6790.0050 Customer's Acknowledgement of Responsibilities When Providing Trenching 6790.0150 Wheel Trenching Construction ------ Electric Tariff G Schedule 85, Line Extensions, Item 12 rlr Form 1218 Electric Service Handbook/Permanent Single-Family Residential Services Form 3061 Installation Requirements for Residential Underground Services Sources ASTM D-1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort NESC 320.B.5, 352D, 353 and 354 NEC 300.5 Underground Installations NEC 300.50 Underground Installations I. Effective on: 06/01/05 ©2003 Puget sound Energy,Inc. PUGET Canceling: 03/26/03 SOUND Page 18 of 18 Trench Excavation and Backfill i i 1 i Scope This standard addresses the excavation and backfill requirements for trenches that contain any combination of services, secondary and primary cable. It covers both directly buried cables and cables installed in conduit. See Standard Practice 6775.0040, "Vault and Handhole rrr Installation," for information on vault and handhole installation. w In This Standard These topics are covered in this standard: tW err j! ffl � 4,,'•sna�4 ^oV.. . a• ro r x .w• ... 1 y Y 3 See raga Environmental Requirements 1 ` Definitions 2 Locates 2 �r Site Preparation 2 Integrity of Conduit 2 Conduit Size and Type 2 wr General Backfill Requirements 3 Backfill Material Restrictions 3 ,ww Soil Classifications 3 Backfill Requirements for Trenches with Electric Only 4 Backfill Requirements for Joint Electric and Gas Construction 4 aw Duct Banks 5 Road Crossings 5 .r Compaction 5 When Power Lines May be Energized 5 Restoration 6 wrr Environmental Requirements Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and/or local jurisdiction requirements. Providing erosion and sediment control is the responsibility of the party (PSE, developer, governmental entity or customer) that is doing the excavation. irr rr +rr PUOET ©2003 Puget Sound Energy,Inc. Effective on: 06/01/05 50UND Canceling:06/01/03 ENERGY Page 1 of 6 rrr Trench Excavation and Backfill Definitions e s s T�rR7 Backfill The material used to fill the trench.If the trench is shaded Yw with select material, the backfill is the material that is placed on top of the shading. Bedding Select material that is placed in a level layer on the bottom of the trench before the cable or conduit is installed. It uniformly supports the cable or conduit off the trench bottom so the cable or conduit is protected from rocks and an uneven trench bottom. Shading Select material that is placed immediately on top of the cable or conduit to protect the cable or conduit from being crushed or damaged by the impact of coarse backfill materials. �r Locates Notify the Underground Locating Center (1-800-424-5555) of the excavation at least two working days prior to any excavation (WAC 296-155-655). ; Site Preparation The party (PSE, developer, governmental entity or customer) that is doing the excavation shall assure the excavated or loose material is placed at least two feet from the field edge of the trench. Access to the trench shall be provided and standing water shall be removed from the trench. Integrity of Conduit The party (PSE, developer, governmental entity or customer) that installs the conduit shall assure the conduit is continuous, the inside is clean of dirt and debris, and the joints are permanently glued together. The party that digs and backfills the trench shall assure the conduit is not broken, ovalled, or crushed when the trench is backfilled. In addition, the proper positions of the facilities shall be maintained when the trench is backfilled. Conduit Size and Type See Standard Practices 6800.0030, "Conduit Size Standards," and 6800.6000, "PVC Conduit Installation," for the conduit size and type requirements. Wli rw Effective on:06/01/05 ©2003 Puget Sound Energy,Inc. PUGET Canceling: 06/01/03 ENERGY ENERGY Page 2 of 6 Trench Excavation and Backfill i i 1 1 General Backfill Requirements The requirements of this standard are designed to provide uniform support and physical .� protection for the cable or conduit system. The intent of these requirements is to eliminate: ■ Sharp objects or protrusions that will cut or penetrate the walls of the cable or conduit. ■ Material that will create pressure points that will crush the cable or conduit. ■ Suspensions of the cable or conduit off the bottom of the trench that will cause the cable or conduit to bend beyond its design limits or overstress the cable or conduit when the trench is backfilled. +�+ ■ Material that, when backfilled into the ditch, will damage the cable or conduit upon impact. ■ Material that will create a subterranean drain or surface erosion. arr Backfill Material Restrictions Backfill material shall not contain: ■ Garbage, cans, glass, decomposable organic material, or construction debris. ■ Roots or root balls larger than 10 inches (measured in their maximum direction). ■ Washed gravels, including pea gravel. ■ Material that will not compact. rr Soil Classifications The requirements of backfill depend on the composition of the native material. In some cases the native material is adequate, and in others bedding and shading material is required. For the purposes of this standard, three soil types are defined in Table 1. Table 1 Soil types and definitions x x Soil TYpe ae#init�an .r Coarse, poorly-graded gravel This material is comprised primarily of gravel with little sand, fines, silt or clay. When excavated the trench bottom commonly contains loose rock of four inches in diameter or larger. Well-graded gravel with This material is comprised of a mixture of gravel, sand, fines fines and clay. It holds a vertical trench wall. The excavated trench bottom can be scraped with the teeth of the backhoe bucket to eliminate rocks larger than four inches in diameter and leave behind a loose sand/clay/silt mixture that will provide uniform support for cable and conduit. Sand, silt, or clay This material is comprised primarily of sand, silt and clay. It contains no rock larger than two inches in diameter. -f Organic The material primarily consists of decayed plant matter. Ow PUGET 02003 Puget Sound Energy,inc. Effective on:06/01/05 SOUND. Canceling:06/01/03 ENERGY Page 3 of 6 VM Trench Excavation and Backfill i Backfill Requirements for Trenches with Electric Only ( +rr► Table 2 lists the requirements for trenches that contain no gas facilities. Table 2 Requirements for trenches with no gas facilities Soil Type Irssta1lation Type, Sedtlmg&Shatl�ng° Eiaokfiill , z Coarse, Schedule 40 or 80 None required. Native material may Poorly-graded gravel be used. DB-120 and Three inches each of Native material may directly-buried 5/8-inch minus or be used. systems finer Well-graded gravel Conduit Systems None required. Native material may with fines be used. Directly-Buried None required. The first six inches of backfill shall contain no rocks ft larger than two inches. Sand, silt, or clay All types None required. Native material may be used. Organic All types Native material may Native material may be used, except be used, except M around feeder around feeder circuits because of circuits because of its poor thermal its poor thermal properties. properties. �+ � , Orga?�.c s�i1 may not rn��t Corrxpactxc�n re�u�r�inent� �, � �� v a�1^ Backfill Requirements for Joint Electric and Gas Construction + If a trench will be occupied by both electric and gas facilities, the most stringent bedding, shading, and backfill requirements of this standard, and Gas Operating Standard 2525.1500, "Specifications for Joint Trench Construction," shall be followed. to Effective on: 06/01/05 02003 Puget Sound Energy,Inc. PUGET : 06/01/03 ENERGY Canceling: ENERGY Page 4 of 6 IN Trench Excavation and Backfill I I I +■• Duct Banks In place of the previous requirements for bedding, shading, and backfill, duct banks comprised of more than one layer shall be bedded with sand, controlled density fill (CDF), or fluidized thermal Backfill (FTB) and the conduits covered with three inches of the same material. rr Feeders In place of the requirements for duct banks, if four or more feeder conduits are installed in a trench, fluidized thermal backfill (FTB) shall be installed around the conduits to a depth of six inches above the top conduit. See Standard Practice 6790.3050, "Using Fluidized Thermal Backfill," for additional information. +w Road Crossings �r Most municipalities require 95% compaction of backfill material used in road crossings. The use of 5/8-inch crushed rock is preferred for this application. rw Compaction The party (PSE, developer, governmental entity or customer) that is doing the excavation is responsible for compaction of the backfill and any damage to the cable or conduit caused by the compaction.All backfill shall be consolidated according to the terms of the applicable road use permits and right-of-way agreements. Most jurisdictions require a minimum of 95 percent compaction. To obtain the required degree of compaction, the backfill material may be tamped in layers or select material, such as 5/8-in. minus, may be imported. Proper compaction requires relatively dry material and a trench that is free from standing water. arr When Power Lines May be Energized �. Primary and Primary and secondary conductors shall not be energized until adequate backfill is in place to Secondary provide physical protection for the cable system. Generally, this means the trench must be Conductors backfilled to the depths required by Standard Practice 6790.0130, "Trench Dimensions and Facility Placement,"before a system may be energized. Permanent Before the permanent occupancy permit is issued, conductors for services may be energized Occupancy Permit on a short-term basis if: Issuance If, in the judgment of PSE, the service will be safe, and WIN A minimum of six inches of backfill has been installed over the entire service length. If the permanent occupancy permit has been issued, the service may not be energized without complete backfill. r -- r PU ET 02003 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling:06/01/03 ENERGY Page 5 of 6 Trench Excavation and Backfill Restoration Restoration of the excavation and removal of sediment controls is the responsibility of the party (PSE, developer,governmental entity or customer) that is doing the excavation. References The following Puget Sound Energy documents apply to this standard: 0100.3200 Techniques for Temporary Erosion and Sediment Control 6790.0130 Trench Dimensions and Facility Placement 6800.6000 PVC Conduit Installation Sources w WAC 296-155-655 One-Call System to Effective on: 06/01/05 ©2003 Puget Sound Energy,Inc. PUGET Canceling: 06/01/03 ENUNU £N€RGY Page 6 of 6 Soil Compaction _.. Scope This standard covers compaction techniques to meet requirements of city, county and state codes when performing work that includes excavation and backfilling. rr Introduction What is Soil Soil compaction is the process of increasing the mean density of disturbed soil by applying Compaction? mechanical energy to drive out air voids and excess water. Proper compaction is desirable because it: ■ Eliminates settling ar ■ Increases load carrying characteristics ■ Improves soil stability 40 ■ Reduces water penetration and movement ■ Decreases frost damage go Safety Requirements Traffic conrol must be considered as specified in Standard 0100.4000, "Traffic Control." +rr Factors that Affect Soil Compaction Moisture Content Proper compaction depends on having the right moisture content in the soil. Just enough water is needed to act as a lubricant between soil particles so that compaction energy will move soil particles closer to each other and, in the process, expel air and water. Lifts The thickness of the soil being worked at one time (called the lift) is also important to good compaction. The thinner the lift, the better the compaction. Saving time by working in thick lifts will result in poor compaction. Clay soil, especially, requires small lifts. Clay tends to laminate when lifts are too thick, because water can work between the lifts making it impossible for the layers to bind tightly together. The maximum size of the lift is also related to the type of tamping equipment being used (see the Road Crossings and Underground Installations section of this standard). Soil Classifications Sand Silt (Granular) Sand silt consists of small mineral grains which may be coarse or fine, but always granular. If �. you squeeze dry sand silt in your hand, it will fall apart when pressure is released. If you squeeze moist sand silt, it will retain its shape when pressure is released. Sandy Loam and Sandy or silt loam is a mixture of fine sand and clay. It is lumpy when dry, but can be Silt Loam pulverized easily. Sandy loam and silt loam have a soft fluffy feel. When wet, these loams (Cohesive) run together in puddles. Moist casts can be handled without breaking, which indicates that they can be compacted effectively. aw PUGET 02005 Puget Sound Energy,Inc. Effective on: 04/01/05 SOUND Canceling:09/15/97 ENERGY Page 1 of 3 Soil Compaction i I Clay (Cohesive) Clay is made up of the finest particle size of any soil. Particles are scale-like and slide on one another. Thus, there is little friction between particles. With the proper equipment, clay can be readily compacted. It is naturally plastic and cohesive. so Compaction Over Gas Pipelines Refer to Gas Operating Standard 2525.1800, "Backfill for Pipelines," for compaction requirements over gas pipelines. Mi Soil Compaction Procedures Road Crossings Follow these steps to compact soil in trench lines and other excavations such as at road and Underground crossings or underground construction sites. so Installations NOTE: Do not use machine compaction within 18 in, of cable or conduit. Add 3 inches of sand over the cables or conduit for protection. so Step Act�Qn ; eA y „ K 1 Use a mechanical tamper to restore roads to 95% of their original compaction as so required by city, county and state codes. i r If using Then tamp�n lifts of , •hydraulic soil tamper, 4 to 6 in., depending on the type of soil. Clay soils require 4-in. lifts. Lifts greater than 6 in.will not compact to 95%. so •backhoe compactor attachment Up to 4 ft. (Hoe-pak), Pole Setting or Follow these steps to compact soil when setting a pole or compacting soils in small Excavations excavations not located in a roadway or paved area. Refer to Standard Practice 6450.6100 for Outside of poles set in silt or soft soil. Roadways P Action Ste 1 Using a hydraulic soil tamper, compact the soil in 6-in. lifts. NOTE: If mechanical tamping equipment is not available, hand tamp 4-in. lifts. Compaction Testing to When proof testing for 95% compaction is required (according to ASTM D1557), call Pacific Testing Laboratories in Seattle, WA(206-282-0666). This company has facilities for serving the entire Puget Sound Energy area. - �Ir Effective on: 04/01/05 ©2005 Puget Sound Energy,Inc. PUCE Canceling: 09/15/97 SOUND Page 2 of 3 ENERGY ON Soil Compaction References The following Puget Sound Energy document applies to this standard: 0100.4000 Traffic Control 2525.1800 Backfill for Pipelines 6450.6100 Setting Distribution and Transmission Poles +�r Igo +r MW wr w� ON No rr� aw PUGET x•2005 Puget Sound Energy,Inc. Effective on:04/01/05 SOUND Canceling:09/15/97 ENMY Page 3 of 3 ow .� Using Fluidized Thermal Backfill (FTB) Scope This standard covers the use and application of fluidized thermal backfill (FTB)for electrical conduit backfill. What is FTB and Where is it Used? FTB is a simple concrete mixture that is designed to conduct heat. Its is poured around cables and conduit to conduct heat away from them. This allows the cables to carry more current without overheating. +r FTB is primarily used in backfilling trenches where a high value of cable ampacity is required. It may also be used as Backfill where 100 percent compaction is required,where physical protection of the cable or conduit is needed, or where adequate backfill material is unavailable. � F'TB��s'�,a��tc�beuseci�or��ckf�llaroundgas`Imes e �� x,, e Selection of FTB Material FTB material is available in the following two variations: �YPe A A3?i�c�Tion fiPilt3 Fluidized Thermal ■ Trenches over 12-in. deep. 9995644 40 Backfill ■ Where no additional strength component is needed over that of normal backfill (300 psi 40 max) Fluidized Thermal ■ Backfill of trenches 12-in. deep 9995645 at Structural Backfill or less (i.e., cable replacement within roadways). ■ Around structures where added strength is desired (up to 1000 psi). NOTE: Both products can be ordered with a red tint, if required by the municipality. AP AN rr +r - RUGET ©2000 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 10/31/00 ENERGY Page 1 of 4 .r Using Fluidized Thermal Backfill (FTB) Site Preparation Prior to Backfilling Prior to backfilling a trench with FTB the following conditions must be met: the Trench ■ Trenching activities and conduit installation should be done in accordance with PSE Standard Practices 6790.0075, "Customer-Supplied Trench Requirements," 6790.0130, "Trench Dimensions and Facility Placement," 6790.0140, "Trench Excavation and Backfill," and 6800.6000, "PVC Conduit Installation." ■ Steps must be taken to prevent the conduit banks from "floating"when the FTB is 10 introduced to the trench, see Figure 1. Figure 1 Cut-away view of typical trench with tie-downs and FTB piles FTB Pile Centered Re-Steel#6 Between Tie Downs }} Bare Copper Wire#14 s ,,,yyy "N' ..�in I Site Preparation Procedure M Action bars, #6, should be driven on either side of the conduit bank at 20-ft 40 , and lashed together with bare copper wire, #14 (MID 8484300). 2 If necessary, place a small pile of FTB midway between the re-steel tie-downs from rwr the first mix truck. Then, beginning at the initial starting point, place the balance of the following mix trucks. Procedure for Placing the FTB Placement Before placement activities begin the following conditions should be met: Conditions ■ The supplied backfill shall be transported by an acceptable means to minimize segregation (i.e.; ready mix concrete truck). • FTB placement may start when the temperature is 34°F and rising. FTB shall not be placed on frozen ground. • At the time of placement, FTB must have a temperature of 40°F. Mixing and placing shall stop when temperature is 38°F or less and falling. • The ends of the trench shall be secured by bulkhead or earth fill. Continued on next page ` ©2000 Puget Sound Energy,Inc. PUGET Effective on: 06/01/05 SOUND Canceling: 10/31/00 ENERGY Page 2 of 4 !i�f Using Fluidized Thermal Backfill (FTB) Ill WI I , rr Placing the FTB Follow these instructions for placing the FTB: �CtIOn s � 1 Pour into the trench and completely fill all voids without causing excessive segregation. Maximum pour height shall be 4 feet. wry NOTE: Do not vibrate or compact the mixture. 2 To reach inaccessible locations, the mixture may be pumped through conventional concrete pumps. 3 The flow rate can be adjusted slightly by adding water at the site (as long as no segregation occurs, and the FTB fills all the voids completely when poured). rrr Conducting a Thermal Probe Test Collecting Samples If directed by the project manager, a sample of the FTB should be collected, at a minimum, every pour date. For larger backfill operations, a sample should be collected every fourth .r mix truck to ensure consistency of the product. Each sample should be labeled appropriately with the following: ■ Date ■ Time ■ Mix truck identification number ■ Location of pour ■ Name of person collecting the sample 4P Samples shall be cast in 3-inch by 6-inch cardboard or plastic molds, held in a moist environment, and not disturbed until the FTB has hardened. Follow ASTM Standards C172 and C31 for the sampling, curing, and testing of concrete, except use cardboard or plastic O, sampling molds to facilitate stripping. �+ Thermal Resistivity When hardened, the FTB should have a thermal resistivity of less than 40°C-cm/W when moist and less than 100°C-c.