Loading...
HomeMy WebLinkAboutContract f t Bidding Requirements, CAG-12-089 City of Renton Forms, Award Date: 2- Contract Forms, Award To: Conditions of the Contract, ,n Specifications NE 3RD/4TH CORRIDOR IMPROVEMENTS Phase 1 Intersection Improvements TIB Number: 8-1-102(033)-1 '} V nn'r' Volume I of III General Sid Information:Builders Exchange of Washington,Inc. Submitted to: (425)258-1.303 City Contact: Keith Woolley City of Renton (425)430-7318 1055 South Grady Way. Consultant Contact: Chuck,Schott,PE Renton,Washington 98057 (253)604-6600 App d fo nstr c ion Submitted by: Parametrix Aoe'rtHanson,PE Date 1019 39th Ave SE,Suite 100 City of Renton Puyallup,Washington 98374 (253)604-6600 Fax(253)604-6799 S �S•t.i'JJ� �'AnL�3E1.1TJ - � V CERTIFICATION The technical material and data contained in this document were prepared under the supervision and direction of the undersigned,whose seal, as a professional engineer licensed to practice as such, is affixed below. Es S- 3 32 � `�ONAL�G $g Prepared by E. Charles Schott,P.E. ecked by Cynthia M. Clark,P.E. Approved by Austin R.Fisher, P.E. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents CITY OF RENTON RENTON, WASHINGTON CONTRACT PROVISIONS forthe NE 3rd/4th Corridor Improvements — Phase 1 Intersection Improvements Conformed Contract Documents TIB Number: TIB 9-P-102(011)-1 Project No.: CAG-12-089 August 2012 CITY OF RENTON 1055 South Grady Way Renton, WA 98057 CITY OF RENTON Project No. CAG-12-089 NE 3rd/4th Corridor Improvements — Phase 1 Intersection Improvements Conformed Contract Documents INDEX VOLUME I I. CALL FOR BIDS II. INFORMATION AND CHECKLIST FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. BIDDER'S CHECKLIST 3. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 4. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON III. PROJECT PROPOSAL 1. *PROJECT PROPOSAL COVER SHEET 2. *PROPOSAL 3. *SCHEDULE OF PRICES 4. *NON-COLLUSION DECLARATION 5. *PROPOSAL SIGNATURE PAGE 6. **SUBCONTRACTOR LIST 7. *BID SECURITY IV. AGREEMENT FORMS 1. ❖CONTRACTS OTHER THAN FEDERAL-AID FHWA 2. ❖CONTRACT BOND TO THE CITY OF RENTON 3. *FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. *CONFINED SPACE ENTRY PROGRAM AFFADAVIT 5. *INSURANCE REQUIREMENTS FOR CITY OF RENTON 6. ❖CERTIFICATE OF LIABILITY INSURANCE 7. ❖COMMERCIAL GENERAL LIABILITY 8. *:•CITY OF RENTON INSURANCE INFORMATION FORM 9. *:•CITY OF RENTON STANDARD ENDORSEMENT FORM 10. ❖LANDSCAPE AND IRRIGATION MAINTENANCE BOND * Submit with Bid ** Submit within one hour after Bids are due. ❖ Submit at Notice of Award City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements i August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Table of Contents V. CONTRACT SPECIFICATIONS 1. AMENDMENTS TO THE STANDARD SPECIFICATIONS 2: SPECIAL PROVISIONS VOLUME II -- APPENDICES A— Prevailing Hourly Minimum Wage Rates B— Standard Plans C— Geotechnical Report D— Permits and Property Owner Commitments E— Puget Sound Energy Construction Standards F— Franchise Utility Plans VOLUME III - PLANS City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements ii August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Table of Contents City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements 1. CALL FOR RIDS CAG-12-089 CITY OF RENTON CALL FOIL BIDS N€3rd/41h Corridor Improvements:Phase.1 Intersection.Improvements (Whitman Ave NE Intersection) Sealed bids will be received until 2:30 p:m., Thursday,June 28, 2012,.at.the City Clerk's Office, 7th floor of Renton City Hall, 1055 S Grady Way, Renton; WA, 98057, and will be opened and publicly read in conference room #511, 5th floor, for the NE. B'd/4'J' Corridor improvements project; Phase 1 Intersection Improvements (Whitman.Ave NE Intersection). The.work_to be performed within 120 working days from the date.of Notice to Proceed consists of providing all materials, equipment, tools, Labor and other work or items incidental thereto for the construction of roadway and utility improvements including: clearing and excavation, removal of pavements and utilities; paving with asphalt and cement concrete, pavement, constructing curbs and sidewalks, storm sewer pipes and structures, traffic signal and illumination systems, landscaping and irrigation, and all other work necessary to complete the Work as specified and shown in the Contract Documents. The engineer's estimate is approximately.$2 million. Plans specifications, addenda,and plan holders fist for this project are available on-line through Builders Exchange of Washington, Inc., at htti)://www.bxwa.com. Click.on bxwo.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. Questions about the project should be addressed to: Keith Woolley, City of Renton, Public Works Department, 1055. S Grady Way, Fifth Floor, Renton, WA,98057, phone (425) 430-7318, kwoolley @rentonwa.gov. All bid proposals shall be accompanied by a bid proposal deposit in an amount equal to five percent (5%) of.the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory contract bond within the.time stated in:the specifications, the bid proposal deposit shall be forfeited to the City of Renton. The City's Fair Practices, Non- Discrimination,and Americans with Disability Act Policies shall apply. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be inth&best interest of the.City. Bonnie 1. Walton, City Clerk Published: Daily Journal of Commerce June8&15, 2012 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Call for Bids City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements II. INFORMATION AND CHECKLIST FOR BIDDERS INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information.The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project.The following items particular to this project are repeated here for emphasis: a. Prevailing Wages.State Prevailing Wages must be paid on this project.The Prevailing Wages in effect at time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. Certified payrolls will be required on a weekly basis from the Contractor, subcontractors of all tiers, and certain material manufacturers and deliverers, depending on the regulations. b. Traffic Control and Hours of Work.This project is in a busy, congested area.Traffic Control and the safety of the travelling public will be paramount. Except as specifically allowed in Section 1-07.23(1) of the Special Provisions,the Contractor will be required to keep five lanes open to traffic during the day. Night work may be required to meet the construction schedule; at night additional lane closures will be permitted. c. Utilities.The entire underground utility system must remain in service until the new system is in place and energized; effective coordinating and scheduling with the affected utilities will be crucial. 2. Any omissions, discrepancies, or need for interpretation must be brought in writing to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or any other representative of the Owner shall, in any way, modify the Contract Documents,whether made before or after letting the contract. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions in writing to Renton City Hall—Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Keith Woolley, or • Submit questions via email to: KWoollev @Rentonwa.gov. Put"NE 3rd/4th" in the subject line. No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points.The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder.The total price of all schedules combined will be used to determine the low bidder.The Owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. 6. Payment for this work will be made in cash warrants. 7. Data from soils investigations is included as Appendix C, provided for informational purposes only. It is the bidders' responsibility to familiarize themselves adequately with the project site and existing subsurface condition as needed to prepare their bid. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 1 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Information and Checklist for Bidders 8. The Contractor and all subcontractors of all tiers must be in possession of a current City of Renton business license while conducting work for the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. 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 the time bids are due. a. Proposal-Schedule of Prices— Bidders must bid on all items and all Schedules contained in the Proposal. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. b. Non-Collusion Declaration c. Proposal Signature Page d. Subcontractor List—The Proposed Subcontractors List may be submitted with your bid, in the same envelope,or may be submitted in a separate envelope labeled as such, up to one (1)hour after the time bids are due—until 3:30 p.m. e. Bid Security/Bid Bond—The bid security accompanying the Proposal must in an amount not less than 5%of the total amount bid, including sales tax, if applicable, and may be in the form of a Bid Bond using the form included in these Contract Provisions,a certified or cashier's check made payable without reservation to the Director of Finance of the City of Renton.Surety must be authorized to do-business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. The bond form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. 10. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. a. Agreement—Two copies to be executed by the successful Bidder. b. Contract Bond—Two copies to be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance—To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The Owner, United States Postal Service, Parametrix, King County Water District No. 90, and other Franchise Utilities Named in the Bid Schedule(s)shall be named as "Additional Insureds" on the insurance policies. d. Bids&Quotes List—Names and addresses of all firms(contractors as well as suppliers)that submitted a bid or quote, successful or not to the Bidder as part of bidding the contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 2 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Information and Checklist for Bidders The above Bid and Contract Documents must be executed by the Contractor's President or Vice- President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 3 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Information and Checklist for Bidders BIDDER'S CHECKLIST 1. PROPOSAUSCHEDULE OF PRICES 2. NON-COLLUSION DECLARATION 3. PROPOSAL SIGNATURE PAGE ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA SIGNATURE ' 4. SUBCONTRACTOR LIST 5. BID SECURITY/BID BOND The documents must be executed by the Contractor's Authorized Official(s). City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 4 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Bidder's Checklist CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 their race; religion/creed; national origin; ancestry;sex; age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental 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. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. 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, this7th day of March ,2011 • CITY 0 RENTON RENTON CITY COUNCIL i Denis Law, Mayor uncil Pr ident Attest: Bonnie 1.Walton,City Clerk i,. All 1 1 11 1 1 411�\�\\\ City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Summary of Fair Practices Policy CITY OF RENTON SUMMARY OFAWMCANS WITH DISABILITIESACT POLICY ADOPTED BYRESOLMONNO. 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 thei principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating. to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,.and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS The City of Renton will cooperate fully with all organizations and commissions organized. to promote fair .practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to.services, activities and programs for people with.disabilities. Copies of this policy small be distributed to all City employees..shall appear in all operational documentation of the City, including bid calls,and shall be prominently displayed=; 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 Cotaicil Presideat Attest- ' City Cleric City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Summary of American With Disabilities Act Policy City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements 111111. PROJECT PROPOSAL Project: NE 3rd/4th Corridor Improvements— Phase 1 Intersection Improvements Project No. CAG-12-089 Company: 4 AN D6RS C-M-N69AL �pgs-mtcjzoP4, Le- Address: '281005 .S5 aitlO �..n _-- Phone No: (12-!�) 432- Q410 Fax No: 4-39,- O'q r5 a- 17. 63 Bid Amount: $ Uyn age 15 III. Project Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certifies that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement, and the nature of the work, and the method by which payment will be made for said work, and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one))6cl bond, or ❑ cashier's check, or ❑ certified check made 0 payable to the City of Renton equal to five percent(5/)of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within 45 calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required performance bond and liability insurance within 10 calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages,all as provided for in the Contract Documents. Bidder hereby agrees to complete the Physical Work in all respects within 120 working days from the date of written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 2012 Phase 1 Intersection Improvements—Contract Documents Proposal age 16 Proposal Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE OF PRICES—TOTAL OF SCHEDULES NE 3RD/4TH CORRIDOR IMPROVEMENTS—Phase 1 Intersection Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only in dollars and cents,i.e.,to two(2)decimal places(including for whole dollar amounts).All figures must be clearly legible.Bids with illegible figures in the Unit Price column will be rejected as unresponsive.Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule B and Schedule C contract prices per Section 1-07.2(2)and WAC 458-20-170. TOTAL OF SCHEDULES: • '' Schedule A brought forward $ Schedule B brought forward $ 1.0 D _ 7 9� ._14-- Schedule C brought forward $ _ 3 �T�(a 4q TOTAL BID PRICE $ d�_. 1 02 ), 2 1-1•(9,3 Note: Determination of low bidder will be based solely on the"Total Bid Price." City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 2012 Phase 1 Intersection Improvements—Contract Documents Schedule of Prices age 29 Bid Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Failure to return this Declaration as.part ofthe:bid-proposal package will make the bid nonresponsive and ineligible for award.. NON-COLLUSION DECLARATION I,by signing the proposal, hereby declare,under penalty.of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly,entered into any agreement, participated in any collusion,or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion,or other fraudulent activities should use the"hotline"to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 1 June 2012 Phase 1 Intersection Improvements—Contract Documents Non-Collusion Declaration - age 30 Non-Collusion Declaration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale �T , TY U + +. � 7 Proposal — Signature Page By signing below, Bidder acknowledges receipt and understanding of the following.Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 WM11-2- 3 2 �gh6 h-L 4 NOTE: Failure to acknowledge receipt of Addenda may be considered as on irregularity in the Bid, Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below,Bidder certifies that: 1. Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. 2. Bidder expressly agrees to all provisions of the WSDOT/APWA Standard Specifications for Road Bridge and Municipal Construction(2010) and as modified in the Bid Documents,including all indemnity provisions and Title 51 waiver of immunity for workplace injuries contained in General Requirements Section 1-07.14. The Surety Company which will furnish the required Contract Bond is !?RoPEL l Nsa"r cc of /gO1_ FACf.hiC Ave_-,ae-orna4 W4 9840 . (Name) (Address) Bidder: SR nl DERS `'T. rt4 E21t[.. 0_ONST-RA4 CT70f4 , LLC Signature of Authorized Official: Printed Name and Title: al len .S-Anc>er-S_ //VA.na ce V- Address: :28105 'S6 <<o'K` �-n . Nlad� V�1.I( ,; W4gw3f L�- Circle One: Individu Partnership oint Venture/ State of Incorporation: Cor'pforati Phone No.: LgJ) � i'2- 040 Date: it (0126112- This address and phone number is the one to which all communications regarding this proposal should be sent. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 1 June 2012 Phase 1Intersection Improvements—Contract Documents Proposal-Signature Page age 31 Proposal-Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale City of Renton Business License No.: C2100/9 WA State Contractor's Registration No.: '5A 14 oeF&C 03n t> UBI No.: &0/-1$8'-9 74 Industrial Insurance Account No..: 9,Z(pl (000 - Od Employment Security Department No.: �90 (v07 DO O State Excise Tax Registration No.: 4901-7,510 -974 DUNS No.: NOTES: 1. If the Bidder is a co-partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items.If any unit prices or extensions are left blank,they will be entered as$O- no charge. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 2 June 2012 Phase 1 Intersection Improvements—Contract Documents Proposal-Signature Page age 32 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com-Always Verify Scale 3 Subcontractor List r Prepared in compliance with RCW 39.30.060 as amended I To Be Submitted with the Bid Proposal or up to one(1) hour after bids are due Project Name: _ N G_ 3f �} ' Corridor,_T:O�ProVern�°Kf:S Fbasc.1 TnJ-erSee..fion. .j n,prbownents On bids of one million dollars($1,000,000)or more,each Bidder shall list subcontractors for the following {') categories of work:heating,ventilating,and air conditioning;plumbing(RCW 18.106);and electrical(RCW 19.28). J{ If Bidder is to perform such work itself,so state.Failure to submit names of subcontractors,or of Bidder to name I itself,will render the bid void.The requirement to name the prime contract bidder's proposed HVAC,plumbing and electrical subcontractors applies only to proposed HVAC,plumbing,and electrical subcontractors who will (, contract directly with the prime contract bidder submitting the bid to the public entity.The successful Bidder must ( ( have the written permission of the Owner to make any change to this list. y l Percent of total bid to be performed by Bidder " 5 % L { If no subcontractor,is listed below,the bidder acknowledges that it does not intend to use any subcontractor to l ` perform those items of work. Subcontractor Name 2 O (1 Work to be Performed e- iG:h I Ca. I Percent of Total Bid Subcontractor Name ' Work to be Performed Percent of Total Bid Subcontractor Name Work to be Performed Percent of Total Bid Subcontractor Name Work to be Performed --- --- -__ - Percent of Total Bid Bidder's are notified that in the opinion of the enforcement agency PVC or metal conduit,junction boxes,etc.are considered electrical equipment and must be installed by a licensed electrical contractor,even if the installation is for future use and no wiring or electic current is connected during the project.A licensed electrical contractor must be listed to perform the work. i . I warrant that the above information is complete and accurate to the best of my knowledge. � , C i 15 A� CoNSr « Name of Bidder I Signi ure of Authorized Official f City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 2012 Phase 1 Intersection Improvements—Contract Documents Subcontractor List ;age 33 Subcontractor List Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5290836 This Bower df Attorney limits the acts of those named herein,and they have no.authodty to bind the Company except In the manner and to the extent herein stated. Certificate No. First National Insurance Company of America General Insurance Company of America Safeco Insurance Company of America I POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America are corporations duly organized under the laws of the State of New Hampshire(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, KAREN SWANSON,ERIC A.ZIMMERMAN,KRIS71NE A.LAWRENCE,ANNE E.STRIEBY,JENNIFER L.SNYDER,JULIE R.TRUnT, PEGGY A.FIRTH,CHRISTOPHER KINYON,JAMES B.BINDER,PETER J.COMFORT,BRENT E.HEILESEN,BRADY MORIARTY,LISA M.ANDERSON,WYNTRENE MACE,BONNIE NORTH, MITCHELL R.SMEE,KELLIE HOGAN,BARBARA A.JOHNSON,SANDRA J.KULSETH,PHYLIS C.ROBISON,JEFFREY L:ZIMMERMAN,"KATHY L PATTON,DIANE M.HARDING, JAKE OJA,CHRISTINA V.FENIMORE,JAMIE DIEMER............................... ..............................................................:.............:..................................................................................................................... all of the city of TACOMA -,state of WASHINGTON each individually If there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,�recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate'seals of the Companies have been affixed thereto this 3rd day of April 2012 C 0?Ja &t�C sods �'t CO�p� f `\ First National Insurance Company of America I 1 5 # =1 19 �� i� 1953 `° General insurance Company of America M W ? ,�k ,� a� �,p� � °� � p�� Safeco Insurance Company of America N I) Q. fir, � �� Q d By: may' _ C rn p IA Gregory W.Davenport,Assistant Secretary d IIxa.0 STATE OF WASHINGTON ss Q` COUNTY OF KING C eo em C yOn this 3rd day of April 2012 , before me personally appeared Gregory W. Davenport,who acknowledged himself to be the Assistant Secretary of First National W I) v d Insurance Company of America, General Insurance Company of America,and Safeco Insurance Company of America,and that he,as such,being authorized so to do,execute the Ay 46.2 foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W > E 0 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. 0 C Qer! N 40 f 1✓V CA' p d i "I" i7Y i � B L KD Riley,Nota ublic 3 t0 0. pad. e0 p ` This Power of Attorney is made and executed pursuant to and by authority of the following By-law and Authorizations of First National Insurance Company of America, General H CD Ai+. Insurance Company of America,and Safeco Insurance Company of America,which are now in full force and effect reading as follows: c ( III d ARTICLE IV–OFFICERS–Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and , p C subject to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,reoognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their L+� respective powers of attorney,shall have full power to bind the Corporation by their signature and executed,such instruments shall be as binding as if signed by the President and > IIw L attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board,the d c2 'Q v Chairman,the President or by the officer or officers granting such power or authority. r N to C LE ao Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such M II 0 v attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,reoognizances and C c other surety obligations. v�– o Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary F of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I,David M.Carey,the undersigned,Assistant Secretary,of First National Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America do hereby certify that the original power of attorney of which the foregoing is a full above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of s r aid Companies this day of ��� 20-1)-- . CEC° Cl Co � � Q�a+�T�.aq 1928 1923 �5 :1 U0 ll^^ 3 w' By David M.Carey,Assistant Secretary POA-FNICA,GICA&SICA LMS_12874_012012-3 Company 14 SCHEDULE OF PRICES Date: w hl This certifies that the undersigned has examined the location of NE 4th Street between Union Avenue NE and East of Whitman Ct.NE And that the plans,specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available in accordance with the said,plans,specifications and contract,and the following schedule of rates and prices: (Note: Unit prices for all items,all extensions and total amount of bid shall be shown. All entries must be typed or entered in ink) 'Show price per unit in figure only. Figures written to the right of the dot(decimal)in the price per unit column shall_be interpreted as cents ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT N0. I DOLLARS DOLLARS a Mobilization - - -- - 1.09 SP-- - A-1 � 0 D 0 L.S. LUMP SUM A-2 Engineers Field Office 1.09 SP L.S. LUMP SUM / A 0D 00 A-3 0.5 Clearing and Grubbing 2-01 SP AT ACRE D' 50 PER ACRE A-4 9 Removing Drainage Structure 2-02 SP AT EACH /�00 . !' Q`•"`i • 00 PER EACH A-5 470 Removing Storm Sewer Pipe 2-02 SP AT L.F. PER LINEAR FOOT I 7 • too O 3;110' 0 6) A-6 Removal of Structures and Obstructions 2-02 SP L.S. LUMP SUM /� 5 O • 00 A-7 610 Removing Cement Cone.Pavement 2-02 SP AT S.Y. 114 •D0 q, ?'!00 00 PER SQUARE YARD A-8 580 Removing Cement Cone.Sidewalk 2-02 SP AT S.Y. 4 . 00 3 0A 00 PER SQUARE YARD A-g 1,350 Removing Cement Cone.Curb and Gutter 2.02 SP AT L.F. / . Z5 ! 6 87 . s0 PER LINEAR FOOT A-10 1,790 Removing Cement Cone.Curb 2-02 SP AT L.F. / - 70 31 0,43. 00 PER LINEAR FOOT A-11 3,790 Removing Asphalt Cone.Pavement 2-02 SP AT S.Y. PER SQUARE YARD 9 .30 3 i 4s7• oo A-12 20 Removing Plastic Line 8.22 SP AT L.F. G - 00 j;?o - 00 PER LINEAR FOOT - - - A-13 1,090 Removing Paint Line 8.22 SP AT L.F. /- 00 PER LINEAR FOOT A-14 4 Removing Painted Traffic Marking 8.22 SP AT EACH !0 •00 h 1/0 00 PER EACH (� �[ 7 A:15 2 Removing Plastic Traffic Marking 8.22 SP AT EACH ' �0 • 00 h qo D0 PER EACH i- City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-1 Schedule of Prices tge 15 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. ��rt DOLLARS DOLLARS C.�'J1t17.'.+�d�71i3 A.16 630 Removing Chain Link Fence 2-02 SP- AT h C/'� L.F. f. ✓ !�' OO PER LINEAR FOOT A-17 100 Cold Mix 2.02 SP AT TON , ,O t 1 , 0 0 PER TON A-18 580 Roadway Excavation Incl.Haul 2-03 SP AT /� AA V/�D C.Y. '3 0- PER CUBIC YARD 00 I 2 A-19 120 Unsuitable Foundation Excavation Incl.Haul 2=03 SP AT C.Y. :20 00 P- Yoo• 0 0 PER__CUBIC YARD A.20 3,040 Gravel Borrow Incl.Haul 2-03,6-13 A TON SP PER TON 1 / • 00 51, 700- 00 5 1, 70 0. 0 M A.21 70 - Infiltration Base Rock Incl.Haul 5.06 SP A �y TON 3 1 • ©1, / [© '0 0 PER TON A-22 15 Catch Basin Type 1 7.05 SP AT t { EACH 1, 000 - 00 1 � V)0&0 Q PER EACH A-23 3 Catch Basin Type 2 48 In.Diem. 7.05 SP AT EACH 00 000 ' 00 PER EACH A-24 1 Catch Basin Type 2 60 In.Diam. 7.05 SP AT EACH 600.00 1 3� Goo ' ao PER EACH A.25 123 Ductile Iron Storm Sewer Pipe 12 In.Diam. 7.04 SP AT L.F. 75, oo q,2LS•00 PER LINEAR FOOT A-P6 649 Corrugated Polyethylene Storm Sewer Pipe 12 In.Diam. 7-04 SP AT LF. �••51 ©0 PER LINEAR FOOT - A-Y7 120 Corrugated Polyethylene Storm Sewer Pipe 6 In.Diam. 7-04 SP AT I� L.F. 41 . 00 17,.310. oo PER LINEAR FOOT A-28 Bloflltration Vault 7-06 SP LS. LUMP SUM ' 001) . 00 A-29 1 Resetting Existing Hydrant 7-14 SP AT EACH 31zloo. oa 3, 400• oa PER EACH A-30 1 Service Connection 34 in.Diam. 7-15 SP AT /� ^ EACH O. B � y # I Ov O'U PER EACH /o � I A-31 1 Service Connection 1 In.Diam. 7.15 SP AT EACH x+200. 04 21 200 . 00 ----- -----.___ ---.__---- PER EACH A-32 2 Service Connection s-1/2 In.Diam. 7.15SP AT EACH 31 900.00 VIIS/00. 60 PER EACH City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-2 Schedule of Prices . ,age 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS �I!l A•33 1,120 Structural Earth Wall - 6-13 SP AT S.F. PER SQUARE FOOT 00 © O Q A-34 1,350 Crushed Surfacing Top Course- - 4-04,6-13 AT - - _ x$ •00 TON SP PER TON A-35 470 Cement Cone.Pavement-3-Day 5.05 SP AT �6•�ja^" { �0 C.Y. PER CUBIC YARD A-36 50 Decorative Cement Cone.Pavement 5-05 SP AT S.Y. 170 -00 00 PER SQUARE YARD 57 Ov A-37 520 Epoxy-Coated Tie Bar with Drill Hole 5-05 SP AT EACH J 7 $© 9! 1,00 00 PER EACH A-38 1,140 Corrosion Resistant Dowel Bar 5-05 SP AT 1 � �• OO EACH ' /•�O O J� PER EACH • A-39 830 HMA Cl.1/2 IN.PG 64.22 5.04 SP AT '^ TON • oo !�, (y ieo• 00 PER TON .. • . 1 • -.._ .._. A-40 Irrigation System - 8-01 SP L.S. LUMP SUM 3 C 0� 0o A-41 Irrigation Protection and Restoration.Area 2.1 8-01 SP L.S. LUMP SUM 350 • 00 A-42 Irrigation Protection and Restoration-Area 2.2 8.01 SP L.S. LUMP SUM 350 - 00 A-43 Irrigation Protection and Restoration-Area 3-1 8-01 SP L.S. LUMP SUM 3.50 - 0,0 A-44 Irrigation Protection and Restoration-Area 3.2 8-01 SP L.S. LUMP SUM ! O Q 0 +r A-45 Irrigation Protection and Restoration-Area 5.1 8.01 SP L.S. LUMP SUM 700 . 0,0 A-46 Irrigation Protection and Restoration-Area 5.2 8-01 SP L.S. LUMP SUM A-47 Irrigation Protection and Restoration.Area 7-2 8-01 SP {Q L.S. LUMP SUM /) 700 - O a A-48 Irrigation Protection and Restoration.Area 20.2 8-01 SP L.S. LUMP SUM n�V, 0 0 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-3 Schedule of Prices age 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS �Gl A-49 Irrigation Protection and Restoration-Area 20.3 - "1 SP L.S. LUMP SUM (0 0 0 00 A-50 Irrigation Protection,Restoration and Extension- 8-01 SP Area 7-1 L.S. LUMP SUM 9�� QQ A-51 Irrigation Protection,Restoration and Extension- 8.01 SP - 1 Area 20-1 L.S. LUMP SUM O0 o0 A-54 Irrigation Protection,Restoration and Extension- 8.01 SP Area 20.4 L.S. LUMP SUM A-53 30 Inlet Protection - - 8.01 SP AT EACH PER EACH 7 •0 O C� 12 50 •00 A-54 640 Silt Fence 8-01 SP AT LF. 2„ - 50 b 00 00 PER LINEAR FOOT A-55 ErosionfWater Pollution Control 8.01 SP EST. ESTIMATED 1,500.00 A-56 SWPPP 8-01 SP L.S. LUMP SUM 5 0• o0 A-57 90 ESC Lead B-01 SP AT J DAY 115. 00 (Q 750. 0 0 PER DAY A-58 0.16 Seeding,Fertilizing,and Mulching 8-01 SP AT / ,� ACRE y 0#6• O0 6i 0 00 PER ACRE , l A-59 160 Topsoil Type A 8.02 SP AT C.Y. q# . 00 7 0�0 00 PER CUBIC YARD I A-60 24 PS-Edward Goucher Abelia,5 Gal. 8.02 SP AT EACH 2 1 00 00 PER EACH A-61 157 PS-Lowfast Cotoneaster,1 Gal. 8-02 SP AT �J EACH 10 - 00 /�.T710. 0 0 PER EACH A-62 350 PS-Blue Oat Grass,1 Gal. 8-02 SP AT EACH I ! . &0 4 040 , oo PER EACH A-63 11 PS-Tschonosi i Crabapple,2 Inch Min.Caliper 8-02 SP AT EACH 3 5Q' 00 3�850 • 0 0 PER EACH A-64 241 PS-Goldflame Spiraea a-02 SP AT EACH a,.0 00 41 b r 2 0 • ©0 PER EACH A-65 64 PS-Emerald Green Arborvitae,5 Ft.Min.Ht. 8-02 SP AT EACH L f 1 O Q 3J008 - 00 PER EACH A-66 3 PS-Decidious Tree,2 Inch Min.Caliper 8.02 SP AT EACH 2 '0 . 00 PER EACH City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-4 Schedule of Prices age 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS A-67 40 Bark Mulch - 8-02 SP AT Q C.Y. 44 • PER CUBIC YARD A.68 650 Sod Installation 8-02 SP AT S.Y. 7 ' 00 �,,s sp o 0 PER SQUARE YARD A-69 Plant Establishment-2-Year 8-02 SP - L.S. LUMP SUM 151000 , 00 A-70 600 Cement Cone.Traffic Curb and Gutter 8.04 SP AT ' /) 17 r�C 0 O O LF. i► 0 PER LINEAR FOOT A.71 1,210 Cement Cone.Traffic Curb 8.04 SP AT 0 t 1 4 itu �J _#V I J0 0 PER LINEAR FOOT V'�► A.72 960 Cement Cone.410C Curb 8-04 SP AT �/(� �/+/� L.F. I 1 . 10 V� I��' 00 PER LINEAR FOOT A-73 380 Type C Precast Traffic Curb - 8.04 SP AT LF. Iz . 00 PER LINEAR FOOT f A-74 120 Cement Cone.Pedestrian Curb 8-04 SP AT /ny L.F. .2 2 . 00 ��� O 0 PER LINEAR FOOT I A-75 140 Cement Cone.Traffic Island Curb 8-04 SP AT L.F. Af 5.00 300 ' Off PER LINEAR FOOT A-76 810 Paint Line 8-22 SP AT �f L.F. • !!�Q ��f 00 PER LINEAR FOOT__ A-77 970 Painted Wide Line 8-22 SP AT L.F. ' . 970 . oQ PER LINEAR FOOT A-76 540 Plastic Crosswalk Line 8-22 SP AT S.F. 50 /, iflo . 00 PER SQUARE FOOT A-79 55 Plastic Stop Line 8-22 SP AT 6 . 00 L.F. 330 � 00 PF..R I INFAR FOOT A-60 9 Plastic Traffic Arrow 8.22 SP AT EACH 50 .00 �5� 00 PER EACH A-81 2 Painted Access Parking Space Symbol 8-22 SP AT EACH l / . 00 PER EACH ff V A-82 6 Painted Bicycle Lane Symbol 8-22 SP AT �r EACH /•5a • oo �i � - 0 0 _ --- -- _PER EACH_. -_✓ A-88 3 Raised Pavement Marker Type 1 8.09 SP AT }� HUND. 350 0 5-0 D 0 PER HUNDRED A-84 3 Raised Pavement Marker Type 2 8.09 SP AT / N HUND. / oO- D0 u PER HUNDREDVVVV!!!! ' � v OD ' D0 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-5 Schedule of Prices age 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO, DOLLARS DOLLARS A.85 Permanent Signing 8.18 SP L.S. LUMP SUM y �OO 00 A-86 Illumination System Complete-NE 4th Street 8-20 SP L.S. LUMP SUM ��3 3 00•. 00 III A-87 Illumination System Modifications-USPS Mail Drop 8-20 SP L.S. LUMP SUM �00 60 A.88 Traffic Signal System Complete—Whitman Cf.NE 8.20 SP •� L.S. LUMP SUM O0• 0O A-89 Traffic Signal System Modified—Union Avenue NE 8-26 SP L.S. LUMP SUM /j O 7A. v o A-90 ITS System Complete 8.20 SP L.S. LUMP SUM A.91 Project Temporary Traffic Control 1-10 SP L.S. LUMP SUM C 000 . 00 A.92 Pedestrian Traffic Control 1.10 SP J V V L.S. LUMP SUM I O n O �O • A-93 Type B Progress Schedule '8-12 SP L.S. LUMP SUM 1) J00 - 00 A-94 950 Structure Excavation Class B Incl.Haul 8-12 SP AT C.Y. ►5 - 00 PER CUBIC YARD 2,50. DO A.95 Shoring or Extra Excavation Class B 2.09 SP L.S. LUMP SUM ) 000 . 00 A-96 50 Controlled Density Fill 209 SP AT C.Y. /t4D. oo 7 000. 00 PER CUBIC YARD / A-97 360 Filling Pipe with CDF 7.08 SP AT L.F. 7 . 00 z 1 5 zo. 00 PER LINEAR FOOT A-98 Contractor Surveying 1-05 SP L.S. LUMP SUM n1 000 . 00 A-99 Project Red Line Drawings 1-05 SP p4f L.S. LUMP SUM 9 00 , OQ A-100 260 Cement Conc.Sidewalk 9-14 SP AT I S.Y. 45 . 00 1 ) '700 - 00 PER SQUARE YARD A-101 310 Pervious Cement Conc.Sidewalk 8-14 SP AT �0 415# 00 S.Y. • d�•�!f O PER SQUARE YARD �/ V A-102 60 Cement Conc.Sidewalk Thickened Edge 8.14 SP AT }� L.F. " • QV . 00 PER LINEAR FOOT City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-6 Schedule of Prices age 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT NO. ��nn DOLLARS DOLLARS �W A-103 100 Cement Conc.Driveway Entrance Type 1-3-Day 8.06 SP AT S.Y. 0 • 0o (p' 300 • oa PER SQUARE YARD A-104 200 Cement Conc.Driveway Entrance Type 3-3-Day 8.06 SP AT S.Y. ( 3 . oo Z (000 • 00 PER SQUARE YARD A-105 1 Cement Conc.Curb Ramp Type Parallel A 8.14 SP AT EACH `7 W �V '00 ` &F50 . 00 PER EACH A-106 2 Cement Conc.Curb Ramp Type Combination 8-14 SP AT EACH PER EACH /�O 115oo. V D O O 0 • 0 A-107 6 Cement Conc.Curb Ramp Type Single Direction A 8-14 SP AT /�� EACH 62-50- 00 7! 500 • Vv PER EACH A-108 210 Chain Link Fence Type USPS-8 Ft.Ht. 8-12 SP AT L.F. 2q . 00 51 98�p. 00 PER LINEAR FOOT A-109 225 Coated Chain Link Fence Type 3(Mod.)-8 Ft.Ht. 8-12 SP AT //�� L.F. zq . OV 5 25 0'0 PER LINEAR FOOT A-110 54 Coated Chain Link Fence Type 4 8-12 SP AT • 00/� L.F. + 9 • OV ' ) o�'V PER LINEAR FOOT I / A-111 140 Chain Link Fence Type 6 8.12 SP -AT LF. Q410 • 00 PER LINEAR FOOT Z . 00 21 A-112 2 Single Chain Link Gate 8-12 SP AT EACH 410 - 00 S~1.0 • 00 PER EACH A-119 1 Double Coated 14-Ft.Chain Link Gate-8 Ft.Ht. 8-12 SP AT EACH l�,�OD• D0 � � SDO . OO PER EACH .._._.. A-114 1 Double Coated 26-Ft.Chain Link Gate-8 Ft.Ht. 8.12 SP AT �^/n� EACH S i) I O0. 0 0 2 1 1 0 • O D PER EACH 1 A-115 Security Gale System Complete 8-20 SP •;4, 00&- 0 O L.S. LUMP SUM �J A-116 Temporary Fencing and Construction Site Security 1-0718-12 SP L.S. LUMP SUM 5700 , 0 0 tf A-117 5 Connection to Existing Catch Basin 7-05 SP AT �f EACH Z.40. 0D �j 00 • 0 0 PER EACH A-118 9 Adjust Manhole 7-05 SP AT EACH �pp ' 00 X500 • 00 PER EACH A-119 14 Adjust Catch Basin 7-05 SP AT EACH �oo • 00 2, goo . 00 PER EACH - _-- -- A.120 3 Adjust Valve Box 7-05 SP AT EACH 2 p o • 00 (goo - 00 PER EACH A-121 Minor Change 104 SP EST. ESTIMATED 20,000.00 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-7 Schedule of Prices age 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS MHOW 8 A-122 SPCC Plan 1-07 SP L.S. LUMP SUM 5-00� , D O A-123 Utility Potholing 1-07 SP EST. ESTIMATED 10,000.00 A-124 Resolution of Utility Conflicts 1-07 SP EST. ESTIMATED 10,000.00 A-125 Miscellaneous LISPS Site Modifications 8-14 SP L.S. LUMP SUM 000 , f�D SCHEDULE A SUBTOTAL=$ !� �P 87) 4 53 ,0 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 A-8 Schedule of Prices age 22 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS g.t Mobilization 1.09 SP L.S. LUMP SUM "All, 0 0 0• 00 B-2 Trench Excavation Safety Systems 2-09 SP L.S. LUMP SUM (.01300 • 00 B-3 1,127 Crushed Surfacing Top Course 7-08 SP AT TON /�� 21 -------- --- --..__.--- - - PER TON V B-4 760 Joint Utility Trench 8.31 SP AT ?2�/ LF. 36 • OQ 127, ✓O • 00 ---_-__PER LINEAR FOOT -__-- B.5 360 Lateral Trench 8-31 SP p L.F. 3o • OO / 0/ goo • 00 PER LINEAR FOOT B-6 3 Install Vault-PSE Type 3642 8.31 SP AT I� EACH 735- 00 2 J 2D S ' DO PER EACH B-7 5 Install Vault-PSE Type 575 6.31 SP AT G EACH 645-00 3, 37.15 • 00 PER EACH B-8 2 Install Vault-PSE Type 5106 8-31 SP AT EACH 466'. 00 `� 370 . 00 PER EACH 8.9 1 install Vault-PSE Type 1324 8.31 SP AT EACH (P 50 . 00 PER EACH B-10 2 Install Vault-CenturyLink Type 264-TA 8.31 SP AT EACH 33A> - 00 &70 If 00 PER EACH B.11 1 Install Vault-CenturyLink Type 910 8.31 SP AT EACH 340 - 00 'Z.J/_1p O• OQ PER EACH B-12 2 Install Vault-Comcast Type 444 8.31 SP AT EACH 300 . DO (, OO. 00 PER EACH B-13 35 Install Conduit Pipe 3 In.Dism.-PSE 8-31 SP AT L.F. 9 . 00 PER LINEAR FOOT 70 B-14 2,685 Install Conduit Pipe 4 In.Diam.-PSE 7.10 SP AT L.F. 2• OO 3?O 00 PER LINEAR FOOT B-15 2,045 Install Conduit Pipe 6 In.Diam.-PSE 7.12 SP AT L.F. Z . OO 4) 010 - OO PER LINEAR FOOT City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 B-1 Schedule of Prices age 23 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTALAMOUNT NO. DOLLARS DOLLARS B-16 1,375 Install Conduit Pipe 4 In.Dlam.-CenturyUnk 7.12 SP AT f� /� L.F. . 0ID 7,6V .00 PER LINEAR FOOT. B-17 2,560 Install Conduit Pipe 3 In.Diam.-Contcast 7-14 SP AT L.F. 0 0 5l) 00 PER LINEAR FOOT SCHEDULE B SUBTOTAL=$ SALES TAX AT 9.5% 8-\./ 7 '_87 - SCHEDULE B TOTAL=$ i o,r7 q City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 B-2 Schedule of Prices age 24 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS C-1 Mobilization 1-09SP L.S. LUMP SUM 33, 500 • DD C-2 0.25 Clearing and Grubbing 2.01 SP AT ACRE 4 . 00 / . 00 PER ACRE C-3 2.875 Gravel Borrow Incl.Haul 2-03 SP AT TON I� /V • 4-7 z�� W(J• /J PER TON C-4 Shoring or Extra Excavation Class B 2-09 SP LS. LUMP SUM 1) 200 - 00 C-5 225 Controlled Density Fill 2.09 SP AT C.Y. 117 - 00 i 11, 3 2S: 00 PER CUBIC YARD C-6 Abandon Existing Water Main 7-08 SP L.S. LUMP SUM 110 . DO C-7 8 Connection to Existing System 7-09 SP AT (p7 EACH 2)370. 00 1 S,9(00. 00 PER EACH C-8 165 Class 53 Ductile Iron Pipe for Water Main 8 In.Diam. 7.09 SP AT / L.F. 1/0 • 00 g1 150 • 00 PER LINEAR FOOT C-9 275 Class 53 Ductile Iron Pipe for Water Main 12 In.Diam. 7-09 SP AT LF. /&D. 0 0 ! 000 • 00 PER LINEAR FOOT C-10 590 Class 53 Ductile Iron Pipe for Water Main 16 In.Diam. 7-09 SP AT L.F. /10 . D0 / 1Z� 1 oQ • oa PER LINEAR FOOT C-11 1,030 Polyethylene Casing for Ductile Iron Pipe 7-09 SP AT /� (� L.F. 40 J� yy2 . 00 - PER LINEAR FOOT C-12 1 4-Inch Blow-OH Assembly 7.09 SP AT •� EACH 3) R60- 00 3j $00 . 00 PER EACH -- C-13 60 Removal and Replacement of Unsuitable Foundation Material 7.09 SP AT C.Y. 50 •00 3,o00 . oo PER CUBIC YARD C-14 25 18-Inch Steel Casing 7-10 SP AT L.F. 134) . Q'D 270 00 PER LINEAR FOOT C-15 1 31n.Air/Vacuum Valve Assembly 7.12 SP AT EACH 4)Sfoo . 00 41 $Oo , 00 PER EACH C-16 1 Gate Valve 16 In. 7.12 SP AT /y �f EACH q)goo. 00 I oo. 00 PER EACH City of Renton 214.1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 C-1 Schedule of Prices age 25 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM UNITS ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. DOLLARS DOLLARS C-17 1 Gate Valve 8 Inch 7-12 SP AT EACH ,1 3 So- oo 1 356 DO PER EACH C-t 8 2 Fire Hydrant Assembly 7.14 SP AT ,y EACH 5', ,4'06. 66 /I; Of/ DO PER EACH SCHEDULE C SUBTOTAL=$ SALES TAX AT 9.5% Zq, 581 .74_ SCHEDULE C TOTAL=$ 3 0, 49 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 25,2012 Phase 1 Intersection Improvements—Addendum No.2 C-2 Schedule of Prices age 26 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements IV. AGREEMENT FORMS CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this .� day of , 20 la . by and between THE CITY OF RENTON.,Washington, a municipal corporation of4e State of Washington, hereinafter referred to as "CITY" and,5,R g6Fgs GEA>E'R1°L ,hereinafter referred to as"CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 120 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform .all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and 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 Project No. CAG-12-089) for improvement by construction and installation of: , Roadway and utility improvements including g learing,.and excavation, removal of pavements and utilities, paving with asphalt and cement concrete pavement, constructing curbs and sidewalks, storm sewer pipes and structures,traffic signal_and illumination systems,landscaping and irrigation systems. All the foregoing shall be timely performed, furnished, constructed; installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated,and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor,materials, appliances,machines,tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of.this agreement, consists of the following documents,all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications,if any City of Renton 214-1779-039 N E 3rd/4th Corridor Improvements 1 June 2012 Phase 1 Intersection Improvements—Contract Documents Agreement age 36 Agreement Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within .ten (10).days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract,provided, however,that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are.in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. 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 to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid,certified or registered mail. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 2 June 2012 Phase 1 Intersection Improvements—Contract Documents Agreement age 37 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 80 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-089 of Standard Specifications as liquidated damages (and not as a penalty)for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment 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 the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment.,of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of 1, ),a9 gig. I3 11,1M O rLd reJ n til -660 hanlrgJ Se V entre e n o t l a S which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 3 June 2012 Phase 1Intersection Improvements--Contract.Documents Agreement age 38 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ,1 IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand,and seal the day and year first above-written. CONTRACTOR CITY OF RENTON President/Partner/Owner Mayor Denis Law t, ATTEST ,r.. w . Secretary City Clerk Bonnie r. V-ali (-�1�n StcrtGQtrs d/b/a J�nlb��5 �E.�JER.fI C. �0/US?tt�K CT7o/�l , L.LC. Firm Name check one O Individual Partnership O Corporation Incorporated in CL-C) Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. x. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 4 June 2012 Phase 1 Intersection Improvements—Contract Documents Agreement age 39 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ............­1........... ............. ...................... .............. Bond No. 023021016 CONTRACT BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Sanders General Construction, LLC as principal,andFirst National Insurance Company of Arnerictorporation organized and existing under the laws of the State of New Hampshire as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations,as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $2,129,21,7.63 for the payment of which sum -on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Renton Washington,this 6th —day of August 2012 Nevertheless, the conditions of the above obligation are such that: WHEREAS,under and pursuant to Public Works Construction Contract CAC-12-089 providing for construction of the NE 8 th CorrIdar Improvements,–E.hase I Intersectio.n.imor-ovem exits.Project the Principal has accepted,or is about to accept,the contract,and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the condition that Principal: Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; as Pays all laborers,mechanics,subcontractors, lower tier subcontractors,material persons,and all other persons or agents who supply labor,equipment,or materials to the Project; 0 Indemnifies and holds Owner,its officers,and agents harmless from and against all claims, liabilities,causes of action,damages,and costs for such payments for labor,equipment, and materials by satisfying all claims and demands incurred under the Contract,and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and * Indemnifies and holds Owner harmless from all claims,liabilities,causes of action,damages and costs,Including property damages and personal injuries,resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. • Pays all taxes incurred on said contract undertitle 50 and 51 Revised Code of Washington(RCVS/) and ail taxes imposed on the Principle under Title 82 RCW, The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. City of Renton 214-1779,039 NE 3rd/4th Corridor Improvements June 2012 Phase I intersection Improvements-Contract Documents Bond to the C,ty of Renton Page 4() Contract Bond to The City of Renton , P,,vid'd to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.cam-Always Verity Scale .............. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change,extension of time,alteration, or addition to the terms of the Contract or the Work,with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent(200%). If any modification or change increases the total amount to be paid tinder the Contract, Surety's obligation under this Performance and Payment Bond shall automatically Increase in a like amount. Any such increase shall not exceed twenty-five percent(25%)of the arigihal amount of the Performance and Payment Bond without the prior written consent of Surety, This Contract Bond shall be governed and construed by the laws of the State of Washington,and venue shall be in King County,Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 8th day of August j 20 12 Sanders General Construction, LLC First National Insurance Company of America Principal Surety %j Signarlure 09 ature Julie R. Truitt, Attorney-in-Fact Title Title Name and address of local office of Propel Insurance agent and/or Surety Company: 1201 Pacific Avenue Suite 1000 Tacoma, WA 98402 Surety componi.es executing bonds must appear on the current Authorized insurance List in the State of Washington per Section 1.02.7 of the Standord Specifications. City of Renton 214-1779-039 NE 3rd/41h Corridor ImprovemeAtt lone 2012 Phase intersection improvements-Contract Documents lid to the City of Renton Page 41 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5291040 This Power Idf Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. First National Insurance Company of America General Insurance Company of America Safeco Insurance Company of America POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America are corporations duly organized under the laws of the State of New Hampshire(herein collectively called the`Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, KAREN SWANSON,ERIC A.ZIMMERMAN,KRISTINE A.LAWRENCE,ANNE E.STRIEBY,JENNIFER L.SNYDER,JULIE R.TRUITT, PEGGY A.FIRTH,CHRISTOPHER KINYON,JAMES B.BINDER,PETER J.COMFORT,BRENT E.HEILESEN,BRADY MORIARTY,LISA M.ANDERSON,WYNTRENE MACE,BONNIE NORTH, MITCHELL R.SMEE,KELLIE HOGAN,BARBARA A.JOHNSON,SANDRA J.KULSETH,PHYLIS C.ROBISON,JEFFREY L.ZIMMERMAN,KATHY L PATTON,DIANE M.HARDING, JAKEOJA,CHRISTINA V.FENIMORE,JAMIE DIEMER................................................................................................................................................................................................................................. all of the city of TACOMA state of WASHINGTON each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 3rd day of April 2012 �u cc Co 'Scot of, .�r First National Insurance Company of America E l 't �l 1 3 ° GenerallnsuranceCom an of America Company • N� �� � � �� °� �A � �,,' Safeco Insurance Company of America In to By. Gregory W.Davenport,Assistant Secretary IC d a IImo++ STATE OF WASHINGTON ss 1?` COUNTY OF KING M eo M C iOn this 3rd day of April 2012 , before me personally appeared Gregory W. Davenport,who acknowledged himself to be the Assistant Secretary of First National W 1145 v d Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America,and that he,as such,being authorized so to do,execute the �V) 0 foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c W r e'o IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. 00. 0 d NOTARY KD Riley,Nota ublic 3 m do CL -` This Power of Attorney is made and executed pursuant to and by authority of the following By-law and Authorizations of First National Insurance Company of America, General n CD M H Insurance Company of America,and Safeco Insurance Company of America,which are now in full force and effect reading as follows: w w �d ARTICLE IV-OFFICERS-Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and p C subject to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, .a seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their M G respective powers of attorney,shall have full power to bind the Corporation by their signature and executed,such instruments shall be as binding as if signed by the President and > V- attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board,the m Chairman,the President or by the officer or officers granting such power or authority. w C4 Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such cN p 0 attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and O o other surety obligations. v Authorization-By unanimous consent of the Companys Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary H of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I,David M.Carey,the undersigned,Assistant Secretary,of First National Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America do hereby certify that the original power of attorney of which the foregoing is a full above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. k ', IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this_ day of ,20�. CSOO� P*CE cow ��eCO�gs� cl Go °kcr��° �� Go QAar o .3 �tl a Fa ` B �. Z 1953 - Y David M.Carey,Assistant Secretary POA-FNICA,GICAB SICA LMS_12874_012012-3 Company 0tv of CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ��J N.Dir2,S 66,4r=RAL- qOAJ,5T.P-uer7oAJ-- ---- - hereby confirms and declares that: (Name of contractor/subcontractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race;religion/creed; national origin;ancestry;sex;the presence of a physical sensory, ornamental disability;age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitas status; use of a guide dog/service animal; marital status;parental/family status; military status;or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Re resentative's Title -74 Agent/Representative's Signature 8 -ID - �Z Date Signed Instructions:This document MUST be completed by each contractor,subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 2012 Phase 1 Intersection Improvements—Contract Documents fair Practices Policy Affidavit of Compliance age 42 Fair Practices Policy Affidavit of Compliance Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i CITY OF RENTON CONTRACT CAG-12-089 CONFINED SPACE ENTRY PROGRAM AFFADAVIT 7RNDEKS 6"6 R4L eolt hereby confirms and declares that it: (Name of contractor) 1. will be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters,will coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces,and will communicate with the City regarding confined space entry operations exclusively through the City's assigned construction inspector and/or the City's project manager. 2. will discuss its intended entry operations with the City of Renton Public Works contact including the program followed during confined space entry and will debrief the City on any hazards confronted or created at the completion of entry operations. 3. will place signs stating,"Danger,Follow Confined Space Entry Procedure Before Entering"at each confined space to be entered,and will never leave the confined space open and unattended. Print Agent/Representative's Name 0 e?- tt Prin Agent/Re esentative's Title 5—d".�,- - 6� - d q" 8 22 Agent/Representative's Signature Date Signed Instructions: This document MUST be completed and submitted by the contractor prior to starting work on this contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements June 2012 Phase 1 Intersection Improvements—Contract Documents Confined Space Entry Program Affadavit age 43 Confined Space Entry Program Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale C i ty cif x ° INSURANCE REQUIREMENTS FOR CITY OF RENTO The City of Renton requires the industry standards. • $1,000,000 Commercial General Liability;with$2,000,000 in the aggregate • S1,000,000 Auto Liability(deeded if a vehicle will be used in performance of work_ This would include delivery of products to worksitel • S1,000,000 Excess Livability.(!f required in contract,can be in wndern with CGL) • Proof of Workers CDmpensation coverage(provi CERTIFICATE OF LIABILITY INSURANCE 'THIS CERTIFICATE IS LSSUED AS A MATTER OF WFORVATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE OOLOM THIS CERTIFr_A7E 00ES NOT.AFFiRMATNH:4'OR NEGATWELY AMENDL SIT810 OR ALTER Tt3E COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERnRCATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPOITTANT K the certificate holder is an ADDITIONAL INSURED,the policy(ws)must be'endarsed. If SUBROGATION IS WAIVED.subjecttothe WK.,s and conditions of the policy,certain policies may requ"ae an endorsanent. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemenos): 3rF&t7DlEir C :AL'. - .... .. ... :VANE:. ...... ... kA AW ROO f COVERAGES CERTIFICATE NUMBER:' RVASION NUMBER:.: THIS -TO CEFInfY THAT TIE POLICIES OF d4SURANCm LL.'"TE'.?Ec'LOW HAVE SEO ISSUED TO THE INWRIM NAIV D ABOVE FOR,THE i+Ci*(ftl tl INDICATED. NOT?ArMCTANDINC AMY 9EQUIRE TENT,T=R1i:OR CONMj CN OF ANY CCiVTR 7 OR OTW—R DCQA&NT WITH RE PECT TO Y#HIC4 THIS CEFMRCAr=-MAY EE=UED OR MAY PERTAk THE 14,W 4CE AFF^n=9Y THE PauciE;ineDcnaED 4ER.EiN d.^,5US.'ECT TO ALL THE TEfTYIetS,: EXCLUSMS AND CONs^,r7 OW OF SUCH POIXIES-LJWTS SNOW!;MAY KWE 6IMN REDUCMy���yBY PAIO�CLIMIA . "'p�L TraEc ntinA>eCE "' rayrNUUeeTe NNg54YYY' ' "M NA VY d'�, Lase _. _ _ iffiT�lrAL GlAi11Lm .:. _. - - G::YNr'hC1AL ± '4A7.a°eW'IL17Y „- Y,VAA E3 Y OWN, !<a{ 5 �.. crawuacE suR YEn.xpi4Kww�,,uris s 8w' t1EPt1✓ta°:7Ef3cYg:ilrk:7.AF�tlf,°.Ptil�' .�....:. PRCCU.^„'.M-CC)'NPfCP.A�k 2• - hwC'1 : . LA"C . ass y ' /iUYOWO$+i:E-:l:IAIl9.ITY- - " CL3Mr!ltVE�'tlttit7LE;LdNlT s _. ANY AUTO -: s3L1L'iLY 0 EW3RY it`�r:[wrwNl 2 — .. .. .. gS7D!i.'Y'3Y2kttEY-.i~sr:az-.WU:I Y vCHEL"�Le[1 AkJ4u_ ='4CS'EMTZ GAAAAliE .. f16iE¢ALtTU3 :�' : - '•' '7w e.uw'stCl .. . 4iNDSIELLALUD- .. :E]kiE!pJ i4ii3 !Lt;MSMIALE`—y. ". .. :.,....A£,.XrE ti YX:�'t, U. ANC k1irLWkNO'liAiiLdC1` Ca xl "i. i:! r aw RCfR PRtYTau� fiv?:vE❑ N,A ACODeir. 2 Ct•ra aRnu6n(x�CH E C<J,7[tE�'"r 'EnC,::. £5'AEA,E£-EA.ZSi1F'Gb: 3 tF Piwr dM4"tLes vNSr - : - T 3 `.' .>,r�& ;'✓ r+s.: r'fl.Yla LjT CttPI4^�it3$ids I( Tate City of Beattie��Y and Admtiia�insired. _~ CERTIFICATE CANCELLATION IItty attrtmn ',f4iU*i W A*V Ct THE AUVE DeNOWBED' PCLIL^*n St =XCU"D be Ofte'THe.. LltPINATH7N QAtYE'ME/tEGf',KKYSACE WELL 6E.DE17'Arii11LlT iN A:C.'COrtlt:KNCE YVYltI IItE: ' Allbt:darill5 P.LlYtitat POLY:Y'PgrXM191CN9. lgii.sandltr'rMyw6Y . Aura DxEOnE>newENe vrse �tertt0la 1'1A. X57' 0 ism-2009.ACORD C01IMRATION. All rights reserverL. ACORD 25 C200=9) The ACORD name and logo are registered marim of ACORD ;'t2ea'M1ll° City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Certificate of Liability Insurance Client##: 57715 SANDGENEI ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIODIYYYY) s/1a2oO2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME CONTACT Sue Martin Propel Insurance PliONE 800 499-0933 Arc No): 866.577.1326 Tacoma Commercial Insurance E-MAIL e>><t ADDREss: sin @propelinsurance.com 1201 Pacific Ave,Suite 1 OOO INSURERIS)AFFORDING COVERAGE NAIC P Tacoma,WA 98402 INSURERA:Ohio Casualty Insurance Company INSURED INSURER B:Mt Hawley Insurance Company Sanders General Construction LLC INSURERC: 28605 SE 216th Lane INSURER D Maple Valley,WA 98038 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER- REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUB POLICY EFF POLICY EXP LIMITS LTR INS D POLICY NUMBER MM/ODfYYYY MM/DD A GENERALLIABIIITY X X BKO52908193 D1110612012 011061201 EAAqCMH��OCTCURRENCE $1,000,00 X COMMERCIAL GENERAL LIABILITY PREMISES Eac ETn., S1,000,000 CLAIMS-MADE FX OCCUR MED FXP(Any one person) $15,000 X BI/PD Ded:5,000 PERSONAL&ADV INJURY 51,000,000 GENERAL AGGREGATE 52,000,000 GEML AGGREGATE LIMIT APPLIES PEP, PRODUCTS-comptoPAGG 52,000,000 POLICY X PRO - LOC S A AUTOMOBILE LIABILITY X BAA52908193 01/06/2012 01/06/201 COEa aBIccMNident),- S1,000,000 ED SINGLE LIMIT X ANY AUTO BODILY INJURY(Per person) 5 ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIREDALITOS X NON-OWNED PROPERTY DAMAGE 5 AUTOS Per accident 5 A X UMBRELLA IJAB X OCCUR US052908193 1/0612012 01/06/2013 EACH OCCURRENCE s2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s2,000,000 DEC, I X RETENTION S1 0000 $ WORKERS COMPENSATION Iwc STATU- 0TH. AND EMPLOYERS'LIABILITY A ANY PROPRIEIuR IPARTNER/EXECUTIVEYJN BK052908193 1/0612012 01/061201 E.L EACH ACCIDENT $11000.000 OFFICERIMEMBER EXCLUDED? a NIA (Mandatory In NH) WA Stop Gap EL DISEASE-EA EMPLOYEEI S1,000,000 If ns,describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT 1 51 000,000 B Pollution Liabili ELG0001978 8/10/2012 0811012013 $1,000,000 $2,500 Ded./Incident DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(Attach ACORD 1a1,Additional Remarks Schedule,If morn space Is required) RE:NE 3rd/4th Cooridor Improvements-Phase I Intersection Improvements Project. City of Renton, its officials,employees,agents,and volunteers; King County Water District#90 and it's officers,elected officials,employees and agents;the US Post Office and its officers,employees,agents and volunteers are primarylnoncontributory additional insured as required by written contract and per attached endorsements. CERTIFICATE HOLDER CANCELLATION ANY OF City of Renton THE SHOULD EXPIRATIONH DATE V THEREOF,DESCRIBE NOOT CEIEW LL CBE CDELIVEREDO N 1055 South Grady Way ACCORDANCE WITH THE POLICY PROVISIONS. Renton,WA 98057 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S967088/M967068 LE000 This page has been left blank intentionally. Certificate of Insurance Effective immediately, Propel Insurance will no longer issue certificates of insurance not handled in accordance with statutory laws. We will only issue the most current ' edition of the ACORN)certificates of insurance. In addition, the only information allowed to be entered in the Description of Operations area of the ACORD®certificates of insurance are the description of operations, the locations and/or vehicles covered by the in-force policy. The issuance or modification of a certificate of insurance that in any way misrepresents 1 any material term, condition, coverage or other provision as set forth in the policy, or deliberately or falsely amends or alters the insurance policy or assists in such issuance or modification violates the state law and subjects the violator to civil and criminal I penalties. f Please note a certificate of insurance is simply a summary of the designated insurance 1 policy and does not/cannot modify or amend the referenced insurance policy or confer f any right upon the certificate holder. In addition, the certificate holder is owed no duty to be notified in the event the insurance policy is cancelled. ( 1 , For purposes of this notice, "certificate" or"certificate of insurance" means any ACORD®certificate of insurance, which is prepared or issued by an insurer or insurance agent as evidence of property or casualty insurance coverage but does not i include an actual copy of the insurance policy or insurance binder. Please contact your state department of insurance for further explanation or inquiries. I1 s I , L Ll With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by- the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired,chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada,designating her or him a commercial or airline pilot;and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance,whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to: �. 1 ' (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY-ELEVATORS 1. Under Paragraph 2. Exclusions of Section I- Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts.Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b.Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, -J whether primary,excess,contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) t If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2.Exclusions of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: , Paragraphs (1), (3) and (4)ofthis exclusion do not apply to "property damage" (otherthan damage by fire, lightning,explosion,smoke,or leakage from an automatic fire protection system)to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of I._1 more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of ' Insurance. 02010 Liberty Mutual insurance Company.All rights reserved. CG 88 10 10 09 Includes copyrighted material of insurance Services Office,Inc.,with its permission. Page 2 of 7 1 b. The last paragraph of subsection 2.Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section 111-Limits Of Insurance. 2. Paragraph 6.under Section III•Limits Of insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage Afor damages because of"property damage"to; a. Any one premise: (1) While rented to you;or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection Sys- tems;or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)-Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are Included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded,the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I-Coverage C-Medical Payments, Subparagraph (b) of Paragraph a.is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident;and F. EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 1. Under Supplementary Payments-Coverages A and B,Paragraph 1.b.is replaced by the following: b. Up to$3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d.is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual foss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 1. Paragraph 2. under Section 11 -Who is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions,or the acts or omissions of those acting on your behalf,in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or 02010 Liberty Mutual Insurance Company.All rights reserved. CG 88 10 10 09 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 7 b. Premises or facilities rented by you or used by you; or c. The maintenance,operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal hales, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction,erection,or removal of elevators; or (c) The ownership, maintenance,or use of any elevators covered by this insurance. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured underthis endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c, above,this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties in the Event Of Occurrence, Offense, Claim Or Suit under Section IV- Commercial General Liability Condi- tions. 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I-Coverage A-Bodily injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or"property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or"property damage" occurs. c. "Bodily injury", "property damage" or"personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: 02010 Liberty Mutual Insurance Company.All rights reserved. CG 88 10 10 09 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 7 (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys,field orders,change orders or drawings and specifications; or (2) Supervisory,inspection,architectural or engineering activities. d. "Bodily injury" or"property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations fora principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4.Other Insurance of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a.Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a . primary and noncontributory basis,this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. I b. The following is added to Paragraph b.Excess Insurance: When a written contract or written agreement,other than a premises lease,facilities rental contract or agreement, an equipment rental or lease contract or agreement,or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured,this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim or Suit: An additional insured,under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b Tender the defense and indemnity of any claim or "suit" to all insurers whom also have Insurance available to the additional insured;and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 02010 Liberty Mutual Insurance Company.All rights reserved. CG 88 10 10 09 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. Page 5 of 7 d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit"by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED-INCIDENTIAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES Paragraph 2.a.(1).of Section Il-Who Is An Insured is replaced with the following: (1) "Bodily injury"or"personal and advertising injury": (a) To you;to your partners or members(if you are a partnership or joint venture),to your members(if you are a limited liability company),to a co-"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph (1)(a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs(1) (a) or(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement,this provision (Paragraph (d)) does not apply. Paragraphs(a) and(b)above do not apply to "bodily injury" or"personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and advertising Injury" arising out of their willful conduct,which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J.is excess over any other valid and collectable insurance available to your"employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section 11-Who is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily Injury" or"property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. 02010 Liberty Mutual Insurance Company.All rights reserved. CG 88 10 10 09 Includes copyrighted material of Insurance Services office,Inc.,with its permission. Page 6 of 7 L. .FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV-Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior"occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior"occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT Under Section IV-Commercial General Liability Conditions, the following is added to Condition 2.Duties In The Event of Occurrence,Offense,Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II -Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy will automatically provide the coverage as of the day the revision is effective in your state. 0. BODILY INJURY REDEFINED Under Section V-Definitions Definition 3.is replaced b the following: . P Y 9 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This Includes mental anguish, mental injury, shock, fright or death that results from such physical Injury, sick- ness or disease. P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV- Commercial General Liability Conditions,the following is added to Condition 8.Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included In the "products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contractor written agree- ment. 02010 Liberty Mutual Insurance Company.All rights reserved. CG 88 1010 09 Includes copyrighted material of insurance Services office,Inc.,with its permission. Page 7 of 7 This page has been left blank intentionally. BK052908193 COMMERCIAL_GENERAL LIABILITY CO 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: I. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit Is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Cov- erage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing "suits 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit forany other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided,any payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit,and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit_ D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemed to be the same construction project. E. The provisions of Section IiI - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 includes copyrighted material of ISO Properties,Ina.,with its permission. Page 1 of 1 This page has been left blank intentionally. ' VGtIV VIJ VLNI tL.141 VV11JLtVVLIVt1 LLV BAA52908193 COMMERCIAL AUTO CA 88 10 0110 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS(including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE—BROADENED COVERAGE 10 GLASS REPAIR—WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN/LEASE GAP 14 PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE—ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION 11—LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II—LIABILITY COVERAGE, paragraph A.1.—WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured"does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy;or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 0110 Includes copyrighted material of Insurance Services office,with Its permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted;or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II—LIABILITY COVERAGE, paragraph A.1, WHO IS AN INSURED is.amended to include the following as an insured: f. Any"employee"of yours while using a covered"auto"you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any"employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the"employee". 3. ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION Il—LIABILITY COVERAGE, paragraph A.I.WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an"insured". However,such person or organization is an"insured": (1) Only with respect to the operation, maintenance or use of a covered"auto"; (2) Only for"bodily injury" or"property damage" caused by an"accident"which takes place after you executed the written contract or agreement, or the permit has been issued to you;and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II—LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs (2)and(4)are replaced by the following: (2) Up to $3,000 for.cost of bail bonds (including bonds for related traffic violations) required because of an"accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to$500 a day because of time off from work. S. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II—LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the"bodily injury' results from the use of a covered"auto"you own or hire. SECTION 111—PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III —PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any"auto"you own, then the Physical Damage coverages provided are extended to"autos": a. You hire, rent or borrow;or 02010 Liberty Mutual Insurance Company. AN rights reserved. CA 88 10 0110 Includes copyrighted material of Insurance Services Office,with its permission. Page 2 of 7 b. Your"employee" hires or rents under a written contract or agreement in that"employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for"loss" in anyone"accident"or"loss"is the smallest of: (1) $50,000;or (2) The actual cash value of the damaged or stolen property as of the time of the"loss";or (3) The cost of repairing or replacing the damaged or stolen property with other property of like ki nd and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provfde coverage equal to the broadest coverage applicable to any covered"auto"you own. D. Subject to a maximum of $750 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: O Any 1 "auto"that is hired, rented or borrowed with a driver;or 2 An "auto"that is hired, rented or borrowed from your"employee!'. For the purposes of this provision, SECTION V—DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cast of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION I I I—PHYSICAL DAMAGE COVERAGE, paragraph A.2.Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck"or"medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For"light trucks", we will pay up to $50 per disablement "Light trucks" are trucks that have a gross vehicle weight(GVIl1) of 10,000 pounds or less. c. For"medium trucks" , we will pay up to$150 per disablement "Medium trucks" are trucks that have a gross vehicle weight(GVW)of 10,001 —20,000 pounds. However,the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III—PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of$50 per day and a maximum limit of$1,500 ©2010 Liberty Mutual Insurance company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services office,with its permission. Page 3 of 7 8. RENTAL REIMBURSEMENT SECTION III—PHYSICAL DAMAGE COVERAGE,A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the"accident"or"loss"to the covered"auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle,which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to$500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered"auto". d. This coverage does not apply unless you have a business necessity that other"autos" available for your use and operation cannot fill. e. If"loss" results from the total theft of a covered"auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects"as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III—PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered"auto'to you. The maximum amount we will pay is$1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an"auto"you own and that"auto" is stolen, we will pay, without application of a deductible, up to$600 for"personal effects" stolen with the"auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V—DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment,jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION 111—PHYSICAL DAMAGE COVERAGE, B.EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for"loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclusions 4.c. and 4.d. is deleted and replaced with the following: ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with Its permission. Page 4 of 7 Exclusion 4.c.and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals,whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered"auto" at the time of the"loss"and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered"auto";or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAN/LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered"auto" is subject at the time of the"loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the"loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered"auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered"auto", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the"loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the"loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered"auto"that incurred the loss. C. SECTION V—DEFINTIONS is changed by adding the following: As used in this endorsement provision,the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A"balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan,thereby requiring a large final payment. ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with Its permission. Page 6 Of 7 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the"auto" is designed to carry while it is: a. In the charge of an"insured"; b. Legally parked;and c. Unoccupied. The`loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM,SUIT,OR LOSS SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of"accident", claim, "suit"or"loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the.extent possible, notice to us should include: (1) How,when and where the"accident"or"loss"took place; (2) The"insureds" name and address;and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV—BUSINESS AUTO CONDITIONS, paragraph A.S.,Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an"accident" or "loss", our rights are waived also. ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with Its permission. Page 6 of 7 Policy Number: THIS ENDORSEMENT CHANGES THE PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: CONTRACTORS POLLUTION LIABILITY POLICY In consideration of premium paid, it is hereby agreed that SECTION V — CON ITIONSa.-Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us is deleted in its entire) and re (aced with, 9 ry 9 Y - If the insured has rights to recover all or part of any payment we have mad u%tders'�his Poli. those rights are transferred to us. The insured must do nothing after loss to impair them. At our re west, theejsured,,Wil! bring Claim or transfer those K,.N..._ rights to us and help us enforce them. _. vx However, we waive any right of recovery we may have agains ;theperson or organization shown in the Schedule below because of payments we make for Damages arising out`of yoaEcontraotyQ--services performed under a Written contract with that person or organization. This waiver applies only to the person or organizatidn"sFiown in ttaeaSched'ule below. �- SCHEDULE j � Name Of Person Or Organization: V :ice=:�i::•«. C' ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CPL 312 05 09 Contains copyrighted material of Insurance Services Office, Inc. Page 1 of 2 SPECIMEN i �I WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US-cont. � a c:^ AV Fe "_J" _RY MTV tom_ ,,ec^� =+ :- A. E'lvb .-F '^ RE- _. AL CA - 7 :. S4 e `-=.. ,g_ AR-5 t-: ��^ _> �:;::;�' Aiip IEEF F Kt�Wl ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CPL 312 05 09 Contains copyrighted material of Insurance Services Office, Inc. Page 2 of 2 SPECIMEN Policy Number. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: 4� ENVIRONMENTAL LIABILITY PACKAGE POLICY 3 CONTRACTORS POLLUTION LIABILITY POLICY SECTION II — WHO IS AN INSURED is amended to include as (an) additional-dnsur r r organization(s) shown in the Schedule, but only with respect to liability caused, in whole or in part, by y cur acts.or omissions or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations;or B. In connection with your premises owned by or rented to you. = _ SCHEDULE , - w =- Name of Person or Organization K, AK Ads A _ ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. EGL 324 06 09 Contains copyrighted material of Insurance Services Office, Inc. Page 1 of 1 SPECIMEN i Attachment A-6 Bond No. LANDSCAPE AND IRRIGATION MAINTENANCE BOND Name of Project: South Lake Washington Roadway Improvements Project (Garden Avenue Widening) Contractor Address WHEREAS, herein after referred to as "the Principal", has applied to the City of Renton, hereinafter referred to as "the City", to construct the project known as within the City of Renton Section 8 Township 23 N Range 05 E. W. 0 M. and; WHEREAS,the City approved the requested action on and; WHEREAS. the approval granted by the City and the provisions of the Renton Municipal Code require certain improvements to be made in connection with construction of the project, the improvements are shown on the approved site plan and other required plans and a.,.-, further defined by the conditions identified in the City file,and; WHEREAS, a further condition is that the Principal will maintain, replace, repair landscape and ini, I gate in said project for a period of 24 months from their final acceptance by the City. NOW,THEREFORE,the undersigned PRINCIPAL and bonding company, a corporation authorized to transact surety business in. the State of Washington, hereinafter referred to as "Fhe Surety", agree and bind themselves, their heirs, executors, administrators, and assigns,jointly and severally, unto the City in the penal sum of lawful money of the United States,according to the following terms and conditions: L Failure to Repair and Maintain. If the Principal does not repair and :maintain all improvements required by the above-referenced conditions, plans, and file within of 24 months, then the Surety shall, upon the demand of the City remit to the City within ten, (10) days of receipt of said • demand the amount of this bond or such lesser amount as may be specified in the demand. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 1 August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Landscape and Irrigation Maintenance Bond Attachment A-6 I' Repairs by City. In the event the Principal fails to make any :repairs or maintenance on the improvements within the time period specified by the City (generally after fourteen (14) days notice or less if the City determines an emergency exists), its employees and agents shall have the rigz:1 right at their sole election to enter onto said property described above for the purpose of:making repairs or maintenance. This provision shall not be construed as creating an obligation on the part of the City or its representatives to repair or maintain such improvements. The Principal and Surety agree to-reimburse the City for all costs to the City,plus an additional. surn equal to fifteen percent(15%)of the City's costs for administrative and enforcement expenses. 3. Attorney Fees. In the event any lawsuit Is instituted by the City of Renton the Principal or the surety to enforce the terms of this bond or to determine the rights of any party hereunder, the prevailing party in such litigation shalt be entitled to recover from the losing party its costs. including reasonable attorneys' fees, incurred as the.result.of the lawsuit. 4. Release of Bond. This bond shall. remain in.full force and effect until. the obligations secured hereby have been fully performed, and until released in writing by the City at the request of the Surety of the Principal upon expiration of the period specified.in paragraph(1)above., DATED this day of 2012. Bonding Company Principal Phone# Officer Signature Principal Signature Officer Printed Name&Title Principal Printed Name Address/Phone Accepted by the City of Renton Date: City of Renton 214-1779-039 NE 3rd 4th Corridor Improvements 2 August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Landscape and Irrigation Maintenance Bond Attachment A-5 SURETY ACKNOWLEDGMENT STATE OF WASHINGTON COUNTY OF.KING I On this day of 201.2, before.nee,the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared to me proven to be the of the corporation that executed the foregoing instruunent, and acicnowkdged the said instrument to be the free and voluntary act and deed to said corporation, for the uses and purposes therein mentioned, and on oath stated that lie/ she was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. NOTARY PUBLIC in and for the State of Washington Printed Name: Residing at: My Commission Expires: City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 3 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Landscape and Irrigation Maintenance Bond Attachment A-6 OWNER STATE OF WASHINGTON COUNTY OF KING I certify that I.know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that ( lie t she signed this instrument and acknowledged it to be (his 1 her)free and voluntary act for the uses and purposes mentioned in the instrument. Dated: NOTARY PUBLIC in and for the State of Washington Printed Name: Residing at: My Commission Expires: City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 4 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Landscape and Irrigation Maintenance Bond Attachment A-6 CORPORATION STATE OF WASHINGTON COUNTY OF KING On this day of 2012, before me, the undersigned., a Notary Public in and for the State of Washing ,ton g duly commissioned and sworn, personally appeared to me known to be the of I the corporation that executed the foregoing instrunient, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that was authorized to execute said instrument and that the sea] affixed is the corporate sea]of said corporation. Dated: NOTARY PUBLIC in and for the State of Washington Printed Name: Residing at: My Commission Expires: City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements 5 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Landscape and Irrigation Maintenance Bond 1 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements V. CONTRACT SPECIFICATIONS �I I City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements AMENDMENTS TO THE STANDARD SPECIFICATIONS 1 AMENDMENTS TO THE STANDARD SPECIFICATIONS 2 Table of Contents 3 4 INTRODUCTION......................................................................................:............................1 5 SECTION 1-01, DEFINITIONS AND TERMS August 2, 2010..............................................1 6 1-01.2(1) Associations and Miscellaneous........................................................................1 7 SECTION 1-02, BID PROCEDURES AND CONDITIONS July 11, 2011..............................1 8 1-02.5 Proposal Forms .....................................................................................................1 9 1-02.6 Preparation of Proposal .........................................................................................1 10 1-02.7 Bid Deposit ............................................................................................................2 11 1-02.8(2) Lobbying Certification ........................................................................................2 12 1-02.9 Delivery of Proposal...............................................................................................3 13 1-02.10 Withdrawal or Revision of Proposal .....................................................................3 14 1-02.13 Irregular Proposals...............................................................................................4 15 SECTION 1-06, CONTROL OF MATERIALS January 3, 2011 ..........:.................................5 16 1-06.1 Approval of Materials Prior to Use..........................................................................5 17 1-06.2(2)A General...........................................................................................................6 18 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 1, 19 2011 ......................................................................................................................................6 20 1-07.2 Sales Tax...............................................................................................................6 21 1-07.5(3) State Department of Ecology..............................................................................7 22 1-07.9(1) General .............................................................................................................7 23 1-07.13(4) Repair of Damage ...........................................................................................7 24 1-07.14 Responsibility for Damage ...................................................................................7 25 1-07.15 Temporary Water Pollution/Erosion Control .........................................................8 26 1-07.15(1) Spill Prevention, Control and Countermeasures Plan ......................................8 27 1-07.16(2) Vegetation Protection and Restoration ..........................................................12 28 1-07.18 Public Liability and Property Damage Insurance................................................12 29 SECTION 1-08, PROSECUTION AND PROGRESS April 4, 2011 .....................................15 30 1-08.1 Subcontracting.....................................................................................................15 31 1-08.5 Time for Completion.........:...................................................................................16 32 SECTION 1-09, MEASUREMENT AND PAYMENT August 1, 2011..................................16 33 1-09.2(1) General Requirement for Weighing Equipment................................................16 34 1-09.2(2) Specific Requirements for Batching Scales .....................................................18 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 i 1 1-09.2(3) Specific Requirements for Platform Scales......................................................18 2 1-09.2(5) Measurement ..................................................................................................18 3 1-09.2(6) Payment..........................................................................................................19 4 1-09.9 Payments.............................................................................................................20 5 1-09.11(1)A Disputes Review Board Membership............................................................20 6 SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 4, 2011 ...................................20 7 1-10.1 General................................................................................................................20 8 1-10.2(1)A Traffic Control Management..........................................................................20 9 1-10.2(1)6 Traffic Control Supervisor......................................................................:.......21 10 1-10.2(2) Traffic Control Plans........................................................................................21 11 1-10.2(3) Conformance to Established Standards...........................................................21 12 1-10.3(1) Traffic Control Labor........................................................................................22 13 1-10.3(2)C Lane Closure Setup/Takedown.....................................................................22 14 1-10.3(3) Traffic Control Devices .....................................................................................22 15 1-10.3(3)A Construction Signs...................:....................................................................22 16 1-10.3(3)J Truck Mounted Attenuator..............................................................................22 17 1-10.4(2) Item Bids with Lump Sum for Incidentals.........................................................23 18 1-10.5(2) Item Bids with Lump Sum for Incidentals.........................................................23 19 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 5, 2010......23 20 2-01.3(2) Grubbing..........................................................................................................23 21 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 23 22 2-02.3 Construction Requirements..................................................................................23 23 SECTION 2-09, STRUCTURE EXCAVATION January 3, 2011 .........................................24 24 2-09.3(1)E Backfilling......................................................................................................24 25 2-09.3(2) Classification of Structure Excavation..............................................................24 26 2-09.3(3)D Shoring and Cofferdams ...............................................................................24 27 2-09.4 Measurement.......................................................................................................24 28 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 29 August 1, 2011 ...................................................................................................................24 30 3-01.4(4) Gravel Base...............:.....................................................................................24 31 SECTION 4-02, GRAVEL BASE August 1, 2011...............................................................25 32 4-02.4 Measurement.......................................................................................................25 33 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 1, 2011 .25 34 5-01.2 Materials..............................................................................................................25 35 5-01.3(4) Replace Portland Cement Concrete Panel ......................................................25 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 ii 1 5-01.3(6) Dowel Bar Retrofit ...........................................................................................25 2 5-01.3(9) Portland Cement Concrete Pavement Grinding...............................................25 3 SECTION 5-02, BITUMINOUS SURFACE TREATMENT August 1, 2011 .........................26 4 5-02.3(3) Application of Asphalt Emulsion and Aggregate...............................................26 5 5-02.5 Payment ...............................................................................................................26 6 SECTION 5-04, HOT MIX ASPHALT August 1, 2011 ........................................................26 7 5-04.3(5)E Pavement Repair ..........................................................................................26 8 5-04.3(7)A1 General.......................................................................................................26 9 5-04.3(7)A2 Statistical or Nonstatistical Evaluation.........................................................26 10 5-04.3(7)A3 Commercial Evaluation ...............................................................................27 11 5-04.3(8)A1 General.......................................................................................................27 12 5-04.3(8)A4 Definition of Sampling Lot and Sublot..........................................................27 13 5-04.3(10)A General.......................................................................................................27 14 5-04.3(10)B1 General .....................................................................................................27 15 5-04.3(10)B4 Test Results ..............................................................................................28 16 5-04.3(11)D Lots and Sublots.........................................................................................28 17 - 5-04.3(11)D1 A Partial Sublot.........................................................................................28 18 5-04.3(11)D2 An Entire Sublot........................................................................................28 19 5-04.3(11)D3 A Lot in Progress........................................................:..............................28 20 5-04.3(11)D4 An Entire Lot.............................................................................................28 21 SECTION 5-05, CEMENT CONCRETE PAVEMENT August 1, 2011 ................................29 22 5-05.2 Materials..............................................................................................................29 23 5-05.3(1) Concrete Mix Design For Paving .............................................`........................29 24 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement....................................29 25 5-05:3(11) Finishing.........................................................................................................29 26 5-05.3(12) Surface Smoothness .....................................................................................30 27 5-05.3(13)A Curing Compound.......................................................................................30 28 5-05.3(16) Protection of Pavement ................................... .............................................31 29 5-05.3(17) Opening to Traffic..........................................................................................31 30 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES August 1, 2011 ........31 31 6-01.6 Load Restrictions on Bridges Under Construction................................................31 32 6-01.8 Approaches to Movable Spans ............................................................................31 33 6-01.13 Architectural Features........................................................................................31 34 6-01.14 Premolded Joint Filler........................................................................................31 35 SECTION 6-02, CONCRETE STRUCTURES August 1, 2011 ............................................31 36 6-02.2 Materials..............................................................................................................31 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 iii 1 .6-02.3(1) Classification of Structural.Concrete................................................................31 2 6-02.3(2) Proportioning Materials....................................................................................32 3 6-02.3(2)A Contractor Mix Design...................................................................................33 4 6-02.3(2)D Lean Concrete ...............................................................................................33 5 6-02.3(5)E Point of Acceptance ......................................................................................33 6 6-02.3(6) Placing Concrete.............................................................................................33 7 6-02.3(6)D Protection Against Vibration..........................................................................33 8 6-02.3(10)D Concrete Placement, Finishing, and Texturing............................................33 9 6-02.3(10)F Bridge Approach Slab Orientation and Anchors...........................................33 10 6-02.3(11) Curing Concrete ............................................................................................34 11 6-02.3(17)B Allowable Design Stresses and Deflections.................................................34 12 6-02.3(17)F Bracing........................................................................................................34 13 6-02.3(17)K Concrete Forms on Steel Spans..................................................................34 14 6-02.3(17)N Removal of Falsework and Forms...............................................................35 15 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings ..................................................36 16 6-02.3(24) Reinforcement...............................................................................................36 17 6-02.3(24)C Placing and Fastening ............36 18 6-02.3(24)F Mechanical Splices......................................................................................36 19 6-02.3(25) Prestressed Concrete Girders .......................................................................37 20 6-02.3(25)G Protection of Exposed Reinforcement.........................................................37 21 6-02.3(25)1 Fabrication Tolerances.................................................................................37 22 6-02.3(25)L Handling and Storage..................................................................................38 23 6-02.3(25)M Shipping .....................................................................................................38 24 6-02.3(25)N Prestressed Concrete Girder Erection.........................................................38 25 6-02.3(26)A Shop Drawings............................................................................................38 26 6-02.3(26)B General Requirements for Anchorages .......................................................38 27 6-02.3(26)C Bearing Type Anchorages............................................................................39 28 6-02.3(26)D Non_Bearing Type Anchorages ...................................................................40 29 6-02.3(26)E Ducts...........................................................................................................43 30 6-02.3(26)G Tensioning..................................................................................................43 31 6-02.3(26)H Grouting......................................................................................................44 32 6-02.3(27) Concrete for Precast Units.............................................................................44 33 6-02.3(28) Precast Concrete Panels...............................................................................46 34 6-02.3(28)B Casting........................................................................................................47 35 6-02.3(28)F Tolerances ..................................................................................................47 36 6-02.4 Measurement.......................................................................................................47 37 6-02.5 Payment ..............................................................................................................47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 iv I SECTION 6-03, STEEL STRUCTURES August 1, 2011....................................................47 2 6-03.3(7)A Erection Methods .............................................. .........................................47 3 6-03.3(25) Repair Welding..............................................................................................48 4 6-03.3(25)A Welding Inspection......................................................................................48 5 6-03.3(29) Vacant...........................................................................................................48 6 6-03.3(32) Assembling and Bolting .................................................................................48 7 6-03.3(33) Bolted Connections........................................................................................48 8 6-03.3(33)A Pre-Erection Testing....................................................................................52 9 6-03.3(33)B Bolting Inspection........................................................................................54 10 6-03.3(39) Swinging the Span.........................................................................................55 11 SECTION 6-05, PILING August 1, 2011 ............................................................................55 12 6-05.5 Payment ..............................................................................................................55 13 SECTION 6-07, PAINTING August 1, 2011 .......................................................................56 14 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal 15 Component......................................................................................................................56 16 6-07.3(9)F Shop Surface Cleaning and Preparation........................................................56 17 6-07.3(9)G Application of Shop Primer Coat.............:.....................................................56 18 6-07.3(9)1 Application of Field Coatings ..........................................................................56 19 6-07.3(10)H Paint System...............................................................................................56 20 6-07.3(10)K Coating Thickness.......................................................................................56 21 6-07.5 Payment ..............................................................................................................57 22 SECTION 6-09, MODIFIED CONCRETE OVERLAYS August 2, 2010..............................57 23 6-09.3(1)E Air Compressor.............................................................................................57 24 6-09.3(6) Further Deck Preparation ................................................................................57 25 6-09.3(6)6 Deck Repair Preparation...............................................................................58 26 SECTION 6-10, CONCRETE BARRIER January 3, 2011 ..................................................58 27 6-10.3(1) Precast Concrete Barrier.................................................................................58 28 6-10.3(6) Placing Concrete Barrier..................................................................................58 29 SECTION 6-11 REINFORCED CONCRETE WALLS January 3, 2011 ..............................58 30 6-11.3(3) Precast Concrete Wall Stem Panels..................................:.............................58 31 SECTION 6-12, NOISE BARRIER WALLS January 3, 2011 .............................................59 32 6-12.3(6) Precast Concrete Panel Fabrication and Erection............................................59 33 SECTION 6-13, STRUCTURAL EARTH WALLS August 1, 2011 .....................................59 34 6-13.3(2) Submittals........................................................................................................59 35 6-13.3(3) Excavation and Foundation Preparation..........................................................62 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 v 1 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication.....................62 2 6-13.4 Measurement.......................................................................................................62 3 6-13.5 Payment ..............................................................................................................62 4 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS April 4, 2011...............................63 5 6-14.2 Materials..............................................................................................................63 6 6-14.3(3) Excavation and Foundation Preparation..........................................................63 7 6-14.3(6) Permanent Facing ...........................................................................................63 8 6-14.4 Measurement..............................:........................................................................63 9 6-14.5 Payment ...............................................................................................................63 10 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS August 2, 201064 11 6-16.5 Payment ..............................................................................................................64 12 SECTION 6-17, PERMANENT GROUND ANCHORS August 1, 2011 ..............................64 13 6-17.3(3) Submittals........................................................................................................64 14 6-17.3(5) Tendon Fabrication..........................................................................................64 15 6-17.3(8)B Performance Testing............................................................................... .....64 16 SECTION 6-18, SHOTCRETE FACING January 3, 2011...................................................65 17 6-18.2 Materials..............................................................................................................65 18 6-18.3(3) Testing ............................................................................................................66 19 6-18.3(3)A Pre-production Testing..................................................................................66 20 6-18.3(3)B Production Testing ........................................................................................66 21 6-18.3(4) Qualifications of Contractor's Personnel..........................................................67 22 SECTION 7-02, CULVERTS January 3, 2011....................................................................67 23 7-02.2 Materials..............................................................................................................67 24 7-02.5 Payment ..............................................................................................................67 25 SECTION 7-04, STORM SEWERS January 3, 2011 ..........................................................68 26 7-04.2 Materials...::.........................................................................................................68 27 7-04.5 Payment ..............................................................................................................68 28 SECTION 7-09, WATER MAINS August 1, 2011 ...............................................................68 29 7-09.3(24)A Flushing ......................................................................................................68 30 7-09.3(24)N Final Flushing and Testing ..........................................................................69 31 7-09.5 Payment ................................................:.............................................................69 32 SECTION 7-17, SANITARY SEWERS January 3, 2011.....................................................69 33 7-17.2 Materials..............................................................................................................69 34 7-17.5 Payments.............................................................................................................69 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 vi 1 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 1, 2 2011 ....................................................................................................................................70 3 8-01.2 Materials..............................................................................................................70 4 8-01.3(1) General ...........................................................................................................70 5 8-01.3(1)A Submittals.....................................................................................................71 6 8-01.3(1)B Erosion and Sediment Control (ESC) Lead ...................................................71 7 8-01.3(1)C Water Management.......................................................................................71 8 8-01.3(1)D Dispersion/Infiltration.....................................................................................71 9 8-01.3(2)B Seeding and Fertilizing...................................................................................72 10 8-01.3(2)D Mulching .......................................................................................................72 11 8-01.3(2)E Tacking Agent and Soil Binders ....................................................................72 12 8-01.3(2)F Dates for Application.of Final Seed, Fertilizer, and Mulch......:.......................73 13 8-01.3(2)G Protection and Care of Seeded Areas...............................................:...........73 14 8-01.3(2)H Inspection .....................................................................................................73 15 8-01.3(2)1 Mowing...........................................................................................................73 16 8-01.3(3) Placing Erosion Control Blanket ......................................................................74 17 8-01.3(4) Placing Compost Blanket...........................................:.....................................74 18 8-01.3(5) Placing Plastic Covering..................................................................................74 19 8-01.3(6)A Geotextile-Encased Check Dam....................................................................74 20 8-01.3(6)B Rock Check Dam ...........................................................................................74 21 8-01.3(6)D Wattle Check Dam........................................................................................74 22 8-01.3(6)E Coir Log ........................................................................................................74 23 8-01.3(9)A Silt Fence......................................................................................................74 24 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm ..................................................75 25 8-01.3(9)C Straw Bale Barrier.........................................................................................75 26 8-01.3(9)D Inlet Protection..............................................................................................75 27 8-01.3(10) Wattles ..........................................................................................................75 28 8-01.3(12) Compost Sock...............................................................................................75 29 8-01.3(14) Temporary Pipe Slope Drain...........................................................................76 30 8-01.3(15) Maintenance..................................................................................................76 31 8-01.3(16) Removal ........................................................................................................76 32 8-01.4 Measurement.......................................................................................................76 33 8-01.5 Payment ..............................................................................................................76 34 SECTION 8-02, ROADSIDE RESTORATION January 3, 2011..........................................77 35 8-02.2 Materials..............................................................................................................77 36 8-02.3(2) Roadside Work Plan........................................................................................77 37 8-02.3(2)A Chemical Pesticides......................................................................................77 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 vii 1 8-02.3(2)B Weed Control ................................................................................................78 2 8-02.3(3) Planting Area Weed Control ............................................................................78 3 8-02.3(5) Planting Area Preparation................................................................................79 4 8-02.3(7) Layout of Planting............................................................................................79 5 8-02.3(8) Planting ...........................................................................................................79 6 8-02.3(9) Pruning, Staking, Guying, and Wrapping.........................................................79 7 8-02.3(13) Plant Establishment......................................................................................80 8 8-02.3(15) Live Fascines .................................................................................................80 9 8-02.3(16)A Lawn Installation .........................................................................................80. 10 8-02.4 Measurement.......................................................................................................80 11 8-02.5 Payment ..............................................................................................................80 12 SECTION 8-03, IRRIGATION SYSTEMS January 4, 2010................................................81 13 8-03.1 Description...........................................................................................................81 14 8-03.3 Construction Requirements..................................................................................81 15 8-03.3(1) Layout of Irrigation System ..............................................................................81 16 8-03.3(2) Excavation.......................................................................................................82 17 8-03.3(3) Piping ......................................:.......................................................................82 18 8-03.3(4) Jointing............................................................................................................83 19 8-03.3(5) Installation .......................................................................................................83 20 8-03.3(6) Electrical Wire Installation................................................................................84 21 8-03.3(7) Flushing and Testing .......................................................................................84 22 8-03.3(8) Adjusting System.............................................................................................85 23 8-03.3(11) System Operation..........................................................................................85 24 8-03.3(12) Cross Connection Control Device Installation................................................86 25 8-03.3(13) Irrigation Water Service .................................................................................86 26 8-03.3(14) Irrigation Electrical Service ............................................................................86 27 SECTION 8-08, RUMBLE STRIPS April 5, 2010................................................................86 28 8-08.3 Construction Requirements..................................................................................86 29 SECTION 8-09, RAISED PAVEMENT MARKERS April 4, 2011........................................86 30 8-09 RAISED PAVEMENT MARKERS..............................................................................87 31 8-09.1 Description...........................................................................................................87 32 8-09.2 Materials..............................................................................................................87 33 8-09.3 Construction Requirements...................................................................................87 34 8-09.4 Measurement.......................................................................................................89 35 8-09.5 Payment ..............................................................................................................89 36 SECTION 8-10, GUIDE POSTS August 2, 2010................................................................89 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 viii 1 8-10.3 Construction Requirements..................................................................................89 2 SECTION 8-11, GUARDRAIL August 2, 2010...................................................................90 3 8-11.3(1)A Erection of Posts...........................................................................................90 4 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE April 4, 2011 ..........................90 5 8-12.5 Payment ..............................................................................................................90 6 SECTION 8-14, CEMENT CONCRETE SIDEWALKS April 4, 2011...................................90 7 8-14.2 Material................................................................................................................90 8 8-14.3(3) Placing and Finishing Concrete. ......................................................................90 9 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit.............................................91 10 8-14.4 Measurement.......................................................................................................91 11 8-14.5 Payment ..............................................................................................................91 12 SECTION 8-15, RIPRAP January 4, 2010..........................................................................91 13 8-15.2 Materials..............................................................................................................91 14 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS April 5, 2010....................................92 15 8-17.4 Measurement.......................................................................................................92 16 8-17.5 Payment ..............................................................................................................92 17 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 18 January 3, 2011 ........................................................................... .............92 ......................... 19 8-20.1 Description...........................................................................................................92 20 8-20.3(4) Foundations.....................................................................................................92 21 8-20.3(5) Conduit............................................................................................................92 22 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes.................................................93 23 8-20.3(8) Wiring..............................................................................................................93 24 8-20.4 Measurement.......................................................................................................93 25 8-20.5 Payment ..............................................................................................................94 26 SECTION 8-21, PERMANENT SIGNING August 1, 2011 ..................................................94 27 8-21.3(4) Sign Removal ..................................................................................................94 28 8-21.3(9)F Foundations ..................................................................................................94 29 8-21.3(9)G Identification Plates.......................................................................................95 30 8-21.3(12) Steel Sign Posts ............................................................................................95 31 SECTION 8-22, PAVEMENT MARKING August 1, 2011...................................................95 32 8-22.1 Description....................................................:......................................................95 33 8-22.4 Measurement.......................................................................................................95 34 8-22.5 Payment ..............................................................................................................96 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 ix 1 SECTION 9-01, PORTLAND CEMENT April 5, 2010.........................................................96 2 9-01.2(1) Portland Cement...............................................................................................96 3 SECTION 9-02, BITUMINOUS MATERIALS January 3, 2011 ...........................................96 4 9-02.1(8) Flexible Bituminous Pavement Marker Adhesive..............................................96 5 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer..................97 6 SECTION 9-03, AGGREGATES August 1, 2011 ...............................................................97 7 9-03.4(2) Grading and Quality.........................................................................................97 8 9-03.10 Aggregate for Gravel Borrow .............................................................................97 9 9-03.11(2) Streambed Cobbles.......................................................................................97 10 9-03.12(1)6 Class B........................................................................................................98 11 9-03.20 Test Methods for Aggregates.....:.......................................................................98 12 9-03.21(1) General Requirements....................................................................................98 13 9-03.21(1)A Recycled Hot Mix Asphalt............................................................................99 14 9-03.21(1)B Recycled Portland Cement Concrete Rubble ......................................I.......99 15 9-03.21(1)C Recycled Glass Aggregates........................................................................99 16 9-03.21(1)D Recycled Steel Furnace Slag......................................................................99 17 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS August 2, 2010.................99 18 9-04.2(1) Hot Poured Joint Sealants...............................................................................99 19 9-04.11 Butyl Rubber.................................................................. .................................100 20 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 1, 21 2011 ...................................................................................................................................100 22 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12-inch through 60-inch) 23 ......................................................................................................................................100 24 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid 25 Wall PVC Sanitary Sewer Pipe ......................................................................................100 26 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile 27 Wall PVC Sanitary Sewer Pipe ......................................................................................100 28 9-05.13 Ductile Iron Sewer Pipe.....................................................................................100 29 9-05.19 Corrugated Polyethylene Culvert Pipe .............................................................101 30 9-05.20 .Corrugated Polyethylene Storm Sewer Pipe ....................................................101 31 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS August 1, 2011 ..103 32 9-06.5(3) High Strength Bolts........................................................................................103 33 9-06.5(4) Anchor Bolts..................................................................................................104 34 9-06.16 Roadside Sign Structures ................................................................................105 35 SECTION 9-07, REINFORCING STEEL August 1, 2011 .................................................105 36 9-07.1(1)A Acceptance of Materials..............................................................................105 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 x 1 9-07.2 Deformed Steel Bars.......................................................................................... 105 2 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement).......................106 3 SECTION 9-08, PAINTS AND RELATED MATERIALS January 4, 2010........................106 4 9-08.1(2)C Inorganic Zinc Rich Primer..........................................................................106 5 9-08.1(2)D Organic Zinc Rich Primer............................................................................106 6 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS 7 April 4, 2011 .....................................................................................................................106 8 9-13.3 Sack Riprap.......................................................................................................106 9 9-13.4 Vacant ............................................................................................................... 107 10 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING April 4, 2011 ........108 11 SECTION 9-15, IRRIGATION SYSTEM January 4, 2010.................................................124 12 9-15.3 Automatic Controllers......................................................................................... 124 13 9-15.4 Irrigation Heads ...............................................................................................:.125 14 9-15.5 Valve Boxes and Protective Sleeves..................................................................125 15 9-15.7(1) Manual Control Valves...................................................................................125 16 9-15.7(2) Automatic Control Valves ..............................................................................1.25 17 9-15.7(3) Automatic Control Valves With Pressure Regulator.......................................125 18 9-15.8 Quick Coupling Equipment.................................................................................125 19 9-15.9 Drain Valves ...................................................................................................... 125 20 9-15.10 Hose Bibs ........................................................................................................ 126 21 9-15.11 Cross Connection Control Devices ..................................................................126 22 9-15.12 Check Valves...................................................................................................126 23 9-15.14 Three-Way Valves ...........................................................................................126 24 9-15.15 Flow Control Valves.........................................................................................126 25 9-15.17 Electrical Wire and Splices...............................................................................126 26 9-15.18 Detectable Marking Tape.................................................................................127 27 SECTION 9-16, FENCE AND GUARDRAIL August 2, 2010 ...........................................127 28 9-16.3(2) Posts and Blocks...........................................................................................127 29 SECTION 9-17, FLEXIBLE GUIDE POSTS January 3, 2011...........................................128 30 9-17.4 Pre-approval ......................................................................................................128 31 SECTION 9-22, MONUMENT CASES January 4, 2010...................................................128 32 9-22.1 Monument Cases, Covers, and Risers...............................................................128 33 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES August 1, 2011 34 ..........................................................................................................................................129 35 9-23.1 Sheet Materials for Curing Concrete..................................................................129 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 xi 1 9-23.2 Liquid Membrane Forming Concrete Curing Compounds................................... 129 2 9-23.9 Fly Ash................................................................................................................ 129 3 9-23.10 Ground Granulated Blast Furnace Slag ........................................................... 130 4 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL August 1, 2011 .....................130 5 9-29.1(4) Non-Metallic Conduit..................................................................................... 130 6 9-29.1(4)A Rigid PVC Conduit...................................................................................... 130 7 9-29.1(4)C HDPE Conduit............................................................................................. 130 8 9-29.2(1)A Standard Duty Junction Boxes .................................................................... 131 9 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes................................................ 131 10 9-29.3(2)B Multi-Conductor Cable................................................................................. 131 11 9-29.3(2)E Two-Conductor Shielded.....................................................................:....... 131 12 9-29.3(2)F Detector Loop Wire ...................................................................................... 132 13 9-29.3(2)G Four-Conductor Shielded Cable.................................................................. 132 14 9-29.4 Messenger Cable, Fittings ................................................................................. 132 15 9-29.6(5) Foundation Hardware.................................................................................... 132 16 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever 17 Bases and Sign Bridge Bases.............................................................................:.......... 132 18 9-29.9 Ballast, Transformers.........................................................................................134 I 19 9-29.10 Luminaires....................................................................................................... 135 20 9-29.10(1) Cobra Head Luminaires............................................................................... 136 21 9-29.10(2) Decorative Luminaires................................................................................. 137 22 9-29.10(3) High Mast Luminaires and Post Top Luminaires.......................................... 138 23 9-29.10(5) Sign Lighting Luminaires ............................................................................. 138 24 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor................................................. 138 25 9-29.10(5)B Sign Lighting Fixtures - Induction .............................................................. 138 26 9-29.12 Electrical Splice Materials ................................................................................ 138 27 9-29.12(1) Illumination Circuit Splices........................................................................... 138 28 9-29.12(2) Traffic Signal Splice Material ....................................................................... 139 29 9-29.15 Flashing Beacon Control.................................................................................. 139 . 30 9-29.16 Vehicular Signal Heads....................................................................................139 31 9-29.16(1) Optically Programmed, Adjustable Face, 12-inch Traffic Signal................... 140 32 9-29.16(1)A Optical Systems........................................................................................ 140 33 9-29.16(1)B Construction...............................................................................................140 34 9-29.16(1)D Electrical ................................................................................................... 140 35 9-29.16(1)E Photo Controls .......................................................................................... 141 36 9-29.16(2)A Optical Units.............................................................................................. 141 37 9-29.16(2)B Signal Housing.......................................................................................... 141 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 xii 1 9-29.16(2)D Back Plates...............................................................................................142 2 9-29.16(2)E Painting Signal Heads................................................................................ 142 3 9-29.16(3) Polycarbonate Traffic Signal Heads.............................................................142 4 9-29.16(3)A 8-inch Polycarbonate Traffic Signal Heads................................................142 5 9-29.16(3)B 12-inch Polycarbonate Traffic Signal Heads..............................................142 6 9-29.18 Vehicle Detector ..............................................................................................142 7 9-29.19 Pedestrian Push Buttons..................................................................................143 8 9-29.25 Amplifier, Transformer, and Terminal Cabinets................................................ 143 9 SECTION 9-30, WATER DISTRIBUTION MATERIALS January 4, 2010........................143 10 9-30.1(1) Ductile Iron Pipe............................................................................................143 11 9-30.1(2) Polyethylene Encasement............................................................................. 143 12 SECTION 9-31, ELASTOMERIC BEARING PADS January 3, 2011............................. 144 13 9-31.1 Requirements ....................................................................................................144 14 SECTION 9-32, MAILBOX SUPPORT April 4, 2011 ................. .................................144 15 9-32.2 Bracket, Platform, and Anti-Twist Plate.............................................................. 144 16 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC August 1, 2011 .............................144 17 9-33.4(1) Geosynthetic Material Approval..................................................................... 144 18 9-33.4(3) Acceptance Samples..................................................................................... 145 19 9-33.4(4) Acceptance by Certificate of Compliance.......................................................146 20 SECTION 9-34, PAVEMENT MARKING MATERIAL January 3, 2011 ........................... 146 21 9-34.1 General..............................................................................................................146 22 9-34.2 Paint .................................................................................................................. 146 23 9-34.2(1) High VOC Solvent Based Paint ...................................................................... 146 24 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS January 4, 2010 ......147 25 9-35.0 General Requirements....................................................................................... 147 26 9-35.12 Truck-Mounted Attenuator............................................................................... 147 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 xiii 1 2 INTRO.AP1 3 INTRODUCTION 4 The following Amendments and Special Provisions shall be used in conjunction with the 5 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 6 7 AMENDMENTS TO THE STANDARD SPECIFICATIONS 8 9 The following Amendments to the Standard Specifications are made a part of this contract 10 and supersede any conflicting provisions of the Standard Specifications. For informational 11 purposes, the date following each Amendment title indicates the implementation date of the 12 Amendment or the latest date of revision. 13 14 Each Amendment contains all current revisions to the applicable section of the Standard 15 Specifications and may include references which do not apply to this particular project. 16 17 1-01.AP1 18 SECTION 1-01, DEFINITIONS AND TERMS 19 August 2, 2010 20 1-01.2(1) Associations and Miscellaneous 21 The abbreviation and definition "AREA American Railway Engineering Association" is 22 replaced with the following: 23 24 AREMA American Railway Engineering and Maintenance Association 25 26 1-02.AP1 27 SECTION 1-02, BID PROCEDURES AND CONDITIONS 28 July 11, 2011 29 1-02.5 Proposal Forms 30 The first paragraph is revised to read: 31 32 At the request of a prequalified Bidder, the Contracting Agency will provide a physical 33 Proposal Form for any project on which the Bidder is eligible-to Bid. For certain projects 34 selected at the sole discretion of the Contracting Agency, the Bidder may also be 35 authorized to access an electronic Proposal Form for submittal via.Trns•Port Expedite® 36 software and BidExpress®. 37 38 1-02.6 Preparation of Proposal 39 The first paragraph is revised to read: 40 41 The Contracting Agency will accept only those Proposals properly executed on physical 42 forms it provides, or electronic forms that the bidder has been authorized to access. 43 Unless it approves in writing, the Contracting Agency will not accept Proposals on forms 44 attached to the Plans and stamped"Informational'. 45 46 The second paragraph is revised to read: 47 48 All prices shall be in legible figures (not words) written in ink or typed, and expressed in 49 U.S. dollars and cents. The Proposal shall include: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 1 1 2 1. A unit price for each item (omitting digits more than four places to the right of 3 the decimal point), 4 5 2. An extension for each unit price (omitting digits more.than two places to the 6 right of the decimal point), and 7 8 3. The total Contract price (the sum of all extensions). 9 10 In the space provided on the signature sheet, the Bidder shall confirm that all Addenda 11 have been received. 12 13 The third paragraph is revised to read: 14 15 The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprises 16 (DBE) Utilization Certification, when required by the Special Provisions. For each and 17 every DBE firm listed on the Bidder's completed DBE Utilization Certification, the Bidder 18 shall submit written confirmation from that DBE firm that the DBE is in agreement with 19 the DBE participation commitment that the Bidder has made in the Bidders completed 20 DBE Utilization Certification. WSDOT Form 422-031 EF (DBE Written Confirmation 21 Document) is available for this purpose. Bidder must submit good faith effort 22 documentation with the DBE Utilization Certification ONLY In The Event the bidder's 23 efforts to solicit sufficient DBE participation have been unsuccessful. Directions for 24 delivery of the DBE Written Confirmation Documents and DBE Good Faith Effort 25 documentation are included in Section 1-02.9 Delivery of Proposal and Section 1-02.10 26 Withdrawing, Revising or Supplementing Proposal. 27 28 1-02.7 Bid Deposit 29 This section is revised to read: 30 31 A deposit of at least 5-percent of the total Bid shall accompany each Bid. This deposit 32 may be cash, certified check, cashier's check, or a proposal bond (Surety bond). For 33 projects that are selected by the Contracting Agency to be bid electronically, the 34 proposal bond may be in either a physical format, or an electronic format via 35 Surety2000.com or Insurevision.com and BidExpress®. When a physical bid deposit or 36 proposal bond is furnished to accompany an electronic Proposal Form, the Bid deposit 37 shall be received by the Contracting Agency at the location specified for receipt of bids 38 prior to the time set for receipt of Bids. Any proposal bond shall be on a form 39 acceptable to the Contracting Agency and shall be signed by the Bidder and the Surety. 40 A proposal bond shall not be conditioned in any way to modify the minimum 5-percent 41 required. The Surety shall: (1) be registered with the Washington State Insurance 42 Commissioner, and (2) appear on the current Authorized Insurance List in the State of 43 Washington published by the Office of the Insurance Commissioner. 44 45 The failure to furnish a Bid deposit of a minimum of 5-percent with the Bid or as a 46 physical supplement to the electronic Proposal Form shall make the Bid nonresponsive 47 and shall cause the Bid to be rejected by the Contracting Agency. 48 49 1-02.8(2) Lobbying Certification 50 The last paragraph is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 2 1 The Certification for Federal-Aid Contracts (Form DOT 272-040) may be reproduced 2 from the Proposal form. The disclosure form is available from the Washington State 3 Department of Transportation's Contract Ad &Award Office, Transportation Building, 4 Olympia, Washington 98504. 5 6 1-02.9 Delivery of Proposal 7 This section is revised to read: 8 9 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 10 submitted in the envelope provided with it, or electronically via Trns•Port Expedite® 11 software and BidExpress® at the location and time identified in Section 1-02.12. The 12 Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. 13 14 For projects scheduled for bid opening in other locations, each Proposal shall be sealed 15 and submitted in the envelope provided with it, at the location and time identified in 16 Section 1-02.12. The Bidder shall fill in all blanks on this envelope to ensure proper 17 handling and delivery. 18 19 The Contracting Agency will not open or consider any Proposal or any supplement to a 20 Proposal that is received after the time specified for receipt of Proposals, or received in 21 a location other than that specified for receipt of Proposals. 22 23 NOTE: Certain documents that are required for an electronic Bid Proposal to be 24 responsive CANNOT be submitted electronically via Trns•Port Expedite® 25 software and BidExpress®. These documents include: 26 27 1. DBE Written Confirmation Documents; and, 28 29 2. Good Faith Effort Documentation; and, 30 31 3. Cash, certified checks, cashier's checks, or a proposal bond (Surety 32 bond) in formats other than via Surety2000.com or Insu revision.com. 33 34 The Bidder shall provide all documents that are required for an electronic Bid Proposal 35 to be responsive (but cannot be submitted electronically via Trns-Port Expedite® 36 software and BidExpress®) as a supplement to their electronic Bid Proposal in one of 37 the following methods: 38 39 1: Physically in a sealed envelope marked as "BID SUPPLEMENT" and bearing 40 the Bidders company name, project title, Bid date, and description of contents 41 (for example: DBE Written Confirmation, DBE Good Faith Efforts, Proposal 42 Deposit, etc.); or, 43 44 2. Except for Item #3 above, by facsimile to the following FAX number: (360) 45 705-6966. 46 47 E-mailed submittals.are not acceptable. The Contracting Agency is not responsible for 48 delayed, partial, failed, illegible or partially legible FAX document transmissions, and 49 such documents may be rejected as incomplete at the Bidder's risk. 50 51 1-02.10 Withdrawal or Revision of Proposal 52 This section including title is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 3 1 2 Withdrawing, Revising, or Supplementing Proposal 3 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 4 withdraw, revise, or supplement it if: 5 6 1. The Bidder submits a written request signed by an authorized person, and 7 8 2. The Contracting Agency receives the request before the time set for receipt of 9 Proposals. 10 11 The original physical Bid Proposal may be supplemented, or revised and resubmitted as 12 the official Bid Proposal if the Contracting Agency receives it before the time set for 13 receipt of Proposals. Faxed Bid revisions and supplements will be accepted only if they 14 are submitted in accordance with the "Example Format for Facsimile Bid Changes" 15 instructions posted on the WSDOT website at 16 http://www.wsdot.wa.gov/biz/contaa/bulletin/. 17 18 E-mailed requests to withdraw, revise or supplement a Proposal are not acceptable. 19 The contracting Agency is not responsible for delayed, partial, failed, illegible or partially 20 legible FAX document transmissions, and such documents may be rejected as 21 incomplete at the Bidders risk. 22 23 The Contracting Agency will not accept requests to revise or withdraw electronic Bid 24 Proposals. Such requests shall be furnished directly to BidExpress® and in 25 accordance with their terms and conditions. 26 27 1-02.13 Irregular Proposals 28 In the first paragraph, Item h beneath item number 1 is revised to read: 29 30 h. The Bidder fails to submit or properly complete a Disadvantaged Business 31 Enterprise Utilization Certification, if applicable, as required in Section 1-02.6; 32 33 In the first paragraph, item I beneath item number 1 is revised to read: 34 35 i. The Bidder fails to submit written confirmation from each DBE firm listed on the 36 Bidder's completed DBE Utilization Certification that they are in agreement with the 37 bidders DBE participation commitment, if applicable, as required in Section 1-02.6, 38 or if the written confirmation that is submitted fails to meet the requirements of the 39 Special Provisions; 40 41 Item 1 in the first paragraph is supplemented with the following: 42 43 j. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as 44 required in Section 1-02.6, or if the documentation that is submitted fails to 45 demonstrate that a Good Faith Effort to meet the Condition of Award was made; or 46 47 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 48 material terms of the Bid invitation. 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 4 1 1-06.AP1 2 SECTION 1-06, CONTROL OF MATERIALS 3 January 3, 2011 4 1-06.1 Approval of Materials Prior to Use 5 This section is supplemented with the following new sub-section: 6 7 1-06.1(4) Fabrication Inspection Expense 8 In the event the Contractor elects to have items fabricated beyond 300 miles from 9 Seattle, Washington the Contracting Agency will deduct from payment due the 10 Contractor costs to perform fabrication inspection on the following items: 11 12 0 Steel Bridges and Steel Bridge components 13 Cantilever Sign Structures and Sign Bridges 14 Prestressed Concrete Girders and Precast Bridge Components 15 Cylindrical, Disc, Pin, and Spherical Bearings 16 Modular Expansion Joints 17 Epoxy Coated Reinforcing Steel 18 Painted and Powder Coated Luminaire and Signal Poles 19 Additional items as may be determined by the Engineer 20 21 The deductions for fabrication inspection costs will be as shown in the Payment Table 22 below. 23 Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per*inspection day airline miles from Seattle 3 Over 3,.000 airline miles $1,000 per*inspection day, from Seattle but not less than $2,500 per trip 24 *Note -An inspection day includes any calendar day or portion of a calendar 25 day spent inspecting at or traveling to and from a place of fabrication. 26 27 Where fabrication of an item takes place in more than one zone, the reduction in 28 payment will be computed on the basis of the entire item being fabricated in the furthest 29 of zones where any fabrication takes place on that item. 30 31 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication 32 inspection activities to include but not limited to; plant approvals, prefabrication 33 meetings, fabrication, coatings and final inspection. 34 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 5 1 1-06.2(2)A General 2 Table 2 "Pay Factors" on page 1-39 is revised to read: 3 Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(Pti+PL)-100 Category n_3 n_4 n=5 n_6 n=7 n=8 n=9 n=10 n=12 n=15 n_18 n=23 n--30 n=43 n=67 to to to to to to to to n=11 n_14 n=17 n=22 n_29 n_42 n_66 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 80 63 66 68 69 70 72 .73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) 4 5 6 7 Table 2 "Pay Factors" on page 1-40 is revised to read: 8 Table 2 Pay Factors(continued) PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor(Pu+PJ-100 Category n=3 n=4 n=5 n=6 n_7 n=8 n_9 n=10 n=12 n=15 n=18 n=23 n_30 n=43 n=67 to to to to to to to to n=11 n=14 n=17 n_22 n=29 n_42 n=66 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note:If the value of(Pu+P)-100 does not correspond to a(P +Pi)-100 value in this table,use the next smaller(P +P)-100 value. 9 10 11 1-07.AP 1 12 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 13 August 1, 2011 14 1-07.2 Sales Tax 15 The third sentence in the first paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 6 1 2 The Contractor shall contact the Contract Payment section of the Division of Accounting 3 & Financial Services of the Department of Transportation, Olympia WA for questions on 4 sales tax. 5 6 The first sentence in the third paragraph is revised to read: 7 8 The Contracting Agency will pay the retained percentage only if the Contractor has 9 obtained from the State Department of Revenue a certificate showing that all Contract- 10 related taxes have been paid (RCW 60.28.051). 11 12 1-07.5(3) State Department of Ecology 13 Item No. 4. in the first paragraph is revised to read: 14 15 4. Perform Work in such a manner that all materials and substances not specifically 16 identified in the Contract documents to be placed in the water do not enter waters 17 of the State, including wetlands. These include, but are not limited to, petroleum 18 products; hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, 19 slurry materials and waste from shaft drilling, sediments, sediment-laden water, 20 chemicals, paint, solvents, or other toxic or deleterious materials. 21 22 1-07.9(1) General 23 The second sentence in the fourth paragraph is revised to read: 24 25 When the project involves highway Work, heavy Work and building Work, the Contract 26 Provisions may list a Federal wage and fringe benefit rate for the highway Work, a 27 separate Federal wage and fringe benefit rate for both the heavy Work and the building 28 Work. 29 30 1-07.13(4) Repair of Damage 31 The last sentence in the first paragraph is revised to read: 32 33 For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 34 17.5, payment will be made in accordance with Section 1-09.4 using the estimated bid 35 item "Reimbursement for Third Party Damage". 36 37 1-07.14 Responsibility for Damage 38 The third, fourth and fifth paragraphs are revised to read: 39 40 Subject to the limitations in this section and RCW 4.24.115 the Contractor shall 41 indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and 42 all officers and employees of the State from all claims, suits, or actions brought for 43 injuries to, or death of, any persons or damages resulting from construction of the Work 44 or in consequence of any negligence or breach of contract regarding the Work, or the 45 use of any improper materials in the Work, caused in whole or in part by any act or 46 omission by the Contractor or the agents or employees of the Contractor during 47 performance or at any time before final acceptance. In addition to any remedy 48 authorized by law, the State may retain so much of the money due the Contractor as 49 deemed necessary by the Engineer to ensure indemnification until disposition has been 50 made of such suits or claims. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 7 I Subject to the limitations in this section and RCW 4.24.115, the Contractor shall 2 indemnify, defend, and save harmless any county, city, or region, its officers, and 3 employees connected with the Work, within the limits of which county, city, or region the 4 Work is being performed, all in the same manner and to the same extent as provided 5 above for the protection of the State, its officers and employees, provided that no 6 retention of money due the Contractor be made by the State except as provided in 7 RCW 60.28, pending disposition of suits or claims for damages brought against the 8 county, city, or district. 9 10 Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the 11 concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees 12 and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions 13 provided in the preceding paragraphs of this section shall be valid and enforceable only 14 to the extent of the Contractor's negligence or the negligence of its agents and 15 employees. 16 17 This section is supplemented with the following: 18 19 THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR 20 ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR 21 THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION 22 OBLIGATIONS SET FORTH IN SECTION 1-07.14, THE CONTRACTOR 23 SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE 24 INDUSTRIAL INSURANCE LAW, RCW TITLE 5.1. THIS WAIVER HAD BEEN 25 MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL 26 SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN 27 CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS 28 PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND 29 ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE 30 SUBCONTRACTOR. 31 32 1-07.15 Temporary Water Pollution/Erosion Control 33 The fourth paragraph is deleted. 34 35 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 36 This section is deleted in its entirety and replaced with the following: 37 38 The Contractor shall prepare and implement a project-specific spill prevention, control, 39 and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor 40 shall submit the plan to the Project Engineer no later than the date of the 41 preconstruction conference. No on-site construction activities may commence until the 42 Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and 43 guidance information is available at: 44 http://www.wsdot.wa.gov/Environment/HazMat/SpillPrevention.htm. 45 46 The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as 47 defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31-11). 48 Occupational safety and health requirements that may pertain to SPCC Plan 49 implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. 50 The SPCC Plan shall address conditions that may be required by Section 3406 of the 51 current International Fire Code, or as approved by the local Fire Marshal. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 8 1 Implementation Requirements 2 The Contractor shall update the SPCC Plan throughout project construction so that the 3. written plan reflects actual site conditions and practices. The Contractor shall update the 4 SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the 5 project site. The Contractor shall fully implement the SPCC Plan, as accepted and 6 updated, at all times. 7 8 SPCC Plan Element Requirements 9 The SPCC Plan shall set forth the following information in the following order: 10 11 1. Responsible Personnel 12 Identify the names, titles, and contact information for the personnel responsible 13 for implementing and updating the plan and for responding to spills. 14 15 2. Spill Reporting 16 List the names and telephone numbers of the Federal, State, and local 17 agencies the Contractor shall notify in the event of a spill. 18 19 3. Project and Site Information 20 Describe the following items: 21 22 A. The project Work. 23 24 B. The site location and boundaries. 25 26 C. The drainage pathways from the site. 27 28 D. Nearby waterways and sensitive areas and their distances from the 29 site. 30 31 4. Potential Spill Sources 32 Describe each of the following for all potentially hazardous materials brought 33 or generated on-site (including materials used for equipment operation, 34 refueling, maintenance, or cleaning): 35 36 A. Name of material and its intended use. 37 38 B. Estimated maximum amount on-site at any one time. 39 40 C. Location(s) (including any equipment used below the ordinary high 41 water line) where the material will be staged, used, and stored and 42 the distance(s) from nearby waterways and sensitive areas. 43 44 5. Pre-Existing Contamination 45 Describe any pre-existing contamination and contaminant sources (such as 46 buried pipes or tanks) in the project area that are described in the Contract 47 provisions and Plans. Identify equipment and work practices that shall be used 48 to prevent the release of contamination. 49 50 6. Spill Prevention and Response Training AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 9 1 Describe how and when all project personnel, including refueling personnel 2 and other Subcontractors, shall be trained in spill prevention, containment, and 3 response and in the location of spill response kits. 4 5 7. Spill Prevention 6 Describe the following items: 7 8 A. The contents and locations of spill response kits that the Contractor 9 shall supply and maintain that are appropriately stocked, located in 10 close proximity to hazardous materials and equipment, and 11 immediately accessible. 12 13 B. Security measures for potential spill sources to prevent accidental 14 spills and vandalism. 15 16 C. Methods used to prevent stormwater from contacting hazardous 17 materials. 18 19 D. Secondary containment for each potential spill source listed in 4, 20 above. Secondary containment structures shall be in accordance 21 with Section S9.D.9 of Ecology's Construction Storm water General 22 NPDES Permit, where secondary containment means placing tanks 23 or containers within an impervious structure capable of containing 24 110% of the volume contained in the largest tank within the 25 containment structure. Double-walled tanks do not require additional 26 secondary containment. 27 28 E. BMP Methods used to prevent discharges to ground or water during 29 mixing and transfers of hazardous materials and fuel. Methods to 30 control pollutants shall use BMPs in accordance with Ecology's 31 Construction Stormwater General NPDES Permit. BMPs guidance is 32 provided in Ecology's Stormwater Management Manuals, such as 33 Volume II — Construction Stormwater Pollution Prevention, BMP 34 C153 and Volume IV Source Control BMPs. 35 36 F. Refueling procedures for equipment that cannot be moved from 37 below the ordinary high water line. 38 39 G. Daily inspection and cleanup procedures that ensure all equipment 40 used below the ordinary high water line is free of all external 41 petroleum-based products. 42 43 H. Routine equipment, storage area, and structure inspection and 44 maintenance practices to prevent drips, leaks or failures of hoses, 45 valves, fittings, containers, pumps, or other systems that contain or 46 transfer hazardous materials. 47 48 I. Site inspection procedures and frequency. 49 50 8. Spill Response 51 Outline the response procedures the Contractor shall follow for each scenario 52 listed below, indicating that if hazardous materials are encountered or spilled AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 10 1 during construction, the Contractor shall do everything possible to control and 2 contain the material until appropriate measures can be taken. Include a 3 description of the actions the Contractor shall take and the specific on-site spill 4 response equipment that shall be used to assess the spill, secure the area, 5 contain and eliminate the spill source, clean up spilled material, decontaminate 6 equipment, and dispose of spilled and contaminated material. 7 8 A. A spill of each type of hazardous material at each location identified 9 in 4, above. 10 11 B. Stormwater that has come into contact with hazardous materials. 12 13 C. A release or spill of any pre-existing contamination and contaminant 14 source described in 5, above. 15 16 D. A release or spill of any unknown pre-existing contamination and 17 contaminant sources (such as buried pipes or tanks) encountered 18 during project Work. 19 20 E. A spill occurring during Work with equipment used below the ordinary 21 high water line. 22 23 If the Contractor will use a Subcontractor for spill response, provide contact 24 information for the Subcontractor under item 1 (above), identify when the 25 Subcontractor shall be used, and describe actions the Contractor shall take 26 while waiting for the Subcontractor to respond. 27 28 9. Project Site Map 29 Provide a map showing the following items: 30 31 A. Site location and boundaries. 32 33 B. Site access roads. 34 35 C. Drainage pathways from the site. 36' 37 D. Nearby waterways and sensitive areas. 38 39 E. Hazardous materials, equipment, and decontamination areas 40 identified in 4, above. 41 42 F. Pre-existing contamination or contaminant sources described in 5, 43 above. 44 45 G. Spill prevention and response equipment described in 7 and 8, 46 above. 47 48 10. Spill Report Forms 49 Provide a copy of the spill report form(s) that the Contractor shall use in the 50 event of a release or spill. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 11 1 Payment 2 Payment will be made in accordance with Section 1-04.1 for the following bid item when 3 it is included in the Proposal: 4 5 "SPCC Plan," lump sum. 6 7 When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall 8 receive 50-percent of the lump sum Contract price for the plan. The remaining 50- 9 percent of the lump sum price will be paid after the materials and equipment called for in 10 the Plan are mobilized to the project. 11 12 The lump sum payment for"SPCC Plan" shall be full pay for all costs associated with 13 creating and updating the accepted SPCC Plan, all costs associated with the set up of 14 prevention measures, and implementing the current SPCC Plan as required by this 15 Specification. 16 17 As to other costs associated with releases or spills, including restocking spill kits, the 18 Contractor may request payment as provided for in the Contract. No payment shall be 19 made if the release or spill was caused by or resulted from the Contractor's operations, 20 negligence, or omissions. 21 22 1-07.16(2) Vegetation Protection and Restoration 23 The second paragraph is revised to read: 24 25 Damage which may require replacement of vegetation includes torn bark stripping, 26 broken branches, exposed root systems, cut root systems, poisoned root systems, 27 compaction of surface soil and roots, puncture wounds, drastic reduction of surface 28 roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to 29 the location that may jeopardize the survival or health of the vegetation to be preserved. 30 31 The third paragraph is revised to read: 32 33 When large roots of trees designated to be saved are exposed by the Contractor's 34 operation, they shall be wrapped with heavy, moist material such as burlap or canvas 35 for protection and to prevent excessive drying. The material shall be kept moist and 36 securely fastened until the roots are covered to finish grade. All material and fastening 37 material shall be removed from the roots before covering. All roots 1-inch or larger in. 38 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. 39 Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no 40 additional cost to the Contracting Agency. 41 42 The fourth paragraph is revised to read: 43 44 Any pruning activity required to complete the Work as specified shall be performed by a 45 Certified Arborist as designated by the Engineer. 46 47 1-07.18 Public Liability and Property Damage Insurance 48 This section is deleted in its entirety and replaced with the following: 49 50 1-07.18 Public Liability and Property Damage Insurance 51 The Contractor shall obtain and keep in force the following policies of insurance. The 52 policies shall be with companies or through sources approved by the State Insurance AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 12 1 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the 2 policies shall be kept in force from the execution date of the Contract until the date of 3 acceptance by the Secretary (Section 1-05.12). 4 5 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and 6 property damage liability coverage with limits of$3,000,000 per occurrence and, 7 per project, in the aggregate for each policy period, written on Insurance Services 8 Office (ISO) form CG0009 1204, together with Washington State Department of 9 Transportation amendatory endorsement CG 2908 1195, specifying the Contracting 10 Agency, the State, the Governor, the Commission, the Secretary , the Department 11 and all officers and employees of the State as named insured. 12 13 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or 14 its equivalent with minimum limits of$3,000,000 per occurrence and in the 15 aggregate for each one year policy period. This coverage may be any combination 16 of primary, umbrella or excess liability coverage affording total liability limits of not 17 less than $3,000,000 per occurrence and in the aggregate. Products and 18 completed operations coverage shall be provided for a period of three years 19 following Substantial Completion of the Work. 20 21 3. Commercial Automobile Liability Insurance providing bodily injury and property 22 damage liability coverage for all owned and nonowned vehicles assigned to or used 23 in the performance of the Work with a combined single limit of not less than $1,000, 24 000 each occurrence. This coverage may be any combination of primary, umbrella 25 or excess liability coverage affording total liability limits of not less than $1,000,000 26 per occurrence with the State named as an additional insured or designated 27 insured in connection with the Contractor's Performance of the Contract. If 28 pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required 29 on the Commercial Automobile Liability insurance policy unless in-transit pollution 30 risk is covered under a Pollution Liability insurance policy. 31 32 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the 33 Governor, the Commission, the Secretary, the Department, all officers and 34 employees of the State, and their respective members, directors, officers, 35 employees, agents and consultants (collectively the "Additional Insureds") shall be 36 included as Additional Insureds for all policies and coverages specified in this 37 Section, with the exception of the OCP policy. Said insurance coverage shall be 38 primary and non-contributory insurance with respect to the insureds and the 39 Additional Insureds. Any insurance or self-insurance beyond that specified in this 40 Contract that is maintained by any Additional Insured shall be in excess of such 41 insurance and shall not contribute with it. All insurance coverage required by this 42 Section shall be written and provided by "occurrence-based" policy forms rather 43 than by "claims made" forms. 44 45 All endorsements adding Additional Insureds to required policies shall be issued on 46 (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, 47 providing the Additional Insureds with all policies and coverages set forth in this 48 Section, with the exception of the OCP and Commercial Auto policies or (ii) form 49 CA 20 48 or forms deemed equivalent by Contracting Agency, providing the 50 Additional insureds with all coverage's required under the Commercial Automobile 51 Liability. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revises!:8/1/11 13 1 5. The coverage limits to be provided by Contractor for itself and to the Contracting 2 Agency and Additional Insureds pursuant to this section or any Special Provision, 3 shall be on a "per project" aggregate basis with the minimum limits of liability as set 4 forth herein for both general liability and products/completed operations claims. 5 The additional insured coverage required under this Section for products/completed 6 operations claims shall remain in full force and effect for not less than three years 7 following Substantial Completion of the project. If the Contractor maintains, at any 8 time, coverage limits for itself in excess of limits set forth in this Section 1-07.18 or 9 any Special Provision, then those additional coverage limits shall also apply to the 10 Contracting Agency and the Additional Insureds. This includes, but is not limited to, 11 any coverage limits provided under any risk financing program of any description, 12 whether such limits are primary, excess, contingent or otherwise. 13 14 6. All insurance policies and coverage's required under Section 1-07.18 and Section 15 1-07.10 shall contain a waiver of subrogation against the Contracting Agency , the 16 State, any Additional Insured and their respective departments, agencies, boards, 17 and commissions and their respective officers, officials, agents, and employees for 18 losses arising from Work performed by or on behalf of the Contractor. This waiver 19 has been mutually negotiated by the parties. 20 21 7. Where applicable, the Contractor shall cause each Subcontractor to provide 22 insurance that complies with all applicable requirements of the Contractor-provided 23 insurance as set forth herein, in circumstances where the Subcontractor is not 24 covered by the Contractor-provided insurance. The Contractor shall have sole 25 responsibility for determining the limits of coverage required, if any, to be obtained 26 by Subcontractors, which determination shall be made in accordance with 27 reasonable and prudent business practices. In the event that a Subcontractor is 28 required to add the Contractor as an additional insured pursuant to its contract for 29 Work at the Project, then the Contractor shall also cause each Subcontractor to 30 include the Contracting Agency and the Additional Insureds as additional insureds 31 as well, for primary and non-contributory limits of liability under each 32 Subcontractor's Commercial General Liability, Commercial Automobile Liability 33 and, any other coverage's which may be required pursuant to a "Special Provision". 34 35 8. Unless specifically noted otherwise in the Contract Documents, the parties to this 36 Contract do not intend by any of the provisions of this Contract to cause the public 37 or any member thereof or any other Person to be a third party beneficiary of the 38 Contract Documents. Nothing in this Contract authorizes anyone not a party to this 39 Contract or a designated third party beneficiary to this Contract to maintain a suit 40 for personal injuries or property damage pursuant to the terms or provisions of this 41 Contract. It is the further intent of the Contracting Agency and the Contractor in 42 executing the Form of Contract that no individual, firm, corporation or any 43 combination thereof which supplies materials, labor, services, or equipment to the 44 Contractor for the performance of the Work shall become thereby a third party 45 beneficiary of this Contract. 46 47 The Contract Documents shall not be construed to create a contractual relationship 48 of any kind between the Contracting Agency and a Subcontractor or any other 49 Person except the Contractor. 50 51 9. The Owners and Contractors Protective Insurance policy shall not be subject to a 52 deductible or contain provisions for a deductible. The Commercial General Liability AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 14 1 policy and the Commercial Automobile Liability Insurance policy may, at the 2 discretion of the Contractor, contain such provisions. If a deductible applies to any 3 claim under these policies, then payment of that deductible will be the responsibility 4 of the Contractor, notwithstanding any claim of liability against the Contracting 5 Agency. However in no event shall any provision for a deductible provide for a 6 deductible in excess of$50,000.00. 7 8 10. With the exception of the Commercial Automobile liability coverage, no policies of 9 insurance required under this Section shall contain an arbitration or alternative 10 dispute resolution clause applicable to disputes between the insurer and its 11 insureds. Any and all disputes concerning (i) terms and scope of insurance 12 coverage afforded by the policies required hereunder and/or (ii) extra contractual 13 remedies and relief which may be afforded policy holders in connection with 14 coverage disputes, shall be resolved in Washington Superior Court, applying 15 Washington law. 16 17 11. Prior to Contract execution, the Contractor shall file with the Department of 18 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504- 19 7420, ACORD Form Certificates of Insurance evidencing the minimum insurance 20 coverages required under these Specifications. Within 30 days of being awarded a 21 Contract, the Contractor shall provide the Department with complete copies, which 22 may be electronic copies, of all insurance policies required under this section and 23 any Special Provisions. 24 25 12. The Contractor shall provide written notice to the Engineer of any policy 26 cancellations and provide the Department of Transportation, Contract Payment 27 Section, P.O. Box 47420 Olympia, WA 98504-7420, by U.S Mail, notice of any 28 policy cancellation within two business days of receipt of cancellation. 29 30 13. Failure on the part of the Contractor to maintain the insurance as required, or to not 31 provide certification and copies of the insurance prior to the time specified in 32 subsection 11 above, shall constitute a material breach of Contract upon which the 33 Contracting Agency may, after giving 5-business days notice to the Contractor to 34 correct the breach, immediately terminate the Contract or, at its discretion, procure 35 or renew such insurance and pay any and all premiums in connection therewith, 36 with any sums so expended to be repaid to the Contracting Agency on demand, or 37 at the sole discretion of the Contracting Agency, offset against funds due the 38 Contractor from the Contracting Agency. All costs for insurance, including any 39 payments of deductible amounts, shall be considered incidental to and included in 40 the unit Contract prices and no additional payment will be made. 41 42 1-08.AP 1 43 SECTION 1-08, PROSECUTION AND PROGRESS 44 April 4, 2011 45 1-08.1 Subcontracting 46 The second and third sentences in the eighth paragraph are revised to read: 47 48 This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, 49 "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State 50 fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through 51 September 30, October 1 through December 31, and for any remaining portion of a AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 15 1 quarter through Physical Completion of the Contract. The report is due 20 calendar 2 days following the fiscal quarter end or 20-calendar days after Physical Completion of 3 the Contract. 4 5 The first sentence in the ninth paragraph is revised to read: 6 7 On all projects funded with both Contracting Agency funds and Federal assistance the 8 Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" 9 on a quarterly basis in which DBE work is accomplished, for every quarter in which the 10 Contract is active or upon completion of the project, as appropriate. 11 12 The last sentence in the ninth paragraph is revised to read: 13 14 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in 15 lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE 16 Participants". 17 18 1-08.5 Time for Completion 19 The last two sentences in the first paragraph are revised to read: 20 21 When any of these holidays fall on a Sunday, the following Monday shall be counted a 22 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be 23 counted a nonworking day. The days between December 25 and January 1 will be 24 classified as nonworking days. 25 26 Item number 2.c. in the sixth paragraph is revised to read: 27 28 c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports 29 of Amounts Credited as DBE Participation, as required by the Contract Provisions. 30 31 1-09.AP1 32 SECTION 1-09, MEASUREMENT AND PAYMENT 33 August 1, 2011 34 1-09.2(1) General Requirement for Weighing Equipment 35 This section is revised to read: 36 37 Unless specified otherwise, any Highway or Bridge construction materials to be 38 proportioned. or measured and paid for by weight shall be weighed on a scale. 39 40 Scales 41 Scales shall: 42 43 1. be accurate to within 0.5-percent of the correct weight throughout the range of 44 use; 45 46 2. not include spring balances; 47 48 3. include beams, dials, or other reliable readout equipment; 49 50 4. be built to prevent scale parts from binding, vibrating, or being displaced and to 51 protect all working parts and; AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 16 1 2 5. be carefully maintained, with bunkers and platforms kept clear of accumulated 3 materials that could cause errors. 4 5 Scale Operations 6 Contractor provided scale operations are defined as operations where a scale is set up 7 by the Contractor specifically for the project and most, if not all, material weighed on the 8 scale is utilized for Contract Work. In this situation, the Contractor shall provide a 9 person to operate the project scale, write tickets, perform scale checks and prepare 10 reports. 11 12 Commercial scale operations include the use of established scales used to sell 13 materials to the public on a regular basis. In addition, for the purposes of this 14 specification, all batch, hopper, and belt scales are considered to be commercial scales. 15 When a commercial scale is used as the project scale, the Contractor may utilize a 16 commercial scale operator provided it is at no additional cost to the contracting agency. 17 18 In addition, the Contractor shall ensure that: 19 20 1. the Engineer is allowed to observe the weighing operation and check the daily 21 scale weight record; 22 23 2. scale verification checks are performed at the direction of the Contracting 24 Agency (see Section 1-09.2(5)); 25 26 3. several times each day, the scale operator records and makes certain the 27 platform scale balances and returns to zero when the load is removed; and 28 29 4. test results and scale weight records for each day's hauling operations are 30 provided to the Engineer daily. Unless otherwise approved, reporting shall 31 utilize form 422-027, Scaleman's Daily Report. 32 33 Trucks and Tickets 34 Each truck to be weighed shall bear a unique identification number. This number shall 35 be legible and in plain view of the scale operator. Each vehicle operator shall obtain a 36 weigh or load ticket from the scale operator. The Contracting Agency will provide item 37 quantity tickets for scales that are not self-printing. The Contractor shall provide tickets 38 for self-printing scales. All tickets shall, at a minimum, contain the following information: 39 40 1. date of haul; 41 42 2. contract number; 43 44 3. contract unit Bid item; 45 46 4. unit of measure; 47 48 5. identification number of hauling vehicle; and 49 50 6. weight delivered 51 52 a. net weight in the case of batch and hopper scales AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 17 1 2 b. gross weight, tare and net weight in the case of platform scales (tare may 3 be omitted if a tare beam is used) 4 5 c. approximate load out weight in the case of belt conveyor scales 6 7 The vehicle operator shall deliver the ticket in legible condition to the material receiver 8 at the material delivery point. The material delivery point is defined as the location 9 where the material is incorporated into the permanent Work. 10 11 1-09.2(2) Specific Requirements for Batching Scales 12 In the first paragraph, the last sentence is revised to read: 13 14 Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used 15 for batching other materials. 16 17 1-09.2(3) Specific Requirements for Platform Scales 18 In the first paragraph, the last sentence is revised to read: 19 20 A tare weight shall be taken of each hauling vehicle at least once daily. 21 22 The third paragraph is deleted. 23 24 1-09.2(5) Measurement 25 This section is revised to read: 26 27 Scale Verification Checks 28 The Engineer will verify the accuracy of each batch, hopper or platform scale. The 29 frequency of verification checks will be such that at least one test weekly is performed 30 for each weighed contract item of work being performed during that week. 31 32 Verification checks may not be routinely conducted for weighed material, who's 33 proposal quantity multiplied by the unit bid price, has a value less than $20,000. 34 35 The verification will consist of one of the following methods and be at the Contractor's 36 option: 37 38 1. Weigh a loaded truck on a separate certified platform scale designated by the 39 Contractor, for the purpose of scale verification. 40 41 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified 42 scale and then check the project scale with it. 43 44 3. Establish a certified fixed load weighing at least 10,000 pounds as a check- 45 g p 45 weight. The certification shall consist of an affidavit affirming the correct 46 weight of the fixed load. 47 48 Should the scale verification check reveal a weight difference of more than 0.5-percent, 49 a second scale verification check shall be performed immediately. If the weight 50 differences of both comparison checks exceed the 0.5-percent limit and the scale has 51 been over weighing,the Contractor shall immediately stop weighing and the scale shall 52 be recertified at the Contractor's expense. If the weight difference of both comparison AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 18 1 checks exceed the 0.5-percent limit and the scale is under weighing, it shall be adjusted 2 immediately. The Contractor will not be compensated for any loss from under weighing. 