•n/W when totally dry. ,rw References The following Puget Sound Energy documents apply to this standard: 6790.0075 Customer-Supplied Trench Requirements 6790.0130 Trench Dimensions and Facility Placement 6790.0140 Trench Excavation and Back-fill 6800.6000 PVC Conduit Installation w 'wr PUGET ©2000 Puget Sound Energy,Inc. Eff ective on: 06/01/05 SOUND Canceling: 10/31/00 ENERGY Page 3 of 4 A Using Fluidized Thermal Backfill (FTB) Sources ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C236 Hot box Thermal Performance Test ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C94 Standard Specification for Ready-Mix Concrete IEEE Std 442-1981 IEEE guide for Soil Thermal Resistivity Measurements Washington State Standard Specification, English 2000 2-09.3(1) Backfilling 9-03.1(2)B Grading ,w �i Effective on: 06/01/05 02000 Puget Sound Energy,Inc. PUGET Canceling: 10/31/00 SOUND ENERGY Page 4 of 4 ri PVC Conduit installation : i i - I , i *!w Scope This standard covers the installation of direct-buried, polyvinyl chloride (PVC) conduit systems. .w In This Standard r These topics are covered in this standard: AFr +r Safety 1 Before Work Begins 1 as Conduit Type and Sizes 2 Trench Preparation 2 Conduit Placement 2 `N` Cable Pulling Tension 4 Conduit Assembly Procedure 5 +. PVC to PE Assembly 5 Installing Conduit into a Concrete Vault 6 Installing Conduit at Other Facilities 7 Concrete Capping of a Conduit Run 8 Backfill and Compaction 8 Finishing the Job 9 ww Safety • Keep solvent cements for PVC pipe away from all sources of ignition. Maintain ventilation to minimize breathing of solvent vapors and to reduce fire hazard. When PVC glue is used in vaults, constant ventilation shall be maintained or workers shall wear respiratory protection. Avoid contact with skin and eyes. Do not smoke, eat, or drink while 40 handling solvents. • Excavations shall be properly shored or sloped before work in the trench begins. Precautions such as air testing and forced ventilation may also be necessary. rr Before Work Begins • A tailgate conference shall be held, and potential hazards discussed with all workers. ■ Underground utilities shall be located and marked. • Detailed planning is essential. Plan ahead whenever possible, including a careful inspection of the job site. Determine special equipment needs before bringing a crew onto the site. w PUGET ©2000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling: 06/01/03 ENERGY Page 1 of 9 err PVC Conduit Installation r. Conduit Types and Sizes t Puget Sound Energy's standard conduit is grey PVC DB-120 or Schedule 80 sizes 2", 3 4", or 6" as in Specification 1025.6310. Conduit provided by the customer that is to be owned and maintained by Puget Sound Energy shall be grey PVC electrical grade DB-120, Schedule 40 or Schedule 80. Conduit sizes shall be 2", 3", 4", or 6". Conduit shall meet ASTM F512 requirements for DB-120 , and NEMA TC-2 requirements for Schedule 40 or 80. to Trench Preparation Consider these points when constructing the trench so • Construct the trench so that the bottom provides a firm, stable, and uniform support for the full length of the conduit. Clear the bottom of rocks and any debris which could damage the conduit. • If other utilities obstruct the way, slope or drift the trench to avoid the obstacle, to minimize the use of conduit bends which will increase cable pulling tension. • Trench depth will vary depending on duct bank formation, final grade, earth cover requirements, and local regulations. See Standard Practice 6790.0130, "Trench Dimensions and Facility Placement," for additional requirements on trench dimensions. • Pay particular attention to elevation charges in the trench bottom. Numerous changes in elevation, even if gradual, add bends to the conduit run which will substantially increase cable pulling tension. • Level the trench so that there are no low spots which will trap water and silt in the conduit system. Conduit Placement +wt Separation The separation between two, three, and four-inch conduits or a four-inch and a six-inch Requirements conduit shall be a minimum of 1-1/2 inches. The separation between six-inch conduits shall be a minimum of two inches. Feeders require "w greater spacing to help dissipate heat to maintain their ampacity ratings. See Standard Practice 6790.0130, "Trench Dimensions and Facility Placement," for us requirements on separation between various utilities and between the power cables and the customer's facilities. Provide adequate support on each side of conduit when conduit crosses over another utility, '9 to prevent load transference onto other utilities. Continued on neat page 40 Effective on: 06/01/05 02000 Puget Sound Energy,Inc. PUGET' Canceling: 06/01/03 SOUND Page 2 of 9 40 ENERGY PVC Conduit Installation air Conduit Placement, Continued Bank Height aw c $flll[�caratlui#banks s OWN"',3 :. a e �Mr131aratn E use .< . . Y To a maximum of three conduits high. �wr Anything higher becomes an underground O O wall for other utilities. There may be exceptions where underground obstructions „r„ or horizontal space constrictions require a 4 0 4 4 O 0 higher build-up. Preferred Discouraged .rr Spacers Wooden two-by-four spacers may be used when 1-1/2 inch spacing is required. Prefabricated spacers are required when: ■ Two-inch spacing is required ■ Six-inch the conduits are part of a stacked conduit bank +w ■ Fluidized thermal backfill (FIB)is required by Standard Practice 6790.0140, "Trench Excavation and Backfill." Ilse 00 end Y' Diagram Two-by-fours and wood Stagger the bell ends f 5'Intervals Y"n stakes between conduits and between layers. �.�: F Staggered 40 between layers at five foot ' intervals This will make assembly easier and eliminate , or use... interference from adjacent �' z +r Preformed spacers at five bells when the conduit is � foot intervals. buried. Y= WOW Install with Install all primary conduit systems with a minimum 36 inches of cover. „w 36 Inches of Cover Measure this distance from final grade to the top of the conduit system. Install the system at increased depth where changes in grade are likely. A duct run may be installed with less cover,when necessary,but only if adequate mechanical protection is provided. Refer to "' Standard Practice 6790.0130, "Trench Dimensions and Facility Placement," for specific requirements for cover less than 36 inches. +rr +w PUGET ©2000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling: 06/01/03 ENERGY Page 3 of 9 wr PVC Conduit Installation I I " Cable Pulling Tension Conduit systems are designed for maximum cable pulling tension calculations. Add manufactured bends to the system only if they are absolutely necessary. Any deviation from the original design shall be discussed with the engineer to ensure that the change will not go render the system unusable. Keep the Bends Placement of conduit can also significantly affect pulling tension. Undulations from snaking Down a conduit may look minor, but can result in hundreds of degrees of bend per thousand feet of pull. Pulling tensions in straight conduit runs add up in a linear fashion, but bends in the conduit cause the cable tension to be multiplied, greatly increasing the stress on the cable. This can increase cable pulling tension beyond acceptable limits. Lay conduit as straight and level as possible, to ensure that a usable system is installed. Bends The radius of any bend should be as large as possible to aid in cable pulling. Large sweeping bends can be formed by assembling several conduit sections, allowing approximately 30 minutes for the joints to cure, and then bending them into the trench. The conduit run should be firmly staked for the desired radius, to ensure that the joint is not disturbed or damaged before or during backfill. Keep bends at least three feet outside the vault to allow for operation of the rodder. The maximum amount of bend at joints should be limited to 5 degrees to prevent damage to conduit fittings and cable during pulling. Mark on the work sketch all bends that are added to the conduit run, including their degree, radius, and location. ► If Sidewall Keep the number of 90 degree bends in a primary conduit run to a minimum. When Pressure Exceeds calculations show that the sidewall pressure at a 45 or 90 degree elbow exceeds 1000 pounds, 1000 Pounds encase the conduit bends in concrete to prevent burn-through. PVC Cement Use all-weather grade PVC solvent cement on all PVC conduit, following manufacturer's recommendations. Do not use PVC cement that appears lumpy or stringy, exhibits excessive thickening, or will not stir to a smooth consistency. Reclose all containers tightly to prevent solvent evaporation. Effective on: 06/01/05 ©2000 Puget Sound Energy,Inc. PUGET Canceling: 06/01/03 SOUND Page 4 of 9 ENERGY i PVC Conduit Installation ff T.TIT, - i i I Conduit Assembly Procedure Follow these steps to assemble the conduit. 11M 1 If conduit needs to be cut, make a square cut with a fine tooth saw (diagonal cuts reduce bonding). Bevel the outside edge with a knife and abrasive cloth to remove 4' burrs and raised edges for easier installation. 2 Wipe all dirt, mud, and shavings from conduit and fittings before joining. Conduit surfaces must be clean and dry so cement will adequately adhere. Use the small ow dauber on 2-inch and 3-inch conduit; use the roller on 4-inch and 6-inch conduit. 3 Apply a liberal and uniform coat of PVC cement to the conduit and bell end, coating both surfaces to the full depth for ease of assembly. Assembly must be done while the surfaces are still wet and fluid. 4 Slip the conduit straight into the fitting with a slight twist until it bottoms. Hold the joint for 15 seconds so the conduit won't push out. If it is necessary to drive two conduits together, use a board to protect the conduit edge. 5 Let the joined sections cure undisturbed for at least five minutes before handling. If the conduit is to be bent in the trench, let the joints cure completely before bending, approximately 30 minutes. 6 Plug all exposed conduit ends during breaks in work to keep dirt, mud, and water .r out of the conduit. 7 Bevel the inside edge of Schedule 80 when joining it to DB-120 conduit. r. PVC to PE Assembly For PVC conduit to PE conduit coupling procedure, see Standard Practice 6800.8050, "Splicing and Repair of Polyethylene Pipe." rIr +err +w ow PUGET ©2000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling: 06/01/03 ENERGY Page 5 of 9 wr PVC Conduit Installation Installing Conduit into a Concrete Vault Y Conduits shall be plumbed into vaults so all cables can be freely switched and parked ° ° °O°° CT ° without restriction from other cables. Preferred Whenever possible conduits shall enter , vaults so all of the cables coil in the same ZF direction (either clockwise or counterclockwise). Conduits shall not enter as vaults at 90 degrees to each other at the 0 0 0 0 Fo o same corner unless they are positioned so they freely cross each other and do not interfere with the installation of the present ► or future cables. Discouraged In vaults that contain feeder cable: • If the cables will be spliced together (as +r�r opposed to using hammerheads), plumb the conduit so one set of cables coils clockwise and the second set coils counterclockwise. • In vaults that contain feeder cable, it is referred that the conduits enter the short �® p ends of the vault. This provides more room for rigging pulling equipment. In vaults that do not contain feeder cables, the conduit may enter either the short of the long side of the vault. Duct banks that are four or more conduits 140 wide should be reconfigured as they enter the vault so they are no more than three conduits wide. 40 If the trench line is offset, begin angling the conduit toward the vault about 20 feet away. YES- wr Avoid using 90 degree bends to bring conduit into the side of a vault. NOTE: Do not use Schedule 80 for the first N0� section of conduit out of the vault. It will not fit the rodder adapter. Effective on: 06/01/05 02000 Puget sound Energy,Inc. PUGET Canceling: 06/01/03 SOUND Page 6 of 9 ENERGY PVC Conduit Installation �w Installing Conduit into a Concrete Vault, Continued Installation Follow these steps to install the conduit in concrete vaults with knockouts. Procedure at .St Eh et Y J 5 Action } 4 V w. Concrete Vaults p x.... with Knockouts 1 Place compacted soil in the trench up to the knockouts. This will help to prevent shearing or"egg shaping" of the conduit where it enters the vault. 2 Push the conduits through the knockouts or "termaduct" receptacles at the end of the vault, making sure they enter straight and level, perpendicular to the vault wall. 3 Cut the ends off 1 to 2 inches inside the vault, keeping the conduit approximately 2 inches apart to allow for placement of cable pulling equipment. 4 Glue the bell ends onto the conduit. wr 5 Grout around the conduits and bell ends to prevent dirt and water from entering the vault. This will also keep the soil from settling around the outside of the vault. Seal all empty ducts with expandable duct plugs. Use duct foam to seal around cables in the duct to prevent water migration into vault. Refer to Standard Practice 6800.6500, "Application of Conduit Plugs and Seals." NOTE: Vaults fitted with"termaducts" do not require grouting. � • ��not�.se conduzl!<sealing�oazx�, ;a stzbsfituf���x gzou� � ` l~oa>xa�n�zlrstzu�tuzal anr� �an ,�rtnbute to vault 1id-fazfure if applied iti place of�gzvut� ,' a��r��� �u Installing Conduit at Other Facilities if cautlu�t is plumbed a " Install:condut#Per the toliouurng N. , , � � Canstructt�rt Standard Riser pole, 6042.1000, "Conduit Risers," see Figure 2. +`r Minipad transformer, 6045.1010, "Minipad Transformer(Conduit System)," see Figures 2, 3, & 5. Secondary pedestal, 6050.1000, "Secondary Pedestals," see Figures 3 &4. Plastic or fiberglass secondary handhole, 6050.2000, "Single-Phase Secondary Handhole," see Figures 1 & 2. Single-phase J-box on a minipad handhole, 6055.1010, "Single-Phase Primary Junction Box," see Figures 1, 4, & 5. aw c r.r PUGS ©2000 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 06/01/03 ENERGY Page 7 of 9 r PVC Conduit Installation Concrete Capping of a Conduit Run If COrtdui#is Cal7�]edc r s e Ns i F Y r r kX1 `� t=wt#h'-concrate k � k lnstali the concrete cap, ���_ Backfill them with sand or fluidized A minimum of 4 inches thick. Allow the concrete thermal backfill (FTB) to 3 inches to set up before backfilling. For a faster.setup, high over the top conduit before the early strength additives may be used. Specify concrete cap is installed. Refer to concrete with 3/8-inch aggregate and a nominal ► Standard Practice 6790.0130, "Trench compressive strength of 2500 lbs. psi. Dimensions and Facility Placement," for specific requirements when cover , � aflstelaterii ' is less than 36 inches. areler e �kttltx sK.,: 4"Concreterti 4 ; s Py � rah, 7 Backfill and Compaction Refer to Standard Practice 6790.0140 for information on backfill and compaction requirements. Adding Backfill Follow these steps to add backfill to the conduit bank. 7 S#ep 1 Pump any standing water out of the trench. 2 Check conduit spacing. Conduits must be approximately 1-1/2 to 2 inches apart and at least 1-1/2 to 2 inches from the trench walls, so that the backfill can flow ,nr around the conduit and provide equal support for the duct on all sides. (Proper spacing will also increase the current carrying capacity of the conductors.) 3 Add backfill gradually to the sides of the conduit bank first. This will act as a vertical and lateral support and protect the pipe from deflection. 1-1/2"to 2"Space between conduits '.: and nearest sidewall Vr:. E s� .„1 k q T:. ...,i..'..xi/s�$e....��•..,. ..to 4 When a minimum of 3 inches of cover is in place, fill in the rest of the trench, compacting in 12-inch lifts `- Effective on:06/01/05 02000 Puget sound Energy,Inc. PUGEr Canceling: 06/01/03 ENERGY Page 8 of 9 ENERGY 6 PVC Conduit Installation . t Backfill and Compaction, Continued ' �ackll�ecQmpaoto�s (hay �.cs�ca�'�ene�rafe fr�m�.ndou�.fors �-t��. a�e�l�ficult ""w'' to�tea�uie ,Hoe»�ac�sh�i Iu�b��used fad frnai c�rra�actiax�o�ly�Use;fh'em � £ , 7o ntat use a hx�e gac drre�tl fluerh corcuxJunfaxt Bast0 3nie o£ aaf1u� low 7n.;w�,14.ensur�f��tZa�oflrnp��tflz;�fat�1arn�geNa.e��xla�aD�x�o�peu�tr;�t�;rGe s�ti deeper t�� a��:heskdu��g c�rn,�act�,nrt�a�laa��hoe��m, �ttix ��s- �� f z ..a...>�1wS.NS�.w�.w.n�s...uc.....::w::w x..s.„,,..irf ..Fac;R..;v:.:c<,,.»a.wxxww.?f z ,.4,x.,..c�,..a...xrw uni..'wr...✓ rRv::a.,a...afd a:,G•,an�.lw.wnn:' ,>...r...::GY.ab�....v....xxw:;i...u;..::/ra «,N Finishing the Job • Remove mud and debris from vault interior. • Remove all spoils and construction debris from the job site. err 14W References The following Puget Sound Energy documents apply to this standard: 0600.1600 Underground Primary Cable—Engineering Information wr 6042.1000 Conduit Risers 6045.1010 Minipad Transformer (Conduit System) 6050.1000 Secondary Pedestals wo 6050.2000 Single-Phase Secondary Handhole 6055.1010 Single-Phase Primary Junction Box 6790.0075 Customer-Supplied Trench Requirements 6790.0130 Trench Dimensions and Facility Placement 6790.0140 Trench Excavation and Backfill 6800.0030 Conduit Size Standards 6800.6500 Application of Conduit Plugs and Seals w 6800.8000 PVC Conduit Repair 6800.8050 Splicing and Repair of Polyethylene Pipe 6825.6150 Cable Pulling Tension Sources aw WAC 296-44-386, Underground Conduit Systems WAC 296-45-65037, Underground NESC 320, Underground Conduit System or NESC 321, Excavation and Backfill NESC 322, Ducts and Joints ASTM D 2855-8, Standard Practice for Making Solvent Cemented Joints Canadian GE,Work Practice for Direct Burial Installations IPS, Weld-On Product Information Guide McGraw-Edison,Underground Construction Handbook - Edison Electric Institute, Underground Systems Reference Book 1--=' McGraw-Hill, Inc., The Lineman's and Cableman's Handbook �w PUGET ©2000 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 06/01/03 ENERGY Page 9 of 9 rr to' Application of Conduit Plugs and Seals WM . Scope This standard covers the different applications involved with sealing conduit systems. Purpose of Conduit Plugs Conduit plugs help minimize gases, foreign materials, rodents, insects, and water from entering vaults and conduit. It is particularly important to seal all ducts entering switch and transformer vaults with exposed live parts. rr ,AW General Application Conduit systems shall be plugged or sealed as follows: CQ11tU1�lS X And used CDT' g, F Empty Road crossings and Pulling Rope 2 in., 3 in., 4 in., and pole risers �`� Tie Eye 6 in. duct ,WW Conduit Cap Plugs MID 7643000 NIF (typical) Vaults, handholes f Tw Hot st tick ww and padmounted enclosures Pulling Rope Tie Eye Conduit Expanding Plugs (water-tight) MID 7643001 (typical) Filled, single cable, Vaults and handholes 2 in. to 3 in. duct with primary cable KA=0� Cold Shrink Conduit Cable J 'Aw Cold Shrink (Installed) MID 7645640 (typical) wr Continued on next page w PUGET 02000 Puget Sound Energy,Inc. Effective on: 06/01/05 SOUND Canceling: 11/05/01 ENERGY Page 1 of 3 Application of Conduit Plugs and Seals General Application, Continued 1#�ondul#is And;usetl#cr lJse ; r ........................ . Filled, 1 in. duct Street light CIC :----------- MID 7645644 Filled, single cable, Minipad handholes - 1 2 in. duct, 1/0 and padmounted _ _ primary cable only J-Box enclosures I MID 7645643 Filled, multiple Vaults and cables, and is in handholes and flowing water. secondary pedestals All conduit sizes. , Cablesiy Note: See section on Application Details Foam for Conduit Scaling ` " Form ' MID 7643502 Conduit Spray foam through 1"piece of heat shrink,or guy guard,etc. s, € �heit'rrsin�l��ca 1~.tl�?lpq e+�ndui.t sealant �+ ana�oori�tnerl rlr enGlrased space, a Ulowex rxiu�l b�used fax'gt�od-�e�tilattan, ;' PUGEr ©2000 Puget Sound Energy,Inc. �� Effective on: 06/01/05 SOUND Canceling: 11/05/01 ENERGY Page 2 of 3 Application of Conduit Plugs and Seals Application Details for Conduit Sealing Foam Follow these steps to install sealing foam. 1 Keep Duo-Fill cans in the cab or a heated portion of the truck. Foam does not dispense properly at low temperatures. 2 Make sure to separate cables to allow foam to penetrate completely around cables. A hollow tube (heat shrink or guy guard) approximately 1-in. long works well. A" 3 Shake the can for at least 20 seconds before using. rg ����►aa i i 4 I w 4 I I�I I�� 1 a Ci1�.,' ash}a� q 4 Insert straw applicator. 5 Spray foam into conduit with the can upside down. Spray foam through the 1-in. hollow tube used to separate cables. 6 Rip off straw applicator immediately after use. 7 If it looks like there might be some clogging in the nozzle, use an extra straw to scrape it out before putting the can away. 8 Use a clean straw for each subsequent use. wr References The following Puget Sound Energy documents apply to this standard: 0100.2310 Confined Space Entry/Rescue and Enclosed Space Entry 6775.0040 Vault and Handhole Installation 6800.6000 PVC Conduit Installation PUGET 02000 Puget Sound Energy,Inc. Effective on:06/01/05 SOUND Canceling: 11/05/01 ENERGY Page 3 of 3 Splicing and Repair of Polyethylene Conduit ,* .. -I Scope This standard covers tools, materials, and methods for splicing, coupling, and repairing poly- ethylene (PE) conduit, vacant conduit, and conduit with cable. 