3 4 Belt Scales 5 To test the accuracy of a belt-conveyor scale, the Contractor shall weigh five or more 6 payloads from sequential hauling units and compare these weights with weights of the 7 same payloads taken on a separate certified platform scale. If the test results fluctuate, 8 the Engineer may require more than five check loads. Conveyor weights will be based 9 on tonnage values taken from the sealed odometer at the beginning and end of each 10 check period. 11 12 If scale verification checks show the scale has been under weighing, it shall be adjusted 13 immediately. The Contractor will not be compensated for any loss from under weighing. 14 15 If scale verification checks show the scale has been overweighing, its operation will 16 cease immediately until adjusted. 17 18 Minor Construction Items 19 If the specifications and plans require weight measurement for minor construction items, 20 the Contractor may request permission to convert volume to weight. If the Engineer 21 approves, an agreed factor may be used to make this conversion and volume may be 22 used to calculate the corresponding weight for payment. 23 24 1-09.2(6) Payment 25 This section is revised to read: 26 27 Unless specified otherwise the Contracting Agency will pay for no materials received by 28 weight unless they have been weighed as required in this section or as required by 29 another method the Engineer has approved in writing. 30 31 The Contractor shall not be compensated for any loss from under weighing that is 32 revealed by scale verification checks. 33 34 If scale verification checks reveal that the scale is over weighing, then payment for all 35 material weighed since the last valid scale verification check will be adjusted. The 36 contracting agency will calculate the combined weight of all materials weighed after the 37 last verification check showing accurate results. This combined weight will then be 38 reduced for payment by the percentage of scale error that exceeds 0.5-percent unless 39 the Contractor demonstrates to the satisfaction of the Engineer that the defect in the 40 scale was present for a lesser period of time. 41 42 Unit contract prices for the various pay items of the project cover all costs related to 43 weighing and proportioning materials for payment. These costs include but are not 44 limited to: 45 46 furnishing, installing, certifying, and maintaining scales; 47 48 providing a weigher to operate a Contractor provided scale; 49 50 providing a weigher to operate a commercial scale, if necessary; 51 52 providing self-printing tickets, if necessary; AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 19 1 2 0 rerouting a truck for verification weighing; 3 4 0 assisting the Engineer with scale verification checks; 5 6 0 any other related costs associated with meeting the requirements of this 7 section. 8 9 1-09.9 Payments 10 The first paragraph is revised to read: 11 12 The basis of payment will be the actual quantities of Work performed according to the 13 Contract and as specified for payment. 14 15 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the 16 Project Engineer to determine the Work performed on a monthly basis. Lump sum item 17 breakdowns shall be submitted prior to the first progress payment that includes payment 18 for the Bid Item in question. A breakdown is not required for lump sum items that 19 include a basis for incremental payments as part of the respective Specification. Absent 20 a lump sum breakdown the Project Engineer will make a determination based on. 21 information available. The Project Engineer's determination of the cost of work shall be 22 final. 23 24 In the third paragraph, the second sentence is deleted. 25 26 1-09.11(1)A Disputes Review Board Membership 27 This section is supplemented with the following new paragraph: 28 29 The Contracting Agency and Contractor shall indemnify and hold harmless the Board 30 Members from and against all claims, damages, losses and expenses, including but not 31 limited to attorney's fees arising out of and resulting from the actions and 32 recommendations of the Board. 33 34 1-10.AP1 35 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 36 April 4, 2011 37 In Division 1-10, all references to "truck mounted" are revised to read "transportable". 38 39 1-10.1 General 40 The following sentence is inserted at the beginning of this section: 41 42 Temporary traffic control refers to the control of all types of traffic, including vehicles, 43 bicyclists, and pedestrians (including pedestrians with disabilities). 44 45 1-10.2(1)A Traffic Control Management 46 Item number 2. in the first paragraph is revised to read: 47 48 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 49 (TCPs) which are compatible with the Work operations and traffic control for which 50 they will be implemented. Having the latest adopted edition of the Manual On 51 Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 20 1 Washington State Modifications to the MUTCD, the most current edition of the 2 Public Rights-Of-Way Accessibility Guidelines (PROWAG), and applicable . 3 standards and Specifications available at all times on the project. 4 5 1-10.2(1)B Traffic Control Supervisor 6 Item number 1. in the third paragraph is revised to read: 7 8 1. Having a current set of approved traffic control plans (TCPs), applicable Contract 9 Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, 10 including the Washington State Modifications to the MUTCD, the book Quality 11 Guidelines for Temporary Work Zone Traffic Control Devices, the most current 12 edition of the PROWAG, and applicable standards and Specifications. 13 14 The third paragraph is supplemented with the following: 15 16 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept 17 clear and free of obstructions and that all temporary pedestrian routes or access 18 points are detectable and accessible to persons with disabilities as provided for in 19 the approved Plans. 20 21 1-10.2(2) Traffic Control Plans 22 The second paragraph is revised to read: 23 24 When the Contractor's chosen method of performing the Work in the Contract requires 25 some form of temporary traffic control for vehicles, bicyclists, or pedestrians, the 26 Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or 27 plans from the Contract documents that support that method; or (2.) submit a 28 Contractor's plan that modifies, supplements or replaces a plan from the Contract 29 documents. Any Contractor-proposed modification, supplement or replacement shall 30 show the necessary construction signs, flaggers, spotters and other traffic control 31 devices required to support the Work. Any Contractor-proposed traffic control plan shall 32 conform to the established standards for plan development as shown in the MUTCD, 33 Part 6 and the most current edition of the PROWAG. The Contractor's submittal, either 34 designating and adopting a traffic control plan from the Contract documents or 35 proposing a Contractor-developed plan, shall be provided to the Engineer for approval 36 at least 10-calendar days in advance of the time the signs and other traffic control 37 devices are scheduled to be installed and utilized. The Contractor shall be solely 38 responsible for submitting any proposed traffic control plan or modification, obtaining the 39 Engineer's approval and providing copies of the approved Traffic Control Plans to the 40 Traffic Control Supervisor. 41 42 1-10.2(3) Conformance to Established Standards 43 The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. 44 45 The first paragraph is revised to read: 46 47 Flagging, signs, and all other traffic control devices and procedures furnished or 48 provided shall conform to the standards established in the latest WSDOT adopted 49 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways 50 (MUTCD,) published by the U.S. Department of Transportation and the Washington 51 State Modifications to the MUTCD and the most current edition of the Public Rights-Of- 52 Way Accessibility Guidelines (PROWAG). Judgment of the quality of devices furnished AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 21 1 will be based upon Quality Guidelines for Temporary Traffic Control Devices, published 2 by the American Traffic Safety Services Association. Copies of the MUTCD and Quality 3 Guidelines for Temporary Control Devices may be purchased from the American Traffic 4 Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 5 22406-1022. The Washington State Modifications to the MUTCD may be obtained from 6 the Department of Transportation, Olympia, Washington 98504. The most current 7 edition of the Public Rights-Of-Way Accessibility Guidelines (PROWAG) can be 8 downloaded from the United States Access Board web site (www. access-board.gov). 9 10 1-10.3(1) Traffic Control Labor 11 The first paragraph is revised to read: 12 13 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all 14 procedures related to temporary traffic control and for the setup, maintenance and 15 removal of all temporary traffic control devices and construction signs necessary to 16 control vehicular, bicycle, and pedestrian traffic during construction operations. 17 18 1-10.3(2)C Lane Closure Setup/Takedown 19 Item number 1 in the first paragraph is revised to read: 20 21 1. if the Plans show a portable changeable message sign, it shall be established in 22 advance of the operation; far enough back to provide warning of both the operation 23 and any queue of traffic that has formed during the operation. 24 25 In the second paragraph, the reference to "TMA/arrow board" is revised to read 26 "transportable attenuator/arrow board". 27 28 1-10.3(3) Traffic Control Devices 29 The following paragraph is inserted at the beginning of this section: 30 31 Traffic control devices, including signs, furnished or provided shall conform to the 32 standards established in the latest WSDOT adopted edition of the Manual On Uniform 33 Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. 34 Department of Transportation and the Washington State Modifications to the MUTCD. 35 Requirements for pedestrian traffic control devices are addressed in the MUTCD. 36 37 1-10.3(3)A Construction Signs 38 In the fourth paragraph "height" is replaced with "top of the ballast". 39 40 1-10.3(3)J Truck Mounted Attenuator 41 The title for this section is revised to read: 42 43 1-10.3(3)J Transportable Attenuator 44 45 In the second and fourth paragraphs, the references to "TMA" are revised to read 46 "Transportable Attenuator". 47 48 In the first paragraph, the first sentence is revised to read: 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 22 1 Where shown on an approved traffic control plan or where ordered by the Engineer, the 2 Contractor shall provide, operate, and maintain transportable impact attenuators as 3 required in Section 9-35.12. 4 5 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's". 6 7 1-10.4(2) Item Bids with Lump Sum for Incidentals 8 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable 9 Attenuator(s)". 10 11 In the eighth paragraph, the first sentence is revised to read: 12 13 "Transportable Attenuator" will be measured per each one time only for each host 14 vehicle with mounted or attached impact attenuator used on the project. . 15 16 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with 17 "transportable attenuator". 18 19 This Section is supplemented with the following: 20 21 No specific unit of measurement will apply to the lump sum item of"Pedestrian Traffic 22 Control." 23 24 1-10.5(2) Item Bids with Lump Sum for Incidentals 25 All references to "truck mounted impact attenuator(s)" are revised to read "transportable 26 attenuator(s)". 27 28 This Section is supplemented with the following: 29 30 "Pedestrian Traffic Control", lump sum. 31 The lump sum Contract payment shall be full compensation for all costs of labor and 32 materials incurred by the Contractor in performing pedestrian traffic control Contract 33 Work defined in Section 1-10. 34 35 2-01.AP2 36 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 37 April 5, 2010 38 2-01.3(2) Grubbing 39 In the first paragraph Item 2. e. is revised to read: 40 41 e. Upon which embankments will be placed except stumps may be close-cut or 42 trimmed as allowed in Section 2-01.3(1) item 3. 43 44 2-02.AP2 45 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 46 January 4, 2010 47 2-02.3 Construction Requirements 48 The fourth paragraph is revised to read: 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 23 1 The Contractor may dispose of waste material in Contracting Agency owned sites if the 2 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange 3 to dispose of waste at no expense to the Contracting Agency and the disposal shall 4 meet the requirements of Section 2-03.3(7)C. 5 6 2-09.AP2 7 SECTION 2-09, STRUCTURE EXCAVATION 8 January 3, 2011 9 2-09.3(1)E Backfilling 10 The sixth paragraph is revised to read: 11 12 The water/cement ratio shall be calculated on the total weight of cementitious material. 13 Cementitious materials are those listed in Section 5-05.2. 14 15 2-09.3(2) Classification of Structure Excavation 16 Item number 1 is revised to read: 17 18 1. Class A. Structure excavation required for bridge and retaining wall footings, 19 geosynthetic retaining wall footings, structural earth walls and sign structure 20 footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and 21 noise barrier wall footings shall be classified as Structure excavation Class A. If the 22 excavation requires a cofferdam, structural shoring, or extra excavation, the work 23 outside,the neat lines of the Structure excavation Class A shall be classified as 24 shoring or extra excavation Class A. 25 26 2-09.3(3)D Shoring and Cofferdams 27 The 14th paragraph is revised to read: 28 29 If soldier piles are placed in drilled holes, and lagging is installed concurrently with the 30 excavation, all backfill above the. bottom of the lagging shall consist of controlled density 31 fill or lean concrete. Backfill below the bottom of the lagging may consist of pea gravel. 32 If full-height steel sheet lagging is installed prior to excavation, soldier pile holes may be 33 backfilled with pea gravel. 34 35 2-09.4 Measurement 36 The second sentence in the second paragraph, "Horizontal Limits", is supplemented with 37 the following: 38 39 (4) more than 1-foot outside the perimeter of the soil reinforcement area for 40 geosynthetic and structural earth walls. 41 42 3-01.AP3 43 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES AND 44 STOCKPILING 45 August 1, 2011 46 3-01.4(4) Gravel Base 47 The second paragraph is deleted. 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 24 1 4-02.AP4 2 SECTION 4-02, GRAVEL BASE 3 August 1, 2011 4 4-02.4 Measurement 5 This section is revised to read: 6 7 Gravel base will be measured in the same manner prescribed for the measurement,of 8 crushed surfacing materials as set forth in Section 4-04.4. 9 10 5-01.AP5 11 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 12 August 1, 2011 13 5-01.2 Materials 14 The referenced section for the following item is revised to read: 15 16 Dowel Bars 9-07.5(1) 17 18 5-01.3(4) Replace Portland Cement Concrete Panel 19 The thirteenth paragraph is revised to read: 20 21 The tie bar and dowel bar holes shall be blown clean with compressed air before 22 grouting. The bar shall be centered in the hole and all voids around the bar completely 23 filled with grout. Dams, if needed,shall be placed at the front of the holes to confine the 24 grout and center the bars in the holes. The dams shall permit the escape of air without 25 leaking grout and shall not be removed until grout has cured in the hole. 26 27 5-01.3(6) Dowel Bar Retrofit 28 The eighth paragraph is revised to read: 29 30 The chair design shall hold the dowel bar tightly in place during placement of the 31 concrete patching material. If the transverse joint or crack is open %-inch or more, the 32 Contractor shall caulk the transverse joint or crack at the bottom and sides of the slot as 33 shown in the Plans immediately prior to placement of the dowel bar and concrete 34 patching material. The caulking filler shall not be placed any farther than '/2-inch outside 35 either side of the joint or crack. The transverse joint or crack shall be caulked sufficiently 36 to satisfy the above requirements and to prevent any of the patching material from 37 entering the joint/crack at the bottom or sides of the slot. 38 39 The last paragraph is deleted. 40 41 5-01.3(9) Portland Cement Concrete Pavement Grinding 42 The third sentence in the first paragraph is revised to read: 43 44 Grind one pass along the edge adjacent to Portland Cement Concrete Pavement 45 (PCCP) placed in accordance with Section 5-05, before the PCCP is placed. 46 47 The second sentence in the second paragraph is deleted. 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 25 1 5-02.AP5 2 SECTION 5-02, BITUMINOUS SURFACE TREATMENT 3 August 1, 2011 4 5-02.3(3) Application of Asphalt Emulsion and Aggregate 5 The following row is deleted from the table titled, "Application Rate": 6 %-inch — No. 10 0.20-0.40 %- No. 10 18-30 7 8 5-02.5 Payment 9 The following pay item and related statements are deleted: 10 11 "Asphalt Emulsion Price Adjustment", by calculation. 12 13 5-04.AP5 14 SECTION 5-04, HOT MIX ASPHALT 15 August 1, 2011 16 5-04.3(5)E Pavement Repair 17 The third sentence in the second paragraph is revised to read: 18 19 The minimum width of any pavement repair area shall be 40-inches unless shown 20 otherwise in the Plans. 21 22 5-04.3(7)A1 General 23 This section is revised to read: 24 25 The Contractor shall develop a mix design prior to the initial production of HMA and 26 prior to the production of HMA each calendar year thereafter. The mix design aggregate 27 structure and asphalt binder content shall be determined in accordance with Materials 28 Manual WSDOT Standard Operating Procedure No. 732 and meet the requirements of 29 Sections 9-03.8(2) and 9-03.8(6). Mix designs that were developed during the calendar 30 year prior to the current year's production of HMA that have been issued a WSDOT mix 31 design/anti-strip evaluation report will be accepted provided the Contractor submits a 32 certification letter stating that the aggregate and asphalt binder have not changed. 33 Changes to aggregate that may require a new mix design include the source of material 34 or a change in the percentage of material from a stockpile greater than 5-percent. The 35 Contractor may vary the RAP percentage in accordance with Section 5-04.2. Changes 36 to the percentage of material from a stockpile will be calculated exclusive of the RAP 37 content. Changes to asphalt binder that may require a new mix design include the 38 source of the crude petroleum supplied to the refinery, the refining process, and 39 additives or modifiers in the asphalt binder. 40 41 5-04.3(7)A2 Statistical or Nonstatistical Evaluation 42 The second paragraph is revised to read: 43 44 The Contractor shall submit representative samples of the mineral materials that are to 45 be used in the HMA production. The Contracting Agency will use these samples to 46 determine anti-strip requirements, if any, in accordance with WSDOT test method T 47 718. Anti-strip evaluation of HMA mix designs proposed by the Contractor that include AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 26 1 RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is 2 not required. A mix design/anti-strip evaluation report will be providedmithin 25- 3 calendar days after a mix design submittal has been received in the State Materials 4 Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design/anti- 5 strip evaluation report or reference mix design/anti-strip evaluation report for that year. 6 7 5-04.3(7)A3 Commercial Evaluation 8 The first sentence in the second paragraph is revised to read: 9 10 Anti-strip evaluation of the mix design by the Contracting Agency is not required. 11 12 5-04.3(8)A1 General 13 The second sentence in the second paragraph is revised to read: 14 15 Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt 16 binder, when the Proposal quantities exceed 4,000-tons. 17 18 The third paragraph is revised to read: 19 20 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal 21 quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000-tons 22 or less. 23 24 5-04.3(8)A4 Definition of Sampling Lot and Sublot 25 The first sentence in the first paragraph is revised to read: 26 27 A lot is represented by randomly selected samples of the same mix design that will be 28 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design 29 may be increased to 25 sublots 30 31 5-04.3(10)A General 32 The first paragraph is revised to read: 33 34 Immediately after the HMA has been spread and struck off, and after surface 35 irregularities have been adjusted, the mix shall be thoroughly and uniformly compacted. 36 The completed course shall be free from ridges, ruts, humps, depressions, 37 objectionable marks, checking, cracking and irregularities and shall conform to the line, 38 grade, and cross-section shown in the Plans. If necessary, the JMF may be altered in 39 accordance with Section 9-03.8(7) to achieve desired results. 40 41 The third paragraph is revised to read: 42 43 The type of rollers to be used and their relative position in the compaction sequence 44 shall generally be the Contractor's option, provided the specified densities are attained. 45 An exception shall be that pneumatic tired rollers shall be used for compaction of the 46 wearing course beginning October 1 st of any year through March 31 st of the following 47 year. Unless the Project Engineer has approved otherwise, rollers shall only be 48 operated in the static mode when the internal temperature of the mix is less than 175°F. 49 Rollers shall only be operated in static mode on bridge decks. 50 51 5-04.3(10)61 General 52 The first sentence in the second paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 27 1 2 A lot is represented by randomly selected samples of the same mix design that will be 3 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design 4 may be increased to 25 sublots. 5 6 5-04.3(10)64 Test Results 7 The first paragraph is revised to read: 8 9 The nuclear moisture-density gauge results of all compaction acceptance testing and 10 the CPF of the lot after three sublots have been tested will be available to the 11 Contractor through WSDOT's website. Determination of the relative density of the HMA 12 with a nuclear moisture-density gauge requires a correlation factor determined in 13 accordance with WSDOT SOP 730 and may require resolution after the correlation 14 factor is known. When a core is taken for gauge correlation at the location of a sublot 15 the relative density of the core will be used for the sublot test result and is exempt from 16 challenge testing. Acceptance of HMA compaction will be based on the statistical 17 evaluation and CPF so determined. 18 19 5-04.3(11)D Lots and Sublots 20 The following new sub-section is inserted at the beginning of this section: 21 22 5-04.3(11)D1 General 23 HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and the 24 Contractor shall submit a proposal to the Project Engineer for approval. When a lot has 25 been rejected and the Contractor's written request for the entire lot to remain in place in 26 accordance with Section 1-06.2(2)6 Paragraph 1, Item 3 has been approved the HMA 27 will be accepted and the designated percentage reduction shall be 25-percent. 28 29 5-04.3(11)D1 A Partial Sublot 30 This sections number is revised to read: 31 32 5-04.3(11)D2 33 34 5-04.3(11)D2 An Entire Sublot 35 This sections number is revised to read: 36 37 5-04.3(11)D3 38 39 5-04.3(11)D3 A Lot in Progress 40 This sections number is revised to read: 41 42 5-04.3(11)D4 43 44 5-04.3(11)D4 An Entire Lot 45 The last sentence is deleted. 46 47 This sections number is revised to read: 48 49 5-04.3(11)D5 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 28 1 5-05.AP5 2 SECTION 5-05, CEMENT CONCRETE PAVEMENT 3 August 1, 2011 4 5-05.2 Materials 5 This section is supplemented with the following: 6 7 Cementitious Materials are considered to be the following: portland cement, blended 8 hydraulic cement, fly ash, ground granulated blast-furnace slag, microsilica fume, and 9 metakaolin. 10 11 5-05.3(1) Concrete Mix Design For Paving 12 In number 1., the second sentence in the fourth paragraph is revised to read: 13 14 Cementitious materials are those listed in Section 5-05.2. 15 16 In number 3.c., the last paragraph is deleted. 17 18 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 19 All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 20 21 In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2". 22 23 The eighth paragraph is revised to read: 24 25 Acceptance testing for compliance of air content and 28-day compressive strength shall 26 be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air 27 content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. 28 Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and 29 WSDOT FOP for AASHTO T 22. 30 31 Under the heading "Statistical Acceptance", the second paragraph is revised to read: 32 33 The Specification limits as defined in Section 1-06.2(2)D shall be as follows. The lower 34 Specification limit for Air Content shall be 3-percent, and the upper Specification limit for 35 Air Content shall be 7-percent. The lower Specification limit for compressive strength 36 shall be 4000-psi. 37 38 Under the heading "Non-Statistical Acceptance", the first paragraph is revised to read: 39 40 Concrete will be accepted based on conformance to the requirement for air content and 41 the compressive strength at 28-days for sublots as tested and determined by the 42 Contracting Agency. The lower Specification limit for air content shall be 3-percent, and 43 the upper Specification limit for air content shall be 7-percent. The lower Specification 44 limit for comp_ressive strength shall be 4000-psi. 45 46 5-05.3(11) Finishing 47 The first sentence in the third paragraph is revised to read: 48 49 On projects requiring less than 1000-square yards of cement concrete pavement, 50 irregular areas, or areas not accessible to slip form pavers, the surface finish may be AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 29 I either longitudinal tining or be given a final finish surface by texturing with a comb 2 perpendicular to the centerline of the pavement. 3 4 The fourth sentence in the third paragraph is deleted. 5 6 The last sentence in the third paragraph is revised to read: 7 8 Regardless of the surface finish, if the pavement has a raised curb without a formed 9 concrete gutter, the texturing shall end 2-feet from the curb line. 10 11 This section is supplemented with the following two new paragraphs: 12 13 The standard method of surface finish shall be longitudinal tining. In advance of curing 14 operations, where longitudinal tining is required, the pavement shall be given an initial 15 and a final texturing. Initial texturing shall be performed with a burlap drag or broom 16 device that will produce striations parallel with centerline. Final texturing shall be 17 performed with a spring steel tine device that will produce grooves parallel with the 18 centerline. The spring steel tine device shall be operated within 5-inches, but not closer 19 than 3-inches, of pavement edges. 20 21 Burlap drags, brooms and tine devices shall be installed on self-propelled equipment 22 having external alignment control. The installation shall be such that when texturing, 23 the area of burlap in contact with the pavement surface shall be maintained constant at 24 all times. Broom and tine devices shall be provided with positive elevation control. 25 Downward pressure on pavement surface shall be maintained at all times during 26 texturing so as to achieve uniform texturing without measurable variations in pavement 27 profile. Self-propelled texturing machines shall be operated so that travel speed when 28 texturing is maintained constant. Failure of equipment to conform to all provisions in 29 this paragraph shall constitute cause for stopping placement of concrete until the 30 equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing 31 device shall be rectangular in cross section, 3/32 to '/8 inch wide, on % inch centers, and 32 of sufficient length, thickness and resilience to form grooves approximately 3/16 inch 33 deep in the fresh concrete surface. Final texture shall be uniform in appearance with 34 substantially all of the grooves having a depth between 1/16 inch and 5/16 inch. 35 36 5-05.3(12) Surface Smoothness 37 The first paragraph is revised to read: 38 39 The pavement smoothness will be checked with equipment furnished and operated by 40 the Contractor, under supervision of the Engineer, within 48-hours following placement 41 of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, 42 intersections, tight horizontal curves, and small or irregular areas as defined by Section 43 5-05.3(3) unless specified otherwise, will be measured with a recording profilograph, as 44 specified in Section 5-05.3(3), parallel to centerline, from which the profile index will be 45 determined in accordance with WSDOT Test Method 807. Tight horizontal curves are 46 curves having a centerline radius of curve less than 1,000 feet and pavement within the 47 superelevation transition of those curves. 48 49 5-05.3(13)A Curing Compound 50 The tenth paragraph is deleted. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 30 1 5-05.3(16) Protection of Pavement 2 All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 3 4 5-05.3(17) Opening to Traffic 5 All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 6 7 6-01.AP6 8 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES 9 August 1, 2011 10 6-01.6 Load Restrictions on Bridges Under Construction 11 In the first paragraph "roadway deck" is deleted and replaced with "bridge deck". 12 13 6-01.8 Approaches to Movable Spans 14 In the first paragraph "roadway" is deleted and replaced with "bridge deck". 15 16 6-01.13 Architectural Features 17 This section including title is revised to read: 18 19 6-01.13 Vacant 20 21 6-01.14 Premolded Joint Filler 22 The last sentence in the second paragraph is revised to read: 23 24 This adhesive, however, shall be compatible with the material specified in Section 9- 25 04.1(2) and capable of bonding the filler to Portland cement concrete. 26 27 6-02.AP6 28 SECTION 6-02, CONCRETE STRUCTURES 29 August 1, 2011 30 In Division 6-02, all references to "roadway slab", "roadway deck" and "deck slab" are 31 deleted and replaced with "bridge deck". 32 33 6-02.2 Materials 34 In the first paragraph, the following item is inserted after the item "Microsilica Fume": 35 36 Metakaolin 9-23.12 37 38 6-02.3(1) Classification of Structural Concrete 39 The first paragraph is deleted and replaced with the following two new paragraphs: 40 41 The class of concrete to be used shall be as noted in the Plans and these 42 Specifications. The Class includes the specified minimum compressive strength in psi at 43 28 days (numerical class) and may include a letter suffix to denote structural concrete 44 for a specific use. Letter suffixes include A for bridge approach slabs, D for bridge 45 decks, P for piling and shafts, and W for underwater. The numerical class without a 46 letter suffix denotes structural concrete for general purposes. 47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 31 1 Concrete of a numerical class greater than 4000 shall conform to the requirements 2 specified for either Class 4000 (if general purpose) or for the appropriate Class 4000 3 with a letter suffix, as follows: 4 5 1. Mix ingredients and proportioning specified in Section 6-02.3(2) and Section 6- 6 02.3(2)A. 7 8 2. Consistency requirements specified in Section 6-02.3(4)C. 9 10 3. Curing requirements specified in 6-02.3(11). 11 12 6-02.3(2) Proportioning Materials 13 The table following the third paragraph is revised to read: 14 15 Table 2 Cementitious Requirement for Concrete 16 Class of Minimum Minimum % Maximum % Maximum % Concrete Cementitiou replacement replacement replacement S of fly as for of fly ash of ground Content portland for granulated (lbs) cement portland blast cement furnace slag for portland cement 4000 564 35 40 4000A 564 20 30 4000D 660 10 20 30 4000P 600 15 35 40 4000W 564 35 40 3000 564 35 40 Commercial **564 * ' 35 40 Concrete Pumpable * * *** *** Lean Concrete .Lean 140 - 200 * 35 40 Concrete 17 18 * No minimum specified 19 ** For Commercial Concrete the minimum cementitious content is only required for 20 sidewalks, curbs and gutters 21 *** No maximum specified 22 23 The fifth paragraph is revised to read: 24 25 The water/cement ratio shall be calculated on the total weight of cementitious material. 26 Cementitious materials are those listed in Section 5-05.2. With the Engineers written 27 approval microsilica fume and metakaolin can be used in all classifications of Class 28 4000, Class 3000 and commercial concrete and is limited to a maximum of 10% of the 29 cementitious material. 30 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 32 1 6-02.3(2)A Contractor Mix Design 2 The fourth, fifth and sixth sentences of the first paragraph are deleted and replaced with the 3 following sentence: 4 5 All proposed concrete mix shall meet the requirements of Table 2 Cementitious 6 Requirement for Concrete in Section 6-02.3(2). 7 8 6-02.3(2)D Lean Concrete 9 This section is revised to read: 10 11 Lean concrete shall have a minimum cementitious material content of between 145 and 12 200-pounds per cubic yard and have a maximum water/cement ratio of 2. 13 14 6-02.3(5)E Point of Acceptance 15 The first paragraph is revised to read: 16 17 Determination of concrete properties for acceptance will be made based on samples 18 taken as follows: 19 20 Bridge decks, overlays, bridge approach slabs, and barriers at the discharge of the 21 placement system. All other placements at the truck discharge. 22 23 6-02.3(6) Placing Concrete 24 The third paragraph is revised to read: 25 26 All foundations, forms, and contacting concrete surfaces shall be moistened with water 27 just before the concrete is placed. Any standing water on the foundation, on the 28 concrete surface, or in the form shall be removed. 29 30 The following new sentence is added after the fourth sentence in the fourth paragraph: 31 32 The submittal to the Engineer shall include justification that the concrete mix design will 33 remain fluid for interruptions longer than 30-minutes between placements. 34 35 6-02.3(6)D Protection Against Vibration 36 The first paragraph is revised to read: 37 38 Freshly placed concrete shall not be subjected to excessive vibration and shock waves 39 during the curing period until it has reached a 2000-psi minimum compressive strength 40 for structural concrete and lower strength classes of concrete. 41 42 6-02.3(10)D Concrete Placement, Finishing, and Texturing 43 The following paragraph is inserted at the beginning of this section: 44 45 Before placing bridge approach slab concrete, the subgrade shall be constructed in 46 accordance with Sections 2-06 and 5-05.3(6). 47 48 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 49 The third sentence in the second paragraph is revised to read: 50 51 All metal parts of the approach expansion anchor shall receive one coat of paint 52 conforming to Section 9-08.1(2)F or be galvanized in accordance with AASHTO M 232. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 33 1 2 6-02.3(11) Curing Concrete 3 In the fifth paragraph "Type 1 D" is revised to read "Type 1 D, Class B". 4 5 6-02.3(17)B Allowable Design Stresses and Deflections 6 Under the heading "Timber", the second sentence is revised to read: 7 8 The allowable stresses and loads shall not exceed the lesser of stresses and loads 9 given in the table below or factored stresses for designated species and grade in Table 10 7.3 of the Timber Construction Manual, latest Edition by the American Institute of 11 Timber Construction 12 13 Under the heading "Steel", the first sentence is revised to read: 14 15 For identified grades of steel, design stresses shall not exceed those specified in the 16 Steel Construction Manual, latest Edition by the American Institute of Steel 17 Construction, except as follows: 18 19 6-02.3(17)F Bracing 20 Under the heading "Temporary Bracing for Bridge Girders", the table is revised to-read: 21 Girder Series Distance in Inches W42G 30 W50G 42 W58G 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges WF36G, WF42G, WF50G, 70 WF58G, WF66G, WF74G, WF83G, WF95G, and WF1000 W32BTG, W3813TG, and 70 W62BTG WF74PTG, WF83PTG, 70 WF95PTG, and WF100PTG 22 23 6-02.3(17)K Concrete Forms on Steel Spans 24 The second and third paragraphs are revised to read: 25 26 The Contractor shall not weld any part of the form to any steel member. 27 28 The compression member or bottom connection of cantilever formwork support brackets 29 shall bear either within six inches maximum vertically of the bottom flange or within six 30 inches maximum horizontally of a vertical web stiffener. The Contractor's bridge deck 31 form system shall be designed to prevent rotation of the steel girder. This can be 32 achieved by temporary struts and ties or other methods the Contractor shows to be 33 effective. Partial depth cantilever formwork support brackets that do not conform to the 34 above requirements shall not be used, unless the Contractor submits details showing 35 the additional formwork struts and ties used to brace the steel girder against web AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 34 1 distortion caused by the partial depth bracket, and receives the Engineer's approval of 2 the submittal. 3 4 6-02.3(17)N Removal of Falsework and Forms 5 The first paragraph including table is revised to read: 6 7 If the Engineer does not specify otherwise, the Contractor may request to remove forms 8 based on the criteria in the table below. Both compressive strength and minimum time 9 criteria shall be met if both are listed in the applicable row. The minimum time shall be 10 from the time of the last concrete placement in the forms. In no case shall the 11 Contractor remove forms or falsework without the Engineer's approval. 12 Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strength' Strength' Side forms not supporting — — 3 days the concrete weight, including columns, walls, crossbeams, non-sloping or box girder webs, 1400 psi 18 hours abutments, traffic and pedestrian barriers. Side forms of footings, pile — — 18 hours caps, and shaft ca pS.2 Crossbeams, sloping box 80 — 5 days girder webs, struts, inclined columns, inclined walls and other forms that support the concrete weight. Bridge decks supported on 80 — 10 days stringers, beam, or irders.3 Box girders, T-beam 80 — 14 days girders, and flat-slab Superstructure.3 Arches. 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time all spans will be determined by the last concrete placed affecting any span. 13 14 15 The third and fourth paragraphs are deleted. 16 17 The fifth paragraph is revised to read: 18 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 35 I Curing shall comply as required in Section 6-02.3(11). The concrete surface shall not 2 become dry during form removal if removed during the cure period. 3 4 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 5 In the fourth paragraph "9-20.3(4)" is revised to read "Section 9-20.3(4)". 6 7 6-02.3(24) Reinforcement 8 This first paragraph is revised to read: 9 10 Although a bar list is normally included in the Plans, the Contracting Agency does not 11 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement 12 fabrication details shall be determined from the information provided in the Plans. 13 14 The third paragraph is deleted. 15 16 6-02.3(24)C Placing and Fastening 17 The eighth paragraph is revised to read: 18 19 Mortar blocks maybe accepted based on a Manufacturer's Certificate of Compliance. 20 21 The 14th paragraph is revised to read: 22 23 Clearances for main bars shall be at least: 24 25 4-inches between: Bars and the surface of any concrete masonry exposed 26 to the action of salt or alkaline water. 27 28 3-inches between: Bars and the surface of any concrete deposited against 29 earth without intervening forms. 30 31 2-'h-inches between: Adjacent bars in a layer. Bridge deck bars and the top of 32 the bridge deck. 33 34 2-inches between: Adjacent layers. Bars and the surface of concrete 35 exposed to earth. Reinforcing bars and the faces of 36 forms for exposed aggregate finish. 37 38 1-'/-inches between: Bars and the surface of concrete when not specified 39 otherwise in this Section or in the Plans. Barrier and 40 curb bars and the surface,of concrete. 41 42 1-inch between: Slab bars and the bottom of the slab. Slab bars and the 43 top surface of the bottom slab of a cast-in-place 44 concrete box girder. 45 46 The following new paragraph is inserted after the 14th paragraph: 47 48 Cover to ties and stirrups may be '/2-inch less than the values specified for main bars 49 but shall not be less than 1-inch. 50 51 6-02.3(24)F Mechanical Splices 52 Items 1, 2, and 3 in the fourth paragraph are revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8 11/11 36 1 2 1. Mechanical splices shall develop at least 125 percent of the specified yield strength 3 of the unspliced bar. The ultimate tensile strength of the mechanical splice shall . 4 exceed that of the unspliced bar. 5 6 2. The total slip of the bar within the spliced sleeve of the connector after loading in 7 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured 8 displacements between gage points clear of the splice sleeve: 9 10 a. 0.01 inches for bar sizes up to No. 14. 11 12 b. 0.03 inches for No. 18 bars. 13 14 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 15 16 6-02.3(25) Prestressed Concrete Girders 17 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is 18 revised to read: 19 20 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, 21 WF58G, WF66G, WF74G, WF83G, WF95G and WF1000. 22 23 Under the heading "Spliced Prestressed Concrete Girder" the fourth sentence is revised 24 to read: 25 26 Ducts shall conform to the Section 6-02.3(26)E requirements for internal embedded 27 installation except that ducts for I girders may be 24 gage, semi-rigid, galvanized, 28 corrugated, ferrous metal. Ducts shall be round, unless the Engineer approves use of 29 elliptical shaped ducts. 30 31 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to 32 read: 33 34 WSDOT standard girders in this category include Series WF74PTG, WF83PTG, 35 WF95PTG and WF100PTG. 36 37 6-02.3(25)G Protection of Exposed Reinforcement 38 The first paragraph is revised to read: 39 40 When a girder is removed from its casting bed, all prestressing reinforcement strands 41 projecting from the girder shall be cleaned and painted with a minimum dry film 42 thickness of 1 mil of paint conforming to Section 9-08.1(2)8, and all steel reinforcing 43 bars, including welded wire fabric, projecting from the girder shall be protected in 44 accordance with Section 6-02.3(24)B. During handling and shipping, projecting 45 reinforcement shall be protected from bending or breaking. Just before placing concrete 46 around the projecting bars or strands, the Contractor shall remove from them all 47 spattered concrete remaining from girder casting, dirt, oil, and other foreign matter. 48 49 6-02.3(25)1 Fabrication Tolerances 50 Item Number 1 in the first paragraph is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 37 1 1. Prestressed Concrete Girder Length (overall): ± 1/4-inch per 25-feet of beam 2 length, up to a maximum of± 1-1/2-inch. 3 4 Item 23 in the first paragraph is revised to read: 5 6 23. Position of Lifting Loops: ± 3-inches longitudinal, ± %4-inch transverse. 7 8 6-02.3(25)L Handling and Storage 9 In the third sentence of the second paragraph, the reference to "1-foot-9-inches" is-revised to 10 read "3-foot-0-inches". 11 12 In the fourth paragraph, the second, third, and fourth sentences are revised to read: 13 14 The lifting locations and concrete release strengths shown in the girder schedule in the 15 Plans assume that these temporary strands are pretensioned. Alternatively, these 16 temporary strands may be post-tensioned, provided the same lifting locations indicated 17 in the girder schedule are used and the strands are tensioned prior to lifting the girder 18 from the form. These temporary strands shall be of the same diameter, and shall be 19 tensioned to the same force, as the permanent strands. 20 21 In the fifth paragraph, the following new sentence is inserted after the second sentence: 22 23 When temporary top strands are not needed for lifting but are required for shipping, they 24 shall be post-tensioned on the same day that the permanent prestress is released into 25 the girder. 26 27 6-02.3(25)M Shipping 28 The first and second sentences of the third paragraph are revised to read: 29 30 Girder support during shipping shall be located as shown in the Plans and shall be no 31 closer than the girder depth to the ends of the girder at the girder centerline. Support 32 locations shown in the Plans have been determined in accordance with the criteria 33 specified in the WSDOT Bridge Design Manual LRFD Section 5.6.3.D. 34 35 6-02.3(25)N Prestressed Concrete Girder Erection 36 The seventh paragraph is supplemented with the following: 37 38 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not 39 exceed 1.0. 40 41 6-02.3(26)A Shop Drawings 42 Item 2 in the third paragraph is revised to read: 43 44 2. Technical data on tendons and steel reinforcement, anchorage devices, anchorage 45 device efficiency and acceptance test results and records, anchoring stresses, 46 types of tendon conduit, and all other data on prestressing operations. 47 48 6-02.3(26)B General Requirements for Anchorages 49 The second paragraph is revised to read: 50 51 The structure shall be reinforced with steel reinforcing bars in the anchorage zone in the 52 vicinity of the anchorage device. This reinforcement shall be categorized into two zones. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811!11 38 1 The first or local zone shall be the concrete surrounding and immediately ahead of the 2 anchorage device. The second or general zone shall be the overall anchorage zone 3 including the local zone. 4 5 The third paragraph is revised to read: 6 7 The steel reinforcing bars required for concrete confinement in the local zone shall be 8 determined by the post-tensioning system supplier and shall be shown in the shop 9 drawings. The calculations shall be submitted with the shop drawings. The local zone 10 steel reinforcing bars shall be furnished and installed by the Contractor, at no additional 11 cost to the Contracting Agency, in addition to the structural reinforcement required by 12 the Plans. The steel reinforcing bars required in the general zone shall be as shown in 13 the Plans and are included in the appropriate bid items. 14 15 The last paragraph is replaced with the following two new paragraphs: 16 17 Anchorage devices shall meet the requirements listed in either Sections 6-02.3(26)C or 18 6-02.3(26)D. 19 20 All anchorages shall develop at least 96 percent of the actual ultimate strength of the 21 prestressing steel, when tested in an unbonded state, without exceeding anticipated set. 22 This anchor efficiency test shall be performed, or inspected and certified, by an 23 independent testing agency approved by the Engineer. 24 25 6-02.3(26)C Bearing Type Anchorages 26 This section including title is revised to read: 27 28 6-02.3(26)C Normal Anchorage Devices 29 Normal anchorage devices, defined as post-tensioning anchorage assemblies 30 conforming to the factored bearing resistance requirements specified in this Section, 31 shall provide a factored bearing resistance greater than or equal to 1.2 times the 32 maximum jacking force. The Contractor shall submit calculations showing that the 33 factored bearing resistances of the anchorage devices are not exceeded. 34 35 The factored bearing resistance of the anchorages shall be taken as: 36 37 Pr= (Pf.Ab 38 39 For which fn is the lesser of: 40 f„= 0.7f�,(A/Ag)v2 41 f, = 2.25f'c; 42 43 where: 44 45 cp= Resistance factor of 0.70 46 A= Maximum area of the portion of the supporting surface that is similar to the 47 loaded area and concentric with it and does not overlap similar areas for 48 adjacent anchorage devices (square inches) 49 Ab= Effective net area of the bearing plate calculated as the area Ag, minus the 50 area of openings in the bearing plate (square inches) 51 A9= Gross bearing area of the bearing plate calculated in accordance with the 52 requirements specified below (square inches) AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 39 1 f,i= Nominal compressive strength of concrete at the time of application of the 2 tendon force (ksi) 3 4 The full bearing plate area may be used for Ag and the calculation of Ab if the plate 5 material does not yield at the factored tendon force and the slenderness of the bearing 6 plate, n/t, conforms to: 7 8 (n/t) 5 0.08(Eb/fb)0.13 9 10 where: 11 12 t= Average thickness of the bearing plate (inches) 13 Eb= Modulus of elasticity of the bearing plate material (ksi) 14 fb= Stress in the anchor plate at a section taken at the edge of the wedge hole or 15 holes (ksi) 16 n= Projection of the base plate beyond the wedge hole or wedge plate, as 17 appropriate (inches) 18 19 For anchorages with separate wedge plates, n may be taken as the largest distance 20 from the outer edge of the wedge plate to the outer edge of the bearing plate. For 21 rectangular bearing plates, this distance shall be measured parallel to the edges of the 22 bearing plate. If the anchorage has no separate wedge plate, n may be taken as the 23 projection beyond the outer perimeter of the group of holes in the direction under 24 consideration. 25 26 For bearing plates that do not meet the slenderness requirement specified above, the 27 effective gross bearing area, Ag, shall be taken as: 28 29 1. For anchorages with separate wedge plates, the area geometrically similar to 30 the wedge plate, with dimensions increased by twice the bearing plate 31 thickness. 32 2. For anchorages without separate wedge plates, the area geometrically similar 33 to the outer perimeter of the wedge holes, with dimensions increased by twice 34 'the bearing plate thickness. 35 36 6-02.3(26)D Non Bearing Type Anchorages 37 This section including title is revised to read: 38 39 6-02.3(26)D Special Anchorage Devices 40 Special anchorage devices, defined as post-tensioning anchorage assemblies that do 41 not conform to the factored bearing pressure requirements specified in Section 6- 42 02.3(26)C, shall conform to the acceptance test requirements specified below. 43 Acceptance testing shall be performed, or inspected and certified, by an independent 44 testing agency approved by the Engineer. Results of the special anchorage device 45 acceptance testing shall be recorded and submitted to the Engineer for approval in 46 accordance with Section 6-01.9. 47 48 6-02.3(26)D1 Test Block Requirements 49 The test block shall be a rectangular prism of sufficient size to contain all the 50 special anchorage device components that will also be embedded in the concrete 51 of the Structure being post-tensioned. The arrangement of the special anchorage 52 device components shall conform to practical application to the project and the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 40 1 special anchorage device manufacturers recommendations. The test block shall P 9 2 contain an empty duct of a size appropriate for the maximum tendon size that can 3 be accommodated by the special anchorage device. 4 5 6-02.3(26)D2 Test Block Dimensions 6 The dimensions of the test block perpendicular to the tendon in each direction shall 7 be the smaller of the minimum edge distance or the'minimum spacing specified by 8 the special anchorage device manufacturer, with the stipulation that the concrete 9 cover over any confining reinforcing steel or supplementary skin reinforcement shall 10 be appropriate for the project specific application and circumstances. The length of 11 the block along the axis of the tendon shall be at least two times the larger of the 12 cross-section dimensions. 13 14 6-02.3(26)D3 Local Zone Reinforcement for Confinement 15 The confining reinforcing steel in the local zone of the test block shall be the same 16 as that recommended by the special anchorage device manufacturer. 17 18 6-02.3(26)D4 Supplementary Skin Reinforcement 19 In addition to the special anchorage device and the associated local zone 20 reinforcement for confinement, supplementary skin reinforcement may be provided. 21 throughout the test block. Such supplementary skin reinforcement shall be as 22 specified by the special anchorage device manufacturer, but shall not exceed a 23 volumetric ratio of 0.01. 24 25 The Contractor shall furnish and install supplementary skin reinforcement in the 26 anchorage zone of the Structure similar in configuration and equivalent in 27 volumetric ratio to the supplementary skin reinforcement used in the test block, at 28 no additional cost to the Contracting Agency. The steel reinforcing bars shown in 29 the Plans in corresponding portions of the general zone may be counted towards 30 this reinforcement requirement. 31 32 6-02.3(26)D5 Test Block Concrete Strength 33 The compressive strength of the test block at the time of acceptance testing shall 34 not exceed the compressive strength of the Structure being post-tensioned at the 35 time of post-tensioning. 36 37 6-02.3(26)D6 Special Anchorage Device Acceptance Testing 38 Special anchorage device acceptance testing shall be conducted in accordance 39 with one of the following test methods: 40 41 1. Cyclic load test 42 2. Sustained load test 43 3. Monotonic load test 44 45 The loads specified for the tests are specified in fractions of the ultimate load FP,of 46 the largest tendon that the special anchorage device is designed to accommodate. 47 The specimen shall be loaded in accordance with conventional usage of the device 48 in post-tensioning applications, except that the load may be applied directly to the 49 wedge plate or equivalent area. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 811111 41 1 6-02.3(26)D7 Cyclic Loading Test 2 A load of 0.8FPu shall be applied. The load shall then be cycled between 0.1 FPu and 3 0.8FPu until crack widths stabilize, but for not less than ten cycles. Crack widths are 4 considered stabilized if they do not change by more than 0.001 inches over the last 5 three readings. Upon completion of the cyclic loading portion of the test, the 6 specimen shall be loaded to failure, or, if limited by the capacity of the loading 7 equipment, to at least 1.1 FPu. 8 9 Crack widths and crack patterns shall be recorded at the initial load of 0.8FPu, at 10 least at the last three consecutive peak loadings before termination of the cyclic 11 loading portion of the test, and at 0.9FPu. The maximum load shall also be 12 reported. 13 14 6-02.3(26)D8 Sustained Loading Test 15 A load of 0.8FPu shall be applied and held constant until crack widths stabilize, but 16 not less than 48 hours. Crack widths are considered stabilized if they do not 17 change by more than 0.001 inches over the last three readings. Upon completion 18 of the sustained loading portion of the test, the specimen shall be loaded to failure, 19 or, if limited by the capacity of the loading equipment, to at least 1.1 FFPu. 20 21 Crack widths and crack patterns shall be recorded at the initial load of 0.8FPu, at 22 least three times at intervals of not less than four hours during the last 12 hours of 23 the sustained loading time period, and at 0.9FPu. The maximum load shall also be 24 reported. 25 26 6-02.3(26)D9 Monotonic Loading Test 27 A load of 0.9FPu shall be applied and held constant for one hour. Upon completion 28 of the one hour load hold period, the specimen shall be loaded to failure, or, if 29 limited by the capacity of the loading equipment, to at least 1.2FPu. 30 31 Crack widths and crack patterns shall be recorded at 0.9FPu, at the conclusion of 32 the one hour load hold period, and at 1.OFPu. The maximum load shall also be 33 reported. 34 35 6-02.3(26)D10 Special Anchorage Device Test Performance Requirements 36 The test block shall conform to the following load requirements under test load: 37 38 1. The maximum test load for cyclic loading and sustained loading tests shall 39 be 1.1 FPu minimum. 40 41 2. The maximum test load for monotonic loading tests shall be 1.2FPu 42 minimum. 43 44 The test block shall conform to the following crack width requirements under test 45 load: 46 47 1. Cracks shall not exceed 0.010 inches in width at 0.8FPu at completion of 48 the cyclic loading test or sustained loading test, or at 0.9FPu after the one 49 hour load hold period of the monotonic loading test. 50 51 2. Cracks shall not exceed 0.016 inches at 0.9FPu for the cyclic loading test 52 or the sustained loading test, or at 1.OFPu for the monotonic loading test. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 42 1 2 6-02.3(26)D11 Test Series Requirements 3 A test series shall consist of three test specimens. Each one of the tested 4 specimens shall conform to the acceptance criteria specified above. If one of the 5 three specimens fails to pass the test, a supplementary test series of three 6 additional specimens shall be conducted. The three additional test specimens shall 7 conform to the specified acceptance criteria. 8 9 6-02.3(26)D12 Special Anchorage Device Acceptance Testing Results Report 10 The special anchorage device acceptance testing results report shall consist of the 11 following: 12 13 1. Dimensions of the test specimen. 14 15 2. Working drawings with details and dimensions of the special anchorage 16 device, including all confining reinforcing steel. 17 18 3. Amount and arrangement of supplementary skin reinforcement. 19 20 4. Type and yield strength of reinforcing steel. 21 22 5. Type and compressive strength of the concrete at the time of testing. 23 24 6. Type of testing procedure and all measurements specified for each 25 specimen under the test. 26 27 The special anchorage device manufacturer shall specify auxiliary and confining 28 reinforcement, minimum edge distance, minimum anchor spacing, and minimum 29 concrete strength at the time of stressing required for proper performance of the 30 local zone. 31 32 6-02.3(26)E Ducts 33 Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in Y 34 the second paragraph is revised to read: 35 36 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of 37 PP0340B14541 to PP03401367884. 38 39 This section is supplemented with the following: 40 41 All duct splices, joints, couplings and connections to anchorages shall be made with 42 devices or methods (mechanical couplers, plastic sleeves, shrink sleeve) that are 43 approved by the duct manufacturer and produce a smooth interior alignment with no lips 44 or kinks. All connections and fittings shall be air and mortar tight. Taping is not 45 acceptable for connections and fittings. 46 47 6-02.3(26)G Tensioning 48 Items 1 and 2 in the first paragraph are revised to read: 49 50 1. Stressing equipment shall be capable of producing a jacking force of at least 81 51 percent of the specified tensile strength of the post-tensioning reinforcement. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8 11/11 43 II 1 2. Jacking force test capacity shall be at least 95 percent of the specified tensile 2 strength of the post-tensioning reinforcement. 3 4 Items 1, 2 and 3 in the sixth paragraph are revised to read: 5 6 1. During jacking prior to seating: 90 percent of the yield strength of the steel. 7 8 2. At anchorages after seating: 70 percent of the specified tensile strength of the 9 steel. 10 11 3. At service limit state after losses: 80 percent of the yield strength of the steel. 12 13 The second sentence of the second subparagraph under the eighth paragraph is revised to 14 read: 15 16 The test specimen shall be tensioned to 80 percent of the specified tensile strength in 17 ten increments. 18 19 The last sentence of the eleventh paragraph is revised to read: 20 21 The tendon is acceptable if the verification lift off force is not less than 99 percent of the 22 approved calculated force nor more than 70 percent of the specified tensile strength of 23 the prestressing steel or as approved by the Engineer. 24 25 6-02.3(26)H Grouting 26 The first sentence in the last paragraph is deleted. 27 28 6-02.3(27) Concrete for Precast Units 29 The first paragraph is supplemented with the following: 30 31 Type III portland cement is permitted to be used in precast concrete units. 32 33 The third paragraph is deleted. 34 35 This section is supplemented with the following new sub-sections: 36 37 6-02.3(27)A Use of Self Consolidating Concrete for Precast Units 38 Self Consolidating Concrete (SCC) is concrete that is able to flow under its own weight 39 and completely fill the formwork without the need of any vibration while maintaining 40 homogeneity, even in the presence of dense reinforcement. SCC shall be capable of 41 flowing through the steel reinforcing bar cage without segregation or buildup of 42 differential head inside or outside of the steel reinforcing bar cage. 43 44 SCC may be used for the following precast concrete structure elements: 45 46 1. Precast roof, wall and floor panels, and retaining wall panels in accordance 47 with Section 6-02.3(28). 48 49 2. Precast reinforced concrete three sided structures in accordance with Section 50 6-02.3(28) as supplemented in the Special Provisions. 51 52 3. Precast concrete barrier in accordance with Section 6-10.3(1). AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 44 1 2 4. Precast concrete wall stem panels in accordance with Section 6-11.3(3). 3 4 5. Precast concrete noise barrier wall panels in accordance with Section 6- . 5 12.3(6). 6 7 6. Structural earth wall precast concrete facing panels in accordance with Section 8 6-13.3(4). 9 ` 10 7. Precast drainage structure elements in accordance with Section 9-05.50. 11 12 8. Precast junction boxes, cable vaults, and pull boxes in accordance with 13 Section 9-29.2. 14 15 6-02.3(27)B Submittals for Self Consolidating Concrete for Precast Units 16 With the exception of items 3, 7, and 8 in Section 6-02.3(27)A, the Contractor shall 17 submit the mix design for SCC to the Engineer for annual approval in accordance with 18 Section 6-02.3(28)B . The mix design submittal shall include items specified in Section 19 6-02.3(2)A and results of the following tests conducted on concrete that has slump flow 20 within the slump flow range defined below: 21 22 1. Slump Flow. 23 24 a. The mix design shall specify the target slump flow in inches, in 25 accordance with WSDOT FOP for ASTM C 1611. The slump flow range 26 is defined as the target slump flow plus or minus 2-inches. 27 28 b. The visual stability index (VSI) shall be less than or equal to 1, in 29 accordance with ASTM C 1611, Appendix X1, using Filling Procedure B. 30 31 c. The T50 flow rate results shall be less than 6-seconds in accordance with 32 ASTM C 1611, Appendix X1, using Filling Procedure B. 33 34 2. Column Segregation. 35 36 a. The maximum static segregation shall be 10-percent in accordance with 37 ASTM C 1610. 38 39 b. The Maximum Hardened Visual Stability Index (HVSI) shall be 1 in 40 accordance with AASHTO PP 58. 41 42 3. J ring test results for passing ability shall be less than or equal to 1.5-inches in 43 accordance with the WSDOT FOP for ASTM C 1621. 44 45 4. Air content shall be tested in accordance with WSDOT Test Method T 818, 46 and shall conform to Section 6-02.3(2)A. 47 48 5. Concrete unit weight results in pounds per cubic foot shall be recorded in 49 accordance with AASHTO T 121, except that the concrete shall not be 50 consolidated in the test mold. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK. Revised:811/11 45 1 6. The temperature of all concrete laboratory test samples shall be tested in 2 accordance with AASHTO T 309 and shall conform to the placement limits 3 specified in Section 6-02.3(4)D. 4 5 7. The modulus of elasticity in pounds per square inch at 28 days shall be 6 recorded in accordance with ASTM C 469. 7 8 Use of Type III cement is permitted. 9 10 Placement for construction may include consolidation using light vibration, but the 11 requirements of Section 6-02.3(4)C for consistency will not apply. 12 " 13 Items 3, 7, and 8 in Section 6-02.3(27)A require the precast plant to cast one 14 representative structure acceptable to the Engineer and have the structure sawn in half 15 for examination by the Contracting Agency to determine that segregation has not 16 occurred. The Contracting Agency's approval of the sawn structure will constitute 17 approval of the precast plant to use SCC and a concrete mix design submittal is not 18 required. 19 20 6-02.3(27)C Acceptance Testing of Self Consolidating Concrete for Precast 21 Units 22 Acceptance testing shall be performed by the Contractor and test results shall be 23 submitted to the Engineer. Placement of SCC for concrete testing such as cylinder 24 preparation shall be in accordance with WSDOT Test Method T 819. 25 26 SCC for items 1, 2, 4, 5, and 6 in Section 6-02.3(27)A will be accepted in accordance 27 with Section 6-02.3(5) procedures, and based on conformance to the requirements 28 specified above and in Section 6-02.3(2)A, for the following: 29 30 1. Temperature. 31 32 2. Air content. 33 34 3. Compressive strength at 28-days. 35 36 4. Slump flow within the target slump flow range. 37 38 5. J ring passing ability less than or equal to 1.5-inches. 39 40 6. VSI less than or equal to 1. 41 42 SCC for concrete barrier will be accepted in accordance with temperature, air, and 43 compressive strength testing listed above. 44 45 SCC for precast junction boxes, cable vaults, and pull boxes will be accepted in 46 accordance with temperature and compressive strength testing Fisted above. 47 48 SCC for precast drainage structure elements will be accepted in accordance with the 49 requirements of AASHTO M 199. 50 51 6-02.3(28) Precast Concrete Panels 52 In this section, all references to "units" are revised to read "panels". AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 46 1 2 6-02.3(28)B Casting 3 The second paragraph is revised to read: 4 5 Concrete shall meet requirements of Section 6-02.3(25)B for annual pre-approval of the 6 concrete mix design, and slump. If SCC is used the concrete shall conform to Sections 7 6-02.3(27)B and 6-02.3(27)C. 8 9 6-02.3(28)F Tolerances 10 The reference to "PCI-MNL-166" is revised to read "PCI-MNL-116". 11 12 6-02.4 Measurement 13 The first sentence in the seventh paragraph is revised to read: 14 15 All reinforcing steel will be measured by the computed weight of all metal, including 16 mechanical splices, actually in place and required by the Plans or the Engineer. 17 18 Item no. 2 in the seventh paragraph is revised to read: 19 20 2. Extra steel in splices not shown in the Plans or specified in the Plans as optional. 21 22 The following new paragraph is inserted after item number 3 in the seventh paragraph: 23 24 The weight of mechanical splices will be based on the weight specified in the 25 manufacturer's catalog cut for the specific item 26 27 6-02.5 Payment 28 The bid item "St. Reinf. Bar" is revised to read: 29 . 30 "St. Reinf. Bar_" 31 32 The bid item "Epoxy-Coated St. Reinf. Bar" is revised to read: 33 34 "Epoxy-Coated St. Reinf. Bar_" 35 36 The paragraph after the bid item "Epoxy-Coated St. Reinf. Bar" is revised to read: 37 38 Payment for reinforcing steel shall include the cost of furnishing, fabricating, placing, 39 and splicing the reinforcement. In structures of reinforced concrete where there are no 40 structural steel bid items, such minor metal parts as expansion joints, bearing 41 assemblies, and bolts will be paid for at the unit contract price for"St. Reinf. Bar_" 42 unless otherwise specified. 43 44 6-03.AP6 45 SECTION 6-03, STEEL STRUCTURES 46 August 1, 2011 47 6-03.3(7)A Erection Methods 48 The second and third sentences in the first paragraph are deleted. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 47 1 2 6-03.3(25) Repair Welding 3 In the first paragraph "2002" is revised to read "2008". 4 5 6-03.3(25)A Welding Inspection 6 In the first paragraph "2002" is revised to read "2008". 7 8 In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised 9 to read "2008 Bridge". 10 11 6-03.3(29) Vacant 12 This section including title is revised to read: 13 14 Welded Shear Connectors 15 All welded shear connectors on steel girder top flanges shall be installed in the field 16 after the forms for the concrete bridge deck are in place. The steel surface to be 17 welded shall be prepared to SSPC-SP 11, power tool cleaning, just prior to welding. 18 Installation, production control, and inspection of welded shear connectors shall 19 conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2008 Bridge Welding Code. 20 After the welded shear connectors are installed, the weld and the disturbed steel 21 surface shall be cleaned and painted in accordance with Section 6-07.3(9)1. 22 23 6-03.3(32) Assembling and Bolting 24 The third paragraph is revised to read: 25 26 Cylindrical erection pins (drift pins) shall be placed throughout each field connection and 27 each field joint with the greatest concentration in the outer edges of a splice plate or 28 member being bolted. Drift pins shall be double tapered barrel pins of hardened steel. 29 The diameter of the drift pins shall at least be 1/32-inch larger than the diameter of the 30 bolts in the connection or the full hole diameter. 31 i 32 6-03.3(33) Bolted Connections 33 This section is revised to read: 34 35 Fastener components shall consist of bolts, nuts, washers, tension control bolt 36 assemblies, and direct tension indicators. Fastener components shall meet the 37 requirements of Section 9-06.5(3). 38 39 The Contractor shall submit documentation of the bolt tension calibrator for approval by 40 the Engineer and shall include brand, capacity, model, date of last calibration, and 41 manufacturer's instructions for use. The Contractor shall be responsible to supply the 42 approved bolt tension calibrator and all accompanying hardware and calibrated torque 43 wrenches to conduct all testing and inspection described herein. Use of the bolt tension 44 calibrator shall comply with manufacturer's recommendations. 45 46 Fastener components shall be protected from dirt and moisture in closed containers at 47 the site of installation. Only as many fastener components as are anticipated to be 48 installed during the Work shift shall be taken from protected storage. Fastener 49 components that are not incorporated into the Work shall be returned to protected 50 storage at the end of the Work shift. Fastener components shall not be cleaned or 51 modified from the as-delivered condition. Fastener components that accumulate rust or AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 48 1 dirt shall not be incorporated into the Work. Tension control bolt assemblies shall not 2 be relubricated, except by the manufacturer. 3 4 All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 5 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be 6 galvanized or be used in contact with galvanized metal. 7 Washers are required under turned elements for bolted connections and as required in 8 the following: 9 10 1. Washers shall be used under both the head and the nut when AASHTO M 253 11 bolts are to be installed in structural carbon steel, as specified in Section 9- 12 06.1. 13 14 2. Where the outer face of the bolted parts has a slope greater than 1:20 with 15 respect to a plane normal to the bolt axis, a beveled washer shall be used. 16 17 3. Washers shall not be stacked unless otherwise.approved by the Engineer. 1.8 19 4. It is acceptable to place a washer under the unturned element. 20 21 All galvanized nuts shall be lubricated by the manufacturer with a lubricant containing a 22 visible dye so a visual check for the lubricant can be made at the time of field 23 installation. Black bolts shall be lubricated by the manufacturer and shall be "oily" to the 24 touch when installed. 25 26 After assembly, bolted parts shall fit solidly together. They shall not be separated by 27 washers, gaskets, or any other material. Assembled joint surfaces, including those next 28 to bolt heads, nuts, and washers, shall be free of loose mill scale, burrs, dirt, and other 29 foreign material that would prevent solid seating. 30 31 When all bolts in a joint are tight, each bolt shall carry at least the proof load shown in 32 Table 3 below: 33 Table 3 Minimum Bolt Tension Bolt Size AASHTO M 164 and AASHTO M 253 (inches) ASTM F 1852 (pounds) (pounds) 1/2 12,050 14,900 /8 19,200 23,700 3/4 28,400 35,100 1/8 39,250 48,500 1 51,500 63,600 11/8 56,450 80,100 11/4 71,700 101,800 13/8 85,450 121,300 1 /2 104,000 147,500 34 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 49 1 Prior to final tightening of any bolts in a bolted connection, the connection shall be 2 compacted to a snug-tight condition. Snug tight shall include bringing all plies of the 3 connection into firm contact and snug-tightening all bolts in accordance with Section 6- 4 03.3(32). 5 6 Final tightening may be done by either the turn-of-nut method, the direct-tension 7 indicator method, or twist off type tension control structural bolt/nut/washer assembly 8 method. Preferably, the nut shall be turned tight while the bolt is prevented from 9 rotating. However, if required by either turn-of-nut or direct-tension-indicator methods, 10 because of bolt entering and/or wrench operational clearances, tightening may be done 11 by turning the bolt while the nut is prevented from rotating. 12 13 1. Turn-of-Nut Method. After all specified bolting conditions satisfied, and before final 14 tightening, the Contractor shall match-mark with crayon or paint the outer face of 15 each nut and the protruding part of the bolt. Each bolt shall be final tightened to the 16 specified minimum tension by rotating the amount specified in Table 4. To ensure 17 that this tightening method is followed, the Engineer will (1) observe as the 18 Contractor installs, snug-tightens, and final tightens all bolts and (2) inspect each 19 match-mark. 20 Table 4 Turn-of-Nut Tightening Method Nut Rotational from Snug- Tight Condition Bolt Length Disposition of Outer Faces of Bolted Parts Condition 9 Condition 2 Condition 3 L <= 4D 1/3 turn 1/2 turn 2/3 turn 4D < L<= 8D 1/2 turn /3 turn /6 turn 8D < L<= 12D 2/3 turn 76 turn 1 turn 21 Bolt length measured from underside of head to top of nut. 22 23 Condition 9 — both faces at right angles to bolt axis. 24 25 Condition 2—one face at right angle to bolt axis one face sloped no more than 26 1:20, without bevel washer. 27 28 Condition 3— both faces sloped no more than 1:20 from right angle to bolt axis, 29 without bevel washer. 30 31 Nut rotation is relative to the bolt regardless of which element (nut or bolt) is being 32 turned. Tolerances permitted plus or minus 30 degrees (1/12 turn) for final turns of 33 1/2 turn or less; plus or minus 45 degrees (1/8 turn) for final turns of 2/3 turn or more. 34 35 D = nominal bolt diameter of bolt being tightened. 36 37 When bolt length exceeds 12D, the rotation shall be determined by actual tests in 38 which a suitable tension device simulates actual conditions. 39 40 2. Direct-Tension-Indicator Method. Direct-Tension-Indicators (DTIs) shall not be 41 used under the turned element. DTIs shall be placed under the bolt head with the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 50 1 protrusions facing the bolt head when the nut is turned. DTIs shall be placed under 2 the nut with the protrusions facing the nut when the bolt is turned. 3 Table 5 Direct Tension Indicator Requirements DTI Spaces Maximum Snug- Minimum Final Bolt Size, p tight Refusals Tighten Refusals inches M 164 M 253 M 164 M 253 M 164 M 253 1/2 4 5 1 2 2 3 /8 4 5 1 12 2 3 /4 5 6 2 2 3 3 !8 5 6 2 2 3 3 1 6 7 2 3 3 4 1-1/8 6 7 2 3 4 1-114 7 8 3 3 4 4 1-3/8 7 8 3 3 4 4 4 1-1/2 8 9 4 4 5 5 6 Gap refusal shall be measured with a 0.005 inch tapered feeler gage. After all 7 specified bolting conditions are satisfied, the snug-tightened gaps shall meet Table 8 5 snug-tight limits. 9 10 Each bolt shall be final-tightened to meet Table 5 final tighten limits. If the bolt is 11 tensioned so that no visible gap in any space remains, the bolt and DTI shall be 12 removed and replaced by a new properly tensioned bolt and DTI. 13 14 The Contractor shall tension all bolts, inspecting all DTIs with a feeler gage, in the 15 presence of the Engineer. DTIs shall be installed by 2 or more person crews with 1 16 individual preventing the element at the DTI from turning, and measuring the gap of 17 the DTI to determine the proper tension of the bolt. 18 19 If a bolt, that has had its DTI brought to full load, loosens during the course of 20 bolting the connection, it shall be rejected. Reuse of the bolt and nut are subject to 21 the provisions of this section. The used DTI shall not be reinstalled. 22 23 3. Twist Off Type Tension Control Structural Bolt/NutlWasher Assembly Method i 24 (Tension Control Bolt Assembly). Tension control bolt assemblies shall include 25 the bolt, nut, and washer(s) packaged and shipped as a single assembly. Tension 26 control bolt assembly components shall not be interchanged for testing or 27 installation and shall comply with all provisions of ASTM F 1852. 28 29 The tension control bolts shall incorporate a design feature intended to either 30 indirectly indicate, or to automatically provide, the minimum tension specified in 31 Table 3 of Section 6-03.3(33). 32 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 51 1 The Contractor shall submit the tension control bolt assembly to the Engineer for 2 approval with bolt capacities, type of bolt, nut, and washer lubricant,.method of 3 packaging and protection of the lubricated bolt, installation equipment, calibration 4 equipment, and installation procedures. 5 6 The tension control bolt manufacturer's installation procedure shall be followed for 7 installation of bolts in the verification testing device, in all calibration devices, and in 8 all structure connections. 9 10 In some cases, proper tensioning of the bolts may require more than one cycle of 11 systematic partial tightening prior to final yield or fracture of the tension control 12 element of each bolt. If yield or fracture of the tension control element of a bolt 13 occurs prior to the final tightening cycle, that bolt shall be replaced with a new one. 14 15 Additional field verification testing shall be performed as requested by the Engineer. 16 17 All bolts and connecting hardware shall be stored and handled in a manner to 18 prevent corrosion and loss of lubricant. Bolts which are installed without the same 19 lubricant coating as tested under the verification test will be rejected and shall be 20 removed from the joint and be replaced with new lubricated bolts at no additional 21 cost to the Contracting Agency. 22 23 AASHTO M 253 bolts, galvanized AASHTO M 164 bolts, and ASTM F 1852 tension 24 control bolt assemblies shall not be reused. Black AASHTO M 164 bolts may be reused 25 once if approved by the Engineer. All bolts to be reused shall have their threads 26 inspected for distortion by reinstalling the used nut on the bolt and turning the nut for the 27 full length of the bolt threads by hand. Bolts to be reused shall be relubricated in 28 accordance with the manufacturer's recommendations and as approved by the 29 Engineer. Used bolts shall be subject to a rotational capacity test as specified in Section 30 6-03.3(33)A Pre-Erection Testing. Touching up or retightening bolts previously tightened 31 by the turn-of-nut method, which may have been loosened by the tightening of adjacent 32 bolts shall not be considered as reuse, provided the snugging up continues from the 33 initial position and does not require greater rotation, including the tolerance, than that 34 required by Table 4. 35 36 6-03.3(33)A Pre-Erection Testing 37 This section is revised to read: 38 39 High strength bolt assemblies (bolt, nut, direct tension indicator, and washer), black and 40 galvanized, shall be subjected to a field rotational capacity test, as outlined below, prior 41 to any permanent fastener installation. For field installations, the rotational capacity test 42 shall be conducted at the jobsite. Each combination of bolt production lot, nut 43 production lot, washer production lot, and direct tension indicator production lot shall be i 44 tested as an assembly, except tension control bolt assemblies which shall be tested as 45 supplied by the manufacturer. Each rotational capacity test shall include three 46 assemblies. Once an assembly passes the rotational capacity test, it is approved for 47 use for the remainder of the project, unless the Engineer deems further testing is 48 necessary. All tests shall be performed in a bolt tension calibrator by the Contractor in 49 the presence of the Engineer. High-strength bolt assemblies used in this test shall not 50 be reused. The bolt assemblies shall meet the following requirements after being 51 pretensioned to 15 percent of the minimum bolt tension in Table 3. The assembly shall AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 52 1 be considered as nonconforming if the assembly fails to pass any one of the following 2 specified requirements. 3 4 1. The measured torque to produce the minimum bolt tension shall not exceed 5 the maximum allowed torque value obtained by the following equation. 6 Torque = 0.25 PD 7 Where: Torque = Calculated Torque (foot-pounds) 8 P = Measured Bolt Tension (pounds) 9 D Normal Bolt Diameter (feet) 10 11 2. After placing the assembly through two cycles of the required number of turns, 12 where turns are measured from the 15 percent pretention condition, as 13 indicated in Table 4 of Section 6-03.3(33), 14 15 a. The maximum recorded tension after the two turns shall be equal to 16 or greater than 1.15 times the minimum bolt tension listed in Table 3 17 of Section 6.03.3(33). 18 19 b. Each assembly shall be successfully installed to the specified number 20 of turns. 21 22 c. The fastener components in the assembly shall not exhibit shear 23 failure or stripping of the threads as determined by visual examination 24 of bolt and nut threads following removal. 25 26 d. The bolts in the assembly shall not exhibit torsional or 27 torsional/tension failure. 28 29 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt 30 between the bolt head and the nut is not considered to be a failure. 31 32 Bolts that are too short to test in the bolt tension calibrator shall be tested in a steel joint 33 The Contractor shall (1) install the high-strength bolt assemblies (bolt, nut, direct tension 34 indicator and washer) in a steel joint of the proper thickness, (2) tighten to the snug tight 35 condition, (3) match-mark the outer face of each nut and the protruding part of the bolt 36 with crayon or paint, (4) rotate to the requirements of Table 4, and (5) record the torque 37 that is required to achieve the required amount of rotation. The assembly shall be 38 considered as non-conforming if the assembly fails to pass any one of the following 39 specified requirements. 40 41 1. The recorded torque to produce the minimum rotation shall not exceed the 42 maximum allowed torque value obtained by the following equation. 43 Torque = 0.25 PD 44 Where: Torque = Calculated Maximum Allowed Torque (foot-pounds) 45 P = Specified Bolt Tension per Table 3, multiplied by a 46 factor of 1.15 (pounds) 47 D = Normal Bolt Diameter (feet) 48 2. After placing the assembly through two cycles of the required number of turns, 49 where turns are measured from the snug tight condition specified in Section 6- 50 03.3(32), 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 53 1 a. Each assembly shall be successfully installed to the specified number 2 of turns. 3 4 b. The fastener components in the assembly shall not exhibit shear 5 failure.or stripping of the threads as determined by visual examination 6 of bolt and nut threads following removal. 7 8 c. The bolts in the assembly shall not exhibit torsional or 9 torsional/tension failure. 10 11 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt 12 between the bolt head and the nut is not considered to be a failure. 13 14 The Contractor shall submit the manufacturer's detailed procedure for pre-erection 15 (rotational capacity) testing of tension control bolt assemblies to the Engineer for 16 approval and shall have an approved procedure prior to testing. 17 18 Three DTIs, per lot, shall be tested in a bolt tension calibrator. The bolts shall be 19 tensioned to 105-percent of the tension shown in Table 3 of Section 6-03.3(33). If all of 20 the DTI protrusions are completely crushed (all 5 openings with zero gap), this lot of 21 DTIs is rejected. 22 23 6-03.3(33)6 Bolting Inspection 24 The first paragraph is revised to read: 25 26 The Contractor, in the presence of the Engineer, shall inspect the tightened bolt using a 27 calibrated inspection torque wrench, regardless of bolting method. The Contractor shall 28 supply the inspection torque wrench. 29 30 The first sentence in the second paragraph is revised to read: 31 32 If the bolts to be installed are not long enough to fit in the bolt tension calibrator, five 33 bolts of the same grade, size, and condition as those under inspection shall be tested 34 using Direct-Tension-Indicators (DTIs) to measure bolt tension. 35 36 The first sentence in the third paragraph is revised to read: 37 38 Five representative bolts/nuts/washers and DTIs, if used (provided by the Contractor) of 39 the same grade, size, and condition as those under inspection shall be placed 40 individually in a bolt tension calibrator to measure bolt tension. 41 42 The fourth and fifth sentences in the third paragraph are revised to read: 43 44 In the bolt tension calibrator, each bolt shall be tightened by any convenient means to 45 the specified tension. The inspection torque wrench shall then be applied to the 46 tightened bolt to determine the torque required to turn the nut or head 5 degrees 47 (approximately 1-inch at a 12 7inch radius) in the tightening direction. 48 49 The fourth paragraph is revised to read: 50 51 Ten percent (at least two), or as specified by the Engineer, of the tightened bolts on the 52 Structure represented by the test bolts shall be selected at random in each connection. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 54 1 The job-inspection torque shall then be applied to each with the inspecting wrench 2 turned in the tightening direction, with no restraint applied to the opposite end of the 3 bolt. If this torque turns no bolt head or nut, the Contracting Agency will accept the 4 connection as being properly tightened. If the torque turns one or more bolt heads or 5 nuts, the job-inspection torque shall then be applied to all bolts in the connection. 6 Except for tension control bolt assemblies and DTIs with zero gap at all protrusion 7 spaces, any bolt whose head or nut turns at this stage shall be tightened and 8 reinspected. Any tension control bolt assemblies or DTIs that have zero gap at all 9 protrusion spaces shall be replaced if the head or nut turns at this stage. 10 11 This section is supplemented with the following new paragraph: 12 13 The Contractor shall submit the manufacturer's detailed procedure for routine 14 observation to ensure proper use of the tension control bolt assemblies to the Engineer 15 for approval and shall have an approved procedure prior to any assembling of bolted 16 connections. 17 18 6-03.3(39) Swinging the Span 19 The first paragraph is revised to read: 20 21 Forms weighing less than five pounds per square foot of bridge deck area and uniformly 22 distributed along the steel spans may be placed before the spans swing free on their 23 supports. Steel reinforcing bars or concrete bridge deck shall not be placed on steel 24 spans until the spans swing free on their supports and elevations recorded. No simple 25 span or any series of continuous spans will be considered as swinging free until all 26 temporary supports have been released. Reinforcing steel or concrete bridge decks 27 shall not be placed on any simple or continuous span steel girder bridge until all its 28 spans are adjusted and its masonry plates, shoes, and keeper plates grouted. For this 29 specification, the structure shall be considered as continuous across hinged joints. 30 31 6-05.AP6 32 SECTION 6-05, PILING 33 August 1, 2011 34 6-05.5 Payment 35 In the second paragraph, the following sentence is inserted after the first sentence: 36 37 For cast-in-place concrete test piles, this price shall include furnishing, fabricating and 38 installing the steel reinforcing bar cage, and furnishing, casting and curing the concrete. 39 40 The paragraph after the bid item "Furnishing St. Piling" is revised to read: 41 42 The unit Contract price per linear foot for"Furnishing (type) Piling shall be full 43 pay for furnishing the piling specified, including furnishing, fabricating and installing the 44 steel reinforcing bar cage, and furnishing, casting and curing the concrete, as required 45 for concrete piling. Such price shall also be full pay, for furnishing timber, precast 46 concrete, or precast-prestressed concrete piling length ordered from an Engineer's 47 order sheet but not driven. 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 55 1 6-07.AP6 2 SECTION 6-07, PAINTING 3 August 1, 2011 4 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal 5 Component 6 Item 1 in the first paragraph is supplemented with the following: 7 8 h. Minimum wet film thickness for each coat to achieve the specified minimum dry film 9 thickness. 10 11 6-07.3(9)F Shop Surface Cleaning and Preparation 12 The third sentence is revised to read: 13 14 The entire steel surface to be painted, including surfaces specified in Section 6- 15 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in 16 accordance with SSPC-SP 10 and shall be in this condition immediately prior to paint 17 application. 18 19 6-07.3(9)G Application of Shop Primer Coat 20 In the second paragraph, the second, third, and fourth sentences are deleted. 21 22 6-07.3(9)1 Application of Field Coatings 23 The following new paragraph is inserted preceding the first paragraph: 24 25. Prior to applying field coatings, the Contractor shall field install welded shear connectors 26 on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in 27 the Plans. After installation of the welded shear connectors, the weld and the disturbed 28 surface of the steel girder top flange shall be cleaned in accordance with SSPC-SP 11 29 and primed. 30 31 The first sentence in the second paragraph (with above amendment applied) is revised to 32 read: 33 34 Upon completion of erection Work, all uncoated areas remaining, including bolts, nuts, 35 washers and splice plates, shall be prepared in accordance with Section 6-07.3(9)F, 36 followed by a field primer coat of an organic zinc paint selected from the same approved 37 paint system and paint manufacturer as the other paint for the structure. 38 39 6-07.3(10)H Paint System 40 In the first sentence of the first paragraph "new steel" is revised to read "existing steel'. 41 42 6-07.3(10)1( Coating Thickness 43 This section is revised to read: 44 45 The minimum dry film thickness of each coat (primer, intermediate, top, and all stripe 46 coats) shall not be less than 3.0 mils. The dry film thickness shall not be thicker than 47 the paint manufacturer's recommended maximum thickness. 48 49 The minimum wet film thickness of each coat shall be specified by the paint 50 manufacturer to achieve the minimum dry film thickness. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 56 1 2 Film thickness, wet and dry, will be measured by gages conforming to Section 6- 3 07.3(8)A. Wet measurements will be taken immediately after the paint is applied in 4 accordance with ASTM D 4414. Dry measurements will be taken after the coating is dry 5 and hard in accordance with SSPC Paint Application Specification Section No. 2. 6 7 Each painter shall be equipped with a wet film thickness gauge, and shall be 8 responsible for performing frequent checks of the paint film thickness throughout 9 application. 10 11 Coating thickness measurements may be made by the Engineer after the application of 12 each coat and before the application of the succeeding coat. In addition, the Engineer 13 may inspect for uniform and complete coverage and appearance. One hundred percent 14 of all thickness measurements shall meet or exceed the minimum wet film thickness. In 15 areas where wet film thickness measurements are impractical, dry film thickness 16 measurements may be made. If a question arises about an individual coat thickness or 17 coverage, it may be verified by the use of a Tooke gauge in accordance with ASTM D 18 4138. 19 20 If the specified number of coats does not produce a combined dry film.thickness of at 21 least the sum of the thicknesses required per coat, or if an individual coat does not meet 22 the minimum thickness, or if visual inspection shows incomplete coverage, the coating 23 system will be rejected, and the Contractor shall discontinue painting and surface 24 preparation operations and shall submit a proposal for repair to the Engineer The repair 25 proposal shall include documentation demonstrating the cause of the less than 26 minimum thickness along with physical test results, as necessary, and modifications to 27 work methods to prevent similar results. The Contractor shall not resume painting or 28 surface preparation operations until receiving the Engineer's approval of the completed 29 repair. 30 31 6-07.5 Payment 32 The last sentence in the paragraph starting with "Progress payments for "Cleaning and 33 Painting" is revised to read: 34 35 Payment will not be made for areas that are otherwise complete but have repairs 36 outstanding. 37 38 6-09.AP6 39 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 40 August 2, 2010 41 6-09.3(1)E Air Compressor 42 In the first paragraph "roadway" is deleted and replaced with "bridge". 43 44 6-09.3(6) Further Deck Preparation 45 In the second paragraph, item number 3. and 4. are revised to read: j 46 47 3. Existing non-concrete patches as authorized by the Engineer. 48 49 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of 50 reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12- 51 inches or more along the bar. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 57 1 2 6-09.3(6)B Deck Repair Preparation y 3 In the first paragraph, the second sentence is revised to read: 4 5 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 6 %-inch minimum clearance around the top mat of steel reinforcing bars only where 7 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 8 between concrete and the top mat of steel is broken. 9 10 6-10.AP6 11 SECTION 6-10, CONCRETE BARRIER 12 January 3, 2011 13 6-10.3(1) Precast Concrete Barrier 14 The third paragraph is deleted. 15 16 In the seventh paragraph, the following sentence is inserted after the first sentence: 17 18 If Self Consolidating Concrete is used the concrete shall conform to Sections 6- 19 02.3(27)B and 6-02.3(27)C. 20 21 In the 12th paragraph, the first sentence is revised to read: 22 23 Only 1 section less than 20-feet long for single slope barrier and 10-feet long for all 24 other barriers may be used in any single run of precast barrier, and it must be at least 8- 25 feet long. 26 27 6-10.3(6) Placing Concrete Barrier 28 The first paragraph is revised to read: 29 30 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation 31 shaped to a uniform grade and section. The foundation surface for precast concrete 32 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: 33 34 When a 10-foot straightedge is placed on the surface parallel to the centerline for 35 the barrier, the surface shall not vary more than %-inch from'the lower edge of the 36 straightedge. If deviations exceed %4-inch, the Contractor shall correct them as 37 required in Section 5-04.3(13). 38 39 In the second paragraph, the first sentence is.revised to read: 40 41 The Contractor shall align the joints of all precast barrier segments so that they offset no 42 more than Y4-inch transversely and no more than 3/-inch vertically. 43 44 6-11.AP6 45 SECTION 6-11 REINFORCED CONCRETE WALLS 46 January 3, 2011 47 6-11.3(3) Precast Concrete Wall Stem Panels 48 The first paragraph is supplemented with the following: 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 58 1 If Self Consolidating Concrete is used the concrete shall conform to Sections 6- 2 02.3(27)B and 6-02.3(27)C. 3 4 6-12.AP6 5 SECTION 6-12, NOISE BARRIER WALLS 6 January 3, 2011 7 6-12.3(6) Precast Concrete Panel Fabrication and Erection 8 Item number 1 is revised to read: 9 10 1. Concrete shall conform to Class 4000. If Self Consolidating Concrete is used the 11 concrete shall conform to Sections 6-02.3(27)B and 6-02.3(27)C. 12 13 The second sentence of the first paragraph in Item 3 is revised to read: 14 15 The Contractor shall cast the precast concrete panels horizontally. 16 17 6-13.AP6 18 SECTION 6-13, STRUCTURAL EARTH WALLS 19 August 1, 2011 20 6-13.3(2) Submittals 21 This section is revised to read: 22 23 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a 24 Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying 25 that the structural earth wall materials conform to the specified material requirements. 26 This includes providing a Manufacturer's Certificate of Compliance for all concrete 27 admixtures, cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh, 28 tie strips, fasteners, welded wire mats, backing mats, construction geotextile for wall 29 facing, drainage geosynthetic fabric, block connectors, and joint materials. The 30 Manufacturer's Certificate of Compliance for geogrid reinforcement shall include the 31 information specified in Section 9-33.4(4) for each geogrid roll, and shall specify•the 32 geogrid polymer types for each geogrid roll. 33 34 A copy of all test results, performed by the Contractor or the Contractor's supplier, 35 which are necessary to assure compliance with the specifications, shall submitted to the 36 Engineer along with each Manufacturer's Certificate of Compliance. 37 38 Before fabrication, the Contractor shall submit a field construction manual for the 39 structural earth walls, prepared by the wall manufacturer, to the Engineer for approval in 40 accordance with Section 6-01.9. This manual shall provide step-by-step directions for 41 construction of the wall system. 42 43 The Contractor, through the license/patent holder for the structural earth wall system, 44 shall submit detailed design calculations and working drawings to the Engineer for 45 approval in accordance with Section 6-01.9. If not prepared by the license/patent holder 46 for the structural earth system, the design calculation and working drawing submittal 47 shall include documentation that the design calculation and working drawing submittal 48 has been reviewed by, and received the concurrence of, the headquarters organization 49 of the structural earth wall manufacturer as identified in the Special Provisions. Review 50 and concurrence by a sales representative office is not acceptable. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 59 1 2 The Contractor shall not begin wall construction until receiving the Engineer's written 3 approval of the material certifications and test results, design calculations and working 4 drawing submittals. 5 6 This section is supplemented with the following new subsections: 7 8 6-13.3(2)A Design Calculation Content Requirements 9 The design calculation submittal shall include detailed design calculations based on the 10 wall geometry and design parameters specified in the Plans and Special Provisions. 11 The calculations shall include detailed explanations of any symbols, design input, 12 materials property values, and computer programs used in the design of the walls. All 13 computer output submitted shall be accompanied by supporting hand calculations 14 detailing the calculation process. If MSEW 3.0, or later version, is used for the wall 15 design, hand calculations supporting MSEW are not required. 16 17 The design calculations shall be based on the current AASHTO LRFD Bridge Design 18 Specifications, including current interims, the current WSDOT Bridge Design Manual 19 LRFD (BDM) and WSDOT Geotechnical Design Manual (GDM), and also based on the 20 following: 21 22 1. The wall design calculations shall address all aspects of wall internal stability 23 for the service, strength, and extreme event limit states. 24 25 2. The wall surcharge conditions (backfill slope) shown in the Plans. 26 27 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be 28 used in the design. 29 4. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of 30 the wall, the barrier shall be designed for a minimum TL-4 impact load, unless 31 otherwise specified in the Plans or Special Provisions. 32 33 J 5. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of 34 the wall, the wall shall be designed for the impact load transferred from the 35 barrier to the wall. 36 37 6. The geotechnical design parameters for the wall shall be as specified in the 38 Special Provisions 39 40 7. The soil reinforcement length shall be as shown in the Plans. If the Plans do 41 not show a length, the length shall be either 6'-0" or 0.7 times the wall design 42 height H, whichever is greater. 43 44 If there are differences in design requirements between the AASHTO LRFD Bridge 45 Design Specifications and the BDM or GDM, the BDM and GDM requirements shall 46 govern. 47 48 6-13.3(2)B Working Drawing Content Requirements 49 All design details shown in the working drawings shall be selected from the design 50 details and products specified for the specific structural earth wall manufacturer in the 51 Preapproved Wall Appendix in the current WSDOT Geotechnical Design Manual 52 (GDM). Geosynthetic reinforcement shown in the working drawings shall be selected AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 60 1 from the products listed in the current WSDOT Qualified Products List (QPL). 2 Substitution of design details and products not listed in the current WSDOT GDM or 3 QPL will not be allowed. 4 5 The working drawing submittal shall include all details, dimensions, quantities, and 6 cross-sections necessary to construct the wall based on the wall geometry and design 7 parameters specified in the Plans and Special Provisions, and shall include, but not be 8 limited to, the following items: 9 10 1. A plan and elevation sheet or sheets for each wall, containing the following: 11 12 a. An elevation view of the wall that includes the following: 13 14 i. the elevation at the top of the wall, at all horizontal and vertical break 15 points, and at least every 50-feet along the wall; 16 17 ii. elevations at the base of welded wire mats or the top of leveling pads 18 and foundations, and the distance along the face of the wall to all 19 steps in the welded wire mats, foundations and leveling pads; 20 21 iii. the designation as to the type of panel, block, or module; 22 23 iv. the length, size, and number of geogrids or mesh or strips, and the 24 distance along the face of the wall to where changes in length of the 25 geogrids or mesh or strips occur; or 26 27 v. the length, size, and wire sizes and spacing of the welded wire mats 28 and backing mats, and the distance along the face of the wall to 29 where changes in length, size, and wire sizes and spacing of the 30 welded wire mats and backing mats occur; and 31 32 vi. the location of the original and final ground line. 33 34 b. A plan view of the wall that indicates the offset from the construction 35 centerline to the face of the wall at all changes in horizontal alignment; the 36 limit of the widest module, geogrid, mesh, strip or welded wire mat, and 37 the centerline of any drainage structure or drainage pipe which is behind 38 or passes under or through the wall. 39 40 c. General notes, if any, required for design and construction of the wall 41 42 d. All horizontal and vertical curve data affecting wall construction. 43 44 e. A listing of the summary of quantities provided on the elevation sheet of 45 each wall for all items including incidental items. 46 47 f. Cross-section showing limits of construction. In fill sections, the cross- 48 section shall show the limits and extent of select granular backfill material 49 placed above original ground. 50 51 g. Limits and extent of reinforced soil volume. 52 I AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 61 1 2. All details including steel reinforcing bar bending details. Bar bending details 2 shall be in accordance with Section 9-07.1. 3 4 3. All details for foundations and leveling pads, including details for steps in the 5 foundations or leveling pads. 6 7 4. All modules and facing elements shall be detailed. The details shall show all 8 dimensions necessary to construct the element, all steel reinforcing bars in the 9 element, and the location of reinforcement element attachment devices 10 embedded in the precast concrete facing panel or concrete block. 11 12 5. All details for construction of the wall around drainage facilities, sign, signal, 13 luminaire, and noise barrier wall foundations, and structural abutment and 14 foundation elements shall be clearly shown. 15 16 6. All details for connections to SEW traffic or pedestrian barriers, coping, 17 parapets, noise barrier walls, and attached lighting shall be shown. 18 19 7. All details for the SEW traffic or pedestrian barrier attached to the top of the 20 wall (if shown in the Plans) including interaction with bridge approach slabs. 21 22 6-13.3(3) Excavation and Foundation Preparation 23 The first sentence in the first paragraph is revised to read: 24 25 Excavation shall conform to Section 2-09.3(3). 26 27 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication 28 Item number 1 in the first paragraph is revised to read: 29 30 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch, 31 unless otherwise specified in the Special Provisions for specific proprietary wail 32 systems. If Self Consolidating Concrete is used the concrete shall conform to 33 Sections 6-02.3(27)B and 6-02.3(27)C. 34 35 6-13.4 Measurement 36 The fourth paragraph is deleted 37 38 6-13.5 Payment 39 The bid items "Structure Excavation Class B", per cubic yard, "Structure Excavation Class B 40 Ind. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are 41 deleted from this section. 42 43 The paragraph after the bid item "Structural Earth Wall" is revised to read: 44 ` 45 "Structural Earth Wall", per square foot. 46 The unit Contract price per square foot for"Structural Earth Wall" shall be full payment 47 for all costs to perform the Work in connection with constructing structural earth wails 48 including leveling pads and copings when specified. 49 50 The paragraph after the bid item "Backfill for Structural Earth Wall" is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 62 I The unit Contract price per cubic yard for"Backfill for Structural Earth Wall Incl. Haul" 2 shall be full payment for all costs to perform the Work in connection with furnishing and 3 placing backfill for structural earth wall including hauling and compacting the backfill, 4 and furnishing and placing the wall facing backfill for welded wire faced structural earth 5 walls. 6 7 6-14.AP6 8 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 9 April 4, 2011 10 6-14.2 Materials 11 In the first paragraph, the following three items are inserted above the item "Gravel Borrow 12 For Geosynthetic Retaining Wall": 13 14 Portland Cement 9-01 15 Aggregates for Portland Cement Concrete 9-03.1 16 Sand 9-03.13(1) 17 18 In the first paragraph, the following four items are inserted after the item "Gravel Borrow For 19 Geosynthetic Retaining Wall": 20 21 Anchor rods and associated nuts, washers and couplers 9-06.5(1) 22 Reinforcing Steel 9-07 23 Wire Mesh for Concrete Reinforcement 9-07.7 24 Grout 9-20.3(2) 25 26 6-14.3(3) Excavation and Foundation Preparation 27 The first sentence in the first paragraph is revised to read: 28 29 Excavation shall conform to Section.2-09.3(3). 30 31 6-14.3(6) Permanent Facing 32 The last sentence in the first paragraph is revised to read: 33 34 Concrete fascia panel, if shown in the Plans, shall conform to Section 6-15.3(9), if cast- 35 in-place, and shall conform to Section 6-02.3(28), if precast. 36 37 6-14.4 Measurement 38 The fifth paragraph is deleted 39 40 6-14.5 Payment 41 The bid items "Structure Excavation Class B", per cubic yard, "Structure Excavation Class B 42 Incl. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are 43 deleted from this section. 44 45 The paragraph following the bid item "Concrete Fascia Panel" is revised to read: 46 47 All costs in connection with constructing the concrete fascia panels as specified shall be 48 included in the unit contract price per square foot for"Concrete Fascia Panel", including 49 all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint 50 sealant, PVC pipe for weep holes, exterior surface finish, and pigmented sealer (when 51 specified), and all costs associated with precast concrete construction of concrete fascia AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 811111 63 1 panels, including working drawing submittals, shipping, handling, protection, erection, 2 temporary support following erection, constructing and placing the concrete leveling 3 pad, edge beam, anchor beam, anchor rod assembly and backfill. 4 5 6-16.AP6 6 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 7 August 2, 2010 8 6-16.5 Payment 9 The first sentence in the paragraph following the bid item "Furnishing Soldier Pile ", per 10 linear foot, is revised to read: 11 12 All costs in connection with furnishing soldier pile assemblies shall be included in the 13 unit contract price per linear foot for"Furnishing Soldier Pile -_", including fabricating 14 and painting the pile assemblies, and field splicing and field trimming the soldier piles. 15 16 6-17.AP6 17 SECTION 6-17, PERMANENT GROUND ANCHORS 18 August 1, 2011 19 6-17.3(3) Submittals 20 Item number 2 in the third paragraph is revised to read: 21 22 2. Ground anchor factored design load 23 24 6-17.3(5) Tendon Fabrication 25 In the second paragraph, the second sentence is revised to read: 26 27 The tendon shall be sized so the factored design load does not exceed 80 percent of 28 the minimum guaranteed ultimate tensile strength of the tendon. 29 30 In the third paragraph, the first sentence is revised to read: 31 32 The Contractor shall be responsible for determining the bond length and tendon bond 33 length necessary to develop the factored design load indicated in the Plans in 34 accordance with Sections 6-17.3(8)A, 6-17.3(8)6, and 6-17.3(8)C. 35 36 6-17.3(8)6 Performance Testing 37 The second paragraph including the following performance test schedule is revised to read: 38 39 The performance test shall be made by incrementally loading and unloading the ground 40 anchor in accordance with the following schedule, consistent with the Load Resistance 41 Factor Design (LRFD) design method. The load shall be raised from one increment to 42 another immediately after a deflection reading. 43 44 Performance Test Schedule 45 Load AL 0.25FDL AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 64 AL 0.25FDL 0.50FDL AL 0.25FDL 0.50FDL 0.75FDL AL 0.25FDL 0.50FDL 0.75FDL 1.00FDL AL Jack to lock-off load 1 2 Where: AL - is the alignment load 3 FDL - is the factored design load. 4 5 6-17.3(8)C Proof Testing 6 In the first paragraph, the first sentence is revised to read: 7 8 Proof tests shall be performed by incrementally loading the ground anchor in 9 accordance with the following schedule, consistent with the LRFD design method. 10 11 The proof test schedule following the first paragraph is revised to read: 12 Proof Test Schedule Load AL 0.25FDL 0.50FDL 0.75FDL 1.00FDL Jack to lock-off load 13 14 Where: AL - is the alignment load 15 FDL - is the factored design load 16 17 6-18.AP6 18 SECTION 6-18, SH®TCRETE FACING 19 January 3, 2011 20 6-18.2 Materials 21 In the first paragraph, the following three items are inserted after the item "Fly Ash 9- 22 23.9": AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 65 1 2 Ground Granulated Blast Furnace Slag 9-23.10 3 Microsilica Fume 9-23.11 4 Metakaolin 9-23.12 5 6 6-18.3(3) Testing 7 The first paragraph is revised to read: 8 9 The Contractor shall make shotcrete test panels for evaluation of shotcrete quality, 10 strength, and aesthetics. Both preproduction and production test panels, shall be 11 prepared. The Contractor shall remove at least 3 cores from shotcrete test panels in 12 accordance with AASHTO T 24 except all cores obtained for the purpose of shotcrete 13 strength testing shall meet the following: 14 15 a. The core diameter shall be at least 3 times the maximum aggregate size, but 16 not less than 4-inches. 17 b. The core length shall be a minimum of 2.0 times the core diameter. 18 c. Cores shall be taken at a minimum distance of 1-inch from edge of core to 19 edge of test panel and a minimum clear distance of 1-inch between them. 20 d. Test panels shall be sized to meet the core spacing specified above, but in no 21 case shall be smaller than 12-inch by 12-inch. 22 23 The first sentence in the second paragraph is deleted. 24 25 The second sentence in the second paragraph is revised to read 26 27 Cores removed from the panels shall be wiped off to remove surface drill water and 28 immediately wrapped in wet burlap and sealed in a plastic bag. 29 30 6-18.3(3)A Pre-production Testing 31 This section is revised to read: 32 33 At least three cores for each mix design shall be prepared for evaluation and testing of 34 the shotcrete quality and strength.,One 48-inch by 48-inch qualification panel shall be 35 prepared for evaluation and approval of the proposed method for shotcrete installation, 36 finishing, and curing. Both the test panel and the 48-inch qualification panels shall be 37 constructed using the same methods and initial curing proposed to construct the 38 shotcrete facing, except that the test panel shall not include wire reinforcement. The test 39 panel shall be constructed to the minimum thickness necessary to obtain the required 40 core samples. The 48-inch qualification panel shall be constructed to the same 41 thickness as proposed for the production facing. Production shotcrete Work shall not 42 begin until satisfactory test results are obtained and the panels are approved by the 43 Engineer. 44 45 6-18.3(3)B Production Testing 46 The first sentence is revised to read: 47 48 The Contractor shall provide three cores for each section of facing shot. 49 50 This section is supplemented with the following: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 1 66 1 Core acceptance testing for the 28 day compressive strength will be performed in 2 accordance with AASHTO T 24. 3 4 6-18.3(4) Qualifications of Contractor's Personnel 5 The second paragraph is supplemented with the following: 6 7 The 7 day core compressive strength shall be tested by the Contractor in accordance 8 with AASHTO T 24. 9 10 7-02.AP7 11 SECTION 7-02, CULVERTS 12 January 3, 2011 13 7-02.2 Materials 14 In the first paragraph, the following three items are inserted after the item "Corrugated 15 Polyethylene Culvert Pipe 9-05.19": 16 17 Steel Rib Reinforced Polyethylene Culvert Pipe 9-05.21 18 High Density Polyethylene (HDPE) Pipe 9-05.23 19 Polypropylene Culvert Pipe 9-05.25 20 21 The third paragraph is revised to read: 22 23 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 24 pipe, corrugated polyethylene culvert pipe, and polypropylene culvert pipe. 25 26 In the `Culvert Pipe Schedules' table, the last column is revised to read: 27 Thermoplastic PE', PVCZ or PP3 PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP None None None None None None None 28 29 The footnotes below the Culvert Pipe Schedules table are supplemented with the 30 following: 31 32 3 Polypropylene pipe 33 34 7-02.5 Payment 35 This section is supplemented with the following: 36 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 67 1 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot. 2 "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. 3 "Polypropylene Culvert Pipe In. Diam.", per linear foot. 4 5 7-04.AP7 6 SECTION 7-04, STORM SEWERS 7 January 3, 2011 8 7-04.2 Materials 9 In the first paragraph, the following three items are inserted after the item "Corrugated 10 Polyethylene Storm Sewer Pipe 9-05.20": 11 12 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9-05.22 13 High Density Polyethylene (HDPE) Pipe 9-05.23 14 Polypropylene Storm Sewer Pipe 9-05.25 15 16 The third paragraph is revised to read: 17 18 Thermoplastic storm sewer pipe includes solid wall PVC storm sewer pipe, profile wall 19 PVC storm sewer pipe, corrugated polyethylene storm sewer pipe, and polypropylene 20 storm sewer pipe. 21 22 In the `Storm Sewer Pipe Schedules' table, the fifth column heading is revised to read: 23 PE PP4 24 25 The footnotes below the `Storm Sewer Pipe Schedules' table are supplemented with the 26 following: 27 28 4 PP=Polypropylene pipe. 29 30 7-04.5 Payment 31 This section is supplemented with the following: 32 33 "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam.", per linear foot. 34 "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. 35 "Polypropylene Storm Sewer Pipe In. Diam.", per linear foot. 36 37 7-09.AP7 38 SECTION 7-09, WATER MAINS 39 August 1, 2011 40 7-09.3(24)A Flushing 41 The last two paragraphs are revised to read: 42 43 The Contractor shall be responsible for disposal of treated water flushed from mains 44 and shall neutralize the wastewater for protection of aquatic life in the receiving water 45 before disposal into any natural drainage channel i.e., receiving water, waters of the 46 State, including wetlands. The Contractor shall be responsible for disposing of 47 disinfecting solution to the satisfaction of the Contracting Agency and local authorities. 48 At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 68 1 per million(ppm) or less, and pH adjustment to within 6.5 — 8.5 standard units before 2 discharging to surface waters of the State or to a storm sewer system that drains to 3 surface waters of the State. 4 5 If approved by the Engineer and by the local authority responsible for the sanitary sewer 6 system, disposal of treated water from mains may be made to an available sanitary 7 sewer provided the rate of disposal will not overload the sewer. 8 9 7-09.3(24)N Final Flushing and Testing 10 The section is supplemented with the following: :9 11 12 At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts 13 per million(ppm) or less, and pH adjustment to within 6.5 — 8.5 standard units, if 14 necessary, before discharging to surface waters of the State or to a storm sewer system 15 that drains to surface waters of the State. 16 17 7-09.5 Payment 18 The paragraph following the bid item " Pipe for Water Main In. Diam" is 19 revised to read: 20 21 The unit Contract price per linear foot for each size and kind of" Pipe for 22 Water Main In. Diam." shall be full pay for all Work to complete the installation of 23 the water main including but not limited to trench excavation, bedding, laying and 24 jointing pipe and fittings, backfilling, concrete thrust blocking, testing, disinfecting the 25 pipeline, flushing, dechlorination of water used for flushing and cleanup. 26 27 7-17.AP7 28 SECTION 7-17, SANITARY SEWERS 29 January 3, 2011 30 7-17.2 Materials 31 The first paragraph is revised to read: 32 33 Pipe used for sanitary sewers may be: 34 35 Rigid Thermoplastic 36 Concrete ABS Composite 37 Vitrified Clay . PVC (Polyvinyl Chloride) 38 Ductile Iron Polypropylene 39 - 40 The fourth paragraph is supplemented with the following item: 41 42 Polypropylene Sewer pipe 9-05.24 43 44 7-17.5 Payments 45 The following bid item is inserted after the bid item "ABS Composite Sewer Pipe_in. Diam": 46 47 "Polypropylene Sewer Pipe In. Diam.", per linear foot. 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 69 1 8-01.AP8 2 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 3 August 1, 2011 4 8-01.2 Materials 5 In the first paragraph, the following is inserted after the first sentence: 6 7 Corrugated Polyethylene Drain Pipe 9-05.1(6) 8 9 8-01.3(1) General 10 In the sixth paragraph, the first sentence is revised to read: 11 12 When natural elements rut or erode the slope, the Contractor shall restore and repair 13 the damage with the eroded material where possible, and remove and dispose of any 14 remaining material found in ditches and culverts. 15 16 In the seventh paragraph the first two sentences are deleted. 17 18 The table in the seventh paragraph is revised to read: 19 20 Western Washington (West of the Cascade Mountain crest) - 21 May 1 through September 30 17 Acres 22 October 1 through April 30 5 Acres 23 24 Eastern Washington (East of the Cascade Mountain crest.) 25 April 1 through October 31 17 Acres 26 November 1 through March 31 5 Acres 27 28 The eighth paragraph is revised to read: 29 30 The Engineer may increase or decrease the limits based on project conditions. 31 32 The ninth paragraph is revised to read: 33 34 Erodible earth is defined as any surface where soils, grindings, or other materials may 35 be capable of being displaced and transported by rain, wind, or surface water runoff. 36 37 The 10th paragraph is revised to read: 38 39 Erodible earth not being worked, whether at final grade or not, shall be covered within 40 the specified time period, (see the tables below) using an approved soil covering 41 practice. 42 43 Western Washington (West of the Cascade Mountain crest) 44 October 1 through April 30 2-days maximum 45 May 1 to September 30 7-days maximum 46 47 48 Eastern Washington (East of the Cascade Mountain crest.) 49 October 1 through June 30 5-days maximum 50 July 1 through September 30 10-days maximum 51 J AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 70 1 8-01.3(1)A Submittals 2 This section is revised to read: 3 4 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, 5 the Contractor shall either adopt or modify the existing TESC Plan. The Contractor shall 6 provide a schedule for TESC Plan implementation and incorporate it into the 7 Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of 8 the TESC Plan and schedule before any work begins. 9 10 Modified TESC Plans shall meet all requirements of Chapter 6, Section 6-2 of the 11 current edition of the WSDOT Highway Runoff Manual. The TESC Plan shall cover all 12 areas the Contractor's Work may affect inside and outside the limits of the project 13 (including all Contracting Agency provided sources, disposal sites, and haul roads, and 14 all nearby land, streams, and other bodies of water). 15 16 The Contractor shall allow at least 5-working days for the Engineer to review any 17 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not 18 make the Contracting Agency liable to the Contractor for any Work delays. 19 20 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 21 The first sentence in the third paragraph is revised to read: 22 23 When a TESC Plan is included in the Contract Plans, the ESC Lead shall also inspect 24 all areas disturbed by construction activities, all on-site erosion and sediment control 25 BMP's, and all stormwater discharge points at least once every calendar week and 26 within 24-hours of runoff events in which stormwater discharges from the site. 27 Inspections of temporarily stabilized, inactive sites may be reduced to once every 28 calendar month. 29 30 In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 31 220-030 EF". 32 33 8-01.3(1)C Water Management 34 In number 2., the reference to "Standard Specification" is revised to read "Section". 35 36 Number 3., is revised to read: 37 38 3. Offsite Water 39 Prior to disruption of the normal watercourse, the Contractor shall intercept the 40 offsite stormwater and pipe it either through or around the project site. This water 41 shall not be combined with onsite stormwater. It shall be discharged at its pre- 42 construction outfall point in such a manner that there is no increase in erosion 43 below the site. The method for performing this Work shall be submitted by the 44 Contractor for the Engineer's approval. 45 46 8-01.3(1)D Dispersion/infiltration 47 This section is revised to read: 48 49 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 50 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 51 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 71 1 the State, turbidity standards are achieved. Water shall be conveyed to designated 2 infiltration areas at a rate that does not produce surface runoff. 3 4 8-01.3(2)B Seeding and Fertilizing 5 The fourth paragraph is revised to read: 6 7 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 8 application. This tracer shall not be harmful to plant, aquatic or animal life. If Short Term 9 Mulch is used as a tracer, the application rate shall not exceed 250-pounds per acre. 10 11 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 12 13 8-01.3(2)D Mulching 14 In the second paragraph, the second sentence is revised to read: 15 16 Wood strand mulch shall be applied by hand or-by straw blower on seeded areas. 17 18 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read 19 "hydroseeder". 20 21 The fourth paragraph is revised to read: 22 23 Temporary seed applied outside the application windows established in 8-01.3(2)F shall 24 be covered with a mulch containing either Moderate Term Mulch or Long Term Mulch, 25 as designated by the Engineer. 26 27 8-01.3(2)E Tacking Agent and Soil Binders 28 The following new paragraph is inserted at the beginning of this Section: 29 30 Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer 31 added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic 32 or animal life. If Short Term Mulch is used as a tracer, the application rate shall not 33 exceed 250-pounds per acre. 34 35 The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide 36 (PAM)" is revised to read: 37 38 A minimum of 200-pounds per acre of Short Term Mulch shall be applied with the 39 dissolved PAM. 40 41 In the second paragraph below "Soil Binding Using Polyacrylamide (PAM)", "within" is 42 revised to read "after". 43 44 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised 45 to read: 46 47 Soil Binding Using Moderate Term Mulch 48 The Moderate Term Mulch shall be hydraulically applied in accordance with the 49 manufacturer's installation instructions. The Moderate Term Mulch may require a 24 to 50 48 hour curing period to achieve maximum performance and shall not be applied when AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 72 1 precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by 2 the Engineer. 3 4 The last paragraph including titled is revised to read: 5 6 Soil Binding Using Long Term Mulch 7 The Long Term Mulch shall be hydraulically applied in accordance with the 8 manufacturer's installation instructions and recommendations. 9 10 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 11 The first paragraph is revised to read: 12 13 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 14 and mulching of slopes shall be performed during the following periods: 15 16 Western Washington' Eastern Washington 17 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 18 March 1 through May 15 October 1 through November 15 only 19 September 1 through October 1 20 21 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 22 accomplished during the fall period listed above. Written permission to seed after 23 October 1 will only be given when Physical Completion of the project is imminent and 24 the environmental conditions are conducive to satisfactory growth. 25 26 8-01.3(2)G Protection and Care of Seeded Areas 27 The first paragraph is revised to read: 28 29 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor 30 shall restore eroded areas, clean up and properly dispose of eroded materials, and 31 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 32 33 In the second paragraph, number 1. is revised to read: 34 35 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas 36 that have been damaged through any cause prior to final inspection, and reapplied 37 to areas that have failed to receive a uniform application at the specified rate. 38 39 8-01.3(2)H Inspection 40 The first sentence is revised to read: 41 42 Inspection of seeded areas will be made upon completion of seeding, temporary 43 seeding, fertilizing, and mulching. 44 45 The third sentence is revised to read: 46 47 Areas that have not received a uniform application of seed, fertilizer, or mulch at the 48 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or 49 remulched at the Contractor's expense prior to payment. 50 51 8-01.3(2)1 Mowing 52 In the first paragraph, the last sentence is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 73 1 2 Trimming around traffic facilities, Structures, planting areas, or other features extending 3 above ground shall be accomplished preceding or simultaneously with each mowing. 4 ` 5 8-01.3(3) Placing Erosion Control Blanket 6 In the first sentence, "Standard" is deleted. 7 8 The second sentence is revised to read: 9 10 Temporary erosion control blankets, having an open area of 60-percent or greater, may 11 be installed prior to seeding. 12 13 8-01.3(4) Placing Compost Blanket 14 In the first paragraph, "before" is revised to read "prior to". 15 16 The last sentence is revised to read: 17 18 Compost shall be Coarse Compost. 19 20 8-01.3(5) Placing Plastic Covering 21 The first sentence is revised to read: 22 23 Plastic shall be placed with at least a 12-inch overlap of all seams. 24 25 8-01.3(6)A Geotextile-Encased Check Dam 26 The first paragraph is deleted. 27 28 8-01.3(6)B Rock Check Dam 29 This section including title is revised to read: 30 31 8-01.3(6)B Quarry Spall Check Dam 32 The rock used to construct rock check dams shall meet the requirements for quarry 33 spalls. 34 35 8-01:3(6)D Wattle Check Dam 36 This section is revised to read: 37. 38 Wattle check dams shall be installed in accordance with the Plans. 39 40 8-01.3(6)E Coir Log 41 This section is revised to read: 42 43 Coir logs shall be installed in accordance with the Plans. 44 45 8-01.3(9)A Silt Fence 46 In the second paragraph, the second sentence is revised to read: 47 48 The strength of the wire or plastic mesh shall be equivalent to or greater than what is 49 required in Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab 50 tensile strength in the machine direction). 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 74 1 8-01.3(9)6 Gravel Filter, Wood Chip or Compost Berra 2 In the second paragraph, the last sentence is deleted. 3 4 The third paragraph is revised to read: 5 6 The Compost Berm shall be constructed in accordance with the detail in the Plans. 7 Compost shall be Coarse Compost. 8 9 8-01.3(9)C Straw Bale Barrier 10 This section is revised to read: 11 12 Straw Bale Barriers shall be installed in accordance with the Plans. 13 14 8-01.3(9)® Inlet Protection 15 The first three paragraphs are revised to read: 16 17 Inlet protection shall be installed below or above, or as a prefabricated cover at each 18 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to 19 beginning clearing, grubbing, or earthwork activities. 20 21 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the 22 requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum 23 filtration properties of Table 2. 24 25 When the depth of accumulated sediment and debris reaches approximately 1/2 the 26 height of an internal device or 1/3 the height of the external device (or less when so 27 specified by the manufacturers) or as designated by the Engineer, the deposits shall be 28 removed and stabilized on site in accordance with Section 8-01.3(16). 29 30 8-01.3(10) Wattles 31 In the first paragraph, the third sentence is revised to read: 32 33 Excavated material shall be spread evenly along the uphill slope and be compacted 34 using hand tamping or other method approved by the Engineer. 35 36 This section is supplemented with the following new paragraph: 37 38 The Contractor shall exercise care when installing wattles to ensure that the method of 39 installation minimizes disturbance of waterways and prevents sediment or pollutant 40 discharge into waterbodies. 41 42 8-01.3(12) Compost Sock 43 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read 44 "waterbodies". 45 46 In the second paragraph "bank" is revised to read "slope". 47 48 In the third paragraph "and" is revised to read "or". 49 50 This section is supplemented with the following new paragraph: 51 52 Compost for Compost Socks shall be Coarse Compost. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 75 1 2 8-01.3(14) Temporary Pipe Slope Drain 3 The first paragraph is revised to read: 4 5 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be 6 constructed in accordance with the Plans 7 8 The last paragraph is revised to read: 9 10 Placement of outflow of the pipe shall not pond water on road surface. 11 12 8-01.3(15) Maintenance 13 In the fourth paragraph, the last sentence is revised to read: 14 15 Clean sediments may be stabilized on site using approved BMPs as approved by the 16 Engineer. 17 18 8-01.3(16) Removal 19 In the second paragraph, the last sentence is revised to read: 20 21 This may include, but is not limited to, ripping the soil, incorporating soil amendments, 22 and seeding with the specified seed. 23 24 8-01.4 Measurement 25 The eighth paragraph is revised to read: 26 27 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the 28 linear foot along the ground line of completed barrier. 29 30 8-01.5 Payment 31 The following bid items are relocated after the bid item "Check Dam": 32 33 "Inlet Protection", per each. 34 35 "Gravel Filter Berm", per linear foot. 36 37 The following new paragraph is inserted before the bid item "Stabilized Construction 38 Entrance": 39 40 The unit Contract price per linear foot for"Check Dam" and "Gravel Filter Berm".and per 41 each for"Inlet Protection" shall be full pay for all equipment, labor and materials to 42 perform the Work as specified, including installation, removal and disposal at an 43 approved disposal site. 44 45 The paragraph after the bid item "Temporary Curb" is revised to read: 46 47 The unit Contract price per linear foot for"Temporary Curb" shall include all costs to 48 install, maintain, remove, and dispose of the temporary curb. 49 50 The following bid item is inserted after the bid item "Mulching with Pam": 51 52 "Mulching with Short Term Mulch", per acre. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 76 1 2 The bid item "Mulching with BFM" is revised to read: 3 4 "Mulching with Moderate Term Mulch" 5 6 The bid item "Mulching with MBFM/FRM" is revised to read: 7 8 "Mulching with Long Term Mulch" 9 10 8-02.AP8 11 SECTION 8-02, ROADSIDE RESTORATION 12 January 3, 2011 13 8-02.2 Materials 14 In the first paragraph, the following item is inserted after the item "Fertilizer 9-14.3": 15 16 Mulch and Amendments 9-14.4 17 18 8-02.3(2) Roadside Work Plan 19 In the first paragraph, the second sentence is revised to read: 20 21 The roadside work plan shall define the Work necessary to provide all Contract 22 requirements, including: wetland excavation, soil preparation, habitat structure 23 placement, planting area preparation, seeding area preparation, bark mulch and 24 compost placement, seeding, planting, plant replacement, irrigation, and weed control in 25 narrative form. 26 27 The first sentence under"Progress Schedule" is revised to read: 28 29 A progress schedule shall be submitted in accordance with Section 1-08.3. The 30 Progress Schedule shall include the planned time periods for Work necessary to 31 provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03. 32 33 The first sentence under"Weed and Pest Control Plan" is revised to read: 34 35 The Weed and Pest Control Plan shall be submitted and approved prior to starting any 36 Work defined in Sections 8-01, and 8-02. 37 38 In the third paragraph under"Weed and Pest Control Plan" the first and second sentences 39 are revised to read: 40 41 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 42 or Consultant when chemical pesticides are proposed. The plan shall include methods 43 of weed control; dates of weed control operations; and the name, application rate, and 44 Material Safety Data Sheets of all proposed herbicides. 45 46 The last paragraph under"Plant Establishment Plan" is deleted. 47 48 8-02.3(2)A Chemical Pesticides 49 This section is deleted. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 77 1 8-02.3(2)B Weed Control 2 This section is deleted. 3 4 8-02.3(3) Planting Area Weed Control 5 This section including title is revised to read: 6 7 8-02.3(3) Weed and Pest Control 8 The Contractor shall control weed and pest species within the project area using 9 integrated pest management principles consisting of mechanical, biological and 10 chemical controls that are outlined in the Weed and Pest Control Plan or as designated 11 by the Engineer. 12 13 Those weeds specified as noxious by the Washington State Department of Agriculture, 14 the local Weed District, or the County Noxious Weed Control Board and other species 15 identified by the Contracting Agency shall be controlled on the project in accordance 16 with the weed and pest control plan. 17 18 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 19 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including 20 erosion control seeding area and vegetation preservation areas, as designated by the 21 Engineer. 22 23 This section is supplemented with the following new sub-sections: 24 25 8-02.3(3)A Planting Area Weed Control 26 All planting areas shall be prepared so that they are weed and debris free at the time of 27 planting and until completion of the project. The planting areas shall include the entire 28 ground surface, regardless of cover, all planting beds, areas around plants, and those 29 areas shown in the Plans. 30 31 All applications of post-emergent herbicides shall be made while green and growing 32 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 33 these Specifications, the Contractor shall physically remove and bag the seed heads. 34 All physically removed vegetation and seed heads shall be disposed of off site at no 35 cost to the Contracting Agency. 36 37 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square 38 and shall be secured by a minimum of 5-staples per mat. Mats and staples shall be 39 installed according to the manufacturer's recommendations. 40 41 8-02.3(3)B Chemical Pesticides 42 Application of chemical pesticides shall be in accordance with the label 43 recommendations, the Washington State Department of Ecology, local sensitive area 44 ordinances, and Washington State Department of Agriculture laws and regulations. Only 45 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of 46 Way at http://www.wsdot.wa.gov/Maintenance/Roadside/herbicide_use.htm may be 47 used. 48 49 The applicator shall be licensed by the State of Washington as a Commercial Applicator 50 or Commercial Operator with additional endorsements as required by the Special 51 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer 52 evidence that all operators are licensed with appropriate endorsements, and that the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 78 1 pesticide used is registered for use by the Washington State Department of Agriculture. 2 All chemicals shall be delivered to the job site in the original containers. The licensed 3 applicator or operator shall complete a Commercial Pesticide Application Record (DOT 4 Form 540-509) each day the pesticide is applied, and furnish a copy to the Engineer by 5 the following business day. 6 7 The Contractor shall ensure confinement of the chemicals within the areas designated. 8 The use of spray chemical pesticides shall require the use of anti-drift and activating 9 agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 10 11 The Contractor shall assume all responsibility for rendering any area unsatisfactory for 12 planting by reason of chemical application. Damage to adjacent areas, either on or off 13 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the 14 property owner, and the cost of such repair shall be borne by the Contractor. 15 16 8-02.3(5) Planting Area Preparation 17 In the first paragraph, the second sentence is revised to read: 18 19 Material displaced by the Contractor's operations that interferes with drainage shall be 20 removed from the channel and disposed of as approved by the Engineer. 21 22 8-02.3(7) Layout of Planting 23 The second paragraph is deleted. 24 25 8-02.3(8) Planting 26 In the second paragraph, the first and second sentences are revised to read: 27 28 Under no circumstances will planting be permitted during unsuitable soil or weather 29 conditions as determined by the Engineer. Unsuitable conditions may include frozen 30 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high 31 water levels. 32 33 The fourth paragraph is revised to read: 34 35 Plants shall not be placed below the finished grade. 36 37 The fifth paragraph is revised to read: 38 39 Planting hole sizes for plant material shall be in accordance with the details shown in 40 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. 41 42 The following new paragraph is inserted after the fifth paragraph: 43 44 All cuttings shall be planted immediately if buds begin to swell. 45 46 8-02.3(9) Pruning, Staking, Guying, and Wrapping 47 In the first paragraph, the last sentence is revised to read: 48 49 All other pruning shall be performed only after the plants have been in the ground at 50 least one year and when plants are dormant. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 79 1 8-02.3(13) Plant Establishment 2 In the third paragraph, the first sentence is revised to read: 3 4 During the first-year plant establishment period, the Contractor shall perform all Work 5 necessary to ensure the resumption and continued growth of the transplanted material. 6 7 In the fourth paragraph, "propose" is revised to read "submit". 8 9 8-02.3(15) Live Fascines 10 In the first paragraph, the fourth sentence is revised to read: 11 12 Dead branches may be placed within the live fascine and on the side exposed to the air. 13 14 In the second paragraph, the third sentence is deleted. 15 16 In the second paragraph, the seventh sentence is revised to read: 17 18 The live stakes shall be driven through the live fascine vertically into the slope. 19 20 8-02.3(16)A Lawn Installation 21 In the third paragraph, the last two items "West of the summit of the Cascade Range - March 22 1 to October 1." and "East of the summit of the Cascade Range -April 15 to October 1." are 23 revised to read: 24 25 Western Washington Eastern Washington 26 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 27 March through May 15 October 1 through November 15 28 September 1 through October 1 29 30 The fifth paragraph is revised to read: 31 32 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown 33 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth 34 even grade without low areas that trap water and compacted, all as approved by the 35 Engineer. 36 37 In the sixth paragraph, the last sentence is revised to read: 38 39 Following placement, the sod shall be rolled with a smooth roller to establish contact 40 with the soil. 41 42 8-02.4 Measurement 43 The seventh paragraph is revised to read: 44 45 Fine compost, medium compost and coarse compost will be measured by the cubic 46 yard in the haul conveyance at the point of delivery. 47 48 8-02.5 Payment 49 The following new paragraph is inserted above the paragraph beginning with "Payment shall 50 be increased to 90-percent........ 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 80 1 Plant establishment milestones are achieved when plants meet conditions described in 2 Section 8-02.3(13). 3 4 The following is inserted after the bid item "Fine Compost": 5 6 "Medium Compost", per cubic yard. 7 8 _The paragraph for the bid item "Weed Control" is revised to read: 9 10 "Weed and Pest Control", will be paid in accordance with Section 1-09.6. 11 12 The following new paragraph is inserted after the bid item "Soil Amendment": 13 14 The unit Contract price per cubic yard for"Soil Amendment" shall be full pay for 15 furnishing and incorporating the soil amendment into the existing soil. 16 17 The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch": 18 19 The unit Contract price per cubic yard for"Sark or Wood Chip Mulch" shall be full pay 20 for furnishing and spreading the mulch onto the existing soil. 21 22 8-03.AP8 23 SECTION 8-03, IRRIGATION SYSTEMS 24 January 4, 2010 25 8-03.1 Description 26 In this section, "staked" is revised to read "approved by the Engineer." 27 28 8-03.3 Construction Requirements 29 The second paragraph is revised to read: 30 31 Potable water supplies shall be protected against cross connections in accordance with 32 applicable Washington State Department of Health rules and regulations and approval 33 by the local health,authority. 34 35 8-03.3(1) Layout of Irrigation System 36 This section is revised to read: 37 38 The Contractor shall stake the irrigation system following the schematic design shown in 39 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the 40 layout may be expected in order to conform to ground conditions and to obtain full and 41 adequate coverage of plant material with water. However, no changes in the system as 42 planned shall be made without prior authorization by the Engineer. 43 44 This section is supplemented with the following new sub-section: 45 46 8-03.3(1)A Locating Irrigation Sleeves 47 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation 48 sleeves placed during general construction prior to installation of the irrigation system 49 shall be marked at both ends with a 2x4x24-inch wood stake extending 6-inches out of 50 the soil and painted blue on the exposed end. 51 AMENDMENTS TO.THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 81 1 8-03.3(2) Excavation 2 In the first paragraph, the fourth sentence is revised to read: 3 4 Trenches through rock or other material unsuitable for trench bottoms and sides shall 5 be excavated 6-inches below the required depth and shall be backfilled to the top of the 6 pipe with sand or other suitable material free from rocks or stones. Backfill material shall 7 not contain rocks 2-inches or greater in diameter or other materials that can damage 8 pipe. 9 10 The second paragraph is revised to read: 11 12 The Contractor shall exercise care when excavating pipe trenches near existing trees to 13 minimize damage to tree roots. Where roots are 1-1/2-inches or greater in diameter, the 14 trench shall be hand excavated and tunneled under the roots. When large roots are 15 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, 16 for protection and to prevent excessive drying. The material must be kept moist until the 17 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 18 1-1/2-inches in diameter shall have severed roots cleanly cut: Trenches having exposed 19 tree roots shall be backfilled within 24-hours unless adequately protected by moist 20 material as approved by the Engineer. All material and fastenings used to cover the 21 roots shall be removed before backfilling. 22 23 The third paragraph is revised to read: 24 25 Detectable marking tape shall be placed in all trenches 6-inches directly above, parallel 26 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and 27 aluminum sleeves, conduits and casing pipe. The width of the tape and installation 28 depth shall be as recommended by the manufacturer for the depth of installation or as 29 shown in the Plans. 30 31 8-03.3(3) Piping 32 This section is revised to read: 33 34 All water lines shall be a minimum of 18-inches below finished grade measured from the 35 top of the pipe or as shown in the Plans. All live water mains to be constructed under 36 existing pavement shall be placed in steel casing jacked under pavement as shown in 37 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be 38 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2-feet beyond 39 the limits of pavement. All jacking operations shall be performed in accordance with an 40 approved jacking plan.Where possible; mains and laterals or section piping shall be 41 placed in the same trench. All lines shall be placed a minimum of 3-feet from the edge 42 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will 43 not be allowed for installation and placement of irrigation pipe. 44 45 Mainlines and lateral lines shall be defined as follows: 46 47 Mainlines: All supply pipe and fittings between the water meter and the irrigation 48 control valves. 49 50 Lateral Lines: All supply pipe and fittings between the irrigation control valves 51 and the connections to the irrigation heads. Swing joints, thick walled PVC or AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 82 1 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not 2 considered part of the lateral line but incidental components of the irrigation heads. 3 4 8-03.3(4) Jointing 5 In the second paragraph, the third sentence is revised to read: 6 7 Threaded galvanized steel joints shall be constructed using either a nonhardening, 8 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe 9 manufacturer, or as shown in the Plans. 10 11 In the last sentence of the second paragraph, "will" is revised to read "shall". 12 13 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is 14 revised to read "of'. 15 16 In the fifth paragraph, the first sentence is revised to read: 17 18 On PVC or polyethylene-to-metal connections, work the metal connection first. 19 20 In the fifth paragraph, the third sentence is revised to read: 21 22 Connections between metal and PVC or polyethylene are to be threaded utilizing 23 female threaded PVC adapters with threaded schedule 80-PVC nipple only. 24 25 In the sixth paragraph, the second sentence is revised to read: 26 27 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, 28 and inserted to the full depth of the fitting. 29 30 8-03.3(5.) Installation 31 The following new paragraph is inserted after the third paragraph: 32 33 All automatic control valves, flow control valves, and pressure reducing valves shall be 34 installed in appropriate sized valve boxes. Manual control valves shall be installed in an 35 appropriate sized valve box and where appropriate, upstream of the automatic control 36 valves. Manual and automatic valves installed together shall be in an appropriate sized 37 box with 3-inches of clearance on all sides. 38 39 The fourth paragraph is revised to read: 40 41 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 42 between '/2-inch and 1-inch above finished grade or mulch, or as shown in the Plans. 43 44 The following new paragraph is inserted after the fourth paragraph: 45 46 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately 47 or within a control valve assembly box upstream of the control valves. Valves, quick 48 couplers, and hose bibs shall have 3-inches of clearance on all sides within the valve 49 box. 50 51 In the fifth paragraph "an" is revised to read "a minimum". 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 83 1 The following new paragraph is inserted after the fifth paragraph: 2 3 Automatic controller pedestals or container cabinets shall be installed on a concrete 4 base as shown in the Plans or in accordance with the manufacturer's recommendations. 5 Provide three 1-inch diameter galvanized metal or PVC electrical wire conduits through 6 the base and 3-inches minimum beyond the edge or side of the base both inside and 7 outside of the pedestal. 8 9 8-03.3(6) Electrical Wire Installation 10 This section is revised to read: 11 12 All electrical work shall conform to the National Electric Code, NEMA Specifications and 13 in accordance with Section 8-20. Electrical wiring between the automatic controller and 14 automatic valves shall be direct burial and may share a common neutral. Separate 15 control conductors shall be run from the automatic controller to each valve. When more 16 than one automatic controller is required, a separate common neutral shall be provided r 17 for each controller and the automatic valves which it controls. Electrical wire shall be 18 installed in the trench adjacent to or above the irrigation pipe, but no less than 12-inches 19 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10-foot 20 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation 21 pipe, the wire shall be placed at a minimum depth of 18-inches and be "snaked" from 22 side to side in the trench. Each circuit shall be identified at both ends and at all splices 23 with a permanent marker identifying zone and/or station. 24 25 Wiring placed under pavement and walls, or through walls, shall be placed in an 26 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 27 1-inch in diameter, and shall meet conduit specifications for PVC conduit as required in 28 Section 9-29.1. 29 30 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole 31 bases, or within control equipment boxes or pedestals. A minimum of 18-inches of 32 excess conductor shall be left at all splices, terminals and control valves to facilitate 33 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the 34 boxes. 35 36 All 120-volt electrical conductors and conduit shall be installed by a certified electrician 37 including all wire splices and wire terminations. 38 39 All wiring shall be tested in accordance with Section 8-20.3(11). 40 41 Continuity ground and functionality testing shall be performed for all 24-volt direct burial 42 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms 43 to ground in accordance with Section 8-20.3(11), is required. 44 45 8-03.3(7) Flushing and Testing 46 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to 47 read "required". 48 49 The third paragraph is revised to read: 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 84 i I 1 Main Line Flushing 2 All main supply lines shall receive two fully open flushing's to remove debris that may 3 have entered the line during construction: The first before placement of valves and the 4 second after placement of valves and prior to testing. 5 - 6 The fourth paragraph is revised to read: 7 8 Main Line Testing 9 All main supply lines shall be purged of air and tested with a minimum static water 10 pressure of 150-psi for 60-minutes without introduction of additional service or pumping 11 pressure. Testing shall be done with one pressure gauge installed on the line, in the 12 location required by the Engineer. For systems using a pump, an additional pressure 13 gauge shall be installed at the pump when required by the Engineer. Lines that show 14 loss of pressure exceeding 5-psi at the ends of specified test periods will be rejected. 15 16 The fifth paragraph is deleted. 17 18 In the sixth paragraph, "any" is revised to read "all". 19 20 In the seventh paragraph, the second sentence is revised to read: 21 22 The operating line pressure shall be maintained for 30-minutes with valves closed and 23 without introduction of additional service or pumping pressure. 24 25 In the eighth paragraph, the fourth and fifth sentences are revised to read: 26 27 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, 28 etc., located downstream of the break or disruption of service, and make all needed 29 repairs to ensure that the entire irrigation system is operating properly. 30 31 8-03.3(8) Adjusting System 32 In the first paragraph, the last sentence is revised to read: 33 34 U nle ss otherwise spe cified sprinkler spray p atterns will not be permitted to apply water 35 to pavement, walks, or Structures. 36 37 8-03.3(11) System Operation 38 In the first paragraph, the last sentence is revised to read: 39 40 The final inspection of the irrigation system will coincide with the end of the Contract or 41 the end of first-year plant establishment, which ever is later. 42 43 In the second paragraph "ordered" is revised to read "required". 44 45 In the third paragraph, the last sentence is revised to read: 46 47 Potable water shall not flow through the cross-connection control device to any 48 downstream component until tested and approved for use by the local health authority 49 in accordance with Section 8-03.3(12). 50 51 The fourth paragraph is revised to read: 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 85 1 In the spring, when the drip irrigation system is in full operation, the Contractor shall 2 make a full inspection of all emitters, and irrigation heads. This shall involve visual 3 inspection of each emitter and irrigation head under operating conditions. All 4 adjustments, flushing, or replacements to the system shall be made at this time to 5 ensure the proper operation of all emitters and irrigation heads. 6 7 8-03.3(12) Cross Connection Control Device Installation 8 In the first sentence of the first paragraph "serving utility" is revised to read "local health 9 authority". 10 11 8-03.3(13) Irrigation Water Service 12 The first paragraph is revised to read: 13 14 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall 15 arrange for a water meter installation(s) for the irrigation system at the locations and 16 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's 17 responsibility to contact the Engineer to schedule the water meter installation. The 18 Contractor shall provide a minimum of 60-calendar days notice to the Engineer prior to 19 the desired water meter installation date. 20 21 In the second paragraph, "will" is revised to read "shall 22 23 8-03.3(14) Irrigation Electrical Service 24 The first paragraph is revised to read: 25 26 The Contracting Agency shall arrange for electrical service connection(s) for operation 27 of the automatic electrical controller(s) at the locations as shown in the Plans. The 28 Contractor shall splice and run conduit and wire from the electrical service 29 connection(s), or service cabinet to the automatic electrical controller and connect the 30 conductors to the circuit(s) per the controller manufacturer's diagrams or 31 recommendations. 32 33 In the second paragraph, "conduit" is revised to read "conduits". 34 35 8-08.AP8 36 SECTION 8-08, RUMBLE STRIPS 37 April 5, 2010 38 8-08.3 Construction Requirements 39 In the fourth paragraph, the first and second sentences are combined to read: 40 41 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 42 requirements of Section 5-02 following the completion of the shoulder rumble strip. 43 44 8-09.AP8 ` 45 SECTION 8-09, RAISED PAVEMENT MARKERS 46 April 4, 2011 47 This division is deleted in its entirety and replaced with the following: 48 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 86 i 1 8-09 RAISED PAVEMENT MARKERS 2 8-09.1 Description 3 This Work shall consist of furnishing and installing pavement markers of the type specified in 4 the Plans, in accordance with these Specifications, and at the locations indicated in the 5 Plans or where designated by the Engineer. This Work also includes cleanup and disposal of 6 cuttings and other resultant debris. The color of pavement markers shall conform to the color 7 of the marking for which they supplement, substitute for, or serve as a positioning guide for. 8 9 8-09.2 Materials 10 Raised pavement marker (RPM) shall meet the requirements of the following sections: 11 12 RPM Type 1 9-21.1 13 RPM Type 2 9-21.2 14 RPM Type 3 9-21.3 15 Adhesive 9-02.1(8), 9-26.2 16 17 8-09.3 Construction Requirements 18 8-09.3(!) Preliminary Spotting 19 The Engineer will provide necessary control points at intervals agreed upon with the 20 Contractor to assist in preliminary spotting of the lines before marker placement begins. 21 The Contractor shall be responsible for preliminary spotting of the lines to be marked. 22 The color of the material used for spotting shall match the color of the raised pavement 23 markers. Approval by the Engineer is required before marking begins. 24 25 Markers shall not be placed over longitudinal or transverse joints in the pavement 26 surface. 27 28 8-09.3(2) Surface Preparation 29 All sand, dirt, and loose extraneous material shall be swept or blown away from the 30 marker location and the cleaned surface prepared by 1 of the following procedures: - 31 32 When deemed necessary by the Engineer all surface dirt within areas to receive 33 markers shall be removed. Large areas of tar, grease, or foreign materials may 34 require sandblasting, steam cleaning, or power brooming to accomplish complete 35 removal. 36 37 When markers are placed on new cement concrete pavement, any curing 38 compound shall be removed in accordance with the requirements of this section. All 39 liquid membrane-forming compounds shall be removed from the Portland cement 40 concrete pavement to which Raised Pavement Markers are to bonded, Curing 41 compound removal shall not be started until the pavement has attained sufficient 42 flexural strength for opening for traffic to be allowed on it. The Contractor shall 43 submit a proposed removal method to the Project Engineer and shall not begin the 44. removal process until the Project Engineer has approved the removal method. 45 46 The pavement shall be surface dry. When applying Epoxy Adhesives in cool 47 weather the pavement surface shall be heated by intense radiant heat (not direct 48 flame) for a sufficient length of time to warm the pavement areas of marker 49 application to a minimum of 70°F. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 87 1 Application of markers shall not proceed until final authorization is received from 2 the Engineer. 3 4 8-09.3(3) Marker Preparation 5 Type 2 markers may be warmed prior to setting by heating to a maximum temperature 6 of 120°F for a maximum of 10-minutes. 7 8 8-09.3(4) Adhesive Preparation 9 Epoxy adhesive shall be maintained at a temperature of 60°F to 85°F before use and 10 during application. 11 12 Component A shall be added to component B just before use and mixed to a smooth 13 uniform blend. The unused mixed adhesive shall be discarded when polymerization has 14 caused stiffening and reduction of workability. 15 16 Bituminous pavement marker adhesive shall be indirectly heated in an applicator with 17 continuous agitation or recurring circulation. Adhesive temperature shall not exceed the 18 maximum safe heating temperature stated by the manufacturer. The Contractor shall . 19 provide the Engineer with manufacturer's written instruction for application temperature 20 and maximum safe heating temperature. 21 22 8-09.3(5) Application Procedure 23 8-09.3(5)A Epoxy Adhesives 24 Epoxy adhesive shall conform to the requirements of Sections 9-26.2. 25 26 The marker shall be affixed to the prepared pavement area with sufficient adhesive 27 so as to squeeze out a small bead of adhesive around the entire periphery of the - 28 marker. The sequence of operations shall be as rapid as possible. Adhesive shall 29 be in place and the marker seated in not more than 30-seconds after the removal of 30 the pavement preheat or warm air blast. The marker shall not have cooled more 31 than 1-minute before seating. 32 33 The lengths of the pavement preheat or warming shall be adjusted so as to ensure 34 bonding of the marker in not more than 15-minutes. Bonding will be considered 35 satisfactory when adhesive develops minimum bond strength in tension of not less 36 than 800-grams per square inch or a total tensile strength of 25-pounds. 37 38 On Roadway sections which are not open to public traffic, the preheating of the 39 markers by dry heating before setting will not be required provided the adhesive 40 develops the required bond strength of 800-grams per square inch in less than 3- 41 hours. If the Roadway section is carrying public traffic during the installation of the 42 markers, the 15-minute set-to-traffic provision will be enforced, and necessary 43 flagging and traffic control will be required. 44 45 8-09.3(5)B Asphalt Adhesives 46 The bituminous adhesive shall conform to the requirements of Section 9-02.1(8). 47 48 Bituminous adhesive shall be applied at temperatures recommended by the 49 manufacturer. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 88 1 The marker shall be affixed to the prepared pavement area with sufficient adhesive 2 so as to squeeze out a small bead of adhesive around the entire periphery of the 3 marker. Markers shall be placed immediately after application of the adhesive. 4 5 8-09.3(6) Recessed Pavement Marker 6 The Contractor shall construct recesses for pavement markers by grinding the 7 pavement in accordance with the dimensions shown in the Standard Plans. The 8 Contractor shall prepare the surface in accordance with Section 8-09.3(2), and install 9 Type 2 markers in the recess in accordance with the Standard Plans and Section 8- 10 09.3(5). 11 12 Recessed pavement markers shall not be constructed on bridge decks or on bridge 13 approach slabs 14 15 8-09.3(7) Tolerances for Pavement Markers 16 Markers shall be spaced and aligned as shown in the Standard Plans and as specified 17 by the Engineer. A displacement of not more than '/z-inch left or right of the established 18 guide line will be permitted. The Contractor shall remove and replace at no expense to 19 the Contracting Agency all improperly placed markers. 20 21 8-09.4 Measurement 22 Measurement of markers will be by units of 100 for each type of marker furnished and set in. 23 place. 24 25 8-09.5 Payment 26 Payment will be made in accordance with Section 1-04.1, for each of the following Bid items 27 that are included in the Proposal: 28 29 "Raised Pavement Marker Type 1", per hundred. 30 "Raised Pavement Marker Type 2", per hundred. 31 "Raised Pavement Marker Type 3- In.", per hundred. 32 "Recessed Pavement Marker", per hundred. 33 34 The unit Contract price per hundred for"Raised Pavement Marker Type 1", "Raised 35 Pavement Marker Type 2", "Raised Pavement Marker Type 3 In.", and "Recessed 36 Pavement Marker" shall be full pay for furnishing and installing the markers in accordance 37 with these Specifications including all cost involved with traffic control except for 38 reimbursement for other traffic control labor, and for flaggers and spotters in accordance with 39 Section 1-10.5. 40 41 8-10.AP8 42 SECTION 8-10, GUIDE POSTS 43 August 2, 2010 44 8-10.3 Construction Requirements 45 The second paragraph is supplemented with the following: 46 47 When guide posts are placed on new cement concrete pavement, any curing compound 48 shall be removed. All liquid membrane-forming compounds shall be removed from the 49 Portland cement concrete pavement to which guide post are to be bonded, Curing 50 compound removal shall not be started until the pavement has attained sufficient AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 89 1 flexural strength for traffic to be allowed on it. The Contractor shall submit a proposed 2 removal method to the Project Engineer and shall not begin the removal process until 3 the Project Engineer has approved the removal method. The final guide post lengths will 4 be determined or verified by the Engineer at the request of the Contractor. 5 6 8-11.AP8 7 SECTION 8-11, GUARDRAIL 8 August 2, 2010 9 8-11.3(1)A Erection of Posts 10 The second paragraph is supplemented with the following sentence: 11 12 New installations of guardrail shall have steel posts or as otherwise shown in the Plans. 13 14 8-11.3(1)D Terminal and Anchor Installation 15 The fifth paragraph is supplemented with the following sentence: 16 17 For new terminal installations steel posts shall be used unless shown otherwise in the 18 Plans. 19 20 8-12.AP8 ` 21 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 22 April 4, 2011 23 8-12.5 Payment 24 The following new paragraph is inserted after the bid item "Chain Link Fence Type 25 26 The unit contract price per linear foot for"Chain Link Fence Type _" shall be full 27 compensation for brace posts installation and all other requirements for Chain Link 28 Fence, of Section 8-12, unless covered in a separate bid item in this subsection. 29 S 30 8-14.AP8 31 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 32 April 4, 2011 33 8-14.2 Material 34 This section is supplemented with the following.new paragraph: 35 36 The Contractor shall use one of the detectable warning surface products listed in the 37 Qualified Products List or seek approval through the WSDOT Request for Approval of 38 Material process. The detectable warning surface shall have the truncated dome shape 39 shown in the Plans. The minimum 2-foot wide detectable warning surface area shall be 40 yellow and shall match Federal Standard 595, color number 33538. When painting a 41 detectable warning surface is required, such as on a steel detectable warning surface, 42 the yellow paint shall conform to Section 9-08.1(8), and shall match Federal Standard 43 595, color number 33538. 44 45 8-14.3(3) Placing and Finishing Concrete. 46 The fourth paragraph is revised to read: 47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 90 1 Curb ramps shall be of the type specified in the Plans and shall include the detectable 2 warning surface. 3 4 The fifth and sixth paragraphs are deleted. 5 6 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit 7 This section including heading is revised to read: 8 9 8-14.3(5) Detectable Warning Surface 10 The detectable warning surface shall be located as shown in the Plans. Placement of 11 the detectable warning surface shall be in accordance with the manufacturer's 12 recommendation for placement in fresh concrete, before the concrete has reached initial 13 set, or on a hardened cement concrete surface, or asphalt pavement surface. 14 15 Vertical edges of the detectable warning surface shall be flush with the adjoining 16 surface to the extent possible (not be more than %4- inch above the surface of the 17 pavement) after installation. 18 19 Embossing or stamping the wet concrete to achieve the truncated dome pattern or 20 using a mold into which a catalyst hardened material is applied shall not be allowed. 21 22 8-14.4 Measurement 23 The second sentence in the first paragraph is revised to read: 24 25 Cement concrete curb ramp type will be measured per each for the complete 26 curb ramp type installed and includes the installation of the detectable warning surface. 27 28 The second paragraph is revised to read: 29 30 Detectable warning surface will be measured by the square foot of detectable warning 31 surface material installed as shown in the Plans. 32 33 8-14.5 Payment 34 The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following 35 new paragraph: 36 37 The unit Contract price per each for "Cement Conc. Curb Ramp Type ", shall be full 38 pay for installing the curb ramp as specified including the "Detectable Warning Surface". 39 40 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read 41 "Detectable Warning Surface". 42 43 8-15.AP8 44 SECTION 8-15, RIPRAP 45 January 4, 2010 46 8-15.2 Materials 47 The referenced sections for the following items are revised to read: 48 49 Heavy Loose Riprap 9-13 50 Light Loose Riprap 9-13 51 Hand Placed Riprap 9-13 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 91 I Sack Riprap 9-13 2 Quarry Spalls 9-13 3 4 8-17.AP8 5 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS 6 April 5, 2010 7 8-17.4 Measurement 8 The first paragraph is supplemented with the following new sentence: 9 10 . Only the maximum number of temporary impact attenuators installed at any one time 11 within the project limits will be measured for payment. 12 13 8-17.5 Payment 14 In the second paragraph following the bid item "Resetting Impact Attenuator", the first 15 sentence is revised to read: 16 17 If an impact attenuator is damaged by a third party, repairs shall be made in accordance 18 with Section 1-07.13(4) under the Bid item "Reimbursement For Third Party Damage". 19 20 8-20.AP8 21 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 22 ELECTRICAL 23 January 3, 2011 24 8-20.1 Description 25 In the first paragraph, item number 3 is revised to read: 26 27 3. Intelligent Transportation Systems (ITS) 28 29 8-20.3(4) Foundations 30 In the 12th paragraph, item number 2 is revised to read: 31 32 2. The top heavy-hex nuts for type ASTM F1554 grade 105 anchor bolts shall be 33 tightened by the Turn-Of-Nut Tightening Method to minimum rotation of%-turn (90 34 degrees) and a maximum rotation of'/-turn (120 degrees) past snug tight. 35 Permanent marks shall be set on the base plate and nuts to indicate nut rotation 36 past snug tight. ' 37 38 In the 12th paragraph, the following is inserted after item number 2: 39 40 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by 41 the Turn-of-Nut Tightening Method to minimum rotation of 1/8-turn (45 degrees) 42 and a maximum rotation of 1/6-turn (60 degrees) past snug tight. Permanent 43 marks shall be set on the base plate and nuts to indicate nut rotation past snug 44 tight. 45 46 8-20.3(5) Conduit 47 In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming". 48 i AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 92 1 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 2 In the first paragraph, the first sentence is revised to read: 3 4 Standard Duty and Heavy Duty junction boxes, pull boxes and cable vaults shall be 5 installed at the locations show in the Plans. 6 7 In the second paragraph, the first sentence is revised to read 8 9 Cable vaults and pull boxes shall be installed in accordance with the following: 10 11 In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to 12 read "in accordance with". 13 14 In the last paragraph, 1/2 inch" is revised to read 1/8 inch". 15 16 This section is supplemented with the following: 17 18 Standard Duty pull boxes, cable vaults and concrete junction boxes installed in 19 sidewalks, walkways and shared use paths shall have slip resistant surfaces, be flush 20 with surface and match grade of the sidewalk, walkway and shared use path. The 21 boxes, vaults and junction boxes shall not be placed in curb ramps, curb ramp landings, 22 or the gutter areas associated with the curb ramps. Standard Duty non-concrete 23 junction boxes shall not be installed in sidewalks, walkways or shared use paths. 24 25 8-20.3(8) Wiring 26 The following new two paragraphs are inserted after the first table: 27 28 Splices and taps on underground circuits shall be made with solderless crimp 29 connectors meeting the requirements of Section 9-29.12. 30 31 Only one conductor or one multi conductor cable per wire entrance will be allowed in 32 any rigid mold splice. 33 34 In the eleventh paragraph item number 5 is revised to read: 35 36 5. Video detection camera lead-in cable - the numbers of the phases the camera 37 served. 38 39 In the eleventh paragraph the following is added after item number 5: 40 41 6. For ITS cameras —the number of the camera indicated in the Contract and the 42 number of the associated cabinet as indicated on the Plans. 43 44 7. Communication cable -- labeled as Comm. 45 46 This section is supplemented with the following new paragraph: 47 48 Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will 49 be allowed in the same raceway with 480 VAC illumination cable. 50 51 8-20.4 Measurement 52 The first sentence is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 93 1 2 No specific unit of measurement will apply to the lump sum items for illumination 3 system, intelligent transportation system (ITS), or traffic signal systems, but 4 measurement will be for the sum total of all items for a complete system to be furnished 5 and installed. 6 7 The second paragraph is revised to read: .8 9 Conduit of the kind and diameter specified will be measured, through the junction 10 boxes, by the linear foot of conduit placed, unless the conduit is included in an 11 illumination system, signal system, Intelligent Transportation (ITS) or other type of 12 electrical system lump sum Bid item. 13 14 8-20.5 Payment 15 All references to "Intelligent Transportation System" are revised to read "ITS". 16 17 The paragraph after the bid item, "Conduit Pipe In. Diam." per linear foot, is revised to 18 read: 19 20 The unit Contract price per linear foot for"Conduit.Pipe In. Diam." shall be full pay 21 for furnishing all pipe, pipe connections, elbows, bends, caps., reducers, conduits, 22 unions, junction boxes and fittings; for placing the pipe in accordance with the above 23 provisions, including all excavation, jacking or drilling required, backfilling of any voids 24 around casing, conduits, pits or the trenches, restoration of native vegetation disturbed 25 by the operation, chipping of pavement, and bedding of the pipe; and all other Work 26 necessary for the construction of the conduit, except that when conduit is included on 27 any project as an integral part of an illumination, traffic signal, or ITS systems and the 28 conduit is not shown as a pay item, it shall be included in the lump sum price for the 29 system shown. 30 31 8-21.AP8 32 SECTION 8-21, PERMANENT SIGNING 33 August 1, 2011 34 8-21.3(4) Sign Removal 35 In the fourth paragraph, the following sentence is inserted after the second sentence: 36 37 Where signs are removed from existing overhead sign Structures, the existing vertical 38 sign support braces shall also be removed. 39 40 In the fourth paragraph, the third sentence is revised to read: 41 42 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind 43 beams, and other metal structural members, and all existing fastening hardware 44 connecting such members being removed, shall become the property of the Contractor 45 and shall be removed from the project. 46 47 8-21.3(9)F Foundations 48 In the ninth paragraph, the following new statement is inserted as number 1. Existing 49 numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7. 50 51 1. Foundation excavations shall conform to the requirements of Section 2-09.3(3). AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 94 1 2 In the tenth paragraph, item number 2 is revised to read: 3 4 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9-07.2. 5 6 In the tenth paragraph, item number 3 is revised to read: 7 8 3. Unless otherwise shown in the Plans, the concrete shall be commercial grade 9 concrete. 10 11 8-21.3(9)G Identification Plates 12 This section including title is revised to read: 13 14 8-21.3(9)G Sign Structure Identification Information 15 Whenever existing bridge mounted sign brackets, cantilever sign structures, or sign 16 bridge structures are removed from their anchorage, whether temporary or permanent, 17 the Contractor shall provide the sign structure identification information, attached to the 18 sign structures, to the Engineer. The identification information may be in the form of a 19 riveted plate, sticker; or other means. 20 21 8-21.3(12) Steel Sign Posts 22 This section is supplemented with the following: 23 24 For roadside sign structures on S13-1, SB-2, or S13-3 slip bases, the Contractor shall use 25 the following procedures and manufacturer's recommendations: 26 27 1. The Contractor shall assemble the perforated square steel post or solid square 28 steel post to the upper slip plate with bolts, nuts, and washers as shown in the 29 Plans. 30 31 2. The three bolts connecting the upper and lower slip plates shall be tightened 32 using as a torque wrench to the torque, following the procedures in the Plans. 33 34 For roadside structures on ST-2 and ST-4 sign supports, the Contractor shall use the 35 following procedures: 36 37 1. The Contractor shall assemble the perforated square steel post to the lower 38 sign post support with bolts, nuts, and washers as shown in the Plans. 39 40 8-22.AP8 41 SECTION 8-22, PAVEMENT MARKING 42 August 1, 2011 43 8-22.1 Description 44 The last sentence in the second paragraph is revised to read: 45 46 Traffic letters used in word messages shall be sized as shown in the Plans. 47 48 8-22.4 Measurement 49 In the sixth paragraph "Painted Line" is revised to read "Paint Line". 50 51 The first sentence in the seventh paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 95 1 2 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 3 crossing symbols, drainage markings, junction box markings, bicycle lane symbols, 4 aerial surveillance full, and % markers, yield line symbols, yield ahead symbols, and 5 speed bump symbols will be measured per each. 6 7 8-22.5 Payment 8 This section is supplemented with the following: 9 10 Painted Junction Box Marking", per each 11 "Plastic Junction Box Marking "per each 12 13 14 9-01.AP9 15 SECTION 9-01, PORTLAND CEMENT 16 April 5, 2010 17 9-01.2(1) Portland Cement 18 In the first paragraph, all the text after"shall not exceed 8-percent by weight" is deleted and 19 the paragraph ends. 20 21 In the second paragraph, "per" is revised to read "in accordance with". 22 23 9-02.AP9 24 SECTION 9-02, BITUMINOUS MATERIALS 25 January 3, 2011 26 9702.1(8) Flexible Bituminous Pavement Marker Adhesive 27 This section is revised to read: 28 29 . Flexible bituminous pavement marker adhesive is a hot melt thermoplastic bituminous 30 material used for bonding raised pavement markers and recessed pavement markers to 31 the pavement. 32 33 The adhesive material shall conform to the following requirements when prepared in 34 accordance with the Materials Manual WSDOT Standard Operating Procedure (SOP) 35 No. 318: 36 Property Test Method Requirement Penetration, 77°F, 100g, 5 sec, AASHTO T 49 30 Max. dmm Softening Point, F AASHTO T 53 200 Min. Rotational Thermosel Viscosity, AASHTO T 316 5000 Max. cP, #27 spindle, 20 RPM, 400°F Ductility, 77°F, 5 cm/minute, cm AASHTO T 51 15 Min. Ductility, 39.2°F, 1 cm/minute, cm ASTM D 51 5 Min. Flexibility, 1", 20°F, 90 deg. Bend, ASTM D 3111 Pass 10 sec., Wx 1" x 6" specimen NOTE 1 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 96 Bond Pull-Off Strength WSDOT T-426 Greater than 50 psi 1 2 Note 1: Flexibility test is modified by bending specimen through an arc of 90 3 degrees at a uniform rate in 10 seconds over a 1-inch diameter mandrel. 4 5 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer 6 This section including title is revised to read: 7 8 9-02.1(9) Vacant 9 10 9-03.AP9 11 SECTION 9-03, AGGREGATES 12 August 1, 2011 13 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335". 14 15 9-03.4(2) Grading and Quality 16 In the "Crush Screening Percent Passing" table, the sixth column titled "3/8 — No. 10" is 17 deleted. 18 19 9-03.10 Aggregate for Gravel Borrow 20 The first paragraph is revised to read: 21 22 Gravel base shall consist of granular material, either naturally occurring or processed. It 23 shall be essentially free from various types of wood waste or other extraneous or 24 objectionable materials. It shall have such characteristics of size and shape that it will 25 compact readily and the maximum particle size shall not exceed 2/ of the depth of the 26 layer being placed. 27 28 The second paragraph is deleted. 29 30 9-03.11(2) Streambed Cobbles 31 The first paragraph is revised to read: 32 33 Streambed cobbles shall be clean, naturally occurring water rounded gravel material. 34 Streambed cobbles shall have a well graded distribution of cobble sizes and conform to 35 one or more of the following gradings as shown in the Plans: 36 Percent Passing Approximate 4" 6" 8" 10" 12" Size Note 1 Cobbles Cobbles Cobbles Cobbles Cobbles 12" 100 10" 100 70-90 8" 100 70-90 6" 100 70-90 5" 70-90 30-60. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 97 4" 100 30-60. 3" 70-90 30-60. 2" 30-60. 1'/z' 20-50 '/4' 10 max. 10 max. 10 max. 10 max. 10 max. 1 2 In the second paragraph, "determine" is revised to read "determined". 3 4 9-03.12(1)B Class B 5 This section is revised to read: 6 7 Gravel backfill for foundations, Class B, shall conform to the requirements of Section 9- 8 03.10. 9 10 9-03.20 Test Methods for Aggregates 11 The last row of the table is deleted. 12 13 9-03.21(1) General Requirements 14 This sections.content is deleted and replaced with: 15 16 Hot Mix Asphalt, Concrete Rubble, Recycled Glass and Steel Furnace Slag may be 17 used as, or blended uniformly with, naturally occurring materials for aggregates. The 18 final blended product and the recycled material component included in a blended 19 product shall meet the specification requirements for the specified type of aggregate. 20 The Contracting Agency may collect verification samples at any time. Blending of more 21 than one type of recycled material into the naturally occurring materials requires 22 approval of the Engineer prior to use. 23 24 Recycled materials obtained from the Contracting Agency's roadways will not require 25 toxicity testing or certification for toxicity characteristics. 26 27 Recycled materials that are imported to the job site will require testing and certification 28 for toxicity characteristics. The recycled material supplier shall keep all toxicity test 29 results on file and provide copies to the Project Engineer upon request. The Contractor 30 shall provide the following: 31 32 Identification of the recycled materials proposed for use. 33 34 Sampling documentation no older than 90 days from the date the recycled 35 material is placed on the project. Documentation shall include a minimum of 5 36 samples tested for total lead content by EPA Method 6010. Total lead test 37 results shall not exceed 250 ppm. For samples that exceed 100 ppm, that 38 sample must then be prepared by EPA Method 1311, the Toxicity 39 Characteristic Leaching Procedure (TCLP), where liquid extract is analyzed by 40 EPA Method 60106. The TCLP test must be below 5.0 ppm. 41 42 Certification that the recycled materials are not Washington State Dangerous 43 Wastes per the Dangerous Waste Regulations WAC 173-303. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 98 I 1 2 Certification that the recycled materials are in conformance with the 3 requirements of the Standard Specifications prior to delivery. The certification 4 shall include the percent by weight of each recycled.material. 5 6 This section is supplemented with the following new sub-section: 7 8 9-03.21(1)E Table on Maximum Allowable Percent (by weight) of Recycled 9 Material 10 11 9-03.21(1)A Recycled Hot Mix Asphalt 12 This section is revised to read: 13 14 For recycled materials incorporating hot mix asphalt the product supplier shall certify 15 that the blended material does not exceed the Maximum Allowable Percentage of hot 16 mix asphalt shown in Table 9-03.21(1)E. 17. 18 9-03.21(1)6 Recycled Portland Cement Concrete Rubble 19 This section including title is revised to read: 20 21 9-03.21(1)6 Vacant 22 23 9-03.21(1)C Recycled Glass Aggregates 24 This section including title is revised to read: 25 26 9-03.21(1)C Vacant 27 28 9-03.21(1)D Recycled Steel Furnace Slag 29 The last row of the table is revised to read: 30 Bank Run Gravel for 9-03.19 20 100 100 20 Trench Backfill 31 32 The table is moved from this sub-section to the new sub-section 9-03.21(1)E Table on 33 Maximum Allowable Percent (by weight) of Recycled Material. 34 35 9-04.AP9 36 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 37 August 2, 2010 38 9-04.2(1) Hot Poured Joint Sealants 39 This section is revised to read: 40 41 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV 42 except for the following: 43 44 1. The Cone Penetration at 25°C shall be 130 maximum. 45 46 2. The extension for the bond, non immersed, shall be 100%. 47 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 99 1 3. The hot poured joint sealant shall have a minimum Cleveland Open Cup Flash 2 Point of 205°C in accordance with AASHTO T 48 3 4 Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested 5 in accordance with ASTM D 5329. 6 7 9-04.11 Butyl Rubber 8 This section including title is revised to read: 9 10 9-04.11 Butyl Rubber and Nitrile Rubber 11 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines 12 that the area will be exposed to petroleum products Nitrile rubber shall be utilized and 13 conform to ASTM D 2000, M1 BG 610. 14 15 9-05.AP9 16 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 17 August 1, 2011 18 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12-inch 19 through 60-inch) 20 This section including title is revised to read: 21 22 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings 23 and Fittings (12-inch through 60-inch) 24 Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12-inch 25 through 60-inch diameter maximum, shall meet the requirements of AASHTO M 294 26 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type 27 SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 28 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 29 30 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 31 Solid Wall PVC Sanitary Sewer Pipe 32 In this section, all references to 115 psi" are revised to read "46 psi". 33 34 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 35 and Profile Wall PVC Sanitary Sewer Pipe 36 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 37 38 9-05.13. Ductile Iron Sewer Pipe 39 The second and third paragraphs are revised to read: 40 41 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement 42 mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine 43 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The 44 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or 45 the Class indicated on the Plans or in the Special Provisions. 46 47 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical 48 type meeting the requirements of AWWA C111. 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 100 1 9-05.19 Corrugated Polyethylene Culvert Pipe 2 This sections title is revised to read: 3 4 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings 5 6 The first paragraph is revised to read: 7 8 Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the 9 requirements of AASHTO M 294 Type S or D for pipe 12-inch to 60-inch diameter with 10 silt-tight joints. 11 12 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 13 This sections title is revised to read: 14 15 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and 16 Fittings 17 18 In the first paragraph, the first sentence is revised to read: 19 20 Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the 21 requirements of AASHTO M 294 Type S or D. 22 23 Section 9-05 is supplemented with the following new sub-sections: 24 25' 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe 26 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM 27 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24-inch 28 to 60-inch diameter with silt-tight joints. 29 30 Silt-tight joints for steel reinforced polyethylene culvert pipe shall be made with a 31 bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to 32 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the 33 manufacturer. 34 35 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires 36 an approved joint system and a formal quality control plan for each plant proposed for 37 consideration. 38 39 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 40 materials delivered to the project. The certificate shall clearly identify production lots for 41 all materials represented. The Contracting Agency may conduct verification tests of pipe 42 stiffness or other properties as it deems appropriate. 43 44 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 45 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM 46 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum 47 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for 48 which a manufacturer has submitted a qualified joint. Qualified manufacturers and 49 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally 50 molded, injection molded, or factory welded. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 101 I All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell 2 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets 3 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the 4 manufacturer. 5 6 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe 7 requires joint system conformance to ASTM D 3212 using elastomeric gaskets 8 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for 9 consideration. 10 11 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 12 materials delivered to the project. The certificate shall clearly identify production lots for 13 all materials represented. The Contracting Agency may conduct verification tests of pipe 14 stiffness or other properties as it deems appropriate. 15 16 9-05.23 High Density Polyethylene (HDPE) Pipe 17 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM 18 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) 19 designation of PE 3408. 20 21 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 22 23 HDPE pipe shall be joined into a continuous length by an approved joining method. 24 25 The joints shall not create an increase in the outside diameter of the pipe. The joints 26 shall be fused, snap together or threaded. The joints shall be water tight, rubber 27 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. 28 29 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the 30 manufacturer's recommendations. Fusion equipment used in the joining procedure 31 shall be capable of meeting all conditions recommended by the pipe manufacturer, 32 including but not limited to fusion temperature, alignment, and fusion pressure. All field 33 welds shall be made with fusion equipment equipped with a Data Logger. Temperature, 34 fusion pressure and a graphic representation of the fusion cycle shall be part of the 35 Quality Control records. Electro fusion may be used for field closures as necessary. 36 Joint strength shall be equal or greater than the tensile strength of the pipe. 37 38 Fittings shall be manufactured from the same resins and Cell Classification as the pipe 39 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and 40 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM 41 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. 42 43 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and 44 this specification. 45 46 The supplier shall furnish a Manufacturer's Certification of Compliance stating the 47 materials meet the requirements of ASTM D 3350 with the correct cell classification with 48 the physical properties listed above. The supplier shall certify the dimensions meet the 49 requirements of ASTM F 714 or as indicated in this Specification or the Plans. 50 51 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for 52 defects and tested for Elevated Temperature Sustain Pressure in accordance with AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 102 1 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old 2 from the date of manufacture. 3 4 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free 5 of cracks, holes, foreign materials, blisters, or deleterious faults. 6 7 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the 8 manufacturer, SDR, size, material, machine, and date on which the pipe was 9 manufactured. 10 11 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, 12 and Polypropylene Sanitary Sewer Pipe 13 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe and Polypropylene 14 Sanitary Sewer pipe shall conform to the following requirements: 15 16 1. For pipe sizes up to 30 inches: ASTM F2736. 17 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 18 3. Fittings shall be factory welded, injection molded or PVC. 19 20 All joints for corrugated polypropylene pipe shall be made with a bell/bell or bell and 21 spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets 22 conforming to ASTM F477. All gaskets shall be factory installed on the pipe in 23 accordance with the producer's recommendations. 24 25 Qualification for each producer of corrugated polypropylene storm sewer pipe requires 26 joint system conformance to ASTM D3212 using elastomeric gaskets conforming to 27 ASTM F477 and a formal quality control plan for each plant proposed for consideration. 28 29 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 30 materials delivered to the project. The certificate shall clearly identify production lots for 31 all materials represented. The Contracting Agency may conduct verification tests of 32 pipe stiffness or other properties deems appropriate. 33 34 9-06.AP9 35 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 36 August 1, 2011 37 9-06.5(3) High Strength Bolts 38 The first paragraph is revised to read: 39 40 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 41 Type 1 or 3 or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special 42 Provisions. Tension control bolt assemblies, meeting all requirements of ASTM F 1852 43 may be substituted where AASHTO M 164 high strength bolts and associated hardware 44 are specified. 45 46 The second paragraph is revised to read: 47 48 When specified in the Plans or Special Provisions to be galvanized, tension control bolt 49 assemblies shall be galvanized after fabrication in accordance with ASTM B 695 Class 50 55 Type I. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 103 1 2 The third paragraph is revised to read: 3 4 Bolts conforming to AASHTO M 253 shall not be galvanized. 5 6 The fourth paragraph is revised to read: 7 8 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 9 164 Type 3, AASHTO M 253 Type 3, or ASTM F 1852 Type 3, as specified in the Plans 10 or Special Provisions. 11 12 The fifth paragraph is revised to read: 13 14 Nuts for high strength bolts shall meet the following requirements: 15 16 AASHTO M 164 Bolts 17 Type 1 (black) AASHTO M 291 Grade C, C3, D, DH and 18 DH3 19 AASHTO M 292 Grade 2H 20 Type 3 (black weathering) AASHTO M 291 Grade C3 and DH3 21 Type 1 (hot-dip galvanized) AASHTO M 291 Grade DH 22 AASHTO M 292 Grade 2H 23 24 AASHTO M 253 Bolts 25 Type 1 (black) AASHTO M 291 Grade DH, DH3 26 AASHTO M 292 Grade 2H 27 Type 3 (black weathering) AASHTO M 291 Grade DH3 28 29 The first sentence in the eighth paragraph is revised to read: 30 31 Washers for AASHTO M 164 and AASHTO M 253 bolts shall meet the requirements of 32 AASHTO M 293 and may be circular, beveled, or extra thick as required. 33 34 The last sentence in the eleventh paragraph is revised to read: 35 36 Approval from the Engineer to use lock-pin and collar fasteners shall be received by the 37 Contractor prior to use. 38 39 The number 2 foot note reference in the table is deleted. 40 41 The last row of the table is revised to read: 42 *Manufacturer's Certificate of Compliance— samples not required. 1 Nuts, washers, load indicator devices, and tension control bolt assemblies shall be sampled at the same frequency as the bolts. 43 44 9-06.5(4) Anchor Bolts 45 The second paragraph is revised to read: 46 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 104 I Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, 2 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to 3 either AASHTO M 291, Grade DH, or AASHTO M 292, Grade 2H, and shall conform to 4 the overtapping, lubrication, and rotational testing requirements in Section 9-06.5(3). 5 Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to 6 AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 7 8 9-06.16 Roadside Sign Structures 9 The first paragraph is revised to read: 10 11 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 12 164 and Section 9-06.5(3), except as noted otherwise. All connecting hardware shall be 13 galvanized after fabrication in accordance with AASHTO M 232. 14 15 The sixth paragraph is revised to read: 16 17 The heavy-duty anchor (lower sign post support) used for perforated square steel posts 18 (ST-4) shall meet the requirements of ASTM A 500 Grade B and shall be hot-dipped 19 galvanized. 20 21 The following two new paragraphs are inserted after the sixth paragraph: 22 23 The bolts for connecting square steel posts to the upper slip plate SB-1, SB-2, or SB-3 24 shall be either corner bolts and conform to ASTM F 568 Class 4.6, zinc coated, or 25 shoulder flange bolts and conform to ASTM A 29, zinc coated, or commercial bolts 26 stock and conform to ASTM A 307, zinc coated. 27 28 The bolts connecting perforated square steel posts to the lower sign post support (ST-2 29 or ST-4) shall conform to ASTM A 307, Grade A and galvanized. The bolts connecting 30 the lower slip plate (SB-1, SB-2, or SB-3) to the heavy duty anchor (lower sign post 31 support ST-4) shall conform to ASTM A 307 and galvanized. The bolt stop for ST-2 and 32 ST-4 shall conform to ASTM A 307, Grade A and galvanized. 33 34 9-07.AP9 35 SECTION 9-07, REINFORCING STEEL 36 August 1, 2011 37 9-07.1(1)A Acceptance of Materials 38 The following new paragraph is inserted before the first paragraph: 39 40 Reinforcing steel rebar manufacturers shall comply with the requirements of AASHTO R 41 53, "Qualification of Deformed and Plain Reinforcing Steel Bar, Welded Wire, and Wire 42 Producing Mills" and the National Transportation Product Evaluation Program (NTPEP) 43 Work Plan for Reinforcing Steel (rebar) Manufacturers. Reinforcing steel rebar 44 manufacturers shall participate in the-NTPEP Audit Program for Reinforcing Steel 45 (rebar) Manufacturers and be listed on the NTPEP audit program website displaying 46 that they are NTPEP compliant. 47 48 9-07.2 Deformed Steel Bars 49 The first paragraph is revised to read: 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 105 1 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 2 Grade 60, or ASTM A 706, except as otherwise noted in this Section or as shown in the 3 Plans. Steel reinforcing bar for the cast-in-place components of bridge structures 4 (excluding sidewalks and barriers but including shafts and concrete piles), and for 5 precast substructure components of bridge structures, shall.conform to ASTM A 706 6 Grade 60 only. 7 8 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 9 This section's title is revised to read: 10 11 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement 12 Rehabilitation) 13 14 The following is inserted after the third sentence of the first paragraph: 15 16 The Contractor shall furnish a written certification that properly identifies the material, 17 the number of each batch of coating material used, quantity represented, date of 18 manufacture, name and address of manufacturer, and a statement that the supplied 19 coating material meets the requirements of ASTM A 934. 20 21 9-08.AP9 22 SECTION 9-08, PAINTS AND RELATED MATERIALS 23 January 4, 2010 24 9-08.1(2)C Inorganic Zinc Rich Primer 25 In the first paragraph, the reference to "Type II" is revised to read "Type I". 26 27 9-08.1(2)D Organic Zinc Rich Primer 28 This section is revised to read: 29 30 Organic zinc rich primer shall be a high performance two-component epoxy conforming 31 to SSPC Paint 20 Type II. 32 33 9-13.AP9 34 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK 35 WALLS 36 April 4, 2011 37 In all tables of this section, "Specific Gravity" is revised to read "Specific Gravity SSD". 38 39 This sections title is revised to read: 40 41 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, ROCK FOR EROSION 42 AND SCOUR PROTECTION AND ROCK WALLS 43 44 The first sentence in the first paragraph is revised to read: 45 46 Riprap shall consist of broken stone, or broken concrete rubble. 47 48 9-13.3 Sack Riprap 49 This section including title is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 106 1 2 9-13.3 Vacant 3 4 9-13.4 Vacant 5 This section including title is revised to read: 6 7 9-13.4 Rock for Erosion and Scour Protection 8 Rock for Erosion and Scour Protection shall be hard, sound, and durable material, free 9 from seams, cracks, and other defects tending to destroy its resistance to weather and 10 consist of broken and/or process rock. Rock for Erosion and Scour Protection shall 11 meet quality requirements in Section 9-13 and the grading requirements in Section 9- 12 13.4(2). The use of recycled materials and concrete rubble is not permitted for this 13 application as per Section 9-03.21. 14 15 This section is supplemented with the following new sub-sections: 16 17 9-13.4(1) Suitable Shape of Rock for Erosion and Scour Protection 18 The Suitable Shape of these rocks shall be "Angular" (having sharply defined edges) to 19 "Suban ular" (having a shape in between Rounded and Angular) for a hi her degree of 20 interlocking to provide stability to the protected area. The use of round, thin, flat, or long 21 and needle like shapes are not allowed. Suitable Shape can be determined by the ratio 22 of the Length/Thickness. Where the Length is the longest axis, Width is the second 23 longest axis, and Thickness is the shortest. The Suitable Shape shall be the maximum 24 of 3.0 using the following calculation: 25 Length < 3.0 Suitable Shape Thickness — 26 27 9-13.4(2) Grading Requirements of Rock for Erosion and Scour Protection 28 Rock for Erosion and Scour Protection will be classified as Class A, Class B, and Class 29 C, and shall have a "Well-Graded" structure that meets the requirements for Suitable 30 Shape and conforms to one or more of the following gradings as shown in the Plans. 31 32 Class A 33 Approximate Size(in.) Percent Passing Note 1 (Smaller) 18" 100 16" 80-95 12" 50-80 8" 15 -50 4" 15 max. 34 35 Class B 36 Approximate Size(in.) Percent Passing Note 1 (Smaller) 30" 100 28" 80-95 22" 50-80 16" 15 -50 10" 15 max. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 107 1 2 Class C 3 Approximate Size(in.)Note Percent 1 Passing (Smaller) 42" 100 36" 80-95 28" 50-80 22" 15 -50 14" 15 max. 4 5 Note 1 Approximate Size can be determined by taking the average 6 dimension of the three axes of the rock; Length, Width, and 7 Thickness by use of the following.calculation: 8 LentZth+Width+Thickness = Approximate Size 3 9 10 Rock for Erosion and Scour Protection shall be visually accepted by the Project 11 Engineer. The Project Engineer shall determine the Suitable Shape, Approximate Size 12 and Grading of the load before it is placed. If so ordered by the Project Engineer, the 13 loads shall be dumped on a flat surface for sorting and measuring the individual rocks 14 contained in the load. 15 16 9-14.AP9 17 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 18 April 4, 2011 19 Section 9-14 is deleted in its entirety and replaced with the following: 20 21 9-14.1 Soil 22 23 9-14.1(1) Topsoil Type A 24 Topsoil Type A shall be as specified in the Special Provisions. 25 26 9-14.1(2) Topsoil Type B 27 Topsoil Type B shall be native topsoil taken from within the project limits either from the 28 area where roadway excavation is to be performed or from strippings from borrow, pit, 29 or quarry sites, or from other designated sources. The general limits of the material to 30 be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The 31 Engineer will make the final determination of the areas where the most suitable material 32 exists within these general limits. The Contractor shall reserve this material for the 33 specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 34 foot from the existing ground unless otherwise designated by the Engineer. 35 36 In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall 37 become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the 38 native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by 39 authorized State and County officials, shall not be incorporated in the topsoil, and shall 40 be removed and disposed of as designated elsewhere or as approved by the Engineer. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8 11/11 108 1 2 9-14.1(3) Topsoil Type C 3 Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type 8 but 4 obtained from a source provided by the Contractor outside of the Contracting Agency 5 owned right of way. 6 7 9-14.2 Seed 8 Grasses, legumes, or cover crop seed of the type specified shall conform to the 9 standards for"Certified" grade seed or better as outlined by the State of Washington 10 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 11 furnished in standard containers on which shall be shown the following information: 12 13 1. Common and botanical names of seed 14 2. Lot number 15 3. Net weight 16 4 Pure live seed 17 18 All seed vendors must have a business license issued by the Washington State 19 Department of Licensing with a "seed dealer" endorsement. Upon request, the 20 Contractor shall furnish the Engineer with copies of the applicable licenses and 21 endorsements. 22 23 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 24 statement signed by the vendor certifying that each lot of seed has been tested by a 25 recognized seed testing laboratory within six months before the date of delivery on the 26 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 27 will not be accepted. 28 29 9-14.3 Fertilizer 30 Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the 31 kind and quality specified. It may be separate or in a mixture containing the percentage 32 of total nitrogen, available phosphoric acid, water-soluble potash, or sulfur in the 33 amounts specified. All fertilizers shall be furnished in standard unopened containers 34 with weight, name of plant nutrients, and manufacturer's guaranteed statement of 35 analysis clearly marked, all in accordance with State and Federal laws. 36 37 Fertilizer shall be supplied in one of the following forms: 38 39 1 A dry free-flowing granular fertilizer, suitable for application by agricultural 40 fertilizer spreader. 41 42 2 A soluble form that will permit complete suspension of insoluble particles in 43 water, suitable for application by power sprayer. 44 45 3 A homogeneous pellet, suitable for application through a ferti-blast gun. 46 47 4 A tablet or other form of controlled release with a minimum of a six month 48 release period. 49 50 5 A liquid suitable for application by a power sprayer or hydroseeder. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 109 1 9-14.4 Mulch and Amendments 2 All amendments shall be delivered to the site in the original, unopened containers 3 bearing the manufacturer's guaranteed chemical analysis and name. In lieu of 4 containers, amendments may be furnished in bulk. A manufacturer's certificate of 5 compliance shall accompany each delivery. Compost and other organic amendments- 6 shall be accompanied with all applicable health certificates and permits. 7 8 9-14.4(1) Straw 9 Straw shall be in an air dried condition free of noxious weeds, seeds, and other 10 materials detrimental to plant life. Hay is not acceptable. 11 12 All straw material shall be Certified Weed Free Straw using North American Weed 13 Management Association (NAWMA) standards or the Washington Wilderness Hay and 14 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. 15 Information can be found at http://www.nwcb.wa.gov/http://www.nwcb.wa.gov/ 16 17 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that 18 the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or 19 other State's Department of Agriculture laboratory test reports, dated within 90 days 20 prior to the date of application, showing there are no viable seeds in the straw. 21 22 Straw mulch shall be suitable for spreading with mulch blower equipment. 23 24 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 25 All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, 26 chemical printing ink, germination inhibitors, herbicide residue, chlorine bleach, rock, 27 metal, plastic, and other materials detrimental to plant life. Up to 5 percent by weight 28 may be photodegradable material. 29 30 The HECP shall be suitable for spreading with a hydroseeder. 31 32 All HECPs shall be furnished premixed by the manufacturer with Type A or Type B 33 Tackifier as specified in 9-14.4(7). Under no circumstances will field mixing of additives 34 or components be acceptable. 35 36 The Contractor shall provide test results, dated within three years prior to the date of 37 application, from an independent, accredited laboratory, as approved by the Engineer, 38 showing the product meets the following requirements: 39 Properties Test Method Requirements Acute Toxity EPA-821-R-02-012 Four replicates are required with No Methods for Measuring statistically significant reduction in Acute Toxicity of survival in 100% leachate for a Effluents. Test leachate Daphnid at 48 hours and from recommended . Oncorhynchus mykiss (rainbow trout) application rate receiving at 96 hours 2 inches of rainfall per hour using static test for No-Observed-Adverse- Effect-Concentration NOEC Solvents EPA 8260B Benzene - < 0.03 mg/kg AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 110 Methylene chloride— 0.02 mg/kg Naphthalene — < 5 mg/kg Tetrachloroethylene — < 0.05 mg/kg Toluene — < 7 mg/kg Trichloroethylene — < 0.03 mg/kg X lenes — < 9 mg/kg Heavy Metals EPA 6020A Total Metals Antimony— < 4 mg/kg Arsenic— < 6 mg/kg Barium — < 80 mg/kg Boron — < 100 mg/kg Cadmium — < 2 mg/kg Chromium — < 2 mg/kg Copper— < 5 mg/kg Lead — < 5 mg/kg Mercury— < 2 mg/kg Nickel — < 2 mg/kg Selenium — < 10 mg/kg Strontium — < 30 mg/kg Zinc— < 5 mg/kg Water ASTM D 7367 900 percent minimum . Holding Capacity Organic ASTM D 586 90 percent minimum Matter Content Moisture ASTM D 644 15 percent maximum Content Seed ASTM D 7322 Long Term Moderate Short Germination Term Term Enhancement 420 400 percent 200 percent minimum percent minimum minimum 1 2 3 If the HECP contains cotton or straw, the Contractor shall provide documentation that 4 the material has been steam or heat treated to kill seeds, or shall provide U.S., 5 Washington, or other State's Department of Agriculture laboratory test reports, dated 6 within 90 days prior to the date of application, showing there are no viable seeds in the 7 mulch. 8 9 The HECP shall be manufactured in such a manner that when agitated in slurry tanks 10 with water, the fibers will become uniformly suspended, without clumping, to form a 11 homogeneous slurry. When hydraulically applied, the material shall form a strong 12 moisture-holding mat that allows the continuous absorption and infiltration of water. 13 14 The HECP shall contain a dye to facilitate placement and inspection of the material. 15 Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain concrete or 16 painted surfaces. 17 18 The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that 19 demonstrates that the product is not harmful to plants, animals, and aquatic life. 20 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 111 1 9-14.4(2)A Long Term Mulch 2 Long Term Mulch shall demonstrate the ability to adhere to the soil and create a 3 blanket-like mass within two hours of application and shall bond with the soil surface to 4 create a continuous, porous, absorbent, and flexible erosion resistant blanket that 5 allows for seed germination and plant growth and conforms to the requirements in Table 6 1 Long Term Mulch Test Requirements. 7 8 The Contractor shall provide test results documenting the mulch meets the 9 requirements in Table 1 Long Term Mulch Test Requirements. 10 11 Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test 12 results from one of the following testing facilities: 13 14 National Transportation Product Evaluation Program (NTPEP) 15 Utah State University's Utah Water Research Laboratory 16 Texas Transportation Institute 17 San Diego State University's Soil Erosion Research Laboratory 18 TRI Environmental, Inc 19 20 Effective January 1, 2012, the Contractor shall supply independent test results from the 21 National Transportation Product Evaluation Program (NTPEP). 22 . 23 Table 1 Long Term Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 -Test in one C Factor= 0.01 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion 24 25 9-14.4(2)B Moderate Term Mulch 26 Within 48 hours of application, the Moderate Term Mulch shall bond with the soil 27 surface to create a continuous, absorbent, flexible erosion resistant blanket that allows 28 for seed germination and plant growth and conform to the requirements in Table 2 29 Moderate Term Mulch Test Requirements. r. 30 31 The Contractor shall provide test results documenting the mulch meets the 32 requirements in Table 2 Moderate Term Mulch Test Requirements. 33 34 Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test 35 results from one of the following testing facilities: 36 37 National Transportation Product Evaluation Program (NTPEP) 38 Utah State University's Utah Water Research Laboratory 39 Texas Transportation Institute 40 San Diego State University's Soil Erosion Research Laboratory 41 TRI Environmental, Inc 42 43 Effective January 1, 2012, the Contractor shall supply independent test results from the 44 National Transportation Product Evaluation Program (NTPEP). 45 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 112 1 Table 2 Moderate Term Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 -Test in one C Factor = 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion 2 3 9-14.4(2)C Short Term Mulch 4 The Contractor shall provide test results documenting the mulch meets the 5 requirements in Table 3 Short Term Mulch Test Requirements. 6 7 Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test 8 results from one of the following testing facilities: 9 10 National Transportation Product Evaluation Program (NTPEP) 11 Utah State University's Utah Water Research Laboratory 12 Texas Transportation Institute 13 San Diego State University's Soil Erosion Research Laboratory 14 TRI Environmental, Inc 15 16 Effective January 1, 2012, the Contractor shall supply independent test results from the 17 National Transportation Product Evaluation Program (NTPEP). 18 19 Table 3 Short Term Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 -Test in one C Factor= 0.15 maximum using Protecting Slopes soil type. Soil tested shall be Revised Universal Soil Loss from Rainfall- sandy loam as defined by the Equation (RUSLE) Induced Erosion National Resources Conservation Service NRCS Soil Texture Triangle 20 21 9-14.4(3) Bark or Wood Chips 22 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It 23 shall not contain resin, tannin, or other compounds in quantities that would be 24 detrimental to plant life. Sawdust shall not be used as mulch. 25 26 Bark or wood chips, when tested, shall be according to WSDOT Test Method T 123 27 prior to placement and shall meet the following loose volume gradation: 28 Percent Passing Sieve Size Minimum Maximum 2" 95 100 No. 4 0 30 29 30 9-14.4(4) Wood Strand Mulch 31 Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are 32 frayed, with a high length-to-width ratio and shall be derived from native conifer or 33 deciduous trees. A minimum of 95 percent of the wood strand shall have lengths AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 113 1 between 2 and 10 inches. At least 50 percent of the length of each strand shall have a 2 width and thickness between 1/16 and '/2 inch. No single strand shall have a width or 3 thickness greater than '/2 inch. 4 5 The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds 6 in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings 7 will not be acceptable. Products shall be tested according to WSDOT Test Method 125 8 prior to acceptance. 9 10 9-14.4(5) Lime 11 Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, 12 meeting the requirements of ASTM C 602. 13 14 9-14.4(6) Gypsum 15 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 16 100 percent shall pass through a No. 8 sieve. 17 18 9-14.4(7) Tackifier 19 Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifier shall 20 contain no growth or germination inhibiting materials, and shall not reduce infiltration 21 rates. Tackifier shall hydrate,in water and readily blend with other slurry materials and 22 conform to the requirements in Table 4 Tackifier Test Requirements. 23 24 The Contractor shall provide test results documenting the tackifier meets the 25 requirements in Table 4 Tackifier Test Requirements. 26 27 28 Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals See Table in Section 9-14.4(2). See Table in Section 9- Solvents Test at manufacturer's 14.4(2) Acute Toxicity recommended application rate Viscosity ASTM D 2364. Testing shall be 4000 CPS minimum performed by an accredited, independent laboratory 29 30 9-14.4(7)A Organic Tackifier 31 Organic tackifier shall be derived from natural plant sources and shall have an MSDS 32 that demonstrates to the satisfaction of the Engineer that the product is not harmful to 33 plants, animals, and aquatic life. 34 35 9-14.4(7)6 Synthetic Tackifier 36 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the 37 Engineer that the product is not harmful to plants, animals, and aquatic life. 38 39 9-14.4(6) Compost 40 Compost products shall be the result of the biological degradation and transformation of 41 organic materials under controlled conditions designed to promote aerobic 42 decomposition. Compost shall be stable with regard to oxygen consumption and 43 carbon dioxide generation. Compost shall be mature with regard to its suitability for 44 serving as a soil amendment or an erosion control BMP as defined below. The compost AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 114 f 1 shall have a moisture content that has no visible free water or dust produced when 2 handling the material. 3 4 Compost production and quality shall comply with Chapter 173-350 WAC. 5 6 Compost products shall meet the following physical criteria: 7 8 1. Compost material shall be tested in accordance with U.S. Composting Council 9 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- . 10 B, "Sample Sieving for Aggregate Size Classification". 11 12 Fine compost shall meet the following gradation: 13 Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/4" 75 100 14 Maximum particle length of 6 inches. 15 16 Medium compost shall meet the following gradation: 17 Percent Passing Sieve Size Minimum Maximum 2" 100 ill 95 100 5/8" 90 100 1/4" 70 85 18 Maximum particle length of 6 inches. 19 20 Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 21 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of 22 "Organic Carbon" using TMECC 04.01A divided by the dry weight of"Total N" using 23 TMECC 04.02D. 24 25 Coarse compost shall meet the following gradation: 26 Percent Passing Sieve Size Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 1/4" 40 60 27 Maximum particle length of 6 inches. 28 Coarse Compost shall have a Carbon to Nitrogen ratio (C:N) between 25:1 29 and 35:1. The Carbon to Nitrogen ratio shall be calculated using the dry 30 weight of"Organic Carbon" using TMECC 04.01A divided by the dry weight of 31 "Total N" using TMECC 04.02D. 32 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 115 1 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 2 Composting Council TMECC 04.11-A, 1:5 Slurry pH". 3 4 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less 5 than 1.0 percent by weight as determined by U.S. Composting Council TMECC 6 03.08-A "Classification of Inerts by Sieve Size". 7 8 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by 9 U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter Method 10 (1-01)". 11 12 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance 13 with U.S. Composting Council TMECC 04.10 "Electrical Conductivity". 14 15 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting 16 Council TMECC 05.05-A, "Germination and Root Elongation". 17 18 7. Stability shall be 7 mg CO2—C/g OM/day.or below in accordance with U.S. 19 Composting Council TMECC 05.08-13 "Carbon Dioxide Evolution Rate". 20 21 8. The compost product shall originate from recycled plant waste as defined in WAC 22 173-350 as "Type 1 Feedstocks", "Type 2 Feedstocks," and/or"Type 3 23 Feedstocks". The Contractor shall provide a list of feedstock sources by 24 percentage in the final compost product. 25 26 9. The Engineer may evaluate compost for maturity using U.S. Composting Council 27 TMECC 05.08-E "Solvita® Maturity Index". Fine compost shall score a number 6 or 28 above on the Solvita® Compost Maturity Test. Medium and Coarse compost shall 29 score a 5 or above on the Solvita® Compost Maturity Test. 30 31 9-14.4(8)A Compost Submittal Requirements 32 The Contractor shall submit the following information to the Engineer for approval: 33 34 1. The Qualified Products List printed page or a Request for Approval of 35 Material(DOT Form 350-071 EF). 36 37 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 38 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum 39 Functional Standards for Solid Waste Handling). 40 41 3. The Contractor shall verify in writing, and provide lab analyses, that the 42 material complies with the processes, testing, and standards specified in WAC 43 173-350 and these Specifications. An independent Seal of Testing Assurance 44 (STA) Program certified laboratory shall perform the analysis. 45 46 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as 47 issued by the U.S. Composting Council. 48 49 9-14.4(8)6 Compost Acceptance 50 Fourteen days prior to application, the Contractor shall submit a sample of the compost 51 approved for use, and a STA test report dated within 90 calendar days of the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 116 1 application, and the list of feed stocks by volume for each compost type to the Engineer 2 for review. 3 4 The Contractor shall use only compost that has been tested within 90 calendar days of 5 application and meets the requirements in Section 9-14.4(8). Compost not conforming 6 to the above requirements or taken from a source other than those tested and accepted 7 shall not be used. 8 9 9-14.4(9) Vacant 10 11 9-14.4(10) Vacant 12 13 9-14.5 Erosion Control Devices 14 15 9-14.5(1) Polyacrylamide (PAM) 16 PAM is used as a tie-down for soil, compost, or seed, and is also used as a flocculent. 17 Polyacrylamide (PAM) products shall meet ANSI/NSF Standard 60 for drinking water 18 treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, 19 linear, and not cross-linked. The minimum average molecular weight shall be greater 20 than 5 mg/mole and minimum 30 percent charge density. The product shall contain at 21 least 80 percent active ingredients and have a moisture content not exceeding 10 22 percent by weight. PAM shall be delivered in a dry granular or powder form. 23 24 9-14.5(2) Erosion Control Blanket 25 Temporary erosion control blanket shall be made of natural plant fibers. The Contractor 26 shall supply independent test results from the National Transportation Product 27 Evaluation Program (NTPEP) meeting the requirements in the following table: 28 Properties ASTM Test Method Requirements Protecting Slopes D 6459 - Test in one soil Maximum C factor of from Rainfall- type. Soil tested shall be 0.15 using Revised Induced Erosion sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb/sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb/sq. ft. Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent Enhancement I I minimum 29 Netting, if present, shall be biodegradable with a life span not to exceed two 30 years. 31 32 Permanent erosion control blanket/turf reinforcement mats shall meet the following 33 requirements: 34 Properties ASTM Test Method Re uirements UV Stability D 4355 Minimum 80 percent AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 117 strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss Equation Soil tested shall be (RUSLE) loam as defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6566 0.50 lb/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil 2.0 lb/sq. ft. minimum Protecting type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Triangle" Seed D 7322 200 percent minimum Germination Enhancement 1 2 9-14.5(2)A Erosion Control Blanket Approval 3 The Contractor shall select erosion control blanket products that bear the Quality and 4 Data Oversight and Review (QDOR) seal from the Erosion Control and Technology 5 Council (ECTC). All materials selected shall be currently listed on the QDOR products 6 list available at www.ectc.org/qdor 7 8 9-14.5(3) Clear Plastic Covering 9 Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene 10 sheeting having a minimum thickness of 6 mils. 11 12 9-14.5(4) Geotextile-Encased Check Dam 13 The geotextile-encased check dam shall be a urethane foam core encased in geotextile 14 material. The minimum length of the unit shall be 7 feet. 15 16 The foam core shall be a minimum of 8 inches in height, and have a minimum base 17 width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches 18 at each end, and shall have apron type flaps that extend a minimum of 24 inches on 19 each side of the check dam. The geotextile material shall meet the requirements in 20 Section 9-33. 21 22 9-14.5(5) Wattles 23 Wattles shall consist of cylinders of biodegradable plant material such as weed-free 24 straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within 25 biodegradable netting. Wattles shall be a minimum of.5 inches in diameter. Netting 26 material shall be clean, evenly woven, and free of encrusted concrete or other 27 contaminating materials.such as preservatives. Netting material shall be free from cuts, 28 tears, or weak places and shall have a minimum lifespan of 6 months and a maximum 29 lifespan of not more than 24 months. 30 31 Compost filler shall be coarse compost and shall meet the material requirements as 32 specified in Section 9-14.4(8). If wood chips are used they shall meet the material AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 118 1 requirements as specified in Section 9-14.4(3). If wood shavings are used, 80 percent 2 of the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches . 3 wide, and between 0.017 and 0.13 inches thick. 4 5 Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine 6 species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in 7 length. 8 9 9-14.5(6) Compost Socks 10 Compost socks shall consist of extra heavy weight biodegradable fabric, with a 11 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. 12 Compost socks shall be at least 8 inches in diameter. The fabric shall be clean., evenly 13 woven, and free of encrusted concrete or other contaminating materials and shall be 14 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas 15 and shall be free of any type of preservative. Netting material shall have a minimum 16 lifespan of 6 months and a maximum lifespan of not more than 24 months. 17 18 Coarse compost filler shall meet the material requirements as specified in Section 9- 19 20 21 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or 22 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches 23 in length, 24 25 9-14.5(7) Coir Log 26 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted 27 within woven netting made of bristle coir twine with minimum strength of 80 Ibs tensile 28 strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall 29 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. 30 Logs shall have a minimum density of 7 Ibs/cf. 31 32 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall 33 have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter 34 commercially available hemp rope. 35 36 9-14.5(8) High Visibility Fencing 37 High visibility fence shall be UV stabilized, orange, high-density polyethylene or 38 polypropylene mesh, and shall be at least 4-feet in height. 39 40 Support posts shall be wood or steel in accordance with Standard Plan 1-10.10-00. The 41 posts shall have sufficient strength and durability to support the fence through the life of 42 the project. 43 44 9-14.6 Plant Materials 45 46 9-14.6(1) Description 47 Bareroot plants are grown in the ground and harvested without soil or growing medium 48 around their roots. 49 50 Container plants are grown in pots or flats that prevent root growth beyond the sides 51 and bottom of the container. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 119 1 1 Bailed and burlapped plants are grown in the ground and harvested with soil around a 2 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire 3 basket or other supportive structure. 4 5 Cuttings are live plant material without a previously developed root system. Source 6 plants for cuttings shall be dormant when cuttings are taken and all cuts shall be made 7 with a sharp instrument. Cuttings may be collected. If cuttings are collected, the 8 requirement to be nursery grown or held in nursery conditions does not apply. Written 9 permission shall be obtained from property owners and provided to the Engineer before 10 cuttings are collected. The Contractor shall collect cuttings in accordance with 11 applicable sensitive area ordinances. Cuttings shall meet the following requirements: 12 13 A. Live branch cuttings shall have flexible top growth with terminal buds and may 14 have side branches. The rooting end shall be cut at an approximate 45 degree 15 angle. 16 17 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 18 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes 19 are cut from one to two year old wood. Live stake cuttings shall be cut and 20 installed with the bark intact with no branches or stems attached, and be 1/2 to 21 1'/ inch in diameter. 22 23 C. Live pole cuttings shall have a minimum 2 inch diameter and no more than 24 three branches which shall be pruned back to the first bud from the main stem. 25 26 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and 27 becoming erect at the apex. Rhizomes shall have a minimum of two growth points. 28 Tubers shall be a thickened and short subterranean branch having numerous buds or 29 eyes. 30 31 9-14.6(2) Quality 32 At the time of delivery all plant material furnished shall meet the grades established by 33 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and 34 shall conform to the size and acceptable conditions as listed in the Contract, and shall 35 be free of all foreign plant material. 36 37 All plant material shall comply with State and Federal laws with respect to inspection for 38 plant diseases and insect infestation. 39 40 All plant material shall be purchased from a nursery licensed to sell plants in 41 Washington State. 42 43 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 44 be vigorous, well formed, with well developed fibrous root systems, free from dead 45 branches, and from damage caused by an absence or an excess of heat or moisture, 46 insects, disease, mechanical or other causes detrimental to good plant development. 47 Evergreen plants shall be well foliated and of good color. Deciduous trees that have 48 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees 49 shall have only one leader (growing apex) and one terminal bud, and shall not be 50 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- 51 crotches shall be rejected. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK i Revised:8 11/11 120 1 Root balls of plant materials shall be solidly held together by a fibrous root system and 2 shall be composed only of the soil in which the plant has been actually growing. Balled 3 and burlapped rootballs shall be securely wrapped with jute burlap or other packing 4 material not injurious to the plant life. Root balls shall be free of weed or foreign plant 5 growth. 6 7 Plant materials shall be nursery grown stock. Plant material, with the exception of 8 cuttings, gathered from native stands shall be held under nursery conditions for a 9 minimum of one full growing season, shall be free of all foreign plant material, and meet 10 all of the requirements of these Specifications, the Plans, and the Special Provisions. 11 12 Container grown plants shall be plants transplanted into a container and grown in that 13 container sufficiently long for new fibrous roots to have developed so that the root mass 14 will retain its shape and hold together when removed from the container, without having 15 roots that circle the pot. Plant material which is root bound, as determined by the 16 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant 17 growth. 18 19 Container sizes for plant material of a larger grade than provided for in the container 20 grown Specifications of the ASNS shall be determined by the volume of the root ball 21 specified in the ASNS for the same size plant material. 22 23 All bare root plant materials shall have a heavy fibrous root system and be dormant at 24 the time of planting. 25 26 Average height to spread proportions and branching shall be in accordance with the 27 applicable sections, illustrations, and accompanying notes of the ASNS. 28 29 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, 30 full and symmetrical branching, central leader, and be developed, grown, and 31 propagated with a full branching crown. A "Street Tree Grade" designation requires the 32 highest grade of nursery shade or ornamental tree production which shall be supplied. 33 34 Street trees with improperly pruned, broken, or damaged branches, trunk, or root 35 structure shall be rejected. In all cases, whether supplied balled and burlapped or in a 36 container, the root crown (top of root structure) of the tree shall be at the top of the finish 37 soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. 38 39 Plants which have been determined by the Engineer to have suffered damage for the 40 following reasons will be rejected: 41 42 1. Girdling of the roots, stem, or a major branch. 43 44 2. Deformities of the stem or major branches. 45 46 3. Lack of symmetry. 47 48 4. Dead or defoliated tops or branches. 49 50 5. Defects, injury, and condition which renders the plant unsuitable for its 51 intended use. 52 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 121 1 Plants that are grafted shall have roots of the same genus as the specified plant. 2 3 9-14.6(3) Handling and Shipping 4 Handling and shipping shall be done in a manner that is not detrimental to the plants. 5 The nursery shall furnish a notice of shipment in triplicate at the time of shipment of 6 each truck load or other lot of plant material. The original copy shall be delivered to the 7 Project Engineer, the duplicate to the consignee and the triplicate shall accompany the 8 shipment to be furnished to the Inspector at the job site. The notice shall contain the 9 following information: 10 11 1. Name of shipper. 12 13 2. Date of shipment. 14 15 3. Name of commodity. (Including all names as specified in the Contract.) 16 17 4. Consignee and delivery point. 18 19 5. State Contract number. 20 21 6. Point from which shipped. 22 23 7. Quantity contained. 24 25 8. Size. (Height, runner length, caliper, etc. as required.) 26 27 9. Signature of shipper by authorized representative. 28 29 To acclimate plant materials to Northwest conditions, all plant materials used on a 30 project shall be grown continuously outdoors north of the 42nd Latitude (Oregon- 31 California border) from not later than August 1 of the year prior to the time of planting. 32 33 All container grown plants shall be handled by the container. 34 35 All balled and burlapped plants shall be handled by the ball. 36 37 Plant material shall be packed for shipment in accordance with prevailing practice for 38 the type of plant being shipped, and shall be protected at all times against drying, sun, 39 wind, heat, freezing, and similar detrimental conditions both during shipment and during 40 related handling. Where necessary, plant material shall be temporarily heeled in. When 41 transported in closed vehicles, plants shall receive adequate ventilation to prevent _ 42 sweating. When transported in open vehicles, plants shall be protected by tarpaulins or 43 other suitable cover material. 44 45 9-14.6(4) Tagging 46 Plants delivered as a single unit of 25 or less of the same size, species, and variety, 47 shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 48 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction 49 thereof, of each variety, grade, and size shall be tagged. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 122 1 9-14.6(5) Inspection 2 The Contracting Agency will make an inspection of plant material at the source when 3 requested by the Engineer. However, such preliminary approval shall not be considered 4 as final acceptance for payment. Final inspection and approval (or rejection) will only 5 occur when the plant material has been delivered to the Project site. The Contractor 6 shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to 7 the project. 8 9 9-14.6(6) Substitution of Plants 10 No substitution of plant material, species or variety, will be permitted unless evidence is 11 submitted in writing to the Engineer that a specified plant cannot be obtained and has 12 been unobtainable since the Award of the Contract. If substitution is permitted, it can be 13 made only with written approval by the Engineer. The nearest variety, size, and grade, 14 as approved by the Engineer, shall then be furnished. 15 16 Container or balled and burlapped plant material may be substituted for bare root plant 17 material. Container grown plant material may be substituted for balled and burlapped 18 plant materials. When substitution is allowed, use current ASNS standards to determine 19 the correct rootball volume (container or balled and burlapped) of the substituted 20 material that corresponds to that of the specified material. These substitutions shall be 21 approved by the Engineer and be at no cost to the Contracting Agency. 22 23 9-14.6(7) Temporary Storage 24 Plants stored under temporary conditions prior to installation shall be the responsibility 25 of the Contractor. 26 27 Plants stored on the project shall be protected at all times from extreme weather 28 conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, 29 bark or wood chips, or other approved material and shall be kept moist at all times prior 30 to planting. 31 32 Cuttings shall continually be shaded and protected from wind. Cuttings shall be 33 protected from drying at all times and shall be heeled into moist soil or other insulating 34 material or placed in water if not installed within eight hours of cutting. Cuttings to be 35 stored for later installation shall be bundled, laid horizontally, and completely buried 36 under 6 inches of water, moist soil or placed in cold storage at a temperature of 34°F 37 and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be 38 soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is 39 higher than 50°F shall not be stored for later use. Cuttings that already have developed 40 roots shall not be used. 41 42 9-14.6(8) Sod 43 The available grass mixtures on the current market shall be submitted to the Engineer 44 for selection and approval. 45 46 The sod shall be field grown one calendar year or older, have a well developed root 47 structure, and be free of all weeds, disease, and insect damage. 48 49 Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and 50 mowed to a height not exceeding 1 inch. 51 52 The sod shall be cut with a minimum of 1 inch of soil adhering. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 123 1 2 9-14.7 Stakes, Guys, and Wrapping 3 Stakes shall be installed as shown in the Plans. 4 5 Commercial plant ties may be used in lieu of hose and wire guying upon approval of the 6 Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. 7 8 Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside 9 diameter of at least 1 inch. 10 11 Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 12 100 square feet and shall be made up of two sheets cemented together with asphalt. 13 14 9-15.AP9 15 SECTION 9-15, IRRIGATION SYSTEM 16 January 4, 2010 17 The first paragraph is supplemented with the following: 18 19 When the water supply for the irrigation system is from a non-potable source, irrigation 20 components shall have lavender indicators supplied by the equipment manufacturer. 21 22 9-15.3 Automatic Controllers 23 This section is revised to read: 24 25 The automatic controller shall be an electronic timing device for automatically opening 26 and closing control valves for predetermined periods of time. The automatic controller 27 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge 28 sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non-rusting 29 industrial grade stainless steel. The pedestal shall have a completely removable 30 locking faceplate to allow easy access to wiring. 31 32 The automatic controller housing shall have hasp and lock or locking device. All locks or 33 locking devices shall be master keyed and three sets of keys provided to the Engineer. 34 The controller shall be compatible with and capable of operating the irrigation system as 35 designed and constructed and shall include the following operating features: 36 37 1. Each controller station shall be adjustable for setting to remain open for any 38 desired period of time, from five minutes or less to at least 99 minutes. 39 2. Adjustments shall be provided whereby any number of days may be omitted 40 and whereby any one or more positions on the controller can be skipped. 41 When adjustments are made, they shall continue automatically within a 14-day 42 cycle until the operator desires to make new adjustments. 43 3. Controls shall allow any position to be operated manually, both on or off, 44 whenever desired, without disrupting the 14 day cycle. 45 4. Controls shall provide for resetting the start of the irrigation cycle at any time 46 and advancing from one position to another. 47 5. Controllers shall contain a power on-off switch and fuse assembly. 48 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 49 day cycle. 50 7. Both normally-open or normally-closed rain sensor compatibility. 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 124 1 9-15.4 Irrigation Pleads 2 This section is supplemented with the following new paragraph: 3 4 All instructions, special wrenches, clamps, tools, and equipment supplied by the 5 manufacturer necessary for the installation and maintenance of the irrigation heads 6 shall be turned over to the Engineer upon completion and acceptance of the project. 7 8 9-15.5 Valve Boxes and Protective Sleeves 9 This section including title is revised to read: 10 11 9-15.5 Valve Boxes 12 Valve boxes shall conform to the Plans and be extendible to obtain the depth required. 13 All manual drain valves and manual control valves shall be installed in valve box with a 14 vandal resistant lid as shown in the Plans. 15 16 9-15.7(1) Manual Control Valves 17 The third and fourth sentences are revised to read: 18 19 The Contractor shall furnish three suitable operating keys. Valves shall have removable 20 bonnet and stem assemblies with adjustable packing glands and shall house long acme 21 threaded stems to ensure full opening and closing. 22 23 9-15.7(2) Automatic Control Valves 24 In the second paragraph, the first and second sentences are revised to read: 25 26 Valves shall be of a normally closed design and shall be operated by an electronic 27 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic 28 solenoids shall have a stainless steel plunger and be directly attached to the valve 29 bonnets or body with all control parts fully encapsulated. 30 31 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical". 32 33 9-15.7(3) Automatic Control Valves With Pressure Regulator 34 This section is revised to read: 35 36 Automatic control valves with pressure regulators shall be similar to automatic 37 control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to 38 a constant pressure regardless of supply fluctuations. The regulator must be fully 39 adjustable. 40 41 9-15.8 Quick Coupling Equipment 42 In the first paragraph, the first and second sentences are revised to read: 43 44 Quick coupler valves shall have a service rating of not less than 125-psi for non-shock 45 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded 46 Semi-Red Brass conforming to ASTM B 584. 47 48 In the fifth sentence of the first paragraph, "will" is revised to read "shall". 49 50 9-15.9 Drain Valves 51 This section is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811!11 125 1 2 Drain valves may be a '/-inch or 3/4-inch PVC or metal gate valve manufactured for 3 irrigation systems. Valves shall be designed for underground installation with suitable 4 cross wheel for operation with a standard key, and shall have a service rating of not less 5 than 150-psi non-shock cold water. The Contractor shall furnish three standard 6 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal 7 resistant lid as shown in the Plans. 8 9 Drain valves on potable water systems shall only be allowed on the downstream side of 10 approved cross connection control devices. 11 12 9-15.10 Hose Bibs 13 The first sentence is revised to read: 14 15 Hose bibs shall be angle type, constructed of bronze or brass, threaded to 16 accommodate a %-inch hose connection, and shall be key operated. 17 18 9-15.11 Cross Connection Control Devices 19 This section is revised to read: 20 21 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 22 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 23 backflow devices (RPBDs), shall be of a manufacturer and product model approved for- 24 use by the Washington State Department of Health, Olympia, Washington or a 25 Department of Health certified agency. 26 27 9-15.12 Check Valves 28 The last sentence is revised to read: 29 30 Valves shall have angled seats, Buna-N seals and threaded connections, and shall be 31 installed in 8-inch round plastic valve boxes with vandal resistant lids. 32 33 9-15.14 Three-Way Valves 34 The last sentence is revised to read: 35 36 When handles are included as an integral part of the valves, the Contractor shall 37 remove the handles and give them to the Engineer for ultimate distribution to the 38 Maintenance Division. 39 40 9-15.15 Flow Control Valves 41 The third sentence is revised to read: 42 43 Valves shall be factory set to the flows as shown in the Plans. 44 45 9-15.17 Electrical Wire and Splices 46 This section is revised to read: 47 48 Electrical wire used between the automatic controller and automatic control valves shall 49 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE 50 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National 51 recognized Testing Laboratory. Each conductor shall be color coded and marked at 52 each end and at all splices with zone or station number identification. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 126 1 2 Low voltage splices shall be made with a direct bury splice kit using a twist-on wire 3 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical 4 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 5 consist of a mastic lined heavy wail polyolefin cable sleeve. 6 7 9-15.16 Detectable Marking Tape 8 The first paragraph is revised to read: 9 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 10 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 11 soil, with a metallic foil core to provide for the most positive detection and pipeline 12 location. 13 14 In the second paragraph, the first and second sentences are revised to read: 15 16 The tape shall be color coded and shall be imprinted continuously over its entire length 17 in permanent black ink indicating the type of line buried below and shall also have the 18 word "Caution" prominently shown. 19 20 The last paragraph is revised to read: 21 22 The width of the tape shall be as recommended by the manufacturer based on depth of 23 installation. 24 25 9-16.AP9 26 SECTION 9-16, FENCE AND GUARDRAIL 27 August 2, 2010 28 9-16.3(2) Posts and Blocks 29 This section in its entirety is revised to read: 30 31 Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper 32 arsenate (CCA), ammoniacal copper arsenate (ACA), or ammoniacal copper zinc 33 arsenate (ACZA), treated timber or galvanized steel (galvanized steel posts only—no 34 blocks). Blocks made from alternate materials that meet the NCHRP Report 350 or 35 MASH criteria may be used in accordance with the manufacturer's recommendations. 36 Wood posts and blocks may be surface four sides (S4S) or rough sawn. 37 38 Posts and blocks shall be of the size, length and type as shown in the Plans and meet 39 the requirements of the below Specifications. 40 41 Timber posts and blocks shall conform to the grade specified in Section 9-09.2. Timber 42 posts and blocks shall be fabricated as specified in the Plans before being treated. 43 Timber posts and blocks shall be treated by the empty cell process to provide a 44 minimum retention, depending on the treatment used, according to the following: 45 46 Creosote oil 10.0 lbs. pcf 47 Pentachlorophenol 0.50 lbs. pcf 48 ACA 0.50 lbs. pcf 49 ACZA 0.50 lbs. pcf 50 CCA 0.50 lbs pcf 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1111 127 1 Treatment shall be in accordance with Section 9-09.3. 2 3 Galvanized steel posts, and base plates, where used, shall conform to either ASTM A36 4 or ASTM A992, and shall be galvanized in accordance with AASHTO M 111. Welding 5 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to 6 galvanizing. 7 8 Steel posts for weathering steel beam guardrail shall be in accordance with one of the 9 following two methods: 10 11 1 Galvanized Powder Coated Steel Posts: These posts shall conform to ASTM 12 A36 or ASTM A992 and galvanized in accordance with AASHTO M 111. 13 Powder Coating Galvanized Surfaces done in accordance with Sections: 6- 14 07.3(l 1)13, 9-08.2. and 9-08.1(8). Only the top thirty inches on any post length 15 shall be powder coated. 16 17 2. Galvanized Weathering Steel Posts: These posts shall conform to ASTM 18 A588 steel and be galvanized in accordance with AASHTO M 111. Thirty 19 inches, on any post length, shall not be galvanized for exposure above ground. 20 21 9-17.AP9 22 SECTION 9-17, FLEXIBLE GUIDE POSTS 23 January 3, 2011 24 9-17.4 Pre-approval i 25 Item number 3 in the first paragraph is revised to read: 26 27 3. In lieu of State Materials Laboratory testing, the Lab will accept the results of pre- 28 approved testing performed by the National Transportation Product Evaluation 29 Program (NTPEP), the manufacturer or other.agencies under the following 30 conditions: 31 32 a. The State Materials Laboratory is informed of the pre-approval testing 33 sufficiently in advance in order to attend and observe. Attendance will be at 34 the discretion of the Materials Laboratory. 35 36 b. The results of the testing shall be reported in sufficient detail to enable the 37 State Materials Laboratory to evaluate compliance with these Specifications. 38 39 9-22.AP9 40 SECTION 9-22, MONUMENT CASES 41 January 4, 2010 42 9-22.1 Monument Cases, Covers, and Risers 43 In the first sentence, "Class 3013" is revised to read "Class 3513". 44 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 128 1 9-23.AP9 2 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 3 August 1, 2011 4 9-23.1 Sheet Materials for Curing Concrete 5 In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171". 6 7 9-23.2 Liquid Membrane Forming Concrete Curing Compounds 8 The first paragraph is revised to read: 9 10 Liquid membrane-forming compounds for curing concrete shall conform to the 11 requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention 12 when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all 13 applications. 14 15 Section 9-23 is supplemented with the following new sub-sections: 16 17 9-23.12 Metakaolin 18 Metakaolin shall conform to the requirements of AASHTO M 295 Class N including 19 optional chemical requirements as set forth in Table 2 and with a further limitation that 20 the loss on ignition shall be a maximum of 1.5 percent. 21 22 9-23,.13 Blended Supplementary Cementitious Material 23 Blended Supplementary Cementitious Material (SCM) shall meet the requirements of 24 ASTM C1697. Blended SCMs shall be limited to binary or ternary blends of fly ash, 25 ground granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall 26 meet the requirements of Section 9-23.9. Ground granulated blast furnace slag shall 27 meet the requirements of Section 9-23.10. Microsilica fume shall meet the requirements 28 of Section 9-23.11. Metakaolin shall meet the requirements of Section 9-23.12. The 29 individual SCMs composing the blended SCM shall be individually listed on the WSDOT 30 QPL. 31 32 9-23.9 Fly Ash 33 This section is supplemented with the following new sub-section: 34 35 9-23.9(1) Tests and Acceptance 36 Fly ash may be accepted by the Engineer based on the Manufacture's Mill Test Report 37 number indicating full conformance to the Specifications. All shipments of the fly ash to 38 the Contractor or concrete supplier shall identify the applicable Mill Test Report 39 Number. The concrete supplier or Contractor shall provide mill test identification on all 40 concrete deliveries. 41 42 Fly ash producers, importers/distributors, and suppliers that certify fly ash shall 43 participate in the fly ash acceptance program as described in WSDOT Standard 44 Practice QC 4. 45 46 Each mixing facility or plant utilizing fly ash shall be equipped with a suitable means or 47 device for obtaining a representative sample of the fly ash. The device shall enable the 48 sample to be readily taken in proximity to the fly ash weigh hopper and from a container 49 or conveyor holding only fly ash. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS SOOT( Revised:8/1/11 129 1 Fly ash may be tested using samples taken at the job site by the Engineer for 2 submission to the State Material's Laboratory for testing. 3 4 9-23.10 Ground Granulated Blast Furnace Slag 5 This section is supplemented with the following new sub-section: 6 7 9-23.10(1) Tests and Acceptance 8 Ground granulated blast furnace slag may be accepted by the Engineer based on the 9 Manufacture's Mill Test Report number indicating full conformance to the Specifications. 10 All shipments of the ground granulated blast furnace slag to the Contractor or concrete 11 supplier shall identify the applicable Mill Test Report Number. The concrete supplier or 12 Contractor shall provide mill test identification on all concrete deliveries. 13 14 Ground granulated blast furnace slag producers, importers/distributors, and suppliers 15 that certify ground granulated blast furnace slag shall participate in the ground 16 granulated blast furnace slag acceptance program as described in WSDOT Standard 17 Practice QC 5. 18 19 Each mixing facility or plant utilizing ground granulated blast furnace slag shall be 20 equipped with a suitable means or device for obtaining a representative sample of the 21 ground granulated blast furnace slag. The device shall enable the sample to be readily 22 taken in proximity to the ground granulated blast furnace slag weigh hopper and from a 23 container or conveyor holding only ground granulated blast furnace slag. 24 25 Ground granulated blast furnace slag may be tested using samples taken at the job site 26 by the Engineer for submission to the State Material's Laboratory for testing. 27 28 9-29.AP9 29 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 30 August 1, 2011 31 In this division, all references to "hot-dipped" are revised to read "hot-dip". 32 33 In this division, Section "9-29.1(4)6" is revised to read "9-29.1(4)C". 34 35 9-29.1(4) Non-Metallic Conduit 36 This section is supplemented with the following new sub-section: 37 38 9-29.1(4)B Expansion Fittings 39 Expansion fittings for use with PVC shall allow for 4-inches of movement minimum (2- 40 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have 41 threaded terminal adaptor or coupling end and shall meet the requirements listed in 42 Section 9-29.1(4)A. i 43 44 9-29.1(4)A Rigid PVC Conduit 45 The first sentence in the first paragraph is revised to read: 46 47 Rigid PVC conduit shall conform to NEMA TC 2 and UL 651. 48 49 9-29.1(4)C HDPE Conduit 50 The first paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 - 130 1 2 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory recognized 3 by the United States Department of Labor, Occupational Safety & Health Administration 4 Nationally Recognized Testing Laboratories (NRTLs) program. Couplings for HDPE 5 shall be mechanical and listed for use with HDPE. 6 7 9-29.2(1)A Standard Duty Junction Boxes 8 The first paragraph below the title "Concrete Junction Boxes" is supplemented with the 9 following: 10 11 All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways and shared 12 use paths shall have slip resistant surfaces. Non-slip lids and frames shall be hot-dip 13 galvanized. 14 15 The second sentence in the second paragraph below the title "Concrete Junction Boxes" is 16 revised to read: 17 18 The frame shall be anchored to the box.by welding headed studs % inch x 3 inches 19 long, as specified in Section 9-06.15, to the frame. 20 21 The first sentence in the second paragraph below the title "Non-Concrete Junction Boxes" 22 is revised to read: 23 24 Type 1, 2, and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs. 25 and shall be tested in accordance with 9-29.2(1)C. 26 27 In the second paragraph below the title "Non-Concrete Junction Boxes", "hex-head" is 28 revised to read "penta-head". 29 30 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 31 The second sentence in the second paragraph is revised to read: 32 33 The frame shall be anchored to the vault/box by welding headed studs 3/8 inch X 3 34 inches long, as specified in Section 9-06.15, to the frame. 35 36 This section is supplemented with the following new paragraph: 37 38 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and 39 shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults 40 and Pull Boxes steel frame, lid support and lid shall be hot-dip galvanized. 41 42 9-29.3(2)6 Multi-Conductor Cable 43 This section is revised to read: 44 45 Two-conductor through 10-conductor unshielded signal control cable shall have 46 stranded copper conductor and shall conform to International Municipal Signal 47 Association (IMSA) signal cable Specification 20-1. 48 49 9-29.3(2)E Two-Conductor Shielded 50 This section is revised to read: 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 131 1 Two conductor shielded (2CS) cable shall have stranded 14 AWG (minimum) 2 conductors and shall conform to IMSA Specification No. 50-2. 3 4 9-29.3(2)F Detector Loop Wire 5 This section is revised to read: 6 7 Detector loop wire shall be 12 or 14 AWG stranded copper wire, IMSA 51-3. 8 9 9-29.3(2)G Four-Conductor Shielded Cable 10 The first sentence is revised to read: 11 12 Four-conductor shielded cable (4CS) shall consist of a cable with four stranded 18 AWG 13 conductors with polypropylene insulation, an aluminized polyester shield, water-blocking 14 material in the cable interstices, and a 26-mil-minimum outer jacket of polyethylene. 15 16 9-29.4 Messenger Cable, Fittings 17 This section is supplemented with the following: 18 19 Messenger cable shall be %-inch, 7-wire strand messenger cables conforming to ASTM 20 A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, Class A 21 galvanized. 22 23 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 24 standards for 12,000 pound ultimate strength. 25 26 Down guy assembly shall consist of an eight-way steel expanding anchor, having a 27 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 28 similar preservative, and fitted with a 3/4-inch minimum guy eye anchor rod 8-feet long. 29 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3'/2- 30 inch-pitch, 1-inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque 31 may be installed. 32 33 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be 34 hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 35 36 9-29.6(5) Foundation Hardware 37 The first paragraph is revised to read: 38 39 Anchor bolts for Type PPS, PS, I, FB, and RM signal standards shall conform to the 40 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO 41 M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 42 43 9-29.7 Lurninaire Fusing and Electrical Connections at Light Standard Bases, 44 Cantilever Bases and Sign Bridge Bases 45 The content of this section is revised and moved to the following new sub-sections: 46 47 9-29.7(1) Unfused Quick-Disconnect 48 Unfused quick-disconnect connector kits shall conform to the following requirements: 49 50 1. The copper pin and copper receptacle shall be a crimped type of connection or 51 a stainless steel set screw and lug connection to the cable. The receptacle - 52 shall establish contact pressure with the pin through the use of a tinned copper AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 132 i 1 or copper beryllium sleeve spring and shall be equipped with a disposable 2 mounting pin. The receptacle shall be fully annealed. Both the copper pin and 3 receptacle shall have a centrally located recessed locking area adapted to be 4 complementarily filled and retained b the rubber housing. p Y Y 9 5 6 2. The plug and receptacle housing shall be made of water resistant synthetic 7 rubber which is capable of burial in the ground or installation in sunlight. Each 8 housing shall provide a section to form a water-seal around the cable, have an 9 interior arrangement to suitably and complementarily receive and retain the 10 copper pin or receptacle, and a section to provide a water-seal between the 11 two housings at the point of disconnection. 12 13 3. The kit shall provide waterproof in-line connector protection with three cutoff 14 sections on both the line and load side to accommodate various wire sizes. All M' 15 connections shall be as described in item "1" above. Upon disconnect, the 16 connector shall remain in the load side of the kit. 17 18 9-29.7(2) Fused Quick-Disconnect 19 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall 20 provide three cutoff sections on both lines and load side to accommodate various wire 21 sizes. All connections shall be as described in item "1" above. Upon disconnect, the 22 fuse shall remain in the load side of the kit. 23 24 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 25 of the circuit involved and shall have the following characteristics: 26 27 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 28 29 2. Fuses shall be capable of supporting 135 percent of the rated load for 30 approximately 1 hour. 31 r' 32 3. A load of 200 percent of rated load shall effectively cause instantaneous 33 blowing of the fuse. 34 35 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 36 containers furnished on this project, according to the manufacturer's 37 recommendations therefore. 38 39 5. Fuses shall be listed by a nationally recognized testing laboratory. 40 41 Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 70OW 5A 10A 20A 40OW 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 811/11 133 i 1 00 2A 3A 4A 7OW 2A 2A 2A 5OW 2A 2A 2A 1 2 3 9-29.9 Ballast, Transformers 4 This sections content is deleted and replaced with: 5 6 Heat-generating components shall be mounted to use the portion of the luminaire upon 7 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 8 from heat-generating components or shall be thermally shielded to limit the fixture I 9 temperature to 160°F. 10 11 Transformers and inductors shall be resin-impregnated for protection against moisture. 12 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 13 14 No capacitor, transformer, or other device shall employ the class of compounds 15 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 16 purpose. 17 18 This section is supplemented with the following new sub-sections: 19 20 9-29.9(1) Ballast 21 Each ballast shall have a name plate attached permanently to the case listing all 22 electrical data. ' 23 24 A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting 25 the manufacturers and these Specification requirements, shall be submitted by the 26 Contractor with each type of luminaire ballast. 27 28 Ballasts shall be designed for continuous operation at ambient air temperatures from 29 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 30 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 31 on and 12 hours off, with the lamp circuit in an open or short-circuited condition and 32 without measurable reduction in the operating requirements. All ballasts shall be high 33 power factor (90%). 34 35 Ballasts shall be tested in accordance with the requirements,of current ANSI C 82.6, 36 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for 37 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 38 wattage and manufacturer without adjustment. 39 40' Ballast assemblies shall consist of separate components, each of which shall be I 41 capable of being easily replaced. A starting aid will be considered as a single 42 component. Each component shall be provided with screw terminals, NEMA tab 43 connectors or a single multi-circuit connector. All conductor terminals shall be identified 44 as to the component terminal to which they connect. 45 46 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 47 will intersect both of the lamp-voltage limit lines between the wattage limit lines and 48 remain between the wattage limit lines throughout the full range of lamp voltage. This 49 requirement shall be met not only at the rated input voltage of the ballast, but also the AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 134 1 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of 2 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and 3 wattage. 4 5 All luminaires ballasts shall be located within the luminaire housing. The only exception 6 shall be ballasts to be mounted on lowering assemblies and shall be external to, and 7 attached to the fixture assembly. 8 9 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 10 shall be: 11 Source Line Lamp Ballast Type Input Lamp Volt. Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 7501000 Auto Reg. Lead 10% 30% CWA MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 12 13 14 9-29.9(2) Transformers 15 The transformers to be furnished shall be indoor/outdoor dry type transformers rated as 16 shown in the Plans. The transformer coils, buss bar, and all connections shall be I 17 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, 18 one at 5% and one at 10% below the normal full capacity. 19 j 20 9-29.10 Luminaires 21 This section is revised to read: 22 23 All luminaires shall have their components secured to the luminaire frame with ANSI, 24 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or ceramic 25 coated steel hardware. The luminaire slip-fitter bolts shall be either stainless steel, hot- 26 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal 27 luminaire assemblies shall be assembled on or fabricated from either stainless steel or 28 galvanized steel. The housing, complete with integral ballast, shall be weathertight. 29 30 The temperature rating of all wiring internal to the luminaire housing, excluding the pole 31 and bracket cable, shall equal or exceed 200°F . 32 33 All luminaires shall be provided with markers for positive identification of light source 34 type and wattage. Markers shall be 3-inches square with Gothic bold, black 2-inch 35 legend on colored background. Background color shall be gold for high pressure 36, sodium, and red for metal halide light sources. Legends shall be sealed with transparent 37 film resistant to dust, weather, and ultraviolet exposure. 38 39 Legends shall correspond to the following code: 40 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 135 Lamp Wattage Legend 70 7 100 10 150 15 175 17 ' 200 20 250 25 310 31 400 40 700 70 750 75 1,000 X1 1 2 3 9-29.10(1) Cobra Head Luminaires 4 This sections content including title is revised to read: 5 6 9-29.10(1) Conventional Roadway Luminaires 7 A. Conventional highway luminaires shall be IES Type III medium distribution cut off 8 cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. 9 10 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to 11 the luminaire and secured in the closed position to the luminaire housing by means 12 of an automatic type of latch (a combination hex/slot stainless steel screw fastener 13 may supplement the automatic type latch). r 14 15 C. The reflector of all luminaires shall be of a snap-in design or be secured with 16 screws. The reflector shall be manufactured of polished aluminum or molded from 17 prismatically formed borosilicate glass,. The refractor or lens shall be mounted in a 18 doorframe assembly which shall be hinged to the luminaire and secured in the 19 closed position to the luminaire by means of automatic latch. The refractor or lens 20 and doorframe assembly, when closed, shall exert pressure against a gasket seat. 21 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets 22 shall be composed of material capable of withstanding temperatures involved and 23 shall be securely held in place. 24 25 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 26 2-inch pipe tenon and capable of being adjusted within 5 degrees from the axis of 27 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not 28 bottom out on the housing bosses when adjusted within the ±5 degree range. 29 30 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 31 set in excess of 0.2-inch when the cap screws used for mounting are tightened to a 32 torque of 32 pounds feet. 33 34 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate 35 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 36 tempered glass. 37 38 F. High pressure sodium conventional roadway luminaires shall be capable of 39 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811/11 136 i 1 2 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 3 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall 4 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 5 6 H. All luminaires to be mounted on horizontal mast arms shall be capable of 7 withstanding cyclic loading in: 8 9 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak 10 sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for 11 a minimum of 2 million cycles without failure of any luminaire parts, and; S 12 13 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum 14 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 15 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million 16 cycles without failure of any luminaire parts. 17 18 1. All luminaires shall have leveling reference points for both transverse and 19 longitudinal adjustment. Luminaires shall have slip-fitters capable of adjusting 20 through a 5-degree axis for the required leveling procedure. 21 22 9-29.10(2) Decorative Luminaires 23 In the first paragraph, "150 - 400" is revised to read "50 -400". 24 25 In the second paragraph, "box shaped" is deleted. 26 27 In the third paragraph, the first sentence is deleted. The second sentence is revised to read: 28 29 The ballast housing shall be adequately constructed to contain ballasts for 50 -400 watt 30 alternate high intensity discharge sources. 31 32 The fourth paragraph is revised to read: 33 34 Each housing shall consist of an integral reflector, containing a mogul based high 35 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens 36 mounted in a gasketed, hinged frame. The reflector shall be a snap-in design or 37 secured with screws. The reflector assembly shall have a lamp vibration damper. The 38 reflector shall be manufactured of polished aluminum or molded from prismatically 39 formed borosilicate glass. The housing shall have a heat resistant finish. The lens 40 frame shall be secured to the housing with ANSI, 300 series chrome-nickel grade 41 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. 42 43 The last sentence in the fifth paragraph is deleted. 44 45 The sixth paragraph is deleted. 46 47 The seventh paragraph is revised to read: 48 49 The finish shall meet the requirements of ASTM B 117 with the exception that the finish r�l 50 shall be salt spray resistant after 300 hours exposure. 51 52 The first sentence in the eighth paragraph is deleted. AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 137 i 1 2 9-29.10(3) High Mast Luminaires and Post Top Luminaires 3 This sections content including title is deleted and replaced with: 4 5 9-29.10(3) Vacant 6 7 9-29.10(5) Sign Lighting Luminaires 8 This section is revised to read: 9 10 Sign lighting luminaires shall be the Induction Bulb type. 11 12 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor ` 13 This section including title is revised to read: 14 15 9-29.10(5)A Sign Lighting Luminaires — Isolation Switch 16 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 17 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The 18 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall 19 be either single pole, single throw, or double pole single throw as necessary to open all 20 conductors to the luminaires other than neutral and ground conductors. The switch shall 21 contain 600 volt alternating current (VAC) terminal strips on the load side with 22 solderless lugs as required for each load carrying conductor plus four spare lugs per 23 strip. 24 25 9-29.10(5)B Sign Lighting Fixtures - Induction 26 The first sentence is revised to read: 27 28 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 29 polyester paint finish. 30 31 In the second sentence of the sixth paragraph, "87" is revised to read "85". 32 33 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A". 34 35 The first sentence of the last paragraph is revised to read: 36 37 A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3 s 38 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator 39 test methods and results shall be submitted by the manufacturer with each lot of sign 40 lighting fixtures. 41 42 9-29.12 Electrical Splice Materials 43 This section is revised to read: 44 45 Circuit splicing materials shall meet the following specifications. 46 47 9-29.12(1). Illumination Circuit Splices 48 This section is revised to read: 49 l�, AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 138 1 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped 2 connections to securely join the wires both mechanically and electrically as defined in 3 Section 8-20.3(8). 4 5 This section is supplemented with the following new sub-sections: 6 7 9-29.12(1)A Heat Shrink Splice Enclosure 8 Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil 9 Spec 1230053 10 11 9-29.12(1)B Molded Splice Enclosure 12 Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar 13 sheet bonded to butyrate webbing forming a flexible mold. The material used.shall be 14 compatible with the insulation material of the insulated conductor or cable. The 15 component materials of the resin insulation shall be packaged ready for convenient 16 mixing without removing from the package. 17 18 9-29.12(2) Traffic Signal Splice Material 19 This section is revised to read: 20 21 Induction loop splices and magnetometer splices shall include an uninsulated barrel 22 type crimped connector capable of being soldered. The insulating material shall be a 23 heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type 24 with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re- 25 enterable type with silicone type filling compound that remains flexible and enclosed in a 26 re-enterable rigid mold that snaps together. 27 28 9-29.15 Flashing Beacon Control 29 In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers". 30 31 9-29.16 Vehicular Signal Heads 32 This sections title is revised to read: 33 34 9-29.16 Vehicular Signal Heads, Displays and Housing 35 36 The first sentence is revised to read: 37 38 Each signal head shall be of the adjustable, vertical type with the number and type of 39 displays detailed in the Contract; shall provide an indication in one direction only; shall 40 be adjustable through 360 degrees about a vertical axis; and shall be mounted at the 41 location and in the manner shown in the Plans. 42 43 This following new paragraph is inserted after the first paragraph: 44 45 Back plates shall be constructed of 5-inch wide .050-inch thick corrosion resistant fiat 46 black finish, louvered aluminum or polycarbonate attached with stainless steel 47 hardware. A 1-inch wide strip of yellow retro reflective, type IV prismatic sheeting, in 48 accordance with Section 9-28.12, shall be applied around the perimeter of each 49 backplate. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 139 1 9-29.16(1) Optically Programmed, Adjustable Face, 12-inch Traffic Signal 2 This section including title is revised to read: 3 4 9-29.16(1) Optically Programmed Adjustable Face, and Programmable, 5 Array 12-inch Traffic Signal 6 The signal shall permit the visibility zone of the indication to be determined optically and 7 require no hoods or louvers. The projected indication may be selectively visible or veiled 8 anywhere within the optical axis. No indication shall result from external illumination, nor 9 shall one light unit illuminate a second. The display shall operate from 85 VAC to 130 10 VAC. 11 12 9-29.16(1)A Optical Systems 13 The following new title is inserted above the first paragraph: 14 15 9-29.16(1)A1 Conventional Optical System 16 17 This section is supplemented with the following new sub-section: 18 19 9-29.16(1)A2 LED Programmable Array 20 1. LED array with programmable visibility from a portable hand held device from 21 ground level, 22 23 2. Lens shall be clear, unless color lenses specified. 24 25 The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC. 26 27 The LED array shall provide an accessible imaging surface at focus on the optical axis 28 for objects 900 to 1,200-feet distant, and permit an effective veiling mask to be variously 29 applied as determined by the desired visibility zone. 30 31 The optical system shall accommodate projection of diverse, selected indicia to 32 separate portions of the roadway such that only one indication will be simultaneously 33 apparent to any viewer after optically limiting procedures have been accomplished. The 34 projected indication shall conform to ITE transmittance and chromaticity standards. 35 36 9-29.16(1)B Construction 37 The title for this section is revised to read: 38 39 9-29.16(1)B Housing Construction 40 41 The fourth paragraph is deleted. 42 43 9-29.16(1)D Electrical 44 The title for this section is revised to read: 45 46 9-29.16(1)D Housing Electrical 47 48 The following new title is inserted above the first paragraph: 49 50 9-29.16(1)D1 Electrical Conventional 51 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 140 1 This section is supplemented with the following new sub-section: 2 3 9-29.16(1)D2 Electrical LED 4 The LED array shall be accessible from the front of the housing. Each multi section 5 assembly shall include a terminal block for clip or screw attachment of lead wires. 6 7 9-29.16(1)E Photo Controls 8 The following new title is inserted above the first paragraph: 9 10 9-29.16(1)E1 Conventional Photo Controls 11 12 This section is supplemented with the following new sub-section: 13 14 9-29.16(1)E2 LED Photo Controls 15 Each signal section shall include integral means for automatically regulating the display 16 intensity for day and night operation. 17 18 9-29.16(2)A Optical Units 19 This section is revised to read as follows: 20 21 Light Emitting Diode (LED) light sources are required for all displays. The Contractor 22 shall provide test results from a Nationally Recognized Testing Laboratory documenting 23 that the LED display conforms to the current ITE Specification for; Vehicle Traffic 24 Control Signal Heads, Light Emitting Diode Circular Signal Supplement VTCSH ST-052 25 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow Traffic Signal 26 Supplement ITE VTSCH ST-054, and the following requirements: 27 28 1. The LED traffic signal module shall be operationally compatible with controllers 29 and conflict monitors on this project and the LED lamp unit shall contain a 30 disconnect that will show an open switch to the conflict monitor when less than 31 60% of the LEDs in the unit are operational. 32 33 2. LED shall have a 50 degree min. viewing angle. 34 35 3. Wattage (Maximum): 12-inch red, yellow and green ball displays - 25 W 12- 36 inch red, yellow and green arrow displays - 15W 8-inch red, yellow and green 37 ball displays - 15W 38 39 4. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 40 41 5. The LED display shall be a module type and shall replace the lens, socket, 42 bail, reflector and be directly connected to the terminal strip in the signal head. 43 44 6. Label: Each optical unit shall be listed by and bear the label of a nationally 45 recognized testing laboratory. In addition, the manufacturer's name, 46 trademark, serial number and other necessary identification shall be 47 permanently marked on the backside of the LED signal module and the 48 installation date shall be indicated on a separate label with an indelible ink 49 marker. 50 51 9-29.16(2)13 Signal Housing 52 The first sentence in the first paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 141 1 2 The signal head housing, or case, shall consist of an assembly of separate sections, 3 expandable type for vertical mounting, substantially secured together in a weather tight 4 manner. 5 6 In the third paragraph "may" is revised to read "shall". 7 8 9-29.16(2)D Back Plates 9 This section's content including title is deleted and replaced with: 10 11 9-29.16(2)D Vacant 12 13 9-29.16(2)E Painting Signal Heads 14 In the first sentence "Federal Standard 59513" is revised to read "Federal Standard 5'95- 15 14056". 16 17 9-29.16(3) Polycarbonate Traffic Signal Heads 18 This section is supplemented with the following paragraph: 19 20 Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to 21 break in excess of 90 percent. The green color shall be molded throughout the head 22 assembly. The optical system shall be Light Emitting Diodes as defined in 9-29.16(2)A. 23 The entire optical system shall be sealed by a single neoprene gasket. The signal head 24 shall be formed to be used with standard signal head mounting accessories as shown in 25 9-29.17. All hinge pins, latch assemblies and reflector assemblies shall conform to 9- 26 29.16(2)B. 27 28 9-29.16(3)A 8-inch Polycarbonate Traffic Signal Heads 29 This section and title are deleted. 30 31 9-29.16(3)B 12-inch Polycarbonate Traffic Signal Heads 32' This section and title are deleted. 33 34 Section 9-29.16 is supplemented with the following new sub-section: 35 36 9-29.16(4) Traffic Signal Cover 37 The covers shall be manufactured from a durable fabric material, black in color with a 38 mesh front and designed to fit the signal head configuration properly. The covers shall 39 have an attachment method that will hold the cover securely to the signal in heavy wind. 40 The covers shall be provided with a drain to expel any accumulated water. 41 42 9-29.18 Vehicle Detector 43. The first paragraph is revised to read: 44 45 Induction loop detectors and magnetometer detectors shall comply with current NEMA 46 Specifications when installed with NEMA control assemblies and shall comply with the 47 current California Department of Transportation document entitled "Transportation 48 Electrical Equipment Specifications," specified in Section 9-29.13(7) when installed with 49 Type 170, Type 2070 or NEMA control assemblies. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 142 1 9-29.19 Pedestrian Push Buttons 2 This section is revised to read: 3 4 Where noted in the Contract, pedestrian push buttons of tamper-resistant construction 5 shall be furnished and installed. They shall consist of a 2-inch nominal diameter 6 plunger. The switch shall be a three bladed beryllium copper spring rated at 10 7 amperes, 125 volts. 8 9 The pedestrian push-button assembly shall be constructed and mounted as detailed in _ 10 the Contract. 11 12 9-29.25 Amplifier, Transformer, and Terminal Cabinets 13 The first sentence in the first paragraph is revised to read: 14 15 . Amplifier and terminal cabinets shall conform to NEMA 4 requirements. Transformer 16 cabinets shall be NEMA 3R. 17 18 Item number 3 in the first paragraph is revised to read: 19 20 3. Cabinet doors shall have a stainless steel piano hinge or shall meet the 21 requirements for the alternate hinge detailed for type B modified service cabinets. 22 Doors less than 3 feet in height shall have two hinges. Doors from 3 feet to 4 feet 8 23 inches in height shall have 3 hinges. Spacing of hinges for doors greater than 4 feet 24 8 inches in height shall not exceed 14 inches center to center. The door shall also 25 be provided with a three point latch and a spring loaded construction core lock 26 capable of accepting a Best six pin CX series core. The locking mechanism shall 27 provide a tapered bolt. The Contractor shall supply construction cores with two 28 master keys. The keys shall be delivered to the Engineer. Three point latches are 29 not required for terminal cabinets. 30 31 9-30.AP9 32 SECTION 9-30, WATER DISTRIBUTION MATERIALS 33 January 4, 2010 34 9-30.1(1) Ductile Iron Pipe 35 In the first paragraph, number 1. and 2. are revised to read: 36 37 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe 38 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the 39 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged 40 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be 41 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated 42 on the Plans or in the Special Provisions. 43 44 2. Nonrestrained joints shall be either rubber gasket type, push on type, or 45 mechanical type meeting the requirements of AWWA C111. 46 47 9-30.1(2) Polyethylene Encasement 48 This section is revised to read: 49 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 143 1 Polyethylene encasement shall be tube-form, high density cross-laminated polyethylene 2 film, or linear low density polyethylene film, meeting the requirements of ANSI/AWWA 3 C105. Color shall be natural or black. 4 5 6 9-31.AP9 7 SECTION 9-31, ELASTOMERIC BEARING PADS 8 January 3, 2011 9 10 9-31.1 Requirements 11 This section is revised to read: 12 13 Elastomeric bearing pads shall conform to the requirements of AASHTO M 251, unless 14 otherwise specified in the Plans or Special Provisions. The elastomer shall be low 15 temperature Grade 3 and not contain any form of wax. Unless otherwise specified in 16 the Plans or Special Provisions, the elastomer shall have a shear modulus of elasticity 17 of 165 psi at 73F. 18 19 All bearing pads with steel laminates shall be cast as units in separate molds and 20 bonded and vulcanized under heat and pressure. Corners and edges of molded pads 21 may be rounded at the option of the Contractor. Radius at corners shall not exceed 3/8- 22 inch, and radius of edges shall not exceed 1/8-inch. Bearing pads shall be fabricated to 23 meet the tolerances specified in either AASHTO M 251 or the Special Provisions, as 24 applicable. 25 26 Shims contained in laminated bearing pads shall be mill rolled steel sheets not less than 27 20 gage in thickness with a minimum cover of elastomer on all edges of: 28 29 1/4-inch for pads less than or equal to 5-inches thick, and 30 31 1/2-inch for pads greater than 5-inches thick. 32 33 Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise noted. All shim 34 edges shall be ground or otherwise treated so that no sharp edges remain. 35 36 9-32.AP9 37 SECTION 9-32, MAILBOX SUPPORT 38 April 4, 2011 39 9-32.2 Bracket, Platform, and Anti-Twist Plate 40 This section is revised to read: 41 42 The bracket, platform, and anti-twist plate shall be 16 gage sheet steel, conforming to 43 ASTM A1011 or ASTM A1008. 44 45 9-33.AP9 46 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 47 August 1, 2011 48 9-33.4(1) Geosynthetic Material Approval 49 The first paragraph is revised to read: I AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1/11 144 1 2 If the geosynthetic source material has not been previously evaluated, or is not listed in 3 the current WSDOT Qualified Products List (QPL), a sample of each proposed 4 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for 5 evaluation. Geosynthetic material approval will be based on conformance to the 6 applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or 7 Special Provisions. Approval information will be provided within 30 calendar days after 8 the sample and required information for each geosynthetic type have been received at 9 the State Materials Laboratory in Tumwater. Source approval shall not be the basis of 10 acceptance of specific lots of material delivered to the Contractor unless the roil 11 numbers of the lot sampled can be clearly identified.as the rolls tested and approved in 12 the geosynthetic approval process. 13 14 The second paragraph is deleted. 15 16 The third paragraph is supplemented with the following: 17 18 Geosynthetic roll number(s) 19 Geosynthetic lot number(s) 20 21 This section is supplemented with the following: 22 23 Only geogrid and geotextile products that are listed on the QPL may be used in 24 permanent geosynthetic retaining wall and reinforced slopes. Minimum requirements for 25 inclusion in the QPL include evaluation by and compliance with the National 26 Transportation Product Evaluation Program (NTPEP) in accordance with WSDOT 27 Standard Practice T 925 or AASHTO Standard Practice PP 66, Standard Practice for 28 Determination of Long-Term Strength for Geosynthetic Reinforcement. 29 30 9-33.4(3) Acceptance Samples 31 The first paragraph is revised to read: 32 33 A satisfactory test report is required when the quantities of geosynthetic materials 34 proposed for use in the following geosynthetic applications are greater than the 35 following amounts: 36 Application Geosynthetic Quantity Underground Drainage 100 sq. yd. Permanent Geosynthetic Reinforced All quantities Slopes and Retaining Walls 37 38 39 The third paragraph is revised to read: 40 41 Samples from the geosynthetic roll will be taken to confirm the material meets the 42 property values specified. Samples will be randomly taken at the job site by the 43 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. 44 45 The fourth paragraph is revised to read: AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 145 1 2 Acceptance will be based on testing of samples from each lot. A "lot" shall be defined 3 for the purposes of this Specification as all geosynthetic rolls within the consignment 4 (i.e., all rolls sent to the project site) that were produced by the same manufacturer 5 during a continuous period of production at the same manufacturing plant and have the 6 same product name. 7 8 The following paragraph is inserted after the fourth paragraph: 9 10 Acceptance testing information will be provided within 30 calendar days after the 11 sample and required information for each geosynthetic type have been received at the 12 State Materials laboratory in Tumwater. 13 14 The first sentence in the last paragraph is revised to read: 15 16 For each geosynthetic roll that is tested and fails the Project Engineer will select two J 9 17 additional rolls from the same lot for sampling and retesting. The Contractor shall 18 sample the rolls in accordance with WSDOT T 914 in the presence of the Project 19 Engineer. 20 21 9-33.4(4) Acceptance by Certificate of Compliance 22 The second row in the table is revised to read: 23 Underground Drainage 100 sq.yd. 24 25 The fifth row in the table is deleted. 26 27 9-34.AP9 28 SECTION 9-34, PAVEMENT MARKING MATERIAL 29 January 3, 2011 30 31 9-34.1 General 32 The item `High VOC Solvent Based Paint' is deleted. 33 34 9-34.2 Paint 35 In the first paragraph, the first sentence is revised to read: 36 37 White and yellow paint shall comply with the Specifications for low VOC solvent based 38 paint or low VOC waterborne paint. 39 40 9-34.2(1) High VOC Solvent Based Paint 41 This section is including title is revised to read: 42 43 9-34.2(1) Vacant 44 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:8/1111 146 1 9-35.AP9 2 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 3 January 4, 2010 4 9-35.0 General Requirements 5 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable 6 Attenuator". 7 8 In the second paragraph, the third sentence is revised to read: 9 10 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified 11 Products List (QPL) submittals are not required. 12 13 9-35.12 Truck-Mounted Attenuator 14 This section including title is revised to read: 15 16 9-35.12 Transportable Attenuator 17 Transportable attenuators are Truck-Mounted Attenuators (TMA) or Trailer-Mounted 18 Attenuators (TMA-trailer). The transportable attenuator shall be mounted on, or _ 19 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum 20 weight in accordance with the manufacturer's recommendations. Ballast used to obtain 21 the minimum weight requirement, or any other object that is placed on the vehicle shall 22 be securely anchored such that it will be retained on the vehicle during an impact. The 23 Contractor shall provide certification that the transportable attenuator complies with 24 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the 25 Contractor are subject to the approval of the Engineer. The Contractor shall provide the 26 Engineer with roll-ahead distance calculations and crash test reports illustrating that the 27 proposed host vehicle is appropriate for the attenuator and the site conditions. 28 29 The transportable attenuator shall have a chevron pattern on the rear of the unit. The 30 standard chevron pattern shall consist of 4-inch yellow stripes, alternating non-reflective 31 black and retro-reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with 32 the "V" at the center of the unit. 33 34 This section is supplemented with the following new sub-sections: 35 36 9-35.12(1) Truck-Mounted Attenuator 37 The TMA may be selected from the approved units listed on the QPL or submitted using 38 a RAM. 39 40 The TMA shall have an adjustable height so that it can be placed at the correct 41 elevation during usage and to a safe height for transporting. If needed, the Contractor 42 shall install additional lights to provide fully visible brake lights at all times. 43 44 9-35.12(2) Trailer-Mounted Attenuator 45 The TMA-trailer may be selected from the approved units listed on the QPL or 46 submitted using a RAM. 47 48 If needed, the Contractor shall install additional lights to provide fully visible brake lights 49 at all times. 50 AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised: 8/1/11 147 1 9-35.12(3) Submittal Requirements 2 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL 3 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 4 071 EF) for the product proposed for use to the Engineer for approval. The Contractor 5 shall submit a RAM for transportable attenuators not listed on the QPL. 6 I AMENDMENTS TO THE 2010 STANDARD SPECIFICATIONS BOOK Revised:811111 148 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements-Phase 1 Intersection Improvements SPECIAL PROVISIONS Table of Contents of Special Provisions INTRODUCTION TO THE SPECIAL PROVISIONS.....................................................................SP-1 DIVISION 1-GENERAL REQUIREMENTS..................................................................................SP-3 DESCRIPTIONOF WORK........................................................................................................................SP-3 1-01 DEFINITIONS AND TERMS..........................................................................................................SP-3 1-01.3 Definitions...........................................................................................................SP-3 1-02 BID PROCEDURES AND CONDITIONS...................................................................................SP-5 1-02.1 Prequalification of Bidders..................................................................................SP-5 1-02.2 Plans and Specifications............................ 1-02.4 Examination of Plans, Specifications, and Site of Work.....................................SP-5 1-02.5 Proposal Forms....................................................................................................SP-6 1-02.6 Preparation of Proposal.......................................................................................SP-6 1-02.7 Bid Deposit..........................................................................................................SP-7 1-02.9 Delivery of Proposal............................................................................................SP-7 1-02.13 Irregular Proposals ..............................................................................................SP-8 1-02.14 Disqualification of Bidders..................................................................................SP-8 1-02.15 Pre-Award Information......................................................................................SP-10 1-03 AWARD AND EXECUTION OF.CONTRACT.........................................................................SP-10 1-03.1 Consideration of Bids........................................................................................SP-10 1-03.3 Execution of Contract........................................................................................SP-11 1-03.4 Contract Bond....................................................................................................SP-11 1-04 SCOPE OF THE WORK..............................................................................................................SP-12 1-04.2 Coordination of Contract Documents,Plans, Special Provisions, Specifications, andAddenda......................................................................................................SP-12 1-04.4 Changes.............................................................................................................SP-13 1-04.8 Progress Estimates and Payments .....................................................................SP-13 1-04.12 Contractor-Discovered Discrepancies New Section..........................................SP-13 1-05 CONTROL OF WORK................................................................................................................SP-14 1-05.4 Conformity with and Deviations from Plans and Stakes...................................SP-14 1-05.5 Contractor Provided As-Built Information New Section ..................................SP-17 1-05.7 Removal of Defective and Unauthorized Work.................................................SP-17 1-05.11 Final Inspection.................................................................................................SP-18 1-05.11 Final Inspections and Operational Testing ........................................................SP-18 1-05.11(1) Substantial Completion Date...............................................................:.............SP-18 1-05.11(2) Final Inspection and Physical Completion Date......................I..........................SP-19 1-05.11(3) Operational Testing ...........................................................................................SP-19 1-05.13 Superintendents, Labor, and Equipment of Contractor.....................................SP-20 1-05.14 Cooperation With Other Contractors.................................................................SP-20 1-05.15 Method of Serving Notices................................................................................SP-20 1-05.16 Water and Power New Section..........................................................................SP-21 1-05.17 Oral Agreements New Section.........................................................................SP-21 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC...................................SP-21 1-07.1 Laws to be Observed.........................................................................................SP-21 1-07.2 State Sales Tax...................................................................................................SP-22 1-07.2(1) State Sales Tax-Rule 171 ..............................................................................SP-23 1-07.2(2) State Sales Tax-Rule 170..............................................................................SP-23 1-07.2(3) Services .............................................................................................................SP-23 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-i August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Table of Contents 1-07.5 Environmental Regulations...............................................................................SP-23 1-07.6 Permits and Licenses.........................................................................................SP-24 1-07.7 Load Limits.......................................................................................................SP-25 1-07.9 Wages ................................................................................................................SP-25 1-07.9(5) Required Documents.........................................................................................SP-25 1-07.13 Contractor's Responsibility for Work................................................................SP-26 1-07.13(4) . .. Repair of Damage.................................................... 1-07.16 Protection and Restoration of Property.............................................................SP-26 1=07.16(3) Fences, Mailboxes,Incidentals...................................................................:......SP-26 1-07.16(6) Property Owner Commitments New Section....................................................SP-26 1-07.17 Utilities and Similar Facilities...........................................................................SP-27 1-07.18 Insurance ...........................................................................................................SP-30 1-07.18(1) General Requirements.......................:...............................................................SP-30 1-07.18(2) Additional Insured.............................................................................................SP-31 1-07.18(3) Subcontractors...................................................................................................SP-31 1-07.18(4) Evidence of Insurance.......................................................................................SP-32 1-07.18(5) Coverages and Limits........................................................................................SP-32 1-07.18(5)A Commercial General Liability...........................................................................SP-32 1-07.18(5)B Automobile Liability.........................................................................................SP-33 1-07.18(5)C Workers'Compensation....................................................................................SP-33 1-07.18(5)F Excess or Umbrella Liability New Section.......................................................SP-33 1-07.18(5)G Pollution Liability New Section........................................................................SP-33 1-07.18(5)H Professional Liability New Section...................................................................SP-33 1-07.22 Use of Explosives..............................................................................................SP-34 1-07.23 Public Convenience and Safety...................................................:.....................SP-34 1-07.23(1) Construction under Traffic ................................................................................SP-34 1-07.23(2) Construction and Maintenance of Detours........................................................SP-40 1-07.24 Rights of Way....................................................................................................SP-42 1-08 PROSECUTION AND PROGRESS............................................................................................SP-43 1-08.0 Preliminary Matters New Section....................................................................SP-43 1-08.0(1) Preconstruction Conference New Section........................................................SP-43 1-08.0(2) Hours of Work New Section.............................................................................SP-43 1-08.3 Progress Schedule..............................................................................................SP-44 1-08.3(2) Progress Schedule Types...................................................................................SP-44 1-08.3(2)B Type B Progress Schedule.................................................................................SP-44 1-08.4 Notice to Proceed and Prosecution of Work......................................................SP-45 1-08.5 Time for Completion.........................................................................................SP-45 1-08.5(1) Time for Physical Completion New Section.....................................................SP-46 1-08.5(2) Scheduled Dates Construction is Prohibited New Section................................SP-46 1-09 MEASUREMENT AND PAYMENT...........................................................................................SP-47 1-09.6 Force Account....................................................................................................SP-47 1-09.7 Mobilization......................................................................................................SP-47 1-09.8 Payment for Material on Hand..........................................................................SP-50 1-09.9 Payments ...........................................................................................................SP-51 1-09.9(1) Retainage...........................................................................................................SP-52 1-09.13 Claims Resolution.............................................................................................SP-52 1-09.13(3) Claims $250,000 or Less...................................................................................SP-52 1-09.13(3)A Administration of Arbitration............................................................................SP-52 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-ii August 2012 Phase I Intersection Improvements-Conformed Contract Documents Table of Contents 1-10 TEMPORARY TRAFFIC CONTROL.......................................................................................SP-52 1-10.1 General...............................................................................................................SP-52 1-10.2 Traffic Control Management.............................................................................SP-53 1-10.2(2) Traffic Control Plans.........................................................................................SP-53 1-10.4 Measurement.....................................................................................................SP-53 1-10.4(1) Lump Sum Bid for Project(No Unit Items)......................................................SP-53 1-10.5 Payment.............................................................................................................SP-53 1-10.5(1) Lump Sum Bid for Project(No Unit Items)......................................................SP-53 DIVISION 2-EARTHWORK..........................................................................................................SP-55 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP.......................................................SP-55 2-01.2 Disposal of Usable Material and Debris............................................................SP-55 2-01.5 Payment.............................................................................................................SP-55 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS........................................................SP-56 2-02.1 Description........................................................................................................SP-56 2-02.3 Construction Requirements...............................................................................SP-57 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters.....................................SP-57 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs New Section....................................SP-57 2-02.3(5) Removing Storm Sewer Pipes and Culverts New Section................................SP-58 2-02.3(6) Removing.Fence New Section..........................................................................SP-58 2-02.4 Measurement.....................................................................................................SP-58 2-02.5 Payment.............................................................................................................SP-59 2-03 ROADWAY EXCAVATION AND EMBANKMENT...............................................................SP-60 2-03.4 Measurement.....................................................................................................SP-60 2-03.5 Payment.............................................................................................................SP-60 2-09 STRUCTURE EXCAVATION....................................................................................................SP-60 2-09.1 Description........................................................................................................SP-60 2-09.2 Materials............................................................................................................SP-60 2-09.3 Construction Requirements...............................................................................SP-61 2-09.4 Measurement.....................................................................................................SP-61 2-09.5 Payment.............................................................................................................SP-62 DIVISION 5-SURFACE TREATMENTS AND PAVEMENTS....................................................SP-63 ,J 5-04 HOT MIX ASPHALT...................................................................................................................SP-63 5-04.3 Construction Requirements...............................................................................SP-63 5-04.3(7) Preparation of Aggregates .................................................................................SP-63 5-04.3(7)A Mix Design........................................................................................................SP-63 5-04.3(8) Mixing...............................................................................................................SP-64 5-04.3(8)A Acceptance Sampling and Testing-H 4A Mixture..........................................SP-64 5-04.3(8)Al General..............................................................................................................SP-64 5-04.3(8)A4 Definition of Sampling Lot and Sublot.............................................................SP-65 5-04.3(8)A5 Test Results........................................................................................................SP-65 5-04.3(8)A7 Test Section-HMA Mixtures...........................................................................SP-66 5-04.5 Payment.............................................................................................................SP-66 5-04.5(1) Quality Assurance Price Adjustments ...............................................................SP-66 5-04.5(1)A Price Adjustments for Quality of HMA Mixture...............................................SP-66 5-04.5(1)B Price Adjustments for Quality of HMA Compaction........................................SP-67 5-05 CEMENT CONCRETE PAVEMENT........................................................................................SP-67 5-05.1 Description........................................................................................................SP-67 5-05.2 Materials............................................................................................................SP-67 5-05.3 Construction Requirements............:..................................................................SP-67 City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-iii August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Table of Contents 5-05.3(1) Concrete Mix Design for Paving.......................................................................SP-68 5-05.3(1)A Decorative Stamped Concrete Pavement New Section.....................................SP-68 5-05.3(8) Joints..................................................................................................................SP-68 5-05.3(8)A Contraction Joints............................................................:.................................SP-68 5-05.3(8)C Construction Joints............................................................................................SP-69 5-05.4 Measurement.....................................................................................................SP-69 5-05.5 Payment.............................................................................................................SP-69 5-06 PERVIOUS SUBGRADE NEW SECTION................................................................................SP-70 5-06.1 Description........................................................................................................SP-70 5-06.2 Materials............................................................................................................SP-70 5-06.3 Construction Requirements...............................................................................SP-70 5-06.4 Measurement.....................................................................................................SP-70 5-06.5 Payment.............................................................................................................SP-70 DIVISION 6-STRUCTURES..........................................................................................................SP-71 6-07 PAINTING.....................................................................................................................................SP-71 6-07.1 Description........................................................................................................SP-71 6-07.2 Materials............................................................................................................SP-71 6-07.3 Construction Requirements...............................................................................SP-74 6-07.3(11) Painting or Powder Coating of Galvanized Surfaces........................................SP-74 6-07.3(11)A Painting of Galvanized Surfaces .......................................................................SP-74 6-07.5 Payment.............................................................................................................SP-75 6-13 STRUCTURAL EARTH WALLS...............................................................................................SP-75 6-13.2 Materials............................................................................................................SP-75 6-13.3 Construction Requirements...............................................................................SP-78 6-13.3(2) Submittals..........................................................................................................SP-79 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection...........................SP-80 6-13.4 Measurement.....................................................................................................SP-80 6-13.5 Payment........................................................................................:....................SP-80 DIVISION 7-DRAINAGE STRUCTURES,STORM SEWERS, SANITARY SEWERS,WATER MAINS,AND CONDUITS.................................................................................................................SP-83 7-04 STORM SEWERS.........................................................................................................................SP-83 7-04.2 Materials..............................................................................................................SP-83 7-04.5 Payment..........:..................................................................................................SP-83 7-05 MANHOLES,INLETS,CATCH BASINS,AND DRYWALLS...............................................SP-83 7-05.1 Description........................................................................................................SP-83 7-05.3 Construction Requirements...............................................................................SP-83 7-05.3(4) Inserting Structures on Existing Pipe New Section...........................................SP-83 7-05.3(5) Adjusting Valve Boxes New Section.................................................................SP-84 7-05.4 Measurement.....................................................................................................SP-84 7-05.5 Payment.............................................................................................................SP-84 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS..........................................................SP-85 7-08.3 Construction Requirements...............................................................................SP-85 7-083(4) Plugging Existing Pipe......................................................................................SP-85 7-08.4 Measurement.....................................................................................................SP-85 7-08.5 Payment.............................................................................................................SP-86 7-09 WATER MAINS............................................................................................................................SP-86 7-09.1 Description........................................................................................................SP-86 7-09.1(1) Definitions.........................................................................................................SP-86 7-09.1(1)E Trench Backfill..................................................................................................SP-86 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-iv August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Table of Contents 7-09.3 Construction Requirements...............................................................................SP-86 7-09.3(l) General..............................................................................................................SP-86 7-09.3(5) Grade and Alignment.........................................................................................SP-86 7-09.3(8) Removal and Replacement of Unsuitable Materials .........................:...............SP-87 7-09.3(10) Backfilling Trenches..........................................................................................SP-87 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement.................................SP-87 7-09.3(19) Connections.......................................................................................................SP-87 7-.09.3(19)A Connections to Existing Mains..........................................................................SP-87 7-09.3(22) BlowoffAssemblies...........................................................................................SP-87 7-09.3(23) Hydrostatic Pressure Test..................................................................................SP-88 7-09.4 Measurement.....................................................................................................SP-88 7-09.5 Payment.............................................................................................................SP-89 7-10 ABANDON EXISTING WATER MAIN NEW SECTION.......................................................SP-92 7-10.1 Description........................................................................................................SP-92 7-10.2 Material..............................................................................................................SP-92 7-10.3 Construction Requirements...............................................................................SP-92 7-10.4 Measurement.....................................................................................................SP-93 7-10.5 Payment.............................................................................................................SP-93 7-11 STEEL CASING NEW SECTION..............................................................................................SP-94 7-11.4 Measurement...................................:.................................................................SP-94 7-11.5 Payment.............................................................................................................SP-94 7-12 VALVES FOR WATER MAINS...........................................:......................................................SP-94 7-12.1 Description........................................................................................................SP-94 7-12.2 Materials............................................................................................................SP-94 7-12.3 Construction Requirements...............................................................................SP-95 7-12.4 Measurement.....................................................................................................SP-96 7-12.5 Payment................................................................................... .........................SP-96 7-14 HYDRANTS...................................................................................................................................SP-97 7-14.2 Materials............................................................................................................SP-97 7-14.4 Measurement.....................................................................................................SP-98 7-14.5 Payment................................................................... .........................................SP-98 7-20 BIOFILTRATION VAULT NEW SECTION............................................................................SP-98 7-20.1 Description....................................................................................:...................SP-98 7-20.2 Materials............................................................................................................SP-99 7-20.3 Construction Requirements...............................................................................SP-99 7-20.4 Measurement.....................................................................................................SP-99 7-20.5 Payment.............................................................................................................SP-99 DIVISION 8-MISCELLANEOUS CONSTRUCTION...............................................................SP-101 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL........................................SP-101 8-01.3 Construction Requirements.............................................................................SP-101 8-01.3(l) General............................................................................................................SP-101 8-01.3(1)A Submittals........................................................................................................SP-101 8-01.5 Payment...........................................................................................................SP-101 8-02 ROADSIDE RESTORATION....................................................................................................SP-102 8-02.1 Description......................................................................................................SP-102 8-02.3 Construction Requirements.............................................................................SP-102 8-02.3(2) Roadside Work Plan........................................................................................SP-102 8-02.3(4) Topsoil.............................................................................................................SP-102 8-02.3(4)A Topsoil Type A.................................................................................................SP-103 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-v August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Table of Contents 8-02.3(5) Planting Area Preparation................................................................................SP-103 8-02.3(7) Layout of Planting.........................................:.................................................SP-103 8-02.3(8) Planting............................................................................................................SP-103 8-02.3(9) Pruning, Staking, Guying and Wrapping.........................................................SP-104 8-02.3(11) Bark or Wood Chip Mulch..............................................................................SP-104 8-02.3(13) Plant Establishment.........................................................................................SP-104 8-02.3(16) Lawn Installation............................................................. .............................SP-106 8-02.3(16)A Lawn Installation.............................................................................................SP-106 8-02.3(18) Landscape and Irrigation Maintenance Bond New Section..............................SP-107 8-02.4 Measurement...................................................................................................SP-107 8-02.5 Payment...........................................................................................................SP-107 8-03 IRRIGATION SYSTEMS..........................................................................................................SP-108 8-03.1 Description......................................................................................................SP-108 8-03.3 Construction Requirements.............................................................................SP-108 8-03.3(3) Piping...................:...............................................................................:...........SP-109 8-03.3(5) Installation.......................................................................................................SP-109 8-03.3(6) Electrical Wire Installation..............................................................................SP-109 8-03.3(11) System Operation............................................................................................SP-110 8-03.3(12) Cross-Connection Control Device Installation................................................SP-110 8-03.3(13) Irrigation Water Service...................................................................................SP-110 8-03.3(15) Protection,Restoration and Extension of Existing Irrigation Systems............SP-110 8-03.4 Measurement...................................................................................................SP-111 8-03.5 Payment...........................................................................................................SP-111 8-04 CURBS,GUTTERS,AND SPILLWAYS...................................................................................SP-112 8-04.3 Construction Requirements.............................................................................SP-112 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways.............................................SP-112 8-04.3(1)B Cement Conc.Traffic Island Curb New Section.............................................SP-112 8-04.3(1)C Cement Conc. 410C Curb New Section..........................................................SP-112 8-04.3(1)D Remove and Reset Cement Concrete Wheel Stops New Section....................SP-112 8-04.4 Measurement...................................................................................................SP-113 8-04.5 Payment...........................................................................................................SP-113 8-09 RAISED PAVEMENT MARKERS...........................................................................................SP-113 8-09.2 Materials..........................................................................................................SP-113 8-12 CHAIN LINK FENCE AND WIRE FENCE............................................................................SP-113 8-12.2 Materials..........................................................................................................SP-113 8-12.3 Construction Requirements.........................................................4...................SP-114 8-12.3(1)E . Chain Link Gates.............................................................................................SP-114 8-12.3(1)F Chain Link Fence Type USPS-8 Ft.Ht.New Section..................................SP-114 8-12.3(1)G Coated Chain Link Fence Type 3 (Mod.)-8 Ft. Ht.New Section.................SP-114 8-12.4 Measurement...................................................................................................SP-114 8-12.5 Payment...........................................................................................................SP-114 8-14 CEMENT CONCRETE SIDEWALKS.....................................................................................SP-115 8-14.1 Description......................................................................................................SP-115 8-14.3 Construction Requirements.............................................................................SP-115 8-14.3(2) Forms..........................:....................................................................................SP-115 8-14.3(3) Placing and Finishing Concrete.......................................................................SP-116 8-14.3(4) Curing..............................................................................................................SP-116 8-14.3(6) Concrete Mix Design for Pervious Paving New Section ................................SP-117 8-14.3(7) Consistency for Pervious Concrete New Section............................................SP-117 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-vi August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Table of Contents 8-14.3(8) Equipment for Pervious Sidewalk Pavement New Section.............................SP-117 8-14.3(8)A Batching Plant and Equipment New Section...................................................SP-117 8-14.3(8)B Mixing Equipment New Section................................... ...............................SP-118 8-14.3(9) Acceptance of Pervious Portland Cement Concrete Pavement New Section..SP-118 8-14.3(10) Mixing Pervious Concrete New Section.........................................................SP-118 8-14.3(11) Subgrade for Pervious Concrete New Section................................................SP-118 8-14.3(12) Placing, Spreading and Compacting Pervious Concrete New Section............SP-118 8-14.3(13) Pervious Concrete Joints New Section............................................................SP-119 8-14.3(14) Curing Pervious Concrete New Section..........................................................SP-119 8-14.3(15) Acceptance of Pervious Cement Concrete Sidewalk New Section.................SP-119 8-14.4 Measurement...................................................................................................SP-119 8-14.5 Payment...........................................................................................................SP-120 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL...........................SP-120 8-20.1 Description......................................................................................................SP-120 8-20.1(1) Regulations and Code......................................................................................SP-122 8-20.1(2) Industry Codes and Standards.........................................................................SP-122 8-20.1(3) Restrictions on the Schedule of Work New Section........................................SP-122 8-20.1(4) Permits New Section.......................................................................................SP-123 8-20.2 Materials..........................................................................................................SP-123 8-20.2(1) Equipment List and Drawings.........................................................................SP-125 8-20.3 Construction Requirements.............................................................................SP-126 8-20.3(l) General............................................................................................................SP-126 8-20.3(1)A Illumination Requirements During Construction New Section.......................SP-126 8-20.3(1)B Signalization Requirements During Construction New Section.....................SP-126 8-20.3(4) Foundations.....................................................................................................SP-126 8-20.3(5) Conduit....................................:.......................................................................SP-131 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes................................................SP-131 8-20.3(8) Wiring..............................................................................................................SP-132 8-20.3(9) Bonding, Grounding........................................................................................SP-133 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet..................SP-133 8-20.3(11) Testing.............................................................................................................SP-133 8-20.3(13) Illumination Systems.......................................................................................SP-134 8-20.3(13)A Light Standards................................................................................................SP-134 8-20.3(14) Signal Systems ................................................................................................SP-136 8-20.3(14)C Induction Loop Vehicle Detectors...................................................................SP-136 8-20.3(14)D Test for Induction Loops and Lead-in Cable...................................................SP-136 8-20.3(14)E Signal Standards..............................................................................................SP-136 8-20.3(14)F Opticom Priority Control Systems New Section.............................................SP-137 8-20.3(15) Grout................................................................................................................SP-138 8-20.3(18) Video Detection System New Section.............................................................SP-138 8-20.3(19) Security Gate System New Section.................................................................SP-139 8-20.4 Measurement...................................................................................................SP-139 8-20.5 Payment...........................................................................................................SP-140 8-21 PERMANENT SIGNING...........................................................................................................SP-141 8-21.3 Construction Requirements.............................................................................SP-141 8-21.5 Payment...........................................................................................................SP-142 8-26 USPS SITE IMPROVEMENTS NEW SECTION....................................................................SP-142 8-26.1 Description......................................................................................................SP-142 8-26.2 Materials..........................................................................................................SP-142 8-26.3 Construction Requirements.............................................................................SP-142 8-26.4 Measurement...................................................................................................SP-143 8-26.5 Payment...........................................................................................................SP-144 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-vii August 2012 Phase I Intersection Improvements-Conformed Contract Documents Table of Contents 8-31 FRANCHISE AERIAL UTILITY CONVERSION NEW SECTION....................................SP-144 8-31.1 Description.......................................................................................................SP-144 8-31.1(1) Regulations and Codes....................................................................................SP-146 8-31.2 Materials..........................................................................................................SP-146 8-31.3 Construction Requirements.....................................:.......................................SP-148 8-31.3(1) Excavation.......................................................................................................SP-149 8-31.3(2) Telecommunications Service Connections......................................................SP-150 8-31.3(3) Placing Structures Furnished by Others..........................................................SP-150 8-31.3(4) Reconnect Electrical Service.................................................................... .......SP-150 8-31.3(5) Removing and Replacing Improvements ........................................................SP-150 8-31.3(6) Conduit............................................................................................................SP-150 ( I 8-31.3(7) Vaults,Handholes, and Appurtenances ...........................................................SP-151 8-31.3(8) Existing Utilities..............................................................................................SP-151 8-31.4 Measurement...................................................................................................SP-152 8-31.5 Payment............................................................................................................SP-153 DIVISION 9-MATERLALS...........................................:...............................................................SP-155 9-03 AGGREGATES...........................................................................................................................SP-155 9-03.14 Borrow.............................................................................................................SP-155 9-03.14(1) Gravel Borrow.................................................................................................SP-155 9-14 EROSION CONTROL AND ROADSIDE PLANTING..........................................................SP-155 9-14.1 Soil ...........................................:......................................................................SP-155 9-14.1(1) Topsoil Type .....................................:...........................................................SP-155 9-29 ILLUMINATION,SIGNAL,ELECTRICAL...........................................................................SP-156 9-29.1 Conduit, Innerduct, and Outerduct..................................................................SP-156 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes.................................................SP-156 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes.............................................SP-156 9-29.2(1)A Standard Duty Junction Boxes........................................................................SP-156 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable......................................SP-156 9-29.3(2) Electrical Conductors and Cable.....................................................................SP-156 9-29.3(2)J Cable for Vehicle Video Detection Cameras New Section..............................SP-157 9-29.6 Light and Signal Standards..............................................................................SP-157 9-29.6(1) Steel Light and Signal Standards.....................................................................SP-157 9-29.6(1)B Decorative Signal Poles Type II and III New Section.....................................SP-157 9-29.6(1)C Decorative Light Poles New Section...............................................................SP-158 9-29.10 Luminaires...........................................:...........................................................SP-159 9-29.10(2) Decorative Luminaires....................................................................................SP-159 9-29.11 Control Equipment..........................................................................................SP-159 9-29.11(2) Photoelectric Controls......................................................................................SP-159 9-29.13 Traffic Signal Controllers SP-160 9-29.13(2) Flashing Operations......:...................................................................................SP-161 9-29.13(3) Emergency Preemption ...................................................................................SP-162 9-29.13(4) Wiring Diagrams.............................................................................................SP-163 9-29.13(6) Radio Interference Suppressors.......................................................................SP-163 9-29.13(7) Traffic-Actuated Controllers ...........................................................................SP-163 9-29.13(7)A Environmental,Performance, and Test Standards for Solid-State Traffic Controllers...............s .;....................................................................................SP-164 9-29.13(7)B Auxiliary Equipment for NEMA Controllers..................................................SP-165 9-29.13(7)D NEMA Controller Cabinets.............................................................................SP-177 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-viii August 2012 Phase 1 Intersection Improvements-Conformed Contract Documents Table of Contents 9-29.16 Vehicular Signal Heads,Displays and Housing..............................................SP-178 9-29.16(2) Conventional Traffic Signal Heads..................................................................SP-178 9-29.16(2)A Optical Units.......................:............................................................................SP-179 9-29.16(2)B Signal Housing................................................................................................SP-179 9-29.16(2)C Louvered Visors...............................................................................................SP-179 9-29.16(2)E Painting Signal Heads .......................... ...........................................................SP-179 9-29.16(2)F Back Plates New Section.................................................................................SP-179 9-29.17 Signal Head Mounting Brackets and Fittings..................................................SP-.180 9-29.18 Vehicle Detector..............................................................................................SP-181 9-29.18(1) Induction Loop Detectors................................................................................SP-181 9-29.18(3) Video Detection System New Section.............................................................SP-187 9-29.19 Pedestrian Push Buttons..................................................................................SP-189 9-29.20 Pedestrian Signals............................................................................................SP-190 9-29.20(1) LED Pedestrian Displays.................................................................................SP-190 9-29.24 Service Cabinets..............................................................................................SP-190 9-29.24(2) Electrical Circuit Breakers and Contactors .....................................................SP-191 9-29.24(3) Painting New Section.......................................................................................SP-191 9-29.25 Amplifier,Transformer, and Terminal Cabinets..............................................SP-19,2 9-29.26 Traffic Signal Battery Backup System(BBS)New Section............................SP-192 9-30 WATER DISTRIBUTION MATERIALS.................................................................................SP-196 9-30.2 Fittings.............................................................................................................SP-196 9-30.2(6) Restrained Joints..............................................................................................SP-196 9-30.3 Valves..............................................................................................................SP-196 9-30.3(1) Gate Valves(3-inches to 16-inches)................................................................SP-196 9-30.3(6) Valve Stem Extensions....................................................................................SP-196 9-30.5 Hydrants...........................................................................................................SP- 196 City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-IX August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Table of Contents (This page intentionally left blank) II City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-x August 2012 Phase I Intersection Improvements—Conformed Contract Documents Table of Contents i INTRODUCTION TO THE SPECIAL PROVISIONS (******) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to.pertain only to that particular portion of the section, and in no way should it be interpreted that . the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (******) Notes a Project Specific Special Provision (KCWD) Notes a Project Specific Special Provision exclusively for King County Water District No. 90 work in Schedule C. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road,Bridge and Municipal Construction, WSDOT/APWA, current edition • American Water Works Association Standards, current edition • Standard Plans from City of Renton Contractor shall obtain copies of these publications, at Contractor's own expense. The Standard Specifications, except as they may be modified or superseded by these Special Provisions, shall govern all phases of work under this contract, and they are by reference made an integral part of these specifications and contract as if herein fully set forth. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-1 August 2012 Phase 1 Intersection Improvements—Conformed Controci Documents Introduction to the Special Provisions (This page intentionally left blank) City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-2 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Introduction to the Special Provisions DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995, WSDOT GSP) This Contract provides for the improvement of *** NE 4th Street between Union Avenue NE and Whitman Court NE *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (September 12, 2008 AP WA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and"State Treasurer" shall be revised to read"Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency,be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified'separately in the proposal, from which the Contracting Agency may make a choice, between different methods or material of construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-3 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Table of Contents Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract ate fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. This Section is supplemented with the following: District King County Water District No. 90 USPS United States Postal Service City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-4 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace-it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract,a bidder must meet at least the minimum qualifications of RCW 39.04.350(1)to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids(Advertisement for Bids)for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") *** 10 *** Furnished automatically upon award Contract Provisions *** 10 *** Furnished automatically upon award Large plans (e.g., 22"x 34") *** 5 *** Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4 Examination of Plans,Specifications,and Site of Work Section 1-02.4 is supplemented with the following: (******) The soils information used for study and design of this project is available on-line along with the Contract Documents through Builder's Exchange of Washington Inc. athttp://wwww.bxwa.com. Minor variations and miscellaneous items may not be shown in the Plans. In accordance with the Standard Specifications, it shall be the Contractor's responsibility to examine the site, become familiar with all attendant conditions and determine the difficulties and work involved, and to accept the site in its existing condition at the time of the award of contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-5 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I 1-02.5. Proposal Forms (June 27, 2011 AP WA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for,but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 AP WA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form,nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president(or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/1VIBE requirements are to be satisfied through such an agreement. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-6 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division I Section 1-02.6 is supplemented with the following: (August 7, 2006 WSDOT GSP) Progress Schedule Minimum Bid A minimum bid of*** $5,000.00 *** lump sum has been established for the item "Type *** B *** Progress Schedule." The Contractor's bid shall equal or exceed that amount. If the Contractor's bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents,to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-7 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-02.13 Irregular Proposals (March 25, 2009 AP WA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 25, 2009 AP WA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-8 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 4. an.unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i)financial, historical, or operational data from the Bidder; (ii)information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination., If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute.a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-9 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-02.15 Pre-Award Information (October 1, 2005 AP WA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. .7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006, APWA GSP) Revise the first paragraph of Section 1-03.1 to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount the Contracting_Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-10 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 1-03.3 Execution of Contract i (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number o_f copies to be executed by the Contractor will be determined by the Contracting Agency. Within *** fourteen 14) *** calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of *** seven 7 *** additional calendar days for return of the documents,provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier Subcontractors of the Contractor)to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-11 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division I 5. Be accompanied by power of attorney for the Surety's officer empowered to sin the bond; and t.. 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). Section 1-03.4 is supplemented with the following: (June 27, 2011 WSDOT GSP) Release of Contract Bond will be 60 days following Contracting Agency Final Acceptance of Contract,provided following conditions are met: 1. Payment to the State with respect to taxes imposed pursuant to Title 82, RCW on Contracts totaling more than $35,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency(RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per Section 1-07.10) shows the Contractor, Subcontractor(s) and any lower tier Subcontractor(s) are current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the Contract Bond have been resolved. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents,Plans,Special Provisions, Specifications, and Addenda I Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, I 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road,Bridge and Municipal Construction, City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-12 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road,Bridge, and Municipal Construction. 1-04.4 Changes The last two paragraphs are replaced with the following: The Contracting Agency does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. The Contractor shall show in his progress payment application the amount of that payment that is attributed to each of the Bid Schedules. Add the following new section: 1-04.12 Contractor-Discovered Discrepancies New Section Upon receipt of award of Contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given,if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-13 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes Section 1-05.4 is supplemented with the following: Contractor Supplied Surveying Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, retaining walls, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift,the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced.A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency and expand into secondary control by adding stakes and hubs as well as additional survey i control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish retaining wall horizontal alignments. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish retaining wall top of wall profile grade. 5. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-14 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I I 6. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart.The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 7. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 8. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 9. Establish the horizontal and vertical location of all curbs, curb ramps, sidewalks and driveway entrances, placing offset stakes to the curb ramp points specified in the plans and curb flow lines at horizontal intervals not greater than 20 feet between specified points/flowline elevations. 10. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 20 feet in tangent sections and at 10-foot intervals in intersection/parking island radii with a radius less than 40 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 11. Establish intermediate elevation benchmarks as needed to check work throughout the project. 12. Provide references for paving pins at 20-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 13. For all other types of construction included in this provision, (including but not limited to constructing channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 14. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown in the .contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-15 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope Stakes ±0.10 feet ±0.10 feet Subgrade Grade Stakes Set ±0.01 feet ±0.5 feet 0.04 Feet Below Grade (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on Roadway NA ±0.1 feet Alignment on Roadway NA ±0.04 feet Surfacing Grade Stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet normal to alignment) Roadway Paving Pins for ±0.01 feet ±0.2 feet Surfacing or Paving (parallel to alignment) ±0.1 feet (normal to ali ent Storm Drainage Pipe Invert ±0.01 feet ±0.1 feet Elevation The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes . are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A-10.10-00. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-16 August 2012 Phase 1 Intersection Improvements_Conformed Contract Documents Division I 1 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: "Contractor Surveying", lump sum. The lump sum contract price for "Contractor Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work as specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. Add the following new section: 1-05.5 Contractor Provided As-Built Information New Section It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset, and elevation for each major item of work done under this contract. Major items of work shall include but not be limited to: manholes, catch basins and inlets, valves, vertical and horizontal bends,junction boxes, cleanouts, side sewers, street lights and standards,hydrants, major changes in design grade,vaults, culverts, signal poles, electrical cabinets,bridges and structures. After the completion of the work covered by this contract,the Contractor's surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one full size set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one full size set of white prints of the project drawings upon which he has plotted the as-built location of the new work as recorded in the field book(s). This drawing shall bear the surveyor's seal and signature certifying its accuracy. Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Project Red Line Drawings", lump sum. The lump sum contract price for "Project Red Line Drawings" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-17 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable tot the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any, other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace with the following sections: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use,the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion _ Date and the Contractor considers the work physically complete and ready for final inspection. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-18 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-19 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-05.13 Superintendents,Labor,and Equipment of Contractor (March 25, 2009 AP WA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14,it will take these performance reports into account. 1-05.14 Cooperation With Other Contractors Section 1-05.14 is supplemented with the following: (March 13, 1995 WSDOT GSP) Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: *** Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy—Power,Potelco, Inc., 2. Puget Sound Energy—Gas, InfraSource Construction,LLC, 3. CenturyLink—Telecommunications, 4. Comcast Cable—Telecommunications, 5. City of Renton—Water, Storm Sewer, Traffic Operations,Telecommunications, 6. Renton School District—Telecommunications, 7. Seattle Public Utilities—Water, and 8. Private contractors employed by adjacent property owners. *** 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract,must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-20 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I Add the following new section: 1-05.16 Water and Power New Section (October 1, 2005 AP WA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements New Section (October 1, 2005 AP WA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on,or near the project site. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-21 August.2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I Section 1-07.1 is supplemented with the following: (April 3, 2006 WSDOT GSP) Confined Space Confined spaces are known to exist at the following locations: ***Existing storm drainage, sanitary sewer, and other utility systems,vaults, and structures,along with all similar new construction items that meet the requirements of WAC 296-809-100.,*** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space.No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes - Delete this section, including its sub-sections,in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 AP WA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the Y t� p amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-22 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I 1-07.2(1)State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2)State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3)Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations Section 1-07.5 is supplemented with the following: (September 20, 2010 WSDOT GSP) Environmental Commitments The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, imposed upon the Contracting Agency by the various documents referenced in the Special Provision PERMITS AND LICENSES. Throughout the work, the Contractor shall comply with the following requirements: City of Renton. 