4W In This Standard These topics are covered in this standard: '' x Tac pi �' See<Page Environmental Requirements 1 �r Tools and Materials 1-4 Instructions for Using the Poly Lok Epoxy Cement System 5 ,■, Repairing PE Conduit 6 Using Electrofusion 7 Using Poly Lok Epoxy Cement 8 aw Empty Conduit that is Gouged or Punched 9 Empty Conduit that is Crushed, Split or Severed 10 ,wr Conduit with Cable if the Cable is Undamaged 11 Conduit with Cable if the Conduit and Cable are Damaged 12 Environmental Requirements irr Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and/or local jurisdiction requirements. tow Tools and Materials Tools These are the required tools. Tool Ayai{a MI'D Dzagram t Emery Cloth 7237300 Electrofusion Processor, Non-Coded 44. (Universal type) Innogaz Tubing Cutter 1/4" to 2-5/8" 7243600 No Tubing Cutter 3/8" to 3-1/2" 7243601 Pipe Cutter, ratcheting shears 7243602 -y Continued on next page rrw PUGET ©1998 Puget Sound Energy,Inc. Effective on: 07/01/03 SOUND Canceling: 07/12/01 ENERGY Page 1 of 13 •w Splicing and Repair of Polyethylene Conduit ' Tools and Materials, Continued �'- ► Tools (continued) Toal, Availability/MlD a t': Dsagram F err ;. Scissor Saw Cutter Integral (by LPO) 8 Pipe Beveler 7243603 �Fx i, 7 •#a Et�l uXw.wlRb:fi#ox•a'f:t7.:.ui� ......e.al: Conduit Slitting Tool Arnco or Integral (by LPO) Deburring Tool up to 2" 7243604 Deburring Tool up to 4" 7243605 �F f R' qC � y 5+ �q+•. k D. Continued on next page Effective on:07/01/03 ©1996 Puget Sound Energy,Inc. PUGET Canceling: 07/12/01 ENNERGY Page 2 of 13 Splicing and Repair of Polyethylene UW Conduit • Tools and Materials, Continued Tools (continued) sx"ib Tool 4i��r 3 a �► aLlab111#yJMIDsQiagr�l7) Pipe Cutting Saw 7243606 Pipe Cutting Saw w/offset 7243607 blade Scraping Tool Central Plastics (by LPO) Ada wr f Mr Clamping Vise Grip Central Plastics (by LPO) WON R r ,d <.;a low te^ Skinning Knife 7407000 +w PE Epoxy Cement Dispenser 9995977 (Poly Lok) dw 4 : war Continued on next page �.r dw l or PUGET ©1998 Puget Sound Energy,Inc. Effective on:07/01/03 SOUND Canceling:07/12/01 ENERGY Page 3 of 13 Splicing and Repair of Polyethylene Conduit r Tools and Materials% Continued Materials 1-1/2" coldshrink seal 7645640 2" coldshrink seal 7645641 3" coldshrink seal 7645642 w Zipper heatshrink wrap 7811500 2" PE conduit 7645630 3" PE conduit 7645634 4" PE conduit 9995463 6" PE conduit 9995464 as 2" PVC split conduit 7634801 3" PVC split conduit 7634901 rr 4" PVC split conduit 7635001 6" PVC split conduit 7635101 2" PVC slip sleeve coupler 7641701 3" PVC slip sleeve coupler 7641801 4" PVC slip sleeve coupler 7641901 6" PVC slip sleeve coupler 7642101 2" electrofusion coupler 5800470 3" electrofusion coupler 5800500 4" electrofusion coupler 5800510 6" electrofusion coupler 5800645 PE Epoxy Cement Kit 9995976 +rr i l '�► Effective on:07/01/03 ©1998 Puget Sound Energy,Inc. PUGET Canceling: 07/12/01 souN� Page 4 of 13 eNncr Splicing and Repair of Polyethylene Conduit ,. Instructions for Using the Poly Lok Epoxy Cement System MW 1 Unlock the cartridge-retaining collar's black latch at the top of the gun. Rotate the collar forward. aw Q' w 2 Insert the epoxy cartridge in the side slot in the collar. Push the collar back and press firmly on the front of the collar until it snaps into place. . : - � S'�s 41 �• 3 Remove the cap of the epoxy cartridge r.. (save the cap to reseal). � I tw 4 Place a new mixing tube on the tip of the epoxy cartridge and twist until it locks into place. Pump the gun until the epoxy passes through the tube. The epoxy will change to a gray color. 0 .. NOTE: The epoxy must be mixed to a , creamy gray and be uniform in color before using. 40 5 Poly Lok should be applied to a surface that has been"roughed up." -� . Rough up the conduit and also the ar inside of the coupling. WW Continued on next page wr PUG Er ©1998 Puget Sound Energy,Inc. Effective on: 07/01/03 souNO Canceling: 07/12/01 ENERGY Page 5 of 13 Splicing and Repair of Polyethylene Conduit • Instructions for Using the Poly Lok Epoxy Cement System$ Continued tr rr 0,R]lgraiTl ,... 6 Place the tip of the mixing tube against the conduit about 1/4 in. from the end. Apply a thin bead of Poly Lok completely around the conduit. NOTE: Do not apply any Poly Lok to any part of the coupling.# r 7 Insert the coupling onto the end of the conduit, turning the coupling as you push it onto the conduit. Poly Lok will W set up in 10-15 minutes. s e The mixing tube can be removed and the cap replaced, or the mixing tube hr '` can be left the immediate reuse. NOTE: The mixing tube can be used for multiple joints as long as the epoxy has not set up, normally after 10-20 minutes of non-use. WM Repairing PE Conduit Using PE or PVC conduit of similar size may be joined by an electrofusion coupler. Figure I shows Electrofusion electrofusion coupling. •° Uae ,k f � �� When � � F The electrofusion process The joint will be subjected to pullout tensions over 300 pounds. • The electrofusion joint is the strongest and most watertight method available. • The joint may be fashioned in confined spaces. wir Continued on next page t Effective on:07/01/03 01998 Puget Sound Energy,Inc. nicer Canceling: 07/12/01 SOUND Page 6 of 13 ENERGY Splicing and Repair of Polyethylene Conduit 1 : 11 M I W Repairing PE Conduit, Continued The Process Follow these steps for electrofusion coupling, z r .........a.. J f k..:ta s.. 1 Prepare the conduit by cutting the ends square with a pipe cutting tool. 2 Cut grooves into the conduit with a scraping tool. 3 Wipe it clean with a cloth rag. 4 Fuse the joint following the manufacturer instructions. NOTE: Hold the joint in place with a vise-grip clamp while the heated coupler cools and fuses the joint. aw Figure 1 Electrofusion coupling ON Electrofusion Scraped Grooves Coupling I/ OW PE or PVC i'i�ti`�l i i� PE or PVC Conduit ��� „)� � Conduit +rrr +nit Electrofusion Processor �r O O ,M O O rr 120 VAC Source Continued on next page wr +wr wr ruc Er ©1998 Puget Sound Energy,Inc. Effective on: 07/01/03 SOUND Canceling:07/12/01 ENERGY Page 7 of 13 "W Splicing and Repair of Polyethylene Conduit 1i 1 1 r' Repairing PE Conduit, Continued t- Using Poly Lok PE or PVC conduit of similar size may be joined with Poly Lok epoxy cement using a rigid Epoxy Cement PVC slip sleeve coupler. Figure 2 shows PVC slip sleeve coupling. rr fr . 3 The PVC slip sleeve coupling Repair work only. Do not use for new construction. The Process Follow these steps for PVC slip sleeve coupling. 1 Prepare the conduit by cutting the ends square with pipe cutting tools. 2 Chamfer the inside of the pipe end with a chamfering tool. 3 Rough up the conduit surface with an emery cloth. 4 Clean the coupler and the pipe with a rag. 5 Apply a bead of epoxy cement around the conduit about 1/4 in. from the end.Do not apply epoxy to the coupling. 6 Slide the conduits into the slip coupler until flush. Let set 10-15 minutes. r�u Figure 2 PVC slip sleeve coupling Epoxy Cement L II s II PE or PVC Conduit PVC Slip Coupling PE or PVC Conduit �Y / n Apply epoxy cement around the conduit only. , Continued on next page Effective on:07/01/03 ©1998 Puget Sound Energy,Inc. rucEr Canceling: 07/12/01 ENNERGI Page 8 of 13 Splicing and Repair of Polyethylene Conduit Repairing PE Conduit, Continued Empty Conduit that is Gouged Ste a as Actinn F z aid? a aw or Punched P 1 Clean off the rough edges around the damaged area with a skinning knife, emery cloth, and rags. 4W 2 Glue a cut-to-length piece of PVC split repair conduit around the damaged area with polyethylene Poly Lock epoxy cement to seal the coupler's joining edges. 3 Seal the repaired area with a zipper heatshrink for a watertight seal. NOTE: The heatshrink will seal at temperatures well below polyethylene's 420°F melting temperature. Figure 3 Repairing gouged conduit (empty) .r PVC Split Repair Conduit r PE Conduit (a I p-N aw Epoxy Cement _ -- err - +,r► ATTACH PVC SPLIT REPAIR CONDUIT Heatshrink Wrap PE Conduit _ fi I I� MW PVC Split ' � vsa brae , Repair Conduit am SEAL REPAIR USING HEATSHRINK WRAP VW ■rr 44�PUG ET 01998 Puget Sound Energy,Inc. Effective on:07/01/03 souND Canceling:07/12/01 ENERGY Page 9 of 13 aw Splicing and Repair of Polyethylene Conduit 1 ' Repairing PE Conduit, Continued c to Empty Conduit - that is Crushed, Split, or Severed x 3 x Step �. .:�;�� ,f,. :; �F�. .�.:. . �5 4, �`,.'..,�>>;.� 1 Remove the damaged area. 2 Make the end cuts square with pipe cutting tools. 3 Replace the damaged area with new PE conduit cut-to-length. 4 Make the joints as described in Splicing and Coupling Techniques (Figure 2). Figure 4 Repairing crushed, split or severed conduit (empty) Existing Damaged Cut and remove empty PE Conduit� damaged conduit REMOVE DAMAGED SECTION OF CONDUIT �1) Replace damaged Finish repair per Existing —►{ conduit with new PE Conduit I section of PE conduit Figure 2. Apply Epoxy Cement REPLACE DAMAGED CONDUIT WITH NEW PE CONDUIT #10 ii i.. 10 Effective on:07/01/03 97998 Puget Sound Energy,Inc. PUGET Canceling: 07/12/01 souN Page 10 of 13 ENERGY Splicing and Repair of Polyethylene Conduit Repairing PE Conduit, Continued Conduit with Cable if the w Cable is Step MINN.- MW Undamaged 1 De-energize and ground the conductor. do 2 Test the cable for any damage not obvious by visual inspection. NOTE: If the cable is not damaged, proceed with conduit repair. .r 3 Rough up the polyethylene conduit around the area where the PVC split repair conduit will be applied with epoxy cement. 4 Clean off the rough conduit edges and debris around the damaged area with a skinning knife, emery cloth, and rags. 5 Glue cut-to-length PVC split conduit around the damaged area with polyethylene Poly Lok epoxy cement to seal the coupler's joining edges. 6 Seal the repaired area with zipper heatshrink for a watertight seal. NOTE: The heatshrink will seal at temperatures well below polyethylene's 420°F .w melting temperature. rrr aw +r. err. ww VW .r ww , PUG ET 01998 Puget Sound Energy,Inc. Effective on: 07/01/03 SOUND Canceling:07/12/01 ENERGY Page 11 of 13 urr Splicing and Repair of Polyethylene Conduit Figure 5 Repairing conduit with undamaged cable �- PVC Split Repair Conduit PE Conduit I Cable ^\ ow,°,p.°aER3r 'fir fi3?.�,�nY£'RYA Epoxy Cement �� ,.......... ATTACH PVC SPLIT REPAIR CONDUIT Heatshrink Wrap PE Conduit �2 Y =h x Cable aT" si III PVC Split Repair Conduit SEAL REPAIR USING HEATSHRINK WRAP Ali Effective on:07/01/03 61998 Puget Sound Energy,Inc. PUGET Canceling: 07/12/01 SOUND Page 12 of 13 ENERGY Splicing and Repair of Polyethylene aw Conduit Repairing PE Conduit, Continued Conduit with Cable if the .r Conduit and Step Acton Cable are Damaged 1 Isolate, test, and ground the cable. to 2 Cut away the damaged area. 3 Make the conduit ends square. .r 4 Clean off the debris with rags. 5 Pull and remove cable. 6 Replaced the damaged conduit with a new PE conduit section cut-to-length. aw 7 Make the joints as described in Splicing and Coupling Techniques (Figure 2). 8 Pull in the new cable. Test and energize. aw Figure 6 Repairing damaged conduit and cable ww Existing Damaged Cut and remove io PE Conduit damaged conduit ream ve cable REMOVE DAMAGED SECTION OF CONDUIT AND CABLE dw 10 Existing Replace damaged Finish repair per g conduit with new PE Conduit I section of PE conduit Figure 2. aw Pull in r. new cable M.fir, _,r,.:. ..,:.».01 .�� aw Apply Epoxy Cement REPLACE DAMAGED CONDUIT WITH NEW PE CONDUIT AND PULL IN NEW CABLE References '■' The following Puget Sound Energy documents apply to this standard: - 0150.3200 Techniques for Temporary Erosion and Sediment Control tw 441�PUG ET ©1998 Puget Sound Energy,Inc. Effective on: 07/01/03 SOUND Canceling: 07/12/01 ENERGY Page 13 of 13 MW Installation of Electronic Markers r . Scope This standard covers installation methods for electronic underground location markers. dw Why Markers are Used Electronic underground location markers are used to mark any facility that cannot be located with other locating equipment. They are the most dependable way to mark conduit stubs, bu- ried splices, stubouts, etc. .r Markers removed from temporary installations such as crossings or cable loops should be returned to Stores for reissue. r Types of Markers Two electronic markers are available: ■ 4 in. ball (MID 7668501) r ■ 15 in. flat (MID 7668500) The ball marker has the advantage of being self-leveling and easier to place, which mini- mizes future locating problems. .r Locating Both markers can be located using the electronic marker locator, MID 6546505. The markers •� are color coded, and tuned to a specific frequency for each utility. +rr Installation Requirements Install the marker at least 6 in. above or to the side of metallic objects, such as cables or steel handhole lids. These objects will absorb some of its signal and significantly reduce. the strength of the signal received by the locator. Never put the marker under a metallic object. The signal will be totally absorbed by the metal. Place the marker about 6 in. above the item it is marking whenever possible. This will pro- vide a cushion of soil, and allow flat markers to act as a digging shield when excavating with a backhoe. �r wir «r rr �r PUG ET ©1998 Puget Sound Energy,Inc. September 15, 1997 SOUND Revision 1 ENERGY Page 1 of 2 NW Installation of Electronic Markers . : Installation Procedures Flat Marker Follow these steps to install the flat marker. (Toilet Seat) Step Actnfln r D�agranr� k. 1 Tamp a bed of soil for the marker, install no deeper than 6 ft to ensure easy locating. (The maximum signal EMS range is S ft.) detector 2 Install the marker flat and level. NOTE: Markers installed at an angle, 1µ( �.L ,K •�-�!�a! or that are bent or damaged during ,��,,p 000p ft backfilling,will give false readings or Max. ��� 'D 000° may emit a reduced-strength signal. Buried o� oe marker 3 Spade a few inches of soil over the Min. '��'�:c,' Firm soil o° marker to protect it. d •r� �--- .off o 4 Complete the backfill. y��•J Burk Qo� o ouc object 4" Ball Marker Follow these steps to install the ball marker. 0 Step Action► D�agt am 1 Place the marker over the object, , wu install no deeper than 4 ft; to ensure accurate locating. J 2 Spade a few inches of soil over the marker to protect it. 3 Complete the backfill. Ilir 't September 15, 1997 01998 Puget Sound Energy,Inc. SOUND Revision 1 ENERGY Page 2 of 2 Conduit Risers rrr 12 10 13 �' �,k 6"Min above common neutral for primary. ?: 3 Even with the common neutral for secondary. �sxM� r-6 r7 x. ,^ Common Neutral urr W 5" 20' err ) DB 120 3 Conduit fr ----------- y 10'(Overall) Note:Schedule 80 conduit shall Min Schedule 80 extend a minimum of 8'above r-8 y-9 Conduit and 12"below ground line. Ground Line 3 Ground Line 5 , I -----------36"Primary . a( `.. 2 24" (Secondary *W 1 k --------------- wr Schedule 80 bend rrr Figure 7 Risers for cables in conduit Av 1W Effective on: 11/03/03 ©1998 Puget Sound Energy,Inc. PUG ET Canceling: 01/01/03 SOUND Page 1 of 8 441� to Minipad Transformer (Conduit System) ff Mir= 0 Rear _. Ir �-Secondary Conduit 3 Street Light CIC .✓fir^ .. . Secondary Conduit s• . `�Primary Conduit R � r Secondary Conduit Road Crossing Figure 8 Top view of handhole showing conduit placement am u Cable to Temporary Conduit Plu I 16 +rrl Strut i 2 I I I I — I 12 12 I I 4 5 7 28 I � � 15 � Figure 9 Detail of conduit elbows attached to struts 1 + Effective on: 11/03/03 ©1998 Puget Sound Energy,Inc. PUGET Canceling: 06/01/03 ENNERGY Page 1 of 8 11x1 • Minipad Transformer (Conduit System) , ,71 M, 1 To primary elbow �l ° k Transformer Ground Bus 0 Q Primary Neutral Connection Detail Transformer Terminal Markings +r +rr 4W Ic i Grounding pigtail for telephone and N,#2 13 14 o^k bare copper(locate at 3 ID rear corner of handhole ) 23 ID adjacent to side lot line) Ground Line 111 u' 29 30 1 k 0 Ground at t 16 ? \ 2 Line rW Secondary Cable DB 120 PVC Secondary Cable i 2" DB 120 PVC Primary C.N.Cable Secondary Cable Figure 10 Typical minipad transformer installation with conduit. (A radial installation at the end of the circuit would have a bushing cap or an elbow arrester on the other bushing) r PuGET ©1998 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling: 06/01/03 ENE ' Page 2 of 8 Secondary Pedestals , Connector bars shall be staggered 2 ' J� Neutrals shall be in the front x 1 g 16' 5 13" 10" Conduit shall be £ sealed with foam 2„ loll 12„ Typical 24"radius DB 6 120 PVC conduit elbow Pedestal will accept up to six 3"conduits. Figure 11 Side view with conduit g t 16" jiz e' ri 13" N", 11 /u G 10" , ley.' ✓° 36" o i E Figure 12 Front view with conduit - WO Effective on: 11/03/03 01998 Puget Sound Energy,Inc. PUGET Canceling: 01/01/03 SOUND ENERGY Page 1 oENERGY Single-Phase Secondary Handhole I _._...- Approx. Approx. -F-i 13", rIlb 24" -T'3 t-I Captive L-Bolt Set handhole flush Lock Cover to finalgrade� 2" 1 Conductors enter from �c r `sr 8 z., beneath and shall be ; ,E E'. xf folded back within handholer x 9 x � s . �w w ,3 6"Crushed Rock ,s rk St T �? Customer's Service \ 32-3/4" 20 Conductors 23-1/4 � Side View 4-3/4'x 4-3/4' (Knockout in 2 places) Nrr C 7 Base 19 Ibs � t MI r O "� 16 i Neutral Legs � 11 21 �i� 18 i 40 8 20 1 dw f, Figure 1 Residential fiberglass handhole, 13" x 24" Effective on: 11/03/03 01998 Puget Sound Energy,Inc. PUG ET Canceling: 01/01/03 OEwY Page 1 of 7 ®E aw Single-Phase Secondary Handhole '1� Approx. Approx. —t—, t 7" Captive L-Bolt 30" —� E'—� Set handhole flush Lock Cover i to final grade c-�H 11/i \ '! tt t` .,u'ir'•' .v....Y.: u r x '°� c, 3 .eY� z.. 'T sK Conductors enter from ¢ 2 beneath and shall be folded back, 5 , L handhole - '` 18" 6"Crushed Rock ' z R, € 18 20 Customer's Service Conductors ao-1/2" 27-1/4 Side View I Base a s 25 Ibs PIP V. „k ' z 3= � � I i 16 Neutral 21 Legs 18 i i i 18 20 Figure 2 Residential fiberglass handhole, 17" x 30" `- - PUGET ©1998 Puget Sound Energy,Inc. Effective on: 11/03/03 sour,o Canceling: 01/01/03 ENERGY Page 2 of 7 Single-Phase Primary Junction Box ,i Warning High Voltage 1 g Landscaping Suggestions ��hr,z Y r we y.� �g;§�n MA 22 Grid Number Lock Labeling Detail dw IN ti .. .._ r t tirw Pre-mounted,4-position, Junction Box 31 �w FIB ? F�, �gg-1➢➢��JJl1�;g��' 23 Construct 10 neutral bus 20 Connect#2 Cu to 5 17 � t Primary Cable r 2/'Above Ground internal ground insert r —1 « WIN 4 r _—25 24 _ _ f--- Unistrut I I I I Conduit Supports I I I I I I I I (Front and rear) to Grounding pigtails for 10 18 telephone and N,#2 bare copper 1419 7 rr 26 //// \\\\\ 4W — — 36 2"DB120 PVC ,r Figure 1 15 kV above grade junction box enclosure with primary cable in conduit Effective on: 01/01/03 ©1998 Puget Sound Energy,Inc. ®PUGET SOUND Canceling: 11/09/98 ENERGY Page 1 of 9 Single-Phase Primary Junction Box , Rear ' � Ytr?� 6=Rank Wi gg- Maximum of 2 conduits d on rear unistrut Maximum of 2 conduits on front unistrut f rfi� 3 Figure 4 Top view of handhole showing conduit placement o u so Cable 38 Temporary Conduit Plug - I i 24 may, Unistrut 2 I I i Ob lob _ I i OV i 25 25 I 26 14 18 19 1 36 36 \ \ r Figure 5 Detail of conduit elbows attached to struts rucer 01998 Puget Sound Energy,Inc. Effective on: 01/01/03 SOUND Canceling: 11/09/98 ENERGY Page 2 of 9 Techniques for Temporary Erosion and Sediment Control Scope This standard provides minimum guidelines for temporary erosion and sediment control procedures for typical Puget Sound Energy (PSE) maintenance, installation, and emergency repair activities.Site-specific erosion control plans and/or local jurisdiction requirements «Irr supercede this standard. Introduction ' Erosion and sediment control requirements are established by state and local jurisdictions. The intent of this standard is to ensure that minimum jurisdictional requirements are met for all PSE work. +rr In general, storm water run-off or pump discharge leaving a work site shall be free of sediment, and sediment shall not remain on any hard surface when the work is complete. Any flowing ditch,body of water, or sensitive area shall be protected from erosion or sedimentation caused by PSE work activities. In This Standard These topics are covered in this standard: YF CK s y fF 10 g C 046". c 3 see p;a Required Tools and Equipment 1 Definitions 2 How to Dewater Vaults, Trenches, and Excavations 5 ' How to Control Runoff at Excavated Work Sites 11 �r Required Tools and Equipment The following tools and materials are required to perform the procedures in this standard. Silt fence (with attached wood stakes) 9995690 Gravel bag (filled with pea gravel) 9995692 Catch basin insert 9995728 Sediment bag (for filtering pump discharge) 9995748 Polyethylene sheeting (12' x 100' roll) 7483000 Tarp (4' x 8') 7503000 Straw mulch None Erosion control seed mix None "Handy Hook" (for lifting grates) None r ®PUGET ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 ENE Canceling:Pge81/of 1/07 rr Techniques for Temporary Erosion and Sediment Control I ' Definitions Body of Water All streams, lakes, ponds, rivers,wetlands, and other naturally occurring water bodies. Bore Pit An excavation at either end of a boring operation or directional drill to allow adequate working space. Catch Basin A temporary insert, manufactured of filter fabric, installed at storm inlets to trap sediment. Insert Used with gravel bags to create upstream sediment filter or impounding area around a storm drain or inlet. Prevents sediment from entering storm drainage systems. Filter fabric skirt secured with grate, \� Wiz© Overflow Catch Basin Grate ra Filter fabric walls for Collected Sediment .£ dewatering sediment. Catch Basin Insert MID 9995728 Dirty Water Water leaving the work site with particles coarser than those passing the No. 200 sieve (0.075mm). Generally, water that has a cloudy coloration. Flowing Ditch Any ditch or swale that contains flowing or standing water. Gas or Electric Emergency Control is achieved when threat to life and property is eliminated as a first step Emergency in gas or electric emergency repair, including appropriate traffic controls and excavation Control shoring. Continued on next page Effective on: 11/03/03 @2001 Puget Sound Energy,Inc. rucET Canceling: 08/01/02 ENE"G°. Page 2 of 17 Techniques for Temporary Erosion and Sediment Control I I I Definitions, Continued Gravel Bag A polypropylene bag filled with pea gravel. Used to secure the bottom of silt fences, trap O sediment in curb lines, construct check dams, or provide simple and efficient water diversion. When not in use, protect the bags from direct sunlight. arir Gravel Bag MID 9995692 do Gravel Check A small dam constructed of gravel bags across a drainage ditch. Reduces the velocity of do Dam concentrated flows, reducing ditch erosion. This method is not allowed in creeks, streams, or flowing ditches. am Gravel bags(MID 9995692) must be higher at sides h 6"Min than center. wI su Ya' t Gravel Check Dam rw Landscaped Any site where grass and/or plantings are maintained. Area r Mulch Straw,jute matting, or other approved organic material used to stabilize slopes, seeded areas, w or areas disturbed during construction. .r Oil-contaminated Any soiled catch basin insert, sediment bag, collected sediment, or other materials Debris contaminated with road oils. Oil-contaminated debris is returned to the service center or other approved site for disposal. Continued on next page w _ ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 sOUN � Canceling:08/01/02 ENERGY Page 3 of 17 rrr Techniques for Temporary Erosion and Sediment Control 1 1 1 1 Definitions, Continued �- Sediment Bag A collection bag, manufactured of filter fabric, installed on a pump discharge hose to trap sediment. Used for vault dewatering only to prevent sediment from entering storm drains, flowing ditches, or any body of water. (Not approved for excavation or trench dewatering.) Will 111ttttttt Pump Vii. �� rf?o. Pump Discharge Hose ((tt�tt((ttft ffj f(tt% WI Sediment Bag MID 9995748 66 Silt Fence A temporary sediment trap consisting of a filter fabric stretched across and attached to supporting wood stakes, and secured at the base with gravel bags. 4ti � X ua5b l r ! Wood Stake lY �� s�4 ;KY�€�.� i �&'��� g➢� s s�Q t gF€ �r�R� �E< �: £ n 3aK(Q 4 Fitter fabric with bottom 8" laid on top of native soil, secured with gravel bags. Gravel Bags MID 9995692 arx €. Flow Direction Silt Fence MID 9995690 tl Wet Season For purposes of erosion and sediment control, the wet season is defined as October 1 through April 30, unless otherwise specified by a jurisdiction. I Effective on: 11/03/03 02001 Puget Sound Energy,Inc. ®nicer Canceling: 08/01/02 ENERGY Page 4 of 17 all Techniques for Temporary Erosion and Sediment Control I I .! How To Dewater Vaults, Trenches, and Excavations Dewatering Follow these steps when pumping water (dewatering)from vaults, trenches, and excavations. +. Procedure NOTE: These techniques are minimum guidelines for erosion and sediment control. Additional site-specific steps and practices may be required by the local jurisdiction and/or by permit. Terms that appear in italics are defined in the Definitions section. r Ml���.zt~ e»i�rorzr � �staka�zag eros� radzot �02 Provide appropriate traffic control according to Standard Practice 0100.4000, "Traffic Control." Install required shoring according to Standard Practice 0100.3100, "Excavation and Shoring Requirements." 2 After gas or electric emergency control has been achieved, install erosion and sediment control measures as when required before proceeding with repairs or construction. 3 Check the condition of the water in the vault, trench, or excavation. If the water so is excessively oily, foul-smelling or shows fluorescent anti-freeze coloration, follow the instructions in Standard Practice 0150.3100, "Clean-Up of Oil Spills." 4 Prepare the pump intake area. The intake hose shall nit ccaam an coritactrwith catzlesx`f cornectctrs, or equ�.pmenl"tm`less the equzpment has been � # identtfied��sol�ted,,5tested.for�?n�tage,and gz-tiundetlw 4 ..�,;,.,. To expose equipment in the vault during troubleshooting, insert the intake hose so that the sediment accumulated along the bottom of the vault is not disturbed. To enter the vault, the sediment can be removed to provide a safe working environment. AW If vault is located . . . :" Then . ... In a roadway or other paved Remove sediment while dewatering area, the vault with a Vactor truck in +r accordance with Standard Practice 0150.3300, "Operation of the Vacuum Truck." OR— Remove the sediment, place it in a container and dispose as e oil-contaminated debris. In an unpaved area, Remove the sediment and dispose properly as spoils. rxr 1 Continued on next page MG ET 02001 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling:08/01/02 NErsY Page 5 of 17 rw Techniques for Temporary Erosion and Sediment Control = ' How To Dewater Vaults, Trenches, and Excavations, Continued --- step sz a xL t Yg. Jim tlOn°i 5 Prepare the pump discharge area. If Then' 100 ft or more of vegetated Discharge the water into the vegetated ■,j ditch or vegetated land is area. Slow the flow with a gravel between the discharge hose check dam or silt fence barrier if and the nearest body of water, erosion is observed (Figure 1). Less than 100 ft of vegetated Install a gravel check darn or silt fence ditch or vegetated land is to trap the sediment(Figure 1). Do not between the discharge hose allow dirty water to leave the work and the nearest body of water, site. Discharging from a trench or Install catch basin inserts on the excavation into a paved street downstream storm inlets receiving the gutter or catch basin, dirty water (Figure 2). Install gravel bags against curb upstream of storm inlets to capture heavier sediment. Install protection on additional inlets ' if the discharge water reaches beyond the first inlet. Pumping from a vault, Install a sediment bag on the pump discharge hose (Figure 3). Secure pump intake hose so that sediment in the vault is not disturbed during pumping. NOTE:Any pump discharge without sediment protection directly into a flowing ditch or body of water is not allowed. Do not allow dirty water to leave the work site. 6 Place the discharge hose as far from the ultimate destination of the discharge water as possible, allowing sediments in the water to be separated. Use a splash guard (dissipater) on the discharge hose to minimize erosion if discharging to a vegetated area. Continued on next page r Effective on: 11/03/03 ©2001 Puget Sound Energy,Inc. �rucET Canceling: 08/01/02 E cr Page 6 of 17 Techniques for Temporary Erosion and Sediment Control How To Dewater Vaults, Trenches, and Excavations, Continued ww 7 Pump the water out of the vault, trench, or excavation. Continually check the discharge water. If the water appears cloudy after leaving w. the sediment trap, install additional barriers until the water exiting the worksite is clear. If discharging water . :. "Then.. Into a paved area, Place additional gravel bags against the curb in the downstream gutter to dissipate the water flow and trap sediment. —OR— Replace sediment bag or catch basin insert as it fills with sediment or no longer passes water. Into a vegetated area, Place additional silt fence or gravel check dams in the discharge flow to dissipate the water and trap sediment. 8 Proceed with the inspection,repair, or installation work. 1e" 9 After dewatering, remove barriers and accumulated sediments. If sediment is from . .: Then.. , v„ A vault located in a roadway Place sediment, soiled catch basin or other paved area, insert, or sediment bag in a container and transport it back to the service center for proper disposal as oil-contaminated debris. A trench or from a vault Place sediment with the spoils or .w. located in an unpaved area, dispose properly. Catch basin inserts and sediment bags can be reused or disposed as construction debris. NOTE:All hard surfaces shall be broomed clean. Sediment shall not remain on paved areas at completion of work. Continued on next page ixr PUGET ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling:08/01/02 ENERGY Page 7 of 17 UM Techniques for Temporary Erosion and Sediment Control ` Flow To Dewater Vaults, Trenches, and Excavations, Continued Figure 1 Vault, trench, or excavation dewatering to vegetated area. Mi This illustrates a typical silt fence installation where less than 100 ft of vegetated ditch or vegetated land is between the discharge hose and the nearest body of water, or where erosion is observed at the pump discharge area. so I Vault,Trench, Intake Hose or Excavation n: Discharge Hose Dissipater tt�rr� t� FRrr r SLOPE . ,:VEGETATION 7 1 C.. Silt Fence Place additional check dam "'Z to slow water and collect sediment as necessary. _ Unfiltered Water s Gravel Bags Sediments Add gravel bags and silt fence until outflow is clear. Filtered Water Pump Fumy, ewu��0 y�yuu,u - 1 a Unfiltered Wate Sediments Filtered Water Vault,Trench, or Excavation CROSS SECTION i t _ Continued on next page Effective on: 11/03/03 02001 Puget Sound Energy,Inc. ®PUG ET Canceling:08/01/02 ENERGYY Page 8 of 17 Techniques for Temporary Erosion and Sediment Control How To Dewater Vaults, Trenches, and Excavations, Continued Figure 2 Vault, trench, or excavation dewatering to street gutter and/or catch basin. ur This illustrates a typical gravel bags and catch basin insert installation discharging to a paved street with curb, gutter, and inlets. ow +urr 3 G 34✓M x� `5���� €y� � s194"Il�kj9A$BFYE �3nz 4fE r z `� �� ��►r ..� �'?� �' �tQ�r�� c�"� a"'o ��yp..{�L'i8.�j!'84�1�}3��5��aCl'1Si: � <�N�✓�,*�`.s������,„�t Vault,Trench> � .� s or Excavation Curb w"4as�az Sur Sediments Additional gravel bags may be required to slow discharge C 4 Storm Inlet or Catch Basin Place gravel bags against asin Catch B lnsert� curb for water diversion where necessary. 40 Pump an Unfiltered Water anwd�uw�� .O...... l Gravel I -•—Bags YYYI x cs. Storm Inlet or lR `> Ejxzawr Catch Basin---a- Vault,Trench, or Excavation Filtered Water CROSS SECTION «rr Continued on next page �r rxr PUGET ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling:08/01/02 ENERGY Page 9.of 17 aNp Techniques for Temporary Erosion and Sediment Control How To Dewater Vaults, Trenches, and Excavations, Continued Figure 3 Vault dewatering with a sediment bag. NOTE: This method is not approved for trench or excavation dewatering. This illustrates a typical sediment bag installation discharging to a paved area with catch so basins. The same method can be used in vegetated areas where less than 100 ft of vegetated ditch or vegetated land is between the discharge hose and the nearest flowing ditch or body of water. S 8 � f � Curb Filtar5d` f 1� F dy L F.c, Storm Inlet or r z Catch Basin # Pump Sediment Bag �I Filtered Water �nq„gun Secure intake hose Storm Inlet or so sediment in vault N^±� r is not disturbed. Catch Basin Vault1 CROSS SECTION f Effective on: 11/03/03 02001 Puget Sound Energy,Inc. ruc ET Canceling: 08/01/02 SOUND ENERGY Page 10 of 17 to Techniques for Temporary Erosion and Sediment Control How To Control Runoff at Excavated Work Sites Construction Follow these steps to control runoff from excavated work sites including utility pole hole �r Runoff Control excavations and bore pits. Procedure NOTE: These techniques are minimum guidelines for erosion and sediment control. Additional site-specific steps and practices may be required by the local jurisdiction and/or wr by permit. Terms that appear in italics are defined in the Definitions section. 1 V ■ �llT3ng'�1I1�`TgE'I1Cy�$��>s�i�ufr'T>��L2S CI7'.Lt�f�'�'T`iG. t � y� erner�e�G,��r�n�r�z��belaax�a7� g �sx��°.and�ed�rnerxt Provide appropriate traffic control according to Standard Practice 0100.4000, "Traffic Control." Install required shoring according to Standard Practice 0100.3100, "Excavation and Shoring Requirements." 2 After gas or electric emergency control has been achieved, install erosion and ar sediment control measures as required before proceeding with repairs or construction. 3 Evaluate the site for erosion control. wo —OR— Install erosion control measures indicated on the work sketch and/or required by permit. 4 Prepare the site for precipitation and water runoff. Use a sediment barrier to protect the entire downgrade portion of the site including barriers for any flowing ditch or body of water. arr If. . . Then . . . There is a possibility of rain Use gravel bags to divert runoff before the project is complete, from a paved work site to —OR— sediment control structures. Install catch basin inserts and ur If work is progressing during gravel bags on affected the wet season, downstream storm inlets (Figure 4). ■ Insert a gravel check dam or silt fence barrier in open dry drainage ditches to reduce water runoff velocity,prevent errosion, and trap sediment (Figure 5). ■ For utility pole excavations, place gravel bags in a semi-circle downgrade of the excavation (Figure 7). rIr .;� Continued on next page ruGEr 02001 Puget Sound Energy,Inc. Effective on: 11/03/03 souNO Canceling: 03/01/02 ENERGY Page 11 of 17 alp Techniques for Temporary Erosion and Sediment Control I I I How To Control Runoff at Excavated Work Sites, Continued go Construction Runoff Control Procedure, Cont'd 4 cont'd if. . . Then . . . There is a flowing ditch. or Install gravel bags and silt fence body of water adjacent to or barrier between the flowing ditch downstream of the intended or body of water and the intended excavation, excavation (Figures 6 and 8). There is a flowing ditch or Contact the local jurisdiction for body of water running guidelines to follow for erosion through the intended and sediment control. excavation, 5 Remove obstructions: • Store sod, beauty bark, landscape plantings, and other obstructions in a separate area for replacement after construction as necessary. I • Place landscape materials on a tarp or plastic sheeting if storing for two 4r days or less. Otherwise, place plant material directly on the native ground and cover roots with generous amounts of topsoil. 6 Prepare the spoils storage area, if needed and if allowed by the local jurisdiction: • if the spoils are to be placed on a paved or landscaped surface, place a tarp over the entire area where excavated materials are to be stored. • Place excavated material upgrade from the trench or excavation where practical. Continued on next page 06 f oil Effective on: 11/03/03 02001 Puget Sound Energy,Inc. ®PUGET Canceling: 08/01/02 SOUND Page 12 of 17 ENERGY Techniques for Temporary Erosion and Sediment Control How To Control Runoff at Excavated Work Sites, Continued Construction Runoff Control r �CtLDIt r t z s ors a Procedure, Cont'd W',,�. 7 Proceed with excavation. NOTE: Open trench excavations should be limited to that distance which can be reasonably managed under existing weather and soil conditions. If excavated material is . . . Then . . . rrr Removed from the site, Place spoils directly into the haul truck for disposal (may be the only option allowed by some jurisdictions). Stored onsite, Place the spoils on top of the tarp. +a Stored for 2 days or more Cover the spoils pile with plastic during wet season, sheeting; secure the edges with —OR— sand bags or gravel bags. More than 7 days during dry season, Removed from a utility pole Place the spoils directly into haul ,,■, excavation or bore pit, truck for disposal. —OR— Protect adjacent body of water, flowing ditch, or ditch line with gravel bags and silt fence. Spread spoils within the protected area, if allowed, and cover with mulch. err 8 Proceed with the repair or installation work. 9 Monitor the sediment control structures if the excavation is open for more than 1 day. aar If work is during . . . Then . . . The dry season, Inspect and repair sediment control structures weekly or after storm events. The wet season, Inspect and repair sediment control a structures daily. Continued on next page rr wr C_ PUG Et ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling:08/01/02 ENERGY Page 13 of 17 rr Techniques for Temporary Erosion and Sediment Control I F How To Control Runoff at Excavated Work sites, Continued Construction Runoff Control Procedure, Cont'd 10 Backfill the excavation with native soil or select material, as required. Be careful not to damage the tarp protecting the native surface. Lift the tarp to slide residual debris into the excavation, ensuring that material is not left on the native surface. If this is not 100% successful, immediately broom off hard surfaces or rake/shovel soft surfaces. Sediment shall not remain on hard surfaces at completion of work. j 11 Restore disturbed areas including vegetation or landscaping. ■ Rake topsoil to a depth of 2-4 in. (if gravel or other inorganic material was used for backfill, place 2-4 in. of imported topsoil). Rake at a right angles to the slope. ■ For landscaped areas, replace previously stored landscape materials. ■ For non-landscaped vegetated areas, hand-seed with erosion control seed mix meeting the requirements of the local jurisdiction. Seed shall be applied at a minimum rate of 1/2 lb per 100 ft2. ■ Place mulch on seeded or disturbed areas at a minimum depth of 2 in. or a spread rate of 5 straw bales per 1000 ft2. Straw shall be sterilized to prevent seed contamination. 12 Remove erosion control measures after the work site is vegetated or otherwise permanently stabilized. Dispose of collected sediment and used erosion control materials appropriately as construction debris. For excavation sites in unpaved areas, some erosion control measures may need to be maintained and remain in place for several months until vegetation is stable. Figure 4 Typical sediment control for paved work sites with curb, gutter, and inlets. Tarp SLOPE Excavated Material(Spoils) Place gravel bags for water diversion when necessary Unfiltered Water W t Sediments - Ow "Sn irc k'�Sys :s{ ssi F�';j,3x ✓'gym AF2. s ra '.T > ,�33iuI � '�€ >� w x '�z• �r�L�x IN�as�W �vr;4., Y � £s � E ( _ ... B. Sidewalk curb Place gravel bag sediment Storm Inlet with trap in curb line Catch Basin Insert TOP VIEW Continued on neat page Effective on: 11/03/03 02001 Puget Sound Energy.Inc. ®PUGET Canceling: 08/01/02 E°UND Page 14 of 17 Techniques for Temporary Erosion and Sediment Control How To Control Runoff at Excavated Work Sites, Continued Figure 5 Typical erosion and sediment control for dry vegetated work sites where less than 100 ft of vegetated ditch or vegetated land is between the site and the nearest body of water. NOTE: Gravel check dams cannot be placed in streams, creeks, or flowing ditches. SLOPE Tarp Excavated Material(Spoils) Sediments Gravel bags for " - Water Diversion lrif �r$x µGravel Check Dam Filtered Water ffl > 2:: r � � Sediments r� v-' Sv f�°«/ _..�" :afw!.,a°r ivy, �`Ll'F -„✓ 5^rf' 's' a At/ h A Y 3<L�.•,�F .x"Z 3�y;. Zi+f.