214-1779-039 NE 3rd/4th Corridor Improvements SP-23 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I (August 3, 2009 WSDOT GSP) The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer. (August 3, 2009 WSDOT GSP) No Contractor staging areas will be allowed within *** 300 *** feet of any waters of the State including wetlands. (August 3, 2009 WSDOT GSP) Payment All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached in Appendix D for informational purposes. All contacts with the permitting agency concerning the below-listed permit(s) shall be through the Engineer. The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable bid items for the work involved. Copies of these permits are required to be on-site at all times. City of Renton—Noise Variance (******) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the.natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. (******) The Contracting Agency is in the process of obtaining coverage for this project under the Washington State Department of Ecology Construction Stormwater General Permit (NPDES Permit). A copy of the NPDES Permit is included in Appendix D for informational purposes. It is anticipated that coverage for the Contractor under the permit for this project will be available by approximately August 15, 2012. Prior to this time the Contactor shall ensure that all construction activities will not discharge pollutants to the waters of the State (including but not limited to the existing storm drainage system, ditches, wetlands, creeks,rivers, lakes and marine waters) nor cause any violation of any water quality standard. All contacts with the permitting agency concerning the Construction Stormwater Permit shall be through the Engineer. All costs to comply with the NPDES Permit shall be included in the applicable bid items for the work involved.After issuance, a copy of this permit will be required to be on-site at all times. City ty of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-24 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995, WSDOT GSP) If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor"s expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(5) Required Documents (January 24, 2011 AP WA GSP) Supplement this section with the following: The Contractor or subcontractor directly contracting for "Off-Site, Prefabricated, Non-Standard, Project Specific Items" as defined below shall identify and report information required on the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700-164-000]. The Contractor shall include language in its subcontracts requiring subcontractors and lower-tier subcontractors to comply with the reporting requirements for"Off-Site, Prefabricated,Non-Standard,Project Specific Item" on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010, through December 31,2013. "Off-site,prefabricated, nonstandard,project specific items"means products or items that are: 1. Made primarily of architectural or structural precast concrete; fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and 2. Produced specifically for this Project and not considered to be regularly available shelf items; and 3. Produced or manufactured by labor expended to assemble or modify standard items; and 4. Produced at an off-site location outside the State of Washington. The Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in order to comply with the reporting requirements for use of"Off-Site, Prefabricated, Non-Standard, Project Specific" items: 1. The estimated cost of the project; 2. The name of the Contracting Agency and the project title; City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-25 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 3. The contract value of the off-site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials; and 4. The name, address, and federal employer identification number of the contractor that produced the off-site,prefabricated, nonstandard,project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off-Site Prefabricated Non-Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage Revise the first paragraph of Section 1-07.13(4)to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only.No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07.16(3) Fences,Mailboxes,Incidentals Section 1-07.16(3) is supplemented with the following: The Contractor shall maintain any temporary fencing to prevent pedestrians from entering the worksite and to maintain the secure perimeter of the King County Water District No. 90 Pump Station Site and of the employee-only secure area of the U.S. Post Office (LISPS) site at the NW and SE corners of the NE 4th Street and Whitman Court NE intersection,respectively. Temporary fencing for the Pump Station shall be 8 feet tall, with or without barbed wire. Temporary fencing for the USPS site shall be constructed of embedded posts and shall provide overall height with barbed wire to match the existing perimeter fencing at the site. Additional temporary fencing and/or other barricades shall be provided to prevent pedestrians from entering active construction areas within adjacent commercial sites. Areas that are not currently under construction as identified in the approved project schedule shall be made safe by the Contractor and reopened to property owner/customer use until such time as active construction activities resume. Add the following new section 1-07.16(6) Property Owner Commitments New Section The Contractor shall comply with all Property Owner Commitments listed in Appendix D of these Special Provisions. The Work shall be measured and paid under the bid items included in the Proposal. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-26 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007 WSDOT GSP) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors,will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement, or construction within the project limits will be completed as follows: • Puget Sound Energy(PSE) will supply the conduits and vaults for the relocation of the power system for the project. The Contractor shall install the conduits and vaults per the plans and specifications. For Joint Utility Trench requirements, PSE material delivery lead times, etc. see Section 8-31. Once the conduits and vaults have been installed for the entire length of the project and the installation approved by PSE, PSE will pull new wires, energize the entire new system, cut-over the new services and de-energize the old system. Work performed by PSE is anticipated to require $$90$$ calendar days after completion and acceptance of the joint utility trench duct and vault system. • CenturyLink will supply the conduits and vaults for relocation of their telecommunications for the project. The Contractor shall install the conduits per the plans and specifications. For Joint Utility Trench requirements, CenturyLink material delivery lead times, etc. see Section 8-31. Once the conduits have been installed for each completed section of Joint Utility Trench and the installation approved by CenturyLink, CenturyLink will pull new wires and cut-over the new services within that segment of completed Joint Utility Trench. Work performed by CenturyLink is anticipated to require $$10$$ working days after completion and acceptance of the joint utility trench duct and vault system. These working days are in addition to working days allowed for other utilities to cut over to the joint utility trench. The Contractor shall provide CenturyLink with ten(10)working days' notice prior to CenturyLink's working window. • Comcast will supply the conduits and vaults for relocation of their telecommunications for the project. The Contractor shall install the conduits per the plans and specifications. For Joint Utility Trench requirements, Comcast material delivery lead times, etc. see Section 8-31. Once the conduits have been installed for each completed section of Joint Utility Trench and the installation approved by Comcast, Comcast will pull new wires and cut-over the new services within that segment of completed Joint Utility Trench. Work performed by Comcast Cable is anticipated to require $$10$$ working days after completion and acceptance of the joint utility trench duct and vault system. These working days are in addition to working days allowed for other utilities to cut over to the joint utility trench. The Contractor shall provide Comcast with ten (10) working days' notice prior to Comcast's working window. • King County Water District #90 (District) The Contractor shall provide a full three working days advance notice for each connection which requires cutting of the existing City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-27 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 water main or any work requiring a shut-down of the existing water main. The Contractor shall not shut down the existing water main during construction without written permission from the Engineer. The Contractor shall provide a minimum of three full working days (72 hours min.) advance, written notice to Engineer requesting permission to shut down the existing water main and the hours that the Contractor is requesting the shut down for. No permission will be granted for shut downs outside of work hours. The Water District reserves the right to reschedule the connection if the work area is not ready at the scheduled time for connection. • Renton Transportation Operations (Signal Shop)— Signal controller(s) and cabinet(s) shall be tested by City of Renton Transportation Maintenance Department at their shop located at 3555 NE 2nd Street Renton, WA 98056. Contact Dave Sherer at (425) 430-7423 and provide at least one week lead time, prior to delivery. The Contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the j ob site,and install.Allow three weeks for testing by the City. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their contractors prior to beginning on-site work. The following addresses and telephone numbers of utility companies or their contractors that will be adjusting, relocating, replacing, or constructing utilities within the project limits are supplied for the Contractor's use: *** Puget Sound Energy(power& gas) King County Water District No. 90 Contact: Kathy Johnson Contact: Tom Hoffman,Director Municipal Construction Planner 15606 SE 128th Street Puget Sound Energy Renton,WA 98059 355 110th Avenue NE EST-6W Phone: 425-255-960 Bellevue, WA 98004 Phone: 425 462-3381 Cell: 206 240-2482 Kathyjohnson@pse.com Seattle Public Utilities CenturyLink Communications Contact: Eugene Mantchev,P.E. 23315—66th Avenue South 700 Fifth Ave., Suite 4900 Kent, Washington 98032 P.O.Box 34018 Attn: Tonna Baruso Seattle, WA 98124-4018 Phone: 206-345-4055 Phone: 206-684-0335 Cell: 206-387-3263 24-hour Dispatch: 206-684-8535 eugene.mantchev @seattle.gov Comcast Cable Renton—Traffic Signal and Sign Shop 4020 Auburn Way,North Contact: Dave Sherer Auburn,WA 98002 3555 NE 2nd Street Attn: Bill Walker Renton, WA 98056 Phone: 206-255-6975 Phone: 425-430-7423 dsherer@tentonwa.gov City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-28 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I Renton—Information Services Renton School District (City-owned Fiber Optic) (District owned Fiber Optic) Contact: Ron Hansen Contact: Steve Lewey 1055 South Grady Way 16250 NE 74th St Renton, WA 98057 Redmond WA 98052 Phone: 425-430-6873 Phone: (425) 936-1386 rhansen @rentonwa.gov Renton—Stormwater Renton—Stormwater Maintenance Contact: Richard Marshall Contact: Richard Marshall or Stan Job 1055 So Grady Way 3555 NE 2nd Street Renton, WA 98057 Renton, WA 98056 Phone: 425-430-7507 Phone: 425-430-7400 rwmarshall @rentonwa.gov.or sjob @rentonwa.gov Renton—Water Maintenance Contact: George Stahl or Ray Sled 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7400 gstahl @rentonwa.gov or rsled @rentonwa.gov Section 1-07.17 is supplemented with the following: The Contractor shall call the One-Number Locator Service — 1-800-424-5555 —at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall coordinate his work with their work at no cost to the Contracting Agency. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-29 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities not potholed by the City in advance of the Contractor's operations. The Contractor shall submit any potholing request to the Engineer for approval, at least 2 working days before potholing is scheduled.Additionally,the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: "Utility Potholing",per Force Account. "Resolution of Utility Conflicts",per Force Account. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington(or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage,the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30)days after the Physical Completion date,unless otherwise indicated(see C.below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail"-) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a"cross liability"provision. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-30 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation,within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers *** • King County Water District No. 90, and other Franchise Utilities named in Bid Schedule(s)B, their officers,officials,employees and agents, • U.S. Post Office and its officers, employees, agents, and volunteers, and • Consultants contracted by the Contracting Agency to provide services during construction for this project,their officers, employees, and agents. *** The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3)describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency,the Contractor shall provide evidence of such insurance. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-31 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap/Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal&Advertising Injury, each offence Stop Gap/Employers' Liability $1,000,000 Each Accident $1,000,000 Disease-Policy Limit $1,000,000 Disease -Each Employee City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-32 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 1-07.18(5)B Automobile Liability i Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 4 e " 99 8 endorsement attached if pollutants are to be transported. Such policy(ies)must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. Add the following new section: 1-07.18(5)F Excess or Umbrella Liability New Section (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of *** $1 *** million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum,to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. Add the following new section: 1-07.18(5)G Pollution Liability New Section (May 10, 2006 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal, or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of: • Contractor's operations related to this project; and/or • Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos; and/or • Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage: $1 Million each loss and annual aggregate Add the following new section: 1-07.18(5)H Professional Liability New Section (May 10, 2006 AP WA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits: $1,000,000 per Claim City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-33 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division I If the scope of such design-related professional services includes work related to pollution conditions,the Professional Liability insurance shall include Pollution Liability coverage. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be.no later than the effective date of this Contract. 1-07.22 Use of Explosives Section 1-07.22 is modified as follows: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction under Traffic Section 1-07.23(1) is supplemented with the following: (April 2, 2007, WSDOT GSP) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-34 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 Minimum WZCZ distances are,measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way(Feet) 35 mph or less 10 40 mph 15 45 to55mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (August 7, 2006 WSDOT GSP) Lane closures are subject to the following restrictions: *** The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP)to the Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations (including work in clear zones) will be performed until the TCP is approved. The TCP Submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Sample sequencing and Construction Channelization Plans are included in the Contract Documents which may be used as a basis for this submittal. However, Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Temporary Channelization Plans indicate the minimum number of lanes required for each phase of work. Additional lane closures will only be permitted as identified under `Special Roadway Conditions' of this Section. 2. The Contractor shall maintain continuous two-way traffic along streets throughout the project site, except as specifically allowed under the `Special Roadway Conditions' described below. 3. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks, and driveways. 4. All driveways shall remain fully open to traffic at all times except as necessary to permit curing of construction materials or for short periods of time as required for excavations as specifically allowed. See "Special Driveway Conditions" below for additional information. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-35 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein. 8. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. 9. Temporary paint striping, reflective marking tape, and/or. retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of these Special Provisions. 10. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Contracting Agency due to time constraints imposed by these requirements. Special Roadway Conditions All existing travel lanes shall remain fully open to traffic at all times except as specifically allowed in this section. The following closures will be allowed when approved by the Engineer and as indicated on the Contractor's approved traffic control plan(s): Existing travel lanes on NE 4th Street within the project limits may be reduced to the following typical minimum widths during construction of the project, provided they are indicated as such in the approved Temporary Traffic Control Plan: a. Curb Lanes: 10.5 feet b. Interior Through Lanes: 10 feet C. Left Turn Lanes: 11 feet(including precast traffic curb on one side) NE 4th.Street—Staged Closures Durations as approved by the Engineer and subject to the conditions noted and Engineer's approval of Contractor's Traffic Control Plan. City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-36 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division I i S1. Eastbound right turn lane to Whitman Avenue NE (Station 6+65 to Whitman Avenue NE)may be closed or temporarily converted to a through-right lane. a. Contractor shall maintain 25-foot-minimum inside turn radius for vehicles making right turns from NE 4th to Whitman Avenue NE curb lane. b. If converting existing turn lane to a through lane, the Contractor shall first remove existing "pork chop" island at intersection and satisfy all other conditions of S2 Auxiliary Lane closure described below. c. Contractor shall provide temporary signal display, vehicular detection modifications, and signing modification as necessary if turn pocket is closed after proposed traffic signal has been activated. S2. Eastbound Auxiliary Lane (Whitman Avenue NE to Station 10+50) may be closed or temporarily converted to a continuous through lane during construction,provided all of the following conditions are met: a. New mail drop-off lane on Whitman Avenue NE has been fully activated, b. And, if converting auxiliary lane to through lane, Contractor shall remove existing curb bulb-out at southeast corner of Whitman Avenue NE intersection, maintain 25-foot-minimum inside turn radius for vehicles making right turns from Whitman Avenue NE to the curb lane and provide tapers, per the NIUTCD,to transition back to match existing lanes at each end. S3. Center Turn Lane (Station 3+50 to Station 9+60) may be closed or temporarily used as a continuous through lane during construction, provided all of the following conditions are met: a. Contractor shall maintain existing left turn pockets for access to driveways on the north side of NE 4th Street at all times when driveways are open to traffic. Exception: Turn pockets are not required during periods when driveways are closed as allowed under the"Special Driveway Conditions" in this section. b. Contractor shall maintain access to center refuge lane east of Station 9+60 at all times. c. Contractor shall modify and reconstruct existing median traffic islands and precast traffic curbs. NE 4th Street—Night Closures The westbound outside through lane (Union Avenue NE to Station 3+50) may be closed during nighttime hours (Sunday through Thursday— 8:00 p.m. to 5:00 a.m.) provided all of the following conditions are met: a. Contractor shall provide 5 working days' notice to Engineer, and b. Uniformed off-duty police officer shall be provided. Traffic Control for Traffic Signal Work See Section 8-20.1(3)for special conditions for traffic control during traffic signal work. Special Driveway Conditions Except as specifically allowed otherwise in this section, the following conditions shall apply to all driveways within the limits of the project: 1. All driveways shall remain fully open to traffic at all times except as necessary to permit curing of construction materials, or for short periods of time as required for excavations as specifically allowed below. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-37 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 2. At least one (1) driveway per parcel shall remain open at all times unless otherwise approved in writing by the Engineer and affected property owner. If a parcel has only one driveway, and no legal right to cross an adjacent parcel to access the affected parcel,then the Contractor shall construct the driveway one-half at a time or, with the Engineer's approval, make other temporary improvements as necessary to allow suitable passage of vehicles. 3. Business owners and/or residents shall be notified in writing at least 2 working days in advance of any planned driveway closures. 4. All driveways shall be restored with permanent proposed pavement surfaces, metal plates, and/or cold mix asphalt and re-opened to traffic at the end of each work day. Typical Daily Driveway Closures Up to one driveway per parcel may be fully closed during daytime off-peak traffic hours (9:00 a.m. to 3:00 p.m., seven days a week) for up to three (3) consecutive work days for each of the following construction activities when applicable to a given driveway: 1. Water main construction. 2. Storm drainage system construction. 3. Joint utility trench, including signal, illumination,and ITS utilities construction. Typical 4-Day Driveway Closures For each driveway requiring reconstruction by the project, the Contractor may fully close the affected driveway once during the duration of the project for a period of up to four (4) consecutive days to allow for. the Contractor's construction of cement concrete pavement, cement concrete driveway entrance, FERIA pavement, curbing, and other hardscape improvements associated with each affected driveway. Subject to the Special Driveway Conditions stated above, no more than one driveway per parcel may be closed at any given time. Safeway Shopping Center Driveway(North Leg of Whitman Avenue NE) Closure Provided the Contractor maintains driveway entrances No. 3 and No. 4 fully opened to traffic, and with the Engineer's approval, the Contactor may close the main Safeway driveway entrance (Whitman Avenue NE north of NE 4th Street) between Station 105+80 and Station 107+05 for a period of up to five (5) consecutive weeks to construct the following improvements within and around the main Safeway driveway: 1. Wall C and associated fencing. 2. Storm drain system on Whitman Avenue NE. 3. Cement concrete pavement on NE 4th Street. 4. HMA pavement on Whitman Avenue NE. 5. Curbing, sidewalks, planting beds and other hardscape improvements associated with the driveway and on NE 4th Street within the vicinity of the driveway. Driveway shall be open to one unrestricted lane of traffic in each direction of travel during the periods when construction is prohibited per Section 1-08.5(2). City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-38 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division I US Post Office Driveways Closures Customer Parking Lot Driveway Exit(Station 8+10) The Contractor may close the existing driveway exit from the Post Office customer parking lot to NE 4th Street only after all of the following conditions are met: 1. Customer parking lot access to Whitman Avenue NE has been widened as shown in the Plans. 2. Customer parking lot has been modified to the perpendicular parking configuration shown in the Plans. 3. Two-way traffic operation has been established in the parking lot. 4. Approval to close the existing driveway has been granted by the Engineer. Existing Mail Drop-Off Lane Driveway Entrance(Station 9+25) The Contractor may close the entrance to the existing mail drop-off lane only after all of the following conditions are met: 1. New mail drop-off lane, including signing and mail box relocation, is fully operational. 2. Approval to close the existing driveway has been granted by the Engineer. Existing Post Office Driveway Station 10+25) The existing Post Office Employee-only access to NE 4th Street shall remain fully open to traffic until all of the following conditions have been met: 1. New access driveway from Whitman Avenue NE, including key pad automated gate, is fully operational. 2. The existing "pork chop" traffic island has been removed from the southwest corner of the intersection at NE 4th Street and Whitman Avenue NE. 3. Approval to close the existing driveway has been granted by the Engineer. Additional Requirements 1. The Contractor shall provide a minimum of 7 days' notice of closures utilizing Portable Changeable Message Signs at the closure location. 2. The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. 3. A left-turn lane at all signalized intersections shall remain open at all times. 4. The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required because of staging. Payment Payment for Traffic Control Plans shall be considered included in"Project Temporary Traffic Control". *** If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 p.m. (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-39 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 1-07.23(2) Construction and Maintenance of Detours Section 1-07.23(2) is supplemented with the following: Pedestrian Control and Protection If no alternative is proposed within the contract plans, all existing pedestrian routes and access points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. The Contractor may propose Traffic Control Plans (TCPs) that comply with the MUTCD, ADA requirements, and these Specifications. Contractor proposed TCPs detailing the alternative accessible pedestrian route shall be approved by the Engineer prior to implementation. The plans will either be returned for correction, approved as noted, or approved for use by the end of a 10-day review period. Each time the plan is returned for correction, an additional 10-day review period may be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, and minimum clear width of 48-inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required.. Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe,well defined,and accessible. Whenever pedestrian walkways are provided across excavations, they shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of bounce and sway, have a slip resistant coating, and be free of cracks, holes, and irregularities that could cause tripping. Ramps, with a maximum slope of 8.3 percent, shall be provided at the entrance and exit of all raised footbridges. The maximum cross slope shall be 2.0 percent. When the existing facility is illuminated or TCP's requires illumination, illumination shall be provided during the hours of darkness.Retroreflective delineation shall be provided during hours of darkness. Where accessible pedestrian routes are allowed to be closed by the Engineer during construction, an alternate accessible pedestrian route shall be provided that complies with the MUTCD, ADA requirements and these Specifications. The alternate accessible pedestrian route shall not have abrupt changes in grade or terrain. Barriers and channelizing devices shall be detectable to pedestrians who have visual disabilities. Where it is necessary to divert pedestrians into the roadway, barricading, or channelizing devices shall be provided to separate the pedestrian route from the adjacent vehicular traffic lane. Barricading or channelizing devices used to separate pedestrian and vehicular traffic shall be crashworthy and, when struck by vehicles, present a minimum threat to pedestrians, workers, and occupants of impacting vehicles. At no time shall pedestrians be diverted into a portion of the street used concurrently by moving vehicular traffic. In addition the Traffic Control Plan shall address the following: • All pedestrians, including persons with disabilities, shall be provided with a safe and accessible route. • The width of the existing pedestrian facility shall be maintained if possible. When it is not possible to maintain a minimum width of 60 inches throughout the entire length of the pedestrian route, a minimum width of 48 inches shall be provided with 60-inch by 60-inch passing zones spaced at maximum intervals of 200 feet to allow individuals in wheelchairs to pass. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-40 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 • Traffic control devices and other construction materials and features shall not intrude into the usable width of the sidewalk, alternate accessible pedestrian route, or other pedestrian facility. • Signs and other devices mounted lower than 84 inches above the temporary accessible pedestrian route shall not project more than 4 inches into the accessible pedestrian route. • A smooth, continuous hard surface shall be provided throughout the entire length and width of the pedestrian route throughout construction. There shall be no curbs or vertical elevation changes greater than 1/2 inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between 1/4 inch and 1/2 inch shall be beveled at a maximum 2:1 slope. • When channelization is used to delineate a pedestrian pathway, a continuous detectable edging shall be provided throughout the length of the facility such that pedestrians using a cane can follow it. Edging shall protrude at least 6 inches above the surface of the sidewalk or pathway with the bottom of the edging a maximum of 2-1/2 inches above the surface. • Temporary ramps shall be provided when an alternate accessible pedestrian route crosses a curb and no permanent curb ramps are in place. The width of the curb ramp shall be a minimum of 48 inches and the maximum slope of the ramp shall be 8.3 percent. The maximum cross slope shall be 2.0 percent. The bottom of the curb ramp shall be flush with the roadway. Temporary detectable warning mats shall be installed at street crossings. • When possible, an alternate accessible pedestrian route shall be provided on the same side of the street as the disrupted route. When it is not possible, the alternate route shall be clearly identified at the nearest intersection crossing prior to the closure area. • Information regarding closed pedestrian routes, alternate crossings, and sign and signal information shall be communicated to pedestrians with visual disabilities by providing devices such as audible information devices, accessible pedestrian signals, or barriers and channelizing devices that are detectable to the pedestrians traveling with the aid of a cane or who have low vision. • It is desirable that pedestrians cross to the opposite side of the roadway at intersections rather than mid-block. Appropriate signing shall be placed at the intersections prior to any pedestrian route closure. • If not otherwise stated in the contract provisions, access to transit stops shall be provided and maintained at all times. Transit stops may be temporarily relocated with approval of the transit agency and the Project Engineer. • At locations where adjacent alternate walkways cannot be provided, appropriate signs shall be posted at the limits of construction and in advance of the closure at the nearest crosswalk or intersection, to divert pedestrians across the street. Physical barricades shall be installed to prevent visually impaired people from inadvertently entering a closed area. Measurement No specific unit of measurement will apply to the lump sum item for pedestrian control and protection. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-41 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item included in the Proposal: "Pedestrian Traffic Control", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor for construction, maintenance, and removal of all protective barricades, fencing, and bridges, together with warning and guidance devices detailed in the Plans or an alternative g g g g Y accessible pedestrian routes proposed by the Contractor. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. I Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements both permanent and temporary, necessary s for carrying out the work. Exceptions to this g P are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising,these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the-Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements,rights of entry or right of way,the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours' notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting — Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-42 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division I i property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters New Section (May 25, 2006 AP WA GSP) 1-08.0(1)Preconstruction Conference New Section (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2)Hours of Work New Section (June 27, 2011 AP WA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-43 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8-hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. 1-08.3 Progress Schedule Section 1-08.3(1)is supplemented with the following: The contractors shall schedule the project work to comply with all of the restrictions and conditions as noted in the Special Provisions Sections 1-05.14, 1-07.17, and 1-08.5(2). 1-08.3(2) Progress Schedule Types 1-08.3(2)B Type B Progress Schedule (October 10, 2008 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-44 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 Revise the first sentence of the second paragraph to read: The Contractor shall submit *** Five 5 *** copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 AP WA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. I 1-08.5 Time for Completion (June 28, 2007 AP WA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1)charged to the contract the week before; (2)specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week(a 4-10 schedule)and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. i City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-45 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 Add the following new sections: 1-08.5(1)Time for Physical Completion New Section This project shall be physically completed within 120 working days. Contract time shall begin on the first working day the Contractor starts on-site work or on the first working day following Notice to Proceed,whichever occurs first. 1-08.5(2)Scheduled Dates Construction is Prohibited New Section Construction on the Safeway and AutoZone parcels and driveway approaches to the Safeway and AutoZone parcels is prohibited during the following periods: • Memorial Day weekend. • July 4th weekend. 0 Labor Day weekend. • The Saturday preceding Thanksgiving through January 2. These dates are not counted as working days. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-46 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 1 I 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented with the following: The lump sum price for mobilization shall include any costs associated with de-mobilizing all materials or equipment associated with the suspension of work as defined in Section 1-08.5(2) and 1-08.6. Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary ` facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Contracting Agency. The Contractor shall provide, install, and maintain two 4-by 8-foot construction project sign(s) as directed by the Engineer. Project signs shall include logos for the City of Renton, Washington State Transportation Improvement Board (TIB), King County Water District No. 90, the United States Post Office, Safeway, and Seattle Bank. The Engineer will provide electronic format logo files for the Contractor's use. The Contractor shall provide scalable shop drawings of the signs that depict true-type font and color layouts of the signs for the Engineer's review and approval prior to fabrication. The Engineer shall verify the exact field location(s) with the Contractor prior to installation of the sign(s). All labor, material, and equipment used for installation and maintenance of the construction project sign(s) is incidental to the bid item"Mobilization". Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Mobilization"per lump sum. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-47 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 i Field Office for the Engineer's Staff The Contractor shall provide a field office on or adjacent to the Project Site for the use of the Engineer's staff within 5 Working Days from the Notice to Proceed Date. The field office, its location, and an alternate date if necessary, shall be subject to the approval of the Engineer and shall be established at the pre-construction meeting [see Section 1-08.1(2)]. The field office shall meet the following requirements: 1. The field office shall be a weather-tight building; either portable or permanent structure a minimum of 10 feet wide with not less than 300 square feet of clear floor space, having at least one door, and a window area of not less than 60 square feet. Windows shall open to allow ventilation. Doors and windows shall be provided with bug screens. The interior walls shall be covered with material suitable for displaying Contract plans and progress charts, etc. 2. To deter break-in and theft, window and door glass shall be protected with heavy security screens on metal frames bolted to the walls and doors. All doors shall have two locks each: one doorknob keyhole lock and one deadbolt cylinder lock, each with its own distinct key. The Contractor shall provide three sets of keys for each lock. 3. The field office shall be level and, if portable, the structure shall be supported on blocks. If more than three (3) steps are required to enter the office, a floor-level landing of at least 12 square feet with railing shall be provided. Steps and landing shall be stable and .slip resistant. 4. The Contractor shall be I responsible for maintaining and cleaning the field office; repairing g any damage to the structure equipment and appurtenances; providing weekly J anitorial services including supplying appropriate toilet room paper products; refilling applicable dispensers with drinking water cups, waterless hand cleaner with pumice, and paper towels; cleaning windows and sweeping floors; and emptying trash receptacles and recyclables, disposing trash,and relining trash receptacles and recyclables. 5. The office shall be furnished with the following furniture, equipment and appurtenances reasonably presentable, in good working order, and acceptable to the Engineer: a. Office desk 30 inches by 6 inches minimum size (two), with at least four drawers which can be locked with key and one of which is set up for file folders, two sets of keys for each desk; b. Conference table 4 feet by 10 feet and office chairs with seat and back cushion(fifteen); c. Four-drawer letter file steel cabinet(one)with 100 letter size folders and hanging folders, locking feature with two sets of keys, and frame in each drawer to hold folders; d. Metal trash receptacles and recycle bins for paper, plastics, and glass; with trash liner inserts and 100 extra trash liners(three each 41-quart size and two each 28-quart size); City of Renton 214-1779-039 NE 3rd14th Corridor Improvements SP-48 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 e. Color Photocopy/Color Printer/Color Scanner multifunction machine with multiple tray frontload including three paper trays (8-1/2- by 11-inch, 8-1/2- by 14-inch, and 11-by 17-inch)with the following: • Understorage cabinet,floor wheels to accommodate service technician. • Preset reduction to 50 percent and enlarge to 200 percent plus zoom in 1 percent increments. • Bypass tray. • Replacement toner cartridge(one cartridge for each color). • Capability to scan directly to PDF color at 300 dpi. • Capable to directly send scanned documents by e-mail. • 400 sheets of each size 20 lb. bright paper with no more than 30 percent recycle post-consumer content. 0 Repair and maintenance service contract with 4-hour service response on-site parts and labor. f. The Contractor shall provide a commercial grade broadband internet access (Cable or DSL at a minimum speed of 1.5 Mbps upload and download)between the field office and an Internet Service Provider (ISP). The Contractor shall provide for 24-hour technical support and a local or 1-800 phone number to troubleshoot and maintain the broadband connectivity. The Contractor shall provide inside wiring to support a Local Area Network inside the field office and shall include a 4-plex jack to at least five workstations [desk or table locations to be addressed at the pre-construction meeting per Section 1-08.1(2)]. The Contractor shall provide necessary equipment to allow internet connectivity and shall be configured to allow VPN access from individual machines to the City of Renton. Color Printer/Color Copier/Scanner/Fax multifunction machine shall be connected to the office network and programmed to send scanned documents by e-mail. The Contractor shall contact City of Renton IT Department at least 5 Working Days in advance for access to the City of Renton internal network; g. Three 20-foot(min. length each)power cords with multiple plug-in surge protector. h. White board (3 feet high by 4 feet wide) with eight dry erase markers and one white board eraser. 6. Electric power of sufficient capacity to operate an electric heater, air conditioner, copy scanner, internet access, three computers with monitors, calculator, and lights. Field office shall be provided with a minimum of eight duplex convenience electrical outlets. The office shall be illuminated at the tables and desks. An outdoor light fixture with a 150 watt bulb or approved equal shall be installed to effectively light the area around the office facility. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-49 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 7. After obtaining inspection and approval of the field office electrical system and the proposed temporary power connection hook-up from City, the Contractor shall provide a minimum 15 Working Days advance notice to Puget Sound Energy requesting a temporary power drop and connection. Generators (gas and diesel) for producing electrical power will not be allowed unless the Engineer permits such in writing. 8. Contractor shall provide drinking water with disposable cup dispenser filled with cups; sanitary facilities including a portable toilet; a waterless hand cleaner dispenser filled with waterless hand cleaner with pumice; and a paper towel dispenser filled with paper towels. 9. The Contractor shall provide heating and air-conditioning of sufficient capacity to heat the office to 70 degrees F within 1 hour, and to cool the office 15 degrees F within 1 hour. The field office shall be strictly for the use of the Engineer's staff. If the Contractor fails to provide a field office at the location on the date agreed to at the pre-construction meeting,the Engineer will provide Written Notice of such and shall have the right to withhold progress payments in accordance with Section 1-09.9(3). If within 5 Working Days of the Engineer sending this Written Notice the Contractor has not provided the field office, then the Engineer will have the option to provide the field office. If the Engineer elects to provide the field office, the Engineer will give the Contractor a second Written Notice of such; will within three (3) Working Days of giving the second Written Notice provide the field office meeting the requirements specified in Section 1-07.29; and will charge the Contractor by deducting from monies due or to become due the Contractor on progress payments, all costs associated with the field office as specified in Section 1-07.29. Upon deliverance of the second Written Notice, the Contractor's right to provide the field office shall be forfeited. The field office, equipment, and appurtenances supplied by the Contractor shall revert to and be removed by the Contractor when the Engineer, via the Written Notice of Physical Completion to the Contractor, establishes the Physical Completion Date. If the Contractor removes, closes, or discontinues the services specified in Section 1-07.29 prior to receiving the Written Notice of Physical Completion without first obtaining approval from the Engineer, the Contractor will be charged Liquidated Damages in accordance with Section 1-08.9. All costs for the work required to provide and maintain the field office including regular expenses for internet, electricity, etc.; incidental constructions to accommodate; and to procure all permits and licenses required for the field office to meet the requirements of Section 1-07.29, shall be included in the lump sum Contract Price Bid for"Engineer's Field Office". All costs for the work required to relocate the field office, if required, shall be considered incidental to the Bid item"Engineer's Field Office". 1-09.8 Payment for Material on Hand (August 3, 2009— WSDOT GSP) The last paragraph of Section 1-09.8 is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-50 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I to the Project Engineer that clearly states: (1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, (2) the dollar amount of the material incorporated into each of the various work items for the month, and (3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1-09.9 Payments (June 27, 2011 AP WA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. i The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less:. 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-51 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 1 I I 1-09.9(1) Retainage Section 1-09.1(1)content and title is deleted and replaced with the following: (June 27, 2011 WSDOT GSP) s• Vacant 1-09.13 Claims Resolution 1-09.13(3) Claims$250,000 or Less 1-09.13(3)A Administration of Arbitration (October 1, 2005 AP WA GSP) Revise the third paragraph of Section 1-09.13(3)A and to read: ti The Contracting Agency and the Contractor mutually agree to be bound by the decision of the f arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented with the following: As stated in the last paragraph of Section 1-10.1(2), the responsibility for all traffic control shall remain with the Contractor. Uniformed law enforcement personnel may be utilized to perform the following traffic control tasks: For work requiring lane closures within 300' of a signalized intersection. Contractor shall provide 48 hours minimum notice before requiring the use of an off-duty police.officer. This work shall also consist of furnishing and installing the following: Construction Project Identification Signs The Contractor shall manufacture two (2) signs for the project with City of Renton and the funding sources identified. The Contractor shall submit a sample to the Contracting Agency for approval prior to fabrication. The signs shall be erected on 4x4 wooden posts and maintained by the Contractor in a,neat and presentable condition throughout the life of the project. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-52 August 2012 Phase 1 Intersection Improvements_Conformed Contract Documents Division 1 A 1-10.2 Traffic Control Management 1-10.2(2) Traffic Control Plans Replace Section 1-10.2(2)with the following: When the Contractor's chosen method of performing the Work in the Contract requires some form of temporary traffic control, the Contractor shall prepare and submit traffic control plan(s) that show(s) the Contractor's method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, spotters, and other traffic control devices required to support the Work shall be shown on the traffic control plan(s). If flagging is proposed, the Contractor's traffic control plan(s) shall show locations for all the required advance warning signs and a safe,protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan(s) shall include appropriate illumination for the flagging station. Contractor-proposed traffic control plan(s) shall conform to the established standards for plan i development as shown in the MUTCD, Part 6. The Contractor-developed plan(s), shall be provided to the Engineer for approval at least 10 calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project(No Unit Items) Section 1-10.4(1)is supplemented with the following: - (WSDOT GSP August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. Additionally, there will be no measurement for temporary or permanent striping, signing, curbing, paving, traffic islands, signal modifications, or other measures required to implement and maintain the Contractor's traffic control measures for the project, nor for removal of such measures and restoration to conditions equal or better than the preconstruction condition, unless said measures are specifically indicated on Plans as part of the proposed permanent improvements. 1-10.5 Payment 1-10.5(1) Lump Sum Bid for Project(No Unit Items) Section 1-10.5(1)is deleted and replaced with the following: "Project Temporary Traffic Control", lump sum. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-53 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 1 The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10 except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). The lump sum Contract payment shall also include compensation for all costs associated with temporary or permanent striping, signing, curbing, paving, traffic islands, signal modifications, or other measures required to implement and maintain the Contractor's chosen traffic control measures for the project, including removal of such measures and restoration to conditions equal or better than the preconstruction condition. END OF DIVISION 1 1 1 c i City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-54 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division I i DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing are shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, I the Contractor shall remove such trees. Any trees shown on the Plans to be protected, trees flagged by the Engineer or shown on the Plans to remain within the clearing and grubbing limits, shall be left undamaged by the Contractor's operations and protected as detailed in the Plans. Any such flagged trees which are damaged shall be replaced in kind at the Contractor's expense. I Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock,bushes, and shrubbery shall be protected from damage. The property owners shall be allowed to remove and/or relocate irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. Also see Section 2-02.3(6) of these Special Provisions. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The per acre price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer and protection of existing trees and shrubbery to remain. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-55 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 2 I 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of under Bid Schedule A is provided for the convenience of the Contractor. The Contractor shall review the Contract Documents and project site to verify other items to be removed: I Sheet Station/Offset Structure/Obstruction Quantity SP1 1+35, LT Decommissioned Water Meter Cabinet,Junction 1 Box, and Wiring SP 1 4+72,LT Irrigation Control Box(confirm with property 3 r owner prior to removal) I SP1 5+10,LT Block Wall 7 LF 1 SP1 5+20,LT Bollard 1 SP1 5+76,LT Pedestrian Handrail 24 LF SP2 6+00,LT Pedestrian Handrail 36 LF SP2 7+45,LT Rock Wall(Top 2') 100 LF SP2 6+70,LT Timber Wall 60 LF SP2 7+08,LT Timber Wall 110 LF SP2 9+90,RT Bollard 1 SP2 9+90,RT Conc. Pavement Marker 10 SP2 107+15,LT Conc. Block Wall and Foundation for Trash 1 Enclosure(confirm with property owner prior to removal) SP2 107+30,LT Irrigation Control Box(confirm with property 2 owner prior to removal) SP2 107+45,LT Bollard 2 { SP2 7+53,LT Bollard 3 I_ SP3 102+90,RT Block Wall 5 LF SP3 103+35,RT Block Wall 5 LF City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-56 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 2 2-02.3 Construction Requirements Section 2-02.3 is supplemented as follows: Contractor shall remove existing drainage structures as indicated in plans or as directed by the Engineer. Where drainage structures are to be removed, the resultant void shall be backfilled with gravel borrow. The backfill shall be compacted to the satisfaction of the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks,Curbs, and Gutters Section 2-02.3(3)is revised as follows: The first paragraph and Item 1 are.revised as follows: In removing pavement, sidewalks,. driveways, curbs and gutters, or other items, the Contractor shall: 1. Haul broken-up pieces to an approved disposal site. Section 2-0-2.3(3) is supplemented with the following: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary cold mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. (September 8, 1997) The approximate thickness of the *** Cement Concrete *** pavement is *** 8 inches Add the following new section: (******) ± 2-02.3(4) Cutting Pavement,Sidewalks,and Curbs New Section All transitions to existing asphalt, parking lots, curb and gutter, and walkways shall be vertically saw cut full-depth with straight, uniform edges. Existing asphalt pavement roadway edge may be cut with a wheel, provided the wheel cut is full-depth and no damage occurs to the pavement which is to remain. Neither impact tools nor pavement breakers may be used for trench crossing of existing pavement. Trench crossing of existing pavement shall be vertically saw cut. Existing cement concrete pavement shall be removed to the nearest panel joint. Cement concrete pavement shall not be saw cut. Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the Contractor shall take extra precaution to make a neat, uniform cut, and shall saw cut pavement to full-depth, regardless of number of passes necessary. If, in the opinion of the Engineer, the cut is not satisfactory due to Contractor's workmanship or equipment, the Contractor shall fix the problem to the satisfaction of the Engineer,at no extra cost to the Contracting Agency. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-57 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 2 A Add the following new section: 2-02.3(5) Removing Storm Sewer Pipes and Culverts New Section Contractor shall remove existing storm sewer pipes and culverts as indicated in plans or as directed by the engineer. Where pipes are to be removed, the resultant void shall be backfilled per Section 7-08.3(3). { Add the following new section: I 2-02.30 Removing Fence New Section Where indicated in the plans, and as directed by the Engineer, the Contractor shall remove existing fences, including removal of fence post and foundations, backfilling and compacting voids, restoring S grade of disturbed areas, and disposal of removed materials. The Contractor shall restore the ends of existing fences to remain by providing additional posts, foundations, chain link fabric, fence boards and other construction as required to provide a stable end to the fence that matches the quality and appearance of the existing fence. 2-02.4 Measurement Replace Section 2-02.4 with the following: Saw cutting existing cement and asphalt concrete pavements and wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of work. Removal of existing fences will be measured by the linear foot of fence actually removed. Payment for restoration of existing fences and other required work will be included in the fence removal item and will not be specifically measured for payment. Section 2-02.4 is supplemented with the following: (September 8, 1997) j Pavement removal will be measured by the square yard. (October 25, 1999) Sidewalk removal will be measured by the square yard. (September 8, 1997) Curb removal will be measured by the linear foot. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-58 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 2 i 2-02.5 Payment Section 2-02.5 is supplemented with the following: (******) "Removing Drainage Structure", per each. "Removing " e g Storm Sewer Pipe",per linear foot. The unit contract prices for"Removing Drainage Structure" and "Removing Storm Sewer Pipe" shall be full pay for all work necessary to remove the pipe/structure, including excavation, backfill, removal of pipe/structure including haul and surface restoration, except as included in the following pay items, if included in the bid schedule: (September 30, 1996 WSDOT GSP, Option 13) "Removing *** Cement Cone. *** Pavement", per square yard. "Removing *** Asphalt Cone. *** Pavement", per square yard. (November 3, 1999 WSDOT GSP, Option 16) "Removing *** Cement Cone. *** Sidewalk", per square yard. (September 8 1997 WSDOT GSP Option 17) "Removing *** Cement Cone. *** Curb", per linear foot. (******) "Removing Cement Cone. Curb and Gutter",per linear foot. "Removing Paint Line",per linear foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking",per each. "Removing Chain Link Fence", per linear foot. "Cold Mix",per ton. All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. "Gravel Borrow Incl. Haul",per ton. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-59 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 2 I Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal. "Removal of Structures and Obstructions",per lump sum The lump sum Contract price for "Removal of Structures and Obstructions" shall be full pay for all materials, equipment, and labor necessary to remove and dispose of all items.indicated on the demolition plans except as covered under other items in the bid schedule. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.4 Measurement The fifth paragraph of Section 2-03.4 is deleted and replaced with the following: Embankment compaction will not be specifically measured for payment. 2-03.5 Payment The fifth paragraph of Section 2-03.4 is deleted and replaced with the following: The cost of embankment compaction shall be incidental to, and included in the unit contract price for "Roadway Excavation Incl. Haul", "Structure Excavation Class B Incl. Haul' and other bid items that include excavation when, as allowed by the Engineer, the excavated material is suitable for use for placement as fill on the project. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented with the following: (KCWD) Work under this Bid item shall include furnishing and placing Controlled Density Fill (CDF) as trench backfill where directed by the Engineer or the Contracting Agency. 2-09.2 Materials Section 2-09.2 is supplemented with the following: (KCWD) Controlled Density Fill for trench backfill shall be the following mix or approved equal or as { otherwise specified by the Contracting Agency. (1) Portland Cement: Type I-H AASHTO M 85 (2) Mineral Filler Admixtures: Pozzolans or fly ash(ASTM C-618, Class F) City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-60 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 2 5 (3) Aggregate: Everett Washed Coarse Sand No. 2. I (4) CDF shall be used in the following proportions for 1 cubic yard. Batch weights may vary depending on specific weight of aggregates. Portland Cement 50 lbs./CY Fly Ash 250 lbs./CY Everett No. 2 Washed Coarse Sand(SSD) 3,200 lbs./CY Water 50 gals/CY(max.) (5) Add sufficient water to provide a 6-inch to 8-inch slump delivered in place at the jobsite. 2-09.3 Construction Requirements Section 2-09.3 is supplemented with the following: (KC WD) Contractor shall place CDF where directed by the Contracting Agency or as directed or pre-approved by the Engineer. Controlled Density Fill shall be placed so as to remain consolidated until it is hardened. CDF shall not be placed where it would come in contact with standing water within 24 hours of placement. Controlled Density Fill shall not be placed so as to cover pipe joints or fitting joints or otherwise interfere with future separation of, or operation of,pipe, fittings, valves, or appurtenances. With the Engineer's approval, the Contractor shall place CDF where adequate compaction cannot be achieved by conventional compaction methods. 2-09.4 Measurement Section 2-09.4 is supplemented with the following: (KCWD) Controlled Density Fill (CDF) will be measured per cubic yard for quantities actually installed. Certified delivery tickets shall be furnished with each load of materials delivered. No measurement will be made for CDF installed at locations not specially required by the Contracting Agency or specifically directed by, or pre-approved by,the Engineer. No measurement will be made for CDF installed for the purpose of water main or storm drain abandonment. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-61 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 2 2-09.5 Payment Section 2-09.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Controlled Density Fill",per cubic yard. (KCWD) The unit price Bid for Controlled Density Fill shall constitute full compensation for all Work, labor, materials, and equipment required to furnish, deliver, and place the CDF as backfill in trenches where directed by the Engineer or Contracting Agency.No payment shall be made for CDF installed by the Contractor where not specifically directed by the Contracting Agency or specifically directed or pre-approved by the Engineer. Quantities of Controlled Density Fill stated in the Proposal are approximate only, and may be reduced or increased based upon final field conditions during construction. Final quantities shall be based on actual quantities installed. The unit price Bid for Controlled Density Fill shall also include removal, loading, hauling, and disposing of all material that is replaced by any CDF, including dump fees. Payment for CDF installed for the purpose of water main abandonment will be included in the lump sum payment for the Bid item Water Main Abandonment. Payment for CDF installed for the purpose of storm drain abandonment will be included in the unit price for Filling Pipe with CDF. END OF DIVISION 2 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-62 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 2 i DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3 Construction Requirements 5-04.3(7) Preparation of Aggregates 5-04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti-strip requirements has been made. Anti-strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant-strip use provided by WSDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification.Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field d Verification Testing on a sample of HMA provided by the Contractor prior to paving. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-63 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 5 Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test .one Production Sample in accordance with Section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of Section 9-03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of Section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shalt be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8) Mixing 5-04.3(8)A Acceptance Sampling and Testing—BAIA Mixture 5-04.3(8)Al General (March 10, 2010 AP WA GSP) r Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial BMA can be accepted by a contractor certification letter stating the material meets the FDA requirements defined in the contract. City of Renton 214-1779-039 NE 3rd141h Corridor Improvements SP-64 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 5 1 5-04.3(8)A4 Definition of Sampling Lot and Sublot (March 10, 2010 AP WA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula(JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9-03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A5 Test Results (March 10, 2010 AP WA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor(CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content)may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances,the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7-calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test.The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S.No. 4 sieve and larger Percent passing t4.0 U.S.No. 8 sieve Percent passing f2.0 U.S.No. 200 sieve Percent passing*0.4 Asphalt binder Percent binder content±0.3 Va Percent Va f0.7 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-65 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 5 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of$250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the F MA and the cost of testing will be the Contracting Agency's responsibility. 5-04.3(8)A7 Test Section—BUN4A Mixtures (March 10, 2010 APWA GSP) Delete this section. 5-04.5 Payment 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replace them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f' All aggregate passing: 1-1/2", 1", 3/4", 1/2", 3/8" and No. 4 sieves 2 All aggregate assin No. 8 15 All aggregate assin No. 200 sieve 20 Asphalt binder 52 Delete items 1 through 3 in Paragraph 2 and replace with the following: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of EMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of EAM produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of-the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublets or samples from the street shall be tested to provide a minimum of three sets of results for _ evaluation. 2. Commercial Evaluation. If sampled and tested, EMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-66 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 5 commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price.Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF,the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description Section 5-05.1 is supplemented as follows: This work shall also consist of constructing decorative stamped concrete pavement in traffic medians. 5-05.2 Materials Section 5-05.2 is supplemented as follows: For each bid item indicating"3-Day" in the bid item name,the concrete mix design for the subject bid item work shall be modified as-necessary within the limits of the Standard Specification and these special provisions to achieve the specified minimum design strength within 72 hours of pouring. 5-05.3 Construction Requirements Section 5-05.3 is supplemented as follows: Decorative Stamped Concrete Pavement thickness shall be as shown on the Plans and shall be stamped and colored per requirements of Section 8-14.3, Decorative Stamped Concrete Finish. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-67 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 5 I Full depth expansion joints shall be constructed with a maximum spacing of 10 feet. Asphalt mastic joint fillers shall be 3/8 inch by 4 inches and of the same material as that used in the curb with matching expansion joint locations. Expansion joints shall be provided as shown on the Plans or in locations to be approved by the Engineer for best appearance. 5-05.3(1) Concrete Mix Design for Paving Add the following new section: 5-05.3(1)A Decorative Stamped Concrete Pavement New Section Prior to start of pavement work, the Contractor shall provide samples of the decorative stamped concrete finish to be approved by the Engineer in accordance with Section 8-14.3. The approved sample shall be the standard for acceptance of the rest of the work installed, and shall be protected from damage until final acceptance and approval. Completed work not meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the Contracting Agency. Color hardener and release agent shall be applied evenly to the surface of fresh concrete, and sealer applied according to the manufacturer's specifications. 5-05.3(8) Joints 5-05.3(8)A Contraction Joints Section 5-05.3(8)A is supplemented as follows: (******) I r Transverse contraction joints shall be sawed before the longitudinal joints are sawed. The first set of transverse joints shall be sawed at a maximum of 60-foot intervals, as soon as the cut can be made without undue raveling of concrete. Intermediate joints shall be sawed immediately following the first set of joints. The Contractor shall provide the Engineer a minimum 4-hour advance notice of saw cutting. Any scheduling for the sawing of joints that result in premature or uncontrolled cracking shall be revised immediately by adjusting the time interval between placing of concrete and the sawing of joints. After the revised schedule has been accepted by the Engineer, the sawing shall proceed as a continuous operation until all joints have been completed. Two or more sawing units may be required to accomplish the sawing in order to minimize random cracking. Standby Equipment shall be on the job to ensure continuity of sawing regardless of any breakdown of Equipment. An ample supply of saw blades shall be maintained at the site of pavement construction at all times during sawing operations. All equipment required for sawing shall be at the pavement construction site both before and continuously during concrete placement. Sawing Equipment shall be available immediately and continuously on a 24-hour basis, including Saturdays, Sundays, and legal holidays. Formed transverse contraction joints shall be installed where designated by the Engineer, if necessary, to prevent uncontrolled transverse cracks from occurring before the pavement can be sawed. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-68 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 5 5-05.3(8)C Construction Joints S ection 5-05.3(8)C is supplemented as follows: Longitudinal construction joints are placed only where shown on the Plans. Standard spacing of transverse contraction joints along straight sections of Pavement Structures shall be per the WSDOT Standard Plans. The Contractor shall give advance notice to the Engineer and coordinate the spacing. When paving adjacent to existing pavement or a previously paved lane,the new transverse joints shall be placed to match joint locations in the adjacent pavement. Where the existing joint spacing is greater than 15 feet, intermediate transverse joints shall be constructed. The area of any on irregular panel formed by contractions joints shall not exceed 225 square feet and it greatest dimensions shall not exceed 15 feet. Where uncontrolled cracks have appeared or exist in the adjacent lane, they shall be matched as nearly as possible by uniform transverse joints in the second lane. In the event uncontrolled cracks in the existing paved lane are too frequent or in random locations and impossible to match with a uniform spacing in the second lane, the two lanes shall be completely separated by 3/4-inch joint material along the length of the joint from 1/8 inch below the surface to 1 inch below the bottom of the concrete being placed. Where integral curb or doweled curb is placed along the concrete pavement, premolded joint filler material shall be placed transversely across the full section of the curb in true alignment with the pavement join, perpendicular to the pavement grade. 5-05.4 Measurement Section 5-05.5 is supplemented as follows: Decorative Stamped Concrete Pavement shall be measured per square yard for the top surface of installed and finished Decorative Stamped Concrete Pavement. 5-05.5 Payment Section 5-05.5 is supplemented as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Cement Cone. Pavement-3-Day", per cubic yard. "Decorative Cement Cone.Pavement",per square yard. Included in the cost per square yard for "Decorative Cement Cone. Pavement" shall be all labor, materials, costs, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-69 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division S The unit Contract price per cubic yard for "Cement Cone. Pavement — 3-Day" shall include saw cutting and sealing joints, and installing casting boxouts where necessary or as noted in the Plans. "Epoxy-Coated Tie Bar with Drill Hole",per each. The unit Contract price per each, "Epoxy-Coated Tie Bar with Drill Hole" shall be full payment for furnishing, and installing epoxy-coated tie bars and any costs for drilling holes, and all other costs associated with installation of tie bars. Add the following new section and subsections: 5-06 PERVIOUS SUBGRADE NEW SECTION 5-06.1 Description Infiltration Base Rock course will be installed as a drainage layer beneath pervious concrete sidewalks. 5-06.2 Materials Infiltration Base Rock Infiltration base rock shall meet the requirements of Section 9-03.9(1)for Permeable Ballast. 5-06.3 Construction Requirements The reservoir course shall be protected from collecting sediment during construction. The infiltration base rock shall not be placed until the abutting pavement has been completed unless designated by the Engineer. Infiltration bas rock shall be placed through a spreader box in one lift. Processing of the permeable ballast course on the Roadway will not be permitted. The infiltration base rock course permeable aggregate shall be compacted 90-92 percent maximum dry density. 5-06.4 Measurement "Infiltration Base Rock, Incl.Haul" shall be measured per ton. 5-06.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Infiltration Base Rock Incl. Haul",per ton. The unit contract price per ton for "Infiltration Base Rock Incl. Haul" shall be full payment for all materials, equipment, and labor, to furnish and install the reservoir course, including all costs to protect the reservoir course from collecting sediment during construction activities. END OF DIVISION 5 r City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-70 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 5 DIVISION 6 STRUCTURES 6-07 PAINTING 6-07.1 Description Section 6-07.1 is supplemented with the following: This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Materials Section 6-07.2 is supplemented with the following: Paint materials shall comply with the requirements in Section 9-08 unless described otherwise in this section. Powder Coating Paint System The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins, and pigments in accordance with requirements of AAMA 605.2., and shall have the following characteristics: Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 Gloss(1) 80-90 55-70 15-25 Cross Hatch Pass 100% Pass 100% Pass 100% Adhesion(2) Mandrel Bending 1/8"/3 mm 5/32"/4 mm 3/16"/5 mm (3) Erichsen Cupping 5/16"/8 mm 1/4"/7 mm 3/16"/5 mm ISO 1520 Impression 95 95 95 Hardness (4) Impact Test(5) Up to 160"/lb. Up to 160"/lb. Up to 160"/lb. Pencil Hardness (6) 2H(min.) 2H(min.) 2H(min.) Dry Mill Test OK OK OK City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-71 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 Glossy Surface Semi-Gloss Surface Mat Surface Salt Spray Test(7) 1500 h test,max. 1500 h test, max. 1500 h test,max. undercut 1/16"/l mm undercut 1/16"/l mm undercut 1/1671 mm Humidity 1500 h test, min. 1500 h test,min. 1500 h test,min. Resistance(8) blisters blisters blisters 1/16"/l mm 1/16"/l mm 1/16"/l mm Key: (1)Gloss According to Gardner 60 degrees,ASTM D523. (2)Cross Hatch Adhesion,ASTM D3359,Method B. (3)Mandrel Bending Test,ASTM D522. (4)Impression hardness,ASTM B3363. (5)Impact Test,ASTM D2794;(0.1)inch distortion. (6)Pencil Hardness,ASTM B3363. (7)Salt spray Resistance Test,ASTM B 117. (8)Humidity Resistance Test,ASTM D2247. Paint Color/Paint System Table Specification Section Item Paint Color Paint System 8-26 Pedestrian Handrail RAL 9005 Powder Coating Paint System. "Jet Black" 9-29.6 (1)A Decorative Signal Poles RAL 9005 Refer to specification section below "Jet Black" for Decorative Signal Poles. 9-29.6(1)B Decorative Light Poles RAT,9005 Refer to specification section below (Decorative Roadway "Jet Black" for Decorative Roadway Luminaire Luminaire Pole—Type I) Poles—Type I. 9-29.6(1)B Decorative Light Poles RAL 9005 Refer to specification section below (Decorative Roadway "Jet Black" for Decorative Roadway Luminaire Luminaire Pole—Type II) Poles—Type II. 9-29-10(2) Decorative Luminaires RAL 9005 Refer to specification section below "Jet Black" for Decorative Luminaires. 9-29-18(3) Video Detection Camera RAL 9005 Manufacturer's best match—black in Housing and all Mounting "Jet Black" color. Equipment Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Decorative Signal Poles All decorative signal poles and its sub-assemblies parts (refer to Special Provisions, Section 9-29.6[1]A) shall be factory painted over galvanizing; all galvanized exterior surfaces visually exposed are coated with a corrosion-inhibiting polyamide epoxy to a minimum dry film City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-72 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 thickness (DFT) of 3.0 mils. Prior to application, the surfaces to be coated shall be mechanically etched by brush blasting (Ref. SSPC-SP7) and the zinc-coated substrate preheated to 400 degrees F for a minimum of 1 hour in a gas-fired convection oven. The epoxy coating is applied and force cured in a convection oven. The intermediate coated surfaces are coated with an aliphatic acrylic polyurethane to a minimum dry film thickness of 3.0 mils. The polyurethane coating is applied and cured in a convection oven by heating the steel substrate to a minimum of 200 degrees F. Prior to packaging, poles shall be cradled in 1-inch rubberized foam base; Contractor to take precaution to avoid damage during off-loading, handling, and erection. The finish color shall have anti-graffiti coating. The Contractor is to purchase a 1-gallon sample for use as a color match for the Engineer's approval prior to factory finish coating. Decorative Roadway Luminaire Poles(Type I and Type II) All decorative roadway luminaire poles (Type I and Type H) and their respective sub-assembly parts (refer to Special Provisions, Sec 9-29.6(1)B) shall be factory primed and finish painted over polyester powder coating. All poles and parts must be cleaned with suitable water-based cleaner and/or solvent to ensure a chemically clean surface free of oils, compounds, and residual soil. The polyester powder coating shall be applied by Electro-Static spray with a voltage maintained at 40-100 KV. A dry film thickness of 2 to 4 mils shall be applied and cured per manufacturer's recommendation. After proper baking, the powder must pass the tests listed below. These tests shall be made using clean, untreated, aluminum panels: 1. Gloss: Gloss will vary based on powder chosen. 2. Hardness: Pencil hardness shall be H to 2H. 3. Impact: With the finish surface at room temperature (77 degrees Fahrenheit), subject it to a 160 in-lb. Direct impact force by use of a Gardner variable impact tester, Model IG-1120 (or approved equal)and evaluated per ASTM D-2794. 4. Adhesion: Using a sharp blade, scribe a series of eight parallel cuts through the finish to the base material. Scribe another series of eight parallel cuts at a right angle to and crossing the former cuts to form 1/8 inch squares. Press a strip of pressure sensitive adhesive tape (Scotch Brand No. 600 (or approved equal)) over the squares. After 2 minutes, remove the tape. Results must be level 4 or better as described in ASTM-3359-B. 5. Abrasion Resistance: (Modified ASTM D-4060) 6. Weight loss of coating after 1,000 cycles on Taber abraser equipped with CS-10 wheels and operating less than 1 kg loading per wheel is on the order of 40 to 60 mg. The coating must be chemically resistant and pass the following tests: 1. Salt Spray Resistance: Powder-painted product meets the minimum salt spray resistance standards as set forth in ASTM B 117. 2. Humidity Resistance: Powder-painted product meets the minimum humidity resistance standards as set forth in ASTM D2247. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-73 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 6 3. Weatherability: Powder-painted product meets the minimum weatherability standards as set forth in ASTM 336. 4. Chemical and Solvent Resistance: Polyester family of powder coatings shall be resistant to most chemicals and solvents except alkalis and ketones. Verification shall be made for each chemical or solvent proposed for use with the coating. Prior to packaging, poles shall be cradled in 1-inch rubberized foam base. Contractor shall take precaution to avoid damage during off-loading, handling, and erection. The finish color shall have anti-graffiti coating. The Contractor is to purchase a 1-gallon sample for use as a color match for the Engineer's approval prior to factory finish coating. Decorative Luminaires All decorative luminaire housings shall be factory painted with polyester powder coating to meet ASTM-B 117/D2247 requirements to salt spray and humidity resistance. The Contractor is to purchase a 1-gallon sample for use as a color match for the Engineer's approval prior to factory finish coating. 6-07.3 Construction Requirements Section 6-07.3 is supplemented with the following: Apply entire finish system in the shop. Hold back finish system at all welded areas. Bolted connections should be primed with a zinc-based primer compatible with the approved paint system. Field touch-up painting shall consist of matching specified priming and painting for all damaged and field repaired areas. Field welds and abrasions should be touched up after installation. Touch up surface preparation with a zinc-based primer compatible with the approved paint system,2.5 to 3.5 mils DFT. Preparation, cleaning, priming, shop painting, and field touch-up for all fabricated decorative exterior metal work will be incidental to the associated bid items. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. 6-07.3(11) Painting or Powder Coating of Galvanized Surfaces 6-07.3(11)A Painting of Galvanized Surfaces Section 6-07.3(11)A is supplemented with the following: Clean surfaces to be powder coated in accordance with manufacturer's written instructions for surface preparation. Install powder coatings in accordance with applicable codes and regulations and manufacturer's _ written instructions. Applications of powder coating materials shall be performed in shop conditions, except for touch-ups approved in advance by the Engineer. Finished surfaces shall be fully and uniformly coated without pinholes, bubbles, sag, runs, lumps, marks, or discoloration. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-74 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place for at least 15 days, and within 30 days of Substantial Completion, check all powder-coated surfaces for damage, missed areas,and discoloration. Prepare surfaces, and touch up damaged, missed, and discolored areas to bring coating system to full dry film thickness in color and gloss matching that of adjacent coated areas. 6-07.5 Payment Section 6-07.5 is supplemented with the following: The cost for all painting and powder coating finishes shall be included in the related bid items that receive the painting and finishes.No separate payment will be made. 6-13 STRUCTURAL EARTH WALLS 6-13.2 Materials Section 6-13.2 is supplemented with the following: Gravel Borrow Incl. Haul 9-03.14(1) (August 3, 2009 WSDOT GSP, Option 3) Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6-13.3(4). 3. Water absorption tests, conforming to Section 6-13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1-06.3. 5. Freeze-thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28-day requirements, and when all other, acceptability requirements specified above are met. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-75 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non-woven geosynthetic conforming to the requirements in Section 9-33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Backfill for Concrete Block Faced Structural Earth Wall All backfill material within the structural earth wall reinforced zone shall be free draining, free from organic or otherwise deleterious material. Backfill material within the reinforced zone shall conform to Section 9-03.14(1), except that the maximum particle size for walls with geogrid reinforcement shall not exceed 1-1/4 inches. All material within the structural earth wall reinforced zone shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The material shall meet the following aggregate durability requirements: Pro a Test Method Allowable Test Value Los Angeles Wear, AASHTO T 96 35 percent max. 500 rev. Degradation WSDOT Test Method 113 15 percent min. For walls with metallic soil reinforcement all material within the structural earth wall reinforced zone shall meet the followin g requirements: uirements: q Pro a Test Method Allowable Test Value Resistivity WSDOT Test Method 417 3,000 ohm-cm,min. pH WSDOT Test Method 417 5 to 10 Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. If the resistivity of the backfill material equals or exceeds 5,000 ohm-cm, the specified chloride and sulfate limits may be waived. For walls with geogrid soil reinforcement, all material within the structural earth wall reinforced zone shall meet the following chemical requirements: Property Test Method Allowable Test Value pH WSDOT Test Method 417 4.5 to 9 City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-76 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 Wall backfill material satisfying these gradation, durability, and chemical requirements shall be classified as nonagressive. Proprietary Materials KeySystem I Wall Reinforcing strips shall be composed of welded wire fabric strips conforming to AASHTO M 55 with wire conforming to AASHTO M 32, and attached to block connector plates conforming to ASTM A 36. Reinforcing strips and block connector plates shall be galvanized after fabrication in accordance with AASHTO M 111. Damage to galvanizing shall be repaired with one coat of paint conforming to Section 9-08.1(2)B. Block alignment pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Block connector pins shall conform to AASHTO M 32, and shall be galvanized after fabrication in accordance with AASHTO M 111. Mesa Wall Tensar Geogrid Materials Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Tal and Tult as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi-rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross-rib from being perpendicular to the longitudinal rib(skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross-rib at any point from a line perpendicular to the longitudinal ribs located at the cross-rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross-rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A"lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-77 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were samples will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties,the entire lot minus the roll(s)which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2-12.2. The geogrid materials shall not be exposed to temperatures less than—20°F and greater than 122°F. Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high-density polypropylene conforming to the following minimum material specifications: Pro a Specification Value Polypropylene ASTM D 4101 Group 1 Class 1 Grade 2 73 f 2 percent Fiberglass Content ASTM D 2584 25 f 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.08 t 0.04 Tensile Strength at yield ASTM D 638 8,700± 1,450 psi Melt Flow Rate ASTM D 1238 0.37± 0.16 ounces/10 min. Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high-density polyethylene(HDPE)conforming to the following minimum material specifications: Pro a Specification Value HDPE ASTM D 1248 Type III Class A Grade 5 68 f 3 percent Fiberglass Content ASTM D 2584 30 f 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.16 f 0.06 Tensile Strength at yield ASTM D 638 8,700 t 725 psi Melt Flow Rate ASTM D 1238 0.11 f 0.07 ounces/10 min. 6-13.3 Construction Requirements Section 6-13.3 is supplemented with the following: Wall shall adhere to recommendations of Geotechnical Report in Appendix C. I City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-78 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 (April 4, 2011 WSDOT GSP, Option 3) Concrete Block paced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices,joint filler, and all necessary incidentals from the source identified with each wall system: Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 (770)334-2090 FAX(678)281-8546 www.tensarcorp.com KeySystem I Wall KeySystem I is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 78th Street Minneapolis, MN 55435 (952) 897-1040 FAX(952) 897-3858 www.keystonewalls.com 6-13.3(2) Submittals Section 6-13.3(2) is supplemented with the following: (January 3, 2011 WSDOT GSP) The following geotechnical design parameters shall be used for the design of the structural earth wall(s): Wall Name or No.: *** A,B, C, and D Soil Wall Retained Foundation Properties Backfill Soil Soil Unit Weight(pcf) *** 125 *** *** 125 *** *** 125 *** Friction Angle (degrees) *** 36 *** *** 36 *** *** 36 *** Cohesion(psf) *** 0 *** *** 0 *** *** 0 *** For the Service Limit State, the wall shall be designed to accommodate a differential settlement of*** 1 inch *** per 100 feet of wall length. For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic acceleration coefficient kh of*** 0.22 *** g and a vertical seismic acceleration coefficient k„ of *** 0.00 *** g. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-79 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 6 1 i AASHTO Load Group I Allowable Bearing Capacity(psf) 4,000 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection Section 6-13.3(5) is supplemented with the following: (April 5, 2004 WSDOT GSP, Option 2) Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a 43 steel reinforcing bar shall be placed, butt end to butt end, in the top block groove, with the butt ends being placed at a center of a concrete block. 6-13.4 Measurement Section 6-13.4 is replaced with the following: Structural earth wall will be measured by the square foot of completed exposed face plus up to 2 feet of embedment. The bottom limits for vertical measurement will be 2 feet below the finished grade at the bottom of the wall, or the top of the leveling pad, whichever is higher. The top limit for vertical measurement will be the top of wall as shown in the Plans. The horizontal limits for measurement are from the end of the wall to the end of the wall. Backfill for structural earth wall placed within the limits shown on the Plans will be measured per ton as"Gravel Borrow Incl. Haul". Structure excavation Class B including haul, and shoring or extra excavation Class B, will be measured in accordance with Section 2-09.4, except that no payment will be made for material removed(and replaced)beyond the horizontal limits shown on the Plans. Crushed surfacing top course used for leveling pad and unit fill will be measured by the ton. 6-13.5 Payment The first five paragraphs of Section 6-13.5 are replaced with the following: Payment will be made in accordance with Section 1-04.1 for each of the following Bid items when they are included in the Proposal: "Structural Earth Wall",per square foot. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-80 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 6 The unit contract price per square foot for "Structural Earth Wall" shall be full pay for placing the retaining wall blocks including structure excavation, perforated underdrain pipe, drain pipe, cleanouts, drain rock, geogrid reinforcement, and other items necessary for the assembly of the retaining wall system. No additional pay will be made for backfilling structural earth walls when the manufactured system requires an alternative material for backfill including backfill material for drainage. "Gravel Borrow Incl. Haul",per ton. All costs in connection with furnishing and placing gravel borrow backfill for structural earth wall, including hauling and compacting the backfill, and furnishing and placing the wall facing backfill for welded wire faced structural earth walls, shall be included in the unit Contract price per cubic yard for "Gravel Borrow Incl. Haul". Section 6-13.5 is supplemented with the following: "Crushed Surfacing Top Course", per ton. END OF DIVISION 6 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-81 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 6 (This page intentionally left blank) City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-82 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 6 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS,AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials Section 7-04.2 is supplemented with the following: Materials shall meet the requirements of the following sections: Ductile Iron Storm Sewer Pipe 9-05.13 All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-04.5 Payment Section 7-05.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Ductile Iron Storm Sewer Pipe In. Diam",per linear foot. 7-05 MANHOLES,INLETS,CATCH BASINS,AND DRYWALLS 7-05.1 Description Section 7-05.1 is supplemented with the following: Where noted in the plans, existing water and gas valve boxes shall be adjusted to finished grade. 7-05.3 Construction Requirements Add the following new sections: 7-05.3(4) Inserting Structures on Existing Pipe New Section When structures are shown on the Plans to be inserted on existing pipe lines,the Contractor shall saw cut and remove a portion of existing pipe equal to up to 1.5 times the diameter of the proposed structure to allow for insertion of the structure. The Contractor shall restore existing pipes and reconnect to the proposed structure per the requirements of Section 7-05.3. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-83 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 7-05.3(5) Adjusting Valve Boxes New Section Valve boxes in concrete pavement shall be adjusted to grade prior to paving. Existing valve boxes in areas of asphalt pavement shall be reference surveyed, and adjusted after final lift of paving, by sawcutting and patching. Existing valve boxes shall be extended or compressed to make grad adjustments. Donut/ring adjusters will not be allowed. If existing boxes are deemed by the Engineer to be unusable,the serving utility will provide new valve boxes for the Contractor to install. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: Connections to existing catch basins will be measured per each. Adjustment of existing catch basins and existing manholes will be measured per each existing structure adjusted. Adjustment of proposed structures, if required during construction of the project, will be included in the contract price for the proposed item and will not be measured separately for payment. Connections to existing drainage structures will be measured per each proposed pipe connection to an existing drainage structure. Connections to proposed structures will be included the contract price for the proposed structure and will not be measured separately for payment. Removal and replacement of existing pipes, when required to insert drainage structures on existing pipes, will be measured by the linear foot of new pipe for the type and size of pipe required, when such item is included in the bid schedule. Measurement will be made through the proposed structure up to a maximum of 2 times the width/diameter of the structure for each structure. Excavation and removal of existing pipe within these limits will be measured as Structure Excavation Class B, if such item is included in the bid schedule. Removal and replacement in excess of the above-described limits, and jointing of dissimilar pipe if required will not be specifically measured for payment. In the absence of unit items in the bid schedule for the new pipe or Structure Excavation Class B, the costs for such work shall be included in the unit price per each structure. For this project, the removal and replacement of existing pipes required to insert the Catch Basin Type 2, 60-In Diam. on the existing 36-inch-diameter culvert will not be specifically measured for payment. 7-05.5 Payment Section 7-05.5 is supplemented with the following: Payment for"Catch Basin Type 2 60 In. Diam", per each, shall include all additional costs associated y with removing and replacing existing pipe segment(s)and other additional work as necessary to insert the structure on existing pipe(s). Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-84 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 I "Structure Excavation Class B, Incl. Haul",per cubic yard. "Connection to Existing Catch Basin",per each. The unit contract price for "Connection to Existing Catch Basin" shall be full pay for all costs of labor, equipment, and materials required to core/knock out existing catch basin, grout pipe, and other work as required to connect the new pipe to existing catch basin structure in accordance with the specifications. All costs associated with inserting manholes, inlets, catch basins and drywells on existing storm drain lines, including but not limited to cutting, patching, extending, grouting and otherwise modifying existing pipes as necessary to facilitate installation of the structure on and existing storm drain line and reconnecting existing pipes to the new structure, shall be included in the unit bid price per each drainage structure. "Adjust Valve Box", per each. The unit contract price for"Adjust Valve Box" shall be full pay for all costs of labor, equipment, and materials required to adjust the box, including, but not limited to sawcutting, excavation, backfill, pavement patching and coordination with serving utilities. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(4) Plugging Existing Pipe Section 7-08.3(4) is supplemented with the following: Storm drain lines being abandoned under this Contract and shown in the Plans shall be filled with controlled density fill (CDF). The controlled density fill must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling the pipes. CDF shall be placed using means and methods as selected by the Contractor to ensure complete filling of the pipes without causing heave or otherwise damaging adjacent utilities/improvements. The mix design for the controlled density fill and the method of installation shall be approved by the Engineer prior to beginning operation. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: Abandoning pipe by filling with controlled density fill (CDF) will be measured as "Filling Pipe with CDF"by the linear foot of this abandoned pipe. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-85 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 7-08.5 Payment Section 7-08.5 is replaced with: "Filling Pipe with CDF", per linear foot" "Filling Pipe with CDF", per linear foot shall be full pay for all construction tasks to fill these pipes, to verify that these pipes are full,and to perform required refilling or remedial work. Unless specifically identified and provided as separate items, structure excavation, dewatering, and backfilling shall be incidental to pipe installation, and no further compensation shall be made. 7-09 WATER MAINS 7-09.1 Description 7-09.1(1) Definitions 7-09.1(1)E Trench Backfill Replace Section 7-09.1(1)E with the following: Trench backfill shall be as shown on the Drawings. 7-09.3 Construction Requirements 7-09.3(1) General Section 7-09.3(1) is supplemented with the following: The Contractor shall not shut down the existing water main during construction without written permission from the Engineer. The Contractor shall provide a minimum of 72 hours advance, written notice to Engineer requesting permission to shut down the existing water main and the hours that the Contractor is requesting the shut down for. No permission will be granted for shut downs outside of work hours. 7-09.3(5) Grade and Alignment Revise the first sentence of the third paragraph of Section 7-09.3(5)as follows: The depth of trenching for water mains shall be such as to give a minimum cover of 48 inches over _ the top of the pipe unless otherwise specified on the Drawings. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-86 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 7-09.3(8) Removal and Replacement of Unsuitable Materials Revise Section 7-09.3(8) as follows: All replacement materials, Class A or Class C foundation materials, are revised to be Crushed Surfacing Top Course 9-03.9(3). 7-09.3(10) Backfilling Trenches Section 7-09.3(10) is supplemented with the following: The Contractor shall backfill and compact trench to a minimum of two (2) feet above the existing water main at the completion of construction each day. Trench shall be completely backfilled at the end of the day on Fridays. More stringent backfill requirements may be required by the Contracting Agency. 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement Replace Section 7-09.3(17)with the following: The Contractor shall lay all pipe with Polyethylene Encasement. 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is supplemented with the following: No connections will be allowed on Fridays without written permission of the Engineer. 7-09.3(22) Blowoff Assemblies Section 7-09.3(22) is supplemented with the following: (KCWD) 4-INCH BLOW OFF ASSEMBLY Description Work under these Bid items shall consist of furnishing and installing permanent blow off assemblies at the locations shown on the Drawings. Measurement Blow off assemblies shall be measured per each for each size and type as shown on the Drawings. Measurement shall be made for permanent blow off assemblies only. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-87 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 i Payment The unit price Bid for each permanent blow off assembly shall constitute full compensation for all Work, labor, materials, and equipment necessary to furnish and install each blow off assembly as shown on the Drawings. The unit price Bid shall include, but not be limited to, all pipe, fittings, valves, valve boxes,traffic valve boxes,valve markers, and blocking associated with the blow off. Excavation, backfill with native material, and compaction of backfill shall be included in the unit price Bid for ductile iron pipe. All imported backfill materials shall be paid as separate Bid items. Materials Materials for each blow off assembly shall include but not be limited to all pipe, fittings,valves,valve boxes, and valve markers shown on the Drawings. Pipe and fittings associated with the blow off assembly shall conform to the requirements.for ductile iron pipe and fittings as described in these Specifications. All gate valves, valve marker posts, and valve boxes associated with the blow off assembly shall conform to the requirement for gate valves as described in these Specifications. Concrete thrust blocks shall consist of sufficient concrete with adequate strength and 3/4-inch anchor rods, if required,to resist the forces on the thrust block. Construction Requirements Blow off assemblies shall be installed per the King County Water District No. 90 Standard Drawing No. 10-.1. All valve boxes and meter boxes shall be brought up to existing grade and shall be traffic bearing if located in the road shoulder or sidewalk. _ The blow off shall be located as close as possible to the main. The ground within a 3-foot radius of the blow off shall be level, graded uniformly and compacted. 7-09.3(23) Hydrostatic Pressure Test Revise the first sentence of the first paragraph as follows: Pressure test shall be at a minimum of 250 psi. 7-09.4 Measurement Delete the third paragraph. Section 7-09.4 is supplemented with the following: Clearing and Grubbing shall be paid under separate bid item. Removal of existing street improvements shall be paid under Clearing and Grubbing. All trench backfill materials, including pipe zone bedding, shall be paid under separate bid items. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-88 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 I (KCWD) Measurement for Connection to Existing System shall be per each for each permanent connection larger than 3 inches nominal. Temporary blow-offs or other temporary connections shall not be counted under this bid item. Measurement for Class 53 Ductile Iron Pipe for Water Main_-In. Diam. shall be as described in Section 7-09.4 of the Standard Specifications and as modified and supplemented herein. No separate measurement shall be made for ductile iron pipe fittings or joint restraints. All fittings and joint restraints shall be measured as part of the per linear foot price for the respective size of pipe in these Bid items. Bank run gravel, foundation gravel, and crushed surfacing used as backfill material shall be measured as separate items under the appropriate Bid item. Measurement for Polyethylene Casing for Ductile Iron Pipe shall be per linear foot measured horizontally along the centerline of the pipe, through fittings or valves. No additional measurement will be made for overlapped joints. 7-09.5 Payment Section 7-09.5 is supplemented with the following: (KCWD) "Connection to Existing System", per each. The unit price Bid per permanent connection to the existing system shall constitute full compensation for all Work, labor, materials, and equipment necessary to make a proper connection or cut-in of the new utility to the existing utility. This shall include,but shall not be limited to,the following items: • Coordination with the Engineer and District for shutdown of existing system to make the connections or cut-ins, including notification of affected residents in coordination with the Owner. • Simultaneous operation and maintenance of service from both the existing system and the new system during transfer of water services. • Verifying pipe elevations and fittings required for the connection prior to construction. • Replacing existing concrete blocking with temporary bracing on all fittings that are disturbed by the connection. • Installing any temporary or permanent blocking necessary to make the connection. • Furnishing and installing pipe spools and fittings as necessary. • Draining the pipe and disposing of all water in accordance with other bid items under this contract. • Temporary air relief valves and blow-offs necessary to aid in filling and draining the existing and proposed pipes. • Temporary HMA or cold mix patching as required by the governing Agency. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-89 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 Excavation, dewatering, and backfill necessary for each connection shall be included in,this bid item. Valves indicated at existing system connections shall be paid under the .respective bid items elsewhere in this contract. "Class 53 Ductile Iron Pipe for Water Main 16 In.Diam.",per linear foot. "Class 53 Ductile Iron Pipe for Water Main 12 In.Diam.",per linear foot. "Class 53 Ductile Iron Pipe for Water Main 8 In.Diam.",per linear foot. The unit price Bid per linear foot of pipe per size, class, and type designated in the Proposal shall constitute full payment for all Work, labor, materials, and equipment necessary to furnish and install said pipe and all fittings, including but not limited to the following: • Full compensation for the preconstruction photographs. • Cutting, breaking, removal, loading, hauling, disposal, and payment of dump fees for existing pavement or unsuitable materials. • Clearing, grubbing, trenching operations, and disposal of debris. • Trench excavation for pipe, valves, and fittings; bedding; laying and jointing the pipe and fittings; compacting the backfill; and loading, hauling, and disposing of excess material and waste. • All costs associated with holding and supporting utility poles, as required, in conformance with the utility's requirements. • Dewatering and installing clay dams where necessary. • Extra excavation required to make connections or cut-ins to the existing water system. • Extra depth excavation and added Work where required to place pipe under ditches, streams, utilities, under or over culverts, and on unimproved streets and easements. • Installation of joint restraints on pipes within the limits of joint restraint indicated on the Drawings. • Installation of thrust blocks on all fittings and joint restraints where indicated on the . Drawings or where required by the Engineer. • Testing, flushing, and dechlorinating as described below. • Utility marking tape. • The cost of any special drainage improvements or conditions associated with any easement or agency permit requirements, unless specifically included in another Bid item. • All costs associated with furnishing and maintaining temporary EMA or cold mix patches, as required by the governing Agency, on all disturbed paved surfaces. • All costs involved in maintaining and/or replacing any public or private utilities, structures, or other improvements that are disturbed or damaged by the Contractor unless specifically included in another Bid item. The unit price Bid shall include the costs for all ductile iron pipe fittings and all joint restraints. The unit price Bid shall include any glands, followers, gaskets, bolts, restraint systems, jointing and shackle rods and the cost of lining all ductile iron fittings: City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-90 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 The unit price Bid shall also include, but not be limited to, pipeline cleaning, testing and disinfecting the pipeline,valves, and fittings. Contractor shall furnish all testing materials and temporary blowoffs required for the Work. Contractor shall bear all costs incurred in correcting any deficiencies found during testing, including the cost of any additional testing that may be required by the Engineer to verify the correction of said deficiency. Payment shall include all dewatering efforts required to maintain"dry" conditions in all trenches and excavations associated with the installation of the ductile iron pipe, to include but not be limited to installation, maintenance, and removal of any temporary piping, pumps, and accessories. Dewatering ponds, if any, shall be paid as part of the lump sum Bid for Temporary Erosion and Sedimentation Control. Partial payment for pipe shall be as follows: (1) Excavation and backfill complete. 80% of unit price Bid. (2) Testing complete including satisfactory compaction. 10% of unit price Bid. (3) Satisfactory cleanup and substantial completion. 10% of unit price Bid. No partial payments will be made for materials delivered to the site. The weights of any glands, bolts, gaskets, restraining devices, or other fitting accessories shall be incidental. Payment for safety systems and extra excavation to meet the requirements of WISHA, Chapter 49.17 RCW shall be paid for under the Bid item"Shoring or Extra Excavation Class B". The Contracting Agency will pay all costs in connection with the initial compaction testing. Contractor shall pay all costs in connection with any retesting where initial compaction does not meet Specification requirements. Contractor shall be responsible for all costs associated with restaking layout of the main where initial markings are disturbed by the Contractor's operations. The unit price Bid for pipe and fittings shall include all Work required and specified under the Contract except for those items segregated in the Bid Proposal. Imported backfill material shall be paid under separate Bid items. "Polyethylene Casing for Ductile Iron Pipe", per linear foot. The unit price bid per linear foot shall constitute full compensation for all work, labor, materials, tools, and equipment necessary to furnish and install the polyethylene film around the ductile iron water main. Excavation,backfill, and compaction shall be included in the unit price other Bid items. The Engineer reserves the right to delete all or portions of the polyethylene film depending on the soil conditions encountered during construction. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-91 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 Replace vacant Section 7-10 with the following new section: (KCWD) 7-10 ABANDON EXISTING WATER MAIN NEW SECTION 7-10.1 Description The Work under this Bid item shall consist of abandonment and/or removal, disposal, or salvage of existing steel and ductile iron pipe, valves, fire hydrants, and water main appurtenances, within the limits shown on the Drawings, including capping or plugging all pipe openings. 7-10.2 Material Materials for plugging pipe ends of abandoned pipe shall consist of controlled density fill (CDF), Portland cement concrete,non-shrink grout, or ductile iron plugs, caps, or end cap couplings. Controlled Density Fill(CDF)used to fill abandoned pipe shall be the following mix. Weights per Cubic Yard Yield (Saturated Surface Dry) (Cubic Feet) Asligrove Type II,Lb. 100 0.51 Fly Ash,Lb. 400 0.85 CDF Sand,Lb. 2,419 14.80 Water,Lb. Gal-US) 225 27.0 3.61 Total Air,Percent 20.0 5.44 Total=27.21 Water Cement Ratio,Lbs/Lb. 0.45 Slump, Inches 10.00 Concrete Unit Weight,PCF 115.6 Plus one DaraFill Egg Capsule per Cubic Yard 7-10.3 Construction Requirements Where shown on the Drawings, the Contractor shall abandon existing steel and ductile iron water main in place. The ends of abandoned steel and ductile iron water main shall be plugged or capped to prevent water from entering the abandoned pipe. Where water main or appurtenances are shown on the Drawings to be abandoned,the Contractor shall abandon, remove, or salvage existing valves, valve boxes and covers, valve extensions, meter boxes and covers, fittings, valve marker posts, and water main appurtenances including, but not limited to, ! blow off assemblies, air vac assemblies, and hydrant assemblies. Open ends of pipe, valves, fittings, and appurtenances abandoned in place shall be plugged or capped to prevent water intrusion into abandoned pipe. — The length of plugs made with CDF, concrete, or non-shrink grout shall be 2.5 times the diameter of the pipe,but no less than 12 inches. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-92 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 I At the Contractor's option, pipe openings may be plugged or capped with ductile iron pipes, caps; or end cap couplings; however, no separate or additional payment shall be made to the Contractor under this Bid item or any other Bid item. All voids created from performing the Work of this Bid item shall be backfilled and compacted in accordance with the soils installation and compaction requirements described in Section 7-09.3(10) and 7-09.3(11), and the conditions of the right-of-way permits. All gate valves (4-inch diameter or larger), and hydrants, identified for removal shall be salvaged to the District. All salvaged valves and hydrants shall be removed in a manner that does not damage the proper operation of the valve or hydrant or prevent its reuse by the District. Salvaged valves and hydrants shall be delivered to the District's office and off loaded by the Contractor, where shown by the District. All materials removed and not salvaged to the District, shall be removed and disposed of by the Contractor in a legal and safe manner at an appropriate disposal site. 7-10.4 Measurement Measurement for abandonment of existing water main shall be on a Lump Sum basis. No separate measurement shall be made for material quantities necessary for plugging or capping pipe openings. No separate measurement shall be made for backfill of voids created to access materials to be abandoned or removed.No separate measurement shall be made for ductile iron plugs or caps. Contractor shall submit a written listing of the items and a Schedule of Values for the items included in the lump sum Bid. 7-10.5 Payment "Abandon Existing Water Main", per lump sum. The lump sum price Bid for "Abandon Existing Water Main" shall constitute full compensation for all Work, labor, materials, tools, and equipment necessary to abandon or remove and dispose existing steel or ductile iron pipe, valves, fittings and appurtenances, and to cap or plug abandoned pipe openings. The lump sum price shall include backfilling and compaction with suitable native material. The lump sum price shall include salvage to the District of removed valves and hydrants. The lump sum price shall include haul and disposal. Imported backfill shall be paid under the appropriate Bid items. No separate payment shall be made for installation of ductile iron caps, plugs, or end cap couplings used to cap or plug abandoned pipe or valves. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-93 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 I Replace the vacant Section 7-11 with the following new section: (KCWD) 7-11 STEEL CASING NEW SECTION 7-11.4 Measurement Steel casing will be measured by the linear foot placed and accepted. 7-11.5 Payment "18 In. Steel Casing",per linear foot. The unit price per liner foot for " In. Steel Casing" shall be full payment for all materials, labor, equipment, and other incidental costs for furnishing and installing steel casing as shown on the - Drawings. The lump sum price shall include: • Excavation,backfill, and soil compaction. • Removal, haul, and disposal of unsuitable soils or excess soils. • Dewatering. • Furnishing, installing, and removing temporary safety barriers around excavations. Furnishing casing pipe, pipe carriers, and welding casing pipe joints. • Furnishing and placing sand to fill the gaps between the steel casing and water main. 7-12 VALVES FOR WATER MAINS 7-12.1 Description Section 7-12.1 is supplemented with the following: (KCWD) Work under "3 In. Air/Vacuum Valve Assembly" shall consist of furnishing and installing 3-inch air/vacuum valve assemblies at the locations shown on the Drawings. 7-12.2 Materials I Replace the first sentence of the second paragraph with the following: i Valve body and bonnet shall be ductile iron. (KCWD) — Materials for "3 In. Air/Vacuum Valve Assembly" shall be as described in the Standard Detail as shown on the Drawings. i City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-94 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 I i i Section 7-12.2 is supplemented with the following: (KCWD) The materials shall be as described in Section 7-12.2 of the Standard Specifications and as modified and supplemented herein. Gate valves shall be of the size and type indicated on the Drawings with bronze-mounted resilient seat wedging devices and shall meet the following requirements: • Valves shall conform to AWWA C515-01 (Ductile Iron Body and Bonnet)and C550-05. • Manufacturer shall provide catalog data, net weight, and assembly drawings of all valves to be purchased and installed for this Project as well as an affidavit of compliance. • Valve shall have an o-ring stuffing box. • All flange faces shall be machined and drilled to straddle the vertical centerline. • All valves shall have a water working pressure rating equivalent to the full rated pressure of the pipe on which they are installed, with a minimum 2:1 safety factor in any nominal pipe size. Valve stem extensions are required where the operating nut is more than 4 feet below the finished surface. Extensions shall have a plate welded to operating nut. The valve stem extension top shall be installed within 18 inches to 24 inches below finish grade. Valve stem extensions shall have a 2-inch-square operating nut and self-centering rock-plate support. Lock down set screws shall not be used on valve operating nut extensions. Valve marker posts shall be furnished and installed as directed. Marker posts shall be concrete with 4 inches minimum square section, 42-inch length, and shall be reinforced with one No. 3 — 39-inch long reinforcing steel bar Grade 60. Markers shall be placed as directed by the Engineer. Markers shall be set so as to leave 18 inches exposed above grade. The exposed position of the marker posts shall be painted with two coats of Farwest paint case yellow PN No. X3472. Two inch high letters shall be stenciled with black exterior masonry paint on the face of the post giving the following information: the size of the valve (e.g. 6-inch gate valve), and the distance in feet and inches to the valve. Valve boxes shall be cast iron with lid marked "WATER", Rich Manufacturing Company, Series 940 or as approved by the Engineer, with tapered valve box covers. Each box shall be adjusted to match the finish grade at the valve location. All valve box covers shall be painted blue as designated by the Engineer. Orient the valve box so the "Ears" are set the same as the pipe direction. Provide 2-inch- thick by 4-foot-wide asphalt or concrete collar around valve box covers in unimproved areas, i landscape areas and easements. 7-12.3 Construction Requirements Section 7-12.3 is supplemented with the following: (KCWD) The air/vacuum valve assembly shall be installed per Standard Drawing No.16. City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-95 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 7-12.4 Measurement Section 7-12.4 is supplemented with the following: (KC WD) Measurement of valves shall be per each for each type and size permanently installed. Valve boxes and marker posts for valves shall be included in this Bid item. Measurement shall be per each complete air/vacuum valve assembly installed. All valves, pipe, fittings and miscellaneous appurtenances between the water main and the riser pipe shall be included as part of the air/vacuum valve assembly. 7-12.5 Payment Section 7-12.5 is supplemented with the following: ; (KCWD) "Butterfly Valve 16 In.",per each. "Gate Valve 8 In.", per each. The unit price Bid for each type and size of valve shall constitute full compensation for all Work, labor, materials, and equipment necessary to furnish and install the O-rings, valve, valve box, valve . stem extensions, lids, marker post, and concrete pad around valve box covers located outside any paved surfaces, complete in place, including but not limited to,jointing, blocking, and painting. The unit price shall include setting lids to finish grade. Excavation, backfill with native material, compaction of backfill, testing and disinfecting shall be included in the unit price Bid for the pipe. "3 In.Air/Vacuum Valve Assembly",per each. The unit price Bid for each "3 In. Air/Vacuum Valve Assembly" shall constitute full compensation for all Work, labor, materials, and equipment necessary to furnish and install each air/vacuum valve assembly as shown on the Drawings. The unit bid price shall include, but not be limited to all pipe and fittings, valves, valve boxes, traffic boxes, valve markers, meter boxes, saddles, and blocking associated with the air vacuum valve assembly. Clearing, grubbing, pavement removal, excavation, backfill, disposal of excess material, dewatering, traffic control, and surface restoration shall be paid under the pipe or restoration Bid Items. i � i I . City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-96 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 7-14 HYDRANTS 7-14.2 Materials Section 7-14.2 is supplemented with the following: (KCWD) Materials shall be as described in Section 7-14.2 of the Standard Specifications, as shown on the Drawings, and as modified and supplemented herein. (1) Delete reference to guard posts in table in Section 7-14.2. Guard posts shall not be installed with fire hydrant assemblies unless indicated otherwise on Drawings. Fire Hydrants shall be Clow Medallion, Mueller Centurion 250, or M&H 929 and conform to the latest revision of AWWA C-502, except as herein modified. Hydrant shall have a minimum 5-1/4-inch main valve opening and a 6-inch mechanical joint outlet. Hydrant runs shall be restrained with: a) flanged pipe (short runs only), b) two 3/4-inch-diameter tie rods, or c)MEGALUGs. Furnish a mainline tee and a 6-inch auxiliary gate valve flanged to the main tee with a valve box and a riser to suit trench depth at each installation. Hydrant shall be furnished with break-off flange on barrel and break-off coupling for the stem. The hydrant shall be furnished with two 2-1/2 inch hose connections with national standard threads and one 4-inch pumper connection with Seattle threads, (4475). All port end caps shall be 1-1/4-inch. Operating nuts shall be 1-1/4-inch and shall turn counterclockwise to open. Nozzles shall be fitted with renewable bronze nipples locked in place. All hydrants shall be painted with two top coats of Farwest paint case yellow PN# X3472. Hydrants shall be equipped with a 4-inch Seattle thread (#475) by 5-inch locking Storz adapter meeting or exceeding the following specifications: a. Storz adapter to be forged and/or extruded 6061-T6 aluminum alloy,hardcoat anodized. b. Threaded portion to have no lugs and two set screws 180 degrees apart. c. Storz face to be metal, no gasket to weather. d. Storz cap shall be forged and/or extruded 6061-T6 aluminum alloy with anodized hardcoat and synthetic molded rubber gasket. e. Storz cap to be attached to hydrant adapter with 1/8-inch coated S.S. aircraft cable. f. Cap to be connected and disconnected with Storz wrenches only. Torque to be sufficient so cap cannot be removed by hand. g. Remove all chains. Blue reflective markers shall be Type 1 as described in Section 9-21.1 of the Standard Specifications, and shall meet the requirements of the Uniform Fire Code, Section 1001.8. I If native material is to be used for backfill, then Contractor shall protect the excavated material from becoming unsatisfactory as a result of moisture or separation. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-97. August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 7-14.4 Measurement Section 7-14.4 is supplemented with the following: (KCWD) Measurement of the "Fire Hydrant Assembly" shall be per Each for each fire hydrant assembly permanently installed and shall include all pipe, valves, fittings, and blocking from the water main to the hydrant and retaining walls, if required. 7-14.5 Payment Section 7-14.5 is supplemented with the following: (KCWD) "Fire Hydrant Assembly", per each. The unit price Bid for "Fire Hydrant Assembly" shall constitute full compensation for all Work, labor, materials, and equipment necessary to furnish and install the fire hydrant assembly complete in place from the water main to the hydrant, including but not limited to: • Excavation, bedding, backfllling with native material, compacting the backfill, and disposing of excess material and waste, • Pipe,mainline tee, and fittings associated with the assembly, • Gate valve and valve box, • Shackles,tie-rods, and/or joint restraints, • Hydrant and hydrant riser, • Washed gravel, and filter fabric, • Painting,testing, and disinfecting, • Furnishing and installing a blue reflective hydrant marker within the pavement, • Removal, disposal, and backfill of existing fire hydrants, and • Any grading, retaining wall or rockery construction necessary to provide a 3-foot radius level area around the hydrant. Add the following new section: 7-20 BIOFILTRATION VAULT NEW SECTION 7-20.1 Description This Work consists of furnishing and installing biofiltration vault and covers vault, castings, 1 � plumbing, fill soil and plant material in accordance with the Plans and these specifications. i City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-98 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 7-20.2 Materials Biofiltration vault shall be a Filterra 4x4FTCB with 4-foot by 4-foot treatment chamber and integral 4-foot by 2-foot 'curb inlet/intemal bypass, or approved equal, meeting the Washington State Department of Ecology requirements for Basic Treatment in Western Washington. 7-20.3 Construction Requirements Biofiltration vault shall be installed as shown in the Plans and per manufacturer's recommendations. r 7-20.4 Measurement Biofiltration vaults will be measured per each. 7-20.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Biofiltration Vault",per each. The unit bid price, per each for `Biofiltration Vault" shall be full pay for providing materials, equipment, labor, and all other Work required to provide biofiltration vault with inlet and internal bypass, including but not limited to, vault, internal underdrain, cleanout, tree grate, underdrain stone, filter media, mulch, plant material, internal baffle wall and bypass flow control tray, curb inlet with internal bypass, special curb and gutter with local depression and throat opening to drain adjacent conventional curb and gutter into structure throat, 1 year of maintenance and plant establishment, and all other Work as required to provide and maintain a complete and fully operable biofiltration system meeting the Washington State Department of Ecology requirements for Basic Treatment in Western Washington for this project. END OF DIVISION 7 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-99 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 7 r (This page intentionally left blank) City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-100 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 7 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General 8-01.3(1)A Submittals The first two sentences of Section 8-01.3(1)A are deleted and replaced with the following: The Site Preparation plans included in the Plans shall be adopted by the Contractor and/or modified as needed to serve as the Contractor's Temporary Erosion and Sedimentation Control (TESC) Plan per the requirements of the City of Renton Surface Water Design Manual for the Contractor's specific proposed construction methods, duration and sequencing. 8-01.5 Payment Section 8-01.5 is supplemented with the following: "Inlet Protection", per each. The unit contract price for"Inlet Protection" shall be full pay for furnishing and assembling in place the completed installation of the inlet protection, maintenance during construction, removal of sediment, and removal of the inlet protection, all as shown in the plans and drawing details, or as directed by the Engineer. "Silt Fence", per linear foot. The unit contract price for "Silt Fence" shall be full pay for furnishing and assembling in place the completed installation of the silt fence, maintenance during construction, removal of sediment, and removal of the silt fence all as shown in the Plans and drawing details, or as directed by the Engineer. "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. Other erosion and water pollution control devices installed and maintained in accordance with the approved TESC, including removal and disposal of sediment, stabilization, and rehabilitation of soil disturbed by these activities, and any additional work deemed necessary by the Engineer to control erosion and water pollution, and excluding any work covered by other bid items in the Proposal, will be paid by force account in accordance with Section 1-09.6. "SWPPP",per lump sum. All costs for work associated with the SWPPP as specified including but not limited to plan submissions and modifications, record keeping and sampling shall be included in the lump sum price for"SWPPP". City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-101 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 8-02 ROADSIDE RESTORATION 8-02.1 Description Section 8-02.1 is revised with the following: This work shall consist of furnishing and placing topsoil and soil amendments, and furnishing and planting trees, shrubs, ground covers, and installation of seeded lawn in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Trees, shrubs, and ground covers will hereinafter be referred to as "plants" or "plant material." Seeded lawn will be referred to as"lawn." 8-02.3 Construction Requirements 8-02.3(2) Roadside Work Plan Section 8-02.3(2) is supplemented with the following. Within twenty-four (24) calendar days after award of contract, the Contractor shall submit written documentation to the Engineer that all specified plant materials have been ordered. Documentation. shall include list of supplier's names, addresses, and phone numbers along with a list of respective growing or storage locations with addresses. The Contractor shall provide all plants of the size, t species, variety, and quality noted and specified. The Contractor shall contract grow plant materials, if necessary, to ensure that the required size, species, variety and quality of plant materials shall be provided. The use of chemical herbicides shall be considered on a case-by-case basis. The Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. 8-02.3(4) Topsoil Section 8-02.3(4)is supplemented with the following: Topsoil shall be installed to a minimum 4-inch compacted depth in all lawn areas and 6 inch compacted depth in all shrub/groundcover planting areas. For all lawn areas excavate, subgrade material as required to permit installation of topsoil to the specified depth. The first 2 inches of topsoil shall be incorporated into the top 6 inches of subgrade by rototilling. The second 2 inches of topsoil shall be then installed and finish graded. All clods, hard lumps, rocks 1-inch in diameter or larger, and litter and other debris shall be raked up, removed, and disposed of by the Contractor. r For all shrub/groundcover areas, excavate subgrade material as required to permit installation of topsoil and mulch to their specified depths. The first 3 inches of topsoil shall be incorporated into the top 6 inches of subgrade by rototilling. The second 3 inches of topsoil shall be then installed and finish graded. All clods, hard lumps, rocks 1-inch in diameter or larger, and litter and other debris shall be raked up,removed, and disposed of by the Contractor. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-102 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: All topsoil shall be Topsoil Type A and shall meet the requirements of Section 9 14.1(1) as modified herein. 8-02.3(5) Planting Area Preparation Section 8-02.3(5)is supplemented with the following: The subgrade of all planting and lawn areas shall be scarified or horizontally ripped to a depth of 6 inches prior to topsoil placement and compaction. Scarify the sides and bottom of all tree pits. The Contractor shall notify Engineer of possible poor draining or heavily compacted soil conditions prior to proceeding with construction.All debris shall be removed before Topsoil Type A is placed. i Topsoil Type A shall not be placed when the ground is frozen, excessively wet, or in the opinion of the Engineer, in a condition detrimental to the work. 8-02.3(7) Layout of Planting Section 8-02.3(7)is supplemented with the following. The Contractor shall be responsible for determining final quantities of plant material to complete the landscape Plan as shown based on the actual clearing and grading limits, and notify the Engineer of any discrepancy prior to planting. The Contractor shall coordinate with the Engineer the final location for all plant materials. The Contractor shall neither deliver to the site nor install materials until authorized by the Engineer. The Contractor shall provide the Engineer with a least one week notice prior to delivery. The Contractor shall place plantings starting from the perimeter of the bed area and progressing to the center. Field adjustments for plant layout shall be approved by the Engineer. 8-02.3(8) Planting Section 8-02.3(8)is supplemented with the following. The Contractor shall advise the Engineer where the drainage of planting holes is limited or non- existent because of heavy clay, hardpan, or rock. The Engineer will determine the method and extent of improved drainage. All trees, shrubs, and groundcovers shall be planted as shown on the plans. When performing the following work, the Contractor shall not injure the root system nor over-excavate plating pit depth.The Contractor shall utilize the following methods in planting. i City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-103 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Trees and shrubs shall be handled by the rootball, not by the trunk. Plant shrubs upright, and rotate to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until backfill has been tamped firmly around the ball or roots. When the pit is backfilled halfway,place stakes, if necessary, as shown in the Plans. When planting pit is three-quarters (3/4)backfilled, fill with water and allow water to soak away. Fill pits with additional backfill as shown in the Plans. Water immediately after planting. Carefully place, water, compact backfill, and fill all voids. 8-02.3(9) Pruning, Staking,Guying and Wrapping Section 8-02.3(9) is supplemented with the following: Tree Stakes Removal At the end of the plant establishment period, all tree stakes and ties shall be removed and disposed of by the Contractor subject to the approval of the Engineer. The Contractor shall not cut tree stakes at ground level. Complete removal of the tree stakes is required. 8-02.3(11) Bark or Wood Chip Mulch Section 8-02.3(11) is supplemented by the following: Bark Mulch Placement Bark mulch shall be placed to a uniform compact depth of 2 inches over all shrub and groundcover planting,areas, in all planting saucers around trees and where indicated on the drawings as a mulch only groundcover. Mulch Finish grade of bark mulch shall be feathered to 1/2 inch below top of all curbs, paving, and irrigation boxes. Plant Crowns All plants shall be free of bark mulch within 6-inch radius of the plant crowns and tree trunks. 8-02.3(13) Plant Establishment Section 8-02.3(13)is supplemented with the following: Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, shrubs, ground cover, lawn sod and seeded areas for a period of two(2)years. Any suspensions for noncompliance, as indicated elsewhere within these Special Provisions, will l increase the duration of plant establishment. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-104 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Suspension of Time Failure to Comply: Failure to comply with corrective steps as outlined by the Engineer shall result in a suspension of time for first year plant establishment. Suspension Relief: Any such suspension of time shall not be lifted until all unsatisfactory conditions have been corrected to the satisfaction of the Engineer. Suspension and Penalties: If a suspension of time is in effect for more than 15 calendar days without effective action being taken by the Contractor, the City will have justification to take corrective steps and to deduct all costs thereof from moneys due the Contractor. Plant Establishment Plan Prior to initial plant and planting acceptance as defined in Section 8-02.3(12) and in accordance with Section 8-02.3(13), the Contractor shall submit a plant establishment plan for approval by the Engineer. The plan shall define the work necessary to maintain all Contract areas during the period between initial plant and planting acceptance through the acceptance of first year of plant establishment. The plan shall show the schedule, frequency, dates, materials and equipment to be used, whichever may apply, for all maintenance activities including,but not limited to,the following: A. Plant Establishment: 1. Pruning 2. Fertilizing 3. Watering- amount in inches per week 4. Weed Control and Chemical Application-post and pre-emergent 5. Litter and Debris Removal 6. Staking/Guying Removal 7. Erosion Control Methods and Procedures B. Irrigation System: 1. Winterization Procedure. 2. Spring Start-up Procedure. 3. Backflow Prevention Assembly—Annual Testing. 4. Head Replacement,Repairs and Adjustments. 5. Automatic Controller Program by Zone—Time and Duration. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-105 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 8 6. Inspection for Complete Operation. 7. Vandalism and Accidental Damage Repair. C. Other items as determined by the Contractor. Also indicate the following: A. Maintenance Supervisor/Responsible Contact Name 1. Local address. 2. Local telephone number. B. Emergency Contact Name–24 hours, 7 days per week availability 1. Local address. 2. Local telephone number. C. Sign and date the Maintenance Plan. The maintenance supervisor and emergency contact person shall show proof of local residency during implementation of the maintenance plan. Should this plan become unworkable at any time during the specified period, the Contractor shall submit a revised plan to the Engineer and receive approval of the revised plan by the Engineer. Failure to comply with the plant establishment plan or to the revise the plan shall result in a suspension of time for first year plant establishment period in accordance with Section 8-02.3(12). 8-02.3(16) Lawn Installation 8-02.3(16)A Lawn Installation Section 8-02.3(16)A is supplemented with the following: Sod and seeded lawn installations shall not be allowed until the irrigation system is operational. Seed mix shall be submitted and approved by the Engineer. Seeding method shall be by hydroseed machine method. Hydroseed machine shall be a "super" hydroseeder with dual agitation and minimum 2,500-gallon size. Seeding shall not be performed when winds exceed 15 miles per hour, or when the ground is frozen, — excessively wet or dry, or otherwise untillable. Hydroseed slurry components shall not be left in the hydroseed machine for more than 2 hours. If slurry components are left for more than 1 hour in the machine, Contractor shall add 50 percent more of the originally specified seed mix to the slurry. Any slurry mixture left in the hydroseed machine more than 2 hours will be rejected and disposed of at Contractor's expense. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-106 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Fertilizer shall be 12-24-24 ratio, applied with hydroseed slurry mixture at a rate of 250 pounds per acre fertilizer. Hydroseed Wood Fiber Mulch shall be applied at a rate of 2,000 pounds per acre. Tackifier shall be applied with the hydroseed slurry at a rate of 60 pounds per acre. Minimum coverage for lawn installation shall be that all seeded areas shall show vigorous growth with an adequate stand of grass. An adequate stand of grass is defined as a uniform grass cover with no bare spots over 3 inch square. Add Section 8-02.3(18)as follows: 8-02.3(18) Landscape and Irrigation Maintenance Bond New Section The contractor shall be required to furnish a Landscape and Irrigation Maintenance Bond upon completion of landscape and irrigation work that shall be for 2 years and be set at 15 percent of the construction costs for the following items included in the bid form: • GLPS /9 • "Sod Installation" • "Irrigation Protection and Restoration—Area " • 'Irrigation Protection,Restoration and Extension—Area " 8-02.4 Measurement Section 8-02.4 is supplemented with the following: Measurement of bark mulch will be by the cubic yard in the haul conveyance at the point of delivery. Additional disturbed areas that require hydroseeding for purposes of erosion control will be measured as "Seeding,Fertilizing, and Mulching,"per square yard. 8-02.5 Payment Section 8-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Topsoil Type A",per cubic yard. "PS ",per each. "Bark Mulch",per cubic yard. "Plant Establishment—2 Year", lump sum City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-107 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 8 I All excavation, haul, and disposal of surplus excavated material required for placing topsoil, mulch, and planting or relocation of trees and shrubs shall be included in the various items and no additional payment will be made. The unit price per cubic yard for"Topsoil Type A"shall be full pay for providing the source material, topsoil testing and incorporating the amendments recommended by the soils testing laboratory, for excavating, loading, hauling, for site preparation including windrowing, stock piling, weed control and removal,placing, spreading, processing, cultivating and fine grading topsoil Type A. The contract bid price for "PS " per each, shall be full compensation for all labor, material, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate, and cleanup for the particular items called for in the Plans. The unit Contract price per cubic yard for "Bark Mulch" shall be for providing the source material, loading,hauling, stockpiling, and spreading bark mulch. "Plant Establishment—2 Year", shall be paid upon certification that all.landscape and irrigation work in this contract has been completed, constituting Completion of Initial Planting per Section 8-02.3(12) of the Standard Specifications, and accepted in accordance with Section 8-02.3(13) of the Standard Specifications and Sections 8-02.3(18) and 8-03 of the Special Provisions, and shall include the cost of the Landscape and Irrigation Maintenance Bond provided under Section 8-02.3(18) of the Special Provisions. 8-03 IRRIGATION SYSTEMS 8-03.1 Description Section 8-03.1 is supplemented with the following: The water meters. shall be furnished and installed by the City of Renton Water Department. The Contractor shall furnish and install all other appurtenances for the irrigation system at the location shown in the Plans. Contractor's Responsibility It shall be the Contractor's responsibility to .contact the Engineer to schedule the water meter installations. Notice Requirement The Contractor shall provide a minimum of 10 calendar days prior notice is required to ensure no service installation delays. 8-03.3 Construction Requirements Section 8-03.3 paragraph 3 is revised with the following: Water meter installation shall be made by City of Renton Water Department. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-108 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-03.3(3) Piping Section 8-03.3(3)paragraph 1 is revised with the following: All mainlines shall be a minimum of 24 inches below finished grade as measured from top of pipe or as detailed. All mainline piping under paved surfaces shall be enclosed in PVC conduit. All mainline under paved street surfaces shall be enclosed in PVC conduit 24 inches below finished grade as measured from top of sleeve. Irrigation conduit shall extend a minimum of 1 foot beyond the limits of paving or back of curb. All lateral lines shall be a minimum of 15 inches below finished grade, measured from top of pipe or as detailed. All lateral line piping under paved surfaces shall be enclosed in PVC conduit. All laterals under paved street surfaces shall be enclosed in PVC conduit 24 inches below finished grade as measured from top of sleeve. 8-03.3(5) Installation Section 8-03.3(5)is revised with the following: Hard-drawn copper type K or threaded brass piping shall be used from the water meter or service connection through the cross-connection control device. Final position of shrub/ground cover sprinkler heads shall be flush with finish grade of bark mulch, as detailed. Final position of all valve boxes shall be flush with finish grade of mulch in planting areas as detailed and no closer than 12 inches to paving and perpendicular or parallel to it. Approximate locations of valve boxes are shown on drawings. 8-03.3(6) Electrical Wire Installation Section 8-03.3(6)paragraph 1 is revised with the following: Wire shall be installed under mainline pipe. Valve Wiring Place all valve wiring installed under pavement and walls, or through walls, in a separate Schedule 40 PVC conduit adjacent to the irrigation pipe sleeve. PVC conduit for irrigation electrical wiring shall: a. Be of sufficient size to accommodate all required control wiring but not be less than 1 inch outside diameter. b. Meet the installation requirements of PVC conduit per Section 8-20.3(5). City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-109 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-03.3(11) System Operation Section 8-03.3(11) is supplemented with the following: For the purpose of this contract and in accordance with Section 8-02.3(12), the final inspection and the life of the contract shall coincide with the end of the first year plant establishment. 8-03.3(12) Cross-Connection Control Device Installation Section 8-03.3(12) is supplemented with the following: Cross connection control devices (Double Check Valves) shall be inspected and tested,prior to use in accordance with the applicable portions of the Washington Administrative Code (WAC 246-290-490) and other applicable regulations as set forth by the Washington State Department of Environmental Health and the Washington State Department of Transportation. 8-03.3(13) Irrigation Water Service Section 8-03.3(13) is deleted and replaced with the following: The Contractor shall be responsible for providing a new water service connection for the irrigation system as described in Section 7-15. 8-03.3(15) Protection,Restoration and Extension of Existing Irrigation Systems Section 8-03.3(12) is supplemented with.the following: Every effort has been made to identify areas where existing private irrigation systems may be impacted by the Contractor's activities during construction of the project. Prior to beginning work, Contractor shall attend a site visit with the Engineer and individual property owners to determine and document function of existing irrigation systems. In the event that there are existing deficiencies noted in the operation of existing systems, the property owners shall be granted a period of up to two weeks to correct deficiencies prior to a second site visit. All functioning private irrigation systems, as determined by the condition of operation at the initial meeting, or follow-up meeting if necessary, shall be protected by the Contractor during construction, restored and/or extended as noted in the Plans by the end of project construction to preconstruction function or better. The Contractor shall be responsible for watering plant materials in the potentially affected irrigation areas noted on the plans. It shall be the Contractor's option to either maintain existing irrigation systems or hand watering for the duration of the construction contract. In the event that irrigation _ systems are damaged during construction, the Contractor shall restore existing systems to the preconstruction function or better. The Contractor shall use head-to-head spacing in order to achieve uniform coverage within areas impacted during construction. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-110 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Within two weeks of the substantial completion date, the Contractor shall attend follow-up site visits with the Engineer and each of the effected property owners to confirm the proper functioning and operation of the irrigation systems in the areas as noted in the Plans. In the event that the post-construction function doesn't match or better the function noted at the preconstruction site visits, the Contractor will be given two weeks to correct any deficiencies. With the Engineer's and property owner's acceptance of the restored and/or extended irrigation systems, the responsibility for protecting and maintaining the private irrigation systems and landscaping will be transferred back to the property owner. 8-03.4 Measurement Section 8-03.4 is supplemented with the following: The measurement for the new City of Renton irrigation system for planting areas within the roadway right-of-way and permanent easements, will be by the lump sum for all irrigation equipment downstream of the water meter (including the connections thereto), including the double check backflow assembly(ies), controller, conduit and sleeving, communication wire, and electrical service connections required to automatically operate the irrigation system. The protection, restoration and extension of irrigation systems will be measured by the lump sum for each of the areas noted in the Plans. 8-03.5 Payment Section 8-03.5 is supplemented with the following: Payment for the "Irrigation System" shall be lump sum for installing the automatically controlled irrigation system complete and operational. The Contractor shall bear all costs for water used for installation and operation of the irrigation system for the life of the contract. Those costs shall be included in the Contractor's lump sum for Irrigation System. "Irrigation Protection and Restoration—Area "per lump sum. "Irrigation Protection,Restoration and Extension—Area "per lump sum. The lump sum pay items for "Irrigation Protection and Restoration — Area " and "Irrigation Protection,Restoration and Extension—Area " shall be full payment for all costs associated with attending site meetings, protecting existing irrigation systems during construction, temporary modifications to the existing systems or other measures as needed to water and maintain private, irrigated, landscape areas during construction. The lump sum pay items for "Irrigation Protection and Restoration — Area " and "Irrigation Protection, Restoration and Extension—Area " shall be full payment for all costs associated with attending site meetings, protecting existing irrigation systems during construction, temporary modifications to the existing systems or other measures as needed to water and maintain private, irrigated, landscape areas during construction, and restoration of existing_irrigation systems at the end of construction to the preconstruction condition or better. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-111 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 i 8-04 CURBS, GUTTERS,AND SPILLWAYS 8-04.3 Construction Requirements Section 8-04.3 is supplemented as follows: The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly placed concrete. Damaged, vandalized, or unsightly concrete shall be removed and replaced at the Contractor's expense. 8-04.3(1) Cement Concrete Curbs,Gutters,and Spillways Add the following new sections: 8-04.3(1)B Cement Cone. Traffic Island Curb New Section Cement concrete traffic island curb shall be cast in place or placed, shaped, and compacted true to line and grade with an approved extrusion machine. The extrusion machine shall be capable of shaping and thoroughly compacting the concrete to the required cross section. The pavement shall be dry and cleaned of loose and deleterious material prior to curb placement. Cement concrete traffic island curbs shall be anchored to the existing pavement by placing steel tie bars 1 foot on each side of every joint and at 4-foot intervals in between. Tie bars shall meet the dimensions shown in the detail in the Plans. Joints in the curb shall be spaced at 10-foot intervals. Joints shall be cut vertical from the top of the curb to no deeper than 1 inch from the bottom of curb/existing pavement surface. Joints may be formed during installation using a rigid divider or saw cut after concrete cures to minimum strength. All other requirements for cement curb and cement concrete curb and gutter shall apply to cement concrete traffic island curb.. 8-04.3(1)C Cement Cone. 410C Curb New Section Cement concrete 410C curb, and 0.5 feet of cement concrete pavement width shall be omitted along the face of curb ramps and cement conc. driveway entrances to provide a cold joint in.line with typical curb face alignment. The adjacent curb ramp or driveway entrance shall include a monolithic curb in place of the cement conc. 410C curbs at these locations. For curb ramps, see Sections B-B of City of Seattle Standard Detail Nos. 422a and 422b, and for driveway entrances, see Detail B of City of Seattle Standard Detail No. 430, except that the lip at face of curb alignment shall be 1/2 inch max. 8-04.3(1)D Remove and Reset Cement Concrete Wheel Stops New Section r Existing cement concrete wheel stops shall be removed and stockpiled for reinstallation in the reconfigured parking lot. Wheel stops and residual adhesive, if any, shall be carefully removed so as to not damage existing pavement during removal. Dowel/rebar holes shall be plugged using crack sealing per Section 5-04.3(5)C. The Contractor shall spot the locations for reset wheel stops and obtain the Engineer's approval prior to resetting wheel stops. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-112 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 The pavement shall be dry and cleaned of loose and deleterious material prior to curb placement. Cement concrete wheel stops shall be anchored to the existing pavement by placing steel tie bars,two per wheel stop. Tie bars shall be #3 bars (min), recessed approximately 1/2 inch below the top of the wheel stop, and embedded 4 inches into the existing pavement. 8-04.4 Measurement Section 8-04.4 is supplemented as follows: Removing and resetting of wheel stops will be included in the "Miscellaneous USPS Site Modifications"bid item and will not be specifically measured for payment. Cement concrete curbing that is constructed monolithically with the street side of driveway entrances and cement conc. curb ramps abutting cement concrete pavement will not be measured for payment as "Cement Conc. 410C Curb", but rather will be measured as part of the applicable cement conc. driveway entrance or cement conc. curb ramp. 8-04.5 Payment Section 8-04.5 is supplemented as follows: "Cement Conc. 410C Curb", per linear foot. "Cement Conc. Traffic Island Curb",per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.2 Materials Section 8-09.2 is supplemented with the following: Yellow Type IIe and Type 2YY raised pavement markers shall have yellow reflective faces on both sides of marker housing. White Type IIe and Type 2W raised pavement markers shall have white reflective face on upstream side of marker housing. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials Section 8-12.2 is supplemented with the following: All fence posts and rails shall be round. No H-column or roll-formed section posts or rails will be allowed. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-113 August 2012 . Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-12.3 Construction Requirements 8-12.3(1)E Chain Link Gates Section 8-12.3(1)E is supplemented with the following: The Contractor shall remove and restore the existing USPS security fence as necessary to construct a single 4 foot wide gate at the location shown on the Plans. The gate shall be 8 foot high with barbed wire and other materials as necessary to match adjacent security fencing. The Contractor shall provide notice to the station master and obtain security clearances as required by USPS prior to accessing the site. The construction of the 4-foot gate shall be equal or better than the 4-foot gate that currently exists on the north side of the site. Add the following new sections: 8-12.3(1)F Chain Link Fence Type LISPS—8 Ft.Ht. New Section Chain link fence Type USPS — 8 ft. height shall be of equal or better construction to the fence that currently exists on the site. Foundations shall be a minimum of 10 inches in diameter by 36 inches deep. 8-12.3(1)G Coated Chain Link Fence Type 3 (Mod.)—8 Ft.Ht. New Section Coated Chain Link Fence Type 3 (Mod.) — 8 Ft. Ht. shall meet the requirements of Section 8-12 and City of Renton Standard Details L002 and L002.1 for Chain Link Fence Type 1, except that the height of the fence shall be increased to 8 feet, and line posts shall be 2 3/8-inch diameter with 0.095-inch wall thickness (prior to coatings). Foundations shall be a minimum of 10 inches in diameter by 36 inches deep. 8-12.4 Measurement Section 8-12.4 is supplemented with the following: End, gate, corner, and pull posts for chain link fence will not be measured. Payment for gate posts shall be included gate items. Payment for end,corner, and pull posts that are not immediately adjacent to gates shall be included in the linear foot unit cost for the applicable fence bid item. Single chain link gates with gate openings between 4 feet and 6 feet as noted on the Plans will be measured per each. 8-12.5 Payment Section 8-12.5 is supplemented with the following: "Chain Link Fence Type USPS—8 Ft. Ht.",per linear foot. "Coated Chain Link Fence Type 3 (Mod.)—8 Ft.Ht.",per linear foot. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-114 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 "Coated Chain Link Fence Type 4"per linear foot. "Single Chain Link Gate",per each. "Double Coated 14 Ft. Coated Chain Link Gate—8 Ft.Ht.", per each. "Double Coated 26 Ft. Chain Link Gate—8 Ft. Ht.",per each. "Security Gate System Complete", per lump sum. The lump sum Contract price for"Security Gate System Complete", shall be per Section 8-20.5. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is supplemented with the following: Pervious Cement Concrete Sidewalk This work shall consist of constructing pervious cement concrete on an engineered subgrade or base in accordance with these Specifications and in conformity with the lines, grades, thickness, and typical cross-sections shown in the Plans or established by the Engineer. Section 8-14.1 is supplemented with the following: Work consists of forming, placing, finishing, curing, and sealing of the colored and stamped cement concrete in areas as shown on the plans. 8-14.3 Construction Requirements Section 8-14.3 is supplemented with the following: The concrete shall be air entrained concrete Class 4000 in accordance with the requirements of Section 6-02. 8-14.3(2) Forms Section 8-14.3(2)is supplemented as follows. Elevations of work points for Cement Concrete Sidewalk Ramps are provided in the Plans. The Contractor shall exercise care to form, place, and finish concrete so that the as-built elevations of these work points are within, plus or minus, 1/8 inch of the elevations provided in the Plans. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-115 August 2012 P Su Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 8-14.3(3) Placing and Finishing Concrete Section 8-14.3(3)is supplemented with the following: Prior to placing colored and stamped concrete in the splitter islands and truck aprons, the Contractor shall provide a 3-foot-by-3-foot test panel with the proposed colors and textures for each of the applications for approval. The Engineer will evaluate these panels for color and pattern consistency with the approved pattern and colors. The colors are: Base Color – Classic Gray; Release Agent – Deep Charcoal. The pattern is Running Bond Cobble. Appling colorant to the concrete in the splitter islands and truck aprons: Colors shall be blended to achieve a non-uniform color. The concrete shall be pigmented with base color; powdered release agent shall then be applied to give desired.highlights. Release agents shall be heavy duty quality suitable for high automobile traffic areas. Concrete shall then be stamped with inconsistencies in the pattern. During finishing,the Contractor shall apply a broadcast colorant and hardener. Test Panels for Pervious Cement Concrete Sidewalks The Contractor shall complete two satisfactory test panels to demonstrate their ability to place pervious concrete sidewalk, before placing the rest of the pervious concrete sidewalk as required in the Contract. The test panel shall be a minimum of 40 feet and a maximum of 80 feet long and shall conform to the dimensions and details shown in the Plans. All concrete placed in the test panel shall be from a single ready mix truckload. The test panel shall be placed at any location specified to have pervious concrete sidewalk installed. The test panel shall be cured for 7 days and then inspected and tested for acceptance. Test panels shall be tested for the following: • The test panel will be acceptable if the pervious concrete material is placed to the lines and grades shown in the Plans, and if the material has sufficient infiltration capacity. The Engineer will be solely responsible for determining the acceptability of the test panel to meet both infiltration capacity and visual appearance. • Porous Concrete Void Structure: The Porous Concrete Void Structure shall be tested in accordance with AASHTO T 121 and shall be between 15 and 21 percent. • The Contractor shall demonstrate the proposed jointing technique if wet cutting is used. Upon acceptance of the test panel by the Engineer the rest of the remaining portions of Work may be installed. If the test panel is determined to be unacceptable by the Engineer, the test panel shall be removed and disposed of in an appropriate manner. Payment for the removal, haul, and disposal of the test shall be at the Contractor's expense with no additional cost to the Contracting Agency. 4 8-14.3 ( ) Curing Section 4) s re 8-14.3 i 1 — aced with: ( P The curing materials and procedures outlined in Section 5 05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of five days. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-116 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. After initial curing (at least 4 days) of the concrete in the splitter islands and truck aprons, the Contractor shall use a high pressure water blaster to clean the surface and allow it to dry. A heavy duty weatherproofing sealer and a clear acrylic sealer with moss control shall then be applied to the finished surface in accordance with the manufacturer's specifications. These sealers shall be suitable for high automobile traffic areas. Add the following new sections: 8-14.3(6) Concrete Mix Design for Pervious Paving New Section Concrete Mix Design The Contractor shall submit a mix design for porous cement concrete in accordance with Section 6- 02.3(2)A. Alternate materials submittals will be considered based on experience and performance history from other projects. The Contractor shall provide a mix design in writing to the Engineer using WSDOT Form 350-040 Concrete Mix Design, or similar form approved by the Contracting Agency. No concrete shall be placed until the Engineer has reviewed the mix design. Contractor Qualifications The Contractor shall employ no less than one National Ready Mixed Concrete Association(NRMCA) certified pervious concrete craftsman who must be on-site, overseeing each placement crew during all concrete placement, or the Contractor shall employ no less than three NRMCA certified Pervious Concrete Installers, who shall be on-site working as members of each placement crew during all concrete placement, or the Contractor shall employ no less than five NRMCA certified Pervious Concrete Technicians, who shall be on-site working as members of each placement crew during all concrete placement unless otherwise specified. Alternative documentation of qualifications shall be permitted when approved by the Engineer. 844.3(7) Consistency for Pervious Concrete New Section The water/cementitious material ratio, by weight, shall be between 0.27 and 0.35. Pervious cement concrete with minimum cementitious materials exceeding 565 pounds per cubic yard generally meet this specified water/cementitious material ratio. 8-14.3(8) Equipment for Pervious Sidewalk Pavement New Section. 8-14.3(8)A Batching Plant and Equipment New Section Refer to 5-05.3(3)A. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-117 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 8-14.3(8)B Mixing Equipment New Section Refer to 5-05.3(3)B. 8-14.3(9) Acceptance of Pervious Portland Cement Concrete Pavement New Section Laboratory testing of cores will be conducted by the WSDOT Regional or State Materials Laboratory. Unit Weight The Contractor will test, in accordance with WAQTC TM 2 and AASHTO T121, at least one sample for each day's placement of pervious cement concrete to verify unit weight. Delivered unit weights are to be determined in accordance with AASHTO T121. The measure is to be filled and compacted in accordance with AASHTO T121 paragraph 11, rodding procedure. The unit weight of the concrete shall be plus or minus 5 pcf of the design unit weight. Cores The Contractor shall provide three cores taken from each day's production in accordance with AASHTO T24 at a minimum 3 but not more than 7 days after placement. The Engineer shall specify the location of the cores, which shall include any areas of the finished surface not appearing pervious. The cores shall be measured for thickness and void structure. The average of all production cores shall not be less than the specified thickness with no individual core being more than 1/4 inch less than the specified thickness. After thickness determination, the cores shall be trimmed and measured for void content per ASTM C642-97. Core holes shall be filled with concrete meeting the pervious mix design. 8-14.3(10) Mixing Pervious Concrete New Section Refer to 5-05.3(5). 8-14.3(11) Subgrade for Pervious Concrete New Section Refer to 5-05.3(6). 8-14.3(12) Placing, Spreading and Compacting Pervious Concrete New Section The Contractor shall provide mechanical equipment of either slipform or form riding with a following compactive unit that will provide a minimum vertical force of 30 psi per linear foot, unless otherwise approved by the Engineer in writing. The cement concrete will be placed to the required cross section and shall not deviate more than plus or minus 3/8 inch in 10 feet from profile grade. If placing equipment does not provide the minimum specified vertical force, a full width roller or other full width compaction device that provides sufficient compactive effort shall be used immediately following the strike-off operation. After mechanical or other approved strike-off and compaction operation, no other finishing operation will be allowed. If vibration, internal or surface applied, is used, it shall be shut off immediately when forward progress is halted for any reason. The Contractor will be restricted to pavement placement length of a maximum of 200 feet unless the Contractor can _ demonstrate competence to provide pavement placement widths greater than the maximum specified to the satisfaction of the Engineer. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-118 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 8-14.3(13) Pervious Concrete Joints New Section Transverse expansion(through)joints shall be placed at a maximum of 100-foot intervals. Transverse contraction joints shall be placed at a maximum of 25-foot intervals. Material for joints shall be in accordance with Section 9-04.1. When the Contractor must remove polyethylene sheeting in order to place transverse joints, the contractor shall rewet the pervious cement concrete surface to allow continued hydration of the pervious cement concrete. The Contractor shall be careful not to flood the pervious concrete pavement and wash cement paste from the concrete. 8-14.3(14) Curing Pervious Concrete New Section Within 20 minutes of concrete placement, the pavement surface shall be covered with a minimum six (6) mil thick white or clear polyethylene sheet. At the Contractor's request, the polyethylene sheet may be placed prior to compaction. The cover shall overlap all exposed edges and shall be secured (without using dirt or stone)to prevent dislocation due to winds or adjacent traffic conditions. Curing compound shall not be used on any pervious cement concrete surface. Pervious cement concrete pavement shall cure for a minimum of 7 days. Add the following new section: 8-14.3(15) Acceptance of Pervious Cement Concrete Sidewalk New Section Unit Weight The Contractor shall test, in accordance with WAQTC TM 2 and AASHTO T 121, at least one sample for each day's placement of pervious cement concrete to verify unit weight. Delivered unit weights shall be determined in accordance with AASHTO T 121. The measure shall be filled and compacted in accordance with AASHTO T 19M/T 19 paragraph 11, jigging procedure. The unit weight of the concrete shall be+/- 5 pcf of the design unit weight. Pressure Wash Testing Before acceptance, the Contractor shall pressure wash the pervious concrete sidewalk. The pressure washing shall be completed by a washer working at a minimum of 3,000 psi and 1.0 gpm. The nozzle shall be held a maximum of 3 inches off the concrete. The Contractor shall wash the entire top surface of the pervious concrete sidewalk. Any sections of pervious concrete that breaks up, pits or does not infiltrate shall be removed and replaced with acceptable pervious concrete. The approximate minimum infiltration rate required is 10 inches per hour. The Engineer shall be solely responsible for determining the acceptability of the concrete after pressure washing. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: Cement conc. sidewalk thickened edge will be measured by the linear foot along the back side of the raised edge. Pervious cement conc. sidewalk will be measured by the square yard. Measurement for"Decorative Cement Conc. Pavement."will be per square yard of finished surface. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-119 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal: "Pervious Cement Conc. Sidewalk", per square yard. The unit contract price for "Pervious Cement Conc. Sidewalk" shall be full pay for all costs of labor, equipment, and materials required to complete the construction of the pervious cement concrete pavement and test panels as specified. "Cement Conc. Sidewalk Thickened Edge",per linear foot. The unit contract price per linear foot for"Cement Conc. Sidewalk Thickened Edge" shall be full pay for constructing the 1.5-foot width of thickened edge along the back of"Cement Conc. Sidewalk", including but not limited to constructing the raised edge and extra forming and concrete to provide the thickened edge. "Decorative Cement Conc.Pavement", per square yard. The unit contract price per square yard shall be full pay for the costs of all labor, tools, equipment, and materials necessary or incidental to supply, place, construct, color, stamp, and seal the concrete cement truck apron including the reinforcing steel. The test panel will be incidental and will NOT be paid. 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: Work in general shall consist of the following: • Reconstruction of NE 4th Street roadway illumination system within the project limits, including the relocation of existing poles, addition of pedestrian luminaires and construction of new and upgraded decorative luminaire poles and fixtures. • Modifications to the existing illumination system on the USPS site, including the relocation of existing poles. • Construction of new traffic signal system at NE 4th Street/Whitman Avenue NE intersection, including interconnect with existing signal system at NE 4th Street/Union Avenue intersection. • Modifications to the existing traffic signal system at NE 4th Street/Union Avenue NE intersection, including a new pedestrian pushbutton/pole and restoration of vehicular detection on the east leg of the intersection. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-120 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 • Modifications to the existing illumination system on the USPS site, including the relocation of two light standards and luminaires. • Relocation of existing overhead ITS/fiber optic cables to underground and connection of traffic signal controllers to the City's ITS/fiber optic network. Additional ITS requirements are included in Section 8-31. The existing systems, including communication wire, lighting circuits, and the existing traffic signals shall remain in operation until the new foundation, conduit work, and wiring for each new system is in place and ready for cut-over to systems. Cut-over shall be conducted during off-peak hours in the shortest time possible, not to exceed one 8-hour workday. The exact work plan and schedule must be pre-approved by the Engineer. Work shall include all other items as shown in the Plans or in these Special Provisions. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, City of Renton Standards included herein, and the following Special Provisions. The work involves, but shall not be limited to,the following: • Signal controller and equipment. • Cabinets and bases. • Signal interconnect cable. • Signal poles and bases. • Vehicle and pedestrian heads. • Pedestrian push buttons. Emergency preemption equipment. • Video detection. • Junction boxes. • Loop detection. • Conduit and wire. • Luminaires. • Illumination poles and bases. • Electrical service, enclosures,battery back-up systems, connections, and bases. Work shall include the supply, testing, and installation of all traffic signal hardware, including the communication cable and interface system, and when specified, the modification of such an existing system. ` The work shall also include removing existing illumination equipment, pull boxes, poles, service cabinets, and bases, where applicable. Signal and luminaire pole bases shall be removed per Section 2-02.3(1) except that foundations will only be required to be removed to a depth of 2 feet below finished subgrade elevation as opposed to 5 feet. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-121 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 This work will also include providing a complete, functional illumination system. 8-20.1(1) Regulations and Code Section 8-20.1(1)is supplemented with the following: The first sentence of the first paragraph of Section 8-20.1(1) is deleted and replaced with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association(IMSA), whichever is applicable, and to other codes listed herein. Section 8-20.1(1)is supplemented with the following: Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8-20.1(2) Industry Codes and Standards Section 8-20.1(2)is supplemented with the following: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane,Piscataway,NJ 08855-1331. Add the following new section: 8-20.1(3) Restrictions on the Schedule of Work New Section Mast Arm Erection Mast arms shall not be erected more than 14 calendar days prior to the system being turned on. Signal Head Installation The vehicle and pedestrian signal heads and push buttons shall be covered immediately upon installation and shall remain covered until the signal is turned on. Work in Roadway The roadway shall be kept open to traffic at all times, except when specific tasks required by this Contract require construction in the roadway. All work within the traveled way of any roadway shall be limited to the hours between 9 a.m. to 3 p.m. and work shall be accomplished such that only one lane of traffic at a time, may be closed for each approach during off-peak working hours. Exceptions to this, including but not limited to during the erection of signal mast-arms, will require advance approval from the Engineer. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-122 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 All trenching work within roadway areas shall be completed and patched with FI A or covered with steel plates by 3 p.m. to allow all lanes of traffic to be open. Driveways shall be completed and patched with Cold Mix asphalt or covered with steel plates at the end of each working day, or as more stringently required in Section 1-07.23. Traffic Control During Construction The Contractor shall include in the submitted Traffic Control Plan, detailed plans during roadway trenching, erection of mast arms, installation of induction loops, and other activities requiring lane closures. During the erection of mast-arm assemblies, the Contractor, with the authorization of the Engineer, may block all traffic lanes on Whitman Avenue NE, or one direction of travel lanes and the center turn lane on NE 4th Street, for a maximum of 15 minutes between 10:00 a.m. and 3:00 p.m. on any day of the week. Existing Traffic Loops The Contractor shall notify the City Traffic Operations Supervisor, Dave Sherer, through the Engineer, a minimum of 5 working days in advance of pavement removal in the loop areas or any traffic loop removal. The Contractor shall install and maintain temporary video detection, for required detection zones as determined by the Engineer in the field, during the construction until the permanent vehicle detection system(s) are in place. If the Engineer suspects that damage to any existing loop to remain, during the construction, may have resulted or believes it possible that an existing loop is not operating adequately, the Engineer may order the Contractor to perform the field tests specified in Section 8-20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. If advance loops are replaced, they shall be installed immediately ahead of or behind the existing loops. The Contractor shall avoid cutting through the existing loop conductors or lead-in cable. Add the following new section: 18-20.1(4/) Permits New Section The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All required electrical permits shall be obtained before beginning trench excavation. 8-20.2 Materials Section 8-20.2 is supplemented with the following: Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3)of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-123 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Requirements for signal equipment and illumination system materials are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. Salvaged Equipment All existing equipment that is to be removed shall not be stockpiled within the jobsite without the Engineer's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately, and delivered to the.Contracting Agency: • Electrical service cabinets. • Luminaire standards and mast arms. i • Vehicle and pedestrian displays and mounting hardware. • Pedestrian push buttons. • Luminaires. D • Terminal cabinets. The Contractor shall give the Engineer 14 calendar days' advance written notice prior to delivery of removed materials to the Contracting Agency's storage facilities. Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency's traffic signal personnel. All other equipment shall be removed by the Contractor and delivered,within 24 hours following removal,to the Contracting Agency. The salvaged material listed above shall be delivered between the hours of 8:30 a.m. and 2:30 p.m. to: City of Renton Corporate Yard 3555 NE 2nd Street Renton,WA 98056 Pole Shaft and Mast Arm Identification All removed signal and illumination pole shafts and mast arms shall be identified by paper identification tags recording pole number, location, and mast arm length. 