§ ^Y iyTv ,?S" F h y �t Df[�C�EatSIJ,Tl+(f3lM•DCJ�C#'k 4r I7Ai^/�U'�'fAf'Tt:IY 81T� }.: $ �.u � G 1` w` � � .. TOP VIEW wr Continued on next page irr err +Nr �r t. PUG ET ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 SOUND Canceling: 08/01/02 ENERGY Page 15 of 17 5� Techniques for Temporary Erosion and Sediment Control How To Control Runoff at Excavated Work Sites, Continued Typical erosion and sediment control for work sites with a flowing ditch or adjacent body of Figure 6 water. Mr SLOPE Tarp Excavated Material(Spoils) Gravel bags for Sediments Water Diversion X.. .. Z .� f FLC)WfrJi AITCH ar BApY flF vtrATEpp r a s FtfJMltIVG DITCH � N. Ali Install silt fence between Filtered work site and flowing ditch Water or body of water. TOP VIEW Figure 7 Typical erosion and sediment control for utility pole work sites. Excavated or Place straw mulch Augered Hole on disturbed area Pole Place gravel bags for Sediment Trap �O . SLOPE •. ffiP ••, SLOPE s^ DRY DFiA1NaC,E bITGH dr DRYUEGETAT1=d SITE , DRYDF#HINAG)z b!'fGt�Ur fJJRY VE�aETATED S17E e.'. 9 eo TOP VIEW l Effective on: 11/03/03 ©2001 Puget Sound Energy,Inc. PUGET Canceling: 08/01/02 SOUND Page 16 of 17 ENERGY Techniques for Temporary Erosion and Sediment Control ff s s Figure 8 Typical erosion and sediment control for utility pole work sites adjacent to flowing ditches or bodies of water. +r 4 Excavated or on disturbed t area Angered Hole Pole Secure bottom of fence Install silt fence around w, ithgravel bags pole excavation fAw SLOPE v SLOPE � V a, i A 1, a J law fl °!"" ; ! t�r u § y ZLS r � `_,k fLOVUiNG DI�OF1 or 8�JL1�OF WATER; ' �' y `� 9,�,F.QWI1�0i DITO�^f sir sC7t3�'1+'3I=CNATE�t £ F`� TOP VIEW go' References The following Puget Sound Energy documents apply to this standard: 01003100 Excavation and Shoring Requirements 0100.4000 Traffic Control 0150.3100 Cleanup of Oil Spills rr 0150.3300 Operation of the Vacuum Truck Sources Washington State Administrative Code (WAC) Washington State Highway Runoff Manual King County Storm Water Management Manual DOE Stormwater Management Manual for Western Washington W �wr f 91� rucET ©2001 Puget Sound Energy,Inc. Effective on: 11/03/03 souNO Canceling: 08/01/02 ENERGY Page 17 of 17 fly trr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix D Soils Investigation I�r �r i err .r wr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix D .,, D1 - Site Plans (Boring locations) Figures 2-8 aw C 3Hnoij 33S '3NIIHO1VN 0 Z cli < w jL 3N- 0 K 1L Z . ....... N LLJ U LL V, -.,. �77 tA lop LU LLI Z (31 VA 16 d 00 0 133x15 4+LOl 3S m z IAJ LLI 15 0 C E ull 121 L) ur N C 0 -0 E CL > u 0 0 Cl. E E E -�I I - IiRi a "' I`�'� O N�_° L 0 E E c, 31 c z -L' D Q 0 v C U C: 0 0 0 0 p. 0 t n L o N 01 Al Z b 3'dn0l3 33S '3NnH3iVVi i a I` w Al a Q F H D 'Y� •II Tr.l U U) LL LD LU �dI / o m W Ww I rn LU o 1 133 ap c 'p i oo yea E w o n.5ooadi �r'o_g j E E o v E E 9 I 161jj mot..,` =I E c E o o o ad _''",%� III 'r I ° �` U•� 3 0 ,,.•-�< exI ,I1I)�yI y p ai c z j: � Q y O C p 0 o m v 3 tr �.N � �yvo P. ' No° ac o°° o� U a Z 3?jnol3 33S '3NI-IHOiVYq s : I' o m z 40/zz/co dAS:Wvv4 OMO'BlloO9SOC690\\1\ovo\00\9900590\:d\WO32i 9 3NjnOIJ 33S '3NnHD1VW �` I Am a l Y \~ N w a LL I � I;e,T,l i I �- �•i� t, ;'Y ; ' m f r, W II i ° °m Z LU 3 I I I w m p uj uj Lj "� Q -2 O ~ ° E p O --- a C V E v° 0 yM V - ° E n E E ° ( ° v I I mL a 2 L o.�to a o° w E E ° v Z E E o / 1 aac °� 3 ~ pE� v�C w& v \ p o v LJ Ul w 3 p 0 „ N N h ° 133LI151 4tOZ 3N �,�;�- I 133x15 Nt61 v N N 2 3dnol3 33S '3NnH31VW o v z b0/zz/CO OM0 01100850-,690\11\OV0\00\890£690\:d\W03a 9 3bjnold 33S '3NIlH01VVi LU I � I •I j o N Zn • U � LL 2 la I L>i II � I U1{ p4.L t/I z Z Lij r - _ i a z Z / 133 2113 PJ�27 3N w m O J LLJ . • l �'.�\ W as ---- �: V �`y\ �n . --- y v o •:•:/ , F! � (3l V°�Md)133tl, W.L y O " E O ° D Li LIII a , ° v a� .,II aII�I �yoNED �: U IIII I C y v E c I' I y r o y o ~o.°v) f.e}��I -.<<;ry+-, \�•• o E m � E ° v Z c.� J, No N � L > o .Y` iii E.. E nY �. .� ° 111 I '��d l• 4.° ; O~ ~ W a u^ 111 TI O y y _7 O ry``I m' 11' z° a o c ° 1` r• o�� � ° ° ,.�-•..1 ..,I I 23 — O III as o v u"v r v E o u o D I b 321no13 33S '3NI3HD1VN1 o 40/zz/co dAs:WvW OMO'Ot1O099OC690\tl\OVO\00\250£690\d\WO323 - - — tw L 32jnOId 33S '3NI-IHX" NIAO \\\kx LLI z d J F N N lL v +fir \a \\\ V Z CD �LLI o o w x Z O LU 11, '`_1 U I 1. ,1. I I r�D 4 1 \ U I 1 1 ♦. I 1 \I � o * 9 OLL \1\'\ / o� i _ ll� ..I � ,� � �.1 1 i O N � C �•U E v a 13381S 41001 3S E ° W ' 1 11 I I / •J �� /II I i j ° � D•� V1 opt , _ o 0 T € : Ali = J C/ I ! ° E E a � 0u ° n d O N ° r 2. \ \1 �c� I i II I E E o rn� - o c o r-D N D— W O L /I I Ij y O C I✓ I 3 0 � LJ I m °cErovo u Ems::.°W v 11 0 1332115 41b -- Z 3N I o.� o II Y' I�i TzS O zS U C S 38nsI3 33S '3NI1H31dW w d `v o v I z � bo/zz/co 3,s wvw 0rn0 311002-o'690\l1\av0\oo\2-0'690\d\w03a Irr 9 323(1913 33S 'W-IH91VW J �I L�\ii\� \,�1 \�¢ 9• I O w I {I I w w LL L I � III i��``�1�1 '', I ��• �\�'�1 ,'� `, \. Ln m O Wm Z o z a ; w wLU 41 N o of /I c J D •y o v E °pi #� / U +,+ E E .. v Z BOO ° w 1 ° F� p n F- i lI/ N N y p 0 p p p, p N 01 oz { � W C r iii N E Z � *O/ZZ/To J'J.S:WVW OMO'3l10oBSOT69 0\ll\OV0\0o\BSOf690\:d\W03a Zsp CL H Ln W o m Z aw /Il, I�//j.���� `� W m W h AIII o ui I1I ,I! i}C,� � �' \ , � 1\�2. vo N. p �O V- yl � Nm � oa 1\ o� 1, I4 IlCil \ /I, I�a�� III •\ � \ "- °`o �. � EEom Z 0, u 1; .T �'\ ;I � li — moo o c u o s'3 A '~ 5. I 1\. r 1�11 I 1 �•\\ u \ I I \ � 3 7 � N �1\ � A�\Y. I )\ 1 v��1 vv 1'•�`V� w N o `o m o 11 I 0" 0 O Ov 3 0 0'C 0 0 0 v ° ` v ,`\\ N C d Ul O v Z b0/ZZ/FO d.IS WVW DWI'011002 02690\l1\OV0\00\9SOF690V \Wa3a ow +r City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix D D2 - Field Explorations 4W OW r w, 410 APPENDIX A FIELD EXPLORATIONS 100 GENERAL „r, Subsurface soil and ground water conditions for the Duvall Avenue Northeast Improvements project area were explored by drilling 16 borings. Nine of the borings were completed with truck mounted (Mobile B-59) drilling equipment while seven of the borings were completed with limited access, hand portable (Acker) drilling equipment. The explorations have been designated B-1 through B-16. The locations of the explorations are shown on the Site Plan,. Figures 2 through 8. The locations of explorations were determined in the field by taping and/or pacing from existing site features and should be considered to be approximate. Ground surface elevations at the boring locations were estimated from contours shown on the project topographic base survey map prepared by W&H Pacific. aw BORINGS Borings B-1, B-3, B-6, B-9, B-11 and B-13 through B-16 were completed with truck mounted drilling equipment between January 20, 2004 and February 3, 2004. The borings were completed to depths ranging from 14 feet to 50 feet. Borings B-2, B-4, B-5, B-7, B-8, B-10 and B-12 were completed with limited access drilling equipment between January 23, 2004 and January 27, 2004. These borings were A" completed to depths ranging from 8'/z to 29 feet below existing ground surface. The soil encountered in the borings were sampled at various vertical intervals with a 1.4-inch inside rr diameter (ED) split barrel sampler. A 140-pound hammer free-falling 30-inches was used to drive the split barrel sampler 18 inches into the soil. The number of blows required for each 6 inches of penetration is recorded. The blow count ("N-value") of the soil is calculated as the number of blows required for the final 12 inches of penetration. This resistance, or N-value, provides a measure of the relative density of granular soils and the relative consistency of cohesive soils. Where very dense soil conditions preclude driving the full 18-inches, the penetration resistance for the partial penetration is entered on the logs. The blow counts are shown on the boring logs at the respective sample depths. . The borings were logged by a representative from our firm who identified the exploration locations, classified the soils encountered, obtained representative soil samples and maintained a detailed log of *W each boring. The soils encountered during boring operations were visually classified in the field in general accordance the system described in Figure A-1, Soil Classification System. A key to the boring log symbols is also shown in Figure A-1. Representative soil samples were obtained from the borings, ow; logged, placed in plastic bags, and transported to our laboratory. The field classifications were further evaluated in our laboratory. In addition, pertinent information including soil sample depths, stratigraphy, and ground water were recorded. Ground water levels were estimated by observing soil samples and the drill rods. The drilling operation was also monitored for indication of various drilling conditions, such as hard and soft drillinC,. wr ww wr V' File No. 0693-058-00 Page A-I GEOENGiNEERS� January 27,2005 ow SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS SYMBOLS TYPICAL SYMBOLS TYPICAL MAJOR DIVISIONS GRAPH I LETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS WELL-GRADED GRAVELS,GRAVEL CLEAN 0 p° GW SAND MIXTURES — CC Cement Concrete GRAVEL GRAVELS AND O O POORLY-GRADED GRAVELS, GRAVELLY WME OR NO FINES) D D C GP GRAVEL-SAND MIXTURES SOILS D D AC Asphalt Concrete GRAVELS ° SAND- COARSE ° GM SILTY GRAVELS,GRAVEL-SAND- C MORE THAN 50% SILTMIXTURES Crushed Rock/ GRAINED OF COARSE FINES CR Quarry Spalls SOILS FRACTION RETAINED O NO. (APPRECIABLE AMOUNT C GC. CLAYEY GRAVELS,GRAVEL-SAND- oFFINES) O CLAY MIXTURES TOPSOIII , T5 Forest Duff/Sod $W WELL-GRADED SANDS,GRAVELLYI CLEAN SANDS SANDS MORE THAN 50% SAND RETAINED ON NO. AND (LITTLE OR NO FINES) 200 SIEVE POORLY-GRADED SANDS. SANDY $P GRAVELLY SAND Measured groundwater level in SOILS _ exploration,well,or piezometer MORE THAN 50% SANDS WITH SM SANDS,SAND•SILT MIXTURES Groundwater observed at time of OF COARSE FINES MI%TUR FRACTION exploration PASSING NO.4 - SIEVE (APPRECIABLE AMOUNT S`+ CLAYEY SANDS,SAND FINES) J MIXTURES = Perched water observed at time of exploration INORGANIC SILTS,ROCK FLOUR ML CLAYEY SILTS WITH SLIGHT Measured free product in well or PLASTICITY _ piezometer INORGANIC CLAYS Y, LOW LL �. SILTS LIQUID LIMIT `^L MEOIUM PLASTICITY,GRAVELLY FINE AND LESS THAN T CLAYS,SANDY CLAYS,SILTY CLAYS, GRAINED CLAYS LEAN CLAYS , SOILS ORGANIC SILTS AND ORGANIC OL SILTY CLAYS OF LOW PLASTICITY Stratigraphic Contact I I INORGANIC SILTS,MICACEOUS OR Distinct contact between soil strata Or MORE THAN 50: PASSING NO.200 I I I I. MH OIATOMACEODS SILTY SOUS geologic units SIEVE INORGANIC CLAYS OF HIGH Gradual change between soil strata or MIND uoulOU AN CH PLASTICITY geologic units GREATER THAN 50 9 9 CLAYS Approximate, of soil strata OH MEDIUM TO HIGH LAS ICITY change within a geologic soil unit PAT.HUMUS,SWAMP MEDIUM TO HIGH PLASTICITY 9 9 g HIGHLY ORGANIC SOILS m a PT HIGH ORGANIC ONTENTSL5 WITH NOTE: Multiple symbols are used to indicate borderline or dual soil classifications Laboratory I Field Tests Sampler Symbol Descriptions %F Percent fines AL Atterberg limits ® 2.4-inch I.D.split barrel CA Chemical analysis CP Laboratory compaction test ® Standard Penetration Test(SPT) CS Consolidation test DS Direct shear Shelby tube HA Hydrometer analysis Y MC Moisture content ® Piston MD Moisture content and dry density OC Organic content ® Direct-Push PM Permeability or hydraulic conductivity PP Pocket penetrometer ® SA Sieve analysis Bulk or grab TX Triaxial compression UC Unconfined compression V5 Vane shear Blowcount is recorded for driven samplers as the number of blows required to advance sampler 12 inches(or Sheen Classification distance noted). See exploration log for hammer weight NS No Visible Sheen and drop. SS Slight Sheen A"P"indicates sampler pushed using the weight of the MS Moderate Sheen drill rig. HS Heavy Sheen NT Not Tested NOTE: The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS GEOENGINEERS I=IGURE A-1 Date(s) 01/30/04 Logged MAM Checked MAM Drilled BY By Drilling Drilling Sampling SPT Aw Contractor HOIt Drilling Method Hollow-stem Auger Methods Auger 4-inch ID Hammer 140 (lb) hammer/30 (in)drop Drilling g-59 Truck Data Data Equipment Total 19 Surface 369 Groundwater 5 Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES 2 ° > MATERIAL DESCRIPTION a n OTHER TESTS a) AND NOTES aw M _ _ N �O J 0 p C C - N C 4) Z O N N Ct. 7.0 N 4: cn W w w 7 a) O f6 CO 01 O T 0 z tr m U� (D U) 0 AC 5'/2 inches asphalt a SM Brown silty sand with gravel(loose,moist)(fill) SM Gray silty sand with gravel and wood fragments(loose 1 6 74 to medium dense,moist 365 SM Gray with orange mottling silty sand with occasional am — gravel(loose,wet) 5 2 18 7 19 SM Gray brown silty sand with gravel(very dense,moist to 3 18 50/5" wet)(glaciolacustrine) 360 10 4 12 50/6" 355 �, 15 5 18 65 350 wr aw 0 N N N N W a i d 0 m u-� 0 n a 0 Cn J Q Z O O m N O Ql m O O a WY` o N Note:See Figure A-1 for explanation of symbols z 0 " LOG OF BORING B-1 W Project: Duvall Avenue NE Improvements C? Project Location: Renton, Washington G EH N G I N E E RS Figure: A-2 a Project Number: 0693-058-00 Sheet 1 of 1 Date(s) 01/26/04 Bogged MAM Checked MAM Drilled By Drilling Drilling Sampling Contractor Geologic Drill Method Hollow-stem Auger Methods SPT Auger Hammer Drilling Acker Limited Access Data 2.25-inch ID Data 140 (lb) hammer/30 (in) drop Equipment Total Surface Groundwater 8 Depth(ft) 24 Elevation(ft) 390 Level(ft.bgs) l Datum/ System i SAMPLES ' o U) OTHER TESTS L S J MATERIAL DESCRIPTION AND NOTES iE =3-0 _mow _m CL W O E- 5 3 ° o of me °� N N z tr m S' CD 3 0 rn U 0 390 0 TS Forest duff/topsoil SM Gray brown with orange mottling silty sand with gravel (very loose,moist to wet)(colluvium) 1 4 4 24 SA 385 5 2 18 15 SM Gray brown silty fine sand with lenses of silt(medium 21 %F=37 dense to very dense,wet)(advance outwash) 380 10 3 18 53 375 15 4 18 59 ML Gray sandy silt(hard,moist)(glaciolacustrine deposits) 370 20 5 J06 0 a N L7 N 2 N� W i a °o m N O m O J Q Z I O O m O m O O O O N Note:See Figure A-1 for explanation of symbols Z z O LOG OF BORING B-2 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington GEOE�IGINEERS Figure:A-3 0 Project Number: 0693-058-00 Sheet 1 of 1 Dates) 01/30/04 Logged MAM Checked MAM Drilled BY By Drilling Drilling Sampling SPT w Contractor Holt Drilling Method Hollow-stem Auger Methods Auger 4-inch ID Hammer 140 (lb)hammer/30 (in)drop Drilling B-59 Truck Data Data Equipment Total 33 Surface 380 Groundwater 3 Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System 'r' SAMPLES C MATERIAL DESCRIPTION OTHER TESTS �' ° AND NOTES CU L.. N tO J U > p.«+ c9 .fl > y L CL N L W D ❑ 2 N 7 N O N M CD O E O m _ f4 N 380 0 c z 0! m . � 531 0U) �U o� AC 5 inches halt 4W SM Dark brown silty sand with ravel(very loose,moist) _ — (fill) _____ 1 18 ] SM Red brown silty sand with organic matter and 40 SA occasional gravel(very loose,moist to wet) �r 375 5 SM Gray brown with orange mottling silty sand with gravel 2 16 23 (medium dense to dense,wet)(advance outwash) ]6 %F=21 "!!!!! 3 1 47 370 10 CH Gray clay with partings of fine sand(hard,moist) (glaciolacustrine deposits) 4 18 38 18 AL 365 15 -- — --- — — -- -- -- ML Gray silt with occasional sand and gravel(very stiff to hard,moist) 5 18 25 360 20 6 12 50/6" Becomes hard a 355 25 N L7 N > 7 18 45 w � c7 L 350 30 0 0 m m 0 m S m 0 J Q Z LL O O m N O m O O O a o N Note:See Figure A-1 for explanation of symbols z 0 LOG OF BORING B-3 w Project: Duvall Avenue NE Improvements Project Location: Renton Washington GEoENGINEERS g Figure: A-4 0 Project Number: 0693-058-00 Sheet 1 of 1 ar Logged Checked Dates) 01/26/04 MAM g MAM Drilled 13y y Drilling Drilling Sampling S PT LLj. g Geologic Drill Method Hollow stem Auger Methods # Contractor Auger Hammer Drilling Acker Limited Access Data 2.25-inch ID Data 140(lb) hammer/30 (in)drop Equipment f Total 18 Surface 374 Groundwater 3 Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES v °— N - ] C L m oTHERTESrs a)0 a MATERIAL DESCRIPTION AND NOTES- .M -a N N C O a) O O_ A� Z C UJ C�cn 'SU Obi 0 TS Dark brown top soil SM Red brown silty sand(loose to medium dense,wet) - (colluvium) 1 14 17 CL Gray and brown with orange mottling clay with sand 31 SA 370 and occasional gravel(stiff,moist)(glaciolacustrine 5 deposits) ML Gray brown sandy silt with occasional gravel(dense, moist to wet) L 2 14 46 CL Gray sandy clay with occasional gravel(dense,moist to 28 365 wet) 10 SM Gray brown silty sand with gravel and lenses of gray _ 3 6 50/6" fine to medium sand(very dense,moist to wet) -31111 360 15 — ----- ML Gray silt with occasional gravel(hard,moist o N N ❑ N W U' o O W O M O J Q Z I ll. O O m N O Q� O O d O N Note:See Figure A-1 for explanation of symbols c� Z 0 LOG OF BORING B-4 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington GMENGINEERS r� Figure: A-5 0 Project Number: 0693-058-00 sheet 1 of 1 Date(s) 01/27/04 Logged MAM Checked MAM Drilled By By Drilling Drilling Sampling + ' Contractor Geologic Drill Method Hollow-stem Auger Methods SPT rr Auger 2.25-inch ID Hammer 140 (lb) hammer/30 (in) drop Drilling Acker Limited Access Data Data Equipment Total 29 Surface 412 Groundwater 14 Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES Ln o o > a OTHER TESTS o > MATERIAL DESCRIPTION AND NOTES owi aim a m - o m n a� L W °_D 02 2 = W o co 0 2 > o m z 12f Fn 0(�� (Drn � 0 Forest duff/to soil ,W SM Gray brown with orange mottling silty sand with gravel 410 and trace organic matter(very loose,moist) SM D _(colluv—i E_L---------------� 1 1 2 Light brown with orange mottling silty sand with gravel 28 %F=50 (very loose,moist) 4W 5 SM Gray brown silty fine sand(dense to very dense,moist 405 to wet)(advance outwash) 2 1 33 10 400 3 4 66 — 25 SA r Becomes wet 15 395 4 12 36 00 20 wrr 390 5 18 40 7 0 N 25 0 P 385 N > 6 ]8 25 w c7 M1►• i a ' o 0 m 0 rn � o J Q Z LL O O o m O rI m m O O a iMY� o N Note:See Figure A-1 for explanation of symbols Z z 0 LOG OF BORING B-5 CD Project: Duvall Avenue NE Improvements Project Location: Renton, Washington G Eo E N G 1 N E E Rs Figure: A-6 0 Project Number: 0693-058-00 Sheet 1 of 1 Im Dates) 01/29/04 Logged MAM Checked MAM Drilled BY Drilling Drilling Sampling Contractor Holt Drilling Method Hollow-stem Auger Methods SPT Auger 4-inch ID Hammer 140 (lb) hammer/30 (in) drop Drilling B-59 Truck Data Data Equipment Total 38.5 Surface 394 Groundwater 7 Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES c 5 MATERIAL DESCRIPTION OTHER TESTS o � - AND NOTES a`� o r_ c a)a) aa)a) ° a ? o. a n m m S z o_ 0cn 3:U 3� 0 AC 5'/z inches asphalt SM Gray with orange mottling silty sand with gravel ! -- (medium dense to dense,moist)(fill) a 1 8 41 390 — --- — — ---- — ---- j ML Dark brown sandy silt with occasional charcoal 5 fragments(very soft,wet) 2 8 18 20 %F=56 ,... 3 18 1 30 AL 385 ML Gray brown sandy silt with gravel(stiff,wet) 10 (glaciolacustrine deposits) 4 8 13 MH Gray/brown with orange mottling silt with fine sand 5 12 21 (very stiff,moist) 20 SA 380 15 7 ML Gray silt with occasional fine sand(very stiff to hard, moist) 375 Ali 20 6 18 32 7 18 31 0 370 25 H 0 c� N > 8 12 41 Becomes hard with occasional gravel j LU 365 a 30 � o 0 m o i m I m 0 9 18 50 40 360 LL 35 i 6 0 n 0 10 6 50/6" CL C! N Note:See Figure A-1 for explanation of symbols z it 1 0 W LOG OF BORING B-6 Project: Duvall Avenue NE Improvements �^ Project Location: Renton, Washington 1: t3 M E N G I N E E RS Figure: A-7 0 Project Number: 0693-058-00 sheet 1 of 1 Date(s) 01/23/04 Logged MAM Checked MAM Drilled BY By Drilling Drilling Sampling ter' Contractor Geologic Drill Method Hollow-stem Auger Methods SPT Auger 2,25-inch ID Hammer 140 (lb) hammer/30 (in)drop Drilling Acker Limited Access Data Data Equipment Total 19 Surface 375 Groundwater None observed Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES W o 0 OTHER TESTS g MATERIAL DESCRIPTION y AND NOTES _ J V O C C N Q N t a-0 �1 W w «� N 0 C9 f0 0) 2 T 0 2" _ (0 Z m 3M �� 0. 3:U 3: 375 0 ML Dark brown sandy silt with organic matter(soft,moist) +r CL _(glaciolacustrine decosit�§)———————_——i Gray brown sandy clay with orange mottling(stiff, moist) 1 4 18 17 AL 370 5 — --- --- -- ----- ML Gray brown silt with occasional gravel and organic matter(hard,moist) Sol 2 18 54 ----------------------- ML Gray silt with lenses of fine sand(hard,moist) 365 10 3 18 57 360 15 4 18 85 zc +Mrr 0 N N 0 N NI W C) a I � 0 0 m u� 0 m m � o J z Z LL O T m LL] O M O O O a IMM o N Note:See Figure A-1 for explanation of symbols Z z 0 0 LOG OF BORING B-7 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington �.. o GMENGINEER Figure: A-8 Project Number: 0693-058-00 Sheet 1 of 1 err Date(s) 01/27/04 By MAM Checked MAM Drilled Drilling Drilling Sampling SPT Contractor Geologic Drill Method Hollow-stem Auger Methods Auger 2.25-inch ID Hammer 140 (lb) hammer/30 (in) drop Drilling Acker Limited Access Data Data Equipment Surface Groundwater Total 23.5 Elevation(ft) 416 Level(ft.bgs) 19 Depth(ft) Datum) System ,i { SAMPLES o > o ) OTHER TESTS f MATERIAL DESCRIPTION w AND NOTES (9 W N N U � s N 8S 5•�C' m O E 0 E 0 n Z = m � CD U 0 TS Forest duff/topsoil 415 sM Gray brown with orange mottling silty sand with occasional gravel(medium dense,moist)(advance 1 8 15 outwash) 21 %F=46 5 410 M- Gray with orange motthng silt(hard,moist) ...:., 2 18 45 24 AI SM Gray brown silty fine sand(very dense,moist to wet) 10 405 > 3 12 54 15 400 i 4 18 86 Becomes wet 20 395 i' 5 12 50/6" a _ N f F- L7 N N > I W LU 4 a 0 0 m N O N O U, J z z LL I O I� O O O m O O N Note:See Figure A-1 for explanation of symbols 0' z 0 m W LOG OF BORING B-8 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington GEOENGINEER5� Figure: A-9 0 Project Number: 0693-058-00 Sheet 1 of 1 Date(s) 01129/04 Logged MAM Checked MAM Drilled BY By Drilling Drilling Sampling SPT cwt Contractor Holt Drilling Method Hollow-stem Auger Methods Auger 4-inch ID Hammer 140 (lb) hammer/30 (in)drop Drilling 8-59 Truck Data Data Equipment Total 49 Surface 409 Groundwater 15 rrr Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System ' SAMPLES c MATERIAL DESCRIPTION z2 OTHER TESTS o -- _ AND NOTES o W O a � (D o m ° o o f m 0 �'� Z tY m U J' C7 cn U O 0 AC 2 inches as halt 4W SM Dark brown silty sand with gravel loose,moist fill) ML Gray brown sandy silt with occasional gravel(medium dense to dense,moist)(advance outwash) 1 8 14 IS SA 405 5 2 8 19 With orange mottling �p1► 3 16 27 400 10 4 16 35 395 Becomes dense,wet 15 _ SM Gray brown silty fine sand(dense to very dense,wet) 5 16 42 27 %F=28 390 20 �r 6 16 63 Becomes very dense 0 385 N 25 NI > 7 18 52 LU 380 a 30 c� 0 0 m 0 m iIN o 8 12 5016" Becomes gray a 375 35 or S o ML Gray silt with fine sand(hard,moist)(glaciolacustrine deposits) 0 9 18 49 a 370 0 40 ---------------------- N Note:See Figure A-1 for explanation of symbols o� Z 0 0 LOG OF BORING B-9 w o 0 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington Figure: A-10 Project Number: 0693-058-00 Sheet 1 of 2 w Date(s) 01/23/04 By MAM Checked MAM Drilled By Drilling Drilling Sampling SPT Contractor Geologic Drill Auger Method Hollow-stem Aug Methods Auger 2.25-inch ID Hammer 140 (lb)hammer/30 (in)drop Drilling Acker Limited Access Data Data Equipment i Total Surface Groundwater 1 Depth(ft) 1'9 Elevation(ft) 382 Level(ft.bgs) Datum/ System i SAMPLES 4 OTHER TESTS L o MATERIAL DESCRIPTION .: AND NOTES a>i a� Z ° '0 3 8 n �� °?c �L Lu a� ❑ aai o m �° 0 2 E, v� cY m C7 0 cia U 0— TS Forest duff/topsoil SM Dark brown silty sand with root matter and organic 380 matter(loose,wet)(colluvium) 1 12 30 SM Gray brown silty fine sand(medium dense to very dense,wet)(advance outwash) 5 375 2 12 50 15" Becomes very dense,orange mottling 10 ML Gray silt(hard,moist)(glaciolacustrine deposits) 370 3 16 52 28 A- I 15— T—_ _ _—_ ML ray silt with lenses of fine sand(very stiff,moist) 365 4 18 24 Oki I a o r+ N C7 N N i a c� 0 °m N O i m T O O y J Q Z i LL O O m O M m O O O L N Note:See Figure A-1 for explanation of symbols z z it 0 co W LOG OF BORING B-10 01�' Project: Duvall Avenue NE Improvements G EO ENGINEERS Project Location: Renton, Washington Figure: A-11 m 0 Project Number: 0693-058-00 Sheet 1 of 1 �1 Date(s) 01/22/04 Logged MAM Checked MAM Drilled BY By Drilling Drilling Sampling � Contractor Holt Drilling Method Hollow-stem Auger Methods SPT YAW Auger 4-inch ID Hammer 140 (lb) hammer/30 (in)drop Drilling B-59 Truck Data Data Equipment Total Surface Groundwater w Depth(ft) 21'5 Elevation(ft) 423 Level(ft.bgs) 2 Datum/ System SAMPLES 2 MATERIAL DESCRIPTION o OTHER TESTS N N °7 ° AND NOTES �- _ J U O CC 1 N 4) N N �, O 3 N a = C a) a) CU E a) ° m mo ° E o Z � ILA �� 5 Z of m UJ C7cn �U O 0 AC 5 inches asphalt — o GP-GM Brown fine to coarse gravel with sand and trace silt o (medium dense,moist to wet)(recessional outwash) 420 1 4 22 ° 13 %F=8 o wlrr 5 SM Gray/brown silty sand with gravel(dense,moist) 2 12 46 (glacial till) rrr 415 3 8 62 Orange mottling 10-1 ML Gray silt with lenses of silty sand(hard,moist) 4 8 40 (glaciolacustrine deposits) err 410 15 5 18 30 ------------------------ 405 SM Gray silty fine sand(medium dense,moist) 20 6 18 25 4W V O N N ow N N W C7 No a 0 0 m m 0 m ow o N J Q Z LL O O_ m N O m m 0 'o a o N Note:See Figure A-1 for explanation of symbols z z it 0 LOG OF BORING B-11 w Project: Duvall Avenue NE Improvements Project Location: Renton, Washington wrr GMENGINEERS Figure: A-12 0 Project Number: 0693-058-00 Sheet 1 of 1 %kW Dates) 01/26/04 Logged Checked MAM MAM Drilled BY By i Drilling Drilling Sampling SPT Contractor Geologic Drill Method Hollow-stem Auger Methods Auger 2.25-inch ID Hammer 140 (lb) hammer/30 In drop Drilling Acker Limited Access Data Data 1 Equipment Total 8 5 Surface 426 Groundwater 3.5 Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES I m �V' OTHER TESTS i i MATERIAL DESCRIPTION °. 0_ AND NOTES , tLl w— ❑ 0 Z E U ti 3 O 0 I9 C N N N N O ca O Z of m 3: ( -i 0 TS 8 inches grass/topsoil 425 SM Dark brown silty sand with gravel and root matter — loos—e (f 111___ __ _ SM Gray brown with orange mottling silty sand with gravel 24 010–25 1 4 5 - loose moist SM Gray brown silty sand with gravel(dense to very dense, 5 moist to wet)(glacial till) 420 2 10 33 3 10 50/4" } 1 i a °a I N !7 0 c� �i N W C7 I a d 0 m m d 0 m 0 1 J z Z LL I O O m N O m m O a 0 Jill N Note:See Figure A-1 for explanation of symbols z m w LOG OF BORING B-12 Project: Duvall Avenue NE Improvements Project Location: Renton Washington GMENGINEERS Figure: A-13 + Project Number: 0693-058-00 Sheet 1 of 1 m Dates) 01/20/04 Logged MAM Checked k MAM Drilled BY Drilling Holt Drilling Drillin Method Hollow-stem Auger Me hods SPT cwt . Contractor Auger 4-inch ID Hammer 140 (lb) hammer/30 (in) drop Drilling B-59 Truck Data Data Equipment Total Surface Groundwater None observed Depth(ft) 21'5 Elevation(ft) 427 Level(ft.bgs) Datum) System ,r SAMPLES r c c 2 MATERIAL DESCRIPTION OTHER NOTES s aa) °o o o AND NOTES CD 111 � ro c �o 0 = Z cr_ m CD_J (7cn ?sU 0� WD Bark mulch +rr SM Gray brown with orange mottling silty sand with gravel 425 (dense,moist)(weathered glacial till) 1 12 32 — --- — — -- -- --- -- 8 SM Gray brown silty sand with gravel(very dense,moist) tier 5 (glacial till) 2 14 76 420 10 3 11 50/5" ww 415 15-1 4 12 50/6" 410 '4W 20 +wr 0 a N cl c� N N W � I a m 0 m m 1rM o J Q Z LL O O h O m m m 0 `o dw a' N Note:See Figure A-1 for explanation of symbols z z z 0 Or m W LOG OF BORING B-13 Project: Duvall Avenue NE Improvements Project Location: Renton Washington GMENGINEERS Figure: A-14 0 Project Number: 0693-058-00 Sheet 1 of 1 rr Date(s) 01/22/04 Logged gged MAM Checked MAM Drilled Drilling Sampling S PT Drilling Holt Drilling Method Hollow-stem Auger Methods Contractor Auger 4-inch ID Hammer 140 (lb) hammer/30 In drop rilling B-59 Truck Data Data P Equipment Surface Groundwater None observed . Depth Total (ft) 20.5 Elevation(K) 426 Level(ft.bgs) Datum/ System SAMPLES v a) MATERIAL DESCRIPTION OTHER TESTS g W o CD - _ AND NOTES O J U > Q (0 j N L a� a) °� E ° o m m o f m o 2:"5 W O J U z o' 00 _ 0 AC 4 inches as halt 425 SM Dark brown silty fine to coarse sand with gravel(loose; SM moist)(fill Gray/brown with orange mottling silty sand with gravel 1 8 24 (medium dense,moist)(weathered glacial till) SM Gray silty sand with gravel(very dense,moist)(glacial 5 2 8 50/6" till 8 SA 420 '0_11 3 12 5016" 415 15 4 6 50/6" 410 2041-5 —L 50/2" 0 N N H i 0 N NI W U` P 1 a m ' 0 0 N oil J Q Z �j O O m N O N m m 0 n: N Note:See Figure A-1 for explanation of symbols U z LOG OF BORING B-14 CD Project: Duvall Avenue NE Improvements Project Location: Renton, Washington Figure: A-15 GMENGINEERS. j Project Number: 0693-058-00 sheet 1 of 1 0 Date(s) 01/22/04 Logged MAM Checked MAM Drilled BY By Drilling Drilling Sampling SPT Contractor Holt Drilling Method Hollow-stem Auger Methods Auger 4-inch ID Hammer 140 (lb) hammer/30 (in)drop Drilling B-59 Truck Data Data Equipment Total 14 Surface 422 Groundwater 4 wr' Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System low SAMPLES (n OTHER TESTS MATERIAL DESCRIPTION AND NOTES IO .,L., N J U O C .0 >� >�+ Q.--� cD > W 4? aUi o io m o o >, m o 0__ AC 4 inches asphalt ,ft , o GM Brown fine to coarse gravel with sand and silt(medium 420 dense to dense,moist to wet)(recessional outwash) 1 4 21 10 %F=13 o 0 +W 5 2 4 34 o ° 415 SM Gray silty sand with gravel(very dense,moist)(glacial 3 7 5015" till) 10 �+ 410 4 4 50/5" rlrr 0 a N O N NI LL U' 1 a C7 0 0 m m 0 m m in J Q Z LL O O m N O T V) O O a i�V o N Note:See Figure A-1 for explanation of symbols 0 Z 0 LOG OF BORING B-15 Project: Duvall Avenue NE Improvements N Project Location: Renton, Washington Figure: A-16 GEOENGINEER Project Number: 0693-058-00 Sheet 1 of 1 0 Logged Checked Dnlle(d) 02/03/04 By MAM By MAM Drilling Drilling Sampling SPT Contractor Holt Drilling Method Hollow-stem Auger Methods Auger 4-inch ID Hammer 140 (lb) hammer/30 (in)drop Drilling B-59 Truck Data Data Equipment Total $ Surface 4.18 Groundwater None observed Depth(ft) Elevation(ft) Level(ft.bgs) Datum/ System SAMPLES c OTHER TESTS MATERIAL DESCRIPTION AND NOTES > Qr m > y J r as CD (D �L Z.CD ° ° o m E o W z tr m 3: C7 0 Cn 0 AC 4 inches asphalt GP 4 inches base course SM Brown silty sand with gravel(loose to medium dense, /- \ moist fill 1 10 11 SM �—�----------------y 415 Red brown silty sand with gravel(loose,moist to we 12 5-1 SM Gray brown silty sand with gravel(very dense,moist) 17 410 3 10 50/4" 405 4 6 50/2" Becomes gray 15 400 FIN 5 4 1 50/4" a 0 N N C) N N W CD I CL 0 o t m m 0 J LL O � O N O M M 0 0 a I N Note:See Figure A-1 for explanation of symbols c� z 0 m W LOG OF BORING B-16 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington MENGINEERS Figure: A-17 ° Project Number: 0693-058-00 Sheet 1 of 1 Wr .wr err City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits 1W Appendix D D3 - Laboratory Testing VW W aw APPENDIX B LABORATORY TESTING W GENERAL Soil samples obtained from the borings were transported to our laboratory and evaluated to confirm or modify field classifications, as well as to evaluate engineering properties of the soil samples. Representative samples were selected for laboratory testing consisting of moisture content, percent passing the U.S. No. 200 sieve, sieve analyses, Atterberg Limits and California Bearing Ratio (CBR). The tests were performed in general accordance with test methods of the American Society for Testing and Materials (ASTM) or other applicable procedures. The results of the laboratory tests are presented in Figures B-1 through B-4. e results of the moisture �. content and percent passing the U.S. No. 200 sieve determinations are presented on the exploration logs at the respective sample depth in Appendix A. Moisture Content Testing Moisture contents tests were completed in general accordance with ASTM D 2216 for samples obtained from the borings. The results of these tests are presented on the exploration logs in Appendix A at the depths at which the samples were obtained. w.► Sieve Analyses Grain-size analyses were performed on selected samples in general accordance with ASTM D 422. The wet sieve analysis method was used to determine the percentage of soil greater than the U.S. NO. 200 +r mesh sieve. The results of the particle size analyses were plotted, classified in general accordance with the Unified Soil Classification System(USCS), and presented in Figures B-1 and B-2. ,r Percent Passing U.S. No. 200 Sieve Selected samples were "washed" through the U.S. No. 200 mesh sieve to determine the relative percentages of coarse and fine-grained particles in the soil. The percent passing value represents the percentage by weight of the sample finer than the U.S. No. 200 sieve. These tests were conducted to verify field descriptions and to determine the fines content for analysis purposes. The tests were conducted in general accordance with ASTM D 1140, and the results are shown on the exploration logs at + the respective sample depth. Atterberg Limits Testing Atterberg limits testing was performed on six fine-grained soil samples. The tests were used to classify the soil as well as to evaluate index properties. The liquid limit and the plastic limit were estimated through a procedure performed in general accordance with ASTM D 4318. The results of the Atterberg 'W limits tests are summarized in Figures B-3 and B-4. CBR Tests .r CBR (California Bearing Ratio) tests were performed on two composite samples obtained from the explorations. The CBR tests were performed in general accordance with the ASTM D1883-87 test procedure. The results of the CBR tests are presented in the following table. Exploration Sample Depth (feet) Soil Type-. _ CBR 1wr B-6, B-9 0-5 SM 10 B-14, B-15, B-16 0-5 SM 25 .r File No. 0693-058-00 Page B-1 G Eo E N G I N EER January 27,2005 MW T 0 0 CD J U U c T _ Q C', 0 ° . N 'O O y C N C U N 3 c 0o u- c E m >, C'4 O y O E T ° V '� CD ° = 3 moo ° w O Cl) r a 3c � U J O C N O W 74 -J cn a c c _ p `` o 0 L1J Q C.7 Z. con C/j w O u jLn in LO n QQ d N N N r, cC w �n Z O O m N MI- L T O 2 m m m m D w X Z .l W W C � N O J Q I oo �0 O o � O O O O O O O O O O O O T N O Cy) c0 ti Co LO lzr m N t- > iHOISM AS JNISSVd 1N33N0d � co SIEVE ANALYSIS RESULTS co LO GMENGINEERS m FIGURE B-1 CD 0 T O O err O a U = law O +rwn a m _CD owm -- zz 3 0 > N Q V m CD U C o CD E _ C m _ m g NN x J m n W O c cu y lit c ^W' 3 3 CD J` C O` co -r �_ q a a w J ¢ -8 N O fn U 12 r4 T z E CD W Z Z o Cn Cf) w T a 4w W Lu�^ w C7 w D v�r O z o cn .. °o < m � C7) T U C/) g m m of J Z W X Z Pa W vw n O n U ai � J � O CD N O O O O O O O O O O O `- p O N ti (D LO cf' co CN r •� T > 1H0IEM Ag E)NISSdcd 1N30�13d 0 SIEVE ANALYSIS RESULTS co GEOENGINEERS C) FIGURE B-2 0 err J N C N E O =U m O U ca o > m cc Z N oD o O am m r o a = 0-° o m c. yllly N U O U CM 0 •N C 0 CO CI d•3 L -.i, O L 9 co U •� � 3 N N 0 U >. N C (0 A l6 o . O v �2� o 6 O F— `_ o Q ® �W CND r J g Z IL— LO U JO Q Oo CO Q J I ® � �► Z 't N co J OZ � N � U 200 f O W = J N d a I zo n n WQ T N J U) O_ H W Q (33 Cl) v (D a 02 m m m U) X z m O W a O O O O O O O Q CD in T C7 CV *- o XSaNI hLIOLSV-ld m CV � F Q o ATTERBERG LIMITS TEST RESULTS co Ln GE�ENGINEER$ FIGURE B-3 co 0 low, aw. J U O c� r — J . O E =_ Z m N O C:0) C) 2 .E rn d o " 2 it E U U] 3 m 'y w a CD > m c m 4w CD U m J a U O r N 3 2 3 m _ o c7 O o m *W O o r 0 U cc� o CC ~ iw Q Cn w r CO U CD a. LO 5 d +nr U JO o 0 m CO CO f— J Vllr n '•. Fi i O �Z rt� r O Z T N � C w low cJ N d EFL- �o c Q Q N r r J m r ° o li a Q m t-- m ° a O m m m U) a.Z X fir m O w m O O O O O O O Q CO LC') "lzr - co N r o XSaNI AilOLS�fId o .. m } N cn .j 4 ~ cn Q �^ ATTERBERG LIMITS TEST RESULTS co Ln GEOENGINEERS FIGURE B-4 it ° O err Or �wr City of Renton Contract Documents for the wr Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits w Appendix E Stormwater Pond iW O. �r O ow ■r O tip +trrr .r +rw. • City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits W Appendix E E1 - Field Explorations OW VW MW w off .w APPENDIX A go FIELD EXPLORATIONS TEST PITS +w Subsurface soil and groundwater conditions for this study were evaluated by excavating 8 test pits to depths of 8% to 14 feet. The test pits were excavated by Kelly's Excavating on August 16, 2005 using a ,r Komatsu PC 120 trackhoe. The test pit locations were previously surveyed and staked. The locations of the explorations are shown on the Site Plan, Figure 1. ow The explorations were continuously monitored by a geotechnical engineer from our firm who observed and classified the soils encountered, obtained representative soil samples, observed groundwater conditions, and prepared a detailed log of each exploration. Representative soil samples.from the test pits aw were collected in bags during excavation. Soils encountered in the explorations were visually classified in general accordance with the classification system described in Figure A-1, Soil Classification System. A key to the test pit log symbols is also presented in Figure A-1. Logs of the test pits are presented in Figures A-2 through A-9. These logs are —' based on our interpretation of the field and laboratory data and indicate the various types of soils and groundwater conditions encountered. They also indicate the depths at which these soils or their characteristics change, although the change may actually be gradual. The densities noted on the logs are based on the difficulty of excavation, probing with a 1/2-inch diameter steel probe rod and judgment based on the conditions encountered. Observations of groundwater conditions were made as the explorations were completed. The groundwater conditions encountered during excavation are presented on the test pit logs. wr The test pits were backfilled with the materials excavated from the test pits. Backfill was placed in lifts and tamped to the extent practical using the bucket of the excavator. The backfill at the test pit locations MW is not engineered fill and may need to be removed and replaced, depending on the test pit location and the planned improvements at those locations. -d Y i11r *W File No. 0693-058-00 Page A-I GMENGMEERS September 2.2005 ,riw SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS SYMBOLS TYPICAL SYMBOLS TYPICAL GRAPH LETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS WELL-GRADED GRAVELS,GRAVEL- _ — CLEAN 03. 0 GW SAND MIXTURES —_— CC Cement Concrete GRAVEL GRAVELS AND 0 O 0 POORLY-GRADED GRAVELS, GRAVELLY (LITTLE OR NO FINES) 0 0 GP GRAVEL-SAND MIXTURES SOILS G G AC Asphalt Concrete COARSE GRAVELS WITH o GM SILTY GRAVELS,GRAVEL-SAND- GRAINED MORE THAN SOY. FINES SILT MIXTURES CR Crushed Rock/ SOILS OF COARSE Quarry Spalls FRACTION RETAINED ON NO. (APPRECIABLE AMOUNT CLAYEY GRAVELS.GRAVEL-SAND 4 SIEVE of FINES) 0 GC CLAY MIXTURES Topsoil/ TS Forest Duff/Sod S.W WELL-GRADED SANDS,GRAVELLY CLEAN SANDS ,•,•,•,••• SAND MORE THAN 50% AND (LITTLE OR NO FINES)RETAINED ON NO. POORLY-GRADED SANDS, 200 SIEVE SANDY SP GRAVELLY SAND �7 Measured groundwater level in SOILS �L exploration,well,or piezometer MORE THAN 50% SANDS WITH SM SILTY SANDS,SAND-SILT _I MORE THAN FINES MIXTURE- S Groundwater observed at time of OF. FRACTION _ exploration PASSING NO,4 (APPRECIABLE AMOUNT SC CLAYEY SANDS.SAND•CLAY SIEVE OF FINES) J MIXTURES Perched Water observed at time of exploration INORGANIC SILTS,ROCK FLOUR, ML CLAYEY-TMT3WITHSUGHT v Measured free product in well or piezometer INORGANIC CLAYS OF LOW To SILTS MEDIUM PLASTICITY,GRAVELLY LL 05 LIMIT CL CLAYS,SANDY CLAYS,SILTY CLAYS, FINE AND LE5S THAN 50 LEAN CLAYS GRAINED CLAYS SOILS ORGANIC SILTS AND ORGANIC OL SILTY CLAY-OF LOW PLASTICITY Stratigraphic Contact INORGANICSLTS,MICACEOUSOR Distinct contact between soil strata or MORE THAN SOX MH OIATOMACEOUS SILTY-OILS PASSING NO.200 geologic units SIEVE SILTS INORGANIC CLAYS OFHIGH Gradual change between soil strata or UOUIDLIMIT .