4 inch by 6 inch(minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped one full circle around the shaft or arm with a 1/2–inch- minimum overlap at the ends and sides. Dismantled equipment shall be clearly marked, and all hardware saved in a heavy-duty burlap bag attached to the corresponding signal standard or mast arm. The Contractor shall be responsible for loading, delivering, and unloading the salvaged equipment. The Engineer shall determine the condition of the equipment. Material parts will only be accepted by the Contracting Agency if in identical condition to that prior to removal. — If the Contractor's operation causes damage to removed equipment, it shall be repaired or replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting Agency. The Contractor shall remove and dispose properly all debris and signal equipment not identified for return to the Contracting Agency. City of Renton 214-1779-039 NE 3rd14th Corridor Improvements SP-124 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 The Contractor shall: • Remove all wires for discontinued circuits from the conduit system. • Remove elbow sections of abandoned conduit entering junction boxes. • Remove abandoned conduit that is less than 18 inches below finished grade, unless otherwise indicated in the Plans. • Remove foundations in accordance with Section 2-02.3(1). • Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. 8-20.2(1) Equipment List and Drawings Section 8-20.2(1) is revised as follows: Add the word"calendar"after"twenty" in the first paragraph. Delete paragraph five of Section 8-20.2(1) and replace it with the following: Shop drawing for signal standards and lighting standards shall be provided in an electronic format (AUTOCAD Release 2000 or later), as well as complying with Section 6-03.3(7). Manufacturer's technical information shall be submitted for all poles, mast arms, luminaires, wire, conduit, junction boxes, control equipment, and all other items to be used on the Project. The Contractor shall also submit, either on the signal standard shop drawings or attached to the signal standard shop drawings, all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. All approvals by the Engineer must be received by the Contractor before material will be allowed on the jobsite. Materials not approved will not be permitted on the jobsite. The Engineer shall have 14 calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. Final verified dimensions for luminaire standards, signal standards, including pole base to signal mast arm connection point, pole base to light source distances, mast arm length, offset distances to mast arm mounted appurtenances, and orientations of pole mounted appurtenances shall be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. Manufacturer's data for materials proposed for the illumination, signal, and interconnect systems for use in the Contract which require approval shall be submitted in one complete package. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-125 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 I 8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: Signal Installation Coordination with the City The Contractor shall coordinate with COR Transportation Maintenance Department Representative (Contact Person: Dave,Sherer at 425-430-7423)for all required signal installation work and testing. Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within 4 weeks after Notice.to Proceed, the Contractor shall meet with a PSE Representative (Contact Person: Kathy Johnson at 425-462-3381) in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. 8-20.3(1) General Add the following new section: 8-20.3(1)A Illumination Requirements During Construction New Section Existing illumination system shall be kept in working order such that one side of the system shall be in operation during the progress of the work. While work is being performed, the existing illumination system may be removed from the one side of the roadway, but must remain operational on the other side of the roadway. While work is being performed on both sides of the roadway, temporary illumination must be provided from at least one side. Prior to final removal of existing illumination system, new illumination system must be activated along one side of the roadway. In the event that the Contractor cannot maintain operation of at least half of the illumination system, temporary illumination shall be provided at the Contractor's expense. Add the following new section: 8-20.3(1)B Signalization Requirements During Construction New Section Signal systems shall remain fully operational during construction. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented as follows: The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the maximum density of the material. Before placing the concrete, the Contractor shall block out around any other underground utilities that lie in the City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-126 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged, and finished in a workmanship-like manner. Concrete shall be,promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period,the Contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer(see Pole Specifications sheet). 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the pedestrian curb at the back of sidewalk ramps (see Pole Specifications sheet). All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor, and locations shall be field verified and approved by the Engineer in the field prior to excavation. See Section 2-01 of these Special Provisions and details on the Plans regarding special requirements for excavation of pole foundations near trees designated for protection. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J-box. Drilled Shafts for Traffic Signal Pole Foundations This Special Provision covers the operations required to drill shafts for pole foundations, removal of all soil and rock materials encountered, disposal of all excavated materials, furnishing and placement of casing (if required), removal and disposal of any obstructions encountered, furnish and place steel reinforcement cages and concrete, and the work necessary to complete the drilled shaft construction, in accordance with these Special Provisions and as specified on the Plans. Concrete Concrete shall meet all requirements for Concrete Class 4000 as specified in Section 6-02, with the following exceptions: 1. The slump of the concrete shall be between 5 inches to 7 inches when tested in accordance with WSDOT Test Method No. 804 at the jobsite. 2. The Contractor may use a water-reducing admixture in accordance with Section 6-02.3(3), the manufacturer's written recommendations, and as approved by the Engineer in order to attain a slump of 5 inches to 7 inches. Reinforcing Steel All reinforcing steel shall meet the requirements of Section 9-07 and in accordance with the Plans. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-127 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 Casing 1. The casing shall be of steel and of ample strength to withstand handling stresses and the external pressure of the caving soil and/or water. 2. The casing shall be watertight, smooth, and clean. 3. The inside diameter of the casing shall provide as a minimum the specified diameter of the shaft. No extra compensation will be allowed for concrete required to fill an oversized casing or an oversized excavation. Construction Sequence All excavation for the foundations in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. Shaft Excavation . 1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within 2 hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary to ensure such safety and stability. 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to lace a temporary casing or use other methods approved b the Y P p rY g . PP Y Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1 inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which re q uire specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Obstructions shall be removed per Section 6-16.3(3)of the Special Provisions except that payment shall be made per Force Account as described in Section 1-09.6 of the Standard Specifications and these Special Provisions. Excavation shall be continued as approved by the Engineer. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-128 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. i 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 2-foot centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft)to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within 2 hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-129 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Casing Removal During casing removal, a minimum 5-foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. Construction Tolerances 1. The centerline of the drilled shaft shall be within 3 inches of Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. 3. After all the concrete is placed,the top of the reinforcing steel cage shall be no more than 1/2 inch above, and no more than 1/2 inch below,the Plan position. 4. The minimum diameter of the drilled shaft shall be 1 inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of plus or minus 1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of plus or minus 3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: _ 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. 3. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicates. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer as specified in Section 1-05.3 for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-130 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 i 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. The ninth paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if and where so indicated in the Plans. Pull wires shall be provided by the Contractor. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide all conduit and necessary fittings at the locations noted on the Plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on Plans. Conduit to be provided shall be of the type indicated below: • Schedule 40 heavy wall PVC conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. • Schedule 80 extra heavy wall PVC conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled "City of Renton"conduits. 8-20.3(6) Junction Boxes, Cable Vaults,and Pull Boxes Section 8-20.3(6)is supplemented by adding the following: All junction boxes and associated concrete pads shall be installed on compacted subgrade which shall include 6 inches of 5/8-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4-inch-thick Class B cement concrete pad enclosing the junction box as per the Plans, specifications, and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16-inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks.All junction boxes placed in the sidewalks shall have skid-resistant lids. Junction boxes shall have galvanized steel lids and frames. Junction boxes used for electrical wiring shall utilize a locking lid per WSDOT Standard Plans J-40.10-02 and J-40.30-02 with lid markings per City of Renton Standard Plan J016. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-131 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. 8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: Splices to loop return cables shall be made with soldered compression type connectors. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. Video camera wiring shall be as supplemented by 9-29.3(3). Field Wiring Chart 501 AC+Input 521-540 Spare 502 AC-Input 541-580 Coordination 503-510 Control-Display 581-592 Emergency Preemp 511-515 Sign Lights 593-599 Spare 516-520 Railroad Preempt Movement Number: 1 2 3 4 5 6 7 8-T 9 VEHICLE HEADS Red 611 621 631 641 651 661 671 681 6*1 Yellow 612 622 632 642 652 662 672 682 6*2 Green 613 623 633 643 653 663 673 683 6*3 " Spare 614 624 634 644 654 664 674 684 6*4 Spare 615 625 635 645 655 665 675 685 6*5 AC- 616 626 636 646 656 666 676 686 6*6 Red Auxiliary 617 627 637 647 657 667 677 687 6*7 Yellow Auxiliary 618 628 638 648 658 1 668 1 678 688 6*8 Green Auxiliary 619 629 639 649 659 1 669 1 679 689 6*9 PEDESTRIAN HEADS AND DETECTION Hand 711 721 731 741 751 761 771 781 7*1 Man 712 722 732 742 752 762 772 782 7*2 AC- (Ped Head) 713 723 733 743 753 763 773 783 7*3 Detection 714 724 734 744 754 764 774 784 7*4 AC- (Detection) 715 725 735 745 755 765 775 785 7*5 , Spare 716 726 736 746 756 766 776 786 7*6 Spare 717 727 737 747 757 767 777 787 7*7 Spare 718 728 738 748 758 768 778 788 7*8 Spare 1 719 729 739 1 749 759 769 779 789 7*9 *Overlap phase designator:A,B, C,D. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-132 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 II 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is revised as follows: Paragraph 5 is deleted. Paragraph 6 is deleted. Section 8-20.3(9)is supplemented as follows: All street light standards, signal poles, and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8 inch in diameter by 8 feet 0 inches in length, complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8 inch in diameter by 8 feet 0 inches in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, Specifications, and applicable codes. Ground rods are considered miscellaneous items, and all costs are to be included within the Bid Items in the proposal. 8-20.3(10) Services Transformer,Intelligent Transportation System Cabinet Section 8-20.3(10) is revised as follows: Paragraph two is deleted. Paragraph three is deleted. Section 8-20.3(10) is supplemented with the following: Power service shall be single-phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/ traffic signal, grounded neutral service)per City of Renton Standard Plans. The power service point shall be as noted on the Plans and shall be verified by the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company, as described in these Special Provisions, Section 8-20.3, Construction Requirements). 8-20.3(11) Testing Section 8-20.3(11) is supplemented with following: Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet. City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-133 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 A minimum of 5 working days' written notice will be required for signal Turn-On. The Contractor shall not pick up the controller cabinet from the Contracting Agency until power is present at the site and all site preparation required to install the controller cabinet is complete. All discrepancies and deficiencies must be corrected by the Contractor and re-inspected prior to requesting signal Turn-On date. All functional tests required by the Contract Specifications shall be completed to the satisfaction of the Engineer 48 hours prior to the Turn-On date. Signal Turn-On shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday immediately before and after a holiday. Signal Turn-On shall be completed between the hours of 9 a.m. and 2 p.m. on the day of the Turn-On. No Turn-On will be,allowed until the City Traffic Engineer gives approval. The signal Turn-On shall be by the City's Traffic Engineer or his representative. The Traffic Engineer or his representative shall enter all signal timing parameters as supplied by the Engineer and shall certify the intersection is operating and functioning in accordance with the Contract Documents. The Contractor shall be present during the Turn-On with adequate equipment to repair any deficiencies in operation. The traffic signal controller manufacturer's representative shall fully explain the operation of all control equipment to the Engineer prior to the Turn-On procedure. The Engineer may contact the manufacturer to schedule the explanation of the control equipment and the training session shall be provided if deemed necessary by manufacturer's representative. Requests for traffic signal Turn-On will not be considered until a pre-Turn-On inspection of signal system has taken place. Requests for signal Turn-On shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. Channelization at the intersection must be complete per plan before requesting signal Turn-On date. Any deletions of channelization prior to Turn-On must be approved by the Engineer. City forces shall provide,post, and maintain proper signing warning of new signal ahead. 8-20.3(13) Illumination Systems 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with following: Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions, Section 9-29.6(1)B,Decorative Light Poles. y Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Sections 6-03.3(33) and 8-20.3(4). City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-134 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 I The grout pad shall not extend above the elevation of the bottom of the base. The handhole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 pounds or more and to withstand pressures caused by wind loads of 85 miles per hour with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 psi on yield strength of weight load and 2.33 psi for basic wind pressure. Miscellaneous Hardware All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles) The Contractor shall provide a combination of digits and letters on each pole(per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15-foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather, and ultraviolet exposure. The decal markers shall be either: • 3-inch square with gothic gold or white reflectorized 2-inch legend on a black background, or • 3-inch square with black 2-inch legend on a white reflectorized background. r The I.D. number will be assigned to each pole at the end of the contract or project by the City's traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum and shall meet the pole detail requirements indicated below and the detail sheets in the Plans. The pole shaft shall be provided with a 4-inch by 6-inch flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon.After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A 1/2-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-135 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-20.3(14) Signal Systems 8-20.3(14)C Induction Loop Vehicle Detectors Items 4 and 11 of Section 8-20.3(14)C are revised as follows: 4. All loops shall be installed in the final lift of asphalt designated in the Contract. Loop conductors shall be held at the bottom of the saw cut by high temperature backer rod (sized to fit snuggly in the saw centers along the entire loop and home run(s) and at the entrance and exit of all turns greater than 45 degrees. If new loops are installed over existing, the old loops shall be removed by grinding and the grinding shall be enough to destroy any existing operational loop conductors. i 11. Install sealant per Section 9-02.1(10). Section 8-20.3(14)C is supplemented with the following: Loop installation shall not take place in temperatures below 40°F. The saw cuts shall be of uniform depth and any sharp edges, abrasions, or ridges shall be removed prior to placing the wire. Saw Cut Cleaning The high pressure washer shall operate at 1,000 psi minimum pressure as certified by the manufacturer's label on the machine or as measured by an in-line pressure gauge. 1 All requirements of Section 1-07.15, "Temporary Water Pollution/Erosion Control" shall be observed as specified in the Contract and on the Plans when the saw cut cleaning is performed. 8-20.3(14)D Test for Induction Loops and Lead-in Cable " Section 8-20.3(14)D is supplemented by adding the following: The Contractor shall keep records of field testing and shall furnish the Engineer with a copy of the results. 8-20.3(14)E Signal Standards Item 3 in Section 8-20.3(14)E is revised as follows: 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Illumination wiring shall conform to City of Renton Standard _ Plans. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-136 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Section 8-20.3(14)E is supplemented with the following: Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions, Section 9-29.6(1)A Decorative Signal Poles. While delivering the poles and arms to the jobsite, and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Extreme care shall be taken by the Contractor during installation and pole erection to avoid 1 damage to the finish. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm-connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. All i'ype M signal standards shall have on luminaire arm connection as described in Section 9-29.6(1)B Decorative Light Poles. i Add the following new section: 8-20.3(14)>F Opticom Priority Control Systems New Section I Emergency preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138 cable, or equivalent, and shall have no splices. All lead-.in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-137 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-20.3(15) Grout Section 8-20.3(15)is supplemented with the following: After the pole is plumbed, the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A 1/2-inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. Add the following new section: 8-20.3(18) Video Detection System New Section Prior to commencing work around the existing vehicle inductance loops at the Union Avenue NE intersection,the Contractor shall provide a fully operational temporary video detection system for the east leg of the intersection and install it under the presence of COR Transportation Maintenance Department Representative. The Contractor shall maintain this video detection system throughout construction. The Contractor shall provide adequate cable for each detection camera to allow relocation of cameras as construction conditions (lane shifts, traffic control, etc.) change. The video detection system shall consist of the following: • Video cameras, including camera enclosure,filter, sunshield and connector kit. • Camera mount assemblies, including extensions as specified in the Plans. • Video image processors. • 9-inch video monitor, including cable. • Programming devices and/or software. • Remote management software. • Camera lenses and lens adjustment modules. • Surge suppressor. • Coaxial and power cables. All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of COR Transportation Maintenance Department Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. The Contractor shall maintain the video vehicle detection system at each intersection during the construction. After the changeover to the new signal system, the Contractor shall reinstall the temporary video detection system to the new signal system at the permanent locations shown in Plans City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-138 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 and shall be confirmed by the Engineer in the field. The Contractor shall be responsible for any damage to the video detection equipment. Add the following new section: 8-20.3(19) Security Gate System New Section The Contractor shall construct and install a new cantilever gate with 20-foot clear opening for the proposed Post Office driveway entrance as noted in the plans. The cantilever gate shall match or better the construction of the existing automated gate system on the site. The Contractor shall extend existing conduit and power from the point of connection shown on the plans to the proposed gate location and relocate the existing gate operator and relocateable associated card reader and detection equipment from the current gate to the new location. The Contractor shall replace the existing damaged guard post and any other equipment that is damaged during relocation, or cannot be relocated to the new location due to the nature of the existing installation(e.g.,reversing and exit loop). The existing cantilever gate shall remain at the current location and shall be modified by the Contractor as necessary to allow manual locking similar to the existing manual access gate on the north side of the Post Office site. The existing gate shall remain in operation until the new gate is fully tested and operational, except that the existing gate may be manually operated by USPS staff for a period of up to 5 working days to allow for switching over automated equipment. The Contractor shall provide 2 weeks' notice to USPS to arrange for manual operation by USPS staff. 8-20.4 Measurement Section 8-20.4 is supplemented as follows: When a bid item is shown as lump sum in the proposal, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. Saw cutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, of existing traffic signal equipment, including grinding and removal of existing loop detectors, shall be incidental to the lump sum items and no separate measurement will be made. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-139 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. The cost of conduit trenching, backfilling, compaction and landscape restoration outside of paved areas and trenching and backfill for the pipe zone within paved areas shall be included in the listed lump sums. All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the applicable lump sum contract price(s). 8-20.5 Payment Section 8-20.5 is supplemented as follows: Payment will be made for the following bid items: "Illumination System Complete—NE 4th Street",per lump sum. "Illumination System Modifications—USPS Mail Drop",per lump sum. "Traffic Signal System Complete—Whitman Ct.NE",per lump sum. "Traffic Signal System Modified-Union Avenue NE", per lump sum. "ITS System Complete", per lump sum. "Security Gate System Complete", per lump sum. The lump sum contract prices shall include all incidental work and shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. "Traffic Signal System Complete — Whitman Ct. NE", per lump sum shall include the cost of installation of a fully functioning traffic signal system at the intersection of NE 4th Street and Whitman Court NE, including but not limited to controller, poles, signal heads, vehicle detection system, including remote management software and server hardware, EVPE, vehicle detection loops, conduit, wiring, junction boxes, electrical service cabinet, battery back-up system, traffic signal pole-mounted signs and all associated equipment as necessary to provide a complete and operational traffic signal system. "Traffic Signal System Modified — Union Avenue NE", per lump sum shall include the cost of modifying the existing traffic signal system at the intersection of NE 4th Street and Union Ave NE. Whitman Court NE, including but not limited to video detection and advance loops for the westbound approach, pedestrian push buttons and post, conduit, wiring, junction boxes, and all associated equipment as necessary to maintain operation of the existing traffic signal during all phases of construction, and to provide permanent modifications to the signal to accommodate the proposed street improvements City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-140 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 I "ITS System Complete", per lump sum shall include the cost of relocating two 48 SMFO cables from the current aerial installation into a new underground system and providing 24 SMFO pigtail connections to the existing traffic signal controller at Union Avenue NE and to the new traffic signal controller at Whitman Ct. NE, including, but not limited to trenching, excavation, conduit, vaults, handholes, temporary relocation of existing 48 SMFO cables during construction, providing, installing and connecting fiber optic switches, SMFO cable splices and other work as necessary to relocate and restore the existing fiber optic network after undergrounding to the preconstruction condition and to expand the system to integrate the signal controller cabinets at Union Ave NE and r Whitman Ct NE. "Illumination System Complete —NE 4th Street", per lump sum, shall include the cost of removing, salvaging and reinstalling existing illumination equipment and installation of a fully functioning illumination system, including but not limited to, luminaires, poles, conduit, wiring,junction boxes, and all associated equipment. The Contractor shall provide two additional Roadway Decorative and Pedestrian Decorative Luminaires, two additional 30-foot-long luminaire poles, two additional 18-foot-long luminaire poles, and two additional of each 4-foot-long, 6-foot-long, and 12-foot-long luminaire arms. "Illumination System Modifications — USPS Mail Drop", per lump sum, shall include the cost of removing, and relocating two luminaires and light poles from the existing mail drop loop to the new location, including, including but not limited to, luminaire pole foundations, conduit, wiring,junction boxes, and all associated equipment as necessary to relocate the poles, reconnect to existing lighting circuits, and restore the existing system where poles have been removed. The lump sum Contract price for "Security Gate System Complete", shall be full pay for the construction of the complete mechanical and electrical security gate system as described above and as shown in the Plans, and herein specified, including but not limited to excavation,backfilling, concrete foundations, cantilever gate, detector loops, entry system pedestals/photo eyes, protector posts, trenching, conduit, relocating the gate operator, keypad and proximity card reader, providing extension of wiring from the point of connection shown in the Plans to the relocated gate system, restoring facilities destroyed or damaged during construction, and for making all required tests and post office personnel training. All additional materials and labor, not shown in the Plans or called for herein and which are required to provide a complete and fully operational gate system equal to the gate system as it currently at the post office site at the time of the Contractor's notice to proceed shall be included in the lump sum Contract price. Bidders are cautioned to also include in the lump sum bid items for Traffic Signal, Illumination, and ITS Systems Complete, all costs related to protection of items to remain, dewatering, and costs associated with permits and with obtaining electrical inspection and signal testing as required. 8-21 PERMANENT SIGNING 8-21.3 Construction Requirements Section 8-21.3 is supplemented with the following: All relocated signs shall be relocated to new wood posts. The Contactor shall stake proposed sign, luminaire, and street tree locations for the Engineer's approval prior to installation of signs. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-141 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 8-21.5 Payment Section 8-21.5 is supplemented with the following: The lump sum contract amount for "Permanent Signing" shall be full pay for all work and materials to install new sign posts,new signs,and backfill around post. All costs to provide and install the Project signs as shown on the plans, and remove the signs after completion of the project, shall be included in the lump sum price for "Mobilization". No separate measurement for payment will be made for the project signs. Add the following new section: 8-26 USPS SITE IMPROVEMENTS NEW SECTION 8-26.1 Description This work shall consist of construction of various improvements on the United States Postal Service (USPS) site, including relocation of the mail drop box, driveway and associated signing, sidewalk and illumination; construction of a new access gate, driveway and associated electrical work; and modifications to the existing customer parking lot and driveway entrances on NE 4th Street. 8-26.2 Materials Materials shall match existing improvements, except where more stringently required by the Contract Documents. Bollards Type 2 bollard posts shall be ASTM A 53,NPS 3 (3"Nom.) schedule 80 steel pipe.Post sleeves shall be ASTM A 53,NPS 4(4"Nom.) schedule 40 steel pipe. All steel parts shall be hot-dip galvanized after fabrication in accordance with AASHTO 17 M 111. Footings Footings for bollard and relocated mail drop sign(s) shall be constructed using concrete Class 3000. 8-26.3 Construction Requirements Bollards Bollards shall be constructed in accordance with the Standard Plans except that reflective tape will not be required. Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane. r Bollard posts and the exposed parts of the base assembly shall be painted in accordance with Section 6-07.3(11) for galvanized surfaces. The top coat shall match Federal Standard 595, Color No. 33538 Traffic Signal Yellow. City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-142 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 I USPS Pre-Construction Conference Prior to the Contractor beginning the work, a focused preconstruction conference will be held between the Contractor, the Engineer, the USPS Station Master, and other USPS staff as may be invited.The purpose of the preconstruction conference will be: 1. To review the initial progress schedule for work on the USPS site; 2. To establish a working understanding among the various parties associated or affected by the Contractor's work on the USPS site; 3. To establish and review procedures for USPS notifications, etc.; 4. To establish normal working hours for work on the USPS site; 5. To review USPS safety and security requirements; and 6. To discuss such other related items as may be pertinent to the work on the USPS site. The Contractor shall prepare and submit at the USPS preconstruction conference the following: 1. Contractor's foreman and superintendent contact information. 2. A preliminary schedule and sequence of work efforts on the USPS site, including but not limited to the Contractor's work plan for- a. Maintaining the secure perimeter of the USPS site, b. Sequencing of transitions between the existing and proposed mail drop box, keypad security gate and customer parking lot. A minimum of 14 days' notice shall be given to the Engineer to schedule the pre-construction conference with Contracting Agency and USPS staff. The USPS preconstruction conference shall be held no less than 7 days prior to the desired date to access the site. USPS Stand-Up Meeting The Contractor's job superintendent and on-site foreman shall address USPS Highlands Station employees in a stand-up meeting on site at the Post Office. The purpose of this meeting will be to introduce the Contractor's project and site team leaders to USPS employees, and address the logistics of working around the USPS activities on the site. On-Site Safety, Security and Notifications All Contactor employees must view the USPS safety training video and obtain a Contractor-provided ID badge to wear before working on the USPS site. The Contractor shall notify on-site USPS staff in advance of accessing the site and will need to be accompanied by USPS staff when accessing secure areas of the post office site. Contractor staff must wear ID badge,visible at all times when working on the USPS site. 8-26.4 Measurement There will be no specific measurement of bollards for payment. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-143 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 i 8-26.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: "Miscellaneous USPS Site Modifications", per lump sum The lump sum contract price for "Miscellaneous USPS Site Modifications" shall be full pay for all labor, equipment, materials, administration, and supervision utilized to perform the work on the USPS site, except as specifically included under other items in the bid schedule. Work under this item includes, but is not limited to, relocation of wheel stops, new bollard Type-2, relocation of the mail drop box, temporary signing for postal customers during transitions to new parking lot/access configuration(s) and to new mail drop box location, compliance with USPS safety and security requirements,meetings, conferences, notifications, and other coordination with USPS. Add the following new section: 8-31 FRANCHISE AERIAL UTILITY CONVERSION NEW SECTION. 8-31.1 Description The work performed shall be the installation of a comprehensive, underground infrastructure to convert existing overhead power and telecommunications utilities to underground facilities. It shall generally consist of the excavation, preparation, installation, backfill, and surface restoration associated with conduit banks and vaults, and the conversion of individual services as shown on the Plans and described within this section. Franchise utilities for this utility conversion project include: • Renton School District(Communications) • Puget Sound Energy(PSE), (power) • CenturyLink, (telephone/communications)) • Comcast, (communications) The utilities listed above shall be responsible for the installation of their respective cables, transformers, electrical and telecommunications equipment. Additionally, PSE, Comcast, and CenturyLink will furnish their vaults, manholes, pedestals, conduits, conduit fittings, bends, spacers, and glue. The Contractor shall install these items, and shall be responsible for coordinating their delivery and storage. The following City utilities shall be included in this utility conversion project: • City of Renton—Information Technology(IT). • City of Renton—Intelligent Transportation Systems (ITS). • City of Renton—Traffic Operations (Signals and Illumination). The Contractor shall furnish 'and install all junction boxes, vaults, manholes, pedestals, conduits, conduit fittings, bends, spacers, glue, cabling and other equipment for these City utilities as indicated in the Contract Documents. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-144 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 A list of utility contacts and phone numbers is shown on sheet in Section 1-07.17 of these Special. Provisions. The Contractor shall provide the following as shown on the Plans and as necessary to successfully complete the underground infrastructure: • Coordination with the utilities,their inspectors, and their contractors/work crews. • Develop a detailed trenching plan and sequence of construction. • Sawcut pavement for utility trenches, structures (vaults and manholes) and associated work. • Excavation, foundations, bedding and backfill for joint utility trenches, structures (vaults and manholes)and associated work. • Install utility-provided conduit, conduit bends, required fittings and connections,pole risers, handholes,junction boxes,vaults and associated work. • Furnish and install City conduit,conduit bends,required fittings and connections,pole risers, handholes,junction boxes,vaults, cabline, and associated work. • Placement of structures both furnished by the Contractor and furnished by others. • Installation of all conduits both furnished by the Contractor and others along with the required identification tape. • Clearing of structures and mandrel testing of all conduit. Cutting and capping conduit as necessary. Install fish line in all conduits. • Other work indicated on the Plans and in the Specifications and Special Provisions. • Provide a schedule of values for what is installed for each Franchise Utility. • Surface restoration including temporary pavement or steel sheeting to allow vehicular traffic prior to final surfacing operations. • Provide all shoring consistent with WSDOT and OSHA regulations. • Traffic Control. • Staging and storage of all necessary materials, as approved by the Project Engineer. • Coordination with the Project Engineer and the non-electrical utility crews(gas, sewer,water, etc.)to avoid conflicts, damage, and work stoppages. The franchise utilities shall be responsible for the following for franchise utilities: • Provide all new underground wiring and cable. • Provide all electrical equipment, communications equipment, and all distribution and service terminations. • Provide required grounding systems. • Provide inspections for all underground facilities installed by Contractor prior to burial. • Traffic control labor for utility's respective wiring operations. • Complete removal of existing poles and other overhead facilities (including new services) within 90 days of the underground system being energized. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-145 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 • Additional conduit,reducers, J-boxes, conduit terminations, and wiring at individual building's service location. • Provide service shutdowns and cutovers. • Provide supervision and crews to make cutovers to existing conduits and vaults. • Comcast and CenturyLink shall furnish their respective vaults and conduits to be installed by the Contractor. • PSE to provide temporary pole relocations and/or pole support systems and temporary wiring. 8-31.1(1) Regulations and Codes Installation of all electrical and telecommunication vaults and ducts shall conform to the appropriate sections of the latest editions of the following standards and codes: O National Electrical Code(NEC). . • National Electric Safety Code(NESC). - • City of Renton Building Code. • Seattle City Light Construction Guidelines. • Underwriters Laboratories (UL). • National Electrical Manufacturer's Association(NEMA). • American Association of State Highway and Transportation Officials(AASHTO). • National Electrical Contractors Association(NECA). In all cases, the Contractor shall install a complete and operable system in compliance with the plans and specifications. The Contractor shall also coordinate and obtain inspections and approvals form the various utilities, Project Engineer, and from the local Authorities Having Jurisdiction (AHJ) prior to duct and vault burial. 8-31.2 Materials Materials shall conform to the requirements of the Division 9 Standard Specifications, these Special Provisions, and the standards of the utility agencies as indicated below and on the Plans and details. PSE's pertinent standards are included in Appendix E. The Contractor shall verify that these standards are the most recent available by checking with PSE engineers,prior to mobilization. Communication Vaults and Handholes CenturyLink, and Comcast vaults and handholes shall be provided by these respective utilities. They are identified on the Plans by their Utility Vault Company model number, allowing the Contractor to assign a unit cost for installation. Unidentified handholes on the plans shall be Utility Vault Company Model 444-LA, or an Engineer approved equal. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-146 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 PSE Vaults and Ilandholes Vault and handhole sizes are identified on the Plans. PSE will provide all PSE vaults and handholes. All vaults shall be from the Utility Vault Company and match the descriptions below and be installed per PSE Standards and Guidelines located in Appendix E. Identification Tape Identification Tape for telecommunications conduit runs shall be Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core. Six inch (6") wide, orange in color, with non-ferrous metal conduction sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION — COMMUNICATION LINE BELOW". Identification tape for PSE conduits and duct banks shall be 6" wide Line-Tec Type A, red in color with black lettering"CAUTION—ELECTRIC UTILITIES BELOW". Franchise Utility Trench Bedding for Direct Burial Ducts Utility trench bedding shall be sand, per the detail in the Plans. Franchise Utility Trench Pipe Zone Bedding The pipe zone is defined as the full trench width, plus bedding and shading as shown on the typical trench sections shown in the plans. Sand shall be used for pipe zone backfill, except as noted otherwise on the plans for encasement. Sand shall be in accordance with Section 9-03.1(2), Class 1 or Class 2. Franchise Utility Trench Backfill Trench backfill material, above the pipe zone, in non-pavement or non-sidewalk areas, shall be backfilled per Section 7-08.3(3). Where the Engineer determines that the excavated material is not suitable for backfill, backfill material above the pipe zone shall be backfilled per Section 7-08.3(3)with gravel borrow. Joint service trenches shall be backfilled per Section 7-08.3(3) with select native material. Reuse of native material in trench bedding and backfill, where approved by the Engineering, shall be considered incidental to and included in the various bid items. CenturyLink Duct Encasement CenturyLink ducts shall be encased in Class 2500 at the locations indicated in the plans. The Contractor shall form the trench as required to separate the encasement area from PSE ducts in joint trenches. Conduits and Accessories PSE, Comcast, and CenturyLink will furnish their respective conduits to the Contractor for installation. The Contractor shall provide conduit materials for City of Renton "Illumination System Complete — NE 4th Street" and "ITS System Complete" conduits as shown on the electrical plans. Conduit materials for City of Renton systems shall meet the requirement of Section 9-29.1. Nonmetallic conduit spacers shall be used for all encased.conduits and in direct burial runs with more than 2 conduits.The spacers shall be provided by PSE and CenturyLink. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-147 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 Riser conduits and their associated sweeps will be Schedule 80.extra heavy wall PVC. Factory and field bends and elbows must conform to PSE and CenturyLink bend radius requirements. The Contractor shall install utility-provided measuring tape/pull cord in new conduits. 8-31.3 . Construction Requirements The Contractor shall be responsible for coordinating with all the utility companies and incorporate time allowances into the project schedule for these work elements. Plans The Contract Plans have been developed from PSE and other franchise utility underground conversion plans and are intended for providing an overview of the work and for bidding purposes. It shall be the Contractor's responsibility to construct a joint trench along the approximate lines and grades shown which shall result in a successful conversion of the aerial utilities to underground. Copies of the franchise utilities' plans are included in Appendix F for the Contractor's reference. The Contractor is advised that the layout of conduit ducts and vaults shown on the Plans is approximate. The layout of the joint-utility trench and vaults shall be adjusted as necessary to avoid conflicts with utilities, both existing and to be constructed under this Contract. The Contractor is also alerted that all improvements for the aerial utility conversion must remain within the City right-of- way and City obtained easements,which are indicated on the Plans. It shall be the Contractor's responsibility to construct the joint utility trench so that it will not require adjustments or replacements for other items of Work. All adjustments to the layout shown must be reviewed and approved by the Engineer. Individual service connections are not required to be within easements. The Contractor shall make his or her own determination as to how best to provide the joint-utility trench,which conforms with these Plans and Specifications. The Engineer, utility company representatives, and the Contractor will coordinate actual location of vaults, handholes, and conduits as necessary to avoid conflicts with the existing and proposed utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting.Agency. Installation of franchise utility conduits shall be per the requirements of the franchise utilities. The Contractor shall perform all franchise utility work under the supervision and inspection of the franchise utility representatives. For PSE facilities: All vaults and conduits must be inspected by a PSE Inspector before covering. Phone Jamie Kennedy at 425-766-0719, 48 hours in advance of setting the vault to schedule a field engineer to observe the setting. For CenturyLink facilities: All vaults and conduits must be inspected by a CenturyLink inspector before covering. Phone Phil Pedersen at 206-345-0444, 48 hours in advance of setting the vault to schedule a field engineer to observe the setting. No vault inspection will be made unless the shoring for the vault excavation complies with WAC 296-155,Part N"Excavation, Trenching, and Shoring". City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-148 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 The Contractor shall make the following assumptions in their unit bid price for utility undergrounding bid items: 1. The Contractor shall assume conduits entering all other vaults shall be through inspector designated knockouts then grouted and sealed per PSE standards. 2. The Contractor shall assume that conduits will enter the vaults perpendicular to the vault walls with adjacent bends no greater than 22 degrees. 3. The Contractor shall assume that adjustments to the utility trench depth and width will be required when crossing utilities shown in the Plans as existing or proposed and that the change in depth will be done with field bends in the conduit,not conduit fittings. 4. The Contractor shall assume that hand digging will be required near existing underground utilities to prevent inadvertent damage with mechanized equipment. 5. The Contractor shall assume all responsibilities for repair and surface restoration of private property to match surrounding conditions after backfilling individual service trenches to the property owner's building. In addition, the Contractor is required to perform a thorough review and assessment of Plans, Specifications, Special Provisions, Utility Standards, site conditions, and constraints to determine all the work necessary to construct and complete the Utility Undergrounding. Work will be performed in close proximity to other underground utilities and beneath existing overhead utilities, and must be coordinated with the various utility representatives and work crews to prevent damage and safety hazards. The sum total of all the bid item prices included in the Franchise Aerial Utility Conversion schedule includes all excavation, dewatering, field adjustments, staging, and inspections necessary to construct a complete and in-place system. 8-31.3(1) Excavation Structure excavation necessary for the installation of conduits and structures (vaults & handholes) shall be incidental to the bid items within this section. Structure excavation shall meet the requirements of the Standard Specifications and as modified herein. The excavations required for the installation of conduit, vaults and other appurtenances shall be performed in a manner to cause the least possible disturbance to the streets, sidewalks and other improvements. The trenches shall not be excavated wider and/or deeper than necessary for the proper installation of the conduit, vaults, handholes, and other necessary appurtenances. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Trench Excavation Safety Systems per Section 2-09 shall apply to trench excavations. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2-03, or as directed by the Engineer. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-149 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 8-31.3(2) Telecommunications Service Connections In the course of the work, CenturyLink and Comcast will reconnect services which are currently overhead. The Contractor shall provide trenching, conduit,bedding,backfill and restoration as needed to reconnect the service. Exact routes of service trenches shall be determined by the Contractor, in consultation with the Engineer. Final connection of the service, including wiring and other hardware, shall be the responsibility of the franchise utility. 8-31.3(3) Placing Structures Furnished by Others The Contractor shall install structures furnished and delivered to the site by the franchise utilities where indicated in Section 8-31.2. The Contractor shall coordinate delivery and storage of structures as necessary. 8-31.3(4) Reconnect Electrical Service The Contractor shall provide underground service conduits from the new transformer location to existing service connections. Cutover between new and existing service connections will be provided by PSE. The Contractor shall provide excavation and backfill for splice pits and coordinate conduit installation and cross-connections with PSE. 8-31.3(5) Removing and Replacing Improvements Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 8-31.3(6) Conduit Installation of conduit shall conform to appropriate articles of the NEC, the NESC, and Utility Standards. The size of conduit used shall be as shown in the Plans. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Conduit stub-ups into bottomless handholes and equipment foundations shall extend a minimum of 4 inches above the bottom surface/grade.All conduit stubs shall be capped. Conduit shall be laid to the depth required by each perspective utility company standard but not less the 30 inches below finish grade, 24 inches for the City of Renton system conduits. Service conduits i on private property shall conform to the NEC burial depths. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-150 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 Conduit risers on secondary and terminal poles shall be Schedule 80 PVC and conform to PSE Construction Standards. Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be easily located. All conduits installed shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through both ends of the conduit shall be sealed with conduit caps. Conduits noted as "spare"shall have a pull cord installed and have a removable plug installed. Connection, interception, and/or extension of existing conduits shall be coordinated with the crews of the pertinent utility. 8-31.3(7) Vaults,Handholes,and Appurtenances Vaults, handholes, and other appurtenances shall be installed at the approximate locations shown on the Plans. Vault and handhole installation shall conform to the respective utility companies standards. Vaults and handholes shall be adjusted such that the covers are 1/4 inch to 3/8 inch above surrounding grade. See PSE Construction Standards. Contractor shall not park or drive any equipment or vehicles on vaults. 8-31.3(8) Existing Utilities The Contractor is alerted to the presence of existing underground utilities within the project area. The Project plans indicate approximate locations prior to excavation. The Contractor shall prepare and submit to the Engineer a written trench excavation plan-that indicates the location of existing utilities within the trench and vault excavation areas. Depth to the existing utilities based on pothole data provided, and potholing information obtained by the Contractor shall be shown. Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall be shown. The Contractor shall identify those conflicts requiring immediate resolution based on the CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts. Upon authorization,the Contractor shall diligently and without delay perform such work as necessary to resolve the conflicts. No adjustment in the applicable bid prices will be allowed based on the resolution of utility conflicts with proposed and existing utilities that are shown on the Plans. The Contractor shall protect and support all existing utilities not identified to be removed, relocated, or abandoned. The existing telecommunication and electrical system shall remain operational during the installation of the underground utility system and other construction activities. The respective utility companies will furnish and install all conductors and make all final connections necessary to energize the system. ' PSE, CenturyLink, Comcast, or their contractors will be provided a 90-calendar-day window beginning when the conduit and vault systems are 100 percent complete and accepted by the Contracting Agency; and ending when the systems are energized, conversions complete, and existing City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-151 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 overhead systems are removed. During this period, the Contractor must accommodate the utility company work, including traffic control and space requirements necessary to perform their work. The Contractor is responsible for planning and coordinating this utility work into their project schedule. The 90-calendar-day window is included in the allotted working day for the contract; unworkable days will not be allowed due to this accommodation of the utility companies or their contractors within this 90-calendar-day window except as provided in Section 1-08.1(1). The Contractor has the ability to reduce this 90-calendar-day window by completing the project in segments if indicated in the Contractor's approved staging plan, and with the approval of the franchise utilities. PSE will also work in two-to three-block segments if the following criteria are met: • Segments are identified and agreed to with the utilities. • Vaults are installed and inspected. • Conduits are mandrelled. • Conduits are installed to terminal poles. • Any punch list items identified by the Engineer and/or utility inspectors are corrected. • All vaults and poles included in the segment are truck-accessible. • Vaults are installed to final elevation. 8-31.4 Measurement Joint utility trench (JUT) is defined as a trench that includes both PSE and telecommunications conduits. Joint utility trench excavation and backfill will be measured per linear foot of joint utility trench that is installed per the plans, specification, and the standard plans and specifications found in Appendices E and F. Lateral trench (LT) is defined as a trench that includes PSE or Telecommunications conduits, but not both. Lateral trench(LT) excavation and backfill will be measured by the linear foot, beginning at the point where excavation for LT construction requires the width of the JUT to be increased by 12 inches or more to accommodate lateral conduits. Gravel borrow, when approved by the Engineer for use in'the absence of suitable native backfill, will be measured by the ton. "Install Vault — " will be measured per each utility-provided vault or handhole that is installed by the Contractor. "Install Conduit Pipe In. Diam. — "will be measured per linear foot of franchise utility provided conduit that is installed by the Contractor. Measurement will be measured through vaults and handholds not including sweeps or bends into/from or around vaults, risers, or handholds. Installation of 2-inch-diameter conduit pipe will be measured as 3 inch diameter conduit pipe for PSE and Comcast installations, and as 4-inch-diameter for CenturyLink installations. Installation of utility-provided pedestals will be measured per each location where pedestal is installed. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-152 August 2012 Phase.l Intersection Improvements—Conformed Contract Documents Division 8 Saw cutting and pavement removal that is not covered by other items in the utility undergrounding bid schedule shall be incidental to various utility undergrounding bid items involved and no separate measurement will be made. Pipe zone bedding and shading shall be incidental to the various items, and no separate measurement will be made. Surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold or hot mix asphalt, shall be to the various utility undergrounding bid items involved and no separate measurement will be made. 8-31.5 Payment Payment will be made for the following bid items: "Joint Utility Trench",per linear foot. "Lateral Trench", per linear foot. The unit bid price for joint utility trench and for lateral trench per linear foot shall be full compensation for all labor, materials, tools, and equipment, supplies, incidental work necessary for the excavation, bedding, and backfilling of the joint utility trench. The cost of furnishing and installing pipe bedding, placing and compacting native trench backfill, coordination with franchise utilities, and other necessary work to allow the installation of conduits shall be included in this item. "Gravel Borrow Incl. Haul",per ton. The unit contract price per ton for "Gravel Borrow Incl. Haul" shall be full pay for all work to furnish, place, and compact the material in the trench. Also included in the unit contract price is the disposal of excess and unusable material excavated from the trench. "Install Vault—PSE Type ",per each. "Install Vault—CenturyLink Type ", per each. "Install Vault—Comcast Type ", per each The unit price bid shall be full compensation for installing the utility-provided vault or handholes of the size and type specified. Including all labor, materials, tools and equipment, supplies, and other incidental work required to satisfactorily complete the work defined in the Standard Specifications, Special Provisions for the particular vault or handhole called for in the Plans. The unit cost per vault shall include vault excavation, foundation,bedding, installation, and backfilling. "Install Conduit Pipe In.Diam.—PSE", per linear foot. "Install Conduit Pipe In.Diam.—CenturyLink",per linear foot. "Install Conduit Pipe In.Diam.—Comcast",per linear foot. The unit price per linear foot of"Install Conduit Pipe In. Diam.— " shall be full pay for labor, material, equipment, and supplies necessary for installing and proofing all pipe, pipe City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-153 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 8 connections, elbows, bends, caps, reducers, conduits, unions, and hardware for placing the pipe in accordance with the above provisions in the Contractor provided joint utility trench, lateral trench and pole risers. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified Proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench that fail to meet the compaction requirements shall have the backfill removed, replaced, and recompacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, subbase, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at Contractor's expense. _ Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified Proctor compaction test,ASTM D 1557. END OF DIVISION 8 City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-154 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 8 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.14 Borrow 9-03.14(1) Gravel Borrow Replace Section 9-03.14(1)with the following: Aggregate for gravel borrow shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: Sieve Size Percent Passing 1-1/4" 100 1" 90-100 No. 4 50-80 No. 40 30 maximum No. 200 7.0 maximum Sand Equivalent 50 minimum 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Soil i i 9-14.1(1) Topsoil Type A Section 9-14.1(1)is supplemented with the following: Topsoil Type A shall be a two-way mix consisting of 60% native or import granular mineral material and 40% Fine Compost meeting the specifications of Section 9-14.4(8). Native or import material shall be free of deleterious material such as pesticides, herbicides, fuels, and biologically hazardous materials. The soil material shall be processed as necessary by the Contractor to meet the following gradation when tested in accordance with ASTM D-422. Sieve Size Percent Passing 3/8" 100 No. 4 95-100 No. 10 75-90 No. 40 30 maximum No. 200 7.0 maximum Sand Equivalent 50 minimum City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-155 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 9-29 ILLUMINATION,SIGNAL,ELECTRICAL 9-29.1 Conduit,Innerduct,and Outerduct Section 9-29.1 is supplemented by adding the following: The conduit PVC–non-metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall PVC conforming to ASTM Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall PVC conforming to ASTM Standards. 9-29.2 Junction Boxes,Cable Vaults and Pull Boxes 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes — 9-29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in-place and galvanized steel cover plate (diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per City of Renton Standard Plan. Junction boxes placed in the sidewalks shall have non-skid lids. 9-29.3 Fiber Optic Cable,Electrical Conductors,and Cable 9-29.3(2) Electrical Conductors and Cable Items 8 and 11 of Section 9-29.3(2)are revised as follows: 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically cross-linked polyethylene type RHH-RHW insulation of code thickness. 11. Communications cable shall meet REA Specification PE-39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. Section 9-29.3(2)is supplemented with the following: Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-156 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 i Add the following new section: 9-29.3(2)J Cable for Vehicle Video Detection Cameras New Section Dual-Element six-conductor cable (6cDE) shall be a composite of two elements. The first element shall have five 18 AWG stranded copper conductors and each shall have polyethylene insulation, color coded White,Red, Blue,Black, and Brown. Insulation thickness shall be a minimum of 16 mils. The second element shall have one 20 AWG solid copper conductor and shall have foam polyethylene insulation with a minimum thickness of 56 mils. This shall be surrounded by a 95 percent bare copper braid with an outer polyethylene insulation jacket with a minimum thickness of 35 mils. Both elements shall be enclosed in an outer black PVC jacket having a minimum thickness of 30 mils with ratings of 600V and 165°F. Both ratings shall be permanently ink imprinted on the outer jacket. The total diameter of the entire assembly shall be 0.50 inch plus or minus 0.025 inch. Cable for Vehicle Video Detection Cameras shall be compatible with Video Detection Cameras per Section 9-29.18(3)of these Special Provisions. 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards Add the following new section: I 9-29.6(1)B Decorative Signal Poles Type II and III New Section The decorative steel traffic signal poles shall be capable of supporting one mast arm up to 65 feet in length and up to two luminaire arms, and shall be complete in all respects. No welding will be allowed at the site at the time of erection. The vertical pole shaft shall be round tapered steel, multi-sided poles are not acceptable. The pole shaft shall consist of a maximum 17-inch round smooth steel tapered pole, with adequate I wall thickness to meet all design requirements. The vertical section shall be continuous taper (0.14 inch/foot) for the entire length without a reducing cone. The pole shaft and mast arm shall meet ASTM A595 Grade A or Grade 572 specifications, minimum yield 55 KSI. The pole shall have a base plate (bolt circle per the Plans) meeting ASTM Grade A-36 specifications welded to the pole shaft per the manufacturer's recommendations and have four holes at 90 degrees to accept the properly sized anchor bolts. The pole shall have a 4-inch by 6-inch oval handhole located 18 inches up from the base plate to the top of the centerline of the handhole and oriented as per detail in the Signal Pole Specifications sheet. A pressure type grounding nut shall be welded 180 degrees from the handhole opening. Four galvanized steel anchor bolts (design to be supplied by pole manufacturer) conforming to ASTM F 15 54 GR105 specifications shall be provided for each pole complete with two nuts and washers for each bolt. Pole top tenon shall be 4-1/4 inches overall diameter by 11 inches tall with removable pole top cap. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-157 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 Decorative Arm (Steel) Arm Assembly shall be as dimensioned in the Plans, 3/16 inch minimum wall,ASTM A500 Grades B and C with 1/4-inch upper gusset (fin) and 4-inch overall diameter decorative hole per plan sheets. Two piece clamp assembly shall be 3/16-inch tubing welded on each end, sized to fit luminaire and pole, clamp assemblies are secured with 1/2 inch-13NC stainless steel hex head bolts. Fixture clamp shall have 1-inch NPT by 1-inch-long threaded pipe nipple with bushings to provide additional means of securing luminaire to clamp assembly and provide a raceway for the conductors. Arm assembly shall be hot dipped galvanized per ASTM A123. Poles and arms shall be factory galvanized, primed and finish coated as referenced in Section 6-07 of these Special Provisions. Add the following new section: 9-29.6(1)C Decorative)Light roles New Section Decorative Roadway and Pedestrian Poles shall be spun tapered from all new seamless 6063 alloy aluminum and be heat treated to produce a T6 temper. The rate of taper shall be .14 inch per foot except the section of the pole where decorative arms are attached, the poles will be non-tapered for the height of the clamp assembly used(16 inches approximately). Roadway luminaire poles shall be per dimensions as shown on the Plans and shall have a 10-inch butt diameter with a 4-inch by 8-inch reinforced handhole opening 18 inches above the base plate; base plate shall be 13 inches square, cast aluminum, with slotted holes for 1-inch anchor bolts at 14- to 15-inch bolt circle. Pedestrian luminaire poles shall be per dimensions as shown on the Plans, shall have a 7-inch butt diameter with a 4-inch by 6-inch reinforced handhole opening 18 inches above the base plate; base plate shall be 11-13/16-inch square cast aluminum with slotted holes for 1-inch anchor bolts at 10-to 11-inch bolt circle. All aluminum poles shall have a 5/16-inch 18 tapped provision for ground connector, dome shaped pole top cap, and have a satin brushed finish to ensure proper adhesion of paint. Decorative Arms (Aluminum) Arm assembly shall be extruded tubing, as dimensioned in the Plans, minimum .125 wall, 6061-T6 alloy with upper gusset(fin) and decorative hole per plan sheets. Two piece clamp assembly shall be .188 wall tubing welded on each end, sized to fit luminaire and pole at the proper mounting height; clamp assemblies are secured with 1/2-inch 13NC stainless steel hex head bolts. Fixture clamp shall have 1-inch NPT by 1-inch-long threaded pipe nipple with bushings to provide additional means of securing luminaire to clamp assembly and provide a raceway for the conductors. Provide 1/2-inch through hole at 45 degrees on pole clamp assembly for 3/8-inch 16NC self-tapping screw to prevent rotation of arm assembly after installation. Poles and arms shall be factory primed and finish coated as referenced in Section 6-07 of these Special Provisions. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-158 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 9 9-29.10 Luminaires 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is replaced with the following: Roadway and pedestrian luminaires shall be LED type, wattages similar to the wattages shown in the City of Renton Standard Plans 003 through 005 included in Appendix B. The Contractor shall be responsible for verifying that the performance of the LED luminaires is adequate to comply with the illumination standards set for this project by the City Traffic Engineer (roadways: 1.3 foot-candles min. average and 4:1 ave/min uniformity; intersections: 1.5 foot-candles min. average and 4:1 ave/min. uniformity; and sidewalks: 0.9 foot-candle min. average and 4:1 ave/min uniformity) without modifying illumination and signal pole locations shown on the Plans. All light levels shall be based on maintained values using 0.85 dirt factor and a lamp lumen depreciation factor based on manufacturer-provided data to support 10-year estimated depreciation, but in no event greater than 0.9 regardless of information provided. AGI32 files and PDFs of grid outputs shall be submitted to the Engineer for review and approval concurrent with Illumination system material submittals. The roadway and pedestrian luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans City of Renton Standard Plans 003 through 005 included in Appendix B, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards. Optical assembly/reflector shall be made of pre-anodized aluminum, segmented in multiple facets, ventilated perforations, and heat sinks to maximize heat dissipation. Reflector shall produce full cut-off Type II optics to meet the design/performance criteria, 4000K CCT. LED driver module rated for 120 V to 277 V operation, high power factor(90 percent),with a minimum starting temperature of minus 40 Degrees F, secured on a tool-less access tray with quick disconnects. Individual LED chips or modules shall be removable by means of tool-less access in the event they need to be replaced. All decorative fixtures shall be of the same manufacturer and external appearance. Color shall be per these Special Provisions, Section 6-07, Painting. 9-29.11 Control Equipment 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with the following: Photoelectric controls shall be a plug-in device, rated to operate on 120 V, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn-on values in the temperature range of minus 55 degrees C to plus 70 degrees C. In a contactor-controlled system, the photo cell to control the system shall be mounted on the luminaire nearest to the service/contactor cabinet. The photo cell shall be capable of switching"ON" 1,000 watts of incandescent load as a minimum. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-159 August 2012 Phase I Intersection Improvements 7 Conformed Contract Documents Division 9 9-29.13 Traffic Signal Controllers Section 9-29.13 is supplemented with the following: Traffic signal controller(s), cabinet(s), and control equipment specified under this contract shall be furnished,assembled and delivered by the Contractor and tested by the City at the COR Field Maintenance Shop at 3555 NE 2nd Street, Building B, Renton, Washington 98056. The tests shall check the operation of each individual component as well as the overall operation of the system. The Contractor will include the shipping costs of all equipment to the testing facility and any cost for return of failed equipment not meeting COR Standards. The Contractor shall give 14 calendar days' written notice to the Engineer prior to delivering the signal control equipment to the COR Field Maintenance Shop. The equipment shall be delivered far enough in advance of actual need to allow for testing by the Contracting Agency. This may involve retesting because of failures or rejections. The Contracting Agency may require 35 calendar days for testing the signal control equipment. This time will increase if the equipment does not meet the contract requirements or is incomplete. If more than 35 calendar days are required for any individual testing or retesting by the Contracting Agency, an extension of time will be considered in accordance with Section 1-08.8. Tests in environment chamber will only be run as needed for type changes. Upon successful completion of testing by the COR Field Maintenance Department, the signal controller equipment shall be available for pickup. A certificate verifying environmental testing, if required, shall be supplied in the cabinet to the Contracting Agency for each respective control cabinet. The Contractor shall notify the Contracting Agency in writing a minimum of 14 calendar days before the Contractor is ready to.pick up the signal controller cabinet. The Contractor shall not pick up the controller cabinet from the Contracting Agency until the electrical service is energized and all site preparation required to install the controller cabinet is complete. Documentation A complete documentation set shall be furnished with the control equipment prior to the start of testing. It shall include the following: • Serial numbers when applicable. • Written certification that equipment of the same make and model has been tested according to NEMA Environmental Standards and Test Procedures, and has met or exceeded these standards. The certificate shall include equipment model number and where, when, and by whom the tests were conducted. This certificate shall accompany each shipment of controllers. • The Contractor shall provide wiring diagrams, including a duplicate set of CDs containing the diagrams for all controllers in AUTOCAD Release 2009 or later and two blue-tone prints for each controller and cabinet supplied.The sheet size shall be 22 inches.by 34 inches. • Wiring diagrams for all auxiliary equipment furnished. One set per cabinet. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-160 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 • Complete operations and maintenance manuals including complete and correct software listing and flow charts, five sets of operations and maintenance manuals per cabinet, and five sets of software listings and flow charts. • Complete operations and maintenance manuals for all auxiliary equipment. One set per cabinet. • The operational and maintenance manuals for each traffic signal controller supplied including as a minimum, but not to be limited to, the following: Detailed instructions for maintaining all hardware components, controller, and auxiliary equipment; a complete parts list detailing all manufacturer's identification codes; detailed wiring diagrams and schematics indicating voltage levels and pictorial description, part name, and location for all hardware components, controller, and auxiliary equipment. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All failed or rejected equipment shall be removed from the COR Field Maintenance Shop within 7 calendar days following notification; otherwise, the failed or rejected equipment will be returned, freight collect,to the Contractor. 9-29.13(2) Flashing Operations Items 2, 3, and 5 in Section 9-29.13(2)are revised as follows: 2. Police Panel Switch. When the flash-automatic`switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash and remove power from the controller. When the switch is placed on automatic, power shall be applied to the controller to initiate start-up sequence. 3. Cabinet Switches. When the flash-automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash-automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the flash-automatic switch is in the automatic position and the controller on-off switch is placed in the OFF position, the signals shall immediately revert to flash. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however,the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. Section 9-29.13(2) is supplemented with the following: 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1,000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-161 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 9-29.13(3) Emergency Preemption Section 9-29.13(3) is replaced with the following: Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the preemption sequence shall NOT place a call on all vehicle and pedestrian phases. Preemption indicators, if required, shall turn on when the controller reaches the preempted.phase. Emergency vehicle preemption shall be furnished as modules that plug directly into a rack wired to . accept 3-M discriminator type units. The preemption system operation shall be compatible with the 700 Series GTT Company"Opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1,800 feet (0.54 kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic signals controller to move into an appropriate fire preemption program. This optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. 2. Discriminators which shall cause the signal controller to go into internal preemption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. 3. Preemption Indicator Lights. Optical Detector: 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. 3. Shall operate over an ambient temperature range of-40°F to+180°F (-40°C to+85°C). 4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture. 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on.not less than thirty microseconds. City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-162 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 Discriminator: Each module shall do the following: 1. Shall provide for a minimum of two channels of optical detector input. 2. Shall provide for a minimum of two discrete channels of optically isolated output. When a preemption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9-29.13(4) Wiring Diagrams Section 9-29.13(4) is modified and supplemented by retaining the first three sentences and replacing the remainder with: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. There shall be four complete sets of controller cabinet schematics as well as manuals for all assemblies and subassemblies. The controller cabinet schematics shall include the intersection name, and an intersection diagram that shall include intersection phasing and loop assignments. There shall be a digital compact disk (CD) containing the controller cabinet schematics in AutoCAD digital file format. i 9-29.13(6) Radio Interference Suppressors Section 9-29.13(6) is supplemented by adding the following: A Cornell-Dubiler radio interference filter NF 10801-1, 30 amps or equivalent, shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9-29.13(7) Traffic-Actuated Controllers Section 9-29.13(7) is revised with the following: The NEMA controller shall be a Siemens Eagle Model EPAC300-M52 with a Datakey Card module with a hand-held Display Unit.Two Input/Output configurations shall be provided: 1. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit. 2. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-163 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 In addition to NEMA requirements,the controller shall provide the following: 1. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel. 2. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers(IEEE), one unique 1P address for each controller. 3. Built-in Infrared (1R) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. 1 4. Built-in 1,200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of two- or four-wire operation per Agency specification. 5. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. 6. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. NEMA Traffic Signal Controller Firmware: 1. The controller shall have Siemens Eagle SE-PAC firmware Version 4.0 NTCIP. 2. Training shall be provided to personnel of the Contracting Agency in the operation, setup, and maintenance of the ACS-Lite system. 9-29.13(7)A Environmental,Performance,and Test Standards for Solid-State Traffic Controllers Section 9-29.13(7)A is supplemented with the following: The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop,Renton, Washington. The Contractor shall give the City of Renton Signal Shop at least one week lead time to delivery. The Contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the jobsite, and install.Allow for 3 weeks for testing. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-164 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 9-29.13(7)B Auxiliary Equipment for NENIA Controllers Section 9-29.13(7)B is revised as follows: The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic- actuated controllers: 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9-29.13(2) for operational requirements. The flasher shall be two circuit with indicator lights. The unit shall be rated for 15 amps per circuit through the entire NEMA temperature range. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the Plans), each pedestrian phase, and preemption sequence indicated in the contract. Type P&R cabinets shall include a fully wired 16-position back panel. Solid-state load switches shall conform to NEMA standards except only optically isolated load switches.will be allowed. Load switches shall include indicator lights on the input and output circuits. 3. A power panel with: a. A control-display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display breaker. The breaker .will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section 9-29.13(6) for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of one cycle or less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The device shall meet all requirements of UL Standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self-induced regenerative ringing. There shall be a failure warning indictor light which shall illuminate when the device has failed and is no longer operable. f. Cabinet ground busbar independent(15 OK ohms minimum)of neutral. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-165 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 Item Nos. 4 through 13 are replaced with the following: General All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. Fail Safe Unit 1. Introduction: This specification sets forth the minimum requirements for a shelf-mountable, sixteen channel, solid-state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2-1998. Where differences occur,this specification shall govern. 2. Monitoring Functions: The following monitoring functions shall be provided in addition to those required by the NEMA Standard Section 4. a. Dual Indication Monitor: Dual Indication monitoring shall detect simultaneous input combinations of active Green (Walk), Yellow, or Red(Don't Walk) field signal inputs on the same channel. In Type 12 mode this monitoring function detects simultaneous input combinations of active Green and Yellow, Green and Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal inputs on the same channel. (1) Dual Indication Monitoring: 16 switches labeled FIELD CHECK/DUAL ENABLES shall be provided on the MMU front panel to enable Dual Indication Monitoring on a per channel basis. The Dual Indication Monitor function shall provide two modes of operation, Dual Indication Fault and GY-Dual Indication Fault. When voltages on two inputs of a vehicle channel are sensed as active for more than 450 msec, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to.the Fault position, and illuminate the DUAL INDICATION indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. When voltages on two inputs of a vehicle channel are sensed as active for less than 200 msec, the MMU shall not transfer the OUTPUT relay contacts to the Fault position. When operating in the Type 16 mode with Port 1 communications enabled, Bit #68 (Spare Bit #2) of the Type #129 response frame shall be set to indicate a Dual Indication fault has been detected. Dual Indication Monitoring shall be disabled when the RED ENABLE input is not active. (2) GY-Dual Indication Monitor: GY-Dual Indication monitoring shall detect simultaneous inputs of active Green and Yellow field signal inputs on the same channel. It will be used to monitor channels which have an unused Red field signal input tied to AC LINE such as a five section signal head. GY-Dual Indication Monitoring shall be enabled by a front panel option switch. When the GY-Dual Indication Monitoring option is enabled, all channels which have the front panel FIELD CHECK/DUAL ENABLE switches OFF shall be individually monitored for simultaneous active Green and Yellow field signal inputs. All channels which have the front panel FIELD CHECK/DUAL ENABLE switches ON (i.e. enabled for Dual Indication Monitoring) shall function as described above in Dual Indication Monitoring. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-166 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 b. Field Check Monitoring: Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be provided on the MMU front panel to enable Field Check Monitoring on a per channel basis. The Field Check Monitor function shall provide two modes of operation, Field Check Fault and Field Check Status. Field Check Monitoring shall be disabled when the RED ENABLE input is not active. The Field Check Monitoring function shall be disabled in the Type 12 mode. (1) Field Check Monitor: In the Field Check Fault mode, when the field signal input states sensed as active or inactive by the MMU do not correspond with the data provided by the Controller Unit in the Type #0 message for 10 consecutive messages, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL indicator. The Channel Status Display shall indicate the channels on which the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type #129 response frame shall be set to indicate a Field Check fault has been detected. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. (2) Field Check Status: The Field Check Status mode shall work in combination with the other fault monitoring functions of the MMU. When a Conflict, Red Fail, Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel Status Display and Fault Status Display shall correspond to that detected fault. If Field Check errors were detected while the fault was being timed, the inputs on which the Field Check errors were detected shall double pulse at the same time as the FIELD CHECK STATUS indicator. Bit 467 (Spare Bit #1) of the Type #129 response frame shall also be set to indicate Field Check errors have been detected. c. Recurrent Pulse Monitoring: The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication faults that result from intermittent or flickering field signal inputs. These recurring pulses shall result in a latching fault with the RECURRENT PULSE STATUS indicator illuminated along with the resulting Conflict, Red Fail, or Dual Indication indicator. An option switch shall be provided to disable the RP detect function for testing purposes. When operating in the Type 16 mode with Port 1 communications enabled, Bit #69 (Spare Bit #3) of the Type #129 response frame shall be set to indicate a Recurrent Pulse status has been detected. d. External Watchdog Monitor: The MMU shall provide the capability to monitor an optional external logic level output from a Controller Unit or other external cabinet circuitry. If the MMU does not receive a change in state on the EXTERNAL WATCHDOG input for 1,500 msec (plus or minus 100 msec), the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the CVM/WATCHDOG indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the CVM/WATCHDOG fault state of the monitor. The EXTERNAL WATCHDOG input shall be wired to connector MSB-S. When operating in the Type 16 mode with Port 1 communications enabled, Bit 970 (Spare Bit#4) of the Type#129 response frame shall be set to indicate an External Watchdog fault has been detected. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-167 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 9 e. Walk Disable Option: The MMU shall provide the capability to exclude the Walk inputs from the Red Fail fault detection algorithm when operating in the Type 12 mode. When the option is selected, the absence of signals on the Green, Yellow, and Red field outputs of a channel will place the MMU-16 unit into the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the RED FAIL indicator. f. Type Fault Monitor: The MMU shall verify at power-up that the Type 12 or Type 16 operating mode as determined by the TYPE SELECT input is consistent with the mode set by the last external reset. Detection of a Type Fault shall place the MMU into the fault mode, transfer the OUTPUT relay contacts to the Fault position, illuminate the DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the Type Fault state of the monitor. g. Configuration Change Monitor: On power-up, reset, and periodically during operation, the Signal Monitor shall compare the current configuration settings with the previously stored value. If the settings have changed, the Signal Monitor shall automatically log the new setting. These settings shall include the Program Card jumpers and all switches. A programming option shall be provided such that any change in the configuration parameters shall cause the Signal Monitor to enter the fault mode causing the Output relay - contacts to close and enabling the Stop-Time output to the controller. To indicate this fault mode the PGM CARD / CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 seconds shall be required to clear this fault and log the new configuration parameters. If the programming option is not selected, the unit shall not set the fault mode but will still log the configuration change. h. CVM Log Disable: The MMU shall provide a means to disable the logging of CVM fault events. 3. Display Functions: The following display functions shall be provided in addition to those required by the NEMA Standard Section 4. a. Full Intersection Channel Status Display: A separate Red, Yellow, and Green indicator shall be provided for each channel to show full intersection status simultaneously..For Type 12 mode operation the Walk input status shall be shown on channel indicators 13 through 16. r b. Fault Channel Status Display: During normal operation the 48 Channel Status indicators shall display all active signals. In the fault mode the Channel Status indicators shall display all signals active at the time of the fault for six seconds and then indicate the channels involved in the fault for 2 seconds. c. Field Check Status Display: The FIELD CHECK FAIL indicator shall illuminate when a Field Check Fault is detected. The Channel Status display shall show the channels on which the Field Check fault occurred. If Field Check errors occurred during a Conflict Fault, Red. Fail, Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall illuminate. The channels on which the Field Check Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the FIELD CHECK STATUS indicator. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-168 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 d. Recurrent Pulse Status Display: If Recurrent Pulse inputs were detected during a Conflict Fault, Red Fail, or Dual Indication Fail the RECURRENT PULSE STATUS indicator shall illuminate. The channels on which the Recurrent Pulse Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the RECURRENT PULSE STATUS indicator. e. Display Indicators: The following display indicators shall be provided in addition to those required by the NEMA Standard Section 4. (1) Type 12 Mode Indicator: The TYPE 12 indicator shall illuminate when the MMU is programmed for Type 12 operation. If 'a Type Fault is detected the DIAGNOSTIC ` indicator shall illuminate and the TYPE 12 indicator shall flash at a rate of 2Hz. (2) Dual Indication: The DUAL INDICATION indicator shall illuminate when a DUAL INDICATION Fault is detected. The Channel Status display shall show the channels which were detected as DUAL INDICATION. (3) Power Indicator: The POWER indicator shall flash at a rate of 2Hz when the AC LINE voltage is below the drop-out level. It shall illuminate steadily when the AC LINE g P Y voltage returns above the restore level. (4) Port 1 Receive Indicator: The RECEIVE indicator shall illuminate for a 33 msec pulse each time a Port 1 message e is correctly received from the Controller Unit. (5) Port 1 Transmit Indicator: The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a Port 1 message is transmitted from the MMU. (6) RS232 Receive Indicator: The COMM indicator shall illuminate for a 33 msec pulse each time a message is correctly received on the RS-232 port. (7) Program Card/Cf Indicator: The PGM CARD indicator shall illuminate if the Programming Card is absent or not seated properly in the edge connector. The PGM CARD indicator shall flash at a 4 Hz rate if the MMU has been triggered by a Configuration Change fault. (8) Y+R Clearance Indicator: The Y+R CLEARANCE indicator shall illuminate when the MMU has been triggered by a Yellow Change plus Red Clearance fault. (9) Field Check Fail Indicator: The FIELD CHECK FAIL indicator shall illuminate when the MMU has been triggered by a Field Check fault. f. Operating Modes: The MMU shall operate in both the Type 12 mode and Type 16 mode as required by the NEMA Standard. II 'I City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-169 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 4. Hardware: a. Enclosure: (1) The MMU shall be compact so as to fit in limited cabinet space. It shall be possible to install on a shelf that is at least 7 inches deep. Overall dimensions, including mating connectors and harness, shall not exceed 10.5' x 4.5"x 11" (H x W x D). (2) The enclosure shall be constructed of sheet aluminum with a minimum thickness of 0.062 inches, and shall be finished with an attractive and durable protective coating. Model, serial number, and program information shall be permanently displayed on the top surface. b. Electronics: (1) A microprocessor shall be used for all timing and control functions. Continuing operation of the microprocessor shall be verified by an independent monitor circuit, which shall _ force the OUTPUT RELAY to the de-energized "fault" state and indicate an error message if a pulse is not received from the microprocessor within a defined period not to exceed 500 ms. (2) High speed sampling techniques shall be used to determine the true RMS value of the AC field inputs. Each AC input shall be sampled at least 32 times per line cycle. The RMS voltage measurement shall be insensitive to phase, frequency, and waveform distortion. (3) In the interest of reliability, only the PROM memory device for the microprocessor firmware shall be socket mounted. The PROM Memory socket shall be a precision screw machine type socket with a gold contact finish providing a reliable gas tight seal. Low insertion force sockets or sockets with"wiper"type contacts shall not be acceptable. (4) All user programmed configuration settings shall be stored in an electrically erasable programmable read-only memory(EEPROM) or front panel DIP switches. Designs using a battery to maintain configuration data shall not be acceptable. (5) All 120 VAC field terminal inputs shall provide an input impedance of at least 150K ohms and be terminated with a resistor having a power dissipation rating of 0.5 Watts or greater. (6) All electrical components used in the MMU shall be rated by the component manufacturer to operate over the full NEMA temperature range of-34oC to+74oC. (7) All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: (a) All plated-through holes and exposed circuit traces shall be plated with solder. (b) Both sides of the printed circuit board shall be covered with a solder mask material. (c) The circuit reference designation for all components and the polarity of all capacitors and diodes shall be clearly marked adjacent to the component.Pin#1 for all integrated circuit packages shall be designated on both sides of all printed circuit boards. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-170 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 (d) All electrical mating surfaces shall be gold plated. (e) All printed circuit board assemblies shall be coated on both sides with a clear moisture-proof and fungus-proof sealant. c. Front Panel and Connectors: (1) All displays, configuration switches, and connectors shall be mounted on the front panel of the MMU. All MMU.configuration inputs beyond those required by the NEMA Standard shall be provided by front panel mounted DIP switches and shall be clearly labeled. Configuration DIP switches shall be provided for the following functions: (a) Field Check/Dual Enables 1-16. (b) GY-Dual Indication Enable(GY ENABLE). (c) Recurrent Pulse Test Disable (RP DISABLE). (d) External Watchdog Enable (WD ENABLE). (e) Walk Disable(Type 12). (f) Configuration Change Fault Enable(CF ENABLE). (g) CVM Log Disable. (2) MS Connectors: The MS connectors on the MMU shall have a metallic shell and be attached to the chassis internally. The connectors shall be mounted on the front of the unit in accordance with the following: Connector A shall intermate with a MS 3116 22-55 SZ, and Connector B shall intermate with a MS 3116 16-26 S. In the interest of reliability and repair ability, printed circuit board mounted MS connectors shall not be acceptable. Internal MS harness wire shall be a minimum of AWG#22, 19 strands. (3) EIA-232 Port: The EIA-232 port shall be electrically isolated from the MMU electronics using optical couplers. The connector shall be an AMP 9721A or equivalent 9 pin metal shell D subminiature type with female contacts. Pin assignments shall be as shown in the following table: PIN FUNCTION 1 DCD* 2 TX DATA RX DATA 4 DTR(Data Terminal Read 5 SIGNAL GROUND 6 DSR* 7 DSR* 8 CTS* 9 NC *Jumper options shall be provided to allow the connection of Pin 44 to be made with Pin 97, and the connection of Pin 98 to be made with Pin#1 and or Pin#6. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-171 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 5. Event Logging Functions: The Signal Monitor shall be capable of storing in non-volatile memory a minimum of 100 events. Each event shall be marked with the time and date of the event. These events shall consist of fault events, AC Line events, reset events, and configuration change events. The capability to assign a four digit identification number and 30 character description to the unit shall be provided. The event logs shall be uploaded to a PC using the serial port of the Signal Monitor and Windows 9x based software provided by the manufacturer. Each event log report shall contain the following information: . a. Monitor ID#: a four digit (0000-9999) ID number and 30 character description assigned to the monitor. b. Time and Date: time and date of occurrence. c. Event Number: identifies the record number in the log. Event#1 is the most recent event. (1) Monitor Status Report (CS): The Current Status report shall contain the following information: (a) Fault Type: The fault type description. (b) Field Status: The current GYR(W) field status and field RMS voltages if the monitor is not in the fault state, or the latched field status and field RMS voltages and fault channel status at the time of the fault. (c) Cabinet Temperature: The current temperature if the monitor is not in the fault state, or the latched temperature at the time of the fault. (d) AC Line Voltage: The current AC Line voltage and frequency if the monitor is not in the fault state, or the AC Line voltage and frequency at the time of the fault. (e) Control Input Status: The current state and RMS voltages of the Red Enable input & Load Switch Flash bit input if the monitor is not in the fault state, or the status latched at the time of the fault. (2) Previous Fault Log(PF): The Previous Fault log shall contain the following information: (a) Fault Type: The fault type description. (b) Field Status: The latched field status with RMS voltages, fault channel status, RP Detect status and Field Check status at the time of the fault. (c) Cabinet Temperature: The latched temperature at the time of the fault. (d) AC Line Voltage: The AC Line voltage &frequency at the time of the fault. (e) Control Input Status: The latched state of the Red Enable input at the time of the - fault. (3) AC Line Event Log(AC): The AC Line log shall contain the following information: (a) Event Type: describes the type of AC Line event that occurred. (b) Power-Up: AC on, monitor performed a cold start. t City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-172 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 (c) Interrupt: AC Line <Brownout level. (d) Restore: AC restored from AC brown-out or AC interruption(AC Off),no cold start. (e) AC Line Voltage: The AC Line voltage and frequency at the time of the event. (4) Monitor Reset Log(MR): The Monitor Reset log shall contain the following information: (a) The monitor was reset from a fault by the front panel Reset button, or External Reset input, or a non-latched event clear. (5) Configuration Change Log (CF): The Configuration Change log shall contain the following information: a. The status of all configuration programming including the contents of the Program Card, all configuration dip switches, and option switches. b. Any configuration programming inputs such as 24 V Inhibit, Port 1 Disable, Type select. c. Configuration CRC: A unique CRC value which is based on the configuration of items#a and#b above. d. The log shall also indicate which items have been changed since the last log entry. (6) Signal Sequence Log (SSQ): A log shall be provided that graphically displays all field signal states for up to 30 seconds prior to the current fault trigger event. The resolution of the display shall be at least 50 milliseconds. 6. Surge Protector (Lighting Arrester): The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. 7. Field Wiring Terminal: There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the Plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. 8. Computer Interface Unit: Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The communication devices shall be used for on-line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit or other central system as specified in the Plans and specifications and the interconnect cables. 9. Door Switch: A door switch shall be provided on the signal cabinet door interfacing with the signal conflict monitor. In the event that the conflict monitor has been left disconnected, the signal display shall immediately flash when the signal cabinet door is closed. The signal display shall remain in flash when the cabinet door is reopened. The signal display shall also remain in flash if a power recovery occurs with the door open and if the conflict monitor is not installed. A r City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-173 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 reset switch located on the load-bay shall be provided to clear both of these flashing conditions. A second door switch shall be provided to operate the cabinet light. 10. Universal Detector Input Panel: A universal detector input panel shall be provided on the left sidewall of the cabinet. This panel shall be usable with any NEMA TS 1 Controller and shall include a detector matrix to assign detector outs to any controller detector input on the A, B, C or D cable. 11. Wire Color Scheme: All 120VAC circuits shall use black wire. All other circuits shall not use black wires. Color traces shall be used to identify functions. Red wire is to be used for all 24VDC circuits, and blue for logic ground circuits. 12. Preemption Indicator Light: The preemption indicator light shall be energized when the emergency vehicle preemption system is in operation. Said light shall turn on when a phase is preempted and the priority green is displayed. There shall be one indicator light for each of the four emergency vehicle preempt channels. 13. Power Requirements: The controller cabinet and all associated equipment shall be designed for use on 120 volts, 60 Hz., single phase alternating current. 14. Loadbay: The controller cabinet shall contain a loadbay panel with the following minimum requirements: a. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap phases and 16 loadswitch positions. b. The loadbay shall incorporate a swing down design to facilitate ease of maintenance and repair. It shall have service loops with sufficient slack to allow for the load bay to swing down without any of the harnesses being unsecured. Panels mounted on the sides, and shelves shall not interfere with the swing down operation. The loadbay width shall not exceed 34 inches. To obtain this size, loadswitch sockets may be on 1.9375-inch centers. c. The loadbay shall be located in the front of the rear wall of the cabinet. d. Terminal blocks for terminating field wiring shall be supplied. No wires are permitted on the field side of the blocks.This includes wires for flash control. e. Flash programming shall be done with the use of 9 pin Molex connectors. The connectors shall also provide a means to select which flasher circuit is used. The pin assignments of these connectors shall comply with existing standards. f. The loadbay shall be designed with an intuitive layout to facilitate maintenance. A vertical terminal block for each phase will be mounted above the corresponding phase loadswitch. All controller functions for that phase will terminate on that terminal block. g. The loadbay shall be designed to incorporate the use of supplemental loads. These loads shall be chassis mounted. The use of "sky hooks" to mount components is unacceptable. Supplemental load resistors are to be provided for all odd phase's red,yellow and green. h. All pedestrian monitor input wires shall be terminated on banana jacks to allow easy reprogramming in the future. } City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-174 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 i. All load switches, flasher, and flash transfer relay sockets shall be mounted with screws. Clip mounting is unacceptable. j. The loadbay shall incorporate a relay to remove 24VDC from the load switches during flash. Immediately below this relay there shall be mounted a NC push button switch to reapply the 24VDC for trouble shooting purposes. k. All wiring shall be color-coded. Wire with a black base color shall be used for all 120VAC circuits; all other circuits will not use black. Red; yellow and green traces shall be used to identify related functions on both black and not black wires. Red shall be used for 24VDC circuits 1. The loadbay shall be a Cascade Signal Corporation assembly 4361 or a pre-approved equal. 15. Technician Test Panel: The maintenance panel shall be hinged for easy interior access. The maintenance panel shall have the 20 AMP GFI and have the following switches and indicators: t � a. Flash/Automatic. b. Stop Time—Three-position switch,On—OFF—On Flash(with Stop Time indicator light,LED). c. Controller Power—On/Off. d. Vehicle Call—Push buttons—Phase 1 through 8. i e. Ped Call—Push buttons -Phase 2,4, 6 and 8. f. Preemption—Test push buttons-A,B, C, and D. 16. Light, Fan, and Thermostat Assembly: The fan and thermostat assemblies shall be located on the top inside of the cabinet and shall be attached to the plenum. One complete fan assembly shall be furnished in each cabinet. The cabinet light is to be a fluorescent and operated by an NC door operated switch. The fan shall be rated at 100-CFM minimum and shall have ball bearings. Sleeve bearings are expressly forbidden. The fan shall have screened covers. The thermostat shall be 120 Vac and have a temperature rating of 70 to 120 degrees F. An RC network shall be provided across the positive and negative inputs to the fan. 17. Flash Transfer Relay: Flash transfer relays shall be provided with each cabinet. Six(6) each shall be supplied with the Type `P' cabinet. A thin copper disc called a non-freeze pin shall be included in the relay design to combat the residual magnetism phenomena. The uses of tape, plastic or dimples are not acceptable solutions. 18. Loadswitches: The load switches shall be a three-(3) function NEMA and shall have LED indicator lights that show the input side of the relay. The unit shall be rated for a minimum of ten (10) amps per circuit through the entire NEMA temperature range. 19. Detector Card Cage: The detector card cage shall be a completely enclosed assembly. It shall have 12 positions and wired for two channel detector amps as specified in Section 9-29.18. The last two card cage slots shall be wired for the emergency preemption modules described in section 9-29.13(3). The detector power supply(s) shall occupy the first two slots of the card cage. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-175 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 20. Universal Program Panel: The controller cabinet shall be provided with a raised universal Program Panel,with connectors attached in lieu of a"D"cable. A cable shall be provided to work with the controller specified. The attached connectors and pin assignments shall be consistent with existing standards. The panel shall contain 2 dual surge suppressors, SRA64. These are to be wired for protection of the telemetry lines. The panel shall contain ten 20-position feed through terminal blocks, and one 6-position terminal block. The function and layout of these terminal blocks shall be consistent with existing standards. The first block shall be used to input to the controllers normal 8 phase inputs on the A, B and C cables. Pull up resistors shall be provided on this block to insure compatibility with both TS 1 and TS2 detectors. The second and third blocks shall be the detector out puts from the card cage(s). The fourth block shall be the detector inputs to the "D" cable. The fifth and seventh blocks shall be the green inputs into the card cages. The sixth block shall have the controller greens and reds. The remaining blocks shall have miscellaneous "D" functions laid out consistent with existing standards. The panel shall be a Cascade Signal Corporation assembly #564 or a pre-approved equal. The "D" cable provided must work with an Eagle M-50 controller. The table below indicates the standard field detector numbers and the standard controller detector numbers. Traffic Signal Controller Input (From the Detector Field Termination Panel through the Universal Program Panel to Controller) Detector Controller Detector Controller # 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 21. Cabinet Quality: The cabinet shall be compliant to both mechanical and function specification prior to being shipped to Contracting Agency. a. Cabinet and hardware will comply with project specification. b. Function compliance will be tested with power applied. c. All cabinet and loadbay functions will pass point-to-point tests including expansion requirements. d. All field detector inputs must be checked from field connection point to controller. e. Cabinet issues and clarifications need to be documented and addressed prior to Delivery. This agency will NOT provide QA or testing service for the delivered cabinet. Testing done by this agency is not in lieu of manufacturer test requirements. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-176 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 9-29.13(7)D NENIA Controller Cabinets Section 9-29.13(7) is replaced with the following: The standard traffic signal controller cabinet shall be a NEMA TS1 Type `P'. The traffic signal cabinet(s) built to NEMA TS 1 standards shall be supplied in compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard Specification 2000 and modified as stated herein. All new traffic signals located within a signal interconnect system shall be connected to said system. The following are requirements for all cabinets: 1. The cabinet shall be anodized aluminum,with a minimum thickness of 0.125 inch. 2. All sheet metal products incorporated within this cabinet are to be aluminum, shall be a minimum thickness of 0.090 inch,and are to be powder coated white. 3. The dimensions shall be 55" High x 44" Wide x 26"Deep. 4. No vertical seams shall be allowed except for the attachment of the panels above and below the door. The cabinet sides and back shall be fabricated of one continuous piece of sheet aluminum. All interior seams shall be continuously welded. 5. The roof shall be fabricated of one continuous piece of sheet aluminum and shall incorporate a plenum to which the fan will be mounted from the inside of the cabinet to provide forced air ventilation. The ventilation exhaust opening of the unit shall be underneath the front overhang and shall have a screen. The roof section shall be continuously welded to the main cabinet body. 6. The cabinet interior shall be painted white and the shelves shall be white. The inside of the cabinet door does not need to be white. 7. The Cabinet shall be base mounted. The Type `P' cabinets shall have four mounting holes on the bottom of the unit. The mounting holes will be: a. Center to Center Width: 40-5/8 inches. b. Center to Center in Depth: 18-1/2 inches. 8. The main door of the cabinet shall include a police door. Stainless steel hinges shall support both the main door and police door. 9. The main door shall be equipped with a three point latching mechanism, fabricated from heavy gauge steel with steel locking rods and twin nylon rollers. This mechanism is to be cadmium plated. Main door shall be provided with a doorstop to securely hold the door open at approximately 90 degrees, 120 degrees, and 180 degrees. 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1", which shall be located behind the louvered vents and secured with an aluminum cover, holding clips, and spring. I City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-177 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 11. Door handle shall be made of stainless steel and have a provision for padlocking. 12. Two shelves or more shall be included and shall be of sufficient depth to store equipment, and be powder coated white. 13. A pullout shelf with an internal document storage compartment mounted under the controller shelf shall be supplied. The document drawer shall have a nominal storage area of approximately 17" W x 12" D x 1" H as approved by the Engineer. 14. All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red Construction Core for the main door and a standard police lock for the police door. Two (2)keys for each lock shall be included. 16. Cabinets for traffic signals and safety lighting shall comply with Section 9-29t of the Standard Specifications for Road, Bridge and Municipal construction 2010, except as supplemented by the requirements herein.-The cabinet shall be anodized aluminum and painted white inside, with a minimum thickness of 0.080 or 0.125 inch as indicated herein. The cabinet shall be fabricated from flat aluminum and welded. The riveted type fabrication will not be permitted. All cabinets shall be supplied with a standard Best CX-1 Lock, Red Construction Core. All control cabinets shall include but not be limited to switches, relays, flashers, power supply, component racks, terminals, wiring harnesses, lights, interior and exterior hardware and/or related components, and when specified on the Plans and special provisions, shall include operating components, such as controller, modems, loop amplifiers, load switches, preempt module, and signal monitor. 17. Additional fiber optic equipment (fiber optic patch panel, fiber optic splice tray and modem) shall be supplied per Section 8-40 Fiber Optic Cable Equipment. Cabinet Mounting and Installation The foundation for a cabinet shall be a concrete pedestal of the same size as the base of the cabinet with one foot of the foundation above the adjacent grade. The pedestal shall be poured in place and shall be 12 inches below grade and 12 inches above grade. A sidewalk shall be provided on all sides of a cabinet and poured in place with the cabinet foundation. Refer to Cabinet Foundation details on project Plans for concrete pedestals where multiple cabinets are to be installed on one pad. . 9-29.16 Vehicular Signal Heads,Displays and Housing 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented with the following: Vehicular signal heads shall have 12-inch lens sizes unless shown otherwise on the Signal Plans.. Each signal head shall have a 1/4-inch drain hole in its base. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-178 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 9-29.16(2)A Optical Units Section 9-29.16(2)A has been revised as follows: Light Emitting Diode (LED) light sources are required for all displays. 9-29.16(2)B Signal Housing The fifth paragraph of Section 9-29.16(2)B has been revised as follows: Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the,outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. 9-29.16(2)C Louvered Visors Section 9-29.16(2)C has been revised as follows: Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: Traffic signal heads (vehicle and pedestrian) shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. Add the following new section: 9-29.16(2)F Back Plates New Section Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in back. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-179 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 9 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 is replaced as follows: Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans, unless specified otherwise on the Plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: 1. Aluminum: a. Arms and slotted tube fittings for Type N mount(temporary signals only). b. Tube clamp and female clamp assembly for Type N mount. 2. Bronze: a. Terminal compartments for Type A,B, C,F, H, and K mounts. b. Collars for Type C,D, and F mounts. c. Ell fittings for Type L and LE mounts. d. Messenger hanger and wire entrance fittings for Type P, Q,R, and S mounts. - e. Balance adjuster for Type Q,R, and S mounts. 3. Galvanized Steel: a. Washers for Type A, B, C,D, F,H, and K mounts. b. Fasteners for Type A, B, E,H, and K mounts. 4. Stainless Steel: a. All set screws and cotter Keys. b. Bands for Type N mount. c. Bolt,nut and washers for Type L mount. d. Bolts,nuts,washers, and screw buckle swivels. 5. Steel: a. Center pipes,nipples, elbow and tee fittings for Type A, B, C,F, H, and K mounts. b. Nipples for Type L, LE, and P mounts. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-180 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 6. All other miscellaneous hardware shall be stainless steel. 7. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. 8. Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. 9. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. 10. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. 9-29.18 Vehicle Detector 9-29.18(1) Induction Loop Detectors Section 9-29.18(1)is replaced with the following: i Channel Rack Mount Detector Specifications The detector shall be a Reno A&E Model C, or a. preapproved equal, meeting the following specifications: 1. Physical: a. Weight: 6 oz. (170 gm.). b. Size: 4.500 inches (11.43 cm.) high x 1.12 inches (2.84 cm.) wide x 6.875 inches (17.46 cm.) long including connector(not including front handle). c. Operating Temperature: -40°F to+180°F (-40°C to+82°C). d. Circuit Board: Printed circuit boards are 0.062 inch, FR4 material, with 2 oz. copper on both sides and plated through holes. Circuit board and components are conformal coated with polyurethane. e. Connector: 2 x 22 pin edge card connector with 0.156-inch (0.396-cm.) contact centers. Key slots located between B and C and M and N. f. Loop Feeder Length: Up to 5,000 feet(1,500 m.) maximum with proper feeder cable and appropriate loops. 2. Electrical: a. Power: 10.8 to 30 Vdc, 120 mA maximum. b. Loop Inductance Range: 20 to 2,500 microHenries with a Q factor of 5 or greater. c. Loop Inputs: Transformer isolated. The minimum capacitance added by the detector is 0.068 microFarad. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-181 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 d. Lightning Protection: The detector shall be able to tolerate, without damage, a 10 microFarad capacitor charged to 2,000 volts being discharged directly into the loop input terminals, or a 10 microFarad capacitor charged to 2,000 volts being discharged between either loop terminal and earth ground. e. Reset: Shall meet and/or exceed NEMA TS 1 and TS 2 detector specifications. Application of a 30-millisecond low.state (0 to 8 Vdc)to pin C shall reset both channels. Each detector channel shall be manually reset by pressing the CHAN button until the desired channel is selected, then holding the CHAN button for 3 seconds, or by changing the sensitivity or loop frequency of the channel. f. Phase Green Inputs: Also known as Call Delay Overrides. Shall meet and/or exceed all NEMA TS 1 and TS 2 requirements. Application of a Low state voltage (0 to 8 VDC) to pin 1(Ch. 1) and/or pin 2 (Ch. 2) shall cause the delay timer for the channel to abort the delay timing function and also provide control for Phase Green Loop Compensation, Max Presence Timing (End-of-Green), -Extension timing, and Detector Disconnect, if the features are programmed. g. Fail-Safe Outputs: Per NEMA TS 2 - conducting state indicates detection output. Each detector channel output shall default to a CALL state for any loop failure condition or loss of power. h. Channel Status Outputs: Per NEMA TS 2 - Each channel shall have an output to communicate the status states of the channel as follows: Normal Operation Continuous Low or On State Detector Failure Continuous High or Off State Open Loop 50 millisecond On time, 50 millisecond Off time Shorted Loop 50 millisecond On time, 100 millisecond Off time Excessive Inductance Change (±25%) 50 millisecond On time, 150 millisecond Off time 'I i. Solid State Output Ratings: Shall be optically coupled field effect transistors. 30 VDC max. drain to source. 50 mA. max. current. The output transistor shall be protected with a 33-volt zener diode connected between the drain and source. 3. Operational: a. Display: Shall be LCD and back lighted whenever any push button is pressed. The back lighting shall extinguish 15 minutes after the last actuation of any push button. b. Detect Indicators: Each channel shall have an super high intensity red light emitting . diode (LED)to indicate a CALL output, Delay Timing, Extension Timing, Pending state, or failed loop. c. Response Time: Shall Meet or exceed NEMA TS 1 and TS 2 response time specifications. d. Self-Tuning: The detector shall automatically tune and be operational within 2 seconds after application of power or after being reset. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-182 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 i I e. Environmental & Tracking: The detector shall be fully self-compensating for environmental changes and loop drift over the full temperature range and the entire loop inductance range. f. Grounded Loop Operation: The loop isolation transformer shall allow operation with poor quality loops(which may include one short to ground at a single point). g. Loop (Fail) Monitor: If the total inductance of the channel's loop input network goes out of the range specified for the detector, or rapidly changes by more than ±25%, the channel shall immediately enter the Fail-Safe mode and display "LOOP FAIL" on the LCD. The type of loop failure shall also be displayed as "L lo" (for -25% change or shorted loop conditions) or"L hi" (for +25% change or open loop conditions). This will continue as long as the loop fault exists. The Fail-Safe mode shall generate a continuous call in Presence Mode or in Pulse Mode. At the time of a loop failure, the channel's LED shall begin repeating a burst of three flashes each one second. The LED shall continue these bursts until the channel is manually reset or power is removed. If the loop "self heals", the LOOP FAIL message on the LCD shall extinguish and the channel will resume operation in a normal manner; except the LED shall continue the bursts thus providing an alert that a Loop Fail condition occurred. Each loop failure for the channel shall be counted and accumulated into the Loop Fail Memory. The total number of loop failures written into the Loop Fail Memory (since the last power interruption or manual reset) can be viewed by stepping through the channel's functions in Program Mode to the "LOOP FAIL" message. 4. Loop Frequency: There shall be eight (8) selectable loop frequency settings per channel (normally in the range of 20 to 100 kilohertz). The actual loop operating frequency shall be digitally displayed on the LCD. 5. Sensitivity: a. There shall be nine(9) selectable sensitivity levels per channel,plus Continuous-Call and Channel-Off. The sensitivity levels are to be designed so that a one level increase actually doubles the sensitivity and a one level decrease halves the sensitivity. A bar graph shall be displayed on the LCD to make it easy to quickly set the sensitivity to the ideal level for any loop/lead-in network situation. b. Continuous-Call: When set to the Continuous-Call state, the channel output shall be in the continuously call state regardless of the presence or absence of vehicles over the loop. The loop oscillator shall be disabled when in the "Continuous-Call State". This state shall be indicated by CALL flashing on the LCD. This option shall be selected from the Sensitivity menu in Program Mode. c. Channel-Off: When set to the Channel-Off state,the channel output shall be continuously in the No-Call state regardless of the presence or absence of vehicles over the loop. The loop oscillator shall be disabled when in the "Channel-Off State". This state shall be indicated by OFF flashing on the LCD. This option shall be selected from the Sensitivity menu in Program Mode. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-183 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 6. Call Delay: Each channel's Call Delay shall be adjustable from 0 to 255 seconds in 1-second steps. Call Delay time shall start counting down when a vehicle enters the loop detection zone. The remaining Call Delay time shall be continuously displayed on the LCD. Whenever a Phase Green Input (call delay override) signal (pins 1 or 2) is active (low state), the Call Delay function for that channel shall be aborted and the Call Delay time forced to zero. 7. Call Extension: Each channel's Call Extension shall be adjustable from 0 to 25.5 seconds in 0.1-second steps. Extension time shall start counting down when the last vehicle clears the loop detection zone. The remaining Extension time shall be continuously displayed on the LCD. Any vehicle entering the loop detection zone during the Extension time period shall cause the channel to return to the Detect state, and later, when the last vehicle clears the loop detection zone,the full Extension time shall start counting down again. 8. Presence/Pulse: a. One of two mutually exclusive modes of operation vor each charnel shall be available. . Presence or Pulse mode shall be toggled by momentarily pressing either the up or down button. b. Presence Mode: Will provide a Call hold time of at least 4 minutes (regardless of vehicle size)and typically 1 to 3 hours for an automobile or truck. c. Pulse Mode: An output Pulse of 125±10 milliseconds duration shall be generated for each vehicle entering the loop detection zone. Each detected vehicle shall be instantly tuned out if it remains in the loop detection zone longer than 2 seconds. After each vehicle leaves the loop detection zone, the channel shall resume full sensitivity within 0.5 seconds. 9. Max Presence Timer: Each channel's Max .Presence timer shall be adjustable from 1 to 999 seconds in 1-second steps, plus OFF. The Max Presence function is used to limit presence time, by automatically resetting a channel. If this function is enabled (on), the Max. Presence timer begins counting down when a Call is initiated and the remaining time is continuously displayed on the LCD. If the loop becomes vacant before the Max Presence timer reaches zero, the Call is dropped and no automatic reset occurs. If the End-Of-Green (EOG) function is not enabled (off) and the Call is still present when the Max Presence timer reaches zero, the channel then is automatically reset. If the EOG function is enabled (on) and the Call is still present when the Max Presence timer reaches zero, the channel enters a "Wait" state. The Wait state continues until either the loop becomes vacant or the Phase Green Input signal for the channel (pin.1 or 2) transitions from green to not green with the Call still present. If the loop becomes vacant first,the Call is dropped and no automatic reset occurs. If the Phase Green Input for the channel transitions from green to not green while the channel is in a Wait state, the channel is automatically reset. The signals on pins 1 and 2 are also called Call Delay Overrides. 10. End-Of-Green (EOG): Each channel's EOG setting can be toggled ON or OFF by momentarily pressing either the up or down button. The EOG function is used to synchronize resetting of a channel with the termination of the associated phase green. The EOG function is only available when the Max Presence function is set between 1 and 999 seconds. It is not available when the Max Presence function is OFF. When the EOG function is enabled (ON), the channel will automatically be reset at the time the phase green input signal (pin 1 or 2) City of Renton 214-1779-039 NE 3rdl4th Corridor Improvements SP-184 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 i transitions from the ON state to the OFF state, if the Max Presence Time has counted down to zero and is resting in the wait state. The signals on pins 1 and 2 are also called Call Delay Overrides. 11. Option 1, Loop Inductance Display: The detector's Loop Inductance Display setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the LCD will display the total loop inductance (actual loop inductance plus actual lead-in inductance) in microHenries with an accuracy of ±3% for loop inductance values in the range of 20 to 2500 microHenries. NOTE: Enabling this option activates it for all channels. This option shall be automatically disabled 15 minutes after activation or on loss of power. 12. Option 2, Loop Inductance -AL/L Display: The detector's Loop Inductance -AL/L Display setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the LCD displays the percentage of inductance change (-AL/L value) during the Call state. To facilitate the viewing of the maximum amount of change in the -AL/L value while traffic is in motion over the detection zone,the detector shall hold the peak -AL/L value for a period of 2 seconds. NOTE: Enabling this option activates it for both channels. This option shall be automatically disabled 15 minutes after activation or on loss of power. 13. Option 3, Call Extension Control: Each channel's Call Extension Control setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the channel will extend calls for the programmed extension time only when the Phase Green Input signal (pin 1 or 2) is active for the channel. When this option is off,the channel shall extend ALL calls for the programmed extension time. The signals on pins 1 and 2 are also called Call Delay Overrides. 14. Option 4, Normal/Fast Response Mode: The detector's Normal/Fast Response Mode setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), internal call filtering is disabled thus providing a faster response time. When this option is off, normal call filtering is used. NOTE: Turning this option ON will make it active for both channels. 15. Option 5, Phase Green Loop Compensation: The detector's Phase Green Loop Compensation setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When Option 5 is enabled (on), normal loop compensation is used until the Phase Green Input signal (pin 1 or 2) becomes active. Once the Phase Green Input signal is active, the detector shall desensitizes the loop. Maximum desensitization shall not exceed 0.05% (-AL/L). This desensitization will "tune out" small changes, such as adjacent lane pick up therefore minimizing the chance for max timing an empty lane. When Option 5 is not enabled (off),normal loop compensation,shall be used. 16. Option 6,Vehicle Counting Display(Optional option): When Option 6.0 is enabled(on) for a channel, the normal operating display for that channel shall be replaced with the accumulated vehicle count. The unit shall be capable of accumulating 65,535 vehicle counts before rolling over to 0. The display will show just the hundreds,tens, and ones digits until the accumulated count exceeds 999. At this point the display will alternate between the ten thousands and thousands digits and the remaining three digits for hundreds, tens, and ones. The accumulated vehicle count is cleared by loss of power or can be manually cleared using Option 6.1. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-185 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 17. Option 6.1 shall be used to reset the accumulated vehicle count for the selected channel. When Option 6.1 is changed from the off state to the on state, the accumulated vehicle count for the selected channel shall be reset to zero. Option 6.1 shall always be in the off state when first viewed. 18. Option 7, Vehicle Counting Loop Configuration (Optional Option): The detector's Vehicle Counting Loop Configuration setting shall be set from 01 to 04 for each channel. This setting should indicate the number of loops installed in a single lane. 01 would indicate a single loop. This could be a single 6-foot x 6-foot or a long loop such as a 6-foot x 50-foot QuadrapoleTM The remaining three settings indicate the number of 6-foot x 6-foot loops installed in a single lane of traffic. 19. Option 8, Common Fail Output(Optional Option): a. The Common Fail Output setting shall be toggled ON or OFF by momentarily pressing either the up or down button. The Common Fail Output setting shall be a"detector wide" option. This means that setting it to ON for any channel turns it ON for all channels, and setting it to OFF for any channel turns it OFF for all channels. b. When Option 8 is enabled (on), a failure on any channel in the detector will cause all of the fail outputs for the detector to activate. 20. Option 9,Third Car Passage: a. Each channel's Third Car Passage setting can be toggled ON or OFF by momentarily pressing either the up or down button. Option 9 is a"paired channel" option. This means that it takes two channels to implement the feature. Therefore,when this option is toggled ON or OFF in one channel, its paired channel is also set to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall automatically turn OFF the other option. b. When Option 9 is enabled (on), the output of the paired channels shall be logically ANDed together. This means that while the loops for both of the paired channels are occupied, a call will output on both channels. While only one channel is occupied, or neither channel is occupied, a call will not output for either channel. The first channel with detection shall enter a"pending" state while waiting for detection in the other paired channel. While in the pending state,the LCD shall show"Pnd" on the display. 21. Option 10, Directional Logic: a. Each channel's Directional Logic setting shall be toggled ON or OFF by momentarily pressing either the up or down button. Option 10 is a"paired channel"option.This means that it takes two channels to implement the feature. Therefore,when this option is toggled ON or OFF in one channel, its paired channel is also set to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall automatically turn OFF the other option. b. When Option 10 is enabled (on), directional logic shall be enabled. Direction logic starts with a detection on one channel. This channel shall go into the "pending" state, display "Pnd" on the LCD display, and NOT output a call. When both of the paired channels City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-186 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 have detection,the last channel to have detection will output a Call until the detection for the last channel ends, even if the detection ends for the first channel. None of the timing functions of the first channel with a detection shall time (Delay, Extension, Max Presence, and Detector Disconnect) and the first channel shall always operate in the Presence Mode regardless of programming for the channel. The second channel with a detection shall time all timing functions as programmed. i 22. Option 11, Audible Detect Signal: Each channel's, Audible Detect Signal setting shall be toggled ON or OFF by momentarily pressing either the up or down button. Only one channel can be turned on at a time. Turning this option on for one channel automatically turns it off for the other channel. When this option is enabled (on), an audible signal will be activated whenever the detection zone for the selected channel is occupied. The audible signal indicates actual occupancy of the loop detection zone. Timing and disconnect functions shall have no effect on the audible signal. This option shall be automatically disabled 15 minutes after activation or on loss of power. 23. Option 12, Detector Disconnect: Each channel's Detector Disconnect settings shall be toggled ON or OFF and the Extension timer toggled between ON and OFF by momentarily pressing either the up or down button. The Detector Disconnect feature requires that the Phase Green Inputs for each channel be connected to the proper controller phase. When the Phase Green Input is not active (high), the detector shall operate normally. When the Phase Green Input is active (low), at the end of each detection the extension timer will start to count down. If this timer reaches zero before the next detection, this channel will no longer output a call until the phase green input is not active. Because the extension timer is used as a disconnect timer while in this mode,two different disconnect types shall be available: a. Option 12.1 OFF: Extension timing occurs and the extension timer also serves as the disconnect timer during phase green. This will cause the Call output to remain in the Call state until disconnect occurs. b. Option 12.1 ON: Extension timing is disabled and the extension timer is used as the disconnect timer. This will cause the Call output to follow the occupancy of the loop detection zone until disconnect occurs. Add the following new section: 9-29.18(3) Video Detection System New Section The video detection camera housing and mounting hardware shall be painted per Section 6-07 of these Special Provisions. The fully functional video detection systems shall be provided and installed by the Contractor. The Contractor shall submit complete equipment list to the City Engineer for approval prior to the systems purchase. The video detection system shall be capable of providing presence vehicle detection and shall be expandable without removing or replacing existing units. All materials furnished during construction for temporary and permanent detection shall be new, unused, current production models and shall be items currently in distribution. The video detection system shall have a minimum 18-month warranty (from the time of permanent installation) against manufacturing defects in materials and workmanship from the date of shipment. The Contractor shall supply the warranty and all documentation necessary to maintain and operate the system to the Electrical Inspector prior to approval of the video detection system by the Electrical Inspector. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-187 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 The Video Detection System shall consist of ITERIS video detection equipment, auxiliary equipment, cameras, housings, and mounts,and all required mounting hardware, cables, connectors, and wiring. The video detection equipment shall be of the quantities shown in the Plans, and shall meet the following specifications (The Contractor shall submit to the COR Field Maintenance Shop Representative a detailed summary of video detection equipment prior to placing an order): 1. Camera: Vantage RZ-4 Advanced WDR color camera with integrated weatherproof housing. 2. Mounting: Pelco Astro-Brac Extended Tilt and Pan mount with cable mount and 72-inch tube. The cable mount shall be suitable for the mast arm diameter at each camera installation location. 3. Video Detection Board: Vantage Edge 2—Single Camera Processor. 4. Remote Monitoring: Vantage View(include 9-inch LCD color monitor at each signal). 5. Modem: Edge Connect Network Modem. 6. Surge Suppression: Each camera assembly shall have a surge suppressor which shall be installed inside the traffic signal controller cabinet. The surge suppressor shall be an EDCO CX06-BNCY or equivalent meeting these specifications: Peak Surge Current: 5Ka Technology: Hybrid, Solid State Attenuation: 0.1 dB at 10 Mhz Response Time: <1 nanosecond Protection: Line to Ground Clamp Voltage: 6 V Connectors: BNC Impedance: 75 ohms Environmental: -40°F to 1857 Mechanical: 4-1/2" x 1-1/2" x 1-1/4" Installation and Training The product supplier of the video detection system shall supervise the installation and testing of the video equipment. A factory certified representative from the manufacturer shall be on-site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the contract Plans and this Specification. Two days training shall be provided to personnel of the Contracting Agency in the operation, setup, and maintenance of the video detection system. Instructional materials shall be produced for a maximum of 10 persons and instruction shall be conducted at a location selected by the Contracting Agency. The Contracting Agency shall be responsible for travel, room and board expenses for its own personnel. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-188 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 9-29.19 Pedestrian Push Buttons Section 9-29.19 is replaced by the following: Accessible Pedestrian Signal(APS)pedestrian push button systems shall be provided to communicate when to cross the street in a non-visual manner, such as audible tones, speech messages, and vibrating surfaces. APS shall consist of fully integrated pedestrian stations that provide the pedestrian with visual, tactile, and audible information about the intersection crossing at the pedestrian station. They shall be designed to monitor the CMU output signal to the walk display while utilizing the standard 2 conductor shielded push button wires from the traffic control cabinet. 1. Benefits: a. APS is a simple solution to existing pedestrian crossings. Installation is quick and straight forward. Each APS is independent gathering information from the signal sent to the walk display while utilizing the existing wiring from the traffic control cabinet. b. APS utilizes an ultrathin speaker with a base reflex housing to focus sound where it should be and eliminate the sound pollution created by rear facing speakers. 2. Operating System: Ambient gain control adjusts audio volume to ambient noise levels. 3. Applicable Guidelines: Accessible pedestrian push button systems shall meet or exceed the following: a. Manual on Uniform Traffic Control Devices (MUTCD) b. TAC c. Americans with Disabilities Act(ADA) 4. Outputs: a. Locator tone. b. Acknowledgement message/tone. c. Acknowledgement pilot light. d. Location information message. e. Walk cycle tones/messages. f. Walk cycle vibrotactile signal. g. Clearance tones. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-189 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 5. Modes: a. Default. b. EP VI: Volume increase with extended press. c. EP APS: Accessible Pedestrian Signal only with extended press. 6. Synchronicity: Beaconing at initiation and destination of crossing. 7. Form Factor: a. H-frame style with speaker mounted below the plunger. b. Driver board mounts in ped head. 8. Installation: Straight forward and fast with no special tools. 9. Warranty: 3 year standard. 9-29.20 Pedestrian Signals 9-29.20(1) LED Pedestrian Displays Section 9-29.20(1) is supplemented with the following: The pedestrian signal shall be hand/man with a countdown feature. The hand and man and countdown symbols shall have a uniform appearance; individual LEDs shall not be visible. The hand and man symbols shall be on the left side superimposed and the countdown symbol on the right side and shall comply with the latest MUTCD requirements. The countdown feature shall allow countdown time to remain stored internally, even when power is removed for extended periods of time, shall automatically adjust to traffic controller interval changes and the symbol shall be minimum 9 inches high. The housing shall be 18 inches and the face shall have z-crates. Except as noted in the following pre-approved list of this section, samples of each item shall be submitted to the Engineer for approval. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: The service cabinets shall be Tesco back to back with the Tesco Battery Back-Up. The signal/street lighting service cabinet shall be as indicated on the contract Plans and detail sheets. All electrical conductors, buss bars, and conductor .terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-190 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 I i i rivets or bolts shall be visible outside the enclosure.The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: The electrical circuit breakers and contactors shall be as indicated on the contract Plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker. 2. Branch circuit breakers. 3. Utility plug(120 volt-20 Amp rated) G.F.I. Type. I 4. Light control test switch(120 volt-15 Amp). 5. Contactor relay for each circuit. 6. Double pole branch breaker(s)for lighting circuits(240 volt). 7. One 120 volt, 20 Amp single pole branch breaker(for utility plugs). 8. Type 3 single phase 120/240 volt grounded neutral service. 9. One 120 volt 40 Amp single pole branch breaker(signal service). 10. Complete provisions for 16 breaker poles. 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering.All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary.. Add the following new section: 9-29.24(3) Painting New Section The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 6-07. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-191 August 2012 Phase I Intersection Improvements-Conformed Contract Documents Division 9 I I 9-29.25 Amplifier,Transformer,and Terminal Cabinets Section 9-29.25 is supplemented as follows: The terminal box shall be weather tight, have a single door with continuous hinge on one side, and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600 volt heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than three #12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22 inches high by 13 inches wide by 11 inches deep and constructed of cast aluminum and fitted with a Best internal lock. Add the following new section: 9-29.26 Traffic Signal Battery Backup System (BBS) New Section The BBS shall be Tesco Traffic 22 BBS 1400XL-6, attached directly to the service cabinet, and shall meet or exceed the following specifications: 1. Enclosure Specifications: Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full-length piano hinge, pad-lockable draw latch (center area on door-latch side), and two pad lockable welded-in place vandal-proof tabs (one upper area, one lower area on door-latch side,rated at 2,000 pounds each). There shall be no exposed nut , bolts, screws, rivets, or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46 inches high by 20 inches wide by 10.75 inches deep. Weight 250 pounds with batteries. BBS shall be mounted in an interior tilt out housing with 800-pound rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for auxiliary generator (optional). .All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. 2. BBS Panel Minimum Features: a. System shall provide 700 watts of full control run time for 2 hours. In addition, the system shall provide 6 to 8 hours of flash. b. BBS bypass and BBS isolation switch. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-192 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 c. Deadfront safety panel board with all switches, indicating fuses,plugs, and isolation fuses for each battery pre-wired with phenolic nameplates. d. All nameplates shall be screwed on phenolic engraved type. e. All wire terminating lugs shall be full wrap around type. f. All batteries shall be captive spaced from external captive sides in earthquake proof buckets. g. Cabinet ventilation shall be by (qty. 4) 4-inch by 1/4-inch louvers top and bottom with encapsulated bug screens, cleanable filters and a 100 cfm fan to completely exchange air 25 time minimum per minute. h. All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. i. Event Counters&Total Run Time Counter. 3. BBS Unit Minimum Specifications: BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights(for Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot-swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on-line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC— 10% /+4% at 60 Hz+/- 0.05% over a temperature range of-37° C (optional adder)to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. I 4. BBS Unit Minimum Features: a. 1,400 VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the inverter are unacceptable). b. Surge energy withstand 480 Joules, 6.5 kA. c. Common mode clamping 0 ns<5ns typical UL 1449. d. Conditioned power—Computer quality. e. Transient lighting protection— 160 Joules. f. Transfer to battery time—2 ms. g. Retransfer to utility—2 ms. h. Each battery shall be 24 volts at 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-193 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 i. Fan cooling shall be fused for locked rotor current. j. Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. k. BBS covers shall be 60 percent open on both sides to diminish the environmental effects of extreme temperatures. 1. Includes USB &RS232, DB9 Computer Interface Ports. m. Low voltage safety design at 24 Vdc. (Higher voltage do systems are unacceptable.) 5. BBS Communications Module a. All inverter connections shall be made without the use of tools. This includes: A/C-Input, e'C-O, tput,Normally-Open, and Normally-Closed programmable contacts. (1) Smart Slot Relay 1/0 Module: (a) Input#I Turn the BBS on. (b) Input#2 Turn the BBS off. (c) Input#3 Start the BBS self-test. (d) Input#4 Shut down the BBS (when on battery). (e) Output#1 The BBS is on-battery (during a power failure, self-test or run time calibration). (f) Output#2 BBS has a low battery—Programmable. (g) Output#3 The protected load is not receiving power from the BBS. (h) Output#4 Replace the BBS batteries. (i) Output#5 The BBS is overloaded. (j) Output 46 Any BBS fault or self-test failure. 6. Batteries: Batteries shall be maintenance-free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre-wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 261bs are not acceptable. 7. Enclosure Temperature Compensation: Operating temperature range shall be a minimum minus 37 degrees C to plus 74 degrees C. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-194 August 2012 Phase I Intersection Improvements—Conformed Contract Documents Division 9 8. Power System Analyzer and Conflict Resolution Module: The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer shall evaluate and make limited adjustments to the incoming utility power and automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available, the BBS shall analyze the power to verify stability and return to normal operation. The system shall provide automatic BBS failure detection and automatically isolate the failed BBS and lock the unit onto utility power. Once the failure has been corrected, the system shall return to the normal operation. 9. Triple Bypass System for Offline BBS: a. SPACT-Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. b. PCM—Power Conflict Monitor. c. The PCM is a totally redundant failsafe system. The PCM shall monitor load bus power available continuously. If load bus power fails for 5ms the PCM shall transfer and isolate the BBS and guarantee that commercial power will be locked on. d. Watchdog Timer—Redundant 5 ms delay and hard transfer to utility power. e. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2 ms. f. Onboard Smart I/O module shall execute lockout of battery backup system upon Smart detection of any inverter BBS fault. If BBS resets itself, it shall automatically be available for backup. g. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. 10. Smart Battery Charger: Shall charge from shut off discharge to 95 percent fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 120 degrees. The battery charger shall utilize Smart Cell Technology to extend battery life. 11. Intelligent Battery Management: a. The system shall have a precision battery charging system, automatic true-load battery tests, and redundant overcharge protection. The system shall regulate under and over voltages without switching to battery. b. Battery Replacement Warning prevents downtime—the system shall automatically perform a self-test every 2 weeks and alert owner to degrading batteries before they wear out. Through software, or the push of a button, self-tests may be performed at any time. Faster Recharge Time — the system battery charging systems shall be microprocessor controlled to precisely charge batteries. 12. Hot-Swappable Battery Replacement: The system shall have a 60 second, user friendly, hot-swappable battery replacement system allowing safe and easy replacement of batteries while your system is up and running. Replacement battery packs shall ship in a reusable box for convenient return of exhausted batteries to a recycling center. City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-195 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 13. Warranty: Manufacturers shall provide a 2-year factory-replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for 2 years.The warranty shall be included in the total bid price of the BBS. 14. Additional Design Options: The system shall have available: a. A generator transfer switch with BBS bypass and 30-amp external reverse service plug. b. A heater with thermostat. 9-30 WATER DISTRIBUTION MATERIALS 9-30.2 Fittings 9-30.2(6) Restrained Joints Section 9-30.2(6) is replaced with the following: All restrained joints are to be MEGALUG by EBAA Iron, Inc., FIELD LOK Gaskets by US Pipe, or approved equal. 9-30.3 Valves 9-30.3(1) Gate Valves (3-inches to 16-inches) Section 9-30.3(1)is supplemented with the following: All gate valves shall have ductile iron bodies and bonnets. 9-30.3(6) Valve Stem Extensions Delete the second sentence of Section 9-30.3(6)and replace with the following: Valves with an operating nut more than 4-feet below grade shall have a valve stem extension to raise the operating nut to within 18 to 24-inches below finish grade. 9-30.5 Hydrants Section 9-30.5 is supplemented with the following: Hydrants shall be Clow Medallion, Mueller Centurion 250, or M&H 929 and conform to the latest revision of AWWA C-502, except as herein modified. Hydrant shall have a minimum of 5-1/4-inch main valve opening and a 6-inch mechanical joint outlet. Hydrant runs shall be restrained with: A) Flanged pipe (short runs only), B)Two 3/4-inch diameter tie rods, or C)Mega-Lugs. Furnish a 6-inch auxiliary gate valve flanged to the main tee with a valve box and a riser to suit trench depth at each installation. Hydrant shall be furnished with break-of flange on barrel and break-off coupling for the City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-196 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 i stem. The hydrant shall be furnished with two 2-1/2-inch hose connections with national standard threads and one 4-inch pumper connection with Seattle threads, (#475) all port end caps shall be 1-1/4-inch, operating nuts shall be 1-1/4 inch and shall turn counterclockwise to open. Nozzles shall be fitted with renewable bronze nipples locked in place. All hydrants shall be painted with two top coats of Farwest Paint Case Yellow PN# X3472. Hydrants shall be equipped with a 4-Inch Seattle Thread(4475)by 5-inch locking Storz Adapter meeting or exceeding the following specifications: • Storz Adapter to be forged and/or Extruded 6061-T6 aluminum allowed,hardcoat anodized. • Threaded portion to have no lugs and two set screws 180 degrees apart. • Storz face to be metal,no gasket to weather. • Storz cap shall have synthetic molded rubber gasket. • Storz cap to be attached to hydrant adapter with 1/8-inch coated S.S. aircraft cable. • Cap to be connected and disconnected with Storz wrenches only. Torque to be sufficient so cap cannot be removed by hand. • Remove all chains. Blue reflective markers shall be Type 1 as described in Section 9-21.1 and shall meet the requirements of UFC Section 1001.8. The hydrant shall be stenciled in 2-inch high letters with the distance to the foot valve in feet and inches. END OF DIVISION 9 i City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-197 August 2012 Phase 1 Intersection Improvements—Conformed Contract Documents Division 9 I II' (This page intentionally left blank) City of Renton 214-1779-039 NE 3rd/4th Corridor Improvements SP-198 August 2012 Phase l Intersection Improvements—Conformed Contract Documents Division 9 t i i CAG-12-489 Award Date: —=t J 19= Appendices A - F Award To: _ NE 3RD/4TH CORRIDOR IMPROVEMENTS Phase 1 Intersection Improvements f TIB Number: 8-1-102(033)-1 i E r � e t Volume II of III E General Bid Information:Builders Exchange of Washington,Inc. Submitted to: (425)258-130.3 City Contact: Keith Woolley City of Renton I (425)430-7318 1055 South Grady Way F Consultant Contact: Chuck Schott,PE Renton,Washington 98057 (253)604-6600 A ved f on action Submitted by: Parametrix Robert M.Hanson,PE bate 1019 39th Ave SE,sure too City of Renton Puyaltup,Washington 98374 (253)604-6600 Fax(253)604-6799 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements Appendix A Prevailing Hourly Minimum Wage Rates Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/5/2012 County Trade Job Classification III Wa a Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1 H King Boilermakers Journey Level $60.24 5N 1C IKing Brick Mason Brick And Block Finisher $41.41 5A 1M King Brick Mason Journey Level $48.27 5A 1 M King Brick Mason Pointer-Caulker-Cleaner $48.27 5A 1M King Building Service Employees Janitor $19.52 5S 2F King Building Service Employees Traveling Waxer/shampooer $19.93 5S 2F King Building Service Employees Window Cleaner(Scaffold) $23.94 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $23.08 5S 2F King Cabinet Makers In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf $48.47 5A 1M Carpenters King Carpenters Carpenter $48.47 5D 1M King Carpenters Creosoted Material $48.57 5D . IM King Carpenters Floor Finisher $48.60 5D 1M King Carpenters Floor Layer $48.60 5D 1M King Carpenters Floor Sander $48.60 5D 1M 48.60 5D 1 M .King Carpenters Sawfiler $t King Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M King Carpenters Stationary Woodworking Tools $48.60 5D 1M King Cement Masons Journey Level $49.15 7A IM King Divers Et Tenders Diver $100.281 5D IM 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1 M King Divers fr Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1B https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 2 of 17 Tender King Dredge Workers Assistant Engineer $49.57 5D 1T 8L King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L King Drediae Workers Maintenance $49.06 5D IT 8L King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L King Dredge Workers Oiler $49.19 5D 1T 8L King Drywall Applicator Journey Level $48.47 5D IM King Drywall Tapers Journey Level $48.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $61.93 7C 2W King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W King Electricians - Inside Certified Welder $59.83 7C 2W King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W King Electricians - Inside Construction Stock Person $31.83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A 4A Construction King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction King Electricians - Powerline Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $75.24 7D 4A King Elevator Constructors Mechanic In Charge $82.00 7D 4A King Fabricated Precast Concrete All Classifications- In-Factory $14.15 5B 2K Products Work Only King Fence Erectors Fence Erector $15.18 1 https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 3 of 17 King Ftaggers Journey Level $33.93 7A 2Y King Glaziers Journey Level $50.91 7L 1Y King Heat Et Frost Insulators.And Journeyman $55.68 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $51.95 5B 1 K King Inland Boatmen Cook $48.62 5B 1K I King Inland Boatmen Deckhand $48.621 5B 1 K King Inland Boatmen Deckhand Engineer $49.601 5B 1K King Inland Boatmen Launch Operator $50.80 5B 1K King Inland Boatmen Mate $50.80 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $48.47 5D 1M King Ironworkers Journeyman $58.27 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.03 7A 2Y Screed King Laborers Airtrac Drill Operator $41.28 7A 2Y King Laborers Ballast Regular Machine $40.03 7A 2Y King Laborers Batch Weighman $33.93 7A 2Y ,King Laborers Brick Pavers $40.03 7A 2Y King Laborers Brush Cutter $40.031 7A 2Y King Laborers Brush Hog Feeder $40.03 7A 2Y King Laborers Burner $40.03 7A 2Y King Laborers Caisson Worker $41.28 7A 2Y King Laborers Carpenter Tender $40.03 7A 2Y King Laborers Caulker $40.03 7A 2Y King Laborers Cement Dumper-paving $40.77 7A 2Y King Laborers Cement Finisher Tender $40.03 7A 2Y https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 4 of 17 King Laborers Change House Or Dry Shack $40.031 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 2Y King Laborers Chipping Gun(30 Lbs. And $40.77 7A 2Y Over) King Laborers Choker Setter $40.03 7A 2Y King Laborers Chuck Tender $40.03 7A 2Y King Laborers Clary Power Spreader $40.77 7A 2Y King Laborers Clean-up Laborer $40.03 7A 2Y King Laborers Concrete Dumper/chute $40.77 7A 2Y Operator King Laborers Concrete Form Stripper $40.03 7A 2Y King Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Concrete Saw Operator/core $40.77 7A 2Y Driller King Laborers Crusher Feeder $33.93 7A 2Y King Laborers Curing Laborer $40.03 7A 2Y King Laborers Demolition: Wrecking Ft Moving $40.03 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.03 7A 2Y King Laborers Diver $41.28 7A 2Y King Laborers Drill Operator $40.77 7A 2Y (hydrau tic,diamond) King Laborers Dry Stack Walls $40.03 7A 2Y King Laborers Dump Person $40.03 7A 2Y King Laborers Epoxy Technician $40.03 7A 2Y King Laborers Erosion Control Worker $40.03 7A 2Y King Laborers Faller Ft Bucker Chain Saw $40.77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y King Laborers Firewatch $33.93 7A 2Y King Laborers Form Setter $40.03 7A 2Y King Laborers Gabian Basket Builders $40.03 7A 2Y King Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker Ft Transit $41.28 7A 2Y Person King Laborers Grinders $40.03 7A 2Y King Laborers Grout Machine Tender $40.03 7A 2Y King Laborers Groutmen (pressure)including $40.77 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.03 7A 2Y King Laborers Hazardous Waste Worker (level $41.28 7A 2Y A) King Laborers Hazardous Waste Worker (level $40.77 7A 2Y B) King Laborers Hazardous Waste Worker (level $40.03 7A 2Y C) King Laborers High Scaler $41.28 7A 2Y https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 uG u4 u4 uo w UQ m UC m m m m u4 uca uc1 un uo un t7a uG ttn un t!4 uG vn u'Q u4 vG un uG trc1 t1C ttn u'n un UG u4 uC O r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w na CD Q• °- 0- 0- 0- (T o- 0- Cr CT C7 0• C7 CT Cr 0- U- o• 0- u o- u u o- u u u u u u o- u u 0- u u u u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (D (D (D (D 0 m 0 rD m m 0 0 m 0 m 0 m 0 m m m m rD m m rD rD (D rD m 0 0 0 m 0 0 m rD N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N �Q < C On CD o0 /v b N -I o -I qP -i Ln in Ln Ln in Ln to �- o o w w �* o o ^ ^ 0 < ua rD w w o 0 0 0 w o o o o w w w �; W <c o o o w w w a x o < o n ru nt r+ r� n C D o n •0 n m a ° -� m va 3 � rD m co m 0 r, M rt 1- 3 ° ° cu x (D (D Q m -° y _0 T• fD w N (D rD �, n ,-r � (D O ° fD n n N O f�D rD o ° 0 o n -, 0 0 w ru 0 (D v r r n 3 m o w ° -, O z o= N u, n W H (D Cr a ` ° (p o �< w ° �p v n 3 fli ID ° cD UIQ CD 3 v o- a 0 0 N v M (D n w 3 3 n w rD m 0 w ° w w w (D ( (D ° < N M rr u4 -s N N n w w rD "° M -s rt N r' rr w 7 -< W 3 o -o n -, o w m o CD o 3 -° -0 � 0 ° 0 ° W n o r* ° a w c n 0 N -I. N C w N O G Z, rD N w C N N rr r U 7 N (D o ° o Y r* �' 0 m �, ^� o °' w `^ n a rD m v O ^ °- Q O x N rD n s O o p rr 2 (D w w N � O o ° sr Cl (D �_ n , rD 3 U (D -z E T (D -" 7 < (D rD rD N (D rp 0 m fp 0 + (D W C 7 ua 7 ;Y ° 0 c 0 c N 0 ° O 3 3 c m p ° n , rD �Q o rD CD r) n Dra N uu°c v o0 (D ° (D m to to to tis to to to to to to to to to to to to to to to to to to to to to to to to to in to to to to to to to to •p- -ph, .tom b. .A .A 4�- ? A ? -b -01. 1+. -N •A. P N .P. .P. -N Z. A A .A w .A 4- - A Cl O V -I v O O V O V O O V V O V V V --4 O N O V -,J V V .N . . . . . . . . . .O V V V Co V O V V w w �I V V W W V W V W W V V W V V W W V V W W W V V V V M W -I V V W V W V V I I I I I I I I I I I 1-4 ID I ID I I I I I I I I I I I I I I I I I D D D D D ID ID ID ID D D D D D > n D D D n D D D D D D D V D D D D D D V qq LA o °� Page 6 of 17 King Laborers Track Laborer $40.031 7A 2Y King Laborers Track Liner (power) $40.77 7A 2Y King Laborers Truck Spotter $40.03 7A 2Y King Laborers Tugger Operator $40.77 7A 2Y King Laborers Tunnel Work-Compressed Air $52.08 7A 2Y 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $57.08 7A 2Y 88 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $60.76 7A 2Y 8Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $66.46 7A 2Y Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $68.58 7A 2Y Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $73.68 7A 2Y Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $75.58 7A 2Y Q Worker 68.01-70.00 psi King Laborers Tunnel Work-Guage and Lock $41.38 7A 2Y 8� Tender King Laborers Tunnel Work-Miner $41.38 7A 2Y King Laborers Vibrator $40.77 7A 2Y King Laborers Vinyl Seamer $40.03 7A 2Y AKing Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.77 7A 2Y King Laborers Well Point Laborer $40.77 7A 2Y King Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers - Underground Sewer General Laborer Et Topman $40.03 7A 2Y Et Water King Laborers - Underground Sewer Pipe Layer $40.77 7A 2Y Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $48.74 5D 1H King Marble Setters Journey Level $48.27 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop] Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $49.47 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 7 of 17 King Modular Buildings Equipment Maintenance $11.561 1 King Modular Buildings Plumber $11.561 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 N King jPainters Journey Level $35.72 6Z 2B King Pile Driver Journey Level $48.67 5A 1M lKing Plasterers Journey Level $46.88 7Q 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King Plumbers Et Pipefitters Journey Level $70.84 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $50.39 7A IT 8P King Power Equipment Operators Assistant Engineer $47.12 7A IT 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, $49.90 7A 1T 8P Concrete plpKing Power Equipment Operators Bobcat $47.12 7A 1T 8P PKing Power Equipment Operators Brokk- Remote Demolition $47.12 7A 1T 8P Equipment King Power Equipment Operators Brooms $47.12 7A 1T 8P King Power Equipment Operators Bump Cutter $49.90 7A 1T 8P King IPOW er Equipment Operators Cableways $50.39 7A 1T 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount $50.39 7A 1T 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine-laser $47.12 7A 1T 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $49.48 7A 1T 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $49.90 7A 1T 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49.48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A IT 8P Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A IT 8P Tons, or 150'of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175'in height, base to boom. https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 8 of 17 King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $51.51 7A IT 8P Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A IT 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame- 10 Tons And $47.12 7A IT 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $51.51 7A IT 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A IT 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A IT 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A IT 8P Attachments A'-frame Over 10 Tons King Power Equipment Operators Crusher $49.90 7A IT 8P King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A IT 8P (power) King Power Equipment Operators Derricks, On Building Work $50.39 7A IT 8P NKing Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A IT 8P Over King Power Equipment Operators Dozers D-9 Et Under $49.48 7A IT 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $49.48 7A IT 8P Or Crane Mount King Power Equipment Operators Drilling Machine $49.90 7A IT 8P King Power Equipment Operators Elevator And Man-lift: $47.12 7A IT 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A IT 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $49.48 7A IT 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A IT 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $49.90 7A IT 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47.12 7A IT 8P King Power Equipment Operators Guardrail Punch/Auger $49.90 7A IT 8P King Power Equipment Operators Hard Tail End Dump $50.39 7A IT 8P Articulating Off- Road Equipment 45 Yards. >:t Over King Power Equipment Operators Hard Tail End Dump $49.90 7A IT 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $49.48 7A IT 8P Locator King Power Equipment Operators Horizontal/directional Drill $49.90 7A IT 8P Operator https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 9 of 17 King Power Equipment Operators Hydralifts/boom Trucks Over $49.48 7A IT 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $47.12 7A IT 813 Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $50.94 7A IT 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $50.39 7A IT 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $49.90 7A IT 813 Yards RKing Power Equipment Operators Loaders, Plant Feed $49.901 7A IT 8P King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A IT 813 King Power Equipment Operators Locomotives, All $49.90 7A 1T 813 King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King Power Equipment Operators Mechanics, All (leadmen - $50.94 7A IT 813 & $0.50 Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $49.90 7A IT 8P King Power Equipment Operators Motor Patrol Grader- Non- $49.48 7A IT 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $47.12 7A 1T 813 Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 $50.39 7A 1T 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $47.121 7A IT 8P King Power Equipment Operators Pile Driver (other Than Crane $49.90 7A IT 8P Mount) King Power Equipment Operators Plant Oiler- Asphalt, Crusher $49.48 7A IT 2P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A IT 8P King Power Equipment Operators Power Plant $47.121 7A IT 8P King Power Equipment Operators Pumps- Water $47.12 7A IT 8P King Power Equipment Operators Quick Tower- No Cab, Under $47.12 7A IT 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $50.39 7A IT 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $47.121 7A IT 8P King Power Equipment Operators Rollagon $50.39 7A IT 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A IT 813 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A IT 8P Materials https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 10 of 17 King Power Equipment Operators Roto-mill, Roto-grinder $49.901 7A IT 8P King Power Equipment Operators Saws - Concrete $49.48 7A IT 8P King Power Equipment Operators Scraper, Self Propelled Under $49.90 7A IT 8P 45 Yards King Power Equipment Operators Scrapers- Concrete Et Carry All $49.48 7A IT 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $50.39 7A IT 8P Yards And Over King Power Equipment Operators Service Engineers- Equipment $49.48 7A IT 8P King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A IT 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A IT 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $50.39 7A IT 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A IT 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $50.94 7A IT 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A IT 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $50.39 7A IT 8P King Power Equipment Operators Spreader, Topsider Et $50.39 7A IT 8P Screedman King Power Equipment Operators Subgrader Trimmer $49.90 7A IT 8P King Power Equipment Operators Tower Bucket Elevators $49.48 7A IT 8P King Power Equipment Operators Tower Crane Over 175'in $51.51 7A IT 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $50.94 7A IT 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $50.39 7A IT 8P Truck Type King Power Equipment Operators Trenching Machines $49.48 7A IT 8P `King Power Equipment Operators Truck Crane Oiler/driver- 100 $49.90 7A IT 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $49.48 7A IT 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A IT 8P King Power Equipment Operators Welder $50.39 7A IT 8P King Power Equipment Operators Wheel Tractors, Farman Type $47.12 7A IT 8P King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A IT 8P King Power Equipment Operators- Asphalt Plant Operators $50.39 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $49.90 7A I IT 8P https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 11 of 17 Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Brokk- Remote Demolition $47.12 7A IT 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $50.39 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $50.39 7A IT 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $47.12 7A IT 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $49.48 7A IT 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $49.90 7A IT 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $49.90 7A IT 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $51.51 7A IT 8P Underground Sewer Et Water Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $50.39 7A IT 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $47.12 7A IT 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $51.51 7A IT 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $52.07 7A IT 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A IT 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 12 of 17 King Power Equipment Operators- Crusher $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A IT 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $50.39 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $50.39 7A IT 8P Underground Sewer Et Water Over King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A IT 8P Underground Sewer It Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $49.48 7A IT 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $47.12 7A IT 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A IT 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $49.48 7A IT 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A IT 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $49.90 7A IT 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A IT 8P Underground Sewer It Water King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $50.39 7A IT 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $49.90 7A IT 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $49.48 7A IT 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $49.90 7A IT 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $49.48 7A IT 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $47.12 7A IT 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $50.94 7A IT 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $50.39 7A IT 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under.6 $49.90 7A IT 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $49.90 7A IT 8P Underground Sewer Et Water https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 13 of 17 King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $50.94 7A IT 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Grader- Non- $49.48 7A 1T 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $47.12 7A 1T 8P UnderQround Sewer Et Water Distribution it Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type: 45 $50.39 7A 1T 8P ,Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $49.90 7A 1T 8P UnderQround Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler-Asphalt, Crusher $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower- No Cab, Under $47.12 7A 1T 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $50.39 7A 1T 8E Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $50.39 7A IT 8P Underground Sewer &t Water King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A IT 8P Underground Sewer & Water Materials https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 14 of 17 King Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A IT 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $50.39 7A IT 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A IT 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. k King Power Equipment Operators- Shovel, Excavator, Backhoe: $50.39 7A IT 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A IT 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A IT 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A IT 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $50.39 7A IT 8P Underground Sewer if Water King Power Equipment Operators- Spreader, Topsider Et $50.39 7A IT 8P l Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $51.51 7A IT 8P Underground Sewer Et Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $50.94 7A IT 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $50.39 7A IT 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $49.48 7A IT 8P Underground Sewer i t Water King Power Equipment Operators- Truck Crane Oiler/driver- 100 $49.90 7A IT 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $49.48 7A IT 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Welder $50.39 7A IT 8P Underground Sewer Et Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 15 of 17 King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $48.27 5A 1 M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.08 5D 1 M King Residential Drywall Tapers Journey Level $48.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $34.60 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers ft Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $40.04 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $41.95 5A 2Z King Residential Sprinkler Fitters Journey Level $41.31 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $48.27 5A 1 M King Residential Terrazzo Workers Journey Level $43.93 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.65 5A 1 R King Roofers Using Irritable Bituminous $46.65 5A 1R Materials King Sheet Metal Workers Journey Level (Field or Shop) $67.82 7F 1 E King Shipbuilding Et Ship Repair 113oilermaker $35.83 7M 1H King Shipbuilding Et Ship Repair Carpenter $36.62 70 313 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 Page 16 of 17 King Shipbuilding Et Ship Repair Electrician $36.23 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $55.68 5J 1S King Shipbuilding Et Ship Repair Laborer $34.82 70 3B King Shipbuilding Et Ship Repair Machinist $36.19 70 3B King Shipbuilding Et Ship Repair Operator $38.58 70 3B King Shipbuilding Et Ship Repair Painter $36.21 70 3B King Shipbuilding Et Ship Repair Pipefitter $36.16 70 3B King Shipbuilding Et Ship Repair Rigger $36.16 70 3B King Shipbuilding Et Ship Repair Sandblaster $35.17 70 3B King Shipbuilding Et Ship Repair Sheet Metal $36.14 70 3B King Shipbuilding Et Ship Repair Shipfitter $36.16 70 3B King Shipbuilding & Ship Repair Trucker $36.00 70 3B King Shipbuilding Et Ship Repair Warehouse $36.06 70 3B King Shipbuilding Et.Ship Repair Welder/Burner $36.16 70 3B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electricall King Soft Floor Lavers Journey Level $41.95 5A 2Z King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $68.79 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $48.27 5A 1 M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $49.48 7A IT 8P Surveyor King Surveyors Chainman $48.96 7A IT 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $34.20 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside King. Telephone Line Construction - Installer (Repairer) $32.78 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B Outside https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/5/2012 'CS O' = O' O' :3 3 O' :3 Z3 =3 =3 O' =5 O' UQ uG UG uC uG uG uG uG uo uG uQ uG uG UQ UG W u4 uQ uG UQ UG O y � -j � --I --1 N p p^ p 0 a -1 0 --q0 -4 0 •-10 -10 r rD c rD c N c (1) C rD C rD c r-D� c o r�D c o r-D n n D D � D tA ID o D LA D Ln D LA D a a a n a a a n m rp rD rD rD O rD rD rD N N n N � D D <' < <' < < <' O D ::E rD rD rD rD rD rD rD rD O �N 0 rD rD rD rD rD rD O in L, D 0 r r r r r r r r C pp n in in v, v O p Z5 D' O D n O' O' _ ti i rD rD rD rD rD rD rD rD �• m n n n n n n n n 0 O o 0 O O 0 0 10 IQ m 0 0 c c c c c c Nr-' (D N r+ r+ rN+ rN-r rNr Ln O 0 0 0 `" o n n n n n n n n C C G 0 O 0 O O O 0 0 to to to b\ O n O n v p D � � � -I -i <, rD Q c c D a D� OC �. c c0 r(D rD rD rD N N rD = O c m 3 ` = ` c' -s -Z -z m iD rD D D D "'�- D (D p � n (D n -o -0 o y C >v c =r c < < < < -0 v < -0 N O 7 3 3 N C N c C r 3: z rD rD rD fp rD rD c (DD " H " � 0 X O X < < < -I r n r m m _ C 0 c O rD m m � ID % � 0 � _0 c o c < r� c m a a LA y D D °° O' o rip o p 'n O O ° f1' N N ° ,v w -� � O O to {n in in in in in in in an a� in in in in in - --• - N .A .