�'I. AND GREATER THAN 50 i CH PLASncITV geologic units CLAYS Approximate location of soil strata OH MEDIUM LAYS PLASTICITY OF ---� MEDIUM TO HIGH PLASTCITY change within a geologic soil unit F__HIGHLY ORGANIC SOILS PT PEAT,HUMUS,SWAMP SOILS WITH HIGH ORGANIC CONTENTS NOTE: Multiple symbols are used to indicate borderline or dual soil classifications Laboratory/Field Tests Sampler Symbol Descriptions %F Percent fines AL Atterberg limits ® 2.4-inch I.D.split barrel CA Chemical analysis CP Laboratory compaction test ® Standard Penetration Test(SPT) CS Consolidation test DS Direct shear El Shelby tube HA Hydrometer analysis Y MC Moisture content ® Piston MD Moisture content and dry density OC Organic content ® PM Permeability or hydraulic conductivity Direct-Push PP Pocket penetrometer SA Sieve analysis Bulk or grab TX Triaxial compression 1 UC Unconfined compression VS Vane shear Blowcount is recorded for driven samplers as the number of blows required to advance sampler 12 inches(or Sheen Classification distance noted). See exploration log for hammer weight and drop. N5 No Visible Sheen i SS Slight Sheen A"P"indicates sampler pushed using the weight of the MS Moderate Sheen drill rig. HS Heavy Sheen NT Not Tested NOTE: The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made:they are not warranted to be representative of subsurface conditions at other locations or times. KEY TO EXPLORATION LOGS CEOENt�INEEIS Figure A-1 wr aw Date Excavated: 08/16/05 Logged by: TB2 Equipment: Komatsu PC 120 Trackhoe Surface Elevation (ft)- 334 rrr o OTHER TESTS Z MATERIAL DESCRIPTION AND NOTES w � o � CU M �m o: 0 W to cn C7 (7 0 U ML Light brown silt with sand,gravel and trace organic matter(medium stiff, moist) r l SM Light brownish gray silty fine to medium sand with gravel and occasional +r cobbles(dense to very dense,moist)(glacial till) 330 2 ow 5 Grades to gray rrr 3 10 SA ML Light brown silt(very stiff to hard,moist)(horizontal bedding) 4W 325 am 10 0 wn m 4 24 %F=87 o Grades to gray i c? w vrr I 5 'a c� 0 °m 0 m co 0 J 6 z 320 Test pit completed at 14 feet No groundwater seepage observed No caving observed 15 o The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. s a' F a LOG OF TEST PIT TP-1 > Project: Duvall Avenue NE Improvements +rr g Project Location: Renton, Washington Figure A-2 0 Project Number: 0693-058-00 Sheet 1 of 1 08/16/05 Logged b TB2 Date Excavated: 99 Y� Equipment: Komatsu PC 120 Trackhoe Surface Elevation (ft)' 324.8 E OTHER TESTS. Z MATERIAL DESCRIPTION AND NOTES > n� o a t Quo Ln w W Q 2 m m m m o f 00 0 0 cn Cl) C7� C7 C/) U ML Light brown silt with sand and occasional gravel and organic matter (medium stiff,moist) ,I i i SM Light brown silty sand with occasional gravel(medium dense to dense, moist) I 2 13 %F=29 ML Brownish gray silt with occasional sand and gravel and cobbles(hard, 320 5 moist) 3 21 AL ll 1 4 Test pit completed at 8.5 feet No groundwater seepage observed No caving observed i 315 10 LU N o rn F- 0 1 a U' o ' 0 m rn m 0 Cn J Q Z � O 310 15 W The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. a LOG OF TEST PIT TP-2 > Project: Duvall Avenue NE Improvements Project Location: Renton, Washington Figure A-3 Project Number: 0693-058-00 Sheet 1 of 1 0 Date Excavated: 08/16/05 Logged by: TB2 Equipment: Komatsu PC120 Trackhoe Surface Elevation (ft)- 326 .r OTHER TESTS Z 3 MATERIAL DESCRIPTION ° r a�° AND NOTES >«, as a n s Qo i tL a) j cEv E c`aom of o0 +err 0 cn cn U °� U cn U ML Light brown silt with sand and roots(medium stiff,moist) 325 t ML Brownish gray silt with sand(very stiff,moist) rrr aw _.a 2 Becomes hard/gray 20 %F=63 wr 5 err 320 3 23 AL > 4 ow Test pit completed at 9.5 feet 10— No groundwater seepage observed No caving observed 0 N 315 0 Q CL co 0 0 m 0 0 0 rn J Q Z LL_ O m N The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. 'o a ' LOG OF TEST PIT TP-3 o Project: Duvall Avenue NE Improvements Project Location: Renton, Washington Figure A-4 Project Number: 0693-058-00 Sheet 1 of 1 0 +r 08/16/05 Logged b TB2 Date Excavated: 99 Y� Equipment: Komatsu PC 120 Trackhoe Surface Elevation (ft)* 332.5 iv Z MATERIAL DESCRIPTION o OTHER TESTS AND NOTES a) C1 an d n a ��0 M c uJa� pia) E E ma, c o0 0 in cn (7� C7 cn U ML Light brown silt with sand,gravel and occasional organic matter(medium stiff,moist) 1 330 ° GP-GM Light brown fine gravel with silt,sand and occasional cobbles(medium ° C dense,moist) 0 o 2 0 o ° 0 o 5 ° 0 Becomes wet(perched) 3 ° 0 10 SA ° ML Light brown silt with iron oxide staining(hard,moist) a 325 4 ML Gray silt(hard,moist) 5 30 AL Illl 10 SM Brownish gray silty fine sand(dense,wet) T. N O T F- (J L7 ID W 6 320 g ML Gray silt(hard,moist) m m v� 7 J z Test pit completed at 14 feet o Moderate groundwater seepage observed at 5 feet m Moderate caving observed at 5 feet 15 The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. a LOG OF TEST PIT TP-4 Project: Duvall Avenue NE Improvements N Project Location: Renton, Washington - GMENGINEERS� Figure A-5 Project Number: 0693-058-00 sheet 1 of 1 O Date Excavated: 08/16/05 Logged by: TB2 Equipment: Komatsu PC120 Trackhoe Surface Elevation (ft)- 326.5 err iv OTHER TESTS L � MATERIAL DESCRIPTION AND NOTES > a" n. n. = a 0 �m Ww a) m M mm oT 00 aw 0 cn uJ C�.°� (7 in :F U ML Dark brown silt with sand,organic matter and occasional gravel(medium stiff,moist) rrr 325 I SM Light brown silty sand(medium dense to dense,moist) ow -a 2 25 %F=46 +�r ML Light gray silt with oxidation staining(stiff,moist) 5 irr 3 33 AL 320 ML Gray silt(hard,moist) ow 4 10 0 O1 5 N m o Test pit completed at 11 feet P 315 No groundwater seepage observed No caving observed r U low a 0 O m N O m O N J Q Z LL Ow O m N 15 o The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. s a. a ' LOG OF TEST PIT TP-5 oProject: Duvall Avenue NE Improvements Project ect Location: Renton, Washington Figure A-6 0 Project Number: 0693-058-00 Sheet 1 of 1 �r 08/16/05 Logged b TB2 Date Excavated: 99 Y� Equipment: Komatsu PC120 Trackhoe Surface Elevation (ft)- 338 rll E OTHER TESTS MATERIAL DESCRIPTION AND NOTES 6 L N U > �° n a E E E_3 2E p� p W 7 n �U c co 0 0cn 0 C a ML Dark brown silt with sand,roots and occasional gravel(medium stiff, moist) i I MH Light gray silt(very stiff,moist)(horizontal bedding) 335 Z I I 41 AL 5 I � ML Light brown silt with occasional sand,gravel and cobbles(hard,moist) 3 330 SM Brownish gray silty fine to medium sand with gravel and occasional cobbles and boulders(very dense,moist)(till-like) wl 10 4 6 SA 0 N m H > 111 Test pit completed at 12.5 feet 325 No groundwater seepage observed o No caving observed O U) a Z LL O O m N 15 o The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. j a F- a LOG OF TEST PIT TP-6 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington Figure A-7 0 _• Project Number: 0693-058-00 Sheet 1 of 1 Date Excavated: 08/16/05 Logged by: TB2 Equipment: Komatsu PC120 Trackhoe Surface Elevation (ft)- 317 OW.r 2 E OTHER TESTS a�• 0) CD o MATERIAL DESCRIPTION j AND NOTES W � '� 120 o Ea o0 O 0 cn to C7� ML Light brown silt with sand,roots and occasional gravel(medium stiff, moist) wrr - 315 �r 1 SM Light brown silty sand with occasional gravel and cobbles(medium dense to dense,moist) 2 %F=25 5 ° GM Brownish gray silty fine gravel with sand(medium dense to dense,wet) ° (perched) 3 15 SA 310 ° wrr ML Light gray silt(hard,moist)(horizontal bedding) +nn 10 0 m N m OW 305 4 Grades to gray a 0 0 m rn 5 N Test pit completed at 13.5 feet a Moderate groundwater seepage observed at 5 feet ? Moderate caving observed at 5 to 8 feet L 'o �1 0 'm m 15 The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. 'o ow n a LOG OF TEST PIT TP-7 m `r o r Project: Duvall Avenue NE Improvements G M E N G I N E E Project Location: Renton, Washington Figure A-8 0 Project Number: 0693-058-00 Sheet 1 of 1 rr 08/16/05 Logged b TB2 Date Excavated: 99 Y� Equipment: Komatsu PC 120 Trackhoe Surface Elevation (ft)- 338 c E OTHER TESTS Z MATERIAL DESCRIPTION AND NOTES CQ .�,., ID a) U C > Q�. Q fl. L a •C-• N Ww aa) E E ma) of ac w o 0 cn in C7-1 C7 cn U ML Light brown silt with sand and occasional gravel(medium stiff,moist) MH Light gray silt with occasional gravel and cobbles(very stiff,moist) 1 I (horizontal bedding) 335 II � I 2 I 46 AL 5 � I SM Light gray silty fine to medium sand with gravel and occasional cobbles (very dense,moist)(till-like) 3 12 OU=40 WIC 330 26 10 a a c? 4 (2%:foot boulder) > 0 Test pit completed at 12 feet a No groundwater seepage observed 9 No caving observed 0 325 C CD 0 N J Q Z O O m - N 15 o The depths on the test pit logs are based on an average of measurements across the test pit and should be considered accurate to 0.5 foot. s a � f- LOG OF TEST PIT TP-8 Project: Duvall Avenue NE Improvements Project Location: Renton, Washington GMENGINEERS Figure A-9 Project Number: 0693-058-00 sheet 1 or 1 +w. err .r rrr City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix E E2 - Laboratory Testing .. .r 40 it APPENDIX B LABORATORY TESTING r GENERAL Soil samples obtained from the test pits were transported to our laboratory and evaluated to confirm or modify field classifications, as well as to evaluate engineering properties of the soil samples. Representative samples were selected for laboratory testing consisting of moisture content, percent passing the U.S.No. 200 sieve, sieve analyses, and Atterberg Limits. The tests were performed in general accordance with test methods of the American Society for Testing and Materials (ASTM) or other applicable procedures. The results of the laboratory tests are presented in Figures B-1 through B-3. The results of the moisture content and percent passing the U.S.No. 200 sieve determinations are presented on the exploration logs at the respective sample depth in Appendix A. ,r. Moisture Content Testing Moisture contents tests were completed in general accordance with ASTM D 2216 for samples obtained from the test pits. The results of these tests are presented on the exploration logs in Appendix A at the depths at which the samples were obtained. Percent Passing U.S. No. 200 Sieve Selected samples were "washed" through the U.S. No. 200 mesh sieve to determine the relative percentages of coarse and fine-grained particles in the soil. The percent passing value represents the percentage by weight of the sample finer than the U.S. No. 200 sieve. These tests were conducted to verify field descriptions and to determine the fines content for analysis purposes. The tests were conducted in general accordance with ASTM D 1140, and the results are shown on the exploration logs at the respective sample depth. Sieve Analyses Sieve analyses were performed on selected samples in general accordance with ASTM D 422. The wet sieve analysis method was used to determine the percentage of soil greater than the U.S. No. 200 mesh sieve. The results of the sieve analyses were plotted, classified in general accordance with the Unified Soil Classification System(USCS), and presented in Figure B-1. Atterberg Limits Testing j Atterberg limits testing was performed on selected fine-grained soil samples. The tests were used to classify the soil as well as to evaluate index properties. The liquid limit and the plastic limit were r estimated through a procedure performed in general accordance with ASTM D 4318. The results of the Atterberg limits tests are summarized in Figures B-2 and B-3. �r AW File No. 0693-058-00 Page B-1 GEOENGINEER5 September 2,2005 �i T C) O / cc \ G _ U (n O > O a0 mg a °'d. m 5 cc 3 o y c c cc m y L OEn , m, 3 E c u ~ ' = E > CD E -o m '— cn ° 3 E c CD CD O Q S > Y :w- w J cn o CmLL� C u�. O �' c 3 is W °' 3 `t Cl) N L1J Q c r m 11 A J Q o m'c(D 2 J UD T z W m Iz w L J Q ° N w U z Z CD � � w T a a > F=- rpm m Z a LO ti W C ^ O U Z O O H w O ¢ m o . T mg aCLMm CL a � w a m O m fn J `. O 9 O � ��O® 0 N °o U o o O O O o O O o 0 0 T > O d) 00 i- CO LO - cr) N T „ T 1HJI3M .A9 JNISSVc] 1N3OU3d c ig o co SIEVE ANALYSIS RESULTS to ° GEoENGINEERS Cl)0 FIGURE B-1 w� � J O ca O p� T 'p J C ; R Z '0 a O_ co m O F- m Q J O ,3 c m — Cn 0 'y N w >, p o -� - m O 00 3 N = 'c c 3 � m °' O o o N O O 2 11w m CO Q cn w r 'n J O U C p CL D J 0 U ♦ O o F= L a= v C\j co O 0 �� iM J •' � O �F % y O U)w N N O CO J Oz U 20 N a~- in - in aIL w LO CO co J C/) O z O¢ CL Q m N C? 7 N OoD N X Z fl O w d Q O O O O O O O CO LD V' f7 N +- ow o X3ONI .Iil0I1Sd-ld m c r ,�. cn U) we � C? ATTERBERG LIMITS TEST RESULTS co Lo go m GEoENk ' G I E FIGURE B-2 r O J 2 [T � c � c E2 Z m co o d oho rn - =_ .N Ir U 'o y Cl) x0 ` U W 0 00 y J y T T f` N m � O O O J J O O 6 O ZU)LLJ r CO N J U O LO o a z QOo O :D � U) LO O O m r LO J J J o z CD o co z U �o U O N _ ¢w cn co �o O z 1W1 r U a ¢m in co co U) OJT F- N X Z `m O w Q O O O O O O O LO X�IONI AilO 1S` -1d m N co } cn CD .j ATTERBERG LIMITS TEST RESULTS LO C 0 GWENGINEERS�.w FIGURE B-3 0 a. wr OW City of Renton MW Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction to SE 107th Place to Newcastle City Limits aw Appendix E E3 - Slope Stability Analyses J d 1 -► i ti �a Nil J M, S # r aF of n: c r a U7 ' • • • • � i� �� �� ���.��',� fib, + • • + • ' ��i�� ' • 11 1 �' 1 S "+�N' '3� • • • w 4 as iS � 5 n Farb r �44 y a a • �r��+ �,�ate'1 ' •ti• • • , • 5 r ^xi� `a x CJ • • • + • �' y e� -. 0 c • + ✓ a �3 CL N CL CL o ° o Gl o W 1 rj �, u7 CD r . d , U v ,0 L � Ui - Ti ?Y rn p o ti N D _ O N N U N CD H o Slope Stability Analysis—NE Corner Existing Static CO �- G FIGURE C-1 0 0 nr IV ti 14o Ng Ak- Imo- rtti'-'t S'O'S Yyd N. t=t d x ° t0�i�1z1 {: to a ♦ + • + + � • 5�! 11 f -�•� ��1--�-�—.. N`7;}�` ` I e'kra £7 id ",4, SM 1 11• • • r • • !� � l � 's�`^�3Tia zr t���l��d,d e�rte,�•♦ • "s' va Y, gf� t l 5 4 ' ;A- 1 -_i ♦ ♦ • • • ♦ ♦ • r • r • • • r • rw',z �C ".. .aura aC��,R,Y . W m r • ♦ M.. y � �:�'fir, • ♦ Q • r • + + • • ♦ • • • • ♦ �� �� ��� � �`� Q7 + • i � 4�,W4` d CL � t 6 T cn a' C,'J LO O LL �; 7 •Y U �z ❑ w _T :F- LO G C r i r LL 4] F- O CO Slope Stability Analysis - NE Corner Existing Seismic CO W FIGURE C-2 CD 0 .. � 9-dl IV MEW Ow f a14 4 t Ali LO SIMI y� N c + L17i. g a + m arr m G CL N Yom' CD -a r/7 _ CL 4 m I m o _ - �' _ iO 2 L o c ip = C) rjj CO LL Q,4 1. O O O iS) RJ s... CJ .j ca CL > R _ y CIIj 1YU O o v _v m r y u o LL J J 63 T. � N CO Slope Stability Analysis- NE Corner Proposed Static m FiGUREC-3 GMEINIGINEER� 0 ,T s A m J+Y'T� Yf17 Q g M"-)h' L r]}, M. Oar -.t 6 w�� - gi f �p IP + • to .h'J�.'i1 eE w ?�n'�4. i • • • • , + • • • • + + • 4-. JrNK� ; IR RA + • • .. `:q fix,• �� ; + • • �. 1 b Sva z+ 10 4 fD J N 0- N O gv `o _ �Q L17 LL '' U� `�4"'R 'r• CO G'J CD C9 m () 0 (dtJ Ln °. ° o co Rr, Q N O U _ D7 l�l m e0:3 CD nj T 1 O Slope Stability Analysis— NE Corner Proposed Seismic CO LO GMECO INGINEER FIGURE C-4 " 0 T r Q n J 1 CL Y (, � .Y G'1 � O i -- rrr CO V u LL1 C D F— y C Q+ y Q7 L r > > C nA, to u zy c1} G 0 U LL -i —i low r~ , 5 • + WWI s � a t7-dl xx O . F cl �• t O U) • • • • • ♦ • . . • ♦ • • . . • 0 a oo • + • B C) • l rn — LO co _ o • • • • • . . . . U,, ° ( o + • O • • Ln C) u; Y N _ CO o Slope Stability Analysis—S Side Existing Static L o GWENGINEER m FIGURE C-5 0 r T L n 1 i--• _ J v r-4 l J U) 117LL r-..i ULLJ r ,-) 0 F- > > f Mz 7t a-di • z 3 9»f�l .� Ayt��;, Y'��ia���• h • . • • • . • . . . . . . . • • k L �xx C� z • • . • • • . . • • x a WA t . • . . . . . . `y11 t 9 Elk ^.c N •CV . . . . . • . . . • . . . • �Q n ms's A (n . . . . . . . . . . . . . . . . t tl-rr ` W�T�2x wr { s C se . . . + • Fss C I �' Va J 'm Ln . + • . rW CD l: N LO rn c y N a) G CJ U � CO CO� O Slope Stability Analysis—S Side Existing Seismic Ln Cl) GMENGINEER Cn CD S FIGURE C-6 0 0 vp' C- 0 t-1 LL C(J L ( i C� r i= �' (,4l n (i) L, C)J ~ r-i ( > T-1 L f; p r T, " u Q Cn \T i� OT ;y � L U) ru _ ;� CL tJ) 1— v r — pm- O . . . . . . . . . . . . . . yt� r �? I ay� i . . . . . . • . . s • . • • . . 17gR 3. b r *es y INN `'� . . . . . . . . . . . '� . . . . • � 1(]7¢x.����� � e 7 , 0 . . . . . • • • . . • • • Y } N • . • • • • • • . • ♦ • . . . • ' 1 l a ° 00 l M Y . . • • _ p a LO . . . . . . c + N U) v '� N m F- Slope Stability Analysis—S Side Proposed Static .�,. CO GMENGINEERS FIGURE C-7 C 0 r-� 0 CL U-) LL _ co -T "I' ..:D rli >✓ ��7 I,iJ �,- ❑ L-L u j❑ f— a J` � //0 —1 I "".� 5$ ric. E e r r� C 1 lTJ lU = 4'� k'� ,K E ID Qu IT ❑ U LL J J Ul t ,� ti� '7'�5 O x+" Yrrk !_ 4^Jf toL • . . • ♦ . . . • • . . . . . • a , .ST 4 T3 7 S t we • . . . • . . . . ♦ • • . . . . SY rfrrx a q ♦ • a • a . • • • • ♦ • {„ x p b-dl � ♦ • ' [,() �1 R� 4�Gib X V rzr CD CL r ,+ . . . . • i . . . . . . . . 0. O . ♦ ♦ • • • • • • • • • + r + t . • • LO 0 � °• LO CO • • . - u? *� C? �_ Cl) LO C.: 4: r' U i N ❑ DI (J a_ i fl] O m Slope Stability Analysis—S Side Proposed Seismic G M FIGURE C-8 0 City of Renton Contract Documents for the Duvall Avenue NE/Coal Creek Parkway Reconstruction SE 107th Place to Newcastle City Limits Appendix F Project Plans �r wr �r CITY OF RENTON r CONTRACT DOCUMENTS FOR THE DUVALL AVENUE NE/COAL CREEK PARKWAY RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS .r PROJECT PLANS PLAN NO. TITLE B118.1 Rock Wall Soldier Pile Wall Interface B118.2 Connection Detail B118.3 8' Vertical Connection B118.4 Frame, Cover, and Concrete Collar CR001 Construction Road �w F017 Bulbout for Mailbox H013.1 5-Lane 66' Typical Striping on Duvall Ave NE H013.2 Typical Striping on 3-Lane Side Street H013.3 Typical Striping on 2-Lane Side Street H013.4 Stop Bar Striping +w► J005 Luminaire in Modular Block Wall J005.1 Luminaire in 8' Sidewalk J005.2 Luminaire with No Sidewalk '~ J005.3 Luminaire at Back of 6' Sidewalk J005.4 Luminaire in Planter Strip, Between 6'0" Sidewalk and Road J005.5 Conduit in SE Walls J016.1 Utility Vault, Qwest PID No. 2378448 J016.2 Utility Vault, Qwest PID No. 2378448 L007 Wood Fence Detail TCB-1 Thrust Collar and Blocking with Megalug Retainer Glad UG2-3 Joint Utility Trench/Storm Drain Crossing UG3-1 Joint Utility Trench/Storm Drain Crossing UG3-2 Joint Utility Trench/Storm Drain Crossing UG3-5 Joint Utility Trench/Storm Drain Crossing UG3-6 Joint Utility Trench/Storm Drain Crossing UG3-7 Joint Utility Trench/Storm Drain Crossing UG4-1 Joint Utility Trench/Storm Drain Crossing UG4-2 Joint Utility Trench/Storm Drain Crossing UG4-3 Joint Utility Trench/Storm Drain Crossing +� UG6-1 Joint Utility Trench/Storm Drain Crossing UG6-7 Joint Utility Trench/Storm Drain Crossing UG6-8 Joint Utility Trench/Storm Drain Crossing OV UG9-1 Joint Utility Trench/Storm Drain Crossing UG9-2 Joint Utility Trench/Storm Drain Crossing UG9-3 Joint Utility Trench/Storm Drain Crossing W UL508 Service Cabinet Series 47995-R3 VERT-ADJ Vertical Adjustment for Water Mains(Existing or Proposed) W001 West Retaining Wall Block Pattern with Top Cap so �r � U W O � Q a � Y N m Q O °m W c0 N WM Q`t Ulm < J Q4",'° Nm J� F-N J U J pm wOwm �� 3 W �3�I O w zc ~Q C.7a Y U N �+1 W S Q W WQ U z mQ J� Cr a N OU Z N U Um ZF• W Z OQ tio' 00(n UUW m0 W V7 U Uw Z F d m< cr z a °a �a w owx v Fa co a z 0 ------------ a 0 --)---- z ----------- ---------------- --------------------------- - � I ' X 4 w H i i Q � i 1� 3 w z Q .wr W O r w ' zL) o w W I � m J (V W F- Q S N ow zi d= � 6 Of a 0 F- +w N.T.S. S. DATE:01/11/08 REVISION , PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE ' RECONSTRUCTION .4 BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS arM ®tom I N a I N I E R, AMC DETAIL # "- ROCK WALL SOLDIER PILE WALL INTERFACE �� �+�� 8118.1 to TOP OF CONCRETE FASCIA EL= 418.8' TOP OF PILE to EL= 415.2' MATCH EXISTING 3 CONCRETE 1r— FASCIA I N SHAFT & PILE 0 I in EL= 410.2' r� BOTTOM OF 8" PVC CONCRETE FASCIA EL= 405.9' FOR CONNECTION DETAIL SEE DUVALL PROJECT PLAN B118.3 8" DUCTILE IRON EL= 404.8' N.T.S. �s S.Cp DATE:01/11/08 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS 142x, Y B I N E E R! I Y DETAIL # t CONNECTION DETAIL EXPIRES 1NE 4,2W99 B1 18.2 L=--1 If +ir FOR FRAME, COVER, & CONCRETE COLLAR SEE DUVALL PROJECT PLAN 8118.4 NOTES: 1. PIPEAND FITTINGS SHALL BE PVC PER ASTM D3034 SDR 35. 2. CONCRETE BASE IS TO BE 3000 PSI CONCRETE OR CDF. 3. SIZE OF CONCRETE BASE SHALL BE OF WI/ SUFFICIANT SIZE TO ENSURE ENTIRE FITTING (BEND, TEE, ECT) WITHIN LIMITS OF THE CONCRETE BASE POURED ON PROPERLY COMPACTED STRUCTURAL BACKFILL MATERIAL. CONCRETE SHALL NOT BE POURED r� ON STRUCTURAL BACKFILL MATERIAL THAT HAS BECOME SOFT OR WET DUE TO RAIN OR 8" PVC BEND OTHER CAUSES. wr 2% MIN 8" PVC PIPE low 1 1 I n \ JON CONNECTION TO WYE CONCRETE INLET wrr 8" PVC PIPE 8" PVC PIPE 2'-0"f CONNECTION TO DETAIL A 8" PVC PIPE aw 45' BEND aw CONCRETE 8"0 PVC PIPE BASE 6" MIN,!. 8"0 PIPE �d; f �r 8" PVC PIPE � g ,Ni 45' BEND ROMAC 501 COUPLER 8" PVC TO 8" DI (WWW.ROMAC.COM) imp DETAIL A SCALE: NTS 100 S. DATE:01/11/08 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION Ear i ,,$ BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS j EeeieEEee 1Nc. DETAIL # 1&*4�MM 8"VERTICAL CONNECTION iEOr L e s.,w m rd i.71 zw w at-ow 6r Fim Fk m—Q'L1CpF &-m a-*p 8/763dq .kuk I FRAME AND COVER PER DETAIL A, B, & C GRADE ° °e 2'-6"x2'-6"xl'-0" CONC PAD ° ° ° a l'-0"O DIP 12" LONG d ° a 8" REMOVABLE PLUG a ° . FIBER JOINT PACKING DO�O�0 O O�OOO + O O 6" CRUSHED SURFACING BASE COURSE �1 1/4" Sq 1/2" SQ iD i r 1/2 rn I I A COVER PATTERN 2" RAISED LETTERS SCALE: NTS 1/8" RAISED 1/2" 000000 WIDE BORDER 00 o"- 10" 9" EL8 3/4" 1 B COVER 7" w — SCALE: NTS 7 3/4" 8" c CAST IRON FRAME SCALE: NTS S DATE:01/11/08 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION q $pp. BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS AlYI' E A 0 1 M E!A E "C. DETAIL # FRAME, COVER,AND CONCRETE COLLAR B118.4 [oi[So,sA m Fn'br 111CCM d 1tSSUl erEnar fh AMr Q I IFiWMT-Ol-4IIIGV[0)✓wAl[b,d LbM LiowigriB7l8Ae v Smk 1 LEGEND I ------- PROPERTY LINE — — — — RIGHT—OF—WAY LINE j TEMPORARY CONSTRUCTION EASEMENT I ® CONTRACTOR ACCESS ROAD TO POND SITE I � 1 I I II I II I POND SITE 1 / I R / i / I h / 35TM / PROPERTY LINES EXISTING \ .DRIVEWAY too \ I % \ �\ N.T.S. wR S. DATE:12/20/07 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE oo RECONSTRUCTION BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS � IEiON � ENE I N!ERR I NG DETAIL # CR001 ACCESS ROAD TO POND SITE °� '�*�°' llu 6'-0" SIDEWALK EXPANSION JOINT 3:1 MIN EXPANSION JOINT CENTER MAILBOXES IN BULBOUT 5-0" MIN 1'-7" CLEAR WIDTH FACE OF CURB TO FACE OF LOCKER BOX 1'-4" ° i FACE OF CURB EXPANSION JOINT 3:1 MIN EXPANSION JOINT 2 0 2 4 3/8"=1'-0" scale feet DATE:10/01/07 REVISION or•� DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION BERGER/A&W DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS L420a 2 E E R E I M° DETAIL # BULBOUT FOR MAILBOX E%PIRES rh IF 01 7 Rr. w FACE OF CURB ° PAINTED WIDE LINE PER WSDOT STD PLAN w M-20.10-00 0 I O O O O O LANE LINE PER COR STD PLAN SP H002 tw 0 I alr m U DOUBLE YELLOW CENTER LINE o O O O O O Q Q Q PER COR STD PLAN SP H001 O O O O O O O O o LL - - - - - - - - - - ------- - O - �m N EC � 8 8 8 8 8 8 8 APPROACH LINE PER w COR STD PLAN SP H002 U Q aw O I ow LANE LINE PER COR O O O O O STD PLAN SP H002 ow o I PAINTED WIDE LINE PER WSDOT STD PLAN 0 M-20.10-00 FACE OF CURB-� ailr hill/' N.T.S. S. DATE:10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS p1420a EN01NE RI INC DUVALL E x x I x E E R E i x C. DETAIL # � ;. 