[a .p 4L .A w N w N N N w w w DD N V V W !-n Go O 10 V 4� 10 -• 'D V V D, .D co Oo V O Oo Oo N O V - Ul V w V w V w O, 111 w N N %D to to Ip to Ip ID ID In ID ID ID ID ID In ID ID ID ID ID ID In I� IW I� IW I� I� IW IW IW IP IP °� Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator i Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe- Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 2 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts-Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults- Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers- For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault- For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels— Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls- Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure x Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to x casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. x See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 5 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure- Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures- Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges- Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. x 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia x Provisions for pre-approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. X See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 6 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs- Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cuffing & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts 55. Traffic Buttons X 56. Epoxy X 57. Cribbing 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard X 62. Steel pile tips, custom Supplemental to Wage Rates 8 03/02/2012 Edition, Published February, 2012 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902- PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS FITTER $12.76 1 LABORER $9.04 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: ASOTIN,COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD,KITTITAS LINCOLN,OKANOGAN, PEND ORIELLE,STEVENS,WALLA WALLA AND WHITMAN FITTER $12.76 1 LABORER $9.04 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.76 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Supplemental to Wage Rates 9 03/02/2012 Edition, Published February, 2012 METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: CLALLAM,GRAYS HARBOR,ISLAND,JEFFERSON,LEWIS, MASON,PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $31.77 1E 6H LABORER $21.91 1E 6H LAYEROUT $31.47 1E 6H MACHINE OPERATOR $31.47 1E 6H PAINTER $28.01 1E 6H WELDER $29.59 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25.33 1B 2S FITTER $25.33 1B 2S WELDER $25.33 1B 2S Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $9.04 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 Supplemental to Wage Rates 10 03/02/2012 Edition, Published February, 2012 METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday 1 Wage Code Code Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.67 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT,SKAMANIA,WAHKIAKUM FITTER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 WELDER $16.99 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $9.04 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $9.04 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 03/02/2012 Edition, Published February, 2012 METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $27.10 21.1 6T LABORER $16.91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.04 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 03/02/2012 Edition, Published February, 2012 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03102/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS,ASOTIN,BENTON,COLUMBIA,DOUGLAS,FERRY,GARFIELD,GRANT,LINCOLN, OKANOGAN,PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN JOURNEY LEVEL $9.96 1 Counties Covered: CHELAN,KITTITAS,KLICKITAT AND SKAMANIA JOURNEY LEVEL $9.04 1 Counties Covered: CLALLAM,CLARK,COWLITZ,GRAYS HARBOR, ISLAND,JEFFERSON, KITSAP,LEWIS,MASON, PACIFIC,SAN JUAN,SKAGIT,SNOHOMISH,THURSTON AND WAHKIAKUM JOURNEY LEVEL $13.50 1 Counties Covered: FRANKLIN JOURNEY LEVEL $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.85 2K 5B Counties Covered: PIERCE JOURNEY LEVEL $9.28 1 Counties Covered: SPOKANE JOURNEY LEVEL $20.23 1 Counties Covered: WHATCOM JOURNEY LEVEL $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $9.04 1 JOURNEY LEVEL $9.04 1 Supplemental to Wage Rates 13 03/02/2012 Edition, Published February, 2012 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts"documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers- Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer&Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers- Manufacturers- Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. 4 Supplemental to Wage Rates 14 03/02/2012 Edition, Published February, 2012 L Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. 1 The materials covered under this section include but are not limited to: Sand gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii)At multiple points at the project; or (iii)Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 03/02/2012 Edition, Published February, 2012 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 03/0212012 Edition, Published February, 2012 BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2)HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12)HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -2- 1. 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12)HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10)HOUR SHIFTS ARE ESTABLISHED, OR FORTY(40)HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE.HOURS WORKED OVER TWELVE HOURS(12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS.AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR(4)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK)OR 40 HOURS DURING THAT WORKWEEK.)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. -7 BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -3- 1. Z. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY(60)IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY,OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. THE FIRST TWO (2) HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY,TEN-HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH,SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED ON SATURDAYS(EXCEPT FOR MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M.AND 6:00 A.M.AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE.ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -4- 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40)HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE.HOURS WORKED OVER TWELVE HOURS(12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. ANY SHIFT STARTING BETWEEN THE HOURS OF 6:00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1.00)PER HOUR FOR ALL HOURS WORKED THAT SHIFT. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES.PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS.AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE. B. THE FIRST FOUR(4)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -5- 5. L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). Z. HOLIDAYS:NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY,THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY.IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. 7. A. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,.THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -6- 7. C. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS:PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. E. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(7).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. F. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. G. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. H. HOLIDAYS:NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(9).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. I. HOLIDAYS: NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. J. HOLIDAYS:NEW YEAR'S DAY,INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY,THANKSGIVING DAY AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. K. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. L. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,LABOR DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. N. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY. BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -7- 7. 0. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER OR BEFORE CHRISTMAS DAY,AND THE EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. Q. HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A: $0.75, LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00,LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00,CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID. City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements Appendix B Standard Plans Z 2 0 r LINE DESIGNATION � DISTANCE FROM � D LINE DESIGNATION n r LINE DESIGNATION 0 o (40.2 FEET) CUT TO BACK OF o N DITCH (2.2 FEET) IN a I� LINE STATIONING } LA N) DISTANCE FROM (, 0° -N HUNDRED FOOT o LINE STATIONING TO CATCH (BACK OF LINE STATIONING O INCREMENTS \ DITCH) (25.7 FEET) +co + HUNDRED FOOT A N HUNDRED FOOT o Co 90 N INCREMENTS °� SIDE SLOPE RATIO O INCREMENTS (4H:1 V) CONTROL POINT BACK OF DITCH v v v 0 ALIGNMENT STAKE FRONT BACK STAKE EVERY 100 FEET ON TANGENTS, SLOPE STAKE EVERY 25 FEET ON CURVES FRONT BACK CLEARING/GRUBBING (C&G) LATH STAKE AT EACH FULL STATION, 100 FEET ON TANGENTS, EVERY 25 FEET ON CURVES. NO HUB NECESSARY. OFFSET FROM OFFSET 1 0 SLOPE STAKE r ET FR OM LINE DESIGNATION . SLOPE STAKE n CUT AT CATCH POINT O DAYLIGHT CATCH -� CATCH (10 FEET) CATCH (7 FEET) Iv (2.2 FEET) to (CUT 0.0 FEET) ,_, ST jr) R. az 0su ICD IN FILL AT RP STAKE \ DISTANCE FROM �, � §'-Z \ (1.2 FEET) n N) ,- oV WAAs °za'4 n m LINE STATIONING Iv CUT AT ST w TO CATCH (BACK OF �`� y�I'c � _JR° Iv CUT AT CATCH POINT CD I1O STAKE (2.9 FEE I"' \ T1 DITCH) (23.5 FEET) O IN (BACK OF DITCH) N HUNDRED FOOT \ w I-- FILL (0.1 FEET) W \ O INCREMENTS N) °° SIDE SLOPE RATIO Ln DISTANCE FROM rk DISTANCE FROM rk (3H:1V) p SIDE SLOPE TO I- TO CATCH POINT Im (27.6 FEET) A 2% ROADWAY co LINE STATIONING SLOPE (50H:1V) ��f®��6�I STERN °° SIDE SLOPE RATIO + Q (4H:1 V) p HUNDRED FOOT QISTANCE FROM C L h�� INCREMENTS Iri (16.2 FEET) EXPIRES ;5 r o BACK OF DITCH Z m v v v FRONT BACK SURVEY STAKES SLOPE TREATMENT (ST) STAKE DAYLIGHT(D/L) STAKE STANDARD PLAN A-10.10-00 ' FOR CUT SECTIONS SHEET 1 OF 2 SHEETS FRONT BACK APPROVED FOR PUBLICATION LATH FOR SLOPE REFERENCES Pasco Bakotich N 08-07-07 STATE DESIGN ENGINEER DATE T Washington State Department of Transportation x U ° OFFSET TO CENTER U 71Z FILL FROM CATCH POINT o DITCH CUT TO STRUCTURE NOTE REFERENCE TO BEGINNING OF SECOND BOTTOM OF DITCH W 10 OF BASE (10 FEET) LUMINAIRE NUMBER (23) LA 100 SLOPE (3.8 FEET) 0 (0.60 FEET) FILL TO TOP OF I° PLAN SHEET NUMBER (4) I� CONCRETE 1EET TO TOP w m N DISTANCE FROM I N O0 SLOPE RATIO (2H:1V) N CATCH POINT TO �-- STRUCTURE NOTE NUMBER I� BOTTOM OF DITCH U' (15) OF FOUNDATION) o (2.4 FEET) r N FILL TO SUBGRADE 0 m LINE DESIGNATION ^> SHOULDER (2.25 FEET) SIDE SLOPE RATIO + DITCH SECTION ALIGNMENT -v AND STATIONING (4H:1V) � STATIONING SLOPE RATIO (4H:1V) I,w ° NCREMENTSOT N DISTANCE FROM q TO CATCH I°' POINT(28.7 FEET) FRONT BACK FRONT BACK IT STAKE FOR DITCH CONSTRUCTION STAKE FOR FOUNDATION OF LUMINAIRES, SIGNALS OR SIGN STRUCTURES COMPOUND SLOPE LATH FILL TO SUBGRADE 10 OFFSET(10 FEET) STRUCTURE NOTE . OFFSET(3 FEET)REFERENCE LINE DESIGNATION Cu 0 (0.35 FEET) ) n FILL TO TOP AND I� CUT TO FLOW LINE o BACK EDGE OF (1.26 FEET) �' PLAN SHEET NUMBER (6) w CURB (0.90 FEET) �' U W U.1 STRUCTURE NOTE NUMBER (3) �° m LINE STATIONING ��� t,F Wdsy��c � o r W °+° HUNDRED FOOT 5�P a°ti Ira FILL TO FINISH GRADE 0 DRAINAGE ALIGNMENT 01 INCREMENTS a z T, (CURB ELEVATION) (0.73 FEET) + STATIONING 0 0 c o Q o N 25' INCREMENTS za787 a J`v g o o y G. DISTANCE FROM q(14.3 FEET) s�ro �s TE�� 4 °i e N ��L LW2 SLOPE RATIO (2H:1V) EXPIRES S v v v FRONT BACK FRONT BACK SURVEY STAKES STAKE FOR DRAINAGE STAKE FOR CURB/GUTTER STANDARD PLAN A-10.10-00 SHEET 2 OF 2 SHEETS SLOPE LATH FOR APPROVED FOR PUBLICATION CURB SECTION Pasco Bakodch l// 08-07-07 Adak STATE DESIGN ENGINEER DATE Washington State Department of Transportation FINISH OUTER EDGE OF PCCP SAWED GROOVE- SAWED GROOVE- w SHOULDER WITH 1/2"RADIUS WIDTH 3/16"MIN.,5/16"MAX. WIDTH 3/16"MIN.,5/16"MAX. 15'-0"(TYP.) ❑ TRANSVERSE CONTRACTION OR OVER MIDPOINT OF BAR OVER MIDPOINT OF BAR ❑ CONSTRUCTION JOINT(TYP.) SEE STD.SPEC.5-05.3(8)B SEE STD.SPEC.5-05.3(8)B z (SEE SECTION VIEWS) ui LL ° D p. D/3 p ° ° D° D N °. D D/4 PCCP SHOULDER IF REQUIRED p D° ° D° °. D ° x TIE BAR- DOWEL BAR- o LONGITUDINAL CONTRACTION OR #5 BAR x 30"LONG 1 1 DIAM. x RS LONG wCONSTRUCTION JOINTS(TYP.) SECTION VIEW ON 36"CENTERS SECTION VIEW ON 12"CENTERS z - - (SEE SECTION VIEWS) g _ _ LONGITUDINAL CONTRACTION JOINT TRANSVERSE CONTRACTION JOINT 1 - - x - - o - - - - - #5 TIE BAR-30"LONG ON 36"CENTERS z __ ��1 - 6 _ _ _ _ TYPICAL ALL LANES SAWED GROOVE- SAWED GROOVE- DRILL AND GROUT WHEN WIDTH 3/16"MIN.,5/16"MAX. WIDTH 3/16"MIN.,5/16"MAX. WIDENING EXISTING DEPTH 1"MIN. DEPTH 1"MIN. I I - - I I I i I - - I I I I I - - PAVEMENT WITH PCCP SEE STD.SPEC.5-05.3(8)C SEE STD.SPEC.5-05.3(8)C cIT p ° ° o DOWEL BARS- EXISTING PCCP ° D PCCP 1 1/2"DIAM. x 18"LONG 4jIE ON 12"CENTERS TYPICAL ALL LANES UNLESS g NOTED IN THE PLANS R~HMA SHOULDER IF REQUIRED FI' ON 36RCENTERS 1D01//2"DIAMRx 18"LONG 15" B g" # tf# '{ L J SECTION VIEW SECTION IEW ON 12 CENTERS LONGITUDINAL DINT (SEE SECTION VIEW) ON PCCP TO PCCP TRANSVERSE CONSTRUCTION JOINT FINISH OUTER EDGE OF PCCP LONGITUDINAL CONSTRUCTION JOINT PLAN VIEW SHOULDER WITH 1/2"RADIUS CONSTRUCTION JOINT 3" TO 4" SLAB �� 3.cA��� �����3 THICKNESS A pR WASil '4 V (D) ° ° PCCP a v vi;` r;fz 31z f SAWED GROOVE !r(rc� a g HMA { . : WIDTH 3/16"MIN.,5/16"MAX. o Z a 12" 5.. ❑ � . v < .. aj` `� "� K � DEPTH 1"MIN. NEI D D/2-1" ° ° ° < Q ° ° ° a a' T~ } SEE STD.SPEC.5-04.3(12)B Q $ #5 BAR-18"LONG g 2' - 0" �o w g Q 9 29635 � z o 12"SPACING EXISTING PCCP �r 1 HMA ��S �01 S TER" Gti� o „a_ I � z" o ELEVATION VIEW ❑ S�. ° at ANA L F HMA TRANSITION D ° ° t �, Z s��� NO DOWEL BARS REQUIRED _L.,`. DEPTH OF DETAIL CEMENT CONCRETE q PCCP(D) a _ ° EXISTING BRIDGE SECTION VIEW PAVEMENT JOINTS 12" 15" G a ° ° THE LAST PCCP PANEL ' °. v ° .q _ Q APPROACH SLAB v D 1.25xD ° ° a PCCP TO HMA STANDARD PLAN A-40.10-02 ° ° ° ° a ° a ° ° LONGITUDINAL JOINT SHEET 1 OF 1 SHEET USE ON GRANDULAR BASES ONLY APPROVED FOR PUBLICATION NO TAPER REQUIRED ON ASPHALT BASES ELEVATION VIEW EXISTING APPROACH SLAB TRANSITION Pasco Bakotich Ill 06-02-11� STATE DESIGN ENGINEER DATE DETAIL Washington Slate Department of Transportation Notes Scuppers to be provided at intervals as required by the Engineer. I 6'- Longitudinal rib ('_ e•• 0"- Transverse rib 0" .- 6„ (•_ g•' 3'- 0" 1'- 6" •_ 6" 3'- 0"� 61_ 0" 4'- 0" —Uj- R--_— -- ------ -- TYPE A CONNECTING DIVIDER TYPE A CONNECTING DIVIDER TYPE C CURB TYPE C NOSING TYPE A CURB STRAIGHT SECTION NO.2 N0.1 PLAN VIEW 0, 5�'�' Rebar TYP 1 6,I The main body of the curb and the longitudinal 03 �F rib shall form a uniform transition from a TYPE A AND C NOSING Type C section to a Type A (back to back) section. R=1%2", ELEVATION I R=2�/4" �.. 4. O" I 2Y I I �� I. 4/z' to I 6/I z" I I e3 Reba, TYP c � 3" I to a%z' 'I 1 LONGITUDINAL SECTION THROUGH TRANSVERSE RIB TYPE A CONNECTING DIVIDER o SECTION R=5" TYPE A NOSING 60, i 2 �z R=1%2" I Transverse R=1/z' i rib & R=1%z' „ 0l�A Transverse rib R=2Y4" + (omit for Type A Radial Section) �� a e R--3" Z R_4" +3 Rebar TYP m e I � � A 1'/+ 1�/i ° - 1` 'I Jab+ �0Bf 8018iaa��o���w Y9, I 9IONAL B� •3 Rebar TYP 11%' (L out 4 distance) 1r ' 1 PIRES MAY 3 2000 3" 3" 4" PRECAST ;,.._�;;�'�.} ,•t yo ,�� .�:�- ti -� �'� ��a.� � .^ ,;�.� �, � TRAFFIC CURB; .. • ' ..-. e '.` - the%;r, :r. - .+d;. ii ,.yam !a STANDARD PLAN F-2 .hM� 7YPEACURB. " z€ {roil kx x T1fPmuII URi�: ._- 9ECTIOH .ost ncu..e■wor.u.a.MO,�..00a..v.�..ws> aa.a." SECTION av ` w'� # _ �a w 3 rewrr ew�wrrerrsw io�sarruc.na v/�DQf xTEfl3 �. t +dC:3w�fi p irne.w•.�wfans�Nirvro ors 'SY° s CITY OF RENTON . - ys. � �.: �„+•C, r j i�a�aor,wr apiC',:,-•,�, t w.; .. ;'S +e - y � �.. � r ..a.,.;.sz. .,_ s ss wi.ti.a fill.arroalel..anmcla.n►r<; w «• -.STAIVD,ARD PLANS bue -PEvislO LAST DATE:6&27/1909 SP PAGE F002 `;a I FACE OF CURB VARIES 12"TO 24" FACE OF CURB FACE OF CURB FACE OF CURB VARIES 6 1/2" 1" 10"TO 22" ill 1/2" VARIES FROM 6"TO 0", 1H:6V (SEE CONTRACT) 51/2" 1" VARIES 1"R. ONIS DAE OF CURB LOPE MATCH ROADWAY 1 R. 1"R. MATCH ROADWAY 1"R. MATCH ROADWAY MATCH ROADWAY \ 1/2 R. SLOPE SLOPE SLOPE SLOPE p ° 1/2"R. 1/2"R. ROADWAY ROADWAY D ' - ROADWAY ° D 1/2"R. N ° �O 1/2"R. 72 0%D ROADWAY LU D D D D 11 1/2" 11 1/2" 1'-6" 1 1'-6" DUAL-FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT CURB RAMPS AND DRIVEWAY ENTRANCES 6" 1/2"R. 1"R. CEMENT CONCRETE OR 6" CEMENT CONCRETE NOTE D ASPHALT CONCRETE 1/2"R. CURB RAMP, LANDING, D SIDEWALK OR PATH VARIES 1. R. ENTRANCE 1. See Standard Plan F-30.10 for Curb Expansion and D FROM _ D Contraction Joint spacing. 6"TO a, ------ D D _ 6„ D D D FLUSH WITH GUTTER PAN AT CURB 3/8"PREMOLDED JOINT FILLER � RAMP ENTRANCE—1/2"VERTICAL LIP (WHEN ADJACENT TO CEMENT 3/8"PREMOLDED AT DRIVEWAY ENTRANCE CONCRETE SIDEWALK) JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES LU J J w FACE OF CURB FACE OF CURB ��pF aASyf�c��� o K c LL VARIES 12"TO 24" FACE OF CURB FACE OF CURB `� `er, J ti jz o a m VARIES 7 1/4" 3 g z 1" 10"TO 22" 1" 61/2" 4 ��$ nfflu (SEE CONTRACT) 3" 4" "9 Q 5 1/2" 1" 1 1/2"R. �O 32350 O W� 'o 1"R. 1"R. 1/2"R. 1"R A �GIST ROADWAY D ROADWAY p . ° in ROADWAY D a co SJ�NAL F� 'D . D o H ROADWAY 5� ~ D L CEMENT CONCRETE CURBS ° D D ° STANDARD PLAN F-10.12-02 113/4 1 3/4" g 1/4" g 1/4 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich N 06-16-11 DUAL-FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT AdW STATE DESIGN ENGINEER DATE Washington State Department of Transportation CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB -" 13'-0 1/4" z 5'-0 3/4" ~ 5'-0 3/4" co Y 3/8"PREMOLDED JOINT FILLER r r m N O i 5'_0"R. 5'-0"R. B CEMENT CONCRETE CURB AND GUTTER 5'-0"R. 5'-0"R. 5" A 5" RECTANGULAR FRAME AND GRATE-NOT GUTTER PAN INCLUDED IN CURB AND GUTTER BID ITEM NOTES PLAN VIEW 1. The intent of this design is to facilitate the compaction of Hot CENTERLINE OF FRAME CATCH BASIN GUTTER PAN Mix Asphalt pavement adjacent to a drainage structure: FACE OF �S &GRATE-SEE NOTE 2 2. The centerline Of the drainage Structure may differ from the CURB centerline of the frame and grate. i 2'-10 1/2" 1 VARIES 6 1/2" 13" 8 1/2" 1'-6" — 2'-10 1/2" 5 1/2" 1" (1.08') SLOPE THE GUTTER PAN DOWN TO 5 1/2" 1" FACE OF CURB MATCH THE RECTANGULAR FRAME 1/2"R. 1"R. ROADWAY 1/2"R. 1"R. ROADWAY D SLOPE D SLOPE ° 3" io 5" _ ° RECESS 1/2"R. TOP OF ° TOP OF "w :. 1"R. 1/2" ROADWAY 1 R. D 1/2 R. ROADWAY • >D In D > D � ° is t���' , r�"tk*�1�'r r pU. ,�� •{r, l :f Y, J. $� ,a UM ADJUSTMENT SECTION-NOT INCLUDED SECTION O M , �'� `' ?o m IN CURB AND GUTTER BID ITEM yYy D DRAINAGE STRUCTURE-NOT INCLUDED 0GIST 4035��0 ° IN CURB AND GUTTER BID ITEM ,I II � '*y � �� '' �� E �1 n�p I ONr1 L y a EXPIRES JULY 27, 2007 m SECTION A ii 61 � 5? }{ O m ^ci �3 it •'iSI_ '#'Pt 9r a# >r .,ir,#s}ye{I�Fa r �t fl k,�" r �r 'fI��-Sis'"e CEMENT CONCRETE <3s kri r�3 z T{s'M.4 d�,.y IETM dr ate'�t JK � +P1�r�3r'" �•r` r?.i§t Ir�it wb � , `s * , � �3* g� ;_; CURB AND GUTTER PAN �a•�II ty z}y,��44Y'x§r >+"��r k r I.��E§u r.- �a Fc 3k`I� �P � �"iasz�-`rte}M sy I � 4�>�G��+.b£ STANDARD PLAN F-10.16-00 h f s '#�+• ., a '�' : r-Q* x s I =r M a3 iz f _.. F�.racF'k*r� �, � u r f I K,r "x-'K efir-','I:- y3J' # z w r a � I r a sdtzs 1- u��" SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION �• �' �# %� Y � kKj "Y� a,* ISOMETRIC VIEW - # K � Kevin J. Dayton 12-20-06 ri.,i?s, 3` < r,y,r f. > r}'" "" a d,H.:ri ds+ '�s*s'§ -Sz�^ra .r'x r ss rya Jk:i �:•�"' STATE DESIGN ENGINEER DATE _�.;,-''"''" ••�-`�-_- ";=.,.r,4 _ �_z„_.-""' 7 Washington Sfofo Department of Transportation NOTES A A SEE CONTRACT PLANS SEE CONTRACT PLANS 1. Provide a separate curb ramp for each marked or unmarked crosswalk. 3/8"EXPANSION JOINT(TYP.) 4'-0"MIN. PEDESTRIAN CURB 3/8"EXPANSION JOINT(TYP.) -4'-0"MIN. PEDESTRIAN CURB Curb ramp location shall be placed within the width of the associated -SEE STD.PLAN F-30.10 I LANDING LANDING SEE NOTE 4 SEE STANDARD PLAN F-30.10 -SEE NOTE 4 crosswalk, or as shown in the Contract Plans. 2. Where "GRADE BREAK" is called out, the entire length of the grade N SIDEWALK I break between the two adjacent surface planes shall be flush. 'o ' CURB AND GUTTER , \ I B _ I _ C 3. Do not place gratings, junction boxes, access covers, or other appurte- -. g SIDEWALK o nances in front of thre curb ram or on an 3 R p y part of the curb ramp or landing. `' SEE CONTRACT PLANS CURB&GUTTER 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. 4'-0"MIN.(TYP.) CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE CURB RAMP DETECTABLE WARNING SURFACE SEE CONTRACT PLANS _SEE STANDARD PLAN F-45.10 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. FACE OF CURB --------- -SEE STANDARD PLAN F-45.10 _4'-0"MIN. r—— _ See Contract Plans for width and placement of sidewalk. ....... ..... FACE OF CURB � DEPRESSED CURB&GUTTER o CROSSWALK DEPRESSED CURB&GUTTER CROSSWALK 6. The Bid Item "Cement Concrete Curb Ramp Type_" does not include C� the adacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalks. ° z 7. The curb ramp maximum running slope shall not require the ramp length LL PLAN VIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting w DETECTABLE WARNING SURFACE GRADE PLAN VIEW TYPE PARALLEL A -SEE STANDARD PLAN F-45.10 BREAK TYPE PARALLEL B to steep grades. When applying the 15 foot max. length, the running slope M SEE CONTRACT PLANS COUNTER SLOPE of the curb ramp shall be as flat as feasable. 5.0%MAX. -a'-0 MIN GRADE 8. Curb ramp, landing, &flares shall receive broom finish. See Standard ° VARIES BREAK Specifications 8-14. a 2.0%MAX. ROADWAY LEGEND SLOPE IN EITHER DIRECTION CEMENT CONCRETE DEPRESSED PEDESTRIAN CURB LANDING CURB&GUTTER -SEE STANDARD PLAN F-10.12 SECTION O " SEE NOTE 6&4 15'-0" MAX.- SEE CONTRACT PLANS 15'-0" MAX.- 15'-0" MAX.- SEE CONTRACT PLANS SEE NOTE 7 _4'-0"MIN SEE NOTE 7 SEE NOTE 7 -4'-0"MIN SIDEWALK GRADE BREAK SIDEWALK a GRADE BREAK GRADE BREAK 8.3%MAX. u 8.3%MAX. GRADE BREAK 8.3%MAX. 'v 4. o — - 2.0/o MAX. - ____a� 2.0%MAX. N ;2 y CURB RAMP . CURB RAMP C,� �'�N LANDING CURB RAMP PEDESTRIAN CURB of wASy� 4o 3/8"EXPANSION JOINT(TYP.) LANDING CF - �C G x -SEE STANDARD PLAN F-30.10 -SEE STANDARD PLAN F-10.12 �Q` X02 ®� a /3/8"EXPANSION JOINT(TYP.) J a m SEE STANDARD PLAN F-30.10 o SECTION O SECTION O �m BOA /�� 38298 "CEMENT CONCRETE CURB RAMP TYPE GISTS "CEMENT CONCRETE CURB RAMP TYPE PARALLEL B" PAY LIMIT SEE NOTE 6 sjoNAL PARALLEL A" PAY LIMIT-SEE NOTE 6 PARALLEL CURB RAMP STANDARD PLAN F-40.12-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich N 06-03-10 ISOMETRIC VIEW ISOMETRIC VIEW _ STATE DESIGN ENGINEER DATE TYPE PARALLEL A PAY LIMIT Washington State Department of Transportation TYPE PARALLEL B PAY LIMIT NOTES A SEE CONTRACT PLANS 1. Provide a separate curb ramp for each marked or unmarked crosswalk. - 4'-o'�MIN, CEMENT CONCRETE Curb ramp location shall be placed within the width of the associated Q I LANDING PEDESTRIAN CURB crosswalk, or as shown in the Contract Plans. CURB RAMP SEE NOTE 4 CURB RAMP MATCH SIDEWALK DETECTABLE WARNING SURFACE 2• Where"GRADE BREAK' is called out, the entire length of the grade SEE CONTRACT PLANS SEE-STANDARD PLAN F-45.10 break between the two adjacent surface planes shall be flush. -4'-9'MIN. 3"R. (TYP,) 3. Do not place gratings,junction boxes,.access covers, or other appurte- C nances in front of thre curb ramp or on any part of the curb ramp or landing. r4. See Contract,Plans for the curb design specified. See Standard Plan CEMENT CONCRETE 3/8"EXPANSION JOINT DEPRESSED CURB F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. PEDESTRIAN CURB = SEE STANDARD PLAN F F-30-30.10 &GUTTER -SEE NOTE 4 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. CEMENT CONCRETE BUFFER STRIP(TYP.) See Contract Plans for width and placement of sidewalk. CURB&GUTTER SEE CONTRACT PLANS CEMENT CONCRETE CURB -SEE NOTE 4 [_......... . ] the adacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalks. 1 AND GUTTER-SEE NOTE 4 6. The Bid Item "Cement Concrete Curb Ramp Type_"does not include DETECTABLE WARNING SURFACE CROSSWALK DEPRESSED CURB&GUTTER CURB RADIUS DETAIL O SEE-STANDARD PLAN F-45.10 7. The curb ramp maximum running slope shall not require the ramp length _.................... . ------------------- to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 foot max. length, the running slope 0 of the curb ramp shall be as flat as feasable. z PLAN VIEW 8. Curb ramp, landing &flares shall receive broom finish. See Standard W TYPE COMBINATION Specifications 8-14. m WITH BUFFER LEGEND DETECTABLE WARNING SURFACE — SLOPE IN EITHER DIRECTION SEE CONTRACT PLANS 16-0" MAX.- SEE STANDARD PLAN F-45.10 4'-0"MIN. SEE NOTE 7 GRADE BREAK 15'-0" MAX.- SEE CONTRACT PLANS _16-0" MAX.- GRADE COUNTER SLOPE SEE NOTE 7 -4'-0"MIN. SEE NOTE 7 VARIES BREAK 5.0%MAX. GRADE GRADE 2%MAX. TOP OF BREAK BREAK 8_3%MAX. ROADWAY 8.3%MAX. o v 8.3%MAX D D D 2.0/o MAX. LANDING GRADE BREAK ' CURB RAMP DEPRESSED CURB& CURB RAMP CURB RAMP CEMENT CONCRETE GUTTER-SEE NOTE 4 LANDING PEDESTRIAN CURB 3/8"EXPANSION JOINT(TYP.) SEE NOTE 4 -SEE STANDARD PLAN F-30.10 FE NN® h SECTION OA SECTION nC �� of wASy/ ,� y o - Ncao ®� ���s RH � �oa �� eo "CEMENT CONCRETE CURB RAMP TYPE o COMBINATION" PAY LIMIT-SEE NOTE 6 0� ,p�c/ST�R�Ow y Z z s /ONAL SEE CONTRACT PLANS SEE CONTRACT Q 4'-0"MIN. PLANS-T-0"MIN. imS BUFFER TOP OF d' 2.0%MAX. STRIP ROADWAY COMBINATION CURB RAMP ° STANDARD PLAN F-40.14-01 CURB RAMP CEMENT CONCRETE �" CEMENT CONCRETE CURB&GUTTER SHEET 1 OF 1 SHEET PEDESTRIAN CURB SECTION O SEE NOTE 6 APPROVED FOR PUBLICATION SEE NOTE 4(TYP.) ISOMETRIC VIEW Pasco Bakotich 111 06-03-10 TYPE COMBINATION STATE DESIGN ENGINEER DATE PAY LIMIT T Washington State Department of Transportation NOTES CURB RAMP WIDTH 4'-o"MIN. ' CURB RAMP WIDTH 4'-o"MIN. 1. Provide a separate curb ramp for each marked or unmarked crosswalk. j LANDING TO MATCH CURB RAMP WIDTH j LANDING TO MATCH CURB RAMP WIDTH Curb ramp location shall be placed within the width of the associated LANDING SEE CONTRACT PLANS LANDING SEE CONTRACT PLANS crosswalk, or as shown in the Contract Plans. GRADE BREAK GRADE BREAK CURB RAMP GRADE BREAK 2. Where"GRADE BREAK' is called out, the entire length of the grade CEMENT CONCRETE break between the two adjacent surface planes shall be flush. SEE CONTRACT PLANS SEE CONTRACT PLANS SIDEWALK-SEE NOTE 5 -4'-0"MIN. _4'-0"MIN. 3. Do not place gratings, junction boxes, access covers, or other appurten- CEMENT CONCRETE PROVIDE SMOOTH 2'-0" ances In front of the curb ramp or on any part of the curb ramp or landing. SIDEWALK-SEE NOTE 5 TRANSITION TO SEE CONTRACT PLANS MIN. SEE CONTRACT PLANS 2.0/o ° MAX. SIDEWALK 4'-0") 2.0/o MIN. ° MAX. 4'-0"MIN. 4. See the Contract plans for the curb design specified. See Standard Plan FLARE - — WIDTH(TYP.) 3/8"EXPANSION - BUFFER WIDTH F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb details. (NP) JOINT( -SEE v,, MATCH TO CURB RAMP 3/8"EXPANSION CURB RAMP STANDARD PLAN LAN F-30.10 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk details. DEPTH(TYP.) JOINT(TYP.)-SEE V" See Contract plans for width and placement of sidewalk. STANDARD PLAN F-30.10 GRADE BREAK V" I TRANSITION TO SIDEWALK BUFFER, 6. The Bid Item Cement Concrete Curb Ramp Type e_�� does not include GRADE BREAK IF PRESENT,OR TO BACK OF CURB(TYP.) If,, the adjacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalk. SEE CONTRACT PLANS v °� 10'0 MAX. 1o.o°/i _ 7. The curb ramp maximum running slope shall not require the ramp length ................ . ....... ..... ...... to exceed 15 feet to avoid chasing the slope indefinitely when connecting CURB,OR CURB CEMENT CONCRETE to steep grades. When applying the 15 foot maximum length, the running AND GUTTER CURB,OR CURB PEDESTRIAN CURB FACE OF CURB DETECTABLE WARNING SURFACE AND GUTTER 1 I SEE NOTE 4 slope of the curb ramp shall as flat as feasible. SEE STANDARD PLAN F-45.10 FACE OF CURB MEASURED PARALLEL r _ DETECTABLE WARNING SURFACE 8. Curb ramp, landing, &flares shall receive broom finish. See Standard ( SEE STANDARD PLAN F-45.10 Specifications 8-14. TOCURB(TYP.) _...---..............�._..._......__._._. I l._.._....._.............._.....---...�..........._...----------I P DEPRESSED CURB AND GUTTER DEPRESSED CURB AND GUTTER CROSSWALK CROSSWALK LEGEND I I SLOPE IN EITHER DIRECTION CEMENT CONCRETE DETECTABLE WARNING SURFACE PEDESTRIAN CURB SEE STANDARD PLAN F-45.10 PLAN VIEW PLAN VIEW -SEE NOTE 4 TYPE PERPENDICULAR A TYPE PERPENDICULAR B DETECTABLE WARNING SURFACE (SHOWN WITH BUFFER) SEE STANDARD PLAN F-45.10 3"R.TYP. DEPRESSED CURB SEE CONTRACT PLANS 15'-0"MAX.- GRADE BREAK &GUTTER -4'-0"MIN. SEE NOTE 7 COUNTER SLOPE SEE STANDARD PLAN F-30.10 5.0%MAX. CEMENT CONCRETE CURB FOR SLOPE TREATMENT GRADE BREAK 2.0%MAX. � GRADE BREAK AND GUTTER-SEE NOTE 4 8.3%MAX. D o . TOP OF ROADWAY �m o D CURB RADIUS DETAIL 1 �� )FEN�r0 2 W LANDING _ O OF WASy CURB RAMP Cr y Z a �F /Nc �® Z F DEPRESSED CURB&GUTTER a -SEENOTE 4 SECTION O Q o CEMENT CONCRETE CURB RAMP"TYPE CEMENT CONCRETE CURB RAMP"TYPE �O� 9�G38298Re0 PERPENDICULAR B"PAY LIMIT SEE NOTE 6 I STE 1 z g PERPENDICULAR A"PAY LIMIT SEE NOTE 6 Ss lyG g 3 l uNAL E T pg k1'dwe� PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich M 06-03-10 ISOMETRIC VIEW ISOMETRIC VIEW STATE DESIGN ENGINEER DATE TYPE PERPENDICULAR A PAY LIMIT TYPE PERPENDICULAR B PAY LIMIT Washington state Department of Transportation NOTES BUFFER 1. This plan is to be used where pedestrian crossing in one direction is not MATCH SIDEWALK °" STRIP permitted. WIDTH-4'0"MIN. SEE CONTRACT PLANS 2. Curb ramp location shall be placed within the width of the associated MATCH SIDEWALK PEDESTRIAN CURB crosswalk, or as shown in the Contract Plans. WIDTH-4'0"MIN. SEE NOTE 5 CURB RAMP SEE CONTRACT PLANS SEE NOTES PEDESTRIAN CURB 3. Where "GRADE BREAK" is called out, the entire length of the grade break PEDESTRIAN CURB MATCH SIDEWALK SEE NOTE 5 g g 3/8"EXPANSION JOINT SEE NOTE 5 WIDTH-4'0"MIN. between the two adjacent surface planes shall be flush. SEE CONTRACT PLANS �'Oo (TYP.)-SEE STANDARD PLAN F-30.10 LANDING 4. Do not place gratings,junction boxes, access covers or other appurtan- 3/8"EXPANSION JOINT-SEE '� ences in front of the curb ram or on an art of the curb ram or landing. SIDEWALK 5'-0"MIN. 3..R STANDARD PLAN F-30.10 /- ���� LANDING p y p p g' SEE NOTE 6 �" 5. See the Contract Documents for the curb design specified: J, [-1 Y 5'-o"MIN. Y See Standard Plan F-10.12 for Curb, Curb and Gutter, and A Pedestrian Curb details. 3"R 0 0 ° B V-01,MIN. 3"R. —� —vi�' 6. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. o o N N a. SIDEWALK :� See contract plans for width and placement of sidewalk. .::: :::::: U SEE NOTE 6 v L_1 _... 7. The bid item "Cement Concrete Curb Ramp Type_" does not include the BUFFER STRIP--.SEE , DETECTABLE WARNING SURFACE BUFFER DETECTABLE WARNING SURFACE adjacent Curb or(Curb and Gutter), Pedestrian Curb or Sidewalk, or the CONTRACT PLANS 1 SEE STANDARD PLAN F-45.10 STRIP SEE STANDARD PLAN F-45.10 pedestrian crossing closure sign. CURB&GUTTER CURB&GUTTER 8. The curb ramp maximum running slope shall not require the ramp length to SEE NOTE 5 SEE NOTE 5 exceed 15 feet to avoid chasing the slope indefinitely when connecting PEDESTRIAN CROSSING PEDESTRIAN CROSSING CURB RAMP CLOSURES GN CURB RAMP CLOSURE SIGN FACE OF SEE NOTES to steep grades. When applying the 15 foot maximum length, the running FACE OF CURB slope of the curb ramp shall be as flat as feasible. w CURB PLAN VIEW PLAN VIEW 9. Curb-ramps and landings shall receive broom finish. 0 TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B See Standard Specifications 8-14. z W W LL 1"RADIUS DETECTABLE WARNING m DETECTABLE WARNING SURFACE CORNER SURFACE SEE ....... STD.PLAN F-45.10 15'-0"MAX -SEE STANDARD PLAN F-45.10 15'-0"MAX 15'-0"MAX SEE NOTE 8 COUNTER SLOPE GRADE SEE NOTE 8 SEE NOTE 8 PEDESTRIAN CURB .... ...... DEPRESSED CURB AND GRADE 5.0%MAX. BREAK GRADE GUTTER^ SEE NOTE 5 GRADE BREAK GRADE BR1AX BREAK BREAK GRADE SIDEWALK SIDEWALK 90°ANGLE SIDEWALK BREAK SEE NOTE 6 SEE NOTE 6 SEE NOTE 6 0 0 ADIUS MAY 8.3%MAX 2.0% M TOP OF 8.3/o MAX.My 2.0% MAX.M_AX 8.3%MAX. VARY ROADWAY _.._.._....__ _ 1 0 v a DEPRESSED n: Z CURB RAMP LANDING CURB&GUTTER CURB RAMP LANDING CURB RAMP FE+N m SEE NOTE 5 DETAIL I C� N® �� W of WASy/N $ z LEGEND ������ coo ®� Z F g SECTION O SECTION SLOPE IN EITHER DIRECTION o _ mo�S �3/8g 2 T9E8 Q o tk"CEMENT CONCRETE CURB RAMP ° z m S TYPE SINGLE DIRECTION A"PAY LIMIT "CEMENT CONCRETE CURB RAMP m $ SEE NOTE 7 TYPE SINGLE DIRECTION B"PAY LIMIT 9�®Nt1L SEE NOTE 7z_ m ti F zH-8 ........_.. . SINGLE DIRECTION ..:::.. .:::..:. ° CURB RAMP STANDARD PLAN F-40.16-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC VIEW ISOMETRIC VIEW Pasco Bakodch 111 06-03-10 STATE DESIGN ENGINEER DAIS TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B T� Washington state Department of Transportation PAY LIMIT PAY LIMIT T VARIES-SEE CONTRACT PLANS BROOMED SEE NOTE 1 VARIES SEE CONTRACT PLANS FINISH(TYP.) BROOMED DRIVEWAY CEMENT CONC. PEDESTRIAN CURB(TYP.) 3/8"EXPANSION JOINT(TYP.) FINISH(TYP.) (WHEN SPECIFIED IN CONTRACT) SEE STANDARD PLAN F-30.10 SEE NOTE 1 ENTRANCE SEE STANDARD PLAN F-10.12 SIDEWALK (TYP.) CEMENT CONC. SIDEWA LK LK CEMENT CONCRETE . \ �. 3..R c� \..,, (TYP.) 318';:EXPANSION J INT(TYP.) SIDEWALK \ \ S N F-30.1E 7 MATCH SIDEWALK WIDTH p, SEE CONTRACT PLANS p 4'-0" MIN. 0 0 — A CEMENT CONCRETE CURB DRIVEWAY B CEMENT CONCRETE &GUTTER(SEE NOTE 3) 6_01. 2'_6" TAPER(TYP.) C DRIVEWAY ENTRANCE PLAN VIEW CURB&GUTTER NOTES TYPE 1 (SEE NOTE 3) (TYP.) (TYP.) SIDE SLOPE(TYP.) 1. When the driveway width exceeds 15 feet, construct a full depth PLAN VIEW 15'MAX.SEE NOTE 6 VARIES SEE expansion joint with 3/8"joint filler along the driveway centerline. TYPE 2 GRADE CONTRACT PLANS See Standard Plan F-30.10.Construct expansion joints BREAK GRADE BREAK 1/2"MAX.LIP BETWEEN parallel with the centerline as required at 15 feet maximum SEE CONTRACT PLANS ROADWAY GUTTER&CURB, a SEE CONTRACT PLANS 8.3%MAX. co NO ROAD GRADE AN 8.3°/,MAX- spacing when driveway widths exceed 30 feet. -4'-0"MIN. OR SEE CONTRACT PLANS — _ _ - See Standard Plan F 301 or sidewalk details. 1/ (TYP.) °.. d d k d t ' ° 2 S Sta d I - 0 f 2.0%MAX. DEPRESSED CURB& 3. Curb and utter shown; see the Contract Plans for the _ GUTTER(SEE NOTE 3) PEDESTRIAN RAMP PEDESTRIAN RAMP g curb design specified. See Standard Plan F-10.12 CEMENT CONCRETE GRADE 3/8"EXPANSION JOINT(TYP.) for Curb Details. DRIVEWAY SIDEWALK(TYP.) BREAK SECTION O -SEE STANDARD PLAN F-30.10 (SEE NOTE 7) SIDEWALK e 4. Avoid placing drainage structures;junction boxes 3/8"EXPANSION JOINT(TYP.) DRIVEWAY RAMP 1!2"MAX.LIP BETWEEN or other obstructions in front of driveway entrances. -•SEE STANDARD PLAN F-30.10 SECTION C , SEE CONTRACT SEE CONTRACT ROADWAY GUTTER&CURB OR SEE CONTRACT PLANS 5. Where "GRADE BREAK" is called out, the entire length of the /2"R. PLANS PLANS line between the two adjacent surface planes shall be flush. 1/2 R. DEPRESSED CURB SEE CONT a &GUTTER 6. The curb ramp maximum running slope shall not require the RACT PLANS 2.0%MAX 2 (SEE NOTE 3) ramp length to exceed 15 feet to avoid chasing the slope LEGEND --� indefinitely when connecting to steep grades. When applying the 15 foot max. length, the running slope SLOPE IN EITHER DIRECTION FE .2 WIN DRIVEWAY RAMP -°- • ° - - > • ° � of the curb ramp shall be as flat as feasable. of WASy� t DRIVEWAY 3/8"EXPANSION JOINT OYP.) (SEE NOTE 7) -SEE STANDARD PLAN F-30.10 7. Pay item does not include driveway. �,��` Toy �a 6 S See Contract Plans. SECTION W s o O 38298 O =o "CEMENT CONCRETE DRIVEWAY "CEMENT CONCRETE DRIVEWAY �G!g TgRF w ENTRANCE TYPE 1"PAY LIMITS ENTRANCE TYPE 2"PAY LIMITS �g �G 3 o (ONAL z im ' S LL DRIVEWAY 7) DRIVEWAY (SEE NOTE CONCRETE m (SEE NOTE � CEMENT C DRIVEWAY ENTRANCE TYPES 1, 2, 3 & 4 CL.4000 CONCRETE CL.4000 CONCRETE PER STANDARD SPEC.8-06.3 PER STANDARD SPEC.8-06.3 STANDARD PLAN F-80.10-01 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-10 ISOMETRIC VIEW ISOMETRIC VIEW STATE DESIGN ENGINEER DATE TYPE 1 PAY LIMITS TYPE 2 PAY LIMITS Washington State Department of Transportation BROOMED VARIES- 3/8"EXPANSION JOINT(TYP.) FINISH(TYP.) SEE CONTRACT PLANS .SEE STANDARD PLAN F-30.10 U 2.0%MAX. pol- CEMENT o MATCH SIDEWALK WIDTH \ . CONCRETE .,•.. :;.\ P X `MATCH SIDEWALK WIDTH >' ^4'-0" MIN.SEE SIDEWALK CONTRACT PLANS 0" MIN. I `SEE CONTRACT PLANS:` 6'-0" VARIES 6'-0" SEE CONTRACT PLANS 3/8"EXPANSION JOINT(TYP.) U \\ \ BROOMED FINISH U -SEE STANDARD PLAN F-30.10 �. \.... (TYP.) QE Z ..rr t-- z o. \ z z .� \' 5 0.1 U Jr .A -�V'.� .,� W Jrr �� Jir \ � I ` I i BUFFER STRIP(TYP.) \\ i SEE NOTE 1 2'-6" 2'-6" CEMENT CONCRETE DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE \ E (TYP.) (TYP.) SEE &GUTTER SIDE SLOPE(TYP.) F CURB&GUTTER SEE NOTE 3 > SEE NOTE 3 PLAN VIEW PLAN VIEW w I DRIVEWAY ENTRANCE o TYPE 3 SIDE SLOPE(TYP.) TYPE 4* J \ � w THIS ENTRANCE TYPE SHALL NOT BE USED ALONG A PEDESTRIAN ROUTE m MATCH SIDEWALK WIDTH SEE CONTRACT PLANS SEE CONTRACT PLANS p 1/2"R.(TYP.) SEE CONTRACT PLANS DRIVEWAY -4'0"MIN. 1/2"MAX. LIP BETWEEN (SEE NOTE 7) a 1/2"R. P. o- 1/2"MAX. LIP BETWEEN o _ ROADWAY GUTTER&CURB, ) OR SEE CONTRACT PLANS 2.0%MAX. to OR SEE CONTRACT PLANS ROADWAY GUTTER&CURB, > .. SIDEWALK DRIVEWAY DRIVEWAY 318"EXPANSION JOINT(TYP.) RAMP DEPRESSED (SEE NOTE 7) DRIVEWAY DEPRESSED SEE STANDARD PLAN F-30.10 CURB&GUTTER RAMP SECTION O CURB&GUTTER SEE NOTE 3 SEE NOTE 3 SECTION O (4, PENN® pF WAsy! Zia 16 zs d "CEMENT CONCRETE DRIVEWAY J b w ENTRANCE TYPE 3"PAY LIMIT ,o a W "CEMENT CONCRETE DRIVEWAY Q o ENTRANCE TYPE 4"PAY LIMIT DRIVEWAY '" O � 38298 O �V zoo (SEE NOTE 7) 'n�ssI ST lG CL.4000 CONCRETE � - ,-•.- NAL - o DRIVEWAY ¢a PER STANDARD SPEC.8-06.3 (SEE NOTE 7) Z m g J YYY�� CEMENT CONCRETE CONCRETE DRIVEWAY ENTRANCE Jr. _ PER STANDARD SPEC.8-06.3 - TYPES 1, 2, 3A4 STANDARD PLAN F-80.10-01 Jrr _. SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION ISOMETRIC VIEW ISOMETRIC VIEW Pasco Bakotich N 06-03-10 TYPE 3 PAY LIMITS TYPE 4 PAY LIMITS ® STATE DESIGN ENGINEER DATE Washington State Department of Transportation CENTER LINES • ® • • • • • • • • • ® • • • • • • • a-4" • • • • • • • • • • • • • • • • •-T 3'�- 4" YELLOW TYPE 'I' 30' LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'LINE MARKERS (REFL.) O • • • • • • 9' 15' 3' 4" YELLOW TYPE LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.) TWO-WAY LEFT TURN LANE • o o ® • • • • • • o • • • • • • • • 4„ 12' 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) 4" YELLOW TYPE 'I' LINE MARKERS ® • • • • • • • ® • • • NUMBER OF 2-WAY LEFT TURN ARROWS SPEED LIMIT 25 MPH ----- 200' O.C. woe SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. CHANNELIZATION MARKERS DETAIL Vti�Y p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: HOO1 SP PAGE: HOO1 APPROACH LINE 3 4" WHITE TYPE 24' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) I NUMBER AND LOCATIONS OF ARROWS 00 'km APPROACH LINE LENGTH ARROW LOCATIONS OR 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 OVER 300' AT 100' INTERVALS SKIP APPROACH LINE �- — 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REEL.) LANE LINE 4" • • • • • • • } �- 9' 15' 3' 4" WHITE TYPE 'I' LINE MARKERS 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) CHANNELIZATION MAKERS DETAIL ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: H002 SP PAGE: HO02 r � i 3'-0" 42 �.! WHITE... 12" TO 24" Os b - �t t ♦ e STOP LINE co = _� tO WHITE in R=2'-3" 4" 1'-0" 1'-0"--� I-- ,NHITE EDGE OF ROAD UNE TURN MARKINGS 10'-0" I 8" TO 8" h5 TRAFFIC FLOW WHITE OR YELLOW " f 6 TO 8" ISLAND W/CROSSHATCHING 9'-0" 15'-0" 3:5 RATIO r— 3 4" WHITE LANE UNES 4 50' VAR. .15' II Pavement Marking Details 15' 20' 15' ADOPTED RAILROAD CROSSING MARKING 8*myq�,� CITY OF RENTON STANDARD PLANS LST DATE:1-Aug-90 DWG NAME: ER-03 SP-PAGE:H008 ...............; 1. :ur. • ..uuaroou.v ■. a:•: • •ouu...YO. • :.:• :::. • iii:::�::::::: .� i '• :::� a:::i � :uu.u.•uo�.: ura .■ a •�► .ou........ :a: -Ii=�� ' : I :aa�i • ■..I ■ aa. ■■ .■s r.a mma an .uuu. r ... ■ .,. i ::::::: : ••••••••a •••• • ■■ wv u.uo r .o.ou. u.x■ • .■: o ..e:::: ............ry.... �' 4Ia@l? won ::.. ..... ....... . .. .�:► E.• .. • • • • .:9:x e ..4.:........... . a. is . r.... utu.. ■ uu. uu. u•. - :oe :u.uoa9suu • . .uuu.;ou..er • ow rbigodImogid 4a' t ®I ,..AN■ L INER.v' �"Mov ALA= • :• 3ru�� . . a :'?►�4z . Nw� li'C�f r,f.£u[ ? tw rip, "�* -ki 3+. �. Z-600H zoom ZI90 31\/0 isvi NOJ.N3Ms:10: 11O O IOSWAStJNISSOa00V021IIV21 031dO0V zueswd 1!'8116 as u04 WN s Neletupaadde JO 118+INUROU OtO U-4.91,gull CIM—!d Q USI.1611111141801 luw9ed Pug *!-,H Nihd ONvaNVIS IOSWAS 3NVI 3IOAOIO (VMsHud6)S=p3 6H Jot slegegdIV pn3PuelS.-S(: (well p19 IogwAS 6ul-cuo bb ul papnpu!lou) SONINUVW IN3W3AVd sliv130 u61S Bu!LUM anuenPV I.OIM(D our!dms p 11v13a eu!!eslensUB-q 8114M„yZ( iooZ'S AM S3aIdX3 !ogw�(s Jepla e�!g© •Sau!!aslansueq el!t!M„VZ McuN amm a■.Z(D -'c OMl pue'sieua!'!ogw4s„)(„sapnpu! 0y 'IYNO/s logwAs ,1 d „!oqur(S 6upsw0 peOr!!ea.well P!9 �� yg1S tO ro' Jepu er!!q Pue MOJie sepnpu! 45m,- °oo- „!oqw cS aue�ap�!9.weu P!8© S310N S31ON z 1110AV1 ry 3Nn 3'903 +F. inoAvi iy' ill P!r IOSWAS33VdS I i i i I ," k- '1 u 3 MINIM SS300V f VAC �31.1� CAI { 1-15 �,�7y�`.r�p�•. 4 'awn IIti u rn A e :. 3Nn k 3aHn z 3NY13X19 rl `d'I N IIh '� 31NY11(0 dOdr 3aV ,► Ao 3903 I�3NV7,F WAOHS SNOISN3MG. ? � 3Nna31N3O I p 7!! ao 3Hn 3Nn >i m » 'U OSY wc 9t �i 2a (w l4. s!uewannbeJ!euelew J U aJl soul pue uoueoo!Jo;loeJluoO GaS s Z•: •M aol oc u MON WHM30 la 09 st ♦0 Ham i NOTES 0 1. Size the Below Inlet Grate Device (BIGD) for the storm water structure it a will service. J 2. The BIGD shall have a built-in high-flow relief system (overflow bypass). m 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 0 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). 5,'MAX. DRAINAGE GRATE TRIM GRATE FRAME _,_,_•_,_, \ �'—•—• •�� � 4 DRAINAGE GRATE RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.) SEDIMENT AND DEBRIS \ ° 4 \ OVERFLOW BYPASS BELOW INLET GRATE DEVICE FILTERED WATER 0 A BELOW INLET GRATE DEVICE OVERFLOW BYPASS(TYP.) o D D D 0 0 STATE OF WASHINGTON D D D UVV REGISTERED LANDSCAPE ARCHITECT v MARK W. MAURER SECTION VIEW ISOMETRIC VIEW CERTIFICATE NO.000598 NOT TO SCALE NOTE.- THIS PLAN 19 NOTA LEGAL ENGINEERING DOCU- MENTSUTANELECTRONIGDUPLIOATE.ME ORIGINAL,SIGNED BY THEENGINEERAND APPROVED FORPUBUCATION,13 A(EPTONFILEATTHE WASHINGTON STATE DEPART- MENTOF TRANSPORTATION. A COPYMAYBE OBTAINED UPON REQUEST. STORM DRAIN INLET PROTECTION STANDARD PLAN 1-40.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 09-20-07 Adw STATE DESIGN ENGINEER DATE T Washington State Department of Transportation AP SIZE AS REQUIRED 0.188 WALL BRACKET 8 2• ALUM. ALLOY 6063-T6 I 4-1/2" O.D. 2" N.P.S. SLIPFITTER 5'-9" RADIUS 1/2" BNC LOCKBOLT GR. 18-8 S.S. FLUSH JOINT 4-1/2" 0.D. TAPERED ALUM. POLE 0.188 WALL ALLOY 6063-T6 SATIN GROUND FINISH 25'-0" 30'-0" 35'-0" 4 23'-3" 0'-0" 28'-3" 33'-3" SHAFT 151 HANDHOLE. 4"x6" OPENING W/COVER AND S.S. SCREWS 8" O.D. BASE FLANGE ALLOY 356-T6 WITH i-GROUND LUG BOLT COVERS & S.S. SCREWS -►{ Ia-11-1/4" SO. 11" TO 12" DIA. BOLT CIRCLE VFINISHED 1/2" OF BOLT ABOVE 4" CONCRETE PAD GRADE (4) 1"x42" BNC GALV. STEEL ANCHOR BOLTS WITH NUTS AND WASHERS STANDARD 25- 40 FOOT DAVIT POLE titY p ADOPTED G B rA CITY OF RENTON STANDARD PLANS LST DATE: 10/30/96 06/25/03 1 REVISED LABEL JA CH DATE REVISION BY APPR'D DWG. NAME: JR-01 SP PAGE:J002 TO LUMINAIRE FUSE KITS QUICK DISCONNECT 10 AMP IN LINE FUSE KITS S.E.C. OR EQUAL TYPICAL DESIGN 'B' JUNCTION BOX GROUND LUG DRAT MINIMUM DRAIN HOLE SPLICE KITS CLEAR EPDXY 2" MIN. GROUT SPLICE KITS ON ALL THRU UNDER POLE BASE TOP OF CONCRETE WIRE RUNS FOUNDATION TO BE LEVEL WITH TOP OF SIDEWALK 4" CONCRETE PAD OR CURB. #8 BARE COPPER GROUND WIRE GROUND CLAMP 4' PVC 1 #8 GROUND WIRE CONDUIT SYSTEM 2 - LIGHTING SYSTEM WIRES TO CONTACTOR CONCRETE (SIZED AS REQ'D.) FOUNDATION 5/8"x8' COPPER CLAD GROUND ROD 3' SO. OR DIA. TYPICAL LIGHTING UNDERGROUND SYSTEM GtiC`t p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE 0 3 ADDED #8 GROUND WIRE JA CH DATE REVISION BY APPR'D DWG. NAME: J007 SP PAGE:J007 7' O O \ 3' I; z O•O f � J STREET LIGHT POLE JUNCTION BOX PLAN VIEW 4" DEEP III III n � � III III i, III III III II _ ad z SIDE VIEW LIGHTING STANDARD & JUNCTION BOX ° PLAN VIEW INDIVIDUAL JUNCTION BOX N OTE: CLASS 'B' CONCRETE TO BE CONCRETE PAD DETAILS USED IN CONSTRUCTION OF PAD Gti�SY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J008 SP PAGE:J008 INSTALL DECAL NUMBERS VERTICALLY. INSTALL IN DRY WEATHER, 50' F OR ABOVE. NUMBERING EXAMPLES 1 P 2 5 3 6 4 7 C 8 LETTER LETTER PREFIXED SUFFIXED PUGET POWER CITY OWNED OWNED CURB MOUNTING HEIGHT FO 15 FEET qC' F 45° TRAFFIC FLOW PLAN VIEW 1-3/4" TO 2" 2" TO 2-7/8" 2-1/2" TO 3" if p - DECAL: REFLECTORIZED GOTHIC GOLD OR WHITE LEGEND ON BLACK BACKGROUND STREET LIGHT STANDARD DECAL NUMBERING SYSTEM G1SZ p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: JOO9 SP PAGE:JOO9 ihllh�ryPliii�i�lih iYl�, o PIliry+ll�l iliy, DIAMETER = 7/8" 4-7/8" 1/4" LOAD LINE fgl/4" FUSE i 1/8" D O CUTTING RINGS FUSE KIT EPDXY FILL INLINE SPLICE EPDXY FILL WYE SPLICE SPLICE KIT FUSE KIT & SPLICE KIT DETAILS GtiS1 p� ADOPTED CITY OF RENTON + ` STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: JO13 SP PAGE:JO13 A I— C LEGEND DETAIL I I 1"Nom 1"Nom L SIGNALS DO LIGHTING (Mark LT S 1,Nom TS—LT E TELEMETRY TRAFFIC SIGNAL SYSTEM LEGEND Form Letters with 1/8" Weld Bead. Grind off Diamond Pattern before forming letters. PLAN VIEW LT �"Nom. 1"Nom . H ILLUMINATION SYSTEM LEGEND Lid m TYPE 'I' BOX TYPE 'll' BOX P1.1.3/16. 1"Long PLAN SYMBOLS HOOK DETAIL (2 Hooks per Lid) ELEVATION VIEW W z X Q D- X 03 X JUNCTION BOX DIMENSION TABLE .. Q Q BOX TYPE L ENDS ITEM TYPE 1 TYPE 2 CV F SON LCONDUII� ALTERNATE A ALTERNATE B A Box Outside length 22" 22" 33" B Box Outside Width 17" 17" 22 1 ,, 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 13" 13" 17" TYPICAL JUNCTION BOX INSTALLATION DETAILS G Box Depth 12" 12" 12" H Lid & Frame Depth 5/16" 1 5/16" 5/16" J Wall Thickness (Min.) 1 1 2" 1 1/2" 1 1/2" K Wire Reinforcement W-3 W-2.5 W-2.5 L Le end See Detail See Detail See Detail 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 boxes shall be 289 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 ASTM A-82 Steel 4. 4OOOPSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *'GALVANIZED STEEL wire fabric welded to the frame. 5. When noted in the contract. Type 2 and 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 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. G��Y �� ADOPTED T RENTON ♦ � i STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J016 SP PAGE:J016 I n I I SLIPFITTER NOTES I PEDESTRIAN SIGNAL HEAD PEDESTRIAN SIGNAL HEAD WITH TYPE D MOUNT WITH TYPE E MOUNT 1. See Standard Plan J-21.10 for Signal Standard Foundation with Fixed Base and Slip Base details. 2. Steel shaft shall be tapered either round P d or 1( 2 skied), 11 gage, 4 1/2" 0.D. at slkpfitter weld. Taper shall be 0.14 inches per foot. Pedestrian signal displays mounted on an octagonal, 118 (8 sided) traffic signal pole with a pole attachment angle other than 0°, 45°, 900, 1350 1800, 2250 270°, or 315° shall utilize: TOP OF BOTTOM OF PEDESTRIAN Type A mounting when two pedestrian heads are installed on the same signal pole. POLE Y SIGNAL HEAD •= '�' '�-- ' YP 9 P• Type B mounting when only one pedestrian signal head is mounted on a signal pole. SLIPFITTER 3. All poles shall be hot dip galvanized per AASHTO M111. 1/8 SEE DETAILS BELOW MATCHLINE USE DETAILS BELOW MATCHLINE 4. Weldin of structures shall be in accordance with the latest edition of the AWS D1.1 Structural ON PEDESTRIAN SIGNAL HEAD FOR PEDESTRIAN SIGNAL HEAD g WITH TYPE E MOUNT WITH TYPE C AND D MOUNT Welding Code-Steel. All butt welds shall be ground flush with base metal. MATCHLIN __ MATCHLINE _ __ °0 5. See Standard Plan J-20.26 for Pedestrian Push Button details. 6. See Standard Plan J-20.20 for Electrical details. TYPE C AND D MOUNT ( � SIGNAL HEAD PLACEMENT ] (TYPE D SHOWN) l ( i 0 POPE F l > TAPERED STEEL SHAFT SEE NOTE 2 m LOCKNIPPLE iI SLIPFITTER—OFFSET t TO FRONT OF POLE I 1 I I iOPTIONAL PEDESTRIAN PUSH BUTTON—SEE NOTE 5 bD Co ( OF WASyy2o I.� DETAIL �� +a z T m I�Fik TYP ED � � C—• �. -. '� � 'rt MOUNTING DETAIL ���' TOP OF \ \ ��� /� 25335 Q �� z \ FOUNDATION S TERM lJ \ TONAL FASTENER WITH SPACER w a --1/2"LAG SCREWS ON WOOD POLE z m z S —1/2"BOLTS TAPPED TO METAL POLE Ll CONCRETE FOUNDATION M M PEDESTRIAN SIGNAL FIELD DRILL POLE AND INSERT AN SEE NOTE 1 STANDARD DETAILS I INSULINER OR SIMILAR DEVICE TO I PROTECT CONDUCTORS K e e STANDARD PLAN J-20.16-00 SHEET 1 OF 1 SHEET TYPE E MOUNTING DETAIL TYPE E MOUNT APPROVED FOR PUBLICATION l DETAIL O PEDESTRIAN SIGNAL POLE ISOMETRIC VIEWS Pasco Bakotich 111 10-1409 STATE DESIGN ENGINEER f DATE (METAL POLE SHOWN) (FIXED BASE SHOWN) PEDESTRIAN SIGNAL POLES T Washington state Department of Transportation (FIXED BASE SHOWN) -„ 2'-0" TOP OF NOTES 4 SLIPFITTER POLE 0 T# 4 ILL __ 1. Steel Shaft shall be tapered either round or dodecagon (12-sided), 11-gauge,4 1/2" O.D. at # 4 (TYP.) slipfitterweld. Taper hall be 0.14 inches per foot. 2 1/2"CLR. 2. Hand Holes shall include a removable, rain-tight cover and gasket, fastened with two } ,r, % ' stainless steel screws (ASTM F 593). ------- 1/8 ELECTRICAL -- 40 -------- C14 2% 3. Clamping Bolts shall be tightened to 50 ft-lbs max.torque. After state inspection, burr '-7--' / CONDUIT ELECTRICAL ' CONDUIT W' threads to prevent nut rotation. DO NOT CIVERTIGHTEN. 4. The final height of the Anchor Bolts must be below the top of the Slip Plate Assembly to .................. ANCHOR BOLT ............................................ ANCHOR BOLT TEMPLATE t ensure proper function of the Slip Base. TEMPLATE (D# 4 5. All Poles shall be hot dip galvanized per AASHTO M111. SECTION OA SECTION (NP') TAPERED STEEL SHAFT SEE NOTE 1 6. Grounding Conductor shall be non-insulated #4 AWG stranded copper, provide 3'-0" min. slack. Clamp to steel reinforcing bar with connector suitable for use embedded in concrete. REINFORCING STEEL BENDING DIAGRAM 1"DIAM. 91, SEE STD.SPEC.9-07.1(2)FOR BENDING DIAM. HOLE (TYP.) 1'-7" TAPERED TAPERED SSEE NOTE 1TEEL SHAFT 4"x 6"HAND HOLE , STEEL SHAFT Z - SEE NOTE 2 SEE NOTE 1 GROUNDING NUT 3/4" 135* GROUNDING CONDUCTOR (2)WI DIAM.STEEL HEX NUT, TH FLAT WASHERS (TYP.) (TYHOOK 9"DIAM.BOLT 1/8 2 FULL THREADS MIN. P.) 11- 0.1 "q� i CIRCLE 0 SEE NOTE 6 (2)3/16 5/8"MAX. 16 Uj # 4 1/8 1/2"STEEL BASE PLATE TOP OF FOUNDATION 1/2"STEEL PLATE W/HOLE # 4 POLE BASE + 1/6" 3/16 SEE DETAIL PAVED SURFACE li GROUT PAD - INSTALL AFTER 3/8"PRE- PLUMBING STANDARD MOULDED BASE PLATE DETAIL JOINT FILLER DIMENSIONS ARE OUT TO OUT F7 04 An- UNPAVED 0 3/8"I.D.DRAIN TUBE LEVELING NUT (TYP.) SURFACE SEE DETAILS ABOVE MATCHLINE ON USE DETAILS ABOVE MATCHLINE FOR IN GROUT PAD SQUARE CONCRETE FOUNDATION ROUND CONCRETE FOUNDATION� MATCHLINE MATCHLINE 6"DIAM.HOLLOW IN 3/4"x 2'-6"ANCHOR BOLT (TYP.)- GROUNDING NUT GROUNDING NUT CENTER OF GROUT PAD ASTM F 1554 GR 55 (SEE NOTE 4) CONDUCTOR HAND HOLE Ij GROUNDING CONDUCTOR SEE NOTE 2 SEE NOTE 2 CONDUIT COUPLING - INSTALL FLUSH L"""' "" A(CE 'TOR A - SEE NOTE 6 SEE NOTE 6 HAND HOLE GROUNDING WITH TOP OF FOUNDATION STEEL REINFORCING BAR 3/4"CHAMFER (TYP.) TOP OF 3/4!'CHAMFER (TYP.) TOP OF BASE PLATE BASE PLATE C �'g f. � F � ELECTRICAL CONDUIT - SEE X 1A rZ�- M CONTRACT PLANS FOR DIAM.N _;i=_ __;__�� �i! A C14 A OC �P� ��o ' 04 DETAIL :1 17 cl P 4 (j)# 4 0 W. (TYP.) # 4 (TYP-) 0 Z C�)# 4 �1 W n 0 Go 'Z5 '.� C14 (TYP.) 00 (TYP.) 04 6103 S S 1"DIAM. 1/4"STEEL S10 PLATE HOLE (TYP.) I P a. a. ELECTRICAL CONDUIT SEE7---: 1 12" CONTRACT PLAN FOR DIAM. 4 ELECTRICAL CONDUIT SEE CONTRACT PLAN FOR DIAM. TYPE PS, TYPE I RM ANCHOR BOLT TEMPLATE & F13 SIGNAL STANDARD (TYP.) ANCHOR BOLT TEMPLATE rl� ­* (TYP.) 9"BOLT CIRCLE FOUNDATION DETAILS 1/4"HEX NUTS,STEEL, , 0- -, a. 4 REQ'D.PER ANCHOR BOLT 2 1/2"CLR. 3/4"HEX NUTS,STEEL, STANDARD PLAN J-21.10-02 FLAT WASHERS, (TYP.) 4 REQ'D.PER ANCHOR BOLT ANCHOR BOLT TEMPLATE 4 REQ'D.PER ANCHOR BOLT 2'-3" FLAT WASHERS, 2'-0" SHEET 1 OF 2 SHEETS ROUND 4 REQ'D.PER ANCHOR BOLT SQUARE APPROVED FOR PUBLICATION ELEVATION ELEVATION Pasco Bakotich 111 06-27-11 STATE DESIGN ENGINEER DATE ROUND CONCRETE FOUNDATION DETAIL SQUARE CONCRETE FOUNDATION DETAIL 111111111111111L GO-Washington State Department of Transportation FIXED BASE TAPER DIVIDER ENDS NOTES TO MATCH INSIDE _:� •- --� JUNCTION BOX DIMENSION TABLE 1. All box dimensions area approximate. Exact configurations vary among manufacturers. TAPER OF BOX BOX INTERIOR LENGTH-1/16" pp g ry g (TYP.) o Y 2. Minimum lid thickness shown. The diamond pattern shall be a minimum of 28°/ of the overall 0 5/16"x 1"S.S. 1/4 BOX TYPE p ° COUPLING NUT 5/16"x 1 1/2"S.s. a ITEM thickness. Junction Boxes installed in sidewalks,walkways, and shared-use paths shall have v (TYR) SET SCREW(TYR) TYPE 1 TYPE 2 a slip-resistant coating on the lid and lip cover plate, and shall be installed with the surface flush ;`- with and matched to the grade of the sidewalk,walkway, or shared-use path. The non-slip 10 GAGE A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" lid be identified with permanent markings on the underside, indicating the GALVANIZED p g g type of surface r STEEL B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2" treatment(see Contract Documents for details)and the year of manufacture. The permanent m DIVIDER PLATE ELEVATION VIEW SIDE VIEW C INSIDE LENGTH OF JUNCTION BOX 18^•-19" 28"-29^ marking shall be 1/8"inch line thickness formed with a stainless steel weld bead and shall be (FOR TYPE 2 JUNCTION BOX ONLY) D INSIDE WIDTH OF JUNCTION BOX 13"•-14" 17"-18" placed prior to hot-dip galvanizing. ° A E LID LENGTH 17 5/8" 28 5/8" 3. Lid support members shall be 3/16"minimum thick steel C, L,or T shape,welded to the frame. F LID WIDTH 125/8' 181/8- 4. A 1/4-20 NC x 3/4"S. S.ground stud shall be welded to the bottom of the lid; include(2)S.S. LID SUPPORT(TYR) C nuts and (2)S.S.flat washers. -SEE NOTE 3 CAPACITY-•CONDUIT DIAMETER 6' 12" E 3/16^(TYR) 5. Bolts and nuts shall be liberally coated with anti-seize compound. GROUND STUD P) DIAMOND PATTERN 3/8"STEEL COVER 6. Equipment Bonding Jumper shall be#8 AWG min. x 4'of tinned braided copper. •-SEE NOTE 4 3/16 11/2 - SEE NOTE 2 LIP PLATE(TYR) 7. The System Identification letters shall be 1/8"line thickness formed by engraving, stamping, or with a COUPLING NUT - - -�I P ------ __�-I -- __- --. LID SUPPORT(TYR) S. S.weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For ---- FOR ALTERNATIVE 2 WELDED WIRE _ REINFORCEMENT (TYP. System Identification details,see Standard Specification 9-29.2(4). - ___ - ,---____-- ____ i ) SEE SHEET 2 , , LID �O�O�O ; (TYR) 1/8 8. When required in the Contract, provide a 10"x 27 1/2", 10 gage divider plate, complete,with fasteners, LID LIFTING NOTCH HOOK 0000 p in each Type 2 Junction Box where specified. 1/4"x 3/4" i SEE (TYR) o�oo� 9. When required in Contract, provide a 12"deep extension for each Type 2 Junction Box where specified. ---� �� NOTE 7 10. See the Standard Specifications for alternative reinforcement and class of concrete. A + - - LL o m '� 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to HEADED ANCHOR SHEAR I STUD•-3/8"x 3"10 COUNT C the vertical Welded Reinforcement Wire when in contact with each other. Wire tie all other Headed STUDS EVENLY SPACED Anchor Shear Studs to the horizontal Welded Reinforcement Wire. AROUND FRAME(PLACE TO SIDE OF LID BOLT I , ; �, \ 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of DOWN SUPPORT ANGLE --- -----L -- ---- ----' �. welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of WHEN USING LOCKING ___a__ '___�+___ �__ assembly will vary among manufacturers. See approved manufacturers'shop DETAIL ALTERNATIVE 2), a HEADED ANCHOR drawings for specifics. --SEE NOTE 11 SHEAR STUD(TYR) 1 1 3/8"DIAM.HOLE WITH D . -SEE NOTE 11 2" 13. Unless otherwise noted in the plans or approved by the Engineer,Junction Boxes, Cable Vaults, and 1/2"DIAM.x 1 1/2" B MIN Pull Boxes shall not be placed within the traveled way or paved shoulders. All Junction Boxes, Cable PENTA HEAD BOLT 1 1/4"GAP(TYR) 4" WELDED WIRESEE NOTE Vaults,and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy-Duty. FOR HOOK RELEASE (TYR) WWR WIRE TIED TO 14. Distance between the to of the conduit and the bottom of the Junction Box lid shall be 6"min.to 8"max. BOLT PLATE-• SEE DETAIL HEADED ANCHOR p LOCKING LID STANDARD SHEAR STUD(TYR) for final grade of new construction only. See Standard Specification 8-20.3(5). Where adjustments (�,P) 3/16 3/4 DUTY JUNCTION BOX SECTION Op are to be made to existing Junction Boxes,or for interim construction stages during the contract,the 3/16 3/4 (CONDUITS NOT SHOWN) limits shall be from 6"min.to 10"max. See Standard Specification 8-20.3(6). PERSPECTIVE VIEW Z m° A GROUND STUD-SEE NOTE 4 ��I� J. OF WA 811/, GROUNDING STUD 3/8"STEEL 0 Equipment Grounding B �� .COUPLING NUT FOR �� CF - ^ 1 1/2"MIN. �P `_ cTo R t TOP OF SOIL -SEE NOTE 4 COVER LIP Conductor 1 1/2 MIN. ALTERNATIVE 2•-SEE NOTE 2' �, . ., .y �a,�, SURFACE PLATE E 3/8"STEEL 3/16" 3/8"STEEL F LID SUPPORT(TYR) e ��a�a COVER PLATE � Copper Solderless COVER LIP 3/16" - = °° TOP OF PAVED Crimp Connector PLATE -L SHAPE SHOWN A � 4 g LID HOOK SURFACE I (TYP.) (SEE NOTE 3) o O3 Equipment Bonding 3/8"x 3"HEADED ANCHOR 0 P�,GI T 36103R�0 acv y SE 1 =° 1 coo i i W Jumper^ see note 6 i i -------- __ SHEAR STUD(TYP.) s J ® See COntraCt for COndUlt WELDED WIRE j ON z o size and number REINFORCEMENT 9P)o (WWR)4x4-W2.9xW2 z 5 3" g Q (6 GAGE)^-SEE NOTE 10 8 ' LL CO % 2 1 MAX. 'I 0 Ll 2" Z � � 2" LL 0 COVER MARKING DETAIL WELDED WIRE HOOP LOCKING DUTY JUNCTION BOX 0 MIN. 3 (TYR)W2.9(6 GAGE) v0i �, ; 3 SEE NOTE 6 <..I:MIN. ° -SEE NOTE 10 o o W ,.,(TYP.) $o TYPES 1 $ 2 D Z a STANDARD PLAN J-40.10-02 o � LL GRAVEL PAD 0 ITS D_ 1/2"(IYP.) I GRAVEL PAD SHEET 1 OF 2 SHEETS p APPROVED FOR PUBLICATION SEE NOTE 7 GRS CONDUIT Pasco Bakodch 111 05-11-11 4 \\ 1 SECTION O STATE DESIGN ENGINEER DATE AML 1 Washington State Department of Transportation 4 PVC CONDUIT SECTION ----------- (CONDUITS NOT SHOWN) 3/16" 1/4"LID LIFTING NOTCH 1/2"x 1 1/2"PENTA HEAD BOLT 0 3/8"STEEL COVER �� 3/8"STEEL LID SUPPORT_L SHAPE SHOWN I LID LIFTING NOTCH-1/4"x 3/4" 2" 2 1/2" LIP PLATE COVER PLATE (SEE NOTE 3) 3/16" 2"x 1/4"-3 GAGE 1 3/8"DIAM.HOLE I 3/8"STEEL COVER PLATE_ a STEEL SPACER SHOWN CUTAWAY FOR CLARITY � BOLT PLATE CHANNEL _ , v 3/8"STEEL COVER 1/2"x 1 1/2"PENTA -SEE DETAIL a 1 LIP PLATE HEAD BOLT = 3/16 (TYR) ................. J 1/8 ° ° 1 (TYP) i I m a 3/16 1 3116 � 5/8"x 1" (TYR 3/16 1 1/2 HORIZONTAL BOLT PLATE CHANNEL co 3/16 SEE DETAIL LID HOOK 3/16"ANGLE 1/8 O -� SLOT I"x 2"x 1/4"-3 GAGE LID SUPPORT o 4 3/16 1 1/2 ° ° o . SLOTTED STEEL CHANNEL STEEL SPACER a Ile L SHAPE SHOWN o ° LID SUPPORT- a 3 SEE NOTE 6 (SEE NOTE 3) WWR-WELDED L SHAPE SHOWN 3/16 (TYP.) 5/8"x 1" 3/16 TO LIP PLATE o (SEE NOTE 3) WWR-TIED IN 2 PLACES a HEX COUPLING NUT HORIZONTAL SLOT 4 TO EACH HEADED LID BOLT DOWN WELDED WIRE ANCHOR SHEAR STUD ° ° 3/16 1 5/8"SLOTTED S.S.CHANNEL ATTACHMENT TAB WITH S.S.CHANNEL NUT HOOP(TYR) WITH 4x4-W2.9xW2.9(TY R) 4 AND SPRING SEE DETAIL 3/16 W2.9(6 GAGE) SEE NOTE 10 SECTION (6 GAGE)-SEE NOTE 10 1 C O DETAIL F HEX COUPLING NUT 3/8"x 3"HEADED ANCHOR LID BOLT DOWN S.S.5/16 NC x 7/8"WITH SHEAR STUD-WELDED TO ATTACHMENT TAB ALTERNATIVE 1 SHOWN S.S.5/16 NC x 3/4"BOLT LIP PLATE -SEE DETAIL PERSPECTIVE VIEW &(3 EACH)S.S.5/16" LID SUPPORT- 1/4"LID LIFTING NOTCH FLAT WASHERS L SHAPE SHOWN DETAIL O (SEE NOTE 3) 3/16" ALTERNATIVE 1 3/16 ALTERNATIVE 1 SHOWN LID BOLT DOWN ATTACHMENT TAB 3/8"STEEL COVER LIP PLATE / 1/2"x 1 1/2"PENTA HEAD BOLT 2" 9/16"DIAM. 2" (SEE NOTE 12) 1/2"x 1 1/2"PENTA HEAD BOLT HOLE 2" 13/8"DIAM.HOLE � 1" 1 1/2" LID LIFTING NOTCH-1/4"x 3/4" BOLT PLATE CHANNEL BOLT PLATE CHANNEL 1/8 SEE DETAIL -SEE DETAIL - 3/8"STEEL COVER PLATE-� 3/16 1 1/2 - _ SHOWN CUTAWAY FOR CLARITY — 5/8"x 1" VERTICAL ih 7/16"x 314" SLOT 4 3 SEE NOTE 6 SLOT WWR-TIED IN 2 II ' PLACES TO HEADED (TYp) 3/16 1 1/2 ANCHOR SHEAR STUD a 3/16 ......... ... ... o °• LID SUPPORT-L SHAPE 9/16"DIAM. WWR 4x4-W2.9xW2.9 ° 1 I .� II SHOWN(SEE NOTE 3) N HOLE (TYR)(6 GAGE) ° -SEE NOTE 10 _` EXPOSE LID BOLT DOWN 2"x 3"x 1/4" HEX COUPLING NUT L 1/2"S.S.HEX NUT &ANGLE S.S.5/16 NC x 7/8"WITH SUPPORT ANGLE TO ATTACH 3/8"x 3"HEADED BOLT DOWN ''� ALTERNATIVE 2 LID BOLT DOWN 7/16"x 3/4"SLOT S.S.5/16 NC x 3/4"BOLT ANCHOR SHEAR " ANGLE ATTACHMENT TAB 3 ATTACHMENT TAB 1/2 OTE 11 STUD-WELDED &S.S.5/16"FLAT WASHER SEE DETAIL 1/2"S.S.HEX NUT BOLT PLATE CHANNEL TO LIP PLATE LID BOLT DOWN LID BOLT DOWN SUPPORT SUPPORT "x "x ANGLE-•1 1/2"x 3"x 1/4"ANGLE ANGLE-2 2 1/4"ANGLE DETAIL E DETAIL P') �� J. O ALTERNATIVE 2 SHOWN �l "= 9 ALTERNATIVE 2 SHOWN PERSPECTIVE VIEW ALTERNATIVE 2 ��of wASy�� �,� $y o o� 1/2"x 1 1/2" LID BOLT DOWN ATTACHMENT TAB ���' ��; caoy a; 8, PENTA HEAD BOLT (SEE NOTE 12) 10.R o j 1 1/8"x 2" 1/2"x 1 1/2" 3/16" G2 N o 3/8"STEEL COVER LIP PLATE 1 1/8"x 2" VERTICAL SLOT PENTA HEAD BOLT a 9 y VERTICAL SLOT o Z' (TYR 3/8"STEEL COVER 1/8"x 3/4"STEEL �'�� `���/S1TEl1F� 3/16 - PLATE-SHOWN CUT ANGLE 1/4"STEEL PLATE s G y 8 AWAY FOR CLARITY c+� s/ONA (TYP.) �� � 1/8 a = 3/�3/4" ---------- v ^i 1/4"STEEL PLATE 1/8"x 3/16 V 11/2 STEELANGLE a LID SUPPORT- LOCKING LID STANDARD m L SHAPE SHOWN 4" 3 314" 1/8 DUTY JUNCTION BOX WWR-TIED IN 2 ° 4 (SEE NOTE 3) � � r� 3/16 1/8"x 3/4"ANGLE y' PLACES TO HEADED a _______ .;. - TYPES 1 $ 2 ANCHOR SHEAR STUD o (TYR) ---- 1/4"STEEL PLATE ° T STANDARD PLAN J-40.10-02 WWR 4x4-W2.9xW2.9 ° a 0 1/4"S.S.PLATE ° T_ (TYR)(6 GAGE) LID SUPPORT-L SHAPE SHOWN 3/4"RADIUS 1/8 SHEET 2 OF 2 SHEETS -SEE NOTE 10 (SEE NOTE 3) 1/8"x 3/4"STEEL ANGLE 1/2"S.S. APPROVED FOR PUBLICATION -RIGHT ANGLE SHOWN, HEX NUT 1/8"x 3/4"STEEL ANGLE 3/8"x 3"HEADED MIRROR IMAGE FOR -MIRROR IMAGE FOR Pasco Bakotich 111 �$-11-11 STUD- ELDED DETAIL O DETAIL O LEFT ANGLE LEFT ANGLE fit► STATE DESIGN ENGINEER DATE STUD-WELDED ALTERNATIVE 3 TO LIP PLATE ALTERNATIVE 3 SHOWN LID BOLT DOWN ATTACHMENT TAB Washington Stare Department of Transportation ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW ( SEE NOTE 12) 48" ® COVER MARKING NOTES ° 42" DETAIL 1. All box dimensions area approximate. Exact configurations vary among manufacturers. U SEE HINGE DETAIL PP g ry g JGROUNDSEE NOTE P4 36 ~�1 (TYP.) 1 (TYP.) 2. Minimum lid thicknesses are shown. The diamond pattern shall be-a minimum of 28%of the } 1/8"GAP ITS overall thickness. Junction Boxes installed in sidewalks,walkways, and shared-use paths shall m B BETWEEN LIDS have a slip-resistant coating on the lid and lip cover plate and shall be installed with the surface 1/2"(TYP.) �� flush with and matched to the grade of the sidewalk,walkway, or shared-use path. The non-slip lid shall be identified with permanent markings on the underside, indicating the type of surface SEE NOTE 8 treatment(see Contract Documents for details)and the year of manufacture. The permanent - _ _ - _ marking shall be 1/8"inch line thickness formed with a stainless steel weld bead and shall be • - 6, • ' - •- • - - placed prior to hot-dip galvanizing. __ - - ---__-_-,---------- ---------- o_ -_ _; 3. Lid support members shall be 3/16"min.thick steel C, L, or T shape,welded to the frame. Exact configurations vary among manufacturers. °w 4. A 1/4-20 NC X 3/4"S. S. ground stud shall be welded to the bottom of each lid; include(2)S. S. nuts and (2)S. S.flat washers. SEE NOTE 8 U °z �.3y; n 5. The hinges shall allow the lids to open 180°. CO v o n ' 0 , J 6. Bolts and nuts shall be liberally coated with anti-seize compound. CID O O LL __ _ 7_--r _ O _ _— _ _ O i—__-J __ Z 7—� A r ;- w � CO N N _�i � � _ N 7. Connect Equipment Bondin Jumper to round stud on lid. As an alternative to the o 9 P 9 ground stud connection,the Equipment - SEE HANDLE w Bonding Jumper shall be attached to the front face of the hinge pocket with a 5/16-20 NC x 3/4"S. S:bolt, (2)each S. S. nuts, DETAIL o and(2)each S. S.flat washers. Equipment Bonding Jumper shall be#8 AWG min. X 4'of tinned braided copper. W I -- - o 8. The System Identification letters shall be 1/8"line thickness formed by engraving, stamping, or with a S. S.weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. See Standard Specification 9-29.2(4) for details. Z 9. See the Standard Specifications for alternative reinforcement and class of concrete. -------- --------T --------L--------- 10. See Standard Plan J-40.10 for Welded Wire Reinforcement and Headed Anchor Shear Stud attachment details. — — • • • 11. Capacity-conduit diameter=24" o: 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding. Attachment HEADED ANCHOR SHEAR STUD (TYP•) DIAMOND PATTERN Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See -3/8"x 3", 10 COUNT STUDS _36-61 - SEE NOTE 2 approved manufacturers'shop drawing for specifics. EVENLY SPACED AROUND FRAME " 13. Unless otherwise noted in the plans or approved by the Engineer,Junction Boxes, Cable Vaults and Pull Boxes shall not be 191. 1s laced within the traveled way r _ p y o paved shoulders. All Junction Boxes Cable Vaults and Pull Boxes es placed within the traveled 1" 4 STUDS EVENLY SPACED way Or paved Shoulder's shall be Heavy-Duty. 0 Equipment Grounding (TYP.) 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6"min.to 8"max.for final grade of new Conductor PLAN VIEW construction only. See Standard Specification 8-20.3(5). - Where adjustments are to be made to existing Junction Boxes, z0 Copper Soldedess Crimp or for interim construction stages during the contract,the limits shall be from 6"min.to 10"max. See Standard Connector LOCKING LID STANDARD DUTY JUNCTION BOX Specification 8-20.3(6). Q Equipment Bonding Jumper CONDUITS NOT SHOWN a0 Foundation Z 0 See Contract Plan for IN. J. conduit size and number 42„ 30" ��of WA f g 3/16"(TYP.) 3" (IYP.). HEX COUPLING NUT 20" TOP OF SOIL SURFACE e J (TYP.)_ SEE DETAIL "C" INSIDE WIDTH OF FOUNDATION I°Lu 1/2"STEEL LIFT HOLE 3/16"(TYP.) 3"(TYP.) .p � y m C COVER PLATE ' TOP OF PAVED cy 1" 2"DIAM. g (lYP.) I SURFACE GROUND STUD OI S1TER�OG1�`v " i k WELDED WIRE Z 3 10NAL o p v _ #5 HOOP WITH 3 2 J 1 ra w ( R)4x4 W2.9(6 GAGE) Q Q ~ LL iv 8"OVERLAP- I°• p I 2"MIN. a w #5 HOOP WITH I D SEE NOTE 9 °z m� 2 O v 8"OVERLAP- ° o r 2 TIES ° 3° z 1 (T1'P) �- a 2 TIES (TYP)WELDED WIRE LOCKING LID STANDARD LL 4 MAx i 4 � � 4 �°, ° - SEE NOTE 9 DUTY JUNCTION BOX Z 0 _ — p I LL Q a to io 1 2 . °• TYPE 8 0 D � j 4 GRAVEL PAD ; o a ° STANDARD PLAN J-40.30-02 GRAVEL PAD o SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION 1 5 PVC CONDUIT GRS CONDUIT 5 _____ Pasco Bakotich 111 05-11-11 SECTION O STATE DESIGN ENGINEER DATE SECTION A 1 Washington State Department of Transportation CONDUITS NOT SHOWN -" I 1' ALTERNATE LOCATION FOR ATTACHMENT W318 TYP.) 3116 1 1/2 OF EQUIPMENT BONDING JUMPER U LID SUPPORT 3/16"MIN.THICK SEE NOTE 7 1/2"STEEL �� 5 HANDLE STOP Q COVER PLATE 6"x 3"x 1/4" FRAME- 3/16" 1/2"STEEL COVER PLATE L 1 3/4"x 1/2"x 3/16" HOLE-3/4"DIAM. (TYP.) (NP') 3/16 v S.S. PIN W/SNAP ° RING GROOVE TOP VIEW (TYP) ° GROUND STUD WITH 2 NUTS AND HANDLE STOP 1/4 2 WASHERS(TYP.)- SEE NOTE 4 SNAP RING 1/2"STEEL HANDLE-BENT 1/2"STEEL ° COVER PLATE ROD, LEVEL WITH LID WWR�TIED IN 2 PLACES e 4 �� TO HEADED ANCHOR Q SHEAR STUD (SEE NOTE 10) a v EQUIPMENT BONDING JUMPER(TYP.) (NP') 3/8 - - SEE NOTE 7 HINGE DETAIL to v 2.. 3/8"x 3"HEADED ANCHOR SHEAR STUD-WELDED TO 4 1 LIP PLATE (SEE NOTE 10) v ° 5/8"x 1" 1"x 1"x 1/4"(TYP.) FRONT VIEW VERTICAL 3" HEX COUPLING NUT-S. S.5/16 NC x 7/8" SLOT WITH S.S.5/16 NC x 3/4"BOLT(TYP.) HANDLE DETAIL I DETAIL OC iij (V OD 2" BOLT PLATE CHANNEL 1" 11/2" 1 3/8" 2 1/4" 3/16 V1 1/2 3/16" PENTA HEAD BOLT LID SUPPORT-3/16"MIN.THICK HANDLE-SEE DETAIL 1 3/8"DIAM. HOLE >o FRAME� 5/8"x 1" � L 1 3/4"x 1/2"x 3/16" VERTICAL SLOT I 1/2"STEEL COVER PLATE 1 o y PENTA HEAD BOLT — 1/2"STEEL COVER PLATE- �� of WAS/I,, � F° (TYP.) 3/16 — SHOWN CUT AWAY FOR CLARITY a 3/16 I v L 1 3/4"x 1/2'xR3M6' 3/16 (TYP.) �W o -K BOLT PLATE Z° � LID SUPPORT- O I/ 36103 O a ° CHANNEL 1/4 3/16"MIN.THICKNESS �ct� 1C1 STERN G1� .° g i° 3< (TYP-) a HANDLE STOP a l ANA L �' 3116 oil -6"x 3"x 1/4" BOLT PLATE CHANNEL_ i m S v SLOTTED S.S.CHANNEL WELD TO STEEL COVER PLATE WITH S.S.CHANNEL NUT a WWR^ TIED IN 2 PLACES v v AND SPRING LOCKING LID STANDARD TO HEADED ANCHOR 3/8"x 3"HEADED ANCHOR 114 ° DUTY JUNCTION P BOX SHEAR STUD (SEE NOTE 10) a ° SHEAR STUD-WELDED TO 5/8"x 1" ° LIP PLATE (SEE NOTE 10) HORIZONTAL SLOT o. ° STANDARD PLAN J-40■30-02 a SLOTTED S. S.CHANNEL SHEET 2 OF 2 SHEETS °• WITH S. S. CHANNEL NUT AND SPRING APPROVED FOR PUBLICATION 3" DETAIL O Pasco Bakodch M 05-11 11 STATE DESIGN ENGINEER DATE .Nk DETAIL p ISOMETRIC VIEW �Washington stare Department of Transportation I JUNCTION DETAIL"B" DETAIL"A" BOX SEE STANDARD PLAN J-50.15 SHEET 2 JUNCTION SEE STANDARD PLAN J-50.15 SHEET 2 CONDUIT -----a _ CONDUIT BOX EDGE OF SHOULDER o SEE ENTRANCE z LEAD-IN SHOULDER EDGE OF LANE SAWCUT DETAIL THIS SHEET P. W C j w C m T-0" z 3'-0" — — — — — 3 -0 — W a o ((TYP.) g = — — — — SEE ENTRANCE — — 3' TYP W " SAWCUT DETAIL ? ci F- THIS SHEET(TYP.) o ---------------------- - -----------CIRCULAR SAWCUT(TYP.) NOTES � A B Z B A 1 For Installation Notes and Details g W see Standard Plan J-50.15. z -—- -—- -—- -— - —- s'-o"DIAM.(TYP.) -—-—-_ -—-—-—- - -—-—-—-—-—-—- - - 6'-o"DIAM.(TYP.) g UP 2. For Sections A, B, C, and D, CIRCULAR SAWCUT >see Standard Plan J-50.15. (TYP.) 3. All of the loop lead-in wires shall re um to the Junction Box. 1 0 V-10" 8'-o" s'-o" a'-o° 6'-o" 4. For Splice Detail, see s'-0" STATION# PLAN SEE CONTRACT Standard Plan J-50.15. TYPE 3 STOP LINE LOOPS TYPE 3 ADVANCE LOOPS 5. For Loop numbering Layout Details, see sheet 3. JUNCTION 6. For additional Induction Loop Details, Box see Standard Plan J-50.15. DETAIL"A" SEE STANDARD PLAN J-50.15 EDGE OF SHOULDER CONDUIT SHEET 2 �;; EDGE OF LANE LEAD-IN SEE ENTRANCE SAWCUT t o SAWCUTS(TYP.) DETAIL--THIS SHEET(TYP.) C. 1uj 0 C �� F CIRCULAR SAWCUT Q/1 ,s (NP) P) z LEAD-IN SAWCUT a W us (L Z — — — — 3_0 - g / �� Nm ��� g (TYP) -16 LOOP SAWCUT 0 /pe029115 s�s ' CHISEL OUT 1/6"TO 1/2"CORNER � �' /STE � �G1 3 g ---- 5-------------- --- ------------------ a� Qi REMOVE PAVEMENT TO SAW- ®1VA L A LEAD-IN CUT DEPTH AND FILL Q w B SAWCUT WITH SEALANT(TYP.) z m W -—- - ------- — — — ------ g L*j gp^ I CENTER OF LOOP AND TYPE 3 INDUCTION LOOP 6'-0"DIAM. (TYP.) VEHICLE LANE 2'-0" I STANDARD PLAN J-50.12-00 SHEET 1 OF 3 SHEETS 6'-0" S'-0" 6'-0" APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 PLAN AMkk STATE DESIGN ENGINEER DATE TYPE 3 SAMPLING LOOPS ENTRANCE SAWCUT DETAIL Washington state Department of Transportation SPLICE(TYP.) JUNCTION BOX, OFFSET CRIMPS 3 J I F3 S=S Lid,R"I o I 2 S2 I F=FINISH o � -' ' 1 I 2C(SH)CABLE F2 i w ` F1 S1- -----�. "- SPLICE(TYP.) L X X X DO PHASE NUMBER LOOP SERIES o NUMBER(TYP.) LANE NUMBER L LOOP NUMBER LOOP NUMBER MARKING DETAIL w z 1 2 3 NOTES o_ O Loop numbering layout will be simillar to Loop SPLICE(TYP.) JUNCTION BOX Numbering Layout Detail, Sheet 3 TRAFFIC FLOW OFFSET CRIMPS I S=START F=FINISH I 1 TYPE 3 STOP LINE LOOP WIRING DIAGRAM 2C(SH)CABLE i -----F1 s11 SERIES SPLICE SHOWN ---_� SPLICE(TYP.) JUNCTION BOX OFFSET CRIMPS SPLICE ' 1 S=START TRAFFIC FLOW 2C(SH)CABLE j i F=FINISH i'� C i' �'S�Y 1 2 ® �t,F wASy�N��'� o�i --F1 _S1 _F2 LOOP NUMBER TYPE 3 ADVANCE a z LOOP WIRING DIAGRAM 0�� ER%o � y= Q sSIONA ECG �go 1 2 TYPE 3 INDUCTION LOOP TRAFFIC FLOW STANDARD PLAN J-50.12-00 � SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION TYPE 3 SAMPLING LOOP WIRING DIAGRAM Pasco Bakotich 111 06-03-11 SERIES SPLICE SHOWN STATE DESIGN ENGINEER DATE MAPWashington State Department of Transportation JUNCTION DETAIL"B" BOX SEE STANDARD PLAN J-50.15 SHEET 2 w EDGE OF SHOULDER CONDUIT ° D S4 z EDGE OF LANE SEE ENTRANCE LEAD-IN SAWCUTS SAWCUT DETAIL SHOULDER � (n'P) SHEET 1 (TYP.) 4 F4 0° w (OF SET CRIMPS) 3'-0" z S=START Z LOOP NUMBER W F=FINISH MARKING SLEEVE (nP) = z oa w z C > N -' SPLICE(TYP.) S3 a --------- ---- ------------------------- ---- ----------------------- -- --- O � B A 6'-0"DIAM. w uj 3 F3 (TyP.) w w z 2 LOOP SERIES NUMBER — — — — — — — — — — — — — —_ — – g F1 S1 F2 S2 MARKING SLEEVE(TYP.) w CIRCULAR SAWCUT > (TYP.) LOOP SERIES START OR FINISH MARKING SLEEVE(TYP.) 1'-0" 6'-o" 8'-o" 6'-0" 8'-0" 6-0.1 8'-0" ol 6'-0" LOOP NUMBERING LAYOUT DETAIL PLAN TYPE 3A STOP LINE LOOPS L X X X JUNCTION BOX PHASE NUMBER LANE NUMBER L LOOP NUMBER S4 LOOP NUMBER MARKING DETAIL 2C(SH)CABLE I 4 F4 � i I S=START i F=FINISH S3 i �. g I � 2 3 F3 ��pF WASgj�c��'� �6-5��8 I ZS R i---F1 S7 F2 S2 --i �� �, oy -M - ----- ----------- s �� a8 C a��mm LOOP SERIES C2911sR�) icy g NUMBER c{ ISTE 1 ° g �♦x�aQ a w z J 0 1 2 3 4 TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 TRAFFIC FLOW SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION TYPE 3A STOP LINE LOOP WIRING DIAGRAM Pasco Bakodch Ill 06-03-11 STATE DESIGN ENGINEER DATE SERIES SPLICE SHOWN 7 Washington State•Department of Transportation • w, �m Brace posts Twisted and-Dar bed selvage Brace post End, gate Or corner post Lira Post Pull post P Top roil Sleeves Top rail Fabric bond Chain link fabric Stretcher bar Brace rail Brace roil .� ;,, Tension Truss rod it wire Truss ro - `�"`fc• •� Twisted and - borbed selvage '^ Line post Brace post Brace post End, gate or corner post Twisted and barbed selvage Brace post CHAIN LINK FENCE TYPE I Pull post hain link fabric Tension wire Brace roil Brace Brace rail i roil iO Fabric band Stretcher , Tension wire bar Twisted and barbed selvage CHAIN LINK FENCE TYPE 3 Brace post Brace post Brace post End, gate or corner post Line post Pull post KnUCk led selvage Tension wire Chain link fabric Tension v wire Brace race rail Stretcher bar roil Fabric band Brace roil CHAIN LINK FENCE CHAIN LINK FENCE TYPE 4 Brace post Brace post Line Dost End, gate or corner post Sleeve Pull post Knuckled selvage . ,t ter-^-.. .r+x._ —- - �^�,,. .�« - # ,..""t TYap ra 1 I y:a,�*�- •j g. fi ;esr';°` _ r .0 .- I xCtW,ri'ff Ink-fact lc A' Top:i�,ra,1 ";: +� a•i � f'.a• iS�� .a.�-�. kk",,�4.,,� FOCr I C Da1W"'_� F:;! " 'n° e "�.f*r k r "w-:�'r r�-!F�e=/.w•+ .il\'°��rYt'7t "e'. �y�,!�`�� dc� `�,v >F+ } �! � �"'�.'sm� _�3 �' �;� � �-, ^"�•19i ,�'.¢: a'S�z;.`�;,� s �s'a. �+ �,x x �• ti��£z u=M_���":,��t iii •:7r'"�'.����:x?'.�.: .,a _ r-�a� F'a�ua'+s� 'd.��.�.x, .TlnS.i Gl1`yM,re� � ,J,si�;::r +.,. '���._:..s �"���' .? k-� +,�v'e9 xt,�w 'T.A„�^.•��y r �_i4_�}. �� ;'u .nc :� ' u o tx E-,•b< 4 -Y�C,'r#�.` -'�j.r"��, .r, 'C1a S'1'S"""�`'•``• 4 i " ,. A� ^ ♦ ♦ ♦♦ . � ` � �. � p ( yc a ,•' fir 4 t _ r t uu �t ��ityy,x „ �� , �i• a�^;,r� �±�Vii,, !g e% �,�, � ki�.kw'�"i'�°°�gr.__ .>,.� ?� "'''..` w _a�' I ,t, C"�• ,. °' .`• �,v' 3..T° ry � ,� �! ADOPTED CHAIN LINK, FENCE 'TYPE :6 `�y S`sY CITY OFRENTON STANDARD PLANS rb" LAST DATE:07/18/1997 sP PAGE L002 t Y I } 1. 3y=• NOTES( 11/x• All concrete post bases shall be 10° minimum diameter. �--.� Y All posts shall be spaced at 10• .maximum intervals_ � w unless otherwise directed by the Engineer. Fabric loops - ' x ,.I. x�^ Top or bottom tension wires Shall be placed within the s n limits of the first full fabric weave. Y {/4' Details are Illustrative and shall not limit hardware = Radius design or post selection of any particular fence type. 'L�41`obric loops ITYP) Fence Line RAIL AND END, CORNER AND PULL POST BRACE LINE POST s ROLL FORMED SECTIONS MEMBER BRACE RAIL & TOP RAIL LINE & BRACE PO5T END. CORNER, & PULL-POSY CATE POST .'ALL TYPE POSTS' ROUND H-COLUMN ROLL FORMED ROUND H-COLUMN ROLL FORMED ROUND ROLL•FORNED ROUND I.D. Weight Weight Weight .I.D. Weight weight Weight, - I.D. Weight, Weight I..D., Weight _ Pipe Per Foot Size Per.Foot Size- Per Ftid .Pipe Per Foot Slze Per,Foot Size Per Foot Pipe Per Foot Size Per Foot Pipe - Per Foot LENGTH llnches) (PoundaI immesl IPounds) Ilnehes). (P.ounds111n,:hes) (Pounds) I Inches),-. (Pounds) (Inches) I Pounds l(Inches) toounds) (Inehes) (Pounds) IInches) (Pounds) 1 11/4 2.27 11/4 x ] 1.35 x-lr/4 -1.35 2' -3.65. .'2{/4 ;..4;0 Iii x 1%.- 2:34'.. z�/2'� :5:79 3%2 x 31/z� - 5.14 3�/2'.;�...9.1 � 8._6 CHAIN LINK FENCE 3 !)/i 2.27 1% x 1% 1.35 Siff x 1)/4.1.35 1{/zr.,.F.2.72. lYe 2.72, . lie X.11 ye 1.85 2'. 7. 3:65 3{/z x:,3r/7 5.14 3%x'.: 9..1: .8..-8.. 4 1 1/4 2.2? 11/4 z 1% 1.35 S/e x 11/4 1.35 1%r•:;' .2.72 2.72' % x%:I%l - 1 115 � 2 14: .:.. Syz� �9 1 5'-6" '41-i 3. 1' —,7R 1) ,..k'1 t ''''i.35 .3f(T z 71r�11 15j4 eZ r. X65:, ✓4 r 0 ffj x'y1j{ 3.4.ag w? r", �C`�_79 r3Yt�,xr n r 5f_,T�3v/t '1 =5 6 1 XL,[a I F""^ i w *�,J X!h".kH^,4 N^.'bn. _ - _ �1 i� .J i .� ,M•!. �.. . - - ."+a - .•¢'ti%^„ xc rx•,_ a •^ui: .'.,tF as';w � rir '";T( tl �i '.'r a... s'i°'' w�. • .yP t,;�,. .^ . , '�.}5�'"` , x y 3 za p, S" , y + ..'� - �{,� ,r�i ,a{k� � sn},, {' #:,•�aN � - �'iti �3""a s �•:y aiNa'4"lr:Fai ,a�'."A�-yt`- t ..�... .. i.(.'rd{ '� 1 #'4k' 8';{, : ,�t rt °�`� ,: All * r H;.ti 4 ;f; ''a'" ADOPTED s � �,�� CITY OF RENTON STANDARD PLANS - +-.-z? ' ,� ,Ysi rid. i Ya'K• -#, +. .y_.i k'TWA'. "V, �4. d.a ..�+,'' `�5`� ,»5+t,+,1`'+uN.u.:.5 ♦ � i + air "Q� LAST DATE:07/18/1997 k y � Y3l &�}iatr cis C 4Y1vtsr . ++x1.a SP PAG$ LOOL.l C `Y r• rrf.'. -c: {, - �I ,*ya>;fir+^;. - '?iv :.. ar •t. �,.�x r ,._ 4•.�'F�.t>a`i :� ,�ne4Jb.,.. '2 v1 64 v r � AL .AO♦ ♦AOQ� ♦AAeeAAAA0AAA0AAAeA�� �� AAAA♦ AOAAAIAAA�j .11►ee�AA r A�!A.iII IIII/e e�AAAAAOOAAAOAAOOS!A•'�' IAA°AO°O°A ♦AAA♦•�' i�A°��A�♦ O A��°1°��AO�j i�AAO�O°A°A°A°e°°°A°A°O°A°OO°O°e°��A°A�I 'i�A A A ♦OAAA�� ♦AAeeAAAA0AOA00A�AAA� � ♦OAeeAAAAAAOAAAO�AAA� I ♦AAA♦ ♦AAAA- i►eAA♦�AAAAAAAAOA iOAAA I i►AOAA�OOAOAAOAAA i�OAA AAA♦ ♦A A A A�I Ili�AA°AOAAOe�eA A e A A O A O��e O A A�� III OA°e°e°O°A�e°eee°A°O°O°A°A°�A�e°A°A°A°A�II I jr O A O A °O°A°A°A° III - e�AAOeeo!10AOA0•I � � ♦AAA♦ ♦AAA♦: ,�AAAeeAAAAAAAA AAAAAAO�Oei ♦O A AAOA�� -�O A A A♦A�AAOAAAO�AoiAAOAAOAAAOAOA�i I:�♦A A ♦AAAA�- ♦OOAOOAOeeA�♦ AAA I AeeA� ♦AAA♦ •�■ ♦AAAAAAOA�.A♦ � �♦A�.A ■i.���� •�•�•��=i-.II■ Ili►AAAOAAO�l1ee�A ♦♦ III "n!°° III �. A°A°A°A°A�i -�AAAAAeAeA°A��A��AAAAA°A °eA°AAA°A°A -�e A e A A A� 'O°A°A°m ♦1000♦ ♦OAAOOeeAAAO♦ ♦AOOO♦ ♦AAAOAeeOOOOO� ♦AAA♦ ♦AAOA• i►AAAA♦i�AAOOAe♦�OOAAA•I ,/AAAA♦iOAAOAAA♦�-AAAAA.� AAA♦ ♦AAAA�I ♦AAOe�AAA000AOO�AAAA� ' ♦OAA��AAAAOOAOO�OAAO� I ♦AAA♦ AOjAAAAAj�i i►AAA.!♦AAAAAOAeAOe e�AAA•I[`-� i/AAA!♦AAAAAAAAAAe e�AAAI I i�A°A°A°A°A ♦AAA♦ 'AAA iOAAAAOAAAAAAA ♦At I' II1AAA iAOOAAOOAAAAA♦ -OAS II �°AAA♦ ♦AAA♦�I ���!eO�AAAAAAAAAAAeAAAAAAAAAAAAOAAAO�eAeA�j i�Ai�j�AAAAAAAAAA0AAA0AAA0A0AAAjAAA��°Ae°j� I�1 A A A ��°�°�A�e�l ' ,%O�A�A�A�A�A�A�A�A�A�A�A�O�O�A�O�A�O���'r• -MO-A-A�A�A�A�1�A�A�A�A�A�A�A�A�� A°A°A°A°O�li� !�°�°0A0►O O..A��� 'I�AAAAAAAAA �i°o°o°A°A°�°°°�°�•�°��� Oi°�°i°A° ♦AOAO�I AOOOS.ww"W- OlI I�AAAAA ♦DODO ►AOOSAO0sO0A�l ♦AAAA OAOAOOAOI�1 I -OOOAOOO°e°OAO♦O O♦�- I I�AAAAOAOAA AAAAAAAOA�= �♦ o�( i SAOAAA®ADO i�r°vA.l■ a Ae oAAAA;II ■�I�A"�"�"e'e" :,�� Hl i A°A A ee0°AOA00°o°O°A°�-i�O°A°O°A°A i A°A°Ao°A ,OeeAOAOAAASAOAOAAe°°AE I I;,A°AAA°AAA Oi°i°i°i�l�III,►.oi a°.','.I� iii°i°i°i°i "a ---o.a-®s°:®:�i ��O°O°o°SASS Y°'> ��V .�� �,. r �� , a r- u 5 � t t.. 'A 10' 30' 10' SEE CONTRACT FOR LENGTH � :.. ,.. � ��. .:.. s: ,.','..•. "-''..e:a. :.';. n �� r - i2`z:., F. 6 �'�;-, of -- -;?:o. of ,fra r U. , j `S .x s 't '. v. YELLOW OR WHITE E DGE LINE & SOLID LANE LINE SEE NOTE 2 CENTERLINE $ LANE LINE YELLOW-CENTERLINE, SEE CONTRACT FOR LENGTH WHITE-LANE LINE 0 'v 10' 30' 10' SEE NOTE 3 �J a.. y >� DOUBLE CENTERLINE DOUBLE LANE LINE WH�TEw DBL.i,�,NE CENTERLINE, E: i J, ;.: SEE CONTRACT FOR LENGTH NO-PASS LINE &TWO-WAY LEFT-TURN CENTERLINE YELLOW or p k 10' 30' 10, WIDE LANE LINE WHITE - ;`., .,• � `,{,� ,� �`�.,ft��� �` `�� SEE CONTRACT FOR LENGTH x: F - t ,t YELLOW co REVERSIBLE LANE LINE DOUBLE WIDE LANE LINE WHITE 10' 30' 10' SEE CONTRACT FOR LENGTH c , 3 i I a7 , e _ 2 r r tt Nm WIDE BROKEN LANE LINE WHITE o I�� e f WASy�� BARRIER CENTERLINE YELLOW 3' 9' 3' 9' 3' 9' 3' 9' 3' NOTES r a� i€� t `f S€}`` 9�GISTERF�G Z2 =8 tf O� e s 1 } 1. Dotted Extension Line shall be the same color ZONAL E� o as the line it is extending. a�Y . Edge Line shall be white on the right edge of WHITE traveled way, and yellow on the left edge of WIDE DOTTED LANE LINE traveled way (on one-way roadways). Solid LONGITUDINAL MARKING Lane Line shall be white. PATTERNS 3. The distance between the lines of the Double STANDARD PLAN M-20.10-02 2' 6' 2' s' 2' 3' 9' 3' 9' 3' Centerline shall be 12" everywhere, except SHEET 1 OF 1 SHEET wtays with left-turn lane widths llof 10 feet or less. Local a o 0 Agencies (on non-state routes) may specify a AP FOR PUBLICATION �t PROVED O 4 distance for all locations. Pasco Bakotich ll/ 06-03-11 YELLOW OR WHITE STATE DESIGN ENGINEER DATE WHITE The distance between the lines of the Double � -SEE NOTE 1 Lane Line shall be 4". 1 Washington State Department of Transportation DOTTED EXTENSION LINE DOTTED LANE LINE -" 400 STREET PAVING STANDARD PLAN NO 422a SAWCUT IF 12:1 MAX SLOPE REV DATE:DEC 2010 EXISTING C A PAVEMENT(TYP) SCORE LINE (TYP) N �—11�- PROVIDE BOND o r RAMP BREAKER 6" DETECTABLE WARNING B CENTER (UNLESS ASPHALT '1�� �- D LINE SURFACING) SIDEWALK PAVEMENT THROUGH J MIN. MAX. O 2-0 JOINT ELD A 1.6" 2.4" A B SECTION A—A B 0.65" 5" O O MONOLITHIC WITH NEW PAVEMENT BLOCK D OUT FULL DEPTH. C 50% TO 65% OF D EXISTING PAVEMENT REMOVED AT FACE OF CURB D 0.9" 1.4" PROVIDE BOND 6„ BREAKER (UNLESS ASPHALT ~ SCORE LINE (TYP) SIDEWALK TRUNCATED DOMES PATTERN -DETECTABLE SURFACING) WARNING CONC PANELS PAVEMENT 2'-0" THROUGH JOINT WING(TYP) UPPER LANDING SEE NOTE 10 SEE NOTE 8 SEE NOTE 6 THROUGH SECTION B—B RAMP JOINT SEE NOTE 4 � Ty SCORE LINE (TYP) J `Q LOWER LANDING SEE NOTE 7 DETECTABLE 2v WARNING THROUGH I SEE NOTE 5 / JOINT q F• Iz OFATO, �P y -i=SLOPE BETWEEN 0.5% & 2% PERPENDICULAR CURB RAMP NOTES. (TYPE 422A) 1. TYPE 422A PERPENDICULAR CURB RAMP SHALL BE USED UNLESS OTHERWISE DIRECTED BY ENGINEER. 2. TWO CURB RAMPS SHALL BE INSTALLED AT EACH CORNER UNLESS OTHERWISE DIRECTED BY ENGINEER. RECOMMENDED MINIMUM DISTANCE BETWEEN TWO ADJACENT CURB RAMPS SHALL BE 3'-0". WHERE SPACE IS RESTRICTED THE MINIMUM DISTANCE BETWEEN TWO ADJACENT CURB RAMPS MAY BE REDUCED TO 1'-0". 3. CURB RAMP SHALL BE CONSTRUCTED WITH COMPANION RAMP ON OPPOSITE SIDE OF THE ROADWAY UNLESS OTHERWISE DIRECTED BY ENGINEER. 4. RAMP CENTERLINE SHALL BE RADIAL / PERPENDICULAR TO THE ALIGNMENT OF THE FACE OF CURB. RAMP SURFACE SHALL HAVE A MAXIMUM SLOPE 12H:1V AND A MINIMUM WIDTH OF 4'-0". THE CROSS SLOPE OF THE RAMP SURFACE SHALL BE MAXIMUM OF 50H:1V. RAMP SURFACE SHALL HAVE A TEXTURED SURFACE OBTAINED WITH A FLATTENED EXPANDED METAL 3/4"- 9 - 11 MESH PRESSED INTO THE STILL FRESH CONCRETE. LONG AXIS OF THE DIAMOND SHALL BE PERPENDICULAR TO THE CURB. MAXIMUM RAMP LENGTH SHALL BE 15 FEET, 5. DETECTABLE WARNING SHALL HAVE A TRUNCATED DOME PATTERN AS SHOWN, A MINIMUM WIDTH OF 2'-0" AND SHALL BE PLACED AT THE RAMP BOTTOM STARTING AT THE BACK OF CURB. DETECTABLE WARNING COLOR SHALL BE "CITY OF SEATTLE SAFETY YELLOW", UNLESS OTHERWISE DIRECTED. 6. UPPER LANDING SHALL BE FULL WIDTH OF THE RAMP AND SHALL HAVE A MINIMUM DEPTH OF 4'-0". SLOPE ON THE UPPER LANDING SHALL BE BETWEEN 0.5% AND 2%. AVOID PLACING HANDHOLES, UTILITY CASTINGS OR OTHER OBSTRUCTIONS IN THE UPPER LANDING. 7. LOWER LANDING SHALL BE FULL WIDTH OF THE RAMP AND SHALL EXTEND A MINIMUM 4'-0" BEYOND DETECTABLE WARNING, THE LOWER LANDING SHALL BE THE WIDTH OF THE RAMP AND FALL WHOLLY WITHIN THE LEGAL CROSSWALK, MARKED OR UNMARKED. SLOPE ON THE LOWER LANDING SHALL BE BETWEEN 0.5% AND 2%. GUTTER FLOW LINE SHALL BE SURVEYED BY THE CONTRACTOR PRIOR TO CONSTRUCTION TO ENSURE PONDING OF WATER SHALL NOT OCCUR ON THE LOWER LANDING. 8. WINGS SHALL HAVE A MAXIMUM SLOPE OF 10H:1V. IF UPPER LANDING HAS A DEPTH LESS THAN 4'-0", THE MAXIMUM SLOPE FOR THE WINGS SHALL BE 12H:1V. WINGS SHALL HAVE A BRUSHED FINISH. PARALLEL TO THE CURB. THE CONCRETE WALK THICKENED EDGE ALONG THE CURB SHALL CONTINUE THROUGH EACH WING. 9. POLES, HYDRANTS AND OTHER ABOVE GROUND OBSTRUCTIONS SHALL HAVE A MINIMUM LATERAL CLEARANCE OF 1'-O" FROM THE UPPER LANDING AND RAMP SURFACE. 10.ALL CHANGES IN LEVEL ACROSS JOINTS SHALL BE FLUSH. ANY DIFFERENCE IN ELEVATION OF 3/6 INCH OR GREATER SHALL BE REPAIRED OR REPLACED. 11.ALL SLOPE GRADES SHALL BE MEASURED OFF THE HORIZON-LINE. IF EXISTING SITE CONDITIONS CONFLICT WITH OBTAINING GRADES SHOWN, THE DESIGNER / CONTRACTOR SHALL MAKE MINIMUM ADJUSTMENTS TO THE GRADES SHOWN TO MEET EXISTING SITE CONDITIONS; ADJUSTMENTS ARE SUBJECT TO ENGINEER APPROVAL. REF STD SPEC SEC 8-14 i5li` City of Seattle NOT TO SCALE CURB RAMP DETAILS 2011 Edition City of Seattle Standard Plans for Municipal Construction 400 STREET PAVING STANDARD PLAN NO 422b REV DATE:DEC 2010 RAMP (TYP.) FOR SURFACING SEE NOTE 4, STD PLAN 422A UPPER LANDING FOR SCORING, SEE STANDARD PLAN 420 O� FLUSH DETECTABLE WARNING (SEE STD PLAN 422A FOR DETAILS) LOWER LANDING A4� B4� SCORE THROUGH JOINT LINES THROUGH JOINT (TYP) _ x CW N ' CW A*J B.4� 12:1 MAX SLOPE 12:1 MAX SLOPE PROVIDE BOND BREAKER 3'-0" MIN. 5'-0" 3'-0" MIN. WHEN ADJACENT TO CONC PANELS MIN PARALLEL CURB RAMP (TYPE 422b) USE PARALLEL CURB RAMPS ONLY WHEN SHOWN IN DRAWINGS OR WITH APPROVAL OF ENGINEER. PARALLEL CURB RAMPS MAY ALSO BE USED ON CURVES; ALL REQUIREMENTS SHALL APPLY. 6'-D°MIN 6" SEE STD PLAN NO 422a FOR NOTES SAWCUT EXISTING 6" 2 PAVEMENT - SCO E LINE (TYP), n 29 MAX � Ic PAVEMENT DETECTABLE � WARNING 1'-0 CROSSWALK SECTION A—A CURB MONOLITHIC WITH RAMP. NEW CW CW PAVEMENT BLOCKED OUT FULL DEPTH. 422a EXISTING PAVEMENT REMOVED AT FACE OF CURB n 6'-0"MIN 6" 422b O SEE SECTION D A-A ABOVE -•�i=•SCORE LINE (TYP) .2% � PAVEMENT 2'-0, 1'-0 SEE NOTE 5 CURB RAMP LOCATIONS SECTION B—B REF STD SPEC SEC 8-14 gill City of Seattle NOT TO SCALE CURB RAMP DETAILS 2011 Edition City of Seattle Standard Plans for Municipal Construction 400 STREET PAVING STANDARD PLAN NO 430 REV DATE:DEC 2010 0 010 M/N THROUGH Rg " SCORE LINE o '0 GS1 �SSCO q?,ONC JO 6 r O Mq� JOINT ��-- FF tiOTC/ TyR UTF Rq((F 4s cy✓o�,or OI,�TF DETAIL B Yz" THROUGH DRIVEWAY W/ MONOLITHIC JOIN CURB & APPROACH CO TYPE 430A ti TtiTRgCT o F 6SFF ON FS 6' p 70. 7 Y2" THROUGH JOINT IF 7 R/1, 30. 10" NOSFF `61 - PLANTING STRIP IS L 7 7 CF F 0�0 q/v TF 3 CW PAVEMENT SC oR CI ?° RENT q<<FrFw r �TrA NFS Ty�oocy�NCllT 7101 1 ABOVE 2" ABOVE PAVEM PAVEMENT ✓OjNT �� 2" THR H %Py J1 JOINT N°jNr RgcT SPX DETAIL A TF sSFF ON 7� TYPE 430B NOTES: 1. TYPE 430A SHALL BE USED UNLESS OTHERWISE DIRECTED BY T ENGINEER. USE OF DRIVEWAY TYPE 430B IS SUBJECT TO ENGINEER APPROVAL. /S�NTj oGy N 2. RESIDENTIAL DRIVEWAYS SHALL BE NON-ROADWAY CEM. CONC. COMMERCIAL DRIVEWAYS SHALL BE NON-ROADWAY CEM. CONC. HIGH STRENGTH. q�F27�/OAT/F 3. WING WIDTH ON ARTERIAL STREETS WHERE TRAVEL LANE IS NEXT TO THE CURB tiT SHALL BE 5'-0". OTHERWISE, WING WIDTH SHALL BE 2'-0". ¢¢r 4. "V" GROOVE SCORING SHALL MATCH PATTERN IN ADJACENT EXISTING SIDEWALK. IN w m w 3 z E3 Y 3 BUSINESS DISTRICT, USE 2' SQUARE SCORING PATTERN. WHERE THERE IS NO o v a a a o ADJACENT EXISTING SIDEWALK, USE 5'-0" SCORING SHOWN IN TYPICAL SIDEWALK v v �o w o° M 0 DETAIL STANDARD PLAN 420. Y2"THROUGH X o a 5. FOR CONCRETE DRIVEWAY CONSTRUCTED WITH CONCRETE SIDEWALK, SEE STANDARD 1"ABOVE JOINT `29 °°0 PLAN 431. PAVEMENT 6. CONCRETE DRIVEWAYS WITH A WIDTH GREATER THAN 15'-0" SHALL HAVE A %" TRANSVERSE CONTRACTION JOINT NEAR THE CENTERLINE OF DRIVEWAY. SEE DETAIL SECTION C-C STANDARD PLAN 420. 7. FOR TYPE 430A SLOPE IN THE 6'-0" MINIMUM WIDE AREA CONNECTING TO CW ON SEE DETAIL B FOR MONOLITHIC CURB EACH SIDE TYPE 430B,OSLOPE OFI THE ADRIVEWAY BBETWEEN UITHE TWO DRAMP SECTIONS SHALL SECTION A—A BE MAXIMUM 2% AND MINIMUM 0.5%. DRIVEWAY ON THE PRIVATE SIDE OF THE CW MAY BE SLOPED AS NEEDED TO MATCH EXISTING SITE CONDITIONS. a_ :5} Z Y 3 8. RAMP SURFACE FOR DRIVEWAY 4308 SHALL HAVE MAXIMUM SLOPE 12H:1V AND O x w w a v v HAVE A TEXTURED SURFACE OBTAINED WITH A FLATTENED EXPANDED METAL SEE Y2"THROUGH ° a 3/4"-9-1 1 MESH PRESSED INTO THE STILL FRESH CONCRETE. LONG AXIS OF DETAIL A 2'-6 JOINT ww o° m o THE DIAMOND SHALL BE PARALLEL TO THE CURB. _27 n 00 Q 9. ALL CHANGES IN LEVEL ACROSS JOINTS SHALL BE FLUSH WITH A MAXIMUM MAX DIFFERENCE IN ELEVATION OF 3/6 INCH. 10. ALL SLOPE GRADES SHALL BE MEASURED OFF THE HORIZON-LINE. IF EXISTING } SITE CONDITIONS CONFLICT WITH OBTAINING GRADES SHOWN, THE CONTRACTOR SHALL MAKE MINIMUM ADJUSTMENTS TO THE GRADES TO ACCOMMODATE EXISTING SEE DETAIL B FOR MONOLITHIC CURB SITE CONDITIONS, ADJUSTMENTS ARE SUBJECT TO ENGINEER APPROVAL. SECTION B—B REF STD SPEC SEC 8-19 tillCity of Seattle NOT TO SCALE TYPE 430 DRIVEWAY 2011 Edition City of Seattle Standard Plans for Municipal Construction it POLE BUSHING SHALL BE PROVIDED BY 4-0 MANUFACTURER BETWEEN LUMINAIRE (LUMINAIRE ARM) i ARM AND PIPE CONNECTION FOR THE 2"TANGENT = LUMINAIRE CONDUCTORS CLAMP-ON TO PIPE WTH TENON 7.5' R 13.5" (FOR MOUNTING LUMINAIRE). ROUND CAP SEE THIS SHEET FOR PEDESTRIAN (0.5" MAX HEIGHT) lir LUMINAIRE/LUMINAIRE ARM 3.5" OD HOLE COORDINATION DETAIL. LUMINAIRE ARM 0 4"OD PIPE w a I a � z I ° PEDESTRIAN LIGHTING LUMINAIRE TENON WITH PLUMBIZER OR CONDUCTORS LEVELING DEVICE TO SECURE AND LEVEL LUMINAIRE I I DECORATIVE PEDESTRIAN LUMINAIRE / LUMINAIRE ARM COORDINATION DETAIL j (LUMINAIRE ARM) 16' R 22" CLAMP-ON _ TO LUMINAIRE 4"OD HOLE I I STREET LIGHTING i i = i i w i ROUND CAP ALUMINUM SHROUD N j (BY MANUFACTURER) MANUFACTURER SHALL WELD SHROUD ALL EO THE WAY AROUND 12'-0" _ (LUMINAIRE ARM) EO = i fi0'R 46" CLAMP-ON = z TO LUMINAIRE \ z � M N Z 4" OD HOLE N DECORATIVE STEEL LUMINAIRE ARM o I r DECORATIVE ROADWAY LUMINAIRE. TRAFFIC SIGNAL LIGHTING SEE DECORATIVE ROADWAY/ PEDESTRIAN LUMINAIRES AND POLE DETAIL FOR DETAILS. w z DECORATIVE ROADWAY LUMINAIRE SHROUD DETAIL 1�Y O STD. PLAN - 003 PUBLIC WORKS ARTERIAL STREET LIGHTING DEPARTMENT LUMINAIRE SUPPORT BRACKET JANUARY 10, 2012 DETAILS PAINT SPECIFICATIONS: CLAMP-ON LUMINAIRE BRACKET. 90�� �S ALL ALUMINUM LUMINAIRE AND POLE SEE LUMINAIRE ARM DETAILS THIS �ipc e RELATED PARTS SHALL BE FACTORY SHEET. (4)SLOTS ACCEPTING l� PRIMED AND POWDER COATED. ROUND POLE CAP 1%48%4" GALVANIZED FINISH COLOR: RAL 9005"JET BLACK" STEEL ANCHOR BOLTS o SEE DECORATIVE ROADWAY LUMINAIRE o SHROUD DETAIL, THIS SHEET a 6'-0" OR 12'-0" DECORATIVE LUMINAIRF POLE NOTES "' LUMINAIRE ARM ROUND TUBULAR SECTION DECORATIVE ROADWAY (NO TAPER) LUMINAIRE, 135W, 80 LED, BASE PLATE DETAIL 4,DOOK CCT, 240V, WTH FLAT (DECORATIVE ROADWAY/PEDESTRIAN kk ROUND TAPERED POLE SECTION GLASS LENS. SEE SPECIAL LUMINAIRE POLE) (0.14"/FT) N PROVISIONS. kkk NOMINAL LUMINAIRE HEIGHT 27" (LUMINAIRE HEIGHT+ SHROUD) 36" EIGHT #7 BARS, SECURE TOP BANNER BRACKET (2) BANNER BRACKETS WITH EVENLY SPACED PRESSURE RELEASE WITH THROUGH BOLTS AND SPRINGS WTH PROTECTIVE CENTER THE CONDUIT SHIM TO LEVEL PER RUBBER COATING. ABOLT IN THE FOUNDATION MANUFACTURER'S INSTRUCTIONS 0'LEVEL ANCHOR V-Y DIA BOLT SECURE BOTTOM BANNER BRACKET BANNER TO BE 1" DIA, CIRCLE, TYP WITH ADJUSTABLE STAINLESS STEEL o PROVIDED AND HOOP, TYP BANDS AND SHIM TO LEVEL PER INSTALLED BY NOTE TOP VIEW MANUFACTURER'S INSTRUCTIONS a OTHERS O FIXED BASE (OPTIONAL) 1 2" CONDUIT UNLESS STATED OTHERWISE ON PLANS 14" CHAMFER, TYP CLAMP-ON LUMINAIRE BRACKET. SEE m 1 � LUMINAIRE ARM DETAILS ON STD. PLAN 003 LUMINAIRE BRACKET DETAILS. 1'-6" MIN — BELOW GROUND, — DECORATIVE PEDESTRIAN 2'-0" MIN LUMINAIRE,6OW, 30 LED, 4,000K UNDER PAVEMENT CCT, 240V, WITH FLAT GLASS 0'LEVEL w c� LENS. U z 4'-0" 3.-0" z EXTEND THE CONDUIT \ a LUMINAI E M o 6" MIN BEYOND THE N N FOUNDATION OR THE _ a SEE PEDESTRIAN LUMINAIRE CONTROLLED DENSITY FZ z o ARM COORDINATION DETAIL, M BACKFILL ® zo ON STO. PLAN 003. (OPTIONAL) p #4 HOOP, TYP a a O O 18" C z #7, TYP FOR STREET LIGHT 2 1/2" CLR STANDARD DECAL m o NUMBERING DETAIL, a REFER TO CITY OF z N U RENTON STD PLAN J009 z CV a \�10"BASE DIAMETER, z 40'-0" LONG ° N SECTION VIEW z (CONTINUOUS), SMOOTH w < 0 1 Ye" DIA FIXED BASE o ROUND TAPERED R5 a J (0.14"/FT)ALUMINUM HOLE, TYP o POLE o REINFORCED HANDOLE o STEEL PLATE WITH COVER o BOLT CIRCLE INSTALL ANCHOR o (DIA SIZE TO BOLT COVERS LUMINAIRE BASE (PROVIDED BY POLE PLATE DIMENSION) TOP OF MANUFACTURER) PLDANTER STRIP ANCHOR BOLT FOUNDATION INSTALL GROUT TEMPLATE ANCHOR BOLT, 4 TOTAL FOR FOUNDATION DETAILS, SEE THIS SHEET. ROADWAY 1" DIA, TYP USE 4-BOLT ANCHOR BOLT PATTERN PER BASE PLATE DETAIL, THIS SHEET d ANCHOR BOLT TEMPLATE, TYP 1" HEX NUTS, STEEL, 4 REQ'D PER ANCHOR BOLT FLAT WASHERS, 4 REQ'D PER ANCHOR BOLT ANCHOR BOLT ASSEMBLY ~�Y o STD. PLAN - 004 4 PUBLIC WORKS ARTERIAL STREET LIGHTING POLE DEPARTMENT DECORATIVE ROADWAY 1 PEDESTRIAN LUMINAIRES JANUARY 10, 2012 �N'C� WITH BANNER DETAILS FINISHED GROUND LINE CLAMP—ON LUMINAIRE BRACKET. SEE ROUND LUMINAIRE ARM DETAILS THIS SHEET. POLE CAP 4'—D" CONCRETE CLASS 4000P SEE PEDESTRIAN LUMINAIRE ARM COORDINATION DETAIL, #5 BAR.TYP EVENLY SPACED ON STD. PLAN 003 loll 8 #5 BARS DECORATIVE PEDESTRIAN Z LUMNAIRE, 60W, 30 LED, 4,OOOK CCT, 240V, WITH FLAT GLASS LENS. QD DETAILS 7" BASE DIAMETER, 18'-0" 2!: LONG (CONTINUOUS), SMOOTH ROUND TAPERED (0.14"/FT) ALUMINUM POLE (4) SLOTS ACCEPTING REINFORCED HANDOLE 1"x36"x4" GALVANIZED WITH COVER STEEL ANCHOR BOLTS INSTALL ANCHOR BOLT COVERS (PROVIDED BY POLE MANUFACTURER) SIDEWALK/ BASE PLATE DETAIL INSTALL GR'OUT PLANTER STRIP (DECORATIVE PEDESTRIAN LUMINAIRE POLE) FOR FOUNDATION DETAILS, SEE A. SHEET 240. USE 4—BOLT ANCHOR BOLT PATTERN PER BASE PLATE DETAIL, THIS SHEET 2'ELECTRICAL ANCHOR BOLT TEMPLATE,reP I.HEX NUTS,STEEL CONDUIT 4 REO'D PER ANCHOR BOLT 0 0 FLAT WASHERS, 4 REO'D PER ANCHOR BOLT ANCHOR BOL DETAILS I_OPPY*STEEL PLATE RO�DQD 11 MANUFACTURER) BOLT CIRCLE(TO BE ANCHOR SOL TEMPLATE PEDESTRIAN(14 FT)LUMINAIRE POLE FOUNDATION DESIGN DETAIL NTS 8 PUBLIC WORKS DECORATIVE PEDESTRIAN LUMINAIRE STD. PLAN — 005 DEPARTMENT AND POLE DECEMBER 15, 2011 CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LANE LANE 10' 8"(TYP.)—STRIPE 6"MIN.(TYP.) 24" 8"(TYP.)—OPEN LANE (TYP.) LANE 8"(TYP.)—STRIPE CONCRETE LINE LINE GUTTER �_7TRE TIRE TIRE TIRE TRACKS TRACKS TRACKS TRACKS * TYPICAL 4-LANE ROADWAY CONFIGURATION * NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. p��Y pn • PUBLIC WORKS THERMOPLASTIC/PAINTED STD. PLAN - 128 DEPARTMENT CROSSWALK 'p�N,fp APRIL 2008 WATER PLAN GENERAL NOTES Standard Plan No.300 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT/APWA STANDARD SPECIFICATIONS,LATEST EDITION AS AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION IS IN PROGRESS. A PRE-CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION.THE CONTRACTOR AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION. 2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION. 3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED,AND "CATALOG CUTS"FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY MATERIALS ON-SITE. 4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE,THICKNESS CLASS 52 PER AWWA C 151 AND C 104. PIPE JOINTS SHALL BE PUSH-ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8-MIL BLACK,TUBE-TYPE, POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS. S. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10-INCH OR LESS AND 48 INCHES FOR PIPE DIAMETER OF 12-INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES. ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR, THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER. PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BYTHE MODIFIED PROCTOR TEST METHOD(MDD)IN ROADWAYS,ROADWAY SHOULDERS,ROADWAY PRISM AND DRIVEWAYS,AND 85 PERCENT MDD IN UNPAVED AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD. 6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED,INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS,FITTINGS AND BASE OF HYDRANTS. MEGA-LUGS(OR SIMILAR PRODUCT)MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO CONCRETE BLOCKING. 7. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED, DISINFECTED,AND TESTED. CLEANING,PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY,INSTALL AND REMOVE PLUGS, CORPORATION STOPS,BLOW-OFF ASSEMBLIES,AND THRUST RESTRAINT/BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET-TAP VALVE TO AN EXISTING MAIN UNTIL THE NEW PIPING HAS BEEN FOAM-PIGGED,DISINFECTED,FLUSHED,AND PASSED BOTH PRESSURE AND PURITY TESTING. B. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING THE ENTIRE TEST PERIOD.UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST,THE LINE SHALL BE DISINFECTED,FLUSHED, AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY THE PUBLIC WORKS INSPECTOR. 9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM.THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE,REMOVE ALL SURFACE MATERIALS,AND PROVIDE SHORING AND ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL,CONCRETE BLOCKING,AND COMPLETE SURFACE RESTORATION. STD. PLAN — 300.0 n PUBLIC WORKS WATER PLAN GENERAL NOTES DEPARTMENT 'Pg o MARCH 2010 + 91 p A W N Z ° Oj�c�°z��Om°Z��<n �mmmGlArmi�mcDii NO O Z.. O O SO• DZD�1D��m«G) m�7 D 1 + O Z�-1 2DN°r°m Dcmi7 =���ZmO Zm°Dm mOU7000W mW 21 Io Z D m=om O r D m r(" D r D b Dm m fr�xm.Zl>�- Oman OZm DD N r m�O D o x Wz O{°O Om m=Zi O*m�W ZO DOm O EXISTING D.I. WATER LINE mz°n—<� O O m EXISTING D.I. WATER LINE 0 O O N p z z m D —3 m > y m Z z W S Z °0� Z ZC m MF c,z =ZZO ', m Co G� c /1 CO j 'imm: -- �O x " DZ �p= 72"mNO Op�m— OZ ° m * �O�D. Z o� �__ �M-mrm O D D O m m Z Z W C -9> D D Z D- r z r Z r r r 0 m D m° Z Z Z m D W A X T m G)rN �r��� DO Om r m= � Z�° DZD> Om r Z71 �N� m r K:�-I z r- m � 0 0o N O co W D �K AD � A �O OZ z, Z <n DO z V O = OrD = ZZ Z m mr m 2 > 0o Z m mDZ r D O m0 00 O 'a O Z Z <p D m D , `L mZ co r -1-I OD ° m /'1 .� r=*t O m m m r 3 O Z Z Z D lJ/ O M O A xm5 °Z D m Wy X10 m r m G Z ZD m cn �r MW O D �� � M m zAr m C)m O-C O r r*m l I l m D c� �`sm� �-0wco� O Ur rr 90 < r0 z Oc zzO m O M m D�D D y � A� z r � A_ O {`ADD; < y co;u O=mmo m 00� ° r Z mr� TAN o O m x C O M Z11 >CO-4 m D m r �00� P?W� m O:E0 r r— N i Z m0 m W N O O < O m > m O 10 �� U m D Z ca m z O_ 0 N > ro zv t 0 o w 0 0 EXISTING WATER LINE PLAN VIEW TESTING DETAIL f8 FT i .. O NEW WATER LINE VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2" TAP & 2" TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL) W/ CONC. BLOCK 1- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS 1- PLUG (MJ) W/2"TAP & TEMP. BLOW-OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE `S Y On_®+ PUBLIC WORKS CONNECTION TO WATER MAIN CUT STD. PLAN 300.2 DEPARTMENT IN-LINE TEE & ONE VALVE � MARCH 2010 �'N`t� EXISTING WATER LINE PLAN VIEW TESTING DETAIL ±8 FT No-;�-fl WE O NEW WATER LINE VERTICAL CROSS<MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL) W/ CONC. BLOCK 2- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS I- ADAPTER (FL X MJ) I- PLUG (MJ) W/2'TAP & TEMP. BLOW-OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE ti� o n� PUBLIC WORKS CONNECTION TO WATER MAIN CUT STD. PLAN — 300.3 DEPARTMENT IN-LINE TEE & TWO VALVES MARCH 2010 EXISTING WATER LINE PLAN VIEW TESTING DETAIL *-S kT .. LINE VERTICAL CROSS(MJxFL) FOR POLYPIGGING ONE BLIND FLANGE ON TOP WITH 2'TAP & 2'PLUG ONE BLIND FLANGE ON BOTTOM ONE (MJ) PLUG WITH 2' TAP & 2' TEMPORARY BLOW-OFF TEMPORARY BLOCK CUT-IN (BY CITY FORCES) TEE (FLxFL) W/ CONC. BLOCK 3- GATE VALVES (FLxMJ) 2- SOLID SLEEVES (MJ) OR RO-MAC COUPLINGS I- PLUG (MJ) W/2'TAP & TEMP. BLOW-OFF TEMP. BLOCK EXISTING WATER LINE EXISTING WATER LINE FINAL CONNECTION DETAIL I i AFTER ALL TESTING, CLEANING BY POLYPIG, AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW-OFF & CONNECT WITH SLEEVE (MJ) & D.I. SPOOLS FINAL CONNECTION BY CITY FORCES EXISTING WATER LINE ti�Y o 'I'D. PLAN — 300.4 PUBLIC WORKS CONNECTION TO WATER MAIN S � NZO� DEPARTMENT CUT IN-LINE TEE & THREE VALVES MARCH 2010 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—MOORE/PRESERVATIVE 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. MIN. 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF 3' SIDEWALK THAT IS ADJACENT TO CURB 4.875" x 5" STORZ TWO—PIECE CAST IRON VALVE BOX WITH LUG 5'x5'x6" THICK CONCRETE PAD AROUND TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. HYDRANT. FINISH TO MATCH SIDEWALK. STANDARD 8" TOP SECTION WITH REGULAR BASE °° EXPANSION JOINT AT SECTION LENGTH TO FIT. VALVE NUT EXTENSION Oo° BACK OF SIDEWALK AS REQUIRED. 2'. CONCRETE SIDEWALK RAISED PAVEMENT MARKER TYPE 88—A OR PLANTING STRIP STIMSONITE TWO—WAY BLUE REFLECTIVE 36" MIN COVER CONCRETE BLOCKING o O CONCRETE THRUST BLOCK 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 2-3/4" COR—TEN STEEL TIE RODS. 16" x 8" x 4" MININUM 1/2 YARD OF 1-1/4" WASHED DRAIN ROCK CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. FIRE HYDRANT ASSEMBLY LEVEL ALL GROUND LEVEL ALL GROUND MIN 3' RADIUS MIN 3' RADIUS v 1 ONE MAN ROCK 6 ° 16" CONCRETE PAD 6" CONCRETE PAD s CUT FILL HYDRANT LOCATION IN CUT OR FILL Y �OPUBLIC WORKS FIRE HYDRANT ASSEMBLY STD. PLAN - 310.1 $ DEPARTMENT �NZO MARCH 2010 MARKER MARKER MARKER I I o 0 TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED DOTS OR PAINTED LINE) ON THAT MAIN STREET MARKER MARKER . . . . FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) HYDRANT MARKERS 4" RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) PUBLIC WORKS + ' HYDRANT MARKER LAYOUT STD. PLAN — 310.3 DEPARTMENT MARCH 2010 13"x24" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE CITY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID-STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING FOR TOUCHREAD PIT LID (SEE DETAIL A-A) J I IN UNIMPROVED RIGHT OF ?I WAY INSTALL METER BOX AT PROPERTY LINE WITH 12" w LONG COPPER TAILPIECE. w 9" MIN O I SIDEWALK 0 12" MAX FINISH GRADE ?¢ TOUCHREAD WATER METER TO BE o° SUPPLIED BY THE 12 z a u 36' MIN COVER N� CITY �> TYPE "K" SOFT o� COPPER TUBING `V rq 22-1/2' 'o" NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS /3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4" METER: FORD SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR MUELLER: 3/4-8-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT MCDONALD BRASS: 21-415WCQ044, OR MUELLER: 1-8-2470-2 (3/4" F81000-3-0) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON (1" FB1000-4-Q) OR AY MCDONALD 47018 INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. A — A DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE L _ 2-1/2" MIN. FROM NEAREST FF AND FRONT EDGE OF PIT LID TYPICAL RIB NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. PUBLIC WORKS 3/4" AND 1" WATER SERVICE STD. PLAN - 320.1 � NTO� DEPARTMENT NOVEMBER 2009 I w CAUTION VALVE BOX SHOULD NOT REST ON J PIPE. LATER COMPACTION IN AREA OF VALVE BOX 11 COULD CAUSE THE BREAKAGE OF THE SERVICE. 0 11 12 a n: a PRIVATE PLUMBING 9" MIN. g SHALL CONNECT 12" MAX. HERE x i �> 0 M 4 7 7 M 2" BRASS PLUG CRUSHED ROCK VAULT. (THREADED) BY PASS NOT ALLOWED FOR IRRIGATION METERS 2 3 6 7 7 13 1 5 AND 2" WATER SERVICE DETAIL MIPT x QUICK JOINT a MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT—OF—WAY BEHIND SIDEWALK 1. 2" tapped tee on new water meter. 2. 4" long X 2" brass nipple with threaded ends (MIPT). A— A 3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if DRILL 2" DIA. HOLE FOR required (see standard detail 330.1). TOUCHREAD DEVICE 4. Two piece cost iron valve box. Standard 8" top section with regular base section, length to fit, 'lug" type cover. — =4 5. 2" brass bushing (MIPT x FIPT) 2 each 2" brass or bronze nipples 6" length, threaded ends 2 each 2"-90' brass or bronze elbows (FIPT x FIPT) 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. T} 7. 2" soft copper type K or brass nipples, length to fit. TYPICAL RIBJ 8. 2" threaded brass 90' ell. 9. 2" Customsetter with by—pass Ford VBH 86-128-11-77 (17-3/16") or McDonald brass N /FR MIN. FROM NEAREST A 3OB715WDFF775, with flanged angle ball valve and padlock wings on inlet, and angle check valve AND FRONT EDGE OF PIT LID outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron damond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for touchread pit lid, and meter read lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. MATERIAL LIST FOR 1-1/2" SERVICE WITH METER LOCATED IN RIGHT—Of—WAY BEHIND SIDEWALK 1. 2" tapped tee on new water main 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if required (see standard detail 330.1). 4. Two piece cast iron valve box. Standard 8" top section with regular base section, length to fit, "lug" type cover. 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT), 2 each 1-1/2" brass or bronze nipples 6" length (threaded ends), 2 each 1-1/2"— 90' brass or bronze elbows (FIPT x FIPT) 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 1-1/2" soft copper type K or brass nipples, length to fit. 8. 1-1/2" pack—joint 90' ell, for Ford L44-77 or equal. 9. 1-1/2" Customsetter with by—pass Ford VBH 66-12B x 13-3/16" or McDonald brass, with Flanged angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and purity tests. 12. 17"x30" equal to Mid—States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron damond plate cover 18"x31" equal to Mid—States Plastics, Inc. MSCBC-1730—R with 2" drilled hole for tauchread pit lid and meter read lid. 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. NOTE: ALL METER BOXES INSTALLED IN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST—IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX. `S Y �OPUBLIC WORKS 2 AND 11/2" WATER SERVICE LOCATED STD. PLAN - 320.3 $ DEPARTMENT IN RIGHT OF WAY BEHIND SIDEWALK �,N,�p FEBRUARY 2010 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements Appendix C Geotechnical Report - , i t 5� + UY Fla ax- r R 1 u _ Geotechnical Engineering Services £Y NE 3rd/4th Corridor Improvements Phase 1 Intersection Improvements { Renton, Washington �I v �FP for #fi �y1 y City of Renton and x Parametrix � y August 16,2011(original) ;w, September 27,2011(reissue) # zty� rid yyy��' � .4 J r , e�'t D s II ,? C --•� -� , �! u ram gym ' -°-` Win. �`•`- �. s £f r".r. 414 4, �' 1 rl� ❑v te a _. f ❑ :f .�°' _•x , j �.°/ ,s' ,�',r< iawkv , t �y '�',�� o �,r rr=�•�" f�'� � tj.ff � { �'`.� s a r�s ,� �����`' ���r �� �: r Q • 7 A. y4l 4 rq ff 1 Y Geotechnical Engineering Services NE 31d/41h Corridor Improvements Phase 1 Intersection Improvements Renton,Washington for City of Renton and Parametrix August 16, 2011(original) September 27, 2011(reissue) GMENGINEERS 8410 154th Avenue NE Redmond,Washington 98052 425.861.6000 YEARS 2010 Geotechnical Engineering Services NE 3rd/4th Corridor Improvements Phase 1 Intersection improvements Renton, Washington File No.0693-070-00 August 16,2011(original) September 27,2011(reissue) Prepared for: City of Renton c/o Parametrix 1019 39th Avenue SE,Suite 100 Puyallup,Washington 98374 Attention:Chuck Schott, PE Prepared by: GeoEngineers, Inc. 8410154th Avenue NE Redmond,Washington 98052 425.861.6000 Christopher M. Kokesh, PE Geotechnical Engineer --" Thomas A.Tobin, PE `d ljq 27951 �y Principal ��'�,��GISTER�'4 CMK:TAT:nlu �SxONAL ECG Disclaimer:Any electronic form,facsimile or hard copy of the original document(email,text,table,and/or figure),if provided,and any attachments are only a copy of the original document.The original document is stored by GeoEngineers,Inc.and will serve as the official document of record. Copyright©2011 by GeoEngineers,Inc.All rights reserved. GMENGINEERS Table of Contents INTRODUCTION AND PROJECT DESCRIPTION............................................................................................1 FIELD EXPLORATIONS AND LABORATORY TESTING.................................................................................1 FieldExplorations...................................................................................................................................1 LaboratoryTesting.................................................................................................................................2 Geotechn ica I....................................................................................................................................2 PREVIOUSSTUDIES......................................................................................................................................2 SITECONDITIONS..........................................................................................................................................2 Setting.....................................................................................................................................................2 Geology...................................................................................................................................................2 CriticalAreas Delineation......................................................................................................................3 SurfaceConditions.................................................................................................................................3 SubsurfaceConditions..........................................................................................................................4 Soil ............................................................................................................................................4 GroundwaterConditions...................................................:.............................................................4 PavementConditions.............................................................................................................................5 CONCLUSIONS AND RECOMMENDATIONS................................................................................................5 Summary of Geotechnical Considerations...........................................................................................5 Earthwork...............................................................................................................................................5 Earthwork Considerations..............................................................................................................5 Clearingand Grubbing....................................................................................................................6 SubgradePreparation.....................................................................................................................6 StructuralFill Materials.........................................................................:.........................................6 TemporarySlopes...........................................................................................................................8 Benching..........................................................................................................................................9 PermanentSlopes...........................................................................................................................9 SiteDrainage...................................................................................................................................9 RetainingWalls......................................................................................................................................9 ModularBlock Gravity Walls.........................................................................................................10 Concrete Cantilever Walls.............................................................................................................12 Mechanically Stabilized Earth (MSE)Walls.................................................................................14 WallDrainage................................................................................................................................17 Belowground Structure Design ...........................................................................................................17 LateralLoads.................................................................................................................................17 BearingPressure and Settlement................................................................................................18 Construction Considerations........................................................................................................18 Excavation .....................................................................................................................................19 Traffic Signal and Luminaire Foundations..........................................................................................19 Design Considerations..................................................................................................................19 ConstructionConsiderations........................................................................................................19 InfiltrationEvaluation...........................................................................................................................20 PavementDesign.................................................................................................................................21 SubgradePreparation...................................................................................................................21 PavementAlternatives..................................................................................................................22 New Pavement Design Criteria.....................................................................................................22 GWENGINEER� September27,2011 I Page File No.0693-070-00 Table of Contents (continued) Asphalt Concrete Overlays............................................................................................................23 EarthquakeEngineering......................................................................................................................23 Design Earthquake Parameters...................................................................................................23 SeismicHazards............................................................................................................................24 ADDITIONAL GEOTECHNICAL SERVICES..................................................................................................24 LIMITATIONS...............................................................................................................................................24 REFERENCES..............................................................................................................................................25 LIST OF FIGURES Figure 1.Vicinity Map Figure 2.Site Plan Figure 3.Shallow Foundation Bearing Capacity APPENDICES Appendix A. Field Explorations Figure A-1- Key to Exploration Logs Figures A-2 through A-6- Log of Borings Appendix B. Laboratory Testing Figures B-1 through B-3 -Sieve Analysis Results Appendix C. Previous Explorations Appendix D. Report Limitations and Guidelines for Use Page ii I September 27,2011 i GeoEngineers,Inc. Re No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS �Renton,Washington INTRODUCTION AND PROJECT DESCRIPTION This report presents the results of our geotechnical engineering services for the NE 3rd/4th Corridor Improvements, Phase 1 Intersection Improvements project in Renton, Washington. The Phase 1 project segment is an approximately 1/4-mile stretch of NE 4th Street beginning just east of the intersection of NE 4th Street with Union Avenue NE and continuing east to just west of the intersection with Bremerton Avenue NE. The alignment also includes Whitman Avenue NE. The site is shown relative to surrounding physical features on the Vicinity Map, Figure 1, and the Site Plan, Figure 2. Our understanding of the project is based on discussions with Parametrix and the City of Renton. The City of Renton proposes to construct a transportation project on NE 4th Street between Union Avenue NE and Bremerton Avenue NE. The project will widen the north side of NE 4th Street between Union Avenue NE and approximately 200 feet east of Whitman Avenue NE to add a bike lane, landscaped planting strip, and reconstructed sidewalks. Pedestrian accessibility retrofits will be provided on the north side of NE 4th Street between Whitman Avenue NE and Bremerton Avenue NE. The project also proposes to modify the intersection at Whitman Avenue NE to improve traffic operations and safety within this segment of the NE 4th Street corridor. Intersection improvements include signalizing and illuminating the intersection, widening the north leg (existing Safeway entrance), revising existing raised channelization on NE 4th Street and closing two U.S. Post Office driveways and auxiliary lane fronting NE 4th Street at the southeast corner of the intersection. The project will reconstruct the post office mail drop and add a new secure driveway approach on Whitman Avenue NE to mitigate the proposed closure of existing approaches on NE 4th Street. Additionally,the project will upgrade the existing roadway illumination system with decorative light poles, roadway luminaires, and pedestrian luminaires. Existing overhead utilities on the north side of the road will be converted during the project to underground utilities, except high voltage transmission lines, which will be relocated to new poles. Drainage systems will be upgraded as necessary to support the proposed project improvements. It is our understanding that new stormwater management facilities will include a detention/wet vault and relocation of an existing bioswale. Pervious pavements are being considered for new alignment sidewalks. The purpose of this study is to complete subsurface explorations at the project site and to provide geotechnical engineering conclusions and recommendations for the design and construction of the proposed improvements. Our geotechnical engineering services are completed in general accordance with our Scope of Services dated November 2, 2011 and subconsultant agreement between our firms. This report updates and supersedes the draft version dated, May 27, 2011. FIELD EXPLORATIONS AND LABORATORY TESTING Field Explorations The subsurface soil and groundwater conditions were evaluated by drilling five borings(B-1 through B-5). The borings were completed using trailer-mounted, continuous-flight, hollow-stem auger drilling equipment. The approximate locations of the explorations are shown on the Site Plan, GEOENGINEER� September27,2011 I Page 1 File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington Figure 2. Details of the field exploration program and logs of the explorations including details of the monitoring well installations are presented in Appendix A. Laboratory Testing Geotechnical Soil samples were obtained during drilling and taken to GeoEngineers' laboratory for further evaluation. Selected samples were tested for the determination of moisture content and grain size distribution (sieve analysis). A description of the laboratory testing and the test results are presented in Appendix B. It should be noted that the sieve analyses were performed on soils obtained from samplers that have an opening size of 11/2 inches so larger sized particles can't be obtained by the samplers. Therefore, the sieve results do not account for soil particles that are larger than 11/2 inches. The larger sized material is described qualitatively based on visual observations and experience on projects where excavations were made into similar formations. PREVIOUS STUDIES In addition to the explorations completed as part of this study,we reviewed the logs of explorations completed as part of previous studies in the project segment vicinity. The previous studies reviewed include: ■ AGRA Earth & Environmental report titled, "Geotechnical Engineering Report, Renton Highlands Post Office, 43XX SE 128th Street, Renton, Washington," prepared for Sienna Architecture Company, dated October 6, 1998. ■ AGRA Earth & Environmental letter report titled, "Infiltration Test Report, Supplement No. 1: Stormwater Infiltration, Renton Highlands Post Office, 4301 SE 128th Street, Renton, Washington," prepared for Sienna Architecture Company,dated April 15, 1999. The approximate locations of previous explorations near the project corridor are shown on the Site Plan, Figure 2, and the corresponding exploration logs are included in Appendix C. We reviewed additional reports from nearby projects, including the logs of other previous studies, which are not included in this report. SITE CONDITIONS Setting The NE 31d/4th Corridor Improvements, Phase 1 Intersection Improvements project is located in west central King County, Washington approximately 4 miles southwest of Cougar Mountain and approximately 21/4 miles east-southeast of Lake Washington. Geology Published geologic information for the project vicinity includes a Pacific Northwest Center for Geologic Mapping Studies map, "Geologic Map of King County, Washington". Mapped soils along Page 1 September 27,20 It I GeoEngineers,Inc. File ND.0693-070-00 NE 3R0/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington the project alignment consist of glacial till. Fill soils associated with roadway construction, site development,and utilities are also anticipated. Glacial till typically consists of a dense to very dense heterogeneous mixture of sand, gravel, cobbles and occasional boulders in a silt and clay matrix that were deposited beneath a glacier. A zone of weathered till typically overlies the glacial till to depths of several feet below the ground surface. This weathered zone is somewhat drained, whereas the unweathered till is a barrier to vertical drainage. Water percolating into the weathered till will usually pond and migrate laterally between the weathered and unweathered layers. Critical Areas Delineation As part of our services, we reviewed King County's online service for critical and sensitive areas within the project site and vicinity, including maps of seismic areas, erosion areas, coal mine, and landslide hazard areas. Based on our review, the project area is not mapped within geologic hazard areas designated as seismic areas, erosion areas, coal mine areas, nor landslide hazard areas. Renton Critical Areas Ordinance No. 5137 regulates land development within and adjacent to areas defined by the ordinance as critical areas. Geologic critical areas defined by the ordinance include landslide, steep slope and coal mine hazard areas. The project area does not meet the designations for landslide, steep slope, or coal mine critical areas. The project area is within a "Zone 2 Aquifer Protection Zone"as defined by the ordinance. Surface Conditions The project site is located along NE 4th Street between Union Avenue NE and Whitman Avenue NE in Renton, Washington (Vicinity Map, Figure 1). The alignment also includes Whitman Avenue NE. The adjacent property usage includes box store, restaurant, post office, retail, and residential developments. The property immediately west of Whitman Avenue NE is undeveloped. An unnamed creek flows within the undeveloped tract and approximately parallel and just west of Whitman Avenue NE. A stormwater pond is sited just southwest of the current terminus of Whitman Avenue NE. The present configuration of NE 4th Street consists of two eastbound and two westbound travel lanes with an additional center turn lane and a short turn lane into Whitman Avenue NE and the Post Office. There is also a bike lane along the south curb line of the eastbound lane of NE 4th Street. The roadway alignment along NE 4th Street slopes downward gradually from Union Avenue NE to Whitman Avenue NE (west to east) from about Elevation 400 to Elevation 390. From Whitman Avenue NE to the eastern extent of the alignment the road surface climbs gradually (west to east) to about Elevation 410 feet. The roadway alignment along Whitman Avenue NE is generally flat at about Elevation 394 feet plus/minus about 2 feet. A short slope along Whitman Ave NE(less than 5 feet tall) provides the grade transition from the lower road surface to the higher Post Office Employee parking lot. GEOENGINEER� September 27,20111 Page3 File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington Vegetation along the project alignment consists primarily of landscaped planter strips of grass, shrubs,and ornamental trees. Subsurface Conditions The subsurface soil and groundwater conditions at the site were evaluated by drilling five borings (B-1 through 13-5), and reviewing historical test pit exploration data from available for the Post Office located at the southeast corner of NE 4th Street and Whitman Avenue NE. The logs of the explorations are presented in Appendix A and Appendix C for the current study borings and historical test pits, respectively. Soil The available data indicate that soils below the zone of man-made disturbance generally consist of competent sand and gravel glacial deposits. This material will likely be pervasive throughout the entire project area. Exceptions may occur in the proximity of the unnamed creek/and or wetland areas where soft and/or organic soils may be present. The soils in the zone of man-made fill are generally in a loose to medium dense condition and range up to 71/2 feet deep along the project alignment. Specifically, fill was encountered in the upper 7 feet in B-1, 5 feet in B-2,3 feet in B-3, 71/2 feet in B-4,and 71/2 feet in B-5. The native soils below the zone of disturbance are generally medium dense to very dense except for thin (about 21/2 feet thick) layers of loose silty sand with trace organic matter that were encountered in borings B-1 and B-4 at depths of 7 to 91/2 feet below the ground surface (bgs) and 71/2 to 10 feet bgs, respectively. Groundwater Conditions Table 1 presents groundwater levels observed at the time of drilling for our current borings. The depths to groundwater noted at the time of drilling represent conditions observed during the exploration and may not represent the true static groundwater level because it can take hours or even days for the groundwater level observed in a boring to reach equilibrium. Groundwater levels are expected to fluctuate as a result of season and precipitation,and other factors. TABLE 1. GROUNDWATER LEVELS Approximate Approximate :Approximate Surface Depth to Groundwater Groundwater Exploration Date Elevation Groundwater Elevation Observations (feet) (feet) ! (feet) f B-1 Not encountered 397 April.4;_2011 Not encountered At time of drilling B-2 392 April 6,2011 11 381 At time of drilling B-3 395 April 4,.2011 M1 Not encountered Not encountered At time of drilling . B-4 396 April 4,2011 91/2 3861/2 At time of drilling B-5 392 April 6,2011 9172 382'/2 At time of drilling Page 4 1 September 27,2011 1 Geolingineers,Inc. File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS !Y Renton,Washington Pavement Conditions The existing pavement along the NE 4th Street alignment at our boring locations consists of Portland cement concrete (PCC). The curb lanes of NE 4th Street are partially paved with hot mix asphalt (HMA) as it appears that the original PCC roadway was widened with HMA pavement sections. HMA concrete was encountered in the two borings completed through the Post Office parking lots. Table 2 presents the pavement section thickness of at each of the borings completed through existing pavement. TABLE 2. PAVEMENT THICKNESS ye'7117"T �r$r....• *,�...-.�.. ..�.�,+.•'...n'°'��' ' ,'"' ?tnn.�-^yg" r rc,i^ _i .. Boring I Location Portland Cement Concrete Hot IVI!Ix Asphalt �> (inches) (inches) B-1 Westbound NE 4th Street 6 — B-2 Westbound NE 41'Street 7 — B-3 Post Office Customer Parking Lot — 6 B-4 Post Office Employee Parking Lot — 71/2 CONCLUSIONS AND RECOMMENDATIONS Summary of Geotechnical Considerations We conclude that the planned improvements can be successfully completed from a geotechnical perspective, provided the considerations presented in this report are incorporated into the project planning and design. A summary of the primary geotechnical considerations is provided below. The summary is presented for introductory purposes only and should be used in conjunction with the complete recommendations presented in this report. • Groundwater seepage will likely be encountered in deeper excavations. Groundwater was encountered in three of the five borings at depths ranging between Elevation 381 and 3861/2 feet. • Most of the on-site soils observed in the explorations generally contain a moderate to high percentage of fines (silt and clay). On-site soils may be suitable for reuse as fill during dry weather, provided they can be moisture-conditioned. Imported gravel borrow may be necessary during wet weather. • Based on our analyses,the on-site soils are suitable for only limited stormwater infiltration. These and other geotechnical considerations are discussed further, and recommendations pertaining to the geotechnical aspects of the project are presented in the following sections of this report. Earthwork Earthwork Considerations Fill and glacial soils were observed in the explorations. We anticipate that these soils can be excavated with conventional excavation equipment,such as trackhoes or dozers. While we did not encounter cobbles or boulders in the borings we completed for this project, cobbles and boulders GEOENGINEER� September27,2011 I Pages Re ND.0693-010-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS n Renton,Washington are known to exist in glacial soils. The contractor should be prepared to deal with debris in the fill and cobbles and boulders in the native soils. Clearing and Grubbing The existing ground surface along the project alignment is typically vegetated or paved as discussed in the "Surface Conditions" section of this report. Embankment areas covered with vegetation should be cleared and grubbed in accordance with Section 2-01 of the Washington State Department of Transportation (WSDOT)Standard Specifications. Subgrade Preparation Prior to placing new fill, subbase or base course materials, subgrade areas should be proof-rolled to locate areas of loose, soft or pumping soils. Proof-rolling can be completed using a piece of heavy tire-mounted equipment or a loaded dump truck. If soft or pumping soils are observed,such unsuitable subgrade soils should be recompacted or overexcavated and replaced. The depth of overexcavation should be determined by a geotechnical engineer. If deep pockets of soft or pumping soils are encountered, it may be possible to limit the depth of overexcavation by placing a woven Geotextile for Separation or Soil Stabilization (WSDOT Standard Specification 9-33.2)on the overexcavated subgrade and covering the geotextile with structural fill. We recommend using the specified woven fabric for soil stabilization. The geotextile will provide additional support by bridging over the soft material, and will help reduce fines contamination into the structural fill. The need for geotextile fabric and overexcavation should be evaluated by a geotechnincal engineer. A geotechnical engineer should monitor the subgrade preparation operations to help determine the depth of removal of soft or pumping soils, and to evaluate whether subgrade disturbance or progressive deterioration is occurring. Subgrade disturbance or deterioration could occur if the subgrade is wet and cannot be dried. If the subgrade deteriorates during proof-rolling or compaction, it may become necessary to modify the proof-rolling or compaction criteria or methods. Backfill in old utility trenches or previously placed fill to construct the existing road prism that exhibit surface settlement or pavement distress should be tested and recompacted if necessary. The uppermost 2 feet supporting the pavement structure should be compacted to at least 95 percent of the maximum dry density (MDD) estimated in general accordance with American Society for Testing and Materials (ASTM) D 1557. Material below this level should be compacted to at least 90 percent. Structural Fill Materials Materials used to construct roadways, placed to support retaining structures or foundations, or placed behind retaining structures are classified as structural fill for the purpose of this report. Structural fill material quality varies depending upon its use,as described below: 1. As a minimum, structural fill placed to construct embankments and roadways, to backfill utility trenches and to support foundations should meet the criteria for common borrow, WSDOT 9-03.14(3). Common borrow will be suitable for use as structural fill during dry Page 6 1 September 27,20111 GeaEngineers,Inc. He No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS D Renton,Washington weather conditions only. If structural fill is placed during wet weather, the structural fill should consist of gravel borrow,WSDOT 9-03.14(1). 2. Structural backfill for walls should meet the criteria for g ravel backfill for walls, WSDOT 9-03.12(2). 3. Structural fill placed to surround collector pipe (drain rock) should meet the criteria for gravel backfill for drains,WSDOT 9-03.12(4). 4. Structural fill placed as crushed surfacing base/top course below pavements should conform to WSDOT 9-03.9(3). ON-SITE SOILS The soils observed in the explorations generally contain a moderate to high percentage of fines (silt and clay) and are moisture-sensitive. The on-site soils encountered in our exploraions generally meet the criteria for common borrow (WSDOT 9-03.14(3)) and may be suitable for use during dry weather construction only, provided the soil has a moisture content near optimum. The on-site soils generally do not meet the criteria for gravel borrow(WSDOT 9-03.14(1)). If encountered, fine-grained soils (silt and clay) do not meet the criteria for common borrow and should not be used as structural fill. Peat and organic silt soils are unsuitable for use as structural fill. FILL PLACEMENT AND COMPACTION CRITERIA Structural fill should be mechanically compacted to a firm, non-yielding condition. Structural fill should be placed in loose lifts not exceeding 1 foot in thickness. Each lift should be conditioned to the proper moisture content and compacted to the specified density before placing subsequent lifts. Structural fill should be compacted to the following criteria: 1. Structural fill placed behind retaining walls should be compacted to at least 90 percent of the MDD in general accordance with ASTM D 1557. Care should be taken when compacting fill near the face of retaining walls to avoid overcompaction and hence overstressing the walls. 2. Structural fill in embankment and new pavement areas, including utility trench backfill, should be compacted to 90 percent of the MDD (ASTM D 1557), except that the upper 2 feet of fill below final subgrade should be compacted to 95 percent of the MDD(ASTM D 1557). 3. Structural fill placed to support foundations should be compacted to 95 percent of the MDD (ASTM D 1557). 4. Structural fill placed as crushed rock base course below pavements should be compacted to 95 percent of the MDD(ASTM D 1557). We recommend that a geotechnical engineer be present during proof-rolling and/or probing of the exposed subgrade and pavement subgrade soils, and during placement of structural fill. The geotechnical engineer will evaluate the adequacy of the subgrade soils and identify areas needing further work, perform in-place moisture-density tests in the fill to evaluate whether the work is being done in accordance with the compaction specifications, and advise on any modifications to procedure that may be appropriate for the prevailing conditions. GEOENGINEER� September27,2011 I Pagel File No.0693-070-00 NE 3110/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS:Renton,Washington WEATHER CONSIDERATIONS The on-site soils generally contain a moderate to high percentage of fines (silt and clay) and are moisture-sensitive. When the moisture content of these soils is more than a few percent above the optimum moisture content, these soils become muddy and unstable, operation of equipment on these soils will be difficult, and it will be difficult or impossible to meet the required compaction criteria. Additionally, disturbance of near-surface soils should be expected if earthwork is completed during periods of wet weather. The contractor will need to take precautions to protect the subgrade during periods of wet weather. The wet weather season in western Washington generally begins in October and continues through May; however, periods of wet weather may occur during any month of the year. The optimum earthwork period for these types of soils is typically June through September. If wet weather earthwork is unavoidable,we recommend that: • The ground surface in and around the work area should be sloped so that surface water is directed away from the work area. The ground surface should be graded such that areas of ponded water do not develop. The contractor should take measures to prevent surface water from collecting in excavations and trenches. Measures should be implemented to remove surface water from the work area. • Erosion control techniques should be implemented to prevent sediment from leaving the site. • Earthwork activities should not take place during periods of heavy precipitation. • Slopes with exposed soils should be covered with plastic sheeting. • The contractor should take necessary measures to prevent on-site soils and soils to be used as fill from becoming wet or unstable. These measures may include the use of plastic sheeting, sumps with pumps,and grading. The site soils should not be left uncompacted and exposed to moisture. Sealing the surficial soils by rolling with a smooth-drum roller prior to periods of precipitation will help reduce the extent that these soils become wet or unstable. • Construction activities should be scheduled so that the length of time that soils are left exposed to moisture is reduced to the extent practical. Temporary Slopes We recommend that temporary unsupported cut slopes greater than 4 feet deep be inclined no steeper than 11/2H:1V. This applies to fully dewatered conditions. Flatter slopes may be necessary if seepage is present on the cut face. Temporary cut slopes should encroach no closer than 5 feet laterally from roadways, pavements, structures or other improvements. Some sloughing and raveling of the cut slopes should be expected. Temporary covering,such as heavy plastic sheeting, should be used to protect these slopes during periods of rainfall. Surface water runoff from above cut slopes must be prevented from flowing over the slope face by using curbs, berms, drainage ditches,swales or other appropriate methods. I I Page I September 27,2011 I GeoEnglneers,lnc. File No.0693-070-00 - NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington If temporary cut slopes experience excessive sloughing or raveling during construction, it may become necessary to modify the cut slopes to maintain safe working conditions and protect adjacent facilities or structures. Slopes experiencing excessive sloughing or raveling can be flattened or can be regraded to add intermediate slope benches, or additional dewatering can be provided if the poor slope performance is related to groundwater seepage. Benching In area where fill will be placed against existing slopes, the fill should be effectively keyed into the existing slope as described in Section 2-03.3(14)of the WSDOT Standard Specifications. Permanent Slopes We recommend that permanent cut and fill slopes be constructed no steeper than 2HAV. To achieve uniform compaction, we recommend that fill slopes be overbuilt slightly and subsequently cut back to expose properly compacted fill. We recommend that the finished slope faces be compacted by track walking with the equipment running perpendicular to the slope contours so that the track grouser marks help provide an erosion-resistant slope texture. I To reduce erosion, newly constructed slopes should be planted or hydroseeded shortly after completion of grading. Until the vegetation is established, some sloughing and raveling of the slopes should be expected. This may require localized repairs and reseeding. Temporary covering, such as clear heavy plastic sheeting,jute fabric, loose straw,or excelsior or straw/coconut matting, should be used to protect the slopes during periods of rainfall. Site Drainage Permanent drainage systems should intercept surface water runoff at the top and/or bottom of cut and fill slopes to prevent it from flowing in an uncontrolled manner across or off the site. The finished ground surface adjacent to new retaining walls should be sloped so that surface water runoff flows away from the structures. Retaining Walls We understand that cut and fill retaining walls are being considered for the planned roadway improvements. The following table, Table 3, summarizes the approximate retaining wall locations and geometries for the project. The following sections provide recommendations for each type of retaining wall system considered for this project. GEOENGINEER� September 27,2O 111 Page Pile No.0693-070-00 I NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS J Renton,Washington TABLE 3. SUMMARY OF PROPOSED RETAINING WALLS Station i If length , F Wall Height(feet) Fill Wall Type -Description P A roximate feet) a -A 5+10 LT 2 15 Fill Modular Block East side of AutoZone driveway 101+00 to East side of mail drop C 101+7 4 200 Cut Modular Block and bioswale on east side of Whitman Ave NE North end of bioswale on D '101+80 4 25 Cut Modular Block east side of Whitman Avenue NE MSE or Westside of Safeway 1106+00 to driveway E 9 100 Fill Cantilever 107+00 Concrete (Whitman Avenue NE, North Extension) Modular Block Gravity Walls We understand that modular block gravity retaining wall construction will be used for the fill wall along the east side of AutoZone driveway(Wall A) and the two walls cut into the existing slope for the planned bioswale along the east side of Whitman Avenue NE(Walls C and D). Modular block gravity walls (block walls) may be used for fill walls and cut slope wall segments where the wall configuration (height, width, temporary backcut, etc.) can be feasibly constructed. Block wall systems act as gravity retaining structures. Construction of this type of wall requires a base width approximately equal to 60 percent of the wall height, and this type of wall usually has a slight face batter. The units are backfilled with compacted granular soil. Block walls should be designed with back drainage as discussed in the "Wall Drainage" section below. The required temporary cut slope and width of the structures should be considered in planning and design. All temporary backcuts should be made in accordance with the "Temporary Slopes" section of this report. Block walls should be designed in accordance with the AASHTO LRFD Bridge Design Manual and the 2010 WSDOT Geotechnical Design Manual (GDM). We recommend the design parameters summarized in Table 4 for use in design of block walls. TABLE 4. LATERAL EARTH PRESSURES AND SOIL PARAMETERS FOR BLOCK WALLS 7�Parameter, y �Value . Backfill Soil'Unit Weight,y- 125 pcf Backfill Soil Friction Angle, 36° Foundation.Soil Unit Weight,y 125 pcf Foundation Soil Friction Angle, 36° Allowable Bearing Capacity-AASHTO Group 1 3,000 psf Allowable Bearing Capacity-AASHTO Group VII 4,000 psf Page 10 1 September 27,2011 1 GeoEngineers,Inc. File No.0693-070-00 NE 3PD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS •'Renton,Washington L Y Parameter Value -. .. .. _ _ :« _ :. - _ _ M .. .s _,mow Wall Foundation Coefficient of Sliding- Unfactored 0.72 Traffic Surcharge Lateral Pressure 3 65 psf Active Earth Pressure Coefficient,Ka 0.26 Active Earth Pressure i 32 pcf .Combined Active and Seismic Earth Pressure Coefficient, Kae 0.37 Combined Active and Seismic Earth Pressure 2.3 23H psf Foreslope: Level 3H:1V 2H:1V Passive Earth Pressure Coefficient, Kp 3.85 2.03 1.45 Passive Earth Pressure 1- Unfactored 481 pcf 254 pcf 181 pcf Notes: i Equivalent Fluid Density-triangular pressure distribution 2 H equals the retained wall height 3 Rectangular pressure distribution The design height of block walls should include the aboveground wall height as well as the full embedment depth of the wall below the toe of the wall. We recommend that block walls bear on properly compacted structural fill or on undisturbed glacially consolidated soils. For block walls supported on structural fill,the zone of structural fill should extend laterally beyond the wall footing edges a horizontal distance at least equal to the thickness of the fill. The minimum embedment depth for walls founded on sloping ground should be provided as described in Table 5. In addition, the minimum embedment depth should be provided below a theoretical 4-foot-wide horizontal bench that extends from the face of the wall and intersects the sloping ground in front of the wall. TABLE 5. MINIMUM EMBEDMENT DEPTHS FOR BLOCK WALLS Slope in Front of Wall k Mmimum Embedment Depth(ffeet)1 -� ��- . Horizontal H/20 or 2 feet,whichever is greater 3H:1V H/10 or 2 feet,whichever is greater 2H:1V .H/7 or 2 feet,whichever is greater Notes: 1 H equals the retained wall height We recommend that the subgrade excavations for block walls be examined by a geotechnical engineer prior to wall construction. Block walls should be designed with a factor of safety of 1.5 for sliding and 2 for overturning. We recommend that the wall designs be reviewed by a geotechnical engineer to verify that valid assumptions were made relative to material properties and other factors. GEOENGINEER� September27,20111 Page 11 Flle No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington SETTLEMENT Provided all loose soil is removed and the subgrade is prepared as recommended in the "Earthwork" section of this report, we estimate the total settlement of wall foundations will be on the order of 1-inch. The settlements will occur rapidly,essentially as loads are applied. Differential settlements over 100 feet of wall length are expected to be on the order of one-half the total settlement. CONSTRUCTION CONDITIONS Unsuitable subgrade soils may be encountered during wall construction. The discussions and recommendations for block wall design presented above assume that block walls are supported on shallow foundations bearing on properly compacted structural fill or on undisturbed glacially consolidated soils. The foundation subgrade for the block walls should be prepared in accordance with the recommendations provided in the "Earthwork" section of this report. We recommend that the condition of all block wall foundation excavations be observed by a geotechnical engineer to evaluate whether the work is completed in accordance with our recommendations and whether the subsurface conditions are as expected. Recommendations for wall drainage are given in the "Wall Drainage"section. Concrete Cantilever Walls We understand that concrete cantilever wall construction (WSDOT Type 1) is being considered for Wall E. Concrete cantilever walls are retaining structures frequently used in fill conditions that are economical for walls up to about 15 feet in height and use readily available construction equipment. Concrete retaining walls taller than about 15 feet become less economical than other retaining systems because they require large amounts of reinforcing steel and concrete to support the earth pressures of the retained soil. Concrete cantilever retaining walls typically have a heel that extends on the order of one-half the wall height behind the wall. This type of retaining structure is relatively settlement-sensitive, and suitable foundation support is important. We anticipate that some overexcavation of loose fill soils may be required to achieve suitable foundation support for concrete cantilever retaining walls for this project. STANDARD PLAN WALLS WSDOT has developed Standard Plans (WSDOT, 2010) for concrete cantilever retaining walls. These walls are acceptable for this project site, in our opinion. The concrete cantilever retaining walls are designed in accordance with the criteria of AASHTO LRFD Bridge Design Specifications (AASHTO, 2010). In our opinion,the standard plan walls will exhibit adequate factors of safety with respect to global stability, provided the walls are designed and constructed in accordance with the applicable WSDOT standards. Retaining wall backfill materials should consist of gravel backfill for walls as described in Section 9-03.12(2) of the WSDOT Standard Specifications. Placement and compaction of fill behind the walls should be in accordance with Section 2-09.3(1)E. Drainage behind the walls should be designed and constructed in accordance with WSDOT Standard Plan Sheet D-4. We recommend that standard plan walls be supported on shallow foundations, which are discussed below in the"Shallow Foundations"section. Page 12 1 September 27,20111 GeoEngineers,Inc. Re No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington NON-STANDARD PLAN WALLS Non-standard plan walls will need to be designed using the WSDOT LRFD approach in accordance with the criteria of the WSDOT GDM in conjunction with the 2010 AASHTO LRFD Bridge Design Specifications. Non-standard plan walls should be designed using the parameters shown in Table 6. TABLE 6. LATERAL EARTH PRESSURES AND SOIL PARAMETERS Parameter ..I¢ �.., Value 4k W4 M Backfill and Foundation Soil Unit Weight,y- 125 pcf Backfill and Foundation Soil Friction Angle, 36° Active Earth Pressure Coefficient,}Ka 0.26 Active Earth Pressure 1 32 pcf Passive Earth Pressure Coefficient, KP 3.85 Passive Earth Pressure 1- Unfactored - Level Toe Slope 481 pcf Active Seismic Earth Pressure Coefficient Kee 0.37 Total Combined Active plus Seismic Earth Pressure 2,3 23H psf Traffic Surcharge Pressure 3 65 psf Concrete Wall Foundation Coefficient of Sliding- Unfactored 0.72 Notes: 1 Equivalent Fluid Density-triangular pressure distribution 2 H equals the retained wall height 3 Rectangular pressure distribution Where large surcharge loads (such as from nearby retaining walls within a horizontal distance equal to the height of the wall, or from heavy trucks, cranes or other construction equipment) are anticipated in close proximity to the retaining walls, the walls should also be designed to accommodate the additional lateral pressures resulting from these concentrated loads. If soils adjacent to footings are disturbed during construction, the disturbed soils must be recompacted; otherwise,the lateral passive resistance value must be reduced. Recommendations for wall drainage are given in "Wall Drainage"section. We recommend that non-standard plan walls be supported on shallow foundations, which are discussed below in the"Shallow Foundations"section. FOUNDATION EMBEDMENT Concrete cantilever retaining walls should be supported on undisturbed native sand or structural fill. Both standard plan and non-standard plan concrete cantilever retaining walls should be embedded a minimum depth of 2 feet below final grades. SHALLOW FOUNDATIONS The bearing capacity for shallow foundations for Strength,Service and Extreme Limit loading states are presented in Figure 3. We recommend that the LRFD resistance factors listed in Table 7 be used when evaluating the three limit states for spread footings. Footing design parameters are provided above in Table 6. GEOENGINEER� September 27,20111 Page 13 File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS s Renton,Washington TABLE 7. LRFD SPREAD FOOTING RESISTANCE FACTORS M Resistance Factor 4, Limit State Shear ! Resistance I Passive Pressure Bering ' t a o Sliding �JE Resistance to Sliding Strength 0.8 0.45 0.5 Service 1.0 1.0 1.0 Extreme 0.9 0.9 0.9 We estimate that postconstruction settlement of footings that are underlain by competent fill or glacially consolidated soil, and are designed and constructed as recommended will be on the order of 1-inch or less, with differential settlement on the order of half that amount(ih-inch). Most of this settlement will occur rapidly as loads are applied. Lateral loads acting on structures supported by shallow foundations may be resisted by passive earth pressure against the embedded portion of the foundation, as well as friction along the base of the foundation. Unless covered by pavement or slabs, the passive resistance in the upper 12 inches of soil should be ignored. The foundation subgrade for the shallow foundations should be prepared in accordance with the recommendations provided in the "Earthwork" section of this report. We recommend that the condition of all shallow foundation excavations be observed by a geotechnical engineer to evaluate whether the work is completed in accordance with our recommendations and whether the subsurface conditions are as expected. Mechanically Stabilized Earth(MSE)Walls We understand that concrete MSE wall construction is being considered for Wall E. MSE retaining walls are often a cost-effective method for support of fill embankments, provided sufficient space is available required for placement of the reinforcing materials. Design of such a wall system must be based on-site-specific conditions and geotechnical parameters. Precast concrete members (panels or blocks) are widely used as facing elements. Principal advantages of MSE walls include relatively low unit cost and tolerance of relatively large differential settlements. MSE walls consist of alternating layers of backfill soil and reinforcing material with facing elements. Commonly used reinforcing elements include steel strips and various geosynthetic products such as geogrid and geotextile sheets. The vertical spacing of the reinforcing elements is typically on the order of 1 to 3 feet, depending on the type of wall, the reinforcing material specified and other parameters. if geosynthetic products are selected, long-term creep characteristics should be taken into consideration in product selection. Many proprietary MSE wall systems are available. The design procedures and wall details of several proprietary wall systems have been evaluated by WSDOT, which has resulted in a preapproved status for certain walls. An agreement between WSDOT and the proprietary wall manufacturer exists for preapproved systems, which allows the proprietary wall manufacturer to competitively bid a particular project without having to provide a detailed wall design in the contract plans. Preapproved proprietary wall systems with specific requirements and details are Page 14 1 September27,20111 GeoEngineers,Inc. File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS m Renton,Washington available in the Appendix of Chapter 15 of the WSDOT GDM. WSDOT should be contacted for a current list of the preapproved proprietary systems prior to selection of a system. If a non-preapproved wall system is chosen, it will be necessary for the wall supplier to completely design the wall in accordance with the AASHTO Standard Specifications for Highway Bridges LRFD approach as modified in the WSDOT GDM. We recommend that proprietary wall system designs be reviewed by the geotechnical engineer to confirm that valid assumptions were made relative to material properties, site conditions and other factors. DESIGN PARAMETERS MSE walls should be designed in accordance with the AASHTO LRFD Bridge Design Manual and the WSDOT GDM. We recommend the design parameters summarized in Table 8 for use in design of MSE walls. The values shown in Table 8 assume that the backfill soil is compacted as recommended in the"Earthwork"section of this report. TABLE 8. RECOMMENDED DESIGN PARAMETERS FOR MSE WALLS ( emforced Zone Soil R arced Soil 2Found�^on Bearing Soil " -i,2' aw -....-„...�-----�.-•--e.5�,..--�..r .«c. -«- ;.wt-,- .,.-s,�----,.�-� ..gem-• Soil Pro ernes Native Soils/ P ), GravelBorrow WSDOT„ Native Soils h Commori Borrow I 9,03.14(1) € - ° Glacially Consolidated): r I ± WSDOT 9-03.14(3),.•. ) Unit Weight(pcf) 135 125 130 Friction Angle(degrees) 36 34 38 Cohesion (psf) 0 0 0 Allowable Bearing Capacity(psf) N/A N/A 4,000 -AASHTO Group Allowable Bearing Capacity(psf) N/A N/A 6,000 -AASHTO Group VII The design heights of the MSE walls should include the above ground wall heights as well as the full embedment depths of the walls below the toes of the walls. Recommendations for wall embedment depths are based on the descending slope inclination in front of the walls as a function of overall wall height,as discussed below. The MSE walls should be designed for seismic loading as discussed in the "Earthquake Engineering”section of this report. In accordance with the WSDOT GDM, MSE walls that are free to translate or move during a seismic event should be designed with a reduced coefficient of horizontal acceleration (kh)of approximately one-half of the PGA for the site. This corresponds to a coefficient of horizontal acceleration of 0.22g. Alternatively, the value of the horizontal coefficient of acceleration can be calculated using the Mononobe-Okabe method specified in Article 11.6.5 of the AASHTO LRFD Bridge Design Specifications. The vertical coefficient of acceleration (k„) will be set to 0 for the analysis. GWENGINEER� September 27,20111 Page 15 File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS::Renton,Washington MSE walls should be designed with a factor of safety of 1.5 for sliding and pullout of reinforcing elements and a factor of safety of 2 for overturning. If proprietary wall systems are used, the wall supplier is responsible for evaluating these items. However, we recommend that proprietary wall system designs be reviewed by a qualified geotechnical engineer, to verify that valid assumptions were made relative to material properties and other factors. The minimum embedment depth of the MSE retaining walls will be a function of the height of the wall and the slope in front of the wall. We recommend that the permanent slopes in front of and above the MSE walls be inclined no steeper than the existing topography. Temporary cut slopes to install the MSE walls should be inclined no steeper than 11/2H:1V. The minimum embedment depth for walls founded on sloping ground should be provided as described in Table 9. In addition, the minimum embedment depth should be provided below a theoretical 4-foot-wide horizontal bench that extends from the face of the wall and intersects the sloping ground in front of the wall. TABLE 9. MINIMUM EMBEDMENT DEPTHS FOR MSE WALLS Slope In Front of Wall Minimum Embedment Depthl(feet) - ' Horizontal H 2O or 2 feet,whichever is greater 3H:1V H/10 or 2 feet,whichever is greater 2H:1V H/7 or2 feet,whichever is greater Notes: 1 H equals the retained wall height If the MSE walls will be subjected to the influence of surcharge loading from traffic or nearby retaining walls within a horizontal distance equal to the height of the MSE wall,the walls should be designed for the additional horizontal pressure using an appropriate design method. A common practice is to assume a surcharge loading equivalent to 2 feet of additional fill to simulate traffic loading; we consider this method appropriate for typical situations. Where large surcharge loads (such as from nearby retaining walls, heavy trucks, cranes or other construction equipment) are anticipated in close proximity to the MSE retaining walls, the walls should also be designed to accommodate the additional lateral pressures resulting from these concentrated loads. The foundation subgrade for the MSE walls should be prepared in accordance with the recommendations provided in the "Earthwork" section of this report. We recommend that the condition of all MSE wall foundation excavations be observed by a geotechnical engineer to evaluate whether the work is completed in accordance with our recommendations and whether the subsurface conditions are as expected. Recommendations for wall drainage are given in the "Wall Drainage"section. If the foundation subgrade for the MSE walls is adequately prepared,we anticipate that differential settlement along 100 linear feet of the MSE wall will be less than about 3/4-inch. Page 16 i September 27,2011 1 GeoEngineers,Inc. Re No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS -a Renton,Washington Wall Drainage Positive drainage should be provided behind conventional cast-in-place, MSE, and block walls by placing a minimum 2-foot wide zone of gravel backfill for walls immediately adjacent to the walls, unless designed for appropriate hydrostatic pressures. Gravel backfill for walls should conform to Section 9-03.12(2) of the WSDOT Standard Specifications. The gravel backfill for walls zone should extend from the base of the wall to within 1-foot of the finished ground surface behind the wall. The top 1-foot of fill should consist of relatively impermeable soil to prevent infiltration of surface water into the wall drainage zone. The drains should consist of 4-inch-diameter perforated collector pipe enveloped within a minimum thickness of 6 inches of gravel backfill for drains conforming to Section 9-03.12(4) of the WSDOT Standard Specifications. A construction geotextile for underground drainage, moderate survivability, conforming to Section 9-33 of the WSDOT Standard Specifications, should be placed between the gravel backfill and the native soils to prevent movement of the soils into the drainage backfill. We recommend using either heavy-wall pipe (SDR-35 PVC) or rigid corrugated polyethylene pipe (ADS N-12, or equal) for the collector pipe. We recommend against using flexible tubing for wall drain pipe. The pipes should be laid with a minimum slope of one-half percent and discharge into the stormwater collection system to convey the water to a suitable disposal location. The pipe installations should include cleanouts to allow for future maintenance. Permanent drainage systems should intercept surface water runoff at the top and/or bottom of cut and fill slopes to prevent it from flowing in an uncontrolled manner across the site. Belowground Structure Design We understand that several belowground structures are planned for the project including: ® A stormwater detention vault located on the west side of Whitman Avenue NE (oriented north-south) between approximate Station 103+00 LT and Station 104+60. The dimensions are approximately 50 feet long by 20 feet wide by 7 to 10 feet deep. The vault will have approximately 2 to 3 feet of cover. ® Utility vaults will constructed at various locations along the back of proposed sidewalk along the north side of NE 4th Street. The largest vault is anticipated to be 11 feet long by 6 feet wide by 6 feet deep. Lateral Loads If the vault walls are rigid (restrained against rotation), we recommend that the walls be designed for an at-rest earth pressure taken as an equivalent fluid density of 55 pounds per cubic foot(pcf) (triangular distribution). Rigid walls are walls that deflect less than about 0.001H under the at-rest pressure loading, where H is the height of the wall measured from the bottom of the vault to the ground surface. Once the wall moves approximately 0.001H, the active pressure state is achieved. Walls that are allowed to deflect more than about 0.001H under loading may be designed for the active earth pressure taken as an equivalent fluid density of 35 pcf (triangular GEoENGINEER� September 27,20111 Page 17 Re ND,0693-070-00 NE 3RD/4N CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS u Renton,Washington distribution). Both the at-rest and active pressures presented above require that the soils surrounding the vault are well drained. If drainage of the backfill surrounding the vault is not provided, the vault should be designed using an equivalent fluid density of 80 pcf (triangular distribution). The above recommendations for lateral pressures acting on below grade walls assume that the ground surface behind the walls is relatively level. Note, that if drainage is not provided, uplift forces on the vault will need to be considered. Uplift forces may be resisted by widening the vault footing such that the weight of the backfill over the footing exceeds the uplift force. If drainage within the vault backfill is feasible and desired, GeoEngineers should be contacted to provide additional recommendations for vault drainage. To account for light construction traffic surcharge loading, we recommend that the vault walls be designed for a uniform surcharge pressure determined by increasing the height of the fill behind the walls by 2 feet. Other surcharge loads should be included as appropriate. Seismic earth pressures should be used as a check in the wall design. We recommend that a rectangular seismic earth pressure distribution equal to 7H in pounds per square foot (where H is the wall height in feet) be added to the static lateral earth pressures presented above for the rigid wall or active earth pressure condition,whichever is appropriate. Lateral retaining wall loads can be resisted by a combination of friction between the footing and the supporting soil and by the passive lateral resistance of the soil surrounding the embedded portion of the footing. A coefficient of friction between concrete and soil of 0.72 and an unfactored passive lateral resistance corresponding to an equivalent fluid density of 481 pcf may be used in the design. We recommend that the upper 2 feet of passive resistance be ignored. Bearing Pressure and Settlement We anticipate that the larger detention vault structure will be constructed using a concrete structural mat foundations that may have a flat bottom or may be thickened below the perimeter and interior walls or areas of concentrated loading. The bearing capacity for shallow foundations for Strength,Service and Extreme Limit loading states are presented in Figure 3. We recommend that a geotechnical engineer observe the final subgrade below structural mat foundations to evaluate if the subgrade conditions are as expected, and to provide recommendations for design changes should the conditions encountered during construction differ from those anticipated. Provided all loose soil is removed and the subgrade is prepared as recommended under "Construction Considerations" below, we estimate the total settlement of vault/retaining wall foundations will be on the order of 1 inch or less. The settlement will occur rapidly, essentially as loads are applied. Differential settlements measured along 25 feet of the vault are expected to be less than 1/2-inch. Construction Considerations Subgrade disturbance may occur if foundation excavations are completed during wet weather. Aworking mat of lean concrete or compacted crushed rock should be placed over the vault Page 18 I September 27,2011 I GeoEngineers,Inc. Re No.0693-070-00 NE 3AD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS t:1 Renton,Washington subgrade immediately following excavation to reduce softening and disturbance of the subgrade if construction occurs during wet weather. If soft areas are present at the subgrade elevation,the soft areas should be removed and replaced with structural fill at the direction of the Geotechnical Engineer. In such instances, the zone of structural fill should extend laterally beyond the vault/retaining wall foundation edges a horizontal distance at least equal to the thickness of the fill. The condition of the vault/retaining wall subgrades should be observed by the Geotechnical Engineer to evaluate if the work is completed in accordance with our recommendations and that the subsurface conditions are as anticipated. Excavation We assume that the excavation will be completed using temporary cut slopes and that no shoring will be necessary. Temporary cut slopes should be constructed as described in "Temporary Slopes," above. Perched groundwater seepage may be encountered depending upon the location and time of year that the excavation is completed. We anticipate that groundwater seepage can be removed from the planned excavations by means of sumps and pumps, if necessary. Traffic Signal and Luminaire Foundations We understand that new traffic signals and luminaires are planned for the project. Pole foundation dimensions and loading have not been finalized; however, we anticipate that all project poles and foundations will comply with WSDOT preapproved signal pole and foundation designs. The following recommendations are based on the WSDOT GDM. Design Considerations Drilled shaft foundations designed in accordance with the 2010 WSDOT Design Manual and the WSDOT GDM, require a lateral-bearing pressure to determine the shaft depth required. The WSDOT design method to estimate lateral-bearing pressures is based on correlations with blow count data and the angle of internal friction of the soil. Pole foundation may be designed using a soil unit weight of 125 pcf, a soil friction angle of 30 degrees, and an allowable lateral bearing pressure of 1,500 psf. These recommendations assume that new pole foundations are founded in medium dense or denser native sand and gravel soils or properly compacted structural fill. Construction Considerations We recommend that drilled shaft foundations for the poles be installed using the WSDOT procedure. Concrete should be cast near against excavation sides. The use of temporary casing, drilling mud or other types of procedures should be used, as necessary, to control sloughing of sidewalls. However, any casing should be removed while the concrete is still fluid so that proper soil/cement contact is achieved. Sonotube casings should not be used. Slough should be removed from the bottom of the excavation prior to placement of concrete, as loose or disturbed soil in the excavation base could result in increased settlement. GEOENGINEER� September 27,20111 Page 19 File ND.0683-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS o Renton,Washington Structures that require relatively short shafts (less than 9 feet deep) may be formed and constructed in an open excavation. The backfill placed around the foundation in the excavation must be compacted in accordance with the WSDOT Standard Specification M41-10, Section 2-09.3(1)E and as described in the "Earthwork"section of this report using high quality soil backfill. Foundation construction should be in accordance with WSDOT Standard Specifications M41-10,Sections 8-20.3(2)and 8-20.3(4). Following the removal of the concrete forms(the forms may be left in place ONLY if corrugated metal pipe is used), compacted backfill should be placed around the shaft to provide containment. Controlled density fill may be used as an alternative for structural backfill. On the basis of our explorations and experience in the project vicinity, it is our opinion that perched groundwater could be encountered during construction. We recommend that casing and tremie or temporary dewatering methods be used to displace perched groundwater, if encountered, prior to the placement of concrete for pole foundations. We recommend that a geotechnical engineer be present during foundation excavation and/or drilling. The geotechnical engineer will evaluate and confirm the adequacy of the subgrade soils with respect to the anticipated conditions based on the borings and foundation design recommendations presented in this report. Infiltration Evaluation We understand that sidewalks may be designed as pervious pavements for stormwater management. The design of pervious sidewalks for stormwater management depends on the storage capacity of the pervious sidewalk system (capacity of the pervious sidewalk and the capacity of the crushed rock subbase)and infiltration capacity of the subgrade soils. The effective porosity of the pervious concrete depends on the concrete mix design used. The effective porosity of the crushed rock subbase should be evaluated from laboratory tests, but is typically about 30 to 40 percent for clean crushed rock(negligible fines and sand content). Two methods were used to evaluate an appropriate design (long-term) infiltration rate for the various soils encountered at the site in the current explorations. The methods consist of correlations based on United States Department of Agriculture (USDA) soil textural classification and ASTM gradation testing, as discussed in Section 3.3.6 of the Stormwater Management Manual for Western Washington (Ecology, 2005). We also reviewed the infiltration test results and recommendations presented in the geotechnical engineering report completed for the Post Office (AG RA, 1998). Table 10 presents a summary of the estimated infiltration rate based on two methods: 1) USDA textural class and, 2) ASTM laboratory gradation testing. Groundwater conditions at the site are summarized in the"Subsurface Conditions"section of this report. Page 201 September 27,20 It I GeoEngineers,Inc. ReNo.0693-070-00 - NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS =Renton,Washington TABLE 10. INFILTRATION DATA v wSample ^+q - r�.y.»,*yv- v � ,.t ... _-rz a�b,•.�rgiw ur) ate USDA Depth USCS ASTM Dio (Inches/hof Boring Textural +l« �. ,._. Interval Classification Class { (mm) i (feet) ,_ USDA h ASTM o !! 9 a .� . . t 'i ,. ro . o f to w «;w,.�. a— e 1 Loamy' <0.05 0.5 <0.8 B-1 .1 SM Sand B-1 16 SM Sandy <0.05 0.25 <0.8 Loam ,. ,.. Sandy -. B-2 21/2 SM <0.05 0.25 <0.8 Loam B-2 5 to 10 GP-GM Sandy 0.1 0.25 2.0 Loam B-3 1 to 2i/2 SM Loamy <0.05 0.5 <0.8 Sand B-3 10 SM Loamy <0.05 0.5 <0.8 Sand B-4 5 SP-SM Sand <0.05 2 <0.8 B-4 20 SM Loamy <0.05 0.5 <0.8 Sand B-5 11/2 GM Loamy <0.05 0.5 <0.8 Sand B-5 11 SP Sand 0.16 2 2.9 Notes: 1 Infiltration rates shown for two different methodologies per DOE simplified procedure Based on the USDA textural and the ASTM Gradation methods of evaluating approximate design (long-term) infiltration rates, the near-surface on-site soils are generally suitable for only limited stormwater infiltration. It should be noted that these infiltration rates are based on design guidelines that are intentionally conservative, not on actual on-site infiltration performance testing. We recommend completing on-site infiltration testing to establish more site-specific infiltration performance values. In our experience,site-specific testing often demonstrates higher infiltration performance than the values discussed above. Pavement Design Subgrade Preparation We recommend that the subgrade soils in new pavement areas be prepared and evaluated as described in the "Earthwork" section of this report. We recommend that the subgrade be compacted to at least 95 percent of the MDD per ASTM D 1557 prior to placing pavement section materials. If the subgrade soils are loose or soft, it may be necessary to excavate the soils and replace them with structural fill. A layer of suitable woven geotextile fabric may be placed over soft subgrade areas to limit the thickness of structural fill required to bridge soft,yielding areas. GEOENGINEER� September27,2011I Page21 File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS n Renton,Washington Pavement Alternatives The need to widen and realign the existing roadway along the project alignment will require the construction of new pavement sections. The following paragraphs outline the recommended pavement sections for new PCC sections, new asphalt concrete sections and for overlay sections. The design criteria we used are based on information provided by Parametrix, our field observations and explorations, laboratory test results, and our professional judgment. The design pavement sections given below were generated using the 1993 AASHTO "Guide for Design of Pavement Structures"and in accordance with City and WSDOT minimum sections. New Pavement Design Criteria We evaluated new pavements using the procedures of the AASHTO Guide for Design of Pavement Structures. Based on our understanding of the soil conditions,for the new pavement design option we assumed a California Bearing Ratio (CBR) for subgrade soils of 15, which corresponds to a resilient subgrade Modulus NO value of about 12.2 kips per square inch (ksi). The pavements section recommendations presented below were established using the traffic loading information provided by the Parametrix,which included: ■ Average Daily Traffic(ADT) • Westbound Outside Lane: 6,012 ADT - 1.5 percent Annual Growth Rate to 2030 design year • Eastbound Outside Lane: 5,983 ADT - 1 percent Annual Growth Rate to 2030 design year ■ 20 year design life ■ Truck traffic(classification) ■ Westbound Outside Lane: 5.2 percent(6-tire and up) ■ Eastbound Outside Lane: 5.0 percent(6-tire and up) ! Using the input parameters described above and the methodology presented in the AASHTO Guide, we recommend the HMA and PCC pavement section alternatives presented in the following tables, Tables 11 and 12. These pavement sections are consistent with the City of Renton minimum standard pavement sections and WSDOT Recommended Layer Thickens for New or Reconstructed Pavements for less than or equal to 5,000,000 EASLs(WSDOT,2010). TABLE 11. RECCOMENEDED FLEXIBLE PAVEMENT SECTION THICKNESS , ' Pavement Section Thickness Materia ! WSDOT Standard Specification (inches) - - HMA(Class 1/2-inch PG 64-22) 3 5-04 i HMA(Class 1-inch; PG 64-22)1 3 5-04 Crushed Surfacirig Base Course 6 4-04 Notes: 1 Can be subsututed with Class 1h-inch;PG 64-22 Page 22 1 September 27,2011 1 GeoEngineers,Inc. File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington TABLE 12. RECCOMENEDED RIGID PAVEMENT SECTION THICKNESS '.-,I, Pavement Section Thickness 11 *, "Material I WSDOiStandard Specification (inches) PCC Slab 8 5-05 Crushed Surfacing Base Course 41/2 4-04 Asphalt Concrete Overlays If a pavement overlay is incorporated in the design,we recommend the following: • Areas of severe fatigue cracking must be repaired by full-depth patching. • Ruts and depressions must be leveled prior to placing the overlay. • Longitudinal and transverse cracks must be cleaned and sealed. • Existing utility patches that have settled should be repaired as discussed in the Earthwork section of this report. • A stress absorbing geotextile, such as Petromat, is recommended to be placed between the existing pavement and the overlay in those areas that required patching or crack sealing to help reduce and delay reflection cracking and retard moisture infiltration. Earthquake Engineering Design Earthquake Parameters The seismic design of the proposed improvements can be completed using the design criteria presented in the WSDOT GDM and the AASHTO Guide Specifications for LRFD Seismic Bridge Design (2010). The GDM references the 2002 USGS National Seismic Hazards Mapping project for determining a peak ground (bedrock) acceleration coefficient for design. The AASHTO Guide Specifications recommend a 7 percent probability of exceedance in 75 years (nominal 1,000-year earthquake) design event for development of a design spectrum for highway bridges. Based on these criteria, we recommend the parameters for site class, seismic zone, acceleration coefficient and spectral acceleration coefficients presented in Table 13. TABLE 13. AASHTO SEISMIC PARAMETERS _ AASHTO,Seasmic.Parameter Recommended Value Site Class C Seismic Zone for 0.30<SDl<_0.50 3 Effective Peak Ground Acceleration Coefficient 0.432 As=FpgaPGA (1-00)(0.432) Design Spectral Acceleration Coefficient at 0.2 Second period 0.974 SDs=FaSs=(1.01)(0.964) Design Spectral Acceleration Coefficient at 1.0 Second period 0.472 SD1 F„S1.=(1:48)(0.319) M i GEOENGINEER� September 27,20111 Page 23 - file No.0693-070-00 NE 3RD/4R"CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS 2 Renton,Washington Seismic Hazards Based on USGS maps of active faults in the Puget Sound region, the site is located approximately 13/4 miles south of the Seattle Fault Zone. Because the thickness of Quaternary sediments below the site, which are commonly more than 1,000 feet thick in the region, and lack of fault displacement evidence in the area,the potential for surface fault rupture is considered remote. We evaluated the site conditions for seismic hazards including liquefaction, lateral spreading and seismically induced landsliding. Our evaluation indicates the site has low risk of liquefaction because of the presence of dense glacially consolidated soils below the site. Because there is a low risk of liquefaction,the site has a low risk of liquefaction-induced ground disturbance including lateral spreading. Our evaluation of seismically induced landsliding indicates that there is also a low risk for seismically induced landsliding; however, localized sloughing and minor instability may occur during a large seismic event. ADDITIONAL GEOTECHNICAL SERVICES Throughout this report, recommendations are provided where we consider additional geotechnical services to be appropriate. These additional services are summarized below: it During construction, a geotechnical engineer should evaluate the condition of retaining wall foundation subgrades, belowground structure subgrade, evaluate backfill compaction and observe installation of subsurface drainage measures. The purposes of construction phase services are to confirm that the subsurface conditions are consistent with those observed in the explorations and other reasons described in Appendix D, "Report Limitations and Guidelines for Use." II LIMITATIONS We have prepared this report for the exclusive use of the City of Renton, Parametrix and other project team members for the NE 3rd/4th Corridor Improvements, Phase 1 Intersection Improvements project in Renton,Washington. The data should be provided to prospective contractors for their bidding or estimating purposes, but our report and interpretations should not be construed as a warranty of the subsurface conditions. Within the limitations of scope, schedule and budget, our services have been executed in accordance with generally accepted practices in the field of geotechnical engineering in this area at the time this report was prepared. No warranty or other conditions, express or implied, should be understood. Any electronic form, facsimile or hard copy of the original document (email, text, table, and/or figure), if provided, and any attachments are only a copy of the original document. The original — document is stored by GeoEngineers, Inc. and will serve as the official document of record. Please refer to Appendix D titled "Report Limitations and Guidelines for Use" for additional information pertaining to use of this report. I, Page 24 I September 27,2011 1 GeoEngineers,Inc. File ND.0693-070-00 - NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS m Renton,Washington REFERENCES American Association of State Highway and Transportation Officials, "LRFD Bridge Design Specifications, 5th Edition,"2010. Ecology, Department of,State of Washington, 2005 Stormwater Management Manual for Western Washington, 2005. Booth, D.B.,Troost, K.A., and Wisher A.P., Pacific Northwest Center for Geologic Mapping Studies, "Geologic Map of King County,Washington." (available at http://geomapnw.ess.washington.edu/services/publications/map/data/KingCo_composit e.pdf), 2007. Renton, "Standard Plans."(available at http:Hrentonwa.gov/business/default.aspx?id=1020). United States Geological Survey, "Earthquake Hazards Program, Interpolated Probabilistic Ground Motion for the Conterminous 48 States by Latitude Longitude, 2002 Data." United States Geological Survey, "AASHTO Seismic Design Parameters CD," USGSSEIS-I-CD, 2008. United States Geological Survey Website,Seattle fault zone, in Quaternary fault and fold database of the United States, http://earthquakes.usgs.gov/regional/gfauIts. United States Geological Survey, "Ground Motion Parameter Calculator(software)." Washington State Department of Transportation, Design Manual M 22-01.07,July 2010. Washington State Department of Transportation, Draft WSDOT Pavement Policy,January 2010. Washington State Department of Transportation, Geotechnical Design Manual, M 46-03.03, November 2010. Washington State Department of Transportation, Standard Plans M 21-01,August 2, 2010. Washington State Department of Transportation,Standard Specifications for Road, Bridge and Municipal Construction,2010. GEOENGINEER� September27,2011I Page25 File No.0693-070-00 i -4."xT•ea>': _: 1 - b 3 2 afd <•:�,'.�: .y,Y tl >:-wr� '•` �. .s '1,r ..- �..!`•�;f-ki ,.. ;.:+. ��. ,�3 ;', :�. -...s• ....,. <C t,•s" "' 1 -� .F� `"f•w� �4"»d� ,'"�<:-e' �8' X .'��.,�N,�3. !M k4F;;;7 rr�. w�'w,`-'n! �;� ;:r .c •t „n"k. "'S ,�, �,r •S,' 'fi. s. „�} t „ .,<:»y;. 'k: .i�, ..�.� '-r ,:;, �:.• a -_.:�"wt -�� :'�c;,.c �"`k'j e4 ^d. �.... ,�w.- a. F:. .,'�s ,p,;a;•q ROME, :,. :w,-<,a,:..,}�'.'y-,,•� 'r �;��.:r r:! ��d �........:.... .r. .:.:.'. a ..., :: ;..;� '* �� -w �. g� a - e%v °?,k�r,» "�i 3„�' v c �4w 3iT' �� .,>,.<. -�.,#w�.* ':�-`a k �. `t+-���'�,... .x�'• .,::- -.',-;:. '.M4 -', ;-�.. :'� -:.•- :=r~x, ',-.._S ::-'., ,_:n ,^� -....,. �" M�..:', r �-.x.,:,� �.�: `h '�>a ri "Lr�"F:cF��.yR,,;,� ,:� x;,.w.. �:.+� �?� f�+�' -v�6c� is - 3`.}� e-.,r". r r �-�" -a�.?•�,: �n �t� ^r°m54 a»�,i�� r s �,..:' a"�, ,-� 4G i_ _ �,e- �+,�f-b- �� _ 9 n Loa, a f,..�,r. $�To ONTO n ` O St NE 1 i - # t , ! 1yE 91�' LY � '"i, i NE 17tH St 17th 5t 8 go M r L1t t �' ! __..¢'. - �- ,v3 -- NE12th6 -4 _T_T Z .. ISE tiZthSt SE 1 t3th St N, -E OF— NE "j�.. . l �r i x� 10th PI NE 10tH PII NEJ F �'4 k a � . N � . h SO a� '1 N 8t ..-..,.- ui 10th S't � -- I a -NE 91t SC Kitivanis r ^_ 1 e Stn S � .d M,,.�. I � - ` Park 1 @ :s<. � m t.. W :Z 3 �# '._� _ -m-� NEBtst� �. -t 3SE120thSt- _ D $ ` NEgtr 4 t` N£Tth PI j! j u' "4 NE 70 � „-, i 4 .:.,..'4 C�tE 6th PI ._.,.I ? �" N 1... N£6thSt--NEGthSt. Project SFt24thSt °•� �- p 'NESah rf" Location l - 1, �' z _ v, r (r NE. 'n[z C3�iy .m c+ r NE 4th Ci,-- !_�.. 1... _, i Z I�- SyW '`NE�btSt NE t_ `_ NE St iR ~` Cneenwo Y I f�. t, — z Q" n MettiOn81 w ' NE 3rd St- _ o ct .q J "� t` �tfE 2nd Std `! j :° '- j'- SE 132nd St -« NE 2nd St SE 132nd SO Ix NE tarp ca SE 1st _ T v se 13Sth St uJ SE 138111 Pt rn US 1.' 169 SE3thSt° �� r r - 1alitSt r i 1 1 I A SE 142nd Si E f ~ Z. rti may,as SE 144th St 3 LL jr r � 189 �r �i 1 +�. 0 M d1 a.w m y, N O � t, o Washington s o M m 2,000 0 2,000 O U ® Feet N n D" Notes: 0 1.The locations of all features shown are approximate. Vicinity Map IX 2.This drawing is for information purposes.It is intended to assist in showing features discussed in an attached document.GeoEngineers,Inc. w can not guarantee the accuracy and content of electronic files.The master NE 3rd/4th Corridor Improvements 0- file is stored by GeoEngineers,Inc.and will serve as the official record of Phase 1 Intersection Improvements this communication. 3.It is unlawful to copy or reproduce all or any part thereof,whether for Renton, Washington personal use or resale,without permission. W Data Sources: ESRI Data&Maps,Street Maps 2005 Bing Maps Road,20,0. G W E N G I N E E R� Figure 1 cci Transverse Mercator,Zone 10 N North,North American Datum 1983 North arrow oriented to grid north I —. _---- •r r C t L I + I PROPOSED WALL I J = PROPOSED WAL L- ._ , ❑ u t , . NE 4TH STREET J, — — _ _ j :. I ,• B-2 : jv , I _.i PROPOSED TRAFFIC POLE r I W,: I!; :. TP-13 - k h - , o o �z'.�1� -13-3 11 -3 - �:;r > Q. I: .. ': TP-T Z' - - - - - - TP14'' TP-9 - - IT-41' - - TP$ I r 1 I TP-1 TP-Z I .. IT-1 o l x , , TP-3 I LL _ PROPOSED WALL Q I PROPOSED WALL cli f I I ,; �_TP-15 TP-iL x II ... ` I �..� IT-5 TP-18 o y I I B-51 j`I IT-8 I ws ji I: -- ;_ 80 0 80 J[! °a FEET U 0 Notes Legend c1.The locations of all features shown are approximate. B-5 Boring by GeoEngineers, current study Site Plan 2.This drawing is for information purposes. It is intended to assist in o showing features discussed in an attached document.GeoEngineers, Inc.can not guarantee the accuracy and content of electronic files. TP-1 Test pit by AGRA, 1998 NE 3rd/4th Corridor Impoovements I; The master file is stored by GeoEngineers, Inc.and will serve as the IT-1 Infiltration test by AGRA, 1998 Phase 1 Intersection Improvements & official record of this communication. a Renton,Washington TP-13 Test pit by AGRA, 1999 Reference:File"XSU1779039P01-BA+DE.dwg"provided by Parametrix, IT-3 Infiltration test by AGRA, 1999 date unknown. GEOENGINEER Figure Retaining Wall Foundations Bearing Capacity vs. Footing Width 25 20 U X N C O N I C C 3 O LL O Y 15 U) co rn LL a U >. 0 g m 10 Y 'O °o Bearing Capacity Shown For Shallow C) Foundation Supported on Medium Dense or CD Denser Sand and Gravel Soils rn 0 _o o: 5 M N L O O O ti O Cl) 0 0) 0 0 5 10 15 20 25 Footing Width (ft) Y U Q --4--Strength&Extreme Limit State -0--Service Limit State(1 inch settlement) G EO E NG I N E E RS� SHALLOW FOUNDATION BEARING CAPACITY Earth Science+ FIGURE 3 Technology 1,, s .'� -'��'�t. rt ♦ r.. 1 r� :rr � :'t '� .::a 5n�.`�. 'v '�� ;.p ,t-�_ �- Awl 1 SWISS* OTT ;7 Or k d' a - , a : u , n t � i ;� - • APPENDIX A '` ° ' ° • Field Explorations 000 i 1 NE 3RO/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS u Renton,Washington APPENDIX A FIELD EXPLORATIONS General I Subsurface conditions were explored at the site by drilling five borings, B-1 through B-5. The borings were completed to depths ranging from about 151/2 to 251/2 feet below the existing ground surface. The drilling was performed by Geologic Drill, Inc. under subcontract to GeoEngineers on April 4, 2011 and April 6,2011. The locations of the explorations were estimated by taping/pacing in the field from existing site features, and the elevations were estimated from a topographic map provided by Parametrix. The approximate locations of the explorations are shown on the Site Plan, Figure 2. Borings Borings were completed using trailer-mounted, continuous-flight, hollow-stem auger drilling equipment. The borings were continuously monitored by a geotechnical engineer from our firm who examined and classified the soils encountered, obtained representative soil samples, observed groundwater conditions and prepared a detailed log of each exploration. The soils encountered in the borings were sampled at 21/2-or 5-foot vertical intervals with a 2-inch outside diameter split-barrel standard penetration test(SPT)sampler. The samples were obtained by driving the sampler 18 inches into the soil with a 140-pound hammer free-falling 30 inches. The number of blows required for each 6 inches of penetration was recorded. The blow count ("N-value") of the soil was 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 precluded driving the full 18 inches,the penetration resistance for the partial penetration was entered on the logs. The blow counts are shown on the boring logs at the respective sample depths. Soils encountered in the borings were visually classified in general accordance with the classification system described in Figure A-1. A key to the boring log symbols is also presented in Figure A-1. The logs of the borings are presented in Figures A-2 through A-6. The boring logs are based on our interpretation of the field and laboratory data, and indicate the various types of soils and groundwater conditions encountered. The logs also indicate the depths at which these soils or their characteristics change, although the change may actually be gradual. If the change occurred between samples, it was interpreted. The densities noted on the boring logs are based on the blow count data obtained in the borings and judgment based on the conditions encountered. Observations of groundwater conditions were made during drilling, and these observations represent a short-term condition and may or may not be representative of the long-term groundwater conditions at the site. Groundwater conditions observed during drilling should be considered approximate. GEOENGINEER� September27,2011 I PageA-1 Fle No.0693-070-00 - __ I I I I �I I i SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS SYMBOLS TYPICAL SYMBOLS TYPICAL GRAPH LETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS WELL-GRADED GRAVELS,GRAVEL- CLEAN 0�o ° GW SAND MIXTURES \�\ \ CC Cement Concrete GRAVEL GRAVELS AND GRAVELLY (LITTLE OR NO FINES) O O O O POORLY-GRADED GRAVELS, SOILS p p GP GRAVEL-SAND MIXTURES AC Asphalt Concrete COARSE GRAVELS WITH SILTY GRAVELS,GRAVEL-SAND- GRAINED MORE THAN 50% GM SILT MIXTURES CR Crushed Rock/ OF COARSE FINES SOILS FRACTION Quarry Spalls RETAINED ON NO. (APPRECIABLE EAMOUNT GC 4 SIEVE CLAYEY GRAVELS,GRAVEL-SAND- p CLAY MIXTURES Topsoil/ TS Forest Duff/Sod S.W WELL-GRADED SANDS,GRAVELLY CLEAN SANDS SANDS MORE THAN 50°,6 SAND RETAINED ON NO. AND (LITTLE OR NO FINES) 200 SIEVE SANDY SP POORLY-GRADED SANDS, SOILS GRAVELLY SAND Measured groundwater level in exploration,well,or piezometer MORE THAN 50% SANDS WITH SM SILTY SANDS,SAND-SILT OF COARSE FINES MIXTURES Groundwater observed at time of FRACTION exploration PASSING N0.4 — ex p SIEVE (APPRECIABLE AMOUNT L+/� CLAYEY SANDS,SAND-CLAY OFFINES) SC MIXTURES � Perched water observed at time of , INORGANIC SILTS,ROCK FLOUR, exploration ML CLLAAYEYSILTSWITHSLIGHT Measured free product in well or INORGANIC CLAYS OF LOW TO — piezometer �� SILTS MEDIUM PLASTICITY,GRAVELLY FINE LESS THAN sa AND LIQUID LIMIT CL CL4YS,SANDYCLAYS.SILTYCLAYS, Graphic LOcg LEAN CLAYS GRAINED CLAYS Contact ' SOILS OL ORGANIC SILTS AND ORGANIC Distinct contact between soil strata or SILTY CLAYS OF LOW PLASTICITY geologic units INORGANIC SILTS,MICACEOUS OR Approximate location Of soil strata MORE THAN 50% MH DIATOMACEOUS SILTYSOILS geologic a within change is soil unit PASSING NO.200 I I I 9 9 g SIEVE SILTS LIQUID LIMIT INORGANIC CLAYS OF HIGH Material Description Contact AND GREATER THAN 50 CH PLASTICITY CLAYS Distinct contact between soil strata or OH ORGANICCLAYS AND SILTS OF geologic units MEDIUM TO HIGH PLASTICITY _ ____ Approximate location of soil strata HIGHLY ORGANIC SOILS — — PT PEAT,HUMUS,SWAMP SOILS WITH change within a geologic soil unit 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 Shelby tube HA Hydrometer analysis MC Moisture content ® Piston MD Moisture content and dry density OC Organic content Direct-Push PM Permeability or hydraulic conductivity PP Pocket penetrometer ® Bulk or grab SA Sieve analysis 9 TX Triaxial compression 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 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 GMENGINEERSJ FIGURE A-1 3La!l End Total 16.5 Logged By MJH Driller Geologic Drill Drilling Hollow Stem Au er Drilled 4/4/2011 4/4/2011 Depth(ft) Checked By CMK Explorations,Inc. Method g Surface Elevation(ft) 397.0 Hammer Rope&Cathead Drilling Trailer-mounted Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment Deep Rock XL Easting(X) System Groundwater Northing(l) Datum Depth to Date Measured Water Elevation(ft) Notes: Auger Data:3'/.-inch I.D.;71/rinch O.D. Not Encountered FIELD DATA v w E JE c MATERIAL REMARKS ID 8 d m DESCRIPTION _ N L Z N d c N d 7 y d N N d O T 2(r m U F- (7 (D U 'a U 0 \ cc 6 inches cement concrete 1 SM Brown silty fine to coarse sand with gravel o X90 9 l5 (medium dense,moist)(fill) $ SA;/aF=16 8 34 2 SM Gray silty fine to coarse sand with occasional 10 gravel(medium dense to dense,moist) 5-1 10 17 3 X90 SM Brown silty fine to coarse sand with occasional 12 8 4 gravel and trace organic matter(loose,moist) 16 10 sM Gray silty fine to coarse sand with gravel(very 0 5/11.5' S dense,moist)(glacially consolidated) e� o i a ❑ I z y 15—::E 0 50/5" 6 x� 10 1 50/4" 7 w 6 50/6" 8 10 SA'%F=22 0 w C7� w r ❑ I m rc w z z Z O W C7 E r I I 3 I E I F 0 a' � I g I O y 9 0 U N U Z k w ZN Q N z Z W E 8 Note:Please see Figure A-1 for explanation of symbols. U S a Log of Boring B-1 Project: NE 3rd/4th Corridor Improvements Project Location: Renton, Washington Figure A-2 ,�� Project Number: 0693-070-00 Sheet 1 of 1 Staff Total 16.5 Logged By CMK Driller Geologic Drill Drilling Hollow Stem Auger Drilled 4/6/2011 4/6/2011 Depth(ft) Checked By CMK Explorations,Inc. Method Surface Elevation(ft) 392.0 Hammer Rope&Cathead Drilling Trailer-mounted Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment Deep Rock XL Easting(X) System Groundwater Northing M Datum Depth to Date Measured Water(ft) Elevation(ft) Notes: Auger Data:3'/.-inch I.D.;7%inch O.D. 4/6/2011 11.0 381.0 FIELD DATA E 0 MATERIAL U o n J o r REMARKS _ _ _ DESCRIPTION N t Z O N d C .°.. d 7 N N N p N N O m C C N N N O l4 N (0 O O Z^U W O c m 00 WI- c7 c�U 20 oa 0 \ cc 7 inches cement concrete SM Brown silty fine to coarse sand with gravel and 00o trace organic matter(medium dense,moist) (fill) 10 15 1 14 SA:%F=24 6 Bulk sample of drill spoils obtained betweer. 10 31 2 0 GP-GM Brown fine to coarse gravel with silt and sand about 5 to 10 feet bgs(Sample No.4:MC= 0 (dense,moist) 5%;SA;%F=9) ° 8 33 3 0 0 0 t 0 8 55 5 0 0 Gp-GM Gray and brown fine to coarse gravel with silt SL 0 and sand(very dense,moist) mo Grades to wet 0 a 0 o O oO 15 12 73/11" 6 0 9 NI O x w O r 0 u w O 0 rc w z z z 0 0 E F EE F 0 'a O ZL O m 0 N O U N U 2 k N N z 2 8 Note:Please see Figure A-1 for explanation of symbols. U S a Log of Boring B-2 s Project: NE 3rd/4th Corridor Improvements G M E N G I N E E R Project Location: Renton, Washington Figure A-3 -- Project Number: 0693-070-00 Sheet 1 of 1 Star End Total 15.5 Logged By MJH Driller Geologic Drill Drilling Hollow Stem Auer Drilled 4/4/2011 4/4/2011 Depth(ft) Checked By CMK Explorations,Inc. Method g Surface Elevation(ft) 395.0 Hammer Rope&Cathead Drilling Trailer-mounted Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment Deep Rock XL Easting(X) System Groundwater Northing(l) Datum Depth to Date Measured Water(ft) Elevation(ftl Notes: Auger Data:31/,inch I.D.;7'/,inch O.D. Not Encountered FIELD DATA d M e MATERIAL w 0 9 „ �, o DESCRIPTION REMARKS N aN >>O N V G L O.'- j C d N U w Ew C OW !?c �� o 9 28 la AC 6 inches asphalt concrete lb SP-SM Cn-ay fine to coarse sand with gravel and silt SM (medium dense,moist base course Brown silty fine to coarse sand with gravel 8 49 2b (medium dense,moist)(fill) 11 SA;%F=19 SM Red brown silty fine to coarse sand with gravel (dense,moist) a° _ 14 32 3 SM Brown silty fine to medium sand with occasional 5 gravel(dense to very dense,moist) 5 50/6" 4 45 10 16 33 5 15 SA;%F=17 o GP-dm Brown fine to coarse gravel with sand and silt i °° o (very dense,moist to wet) y ° 15 5 50/6" 6 x i U H U' I W F O U 41 K W W a z W W f7 E H E mi O a' O, I g O H Y W W 9 m N O U N W F� Z IIIo Note:Please see Figure A-1 for explanation of symbols. 0 U Log of Boring B-3 Project: NE 3rd/4th Corridor Improvements G M E N G 1 N E E RJ /// Project Location: Renton, Washington Figure A-4 -�i Project Number: 0693-070-00 Sheet 1 of 1 Total 25.5 Logged By MJH Driller Geologic Drill Drilling Hollow Stem Auger Drilled 4/4/2011 4/4/2011 Depth(ft) Checked By CMK Explorations,Inc. Method Surface Elevation(ft) 396.0 Hammer Rope&Cathead Drilling Trailer-mounted Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment Deep Rock XL Easting(X) System Groundwater Northing(l) Datum Depth to Date Measured Water(ft) Elevation(ft) Notes: Auger Data:3'/.-inch I.D.;7'/zinch O.D. 4/4/2011 9.5 386.5 FIELD DATA d E w - E MATERIAL 0 o d � J o r REMARKS DESCRIPTION L N Y — C L O_'U �� d w o m v ing c7 cAv ca 20 o° 0 5 50/5" 1 AC 7/,inches asphalt concrete g°y ' SP-SM Gray fine to medium sand with gravel and silt (very dense,moist)(base course) SP-SM Brown fine to medium sand with silt and 14 29 2 occasional gravel(medium dense,moist) 9 (fill) 5-1 13 17 3 10 SA;%F=11.8 6 6 4 SM Brown silty fine to coarse sand with trace organic matter(tree roots)and occasional gravel (loose,moist) 10 15 60 5 SP-SM Brown fine to coarse sand with silt and gravel Driller noted harder drilling at 10 feet bgs 411 (very dense,moist) SM Brown silty fine to coarse sand with gravel(very `❑ dense,wet)(weathered till) Z 15 6 55 6 u 8 w % r ❑ N Z 0 20 t0.5 50/4.5" 7 10 SA;%F=15 z �1 w c� a E r 25L 0 50/4"• $ *Sampler bouncing on rock m 'a w 'a O Y W ❑ N 4J ❑ u w Z k w 2 Q N F 2 W Note:Please see Figure A-1 for explanation of symbols. U 5 a Log of Boring B-4 Project: NE 3rd/4th Corridor Improvements E G W E N G I N E E RS Project Location: Renton, Washington Figure A-5 Project Number: 0693-070-00 Sheet 1 of 1 Start End Total Logged By CMK Geologic Drill Drilling Drilled 4/6/2011 4/6/2011 Depth(ft) 16.5 Checked By CMK Driller Explorations,Inc. Methd Hollow Stem Auger Surface Elevation(ft) 392.0 Hammer Rope&Cathead Drilling Trailer-mounted Vertical Datum NAVD88 Data 140(lbs)/30(in)Drop Equipment Deep Rock XL Easting(X) System Groundwater Northing(l) Datum Depth to Date Measured Water Elevation(ft) Notes: Auger Data:3'/,inch I.D.;7'/,inch O.D. 4/6/2011 9.5 382.5 FIELD DATA C. _ d V E E MATERIAL w 2 o z d J e r REMARKS DESCRIPTION > Z ° 3 m ` d a y `m o d m m aoi o o m m m A o@ 00 Za w O m m t, WF O 0U 2 0 pa SOD 6 inches sod/topsoil GM Brown silty fine to coarse gravel with sand and 6 1 0 (face organic matter(medium dense,moist) 10 SA;%F=20 0 19 2 0 5 10 20 3 3 9 0 6 32 4 o GP-GM Gray and brown gravel with silt and sand o (medium dense,moist to wet)(outwash) Q 0 10 0 40/6,• 5 SP Gray and brown fine to coarse sand with gravel 12 *Sampler bouncing on rock and trace silt(dense to very dense,moist to SA;%F=4.5 �o IO 48 6 wet) 9 a 0 z 15—= 12 88/11" o GP GM Gray and brown gravel with silt and sand(very dense,moist to wet) w O 0 0 c� i u 0 N K W Z U' Z O C7 E a E F O 'o. Cz7 i5 O Y f/1 W ❑ y N O U N FZ F N O Z Q , N F Z W 8 Note:Please see Figure A-1 for explanation of symbols. (1 a Log of Boring B-5 Project: NE 3rd/4th Corridor Improvements ❑ Project Location: Renton, Washington E GMENGINEERJ /// Figure A-6 — � Project Number: 0693-070-00 Sheet 1 of 1 r 5 J _- . • -- -� APPENDIX B • ~ - ' Laboratory Testing � 1 / 4*1 . . I i i NE 3RD/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington APPENDIX B LABORATORY TESTING General Soil samples obtained from the explorations were transported to our laboratory and examined to confirm or modify field classifications, as well as to evaluate index properties of the soil samples. Representative samples were selected for laboratory testing consisting of the determination of the moisture content, grain size distribution (sieve analysis), and plasticity characteristics (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. Moisture Content Testing Moisture content tests were completed in general accordance with ASTM D 2216 for representative samples obtained from the explorations. The results of these tests are presented on the exploration logs in Appendix A at the depths at which the samples were obtained. Sieve Analyses Sieve analyses were performed on selected samples in general accordance with ASTM.D 422 to determine the sample grain size distribution. 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 are presented in Figures B-1 through B-3. It should be noted that the sieve analyses were performed on soils obtained from samplers that have an opening size of 11/2 inches so larger sized particles can't be obtained by the samplers. Therefore, the sieve results do not account for soil particles that are larger than 11/2 inches. Soils with larger sized materials are described in this report qualitatively based on visual observations and experience on projects where excavations were made into similar formations. GEOENGINEER September27,20111 Page B-1 Re No.0693-070-00 l J i 0693-070-00 SAS:SAS 04-21-2011 U.S.STANDARD SIEVE SIZE C) 3" 1.5" 3/4" 3/8" #4 #10 420 #40 #60 #100 #200 M 100 0 M 90 Oil 111 z 80 m 70 M m 70 c� 60 i N z U) 50 f- z 40 v a 30 20 10 0 se M 1000 100 10 1 0.1 0.01 0.001 M GRAIN SIZE IN MILLIMETERS '^ z D c � M N GRAVE M L SAND pp W BOULDERS COBBLES SILT OR CLAY F, M I I COARSE I FINE COARSE MEDIUM I FINE N C -r-1 N SYMBOL EXPLORATION DEPTH SOIL CLASSIFICATION NUMBER ft A B-1 1 Silty fine to coarse sand with gravel(SM) ❑ B-1 16 Silty fine to coarse sand with gravel(SM) B-2 21/2 Silty fine to coarse sand with gravel and trace organic matter(SM) B-2 5 to 10 Fine to coarse gravel with silt and sand(GP-GM) 0693-070-00 SAS:SAS 04-21-2011 U.S.STANDARD SIEVE SIZE C) 3" 1.5" 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 M 100 O M 90 = 80 cs FE 3 70 M m N z 60 a 50 f- z 40 v CL 30 I I 20 I 10 0 M 1000 100 10 1 0.1 0.01 0.001 D GRAIN SIZE IN MILLIMETERS z G) D C � M m N GRAVEL SAND ca N BOULDERS COBBLES SILT OR CLAY N COARSE FINE COARSE MEDIUM I FINE M U) C —ri N SYMBOL EXPLORATION DEPTH SOIL CLASSIFICATION NUMBER ft B-3 1 to 2'h Silty fine to coarse sand with gravel(SM) ❑ B-3 10 Silty fine to medium sand with occasional gravel(SM) 0 B-4 5 Fine to medium sand with silt and gravel(SP-SM) A B-4 20 Silty fine to coarse sand with gravel(SM) 0693-070-00 SAS:SAS 04-21-2011 U.S.STANDARD SIEVE SIZE 3" 1.5" 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 M 100 0 Z F- 90 80 M 70 M m z 60 N y a 50 W 40 W 30 20 10 0 Ell- L' 1000 100 10 1 0.1 0.01 0.001 M GRAIN SIZE IN MILLIMETERS z G7 D C M m N GRAVEL SAND pp fR BOULDERS COBBLES SILT OR CLAY W m COARSE FINE COARSE MEDIUM FINE N C N SYMBOL EXPLORATION DEPTH SOIL CLASSIFICATION NUMBER ft ® B-5 11/2 Silty fine to coarse gravel with sand and trace organic matter(GM) ❑ B-5 11 Fine to coarse sand with gravel and trace silt(SP) i I I APPENDIX C Previous Explorations 1 11 � - - NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS z Renton,Washington APPENDIX C PREVIOUS EXPLORATIONS This appendix includes the logs of previous explorations in the project vicinity: ■ The logs of 12 tests pits completed by AGRA in 1998 for the Post Office(TP-1 through TP-12). �I II GEoENGINEER� September 27,20111 Page C-1 File No.0693-070-00 �I TEST PIT LOGS 8-91M-12442-0 Depth (feet) Material Description Sample No. Test Pit TP-1 Location: Wooded area,approximately 100 feet east of dirt drive Approximate ground surface elevation: 392 feet 0.0- 1.5 Forest duff over topsoil with prevalent roots 1.5-2.5 Loose, damp,tan-brown,silty,fine SAND with scattered roots S-1 2.5-5.0 Loose to medium-dense,damp,tan,fine SAND with some silt and S-2 scattered roots(Recessional Outwash) 5.0-6.0 Medium-dense to dense, moist,tan gray gravelly SAND with some S-3 cobbles(Recessional Outwash) 6.0-7.0 Dense, moist,tan,gravelly, silty SAND with some cobbles (Weathered Till) 7.0-8.0 Very dense, moist,tan-gray, gravelly, silty SAND (Glacial Till) S-4 it terminated at approximately Tes t p pp y 8 feet No caving observed No seepage observed Infiltration test IT-1 at 5 feet: 2.3 inches per minute Test Pit TP-2 Location: Wooded area approximately 60 feet east of dirt drive Approximate ground surface elevation: 392 feet 0.0- 1.5 Forest duff over topsoil with prevalent roots 1.5-2.5 Loose to medium-dense,damp, brown,silty,fine SAND with S-1 scattered roots 2.5-5.0 Dense,damp, tan-gray SAND with some silt and gravel S-2 (Recessional Outwash) 5.0- 10.0 Dense, damp, gray, gravelly SAND with trace to some silt S-3 (Recessional Outwash) Test pit terminated at approximately 10 feet No caving observed �a No seepage observed Infiltration test IT-2 at 5 feet: 1.6 inches per minute S:\WORDPROC\98\Seattle\12000s\12442\Test Pit Logs.wpa 8-91M-12442-0 Test Pit Logs, Page 2 Depth (feet) Material Description Sample No. Test Pit TP-3 T Location: Wooded south-central site area Approximate ground surface elevation: 397 feet 0.0- 1.5 Forest duff over topsoil with prevalent roots T 1.5-6.0 Dense, damp, tan to gray, gravelly SAND with some silt and cobbles S-1 (Recessional Outwash) 6.0-7.0 Very dense, moist,gray, gravelly,silty SAND (Glacial Till) Test pit terminated at approximately 7 feet No caving observed No seepage observed Test Pit TP-4 Location: Wooded area near southeast corner of site Approximate ground surface elevation: 398 feet 0.0- 1.5 Forest duff over topsoil with prevalent roots 1.5-3.0 Dense, damp, tan,silty, gravelly, cobbly SAND (Weathered Till) 3.0-5.0 Very dense, moist, gray, gravelly, silty SAND(Glacial Till) Test pit terminated at approximately 5 feet No caving observed No seepage observed SA WOROPROM MSeattle\12000s\1 2442\Test Pit Logs.wpd S i 8-91M-12442-0 Test Pit Logs, Page 3 Depth {feet) Material Description Sample No. Test Pit TP-5 Location: Wooded,southwest site area,approximately 50 feet east of dirt drive Approximate ground surface elevation: 387 feet 0.0- 1.5 Forest duff over topsoil with prevalent roots 1.5-2.5 Medium-dense, damp,tan-brown,silty,fine SAND with some gravel S-1 2.5-8.0 Dense, damp,tan-gray, gravelly SAND to sandy GRAVEL with S-2,S-3 some silt(Recessional Outwash) Test pit terminated at approximately 8 feet No caving observed No seepage observed Test Pit TP-6 Location: Wooded area near northeast corner of site Approximate ground surface elevation:400 feet 0.0- 1.5 Forest duff over topsoil with prevalent roots 1.5-4.0 Medium-dense, damp, brown, silty,fine SAND with some gravel and scattered roots (Weathered Till) 4.0-5.0 Very dense, moist,gray,gravelly, silty SAND (Glacial Till) S-1 Test pit terminated at approximately 5 feet No caving observed No seepage observed S.\WOROPROC\9B\Seattle\12000s\t 2442\Test PR Logs.wpa } s 4 8-91 M-12442-0 Test Pit Logs, Page 4 DeQth (feet) Material Description Sample No. Test Pit TP-7 'Location: Northeastern part of site, area of blackberry bushes Approximate ground surface elevation: 396 feet 0.0-2.0 Weeds over topsoil with prevalent roots S-1 2.0-4.5 Medium-dense,damp,tan, gravelly SAND to sandy GRAVEL with S-2 some silt(Recessional Outwash) 4.5-5.5 Very dense,tan-gray, silty SAND with some gravel(Glacial Till) Test pit terminated at approximately'5.5 feet No caving observed No seepage observed Test Pit TP-8 Location: Area of blackberry bushes,east side of site Approximate ground surface elevation:402 feet 0.0- 1.5 Forest duff and weeds over topsoil with prevalent roots 1.5-2.5 Medium-dense,damp, tan-brown, silty,fine SAND with some gravel (Weathered Till) 2.5-5.0 Very dense, moist,gray, gravelly, silty SAND (Glacial Till) Test pit terminated at approximately 5.0 feet a No caving observed No seepage observed t S:\WOROPROC\98\Seattle112000s\12442\Test Pit Logs.wpd i 8-91 M-12442-0 Test Pit Logs, Page 5 Depth (feet) Material Description Sample No. Test Pit TP-9 Location: By apple tree,southeast of red house Approximate ground surface elevation: 394 feet 0.0- 1.0 Forest duff over topsoil with prevalent roots 1.0-2.0 Loose to medium-dense,damp,tan-brown,silty,fine SAND with some gravel and cobbles 2.0-6.0 Medium-dense to dense,damp,tan,gravelly, silty,fine SAND with scattered roots Test pit terminated at approximately 6.0 feet No caving observed No seepage observed i Test Pit TP-10 Location: West of red house, approximately 20 feet east of gravel driveway r Approximate ground surface elevation: 390 feet 0.0- 1.0 Weeds and sod over topsoil with prevalent roots 1.0-2.0 Medium-dense, damp,tan-brown,silty,fine SAND with some gravel 2.0-4.0 Dense, damp, tan-gray SAND with some silt, gravel and cobbles (Recessional Outwash) 4.0-5.0 Dense, damp, tan, sandy GRAVEL with some silt(Recessional Outwash) Test pit terminated at approximately 5.0 feet i No caving observed No seepage observed T r S:IWORDPROC198\Seattle\12000s\72442\Test Pit Logs.wpd 8-91 M-12442-0 Test Pit Logs, Page 6 Depth (feet) Material Description Sample No. i Test Pit TP-11 Location: Brushy area near northwest corner of site Approximate ground surface elevation: 389 feet 0.0- 1.0 Weeds and soil over topsoil with prevalent roots 1.0-1.5 Loose to medium-dense,damp,tan-brown,silty,fine SAND with some gravel 1.5-5.0 Dense, damp, sandy GRAVEL with some cobbles and silt S-1,S-2 j (Recessional Outwash) 5.0-6.0 Dense, damp, gravelly SAND with trace silt(Recessional Outwash) Test pit terminated at approximately 6.0 feet No caving observed No seepage observed } Test Pit TP-12 Location: Brushy area approximately 30 feet south of S.E. 128th Street Approximate ground surface elevation: 392 feet 0.0- 1.0 Brush over topsoil with prevalent roots 1.0-2.0 Medium-dense, damp,tan-brown,gravelly, silty SAND (Weathered Till) 2.0-4.0 Very dense, damp, tan-gray, gravelly,silty SAND (Glacial Till) Test pit terminated at approximately 4.0 feet No caving observed No seepage observed Date excavated: August 13, 1998 Logged by: MAW 1 00s\t2442\Teat Pit L s.w iW RDPROC\98\Seame\ 20 og pd S. 0 I L.. i �f f -------------- APPENDIX D Report Guidelines and Limitations for Use 1 1 1 1 NE 30/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTSa Renton,Washington APPENDIX D REPORT LIMITATIONS AND GUIDELINES FOR USEI This appendix provides information to help you manage your risks with respect to the use of this report. Geotechnical Services Are Performed for Specific Purposes, Persons and Projects This report has been prepared for the exclusive use of the City of Renton, Parametrix, and other project team members for the NE 3rd/4th Corridor Improvements, Phase 1 Intersection Improvements project in Renton, Washington. This report is not intended for use by others, and the information contained herein is not applicable to other sites. GeoEngineers structures our services to meet the specific needs of our clients. For example, a geotechnical or geologic study conducted for a civil engineer or architect may not fulfill the needs of a construction contractor or even another civil engineer or architect that are involved in the same project. Because each geotechnical or geologic study is unique, each geotechnical engineering or geologic report is unique, prepared solely for the specific client and project site. Our report is prepared for the exclusive use of our Client. No other party may rely on the product of our services unless we agree in advance to such reliance in writing. This is to provide our firm with reasonable protection against open-ended liability claims by third parties with whom there would otherwise be no contractual limits to their actions. Within the limitations of scope, schedule and budget, our services have been executed in accordance with our Agreement with the Client and generally accepted geotechnical practices in this area at the time this report was prepared. This report should not be applied for any purpose or project except the one originally contemplated. A Geotechnical Engineering or Geologic Report Is Based on a Unique Set of Project- Specific Factors This report has been prepared for the NE 3rd/4th Corridor Improvements, Phase 1 Intersection Improvements project in Renton, Washington. GeoEngineers considered a number of unique, project-specific factors when establishing the scope of services for this project and report. Unless GeoEngineers specifically indicates otherwise,do not rely on this report if it was: ■ not prepared for you, ■ not prepared for your project, ■ not prepared for the specific site explored,or ■ completed before important project changes were made. For example,changes that can affect the applicability of this report include those that affect: • the function of the proposed structure; • elevation,configuration, location,orientation or weight of the proposed structure; ■ composition of the design team;or ■ project ownership. 1 Developed based on material provided by ASFE,Professional Firms Practicing in the Geosciences;www.asfe.org. GEOENGINEER� September 27,20111 Page D-1 File No.0693-070-00 NE 3PD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS a Renton,Washington If important changes are made after the date of this report, GeoEngineers should be given the opportunity to review our interpretations and recommendations and provide written modifications or confirmation,as appropriate. Subsurface Conditions Can Change This geotechnical or geologic report is based on conditions that existed at the time the study was performed. The findings and conclusions of this report may be affected by the passage of time, by manmade events such as construction on or adjacent to the site, or by natural events such as floods, earthquakes, slope instability or groundwater fluctuations. Always contact GeoEngineers before applying a report to determine if it remains applicable. Most Geotechnical and Geologic Findings Are Professional Opinions Our interpretations of subsurface conditions are based on field observations from widely spaced sampling locations at the site. Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. GeoEngineers reviewed field and laboratory data and then applied our professional judgment to render an opinion about subsurface conditions throughout the site. Actual subsurface conditions may differ, sometimes significantly,from those indicated in this report. Our report,conclusions and interpretations should not be construed as a warranty of the subsurface conditions. Geotechnical Engineering Report Recommendations Are Not Final Sufficient monitoring, testing and consultation by GeoEngineers should be provided during construction to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes should the conditions revealed during the work differ from those anticipated, and to evaluate whether or not earthwork activities are completed in accordance with our recommendations. Retaining GeoEngineers for construction observation for this project is the most effective method of managing the risks associated with unanticipated conditions. A Geotechnical Engineering or Geologic Report Could Be Subject to Misinterpretation Misinterpretation of this report by other design team members can result in costly problems. You could lower that risk by having GeoEngineers confer with appropriate members of the design team after submitting the report. Also retain GeoEngineers to review pertinent elements of the design team's plans and specifications. Contractors can also misinterpret a geotechnical engineering or geologic report. Reduce that risk by having GeoEngineers participate in pre-bid and preconstruction conferences,and by providing construction observation. Do Not Redraw the Exploration Logs Geotechnical engineers and geologists prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. To prevent errors or omissions,the logs included in a geotechnical engineering or geologic report should never be redrawn for inclusion in architectural or other design drawings. Only photographic or electronic reproduction is acceptable, but recognize that separating logs from the report can elevate risk. Page D-2 I September 27,2011 1 GeoEngineers,Inc. File No.0693-070-00 NE 3RD/4-CORRIDOR IMPROVEMENTS-PHASE 1 INTERSECTION IMPROVEMENTS A Renton,Washington Give Contractors a Complete Report and Guidance Some owners and design professionals believe they can make contractors liable for unanticipated subsurface conditions by limiting what they provide for bid preparation. To help prevent costly problems, give contractors the complete geotechnical engineering or geologic report, but preface it with a clearly written letter of transmittal. In that letter, advise contractors that the report was not prepared for purposes of bid development and that the report's accuracy is limited; encourage them to confer with GeoEngineers and/or to conduct additional study to obtain the specific types of information they need or prefer. A pre-bid conference can also be valuable. Be sure contractors have sufficient time to perform additional study. Only then might an owner be in a position to give contractors the best information available, while requiring them to at least share the financial responsibilities stemming from unanticipated conditions. Further, a contingency for unanticipated conditions should be included in your project budget and schedule. Contractors are Responsible for Site Safety on Their Own Construction Projects Our geotechnical recommendations are not intended to direct the contractor's procedures, methods, schedule or management of the work site. The contractor is solely responsible for job site safety and for managing construction operations to minimize risks to on-site personnel and to adjacent properties. Read These Provisions Closely Some clients, design professionals and contractors may not recognize that the geoscience practices (geotechnical engineering or geology) are far less exact than other engineering and natural science disciplines. This lack of understanding can create unrealistic expectations that could lead to disappointments, claims and disputes. GeoEngineers includes these explanatory "limitations" provisions in our reports to help reduce such risks. Please confer with GeoEngineers if you are unclear how these "Report Limitations and Guidelines for Use" apply to your project or site. Geotechnical, Geologic and Environmental Reports Should Not be Interchanged The equipment, techniques and personnel used to perform an environmental study differ significantly from those used to perform a geotechnical or geologic study and vice versa. For that reason, a geotechnical engineering or geologic report does not usually relate any environmental findings, conclusions or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Similarly, environmental reports are not used to address geotechnical or geologic concerns regarding a specific project. Biological Pollutants GeoEngineers' Scope of Work specifically excludes the investigation, detection, prevention or assessment of the presence of Biological Pollutants. Accordingly, this report does not include any interpretations, recommendations, findings, or conclusions regarding the detecting, assessing, preventing or abating of Biological Pollutants and no conclusions or inferences should be drawn regarding Biological Pollutants, as they may relate to this project. The term "Biological Pollutants" includes, but is not limited to, molds, fungi, spores, bacteria, and viruses, and/or any of their byproducts. GEOENGINEER� September27,20111 Page D-3 -- File No.0693-070-00 NE 3R0/4-CORRIDOR IMPROVEMENTS—PHASE 1 INTERSECTION IMPROVEMENTS u Renton,Washington If Client desires these specialized services, they should be obtained from a consultant who offers services in this specialized field. �I it Page D-4 I September 27,20 11 1 Geolingineers,Inc. File NO.0693-070-00 . } i f � } h . {I4F 4 a y.= S H ^f F n3,e • c; 9 5 4 �'.14y 1i Have we delivered World Class Client Service? n+iwa Please let us know by visiting www. geoengineers.com/feedback. F � GEOENGINEERS� x City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements Appendix D Permits and Property Owner Commitments I �I �,I i WESTERN FACILITIES SERVICE OFFICE JO''' UNITED STUES POSTAL SERVICE April 23, 2012 Ross Widener Widener&Associates 1010832 nd Ave. W Suite D Everett,WA 98204 RE: Renton, WA MPO Dear Mr. Widener: It is my opinion that the expansion project involving the Renton,WA MPO is categorically excluded from the need for NEPA documentation. A categorical exclusion is defined as part of a category of actions"which do not individually or cumulatively have a significant effect on the human environment ... and ... for which, therefore, neither an environmental assessment nor an environmental impact statement is required."(40 CFR 1508.4) This project would be categorically excluded under a class of actions listed under 39 CFR 775.6(e)(11): "Expansion or improvement of an existing facility where the expansion is within the boundaries of the site or occurs in a previously developed area unless the proposed action is listed as requiring an EA in 775.5." This action is NOT listed in 775.5. Please feel free to contact me with any additional questions or concerns. Anne J.Wolf, CHMM, REIN Facilities Environmental Specialist USPS—Western FSO (303)227-5647 7500 East 53rd Place, Denver, CO 80266-9918 Blackberry: (303)589-2466 Email: anne.i.wolf(c�usps.gov i I I Denis Law.. _.. Cl O Mayor `I � t r May 31, 201.2 Department of Community and Economic Development C.E."Chip"Vincent,Interim.Administrator Ross.Widener. Widener&Associates '1010832 nd Ave West,Suite.D' Everett, WA•9820.4. SUBJECT: Request for Exemption from State Environmental-Policy Act(SEPA)for NE 3rd/4th Corridor Improvements, Phased_ Dear Mr. Widener: Thank you for.your letter of May 11;2012 wherein you request an exemption from the State.EnvironmentaI Policy Act($EPA)for- .road improvements within the 6Asting NE.4th Street right-of-way..The proposal by the City.of Renton Public Works Department would result in improvements to the existing access serving the United States Post Office, located at 4301 NE 4`.h Street(southeast corner of the NE 4th Street and Whitman Court):. A.new driveway to the customer parking lot and to the "employee-only" area at" . Whitman Court NE would,be constructed. The existing:parking lot.would.be reconfigured t6allow two-way traffic; and,the one=way.exit to NE 4th Street would be .: closed. Furthermore,the existing m:ail.drop lane would be relocated to the west side of the site via Whitman Court NE--and the existing bioswale would be relocated to accommodate the new drop la_ne.. Atraffic:signal would be installed at NE 4 t : . Street/Whitman Court NE. Curb-ramps would be replaced:within the existing sidewalk on-the north side of NE 4th Street up to Union Ave NE'. Landscaping and bicycle lanes would be.added to the not th:side of the street, between Union Ave NE.and Bremerton Ave NE., Access to the Safeway store would be repaved/channelize'd for the new,signal. We have determined that the'proposal is exemptfrom the State Environmental Policy Act (SEPA)`process per Washington Administrative Code(WAC) 197".1.1-800 (Categorical Exemptions.);(2) (b) and (c), and.(3): "(2)Other,minor new construction. The following.types of construction shall be exempt except where.undertaken.wholly or in part on lands covered by water. (unless specifically exempted in this subsection);.the exemptions provided by this section shall apply to all licenses required to undertake the construction in question; except where a rezone or any license.governing,emissions to the air or dischargesao water is.required: (b).The construction and%r installation of coImnercial on-premise signs,.and publicsigns and signals:. Renton City Hall •..1055 South Grady Way Renton,Washington 98057 • rentonwa.gov :Ross widener Page 2 of 3 .. ' M4.31'2012: (CJ-TL construClidh or installation bf minor road and StreE't Ill7pCQVeth:int5 fiuCh aS ..:. : . pavement marking;freeway surveillance and,control<systems,r6i(road protective devices : :..(not including grade-separated crossings);•grooving, glare screen,safety barriers, ehergy attenuators; transportation corgi. or landscd pi/ig;.(iiicludr'ng the.gpplicption liVashington state departm-ertt:of.agriculture apprgved herbicides by licensed personnel for right of way weed control'as long.as;this is.not within wptersheds controlled for the purpose.of drinking'water quality in W - 4=b0 _tgm5 , orary ;traffic controls arid.detours,'.correction:.ofsubstan.da rd curves.pnd.intersectioris within:. j existing rigi►.fs of way, widening:of a:highway by:less then.a single:Iarie width where Gapac"t,4$not significart:tlyincreased ai d rto new rr"ght"bf tivay is.required, adding " ,•� aukiliary lanes for localised purp(ses, (weaving, climbing,speed change, etc.); where ;. cppacit' .is'nof si rri rcantl :increased and.no nevi ri ht o, wa:. is"re wired chan.nelizatiotn y. .., , g f' y 9 f . y - 9'. , and el ination`ofsigh.t.resrrictions at intersections street li htin -..... ,.; .. ..: � 9 9, guard galls:and .. .. - . . .,.. barricade.rns.f610tion;:instaUation of,.;catch-bas ns.;an:d,culverts; and reconstruction.of existing roadbed(existing curb-to-curb, n urban.JocationsJ, including adding,or widening of shoulders;:addition of bicycle.lanes;paths aril fgc(lites, ai?d pedestrian walks.and paths;but not.including additional outoolobile lanes. f3),Repair, remodeling:and maintenance activi.ties: The fo'lIpwing QCtivities;sh all be cat, oricaily exempt..The,.repair, remodeling, maintenance, a' inor alteration of ,�existin rivate,or. ublk.structures acilities:or e ui meat includin utilities invalvi"n . ` 4.P. :.P �f. q. A . -0 . g no rnaterial.eXpansions,orchanges in.use beyond that previously existing;except fhat, . whe'c'undertaken:,wholly or in part-on lands covered-by`water;;ohly.iriinor repAir or ' replacement o structures m lie exem t exam ies include re giror re lacement:.o p f ay A ( P P. p f ilin. p ,g; ramps;floats,* or mooring,buo s .:or.minorj�e air,:''alterafion;;:ormaintenance of: .: :` .::.� : •.. : - , docks)..The fol lowing n?ainteriance acti}iities s.,a//not he:considered exempt under this su b section: (a).Dredgln9: (lij:Reconstruction,raintenance of,groins:andsimilarshoreline: rotectiorrstructures Or*. . :. c.Re lacement o unlit cables that rricrst be baried under the su ace o the bedlands:: (J p.. f l rf : f . Rep*a'k ebuildirig of.major dairrs;dikes;and:reservoirs.shail:also..not'be'consldererl,:. ezerript.u;der thissubsectian:" The project has be.err previously evaluated uncler:th'e National E'rivirorimental'Policy:Act. _. NEPA rocess.b a Facilities.Environmental:S edalist re resehtative of the'.U:S.Postal Service: Th:li review concluded that tfie praject;is categorica(lyexcfuded from further` NEPA do.cement:ation under.39 CM 77 {e)(11): The prpioct was also reviewed"by the .; Degartment:of Archaeology aril Historic Preservation (DAHP) and was granted a waiver from furt he r E0:05:-05 proeedu.res. III •. . . - . . . Ross.Wldener i Page 3 of 3 .. May 31;2012 . Tease contac'me t 425- t 4307286 dr.jheririin�@rentonwaaov if you`have an.yquestions.' on re ardin this corres denee. ; , p ... p "-Sincerely Jennifer:Henning;'A1CP , Cu"rrent:P g l.annin .M.ana .. . . : 1 cc. ''Ci E."Chip",Vincent,interim CED Administrator/Planning Director. . :. Bob,Hanson;Transportation D.ivfsiorr; I ,Keith Woolley,Transportationi Division " . i _ i . i , I - i : i R�sureoA ' o �rcte STATE OF WASHINGTON DEPARTMENT OF ARCHAEOLOGY & HISTORIC PRESERVATION 1063 S.Capitol Way,Suite 106 • Olympia, Washington 98501 Malting address: PO Box 48343 • Olympia, Washington 98504-8343 (360)586-3065 • Fax Number(360)586-3067 • Website: www.dahp.wa.gov March 14,2011 Mr.Rob Lochmiller City of Renton 1055 South Grady Way Renton,WA 98057-3232 In future correspondence please refer to: Log: 031411-27 TIB Property:4th Street-Union Ave NE to Bremerton Ave NE Re: Archaeology-No Historic Properties Dear Mr.Lochmiller: We have reviewed the materials forwarded to our office that describe the 4th Street-Union Ave NE to Bremerton Ave NE project. We find it unlikely that the project as proposed would impact important cultural resources in the project area. You may proceed without further cultural resource assessment or oversight from our department. These comments are based on the information available at the time of this review and on behalf of the State Historic Preservation Officer in conformance with Governor's Executive Order 05-05. Should additional information become available,our assessment may be revised. We would appreciate receiving any correspondence or comments from concerned tribes or other parties concerning cultural resource issues that you receive as you consult under the requirements of EO 05-05. Thank you for the opportunity to review and comment.If you have any questions,please contact me. Sincerely, C�6e 4� Lance Wollwage,Ph.D. Transportation Archaeologist (360)586-3536 lance.wollwage @dahp.wa.gov I wo PARTMENT OF ARCHAEOLOGY&HISTORIC PRESERVATION Protect the Post.Shope the Future Denis Law Mayor City Ofd ti r AS - f May 15, 2012 Department of Community and Economic Development C.E. Chip Vincent,Interim Administrator Doug Jacobson Deputy Public Works Administrator,Transportation Renton City Hall 1055 South Grady Way Renton,Washington 98057-3232 RE: Variance from Noise Ordinance Requirements NE 3rd/4th Street Corridor Improvements: Phase 1 Project Dear Mr.Jacobson: On May 10, 2012,the Development Services Director presided over a public hearing in which the City of Renton Transportation Division requested a variance from the City of Renton Noise Ordinance for 60 consecutive or non-consecutive nights of construction work. This work is scheduled.to be completed between July 1, 2012 and December 30, 2012. The construction work is to install a new signal at the intersection of NE 4th Street and Whitman Avenue NE. The project work includes a westbound bike lane, sidewalks, landscaping, and street lighting. The project also includes the replacement of a Water District 90 water main in NE 4th Street, between Union Avenue NE and.Whitman Avenue NE. Some of this construction activity will be performed at night to reduce delays to traffic on this busy arterial street, and to minimize negative impacts to the businesses along this commercial corridor and vicinity.. The scope of work includes, but is not limited to, excavation, demolition, paving,concrete installation, pavement marking, landscaping, electrical work, water main construction, and traffic signal work. The Development Services Director grants the request for the noise variance for a total of thirty (30) consecutive or non-consecutive nights,subject to the following listed conditions. The Director may require additional mitigation measures if warranted. The Director may also increase the time for using the allotted nights and may increase the number of nights subject to the noise variance if the need is demonstrated for the additional time or nights. Renton City Hall • 1055 South Grady Way • Renton,Washington 98057 • rentonwa.gov Mr.Doug Jacobson Page 2 of 3 May 15,2012 CONDITIONS OF VARIANCE APPROVAL 1. All vehicles shall be equipped with ambient sensitive type back-up warning devices. The contractor may use back-up observers in lieu of back-up warning devices for all equipment, except dump trucks, in compliance with WAC Chapters i 296-155-610 and 296-155-615. The contractor shall use back-up observers and back-up warning devices for dump trucks in compliance with WAC Chapter 296- 155-610. 2. All trucks performing export haul shall have rubber bed liners to reduce noise impacts. The use of other noise reducing material, such as sand, may be used provided they result in comparable noise impact mitigation as rubber bed liners. The use of aluminum liners alone will not satisfy this mitigation requirement. 3. Truck tailgate banging is prohibited. All truck tailgates must.be secured to prevent excessive noise.from,banging. 4. The applicant shall provide written notice notifying area residents about nighttime construction prior to beginning the nighttime construction. If the ` nature of the nighttime construction changes,the contractor shall also notify area residents regarding the new activities. The notification will include a project phone number acid website. This notice will also include the work location,start and end dates, and noise mitigation measures. 5. The contractor or applicant shall provide a 24-hour complaint number, as well as a list of designated contact persons to whom to.register complaints or voice. j concerns. 6. Initial resident complaints shall be responded to promptly by the designated contact person required in the above condition. If the same resident continues to have complaints about the noise levels, the contractor or applicant shall provide additional mitigation measures such as, but not limited to, shielding of noise source,`reducing use of certain types of equipment, or providing motel accommodations. 7. Any unwanted material shall be removed by sweeping. No scraping type I equipment shall be used during nighttime work to clean up unwanted materials in lieu of hand.or street sweepers. Other normal construction uses of front-end loaders,track hoes, and dozers are allowed. 8. All jackhammers and pavement breakers used on the construction site shall be fitted with manufacturer's approved exhaust mufflers. Additionally, all jackhammers and pavement breakers used at the construction site shall be enclosed with temporary noise shields, acoustical barrier enclosures, or noise barriers. I Mr.Doug Jacobson Page 3 of 3 May 15,2012 I i 9. Stationary equipment such as light plants,generators, compressors, and jackhammers shall utilize noise mitigation. shields such as noise blankets or noise shields. If the stationary equipment is certified for acceptable noise reduction without additional screening,then additional noise screening is not required. 10.The applicant or contractor shall provide a monthly report listing the number of work nights used to date. 11.A copy of the noise variance and associated conditions shall be kept on the project construction site at all times. You have 14 days from the date of this letter to appeal the administrative determination in accordance with City code. Appeals are to be filed in writing,with the City Clerk and require a filing fee in the amount of$250.00. Appeals must be filed with the City Clerk before May 29, 2012, at 5:00 p.m. You may contact Kayren Kittrick at(425) 430-7299 if you have any questions or need additional information. Sincerely, Neil Watts, Director Development Services Division cc: Denis Law,Mayor Renton City Councilmembers Gregg Zimmerman,Public Works Administrator Chip Vincent,Interim CED Administrator Bob Hanson,Transportation Design Supervisor Keith Woolley,Civil Engineer Kayren Kittrick;Development Engineering Supervisor Parties of Record File I i Issuance Date: December 1,2010 Effective Date: January 1,2011 Expiration Date: December 31,2015 CONSTRUCTION STORMWATER GENERAL PERMIT National Pollutant Discharge Elimination System(NPDES) and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity State of Washington Department of Ecology Olympia,Washington 98504 In compliance with the provisions of Chapter 90.48 Revised Code of Washington (State of Washington Water Pollution Control Act) and Title 33 United States Code, Section 1251 et seq. The Federal Water Pollution Control Act(The Clean Water Act) I Until this permit expires,is modified or revoked, Permittees that have properly obtained coverage under this general permit are authorized to discharge in-accordance with the special and general conditions that follow. kerSusewind,P.E.,P.G. Quality Program Manager Washington State Department of Ecology TABLE OF CONTENTS LISTOF TABLES.......................................................................................................................... 3 SPECIALCONDITIONS............................................................................................................... 5 S1. PERMIT COVERAGE........................................................................................................5 S2. APPLICATION REQUIREMENTS ...................................................................................8 S3. COMPLIANCE WITH STANDARDS.............................................................................11 S4. MONITORING REQUIREMENTS..................................................................................12 S5. REPORTING AND RECORDKEEPING REQUIREMENTS.........................................19 S6. PERMIT FEES...................................................................................................................22 S7. SOLID AND LIQUID WASTE DISPOSAL ....................................................................22 S8. DISCHARGES TO 303(D)OR TMDL WATER BODIES..............................................22 S9. STORMWATER POLLUTION PREVENTION PLAN...................................................26 S10. NOTICE OF TERMINATION..........................................................................................34 GENERALCONDITIONS ..........................................................................................................36 G1. DISCHARGE VIOLATIONS ...........................................................................................36 G2. SIGNATORY REQUIREMENTS.....................................................................................36 G3. RIGHT OF INSPECTION AND ENTRY.........................................................................37 G4. GENERAL PERMIT MODIFICATION AND REVOCATION......................................37 G5. REVOCATION OF COVERAGE UNDER THE PERMIT .............................................37 G6. REPORTING A CAUSE FOR MODIFICATION............................................................38 G7. COMPLIANCE WITH OTHER LAWS AND STATUTES.............................................38 G8. DUTY TO REAPPLY.......................................................................................................38 G9. TRANSFER OF GENERAL PERMIT COVERAGE.......................................................39 G10. REMOVED SUBSTANCES.............................................................................................39 GI 1. DUTY TO PROVIDE INFORMATION...........................................................................39 G12. OTHER REQUIREMENTS OF 40 CFR...........................................................................39 G13. ADDITIONAL MONITORING........................................................................................39 G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS .............................................40 G15. UPSET...............................................................................................................................40 Construction Stormwater General Permit—December 1, 2010 Page 2 G16. PROPERTY RIGHTS........................................................................................................40 G17. DUTY TO COMPLY........................................................................................................40 G18. TOXIC POLLUTANTS.....................................................................................................41 G19. PENALTIES FOR TAMPERING.....................................................................................41 G20. REPORTING PLANNED CHANGES .............................................................................41 G21. REPORTING OTHER INFORMATION..........................................................................42 G22. REPORTING ANTICIPATED NON-COMPLIANCE.....................................................42 G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT..........42 G24. APPEALS..........................................................................................................................42 G25. SEVERABILITY...............................................................................................................43 G26. BYPASS PROHIBITED....................................................................................................43 APPENDIX A—DEFINITIONS..................................................................................................46 APPENDIX B—ACRONYMS ....................................................................................................54 LIST OF TABLES Table 1. Summary of Permit Report Submittals.......................................................................4 Table 2. Summary of Required On-site Documentation...........................................................4 Table 3. Summary of Primary Monitoring Requirements ...................................................... 12 Table 4. Monitoring and Reporting Requirements................................................................. 16 Table 5. Turbidity,Fine Sediment&Phosphorus Sampling and Limits for 303(d)-Listed...24 Table 6. pH Sampling and Limits for 303(d)-Listed Waters..................................................24 I I I� i Construction Stormwater General Permit—December 1, 2010 Page 3 SUMMARY OF PERMIT REPORT SUBMITTALS Refer to the Special and General Conditions within this permit for additional submittal requirements. Appendix A provides a list of definitions. Appendix B provides a list of acronyms. Table 1. Summary of Permit Report Submittals Permit Submittal Frequency First Submittal Date Section S5.A and High Turbidity/Transparency Phone As Necessary Within 24 hours S8 Reporting S5.6 Discharge Monitoring Report Monthly* Within 15 days of applicable monitoring period S5.F and Noncompliance Notification As necessary Immediately S8 S51 Noncompliance Notification— As necessary Within 5 Days of non- Written Report compliance G2. Notice of Change in Authorization As necessary G6. Permit Application for Substantive As necessary Changes to the Discharge G8. Application for Permit Renewal 1/permit cycle No later than 180 days before expiration G9. Notice of Permit Transfer As necessary G20. Notice of Planned Changes As necessary G22. Reporting Anticipated Non- As necessary compliance SPECIAL NOTE: *Permittees must submit Discharge Monitoring Reports(DMRs)to the Washington State Department of Ecology monthly,regardless of site discharge, for the full duration of permit coverage. Refer to Section S5.13 of this General Permit for more specific information regarding DMRs. Table 2. Summary of Required On-site Documentation Document Title Permit Conditions Permit Coverage Letter See Conditions S2, S5 Construction Stormwater General Permit See Conditions S2, S5 Site Log Book See Conditions S4, S5 Stormwater Pollution Prevention Plan (SWPPP) See Conditions S9, S5 Construction Stormwater General Permit—December 1, 2010 Page 4 SPECIAL CONDITIONS S1. PERMIT COVERAGE A. Permit Area This Construction Stormwater General Permit(CSWGP) covers all areas of Washington State, except for federal and Tribal lands as specified in Special Condition. S l.E.3. B. Operators Required to Seek Coverage Under this General Permit: 1. Operators of the following construction activities are required to seek coverage under this CSWGP: a. Clearing, grading and/or excavation that results in the disturbance of one or more acres and discharges stormwater to surface waters of the State; and clearing, grading and/or excavation on sites smaller than one acre that are part of a larger common plan of development or sale, if the common plan of development or sale will ultimately disturb one acre or more and discharge stormwater to surface waters of the State. i. This includes forest practices (including, but not limited to, class IV conversions)that are part of a construction activity that will result in the disturbance of one or more acres, and discharge to surface waters of the State (that is, forest practices that prepare a site for construction activities); and b. Any size construction activity discharging stormwater to waters of the State that the Department of Ecology("Ecology"): i. Determines to be a significant contributor of pollutants to waters of the State of Washington. ii. Reasonably expects to cause a violation of any water quality standard. 2. Operators of the following activities are not required to seek coverage under this CSWGP (unless specifically required under Special Condition S1.B.l.b. above): a. Construction activities that discharge all stormwater and non-stormwater to ground water, sanitary sewer, or combined sewer, and have no point source discharge to either surface water or a storm sewer system that drains to surface waters of the State. b. Construction activities covered under an Erosivity Waiver(Special Condition S2.C). c. Routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, or original purpose of a facility. Construction Stormwater General Permit—December 1, 2010 Page 5 C. Authorized Discharges: 1. Stormwater Associated with Construction Activity. Subject to compliance with the terms and conditions of this permit,Permittees are authorized to discharge stormwater associated with construction activity to surface waters of the State or to a storm sewer system that drains to surface waters of the State. (Note that"surface waters of the State"may exist on a construction site as well as off site; for example, a creek running through a site.) 2. Stormwater Associated with Construction Support Activity. This permit also authorizes stormwater discharge from support activities related to the permitted construction site (for example, an on-site portable rock crusher, off-site equipment staging yards,material storage areas,borrow areas, etc.)provided: a. The support activity relates directly to the permitted construction site that is required to have a NPDES permit; and b. The support activity is not a commercial operation serving multiple unrelated construction projects, and does not operate beyond the completion of the construction activity; and c. Appropriate controls and measures are identified in the Stormwater Pollution Prevention Plan (SWPPP)for the discharges from the support activity areas. 3. Non-Stormwater Discharges. The categories and sources of non-stormwater discharges identified below are authorized conditionally,provided the discharge is consistent with the terms and conditions of this permit: a. Discharges from fire-fighting activities. b. Fire hydrant system flushing. c. Potable water, including uncontaminated water line flushing. d. Pipeline hydrostatic test water. e. Uncontaminated air conditioning or compressor condensate. f. Uncontaminated ground water or spring water. g. Uncontaminated excavation dewatering water(in accordance with S9.D.10). h. Uncontaminated discharges from foundation or footing drains. i. Water used to control dust. Permittees must minimize the amount of dust control water used. j. Routine external building wash down that does not use detergents. k. Landscape irrigation water. The SWPPP must adequately address all authorized non-stormwater discharges, except for discharges from fire-fighting activities, and must comply with Special Construction Stormwater General Permit—December 1, 2010 Page 6 Condition S3. At a minimum, discharges from potable water(including water line flushing), fire hydrant system flushing, and pipeline hydrostatic test water must undergo the following: dechlorination to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5—8.5 standard units (su), if necessary. D. Prohibited Discharges: The following discharges to waters of the State, including ground water, are prohibited. 1. Concrete wastewater. 2. Wastewater from washout and clean-up of stucco, paint, form release oils, curing compounds and other construction materials. 3. Process wastewater as defined by 40 Code of Federal Regulations (CFR) 122.1 (see Appendix A of this permit). 4. Slurry materials and waste from shaft drilling. 5. Fuels, oils, or other pollutants used in vehicle and equipment operation and maintenance. 6. Soaps or solvents used in vehicle and equipment washing. 7. Wheel wash wastewater, unless discharged according to Special Condition S9.D.9.d. 8. Discharges from dewatering activities, including discharges from dewatering of trenches and excavations, unless managed according to Special Condition S9.D.10. E. Limits on Coverage Ecology may require any discharger to apply for and obtain coverage under an individual permit or another more specific general permit. Such alternative coverage will be required when Ecology determines that this CSWGP does not provide adequate assurance that water quality will be protected, or there is a reasonable potential for the project to cause or contribute to a violation of water quality standards. The following stormwater discharges are not covered by this permit: 1. Post-construction stormwater discharges that originate from the site after completion of construction activities and the site has undergone final stabilization. 2. Non-point source silvicultural activities such as nursery operations, site preparation, reforestation and subsequent cultural treatment,thinning,prescribed burning,pest and fire control,harvesting operations, surface drainage, or road construction and maintenance, from which there is natural runoff as excluded in 40 CFR Subpart 122. 3. Stormwater from any federal project or project on federal land or land within an Indian Reservation except for the Puyallup Reservation. Within the Puyallup Construction Stormwater General Permit—December 1, 2010 Page 7 Reservation, any project that discharges to surface water on land held in trust by the federal government may be covered by this permit. 4. Stormwater from any site covered under an existing NPDES individual permit in which stormwater management and/or treatment requirements are included for all stormwater discharges associated with construction activity. 5. Stormwater from a site where an applicable Total Maximum Daily Load (TMDL) requirement specifically precludes or prohibits discharges from construction activity. S2. APPLICATION REQUIREMENTS A. Permit Application Forms 1. Notice of Intent Form/Timeline a. Operators of new or previously unpermitted construction activities must submit a complete and accurate permit application (Notice of Intent, or NOI) to Ecology. b. The operator must submit the NOI at least 60 days before discharging stormwater from construction activities and must submit it on or before the date of the first public notice (see Special Condition S2.13 below for details). The 30-day public comment period required by WAC 173-226-130(5).begins on the publication date of the second public notice. Unless Ecology responds to the complete application in writing,based on public comments, or any other relevant factors, coverage under the general permit will automatically commence on the thirty-first day following receipt by Ecology of a completed NOI, or the issuance date of this permit,whichever is later,unless Ecology specifies a later date in writing. c. Applicants who propose to discharge to a storm or sewer system operated by Seattle,King County, Snohomish County, Tacoma, Pierce County, or Clark County must also submit a copy of the NOI to the appropriate jurisdiction. d. If an applicant intends to use a Best Management Practice (BMP) selected on the basis of Special Condition S9.C.4 ("demonstrably equivalent"BMPs), the applicant must notify Ecology of its selection as part of the NOI. In the event the applicant selects BMPs after submission of the NOI, it must provide notice of the selection of an equivalent BMP to Ecology at least 60 days before intended use of the equivalent BMP. e. Permittees must notify Ecology regarding any changes to the information provided on the NOI by submitting an updated NOI. Examples of such changes include, but are not limited to, i. changes to the Permittee's mailing address, ii. changes to the on-site contact person information, and Construction Stormwater General Permit—December 1, 2010 Page 8 iii. changes to the area/acreage affected by construction activity. 2. Transfer of Coverage Form The Permittee can transfer current coverage under this permit to one or more new operators, including operators of sites within a Common Plan of Development, provided the Permittee submits a Transfer of Coverage Form in accordance with General Condition G9. Transfers do not require public notice. B. Public Notice For new or previously unpermitted construction activities,the applicant must publish a public notice at least one time each week for two consecutive weeks, at least 7 days apart, in a newspaper with general circulation in the county where the construction is to take place. The notice must contain: 1. A statement that"The applicant is seeking coverage under the Washington State Department of Ecology's Construction Stormwater NPDES and State Waste Discharge General Permit." 2. The name, address and location of the construction site. 3. The name and address of the applicant. 4. The type of construction activity that will result in a discharge (for example, residential construction, commercial construction, etc.), and the number of acres to be disturbed. 5. The name of the receiving water(s)(that is,the surface water(s)to which the site will discharge), or, if the discharge is through a storm sewer system,the name of the operator of the system. 6. The statement: "Any persons desiring to present their views to the Washington State Department of Ecology regarding this application, or interested in Ecology's action on this application, may notify Ecology in writing no later than 30 days of the last date of publication of this notice. Ecology reviews public comments and considers whether discharges from this project would cause a measurable change in receiving water quality, and, if so,whether the project is necessary and in the overriding public interest according to Tier II antidegradation requirements under WAC 173-201A-320. Comments can be submitted to: Department of Ecology,P.O. Box 47696, Olympia, WA 98504-7696 Attn: Water Quality Program, Construction Stormwater." Construction Stormwater General Permit—December 1, 2010 Page 9 C. Erosivity Waiver Construction site operators may qualify for an erosivity waiver from the CSWGP if the following conditions are met: 1. The site will result in the disturbance of fewer than 5 acres and the site is not a portion of a common plan of development or sale that will disturb 5 acres or greater. 2. Calculation of Erosivity"R"Factor and Regional Timeframe: a. The project's rainfall erosivity factor("R"Factor)must be less than 5 during the period of construction activity, as calculated using either the Texas A&M University online rainfall erosivity calculator at: http://ei.tamu.edu/or EPA's calculator at http://cfpub.epa.gov/npdes/stormwater/lew/lewcalculator.cfm. The period of construction activity starts when the land is first disturbed and ends with final stabilization. In addition: b. The entire period of construction activity must fall within the following timeframes: i. For sites west of the Cascades Crest: June 15—September 15. ii. For sites east of the Cascades Crest, excluding the Central Basin: June 15 —October 15. iii. For sites east of the Cascades Crest, within the Central Basin: no additional timeframe restrictions apply. The Central Basin is defined as the portions of Eastern Washington with mean annual precipitation of less than 12 inches. For a map of the Central Basin(Region 2), refer to http://www.ecy.wa.gov/pubs/ecy07O2O2.pd 3. Construction site operators must submit a complete Erosivity Waiver certification form at least one week before disturbing the land. Certification must include statements that the operator will: a. Comply with applicable local stormwater requirements; and b. Implement appropriate erosion and sediment control BMPs to prevent violations of water quality standards. 4. This waiver is not available for facilities declared significant contributors of pollutants as defined in Special Condition S 1.B.1.b. 5. This waiver does not apply to construction activities which include non- stormwater discharges listed in Special Condition S1.C.3. 6. If construction activity extends beyond the certified waiver period for any reason, the operator must either: a. Recalculate the rainfall erosivity"R"factor using the original start date and a new projected ending date and, if the "R" factor is still under 5 and the entire Construction Stormwater General Permit—December 1, 2010 Page 10 project falls within the applicable regional timeframe in Special Condition S2.C.2.b, complete and submit an amended waiver certification form before the original waiver expires; or b. Submit a complete permit application to Ecology in accordance with Special Condition S2.A and B before the end of the certified waiver period. S3. COMPLIANCE WITH STANDARDS A. Discharges must not cause or contribute to a violation of surface water quality standards (Chapter 173-201A WAC), ground water quality standards (Chapter 173-200 WAC), sediment management standards (Chapter 173-204 WAC), and human health- based criteria in the National Toxics Rule (40 CFR Part 131.36). Discharges not in compliance with these standards are not authorized. B. Prior to the discharge of stormwater and non-stormwater to waters of the State,the Permittee must apply all known, available, and reasonable methods of prevention, control, and treatment(AKART). This includes the preparation and implementation of an adequate Stormwater Pollution Prevention Plan (SWPPP), with all appropriate BMPs installed and maintained in accordance with the SWPPP and the terms and conditions of this permit. C. Ecology presumes that a Permittee complies with water quality standards unless discharge monitoring data or other site-specific information demonstrates that a discharge causes or contributes to a violation of water quality standards, when the Permittee complies with the following conditions. The Permittee must fully: 1. Comply with all permit conditions, including planning, sampling,monitoring, reporting, and recordkeeping conditions. 2. Implement stormwater BMPs contained in stormwater management manuals published or approved by Ecology, or BMPs that are demonstrably equivalent to BMPs contained in stormwater technical manuals published or approved by Ecology, including the proper selection, implementation, and maintenance of all applicable and appropriate BMPs for on-site pollution control. (For purposes of this section,the stormwater manuals listed in Appendix 10 of the Phase I Municipal Stormwater Permit are approved by Ecology.) D. Where construction sites also discharge to ground water, the ground water discharges must also meet the terms and conditions of this CSWGP. Permittees who discharge to ground water through an injection well must also comply with any applicable requirements of the Underground Injection Control (UIC)regulations, Chapter 173-218 WAC. Construction Stormwater General Permit—December 1, 2010 Page 11 i �I S4. MONITORING REQUIREMENTS,BENCHMARKS AND REPORTING TRIGGERS Table 3. Summary of Primary Monitoring Requirements Size of Soil Weekly+Site :,Weekly, 4 Weekly_. _. , _Weekly,pH Requires Disturbance' , ` Inspections : Sampling w/ Sampling.w/ Samplin6 2 CESCL Turbidity Transparency Certification? Sites that disturb Required Not Required Not Required Not Required No less than 1 acre, but are part of a larger Common Plan of Development Sites that disturb 1 Required Sampling Re^�sired= Required Yes acre or more, but either method fewer than 5 acres Sites that disturb 5 Required Required Not Required 4 Required Yes acres or more A. Site Low The Permittee must maintain a site log book that contains a record of the implementation of the SWPPP and other permit requirements, including the installation and maintenance of BMPs, site inspections, and stormwater monitoring. B. Site Inspections The Permittee's (operator's) site inspections must include all areas disturbed by construction activities, all BMPs, and all stormwater discharge points. (See Special Conditions S4.13.3 and B.4 below for detailed requirements of the Permittee's Certified Erosion and Sediment Control Lead [CESCL]). ' Soil disturbance is calculated by adding together all areas affected by construction activity.Construction activity means clearing,grading,excavation,and any other activity that disturbs the surface of the land, including ingress/egress from the site. 2 If construction activity results in the disturbance of 1 acre or more,and involves significant concrete work(1,000 cubic yards of poured or recycled concrete over the life of a project)or the use of engineered soils(soil amendments including but not limited to Portland cement-treated base[CTB],cement kiln dust[CKD],or fly ash),and stormwater from the affected area drains to surface waters of the State or to a storm sewer stormwater collection system that drains to other surface waters of the State,the Permittee must conduct pH monitoring sampling in _ accordance with Special Condition S4.D. 'Sites with one or more acres,but fewer than 5 acres of soil disturbance,must conduct turbidity or transparency sampling in accordance with Special Condition S4.C. 4 Sites equal to or greater than 5 acres of soil disturbance must conduct turbidity sampling using a turbidity meter in accordance with Special Condition S4.C. Construction Stormwater General Permit—December 1, 2010 Page 12 Construction sites one acre or larger that discharge stormwater to surface waters of the State must have site inspections conducted by a certified CESCL. Sites less than one acre may have a person without CESCL certification conduct inspections; sampling is not required on sites that disturb less than an acre. 1. The Permittee must examine stormwater visually for the presence of suspended sediment,turbidity, discoloration, and oil sheen. The Permittee must evaluate the effectiveness of BMPs and determine if it is necessary to install, maintain, or repair BMPs to improve the quality of stormwater discharges. Based on the results of the inspection,the Permittee must correct the problems identified by: a. Reviewing the SWPPP for compliance with Special Condition S9 and making appropriate revisions within 7 days of the inspection. b. Immediately beginning the process of fully implementing and maintaining appropriate source control and/or treatment BMPs as soon as possible, addressing the problems no later than within 10 days of the inspection. If installation of necessary treatment BMPs is not feasible within 10 days, Ecology may approve additional time when an extension is requested by a Permittee within the initial 10-day response period. c. Documenting BMP implementation and maintenance in the site log book. 2. The Permittee must inspect all areas disturbed by construction activities, all BMPs, and all stormwater discharge points at least once every calendar week and within 24 hours of any discharge from the site. (For purposes of this condition, individual discharge events that last more than one day do not require daily inspections. For example, if a stormwater pond discharges continuously over the course of a week, only one inspection is required that week.) The Permittee may reduce the inspection frequency for temporarily stabilized, inactive sites to once every calendar month. 3. The Permittee must have staff knowledgeable in the principles and practices of erosion and sediment control. The CESCL (sites one acre or more) or inspector (sites less than one acre)must have the skills to assess the: a. Site conditions and construction activities that could impact the quality of stormwater, and b. Effectiveness of erosion and sediment control measures used to control the quality of stormwater discharges. 4. The SWPPP must identify the CESCL or inspector, who must be present on site or on-call at all times. The CESCL must obtain this certification through an approved erosion and sediment control training program that meets the minimum training standards established by Ecology (see BMP C 160 in the manual referred to in Special Condition S9.C.1 and 2). Construction Stormwater General Permit—December 1, 2010 Page 13 5. The Permittee must summarize the results of each inspection in an inspection report or checklist and enter the report/checklist into, or attach it to,the site log book. At a minimum, each inspection report or checklist must include: a. Inspection date and time. b. Weather information,the general conditions during inspection and the approximate amount of precipitation since the last inspection, and precipitation within the last 24 hours. c. A summary or list of all implemented BMPs, including observations of all erosion/sediment control structures or practices. d. A description of the locations: i. Of BMPs inspected. ii. Of BMPs that need maintenance and why. iii. Of BMPs that failed to operate as designed or intended, and iv. Where additional or different BMPs are needed, and why. e. A description of stormwater discharged from the.site. The Permittee must note the presence of suspended sediment,turbidity, discoloration, and oil sheen, as applicable. f. Any water quality monitoring performed during inspection. g. General comments and notes, including a brief description of any BMP repairs,maintenance or installations made following the inspection. h. A summary report and a schedule of implementation of the remedial actions that the Permittee plans to take if the site inspection indicates that the site is out of compliance. The remedial actions taken must meet the requirements of the SWPPP and the permit. i. The name,title, and signature of the person conducting the site inspection, a hone number or other reliable method to reach this person, and the following p p g statement: I certify that this report is true, accurate, and complete to the best of my knowledge and belief." C. Turbidity/Transparency Sampling Requirements 1. Sampling Methods a. If construction activity involves the disturbance of 5 acres or more,the Permittee must conduct turbidity sampling per Special Condition S4.C. b. If construction activity involves 1 acre or more but fewer than 5 acres of soil disturbance,the Permittee must conduct either transparency sampling or turbidity sampling per Special Condition S4.C. Construction Stormwater General Permit—December 1, 2010 Page 14 2. Sampling Frequency a. The Permittee must sample all discharge locations at least once every calendar week when stormwater(or authorized non-stormwater) discharges from the site or enters any on-site surface waters of the state (for example, a creek running through a site). b. Samples must be representative of the flow and characteristics of the discharge. c. Sampling is not required when there is no discharge during a calendar week. d. Sampling is not required outside of normal working hours or during unsafe conditions. e. If the Permittee is unable to sample during a monitoring period,the Permittee must include a brief explanation in the monthly Discharge Monitoring Report (DMR). f. Sampling is not required before construction activity begins. 3. Sampling Locations a. Sampling is required at all points where stormwater associated with construction activity(or authorized non-stormwater) is discharged off site, including where it enters any on-site surface waters of the state (for example, a creek running through a site). b. The Permittee may discontinue sampling at discharge points that drain areas of the project that are fully stabilized to prevent erosion. c. The Permittee must identify all sampling point(s) on the SWPPP site map and clearly mark these points in the field with a flag, tape, stake or other visible marker. d. Sampling is not required for discharge that is sent directly to sanitary or combined sewer systems. 4. Sampling and Analysis Methods a. The Permittee performs turbidity analysis with a calibrated turbidity meter (turbidimeter) either on site or at an accredited lab. The Permittee must record the results in the site log book in nephelometric turbidity units (NTU). b. The Permittee performs transparency analysis on site with a 13/4-inch- diameter, 60-centimeter(cm)-long transparency tube. The Permittee will record the results in the site log book in centimeters (cm). Transparency tubes are available from: http://watermonitoringequip.com/pages/stream.html. Construction Stormwater General Permit—December 1, 2010 Page 15 Table 4. Monitoring and Reporting Requirements Parameter Unit A nalytical Method ; . Sampling Benchmark. Phone Fr uen.c Value Re ortm Q. Y p g e Trigger Value' Turbidity NTU SM2130 or EPA Weekly, if 25 NTU 250 NTU 180.1 discharging Transparency cm Manufacturer Weekly, if 33 cm 6 cm instructions, or discharging Ecology guidance 5. Turbidity/Transparency Benchmark Values and Reporting Triggers The benchmark value for turbidity is 25 NTU or less. The benchmark value for transparency is 33 centimeters (cm). Note: Benchmark values do not apply to discharges to segments of water bodies on Washington State's 303(d) list (Category 5)for turbidity, fine sediment, or phosphorus;these discharges are subject to a numeric effluent limit for turbidity. Refer to Special Condition S8 for more information. a. Turbidity 26—249 NTU, or Transparency 32—7 cm: If the discharge turbidity is 26 to 249 NTU; or if discharge transparency is less than 33 cm, but equal to or greater than 6 cm,the Permittee must: i. Review the SWPPP for compliance with Special Condition S9 and make appropriate revisions within 7 days of the date the discharge exceeded the benchmark. ii. Immediately begin the process to fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, addressing the problems within 10 days of the date the discharge exceeded the benchmark. If installation of necessary treatment BMPs is not feasible within 10 days, Ecology may approve additional time when the Permittee requests an extension within the initial 10-day response period. iii. Document BMP implementation and maintenance in the site log book. b. Turbidity 250 NTU or greater, or Transparency 6 cm or less: If a discharge point's turbidity is 250 NTU or greater, or if discharge transparency is less than or equal to 6 cm,the Permittee must complete the reporting and adaptive management process described below. i. Telephone the applicable Ecology Region's Environmental Report Tracking System (ERTS) number within 24 hours, in accordance with Special Condition S5.17. • Central Region(Okanogan, Chelan,Douglas, Kittitas, Yakima, Klickitat, Benton): (509) 575-2490 Construction Stormwater General Permit—December 1, 2010 Page 16 • Eastern Region(Adams,Asotin, Columbia, Ferry, Franklin, Garfield, Grant, Lincoln,Pend Oreille, Spokane, Stevens,Walla Walla, Whitman): (509)329-3400 • Northwest Region(Kitsap, Snohomish, Island, King, San Juan, Skagit, Whatcom): (425) 649-7000 • Southwest Region (Grays Harbor,Lewis, Mason, Thurston,Pierce, Clark, Cowlitz, Skamania, Wahkiakum, Clallam, Jefferson, Pacific): (360) 407-6300 These numbers are also listed at the following web site: http://www.ecy.wa.gov/programs/wq/stormwater/construction/permit.html ii. Review the SWPPP for compliance with Special Condition S9 and make appropriate revisions within 7 days of the date the discharge exceeded the benchmark. iii. Immediately begin the process to fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, addressing the problems within 10 days of the date the discharge exceeded the benchmark. If installation of necessary treatment BMPs is not feasible within 10 days,Ecology may approve additional time when the Permittee requests an extension within the initial 10-day response period. iv. Document BMP implementation and maintenance in the site log book. v. Continue to sample discharges daily until: a) Turbidity is 25 NTU(or lower); or b) Transparency is 33 cm (or greater); or c) The Permittee has demonstrated compliance with the water quality limit for turbidity: 1) No more than 5 NTU over background turbidity, if background is less than 50 NTU, or 2) No more than 10%over background turbidity, if background is 50 NTU or greater; or d) The discharge stops or is eliminated. D. pH Sampling Requirements -- Significant Concrete Work or Engineered Soils If construction activity results in the disturbance of 1 acre or more, and involves significant concrete work(significant concrete work means greater than 1000 cubic yards poured concrete or recycled concrete used over the life of a project) or the use of engineered soils (soil amendments including but not limited to Portland cement-treated base [CTB], cement kiln dust [CKD], or fly ash), and stormwater from the affected area Construction Stormwater General Permit—December 1, 2010 Page 17 drains to surface waters of the State or to a storm sewer system that drains to surface waters of the state,the Permittee must conduct pH monitoring as set forth below. Note: In addition, discharges to segments of water bodies on Washington State's 303(d) list (Category 5)for high pH are subject to a numeric effluent limit for pH; refer to Special Condition S8. 1. For sites with significant concrete work,the Permittee must begin the pH monitoring period when the concrete is first poured and exposed to precipitation, and continue weekly throughout and after the concrete pour and curing period, until stormwater pH is in the range of 6.5 to 8.5 (su). 2. For sites with engineered soils,the Permittee must begin the pH monitoring period when the soil amendments are first exposed to precipitation and must continue until the area of engineered soils is fully stabilized. 3. During the applicable pH monitoring period defined above,the Permittee must obtain a representative sample of stormwater and conduct pH analysis at least once per week. 4. The Permittee must monitor pH in the sediment trap/pond(s) or other locations that receive stormwater runoff from the area of significant concrete work or engineered soils before the stormwater discharges to surface waters. 5. The benchmark value for pH is 8.5 standard units.Anytime sampling indicates that pH is 8.5 or greater,the Permittee must either: a. Prevent the high pH water(8.5 or above) from entering storm sewer systems or surface waters; or b. If necessary, adjust or neutralize the high pH water until it is in the range of pH 6.5 to 8.5 (su)using an appropriate treatment BMP such as carbon dioxide (CO2) sparging or dry ice. The Permittee must obtain written approval from Ecology before using any form of chemical treatment other than CO2 sparging or dry ice. 6. The Permittee must perform pH analysis on site with a calibrated pH meter,pH test kit, or wide range pH indicator paper. The Permittee must record pH monitoring results in the site log book. Construction Stormwater General Permit—December 1, 2010 Page 18 S5. REPORTING AND RECORDKEEPING REQUIREMENTS A. High Turbidity Phone Reporting Anytime sampling performed in accordance with Special Condition S4.0 indicates turbidity has reached the 250 NTU phone reporting level,the Permittee must call Ecology's Regional office by phone within 24 hours of analysis. The web site is http://www.ecy.wa.gov/programs/wq/stormwater/construction/permit.html. Also see phone numbers in Special Condition S4.C.5.b.i. B. Discharge Monitoring Reports Permittees required to conduct water quality sampling in accordance with Special Conditions S4.0 (Turbidity/Transparency), S4.13 (pH), S8 (303[d]/TMDL sampling), and/or G13 (Additional Sampling)must submit the results to Ecology. Permittees must submit monitoring data using Ecology's WebDMR program. To find out more information and to sign up for WebDMR go to: http://www.ecy.wa.gov/programs/wq/permits/paris/webdmr.html. Permittees unable to submit electronically(for example,those who do not have an internet connection)must contact Ecology to request a waiver and obtain instructions on how to obtain a paper copy DMR at: Mailing Address: Department of Ecology Water Quality Program Attn: Stormwater Compliance Specialist PO Box 47696 Olympia, WA 98504-7696 Permittees who obtain a waiver not to use WebDMR must use the forms provided to them by Ecology; submittals must be mailed to the address above. Permittees shall submit DMR forms to be received by Ecology within 15 days following the end of each month. If there was no discharge during a given monitoring period, all Permittees must submit a DMR as required with "no discharge" entered in place of the monitoring results. For more information, contact Ecology staff using information provided at the following web site: http://www.ecy wa.gov/programs/spills/response/assistancesoil%20map.pdf I C. Records Retention The Permittee must retain records of all monitoring information(site log book, sampling results, inspection reports/checklists, etc.), Stormwater Pollution Prevention Plan, and any other documentation of compliance with permit requirements for the entire life of the construction project and for a minimum of three years following the termination of permit coverage. Such information must include all calibration and maintenance records, and records of all data used to complete the application for this Construction Stormwater General Permit—December 1, 2010 Page 19 I permit. This period of retention must be extended during the course of any unresolved litigation regarding the discharge of pollutants by the Permittee or when requested by Ecology. D. Recording Results For each measurement or sample taken,the Permittee must record the following information: 1. Date,place, method, and time of sampling or measurement. 2. The first and last name of the individual who performed the sampling or measurement. 3. The date(s)the analyses were performed. 4. The first and last name of the individual who performed the analyses. 5. The analytical techniques or methods used. 6. The results of all analyses. E. Additional Monitoring by the Permittee If the Permittee monitors any pollutant more frequently than required by this permit using test procedures specified by Special Condition S4 of this permit, the results of this monitoring must be included in the calculation and reporting of the data submitted in the Permittee's DMR. F. Noncompliance Notification In the event the Permittee is unable to comply with any part of the terms and conditions of this permit, and the resulting noncompliance may cause a threat to human health or the environment,the Permittee must: 1. Immediately notify Ecology of the failure to comply by calling the applicable Regional office ERTS phone number(find at http://www.ecy.wa.gov/programs/spills/response/assistancesoil%20MU.pdf)or refer to Special Condition S4.C.5.b.i. 2. Immediately take action to prevent the discharge/pollution, or otherwise stop or correct the noncompliance, and, if applicable,repeat sampling and analysis of any noncompliance immediately and submit the results to Ecology within five (5)days of becoming aware of the violation. 3. Submit a detailed written report to Ecology within five (5)days,unless requested earlier by Ecology. The report must contain a description of the noncompliance, including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; and the steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. Construction Stormwater General Permit—December 1, 2010 Page 20 The Permittee must report any unanticipated bypass and/or upset that exceeds any effluent limit in the permit in accordance with the 24-hour reporting requirement contained in 40 C.F.R. 122.41(1)(6)). Compliance with these requirements does not relieve the Permittee from responsibility to maintain continuous compliance with the terms and conditions of this permit or the resulting liability for failure to comply. Refer to Section G14 of this permit for specific information regarding non-compliance. G. Access to Plans and Records 1. The Permittee must retain the following permit documentation (plans and records) on site, or within reasonable access to the site, for use by the operator or for on-site review by Ecology or the local jurisdiction: a. General Permit. b. Permit Coverage Letter. c. Stormwater Pollution Prevention Plan(SWPPP). d. Site Log Book. 2. The Permittee must address written requests for plans and records listed above (Special Condition S5.G.1) as follows: a. The Permittee must provide a copy of plans and records to Ecology within 14 days of receipt of a written request from Ecology. b. The Permittee must provide a copy of plans and records to the public when requested in writing. Upon receiving a written request from the public for the Permittee's plans and records, the Permittee must either: i. Provide a copy of the plans and records to the requester within 14 days of a receipt of the written request; or ii. Notify the requester within 10 days of receipt of the written request of the location and times within normal business hours when the plans and records may be viewed; and provide access to the plans and records within 14 days of receipt of the written request; or Within 14 days of receipt of the written request,the Permittee may submit a copy of the plans and records to Ecology for viewing and/or copying by the requester at an Ecology office, or a mutually agreed location. If plans and records are viewed and/or copied at a location other than at an Ecology office,the Permittee will provide reasonable access to copying services for which a reasonable fee may be charged. The Permittee must notify the requester within 10 days of receipt of the request where the plans and records may be viewed and/or copied. Construction Stormwater General Permit—December 1, 2010 Page 21 S6. PERMIT FEES The Permittee must pay permit fees assessed by Ecology. Fees for stormwater discharges covered under this permit are established by Chapter 173-224 WAC. Ecology continues to assess permit fees until the permit is terminated in accordance with Special Condition S 10 or revoked in accordance with General Condition G5. S7. SOLID AND LIQUID WASTE DISPOSAL The Permittee must handle and dispose of solid and liquid wastes generated by construction activity, such as demolition debris, construction materials, contaminated materials, and waste materials from maintenance activities, including liquids and solids from cleaning catch basins and other stormwater facilities, in accordance with: A. Special Condition S3, Compliance with Standards. B. WAC 173-216-110. C. Other applicable regulations. S8. DISCHARGES TO 303(D) OR TMDL WATER BODIES A. Sampling and Numeric Effluent Limits For Certain Discharges to 303(d)-listed Water Bodies 1. Permittees who discharge to segments of water bodies listed as impaired by the State of Washington under Section 303(d) of the Clean Water Act for turbidity, fine sediment,high pH, or phosphorus, must conduct water quality sampling according to the requirements of this section, and Special Conditions S4.C.2.b-f and S4.C.3.b-d, and must comply with the applicable numeric effluent limitations in S&C and S&D. 2. All references and requirements associated with Section 303(d) of the Clean Water Act mean the most current listing by Ecology of impaired waters (Category 5)that exists on January 1, 2011, or the date when the operator's complete permit application is received by Ecology, whichever is later. B. Limits on Coverage for New Discharges to TMDL or 303(d)-listed Waters Operators of construction sites that discharge to a 303(d)-listed water body are not eligible for coverage under this permit unless the operator: 1. Prevents exposing stormwater to pollutants for which the water body is impaired, and retains documentation in the SWPPP that details procedures taken to prevent exposure on site; or 2. Documents that the pollutants for which the water body is impaired are not present at the site, and retains documentation of this finding within the SWPPP; or Construction Stormwater General Permit—December 1, 2010 Page 22 3. Provides Ecology with data indicating the discharge is not expected to cause or contribute to an exceedance of a water quality standard, and retains such data on site with the SWPPP. The operator must provide data and other technical information to Ecology that sufficiently demonstrate: a. For discharges to waters without an EPA-approved or-established TMDL, that the discharge of the pollutant for which the water is impaired will meet in-stream water quality criteria at the point of discharge to the water body; or b. For discharges to waters with an EPA-approved or-established TMDL,that there is sufficient remaining wasteload allocation in the TMDL to allow construction stormwater discharge and that existing dischargers to the water body are subject to compliance schedules designed to bring the water body into attainment with water quality standards. Operators of construction sites are eligible for coverage under this permit if Ecology issues permit coverage based upon an affirmative determination that the discharge will not cause or contribute to the existing impairment. C. Sampling and Numeric Effluent Limits for Discharges to Water Bodies on the 303(d) List for Turbidity, Fine Sediment, or Phosphorus 1. Permittees who discharge to segments of water bodies on the 303(d) list(Category 5) for turbidity, fine sediment, or phosphorus must conduct turbidity sampling in accordance with Special Condition S4.C.2 and comply with either of the numeric effluent limits noted in Table 5 below. 2. As an alternative to the 25 NTU effluent limit noted in Table 5 below (applied at the point where stormwater for authorized non-stormwater] is discharged off-site), permittees may choose to comply with the surface water quality standard for turbidity. The standard is: no more than 5 NTU over background turbidity when the background turbidity is 50 NTU or less, or no more than a 10% increase in turbidity when the background turbidity is more than 50 NTU. In order to use the water quality standard requirement,the sampling must take place at the following locations: a. Background turbidity in the 303(d)-listed receiving water immediately upstream(upgradient) or outside the area of influence of the discharge. b. Turbidity at the point of discharge into the 303(d)-listed receiving water, inside the area of influence of the discharge. 3. Discharges that exceed the numeric effluent limit for turbidity constitute a violation of this permit. 4. Permittees whose discharges exceed the numeric effluent limit shall sample discharges daily until the violation is corrected and comply with the non- compliance notification requirements in Special Condition S5.F. Construction Stormwater General Permit—December 1, 2010 Page 23 Table 5. Turbidity, Fine Sediment&Phosphorus Sampling and Limits for 303(d)-Listed Waters Parameter identified Parameter Unit Analytical Sampling. Numeric Effluent' . ln 363(d) listing Sampled Method Frequency. - Limit' • Turbidity Turbidity NTU SM2130 or Weekly, if 25 NTU, at the point • Fine Sediment EPA180.1 discharging where stormwater is • Phosphorus discharged from the site; OR In compliance with the surface water quality standard for turbidity (S8.C.1.a) 'Permittees subject to a numeric effluent limit for turbidity may, at their discretion, choose either numeric effluent limitation based on site-specific considerations including, but not limited to,safety, access and convenience. D. Discharges to Water Bodies on the 303(d)List for High pH 1. Permittees who discharge to segments of water bodies on the 303(d) list(Category 5)for high pH must conduct pH sampling in accordance with the table below, and comply with the numeric effluent limit of pH 6.5 to 8.5 su (Table 6). Table 6. pH Sampling and Limits for 303(d)-Listed Waters Parameter identified in Parameter " Analytical . Sampling Numeric Effluent." 303(d) listing Sampled%Units" Method - Frequency Limit High pH pH/Standard pH meter Weekly, if In the range of 6.5— Units discharging 8.5 2. At the Permittee's discretion, compliance with the limit shall be assessed at one of the following locations: a. Directly in the 303(d)-listed water body segment, inside the immediate area of influence of the discharge; or b. Alternatively, the permittee may measure pH at the point where the discharge leaves the construction site, rather than in the receiving water. i 3. Discharges that exceed the numeric effluent limit for pH(outside the range of 6.5— 8.5 su) constitute a violation of this permit. 4. Permittees whose discharges exceed the numeric effluent limit shall sample discharges daily until the violation is corrected and comply with the non- compliance notification requirements in Special Condition S5.F. III III Construction Stormwater General Permit—December 1, 2010 Page 24 E. Sampling and Limits for Sites Discharging to Waters Covered by a TMDL or Another Pollution Control Plan 1. Discharges to a water body that is subject to a Total Maximum Daily Load (TMDL) for turbidity, fine sediment,high pH, or phosphorus must be consistent with the TMDL. Refer to http://www.ecy.wa. og_v/programs/wq/tmdl/index.htmI for more information on TMDLs. a. Where an applicable TMDL sets specific waste load allocations or requirements for discharges covered by this permit, discharges must be consistent with any specific waste load allocations or requirements established by the applicable TMDL. i. The Permittee must sample discharges weekly or as otherwise specified by the TMDL to evaluate compliance with the specific waste load allocations or requirements. ii. Analytical methods used to meet the monitoring requirements must conform to the latest revision of the Guidelines Establishing Test Procedures for the Analysis of Pollutants contained in 40 CFR Part 136. Turbidity and pH methods need not be accredited or registered unless conducted at a laboratory which must otherwise be accredited or registered. b. Where an applicable TMDL has established a general waste load allocation for construction stormwater discharges, but has not identified specific requirements, compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs)will constitute compliance with the approved TMDL. c. Where an applicable TMDL has not specified a waste load allocation for construction stormwater discharges,but has not excluded these discharges, compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs)will constitute compliance with the approved TMDL. d. Where an applicable TMDL specifically precludes or prohibits discharges from construction activity, the operator is not eligible for coverage under this permit. 2. Applicable TMDL means a TMDL for turbidity, fine sediment,high pH, or phosphorus that is completed and approved by EPA before January 1, 2011, or before the date the operator's complete permit application is received by Ecology, whichever is later. TMDLs completed after the operator's complete permit application is received by Ecology become applicable to the Permittee only if they are imposed through an administrative order by Ecology, or through a modification of permit coverage. Construction Stormwater General Permit—December 1, 2010 Page 25 I S9. STORMWATER POLLUTION PREVENTION PLAN The Permittee must prepare and properly implement an adequate Stormwater Pollution Prevention Plan(SWPPP) for construction activity in accordance with the requirements of this permit beginning with initial soil disturbance and until final stabilization. A. The Permittee's SWPPP must meet the following objectives: 1. To implement best management practices (BMPs)to prevent erosion and sedimentation, and to identify,reduce, eliminate or prevent stormwater contamination and water pollution from construction activity. 2. To prevent violations of surface water quality, ground water quality, or sediment management standards. 3. To control peak volumetric flow rates and velocities of stormwater discharges. B. General Requirements 1. The SWPPP must include a narrative and drawings.All BMPs must be clearly referenced in the narrative and marked on the drawings. The SWPPP narrative must include documentation to explain and justify the pollution prevention decisions made for the project. Documentation must include: a. Information about existing site conditions (topography, drainage, soils, vegetation, etc.). b. Potential erosion problem areas. c. The 12 elements of a SWPPP in Special Condition S9.D.1-12, including BMPs used to address each element. d. Construction phasing/sequence and general BMP implementation schedule. e. The actions to be taken if BMP performance goals are not achieved—for example, a contingency plan for additional treatment and/or storage of stormwater that would violate the water quality standards if discharged. f. Engineering calculations for ponds and any other designed structures. 2. The Permittee must modify the SWPPP if, during inspections or investigations conducted by the owner/operator, or the applicable local or state regulatory authority, it is determined that the SWPPP is, or would be, ineffective in eliminating or significantly minimizing pollutants in stormwater discharges from the site. The Permittee must then: a. Review the SWPPP for compliance with Special Condition S9 and make appropriate revisions within 7 days of the inspection or investigation. b. Immediately begin the process to fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, addressing the problems no later than 10 days from the inspection or investigation. If Construction Stormwater General Permit–December 1, 2010 Page 26 installation of necessary treatment BMPs is not feasible within 10 days, Ecology may approve additional time when an extension is requested by a Permittee within the initial 10-day response period, c. Document BMP implementation and maintenance in the site log book. The Permittee must modify the SWPPP whenever there is a change in design, construction, operation, or maintenance at the construction site that has, or could have, a significant effect on the discharge of pollutants to waters of the State. C. Stormwater Best Management Practices (BMPs) BMPs must be consistent with: 1. Stormwater Management Manual for Western Washington(most recent edition), for sites west of the crest of the Cascade Mountains; or 2. Stormwater Management Manual for Eastern Washington(most recent edition), for sites east of the crest of the Cascade Mountains; or 3. Revisions to the manuals listed in Special Condition S9.C.1. &2., or other stormwater management guidance documents or manuals which provide an equivalent level of pollution prevention,that are approved by Ecology and incorporated into this permit in accordance with the permit modification requirements of WAC 173-226-230; or 4. Documentation in the SWPPP that the BMPs selected provide an equivalent level of pollution prevention, compared to the applicable Stormwater Management Manuals, including: a. The technical basis for the selection of all stormwater BMPs (scientific, technical studies, and/or modeling)that support the performance claims for the BMPs being selected. b. An assessment of how the selected BMP will satisfy AKART requirements and the applicable federal technology-based treatment requirements under 40 CFR part 125.3. D. SWPPP—Narrative Contents and Requirements The Permittee must include each of the 12 elements below in Special Condition S9.D.1- 12 in the narrative of the SWPPP and implement them unless site conditions render the element unnecessary and the exemption from that element is clearly justified in the SWPPP. 1. Preserve Vegetation/Mark Clearing Limits a. Before beginning land-disturbing activities, including clearing and grading, clearly mark all clearing limits, sensitive areas and their buffers, and trees that are to be preserved within the construction area. Construction Stormwater General Permit—December 1, 2010 Page 27 b. Retain the duff layer, native top soil, and natural vegetation in an undisturbed state to the maximum degree practicable. 2. Establish Construction Access a. Limit construction vehicle access and exit to one route, if possible. b. Stabilize access points with a pad of quarry spalls, crushed rock,or other equivalent BMPs,to minimize tracking sediment onto roads. c. Locate wheel wash or tire baths on site, if the stabilized construction entrance is not effective in preventing tracking sediment onto roads. d. If sediment is tracked off site,clean the affected roadway thoroughly at the end of each day,or more frequently as necessary(for example, during wet weather). Remove sediment from roads by shoveling, sweeping, or pickup and transport of the sediment to a controlled sediment disposal area. e. Conduct street washing only after sediment removal in accordance with Special Condition S9.D.2.d. Control street wash wastewater by pumping back on site or otherwise preventing it from discharging into systems tributary to waters of the State. 3. Control Flow Rates a. Protect properties and waterways downstream of development sites from erosion and the associated discharge of turbid waters due to increases in the velocity and peak volumetric flow rate of stormwater runoff from the project site, as required by local plan approval authority. b. Where necessary to comply with Special Condition S9.D.3.a, construct stormwater retention or detention facilities as one of the first steps in grading. Assure that detention facilities function properly before constructing site improvements (for example, impervious surfaces). c. If permanent infiltration ponds are used for flow control during construction, protect these facilities from siltation during the construction phase. 4. Install Sediment Controls The Permittee must design, install and maintain effective erosion controls and sediment controls to minimize the discharge of pollutants. At a minimum,the Permittee must design, install and maintain such controls to: a. Construct sediment control BMPs (sediment ponds,traps, filters,etc.)as one of the first steps in grading. These BMPs must be functional before other land disturbing activities take place. b. Minimize sediment discharges from the site. The design, installation and maintenance of erosion and sediment controls must address factors such as the amount, frequency, intensity and duration of precipitation,the nature of Construction Stormwater General Permit—December 1, 2010 Page 28 resulting stormwater runoff, and soil characteristics, including the range of soil particle sizes expected to be present on the site. c. Direct stormwater runoff from disturbed areas through a sediment pond or other appropriate sediment removal BMP,before the runoff leaves a construction site or before discharge to an infiltration facility. Runoff from fully stabilized areas may be discharged without a sediment removal BMP,but must meet the flow control performance standard of Special Condition S9.D.3.a. d. Locate BMPs intended to trap sediment on site in a manner to avoid interference with the movement of juvenile salmonids attempting to enter off- channel areas or drainages. e. Provide and maintain natural buffers around surface waters,direct stormwater to vegetated areas to increase sediment removal and maximize stonnwater infiltration,unless infeasible. f. Where feasible,design outlet structures that withdraw impounded stormwater from the surface to avoid discharging sediment that is still suspended lower in the water column. 5. Stabilize Soils a. The Permittee must stabilize exposed and unworked soils by application of effective BMPs that prevent erosion.Applicable BMPs include,but are not limited to:temporary and permanent seeding, sodding,mulching,plastic covering, erosion control fabrics and matting, soil application of polyacrylamide (PAM),the early application of gravel base on areas to be paved, and dust control. b. The Permittee must control stormwater volume and velocity within the site to minimize soil erosion. c. The Permittee must control stormwater discharges, including both peak flow rates and total stormwater volume,to minimize erosion at outlets and to minimize downstream channel and stream bank erosion. d. Depending on the geographic location of the project,the Permittee must not allow soils to remain exposed and unworked for more than the time periods set forth below to prevent erosion: West of the Cascade Mountains Crest During the dry season (May 1 - Sept. 30): 7 days During the wet season(October 1 -April 30): 2 days East of the Cascade Mountains Crest, except for Central Basin* During the dry season(July 1 - September 30): 10 days During the wet season(October 1 -June 30): 5 days The Central Basin*,East of the Cascade Mountains Crest Construction Stormwater General Permit—December 1, 2010 Page 29 During the dry Season(July 1 - September 30): 30 days During the wet season (October 1 -June 30): 15 days *Note: The Central Basin is defined as the portions of Eastern Washington with mean annual precipitation of less than 12 inches. e. The Permittee must stabilize soils at the end of the shift before a holiday or weekend if needed based on the weather forecast. f. The Permittee must stabilize soil stockpiles from erosion,protected with sediment trapping measures, and where possible,be located away from storm drain inlets,waterways,and drainage channels. g. The Permittee must minimize the amount of soil exposed during construction activity. h. The Permittee must minimize the disturbance of steep slopes. i. The Permittee must minimize soil compaction and,unless infeasible,preserve topsoil. 6. Protect Slopes a. The Permittee must design and construct cut-and-fill slopes in a manner to minimize erosion.Applicable practices include,but are not limited to,reducing continuous length of slope with terracing and diversions,reducing slope steepness, and roughening slope surfaces (for example,track walking). b. The Permittee must divert off-site stormwater(run-on)or ground water away from slopes and disturbed areas with interceptor dikes,pipes, and/or swales. Off-site stormwater should be managed separately from stormwater generated on the site. c. At the top of slopes, collect drainage in pipe slope drains or protected channels to prevent erosion. i. West of the Cascade Mountains Crest: Temporary pipe slope drains must handle the peak 10-minute velocity of flow from a Type IA, 10-year, 24- hour frequency storm for the developed condition. Alternatively,the 10- year, 1-hour flow rate predicted by an approved continuous runoff model, increased by a factor of 1.6,may be used. The hydrologic analysis must use the existing land cover condition for predicting flow rates from tributary areas outside the project limits.For tributary areas on the project site,the analysis must use the temporary or permanent project land cover condition,whichever will produce the highest flow rates. If using the Western Washington Hydrology Model (WWHM)to predict flows, bare soil areas should be modeled as "landscaped area." Construction Stormwater General Permit—December 1, 2010 Page 30 ii. East of the Cascade Mountains Crest: Temporary pipe slope drains must handle the expected peak flow velocity from a 6-month, 3-hour storm for the developed condition, referred to as the short duration storm. d. Place excavated material on the uphill side of trenches, consistent with safety and space considerations. e. Place check dams at regular intervals within constructed channels that are cut down a slope. 7. Protect Drain Inlets a. Protect all storm drain inlets made operable during construction so that stormwater runoff does not enter the conveyance system without first being filtered or treated to remove sediment. b. Clean or remove and replace inlet protection devices when sediment has filled one-third of the available storage (unless a different standard is specified by the product manufacturer). 8. Stabilize Channels and Outlets a. Design, construct and stabilize all on-site conveyance channels to prevent erosion from the following expected peak flows: i. West of the Cascade Mountains Crest: Channels must handle the peak 10- minute velocity of flow from a Type IA, 10-year, 24-hour frequency storm for the developed condition.Alternatively,the 10-year, 1-hour flow rate indicated by an approved continuous runoff model, increased by a factor of 1.6,may be used. The hydrologic analysis must use the existing land cover condition for predicting flow rates from tributary areas outside the project limits.For tributary areas on the project site,the analysis must use the temporary or permanent project land cover condition,whichever will produce the highest flow rates. If using the WWHM to predict flows,bare soil areas should be modeled as "landscaped area." ii. East of the Cascade Mountains Crest: Channels must handle the expected peak flow velocity from a 6-month, 3-hour storm for the developed condition,referred to as the short duration storm. b. Provide stabilization, including armoring material,adequate to prevent erosion of outlets, adjacent stream banks, slopes, and downstream reaches at the outlets of all conveyance systems. 9. Control Pollutants Design, install, implement and maintain effective pollution prevention measures to minimize the discharge of pollutants. The Permittee must: Construction Stormwater General Permit—December 1, 2010 Page 31 a. Handle and dispose of all pollutants, including waste materials and demolition debris that occur on site in a manner that does not cause contamination of stormwater. b. Provide cover,containment, and protection from vandalism for all chemicals, liquid products,petroleum products, and other materials that have the potential to ose a threat to human health or the environment. On-site fueling tanks must P g include secondary containment. Secondary containment means placing tanks or containers within an impervious structure capable of containing 110%of the volume contained in the largest tank within the containment structure. Double- walled tanks do not require additional secondary containment. c. Conduct maintenance,fueling, and repair of heavy equipment and vehicles using spill prevention and control measures. Clean contaminated surfaces immediately following any spill incident. d. Discharge wheel wash or tire bath wastewater to a separate on-site treatment system that prevents discharge to surface water, such as closed-loop recirculation or upland land application, or to the sanitary sewer with local sewer district approval. e. Apply fertilizers and pesticides in a manner and at application rates that will not result in loss of chemical to stormwater runoff. Follow manufacturers' label requirements for application rates and procedures. f. Use BMPs to prevent contamination of stormwater runoff by pH-modifying sources. The sources for this contamination include,but are not limited to: bulk cement, cement kiln dust, fly ash,new concrete washing and curing waters, waste streams generated from concrete grinding and sawing, exposed aggregate processes,dewatering concrete vaults, concrete pumping and mixer washout waters. (Also refer to the definition for"concrete wastewater" in Appendix A-- Definitions.) g. Adjust the pH of stormwater if necessary to prevent violations of water quality standards. h. Assure that washout of concrete trucks is performed offsite or in designated concrete washout areas only. Do not wash out concrete trucks onto the ground, or into storm drains,open ditches, streets,or streams.Do not dump excess concrete on site, except in designated concrete washout areas. Concrete spillage or concrete discharge to surface waters of the State is prohibited. i. Obtain written approval from Ecology before using chemical treatment other than CO2 or dry ice to adjust pH. 10. Control Dewatering a. Permittees must discharge foundation,vault, and trench dewatering water, which have characteristics similar to stormwater runoff at the site, into a Construction Stormwater General Permit—December 1, 2010 Page 32 controlled conveyance system before discharge to a sediment trap or sediment pond. b. Permittees may discharge clean,non-turbid dewatering water, such as well- point ground water,to systems tributary to, or directly into surface waters of the State,as specified in Special Condition S9.13.8,provided the dewatering flow does not cause erosion or flooding of receiving waters. Do not route clean dewatering water through stormwater sediment ponds. Note that"surface waters of the State"may exist on a construction site as well as off site; for example, a creek running through a site. c. Other treatment or disposal options may include: i. Infiltration. ii. Transport off site in a vehicle, such as a vacuum flush truck, for legal disposal in a manner that does not pollute state waters. iii. Ecology-approved on-site chemical treatment or other suitable treatment technologies. iv. Sanitary or combined sewer discharge with local sewer district approval, if there is no other option. v. Use of a sedimentation bag with discharge to a ditch or swale for small volumes of localized dewatering. d. Permittees must handle highly turbid or contaminated dewatering water separately from stormwater. 11. Maintain BMPs a. Permittees must maintain and repair all temporary and permanent erosion and sediment control BMPs as needed to assure continued performance of their intended function in accordance with BMP specifications. b. Permittees must remove all temporary erosion and sediment control BMPs within 30 days after achieving final site stabilization or after the temporary BMPs are no longer needed. 12. Manage the Project a. Phase development projects to the maximum degree practicable and take into account seasonal work limitations. b. Inspection and monitoring--Inspect, maintain and repair all BMPs as needed to assure continued performance of their intended function. Conduct site inspections and monitoring in accordance with Special Condition S4. c. Maintaining an updated construction SWPPP --Maintain,update, and implement the SWPPP in accordance with Special Conditions S3, S4 and S9. Construction Stormwater General Permit—December 1, 2010 Page 33 E. SWPPP—Map Contents and Requirements The Permittee's SWPPP must also include a vicinity map or general location map (for example, a USGS quadrangle map, a portion of a county or city map, or other appropriate map)with enough detail to identify the location of the construction site and receiving waters within one mile of the site. The SWPPP must also include a legible site map(or maps) showing the entire construction site. The following features must be identified,unless not applicable due to site conditions: 1. The direction of north,property lines, and existing structures and roads. 2. Cut and fill slopes indicating the top and bottom of slope catch lines. 3. Approximate slopes, contours, and direction of stormwater flow before and after major grading activities. 4. Areas of soil disturbance and areas that will not be disturbed. 5. Locations of structural and nonstructural controls (BMPs) identified in the SWPPP. 6. Locations of off-site material, stockpiles, waste storage, borrow areas, and vehicle/equipment storage areas. 7. Locations of all surface water bodies, including wetlands. 8. Locations where stormwater or non-stormwater discharges off-site and/or to a surface water body, including wetlands. 9. Location of water quality sampling station(s), if sampling is required by state or local permitting authority. 10. Areas where final stabilization has been accomplished and no further construction- phase permit requirements apply. 510. NOTICE OF TERMINATION A. The site is eligible for termination of coverage when it has met any of the following conditions: 1. The site has undergone final stabilization,the Permittee has removed all temporary BMPs (except biodegradable BMPs clearly manufactured with the intention for the material to be left in place and not interfere with maintenance or land use), and all stormwater discharges associated with construction activity have been eliminated; or 2. All portions of the site that have not undergone final stabilization per Special Condition S 10.A.1 have been sold and/or transferred(per General Condition G9), and the Permittee no longer has operational control of the construction activity; or Construction Stormwater General Permit—December 1, 2010 Page 34 3. For residential construction only, the Permittee has completed temporary stabilization and the homeowners have taken possession of the residences. B. When the site is eligible for termination, the Permittee must submit a complete and accurate Notice of Termination (NOT)form, signed in accordance with General Condition G2,to: Department of Ecology Water Quality Program - Construction Stormwater PO Box 47696 Olympia, Washington 98504-7696 The termination is effective on the date Ecology receives the NOT form, unless Ecology notifies the Permittee within 30 days that termination request is denied because the Permittee has not met the eligibility requirements in Special Condition S l O.A. Permittees transferring the property to a new property owner or operator/permittee are required to complete and submit the Notice of Transfer form to Ecology, but are not required to submit a Notice of Termination form for this type of transaction. i Construction Stormwater General Permit—December 1, 2010 Page 35 GENERAL CONDITIONS G1. DISCHARGE VIOLATIONS All discharges and activities authorized by this general permit must be consistent with the terms and conditions of this general permit. Any discharge of any pollutant more frequent than or at a level in excess of that identified and authorized by the general permit must constitute a violation of the terms and conditions of this permit. G2. SIGNATORY REQUIREMENTS A. All permit applications must bear a certification of correctness to be signed: 1. In the case of corporations,by a responsible corporate officer of at least the level of vice president of a corporation; 2. In the case of a partnership, by a general partner of a partnership; 3. In the case of sole proprietorship, by the proprietor; or 4. In the case of a municipal, state, or other public facility, by either a principal executive officer or ranking elected official. B. All reports required by this permit and other information requested by Ecology must be —' signed by a person described above or by a duly authorized representative of that person. A person is a duly authorized representative only if: 1. The authorization is made in writing by a person described above and submitted to the Ecology. 2. The authorization specifies either an individual or a position having responsibility for the overall operation of the regulated facility, such as the position of plant manager, superintendent,position of equivalent responsibility, or an individual or position having overall responsibility for environmental matters. C. Changes to authorization. If an authorization under paragraph G2.13.2 above is no longer accurate because a different individual or position has responsibility for the overall operation of the facility, a new authorization satisfying the requirements of paragraph G2.13.2 above must be submitted to Ecology prior to or together with any reports, information, or applications to be signed by an authorized representative. D. Certification. Any person signing a document under this section must make the following certification: "I certify under penalty of law,that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering Construction Stormwater General Permit—December 1, 2010 Page 36 information,the information submitted is,to the best of my knowledge and belief,true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." G3. RIGHT.OF INSPECTION AND ENTRY The Permittee must allow an authorized representative of Ecology,upon the presentation of credentials and such other documents as may be required by law: A. To enter upon the premises where a discharge is located or where any records are kept under the terms and conditions of this permit. B. To have access to and copy—at reasonable times and at reasonable cost--any records required to be kept under the terms and conditions of this permit. C. To inspect--at reasonable tim es—any facilities,s, equipment(including monitoring and control equipment),practices,methods, or operations regulated or required under this permit. D. To sample or monitor—at reasonable times—an substances or parameters at an p Y p Y location for purposes of assuring permit compliance or as otherwise authorized by the Clean Water Act. G4. GENERAL PERMIT MODIFICATION AND REVOCATION This permit may be modified, revoked and reissued, or terminated in accordance with the provisions of Chapter 173-226 WAC. Grounds for modification, revocation and reissuance, or termination include, but are not limited to,the following: A. When a change occurs in the technology or practices for control or abatement of pollutants applicable to the category of dischargers covered under this permit. B. When effluent limitation guidelines or standards are promulgated pursuant to the CWA or Chapter 90.48 RCW, for the category of dischargers covered under this permit. C. When a water quality management plan containing requirements applicable to the category of dischargers covered under this p ermit is approved, or D. When information is obtained that indicates cumulative effects on the environment from dischargers covered under this permit are unacceptable. G5. REVOCATION OF COVERAGE UNDER THE PERMIT Pursuant to Chapter 43.21B RCW and Chapter 173-226 WAC,the Director may terminate coverage for any discharger under this permit for cause. Cases where coverage may be terminated include, but are not limited to,the following: Construction Stormwater General Permit—December 1, 2010 Page 37 A. Violation of any term or condition of this permit. B. Obtaining coverage under this permit by misrepresentation or failure to disclose fully all relevant facts. C. A change in any condition that requires either a temporary or permanent reduction or elimination of the permitted discharge. D. Failure or refusal of the Permittee to allow entry as required in RCW 90.48.090. E. A determination that the permitted activity endangers human health or the environment, or contributes to water quality standards violations. F. Nonpayment of permit fees or penalties assessed pursuant to RCW 90.48.465 and Chapter 173-224 WAC. G. Failure of the Permittee to satisfy the public notice requirements of WAC 173-226- ' 130(5),when applicable. The Director may require any discharger under this permit to apply for and obtain coverage under an individual permit or another more specific general permit. Permittees who have their coverage revoked for cause according to WAC 173-226-240 may request temporary coverage under this permit during the time an individual permit is being developed,provided the request is made within ninety(90) days from the time of revocation and is submitted along with a complete individual permit application form. G6. REPORTING A CAUSE FOR MODIFICATION The Permittee must submit a new application, or a supplement to the previous application, whenever a material change to the construction activity or in the quantity or type of discharge is anticipated which is not specifically authorized by this permit. This application must be submitted at least sixty(60)days prior to any proposed changes. Filing a request for a permit modification, revocation and reissuance, or termination, or a notification of planned changes or anticipated noncompliance does not relieve the Permittee of the duty to comply with the existing permit until it is modified or reissued. G7. COMPLIANCE WITH OTHER LAWS AND STATUTES Nothing in this permit will be construed as excusing the Permittee from compliance with any applicable federal, state, or local statutes, ordinances, or regulations. G8. DUTY TO REAPPLY The Permittee must apply for permit renewal at least 180 days prior to the specified expiration date of this permit. Construction Stormwater General Permit—December 1, 2010 Page 38 G9. TRANSFER OF GENERAL PERMIT COVERAGE Coverage under this general permit is automatically transferred to a new discharger, including operators of lots/parcels within a common plan of development or sale, if: A. A written agreement(Transfer of Coverage Form)between the current discharger (Permittee) and new discharger, signed by both parties and containing a specific date for transfer of permit responsibility, coverage, and liability is submitted to the Director; and B. The Director does not notify the current discharger and new discharger of the Director's intent to revoke coverage under the general permit. If this notice is not given, the transfer is effective on the date specified in the written agreement. When a current discharger(Permittee) transfers a portion of a permitted site,the current discharger must also submit an updated application foi n (N01)to the Director indicating the remaining permitted acreage after the transfer. G10. REMOVED SUBSTANCES The Permittee must not re-suspend or reintroduce collected screenings, grit, solids, sludges, filter backwash, or other pollutants removed in the course of treatment or control of stormwater to the final effluent stream for discharge to state waters. I GIL DUTY TO PROVIDE INFORMATION The Permittee must submit to Ecology,within a reasonable time, all information that Ecology may request to determine whether cause exists for modifying,revoking and reissuing, or terminating this permit or to determine compliance with this permit. The Permittee must also submit to Ecology, upon request, copies of records required to be kept by this permit [40 CFR 122.41(h)]. G12. OTHER REQUIREMENTS OF 40 CFR All other requirements of 40 CFR 122.41 and 122.42 are incorporated in this permit by reference. G13. ADDITIONAL MONITORING Ecology may establish specific monitoring requirements in addition to those contained in this permit by administrative order or permit modification. Construction Stormwater General Permit—December 1, 2010 Page 39 G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS Any person who is found guilty of willfully violating the terms and conditions of this permit shall be deemed guilty of a crime, and upon conviction thereof shall be punished by a fine of up to ten thousand dollars ($10,000)and costs of prosecution, or by imprisonment in the discretion of the court. Each day upon which a willful violation occurs may be deemed a separate and additional violation. Any person who violates the terms and conditions of a waste discharge permit shall incur, in addition to any other penalty as provided by law, a civil penalty in the amount of up to ten thousand dollars ($10,000) for every such violation. Each and every such violation shall be a separate and distinct offense, and in case of a continuing violation, every day's continuance shall be deemed to be a separate and distinct violation. G15. UPSET Definition—"Upset"means an exceptional incident in which there is unintentional and temporary noncompliance with technology-based permit effluent limitations because of factors beyond the reasonable control of the Permittee. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventive maintenance, or careless or improper operation. An upset constitutes an affirmative defense to an action brought for noncompliance with such technology-based permit effluent limitations if the requirements of the following paragraph are met. A Permittee who wishes to establish the affirmative defense of upset must demonstrate, through properly signed, contemporaneous operating logs or other relevant evidence that: 1) an upset occurred and that the Permittee can identify the cause(s) of the upset; 2)the permitted facility was being properly operated at the time of the upset; 3)the Permittee submitted notice of the upset as required in Special Condition S51, and; 4)the Permittee complied with any remedial measures required under this permit. In any enforcement proceeding,the Permittee seeking to establish the occurrence of an upset has the burden of proof. G16. PROPERTY RIGHTS This permit does not convey any property rights of any sort, or any exclusive privilege. G17. DUTY TO COMPLY The Permittee must comply with all conditions of this permit. Any permit noncompliance constitutes a violation of the Clean Water Act and is grounds for enforcement action; for permit termination, revocation and reissuance, or modification; or denial of a permit renewal application. Construction Stormwater General Permit—December 1, 2010 Page 40 I G18. TOXIC POLLUTANTS The Permittee must comply with effluent standards or prohibitions established under Section 307(a) of the Clean Water Act for toxic pollutants within the time provided in the regulations that establish those standards or prohibitions, even if this permit has not yet been modified to incorporate the requirement. G19. PENALTIES FOR TAMPERING The Clean Water Act provides that any person who falsifies,tampers with, or knowingly renders inaccurate any monitoring device or method required to be maintained under this permit shall,upon conviction,be punished by a fine of not more than$10,000 per violation, or by imprisonment for not more than two years per violation, or by both. If a conviction of a person is for a violation committed after a first conviction of such person under this condition,punishment shall be a fine of not more than$20,000 per day of violation, or imprisonment of not more than four(4) years, or both. G20. REPORTING PLANNED CHANGES The Permittee must, as soon as possible, give notice to Ecology of planned physical alterations,modifications or additions to the permitted construction activity. The Permittee should be aware that, depending on the nature and size of the changes to the original permit, a new public notice and other permit process requirements may be required. Changes in activities that require reporting to Ecology include those that will result in: A. The permitted facility being determined to be a new source pursuant to 40 CFR 122.29(b). B. A significant change in the nature or an increase in quantity of pollutants discharged, including but not limited to: for sites 5 acres or larger, a 20%or greater increase in acreage disturbed by construction activity. C. A change in or addition of surface water(s)receiving stormwater or non-stormwater from the construction activity. D. A change in the construction plans and/or activity that affects the Permittee's monitoring requirements in Special Condition S4. Following such notice,permit coverage may be modified, or revoked and reissued pursuant to 40 CFR 122.62(a)to specify and limit any pollutants not previously limited. Until such modification is effective, any new or increased discharge in excess of permit limits or not specifically authorized by this permit constitutes a violation. Construction Stormwater General Permit—December 1, 2010 Page 41 G21. REPORTING OTHER INFORMATION Where the Permittee becomes aware that it failed to submit any relevant facts in a permit application, or submitted incorrect information in a permit application or in any report to Ecology, it must promptly submit such facts or information. G22. REPORTING ANTICIPATED NON-COMPLIANCE The Permittee must give advance notice to Ecology by submission of a new application or supplement thereto at least forty-five(45) days prior to commencement of such discharges, of any facility expansions,production increases, or other planned changes, such as process modifications, in the permitted facility or activity which may result in noncompliance with permit limits or conditions. Any maintenance of facilities,which might necessitate unavoidable interruption of operation and degradation of effluent quality, must be scheduled during non-critical water quality periods and carried out in a manner approved by Ecology. G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT Any discharger authorized by this permit may request to be excluded from coverage under the general permit by applying for an individual permit. The discharger must submit to the Director an application as described in WAC 173-220-040 or WAC 173-216-070, whichever is applicable,with reasons supporting the request. These reasons will fully document how an individual permit will apply to the applicant in a way that the general permit cannot. Ecology may make specific requests for information to support the request. The Director will either issue an individual permit or deny the request with a statement explaining the reason for the denial. When an individual permit is issued to a discharger otherwise subject to the construction stormwater general permit,the applicability of the construction stormwater general permit to that Permittee is automatically terminated on the effective date of the individual permit. G24. APPEALS A. The terms and conditions of this general permit, as they apply to the appropriate class of dischargers, are subject to appeal by any person within 30 days of issuance of this general permit, in accordance with Chapter 43.2113 RCW, and Chapter 173-226 WAC. B. The terms and conditions of this general permit, as they apply to an individual discharger, are appealable in accordance with Chapter 43.2113 RCW within 30 days of the effective date of coverage of that discharger. Consideration of an appeal of general permit coverage of an individual discharger is limited to the general permit's applicability or nonapplicability to that individual discharger. C. The appeal of general permit coverage of an individual discharger does not affect any other dischargers covered under this general permit. If the terms and conditions of this general permit are found to be inapplicable to any individual discharger(s),the matter Construction Stormwater General Permit—December 1, 2010 Page 42 shall be remanded to Ecology for consideration of issuance of an individual permit or permits. G25. SEVERABILITY The provisions of this permit are severable, and if any provision of this permit, or application of any provision of this permit to any circumstance, is held invalid,the application of such provision to other circumstances, and the remainder of this permit shall not be affected thereby. G26. BYPASS PROHIBITED A. Bypass Procedures Bypass,which is the intentional diversion of waste streams from any portion of a treatment facility, is prohibited for stormwater events below the design criteria for stormwater management. Ecology may take enforcement action against a Permittee for bypass unless one of the following circumstances (1, 2, 3 or 4) is applicable. 1. Bypass of stormwater is consistent with the design criteria and part of an approved management practice in the applicable stormwater management manual. 2. Bypass for essential maintenance without the potential to cause violation of permit limits or conditions. Bypass is authorized if it is for essential maintenance and does not have the potential to cause violations of limitations or other conditions of this permit, or adversely impact public health. 3. Bypass of stormwater is unavoidable, unanticipated, and results in noncompliance of this permit. This bypass is permitted only if: a. Bypass is unavoidable to prevent loss of life,personal injury, or severe property damage. "Severe property damage"means substantial physical damage to property, damage to the treatment facilities which would cause them to become inoperable, or substantial and permanent loss of natural resources which can reasonably be expected to occur in the absence of a bypass. b. There are no feasible alternatives to the bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes, maintenance during normal periods of equipment downtime (but not if adequate backup equipment should have been installed in the exercise of reasonable engineering judgment to prevent a bypass which occurred during normal periods of equipment downtime or preventative maintenance), or transport of untreated wastes to another treatment facility. Construction Stormwater General Permit—December 1, 2010 Page 43 c. Ecology is properly notified of the bypass as required in Special Condition S51 of this permit. 4. A planned action that would cause bypass of stormwater and has the potential to result in noncompliance of this permit during a storm event. The Permittee must notify Ecology at least thirty(30) days before the planned date of bypass. The notice must contain: a. a description of the bypass and its cause b. an analysis of all known alternatives which would eliminate,reduce, or mitigate the need for bypassing. c. a cost-effectiveness analysis of alternatives including comparative resource damage assessment. d. the minimum and maximum duration of bypass under each alternative. e. a recommendation as to the preferred alternative for conducting the bypass. f. the projected date of bypass initiation. g. a statement of compliance with SEPA. h. a request for modification of water quality standards as provided for in WAC 173-201A-110, if an exceedance of any water quality standard is anticipated. i. steps taken or planned to reduce, eliminate, and prevent reoccurrence of the bypass. 5. For probable construction bypasses,the need to bypass is to be identified as early in the planning process as possible. The analysis required above must be considered during preparation of the Stormwater Pollution Prevention Plan (SWPPP) and must be included to the extent practical. In cases where the probable need to bypass is determined early, continued analysis is necessary up to and including the construction period in an effort to minimize or eliminate the bypass. Ecology will consider the following before issuing an administrative order for this type bypass: a. If the bypass is necessary to perform construction or maintenance-related activities essential to meet the requirements of this permit. b. If there are feasible alternatives to bypass, such as the use of auxiliary treatment facilities,retention of untreated wastes, stopping production, maintenance during normal periods of equipment down time, or transport of untreated wastes to another treatment facility. c. If the bypass is planned and scheduled to minimize adverse effects on the public and the environment. Construction Stormwater General Permit—December 1, 2010 Page 44 After consideration of the above and the adverse effects of the proposed bypass and any other relevant factors,Ecology will approve, conditionally approve, or deny the request. The public must be notified and given an opportunity to comment on bypass incidents of significant duration,to the extent feasible. Approval of a request to bypass will be by administrative order issued by Ecology under RCW 90.48.120. B. Duty to Mitigate The Permittee is required to take all reasonable steps to minimize or prevent any discharge or sludge use or disposal in violation of this permit that has a reasonable likelihood of adversely affecting human health or the environment. Construction Stormwater General Permit—December 1, 2010 Page 45 APPENDIX A—DEFINITIONS AKART is an acronym for"all known, available, and reasonable methods of prevention,control, and treatment."AKART represents the most current methodology that can be reasonably required for preventing, controlling, or abating the pollutants and controlling pollution associated with a discharge. Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or phosphorus,which was completed and approved by EPA before January 1, 2011, or before the date the operator's complete permit application is received by Ecology, whichever is later. Applicant means an o en rator seeking coverage under this permit. Best Management Practices (BMPs)means schedules of activities,prohibitions of practices, maintenance procedures, and other physical, structural and/or managerial practices to prevent or reduce the pollution of waters of the State. BMPs include treatment systems, operating procedures, and practices to control: stormwater associated with construction activity, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. Buffer means an area designated by a local jurisdiction that is contiguous to and intended to protect a sensitive area. Bypass means the intentional diversion of waste streams from any portion of a treatment facility. Calendar Day A period of 24 consecutive hours starting at 12:00 midnight and ending the following 12:00 midnight. Calendar Week(same as Week)means a period of seven consecutive days starting at 12:01 a.m. (0:01 hours) on Sunday. Certified Erosion and Sediment Control Lead (CESCL)means a person who has current certification through an approved erosion and sediment control training program that meets the minimum training standards established by Ecology(see BMP C160 in the SWMM). Clean Water Act(CWA)means the Federal Water Pollution Control Act enacted by Public Law 92-500, as amended by Public Laws 95-217, 95-576, 96-483, and 97-117; USC 1251 et seq. Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a storm sewer, and into which inflow is allowed by local ordinance. Common Plan of Development or Sale means a site where multiple separate and distinct construction activities may be taking place at different times on different schedules and/or by different contractors, but still under a single plan. Examples include: 1)phased projects and projects with multiple filings or lots, even if the separate phases or filings/lots will be constructed under separate contract or by separate owners (e.g., a development where lots are sold to separate builders); 2) a development plan that may be phased over multiple years, but is still under a Construction Stormwater General Permit—December 1, 2010 Page 46 consistent plan for long-term development; 3)projects in a contiguous area that may be unrelated but still under the same contract, such as construction of a building extension and a new parking lot at the same facility; and 4) linear projects such as roads,pipelines, or utilities. If the project is part of a common plan of development or sale,the disturbed area of the entire plan must be used in determining permit requirements. Composite Sample means a mixture of grab samples collected at the same sampling point at different times, formed either by continuous sampling or by mixing discrete samples. May be "time-composite" (collected at constant time intervals) or "flow-proportional' (collected either as a constant sample volume at time intervals proportional to stream flow, or collected by increasing the volume of each aliquot as the flow increases while maintaining a constant time interval between the aliquots. Concrete wastewater means any water used in the production,pouring and/or clean-up of concrete or concrete products, and any water used to cut, grind,wash, or otherwise modify concrete or concrete products. Examples include water used for or resulting from concrete truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and surfacing(sawing, coring, grinding,roughening, hydro-demolition,bridge and road surfacing). When stormwater comingles with concrete wastewater,the resulting water is considered concrete wastewater and must be managed to prevent discharge to waters of the state, including ground water. Construction Activity means land disturbing operations including clearing, grading or excavation which disturbs the surface of the land. Such activities may include road construction, construction of residential houses, office buildings, or industrial buildings, and demolition activity. Contaminant means any hazardous substance that does not occur naturally or occurs at greater than natural background levels. See definition of"hazardous substance" and WAC 173-340-200. Demonstrably Equivalent means that the technical basis for the selection of all stormwater BMPs is documented within a SWPPP, including: 1. The method and reasons for choosing the stormwater BMPs selected. 2. The pollutant removal performance expected from the BMPs selected. 3. The technical basis supporting the performance claims for the BMPs selected, including any available data concerning field performance of the BMPs selected. 4. An assessment of how the selected BMPs will comply with state water quality standards. 5. An assessment of how the selected BMPs will satisfy both applicable federal technology- based treatment requirements and state requirements to use all known, available, and reasonable methods of prevention, control, and treatment(AKART). Department means the Washington State Department of Ecology. i Detention means the temporary storage of stormwater to improve quality and/or to reduce the mass flow rate of discharge. Construction Stormwater General Permit—December 1, 2010 Page 47 Dewaterin means the act of pumping ground water or stormwater away from an active construction site. Director means the Director of the Washington Department of Ecology or his/her authorized representative. Discharger means an owner or operator of any facility or activity subject to regulation under Chapter 90.48 RCW or the Federal Clean Water Act. Domestic Wastewater means water carrying human wastes, including kitchen, bath, and laundry wastes from residences, buildings, industrial establishments, or other places, together with such ground water infiltration or surface waters as may be present. Ecology means the Washington State Department of Ecology. Engineered Soils means the use of soil amendments including,but not limited, to Portland cement treated base (CTB), cement kiln dust(CKD), or fly ash to achieve certain desirable soil characteristics. Equivalent BMPs means operational, source control,treatment, or innovative BMPs which result in equal or better quality of stormwater discharge to surface water or to ground water than BMPs selected from the SWMM. Erosion means the wearing away of the land surface by running water, wind, ice, or other geological agents, including such processes as gravitational creep. Erosion and Sediment Control BMPs means BMPs intended to prevent erosion and sedimentation, such as preserving natural vegetation, seeding, mulching and matting,plastic covering, filter fences, sediment traps, and ponds. Erosion and sediment control BMPs are synonymous with stabilization and structural BMPs. Final Stabilization(same as fully stabilized or full stabilization) means the establishment of a permanent vegetative cover, or equivalent permanent stabilization measures (such as riprap, gabions or geotextiles) which prevents erosion. Ground Water means water in a saturated zone or stratum beneath the land surface or a surface water body. Hazardous Substance means any dangerous or extremely hazardous waste as defined in RCW 70.105.010 (5) and (6), or any dangerous or extremely dangerous waste as designated by rule under chapter 70.105 RCW; any hazardous sub-stance as defined in RCW 70.105.010(14) or any hazardous substance as defined by rule under chapter 70.105 RCW; any substance that, on the effective date of this section, is a hazardous substance under section 101(14) of the federal cleanup law, 42 U.S.C., Sec. 9601(14); petroleum or petroleum products; and any substance or category of substances, including solid waste decomposition products, determined by the director Construction Stormwater General Permit—December 1, 2010 Page 48 by rule to present a threat to human health or the environment if released into the environment. The term hazardous substance does not include any of the following when contained in an underground storage tank from which there is not a release: crude oil or any fraction thereof or petroleum, if the tank is in compliance with all applicable federal, state, and local law. Iniection Well means a well that is used for the subsurface emplacement of fluids. (See Well.) Jurisdiction means a political unit such as a city,town or county; incorporated for local self- government. National Pollutant Discharge Elimination System (NPDES)means the national program for issuing, modifying,revoking and reissuing,terminating,monitoring, and enforcing permits, and imposing and enforcing pretreatment requirements, under sections 307,402, 318, and 405 of the Federal Clean Water Act, for the discharge of pollutants to surface waters of the State from point sources. These permits are referred to as NPDES permits and, in Washington State, are _ administered by the Washington Department of Ecology. Notice of Intent(NOI)means the application for, or a request for coverage under this general I permit pursuant to WAC 173-226-200. Notice of Termination(NOT)means a request for termination of coverage under this general permit as specified by Special Condition S 10 of this permit. Operator means any party associated with a construction project that meets either of the following two criteria: • The party has operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications; or • The party has day-to-day operational control of those activities at a project that are necessary to ensure compliance with a SWPPP for the site or other permit conditions (e.g.,they are authorized to direct workers at a site to carry out activities required by the SWPPP or comply with other permit conditions). Permittee means individual or entity that receives notice of coverage under this general permit. pH means a liquid's measure of acidity or alkalinity. A pH of 7 is defined as neutral. Large variations above or below this value are considered harmful to most aquatic life. pH monitoring period means the time period in which the pH of stormwater runoff from a site must be tested a minimum of once every seven days to determine if stormwater pH is between 6.5 and 8.5. Point source means any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel,tunnel, conduit,well, discrete fissure, and container from which pollutants are or may be discharged to surface waters of the State. This term does not include return flows from irrigated agriculture. (See Fact Sheet for further explanation.) Construction Stormwater General Permit—December 1, 2010 Page 49 Pollutant means dredged spoil, solid waste, incinerator residue, filter backwash, sewage, garbage, domestic sewage sludge (biosolids), munitions, chemical wastes, biological materials, radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, and industrial,municipal, and agricultural waste. This term does not include sewage from vessels within the meaning of section 312 of the CWA,nor does it include dredged or fill material discharged in accordance with a permit issued under section 404 of the CWA. Pollution means contamination or other alteration of the physical, chemical, or biological properties of waters of the State; including change in temperature,taste, color,turbidity, or odor of the waters; or such discharge of any liquid, gaseous, solid, radioactive or other substance into any waters of the State as will or is likely to create a nuisance or render such waters harmful, detrimental or injurious to the public health, safety or welfare; or to domestic, commercial, industrial, agricultural, recreational, or other legitimate beneficial uses; or to livestock,wild animals, birds, fish or other aquatic life. Process wastewater means any water which, during manufacturing or processing, comes into direct contact with or results from the production or use of any raw material, intermediate product, finished product, byproduct, or waste product(40 CFR 122.1). Receiving water means the water body at the point of discharge. If the discharge is to a storm sewer system, either surface or subsurface, the receiving water is the water body to which the storm system discharges. Systems designed primarily for other purposes such as for ground water drainage, redirecting stream natural flows,or for conveyance of irrigation water/return flows that coincidentally convey stormwater are considered the receiving water. Representative means a stormwater or wastewater sample which represents the flow and characteristics of the discharge. Representative samples may be a grab sample, a time- proportionate composite sample, or a flow proportionate sample. Ecology's Construction Stormwater Monitoring Manual provides guidance on representative sampling. Sanitary sewer means a sewer which is designed to convey domestic wastewater. Sediment means the fragmented material that originates from the weathering and erosion of rocks or unconsolidated deposits, and is transported by, suspended in, or deposited by water. Sedimentation means the depositing or formation of sediment. Sensitive area means a water body, wetland, stream, aquifer recharge area, or channel migration zone. SEPA (State Environmental Policy Act)means the Washington State Law, RCW 43.21C.020, intended to prevent or eliminate damage to the environment. Significant Amount means an amount of a pollutant in a discharge that is amenable to available and reasonable methods of prevention or treatment; or an amount of a pollutant that has a Construction Stormwater General Permit—December 1, 2010 Page 50 reasonable potential to cause a violation of surface or ground water quality or sediment management standards. Significant concrete work means greater than 1000 cubic yards poured concrete or recycled concrete over the life of a project. Significant Contributor of Pollutants means a facility determined by Ecology to be a contributor of a significant amount(s) of a pollutant(s)to waters of the State of Washington. Site means the land or water area where any "facility or activity" is physically located or conducted. Source control BMPs means physical, structural or mechanical devices or facilities that are intended to prevent pollutants from entering stormwater. A few examples of source control BMPs are erosion control practices, maintenance of stormwater facilities, constructing roofs over storage and working areas, and directing wash water and similar discharges to the sanitary sewer or a dead end sump. Stabilization means the application of appropriate BMPs to prevent the erosion of soils, such as, temporary and permanent seeding,vegetative covers,mulching and matting,plastic covering and sodding. See also the definition of Erosion and Sediment Control BMPs. Storm drain means any drain which drains directly into a storm sewer system, usually found along roadways or in parking lots. Storm sewer system means a means a conveyance,or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches,manmade channels, or storm drains designed or used for collecting or conveying stormwater. This does not include systems which are part of a combined sewer or Publicly Owned Treatment Works (POTW) as defined at 40 CFR 122.2. Stormwater means that portion of precipitation that does not naturally percolate into the ground or evaporate, but flows via overland flow, interflow,pipes, and other features of a stormwater drainage system into a defined surface water body, or a constructed infiltration facility. Stormwater Management Manual (SWMM) or Manual means the technical Manual published by Ecology for use by local governments that contain descriptions of and design criteria for BMPs to prevent, control, or treat pollutants in stormwater. Stormwater Pollution Prevention Plan (SWPPP)means a documented plan to implement measures to identify,prevent, and control the contamination of point source discharges of stormwater. Surface Waters of the State includes lakes, rivers,ponds, streams, inland waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Construction Stormwater General Permit—December 1, 2010 Page 51 Temporary Stabilization means the exposed ground surface has been covered with appropriate materials to provide temporary stabilization of the surface from water or wind erosion. Materials include, but are not limited to,mulch,riprap, erosion control mats or blankets and temporary cover crops. Seeding alone is not considered stabilization. Temporary stabilization is not a substitute for the more permanent"final stabilization." Total Maximum Daily Load(TMDL)means a calculation of the maximum amount of a pollutant that a water body can receive and still meet state water quality standards. Percentages of the total maximum daily load are allocated to the various pollutant sources. A TMDL is the sum of the allowable loads of a single pollutant from all contributing point and nonpoint sources. The TMDL calculations must include a "margin of safety"to ensure that the water body can be protected in case there are unforeseen events or unknown sources of the pollutant. The calculation must also account for seasonable variation in water quality. Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few examples of treatment BMPs are detention ponds, oil/water separators, biofiltration, and constructed wetlands. Transparency means a measurement of water clarity in centimeters (cm), using a 60 cm transparency tube. The transparency tube is used to estimate the relative clarity or transparency of water by noting the depth at which a black and white Secchi disc becomes visible when water is released from a value in the bottom of the tube. A transparency tube is sometimes referred to as a"turbidity tube." Turbidity means the clarity of water expressed as nephelometric turbidity units (NTU) and measured with a calibrated turbidimeter. Uncontaminated means free from any contaminant, as defined in MTCA cleanup regulations. See definition of"contaminant" and WAC 173-340-200. Waste Load Allocation(WLA)means the portion of a receiving water's loading capacity that is allocated to one of its existing or future point sources of pollution. WLAs constitute a type of water quality based effluent limitation (40 CFR 130.2[h]). Water quality means the chemical,physical, and biological characteristics of water,usually with respect to its suitability for a particular purpose. Waters of the State includes those waters as defined as "waters of the United States" in 40 CFR Subpart 122.2 within the geographic boundaries of Washington State and "waters of the State" as defined in Chapter 90.48 RCW, which include lakes, rivers,ponds, streams, inland waters, underground waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Well means a bored, drilled or driven shaft, or dug hole whose depth is greater than the largest surface dimension. (See Injection well.) Construction Stormwater General Permit—December 1, 2010 Page 52 Wheel wash wastewater means any water used in, or resulting from the operation of, a tire bath or wheel wash (BMP C 106: Wheel Wash), or other structure or practice that uses water to physically remove mud and debris from vehicles leaving a construction site and prevent track- out onto roads. When stormwater comingles with wheel wash wastewater,the resulting water is considered wheel wash wastewater and must be managed according to Special Condition S9.D.9. i Construction Stormwater General Permit—December 1, 2010 Page 53 APPENDIX B—ACRONYMS AKART All Known,Available, and Reasonable Methods of Prevention, Control, and Treatment BMP Best Management Practice CESCL Certified Erosion and Sediment Control Lead CFR Code of Federal Regulations CKD Cement Kiln Dust cm Centimeters CTB Cement-Treated Base CWA Clean Water Act DMR Discharge Monitoring Report EPA Environmental Protection Agency ESC Erosion and Sediment Control FR Federal Register NOI Notice of Intent NOT Notice of Termination NPDES National Pollutant Discharge Elimination System NTU Nephelometric Turbidity Unit RCW Revised Code of Washington SEPA State Environmental Policy Act SWMM Stormwater Management Manual SWPPP Stormwater Pollution Prevention Plan TMDL Total Maximum Daily Load UIC Underground Injection Control USC United States Code USEPA United States Environmental Protection Agency WAC Washington Administrative Code WQ Water Quality WWHM Western Washington Hydrology Model Construction Stormwater General Permit—December 1, 2010 Page 54 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements Appendix E Puget Sound Energy Construction Standards Trench Dimensions and Facility Placement i 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. See PSE's Gas Operating Standards for the rules that pertain to the placement and separation of gas lines. In This Standard These topics are covered in this standard: Topic See Page Codes 1 Route Selection 1 Definitions 2 Trench Depth 3 Trench Width 5 Wheel Trenching 5 Radial Separation 6 Mainline Trench Excavation 7 Road Crossings 9 Vaults and Pedestals 13 Cable Stubouts 15 Service Trench 16 Equipment Protection and Accessibility 18 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 shall take precedence. Route Selection The route should be as straight and direct as practical, and it shall allow safe access for construction, inspection and maintenance. It shall not be through unstable soil, areas susceptible to erosion, wetlands or traverse slopes upon which it is hazardous to operate mechanized equipment. Continued on next page 02003 Puget Sound Energy Effective on:07/01/11 Canceling:05/01/09 Page 1 of 18 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. i • 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. 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. i Figure 1 Depth of backfill i Depth of Cover r r Depth Of Cover Over Conduit Over Cable © r Effective on: 07/01/11 2003 Puget Sound Energy Canceling: 05/01/09 Page 2 of 18 Trench Dimensions and Facility Placement s i Trench Depth The trench excavation shall provide the minimum cover(Table 1)when the cables are 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 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. Table 1 Preferred Minimum Preferred Maximum Voltage Cover Cover Trench Depth 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" Exceptions Exceptions 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 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 typical supplemental protection methods, however not all are appropriate in all situations. Contact the Standards group to obtain a variance for situations other than those shown in Figure 2. Continued on next page i I ©2003 Puget Sound Energy Effective on: 07/01/11 Canceling: 05/01/09 Page 3 of 18 Trench Dimensions and Facility Placement Trench Depth, continued Figure 2 Exceptions with supplemental protection 7 L r §L Schedule 80 Conduit Cover for Cables in Schedule 80 Conduit 12" 4 Concrete Note: The concrete must encase the conduits that are made of PVC.If a steel conduit is used,the concrete may be a DB 120 Conduit cap. Cover for Cables in DB 120 Conduit with a Concrete Cap 4 6" R 77X-'*% 4" Concrete Schedule 80 PVC Cover for Cables In Schedule 80 PVC with a Concrete Cap NOTE. Whenever the trench depth is shallower than the design 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:07/01/11 @2003 Puget Sound Energy Canceling:05/01/09 Page 4 o 18 Trench Dimensions and Facility Placement l i Trench Width The trench width depends on the number and type of utilities that will be sharing the trench. 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. Table 2 Trench width for single power circuit Size of Power Utilities in the Trench Minimum Trench Width 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) Table 3 Add the width values in Table 3 to come up with the minimum trench width when multiple utilities are present. Utilities in the Trench Width Clearance between power cable/conduit and trench wall 4" (2" on each side) Primary cable conduit diameter 2" to 6" Second primary cable conduit diameter+2" of separation 4" to 8" 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 Gas Line(Typically 12" of separation for mainlines and 6" for 12" services)' Total Trench Width = * 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 2525.1500 and 2525.1700 for the separation requirements between gas lines and other utilities. Wheel Trenching 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 6790.0150, for more information. ©2003 Puget Sound Energy Effective on:07/01/11 Canceling: 05/01/09 Page 5 of 18 Trench Dimensions and Facility Placement 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 6800.6000 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 320.13.5). Power to A minimum of 12 inches of radial separation shall be maintained between the electric and Communications communications cables (NESC 32013.2, 353, and 354). Exception: This distance may be reduced if both parties agree. 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 6790.0140 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. The following other utility lines may be installed in the same trench as the power line if a minimum horizontal separation of I2 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 • Irrigation • Electric power(lighting, security, etc.) • Customer communication lines • Closed system roof drains and storm drains (not French drains). • Culverts Continued on next page Effective on: 07/01/11 02003 Puget Sound Energy Canceling: 05/01/09 Page 6 of 18 Trench Dimensions and Facility Placement 0= Power to Other A customer may install the following privately-owned utility lines in the same trench as the (continued) 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: • Tightline sewer(not tile) • Natural gas line • Propane gas line • 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. Mainline Trench Excavation 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. Within residential subdivisions,the preferred location of the mainline trench is on the front (street side)of the utility easement, approximately 1 foot inside the property line.A trench in this location minimizes the number of 90-degree bends necessary to loop the conduit in and out of equipment. This reduces pulling tensions and allows longer spans between pulling vaults. The trench may be located in the road right-of-way to avoid obstructions in the easement, such as: • Zero lot line homes • Steep slopes • Ditches • Wetlands • Bioswales • Contaminated soil These are examples of circumstances when the trench can be placed in the road right-of-way. Padmounted equipment and pedestals shall continue to be installed in the utility easement. Although not preferred, flush-mounted equipment may be located in the road right-of-way, but they shall not be located in the driven portion of the roadway. Continued on next page ©2003 Puget Sound Energy Effective on:07/01/11 Canceling:05/01/09 Page 7 of 18 Trench Dimensions and Facility Placement Mainline Trench Excavation, continued Placement of This chart shows where the joint utilities are to be placed in the trench. Utilities Utility, Utility Placement in Trench Power cables and ducts Property side Communications Middle Gas Street side Figure 3 Typical mainline joint trench for commercial, multifamily, and single-family line extensions 32"Typical 24"Min `4��y ROADSIDE (Power,Gas,and Communications) "� Final Grade �,Exceva� - .. , .,_ _ }���), —!0011 151W D(r["Pile: Minn 36 Min Separation Cover 48"Max } 4"Min* Separation t 12"—Min O Gas Primary Power Communications Cables or Conduit Power,Gas,and Communications ROADSIDE 24"Min lx r a Final Grade � „Ex1cava ed��� .� 4 Did?P11� r 36"Min 4"Min*. _ _4y� Cover 48"Max Separation )O�( Communications Primary Power Cables or Conduit Power and Communications * Communication companies may require additional separation. Continued on next page Effective on: 07/01/11 02003 Puget Sound Energy Canceling:05/01/09 Page 8 ci 18 Trench Dimensions and Facility Placement Figure 4 Typical mainline joint trench cross-section within residential subdivision Curb ` Sidewalk R/W 12"Min See Table 3 --24"Min d . Final Grader, 12 Min.� 7x Cover s Separations};�Min Location of roof drain j .4",Min* � 46"Max intercept(depth varies). }� Separation' g�� S r pr -;i jk,QQ �' Gas Communications Power * Communication companies may require additional separation. Road Crossings Figures 5-9 illustrate the requirements for road crossings when other utilities are present. 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 54" 12" Z c Power 36" Vault Cover y+ ' ` 46"Max X f .f ,. 10" 12" 12" �-►' f—20 —► 7 Gas Communications Power(Secondary) Power(Primary) Area Area Continued on next page ©2003 Puget Sound Energy Effective on: 07/01/11 Canceling:05/01/09 Page 9 of 18 Trench Dimensions and Facility Placement Road Crossings, continued Figure 6 Plan view of crossings with transformer on right side of property line Back of Utility il . "54 c2� ,t �sliT Easement 75" Imo-- 42 s � r CC i Transformer Site - }° •-s "F- 7 P/L - 1 " - 10'Easement IN I l as` l�Pnmar'y oweii r 1 y iN, Secondary Powar c r� 1�' '�`.ts t v by S� �• Y� ���c{t Y of R/W _ 1, 22' ► rc ~4�1 1. u4 k`v ' 34" k 4 _ J 54 Figure 7 Road crossing elevations R/W or Property Line Road Pavement Curb Sidewalk Edge of 12"—+{ Mainline Typical Trench .1r� •.f ` 1�.. <.