5-LANE 66'TYPICAL STRIPING EXPIRES 54E 4,23w H01 3.1 ON DUVALL AVE NE YI w Z J_ N EC O O O H 2 EC W Z dd U< Ln 3d zZ o0 x°- rLn ¢ w0 OU EC mU w IL Ow Q U 0 IL 12'-0" 1 11'-0 MIN MIN 00 00 00 00 00 00 00 0 0 wm w m U Z Q UL�U 00 00 VARIES 34'-0" TO 36'-0" FACE OF CURB TO FACE OF CURB N.T.S. S S.GU DATE:10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS .4208 E N 0 1 N E R 88,4M DETAIL # f41r TYPICAL STRIPING ON EXPIRES ]ME 4,�- H01 3.2 3 LANE SIDE STREET ��yyy 7 .r W Z J_ EC o W 0 z 2 qp Z U J �a 00 I.,cn r wo m U 2� OW wo �a OO we OO Aw OO iw 1111 OO o � w w m O U or aiU 4� Li U OO 1w 22'-0" FACE OF CURB TO FACE OF CURB 111Y N.T.S. S S.G6, DATE:10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION r BmpsIp m DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS � E X I I X E E R I I X C. DETAIL # TYPICAL STRIPING ON EXPIRES 7ME 4,2W9 -1013.3 2 LANE SIDE STREET TOUCHING PAINTED WIDE LINE TOUCHING PAINTED WIDE LINE PER WSDOT STD PLAN PER WSDOT STD PLAN M-20.10-00 M-20.10-00 LANE LINE PER COR LANE LINE PER COR STD PLAN SPH002 STD PLAN SP H002 4.. 4„ STOP BAR PER CDR STD PLAN SP H008 1'-0" TYPICAL 1'-0" TYPICAL STOP BAR PER COR STD PLAN SP H008 APPROACH LINE PER APPROACH LINE PER C CDR STD PLAN SP H002 OR STD PLAN SP H002 4" TYPICAL ❑ 8 e 8 STOP BAR PER CDR STD PLAN SP H008 1'-0" TYPICAL 4" TYPICAL DOUBLE YELLOW CENTER LINE PER COR STD PLAN SP H001 O ❑ O O ❑ O 4" TYPICAL DOUBLE YELLOW CENTER LINE PER CDR STD PLAN SP H001 STAGGERED CONTINUOUS " N.T.S DATE:10/01/07 REVISION s S. DUVALL AVE NE/COAL CREEK PARKWAY SE � 4os■ � PROJECT: RECONSTRUCTION BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS ,p 14208 � E X G I N E ENE I X C. DETAIL # .c�C 90'AI'I'�F STOP BAR STRIPING ORB 781E 4,ZON H01 3.4 IL Ali NEW J J Q vllr 3 Y N OU J m O a z ow Q J 6,-0" o w SIDEWALK O , M N ow z O Z O O in w so Q Q U a_ Q X U Z w w M a-3 0 J ui Of ow w0 (n w 0 n 2,_0" M 0 MIN z o O N �z 6 (TyP� 76"' h �a N 0 w N � a_ \O _ w U 1'-0" CL w >-In Li 6" +1�1 +X111' I 41111111 VARIES Co ac 0< U ORION Y w O 0_ U J m UJ w � U O J tL �Q 0$ mo ?Y 0 U O O OJ w m vo 2 0 2 4 scale feet S S,GU DATE:10/01/07 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION ,� lZ BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS E Y X I X E E Y Y I X c• DETAIL # lfjy�L 41t' J005 [EXPIRES ]ME 4,2a09 Y- LUMINAIRE IN MODULAR BLOCK WALL Ie 3'-10" CENTER OF LUMINAIRE HEAD TO CENTERLINE OF POLE r — — — — — — — — — — — — — — — — — — SEE SPECIFICATIONS FOR POLE POLE AND FACE MASTARM INFORMATION I CURB OF I VARIES 40'-6" to 41'-0" I VARIES B—LINE TO CENTER OF LUMINAIRE POLE (REFER TO LUMINAIRE SCHEDULE) TYPE1/TYPE2 JUNCTION BOX SEE CDR STD PLAN SPJ016 I EXPANSION 33'-0° I ° JOINT 1'-6" 6" TOP OF SIDEWALK — TO CENTER OF MASTARM I ° I 2'_0" VARIES 6" to 1'-0" MIN I � � I 8'-6., FACE OF CURB TO BACK OF LUMINAIRE BASE PLATE I 8'-6" FACE OF CURB TO BACK OF SIDEWALK I RDL - - - - - - - - - - - - - - - - - - - J ° CONSTRUCTION I SIDEWALK JOINT PLAN CONCRETE B FOUNDATION 3'-0" SQUARE A SECTION 1 0 1 2 3 4 5 1"=5' scale feet DATE:10/01./07 REVISION s S•�tj DUVALL AVE NE/COAL CREEK PARKWAY SE � �oE* ,tea PROJECT: RECONSTRUCTION 142M I G X E1 1 ABM. DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS DETAIL # LUMINAIRE IN 8'SIDEWALK EXPIRES ]ME 4,2W9 ,1005.1 i V*V VARIES 39'-0" TO 40'-0" B–LINE TO CENTER OF LUMINAIRE POLE �w (REFER TO LUMINAIRE SCHEDULE) CENTER OF LUMINAIRE HEAD wMr TO CENTERLINE OF POLE — — — — — — — — — — — — — — — — SEE SPECIFICATIONS FOR POLE AND GRAVEL FACE OF BORROW I MASTARM INFORMATION CURB Mrr I 4'-O 3' 0" M I;N M11 I - I ,• o + ► CENTER LUMINAIRE 33'-0" TOP TO OF SIDEWALK CENTER TYPE1/TYPE2 MASTARM JUNCTION BOX O SEE`COR STD PLAN SPJ016 8 L — — — — — — — — — — — — — — — — — — — J ow RD 02% MATCH EXISTING "1w PLAN ° A GRAVEL BORROW d' CONSTRUCTION JOINT CONCRETE +wr FOUNDATION SQUARE B SECTION vp 1 0 1 2 3 4 5 1"=5' scale feet S.GU DATE:10/01/07 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION ', 29 758 BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS .4^sC E M 0 1 R E E R B I R e. DETAIL # .GNP LUMINAIRE WITH NO SIDEWALK F%PIRES 7ME 4,2009 J005.2 ow CENTER OF LUMINAIRE HEAD TO CENTERLINE OF POLE SEE SPECIFICATIONS FOR POLE AND MASTARM INFORMATION FACE OF CURB I VARIES 39'-0" TO 51'-0 B-LINE TO CENTER OF LUMINAIRE POLE (REFER TO LUMINAIRE SCHEDULE) I VARIES SEE ECOR STD PLAN SP JJ016 EXPANSION 33'-0° I o JOINT 6" 1'-6" TOP OF SIDEWALK TO CENTER OF MASTARM I o I 1 -0 2'-MIN FACE OF CURB I 6'-6 TO FRONT OF I FACE OF CURB TO LUMINAIRE BASE PLATE I BACK OF SIDEWALK RD ° CONSTRUCTION JOINT SIDEWALK CONCRETE (D2LAN_ FOUNDATION 3'-0" SQUARE SECTION � A 1 0 1 2 3 4 5 1"=5' scale feet DATE:10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE No S S•GU of* PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS 14208 BERI G R/A!B M. DUVALL DETAIL # LUMINAIRE AT BACK OF E%PIRES bNE 4,20M J005.3 6' SIDEWALK +r. VARIES 37'-0" TO 39'-0" B—LINE TO CENTER OF LUMINAIRE POLE (REFER TO LUMINAIRE SCHEDULE) 2'-3" CENTER OF LUMINAIRE HEAD d1► TO CENTERLINE OF POLE F- — — — — — — — — — — — — — — — — — — — —� SEE SPECIFICATIONS awl I FOR POLE AND FACE OF MASTARM INFORMATION CURB >rR� 2'-0" 1'-0" MIN iD rrl► I I - b I CI — — 1 —6 6 JOINT NSION TOP OF SIDEWALK TO CENTER OF MASTARM TYPEi/TYPE2 JUNCTION BOX 6" SEE COR STD PLAN SPJ016 VARIES 4'-0" 6'-0" PLANTER STRIP SIDEWALK — — — — — — — — — — — — — — — — — — — ow RD A PLAN SIDEWALK �M11 FINISHED GROUND & CONSTRUCTION LANDSCAPE PLANTER JOINT CONCRETE FOUNDATION twr 3'-0" SQUARE w" SECTION B 1 0 1 2 3 4 5 scale feet Wo ` S.CC DATE:10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT. RECONSTRUCTION BERGE a DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS 72 ENB I NEER/NI I M C. DETAIL # LUMINAIRE IN PLANTER STRIP, EXPIRES 1.f 4;7z5N J005.4 BETWEEN 6'-0"SIDEWALK& ROAD ow JUNCTION BOX 7" 4" CLEARANCE ILLUMINATION ITS COMMUNICATION CONDUIT CONDUIT ILLUMINATION CONDUIT A SECTION > 1 0 1 2 scale feet DATE:10/01/07 REVISION s S.GU DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: rA RECONSTRUCTION BG �,�, DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS p�uzo exeixeex,e x� DETAIL # CONDUIT IN SE WALLS EXPIRES TIE 4.:= J005.5 FINE UTILITY VAULT" 25-TA NOW Full 180' Open t� I—I—I—I—I—I—I—I—I—I—I—I- � —I—I—I—I—I—I—I—I—I—I—I-4—I- 1—I—I—I—I—I—I—I—I—I—I—I—I—I —I— I—I—I—I—I—I—I—I—I—I—I—I—I—I—I- COVER WITH I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I— - -I—I—I—I- -I—I—I- -I—I—I—I—I—I—I -I—I—I—I—I- -I- -I—I—I—I- - ADJUSTABLE FRAME I—I—I— I—I—I—I—I—I—I—I—I—I—I—I—I—I—I— No. 38/25-TA - - - -I—I—I- -I—I—I—I— —I—I—I- 220 lbs. I—I—I—I—I—I—I—I- I—I—I—I—I—I— I—I—I—I—I—I—I—I-1- —I—I—I—I— I—I—I—I—I—I—I—I—I—I—I—I Suitable For H-20 Wheel Load I—I—I—I—I- -I—I—I—I—I—I—I- In Off—Street Locations — —I- -I- -I—I- -I—I- -I—I- I�—I—I—I—I—I—I—I—I—I—I—I—I—I—I Where Not Subjected To High—Density Traffic. I--I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I—I- I—I — I—I—I—I—I—I—I—I—I—I—I—I—I—I— 11" � —I—I—I—I—I—I—I—I tk 4 9� 2'-72., VAULT No.25-T 1,500 lbs. ` ow O 2'-6" ow 4 aw \ / 2,_3„ •, QWEST PID#2378448 Non Skid Covers Available FOR DETAILS,SEE REVERSE SIDE>> J016.1 Items Shown Are Subject To Change Without Notice Issue Date:January 2006 64 01970-2006 Oldcastle Precast.Inc. IMF MallingAddress Phone:800.892.1538 uvauburn.com '• :• • Auburn, :• 110 UTILITY VAULT' 25 TA 5'-21 Bolt—Down Locking (2) 1/2" Dia. Hex Bolts � NN rrrrrrrrrrrrrrrrrr rrrrrrrrrrrrrrrrrr rrrrrrrrrrrrrrrrrrr rrrrrrrrrrrrrrrrrrrr `r`i`i`i`i`i`i`i`i`i`r`r`i�r A ��''''�'�'�'�'�'�'`'`'`'`'`r`'`'`r`r` r`r`r`r`r`r`r`r`r`r`r�r�r�r�r�r�/�r�/�r� A N rrrrrrrrrrrrrrrrrrr rrrrrrrrrrrrrrrrrrrr ��rrrrrrrrrrrrrrrrrrr rrrrr rrrrrrrrrrrr/,�r Recessed Lift Handle Galvanized Diamond Plate Covers w/ Bolt—Down Locking PLAN VIEW 32" Adjustment 3/4"0 Insert, w/ Hex Bolt 1 Each SDic. Lift Sides 2 Each Side, 2 Sides F-----=1=====Z- f -------------� ° ° bN �N >0 o Galvanized "C" Channel, 4'-0" Lg. 1 Each Side, 2 Sides ° .0 0 oFull Length 10" Wide Knockout o iN In Floor For Intercepts / 2 2 G 3/4" Dia. Pulling Insert Full Length 1 Each End, 2 Ends Knockout SECTION AA END VIEW J016.2 OWEST PID#2378448 SCALE: 3/4" = 1'-0" 64.1 uvauburn.com fm 0 AIM 1 1/2" CHAMFER 1" NOTCH ALL FOUR SIDES +w 2" X 6" PRESSURE—TREATED TOP PLATE NAILED TO STRINGER 1/2" 2" X 6" PRESSURE—TREATED STRINGER TOE NAILED TO POST, TYP, 1" X 6" FASCIA TOE—NAILED �Ir1► TO POST, TYP CLEAR—STAINED 6" X 6" PRESSURE—TREATED POST !M THIS SIDE TO FACE STREET 2" X 6" FACING NAILED TO TOP AND BOTTOM STRINGERS w SLOPE FOR DRAINAGE 1" 6" FASCIA TOE—NAILED TO aw 1 7/8" GALVANIZED STEEL PIPE ( I a INSERTED INTO PRE—DRILLED POST a 14W CONCRETE FOOTING II 1/2" TO 1 1/4" DRAIN ROCK —I UNDISTURBED SUBGRADE — 8'-0" 2" X 6" PRESSURE—TREATED GOLD ZINC—COATED TOP PAIL NAIL; TOE NAILED, TYP. vw Ln 2 X 6 — PRESSURE—TREATED. Im STRINGER TYP. cn z v 2" X 6" FACING, W Q a TYP. 1/4" GAP IN BETWEEN EACH o> qw i o �=Q C2 O W! 1 7/8" GALVANIZED W W STEEL PIPE INSERTED m z N ow INTO PRE—DRILLED POST FINISH GRADE CL +fir I ° III III �w �z CONCRETE V I 'o 1/2" TO 1 1/4" FOOTING DRAIN ROCK I_ — UNDISTURBED SUBGRADE M — 1'-0" N.T.S. NrtM g pAqAACAW U DATE:10/01/07 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION , ,40a BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS E N B I N E E R N I N e. DETAIL # �QWL ExFIRES 'TE a,zoav L007 WOOD FENCE DETAIL x J w a ¢ H Y ° n J Q w �¢ w°o V Z 0 Zo g ° z ww — O� �r.M x \\ L� 'N ¢ z z c co Z ^z Paz d Z. z\ LL1/\\\ » \\ ��m www � I ! m w ° x F W = ® E O r z ° r z Z N °° °. ° ° ° I z �J f p m � o LLJ z ° W ° o I �m Q / • • p W \ m n U Ln Q Ld of \//� 1< 5. • • I Q i oj Z<o o W Z z n¢=°vi O m �\wo<M'o x= v)z 2i J z Q N Q 'NI NIW W o / ~ o o N W rM 2 N N N p w �7 Ld/ 0 a _ O ° N O cc,tIj x In ww LLJ 'NIA � _ ¢w Ow �zz 0 N N m z z. z uz m w I— W / ¢-JO ¢X� \// /\\\ ¢ O¢ O w o w - e e e OS¢ ° i-- -� w b\ O v \\// \ Z Q I I MAO¢Urnz / // w W = N N N N M J U ¢ w \/ Q Q =mcn Q�Oa w H U w v°� °" w w Y Z / N _ - U w=H OJUp Ln / z V) - O N cD W c) �'w¢ // u< Z O OwJ O¢OU7 O m J U (-w m U¢ H Z N M d 4'-0° FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY I UO2 - 3 N 7 fl 9„ 9" 3" v 0" 4" 4"cv 2" n 6' O MIN CLR 9 18" STORM DRAIN PIPE lw till Aw 'ICY vw tilts 1 0 1 2 scale feet vlp s S. DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE 04 R �qR4 :• r PROJECT: RECONSTRUCTION qq Afff /ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS ENCI NEERN IMC, �r DETAIL # JOINT UTILITY TRENCH/ EXPIRES 1ME 4.20D9 U G2—3 STORM DRAIN CROSSING wo FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY UG3 1 1 1 2" Typ 2" 4„ 4.. 2 2 is V-011 —--—-- -—-—---------- -------------—-----------——------—----—-------—--- 2a 'o 12" STORM DRAIN PIPE zx-----------------—---------—--—---------------—--—--—---------------—-—-- 1 0 1 2 scale feet A"aaa. DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE 5 S.rtr PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS PI�RimAm DUVALL 14ZOO DETAIL # JOINT UTILITY TRENCH STORM DRAIN CROSSING EX, 7ME 4,2D09 UG3-1 i 4'-0" FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY I U G3 - 2 N 0) a ~ 1 1 2" 9.. 9., 31. TYP x O l'—O" 4.. 4.. N � 2.. 4' 4' �1 --------------------------- s 1 12" STORM DRAIN PIPE i1M EIM 1 0 1 2 1/2"=l'—O" scale feet S s.1�cU DATE: 10/01/07 REVISION PROJECT: DUVALL AVE NE/COAL CREEK PARKWAY SE RECONSTRUCTION +r 14200 BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS .�B �jy ENB I NE EPt I NC, as DETAIL # JOINT UTILITY TRENCH� EXPIRES E<,�°°� U G 3—2 STORM DRAJN CROSSING nr. ri FINISH GRADE IS f TOP OF SIDEWALK OR TOP OF ROADWAY � .I UG3 - 5 , 04 t 2" M 1 1/2" TYP z z z z z a 4„ 1 1/2" r r 2" ---------- m 18" STORM DRAIN PIPE ------------ ---- > 1 0 1 2 1/2"=l'—O" sca le feet DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE soya PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS DUVALL BERGER/ABAM ' (17208yQ�,� E N 9 I N F E R,,! I N o• DETAIL # JOINT UTILITY TRENCH� wnt STORM DRAJN CROSSING EXPIRES U G 3—5 2'—g^ FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY UG3 - 6 CN I N O O I h �-"' O g o 12" STORM on d DRAIN PIPE L 1 2" TYP —0 0 z2 3„ _ - - _ — _ _ 4' O 2 N 2' IL y� ow 1 0 1 2 scale feet DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT. RECONSTRUCTION ow BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS Em'si Em's NEE R# I N C. ,,. s V DETAIL # JOINT lT9LVTVV TRENCH I� /� EXPIRES 7ME 4,ZW9 UG3—6 STORM®9�N CROSSING NOW FINISH GRADE IS 4'-11 TOP OF SIDEWALK OR TOP OF ROADWAY tn 'CN UG3 - 7 ra ----—------—---------- —-----—---------—-------------—-—---- STORM 12" STORM 0 DRAIN PIPE -—----------—----—------—--------—--- ----------------------—------------ -(a 4" 6" 0- o 4' C14 2"— 6 (D " 1 j/2" T 4 YP 9. 1 0 1/2"=l'-O" scale feet S G& DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE . PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS 0B DUVALL 142 DETAIL # JOINT UTILITY TRENCH STORM DRAJN CROSSING EXPIRES W�4WM IUG3-7 ------- I� I 5'-6" FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY N UG4 - 1 N N CC) 1 1/2" i TYP 1'-01. 9" 9" 9" 9,. 3.. z z \a 4' 4 6„ h 4 1/2' ----------------------------- a ° 12" STORM DRAIN PIPE I 1 0 1 2 1/2"=V-0" scale feet +rwr S°`S.ct, DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION � g 1 f E°B e, p BfRGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS p ENB I NEEA1 I N�. DETAIL # JOINT UTILITY TRENCH/ EXPIRES ]ME 4,ZON U G 4-1 STORM DRAJN CROSSING ow viii FINISH GRADE IS 4'-0" TOP OF SIDEWALK OR TOP OF ROADWAY N UG4- 2 N 0 — --—--——-----— -----—-------- -------—-----—-----—------ cc 8" STORM DRAIN PIPE ------—---—----- - ----------------1'-0" 9" 9" 3" 2 2 6' 4, 4 2" .N 6" oo r) 1 1 2" TYP 0 1 2 1/2"=1'-O" feet scale S 07, s DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION "Y' SE 107TH PLACE TO NEWCASTLE CITY LIMITS DUVALL DETAIL # JOINT LMLITY TRENCH 1EXPIRES IMF 4,2009 :j UG4-2 I STORM DRAIN CROSSING 3'_g^ FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY I UG4 - 3 N o I � in -------- --------- -------------------------------- -------------------------- s % �I 12" STORM DRAIN PIPE 3" cc 4 z z z '—O i7 ��LJJ/ 2" 1 1 2" TYP 1 0 1 2 1/2"=1'-0" scale feet +r S S.gtj DATE: 10/01/07 REVISION DUVALL AVE NE COAL CREEK PARKWAY SE PROJECT: NE/ COAL p BERGFR/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS 'W7 Y0 E NN I NFIN! I NC. DETAIL # JOINT UTILITY TRENCH/ EXPIRES 1NE4.2W9 U04-3 STORM®IWNCROWING �i r FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY UG6 - 1 Ed Co -------------------------------------------------------- N 12" STORM DRAIN PIPE 1'-0" 9" 1 1/2- cD z 4' C4-) 0 r2' O 6.. O 2,. 1 1/2" TYP 1� 1 0 1 2 1/2"=l'-O" feet scale 5' S.CU DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE !>•'0.*•Na'q'� PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS BERGER/ARAM DUVALL `iEO E N N I N!ERN I N�• DETAIL # JOINT UTILITY TRENCH� ^G 9ENAL'6"'• STORM DRAIN CROSSING . EXPIRES ]ME 4,ZM I U G 6-1 3'_g^ FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY I UG6 - 7 I N N O I m I N 4' 4' 2 z 6" 4' 4' 4' 2 m ~ MIN CLR M — — — — 1 1 2" TYP n V V I ------------------------------ 0° 12" STORM DRAIN PIPE W 10 imw ow 1 0 1 2 1/2"=V-0" scale feet ON .5 S.Glj DATE: 10/01/07 REVISION Of DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION +w p1 BERGNEERER/AB,4M DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS SIN ENR I N I NC. tq� DETAIL # JOINT UTILITY TRENCH� EXPIRES ]ME 4,2009 U G 6-7 STORM DRAIN CROSSING FINISH GRADE IS 4'-3" TOP OF SIDEWALK OR TOP OF ROADWAY UG6 'a —-- ----------- ---— -------------—------—------—---—----------—----—---------------- 0 12" STORM DRAIN PIPE o -1 -1 ... ... ..... ------ ------ -- ---——-----—-----—---- —--—---—------ 2 4' 4 4' 4' 4' 4' 'N 2 1 1/2" TYP 1 0 1 2 1/2"=l'–O" scale feet S.CC DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS 14208 DUVALL DETAIL # JOINT UTILITY TRENCH -8 STORM DRAJN CROSSING 1EXPIRES M4E 4.ZWP _j U G 6 I I 4'-3" FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY UUU - 1 0 12" STORM DRAIN PIPE in 02 4' 2 — 4 — 6" O " 4' a 6" 4' 2" TYP 2" 1 0 1 2 1/2"=l'—O" scale feet s s.ct, DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION BERGER/ABAM DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS 1420N ENE I NEERE I N C. DETAIL # JOINT UTILITY TRENCH/ E%PIRES 7ME 4,,20D9�� U G9-1 STORM DRAIN CROSSING FINISH GRADE IS to 4'-3- TOP OF SIDEWALK OR TOP OF ROADWAY UG9 - 2 --------------------------------- ------------ ----------------------------- b 12" STORM DRAIN PIPE -—---——-----—-——-——----------—--—------------------- -------- -9" 4" 2 6" 4 4 4' 4 .(N JQ 2"— 1 1/2" TYP 1 0 1 2 5c,3 le feet S.G& DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJECT: RECONSTRUCTION SE 107TH PLACE TO NEWCASTLE CITY LIMITS BERGERIABAm DUVALL 1 205 EN21NESN" N,. DETAIL # JOINT UTILITY TRENCH EXPIRES 1VE 4,2009 IUG9-2 STORM DRAIN CROSSING 4'-2 1/2" FINISH GRADE IS TOP OF SIDEWALK OR TOP OF ROADWAY vm UG9 - 3 N 9 O Lo 18" STORM DRAIN PIPE to 4'— — — 6" O4' f 4' 0:4 a 6" 4' ow TYP 2„ fm +Oil rM 1 0 1 2 1/2"=l'—O' iiiii sccle feet S s.GU DATE: 10/01/07 REVISION DUVALL AVE NE/COAL CREEK PARKWAY SE PROJEC T: RECONSTRUCTION +r 4 BpfRq , DUVALL SE 107TH PLACE TO NEWCASTLE CITY LIMITS I1Q'YZAI� ElgE i qa DETAIL 1 # JOINT UTILITY TRENCH/ EXPIRES JME 4,2009 U139-3 STORM DRAIN CROSSING FjjvjCi NBE "TrOlks, CITY OF RE.NTON jL'TI�CAFFIC SIGNAL TRRET LIGHTING CONTROL 200 AN111,4 jAW,AW4124TB SAFETY SOCKET.wl'.T'14 5TH JAW AT 9:00 POSITION '20;24i VAC,200 AMP,I PHASE.3 WIRE,COPPER BUS lAA111,113REAKIER. 150 Ai,AP,2 inOLLCUTILER HAMMER gED-1150 CU'fn"ERl-IA1,,54ERTVP--i-BAB BOLT-ON BRANCH BREAKERS; I CH 3w2 ILLUNMINA'i"ION 1 BRAN ILLUM. IN.A`1'ION BRANCH I so"]SIoNAL BRANCH 2(9!1 RECEPTACLE BRIM CH 15''1 IRRIGATION BRANCH IS,,]CONTR 01-CKT BRANC14 CCINTACTOR:3G A,LIGHTING RATED,2 POLE,120 VAC COIL QZ1 BLOCK TO REMOTE PHOTO ELECTRIC CELL ANIP,277 VAC BYPAS K S GROUND FAULT RFC-11-"' ACLE,DUPLEX,125 VAC,20 AMP CABI]NET: NEMA 31W.,DADMOUNT,412 GA PREGALVANIZL'D S'IT:EL CONSI RUC r1ON SCREENED AND GASKETED VENTS 'VNGLD DEADFRONT WE";I'I V4 TURN FASTENERS ON DISTRIBUTION SECTION HEAVY DUTY CONCEALED HINGES(Lu-T-Orr TYPE-) STA1,X1ESS STEEL VAULT HANDLES "BEST LOCK"ON DISTRIBUTION DOOR METER DOOR,INTEGRAL k.NDLO B O CKALEN M ?�.)LISI!ED WIRE GLASS WINDOW IN METER DOOR D NEOPRENE GASKET,CARD HOLDER vt ZINC PRIME,WHITE INSI I-' FINV`,11 POL)T'37;1'Tz POW/DR COAT. ALUM, YA� A,t 14 01 QD ET" , tt 7-' 4 Z 2 r Kv- wo A.V;aw CITY OF RENTON DUVALL NE/COAL CRK PKWY SE �_11)A 1C sr--107T"PL TO NEWCASTLE J)#508 ')L LISTED PER STA SERVICE CABINETSERIES 47995-['C- EQU - ="8-Q7 %,,1,E,BELIL S.OX 60686 REV 4; SKYLINE ELECTRIC & MFG. COMPANY I t?C.0 R p 0 R A 7 E 0 Metal Punching. Forfrjsnq..Welding Industrial Central Panels Panelboards 3619 7TH AVENUE SOUTH Steel Catinets SEATTLE,WSHINGTON.98134 UL Registered X X X cn cn +M X X P. in o 2cnzz LLJ W y«U m W \ Cf' o O U< W zwz �• w3< qq� �� + �� ¢ �lil mT�UO C r Z as v�s� as R w vv < Z_2_ w �'a <d w w x N J m Z G G H O W_ Ld cn o 00 °� O N z° za<"' LLJ aZ z z ��� o`-v n W N QZ X \\\ V< 1 W V) \ W \ < � a tn \� c LAJ \ o \\\ 'NIW ,ZL z z \\ o w ix o0 z 3 w o \j Ir K \ U D W y lK p Z O 6<1 z z w\S Z Z N M7 f!1 \\ O C7 m� W \\\� a / U z Z o Of \� 0 < 6 \� L. I°.• I \ J \\ `"< ( c ••:•� W uj -ow err +�r v^ 4 4 .Y S�i ac t`a f4, y Me- - ` rr - » it as wr• ow s. Lit r_: o;,c77 REVISIOPI p PF:�,lecr L'_ I� c.c_Ihl ,RE�I! Fa.RI"dV4.'� E #3Ft�CEl� i134�� ALL :E 1rj;TN F�F`>.( E T�; f lEbw'C :;TLE CITr' LIr,IIT ame ' r 1 1 rl �U aaatf �aa iya �e►.ES� UF_Tgll_ ti Tvrr WEST RETAINING WALL e:Ada, ro e vat 'v BLOCK PATTERN WITH TOP Ch's° arr