- �:. ` Road crossing conduits must be I I at the same depth and have the 36" same horizontal separations as Min Cover* the mainline trench facilities. Ir 6.. -' Road Crossing Conduit per Utility Specification i *Some jurisdictions may require a deeper installation. I Continued on next page Effective on:07/01/11 ©2003 Puget Sound Energy Canceling:05/01/09 Page 10 of 18 II Trench Dimensions and Facility Placement Figure 8 Plan view of crossings with transformer on left side of property line 'BaU of 00111 Easement ­,:,<L x 'q 12- r Transformer Site P/L 10'Easement L _j rih5yr-vVT,3,6 .7- un ca I- Back of R *A. A 24'=► il 44"—-------- Figure 9 Plan view of crossings with transformer straddling property line Back of Utility 7wi Easement 12" 42" Transformer site L I _j 10'Easement I III T 11 1111 IN P/L L; mumba on �rl a 0 Back B CO'f I' 15 Oz 5. �}.. ..l' ��5' � C�` II f_17" ,1,�v }x .n Kgy'��rj 29" Continued on next page 02003 Puget Sound Energy Effective on:07/01/11 Canceling:05/01/09 Page 11 of 18 Trench Dimensions and Facility Placement Road Crossings, continued Figure 10 Crossings at intersections Trench Crossing R/W CD min R/W Detail when crossings us Stake meet at 90 degrees Use radius stakes to accurately locate crossing. Road R/W Crossing conduit must line up with the mainline trench conduit. Trench Trench shall gradually curve from front of 10' easement to back of 10'easement at crossings so 60' no preformed bends are used.(Field bends only) Typical Ll I I � � � � Placement of Whenever u1uoo�b�nrmcodoou, o�ect for povvoraudguoozub� � - Fmoi|��a shall be installed so the gas company can maintain the roadside conduit without � over power or other facilities. A minimum ofl2 inches of horizontal separation is required between gas and other utilities' facilities. If There is an Open The open ditch: Storm Drain Ditch wM��buv� uoob�cttbutiouroiuinnonuoflOfootbzl�outb centered over the cable � ~ � nyynem. m Bchauk�Uodtotb�surrounding uzud���erotbcr�are u�o�xrooaio�m aodtn��f�ru��� � ~ . � Figure /] illustrates the requirements focopeu drainage ditches. � NOTE. The installation of a culvert in a ditch may not be allowed by some jurisdictions. � � � Effective on: 0701/11 mu00o Puget Sound Energy Canceling: 05/01/09 Page 12nf18 i Trench Dimensions and Facility Placement i �I Figure 11 Typical backfilled drainage ditch detail at road crossings and transformers I Transformer Backfilled Drainage Ditch Curb 36„. 6”Min Road crossing SIDE VIEW Road Crossingtr xr` Conduit 10, TranSformW'}; Min y Min X L LI L-1 h"7 Min �: °'S Cam.-�"}::•.��':i.;:i,2� TOP VIEW Vaults and Pedestals Additional excavation and base preparation is necessary at vault and pedestal locations. ■ 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 6775.0040 for more information on installation procedures and 6775.0035, for more information on the best locations to place vaults. See Figure 12 for vault excavation dimensions. Continued on next page ©2003 Puget Sound Energy Effective on: 07/01/11 Canceling: 05/01/09 Page 13 of 18 Trench Dimensions and Facility Placement Vaults and Pedestals, continued Figure 12 Joint trench detail for vaults and pedestals PSE 10' PL FRONTAGE — EASEMENT TRANSFORMER ' ROAD SIDE I FIELD SIDE See Table 2 21 2 I.-F-71-777), MINIPAD I 36" t} I VAULT i 38„ Cover 48„ x�.,•X — Max Communications 4 Gas ? r �1 12" Min i :r : :r: :y: :➢; ➢; :i; ;J': 6"of crushed rock 4, '? ' :' ' (base for vault) r �EOE r Secondary Power } iA Primary c ,sib r4 ' cr Power p PSE 10' FRONTAGE EASEMENT — L SECONDARY POWER PEDESTAL ROAD SIDE 18" �Lower Pedestal 36" Native I I 46'• Cover(:6 Material Max l �1 Conduit �-' Min '�•� ��� Gas ��'\�------ ,�,�1:- Communications Primary Secondary Power Power Effective on: 07/01/11 ©2003 Puget Sound Energy Canceling: 05/01/09 Page 14 of 18 Trench Dimensions and Facility Placement � , 1 lI 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. Figure 13 Cable stubout location behind transformers and pedestals 7' CiPO & SERVICETRENCH Qom Minimum 18"wide for f separation of utilities 5'' r-———— r4 42" Transformer Site " 1 S Fr Lg.J n ROADSIDE P/L o m� C,,�y 4. i 24" 5' 24" Approx Approx 1r 0, '; ,: 10'Easement Line c 1 k r 12" a L Private Property v K% r- Side k�` `Y I 5' r 0 0F. I f r Mainline Trench ►I12"f r 5' Road Side x t ZZ� W%L ao i_ 1: 12„ Continued on next page 02003 Puget Sound Energy Effective on: 07/01/11 Canceling: 05/01/09 Page 15 of 18 Trench Dimensions and Facility Placement Cable StubOuts, continued Cable and Stubout Stubouts 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 —.�V f— 4 3' —►I� 3' —►l 42" ` , N rr 1 42" rc R'F.. � .�)S77`+•~ 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 Service Trench The service trench depth shall meet the requirements of Table I 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 stubout. This pit is used by the PSE workers when installing the service. See Standard 6325.3200, for additional information. Continued on next page Effective on: 07/01/11 ©2003 Puget Sound Energy Canceling: 05/01/09 Page 16 of 18 Trench Dimensions and Facility Placement I t Figure 15 Property line and service entrance work pit details PROPERTY LINE WORK PIT 3/4 Yard Bedding and Shading Sand Sand shall be provided on-site by the customer and placed within hand-shoveling distance to the work pit for bedding and shading of Electric Service Cable Conduit with Bellend }` direct-buried facilities.A larger work pit may require more sand. Customer provides and plugs conduit end j .. � a Electric Stub Marker* Trench to Utility Provided s - Bwldmg 48 r (APprox) ^ L r Gas Service Line Conduit 12" i i Customer provides and plugs conduit end 4 fJ Utility Stub d rker Marker Dig to 12"from the Gas Stub Marker w r a Customer shall not expose the stub. •�� �;�. C�.;. -` If accidentally exposed,cover gas stub with n• Pipes and Wires G1>5 r ' - 12"of sand. __�__ _..._.._......_.............._._..............._............... Utility Installed 48„ (Approx) *If connecting to transformer or handhole,dig up to connection point and leave knockout exposed and accessible. Work Pit Dimensions Electric and Joint Utility SERVICE ENTRANCE WORK PIT — DISCONTINUOUS CONDUIT s - �• a'� p Electric Meter Base r 48to 60 � a Customer provided Electric Meter i T ical ' Utility Provided /r µ• .�// / ,.c gyp i x Fuel Line Typically Gas Protrudes 4"to 5" Meter it a n i Customer Provided Conduit Service Riser �� /" a .Radius bends with Bell End ! /� 48"to 60" a, =Y"sfoi`both electric o / Gas Meter Set (APprox) R serwce cable Customer Provided i / i �� ,.•.. Assembly 'v +;� arid as service Utility Provided Electricfing. Meter Shutoff Valve Drainage Pie 1 3 Service Riser g p • �. rr , „� 6"Minimum clearance a _ Conduit Straps(2 Minimum) / / t wt _ - should be maintained ti N ,° 4" 6 it Customer Provided�, o / kit• ' tai kT '✓�,. Min Min = r o 'iz{,x w- from gas service line. I ,. Conduit Stake tl' f� « r w Customer Provided a .:n -<' y u K r r kf X ii 12 Mm�-=� f—12 —+� K Min s Y t 321. 3 x r f "r Typical Work Pit Dimensions Electric Service Cable Electric and Joint Utility Conduit with Bellend 'ar '����K=1 Customer provides and plugs conduit end Conduit Stake 3/4 Yard Bedding and Shading Sand Customer Provided 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 Customer provides and plugs conduit end facilities.A larger work pit may require more sand. N&TEL ©2003 Puget Sound Energy Effective on: 07/01/11 Canceling: 05/01/09 Page 17 of 18 Trench Dimensions and Facility Placement tI i 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 6315.0008. • 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 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. • 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 Forms 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 354 300.5 Underground Installations,Depth of 600V 300.50 Underground Installations, Depth of Primary Effective on: 07/01/11 ©2003 Puget Sound Energy Canceling: 05/01/09 Page 18 of 18 Trench Excavation and Backfill i MI 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 6775.0040, "Vault and Handhole Installation," for information on vault and handhole installation. In This Standard These topics are covered in this standard: Topic See Page Environmental Requirements 1 Definitions 2 Locates 2 Site Preparation 2 Integrity of Conduit 2 Conduit Size and Type 2 General Backfill Requirements 3 Backfill Material Restrictions 3 Soil Classifications 3 Backfill Requirements for Trenches with Electric Only 4 Backfill Requirements for Joint Electric and Gas Construction 4 Duct Banks 5 Road Crossings 5 Compaction 5 When Power Lines May be Energized 5 Restoration 6 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 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. 02003 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 1 of 6 Trench Excavation and Backfill Definitions Term Definition Backfill The material used to fill the trench. If the trench is shaded 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. 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 Standards 6800.0030, "Conduit Size," and 6800.6000, "PVC Conduit Installation," for the conduit size and type requirements. Effective on: 08/11/09 ©2003 Puget Sound Energy Canceling:05/01/09 Page 2 of 6 Trench Excavation and Backfill 71 1 1 I 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. 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. 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. I Table 1 Soil types and definitions Soil Type Definition 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. Organic The material primarily consists of decayed plant matter. ©2003 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 3 of 6 Trench Excavation and Backfill Backfill Requirements for Trenches with Electric Only Table 2lists the requirements for trenches that contain no gas facilities. Table 2 Requirements for trenches with no gas facilities Soil Type Installation Type Bedding&Shading Backfill 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 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 around feeder around feeder circuits because of circuits because of its poor thermal its poor thermal properties. properties. d • Organic soil may not meet compaction requirements. 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. ' Exception:If the backfill for the power and gas is separately placed and contained to the respective sides of the trench. Effective on: 08/11/09 ©2003 Puget Sound Energy Canceling 05/01/09 Page 4 of 6 Trench Excavation and Backfill =971 1 1 Duct Banks Multiple Layers In addition to the previous requirements, if a duct bank has conduit stacked more than one layer deep, a flowable material shall be used for backfilling to a depth of at least 3 inches above the conduits.The flowable material may be sand, controlled density fill, or fluidized thermal backfill. Feeders and If four of more feeder conduits are installed in a trench, fluidized thermal backfill (FTB) shall Fluidized Thermal be used for backfill.The FTB envelope shall cover the conduits by a minimum of 6 inches, Backfill (FTB) extend to the sides by a minimum of 6 inches, and provide a minimum of 2 inches of bedding. See 6790.3050, "Using Fluidized Thermal Backfill (FTB)," for additional information. Road Crossings 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. 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. 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 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 ■ 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. ©2003 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 5 of 6 Trench Excavation and Backfill i 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 6790.3050 Using Fluidized Thermal Backfill (FTB) 6800.6000 PVC Conduit Installation Gas Operating 2525.1500 Specifications for Joint Trench Construction Standards 2525.1800 Backfill for Pipelines Sources WAC 296-155-655 One-Call System I . I A i i Effective on: 08/11/09 ©2003 Puget Sound Energy Canceling: 05/01/09 Page`6 of 6 PVC Conduit Installation Scope This standard covers the installation of direct-buried, polyvinyl chloride (PVC) conduit systems. I I In This Standard These topics are covered in this standard: Topic See Page Safety 1 Before Work Begins 1 Conduit Type and Sizes 2 Trench Preparation 2 Conduit Placement 2 Cable Pulling Tension 4 Conduit Assembly Procedure 5 PVC to PE Assembly 5 Ability to Switch 5 Conduit Entry into Vaults 6 Installing Conduit in Concrete Vaults with Knockouts 11 Installing Conduit at Other Facilities 11 Concrete Capping of a Conduit Run 12 Backfill and Compaction 13 Finishing the Job 13 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 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. 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. 02000 Puget Sound Energy Effective on: 10/12/09 Canceling:05/01/09 Page 1 of 14 PVC Conduit Installation 0 : 1 1M i Conduit Types and Sizes Puget Sound Energy's standard conduit is 2-, 3-, 4-, or 6-inch grey PVC DB-120 in accordance with Specification 1025.6310, "DB-120 PVC Conduit, Bends, and Fittings," or Schedule 80 in accordance with Specification 1025.6320, "Schedule 80 PVC Conduit, Bends, and Fittings." All conduit systems owned and maintained by PSE shall be supplied by PSE, unless prior approval is granted by Standards and Compliance. When approved, conduit provided by the customer that is to be owned and maintained by PSE shall be grey PVC electrical grade DB-120, Schedule 40 or Schedule 80. Conduit sizes shall be 2, 3, 4, or 6 inches. Conduit shall meet ASTM F 512 requirements for DB-120 and NEMA TC 2 requirements for Schedule 40 or 80. Trench Preparation Consider these points when constructing the trench • 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 6790.0130, "Trench Dimensions and Facility Placement," for additional requirements on trench dimensions. • Pay particular attention to elevation changes 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. Customer-supplied trenches shall meet the requirements of Standard 6790.0075, "Customer-Supplied Trench Requirements." Conduit Placement Separation The separation between 2-, 3-, 4-, and 6-inch conduits shall be a minimum of 1-1/2 inches. Requirements Separation between 6-inch conduits shall be a minimum of 2 inches. The separation between 6-inch conduits shall be a minimum of 2 inches. Feeders require greater spacing to help dissipate heat to maintain their ampacity ratings. See Standard 6790.0130, "Trench Dimensions and Facility Placement," for 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, to prevent load transference onto other utilities. Continued on next page Effective on: 10/12/09 ©2000 Puget Sound Energy Canceling:05/01/09 Page'2 of 14 PVC Conduit Installation i i I , Bank Height Build conduit banks.. . Diagram To a maximum of three conduits high. O O Anything higher becomes an underground O O wall for other utilities. There may be exceptions where underground obstructions 0 or horizontal space constrictions require a (44 4 4 i�V higher buildup. Preferred Discouraged Spacers Wooden 2-by 4-inch 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 • Fluidized thermal backfill (FTB) is required by Standard 6790.0140, "Trench Excavation and Backfill." Use..., And... Diagram f Two-b - ours and wood Stagger the bell ends gg � _ f 5'Intervals stakes between conduits and between layers. ?` ; Staggered between layers at five foot intervals This will make assembly g easier and eliminate or use... interference from adjacent bells when the conduit is Preformed spacers at five buried. foot intervals. Install with Install all primary conduit systems with a minimum 36 inches of cover. 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 6790.0130, "Trench Dimensions and Facility Placement," for specific requirements for cover less than 36 inches. ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling:05/01/09 Page 3 of 14 PVC Conduit Installation Cable Pulling Tension Conduit systems are designed for maximum cable pulling tension calculations in accordance with Standard 6825.6150, "Cable Pulling 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 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 Sidewail 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. i i Effective on: 10/12/09 ©2000 Puget Sound Energy Canceling: 05/01/09 Page 4 of 14 PVC Conduit Installation i Conduit Assembly Procedure Follow these steps to assemble the conduit. Step Action 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 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 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 out of the conduit. 7 Bevel the inside edge of Schedule 80 when joining it to DB-120 conduit. PVC to PE Assembly For PVC conduit to PE conduit coupling procedure, see Standard 6800.8050, "Splicing and Repair of Polyethylene Conduit." Ability to Switch 1/0 cables shall be plumbed into junction box vaults so all the elbows can be freely switched and parked without restriction from other cables. 02000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 5 of 14 PVC Conduit Installation Conduit Entry into Vaults Junction Boxes It is preferred to plumb the conduits so all of the cables coil in the same direction. A rotation of either clockwise or counterclockwise is acceptable. See Figures 1, 2, and 3. Splice Vaults It is preferred to plumb the conduits so the cables coil in opposite directions and meet at the splices. See Figure 4. Hammerheads Hammerhead splices offer the flexibility for either circuit to coil in either direction. See Figure 5. Trench Line It is undesirable for the vault to be set out of alignment with the trench line because this causes additional bends to be installed to route the cable into the vault. These bends increase the cable pulling tension and may consequently require an additional vault be cut into the circuit. When it is necessary to place a vault outside of the trench line, it is preferred to use 45-degree bends, instead of 90-degree bends, to route the conduit to the vault. This will help minimize the pulling tension. See Figure 1. Sides of Vaults 1/0 cables may enter either the ends or the sides of the vault, but entering the sides is less desirable because it is more difficult to rig and pull the cable. See Figures 1 and 3. Feeder cables should enter vaults through their ends because of the difficulty in rigging and pulling the cable when it comes in the sides of the vault. See Figures 4 and 5. Corners of Vaults Two circuits should not enter a vault at 90 degrees to each other in the same corner due to the potential physical interference between the two circuits and because one of the circuits will be entering through the side of the vault. See Figure 3. I I II Effective on: 10/12/09 ©2000 Puget Sound Energy Canceling:05/01/09 Page 6 of 14 PVC Conduit Installation Figure 1 Junction Box—Trench Passing by the Vault 000 000 000 45°Bends Trench Line Preferred 000 000 000 Acceptable 0570 000 000 Discouraged Figure 2 Junction Box—Vault in the Trench Line o00 000 o00 Preferred 5700 000 000 Discouraged Continued on next page ©2000 Puget Sound Energy Effective on: 10/12/09 t Canceling:05/01/09 Page 7 of 14 PVC Conduit Installation Conduit Entry into Vaults, continued Figure 3 Junction Box with Road Crossing ® 000 000 Preferred,if pulling tensions are OK Road Crossing 000 000 000 i Acceptable 000 000 000 Discouraged Effective on: 10112/09 ©2000 Puget Sound Energy Canceling: 05/01/09 Page 8 of 14 i PVC Conduit Installation 0 ; 1 f i l l l Figure 4 Vaults with Splices Preferred Acceptable Acceptable for 1/0, but discouraged forfeeder Discouraged ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling:05/01/09 Page 9 of 14 PVC Conduit Installation Conduit Entry into Vaults, continued Figure 5 Vaults with Hammerheads ii Preferred • Acceptable, if pulling tensions are OK Acceptable Discouraged i Effective on: 10/12/09 02000 Puget Sound Energy Canceling: 05/01/09 Page 10 of 14 ` PVC Conduit Installation Installing Conduit in Concrete Vaults with Knockouts Follow these steps to install the conduit in concrete vaults with knockouts. Step Action 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 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 inside the vault. 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 PSE-owned empty ducts with expandable duct plugs. Use duct foam to seal around PSE-owned cables in ducts to prevent water migration into vault. Refer to Standard 6800.6500, "Application of Conduit Plugs and Seals." NOTE. Vaults fitted with "termaducts" do not require grouting. d Do not use conduit sealing foam as a substitute for grout. Installing Conduit at Other Facilities Install conduit in accordance If conduit is plumbed to a ... with the following: Riser pole, Standard 6042.1000, "Conduit Risers" Minipad transformer, Standard 6045.1010, "Minipad Transformer (Conduit System)" Secondary pedestal, Standard 6050.1000, "Secondary Pedestals" Plastic or fiberglass secondary handhole, Standard 6050.2000, "Single-Phase Secondary Handhole Up to 350" Single-phase J-box on a minipad handhole, Standard 6055.1010, "Single-Phase Primary Junction Box" i ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 11 of 14 PVC Conduit Installation Concrete Capping of a Conduit Run If conduit is capped with concrete Install 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 6790.0130, "Trench compressive strength of 2500 psi. Dimensions and Facility Placement," specific requirements when cover fors , P q y Q; Native Material is less than 36 inches., or.Select Backfill. 4"Concrete r. I C �r c '"t ,.r*Y.. Y.... -.tri i 1 1 Effective on: 10/12/09 ©2000 Puget Sound Energy Canceling: 05/01/09 Page 12 of 14 PVC Conduit Installation , ; i i , i i i Backfill and Compaction Refer to Standard 6790.0140, "Trench Excavation and Backfill," for information on backfill and compaction requirements. Adding Backfill Follow these steps to add backfill to the conduit bank. Step Action 1 Pump any standing water out of the trench following the requirements of Standard 0150.3200, "Techniques for Temporary Erosion and Sediment Control." 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 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 o 4 When a minimum of 3 inches of cover is in place, fill in the rest of the.trench, compacting in 12-inch lifts d ' Backhoe compactors (hoe-pacs) can generate tremendous forces which are difficult to measure. Hoe-pacs should be used for final compaction only and with caution. Do not use a hoe-pac directly over the conduit until at least 30 inches of backfill is in place, to ensure that the compactor will not damage the pipe. Do not penetrate the . soil deeper than 3 inches during compaction with a backhoe compactor. t Finishing the Job • Remove mud and debris from vault interior. • Remove all spoils and construction debris from the job site. ©2000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 13 of 14 PVC Conduit Installation . 11 - I , i References The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control 1025.6310 DB-120 PVC Conduit, Bends, and Fittings 1025.6320 Schedule 80 PVC Conduit, Bends, and Fittings 6042.1000 Conduit Risers 6045.1010 Minipad Transformer (Conduit System) 6050.1000 Secondary Pedestals 6050.2000 Single-Phase Secondary Handhole Up to 350 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 6800.6500 Application of Conduit Plugs and Seals 6800.8050 Splicing and Repair of Polyethylene Conduit 6825.6150 Cable Pulling Calculations Sources ASTM F 512 Standard Specification for Smooth-Wall Poly(Vinyl Chloride) (PVC) Conduit and Fittings for Underground Installation NEMA TC 2 Electrical Polyvinyl Chloride (PVC) Conduit NESC 320 Underground Conduit System 321 Excavation and Backfill 322 Ducts and Joints Canadian GE, Work Practice for Direct Burial Installations Edison Electric Institute, Underground Systems Reference Book IPS, Weld-On Product Information Guide McGraw-Edison,Underground Construction Handbook McGraw-Hill,,Inc.,The Lineman's and Cableman's Handbook + I! I Effective on: 10/12/09 ©2000 Puget Sound Energy Canceling: 05/01/09 Page 14 of 14 City of Renton Contract Provisions for NE 3rd/4th Corridor Improvements—Phase 1 Intersection Improvements Appendix F Franchise Utility Plans i f f1 SHELL STATION BURRIED SERVICE 11 ' 11 I Z I 4102 WIRE i I j I I OVERSET EXISTING U (� Q 12'CLOSURE WITH I Il I ® P I z I P 264TH HH#2 i I O �° � Z EXISTING CENTURYLINK 2X4"PVC IMH#219 -- - ---- -------Oi A —BT —CT_—.. — — BT —_ ' FO-------_FO---------FO FO-- FO FO------FO _EXISTING 6 WAY ENCASED 4"PVC DUCT RUN +00 — — — — — — — — — — _ — _ _ — EXISTING CENTURYLINK w 2 BURRIED CABLE TO BE _ s s— n n ABANDON THIS JOB s W s s---_.s W � I W NE 4TH STREET Z s Cc P I - - � - - - P co O p [. = o 3 ❑ i E o I L� E i I Ll I i 3 i I L / ( I 10 5 0 10 20 IL SCALE IN FEET I f��/ CENTURYLINK ENGINEERING SHEET E FlELD BOOK: 11WL/�DY SURVEYED: DAYS LBEFORE RYOU DIG � � b JOB No. TM KENT,WA SURVEY BASE MAP• `A,26 And+ C e nt u r Link TM CIVIL DESIGN: J.WELLS ,o/zo„ 1-800-424-5555 GEO CODE. rrGV LGV ® � ' oAf I a WIRE ENGINEER: D. HARTMAN 10/2017 (UNDERGROUND UTILITY LOCATIONS ARE APPROX.) WC CLLI. ® 4 1e NE 4TH AND UNION SHEETS CHECKED: R E N TO N /► /� ' ( o SUPERVISOR: [NOTICE,NOT FOR DISCLOSURE OUTSIDE OF QWEST OR AFFILIATES EXCEPT UNDER WRITTEN AGREEMEN . , y y A I WATER PUMP =1 ST TIN I I p I �— ------------------------------------ I I II-D I I OVERSET EXISTING CENTURYLINK EXPOSE 6X BSW i I CLOSURE C-4308 WITH HH#3 _______ I I INCLUDE EXISTING CABLES AND CONDUIT ----1 I _ - "� I OVERSET SERVICE WIRE BOX I - --- . ---I -- ® I I ROD AND PROVE EXISTING CONDUIT I REMOVE CENTURYLINK _____________ t I CLOSURE C 4228 0; --------------------------------�__ I TO BE PLACED ON RECORDS ---------- %_ I I I 1 �� --r----- --I PLACE 154'1X4"PVC FROM MH#31 TO SERVICE WIRE BOX ---------------------------------------- -I 2X411 PV� 3X4"PVC I -- ------- ---------- r- -- _l- ---------- I ----- r ——— I ---------- J _-- g-_ _ _ -- —.--BT P -- BT--- — — T BT— �—�r—� �5T—�..---BTU.-- -- B — — 8�-----Br— --- — © ©-----BT— a FO FO FO FO i ® ��FO— —FO FO i y - - - - - - _ EXISTING 6 WAY ENCASED —FD—FO—FD FO —FO—F0 Po I 4"PVC DUCT RUN -' - Fo EXISTING CENTURYLINK m BURRIED CABLE TO BE I NE 4TH STREET EXISTING CENTURYLINK 7-}-O ABANDON THIS JOB BURRIED CABLE TO BE EXISTING CENTURYLINK Q BURRIED CABLE ---5_-_--- ----------------- ------ -------- B+O ABANDON THIS JOB w m s s s 2 s s S 9+ 11 W LLI m m —I ti N N W — — — — '— — — — — — — — — — — — — — Z N 5ZS V—'S — — --- r--- ———- ® \ E ❑ \\ I I ❑ 1W I I z � \ I N 1 0 _ 0 \ 1 I 10 5 0 10 20 \ I SCALE IN FEET E FIELD BOOK: SURVEYED: CALL 2 WORKING 11W2XDY CENTURYLINK ENGINEERING SHEET o JOB N0. ®®pt_TM KENT,WA 3 suRVEY BASE MAP• DAYS BEFORE YOU DIG nG A I,+/'® CIVIL DESIGN: J.WELLS to/2ot7 1-800-424-5555 GEO CODE. W26 226 ® ®we ��, Centu ryLi n kTIA 4 OF o (UNDERGROUND UTILITY LocA710N5 ARE APPROX.) ���trp NE 4TH AND UNION SHEETS " WIRE ENGINEER: D. HARTMAN t0/2077 Y" CHECKED: RENTON WA b SUPERVISOR: NOTICE,NOT FOR DISCLOSURE OUTSIDE OF QWEST OR AFFILIATES EXCEPT UNDER WRITTEN AGREEMEN . I I I I , I I I O'REILLY AUTO 7] I PARTS I ' I I EXISTING CENTURYLINK 4350 I I I SAI CABINET I , EXISTING CENTURYLINK I = ' I EXISTING CENTURYLINK 264TH HH I iBURRIED CABLE ----_--_ , EXISTING CENTURYLINK 713 ------ ------- COOL PED CABINET L---- ------ — ------� O FO FO_F0 FO FO T — T r T r ® T T T T T T T T 7--- n EXISTING ENCASED — r 4"PVC DU6 WAY CT RUN EXISTING CENTURYLINK z VH#76 NE 4TH STREET 10+00 m s m 0 0 s S s m 0 0 0 0 0 0 0 0 0 s S— m m _ T 'E ULJ z c I O co ® I II 10 s o 10 20 SCALE IN FEET ddd i 4 EE FIELD BOOK: ZX�Y CENTURYLINK ENGINEERING SHEET SURVEYED: CALL 2 WORKING ° DAYS BEFORE YOU DIG JOB No. ,Flo, KENT,WA ,4 SURVEY BASE MAP• WC CLLI. Ce ntu ryL i n k 4 cnnL DESIGN: 1-800-424-5555 GEO CODE. W26 226 4 ■ OF J.WELLS io/2o11 TM $ D. HARTMAN 10/2011 UNDERGROUND llfllllY LOCAT10N5 ARE APPROX.) �®�� NE 4TH AND UNION SHEETS WIRE ENGINEER: N CHECKED R E N TO N o SUPERVISOR: [NOTICE,NOT FOR DISCLOSURE OUTSIDE OF QWEST OR AFFILIATES EXCEPT UNDER WRITTEN AGREEMEN . WA PARKING Comcast Conduit Schematic PARKING C—4350 C-4250 r4x�� Q `00G " V to } � .�u� pa fl,.k - t' 254' 258' RN45 �f-3" H•3" NE 4TH ST CO El CD 4301 M O z VL M C . 44fl5 z JT'"712 m VAN'S AWT . REPAIR PSE GENERAL SPECIFICATIONS --� _+� —_' 01—FA — J J ��J �= —J -C-��` JJ����� �` Scope y Work SJCJHrE-'D°Le EJ 7�m The City of Renton has a roadway improvement project on NE 4th Street between Lion Ave for . approximately 600 feet.This project will include widening,curb/gutter,new sidewalks,drainage, ,1 r T _ thatalietobannetedwon.PSEhasjectunleraShedule facilities Agreement OHM -j r�O UG CJ�� �`� J:.���� i��` ��� LEGEND that are to be converted withing this project under a Schedule 74 Agreement with this project. �HM J �le _J �� � —,T EXIST.IO WIRE General -----ilk EXIST.30 WIRE - All work is to be completed per PSE Standards&Practices.Copies of all PSE Standards are RESPONSIBILITIES OF THE CITY - All PSE conduits shall be placed with the minimum separation between other utility facilities ----- EXISTING SECONDARY SERVICE LINE available upon request. as specified in PSE standard 6790.0130. Refer to the typical utility trench cross section —————— NEW TRENCH LINE Work sites shall be kept clear of debris and all construction materials;equipment and packing detail in this work sketch. shall be removed daily. Documentation — ——— EXISTING RIGHT OF WAY y - The city nd their contractor shall attend a reconstruction meeting specifically for All PSE conduits shall have a minimum of 36°of cover. Cover of less than 36"is tY P 9 P Y — —— — - Return all unused and removed poles,transformers and hardware to PSE,storeroom. All installation of bare duct and vault system. permissible on a case by case basis provided that such installations adhere to PSE EXISTING PROPERTY LINE copper shall be coiled and returned the day it is removed from the poles.Remove all unused _ PSE will provide to the city contractor with construction plans for the installation of PSE standard 6790.0130 figure 2. Pre-approval by PSE engineering representatives is required. — EXISTING CENTER LINE pins and Insulators. duct and vault system. 'x/V1MMllJ'• EXISTING CONDUCTOR TO BE REMOVED Materials P PROPOSED PULL VAULT - Return all streetlights,area lights and floodlights to Sumner yard. All installations shall conform to specifications contained in this document and all relevant Ma � PSE standards. - The city shall not backfill PSE facilities until authorized by the PSE Inspector. 51 PROPOSED PADMOUNT TRANSFORMER City shall be responsible for the security all PSE materials delivered to the job site. Pre-Construction - The city contractor shall sign material manifest slips for all PSE materials delivered to the Q EXISTING PADMOUNT TRANSFORMER Safety - Notify appropriate city,County or DOT authorities 48 to 72 hours,or as required by permitting job site. Q PROPOSED TOTAL UNDERGROUND TRANSFORMER - Field changes shall be pre-approved by PSE or designated representative prior to agency,in advance of starting work in Right-of-way involving a Permit. - Initial delivery of PSE materials to the job site requires 10 days minimum advanced notice construction with proof of acceptance required prior to PSE acceptance of completed duct ❑D EXISTING TOTAL UNDERGROUND TRANSFORMER All system switching shall be approved by System Operations(425-882-4652)a minimum of 48 and vault system. to PSE storeroom. hours in advance. - The city contractor shall not access energized power vaults without the assistance of PSE - After the initial delivery of materials subsequent bulk material deliveries to the job site by EE J-BOX PSE vendors require a minimum of 5 days-advanced notice to PSE storeroom. • NEW POLE Notify customers of all outages 48 hours in advance. line workers. - PSE representatives will provide delivery of all miscellaneous material necessary for duct& O EXISTING POLE Trench and Excavation vault installation,such as couplings,glue,bends,etc.,with minimum 3 days advanced I DISCONNECT-FUSED Work Drawings&Documents notice to the PSE storeroom. - The city contractor shall not expose energized power conductors(direct buried or in O DISCONNECT-UNFUSED a - PSE Project Manager or Engineer shall approve field design Changes. conduit)without the assistance of PSE line workers. - City shall provide equipment and labor necessary to off load material on site. D EXISTING UG RISER - Mark all field changes,equipment ID numbers and Underground cable information in red on The city shall provide all trench excavation and backfill for the installation of new or - All vaults will be delivered by the manufacture to the job site as follows: i Foreman's copy of work sketch. modified PSE underground distribution system within the construction area. - 575 and smaller with a minimum 3 days advanced notice to PSE storeroom. 0- NEW UG RISER - All trench excavation shall conform to PSE standards 6790.0075,6790.0130,6790.0140, - 5106 and larger with a minimum 5 days advanced notice to PSE storeroom. Svc STUB _ z - Return one Foreman's copy of work sketch to Project Manger at completion of job. 6790.0250,and 6790.3050. - If vault excavation is not ready when vaults are delivered,city contractor will provide F DOWN GUY 0 - When permits are required,a copy of the permits shall be available on work site at all times. necessary equipment to install vaults.Install mastic sealant between the sections of z - Construct the shared utility trench where the various utilities can transition in and out of the EXISTING STREETLIGHT D trench line in an orderly fashion without altering duct bank alignments of other utility. mull-section vaults(sealant provided by manufacturer). • HANDHOLE I' Separation g g utility - All unused material shall be returned to PSE stores and reconciled after PSE duct&vault Safety p ation Of crossing utilities sharing the common utili trench Is 6". ® PRIMARY METERING POINT - - After the new underground system is installed an energized,additional excavation may be installations are complete. v - Refer to PSE standards 6275.3000 for requirements on System Grounding. necessary to re-train existing underground cables into the new vaults. This excavation will w - Refer to PSE standards 6275.9000,6275.9050 and 6275.9100 for personal protective Inspection z P P be provided by the city with 48 hours notice. o grounding requirements. - - Placement of other utility vaults within the trench line alignment encumbering access to - PSE will provide an Inspector during city contractor installation of PSE bare duct and vault - Refer to PSE standards 6275.9150 for vehicle grounding and barricading requirements. PSE facilities is not allowed. system. The roll of the PSE Inspector is limited to verification of compliance to all relevant PSE e - Proper line clearances shall tr taken at the beginning,and released at the end,of each - standards and practices. The PSE Inspector will not approve changes to planned PSE NOTE: ALL PO TEL CO CREWS CHARGE ^_ workday,or as otherwise instructed b the System Operator. Vault Installation Y Y Pe � _ o City shall install PSE vaults in accordance with PSE standards 6775.0035 and 6775.0040. facility locations or change orders. Provide signs,barricades,codes,and traffic control in conformance with permit regulat ors. The PSE Inspector will be the contact for all issues concerning installation of bare duct and TIME TO W.O. #101071763 o - Vault hole excavation shall be prepared level and free of debris with a minimum 6'base of Utilize flagging and other vehicle traffic control as necessary and in conformance with local crushed rock to prevent vault settling. vault system for PSE and provide a liaison between the field and engineering for change traffic regulations. - PSE Vaults in planter areas shall be set 2"above final grade. requests. Maintain traffic flow as required by permitting agency. - PSE Vaults in hard surface locations such as sidewalks shall be adjusted to match finished - The city shall provide the PSE Inspector the means(survey staking)to verify proper depth grade prior to the installation of PSE conductors and equipment.Maximum adjustment u Is of burial and location for all PSE facilities to the satisfaction of the PSE Inspector on site. If g P P the Inspector is unable to verify proper depth of burial,location,or grade of PSE facilities a 0 5"-more than 5°require and additional riser. Joint Facilities non-compliance document will be issued effecting PSE final acceptance of city installed - Note:The city contractor will not be allowed to make vault adjustments after PSE jCoordinate with Communication Companies for transfers. conductors and equipment are energized.PSE line crew will perform the adjustments on a facilities for PSE. E change order basis. WDlnrry Map ° - City hall provide all surveying necessary to assure all PSE vaults are installed in the Thomas Guide Page 656,G1/HI OVERHEAD CONSTRUCTION y P y 9 ry F —_'=�"='1 i alignment location speck FOREMAN(CHECK BOX WHEN COMPLETED)in this document.The city shall be responsible for establishing ) !T::��J IN cava grade elevation for PSE vaults. Ex t DIR Pile ❑PSE Eaarvmer4 LOC10=D5ELUREDAULIE Area tell in DLEPfaSAFE COndNlon. _ ROADSIDE ❑G,iq Cebde,eM SwOCh numbers lNSTALLEDA VEPoFlED. r .`,` 1 ,ern Power Gas and 1 ._ laa2 Poles ( /` j� 0MallCIVERIIED{INCHANAsbYD. � - All PSE vaults shall be clean and clear of construction debris with all knockouts and cover Final Grade commamaanone) z4•Mm—.- ^�2`yF''n,'.,�.;; ❑Mabdel VERIFIED a�M CHANGES�roletl on PepernoA. - Poles are to be installed or relocated as staked. Unless otherwise noted,all pole location adjustments grouted to PSE satisfaction prior to PSE accepting delivery of bare conduit& .".� /Y\�\;.V 0 Tolcl PRIMARY Cable roled on AS T. - .�'.'��; tv �, ir,a y�.i 0 Conwnr lwa RECORDED In cone beets.an ASnea. �� ti measurements are from the center of the pole, vault system. `� i ark:: �-y "•ham- I-1,coned FUSE SIZE On ASbu018 VERIFY pagr PHASE. - All new poles set shall be the class indicated on the sketch,or better. Do not set a lower class f •� ' •` ❑D«.IauonsaoonmeA.wlpendwelrreaaen, p I O Conduit Installation ----1E- JOB SITE___ O a pole than specified. 3s• v ;u Backgn NOTE-mstall12"shading 0 nm:ml,--.N e'p Hde rsa�PSE•6an4aNSaMPremdvee j r �:I j W - All PSE conduit installations shall conform to PSE standards 6800.6000,6800.8050,and Min Na rake over 1/the backgll contains rocks z - Install ground plate assembly on all new poles. Install Switch Ground Assembly per standard Cover >� ,,.Mb ,,.MIn ;` a•mfalar greener than 1W ell.. .n ?I «1 6825.6505. 4E-" ti aeoerslron sewrsno. _ ll V o specification 6014.1000 at new gang operated switch locations. , ' Foreman.slgnawr. Na $ pg °o All conduits shall be routed and installed per conduit tables,installation diagrams,and Max y v - Install rid numbers on all new and existing 12•Fluidized Termal Backfin Pmt Hama col° —`•""` W t:L�:g g poles as shown on sketch. details in this work sketch. 7o C. oYers poweroondwta Ir 31 - Straighten existing poles as indicated or as necessary. - The city shall proof every PSE conduit run prior to final PSE acceptance. Proofing is Max , _ = I'.-? ROJECTPHASE NOTIFa ORDERa I I &'+ n - Treat all field-drilled poles with copper napthenate wood preservative. defined as pulling a mandrel of the same diameter through the conduit. Mule tape provided '; " v PAIR superior 11003698 1.10me3 W- _ - by PSE shall be pulled in behind the mandrel in each conduit run as evidence of proofing. r ', PSE PRECON N/A lofomsa , o - Remove old poles after communication companies have transferred off and return to PSE P P 9 "in PawCover rdwls UG Expense NIA ea.... —J�k I it�- P P A plug shall be installed in all spare conduits. C1. "t f off Expense N/A 593123so1 storeroom. Fill and crown pole holes and restore the area similar to adjacent landscaping. ti uc Exparrse N/A s9 e 3 "''- m' - All conduits entering PSE vaults shall be through the appropriate knockouts to ensure �� F cable la Vault entries causing cables to cross each other in the vault,or la In the 3'Send Bedding Removal N/A 080]228 proper Y 9 Y vm n`e erns Conductors&Equipment vault unevenly,will be rejected and corrected at the expense of the city contractor. 2a°8 4-6`Primary '<,K%'?! ,,xr:;;�'.,�'�/;l Owner/Developer Contact Info ° - All conduit entries into PSE vault shall be straight and level with a minimum of 2'straight Power Cables or Conduit CITY OF RENTON N - Transfer all overhead and underground primary,secondary and service conductors and guys to 9 9 qgL Tv NIA new poles set,unless otherwise indicated on this sketch. section outside the vault wall and 2"on conduit extending into the vault with bell ends PHONE NIA installed. TRENCH EXCAVATION DETAIL ATTN:CHUCK SCHOTT 2536043]270 u Transfer existing transformers to new poles unless otherwise indicated on this sketch. Manager cameo IDmrma+lon: a` - PSE conduits shall be placed in the trench maintaining a minimum of 1-1/2"of separation. NOT TO SCALE DENNIS BOOTH For corneas pelow dial 1-988-CALL PSE(2255]]3) 2533064787 Cell Pbone CALL(000)4243666 Use stirrups to connect all overhead and underground primary taps,and transformers above 25 Use conduit spacers(provided by PSE)every 10'. z BUSINESS DAYS BEFORE You DIG kVA. Install at all sites being worked within the scope of the project where they are currently - PSE conduit runs shall be placed straight and level. Should it become necessary to alter - •LOwlee ao4wred• Ng nsR�TaHO7TOaEaD,EOM,BU INESS DAYS BEFORE DIG w missing. conduit alignments to avoid other utilities the maximum bend radius allowed is 22-1/2 REAL ESTATE(EASEMENT PERMIT a - Use 397 AAC and Am act connectors for all bare conductor feederjum jumpers and 600 am degrees. Bend radius greater than 22-1/2 degrees require prior approval from PSE 'Flanging Ragvi,ea• i P 1 P P 9 9 9 q P PP ROW REVIEW CITY OF RENTON switch jumpers.Install tree wire conductor forjumpers on all poles that are double dead end engineering representatives. 3 FUNCTION CONTACT PHONE NO DATE E with tree wire. 2 PROJECT MGR DENNIS BOOTH 253306-0787 111001 w - Apply grit inhibitor on all Ampact,stirrup,and dead-end connections. + ENGR-POWER VINCE RABON 253-720-5161 11101111 RMW DATE BY DESCRIPTION ENGR-GAS N/A NIA WA o Connect primary taps and transformers to same phase as existing unless otherwise shown on COUNTY E—r$ea Gas Vk Ca POWER WI(CTR DRAWN BY V NCE RABON 25 3-720.5161 !!to!!!! the drawing. KING NIA NIA ODCNOK CHECKED BY POTELCO DESIGN AND APPROVED BY All neutral connections to be made with solid compression connectors. Connect all pole QUALITY ASSURANCE 114 SEC OP MAP PLAT MAP NWIST23 ROSE NIA NIA FOREMAN X1 >< grounds to common neutral. &4ThIs design Compiles with PSE U44AP NO(POWER) OH CKT MAP UG CKT MAP CIRCUIT NO FOREMAN X2 a Use Load-interrupter cutouts(with arc shields)on all primary overheads and underground taps DesigntEngineering Standards. 23USE056 2305E088 23DSE058 MAP-1]IPRE-13 MAPPING _ with fused protection above 40T. pre-a Any/all rovedona have been EROSION&SEDIMENT CONTROL REQUIREMENTS JOINT FACILITIES ARRANGEMENTS pppro p at ePSE Representative.ed at the UTILITIES COMCAST OWEST - Install VW4ldllfe Protectors On all transformers. appropriate PSE Representative. EROSION 8 SEDIMENT CONTROL SHALL BE PER PSE STANDARD PRACTICE POTELCO/PSE 0150.3200 TECHNIQUES FOR TEMPORARY EROSION&SEDIMENT CONTROL CONTACT BILL WALKER BILL HAYDEN DENNIS BOOTH &ANY ADDITIONAL LOCAL JURISDICTION REQUIREMENTS. PHONE# 2s32ea7s3a 25328]9032 25330&4787 0 Signeturs (LOCAL JURISDICTIONS MAY HAVE ADDITIONAL REQUIREMENTS INCLUDING INCIDENT MAOP $ CableTagsandPulling VINCERABON NOTESDETAIUNGWHEREEROSIONORSEDIMENTCONTROLSTRUCTURES ®PUGET CITY OFRENTONS/WIMPROVEMENTS N/A WA Prm1 NAm° ARE TO BE INSTALLED,CROSS SECTION DETAILS OF THE TYPICAL EROSION SOUND SCH 74 Gas oreer Elea order n - Primary Underground Cable Identification Tag installation shall conform to PSE standards STRUCTURES,&SPECIAL REQUIREMENTS FOR WORK IN SENSITIVE AREAS.) ENERGY N/A 1 01 0 71 76 3 h 6625.60$0. Date 1112812011 NE 4TH ST 8 UNION AVE RENTON.WA 98059 SCALE PAGE - Cable Pulling shall conform to PSE standards 6825.6100 and 6825.6150 DESIGNED BY POTELCO INC 1•=2D +OF6 ass I I F -J -1\ A -/ :4.407 t r g........ 1007 .a £Nnd N a N lO W },b 257 NE 10 257 407 ST FLYING TAP- C X9417, --- �� 1p 1A A 407 W 1007;:,3�'65T 257 X1023 257 " -.... - -- -- ..1 E ° J f0 ST =100 25Tt D............. --IN �1t�A 657• c 1 E 20 + A... OT �... IZ 30: q 2 965T s 4:6111 n -- _i C; CI : � 2X5696 9 { 657 scare=i:zoo 40TX9604 _ " f s a�; ,I1 g i �J� A_, 257 1�C t118�ST 407 t1 v; a EU R I • k SCALE ,20 t T UJ. L4- X9687 407 M I c ...+n 1� S( NO X9411 57....30 3 - 1 NE 8 C7:C cai73� r• a n I L LO _ X10231 i HONE)DEiY ^ :C B bu ° 1l IF- PRE 1007 ELE1fI :B C NE B PG: '• { 11 30 c 1 1sT F.........,....• n k 40,ora , may{ AV NE 8 5T ' �15T •QI X?689�{ g :0..1 S � �� I �� 1hit q• q. NE.....3,. i I D,C • N£e sr ? a *:, ;6L-. zsr30;A. Em c7 407 - ° K6xo +�'�r xssaei r g , X11242 t ^C W 0 '00 25 4OT ,�. .0 4 i � � ST B •j� T 1 al B B' g �1 X9690 25TH B -- ors-- ------ ---- A133 ; __ .8...� Ic:ur -- ---mss, ---- - _ — _ I A(6 25 Cc v :` o Q 122 ST 25T� -1---� - 1� Ot5 5T �g •=Z ... 3� PRE l to-O., - n +100 6 C,f: A q.. t 4 I o° ;� .f0w r+:rat- e x lHE ORCHARD XZ MJ165 B : . :B g.• I 157 C: :B nl✓{ROat T B PRE ST .........:• V.. .. •• .-AX991O X2949• �: ...... �; c B, A•. 1007 B 1X9911 30: _ A f l; Qc ........ C Lla p Y ' 107 2 25T I 25T i B' X896`3 iil{p _ •u�rt1 / I n`+ ti. , a PRE 71 Er... A... t.... 4 Xi0Q20 i e,. _ .. � C 14 X881 a• - -{yJ.,;........ _-25Th WN0 657 69 257:" 3 ' , 4 :: ' 13X9570 10 :30 '_ ® A • II. .l� r °" ;° iJ 4,y t• 3 g.,,:nt 30 nom g Ig Atij. _ ", Imo. JY I R �i E • M `tC qr ... 30 30 y25,00 1007 1007 pv 30 0 PRE n (RS" � 744 3 007 t657 X4250 x X7382• C t00T 407•� M7P ) so 3 65 1 :100T x-°o, C 00 M. nF 10030�_t i00T X8796 C X11 x8755 N£4 ST W 3qf.5-087, 1�30�g 30 �; 657 257: 657 _ 'X14344 gx x •...� or A�•.. am5 :c isrX92 2 X8241 ��� �3�A "� :a n t4 �:31�+ •X10345 •PRE 63Sd: t i r'tA ---�: •.;YF 'h ii IBa9" � .•I�k ' T : C 257' 3•?Y 3:30= lT� £ m Z�y13? ,... .., 'I X10228 .. g s•........,3� 0. r"ww N x R 4M „ 6 o ~ S,I..1 E •6T 51°' 11` I\. 0• B^t L.q 4tlT A .,.... 1 jM •�•''• �_ . �g :6� 257• aOp X6242•''•. 13 : ,,.... "N "; AC- B: �' :ST 't X8831 NE 2 ST X " II :�,..,.`,° S! aPre6 ..".< 6' I rUW Mw a, A3Q, 'r..i..... __.._�.: ST ' „ . `:d - -� �. _ ,FdTT 6 1M3m{';• 6 :30 'A �B ••30 �..,..A.657 ti.�.....l.::A,C X9483 CT�ii 407D „p7- ,N,W... - ---- r;' - -- - A' :B .A• 17E" •{...,,:.o• . A:••NE 1 CTE ' Y�; �• ��X:tw A 65T 4071 e. C. m: °•' ic •_' �:••.�. . }.....:� X948a _ SITE too �• !p:::: :�� '.c X10294�y ••� 107 Q .• `•f•R• :i.` N£1 ST' A: �� t;• C ! X66 80 30 �cT.: tit 4 "''• � {� W •e..i..,,3 .&....;�••t: %z5's'r'}X8832 °N wrs... "�+s� ...... A 1 DOT •• ¢65T 3't: C•o hmis .. s '3d • T ? :.?..FT y 65 •�• T j. ..-,_ b:::;• r.........i51S 2r� C .............. I7 3� Pt,-a 'W A' ` � �I 657 � � i W o ..�,.. Jy i•� ,� IC V o T ..�: _ l rn j w dl g '1L. ''•., o� 157__ � C 4' $r. �z A�sI 25T t� :.B P� ' '� q 6 .. �10�_ SE_c 4 C� r@...... i(f•• �o PRE • 44�� S M Potl.I @ M 13 I S :� -K T s i OVERHEAD CIRCUIT MAP (2305E088) UNDERGROUND CIRCUIT MAP°(2305E058) d SCALE:NONE SCALE:1•v 200• For 1-01 fiel.w dial 1.08-CALL PSE(225­5T73) CALL(800)424-6666 2 BUSINESS DAYS BEFORE YOU DIG Pa:7alN T0KMlEO inou rOR eunL0c7maN OF ENSnRO FAaunFs W REAL ESTATE/EASEMENT PERMIT a d ROW REVIEW CITY OF RENTON 3 FUNCTION CONTACT PHONE NO DATE E 2 PROJECTMGR DENNISBOOTH 253.8064787 11/01/11 y N� I ENGR-POWER VINCE RABON 253-7205167 11N1/11 REV# DATE BY DESCRIPTION ENGR-GAS N/A N/A NIA COUNry Emer Sed Gas Vvk CV POWER VdK CTR PRAWN BY VINCE RABON 2537245161 11A11/11 O KING NIA NlA ODCNOK CHECKED BV APPROVED BY Oy 714 NW15 T23 ROSE OP MAP NIA PLAT MAP NIA FOREMAN#/ 3k U-MAP NO(POWER) OM CKT MAP UGCKTMAP CIRCUITNO FOREMAN#2 EE 2305E058 23p5EOBB 2305E058 MAP-1]/PRE-13 PPING o JOINT FACILITIES ARRANGEMENTS .- uTwTIESI COMCA6T OVJEST POTELCO/PSE 1 CONTACT BILLVAL.R BILL HAYDEN DENNIS BOOTH N PHONE# 25328&7538 253-287-8032 253 "787 INCIDENT MAOP o S PUGET OUND CITY OF RENTON SNV IMPROVEMENTS L.CA wA eo der SCH 74 �EM,0071763 ENERGY NE 4TH ST&UNI ON AVE RENTON,WA 88058 PAGE DESIGNED BY POTELCO INC 20FS I N T.P.N.IyJ �02 D5-9132 'T' Or IME A111U SIVENT E FURLDIS SEC.F19320/079085 L 4250 S 102315-99374 ' ' SCALE=I.xx 2-1 1 U71 2 IMION AV0401 SAFEWAY BSP 44746-A CD Taco Time REC. 44747-8 \i Z - ---------------- 14 "748-C 41 sw_;_11118 30' 7 1 ASPIR0 IIB EXISTING 4-61' 20' 4- WATER CABINET 7.4 2 5 3181 02 31'1'8 �,B NXX OVE 167166 _101 2�9 3181 HIG J24W 1 1 AP017k EXIST NX P02 SPRALT EXI jo 1671 HALT 7� 167164 TLZ 3 117 0? 167r5 44747-B NX __4_4748-C Vol 1.7�1�7 2/1 1 ...... 45'xI0'R.. W IP A -L* z PO 4k _j 2/10 D NE. 4TH. STREET 1+0 --------- 2+00 3+00 4+00 —0 5 w + 6+00 0 a 318112 NE. 4TH STREET 167134 19 24 < Future 2/9 @ EX.WI BIM: SITE PLAN SCALE:1"-20' Service Relocations and Conversions AT P02 Name and Address Meter Location Old Point New Point IService Notes REMOVED: EMOVE lof Delivery of Delivery PEI;! Vol CUTOVER SITE NOTES GRID: 318116-167164 XFMR SIZE:25 kVA P01 (318117-167149) ID#: z :Exist.75'CL2 Transmission Pole TESTED SEC VOLT: Remove Distribution 30 Dead End. AT P rc 02 *Remove 600A Term. Vault & E uipment Table •Remove 6"Primary Riser. REMOVED: Site �Approximate Vault Grid Working ault Size Type&Size Primary Bushing Transformer *Remove Distribution Guy/Anchor West. GRID: 318116-167164 Station&"� Location ..ml,.r Spam over Equipment D Numbers XFMR SIZE:25 kVA ID g Offset Orientation &C in Vault LB DC, (Clompan"Dl P03 (318116-167181) TESTED SEC VOLT. Road SW1 Sta 2+85 In 318118 Rd Side 5106 wl 3'Sq&56'413"Hole PMH9 PM SW 4 5.LT `Exist.75'CL2 Transmission Pole -4 Easement 167150 Rotated Amass Hole 2 Sw,2 FU DE 6-750 Terms&3-1/0 Terms *Remove Single Arm Underbuild. AT P02 0) 1 1 Matid: 9996352 Matid: 7833600 *Remove 15kVA OH Transformer ID#318116-167l8lPl, PVl Sta 4,54 In 318117 Field Side 5106 w/3'Sq&55"K66"Hole PULL VAULT *Remove Existing St Light SL#SLAH4642. REMOVED: GRID: 315116-167164 46'LT I Row 167167 w/Std Plate Door 3 Matid, 9996167 Matid: SPL750 XFMR SIZE:25 kVA PV2 Existing 318118 Field Side 5106 w/TSq&55")66"Hole PULL VAULT ID#: — 167129 w/Std Plate Door 3 At DIP1 TESTED SEC VOLT- Matid, Existino Matid: SPL750 *Intercept Existing 4-6"and reroute to SW11 to make continuous conduit run from PV2 _T01 Sta 2+96 In 318118 Road Side 4'13'�17'WHI-I J.Box Below Grade to SWIl. I AT P03 46'LT Easement 167 51 w/2-3'Sq Doors w/4-POs J-Bus 9 3 REMOVED: MPI "l Matid: 7663200 Matid: 7625900 REMOVAL NOTES: 13 J02 Sta 4-42 In 318117 Field Side 4'WxTx5'HH J-Box Below Grade (3HIU: 318116-167181 I XFMR SIZE:15 167 5 kVA 45'LT ROW 167166 wl2-3'Sq Doors w/4-Pos J-Bus 9 3 Matid: 7663200 Matild 7625900 At P02(318116-167164) ID#: J03 Sta 4+68 In 318117 Field Side 4'8"x7'x5'HH J-Box Below Grade *Remove Pole&All PSE-Associated Equipment. TESTED SEC VOLT- '-Bus E ".0. e e+ 45'LT ROW 167168 w/2-3'Sq Doom 114-Pos J-Bus 9 3 *Remove 75kVA OH Transformer Bank ID#36506 36_507 36508. Matid: 7663200 a,d:: 7625900 -701 Sta 4,34 In 318117 Road Side V 'T_ 4'8Kx4'8"x4' 112.5 kVA NIP TRIF REAL ESTATE)EASEMENf-- PERMIT 46'LT ROW 167165 w/20*x44"Hole . 12012011 3 ROW REVIEW CITY OF RENTON —— Matid: 7663900 _Matid: _6258050 FUNCTION CONTACT PHONENO DATE .2 PROJECT MGR DENNIS BOOTH 253606-4787 11101111 ENGR-POWER VINCE RADON 253-720-5161 I1/DI/II REV# DATE BY DESCRIPTION GAS NIA NIA NIA COUNTY E_r Seal IGas MC POWER WK CTR DRAWN BY VINCE RABON 25$-720-5`161 11;01111 Po �7 KIN ODCNOK CHECKED BY NIA NIA 0 C C NA MA or 114 BE OF MAP PLAT MAP APPROVED BY RETIREMENT POLE TABLE TEMP TRANSFERS TRANSFERS REMARKS NWIS T23 ROSE NIA NIA FOREMAN#1 C_ P . SITE POLE DATA POLE U-MAP NO(POWER) 'e,-A UG MAP CIRCUIT NO FOREMAN#2 X 2305E058# XFMR Co. TEL TV FIBER ST.LIGHT E 7 MAPPING GRID III HEIGHT CLASS I YEAR ID# TOPPED RMVD JOINT FACILITIES ARRANGEMENTS 36506 UTILITIES OWEST POTELCOIPSE P02 318116-167164 40' CONTACT BILL BILL HAYDEN DENNIS BOOTH ±1974 36507 0 El El ED 11 1:1 PHONE 153-297­9D32 36508 2536064787 INCIDENT I N�OP PUGET CITY OF RENTON S/W IMPROVEMENTS NIA NIA El Ll F-1 0 1-1 El �s Oro" El.d 0 SOUND SCH 74 NIA ID10=763' ENERGY HE 4TH ST&UNION AVE RENTON,WA 88059 SCALE IPA E DESIGNED BY=LOILC�INC 30F6 / 318132 oz 167208 406367209 @ -'- - 167203 RETIREMENT POLE TABLE TEMP TRAN FERS TRANSFER S REMARKS POLE DATA POLE .._ _ TEL 7 °•"\"a, - ° �.: - - 11'—" T --J� - - --""_' —'"��I /, / # GRID# HEIGHT CLASS YEAR XFMR CU' TOPPED RMVD N F18ER ST.LIGHT SITE L • - _ AEG491-A II AS4970 1�- �--- AEG492-B AAY615-A PD4 318116-167197 50• 2 1965 AS4971 ❑ ❑ ❑ ❑ ❑ ❑ AAY616-B AS4972 A-,6G993-fi--'Dt / AAY617-C -=-1 - 7R,[Rr1NC(CLYnrr BEC1 RM1 Vault & E ui ment Table II Site Approximate Vault Grid Working Vault Size Type&Size Prima Bushing s Transformer Station& Location Number Space &Cover Equipment ID Numbers g I ® Offset Orientation i Vault LB DC (ComDanv ID �ras FuMP Iswrrr crate it J04 Ste 8+55 In 318116 Field Side 4'8"xTx5'HH J-Box Below Grade 3 I Ld 46 LT ROW 167207 w/2-3'Sq Doors w/4-Pos J-Bus 7 5 Matid: 7663200 Maid: 7625900 \,-vnn vumt. I' J05 Ste 8+76 In 318118 Field Side 4'8"x7x5'HH J-Box Below Grade a 9u•1s c I �sr Luw.or+u iII 46 LT ROW 167208 w/2-3'Sq Doors w/4-Pos,-Bus 12 - Matid: 7663200 Matid: 7625900 AEG485-A � 406 Existing 318131 4'8'kTxS'HH J-Box Below Grade AE86-B 167209 w/2-3'Sq Doors w/4-Po G4 s J-Bus 3 — -- I AEG487-C II Matid: Existing Matid: E)dstin V02 Sta 7+13 In 318117 Road Side 4'8"x4'8"x4' 300 kVA MP TRF 46'LT aseme nt 167193 w/20'x447663900 Matid: 259200 3 Matid: qxo reTEx II— rsPl*`•L1 V03 Sta 8+66 In 318116 Road Side 42X46X38 25 kVA MPTRF / 167209'105 --------- 46'LT ROW 167208 UniStM HH 1201240 1 1 c P rk Matid: 7663001 Matid: 6247000 a - Wrfl'AY SIGN NX 31811& 'o / 318117 '- -- --ae MKS---.—.—_-467208— — VO4 Existing 318089 4'1r-x4'1-x4-4"H 45 kVA 48 TRF J 277/4 0 16719 _..�� —} 167207 w/20"x44'Hole 2771480 3 - i REMOVE — 318116 J� ® Matid: Existing Matid: E)dsling .. / p..._-.-67.,1 9 _ .. —7 ♦ i / I i_ �— _8t In.Mtr ~ xL.11--?1——_FRI—--_I I - ... N --1—=- _ 318115 --- . 167236 316116 a i / 167212 P05 —.. H� SW#12166(SB) --. - _ -- 7 .00 I SW#12167(65T) O W ----- --- ----- -----—8+00 9 0 s z i --------------- IL 10+00 - --- L_ 11+00 ABW912-B SECONDARY CABLE&CONDUIT TABLE ABW913-C SITE NOTES LOCATION CABLE Assumed CONDUIT VOLTAG VOLTAGE SIZE LENGT Lot Come SIZ LENGT BENDS DROP FLICKER FOleman•COm lets Design Design Actual Amount Installed(Conduit 8 Cable) E .-__---_-.— - -- _ 05 318116-167272) FRO TO Ivo°�oa.. (ft1 to Meter(R in (0) 90° 45° 22° 11° Percent Percent _-_..`_-'------"------._-..__--,_..�_,►--- .- -----�.—.^� ...-•'. . .' - - - ,.------- - PExist(75'CL2 Transmission Pole V03M H3A 350 40 3 3 3 ------- '-=�1' - -- _ `Remove Single Arm Underbuild. `Remove Dbl 30 Term. - _ `Remove(2)4 Primary Risers. \ ..• _--t.._- ..-_-_ I *Remove existing St Light SL#SLAH4640. O p O O C O --'" __ ,• '' --—"-- —' 350 UG Triplex(ft)= 40 3"PVC 8 Bends= 30 3 1.0 (�' : _ ' _ - °Install Underbuild 397 AAC DE 8P 11'Dbl HD Arms[DEH315]6034.1042. irr _._1 t •� - r - - ' •u j r— 'Install 1/0&Feeder Term[TSU6D31]6043.1022. Total ors of clue= 1.D 0 E ��� �.1J� ]•]•.-. --�- __ 'I `InstallSW#X12166 (SB) `Install SW#X12167 (200A),F:65T W -4, �'-�� ---- AT PO4 AT PO4 Ze e\. 'Install 1-6"Primary Riser[RIS6CSS]6042.1000. V 'Install 1-4"Primary Riser[RIS4CSS]6042.1000. REMOVED: REMOVED: e F�Ut fe ,/� , `Install 1-3"Secondary Riser[RIS3CSS]6042.1000. GRID: 318116-167197 GRID: 316116-167197 t''3 ED = j 7t" `Install Db17/16"Primary Guy,Single Anchor[GYDD71A]6013.1000. XFMR SIZE: 100 kVA XFMR SIZE: 100 kVA / `Install 3/8"Neutral Guy[GYD3SAN]6013.1000. ID#: ID#: `Install 10"Single Helix Anchor,L=25'West[ANDH1]6012.1000. TESTED SEC VOLT: / TESTED SEC VOLT: / n 11-13A 3A 8+82&56 ft LT AT PO4 'Install new 2'6"x2'6"Concrete#12-350 3-Pos HH. REMOVED: GRID: 318116-167197 g m i p,�T At DIP2 *Intercept Existing 1-4"and reroute to J05 to make continuous conduit run from J05 XFMR R SIZE: 100 kVA to VO4. TESTED SEC VOLT: / a At DIPS Service Relocations and Conversions `Intercept Existing 14"and reroute to J05 to make Continuous conduit run from J05 3 Name and Address Meter Lo' on Old Point New Point Service Notes i t0 JOB. REAL ESTATE/EASEMENT PERMIT i of Delivery Of Delivery - ROW REVIEW CITY OF RENTON Renon Water District N comer Of buildin PO4 V02 CUTOVER - REMOVAL NOTES: 3 FUNCTION CONTACT PHONE NO DATE Irtiq9tion/lighfing Meter I Near PO$ I P03 I H3A ICUTOVER 2 PROJECTMGR DENNIS BOOTH 253-6064787 11/01/11 ryry I i ENGR-POWER VINCE RABON 253-720.5161 11/01/11 31 At PO4(318116-167197) REYR DATE BY DESCRIPTION ENGR-OAS NIA NIA NIA O `Remove Pole&All PSE-Associated Equipment. COUNTY E-- GesMCV POWER WKCTR DRAWN BY VINCE RABON 253.720-5161 11/01/11 `Remove 300kVA OH Transformer Bank ID#AS4970,AS4971,AS4972. KUNG NIA N/A wA CHECKED BY I `Remove existing St Light SL#SLAH4641. 1MSEC OF MAP PLAT MAP APPROVED BY NWI5T23 ROM NIA N/A FOREMAN 61 :k I -�[OKE Rrf1: U-MAP NO(POWER) OH CKT MAP UG CKT MAP CIRCUR NO FOREMANR2 G SECONDARY 2305058 2305E088 230SEOSaOINT FMACILITIES ARRANGEIMENTS O I i - PoTNIS BOOTH H /PEDESTAL TABLE UTILITIES M ST OWE3T I CONTACT BILL WALKER BILL HAYDEN Site Approximate Pedestal Numberof Remarks SW 318089 lLZ Offfset& or Positions PNONER 25b28b743a 25}297-9032 ry VO4 277/480 Handhole Re uired PUGS. 2s3eos-47aT _ 167zo7 CITY OF RENTON S/IN IMPROVEMENTS INCIDENT MAOP SITE PLAN -- -- H3A S56•LT Nw NIA c ITE r•=za Handhole 3 Inst 3030 Conc HH SOUND SCH 7a Ge¢Or4er Eled Order NIA 101071763 ENERGY NE 4TH STa UNION AVE RENTON,WA 98058 SCALE PAGE DESIGNED BY ?OTELCO INC 1'•20' 4 OF 6 I I F SW1 U3532 NEW 318118 PME-09 167150 750 Al JKT 3 110 At JKT A,AFV]4 1 1 A-A 2 MAP-1 5-AGH276 2 2 B-AFVne 318132 J06 318131 c-AFVV6 3 a c-AFVZ79 167203 167209 i 44746-A 150E - 44747-B 73eb 44748-C ° °""B { QZ 31813AEG491-A PRE-13 PV2 8 2 2 16720 I AEG492-B AFV299-A —"'4 1 AEG493-C AFV300-B 750 At JKT 1), 4 1/0 Al JKT j AFV301-C - PRE NEW N.O. AEH489-B 13 AEG490-C AFV277-A I AFV278-B AFV295-A EXISTING AFV279-C = AFV305-A 318118 PME-9 PV2 167129 367150 $W1 JO7 319118 318117 I AFV306-B 44746-A � 167166 J02 316117 318117 316117 I AFV307-C 44747-B 367165 6eb PV1 117117 J03 1671sa AFV289-A 1671x3 V02 167207 J04 (g>3,17208 12eb I JOS 167209 4-6" 9eb AFV283-A V01 EXIST AFV284-B AFV290-B MAP 44748-C 30 ♦ �♦ 3AJ AFV285-C 9eb AFV291-C 7eb • DIP I I 1: __ I I I 1PJ I 2/12 17 o _-- 1 1 I I 318116 N.O. �`----------------T �t --------------------------�' I' P05 168112 16$236 ----- ------------------- ----- I ---- F�--- {---- --- 41-1, ----0 o ------ W AFV280-A AFV274-A AFV292-A AFV296-A --7 SVO# (65T 2/13 AFV286-A AFV293-B AFV297-B Ip i svv# 1BSr> AFV274-A AFV281 B AFV287-B AFV275-B AFV294-C AFV298-C AFV282-C AFV276-C AFV275-B AFV288-C i AFV276-C o AFV302-A g AFV303-B n SITE PLAN AFV304-C I _ SCALE:NONE s � o °- PRIMARY CABLE & CONDUIT TABLE ^ ° CONDUIT PRIMARY CABLE ASBUILT INFORMATION / o LOCATION Siz Qty Design BENDS PULL PULL Cable Design Cable Numbers Please Record Foreman-Complete Wire Removal Table (/ i Length Rev San :#2 7TP 4/0 TP #2 Quad 1/0 Quad#6 be #2 ACSR#2 ACSR #4 ACSR 397 AAC from to in ft 90° 45° 22° 11° flbs L (Ibs) Size Len th ft A B C Manufacturer Year Actual Amount Installed Conduit&Cable 1 phase 1 phase 3 phase 1 phase 1 Ckt i 1D'MIN DIP1 SW1 6 3 20 1 750 MCM INSTALL FTB 1 z P01-P02 140 P02-P03 179 i PV2 SW1 6 1 750 McM 250 44746 44747 44748 RE-USE EXISTING CABLE TAGS 44746-44748 TO BE NEW N.O. P03-PO4 146 DIP! PV1 o CONDUIT ONLY PO4-P05 1 1 SW1 PV1 6 2 175 2 75o MCM 205 AFV274 AFV275 AFV276 TOTALS 0 0 0 0 0 0 0 0 0 479 I -'�24•MIN7 PV1 P05 6 3 450 1 750McM 480 AFV27 AFV27 AFV27 i - - A ESSDOORS SW1 J01 o J 1 24• p W SW1 J02 4 2 170 2 CONDUIT ONLY CABLE REMOVAL SCHEDULE MIN z CABLE LOCATIONS CABLE CABLE YEAR (LF)EST T e INST 11I G> PV1 J02 4 2 5 1/0 AL XT CONDUITONLY 44748-44748 FROM p01 234 750MCM 3ebl ;11,40 W PV1 J03 CONDUIT ONLY AEG485-487 P05 JOB 185 15 kV 1/0 ACCESS DOD RS ABW911-913 POS VO4 308 15 kV 1/0 _ _ MIN ^ J01 J02 4 2 160 2 1/D AL JK7 190 AFV280 AFV281 AFV282 CABLES AFV280-AFV282 TO BE PARKED IN J02 VAULT LI o J01 Vol 4 1 155 2 1/0 AL JK7 185 AFV283 AFV284 AFV28 m O MIN -� J02 J03 4 2 35 2 1/0 AL JK7 65 AFV28E AFV287 AFV28 `m 0 ' J03 J04 4 2 400 1 2 110 AL JKT 430 AFV29 AFV293 AFV29 J03 V02 c J04 JOS 4 2 30 1/0 AL JKT 60 AFV29 AFV297 AFV29 PM SWITCH CLEAR WORKING SPACE SW1 � J04 V03 -L 5 1/OA 25 AFV29 NOT TO SCALE W REAL ESTATE/EASEMENT PERMIT e JOS J06 4 1 1/O AL JK 190 AFV29 ROW REVIEW CITY OF RENTON AFV300 AFV301 - 3 FUNCTION CONTACT PHONE NO DATE JOS DIP2 4 1 2$ 1/0 AL JK 2 PROJECT MGR DENNIS BOOTH 2536064787 11/01/11 JOS VO4 Q '^ J05 P05 4 2 25 1 110 AL JK 55 AFV30 AFV306 AFV30 1 ENGR-POWER VINC N/A 253-720-5161 11/01/11 OI COUN OAS En1eBSect Gas Vvk CIrO POWER WKCTR ENGR-GAS WA N/A NIA DRAWN BY VINCERABON 253.720.5161 11/01/11 c KING N/A N/A ODCNOK O 1/4 SEC OP MAP PLAT MAP CHECKED BY APPROVED BY MIST23R05E NIA N/A FOREMANRI >i U44AP NO(POWER) OH CKT MAP US CKT MAP CIRCUIT NO FOREMAN t C - 2305E058 2305E088 2305E058 MAP-1]IPRE-13 MAPPING ^O JOINT FACILITIES ARRANGEMENTS UTILITIES COMCAST OWEST POTELCO/PSE _ 2"PVC(ft)&Bends= 5 0.00 O,00 0tS 1855 =Total 110 AL JKT (ft) CONTACT BILL WALKER BILL HAY IEN DENNIS BOOTH 4"PVC(ft)&Bends=2105 21 5.64 0.47 Qts 935 =Total 750 MCM (ft) pHONEp 25}2857538 2s52g]-9032 253.6084787 - 6"PVC(ft)&Bends=1950 10 6.76 Qts INCIDENT MAOP PUGET CITY OF RENTON S!W IMPROVEMENTS N/A Total Qts of Glue N/A $ ®SOUND Gas OG1e, Elea owe, SCH74 N/A 101071763 ENERGY NE 4TH ST 8 UNION AVE RENTON,WA 98 059 SCALE PAGE I OESIGNEO BY POTELCOINC NONE SOF6 F 318117 J02 167166 2-4" 2-4" 1-2" 1-3" O SW1 167150 PV1 318117 J03 318117 H3A JO1 318118 318117 V01 167167 167168 318117 V02 318116 167 16716 167193 318116 3-6" 167207 J04 V03 167208 318116 ..»» 3fd ♦ L........_.. Y" ♦ 3f?1 J05 167209 P05 318116 DIP1 1-4" LJ 1-4" — x :24 TIE 46" _ ___ __=J I ----------- ---- 24 11 7 1 0 O0T OT X601 Exist. -- --- --_--� I ----- -------------- ------� ( —' @DIP1 24" --- — --�-- ��------ -------------- -------------�-- 2-6 rr� 1 2 2-6" 11 1-6 I 3-6" 2-4" � IP I 1-4" I CONDUIT DIAGRAM 2-4" 2-4 Rear SCALE:NONE I 2-41, 2-4" " ,�. _ .4:.,� Future Future - K s; ' Secondary Conduit �—Street light CIC `Secondary Conduit 2F �\—Primary Conduit ° Secondary Conduit Road Crossing n 0 MINIPAD VAULT CONDUIT PLACEMENT @ V03 NOT TO SCALE caamn«.ra.eroke 11 rondullc ney I► 6' -I emarefem wnrerahe,th—h wmm t; I Halgnt adjustable bola Threw 3'sq.std.pleto doors,Or 5�" 4'-8" r 6" mere me Pdmay®eb emnrnme vzen. ° Three 3'sq.anti skid doors. 0 36" 6.6001bs E42 E �a" „ 6 20" PSE Primary 6'-0 Standoff Bracket o B430Ibs 15"Min Length 38" =I Conduit Clam ® - ON ® a o /� do seFe�tlary 1J P 5"Min T TOP VIEW�� TOP VIEW 3'-6" I"'__ 2• y Stiva TOP VIEW 2" e,2, 8'-0" onduit Field Face Road Face 8 11,ODD Ibs 7-6 ,J'^' 2* Quadrant Duadrant w \ // SIDE 0 - .," ;1�6 _ Quadrant VIEW :.6.. p❑ p❑ 48' ;Crushed 3'-6" I . i 00 00 R ck Crushed 4�" G7 Y 11'4 4'-6" 4'-6'"M1 Climbing I Climbing fA �\ . �'Z�:;; 11'-10"Maz cmRock ® ❑ ® \ \C Space Space 5'-i0"Min Rock _ SIDEVIEW EXCAVATION: \ 64"Max ` �.r��;.�y�cn� , a+.w. Excavation-10.1/3 cubic yards ^° 4-2/3 CUBIC YARDS Y �� Direction of Vehicular Traffic SIDE VIEW MINIPAD TRANSFORMER A V03 EXCe a"°"-so taaablaYardB THREE PHASE TRANSFORMER&EXCAVATION DETAIL(c)V01 &V02 m NOT TO SCALE MID#7662010 NOT TO SCALE MID#7663900 VAULT AND EXCAVATION DETAIL @ PV1 ° NOT TO SCALE MID M 7907110 OR 9996168 N 1 as RISER DETAIL TOP VIEW SCALE:NONE GRWNOMa I's— 4. FOR NEE A C ,tit{y}!L__ � 1 N 13 BARE PE a , Hendh°le / 1NE GROUNDING BUS$HALL BE wSTALLED 6' 6 t ''"',y nEL"THE—OX W/(2)CONK"ONS m REAL ESTATE/EASEMENT PERMIT THE 1E.U.STAND 02 Cu FROM vM Y R < 8" WALL TO ALLOW SPA¢FOR FUNRE WS—TON ® 9. ROVJ REVIEW CITY OF RENTON I a OROVNOIxO CW1P 4•_0, F„ 3 FUNCTION CONTACT PHONE NO DATE LTroIaI 10'-0" E ..n,Ne�e„eoe TOP VIEW �� i ❑� 2 PROJECT MGR DENNIS BOOTH 253b06-4787 11/01177 MAKE NEUTRAL C6NNELTONS .' W/COPPER"c•CLAMP$ 1t i ENGR-POWER VINCE RABON 253-7265161 11/01/71 ':;;<�;e_"- 1,� SIKV/f9cv \ TOP VIEW 2 REVk DATE BY DESCRIPTION ENGR-GAS N/A N/A N/A +• `-`^'� � ' TOP VIEW ' 0 \ SIDE VIEW COUNTY Emer Sect Gas Wk Ott POWER WK CTR DRAWN BY VINCE RABON 253-720.5161 71N7/77 7 0 \ r KING N/A NIA ODCHOK CHECKED BY ® 2.3 INIFRNAL VAULT OROUND \ /� "6"�T f/45EC OP MAP PLAT MAP APPROVED BY 7'-0" vw'dea e, 2<' ®� IN BY MANUFACNRER \ / 4•_6• ® 'Crushed 54" NW15 T23 ROSE NIA NIA FOREMANM y` ROCK 'Rock U-MAP NO(POWER) OH CKT MAP UG CKT MAP CIRCUIT NO FOREMAN 02 ® -� d BIDE VIEW - 8' 8'{^ '' "' 2305E05a 2305E0a5 2305E058 MAP-17MFE-1] MAPPING p0 1'4"Min \ CRUSHED ® ® CaNNECT//22 Cu TO INTER AL JOINT FACILITIES ARRANGEMENTS 11'-10"Max \ ROCK ULT T NO INSERT ENmvatbn-1P1l�wNa Yartls EXCAVATION:5-10 CUBIC YARDS Ovefell 5'-10"Mtn UTILITIES COMCAST OWES! POTELCOIPSE I \ \v\ -6'4"Max SIDE VIEW CONTACT BILLWALKER BILLHAYDEN DENNIS BOOTH v Y overall SINGLE PHASE SECONDARY CONCRETE HANDHOLE Ca>H3A EXCAVATION-60-1/2 CUBIC YARDS THREE PHASE J-BOX AND EXCAVATION DETAIL @ J01-JO5 PHONEW 2s32ao-753e 253.291-9 3] ENT I MAOP ° Nan.-1. sow zozon R CITY OF RENTON S/W IMPROVEMENTS NCIOOEa Elea omen N NOT TO SCALE MID X 7663200 PUGC I NIA N/A o PMH PADMOUNT SWITCH AND EXCAVATION DETAIL(c�SWi SOUpN/D�/ N1 NOT TO SCALE MID.Y 7906902 ENEM1�l! SCH74 aN/A 1 01 0 71 78 3 NE 4TH STS UNION AVE RENTON.WA 98059 SCALE PAGE DESIGNED BY POTELCO INC NONE 6 O'S I 6 - - t. CAG-12-089 Award Date: _ Contract Plans Award To: NE 3RDATH CORRIDOR IMPROVEMENTS Phase 1 Intersection Improvements T113 Number: 8-1-102(033)-1 MR Submitted to: N b.MyMF... ...+ 1. ,,, !M"y:T • •Y..-'.-"Y+'" k^' I{ „. ',::...: S .r ,.gyp. mv�.re•+"�'.,..M'+"'RS'w„ 9� a 4 „ City of Renton .. _. • � ;.° �n .,� s, . 10,55 South Grady Way ` Washington ngton 98057 r ..atA•"" r.. �,n x rm, �,r _ � af' '�4p"�"*' ,�.��y J} �!ti � h 4 �� a 'we,. y. � 8 =ifla.it, a, � ✓"W~ w. Submitted by: k' v — Parametrix - 101939th.Ave SE,Suite 100 Puyallup,Washington 98374 (253)604-6600 Fax(253)604-6799 Volume III of III General Bid Information:Builders Exchange of Washington,Inc. (425)258-1303 City Contact; Keith Woolley (425)430-7318 Consultant Contact: Chuck Schott,PE 2 )604-6600 . A r for tr ion MOM Robert.M. anson,, E Date ��5a ♦ � . �• .� City of Renton 4 CAG-12-089 Award Date: Contract Plans NE 3RD/4TH CORRIDOR IMPROVEMENTS Award To Phase 1 Intersection Improvements TIB Number: 8-1-102(033)-1 i;°o' a '.:v Y t't „ 'Kfi^ x,�T, `Y' ,x^ "k �. ,§• k iz X Submitted to: r City of Renton %map -`T�-c. �•.;,^�yy'`'��•'�"�"`+� f °t`... at�' �'i^. �y,. .�.� z °'n+, .,r.� �hd°�.3�R -.�° y� ;..�•Er 1055 South Grady Way �,��j � ,b; � .:,k � •,: ,� � �.` k �, � ��. r Renton,Washington 98057 Submitted by: }f Y� Parametrix 1019 39th Ave SE,Suite 100 Puyallup,Washington 98374 # (253)604-6600 Fax(253)604-6799 k Volume III of III General Bid Information:Builders Exchange of Washington,Inc. •, (425)258-1303 City Contact: Keith Woolley (425)430-7318 Consultant Contact: Chuck Schott,PE (253)604-6600 ,;t s _ n A r for tr ion 't� e'' �'� �' � ..ti•<' �, -.,s �X,', 4}�- M. .., h., � '•4... r'.*6° .,L�.- _.?R.. -.g..�' flf... .'.-?x" �` -�'4`� '. ., s... ,. h .f� ;G..,...•. :.f.- ?c �". _ K�:.v 5F '::s< :v:' .''+sa 1,....::G �: v•t .�:t. SUS �.. y.z; € ., -�` ;1` ,^1 ". ., ae n .�• ,tom. �-� -'S< Robert M. anson E Date City.of Renton .,. 4 a- :• r. o . z CITY OF RENTON NE 3rd / 4th CORRIDOR IMPROVEMENTS o ��\nq' PHASE I INTERSECTION IMPROVEMEY,u' TS Z : ® INDEX TO DRAWINGS w W PORT DWG NO. SHT NO. SHEET TITLE b o ANGELES r: GENERAL a W 0 1 IN1 VICINITY MAP AND INDEX TT 2 LA1 LEGEND AND ABBREVIATIONS a 3 RS1 ROADWAY SECTIONS— SHEET 1 4 RS2 ROADWAY SECTIONS — SHEET 2 p BRE N o PROJECT 5 RS3 ROADWAY SECTIONS — SHEET 3 g SEATTLE, LOCATION crnL p 6 SP1 RIGHT—OF—WAY, ALIGNMENT AND SITE PREPARATON — SHEET 1 7 SP2 RIGHT—OF—WAY, ALIGNMENT AND SITE PREPARATION — SHEET 2 Go 8 SP3 RIGHT—OF—WAY, ALIGNMENT AND SITE PREPARATION — SHEET 3 SHELTON 9 PP1 PLAN AND PROFILE — NE 4TH ST — STA 1+00 TO STA 6+50 O 10 PP2 PLAN AND PROFILE — NE 4TH ST — STA 6+50 TO STA 11+00 N a.s 11 PP3 PLAN AND PROFILE — WHITMAN CT NE 12 PP4 PLAN AND PROFILE — SAFEWAY DRIVEWAY AND PARKING LOT �. ABERDEEN )� 13 DP1 DRIVEWAY PROFILES (� OLY PIA o s 14 MD1 MISCELLANEOUS DETAILS — SHEET 1 L z o 15 MD2 MISCELLANEOUS DETAILS — SHEET 2 16 MD3 MISCELLANEOUS DETAILS — SHEET 3 17 MD4 MISCELLANEOUS DETAILS — SHEET 4 CENTRALIA 18 WPt WALL PROFILES 'p CHEHALIS 19 WD1 WALL DETAILS j s 20 SW1 BIOFILTRATION VAULT DETAILS 21 UG1 UTILITY UNDERGROUNDING — GENERAL NOTES AND DETAILS W' 22 UG2 UTILITY UNDERGROUNDING PLAN — NE 4TH ST— STA 1+00 TO STA 6+00 Z s 23 UG3 UTILITY UNDERGROUNDING PLAN — NE 4TH ST— STA 6+00 TO STA 11+00 24 E1 ELECTRICAL PLAN — SHEET 1 25 E2 ELECTRICAL PLAN — SHEET 2 AND LUMINAIRE POLE SCHEDULE 26 E3 TRAFFIC SIGNAL PLAN KELSO 27 E4 ELECTRICAL CONDUIT / WIRE SCHEDULES 28 E5 SIGNAL WIRING DIAGRAM VICINITY MAP 29 E6 SIGNAL POLE SCHEDULE AND DETAILS 30 E7 SIGNAL DETAILS NOT TO SCALE 31 E8 PEDESTRIAN P N P DETAILS SHEET PUSH BUTTON POST DET IL 1 32 E9 PEDESTRIAN PUSH BUTTON POST DETAILS — SHEET 2 33 E10 ITS — FIBER—OPTIC SPICING DETAIL 34 CHI CHANNELIZATION AND SIGNING PLAN — NE 4TH ST w 35 CH2 CHANNELIZATION AND SIGNING PLAN — WHITMAN CT NE AND USPS PARKING LOTS LANDSCAPE 36 LS1 LANDSCAPE PLAN D 37 LS2 LANDSCAPE PLAN ❑ w 38 LS3 LANDSCAPE PLAN 39 LS4 PLANTING SCHEDULE, DETAILS, AND NOTES 6TH sr' 40 IRI IRRIGATION PLAN w a 41 IR2 RR GAT ON PLAN z I 42 IR3 IRRIGATION PLAN a G] a P 43 IR4 IRRIGATION SCHEDULE, DETAILS, AND NOTES NE 4th WATER MAIN IMPROVEMENTS PROJECT(KING COUNTY WATER DisTRiCT No.eo-BY ROTH Hai) o j _ I Wl WATER PLAN — NE 4TH ST — STA 1+00 TO STA 5+50 w 2 W2 WATER PLAN — NE 4TH ST — STA 5+50 TO STA 10+00 —NE arH 5 3 W3 PUMP STATION WATER CONNECTION 4 W4 WATER DETAILS z I 1 w Q Z J O U J z � aoo N � ST s tiF 3 PROJECT yqA LOCATION N VICINITY MAP v. ESS NOT TO SCALE WA3y C3,o vu w"u9i'i°° •' w AS SHOWN °° '°°' NE 3rd/4th CORRIDOR IMPROVEMENTS a°6/8/12 CALL 48 HOURS _ Fg CITY OF PHASE 1 INTERSECTION IMPROVEMENTS �. '� RENTON A, 33242 g1Z BEFORE YOU DIG � ) "° L .. io,aaetx AWASH TWMM7oo K RUBASHKA 1==.� DATUM ing BuiI 'ng/Public Works Dept. ^LAG 1-800-424-5555 '`�A� Pu~���P- RM.�n4�< _� � For Construction 2 VICINITY MAP AND INDEX IN 1 TIB B-1-102(033—1P°`° � N0. REVISION BY DATE APPR � `" NOY obe onson P.E. Date 01 X43 Ltl LINETYPES: SYMBOLS: ABBREVIATIONS: EXISTING PROPOSED DESCRIPTION AC ASPHALT CONCRETE AP ANGLE POINT z APPROX APPROXIMATELY EMBANKMENT i — — BUILDING LINE (EXISTING) Y_� ARV AIR RELIEF VALVE BNSF BURLINGTON NORTHERN SNTE FE C CREEK/DITCH CENTERLINE (EX). MAIL BOX BOT BOTTOM. -- CURB/PAVEMENT/SIDEWALK (EX) BOW BACK WALK CENTER R cx= ROCKERY LINE — CONSTRUCTION ACCESS ROAD (PROPOSED) CCES CASCADE CASING END SPACER CDF TREE (CONIFER) CLR CLEARANCE D DENSITY FILL ------------------------------- OPTIONAL CONSTRUCTION ACCESS ROAD (PROPOSED) �� CONC CONCRETE » FENCE (EXISTING) , TREE (DECIDUOUS) CONST CONSTRUCTION fA —x—x x TEMPORARY FENCE (PROPOSED): CDR C11Y OF a. T SIGN CPEP CORRUGATED POLYETHYLENE PIPE Z o—o—o=o—o SILT FENCE (PROPOSED) YARD LIGHT CSSC CRUSHED SURFACING BASE COURSE w :W CSTC CRUSHED SURFACING TOP COURSE CHAIN LINK FENCE,(PROPOSED) GAS METER DET DETAIL a W DIP DUCTILE IRON PIPE GUARDRAIL (PROPOSED) rp. GAS VALVE DIA DIAMETER 0 POWER VAULT DR DIMENSION RATIO — — — — — ORDINARY HIGH WATER MARK DWG DRAWING d v UTILITY POLE E EAST. EASTING MARSH/SWAMP PERIMETER UTILITY POLE ANCHOR EA EACH — — -- CENTERLINE (EXISTING) a TELEPHONE RISER EL ELEVATION EQ EQUAL 0 CENTERLINE (PROPOSED) 1:13 TELEPHONE VAULT EST ESTIMATED EDP EDGE OF PAVEMENT ----------------------------- CONTOUR (EXISTING) 6 ANGLE POINT EX EXISTING BLOCK CORNER FL FLOW LINE v 0 ---------= CONTOUR (INDEX) FO FIBER—OPTIC 0 0 MONUMENT (SURFACE) FOW FRONT OF WALK CONTOUR (PROPOSED) FT FOOT 5., SURVEY CONTROL POINT G GAS EASEMENT (PERMANENT) GALV GALVANIZED O SANITARY SEWER CLEAN OUT GND GROUND PROPERTY LINE (EXISTING) O O SANITARY SEWER MANHOLE HDPE HIGH DENSITY POLYETHYLENE M RIGHT—OF—WAY (EXISTING) 0 1311 HMA HOT MIX ASPHALT STORM DRAIN CATCH BASIN W HORIZ HORIZONTAL Z ————————————— JACKING PIT LIMITS (PROPOSED) -j. STORM DRAIN.CULVERT HP HIGH PRESSURE HT HEIGHT SAWCUT LINE (PROPOSED) OO STORM DRAIN MANHOLE ID INSIDE DIAMETER IE INVERT ELEVATION 7 CAP/PLUG K.C. KING COUNTY -- — — —Ty- - — — CABLE TELEVISION (AERIAL) COUPLING KCWD KING COUNTY WATER DISTRICT NO. 90 —TV— CABLE TELEVISION (BURIED) _ - REDUCER - L, LT LEFT LTC LICENSE TO CONSTRUCT EASEMENT FM FORCE MAIN MAX MAXIMUM THRUST BLOCK MH MANHOLE GAS tB a WATER METER MIN MINIMUM e —. — — POWER (AERIAL) A 1R HYDRANT MJ MECHANICAL JOINT ( ) ,.p N NORTH. NORTHING a AIR RELIEF NOM NOMINAL — --P----- POWER (BURIED) NST NO STEEPER THAN P4 GATE/GENERAL OD OUTSIDE DIAMETER --s--- SANITARY SEWER OD PAVEMENT t� PLUG VALVE D STORM DRAINAGE TEE PC POINT OF CURVATURE Uo UNDER DRAIN PCC POINT OF COMPOUND CURVATURE + BEND PLCS PLACES — — — —T— —.— TELEPHONE (AERIAL) ® BORE PSI POUNDS PER SQUARE INCH PT POINT OF TANGENCY — T------ TELEPHONE (BURIED) PVC POLYVINYL CHLORIDE FIBER OPTIC (BURIED) DD ROADUS RELOC RELOCATE ----v------ WATER REQ'D REQUIRED PROPOSED UTILITY ROW, R/W RIGHT OF WAY R, RT RIGHT RSD RENTON SCHOOL DISTRICT S SLOPE, SOUTH SD STORM DRAIN SDR STANDARD DIMENSION RATIO SMFO SINGLE MODE FIBER—OPTIC SS SANITARY SEWER SSMH SANITARY SEWER MANHOLE STA STATION STD STANDARD STL STEEL TCE TEMPORARY CONSTRUCTION EASEMENT TEMP TEMPORARY THK THICK TYP TYPICAL U/G UNDERGROUND USPS SUNITED STATE POSTAL SERVICE VERT VERTICAL W WATER, WEST W/ WITH PgLESSC G� of BA3y� +$' „o NE 3rd 14th CORRIDOR IMPROVEMENTS a,.8/8/12 r. "<� AS SHOWN d. CITY OF CALL 48 HOURS t,SCHOrr PHASE 1 INTERSECTION IMPROVEMENTS 33242 qy BEFORE YOU DIG �� RENTON -800-424-5555 •�«�'`r imaaern Avenue eE eurts iao acc�V.� � � DATUM PI Building/Public Works Dept. u PUVALLUe,wABF.=WYNTa - roved For Construction LEGEND AND ABBREVIATIONS LA1 T.263.800.69W F.2p AM6NB ww«_w�em.00m N0. ,REVISION BY DATE APPR "�""^� 8-1-102(033)-1 —-- Bert M. Hanson P.E. "nte__ aa, 02 X43 Ex R/W CL 1.5' SIDEWALK THICKENED 6.' NOTES: EDGE PAY LIMITS - a N 42' 4.5' Oi CEMENT CONC TRAFFIC CURB AND GUTTER PER WSDOT M _ 33' 05- STD PLAN F=10.12-02. 12.5' 6' 0.5 5' 9 2O 0.33' PERVIOUS CEMENT CONC SIDEWALK. ' CEMENT CONC BIKE LANE O 0.33' INFILTRATION BASE ROCK, SEE SPECIAL T RAFFIC ISLAND PROVI S IONS FOR SUBGRADE PROTECTI ON/P RE PARAT ON 21 EX HMA PAVEMENT H_1. MAX CURB ® 9 EX PCC PAVEMENT O 0.25' HMA CL. PG 64-22 - WEARING COURSE. CL _ _ _ 2 1.5' VARIES VARIES 1.5' O 0.25' HMA CL. %" PG 64-22 - LEVELING COURSE. w N MATCH EXISTING \\ \ - - T ri -/--",7� 8 p 5 SEE PLA SEE PLAN 6 0.50' CRUSHED SURFACING TOP COURSE. Z. 8 MIN-► O 0.33' MIN 3 w W 7 I O COMPACTED SUBGRADE. a 2 18 - - -I- - OB SEE LANDSCAPE PLANS. W • END SIDEWALK THICKENED EDGE AT STA 6+69. SIDEWALK 0 3 7 WIDTH VARIES FROM 6.0' AT STA 6+69 TO 5.0' AT STA 6+74 23 O9 COATED CHAIN LINK FENCE TYPE 6. d STA 6+20 TO 6+74 STA 4+88.8 TO 5+51.6 NE 4TH STREET-STA 1+19 TO 2+78,5 SIDEWALK THICKENED EDGE TRAFFIC ISLAND 10 CHAIN LINK FENCE TYPE USPS- 8 FT HT. TYPICAL SECTION SPECIAL SECTION SPECIAL SECTION n t t COATED CHAIN LINK FENCE TYPE 3 (MOD.) - 8 FT HT. 0: NO SCALE TYP NO SCALE - NO SCALE - C12 CHAIN LINK FENCE TYPE 6. 13 PROTECT EXISTING CURB AND GUTTER TO REMAIN. 0 EX 14 0.35' PLANING BITUMINOUS PAVEMENT. C) R/W R/W CL 15 STRUCTURAL EARTH WALL. VARIES STA 4+88.8 TO STA 5+51.6 O 42' SEE SPECIAL SECTION(@ 16 BACKFILL FOR STRUCTURAL EARTH WALL. •8 STA 6+20 TO STA 6+74 0.5' 33' 17 0.33' CEMENT CONC SIDEWALK WITH 0.15' CRUSHED M SEE SPECIAL SECTION g 5' 4.5" 5' i SURFACING TOP COURSE. W - PLANTING BIKE LANE Z STRIP 18 0.67' CEMENT CONC PAVEMENT PER WSDOT STD PLAN MATCH EXISTING CURB 0.5' 21 EX HMA PAVEMENT A-40.10-02 WITH 0.35' CRUSHED SURFACING TOP I I EX PCC PAVEMENT COURSE. EMBANKMENT COMPACTION (NATIVE MATERIAL). \\ \ \ \\ .- - - - - - - - - - - - - - - - :�' GRAVEL BORROW INCL HAUL. 21 CEMENT CONC TYPE 410C CURB, SEE e D B 2 8 18 • VARIES FROM 2' AT STA 2+88.0 TO 4.5' AT STA 2+95.0 22 CEMENT CONC TRAFFIC CURB PER WSDOT STD PLAN F-10.12-02. 3 7 23 0.5' DECORATIVE CEMENT CONC PAVEMENT. NE 4TH STREET-STA 2+78,5 TO 7+50 24 EXISTING CURB AND GUTTER TO REMAIN EXCEPT AT TYPICAL SECTION DRIVEWAY ENTRANCES, SEE PP PLANS. NO SCALE TYP 25 0.20' CRUSHED SURFACING TOP COURSE (OMIT IF ENGINEER DETERMINES EXISTING ROADWAY BASE IS SUITABLE SURFACE TO PAVE ON) EX EX R/W R/W VARIES CL R/W I 'I 42' _ 42' _ _ _ _ _ 16' 33' 33' PERMANENT EASEMENT �STA 7+97 TO STA 8+23 SEE SPECIAL SECTION e 0.5 - 0.5' ---�-I S 5'• 4.5'• 5' 11' 11' 6' 6' 11 10' 5' PLANTING STRIP 6' PLANTING BIKE LANE TRAVEL LANE TRAVEL LANE TURN TURN TRAVEL LANE TRAVEL LANE BIKE LANE VARIES t3tr TYP EX SIDEWALK STRIP MATCH EXISTING CURB-\ I I 0.5 21 EX HMA PAVEMENT i EX HMA PAVEMENT 21 EX PCC PAVEMENT EX PCC PAVEMENT 9e _ _ _ �A���Ay�ti V� �� ��/ �/v� � \ ,/�`j�• _�� �'�A;�,;A/`/ice`/A%i`�/�/ /'. ;,�/� ��A/;% 18 ' VARIES FROM STA 8+73 TO 9+03, SEE PLAN 8 18 2 7 8 7 8 3 NE 4TH STREET-STA 7+50 TO 9+03 TYPICAL SECTION NO SCALE TYP P,�tLES gc - - V��oF ee sy��.po W a +•'T"�"°^'1. ,3 .. �, AS SHOWN xo9am9u.nn i9e9°jw' QI: CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS 8/8/12 CALL 48 HOURS � `; c.sc„orr PHASE 1 INTERSECTION IMPROVEMENTS A R 3242 BEFORE YOU DIG t�'' �, „�, gRENTON 1191999TH AVENUE SE,SUIle 1W - �E .--_.� DATUM P� 9roved�nFOrP Colnstruotkos Dept. W s- 1-800-424-5555 •'• T.253.a.W F. N9&919 � �99-� I p RS1 T.YAL899.8899 H259994.8199. E ROADWAY SECTIONS-SHEET 1 TIB ; 8-t'-lOZ O33)-1 '�' '"m NO. REVISION - BY DATE APPR wr9wm. ""`'"C0"D1H0LY obert Hanson P.E. Date �' 03'43 G NOTES: a ' N O STD CEMENT CONC oTRAFFIIC2 A-40.10-02 CURB AND GUTTER PER WSDOT 10 CHAIN LINK FENCE TYPE USPS- 8 FT HT. 18 E TWITH LAN 0 .35' CRUSHED SURFACING TOP PLAN Q' 11 COATED CHAIN LINK FENCE TYPE 3 (MOD.) - 8 FT HT. COURSE. EX.HMA PAVEMENT O2 0.33' PERVIOUS CEMENT CONC SIDEWALK. C POST OFFICE 12 CHAIN LINK FENCE TYPE 6. 19 EMBANKMENT COMPACTION (NATIVE MATERIAL). y 6' 4' PARKING LOT O 0:33' INFILTRATION BASE ROCK, SEE SPECIAL " SIDEWALK VARIES SEE PLAN PROVISIONS FOR.SUBGRADE PROTECTION/PREPARATION. 13 PROTECT EXISTING CURB AND GUTTER TO REMAIN. 20 GRAVEL BORROW INCL HAUL. 13 22 4O 0,25' HMA CL. X" PG 64-22 - WEARING COURSE. 14 0.35' PLANING BITUMINOUS PAVEMENT. 21 CEMENT CONC TYPE 410C CURB, SEE p V IES 0.25' HMA CL. 36" PG 64-22 - LEVELING COURSE. 15 STRUCTURAL EARTH WALL. 22 CEMENT CONC TRAFFIC CURB PER WSDOT STD PLAN F-10.12-02. O6 0.50' CRUSHED SURFACING TOP COURSE. 16 BACKFILL FOR STRUCTURAL EARTH WALL. a N 4 O O 23 0.5' DECORATIVE CEMENT CONC PAVEMENT. z F- 7 7 COMPACTED SUBGRADE. 17 0.33' CEMENT CONC SIDEWALK WITH 0.15' CRUSHED `Z 17 g TO EX JOINT SURFACING TOP COURSE. 24 EXISTING CURB AND GUTTER TO REMAIN EXCEPT AT w 8 O8 SEE LANDSCAPE PLANS. DRIVEWAY ENTRANCES, SEE PP PLANS. a 6 W O9 COATED CHAIN LINK FENCE TYPE 6. 25 0.20' CRUSHED SURFACING TOP COURSE 0 NE 4TH STREET-STA 7+97 TO 8+22.9 (OMIT IF ENGINEER DETERMINES EXISTING ROADWAY a SPECIAL SECTION BASE IS SUITABLE SURFACE TO PAVE ON) n NO SCALE RS1 EX P/L 28.5'* -----0.5' 4.5'* _ 2.5'" 0 EX D CL R USPS ACCESS 0.5' MIN* /W � 42' 18' � � ROAD SEE SECT 0.5 2'* — VARIES* 10 PERMANENT EASEMENT ®p BIOFlLTRATION SWALE 22 MATCH V 33'. 0.5' I I 0.5' EXISTING t 6' 11' 11' 5' PLANTING ISTRIP _ 6' I 12 4 TURN L"LAN L LANE BIK LA VARIES (131± TYP) ) SIDEWALK IX HMA LANE 24 8 I — VARIES PAVING EX HMA PAVEMENT 21 I 0.5' 2% ;,,: EX PCC PAVEMENT — SAWCUT LU 8 19 6 18 VARIES 4.5 2' 4.5' 9' • 7 NE 4TH STREET-STA 7+90 TO 10+82 WHITMAN CT NE-STA 101+10 TO 101+84 * DIMENSIONS VARY, SEE e TYPICAL SECTION' TYPICAL SECTION D3 NO SCALE TYP STA 106+69 TO STA 107+01 NO SCALE TYP SEE SPECIAL SECTION PROP S P/L PROTECT EX WALL, CURBS EX USPS ACCESS AND PAVING TO REMAIN ** PX CCNST DCLW _ROAD SEE SECT O 5 4.5'* 5'* 7.5'* 13'* 3'* 4.5' 12' 12' 14' 5' WALK f P WAY PLANTING STRIP MAIL DROP DRIVEWAY 2' WALL EASEMENT PLANTING TRAVEL LANE TURN LANE TRAVEL LANE SIDEWALK RS3 I STRIP I PROTECT 10 EXISTING BUILDING I 11 8 I REMOVE EX CURB EXISTING �EX HMA PAVING I MATCH EX WALKWAY WALL i 1 -2.05; 1.9% 22 22 :j j\i j r, 8 IX ELECTRICAL \ \ �1 MAX %<% ENCLOSURE 1I 2 4 6 WIDTH VARIES AS ( U) iuut NEEDED PROPOSED CCUERB t1I 4 3 5 AND EX WALL I > 6 7 2 8 x 6 8 L — — — — " I — REMOVE — � -t- TOP 2' Of 3 7 \`i�1"' /\//\\%\/\//\\ ROCK WALL 7 '\�•,:..�..; :.>;�%�\i\\i;�\ � , * DIMENSIONS VARY, SEE 9 TIEBACKS WHITMAN CT NE-STA 105+95 TO 107+05 WHITMAN CT NE-STA 101+84 TO 103+00 D3 16 16 TYPICAL SECTION TYPICAL SECTION ** STA 101+84 TO STA 101+95 �K1 NO SCALE TYP RECONSTRUCT CURB AND PAVING 7 15 WALL "C"a 16 NO SCALE TYP • SAME AS SHOWN IN SECT WP1 Pit E s Sc LEVELING PAD G2�oF wary! o r CALL 48 HOURS "' "�`"" " °°' CITY OF a �.;: °°""c.scnon � SHOWN ,� NE 3rd/4th CORRIDOR IMPROVEMENTS � B/e/12 '4,p 3324 ,e BEFORE YOU DIGI '" °""""'w.Ruensl,Kn 'rt RENTON PHASE 1 INTERSECTION IMPROVEMENTS •0.1+�.�'�"ile2 V 10193THAV-58E,8URE 100 m���J DATUM Plan 'ng/Building/Public Works Dept. " W '°r^L $,g 1-800-424-5555 "�fl PUY VP,W/SHW(irgJ0 4 pproved For Constructio' ROADWAY SECTIONS•SHEET 2 RS2 T.03.M4. F.]53M4WB° f rm Oxf nw .w,.,..wn..00m N0. REVISION BY DATE APPR "°"^wm '?"w'�10°VOLY TIB � 8-1-102(033-1 obertE. Date ��,:04°'43 PROP P/L NOTES: . 2' WALL EASEMENT O CEMENT CONC TRAFFIC CURB AND GUTTER PER WSDOT STD PLAN F-10.12-02. O D/W O 0.33' PERVIOUS CEMENT CONC SIDEWALK. _ 2'. .10' CIL 10' 2• (0'Sr 5.7' O 0.33' INFILTRATION BASE ROCK, SEE SPECIAL PROVISIONS FOR SUBGRADE PROTECTION/PREPARATION. MAINTENANCE ACCESS, 10 4 0.25' HMA CL. )i" PG 64-22 — WEARING COURSE. RAMP.SEE N i. 10 O 2.5' O6 0.25' HMA CL. W PG 64-22 — LEVELING COURSE. PROFILE 0.5' GRADE POINT O6 0.50' CRUSHED SURFACING TOP COURSE. Z 5' _ 8 O7 COMPACTED SUBGRADE. w W 2L 2.09_ 6 0 " " 2, 22 15 WALL A a W 0�° 2.0% 2 e 8 SEE LANDSCAPE PLANS. 1 r 1(— 1 �. },—11 �1— — — _ W O9 COATED CHAIN LINK FENCE TYPE 6. BIOSWALE 9L —— — ——, _ — — — FLOWLINE 10 CHAIN LINK FENCE TYPE USPS— 8 FT HT. 8 20 5 11 COATED CHAIN LINK FENCE TYPE 3 (MOD.) — 8 FT HT. Q 8 19 6 12 CHAIN LINK FENCE TYPE 6. 16 6 6 C 19 13 PROTECT EXISTING CURB AND GUTTER TO REMAIN. 15 WALL "C" WP1 V 19 7 14 0.35' PLANING BITUMINOUS PAVEMENT. LEVELING PAD L MAINTENANCE ACCESS RAMP POST OFFICE DRIVEWAY 15 STRUCTURAL EARTH WALL. SPECIAL SECTION TYPICAL SECTION /M1 16 BACKFILL FOR STRUCTURAL EARTH WALL. NO SCALE — NO SCALE TYP 17 0.33' CEMENT CONC SIDEWALK WITH 0.15' CRUSHED M SURFACING TOP COURSE. W PROPOSED Z R VARIES 1' 3' 10' VARIES 11 18 0.67' CEMENT CONC PAVEMENT PER WSDOT STD PLAN SEE PLAN SEE PLAN A-40.10-02 WITH 0.35' CRUSHED SURFACING TOP 2' VARIES VARIES SEE COURSE. 11 SEE PLAN PLAN 19 EMBANKMENT COMPACTION (NATIVE MATERIAL). 22 20 GRAVEL BORROW INCL HAUL. REMOVE SAWCUT 3' 2' 2' _ FENCE EX REMOVE EX CURB MIN 22 CEMENT CONC TYPE 410C CURB, SEE p 21 AT ACCESS RAMP MAINTENANCE 1.99 — VARIES_ SAWCUT 2 0 —— 22 FEMOEN 2-002 C TRAFFIC CURB PER WSDOT STD PLAN 2.09 2.09 MAINTENANCE — LEGEND' SAWCUT LINE CL I SHELL STATION TACO TIME AUTO ZONE --0--o— SILT FENCE CID O I TEMPORARY SECURITY FENCE z -- --- —x x— TEMPORARY CONSTRUCTION FENCE _ I REMOVE STORM SEWER PIPE _--- i•i•i i•i•i ABANDON STORM SEWER PIPE BY o SA FILLING PIPE WITH CDF STA 2+79, 62.0' LT -- - WCUT TO EX JOINT _— ❑ STORM DRAIN INLET PROTECTION - PER WSDOT STD PLAN 1-40.20-00 STA 2+7\1.0'.LT STA 2+99,; 62.0' LT TEMPORARY S AL5 11, 49.TI LT � 2 3 TOP ROW ONLY (APPROX T) W N b r CONSTRUCTION _ REMOVE CEMENT CONC '.L. STA 1+19, 42.8' LT 1 I EX AR. EASEMENT TYP) STA +9 T STA 5".3 ' CURB/CURB AND GUTTER 4 4, 51. U Z. W t '•• .•••• STA 2199; 52.0' LETS STA 4+74, 52.0' LICENSE TO CONSTRUCT EASEMENT W - I y:. STA 5+ W 12 A 3 - '- oo (3) 14 I =ST ±00, 43��fX STA 5+8 n.. ; \\ Q - . . .5. L 49.5' LT s - \ �......... - --------- PERMANENT EASEMENT . ... ......... -- O - P -� ......................... :.. -- --- ---- - _-- -- V TEMPORARY CONSTRUCTION :.:...:......_ }�wwir"'._ 1..............:.... :Ig.S .j� --- EASEMENT }.. 3 13 REMOVE CEMENT CONCRETE SIDEWALK / PAVEMENT Q' r:::.:::.:vv:...lti...._ :r..... . :. N _ :, x to O - h. 0 D - }} H - _ - _ RUBBING 1 l .- W CLEARING AND G i 4 __ T - � -S w H. _ R _ - - EE T EDGE F CONtJl .�' E ............. ... .......... . ............ 1 00 - - 2 00 - - 11 - _ --1 - '••11 PR POSED 8'X8' - I S t�--- STA 4 74, 44.0' LT I y :::REMOVE ASPHALT 8 03' O6"E -- 3 00__ _ it w s -- - _ -- x±42 4 5' LT UTI I MEN - W CONCRETE PAVEMENT oio A 1±34, ___/ 4 _ -A 5+8 44.0' }'•;ii:`, p IlLJ+ 0, 22.0' T ye -- - - ---- _ _ -- - - - o GENERAL NOTES: G- G_ _ _ -- — S -520'"LT — ii .I+ 1, SEE CHANNELIZATION & SIGNAGE PLANS FOR SIGN _w o c - --9 If. REMOVAL/RELOCATION AND PAVEMENT MARKING O— - -c= ->= X3:5'-LT W - - - - - -- - - Q LLJ STA 0+99, 0.0' LT A w w w_ w - - v) REMOVALS. z _ FOUND 1/8"BRASS PIN IN CONC. — T p T --o T P-9g,__T w w w w w w - - I Z 2. THE ASPHALT/CONCRETE DEMOLITION LIMITS ARE P._MONUMENT IN CASE,SW.CORNER OFo----_-_E �-— D- p- -. - r_' T__ r w w- J APPROXIMATE. ASPHALT CONCRETE REMOVAL LIMITS SECTION 10,T.23N.,R.5E., WM., �_.,_.- ro `0FO--R W Fo —r'- --- Fo - F� -_- _®---- IS VISITED NOV. 2010 ---- _ _ __ _ F0 SHALL BE MARKED IN THE FIELD BY CONTRACTOR _ j� - p J` _� o--- _---� - � 0 AND CITY CONSTRUCTION OBSERVER. CONTRACTOR PMX 19000 - �� - -P- -- F T SHALL BE RESPONSIBLE FOR COORDINATION FIELD L a I -- - --- - --- -- -- -� ` R yy_ n P- MARKING PRIOR TO DEMOLITION ACTIVITIES O O D 3. SEE ILLUMINATION PLAN FOR ILLUMINATION I I EQUIPMENT REMOVAL AND RELOCATION o I I I I 4 FENCE SHHALL BE 0 5PONS CONSTRUCTION IDE THE F LIMITS FENCE R/W rten WALGREENS WALGREENS I i VACANT OR TEMPORARY CONSTRUCTION EASEMENT/LICENSE I I TO CONSTRUCT EXCEPT AS SHOWN ON THE PLAN. 5. CLEARING AND GRUBBING TO LIMITS OF R/W OR PLAN I SILT FENCE/TEMPORARY CONSTRUCTION FENCE EXCEPT AS SHOWN ON PLAN. SCALE IN FEET N 6. CONTRACTOR SHALL NEATLY CUT AND CAP 0 20 40 EXISTING IRRIGATION SYSTEM PIPING ENCOUNTERED WITHIN THE LIMITS INDICATED FOR REMOVAL AND DATUM NOTES: CLEARING AND GRUBBING. HORIZONTAL: WASHINGTON STATE PLANE COORDINATE SYSTEM NAD88/91, NORTH ZONE PER CPS TIES TO WSRN. DEMOLITION NOTES: VERTICAL: NAVD88 PER GPS.TIES TO WSRN O REMOVE TREE 10 PROTECT EXISTING TREE TO REMAIN. SEE SHEET LS4. CONTROL POINTS: O REMOVE BLOCK WALL PMX jf9000. FOUND 1/8 BRASS PIN IN CONC. MONUMENT IN CASE, SW. CORNER OF SECTION 10, T.23N., R.5E., WM., VISITED NOV. 2010 11 REMOVE DRAINAGE STRUCTURE O REMOVE METAL HANDRAIL PMX #9000 N 181068.016 E 1311396.763 ELEV. 401.03 12 REMOVE DECOMISSIONED PUBLIC UTILITIES OREMOVE ROCK WALL- MIN 2' BELOW BOTTOM METER CABINET, JUNCTION BOX AND WIRING. PMX X9001 FOUND K.C. 3" BRASS DISK IN CONIC. MONUMENT IN CASE, MONUMENT STAMPED 1/4 CORNER FOR SECTIONS 10 AND 15, T.23N., R.5E., WM., VISITED NOV. 2010 OF PROPOSED CSTC ABANDON CONDUIT. N 180980.111 E 1313980.946 ELEV. 398.21 (D REMOVE TIMBER WALL 13 REMOVE BOLLARD OREMOVE CHAIN LINK FENCE 14 REMOVE IRRIGATION CONTROL BOX OREMOVE CONCRETE PAVEMENT MARKER 15 TEMPORARY SECURITY FENCE OREMOVE CONCRETE BLOCK WALL AND TRASH 16 TEMPORARY CONSTRUCTION FENCE ENCLOSURE FOUNDATION OREMOVE RAISED TRAFFIC ISLAND CURB AND ASPHALT CONCRETE PAVEMENT/SURFACING TO BLESS TOP OF EXISTING CEMENT CONCRETE G@ of WA,%i, PAVEMENT E� . CALL 48 HOURS As SHOWN CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS 8/8/12 Arb .33242_ Z BEFORE YOU DIG J.B RENTON PHASE 1 INTERSECTION IMPROVEMENTS g SS oNAt�g�. ,oie UP,VEnuesrONrt 4 acam .!aM DATUM Plan nA9 rovedlnForP Colnstruction Dept. W g- - 1-800-424-5555 T.MLLUF WABRMClIXa a „n p RIGHT-OF-WAY,ALIGNMENT AND SP 1 T.]8J.609.6800 F.xi3 BM8I88 8-1-102(033)-1 "� NO. REVISION BY DATE APPR ""'E"COAdNEY By —� E o ert M. Hanson P.E. Date SITE PREPARATION-SHEET 1 "" 06°`43 TA 107 ss 5ti5' LT STA 107+89, i.5!' LT DEMOLITION NOTES: LEGEND: ----- F....... { T O1 REMOVE TREE 10 PROTECT EXISTING TREE TO REMAIN. SAWCUT LINE S A 107+74, 1.,.' LT SEE SHEET LS4. —fl—fl— SILT FENCE STA 1.07+74, 45.5' LT J - —Rk� __ O REMOVE BLOCK WALL O TEMPORARY SECURITY FENCE C STA 107+53, .103.3' LT - A 107+53, 2.0 LT NC I t 1 REMOVE DRAINAGE STRUCTURE 13 (2) uu _ I -- _- _ O3 REMOVE METAL HANDRAIL —x x— TEMPORARY CONSTRUCTION FENCE .. ,,,., PT9 107 26, 16:7' Ll PRO OSED ACCESS EASEMENT 12 REMOVE DECOMISSIONED PUBLIC UTILITIES X FX X X REMOVE STORM SEWER PIPE 1 - ST 107+35, 0.5' LT - - 2 BE BOTTOM JUNCTION BOX WIRING. / /•/•! / / ABANDON STORM SEWER PIPE BY .......... O4 REMOVE'ROCK WALL MIN LOW METER CABINET, JUN AND !' SLA_1_OJ_t35, 25.0' RT STh07+�683 .3' RT' OF PROPOSED CSTC ABANDON CONDUIT. e ;;;;};; FILLING PIPE WITH CDF :::::: } 14 (2 - ;•{•};�•:;:.........:: ::?:•...... •• STA 107+33, 25.0' RT STORM DRAIN INLET PROTECTION 0 EX CUR J01 } ;;;{{;;•;:•;;:;•::, I �- --- - . O5 REMOVE TIMBER WALL 13 REMOVE BOLLARD t .... ......... .. _ CIO ::r .. �- _ ......... - - P DOT D PLAN - - PER WS ST I 00 ..................: -- _ \. 6 REMOVE CH AIN LINK FENCE 14 REMOVE IRRIGATION CONTROL BOX REMOVE CEMENT CONC . .......... < . Z .H ::::::::.:`S{A 4gF}.Z#::}�i?.tkFva' :il::°r -STA 107+25, 25.0' RT CURB/CURB AND GUTTER ° Z {{ ^•=^::::• °^^^• : STA 107+06, 25.1' RTI REMOVE CONCRETE PAVEMENT MARKER 15 TEMPORARY SECURITY FENCE ~ """"' LICENSE TO CONSTRUCT EASE .W SAWCUT AT EX JOINT I LI N MENT ::�::....... , 7 STA 107+01 83.3' RT ............................. PERMANENT ET a W:- o- '' ""' I --- - O8 REMOVE CONCRETE BLOCK WALL AND TRASH 16 TEMPORARY CONSTRUCTION FENCE ------ N EASEMENT s •., A 0�+:3:.!16.7 ti- %:::.es..•e• ... RMAN O i. h. - ------- --- — f - ••••••• '^ I ENCLOSURE FOUNDATION -- TEMPORARY CONSTRUCTION IY 8 '.c a ...... iiE:� I � O9 REMOVE RAISED TRAFFIC ISLAND CURB AND EASEMENT - - - - - { CL o }1 1 STA 107+06, 48.0' RT STA 107+32; 80.8 LT 0 0 ASPHALT CONCRETE PAVEMENT/SURFACING TO REMOVE CEMENT CONCRETE 15 A 106 93 a :. L. r E..:::::::... � o � :.�.............•{•..• I --"- TOP OF EXISTING CEMENT CONCRETE- SIDEWALK / PAVEMENT STA 107+14, 61.1'.LT 37.0\\LT a :: --------- ' END '. I ':. •?� 1 `�' �------ I � � ---- PAVEMENT D Os STA 106+95, 78.1' L7 I I 0 REILLY AUTO ( STA 107 r02� I ts LT I r: END L\ :�{;6•. .•. C I I® _ CLEARING AND GRUBBING WA�E AFEWAY STA 107+05, 67.3' LT DISTRICT- 0 ,/ p I 6 r'' S - -- -- - - V --- IVO.90 i3'r ?:: j STA 26+85, 00.0' LT REMOVE ASPHALT AUTO ZONE #:'t:: PR POSED 7.5'X70' r ::. ... r""" """ FOUND K.C. 3" BRASS DISK CONCRETE PAVEMENT . ................ R�POsf CCESS EASE E I ... }:. UTI EASEMENT _..--_ IN CONC. MONUMENT IN ••••.•.•••••��••.••.•• •• O15 STA 106+30, 78.8' LT .LOGKINTE I.J { :':::::'::'::'a:: I A 106+33, 49.3' RT 16 I � � CASE, MONUMENT STAMP 1/4 GENERAL NOTES: BEGIN �/�hl ::{ r::• EGIN ----- - TEMPORARY 'Q: / 5. L CORNER FOR SECTIONS 10 1. SEE CHANNELIZATION & SIGNAGE PLANS FOR SIGN < o .� � S t ,_,_,_ ----------- ---- -- AND 15, T:23N., R.5E., WM., M \ STA 6+69, 52.0' LT i� r d : f STA 106+11 32.0' RT - CONSTRUCTION VISITED NOV. 2010 VA/RELOCATION AND PAVEMENT MARKING W j �I } O-STA 7+76, 43.5' LT EASEMENT TYP) PMX #9001 REMOVALS. A ± 9, 61.5' LT �i r STA 8+49, 52.0' LT Z BEGIN 6 ::::...,., STA 7+97, 52.5' LT 16 I I . REMOVE SHRUBS ONLY 2. THE ASPHALT/CONCRETE DEMOLITION LIMITS ARE r STA 8+49, 4 LT APPROXIMATE. ASPHALT CONCRETE REMOVAL LIMITS STA 6+69, 44.0' LT 5 I I: STA 7+98, 53.5' LT \, - � g } � STA 8+ 4, 5 5 T SHALL BE MARKED IN THE FIELD BY CONTRACTOR ----- --- :, .;:..::.4i.T;i /. STA 8+62, 51.0' LT I 1p I A AND CITY CONSTRUCTION OBSERVER. CONTRACTOR - 5 .5' T 8 - SHALL RESPONSIBLE I FIELD MARKING EPROROTOIDEMOLIITONOACTIIVTIESN JI, ----- -- - 3 PLAN ILLUMINATION a TA 8+84®520' L v -- 10 SEE ILLUMINATION FOR LLUMINATI _ EQUIPMENT REMOVAL AND RELOCATION d. W__ - W - - D TEMPORARY CONSTRUCTION °I 1r R --w -- 4. SILT FENCE AN - r•-:x >< " r�j;•i }•-- - Tr FENCE SHALL BE 0.5' INSIDE THE LIMITS OF R W r. # L :•.ev::r. `g`=®= --- t' o s- / _. STA 7+08, 43. L1` .... < ax•::.:C•:":'rx:;:! r!r! :1.: 4tr •. --- OR TEMPORARY CONSTRUCTION EASEMENT LICENSE W STA 7+21, 43:5'' LT r �..Z.er: _ w - _ EASEMENT/ LICENSE I _ A 6+69�43.5'.LT - - TO CONSTRUCT EXCEPT AS SHOWN ON THE PLAN. D p � x — — --- ---P_�tOP_OSED 7,$' — --- — -- N LITY EASEME -- - TO EX ZTJRB JOINT - - STA 1�0+82, 2Q.0 5. CLEARING AND GRUBBING TO LIMITS OF R/W OR "' — �'"s_ - -RE OVE--NOSI G- - SILT FENCE/TEMPORARY CONSTRUCTION FENCE 88 03 O6" 7+00 . - r ��--* �- --. � ST +8 23'-3. '-L � (W -EDGE 0 CONC - -- - -- - - --- P_(_tO --- EXCEPT AS SHOWN ON PLAN. - - _ - y ' - � L-_ � > --- _ --- -- -- S88' 03 -06"E °0 9 - .NE.4TH STR E.T_s7b..7+50= 9 _ _ ---. — - -_ - - _ -- — +I. ..-- 05+28, 16. '�'R7 J s 00-- -- --- 11 00_ _ T L NEATLY CUT AND CAP - -_ --STA-105+50 ---� -..-I__ - - ---- ._-STA_8 12 6.0' RT �3 - - - - - CONTRACTOR IRRIGATION SYSTEM PIPING ENCOUNTERED --- - - - -- - - --- - DG OF_CON ° o � o o V WITHIN THE LIMITS INDICATED FOR REMOVAL AND 10 " - ---- _ -- _ - 7UJ2, 50.0q RT STA 8 1, 53. RT 16` - - C - =- __p- - _ __ CLEARING AND GRUBBING. t1 ' - - - -- -w .- - :............ ......n,.... .�-_ - �,.•r..: EX - - - 0+ 1. _ END STA 7+04, 45:0 �YtT 16 ri....:: :$:5.....r::...........................::......... - EX DINT -- A. ..T. 3.3Q...f e$: v.: c— STA 1 + 2 48. RT D td — c P F' 4 D {• if B' .....,. ... ........ ............... ...,.. .................�............... ::.IattLYl.{;511 . .. ............ "J l.. .... ................. .... J I -_ .... .....>ter:........,,.......r....:....., ... r _ T x ..............................�� ••: V - - P — - - :.7•}&x•:.6.8: 5•R:G •:raFAr •r:.. .......... . ...... .... . ........ .. .. � `�-1�. _ ..................� 4 - - _ r. STA 9+07,-5-6d r TO CURB JOINT STA 6+81, 50.0' RT r ir.::::.. ... -- i ...�...•.:.•::.. .. _ --- -- - - -� _ _ � : _10 — Td EX CURB JOINT - s I STA 6+96; 50.0 RT \ ••••• ": ;;, - _ __ T 0 0, RT STA 7+18, 49.2' RT !o _ STA 9+08, 58.0' KI _ �� ........:.e:::::..:... r (� \\ I g-- ......................::i;:•3::•: :? STb 0+59, 55.2lRT f I STA 7+32, 67.5' RT - - _ is.e:.:..................:: v::::{:iii}. VACANT UJ .:W____ ...... —STA 10+61, 80.0' RT STA 104+66, 21.0' LT- TO EX JOINT \ I STA 8+41, 73.0' RT 16 ® I - y awN _ STA 10+71, 87.0' RT STA 104+52, 21.0' LT- 1 I STA 8+43, 74.Oi T Ch O ----= - -- US POST OFFICE 13 ° MATCH LINE STA 104+50 SEE SHEET SP3 STA 9+22, 80.8' RT STA 7+72, 74.0' RT STA 10+08, 79.4' RT STA 9+25, 87.0' RT STA 10+17, 78.7' RT STA 16+36, 78.5' RT PLAN • SCALE IN FEET N BLESS j oe WA sri, � 0 20 40 o AS SHOWN °" "°w°°y°°' .E CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS P F 8/6/12 CALL 48 HOURS c.SCHoTr PHASE 1 INTERSECTION IMPROVEMENTS 3324E � n 1'•L V TOl V BEFORE YOU DIG g ' .,• / 10190A,H�4EN.SE,--100 DATUM PI in9�ovedl"or Colnsuct Works Dept. u �t�YAL 1-800-424-5555 - Fw.�P•w�HUl _4 aE"�. „� p RIGHT-OF-WAY,ALIGNMENT AND SP2 - _ T.259.0W.0900 F.]63.W16RB F TIB 8-1-102(033)-1 wwxPmemelOK NO. REVISION BY DATE APPR w.xwm obet M. Hanson P.E. ate. SITE PREPARATION n. 07 43 STA 99+76, 39.0' LT ----= ------ ----------------------------------� VACANT STA 7+3 1_ LEGEND -a—�-- SAW UT LINE 0. STA 102+96, 21.0 LT SILT FENCE V� x El I STA 103+00, 0.0' RT N o 0 0 ° I _ _ R/W TEMPORARY SECURITY FENCE O I - - -- ----�� -- --- --- - -_-_.-- -- -- ------- ----=---I H —x x— TEMPORARY CONSTRUCTION FENCE ----- - - i' -- s —� - S— W ::4 ��i fi 'R S — S S ---I W S ' RT STA 1ZS0+70 0.0 REMOVE STORM SEWER PIPE �iFi� ST ��n n irT A 103+05 1.0' T 2 R o i4iii •:•:•:•:•:•: '' _ 100+0o JOINT ro•Ex cuR WHITMAN CT NE o iEFE:4:':':�:E•:_ :TOEX.CURB. B JOINT''''�'�'�=�'�E'� ".�� / /•/•/•/ / ABANDON STORM SEWER P — - - 0 IPE BY - 'ii=ii" -•x�•'•''•'•'•• CURB JOINT .. TO EX - 14 ' 0 00 ••�*•*•!'ti'!'': -�:wr�s�r>i�'s�i�i=i+=i=i=i:i NO' .•�••-;• ' . 4T 4 " W SE FILLING:• LLNG PIPE WITH CDF I — •r -U `EX CURB JOINT - T0 - W i�iiiiEE:ii iiEiiii i:`• a- a= W :f. STORM DRAIN INLET PROTECTION w o STA 100+76, 21.0' RT— :iii:i�i�'�'�'�°�°�•'''''':�:�:�:�:::::�:�:�:�:�:�:::�:�••.�i'�''i':•:•�ii�4�:•'0• w ::;};•,,•..� �- PER WSDOT STD PLAN 1-40.20-00 r 2 5 LF + a x x -..: .. _ - �W -o _________ REMOVE CEMENT CONC �6 z� z F �I - - �� CURB/CURB AND GUTTER E W _ _.-a < - —� �— x -� ••••••• •••• LICENSE TO CONSTRUCT EASEMENT STA`99+76, 21.0' RT IX BEGIN 6 1 Ok � a ; 2 5 LF ii�:; STA 03+4 72T R O O IZ --------- PERMANENT EASEMENT OL .. / ------ CONSTRUCTION (J x we!t.:jiM4?i=iir ;�i:►i::�a+i' i.. - - - -- - ---- - = TEMPORARY p- >. -►�. �st►::a i; ... o o o 0 o d EASEMENT STA 103+44, 49.0' RT la REMOVE CEMENT CONCRETE I2 SIDEWALK / PAVEMENT STA 103+26, 49.0' RT ::.:i:' ':'E'i i::' STA 102+00, 50.2` RT 15 ---- ------w—- 7 RT STA 101+25. 70,0' RT 15 MATCH EX _ -- - -- - - -- �- -w--- w— O w _I CLEARING AND GRUBBING --�---- + , w w---- w - Oo END AT EX POST 6 X REMOVE ASPHALT 15 STA 100+35, 85.0' RT STA 101+10, 851 'RT 15 I-n STA 102+00, 70.0' RT 15 :ti: CONCRETE PAVEMENT — — o v _— - �-- gV [_ — GENERAL NOTES: STA 100+35,101.0' RT X + + _ _ -- __--- -- -- - --- 'Q I --$ 1 �-I� a- -I® t. SEE CHANNELIZATION & SIGNAGE PLANS FOR SIGN W 6 6 LFt �- n i REMOVAL/RELOCATION AND PAVEMENT MARKING FOR NEW GATE REMOVALS. Z - - _ - -- - 2. THE ASPHALT/CONCRETE DEMOLITION LIMITS ARE �o X APPROXIMATE. ASPHALT CONCRETE REMOVAL LIMITS PLAN IL S HALL BE MARKED IN THE FIELD BY CONTRACTOR VACANT I Z US POST OFFICE I AND CITY CONSTRUCTION OBSERVER. CONTRACTOR SCALE IN FEET -�_ SHALL BE RESPONSIBLE FOR COORDINATION FIELD 0 20 40 MARKING PRIOR TO DEMOLITION ACTIVITIES 3. SEE ILLUMINATION PLAN FOR ILLUMINATION EQUIPMENT REMOVAL AND RELOCATION 4. SILT FENCE AND TEMPORARY CONSTRUCTION FENCE SHALL BE 0.5' INSIDE THE LIMITS OF R/W OR TEMPORARY CONSTRUCTION EASEMENT/LICENSE TO CONSTRUCT EXCEPT AS SHOWN ON THE PLAN. 5. CLEARING AND GRUBBING TO LIMITS OF R/W OR SILT FENCE/TEMPORARY CONSTRUCTION FENCE EXCEPT AS SHOWN ON PLAN. 6. CONTRACTOR SHALL NEATLY CUT AND CAP EXISTING IRRIGATION SYSTEM PIPING ENCOUNTERED WITHIN THE LIMITS INDICATED FOR REMOVAL AND CLEARING AND GRUBBING. DEMOLITION NOTES: Ot REMOVE TREE 10 PROTECT EXISTING TREE TO REMAIN. SEE SHEET LS4. O REMOVE BLOCK WALL 1t REMOVE DRAINAGE STRUCTURE OREMOVE METAL HANDRAIL 12 REMOVE DECOMISSIONED PUBLIC UTILITIES 4O REMOVE ROCK WALL- MIN 2' BELOW BOTTOM METER CABINET, JUNCTION BOX AND WIRING. OF PROPOSED CSTC ABANDON CONDUIT. O5 REMOVE TIMBER WALL 13 REMOVE BOLLARD 6O REMOVE CHAIN LINK FENCE 14 REMOVE IRRIGATION CONTROL BOX DREMOVE CONCRETE PAVEMENT MARKER 15 TEMPORARY SECURITY FENCE OREMOVE CONCRETE BLOCK WALL AND TRASH 16 TEMPORARY CONSTRUCTION FENCE ENCLOSURE FOUNDATION O9 REMOVE RAISED TRAFFIC ISLAND CURB AND ASPHALT CONCRETE PAVEMENT/SURFACING TO PgLES 3� TOP OF EXISTING CEMENT CONCRETE G^2 of WASy��fo PAVEMENT a SHOWN CITY OF URS AS s °_° "°"''°°' CALL 48 HO NE 3rd!4th CORRIDOR IMPROVEMENTS a"8/8/12 r c.satart RENTON PHASE 1 INTERSECTION IMPROVEMENTS k �� A 332"� BEFORE YOU DIG }' .n�,�CisreA� ,(J' _ Plan in Buildin �rONAi. •`Z 1-800-424-5555 •�.^ 101939TH AVENUE eE,6URE 190 aim, C�� ( —I DATUM 9/ g/Public Works Dept. W PUVAIIUV WABN9i0rON9Sf/q r o s proved For Constructio RIGHT-OF-WAY,ALIGNMENT AND T]11!9,8390 F.953860.8199 �SP3 NO. REVISION BY DATE APPR r SITE PREPARATION-SHEET 3 o ert Hanson P.E. ate 08 3F43 AUTO ZONE NOTES: SHELL STA 2+92, 43.6'LT - - O BOW TACO TIME 1 CEMENT CONC DRIVEWAY ENTRANCE PER WSDOT I �� STATION 1 1 \ 1 2 I 1 3 STA 4+75.1, 43.9' LT 16 1 4 STD PLAN F-90.10-01, SEE DRIVEWAY r SCHEDULE CL 22 STA 1+21 43 6'Lt 4+ \ STA 70.9, 44.6' LT 21 { \` I. - BEGIN CEMENT CONC VEMENT, - 4 0 17 -!�_--- O CEMENT CONC SIDEWALK. SEE LEGEND FOR Os STA 2+82, 39 3'LT u p I 410C CURB AND SIDEWALK IB01N, �-_ I �_ vj 1 SIDEWALK THICKENED EDGE TYPE 4 4 \T CB 4 ml 2 TYP 18- \ 4 SEE B O CEMENT CONC TRAFFIC CURB AND GUTTER PER 4 18 WSDOT STD PLAN F-10.12-02 CB IX CB #1 IX --_�--- - ---- R.Tr- -.r�ZS.• . . �. . ..-•.• ,:..-, .. •:•:(@ N1:.. •.:...: :.....:. •. _ � � _ N CURB PER WSDOT . . . . . . . . : . . _ O STD PLAN OF-10.12ESOT�IA �'rr y� �.. :„,.,.._ ,.- „... +., ,.,i_r. ....... �..: .�r, „,. .:. .... ' ' ' ' .a: CEMENT CONC TRAFFIC CURB PER WSDOT STD S^ _...av.. .._ .§i. ,.,:v.het �. �. .... :.. �: s.. ..<.,_ ,,. ti.. _ PAN F-10.12-02 a x S s q f5 _. r.,..,. .+::. ;•,. ' ., t c-eM ..: G 1_ $ ?.:+ >:, d 3 ......,a;,,�.: e••�;;.... ,.. .s v , .x I- � , ;;, ..�u�.;-2 j. _ t� �, ,--r Ar ::-�", `...�:''.. r. ,-„;<„r 5 $ `--�l e S -'��� �s>:•.>_W.ur1 t � ,.,,,r ":: r."-., +�..�:r.,.'�;`'�'¢`t:`°,''':-E�.:-xMM .,,.: � -� �+:-,.. r ..., tt� .:: �.� :..,[G �..? :..1 s7-„.,.;. 1� b•- 12'SD (� V C i. .:l",3 v.. T i f';Fru4n.:',:.Ay_.Y�F)ly :`is"YS-+..' 4 ,_`•w'S" y r Z MD7 c�w CB �j1 12"SD / CB 2. _ r 3 , 3 ry .,. i �c i h( ,' a , W 6 CEMENT CONC CURB RAMP w a,f PROVIDE 5' MIN CLEAR �, u. +,.•r _,_w',,4t r;41 a?» O Q � ,. nW W / BETWEEN FACE OF'CURB 221. = UJI O7 CEMENT CONC CURB RAMP TYPE SINGLE APPROX.LOCATION OF -s ¢, �' 12"SD a W 2 0 / AND EX UTILITY POLE PROPOSED KCWD WATER LINE. y'1 19 17 IN DIRECTION A PER WSDOT STD PLAN + _ SEE WATER PLANS L'r f CB5 I W W F-40.16-01 CD O8 CHAIN LINK FENCE TYPE 6 PER CDR STD PLAN /� --- NE 4TH STREET L002 10 I Q O CHAIN LINK FENCE TYPE USPS - 8 FT HT W O: Z g '-jP --W -. _- _-- G- G 4 YG -G ---G I L• 0 W. / w w w =w --w-- --- --- - - _n ' ---- DECORATIVE -G_ e W 10 CEMENT CONC TRAFFIC fSLAND CURB, SEE CEMENT-CONC-- D T -! -� r---- -T --;- PAVEMENT -_w. w--- �- ° °---- ❑ r---- r-- w--I-i 11 DOUBLE COATED CHAIN LINK GATE PER COR O-- _ --FO Fo fro- Fo--- -F - Eo=- =to=- - ° I= STANDARD PLAN L003 WITH MODIFICATIONS PER ___ �a O - / - _ _- P _ �__ - -- V SPECIAL PROVISIONS, WIDTH OF OPENING AS (� H o b C - -- -- - I~ NOTED ON PLAN t / -- ---i-- L�r - -- - ` R W / 1 _°- COATED CHAIN LINK FENCE TYPE 3-MOD - 8 1 ( FT HT M WALGREENS WALGREENS VACANT 13 RELOCATE EX AUTOMATIC GATE 20' ROLLLIINGO G TED W Z I SEE SPECIAL PROVISIIONS PLAN , 14 SINGLE 6 FT CHAIN LINK GATE PER COR STD SCALE IN FEET N PLAN L003 0 20 40 15 SINGLE 4 FT CHAIN LINK GATE THROUGH EX ROADWAY SECTION LIMITS ROADWAY SECTION LIMITS FENCE SEE SECTION a SEE SECTION e 16 SERVICE CONNECTION, DIA AS NOTED ON PLAN St 17 ADJUST CATCH BASIN 410' !! .. I .....I I B 5 TYPE. 1... 410 I. f i f POTHOLEI T0:VERIFY DEPTH DF(EX F0 l I 18 ADJUST MANHOLE ::: !: .. .... I.: I: I A:R M EL3,390.62'. DUCT AT STROM.DRAIN CROSSING. ; i::. ' I :.. ! 19 ADJUST VALVE BOX I HAND D1G TRENCH AND SHALL0�4 UP :12". IE=385.62 OU;T: (NW) O l i {::pIPE GR4DE AND U5E 12" DI 9jIPE IF.: i f.:...:... L... . _.,.... L j:., . . _ - ...i f {:- I 12". IbmW5.62'IN:(E).....: NECESSAO:16 O-Ah I.:::. 'EX Gg. 2....l: 1:...:::: "::: I, 20 LOCKING SOLID METAL COVER AND FRAME FOR COKNECT:TO:EX i STA 3+12 46.7j LT: + ;CB 4 TYPE 2 60 IN 6IAM CATCH BASIN ,CATCH BASIN: I ...:::: I::: .:... I:. . i EXISTING GROUND.AT i:. !.:::..:::'54:LF:12"I(DIP):S=D:0289:FT/FT .::: :R = I:: LOCKI10i00 IM:EL 396.471' � '' . I CENTER LINE II(TYP). I: II I. I I: :: :2`I IE=392 61. IN:(W) j ORIENTA7Eb OVER LAbbER TO W NW 21 RESET EXISTING HYDRANT -: :- 4--- PROP05ED-:JOINT._ _ _' _. .. C� 1 400' _ _.... _ ¢.- TO AVOID K.N.00K-OI1T:FOR.3fi .SD. : 400' - - �' .. i +-_-•_ _ VTI iTY:TRENCH: .... .. r __. `--- 22 CEMENT CONC TYPE 410C CURB, SEE i .. 4 .. r. . ..... _SEt i SHEET:U0 :: 'i .... I .. P. SED GROU .::: i ::: l: I + 9 D 101 !. .....:� ........ I LE PLOWLINE:(TYP)T: ...i .. ......: TAiRIM8EL3391 1L3: 23 TEMPORARY FENCE F.12. EP 'S=0.0185. i. - - _ j: i CB 3:TYPE 1 :12S.IE=387.88.IN i(W) �... �. .. - STA 4+65 32.2' LT 12 IEJ385 59 1N (5E) ...�... :....'..� : .... ..; �..... .. .... .. [:.... :..I,-._.�...:. ,.. I...RIM EL-399.87. -.. ..::::I ...;. .. 3fi"9E=363.20,OUT I(S).. LEGEND: C _ 1::: EX CB 1 :FO DI�CT .. . :: I CONNE T:TO EX.CATCH BASIN :..... 1 12" IE=389 87:OUJ (E) 6 ILF:1:2":.CPEP 5==0.0'048:FT fT ' !: _ $TA:1±21131.T LT..t I.. I ... .... is .: f .. .... - - -. . - i :�.). .. I EMENT CONC . CB 1 TYPE 1, ::: � PROVIDE'1:' MIN 'LEA V I f 1I-. -- ' ERVIOUS RI:M EL=440.63 ----� I "::: :FROM EX;LADDER) � E i' p :......I. . . SIDEWALK C NC -1-_ I STA 2+22 322 LT S ._,.:,- 1 ,,,.. :- _._..-L'. _,.,.,. _..._. _....i. _.. _...,. _. y: _ 390' ...12......IE�89Z.3f...IN..__..( _ . _......... CB 2 TYPE-1., .. ___ .. 390' 3 LF 12 1 ....;RIMI'EL=,398.371 .... ... r -' i I::::... D 1 P 5=0:0161.FT FT: + k CEMENT CONC (EX N FIELD:VERIFY ' I A 2+76 2, LT... .. ? i.12.IE=395;2$:IN:{W)i:::: :� I...... t i 8 IE=396.9fi IN::::!:........ ". I p...RIM EL 398:79..l........ i....... I.. 1:... ....i. I f. W. ......i� . ` PAVEMENT/SIDEWALK �. 12. IE=395.25.OUT (E), rF1ElD;VERIFY) ff 12 .IE. 393.66 IN (W)..1. 'eq�:y/►! .:: f 12"t 1E-393:68IOUT (E)::I (` ' l.. .._.::_.... .:.:... :......_-. ....._: .39.LF.12..•(plP)..S-0,027,6.:FTf.FT:.. .. .. �.... f J HMA CL PG 64-22 PAVEMENT I: ... �� ::::::: :I.:::. I.. ... M i:.^.. f� .:: l^N:.. .O L(7.::: M.C(J::. !47.d::. {cO.M.....R IcOIn.... .-Ico.W..:::M�N:O:::: O�cD:M:: d.��.t17: �.Ih.OI ..,'r)f d-.cD.....� I�.....MIN.W... M.O.. .�I�,cD. CIO.W.. .:�O .�10�[A :�.�0 ,�:M ,,,�ItD: :0 O�"- O'b.. �OD N 'C!St.Ot... 'o�O t<-1... R x.61... �t07.d'. .N.OD ..,�N. �O cD M.� .Q)M.. 14;.0). Oa.M MOO IQJ M... M N .. dim,d'.. .�.OJ.. �- IaJ N. u).0) h... ,M U) `N. O)uJ �1�......:01 '.....O: ...::Ot '...:.4)) .a0! '.....ao'aO.h .:Ih'h ry '�+h tO :::.lOicO cD .: tOI,Yj.�.. M,M.�,. .�t�,.,d. :V'I,y,,.j ..:M(,.ry.� _..Mf M.N _..N;N'N:: NIN'.- :.O(N.� ..�I�'-.....Ofl�O ::Q,I~-O:::..ml•`.O:. �!r O O.O..... 0.�.....O10 a>f� �i0 UJ p>I ...Q) Cn, QI O). O, .O, 01: O) �, O,, .p1, :. ONiI . . . . . . . . 0 0.......010.C).....01O.O.....C)io:o': MM. �:� ....MI0,01 ::::MIS.�:::::MI�.� :MI�:�::-..:Mi,+�j:O. ...MIS.M....:M;�:�::.::MIM.M.:.::M.�.�.:...M!�:M.. .M=„n'1. :....Mi�.�.....M'�.M.....M�.�.....Mi�.�.....M:M. .....Mid. ..:MI,°',°. LANDSCAPE AREA-SEE M,M. M "' "" . ' M M. M M I M M ...., M. I I. I i. PLANTING PLANS . . . . . . . . . . 1+20 2+00 3+00 4+00 5+00 6+00 EXISTING GROUND AT CENTER LINE (TYP) PROFILE DRIVEWAY SCHEDULE PROPOSED GROUND HORIZ: 1"=20' O STA OFFSET TYPE WIDTH AT CENTER LINE (TYP) VERT: 1"=5' 1 1+87.7 LT 1 34' PROPOSED GROUND AT PgLES& LEFT FLOWUNE (TYP) 3 3+15.9 LT 3 30' 01 woe aasy� Q 4 4+94.5 LT 3 33' I R° a moo: " CALL 48 HOURS '^a SAS SHOWN aNOro°"��p01 CITY OF NE 3fd/4th CORRIDOR IMPROVEMENTS rz 6/6/,2 (J I> .�� RENTON PHASE 1 INTERSECTION IMPROVEMENTS _ 3 .z y BEFORE YOU DIGl R�79'ret�° e � d'9fl2NOG DATUM Plan ing/Building/Public Works Dept. " �`s$roxnL �g ab"," 'P AL UP WWMHI�ONQ n4 n o proved For Constructio PLAN AND PROFILE M APP 1 e 1-800-424-5555 T.2W.W4.M F.253 171 i TIB 8-i-102(033)-1 "P°"°"°" N0. REVISION BY DATE APPR sa i „"„" o ert Hanson P.E. 2 NE 4TH ST-STA 1+00 TO STA 6+50 09°43 I i TRASH ENCLOSURE PAD NOTES: it SEE 12 - 17 STA 107+3o,)]TALK 112.5'LT 2O END SID ALK 1O CEMENT CONC DRIVEWAY ENTRANCE PER WSDOT IZ4 - MAT (i E 12 BEGIN END 12 j 7 3 STD PLAN F-90.10-01, SEE DRIVEWAY STA 10 1, 07.5'LT 3O SCHEDULE d f iv O i y ` i I END Cu & UTTER 11 26' OPENING D a MATCH b O2 CEMENT CONC SIDEWALK. SEE LEGEND FOR �I I D. --D -- TYPE g j-� - -----x ---_--- ? 17 IN,WATER DISTRICT 90 O3 CEMENT CONC TRAFFIC CURB AND GUTTER PER ' y1 EX CB 5 WSDOT STD PLAN F-10.12-02 I. I WQ �17' 12 -STA 107+76, 38.0'LT O4 CEMENT CONC PEDESTRIAN CURB PER WSDOT 14' OPENING 11 " VACANT CB , i, ry ea STD PLAN F-10.12-02 5 t. * 5.5'R CLEANOUT 6 II O5 CEMENT CONC TRAFFIC CURB PER WSDOT STD 56' LT STA-106+9 •�* 1 STA 107+67, 37.9'LT PAN F-10.12-02 4" IE=387.50 I 1K 3 TYP I-- :�� I 5 ° W al E � u i +r .y' ' i' ��"" .cr.e rF u�{ a9: . ` y \\ L-MAINTENANCE D II t O CEMENT CONC CURB RAMP 1 i *'e.ts; r ACCESS RAMP . .. 4� r......... �° RS3 ?F .� W �i II i,+r My+ *r.. x }y -- O7 CEMENT CONC CURB RAMP TYPE SINGLE ° W W t i ,n T, r.' C I DIRECTION A PER WSDOT STD PLAN 12 WALL "C" F-40.16-01 ui .� �1}t t �' � `�.,.•.• , � � I I la 1 IL UlI S f' P ' 1 'rt;t'' y,""; .` W" I ' 5 STA 107+87, 8 9'LT O8 CHAIN LINK FENCE TYPE 6 PER CDR STD PLAN 002 g is _fTt I ' 5e+' W + i t yl � I� L 3" 61 �s h x F i r tKxs S�� BEGIN 3 G ri@ D 8+00 108+50 _ _ � 1 1 '� _ _ _ O9 CHAIN LINK FENCE TYPE USPS - 8 FT HT .O yJL1 .x to k+ � ' \ 8 a 4 = 6 C 1 D4 [9�k1 CI3 4 17 1~\ \75.5R t i a IjE j _ 10 CEMENT CONC TRAFFIC ISLAND CURB, SEE >: :: I - --- --- �I WHI MATS T, 'T11 :r:, ': EGIN 3 ,11 I: 4" 1387�0 S A 107+76, 9.0'LT SEE/ y F + ", , r, ', Z� :yt .! I: i " 106+ 7 I TRT 7 W- 16 REMOVE AND SAFEWAY 11 DOUBLE COATED CHAIN LINK GATE PER CDR W _ _ 1 y} A�"1i6+4$� 26'O BTA � ' "" REPLACE EXISTING O STANDARD PLAN L003 WITH MODIFICATIONS PER V z t" I ' I 1-1" DIA SPECIAL PROVISIONS, WIDTH OF OPENING AS 1- 1.5" DIA NOTED ON PLAN 't ``EI J' �`�� I - P,S �u �. r �: ,N F" t��. � ., :..°�I.t � ++ I = 5 IT _ R 15 k iz; ,1r t �l 12 COATED CHAIN LINK FENCE TYPE 3-MOD - 8 APPROX LOCATION OF ATER LINE u FT HT SjA 106+69, 31.5'RT F l J PROPOSED 8" KCWD W 2. . . . STA 106+69, 38.9'RT �S STA 1 + 41.1'RT c'1 :; I � ), I F°� I• } �1 I . - i SEE WATER PLANS 13 RELOCATE EX AUTOMATIC GATE OPERATOR AND W I' I rM �.. STA 106+78 39:0'R PT CONTROL SYSTEM TO NEW 20' ROLLING GATE, Z US POST OFFICE . SAFEWAY FUEL 3 STA 107+03, 48.0'RT SEE SPECIAL PROVISIIONS END CURB & GUTTER MATCH EX 14 SINGLE 6 FT CHAIN LINK GATE PER COR STD STA 106+78, 31.5'RT PLAN L003 PLAN 15 SINGLE 4 FT CHAIN LINK GATE THROUGH EX SCALE IN FEET Z "' FENCE 0 20 40 16 SERVICE CONNECTION, DIA AS NOTED ON PLAN " ROADWAY SECTION LIMITS 17 ADJUST CATCH BASIN SEE SECTION K ® 18 ADJUST MANHOLE SEE 1 2 �� ADJUST VALVE BOX +`+ 1 1 t I is :: + _. .: ED GRO :. CB '.16 TYPE .11. .. is .. .. ..-I. A j. 19 1 F R:FINISHED I GRADES :: FOR FINISHED GRACES i I OO LOCKING SOLID METAL COVER AND FRAME FOR PROPOS. UN9 AT A 0 1 I I RIGHT.'JFLC) LINE.(TYP J �::IORIMI EL=394.25 1 CATCH BASIN _._ :_.._.,-.. ._-.____._ __.:__.:._-. _..�..:___....__.�._.-.. _ ..._...:_._ ____.7 . .. _ _ _:._ _ __.-..._ ._..- 8 1E=390.80;IN S __. +_ L {} _-- 400'400 } I (.)` I I T"- 21 RESET EXISTING HYDRANT F OPOSED GRO T 8 ;IE=390.50.OUT (N)f: I I EXISTING GROUND:A 1: i :: E O f 11�LF 8":(CP ).5=0.002' FT/F7 2O2 CEMENT CONC TYPE 410C CURB, SEE R LffT FLOWLIN{ D 1 .: I: {_... ..... # I I I CEO ER INE P) 23 TEMPORARY FENCE L -L CONNECT,TO EX:: LEGEND: p -E- -- i ..x I I CATCH BASIN + w ! i ., i. I is PERVIOUS CEMENT CONC y t I - --- . ._. _..._... -- - . _ .. -- - - -i- -- APPROX LOCATION OF I ---- y _. ( :: 390' 390' - } --:. t I. PRO SIDEWALK POSED 8 DI i �:... C15 TYPE: 1 I kKCWD:WATER LINE IN 1 ":: ! r CEMENT CONC I STA 1;0 ±06:14:0; T CASING AT 11':LT EX4 CB q i.::: I r%._a�+ PAVEMENT SIDEWALK {{ f .:: RIM EL=393.65 .. ISEE WATER'PLANS I STA 107t11 8.6' LT { _ f 8" tE=3 1.28 9U?.�k)... - :: IE=390.77 SIN.(S): i. HMA CL y2" PG 64-22 PAVEMENT (CPEP.) I: �� ..S SET { II t I 0 0050 FT 1: 1 I I i i . LANDSCAPE AREA-SEE 380 - { - p PLANTING PLANS 1\ - �. Ih.•-Q �M r`b t0,"t. IOt u7.QJ Ih.St.l�. �Y d p 'C0..: .�01 .:: ' P M N O.O: n:� ''��ca a) _ .N N. ..,.�.N. { ..�IM N M M.�I� : MIN(G M N��."O.M O.�.N aq ao O O. "RI� . �u7 Mt,,j.. M,�.. ..M. : ::M�M M.�...M{M M<F M,,,j.y.�. .M M'd"u� �4rj'eF it1':.��C'd'u7...7.�.. .:y'�: _: .t .•7�<}.... V Id:... .:�1 .:: N�)1l� '�0 0'0. .O.Ot 001 01 0 01'0) .MIOt 0'0 0 O)O)' 0110 0t0 01 O 0110 01 01 0 } i - 1 y'� 'r� 'hjM M� M.M. ,.�iM ..M M MIM InIM .. M,,.� MI,,.� 104+50 105+00 106+00 107+0 108+00 108+50 DRIVEWAY SCHEDULE PROFILE EXISTING GROUND AT CENTER LINE (TYP) X STA OFFSET TYPE WIDTH VERT: 1"=5' PROPOSED GROUND AT CENTER LINE (TYP) 10 • 1 MOD* 16 P'jk Sc. PROPOSED GROUND AT PROPOSED GROUND AT j G2�.. xnayi �0 RIGHT FLOWLINE (TYP) LEFT FLOWLINE (TYP) *SEE DET 5 ON MD2 3 a . " ro " AS SHOWN ,, NE 3rd/4th CORRIDOR IMPROVEMENTS a r 8/8/12 CALL 48 HOURS " " "' p .. :,.:, "c.SCymtt • CITY OF PHASE 1 INTERSECTION IMPROVEMENTS S A'•p R G� �. B.EFORE YOU DIG ' "- +'J.BE.,� w` RENTON P� 0 - N 4. 1-800-424-5555 +01890TH AVENUE 8�8UREf00 �Em, t---�� oAruM Planning/Building/Public Works Dept. °"A1g0 N0' �ONA1.F' '4,m" PUYpLLUP,WpbHRgraN 099x4 ns�-VE proved For Constructio PLAN AND PROFILE PP4 W - T.-.W.9900 F.159.9]49)00 "8or .w .00m - NO. REVISION BY DATE APPR- . S Z SAFEWAY DRIVEWAY AND PARKING LOT TIB 8-1-102(033-1 "°�`" - o ert M. Hanson P.E. ote °" 12°`43 ---J----\ MArcH Ex GENERAL NOTES: NOTES: r / 1. ALL CALLOUTS ARE TO THE FLOWLINE Oj CEMENT CONC SIDEWALK. SEE LEGEND FOR TYPE. EXPANSIO _JOIN'T1 (TYP) 2. ALL SIDEWALK SHALL BE REMOVED TO SEE WSDOT STD PLAN F-30.10 OZ CEMENT CONIC TRAFFIC CURB AND GUTTER PER WSDOT STD THE NEAREST JOINT SIGNAL POLE PLAN F-10.12-02 TRAFFIC REGRADE CSTC DRIVEWAY ® FOUNDATION CAP 3. SPOT ELEVATIONS AND DIMENSIONS L 3 x SEE DEf SHOWN ON THIS SHEET ARE PROVIDED O CEMENT CONC PEDESTRIAN CURB PER WSDOT STD PLAN / ® TO AID THE CONTRACTOR WITH INITIAL F-10.12-02 11 ENI1 4 STA 105+93.79,:32 Q..RT.. .: 1 _ LAYOUT OF THE PROPOSED ® 3 -- - e 3 EXPANSION J INT (TYP) �� - MPROVEMENTS. THE CONTRACTOR O4 CEMENT CONCRETE TYPE 410C CURB, BEGIN":2 25.'k ✓r: 3 SHALL FIELD VERIFY FORMS PRIOR TO SEE WSDOT STD PLAN F-30.10 i ®� SEE 7 1 1 PLACEMENT OF CONCRETE AND CONFIRM e w 1 2 £ ° ® THETREQU REQUIREMENTS OF THE APP MEET O CEMENT CONCRETE TRAFFIC CURB PER WSDOT STD PLAN Z F- 1 3 35'R a a a APPLICABLE F-10.12-02 Z STA 105+9587;21.5' LT n4 END _ 1tr REFERENCED STANDARD PLAN(S) LJJ ' ® • $ t: .. .. -.- 6 DECORATIVE CEMENT CONCRETE PAVEMENT o a...._... 2 BEGIN LEGENDI 8 TAN a. W ..i, � O ' s '" f a a 4 PERVIOUS CEMENT CONC TYPE C PRECAST TRAFFIC CURB . SIDEWALK : 9 p r O CEMENT CONIC CURB RAMP TYPE PARALLEL A PER WSDOT D. _ d;2/s' :TYP) ` a. . STD PLAN F-40.12-01 3 ' ••e`�!• d ,. CEMENT CONC g. s 10 e • PAVEMENT/SIDEWALK O CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION A PER a.. fi° ° RAMP AT NE CORNER WS STD PLAN F-4016-01 5 R r r ..-. ,-e :.....a ..,...a .. NE 4TH STAND WHITMAN CT NE, Doi O f 3 CEMENT CONC CURB RAMP TYPE COMBINATION PER WSDOT ?, �, HMA CL}�° PG 64-22 PAVEMENT 10 STD PLAN F-40.14-01 DETAIL RAMP AT N�CORNER N 1 -_10' PP2 11 REGRADE YARD AT NST 3(HORIZ): 1(VERT) TO MATCH LANDSCAPE AREA-SEE V NE 4TH ST DETAIL CT NE ` ]LANDSCAPE PLANS EXISTING 1°=10 PP2 4 .: -0 �t POINT NUMBER STATION OFFSET ELEVATION 1 DESCRIPTION Cam:. -T'- - 300 7+76.75 55.39 LT 395.28 CURB PC M EX SIGNAL FOUNDATION 1 L.J -`± 301 7+81.14 43.66 LT 394.58 RAMP : 302 7+84.40 39.87 LT 394.50 RAMP Z f x 35'{1 . ' `y` ` ` ` 303 8+01.61 33.00 LT 394.23 CURB PT ® ® 304 7+98.61 38.00 LT 394.64 FOW ® O =' ` P.` ` `.`.` `. 305 8+00.07 43.00 LT 394.70 BOW _.--.._p_ 'a - P ._ - 45.55 LT If 394.78 BOW ,ss 307 7+82.22 55.96 LT 395.32 BOW 308 8+01.61 58.00 LT CENTE RAD R OF If 16'R �Y , ` ` ` ` W (AM -' 309 7+92.45 34.74 LT 394.34 RAMP 310 7+97.26 33.38 LT 394.28 RAMP a ` 311 8+10.07 38.00 LT 395.17 FOW 4 r 4 -T'• 3g' EXPANSION JOINT (TYP) , . 312 8+10.07 43.00 LT 395.25 BOW SEE WSDOT STD P - to .., ` ±'--` 313 7+95.26 44.36 LT 394.78 BOW _ - - - -- 314 7+87.83 49.36 LT 394.86 BOW 9 315 7+86.19 41.40 LT 394.69 FOW 1 +9 7 9.1 I 394.70 FOW 317 7;83R9 45.40 L 394.77 RAMP RAMP AT NE CORNER RAMP AT SE CORNER NE 4TH STAND UNION AVE NE 4TH ST AND WHITMAN CT NE POINT NUMBER STATION OFFSET ELEVATION DESCRIPTION DETAIL DETAIL 400 7+69.32 68.56 RT MATCH EX CURB PC PPt 1"=10' PP2 401 7+72.11 54.29 RT 393.35 RAMP 402 7+75.53 48.09 RT 393.47 RAMP POINT NUMBER STATION OFFSET ELEVATION DESCRIPTION 403 7+90.58 35.81 RT 393.97 RAMP 404 7+98.58 47.22 RT 394.46 FOW 100 1+20.99 43.58 LT MATCH EX CURB PCC 405 7+90.58 47.23 RT 394.37 < FOW 101 1+26.40 36.26 LT 400.60 RAMP 406 7+92.55 53.13 RT 394.27 BOW 102 1+34.21 33.11 LT 400.39 RAMP 407 8+27.40 47.22 RT MATCH EX FOW 103 1+36.09 33.00 LT 400.36 CURB PT 408 8+27.45 53.14 RT MATCH EX BOW, END CURB IN 1+39.85 33.00 LT 400.30 CURB, 409 7+98.58 33.47 RT 393.97 RAMP 105 1+36.09 49.00 LT - CENTER OF RAD 410 8+04.31 33.00 RT 394.42 CURB PT 411 7+98.58 42.31 RT 394.11 BOW POINT NUMBER STATION OFFSET ELEVATION DESCRIPTION 412 7+90.58 42.31 RT 394.08 FOW 413 7+82.02 47.72 RT 393.58 FOW 200 7+00.32 33.00 LT 391.65 CURB PC 414 7+82.36 53.71 RT 393.52 BOW 201 7+18.35 38.00 LT 392.74 RAMP 415 7+97.42 53.63 RT f 395.12 1 CURB 202 7+24.81 43.00 LT 392.87 RAMP 416 8+22.35 53.68 RT 395.86 CURB 203 7+35.29 69.36 LT 394.11 CURB PT 417 8+22.57 63.31 RT If 395.73 CURB 204 7+10.32 43.00 LT 392.94 BOW 418 8+22.83 64.67 RT MATCH EX EOP, END CURB 205 7+05.32 43.00 LT 392.58 BOW 419 8+23.01 69.85 RT If MATCH EX EDP 206. 7+00.32 43.00 LT 392.23 BOW 420 7+97.14 70.01 RT MATCH EX EOP 207 7+00.32 38.00 LT 392.15 FOW 421 7+97.05 66.01 RT MATCH EX EOP, BEGIN CURB 208 7+05.32 38.00 LT 392.51 FOW 422 7+97.69 64.51 RT 394.90 CURB 209 7+10.32 36.00 LT 392.86 FOW LESS WA C GQ+ og Sy! CALL 48 HOURS '''� - AS SHOWN "°"`°"`"`"' °°' E0 CITY OF - NE 3rd/4th CORRIDOR IMPROVEMENTS 6/6/12 de ' �� PHASE 1 INTERSECTION IMPROVEMENTS ""K �' "� RENTON ^a A•oF�,RAbisTBB� d-BEFORE YOU. DIG S _ °"°"`a.eerzvoc - , f,, lmosare nvF�ue se,aurse:ao _.� DATUM PI o ing/Buildin /Public Works Dept. `TONAL � °O°.�,„„�"_ auva.wP,wns"wcron•a,�n -' - 1 Q1�''�0- roved For Constructio 1-800-424-5555 F " MISCELLANEOUS DETAILS SHEET 1MD 1 TIB 8-1-102(033)-1 " N0. REVISION BY DATE APPR 8' 2 c (P-" obert . Hanson P.E. ate �'' 14'43 LEGEND: NOTES: N .. PERVIOUS CEMENT CONC CEMENT CONC SIDEWALK. SEE LEGEND FOR 30'R 3 SIDEWALK O TYPE. 1 R t[� °f 'a a CEMENT CONC O2 CEMENT CONC TRAFFIC CURB AND GUTTER r ORNEWAY ENTRANCE 9 PAVEMENT/SIDEWALK IDEWALK PER WSDOT STD PLAN F-10.12-02 WHITMAN AVE NE, 82 LT: }0 P NT/S .?.. FLU( } I , W y. - HMA CL Y2" PG 64-22 CEMENT CONC PEDESTRIAN CURB PER -10.12-02 N AVEMENT WSDOMP . --- °.•:• LANDSCAPE AREA-SEE ° � PLANTING PLANS O SEE CONCRETE TYPE 410C CURB, 4 CONC RB ° i e° p Z YI ( CEMENT CONC TRAFFIC D r.. ? ISLAND CUR O CEMENT CONCRETE TRAFFIC CURB PER z e STD PLAN F-10.12-02 tJJ. WSDOT w . - a ; s Rt --� 5'R 1'R O DECORATIVE CEMENT CONCRETE PAVEMENT 5 ® 6 3 U LU 30'R O7 TYPE C PRECAST TRAFFIC CURB d 9„R CEMENT CONC CURB RAMP TYPE PARALLEL W a. .... . .. .. O7 A PER WSDOT STD PLAN F-40.12-01 ON Q 10'R O CEMENT CONC CURB RAMP TYPE SINGLE WATER DISTRICT 90 DRIVEWAY 4TH ST NE ISLAND DIRECTION 1 PER WSDOT STD PLAN DETAIL 6 7 DETAIL 6 F-4o.ts-o1 V N 1"=10' PP4 N 1"=10' PP1 10 CEMENT CONC CURB RAMP TYPE COMBINATION PER WSDOT STD PLAN F-40.14-01 GRADE POINT GRADE POINT M \ s• J�"R (TYP) \ s' Y2'R (TYP) GENERAL NOTES: 1. ALL CALLOUTS ARE TO THE FLOWLINE. Z ° c //\i\\\ice\\i Q 2. ALL SIDEWALK SHALL BE REMOVED TO THE NEAREST JOINT. CEMENT CONC PER STD CEMENT CONC PER STD 3. SPOT ELEVATIONS AND DIMENSIONS ati SPEC FOR. SPEC FOR CURBS , SHOWN ON THIS SHEET ARE PROVIDED ASPHALT COLD JOINT TO AID THE CONTRACTOR WITH INITIAL CURB DOWEL ° CURB DOWEL LAYOUT OF THE PROPOSED IMPROVEMENTS. THE CONTRACTOR a SHALL FIELD VERIFY FORMS PRIOR TO ° COMPACTED SUBGRADE a - PLACEMENT OF CONCRETE AND AS OR TYPE 2 MNRL AGG 6 ° „ OTHERWISE NECESSARY TO CONFIRM OVER COMPACTED THAT THE FINISHED PRODUCTS MEET SUBGRADE . /i\///\\�/ THE REQUIREMENTS OF THE APPLICABLE NOTES:' COMPACTED SUBGRADE REFERENCED STANDARD PLAN(S). OR TYPE 2 MNRL AG "H" SHALL BE 6P FROM FINISHED ROADWAY GRADE OVER COMPACTED UNLESS OTHERWISE SHOWN ON DRAWINGS SUBGRADE POINT NUMBER STATION OFFSET ELEVATION DESCRIPTION GUTTER SHALL BE SLOPED THE SAME AS ADJACENT 800 107+30.07 107.52 LT MATCH EX FOW PAVEMENT OR 2" MIN. WHICHEVER IS GREATER. TYPE 410C CURB 801 107+30.23 33.96 LT MATCH EX CURB 802 107+44.88 33.89 LT MATCH EX CURB PT DETAIL �71 803 107+47.60 29.65 LT MATC X CURB PCC NO SCALE TYP 804 107+29.63 13.50 LT 394.38 RAMP 805 107+20.26 12.00 LT 394.36 CURB PC 806 107+19.63 12.00 LT 394.35 RAMP 807 107+17.45 12.00 IT 394.3 CURB 6" REVEAL (N), 2" REVEAL S 6" 12" -BOTTOM OF 808 107+15.32 18.70 LT MATCH EX CURB VERTICAL CUT 809 107+01.65 18.70 LT MATCH EX CURB 5 1/2" -1" R / JOINT (10. O.C.) 810 107+15.53 62.13 LT MATCH EX END CURB 811 107+05.06 69.65 LT MATCH EX CURB N 812 1 7+ 0.07 112-5-6 L MATC EX BOW •a / - 813 107+29. 19.03 LT 394.47 FOW, BEGIN CURB _ 814 107+19.67 19.08 LT 394.47 BOW, BEGIN CURB `� 815 106 99.4 12. 0 LT 394.28 CURB 2" REVEAL (N), 6" REVEAL S) - = POINT NUMBER STATION OFFSET ELEVATION DESCRIPTION 816 7+ . 7 T MATCH EX BEGIN CURB 900 4+75.51 5.45 RT • CURB 817 107+30.00 91.79 LT 393.28 FOW 4"� 8" -MATCH EX • CURB 818 107+30.00 83.79 LT MATCH EX FOW -#3 BAR TYP- PROVIDE AT 1' 901 4+89.32 3.52 RT ON EACH SIDE OF VERTICAL CUT 902 5+01.19 2.77 LT • CURB 819 107+29.89 67.79 LT MATCH EX FOW JOINT AND AT 4' O.C. IN 903 5+04.47 4.00 LT • CURB 820 107+29.85 59.79 LT 393.63 FOW BETWEEN y 5+50.75 4.00 LT * CURB 821 107+19.85 59.84 LT 393.70 BOW CEMENT COM TRAFFIC ISLAND RB 905 5+50.88 2.03 LT * CURB 822 107+19.89 60.84 LT 393.20 BOW 906 5+23.96 4.70 RT • CURB 823 107+20.00 83.84 LT 392.88 BOW DETAIL 8 907 5+21.53 5.00 RT * CURB 824 107+20.00 91.79 LT 393.12 BOW NO SCALE PP1 908 4+89.51 5.00 RT • CURB 825 107+29.70 29.03 LT 394.70 FOW gt Ess 909 4+88.01 5.43 RT + CURB 826 107+19.70 29.08 LT 394.70 BOW 01 WA 0 *CONSTRUCT CURB ON JQP ING PAVEMENT PER APPLICABLE DETAIL q [r] AS SHOWN NE 3rd/4th CORRIDOR IMPROVEMENTS CALL 48 HOURS CITY OF 331 •scHOn PHASE 1 INTERSECTION IMPROVEMENTS 3 BEFORE YOU DIG a� ° RENTON Pla ning/Building/Public WorksDept.At PWv LUP,WA HPIGTON88314 1 A b1E I e*m a s� Approved For Constructio W 1-800-424=5555 T AM P.=.�� . MISCELLANEOUS DETAILS-SHEET 2 m"' D2 www.p°ren,nm.aam' NO. REVISION BY DATE APPR wowo�n '""`"C0P01M0.' �/f�'//�2 TIB 8-1-102(033-1 abert M. Hanson P.E. Date 15°x'43 LEGEND:: GENERAL NOTES: NOTES: G (PERVIOUS CEMENT LANDSCAPE AREA-SEE 1. ALL CALLOUTS ARE TO THE FLOWLINE. O CEMENT CONC SIDEWALK. SEE LEGEND 4O CEMENT CONCRETE TYPE 410C O DECORATIVE CEMENT CONCRETE PAVEMENT O9 CEMENT CONC CURB RAMP TYPE SINGLE J CONC SIDEWALK PLANTING PLANS 2. ALL SIDEWALK SHALL BE REMOVED TO THE NEAREST JOINT. FOR TYPE. CURB, SEE 7® (FINISH TO BE DETERMINED AFTER 90% REVIEW) DIRECTION A PER WSDOT STD PLAN D F-40.16-01 CEMENT CONC 3. SPOT..ELEVATIONS AND DIMENSIONS SHOWN ON THIS SHEET r Y PAVEMENT/SIDEWALK ARE PROVIDED TO AID THE CONTRACTOR WITH INITIAL O PER WSDOT SDOTNSTD PLAN F-10.12-02 NGUTTER O CEMENT ERE SDOTNS D�PLANAF-1012 02 O TYPE C PRECAST TRAFFIC CURB 10 CEMENT CONC CURB RAMP TYPE COMBINATION r7777777.77777771 LAYOUT OF THE PROPOSED IMPROVEMENTS. THE ` CONTRACTOR SHALL FIELD VERIFY FORMS PRIOR TO O O8 CEMENT CONS CURB RAMP TYPE PARALLEL A PER WSDOT STD PLAN F-40.14-01 HMA CL PG 4-22.PAVEMENT 2 PLACEMENT OF CONCRETE AND AS OTHERWISE NECESSARY 3 CEMENT CONC PEDESTRIAN CURB PER PER WSDOT STD PLAN F-40.12-01 TO CONFIRM THAT THE FINISHED PRODUCTS MEET THE WSDOT STD PLAN F-10:12-02 11 BOLLARD TYPE 2 PER WSDOT STANDARD PLAN RE5IUIREMENTS::OF THE APPLICABLE-iREFERENCEO,STANDARD: H-60.20-01- P ED SAFETY LOW PLAN S. PAINTED YELLOW 10.1.-rt4,18.:42 RT.. '.: : (.) 2. STA:IDL+D7.84,.29.S.RT, i '. i STA aD:1�83.49::22.5RT.:: ` ' : . - ------- a W RELOCATED it ` x m --x -- STA 101+02.79 0.3`RT: - - 5 20'f2 STA 102+31.20,' 33.8RT 11 , Q 1 40'R 5 V - ------ --- - -- ---- 5 2.5'R _ ` ` ` ` STA 101+83.49, 40.4'RT STA 102+84.38, 50.2'RT RELOCATED GATE OPERATOR STA 101+83A9, 46.9'RT ea30 R -STA 101+01.46, 50.2'RT 5 STA 101+83.,;g, 50.2'RT, 9 to POINT NUMBER STATIO OFFSET ELEVATION DESCRIPTION Z 700 10+23.5 46.13 RT . MATCH EX BOW, BEGIN CURB ®' 701 10+36.76 75.43 RT MATCH EX CURB PT ® STA 102+84.38, 63.2'RT _ 702 10+36.81 80.58 RT MATCH EX END CURB - ® 1.5'R ® 703 10+53.29 46.07 RT MATCH EX BOW, BEGIN CURB x 704 10+54.81 49.00 RT MATCH EX CURB PC I POST OFFICE DRIVEWAYS 705 10+58.16 66.44 RT MATCH EX CURB PT DETAIL 706 10+58.31 80.02 RT MATCH EX END CURB �91 707 10+05.84 33.00 RT 400.96 CURB 1"=10'. PP3 708 10+45.32 33.00 RT 402.26 BEGIN CURB .% 709 10+50.72 41.11 RT 402.26 END CURB 4 5 4 POINT NUMBER STATION OFFSET ELEVATION DESCRIPTION POINT NUMBER STATION OFFSET E EVAT10N DESCRIPTION _.. _ _........ _ 600 100+79.19 75.36 RT MATCH EX EOP 626 102+89.89 21.00 RT 397.22 1 FOW . . 601 100+79.44 74.48 RT MATCH IX CURB 627 102+90.35 63.11 RT MATCH EX RAMP _ ..................... ;. - 602 100+79.48 22.27 RT 391.22 CURB 628 102+85.42 69.39 RT MATCH EX RAMP 603 101+04.32 22.29 RT 391.72 CURB 629 102+84.95 26.00 RT 397.21 BOW . 604 100+99.48 29.75 RT 392.36 CURB 630 102+74.30 26.00 RT 6.49 BOW - ;;., 605 100+99.46 54.14 RT 394.73 CURB PC 631 102+74.30 27.00 RT 396.53 CURB PT 606 101+00.90 63.32 RT 395.20 CURB PT 632 102+54.30 47.00 RT 396.69 CURB PC - ` 607 101+03.17 70.38 RT 395.87 CURB PC 633 102+04.75 47.00 RT 395.33 CURB PT a 608 101+06.09 69.92 RT MATCH EX CURB PT 634 101 84.75 27. R 94.33 1 CURB PC :. v :., 609 101+06.09 54.93 RT MATCH EX CURB 635 102+90'.11 4 .61 RT 97.9 FOW 610 101+09.96 75.36 RT MATCH EX EOP 636 102+90.27 55.61 RT 398.94 FOW 5 1 REPLACE TO 611 101+09.67 30.66 RT 389.39 WALL 637 102+85.27 55.67 RT 399.02 BOW REPLACE TO 7 R e 50'R NEAREST JOINT 612 101+09.69 42.66 RT 390.71 WALL 638 102+85. 1 40.67 RT 39_7.90 BOW - NEAREST JOINTOI 613 101+84.75 21.00 RT 394.15 CURB. 639 1+ 9.1 43.8 T 392.03 WALL TR s ; A. �O 614 102+04.75 21.00 RT 394.70 CURB 640 101+79.18 30.30 RT 390.05 WALL 40'R 5 615 102+04.75 24.00 RT 394.79 CURB PC 641 101+09.66 34.36 RT 369.17 SWALE 616 102+14.75 34.00 RT 394.74 CURB PT 642 101+74.66 34.36 R7 9. SWALE . . ..... 617 102+30.24 34.00 RT 394.75 CURB 643 103+38.53 15.89 RT 396.00 CURB % "'"""' 618 102+30:19 26.50 RT 94.91 1 CURB 644 103+33.00 21.41 RT 396.24 CURB 619 102+30.18 26.00 RT -/--'3-94.91 BOW 645 103+33.00 27.64 Ri 396.45 CURB PC ` `.`.+•.. • • . ''" :L':'i=ti:ii?: .620 102+30.19 21.00 RT 394.99 FOW 646 103+37.22 45.54 RT 397.01 CURB PCC 621 102+54.31 21.00 RT 395.98 FOW 647 103+42.00 44.50 RT 396.99 CURB PT 622 102+44.24 26.50 RT 395.19 CURB 648 103+42.00 25.95 RT 396.23 CURB x x -- 623 102+44.30 34.00 RT 396.00 CURB PC 6 10 9.5 55.00 AT E CURB 7'xrUAini Ii inii.` x 624 102+54.10 26.00 RT 396.06 BOW 650 1-02+89. 25.95 RT 397.2 C RB NE 4TH ST POST OFFICE DRIVEWAY 625 102+74.31 1 21.00 RT 396.41 FOW 651 102+84.95 21.00 RT 397.14 CURB 652 102+44.24 26.00 RT 395.19 CURB DETAIL 90 653 102+44.20 21.00 RT 395.27 CURB p PSyLESgc 1"=70, PP2 oo 6 '$` op a'tsHj 'S' G R4 �r a CALL 48 HOURS .✓ b C.scr+on AS SHOWN ,E; NE 3rd 14th CORRIDOR IMPROVEMENTS e/8I12 „ o- CITY OF PHASE 1 INTERSECTION IMPROVEMENTS A� R3,3s BEFORE YOU DIG : eercvoc DATUM Plate n Building RENTON Dept. P 1-800-424-5555 m" 01998 HRVENUEBEBU E100 1 ADDENDUM N . C o 1= � A9roved F Canstructia P �u P•WASHMCfaNG&%, MISCELLANEOUS DETAILS-SHEET 1 M D3 . f•. - � t.Ys1.804.BEW F.213.W4HJW m rqi a¢mcH wwx.pm"n"n..can NO: REVISION BY DATE APPR !� ""`"'`°"v1Q ` TIB 8-1-102(033)-1 o eft M. Hanson P.E. D� �:. i6 43 8-2 12" GENERAL NOTES: NOTES: 1. ALL CALLOUTS ARE TO THE FLOWLINE Oj CEMENT CONC SIDEWALK. SEE LEGEND FOR TYPE. D 3 ® 24" 16" DRVEWAY 10 2 HE NEAREST OINTL BE REMOVED TO O 2 CEMENT CONC TRAFFIC CURB AND GUTTER PER WSDOT STD PLAN ti 12 ENTRANCE SEE 5® F-10.12-02 r . —_ CEMENT CONC PEDESTRIAN CURB PER WSDOT STD PLAN • F-10.12-02 29> O4 CEMENT CONCRETE TYPE 410C CURB, SEE (2) #4 HORIZ STD HOOKS ® CORNER O CEMENT CONCRETE TRAFFIC CURB PER WSDOT STD PLAN z Z - - - - F-10.12-02 W o I O DECORATIVE CEMENT CONCRETE PAVEMENT a Lu v ® I #4 VERT, TYP o O7 TYPE C PRECAST TRAFFIC CURB 0. r MATCH DRIVEWAY ENTRANCE ELEVATION #4 ® 8^ EW SEE D O PLAN NFT-40N2 01RB RAMP TYPE PARALLEL A PER WSDOT STD A O CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION A PER O - 2% WSDOT STD PLAN F-40.16-01 0 10 CEMENT CONC CURB RAMP TYPE COMBINATION PER WSDOT STD — — — — — — — PLAN F-40.14-01 — —• - - - - (0) 11 REGRADE YARD AT NST 3(HORIZ): 1(VERT) TO MATCH EXISTING CONTRACTOR TO COORDINATE TRASH ENCLOSURE 12 CMU WALL TO BE CONSTRUCTED BY OTHERS CONSTRUCTION WITH CMU WALL AND GATE POST � CONSTRUCTION BY B&B GROUNDS MAINTENANCE, 13 GATE POST TO BE CONSTRUCTED BY OTHERS M TRASH ENCLOSURE PAD BART KOOYMAN (206) 612-6023. Z DETAIL t2 8,-2 12 F 12 MATCH DRIVEWAY ���1.2 #4 DOWELSENTRANCE ELEVATION�" CHAMFER _ w ® VERT BARS CORNERS OF CURB L.� DRIVEWAY ENTRANCE, 4EW ; SEE o 10 L J. a OF)C RB TO 6 CONC CL 3000 #4 ® 8" EW 3" CRTOP CO SECTION SECTION 1/2"=1'-0". - 1/2"=1'-O" - Gq sae NAyyr l « % CALL 48 HOURS °�y F g AS SHOWN 1040H w°w'0 °°' .0 CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS �* /8/12 � °� C.scHmr _ RENTON PHASE 1 INTERSECTION IMPROVEMENTS ASR 33842 BEFORE YOU DIG a✓3 J.SEM00 _u rorn� w9MHAVME$EaG arM1W ..emu sne DATUM PI APP ovedinF'PConstr Works Dept. W 1-800-424-5555 ^""� MISCELLANEOUS DETAILS-SHEET 5 " M D4 214W1.8 _ [ TIB # 8-1-102 033)-1 "�""°°'°�°"°" NO. REVISION BY DATE APPR /Robert . Hanson P.E. ate � 17'43 � + CL I 400 -- — __ �.--'_ -..__. .__._ —. ,.__._ _ 400 r. WALL LIMITS 400' 490' TOP OF WALL/EX GROUND SEE a WALL LIMITS TOP OF WALL/EX GROUND AT.FRONT OF.WALL. D1 SEE A AT FRONT OF WALL 4BIOSWALJWALL BIOSWALE SOUTH OFWALLTOP OF WALL NORTH O TOP OF WALL EL=392.34 EL=393.35 � :�.:__._._,__..._. � _.:,..-._.�,__�39a � LIMITS 390 z �+ _ 390' _... .., __..,..._ ._...�_...�..__ __. ...,_. ...... ...., .._ ..__ .,...�.._ __..._. .,._���390' WA oW WALL LIMITS n rn m .� Z N Z + ON M tG }W - p Z pO yu�O+p zZ0- —W +4pp t 00 I O W uj 0V z_.—._r a M 0+29 ._._._. -0+20 0+99 o w a _- - - W .0+20 0+00 0+20 O WALL A WALL B OPROFILE Al PROFILE C 1 HORIZ: 1"=5' HORIZ: 1"=5' VERT. 1"=5' VERT: 1"=5' L r "8 noo' ' I 400' M WALL LIMITS Z TOP OF WALL/FINISHED SE�e - _ — -- -..._ .__._.. _ . ---- - GRADE`AT BACK..OF WALL'- . .....- ----------_ WD1 I I i L _._..........._... 390' WALL LIMBS - - -- - - - -- — - - — -- - i — — -- - — — — - - J �0 r r ro GROUND aoi ep +py p tO +^ Mn II+^p 1 380 �-----_.. $ __.._ . . . Q I 11 ___-..___.__..__..-.__ .._,_-._.-__.__._........I _.__. ., - _.._.._.. oOf 4_.._..Q+1066 380 o y. _ _.__._.. _ _ pr+ O ' { InNJ QIn W - _0+20 0+00 WALL C 1+00 PROFILE HORIZ: 1"=5' WALL LIMITS SEE A -.. ,_.__TOP OF WALL W 1 EL=399.97 --- -- -- - - — — -...._ . _ ..._.._.. -------- ------- WALL LIMfTS n c EX GROUND PROPOSED BOW II o rl +rNn rn+1�c 0(0}pu' +ou .0+20 0+00 - Q 0 Q Q II 0+60 N N w WALL D Iii In w • PROFILE D BLESS HORIZ: 1"=5' GAR of WA y - �O VERT: 1"=5' h �A�� 48 HOURS _«" w NE 3rd 14th CORRIDOR IMPROVEMENTSr 8/812 �°'°�"°°' CITY OF x"m AS SHOWN E3 C.�� RENTON PHASE 1 INTERSECTION IMPROVEMENTS A� R 3242 BEFORE YOU DIG ' °"" J.wmw 4CrsTErv' �f/ _ oxc Iwc� Plan in � . G1 71.1.-�H ENUE eE,8URE1W DATU M 9/Building/Public Works Dept.-HINGTol r �� C� nx� proved For Construct 2 WALL PROFILES WP 1 oo F.a9.eoas N s�Aownw a. swan 18 Tl8 8-1-102(033-1 N0. REVISION BY DATE APPR obert Honson P.E. 06te LTLET MODULAR BLOCK CAP UNIT::,POINT OF.VERTICAL RETAINING WALL NOTES: G AND.HORIONTAL CONTROL, VARIES • TOP OF.WALL. SEE PROFILE 1. STRUCTURAL FILL SHALL BE CRUSHED Top.OF'WALL EL. /" SURFACING BASE COURSE. 4"_L O. O O 2. GEOGRID PLACEMENT IF NECESSARY SHALL "• w N MODULAR . _ BE DESIGNED BY CONTRACTORS PROVIDED � < y PROFESSIONAL ENGINEER AND.APPROVED BY -o WALL UNIT "l\/ R w o FILL VOIDS WITH 3 / THE ENGINEER. EXISTING GRADE VARIES O O O . / . CONTRACTOR SHALL PROTECT EXISTING rs n •I ",MINUS CSTC UTILITIES WHILE EXCAVATING FOR GEOGRID. c? c� p I p p BACKFILL FOR STRUCTURAL w + / EARTH WALL . . . Q =w 1" 4. SEE GEOTECHNICAL REPORT FOR z . Z, } B. GEOGRID, T P (WHEOt RECOMMENDED MODULAR BLOCK RETAINING W a O REQUIRED) Sk"E NOTE 2 WALL DESIGN PARAMETERS. w FINISHED WGRADE a ii /�.��� / / //i//,�, O O EXCAVATION REQUIRED / J 'FOR WALL p SEE PROFILE a I I UNDERDRAIN PIPE 4" DIA. CONNECT a TO EX CB WITH DRAIN PIPE 4"..DIA 0 CONCRETE OR 1'-0" I GRAVEL BACKFILL FOR DRAINS (ENCASE CRUSHED STONE W/.GEOTEXTILE FOR SEPARATION) EMBEDMENT LEVELING.PAD VARIES BASED ON 1'-0" 0 CONTRACTOR CLEAR - O PROVIDED DESIGN +�+ � WALLS A&:B SECTION o• •o o• '0 0• ro M UL NO SCALE. - FIRST COURSE Z CAP UNIT. POINT OF VERTICAL PLANTING STRIP, SEE 12" DRAINAGE FILL AND HORIZONTAL CONTROL. LANDSCAPE PLANS PER MANUFACTURER'S i • TOP OF WALL, SEE.PROFILE r--: REQUIREMENTS. aN TOP OF WALL EL.' JI MANUFACTURER'S. PER 4" CO O O REQUIREMENTS. • .. p p p r r J C� fl r, X Zlc < < 1)s ` w Q O O O� CL R MODU LAIR I 1' n K._ ljc5 d] . o WALL UNIT wx�'^ TMR, O O O �. % 0. II: 0 .0 0C, FILL VOIDS WIH CO .0 p p p p "-MINUS CSTC QL 1/4" I BACKFILL FOR STRUCTURAL EARTH INTERMEDIATE COURSES a WALL 8" F , C? O EYISIING GRADE, SIBAIGHT_S FINISHED " r I VARIES UNIT GROUT' IN PLACE j /Q� ON CUT WALLS WHERE CE POST INSTALLED PER GRADE BLOCK/ NO CONCRETE-CAP IS BLOCK MANUFACTURER'S OQFY-1 O GEOGRID, TYP (WHERE REQUIRED) REQUIRED. RECOMMENDATION AT CUT WALL SEE NOTE 2 LOCATIONS BOTTOM OF WALL EL. / ' �_ d 1 UNDERDRAIN PIPE 4" DIA. L a 1 CONNECT TO CB #6 WITH UNDER a DRAIN PIPE 4" DIA. SEE PP4 FOR INVERT ELEVATIONS CONCRETE.OR 1'-0" EXCAVATION REQUIRED FOR 2'-0" MIN. CRUSHED STONE EMBEDMENT LEVELING PAD WALL AND GEOGRID 0• .� VARIES BASED ON 1'-0 CONTRACTOR MIN GRAVEL BACKFILL FOR DRAINS PROVIDED DESIGN (ENCASE W/ GEOTEXTILE FOR SEPARATION) CAP COURSE WALL C TYPICAL BLOCK WALL LAYOUT DETAIL SECTION NO SCALE NO SCALE - PgLESSC •- '' +`1i - - - S AS SHOWN '"" '°.M. CORRIDOR IMPROVEMENTS p a/e/t 2 CALL 48 HOURS NE std NTeRs C.SC CI N ON PHASE EC IMPROVEMENTS . 8324 BEFORE YOU DIGS, Non E INTERSECTION IM Ro 3TE�� J.WR RE TO 4 n w+a oa]H AVENUE se sul]e+oo PIG mg/BWlding/Public Works Dept. 1-800-424-5555 A PU ALL UP,WASHINOTOND"" O um .. i proved Far Canetruatta WALL DETAILS N1D1 - •i3,r. _-#:4..- T.20.. .WW P.za.W.etsa- elm oxc arcn . w .Pa+•m.I.H.mm N0.- REVISION BY DATE APPR �""a01Q"'a• TIB # 8 1-102(033)-1. - Robert M. Hanson P.E. Date 19 a"43 STA 8+04.31 33'RT: M C OF!CURB RETURN AT N PC '.: I WHITMAN NE AVE) �CP 39 A OD OO 8 OSAL INSIDELENGTM - . : ..O✓�',DOQ U_U. M M M 2 BYPASS. a0 Dad Kd 4' EATMENT CHAMBER MB C. c n LENGTW p. FILTERRA TO TREATMENT CHAMBER' LENGTH A. q c SLAB a r d LEGEND N .CU RA (BY OTHERS Q CURB;(Bl OTHEF2S)" z H M PROJECT SPECIFIC MODIFICATION TO FILTERRA LUr STANDARD DETAIL I SIR �oQ. I FLO"W Fl O 0 a 2' 'ogo a ILI A. - IRTBGATIGN I :1 - A. CONDUIT' D �}n O r • .. (7P.) j, g I, ary�QOQO `LL I I i i' LOCAL CT7NCRETE DEPRESSION (B TH Y OERS) jf AEFERNOVE e.. -aca A 0 JL I M I STANDARD 90 :NOSING" OTHER NOSING AVAILABLE Xi " —� �— ( UPON REQUEST 6 PRECAST V FACE OF CURB FLOW 2'CURB FLOW ) " j` TOP SLAB - - - .INLET SEE e M I d'. •a PLAN VIEW ' Z 4 INLET TRAY - TO BE INSTALLED::BY FILTERRA.. .: a" " i CREW"AT.ACTIVATION . - - - PLANT r NOT.SHOWN FOR CLARITY A d , (BY AMERICAST) jr: . - - - - 3'k3�TREE GHATE'WITH"FRAME - •ENERGY-iDISSIPATION-LAYER.: :;; ..;:: GROUT AS REQUIRED a a w TO ADJUST TOP SLAB.10 CLEANOUT COVER: - MATCH M `2'.%4' CO,. ''.° TO MATCH PROPOSED CURB STA 8+04.31 33' RT L' TOP OF CURB ToP:SiAl3. GRADE TC EL 394.90 M , M CAST IN PLACE. DEPRESSED GUTTER M i AND THROAT. OPENING 4' N `a . . _.. . •:: P9,AY;AMERICA ) . (B Y :CONtRACIOR) , BPOREX 'WALL W, L W � � IDROPC RLTER.R4 F40 CONTROL TRAY N ORS � OA TENT PENDING) - It AT OUTSIDE FACE FOR" GUTTER CONNECTION U .-'- M - 4°BAFFLE,WALL :. .:: :. ... O Z O F T — 4z ♦t s. f :SE QT 'VIEW A.': A . ., .. ,FILT.ERR'A THROAT OPENING FOR :FTS-C.1 • `STRUCTURE IE=390.90 OERDRAIN-STONE MULCH IAYER. 'F..ILTER MEDIA. CONCRETE VAULT BY AMERI BY AMERI hY,AMERICAST iFIRY AMERICAST) M NOTE:'CONTRACTOR RESPONSIBLE FOR PROVIDING EROSION & SEDIMENT INLET'PROTECTION. THE':MEOIA $UREAGE MUST NOT.RECEIVE . M El( FO DUCT BANK M SECTION A.-A ANY GON5Tf3UCT,IQN:SEDIMENT OR DEB}Z45; NOTE: TOTAL INSIDE LENGTH =O TV, OR 12' AS SPECIFIED MDDIFICATIONS„OF DRAWINGS ARE ONLY PERMITTED BY WRITTEN AUTHORIZATION FROM RLTERRA DATE: 3-3-1.1 - D!NG: STD�4.�FfCB DATE; 04 04 11 DWG: DTL FfGB'_GCO p STANDARD DETAIL:•W WIDE ��] STANDARD DETAIL 6 {� p . Q UVLf � � GUTTER AND CURB OPENING p PRECAST FILTERRAVURS INLET” V��� .��1a1 ®..: US AT 5:277,274" FILTERRA.CURB.I.lET us PAT 5,277274:. WITH INTERNAL BYPASS - wires IN7 EkNAL�YpASs AND 589;32.1 ... AND:6;56021 BIOFILTRATION VAULT GUTTER AND CURB OPENING DETAIL DETAIL DETAIL NO SCALE PP2 NO SCALE . OF WA seuc AS SHOWN :5 CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS 8/8/12 CALL .48 HOURS J•MGM RENTON PHASE 1 INTERSECTION IMPROVEMENTS R 33242 BEFORE YOU DIG J.WROIT a"Im WHAVENUE6s, ni l� °NE DATUM *PPIoing//,B3,uifd-,n g/Public Wor ks Dept.1-800-424-5555 �Y5 UP,W FI]�WB WM u [o' ,I� ved For Construa' SW1 BIOFILTRATION VAULT DETAILS 033)-1 NO. REVISION BY DATE APPR "a' anson P.E. ate �' 20�T43 I RESPONSIBILITIES OF THE CITY T LEGEND ABBREVIATIONS 0 DOCUMENTATION p 1.THE CITY & THEIR CONTRACTOR SHALL ATTEND A PRE-CONSTRUCTION MEETING 4. ALL CONDUITS ENTERING PSE VAULTS SHALL BE THROUGH THE APPROPRIATE KNOCKOUTS C COMCAST SPECIFICALLY FOR INSTALLATION OF.BARE DUCT & VAULT SYSTEM. TO ENSURE PROPER CABLE LAY. VAULT ENTRIES CAUSING CABLES TO CROSS EACH OTHER JOINT UTILITY TRENCH PER j IN THE VAULT, OR LAY IN THE VAULT UNEVENLY, WILL BE REJECTED & CORRECTED AT THE P PUGET SOUND ENERGY 2.PSE WILL PROVIDE TO THE CITY CONTRACTOR.CONSTRUCTION PLANS FOR THE EXPENSE OF.THE CITY CONTRACTOR. •^ INSTALLATION OF PSE'S DUCT & VAULT SYSTEM. Q CENTURY LINK 5: ALL CONDUITS ENTRIES INTO PSE VAULT SHALL BE STRAIGHT & LEVEL WITH A MINIMUM OF - P T LATERAL TRENCH PER 3.'ALL INSTALLATIONS SHALL CONFORM TO SPECIFICATIONS CONTAINED IN THIS V STRAIGHT SECTION OUTSIDE THE VAULT WALL & 2" OF CONDUIT EXTENDING INTO THE T CENTURY LINK DOCUMENT & ALL RELEVANT PSE STANDARDS. VAULT WITH BELL ENDS INSTALLED. EXISTING UTILITY R RENTON SAFELY 6. PSE CONDUITS SHALL BE PLACED IN THE TRENCH MAINTAINING A MINIMUM OF 1-1/2" OF SD STORM DRAINAGE SEE DWGS PP1 - PP4 1.FIELD CHANGES SHALL BE PRE-APPROVED BY PSE OR DESIGNATED REPRESENTATIVE SEPARATION. USE CONDUIT SPACERS (PROVIDED BY PSE) EVERY 10'. ( ) (q PRIOR TO CONSTRUCTION WITH PROOF OF ACCEPTANCE REQUIRED PRIOR TO PSE Z H ACCEPTANCE OF COMPLETED DUCT & VAULT SYSTEM. 7. PSE CONDUIT RUNS SHALL BE PLACED STRAIGHT & LEVEL. SHOULD IT BECOME S SANITARY SEWER Z NECESSARY TO ALTER CONDUIT ALIGNMENTS TO AVOID OTHER UTILITIES, THE MAXIMUM BEND w w 2.THE CITY CONTRACTOR SHALL.NOT ACCESS, ENERGIZED POWER VAULTS WITHOUT THE PERMITTED IS 22-1/2 DEGREES. BENDS GREATER THAN 22-1/2 DEGREES REQUIRE W W WATER MAIN (BY OTHERS) a w ASSISTANCE OF PSE LINE WORKERS. PRIOR APPROVAL FROM PSE ENGINEERING REPRESENTATIVES. O e IP SPLICE PIT FOR EXISTING UTILITY INTERCEPT TRENCH AND EXCAVATION 8. BEND RADII DIFFER FOR DIFFERENT CONDUIT SIZES; TRENCH ACCORDINGLY. 1.THE CITY CONTRACTOR SHALL NOT EXPOSE ENERGIZED POWER CONDUCTORS (DIRECT a_ BURIED OR IN.CONDUIT) WITHOUT THE ASSISTANCE OF PSE LINE WORKERS. 9. ALL PSE'CONDUITS SHALL BE PLACED WITH THE MINIMUM SEPARATION BETWEEN OTHER X CONSTRUCTION NOTE UTILITY FACILITIES AS SPECIFIED IN PSE STANDARD 6790.0130. REFER TO THE TYPICAL 2.THE CITY SHALL PROVIDE ALL TRENCH EXCAVATION &.BACKFILL FOR THE UTILITY TRENCH CROSS SECTION DETAIL IN THIS WORK SKETCH: CONDUIT RUN NUMBER SEE CONDUIT SCHEDULE (r INSTALLATION OF NEW OR MODIFIED PSE UNDERGROUND DISTRIBUTION SYSTEM WITHIN 0 THE CONSTRUCTION AREA. 10. ALL PSE CONDUITS SHALL HAVE A MINIMUM OF 36" OF COVER. COVER OF LESS THAN p 36" IS PERMISSIBLE ON A CASE BY CASE BASIS PROVIDED THAT SUCH INSTALLATIONS PSE NEW EQUIPMENT NUMBER Cr 3.ALL TRENCH EXCAVATION SHALL CONFORM TO PSE STANDARDS 6790.0075, ADHERE.TO PSE STANDARD 6790.0130 FIGURE 2. PRE-APPROVAL BY THE ENGINEER AND CC 6790.0130, 6790.0140, 6790.0250, & 6790.3050. PSE ENGINEERING REPRESENTATIVES IS REQUIRED. Xd PSE EXISTING EQUIPMENT NUMBER 4.THE CITY CONTRACTOR SHALL CONSTRUCT THE SHARED UTILITY TRENCH SUCH THAT INSPECTION THE VARIOUS UTILITIES CAN TRANSITION IN AND OUT OF THE TRENCH LINE IN AN 1. PSE WILL PROVIDE AN INSPECTOR DURING CITY CONTRACTOR INSTALLATION OF PSE BARE H ORDERLY FASHION WITHOUT ALTERING DUCT BANK ALIGNMENTS OF OTHER UTILITY. I DUCT & VAULT SYSTEM. SEPARATION DISTANCE OF CROSSING UTILITIES SHARING THE COMMON UTILITY TRENCH SHALL BE 6": 2. THE ROLE OF THE PSE INSPECTOR IS LIMITED TO VERIFICATION OF M COMPLIANCE TO ALL RELEVANT PSE STANDARDS& PRACTICES. THE PSE INSPECTOR WILL Ll1 5.AFTER THE NEW UNDERGROUND SYSTEM IS INSTALLED.& ENERGIZED, ADDITIONAL NOT APPROVE CHANGES TO PLANNED PSE FACILITY LOCATIONS OR CHANGE ORDERS. WIDTH VARIES PER WIDTH VARIES PER Z EXCAVATION MAY BE NECESSARY TO RE-TRAIN EXISTING UNDERGROUND.CABLES INTO TOP OF SIDEWALK NUMBER OF UTILITIES NUMBER OF UTILITIES THE NEW VAULTS. THIS EXCAVATION WILL BE PROVIDED BY THE CITY WITH 48 3. THE PSE INSPECTOR WILL BE THE CONTACT FOR ALL ISSUES CONCERNING INSTALLATION OF OR TOP OF ROADWAY (20" MIN, 60" MAX) (12" MIN) HOURS NOTICE. BARE DUCT & VAULT SYSTEM FOR PSE AND PROVIDE A LIAISON BETWEEN THE FIELD & ENGINEERING FOR CHANGE REQUESTS. FINISH GRADE FINISH GRADE 6.PLACEMENT. OF OTHER UTILITY VAULTS WITHIN THE TRENCH LINE ALIGNMENT I�,/1 1, /j ENCUMBERING ACCESS TO PSE FACILITIES IS NOT.ALLOWED. 4. THE CITY CONTRACTOR SHALL PROVIDE THE PSE INSPECTOR THE MEANS (SURVEY STAKING) SIGNAL & ILLUMINATION\ y CITY OF RENTON / TO VERIFY PROPER DEPTH OF BURIAL & LOCATION FOR ALL PSE FACILITIES TO THE CONDUITS. SEE DWGS �/ ' Z '� Z COMMUNICATION j VAULT INSTALLATION SATISFACTION OF THE PSE INSPECTOR ON SITE. IF THE INSPECTOR IS UNABLE TO VERIFY IL1 THRU Il8 M * > CONDUITS. SEE CSTC 1.THE CITY CONTRACTOR SHALL INSTALL PSE VAULTS IN ACCORDANCE WITH PSE PROPER DEPTH OF BURIAL, LOCATION, OR GRADE OF PSE FACILITIES A NON-COMPLIANCE BACKFILL STANDARDS 6775.0035 AND 6775.0040. DOCUMENT WILL BE ISSUED AFFECTING PSE FINAL ACCEPTANCE OF CITY INSTALLED DWGS ILt THRU IL8 f°h FACILITIES FOR PSE. a CSTC BACKFILL______ 1.5" MIN 2.VAULT HOLE EXCAVATION SHALL BE PREPARED LEVEL & FREE OF DEBRIS WITH A. g 3" MIN MINIMUM 6" BASE OF CRUSHED ROCK TO PREVENT VAULT SETTLING. MATERIALS SAND SHADING 3 1. THE CITY CONTRACTOR SHALL NOT BACKFILL PSE FACILITIES UNTIL AUTHORIZED BY THE 9" TYP (W/PSE ° " MIN o 0 3.PSE VAULTS IN PLANTER AREAS SHALL BE SET 2" ABOVE FINAL GRADE. PSE INSPECTOR. PROVIDED CONDUIT SAND SHADING x x . xQ ; o Cl 3" MIN `4 SPACERS) );) 4.PSE VAULTS IN HARD SURFACE LOCATIONS SHALL BE ADJUSTED TO MATCH FINISHED 2. THE CITY CONTRACTOR SHALL BE RESPONSIBLE FOR THE SECURITY ALL PSE MATERIALS ,N 1.5" MIN SAND BEDDING GRADE; IN ACCORDANCE WITH PSE STANDARD 6775.0500, PRIOR TO THE DELIVERED TO THE JOB SITE. INSTALLATION OF PSE CONDUCTORS & EQUIPMENT. MAXIMUM ADJUSTMENT UP IS 5"- 3" MIN MORE THAN 5" REQUIRE & ADDITIONAL RISER. 3. THE CITY CONTRACTOR SHALL SIGN MATERIAL MANIFEST SLIPS FOR ALL PSE AND OTHER SAND BEDDING FRANCHISE UTILITY MATERIALS DELIVERED TO THE JOB SITE FOR THIS PROJECT. SIZE AND NUMBER SIZE AND NUMBER 5.NOTE: THE CITY CONTRACTOR WILL NOT BE ALLOWED TO MAKE VAULT ADJUSTMENTS OF CONDUITS PER 2" MIN T-2" MIN OF CONDUITS PER AFTER PSE CONDUCTORS & EQUIPMENT ARE ENERGIZED. PSE LINE CREW WILL 4. INITIAL DELIVERY OF PSE MATERIALS TO THE JOB SITE REQUIRES A MINIMUM OF 10 DAYS PLANS (TYP) g'' 12" PLANS (TYP) PERFORM THE ADJUSTMENTS ON A CHANGE ORDER BASIS. ADVANCED NOTICE TO PSE STORES. MIN 1.5" MIN 6.THE CITY CONTRACTOR SHALL PROVIDE ALL SURVEYING NECESSARY TO ASSURE ALL 5. AFTER THE INITIAL DELIVERY OF MATERIALS, SUBSEQUENT BULK MATERIAL DELIVERIES TO PSE VAULTS ARE INSTALLED IN THE ALIGNMENT LOCATION SPECIFIED IN THIS THE JOB SITE BY PSE VENDORS REQUIRE A MINIMUM OF 5 DAYS ADVANCED NOTICE TO PSE QWEST & T DOCUMENT. THE CITY CONTRACTOR SHALL BE RESPONSIBLE FOR ESTABLISHING GRADE PSE STORES. CONDUITS CONDUITS ELEVATION FOR PSE VAULTS. �TYP JOINT UTILITY TRENCH (22 TYP LATERAL TRENCH 6. PSE REPRESENTATIVES WILL PROVIDE DELIVERY OF ALL MISCELLANEOUS MATERIAL 1 7.ALL PSE VAULTS SHALL BE CLEAN. & CLEAR OF CONSTRUCTION DEBRIS WITH ALL NECESSARY FOR DUCT & VAULT INSTALLATION, SUCH AS COUPLINGS, GLUE, BENDS, ETC., - KNOCKOUTS & COVER ADJUSTMENTS GROUTED TO PSE SATISFACTION PRIOR TO PSE WITH MINIMUM 3 DAYS ADVANCED NOTICE TO THE PSE STORES. ACCEPTING DELIVERY OF BARE CONDUIT & VAULT SYSTEM. 7. THE CITY CONTRACTOR SHALL PROVIDE EQUIPMENT & LABOR NECESSARY TO OFF LOAD • ADJUST DEPTH OF COVER AS REQUIRED TO CONDUIT INSTALLATION MATERIAL ON SITE. PROVIDE 6" MIN CLEARANCE FROM EXISTING 1.ALL PSE CONDUIT INSTALLATIONS SHALL CONFORM TO PSE STANDARDS 6800.6000, AND PROPOSED UTILITIES INCLUDING STORM 6800.6050, 6800.8050, & 6825.6505. 8. ALL VAULTS WILL BE DELIVERED BY THE MANUFACTURER TO THE JOB SITE AS FOLLOWS: DRAIN (SEE DWGS PP1-PP2) AND WATER 575. & SMALLER WITH A MINIMUM 3 DAYS ADVANCED NOTICE TO PSE STOREROOM. 5106 & MAIN (SEE DWGS W1-W4). 2.ALL CONDUITS SHALL BE ROUTED & INSTALLED PER CONDUIT TABLES, INSTALLATION LARGER WITH A MINIMUM 5 DAYS ADVANCED NOTICE TO PSE STOREROOM. DIAGRAMS,.& DETAILS IN THESE PLANS. 9. IF VAULT EXCAVATION IS NOT READY WHEN VAULTS ARE DELIVERED, THE CITY CONTRACTOR 3.THE CITY CONTRACTOR SHALL PROOF EVERY PSE CONDUIT RUN PRIOR TO FINAL PSE WILL PROVIDE NECESSARY EQUIPMENT TO INSTALL VAULTS. THE CONTRACTOR INSTALL ACCEPTANCE.: PROOFING IS DEFINED AS PULLING A MANDREL OF THE SAME MASTIC SEALANT BETWEEN DIAMETER THROUGH THE CONDUIT. MULE TAPE PROVIDED BY PSE SHALL BE PULLED THE SECTIONS OF MULT-SECTION VAULTS (SEALANT PROVIDED BY MANUFACTURER). IN BEHIND THE MANDREL IN EACH CONDUIT RUN AS EVIDENCE OF PROOFING, A CITY CONDUIT 24" 60" 600"" PLUG SHALL BE INSTALLED IN ALL SPARE CONDUITS. 10.ALL UNUSED MATERIAL SHALL BE RETURNED TO PSE AND OTHER FRANCHISE UTILITY PSE CONDUIT 36" 60" STORES & RECONCILED AFTER DUCT & VAULT INSTALLATIONS ARE COMPLETE, ALL OTHERS 30" 60" ABU ES SC G.Z, ap WAyy� .QO � a +" ^ AS SHOWN "°" "" °°' .6 NE 3rd/4th CORRIDOR IMPROVEMENTS a E 8/6/12 CALL 48 HOURS �`"c SCHOTT CITY OF PHASE 1 INTERSECTION IMPROVEMENTS 33242 BEFORE YOU DIG =� gRENTON o� S! u,,,N++' +mu�r"av�uess.surte°oo a,E�m, � DATUM PI ing�oved�nFo�P Colnstructk Dept. 1-800-424-5555 "u �P.W�Ha� 4 p T 253.W488WF WD UTILITY UNDERGROUNDING UG1 �_ NO. REVISION BY DATE APPR s GENERAL NOTES AND DETAILS TIB 8-1 102(033)-1 obert M. Hanson P.E.- ate 21 a43 NOTES: M POTHOLE SCHEDULE 1. SEE DWG UG1 FOR GENERAL NOTES, LEGEND, AND DETAILS. 2. SEE RIGHT OF WAY ALIGNMENT AND PROFILE SHEETS FOR - OX STATION OFFSET DESCRIPTION UTILITY EASEMENTS. WATER -II SAFEWAY u N _� .__ DISTRICT p L i I ----- 3. SEE DWGS PP1 THRU PP4 FOR STORM DRAIN PLAN AND __ a I 3W 6+68 27.4' LT TOP OF 12" PIPE ELEV=383.51 PROFILES. I j I _ I 3Q 6+91 24.9' LT TOP OF 10" BANK ELEV=385.60 6 Q2 I JOS P2 Rr 5WA 8+70 30.5' LT TOP OF PIPE BANK 3 0.08 7 18 4. STORM DRAIN CROSSING ELEVATION IS AT CENTER OF TRENCH - ------ 5WB 8+95 34.6' LT DID NOT FIND CLEAR TO 387.77 AND CENTER OF STORM DRAIN. IR1 I' - -N. L--__-_- __- 14 __ 15 U4 P IP 50 8+70 25.3' LT TOP OF 15" BANK ELEV=388.49 A DENOTES TRENCH RUN NUMBER. SEE DWG UGX FOR TRENCH + " AND CONDUIT SCHEDULE. - 6Q 8+09 37.2' RT TOP OF 818"PWIDEEBANK ELEV=389.89 ROPOSED WALL DRAIN - 9fl P1 y CROSSES JOINT UTILITY TRENCH IN }pUi ' ❑ � --- -___. INSTALL VAULT COMCAST TYPE 444 Cl z F- --._._ q (N) (S)_..x I U2 Q 11 8+ 2.5'0 C2 INSTALL PEDESTAL RISER - COMCAST 10x10 6V 10 32.5 RT DID NOT FIND 6 DEEP X Z EX 10' PHONE ESMT, .. a ) � Ist �..__ --- -I . _. .- - - - ". :_ _..�._. - __.- 13-- - - 22 I w W C3 02 v U2 PU4 ❑ TIUTY ESMT J04 P2 -- -� - U6 P4 i. O'REILLYAUT C3 INSTALL VAULT - COMCAST TYPE 9 INCH DIA. ° W �--�- _ CONSTRUCTED BY PSE D D -T .,- �__- p - - r-- ..: 12 U J 28 1 �t1 PU5\,C - -- -- - P1 INSTALL VAULT - PSE TYPE 3642 a w W -w -W .1_ - _ -- _--_---_� o \ P2 INSTALL VAULT - PSE TYPE 575 [- W W -- w-.. - -w _ - -T r _.___w_-_�---w---- I —9r.,- -- _- - -_P W -FO w W INSTALL VAULT - PSE TYPE 5106 T G— -- -- 0 N - '� - - 2 -=0 _.._.._ �—- -,- F - 23 W-�- - - — P4 INSTALL VAULT - PSE TYPE 1324 -- -- °. w W I v 24 3W 3Q I B P 44 PROPOSED S - - 16 - _ - -° U4 P IP- -D - D - 6 - Q1 W WATER MAIN EE 21 - -- D O INSTALL VAULT - CENTURY LINK TYPE 264-TA o _ 4 WATER PLANS u1 us c NE 4TH STREET — — — — — Q2 INSTALL VAULT - CENTURY LINK TYPE 910 . - -_- 8+00 17 18 19 20 R1 O tDI PROPOSED WATER MAIN --- S = -1= _.- -I 9+ 0 - _ SEE ELECTRICAL PLANS. t QI SEE WATER PLANS 8 J PROPOSED STORM=DRAIN; J - N- - -- 5-- s--��}.00 _ _ R2 EXISTING UNDERGROUND COR & RSD CONDOR/FIBER-OPTIC TO ___ �---� ---o_ .c-- - -c c-----I —1._. �, S E PP SHEETS 6V W SQ _ BE TEMPORARILY RELOCATED OR OTHERWISE PROTECTED BY W _ _ - - - - I —G _ — G— G _ G CONTRACTOR DURING CONSTRUCTION. SEE ELECTRICAL PLANS. _ _ G M - w —_ -W_ CONSTRUCT 4" CONDUIT RISER AND CAP 3" CONDUIT AT BASE LLJ VI.D -FO F 6W ----w- ..- _ --w- ----w _ ------ - - OF POLE. 1 _ - Z ~ _--F� W w W----- -— - -- O N UTILITY POLE PER SERVING - W--- UTILITY REQUIREMENTS - � W U1 CONSTRUCT CONDOR RISERS 0 -D-r .--� - D D -D ) --- --`I l T�! _ - 0 PO FO U2 EXISTING UTILITY TO BE REMOVED BY SERVING UTILITY. _D _ s , - - U3 EXISTING UTILITY TO REMAIN. \ 'I LL a - —� U4 INTERCEPT EXISTING UTILITY AND COORDINATE CUTOVER WITH \ �\ Z T / - IJJ 0 } - ` o III O SERVING UTILITY. Q I \ -- WID U5 EXISTING POLE TO BE TEMPORARILY SUPPORTED BY PSE FOR UP TO 8 REGULAR WORK HOURS TO ACCOMMODATE 6 --11� o;- CONSTRUCTION, INSPECTION AND BACKFILL OF ADJACENT JOINT 1 a 1 3 \ US PO T OFFICE p I UTILITY TRENCH. CONTRACTOR SHALL PROVIDE FIVE WORKING 7 I ® ® LL DAYS NOTICE TO PSE AND COORDINATE WITH ALL AFFECTED = _ ®® r cruv"u�x UTILITIES TO PROVIDE CONDUIT INSPECTIONS AND APPROVALS VACANT CONCURRENT WITH PSE'S POLE SUPPORT. ELECTRONIC o -� ---- - u MARKER PO I I ®__._._.,_ _ _ _ U6 OVERSET EXISTING UTILITY AND COORDINATE CUTOVER WITH SERVING UTILITY. PLAN SCALE IN FEET N LEGEND: 0 20 40 #-)I( PROPOSED LUMINAIRE LOCATION, SEE ELECTRICAL PLANS. CONDUIT QUANTITIES CONDUIT QUANTITIES ----- EXISTING EASEMENT TRENCHING ID TRENCHING I.D. QUANTITIES CITY OF RENTON(CORD QUANTITIES CITY OF RENTON(CDR)/ --- PROPOSED TEMPORARY CONSTRUCTION EASEMENT PUGET SOUND ENERGY CENTURY LINK COMCAST RENTON SCHOOL DISTRICT - PUGET SOUND ENERGY CENTURY LINK COMCAST RENTON SCHOOL DISTRICT (PSE) (Q) (C) (RSD) (PSE) (Q) (C) (RSD) RUN JOINT LATERAL ITS SIGNAUILLUM DWG RUN JOINT LATERAL ITS SIGNAUILLUM DWO NO. TRENCH TRENCH 21N 3 I 41N 61N 2 I 41N 6 I 21N 31N (NOTE 1) (NOTE 2) NO TRENCH TRENCH 21N 31N 4 I . 61N 21N 41N 6 I 21N. _31N (NOTE i) (NOTE 2) (LF) (LF) NO. NO.Y p?NO.'T4, NO."' NO., NO. NO..,tl. Na NO, NO. NO. (LF) (LF) NO. ', NO. NO. NO.1 NO. NO. NO. NO. NO, �� N0. NO. UG3 1 .120 '1' 3 0 3 2 5 2 1 UG3 21 10 3 UG3 2 5 ' - UG3 22 15 1 3 3 3 2 2 UG3 3 --10 -- - - -- 2 ----- -UG3 23 15 1 - -- UG3 4 10 �� 2 UG3 _ 24 _- 10 _-_ _� _- - 3 3 1. 4 2 2 UG3S 115 2 UG3 25 0 3 2 U23 8 5 1 4 UG3 26 5 3 5 u __UO3 - -- _....__._. 10-_....._- " °_ ..1 _ UO2_ 27 15 - - 1 UG3 8 20 i 4 . 3 2-. 5 - 0', 4 UG2 28 15 1 ; UG3 9 .15 1 E. _--_ UG2 29 - 15 1 UG3 10 10 2 SHEET TOTALS: 430 2259 ? 6 07 UG3' 11 120- 4 T p 3 .9 - " .5 2 4 1,INCLUDE ITS CONDUIT IN JOINT UTILITY TRENCH WHERE PRACTICAL,OTHERWISE COSNTRUCT ITS IN SEPARATE TRENCH. -UG3 12 10 -4 ___ ___ --_-_--__-_-_ SEE ELECTRICAL PLANS FOR DETAILS. ITS CONDUIT PAID AS PART OF ITS SYSTEM BID ITEM(S). UG3 13 _ UG3 14 20 -2 2.INCLUDE TRAFFIC SIGNAUILLUMINATION CONDUIT IN JOINT UTILITY TRENCH WHERE PRACTICAL,OTHERWISE CONNTRUCT SIGNAL AND ILLUMINATION CONDUIT IN SEPARATE TRENCH, UG3: 15 10 )% 1 'k SEE ELECTRICAL PLANS FOR DETAILS. TRAFFIC SIGNAL AND ILLUMINATION CONDUIT PAID AS PART OF RESPECTIVE TRAFFIC SIGNAUILLUMINATION SYSTEM BID ITEM(S). UG3 16 20 _3_ _3 —_ _5 J_ —2 3 UG3-- 17 -- 10.__ UG3 le 5 3 UG319 5' a• UG3 20 S -_ -_ rt- 5 :..`+I . ES 3C, of wAi 'fa sun:xm: scue lcxneu.•w.w 1a . °" AS SHOWN "°"a""w""' "' 6� CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS aE 6/8/12 CALL 48 .HOURS °" SCH01T PHASE 1 INTERSECTION IMPROVEMENTS 8.33242 BEFORE YOU DIG ��� � - - ,,eETZVOC r6 FENTON 4>:I3r 1 -10133ar"Ave"Ue 8F8Urre i'W L °"'E 1K" DATUM P Works Dept.AL s4. 1-800-424-5555 �"^ UP,WA9""°°"°asa OC�00�{� proved or Construct�n UTILITYUNDERGROUNDINGPLAN T.25T.WA.8600 F.]58B MO UG3 w� '�. NO. REVISION BY DATE APPR ^ ""`""�""�' NE 4TH ST-STA 6+00 TO STA 11+00 33)-1 M. ansn P.E. ate 23 x'43 G SEE,SHEET E4 FOR SIGNAL AND INTERCONNECT NOTES: . 1 VIDEO DETECTION . _ I � ❑1 CONSTRUCT TYPE 3 ADVANCE LOOP(S) PER WSDOT STD. 81 PLAN J-50.12-00 3 1 2 W 82 83 L-02 r1 4 LEI w ` ) 84 -y 71 ❑2 CONSTRUCT FOUNDATION AND FURNISH AND INSTALL BLACK N 12 4 4 6 L1 2 4 L3 + � Jl B ' 75 I 2-WAY PEDESTRIAN PUSH BUTTON POST WITH TWO TYPE 84 2 4 L7 PPB-M PEDESTRIAN PUSH BUTTON ASSEMBLIES PER DETAILS ON SHEET E8. 75 61 LEGEND:� RELOCATE LUMINAIRE 6 _— i FO - - - NEW DECORATIVE ROADWAY POLE AND LUMINAIRE a Z -56 _FO -- - r —_FO _ - Fo - F 0 Fo- ?� NEW DECORATIVE COMBINATION POLE AND LUMINAIRES Z .� - Q -- -- -- - _ -- _ FO O w W > ___ 86 57 i! i NE 4TH STREET 4. — __ _I _ -----_ FO--_ —i 4-w NEW DECORATIVE PEDESTRIAN POLE AND LUMINAIRE uj Q 2 - -.. <. - - - -- 5 4 1 84 .... 2 4 L5 - m 2.0i 3+pp 56 5 1 4 L6 5 i W RELOCATED LIGHT POLE AND LUMINAIRE a W - 1 -- '---- - = i - _4+00=- ---- -- V INDUCTION O Z -- - ------ l --I-�r�- (o N LOOP i - - w-�.-.. _ _ 1 4 -. m CD CONDUIT/WIRE NOTE, SEE SCHEDULES ON SHEET E4 - - - - - - - 8 7 75 1 4 1 �Q f7& 8 II— ILLUMINATION SYSTEM CONSTRUCTION NOTES: ( ABANDON_ W O1 CONSTRUCT DECORATIVE PEDESTRIAN LUMINAIRE, POLE AND Q FO -�r--- -T - r —_-T _ ----_ -_ _- — T I= 7 ABANDON 8 10 - - FOUNDATION. SEE LUMINAIRE POLE SCHEDULE ON SHEET t0 _ V 6 -p __��--' � -- � -- -R _ _ _ -- �` "=�I- 2 CONSTRUCT DECORATIVE ROADWAY PEDESTRIAN LUMINAIRES, V. P P __r= _ �- 13 - POLE AND FOUNDATION. SEE LUMINAIRE POLE SCHEDULE ON 7 g + ' SHEET E2. Pi � 6 1 3 5O . i � O3 5 1 1 I a - -- - -- + - -- _ I-ii O3 CONSTRUCT DECORATIVE ROADWAY/PEDESTRIAN LUMINAIRES d 61 10 1 3 5 AND POLE ON EXISTING FOUNDATION. PROVIDE PLAN I 1 (2) 1 3 5 I (2) 1 NON-STANDARD BASE PLATE AS REQUIRED TO MATCH �y SCALE IN FEET N EXISTING ANCHOR BOLTS. SEE LUMINAIRE POLE SCHEDULE Z 12 0 20 40 10 ON SHEET E2. O4 CONSTRUCT JUNCTION BOX TYPE 1, CONCRETE PAD AND 6 TYP LIGHTING UNDERGROUND SYSTEM ADJACENT TO POLE PER SEE SHEET E3. CDR STD. DETAILS J007 AND J008. 12 O5 REMOVE AND SALVAGE/RELOCATE EXISTING LUMINAIRE AND 9 84 1 (2) 1 (2) POLE. 84 r_ 74 4 6 11 8 F 84 +61 4 ++ + O6 CONSTRUCT NEW FOUNDATION AND INSTALL RELOCATED 75 4 4 10 7 5 4 61 75 LUMINAIRE AND DAVIT POLE PER COR STD. DETAIL J002. . - 84 O7 REMOVE AND SALVAGE EXISTING ELECTRICAL SERVICE. 1 -- __-- -- -- — ' I � REMOVE EXISTING O SERVICE FOUNDATION AND ABANDON 0 �_—-I� I - - �� � � CONDUIT CONNECTING TO ADJACENT JUNCTION BOX(ES). O8 REMOVE EXISTING ILLUMINATION SYSTEM WIRING AND _ _ _ _ _ ✓ - - T - - -- - ABANDON CONDUIT OR INSTALL PULL TAPE AS NOTED ON will )II( -- -- - — - = LAN. O - - - -FO- --FO IIII I i-- ._. - P _ R-..- __ .-. - _ --F i- --FO - _ __ _ FO -FO FO Q I i 4 -LB IIII - ------------ _-_- I g TYPE 8 JUNCTION BOX. BOX AND REPLACE WITH WSDOT W I 1 I' _� 11 -- -- - - - - 5 POINT OF CONNECTION AT PROPOSED PSE TRANSFORMER. W IIII 1 4 L9 1 2 4 1 POLE TAPE--- -- - .- - _ _ _ -- -- - ------ SEE UG PLANS. COORDINATE SERVICE CONNECTION WITH PSE 0 9 c 7+00 I =- - 8 ° NE 4TH STREET - - - PER PSE REQUIREMENTS. o _ - - ABANDO 9 0 3 is _ _ -=- 8 ABANDON +00 11 EXISTING LUMINAIRE TO BE REMOVED BY OTHERS. ., - 10+00 - _, �' - -- - 12 EXISTING LUMINAIRE AND POLE TO REMAIN. Z -- - - --------- ' _ —IIII I -- - - 8 v- - L-01 _ 13 INTERCEPT EXISTING CONDUIT AND WIRING AND EXTEND INTO J `---"------.�_-_- --_— --- a -. - i l _ L-02 PROPOSED JUNCTION BOX. SPLICE/RESPLICE WIRES IN = 10 13 'R IIII I 5 14 ' C3 ° -FO --r�- g t3 ---- - -- - ------ - - JUNCTION BOX. _y --- 111 � i --- /-/ g 13 �I - -- _ 14 REMOVE POLE FOUNDATION AND ABANDON CONDUIT. 7 ------ _. III Z - 0 i -:. o _ ^-_ _ :: .. _ F0 -6- _FO =}_ �. -- FO - _—e=_ _ T SYSTEM CONSTRUCTION NOTES: I a _ IIII Z -3 5 1 P P- - r OPROVIDE AND INSTALL SMFO/ETHERNET SWITCH IN EXISTING ---- 1 P—� TRAFFIC SIGNAL CONTROLLER CABINET. TERMINATE SMFO 8 1 4 CABLES)AT SWITCH. COORDINATE WITH CDR TRAFFIC 4 ---� OPERA I NS STAFF DURING CUT-OVER: o I, 10 3 5 1 ' I _ ....._.-.__ �_. 1 4 $UTILIZE PROVIDE AND INSTALL VAULT - TYPE 25-TA PROPOSED SIGNAL AND %" `� 4.: L-03 5 14 PROVIDE AND INSTALL WSDOT TYPE 2 JUNCTION BOX. ILLUMINATION SERVICE 13 g ,' -- �= =L-� - - FOR TEMPORARY SPLICES DURING CONSTRUCTION. --- - - 102+10 - - - ctwn u i O4 SPLICE SMFO CABLES IN JUNCTION BOX/VAULT. SEE P 3 5 SPLICING DETAILS ON SHEET E6. te s SCALE IN FEET (V 5 14 L TO SEA-04 ° O CONSTRUCT RISER ON EXISTING UTILITY POLE. P4 sc MATCH LINE STA 104+50 SEE SHEET E2 4Z QaF easy h0 0 20 40 102+47 q CALL 48 HOURS e AS SHOWN w"°w°° °°' .. CITY OF NE 3rd 1 4th CORRIDOR IMPROVEMENTS 8/6/12 c.SCHOrr RENTON PHASE 1 INTERSECTION IMPROVEMENTS ASR °3s � 1v BEFORE YOU DIG t +' 3 °�" V.RUSASHKA Plan n nu S 10183YTH AVENUE6E,8UffE 100 1---�E N� DATUM g/Bvedin For Works Dept. 1-800-424-5555 'Tr'" PUYALLUP,WABHINO d 8031< �E Al,n.— Ap roved For Constructi9n , ELECTRICAL PLAN-SHEET 1 El T.063.W4.6W0 F.263.604m if xm ax[ixcu .,,.,.w�mnn,.Wm NO. REVISION BY DATE APPR .nPm ro: 'u"'"�°'""'°• �d`Z 6 f: G TIB 8-1-102(033)-1 o e M. Hanson P.E. ate 24 X43 w USPS ELECTRICAL NOTES: N I W O1 CONSTRUCT.FOUNDATION WITH NEW ANCHOR BOLTS TO — W 100+OOI_ 101+00 102+00 WHITMAN CT NE _ MATCH EXISTING USPS LIGHT POLE FOUNDATION. INSTALL L0 - - - - _ _ - 1p3+00 " " " " " ' "f04+00 " " " " ' " ` N RELOCATED USPS LIGHT POLE AND LUMINAIRE. N. F - I _ - - - W O2 LOCATE, INTERCEPT AND EXTEND EXISTING USPS *., 90 �o ILLUMINATION CONDUIT AND WIRING TO NEW TYPE 1 ui JUNCTION BOX EXISTING WIRING WCONTNUOUS, WITHOUT P SPLICE, BETWEEN X - - x - - - - ---- - - � , _ -�_�__ - -- r- ADJACENT E (STING LUM NAI AND EARST EX STIN - JUNCTION. SPLICE NEW WIRING PE R N N CONDUIT RUN 0. 11 TO EXISTING CIRCUIT IN NEW TYPE 1 JUNCTION BOX. ILU 3 INTERCEPT AND EXTEND EXISTING CONDUIT TO RELOCATED a N 90 Z O Z F- GATE OPERATOR Z 41 o - - a -P 90 _ OR LOCATION. Lu P P 2 I O NEW WIRING WIRING EXISTING CONTINUOUS WITHOUT SPLICE BETWEEN EXISTING o ; POINT OF CONNECTION AND RELOCATED GATE OPERATOR VIA 3 I� EXISTING AND EXTENDED CONDUIT. REINSTALL a OPERATOR AND ASSOCIATED - 91 92 ' O EQU PMENT AND RESTORE WIRING. �. 5 Ix i 0 _ 3 m®®1 h I - - '--- - - --- ------ ---- L) III - ' � �� PLAN � 'O. SCALE IN FEET M 0 20 40 W Z LUMINAIRE SCHEDULE POLE STATION OFFSET -POLE FOUNDATION ROADWAY LUMINAIRE PEDESTRIAN LUMINAIRE. POLE NOTES NO TYPE ID NO NUMBER MH ORIENT CIRCUIT NUMBER MH ORIENT CIRCUIT L1 2+20 40.O'LT EX.ROAD 8 101 35' 0' 1 7939 L. RELOCATED POLE L-02 FROM STA 10+01 RT L2 2+96 36.51T PED 6 6 201 14' 0' 2 7941 LN L3 3+56 36.5'LT COMB (7) (7) 102 30' 0' .1 202 14' 180' 2 7943 LN L4 4+14 . 36.5'LT PED 6) 6 203 14' 180' 2 1 7945 L L5 4+71 36.51T COMB 7) (7) 103 30' 1 17 1 1 204 14' 1. 180' 2 7947 LN L6 5+48 . 36.5'LT PED 6 6 205 14' 180' 2 7949 L L7 5+93 36.5'LT COMB 7 7 104 30' 0' 1 206 14' 180' 2 7951 LN L8 6+50 36.5'17 .PED 6 6 207 14' 180' 2 7953 L 1 SEE SIGNAL POLE 105 30' 0' 1 208 14' 0' 2 7955 LN 2 SCHEDULE ON SHEET E6 106 30' 90' 1 209 14' 45' 2 7957 LN L9 8+25 36.5'LT PED 6 6 210 14' 180' 2 7959 L L10 8+65 36.517 COMB 7 7 107 30' 0' 1 211 14' 180' 2 7961 LN L1.1 9+93 36.517 EX ROAD 8 107 35' 0' 1 7962 N RELOCATED POLE L-01 FROM STA 8+89 RT L12 2+39 49'RT COMB"(7) (2) 301 30' 0' 3 401 14' 0' 4 7963 W (1) L13 3+66 41'RT COMB 7 2 302 30' 0' 3 402 14' 0' 4 7963 LN (1) L14 4+11 41'RT PED 6 6 403 14' 0' 4 7967 L L15 4+57 41'RT COMB 7 2 303 30' 0' 3 404 14'. T 4 7969 LN (1) L16 5+09 41'RT PED 6 6 405 14' 0' 4 7971 L L17 5+62 41'RT COMB 7 2 304 30' 0' 3 406 14' 0' 4 7973 LN (1) 518 6+17 47'RT PED 6 6 407 14' 0' 4 7975 L L19 6+71 52'RT COMB 7 2) 305 30' 0' 3 408 14' 0' 4 7977 LN (1) 4 SEE SIGNAL POLE 306 30' 90' 3 409 14' 45' 4 7979 LN 3 SCHEDULE ON SHEET E6 307 30' 0' 3 410 14' 180' 4 7981 LN L20 8+40 46'RT PED 6 6 411 14' 180' 1 4 7983 L L21 8+89 46'RT COMB 7 2 308 30' 0' 3 412 14' 180' 4 7985 LN RELOCATE EX POLE L-01 TO L11 122 9+45 46'RT PED 6 6 413 14'. 180' 4 7987 L L23 10+01 46'RT COMB 7 2 309 30' 0' 3 414 14'. 180' 4 7989 LN RELOCATE EX POLE L-02 TO L1 L50 102+10 27'RT 4 5. 501 N/A EX 3 EX RELOC RELOCATED POLE FROM STA 9+44 RT L51 102+47 28'RT 4 5 502 N/A EX 3 EX RELOC RELOCATED POLE FROM STA 9+77 RT , WITH �2; INSTALL ONDEXISTI�NGEFOUNDATION. LUMINAIRE BASE �63 PERCCOR EXISTING DECORATIVE PEDESTRIAN LUMINAIRE AND POLE (8) MODIFICATIONS AS NEC SSARYNTOJACCOMMODATE PLATE TO MATCH EX FOUNDATION ANCHOR BOLTS STD PLAN 005 REINSTALLATION OF EXISTING POLE. f3 SPLICE.TO EX USPS PARKING LOT ILLUM. CIRCUIT (7) PER CDR DECORATIVE ARTERIAL STREET LIGHTING POLE 43 RELOCATED FROM EXISTING MAIL DROP LANE' STD. PLAN 004, EXCEPT MODIFY MOUNTING HEIGHT AS NOTED IN SCHEDULE. AS SHOWN "�° "�°' "' sa CITY OF NE 3rd 14th CORRIDOR IMPROVEMENTS 8/8/12 CALL 48 HOURS C.SCHO,r 9�rc 33242 iy BEFORE YOU DIG ►' , °^w° =®`® FENTON PHASE 1 INTERSECTION IMPROVEMENTS A,p �p C •O.1�RCC79TEK�'1 ' `iw„ :t '.1 93MAV EM8UIIE- - V.RUBASHKA g C, loNAt ' g� �Fa,m: ^r--"'-� DATUM Pa ing/oved�nForP Coinstructks Dept. W 1-800-424-5555 eurAliuvwASe9 oeett< s „� ELECTRICAL PLAN-SHEET2 E2 7.]33.390.8999 F.25389AM 9wm [ ...w39,mroi.399i NO. REVISION BY DATE APP 3 9a. AND LUMINAIRE POLE SCHEDULE TIB 8-1-102(033)-1 /Robert M. Hanson P.E. 25"43 . . . . . . . I . . .L. : .I . :. :. I J LEGEND PRE-EMPTION SCHEDULE _ _ _ 01 05 - SIGNAL CONDUIT M I �. r I :-y- o CIRCUIT PHASE ($) PEDESTRIAN PUSHBUTTON POST W/ PUSHBUTTON tiJ 3 g II g I I s I I � O TYPE PS SIGNAL POLE CID g , ❑ A 2, 5 N .«-► EMERGENCY VEHICLE DETECTOR g I =0 02 - 0B B 4, 7 -«- PEDESTRIAN SIGNAL HEAD I g EASEMENT /I' i I n 2 C 1, 6 MAST ARM SIGN / / II 66 I 63 84 --� VEHICLE SIGNAL HEAD 84 74 1 D 3 8 I / -D VEHICLE SIGNAL HEAD ARROW INDICATOR I I I VE W/ AR 0 I ❑ 3 07 84�-' 31/81 �P- _-- I 5 76 74 � FUTURE VEHICLE SIGNAL HEAD 4 _ . -- VIDEO CAMERA 82 SN-1-_ --- -'I w q 1 11 I } I D E I 5 6 - I 04 � I I � 08 �► TRAFFIC SIGNAL POLE FN- -- --�- \ -1I' VD «Ra �, + TRAFFIC SIGNAL POLE W/ LUMINAIRE w 6 ? I M ®ITS JUNCTION BOX ES ( TYPES 1, 2 AND 8)W 7 I PHASING ITS PULL BOX W t r SIGNAL CONTROLLER II I I w-------w--- SIGNAL LOAD CENTER O -w- -- I w -N---- CL SN-�2 VC -w w ___ JUNCTION BOX SCHEDULE - _..-.-._ - FO IIII 74 64 65 ® 21 .. ,Y P:;w. --W- ..__._ BOX TYPE STATION OFFSET ELEVATION FUNCTION 2) NO -_ F-0-`--- Ft NO 1-- D D _62 I I _--T 0-- -FO TES LEFT TURN - D _D ---� ._. _D-- _ VDZ62 --- A 8 NE 4TH 7+11.2 48.4'LT (1) TS O - I -- - - - _�_-1 B 1 NE 4TH 7+24.8 46.3'LT (1) POWER (4) pE� 1 C 2 NE 4TH 7+22.3 45.3'LT 1) LT ON GREEN 0 1 NE 4TH 7+92.3 46.7' LT (1) LT NE 4th St Whitman Ct NE 2 NE 4TH 7+94.3 - .46.1' LT (1) TS RIO-12 V 1 IEIVP =VDZ61 F 8 NE 4TH 7+22.0 64.4' RT (1) TS 816"X78" 8"BSERIES 30"X36" I I G 2 NE 4TH 7+20.1 66.1'RT (1) LT "E" MOD LETTERS "E"MOD LETTERS B/W I I I N I H 1 NE 4TH 7+99.6 538 RT (1) LT SN-1 SN-2 T-1 Z J .o sa.1'RT (1)p 7+00 O TS STREET NAME TRAFFIC SIGNS 'Q =�_VDZ51 __ L 1= NOTES: Q - 5 - --5-- g Q 1 SET TO FINISHED SIDEWALK GRADE M 1 - ----s VDZ11I __;-.. S W Z G B5 I ~51 JZ l2) UNC71 O SIGNAL LIDS SSHALL LI E MARKED AS NOTED ACCORDING TO FUNCTION FOR POWER (POWER), MAST ARM MOUNTED SIGNS Z O I _ `I I I I, _ _ _-�__�__�_ ,- Z 3 TYPE 25TA VAULT FOR CITY OF RENTON IS. �4) WELD SHUT voz2� I G- 74-G A J NE 4TH STREET -I-- G--- G - - - -- - __ i G cP '-G U.O _I I I 21 c--- ---------O 21 - - - - -Iw SIG NAL POLE EQUIPMENT SCHEDULE W - 22 VEH SIGNAL PED SIGNAL PPB W/SIGNS SIGNS VDZ21 W POLE/ VIDEO EVP W 1"--W a I - W - _ --- -------- ._______ W NOTE POLE STATION OFFSET POLE TO DETECTOR DETECTOR OUAN T1 PE QUAN TMYTPE OUAN TYPE SNAME TRAFflC LUMINAIRE NOTES =1 tt TI__I- w-I W 6 = NUMBER f (III W SN-2 w ---w-W (TT) LLIm W _F0 _.s Il fh_-_- O 68 W 1 3 NE 4TH - 7+12.0 44:0' LT 1 1 3 M 1 E 1 APS-R SN-1 150W LED (1),(2) W --- - --T--- -- - -- r -- I-I- T --T -`� --'I`= -_ _- _---T FO - 2 3 NE 4TH - 7+89.7 48.T LT 1 1 2 M 1 APS-L SN-2 T-t 150W LED (1),(2) . 86 -FO FO 3 3 NE 4TH - 8+00.0 46.0'RT 1 1 3 M 2 E SN-1 150W LED (1),(2) 3 4 3 NE 4TH - 7+20.4 80.8'RT 1 1 2 M 1 E 1 APS-L SN-2 T-1 150W LED (1),(2) ----D'-- �'� D-c I-L...I-D- ---..D I D- D_ - - U -- D - - 5 PS NE 4TH - 7+98.5 44.0'LT 2 E 1 APS-R I 4 o �-�- ---- _ 2 P_ ( 6 PPB NE 4TH - 8+00.0 40.8' RT 1 APS-L 1 I a d 20 g 7 PPB NE 4TH - 7+80.4 55.1' RT i APS-R 1Y4, � .k I 20 9 I7 I' --- 1 7 g 9 � _- _ ,I s Sty�1 �� d� � �� I,� tl� -�-c� _ J --I (3) 6 1 ! (1) PROVIDE AND INSTALL PEDESTRIAN LUMINAIRE ON SIGNAL POLE. SEE DETAIL ON SHEET ILi AND LUMINAIRE POLE SCHEDULE. L/1 ----- _ _ (2) SEE DETAILS ON SHEET 154. 73 G B I I q sa SIGNAL CONSTRUCTION NOTES: 1® CONSTRUCT FOUNDATION AND FURNISH AND INSTALL BLACK 5 CONSTRUCT FOUNDATION PER DETAILS ON SHEET E8 AND FURNISH AND INSTALL - - - 0 t TYPE III'MODIFIED SIGNAL POLE WITH 45 FT MAST ARM BLACK TYPE PS POLE PER WSDOT STD PLAN J-20.16-00 WITH EQUIPMENT PER 22 64 72 o =D 7 PERMANENT I AND SIGNAL EQUIPMENT PER SIGNAL STANDARD DETAIL SIGNAL POLE EQUIPMENT SCHEDULE. _ _ ^ EASEMENT SHEET AND SIGNAL POLE EQUIPMENT SCHEDULE. • � R I I I I `� _� II g �' > N I ®6 CONSTRUCT FOUNDATION AND FURNISH AND INSTALL BLACK TYPE PPB POLE PER Itl _ I 70 71 22 CONSTRUCT FOUNDATION AND FURNISH AND INSTALL BLACK DETAILS ON SHEETS EB - E9 WITH EQUIPMENT PER SIGNAL POLE EQUIPMENT D - � I TYPE III MODIFIED SIGNAL POLE WITH 40 FT MAST ARM SCHEDULE. V AND SIGNAL EQUIPMENT PER SIGNAL STANDARD DETAIL O20 O Z I SHEET AND SIGNAL POLE EQUIPMENT SCHEDULE. ®7 CONSTRUCT FOUNDATION AND FURNISH AND INSTALL BLACK TYPE PPB POLE PER 26,27,66 DETAILS ON SHEETS E8 - E9 WITH EQUIPMENT PER SIGNAL POLE EQUIPMENT A/G 11,51 21,62,82 67,86,87 g I ` TYPE III UMODIFIED DSGNALAPOLE WITH 45NFT INSTALL MAST ARM BLACK SCHEDULE. PLAN AND SIGNAL EQUIPMENT PER SIGNAL STANDARD DETAIL 31/81 & 71/41 LED COUNTDOWN SCALE IN FEET N SHEET AND SIGNAL POLE EQUIPMENT SCHEDULE. O8 CONSTRUCT COMBINATION TRAFFIC CONTROLLER/BBS/ELECTRICAL SERVICE CABINET LED VEHICLE PER DETAIL 3 ON SHEET E8. PROVIDE AND INSTALL ELECTRICAL SERVICE CABINET PEDESTRIAN D 10 20 ®4 CONSTRUCT FOUNDATION AND FURNISH AND INSTALL BLACK PER CDR STD DETAIL NO. J010 & J012 AND BREAKER SCHEDULE ON SHEET E8. SIGNAL DISPLAYS TYPE III MODIFIED SIGNAL POLE WITH 35 FT MAST ARM AND SIGNAL EQUIPMENT PER SIGNAL STANDARD DETAIL O INTERCEPT EXISTING CONDUIT AND SWEEP INTO PROPOSED JUNCTION BOX. SHEET AND SIGNAL POLE EQUIPMENT SCHEDULE. SPLICE/RESPUCE WIRES IN JUNCTION BOX. PRUESSO 10 REMOVE EXISTING WIRING. oy WA a W pov v, o- Koxra"w�'x%n v'v°7 vv. ._ r., SCHOn AS.SHOWN s. CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS p�8/8/12 CALL 48. HOURS t. RENTON PHASE 1 INTERSECTION IMPROVEMENTS s ,z BEFORE YOU DIG M °^ K.BWTer1 t%B3YTHAVENUEe�SURE100 0NE1M1'" DATUM PI a /Building/Public Works Dept. wYOrn1 `�Y 1-800-424-5555 "ASHY. - roved For Constructi /Z TRAFFIC SIGNAL PLAN E3 - T.]5].E0I.8B00 F.251.W4Q189 Sc.[,.x9npucly TIB 8-1-102(033)-i ww.av`m.m.aom NO. REVISION BY DATE APPR o ert M. Hanson P.E. ate 26 X43 til RUN CONDUIT ILLUMINATION SYSTEM CONDUIT/ C4 RUN CONDUIT COR/RSD ITS SYSTEM CONDUIT/ No sizE WIRE SCHEDULE NO .SIZE CABLE SCHEDULE A #1 #2 #3 #4 2–#8 2–#8 2–#8 2—#8 SMFO 24 COUNT SMFO 48 COUNT 1– 8 GND 1–#8 GND 1–#8 GND 1–#8 GND 80 EXISTING 1 3 2 3 1 1" X 81 EX 2" 1 3, 1 4 2 2"(1 X 82 EX 3" 1 3, 1 4 3 .1^ X w 3^ 1 4 2 2 4 2"1 X X z.. 83 4" SPARE 5 1 1/2" X X Z. 3.(1) 2 2 6 EX EX 3 Uj 64 4 SPARE(1) 7 EX EX (3) EX (3) w 85 3"(1)'. 1 4 8 1" X 0 86 EX 2 1 5) 9 MATCH EX X X (1) LOCATE IN JOINT UTILITY TRENCH.IF PRACTICAL. OTHERWISE 10 2" X X IL PROVIDE TRENCHING. SEE UG PLANS. 11 EX EX 3 X O 12), EXISTING RELOCATED FROM OVERHEAD/ EX CONDUIT 20 2"(2) X X 3 EXISTING TO REMAIN 4 PIGTAIL TO TRAFFIC SIGNAL CONTROLLER CABINET 21 2-(2 X X 5). REMOVE AND RELOCATE TO/84\ 22 2"(2) X X X X 0. (1) LOCATE IN JOINT UTILITY TRENCH IF PRACTICAL. O OTHERWISE PROVIDE TRENCHING. SEE UG PLANS. (2) PAID FOR AS PART OF TRAFFIC SIGNAL BID ITEM. V 3 REUSE EXISTING CONDUCTORS FOR PROPOSED ILLUMINATION CIRCUIT(S). L C11 USPS ELECTRICAL SYSTEM SIGNAL SYSTEM CONDUIT/WIRE SCHEDULE W CONDUIT/WIRE SCHEDULE Z RUN- CONDUIT RUN CONDUIT VEH HD PED HD SPARE PPB VIDEO DET EVP DET SIGNAL SERVICE NOTES NO SIZE ILLUM GATE NO SIZE 5C 5C 5C 2C/S DET LOOPS 3C/S POWER #2 s Q 2- s 2-#10 0 CO—AX 2C/S #6 1-48 GND 1-410 GND 90 1 1/2"1 X 51 EX (2) 1 91 1 1 1/271 X 52 EX 2" 92 1 EX X (1) 53 EX 3" 1 SAME CONDUIT ASQ (1) REMOVE EXISTING. 80 54 EX 3" 2 [2] 1 SAME CONDUIT AS 82 55 E 2 2 1 1 SAME CONDUIT AS 81 PROVIDE AND INSTALL 56 2" 1 0 1 2" VIDEO DETECTOR AND TERMINAL. VIDEO CAMERA 57 EX 2" 2 SAME CONDUIT AS LU 55 WIRING IN EXISTING CABINET [ 86 Q I 61 2" 2 0 62 2" 2. Z 63 2" 2 1 1 1 1 P ® 54 P '� 1 IO 64 2-(1) SPARE 1' 65 3-(1) 2 2 1 2 1 4 1 _ D 1z 66 3" 2 1 1 1 1 1 C. Z 67 4-(1) 4 3 2 3 2 8 2 52 – ----P-----P -p— �TSr ,. O 68 2" 1 ?_� *�. V 69. 3" 2 2 1 1 1 51 r�. 10 70 3" 2 2 1 2 1 1 53 g lt,• –�N. 71 2" SPARE LU 72 4" 8 6 4 4" LU 6 4 8 4 PROVIDE AND INSTALL 56 1= 73 2" 2 VIDEO CAMERA ON EXISTING lU) 74 2"(1) 3 SIGNAL MAST ARM. CENTER NE 4TH ST W 75 2" 1 2 OVER LANE LINE BETWEEN LU LEFT AND WEST BOUND IU) 2 1 4 THROUGH LANES (1) LOCATE IN JOINT UTILITY TRENCH IF PRACTICAL. OTHERWISE PROVIDE TRENCHING. SEE UG PLANS. 2) EXISTING POLE AND MAST ARM. PLAN. N #J REMOVE EXISTING WIRE(S). SCALE IN FEET 0 10 20 da AS SHOWN °"w" °° °°' s. CITY OF NE 3rd 14th CORRIDOR IMPROVEMENTS 8/8/12 y CALL 48 HOURS c•scwff PHASE 1 INTERSECTION IMPROVEMENTS RENTON 33242 BEFORE YOU DIG K B'""'E" ELECTRICAL CONDUITI WIRE SCHEDULES d A�� �13TE u� 1Z 111111111 27 1 DATUM PI ing/Bu'Id' /Public Works Dept. E4 AL • 1 800 424-5555 - " 1 a proved for �on5tr��t �033)-1 NO. REVISION BY DATE APPR '^^�'@ obert M. Hanson P.E. D to —27�F43 VEH SIG VEH SIG VEH SIC PED SIG EVP DET CAMERA CONTROLLER TERMINALS 11 61 62 67 C VIC tR 611 R R 661 R R 661 R - H 761 R 590 0 °4 • LLJ EA 612 0 A 662 0 A 662 0 R 661 R M 762 G . . 591 Y fG 613 G - G 663 G G 663 G —0 662 0 .763 W 592 BL 2 w z w i C4 614 B 664 B 664 B —G 663 G 766 .0 —B 664 .B ¢ ¢ ¢ sl s w sss w sss w —W 666 w 7s7 B = a o a R .611 R PPB 67 —R- 611 0 8 a -19- 501 1-SC 0 612 -0— —0- 612 -Y 582 ¢ N -W 502 G- 613 G 764 B — - 1-5C. B 614 B 765 W 1-3c/s G 613 a BL 583 a B 614 -0- 584 1-5C W 616 W 1-5C —W-FROM —R 621 -BL 566 °' g POWER R SP.11 R 1-2C S CONTROLLER —0 622 w -0- 87 co w COIL AT END 0 SP12 0 —G 623 a a -Y- 588 v e s !� G SP13 G. 1-5C — a -BL 589 AST ARM B 624 Z.. OF A N B SP14 8 1-5C —W 626 -0 90 Z.w W 1-SC W SP16 W 1-5C —R 631 -Y 591 0 —0 632 op M -BL 592 e ¢ ° —G 633 a ! POLE 1 —W- 636 M a = —R 641 E.V.P. DETECTORS a a 0 - - =W 725 N N a to I'l EVP DET CAMERA —G 643 \a a B 724 a VEH SIG VEH SIG D VD 31181 82 —B 644 n 744 m —W 646 745 JR 681 R R. 6 81 R 587 0 —R 651 =B 764 682 0 A 682 0. R 681 R 588 Y —0 652 =W 765 �to m 683 G G 683 G —0 682 0 589 BL —G 653 uT '� -I =e 784 con 00 632 W 684 B `G 683 G —B 654 k =W 785 °000 s 634 BL 686 W' B 684 B —W 656 °a ¢ v 636 -w .1-5C —W 636 R PPB 66 —c sss m =R 7i1 x a PEDESTRIAN WB 632 0 _ 1_�c BL s33 G 764 B —B ss4 .o =c 722 N a PUSHBUTTONS CO-AX —W 666 =W 723 634 B- 765 W —R- 671 =0 726 t a d� 636 W 1-3C S —0 672 d n =8= 727 R SP21 R 1-2C/S FROM —,G: 673 \ s 741 fl COIL AT END 0 SP22 0 CONTROLLER —B 674 n 742 eh OF MAST ARM - G SP23 G 1-5C —W- 676 743 W B SP24 B 1-5C ® —R- 746 a W -g-P2-6 W —0 682 ao a 747 Z 1-5C 1-5C —G' 683 \ao a =R= 761 —B- 584 =G= 762 —W 686 =W 763 a POLE SP12 -DB i67 PREEMPT PED SIG PED SIG EVP DET CAMERA SP14 =G= 782 n WIRING CODE VEH SIG VEH SIG VEH SIG 86 27 A VA SP16 =W 783 e s 51 21 22 =0 786 lU ORANGE 24 VOLT ER 651 R R 621 R R 621 R — H 781 .R H 721 R 584 0 SP22 =B 787 FA 652 0 A 622 0 A' 622 O R 621 R M 782 G M 722 G 585 Y_ SP26 PEDESTRIAN SIGNALS BLUE GROUND FG 653 G G 623 G G 623 G —0 622 0 783 W 723 W 586 BL 654 B 624 B 624 .B G 623 G 786 0 726 0 Spil 656 W 626 W 626 ..W —B 624 B 787 B 727 B SP32 —W 626 W SP33 R 651 R SP34 1-5C 0 652 0 CO-AX SP36 1-5c B - 654 B 1-3C/S SP42 TERMINAL CODING 1-5C W 656 W 1-5C SP43 R SP31 R FROM SP44 ® CONNECT TO NEUTRAL BUSS COIL AT END 0 SP32 0 1-5C CONTROLLER SP46 OF MAST ARM G SP33 G 1-5C ® CONTROL SIDE TERMINAL CONNECTION B SP34 B 1-5C ® VEHICLE SIGNALS ® CONNECT TO DETECTOR COMMON BUSS W SP36 W 1-5C ❑ SPARE 1-5C POLE ®3 VEH SIG VEH SIG PED SIG EVP DET CAMERA PED SIG PED SIG 71141 42 26 B VB 66 87 PPB 86 R 641 R R 641 R R 641 R H 721 R 581 0 H 761 R H 781 R 784 B A 642 0 A 642 0 —0 642 0 M 722 G 582 Y M 762 G M 782 G 785 W FROM G 643 G G 643 G —G 643 G 723 'W 583 BL 763 W 783 W 1-2C S CONTROLLER to 672 W 644 B 726 0 766 0 786 0 FG 673 BL 646 W —B 644 B 727 B 767 B 787 B —W 646 W POLE 6 674 B 671 - R PPB 26 PPB 87 676 W WB 672 0 BL 673 G 724 B CO-AX 1-5C 1-3C S 784 B 674 B 725 W 785 W 1-5C FROM PPB 27 1-7C 676 W 1-5C 1-2C S COIL AT END R-.SP41 R 1-1- S FROM CONTROLLER 724 B OF MAST ARM 0 SP42 0 1-5C CONTROLLER 1-5C ® 725 W FROM G SP43 G ® 1-2C S CONTROLLER B SP44 B 1-5C 1-5C W SP46 W 1-5C POLE POLE 77 ,• BLESS POLE 4® G�woe*AS&Cl pp i�µ�w0 ioe3/inl CALL 48 HOURS o AS SHOWN :� CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS ah.8/8/12 � —v.RUMSHKc RENTON PHASE 1 INTERSECTION IMPROVEMENTS ASR 3a242 BEFORE YOU DIG l ID1B34HAf RUBfSNKA oY �ISTS�°o �Z t � ATUM Pla ning/Building/Public Works Dept. cc 1-800-424-5555 M�� PaYpL�aPm'mwW proved Fa �an5t�aatiar , SIGNAL WIRING DIAGRAM E5 WLL_ NO. REVISION BY DATE. APPR �^�• °T"EO x• 2 sir: TIB 8-1-102(033-1 '0°�°"°°m 0 ert . Hanson P.E. ate 28'43 CONSTRUCT COLD JOINT 4" BELOW TOP OF FINISHED.GRADE TO' NOTES: LEGEND ALLOW MONOLITHIC POUR OF SIDEWALK OVER TOP OF.SIGNAL POLE a VEHICLE SIGNAL HEAD BASE (TYP WHEN SIGNAL POLES ARE LOCATED IN SIDEWALKS). MOUNTING COUPLINGS INSTALLED BY FABRICATOR AT OFFSET DISTANCE b TRAFFIC SIGN . DEGREES CLOCKWISE TO TYPICAL INDICATED IN CHART. +' LLI ATTACHMENT POINT FROM 0 3/4" CHAMFER, NO CHAMFER IN c STREET NAME SIGN PAVED AREAS. N �2 FIELD INSTALLED. d PREEMPT DETECTOR AND LIGHT CONDUIT EXTENDS 1 1/2" ABOVE BASE ANCHOR RODS AND PIATES PER MANUFACTURERS �3 PROVIDE AND INSTALL DECORATIVE ROADWAY LUMINAIRE ARM WHERE SPECIFIED. a NOT USED TYPICAL El 0 SPECIFICATIONS 4 EA SEE SPECIAL PROVISIONS AND LUMINAIRE POLE SCHEDULE ON SHEET E2. ATTACHMENT 90' f DECORATIVE ROADWAY LUMINAIRE POINT 2"NOM. GROUT PAD WITH 1/_2" DRAIN HOLE FLUSH IN PAVED AREAS �4 PROVIDE AND INSTALL DECORATIVE PEDESTRIAN LUMINAIRE ARM WHERE SPECIFIED. 9 PEDESTRIAN SIGNAL HEAD i I SEE SPECIAL PROVISIONS AND LUMINAIRE POLE SCHEDULE ON SHEET E2. h TERMINAL CABINET ALL HANDHOLES `cam 1" MIN.-2 MAX. + 18 AT 180 .I. = _ i PEDESTRIAN PUSH BUTTON ASSEMBLY CLASS "4000" CONCRETE 1 HANDHOLE Z NOA RD OR SQ. HOOPS AS REQ'D AT w W POLE ORIENTATION o w aw°w - 1 -0" CENTERS k VIDEO DEFECTOR CAMERA. SEE DETAIL 1 ON SHEET 8. o ANGLE(PGA) 270' o = a.. DEGREES CLOCKWISE �� 2-1/2" CLR. I DECORATIVE PEDESTRIAN LUMINAIRE W FROM OFFSET LINE O BASE PLATE > TO.0'. POINT 8 NO.7 BARS EQUALLY SPACED POLE d LOCATION.STATION CONDUIT PER PLAN WIDTH OR DIAMETER C PER ABL SCHEDULE. 6"0 HOLE O QOq�fygY Y" PLATE D o I Q 3 PLAN PLAN 0 POLE ORIENTATION AND MAST ARM POLE ALL DIMENSIONS AND ENGINEER PRIOR NS SHALL AL FIELD �7L CHECKED BY THE ENGINEER PRIOR TO INSTALLATION. U ATTACHMENT POINTS-DETAIL FOUNDATION-DETAIL f � 1 P P . B4 1 k Bt 88 B3 85 M M a M - o 82 W b a a 87 BS B9 6010 5 1�'ao a Z a 0 0 2 F ° F I or 2 b SIGNAL DISPLAY VERTICAL CLEARANCE (FEET) FROM STOP LINE 4 0 40' 45' 50' 53'-150' MIN. MAX. MIN. MAX. MIN. MAX. MIN. MAX. 3 SECTION 12. 16.5 .5' 16.5 19.2' 16.5 20.9' 16.5 22.0' G G 2 G G 19-19 9 9 4 SECTION 12" 16.5 17.0' 16.5 18.0' 16.5 19.7' 16.5 20.8' 9 9 a 5 SECTION 12" 16.5 17.0' 18.5 17.5' 16.5 8,5' 16.5 H H 2 2 2 ° •I 0 a 0 oo I I I LIMITS OF VERTICAL CLEARANCE REQUIREMENTS I I-� 0 0 0 2,-D" �o MIN M ROADWAY CURB OR EDGE TYPE PPB TYPE PS TYPE 1 TYPE 2 TYPE 3 TYPE SO OF SHOULDER PPB POST PED. HEAD VEHICLE HEAD MAST ARM SIGNAL COMBINATION LIGHTING AND SPECIAL DESIGN STANDARD STANDARD STANDARD MAST ARM SIGNAL STANDARD POLE SCHEDULE STD MOUNTING MAST ARM SIGNAL MAST ARM DATA LUMINAIRE A ❑ NO FIELD LOCATION TYPE HEIGHT FT LENGTH OFFSET.DIST. FT Z POLE TO ATTACHMENT PT. WINDLOAD AREAS FT)2 (X)(Y) (X)(Y)(Z) ARM FT POLE ATTACHMENT POINT ANGLES (DEG) DEPTHS(FT) SEE NOTES O STATION OFFSET FT LT RT PDA Al A2 61 82 83 B4 85 B6 B7 BB B9 B10 m Bt 82 B3 B4 B5 B7 B8 69 810 TOTAL(FT) C D E1 E2 F G1 G2 H I1 12 3'RD 4'RD 1 4TH = 7+12.0 44.0 X 0 III 18.0 30 45 41 32 18.5 21 35 12 9.2 9.2 9.2 12.5 1015 10 0 0 0 90 0 9' 7' 1 2 4TH 7+89.7 48.7 X 0 III 18.0 30 40 36 38 28 21 33 20 12.2 7.5 9.2 9 1169 12 90 90 90 0 9' 7' 1 3 4TH - 8+00.0 46.0 X 0 III 18.0 30 45 43 35 18.5 .24 40 20 9.2 9.2 9.2 12.5 1188 12 0 0 180 270 90 270 9' 7' 1 4 4TH -7+20.4 60.6 X 0 III 18.0 30 35 32 35 24 21 30 12 12.2 7.5 9.2 9 982 12 90 90 0 0 0 9' T 1 5 4TH - 7+98.5 44.0 X 0 PS 0 90 90 2 6 41H - 8+00.0 40.6 X 0 PPB 270 2 7 4TH - 7+80.4 55.1 X 0 PPB 0 2 ❑j SEE.SPECIAL FOUNDATION DETAIL F2 SEE.SPECIAL POLE INSTALLATION DETAIL POLES gC A �ERnfi1 I"W iY - . CALL 48 HOURS Z �"� SAS s►IGWN "°""°'""�"'°'� °' .� CITY OF NE 3rd 14th CORRIDOR IMPROVEMENTS B/s/t2 �•�"KA PHASE 1 INTERSECTION IMPROVEMENTS 97E; ` BEFORE YOU DIG V.RU�HKA RENTON IsT mss-nvs"us ss,suirt�ao � � - ---- _DATUM PI n1Ang/Building Public Works Dept. 1-800-424-5555 Ta.w-W�F 4,n,< " proved For Construct SIGNAL POLE SCHEDULE AND DETAILS E6 - T.]53.EOG., F.153 W4QNY 0 O �(.� 5 - TIB 8-1-102 033)-1 - "w.aa�`..�- NO. - REVISION BY DATE APPR �`"`"10A�""� Robert Hanson P.E. Date rr 29 OF CAMERA/HOUSING rlLr & PAN BRACKET BREAKER SCHEDULE K MAIN: 100 Amp, 120/240 V W BRANCH BREAKERS ILLUM UMLCIRCUT p1:120VAmp, 240V ILLUM CIRCUIT 2: 20 Amp, 240V VIDEO SPLICE ENCLOSURE WITH ILLUM CIRCUIT 3: 20 Amp, 240V DRIP LOOP WEATHERTIGHT CABLE ENTRANCES ILLUM CIRCUIT 4: 20 Amp, 240V CONTACTORS: 30 Amp (4 EA) w 00 CABLE CLAMP o (BAND CLAMP IS UNACCEPTABLE) w r -CO. w w W: MAST ARM a .W 0 SHIM TO PLUMB 3/8" DIAMETER a FRONT PLASTIC DRAIN SEE NOTE 2 FRONT (ONE PER CABINET) �- CAMERA MAST-ARM MOUNTIN n p4 HOOPS (EQUAL SHIM TO PLUMB pDETAIL SPACES) SEE NOTE 2 NOT TO SCALE v ?IT V VIDEO DETECTION NOTES: N 1/2 CHAMFER "! EXISTING 1. ALL GROMMET ENTRANCES SHALL BE SUITABLE FOR THE SIZE AND SHAPE OF CABLE. 1'-2" HORIZ. 2. CAMERA ROTATION IN HOUSINGS TO BE ADJUSTED TO PROVIDE LEVEL MONITOR PICTURE. 3. DRIP LOOP SHALL BE 6 TO 8 INCHES: ELEVATION VIEW M REINFORCEMENT BAR DIAGRAM W 4. ALL HARDWARE FASTENERS SHALL BE STAINLESS STEEL, TORQUED Z TO MANUFACTURER'S RECOMMENDATIONS WITH LOCKNUTS. BACK 4 PIECES 5. POWER LEADS SHALL BE INSTALLED WITH SUITABLE COPPER OPEN SPADES. 6. BNC CONNECTORS SHALL CONFORM TO VIDEO VENDORS RECOMMENDATION. TRAFFIC CONTROLLER CABINET COMBINATION ELECTRICAL SERVICE&BACK–TO–BACK ` 7. CONTRACTOR SHALL UTILIZE TOOLS AS RECOMMENDED BY VIDEO VENDOR. BATTERY BACKUP CABINET 8. TILT AND PAN BRACKET, SENSOR BRACKET SHALL BE ALODINED ALUMINUM. DIRECTION OF TRAFFIC 84 HOOPS n 9. THE UNIVERSAL HUB PLATE SHALL BE CAST ALUMINUM 6063-T6. 0 a 94 HOOPS w 10.. ALL FASTENER PENETRATIONS OF CABINET SHALL BE SEALED WITH APPROVED METHOD. O O D ° + 3/8" DIAMETER PLASTIC DRAIN m w 0 z (ONE PER CABINET) D I + w s O O v 0 m ca a N Q o O 3m it m FRONT V) SEE NOTE 4(TYP) \ SEE NOTE 4(TYP) z a a .8 FRONT FRONT VIEW CD SEE NOTE 7 ISOMETRIC YYY a — 3- 4 REINFORCEMENT BAR 3m (EQUAL SPACING) NOTES: 1. MOUNT TOP SHALL BE FINISHED BY A CONCRETE CONTRACTOR AND SHALL MEET THE REQUIREMENTS OF SECTION 8-14.3 IN THE WSDOT STANDARD SPECIFICATIONS. 4 2. PLACE SILICONE SEAL BETWEEN THE FOUNDATION AND CABINET. CONTROLLER SERVICE/ TO CAMERA: 3. ANCHOR BOLTS AND THEIR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER AND SUBMITTED CABINET BBS DUAL-ELEMENT �.--Z TO CONTROLLER: TOT HE ENGINEER FOR APPROVAL. SIX-CONDUCTOR DUAL-ELEMENT SIX-CONDUCTOR 4. CONDUIT-SIZES/QUANTITIES-FOR THE CONTROLLER AND CONTACTOR CABINETS SHALL BE INSTALLED 10" WIDTH +1" 10" WIDTH +1" 10" PER THE CONTRACT PLANS, PLUS ONE 2" SPARE CAPPED OUT PAST THE FOUNDATION. VIDEO SPLICE ENCLOSURE _ 5. CONCRETE SHALL BE CLASS.3000. DETAIL 6. 2" CONDUIT SHALL BE PLACED FROM THE BBS TO THE CONTROLLER CABINET, AND FROM THE BBS PLAN VIEW NOT TO SCALE TO THE CONTACTOR CABINET. 7. LOCATE CONDUITS CENTRALLY WITHIN THE CABINETS. VIDEO ENCLOSURE KEY: VIDEO ENCLOSURE NOTES: B BLACK RG-59 COA%CONNECTOR COMBINATION TRAFFIC CONTROLLER/BBS/ELECTRICAL SERVICE CABINETS FOUNDATION �- - (� - 3 W . -WHITE DETAIL R - RED - O WIRE NUTS G GREEN NOT TO SCALE Br – BROWN - O INSULATED MALE/FEMALE BI -BLUE - SPADE CONNECTORS - AjyLES Sc.. O4 COB WEATHERTIGHT FIRINGS G.1r�0p WaSy�4c j% - O ENCLOSURE . w CALL 48 HOURS ``` " AS SHOWN °°` ""w'"°''°°' F►. CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS r 8/8/12 A X242 R50N C.SCHOTT PHASE 1 INTERSECTION IMPROVEMENTS BEFORE YOU DIG °^^" K.BRAATEN RENTON 6� �,V "r,d' �oieaarH�voiueae surreiao --.— � DATUM PIa Wing/Building/Public Works Dept W °HaL 1-800-424-5555 - wrvuwP.wnsxttooNean. NLL Approved For ConstrUCt� SIGNAL DETAILS E7 r.ra.eoa.e�o r.ra.exar� - o- TIB .8-1-102(033)-1 'wm N0. REVISION BY DATE APPR ober M. onson P.E. °e �� 30°f 43 PIPE CAP W NOTES 1. DETAILS SHOWN FOR PPB POLE. SIMILAR TYPE M 1 OR TYPE PS POLES. SEE WSDOT STD PLAN J-21.10-02 FOR ADDITIONAL DETAILS. .. BASE PLATE S'=18.5":MAX APS PUSHBUTTON STATION 2• SEE SHEET SG3 FOR ADDITIONAL PPB POST AND FOUNDATION DETAILS 5'.SIDEWALK FORM FOUNDATION CAP TO MATCH CURB AT BACK OF a (/) PEDESTRIAN RAMP w ..W 10" MAX 8" I o L ii LU SOUP p ='S' + 4" CONSTRUCTION JOINT � I. a o I POLE FOUNDATION CAP A DETAIL O NOT TO SCALE U CID I Cl) W Z X Q FOUNDATION BELOW CAP 1'-8" SO OR I ` - g" 1'-6" g" 2'. RD. TYPE PPB 2'--3" RD. TYPE P/PS 9" 8" THICK CEMENT CONC CAP SCORE TO MATCH ADJACENT CURB 'o PEDESTRIAN CURB (WHERE SHOWN ON PLANS) I FF� °O 4" MIN THICK CEMENT CONC SCORE TOP AND CAP. INCREASE DEPTH AS 6" FINISH FACE OF 2 NECESSARY M N BURYODEP H�BELOW I FOUNDATION MATCH ADJACENT d. ADJACENT SIDEWALK PEDESTRIAN CURB "LEVEL LANDING" 44� 1.9% MAX IN EACH DIRECTION TOP OF SIDEWALK POLE INSTALLATION B �2" MIN BURY DEPTH DETAIL NOT TO SCALE COLD JOINT ELEVATION WITH LANDING POLES Sc DETAIL Gq tae WAIII NOT TO SCALE �. NE 3rd/4th CORRIDOR IMPROVEMENTS �E.8/8/12 CALL 48. HOURS As sHOwrl CITY OF C.scr,orr RENTON PHASE 1 INTERSECTION IMPROVEMENTS 3324 BEFORE YOU DIG 3' °"""K.aRMT "° g SS,a�AL eg 1-800-424-5555 � � W �`°� u — DATUM Pla A9�a�ed`nFofPColnst ucta Dept. " T.453:04.8^00 F.]St.E04.6/99 pp q�q�� PEDESTRIAN PUSH BUTTON POST DETAILS E8 w««.ror"me"..wm NO. REVISION BY DATE APPR �"^^^'^"� b9"`"Lp1m'"�' —£--"f-`--Z SHEET 1 TIB If 8-1-102(033—1 ert M. anson P.E. Date 3t°43 a 2 1/2" PIPE CAP +� W, TOP OF POST N z M Z 0 PEDESTRIAN PUSH So BUTTON POST I .3 . 2 1/2. 5/8" DIAM. w I i HOOLE TYP. FIELD DRILL AND TAP Z FOR 3/8" BOLT w -W 4 1/2" DIAM._ FIELD DRILL AND TAP FOR BOLT CIRCLE e Lu 1/2" CHASE NIPPLE I \ PEDESTRIAN PUSH _ C41 CL BUTTON POST - N 1/6 fY 1/2" STEEL PLATE . .O 3/16 O POST BASE PLATE V DETAIL 2 DETAIL 4 NOT TO SCALE NOT TO SCALE t PEDESTRIAN PUSH BUTTON POST, 1/8 2.1/2" DIAM. SCHEDULE 40 STEEL PIPE 3/16 a W .1/2" STEEL BASE PLATE Z DAM. STEEL HEX NUT, WITH 1 1/2" FLAT WASHER, 2 EACH REQ'D PER.ANCHOR BOLT - MINIMUM OF 2 GROUT,PAD - INSTALL.AFTER THREADS ABOVE TOP OF NUT OR 5/8" MAX (TYP.) PLUMBING STANDARD I CONDUIT COUPLING — INSTALL ` 3/4" CHAMFER (TYP.) FLUSH WITH TOP OF FOUNDATION TOP OF FOUNDATION N cl 04 .1/4" PREMOLDED JOINT FILLER i v 1 1 2" DIAM. HOLE ANCHOR BOLT TYP. 1" DIAM. / �D HOLE TYP. " x (TYP.) 1 2 18" FULL THREAD ASTM F1554 GRADE S.S. F �^ BUTS, AASHTO M291, GRADE A. WASHERS, ASTM F884 OR ASTM F436 D I F D 1 1/2- D COMMERCIAL CONCRETE � D D 4 1/2- DIAM. � — 1/4' STEEL ANCHOR BOLT TEMPLATE BOLT CIRCLE PLATE D (TYP.) 1/2" HEX NUTS, STEEL, 4 REQ'D. " PER ANCHOR BOLT FLAT WASHERS, ANCHOR BOLT TEMPLATE 4 REQ'D. PER ANCHOR BOLT DETAIL 1" DIAM. ELECTRICAL NOT TO SCALE CONDUIT 6" 2' — 0" DIAM. (FOR ROUND FOUNDATION) 1' 6" (FOR SQUARE FOUNDATION) FOUNDATION a�LESSC DETAIL �4 of WA&I �o NOT TO SCALE W CALL 48 HOURS -�. iei,2 SEAS SHOWN 7"' 6� CITY OF NE 3rd 1 4th CORRIDOR IMPROVEMENTS .-3324EBEFORE YOU DIG ' � ��'scNmr - „u PHASE 1 INTERSECTION IMPROVEMENTS A� R�rs .K.BRAATEN Pi ,n RENTON G\ ioaseTM AVSNUS essurretoo� DATUM 9/ /P ublic Works Dept. 1-800-424-5555' FUYA�U=,—� ON m A rovedlnFor Constructio T.]S9 W4E�0 F.163.E0<6lOB "xp,OHE YLLM PP PEDESTRIAN PUSH BUTTON POST DETAILS E9 www� .o"p N0. REVISION - BY DATE APFR ac"c wcaoma.T2- TIB # 8-1-102(033)-1 o ert M. Hbnson P.E. Date SHEET2 32`43 C) T- EXISTING TRAFFIC SIGNAL. MCONTROLLER CABINET M EXISTING TYPE 2 JUNCTION.BOX I / �_ -- -EX 24 SMFO \ / -w W.. . I I I. 24 SMFO 0 I I ( — � I / / \ 0 I I FO SWITCH, SEE I I SPECIAL PROVISIONS G V I I 82 L. 1 w d' I M. TO EX VAULT ON WEST'. uj Z SIDE OF UNION AVE NE, APPROX 500' EXISTING TYPE 2 JUNCTION BOX IN NORTH OF NE 4TH ST I I NE CORNER UPGRADED TO TYPE B INTERSECTION OF INTERSECTION OF NE 4TH ST/UNION AVE NE NE 4TH ST!WHITMAN AVE NE EX 24 SMFO 24 SMFO PIGTAIL TO EX TRAFFIC PROPOSED VAULT TYPE 25-TA EX RSD 48 SMFO RELOCATED INTO PROPOSED VAULT TYPE 25-TA SIGNAL CONTROLLER,.UNION AVE NE IN NE CORNER OF INTERSECTION NEW CONDUIT IN JOINT UTILITY TRENCH IN NW CORNER OF INTERSECTION - - -- - - - - — - - - - - - - - - - - - - - - - - - — EXPSEPOLEII'_05� APPROX STA 9+07 EX RSD 48 SMFO - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - nYn 44 — EX COR o 48 SMFO 3Q — I�yaw 83 EX COR 48 SMFO RELOCATED INTO EX COR 48 SMFO RELOCATED INTO 84 NEW CONDUIT IN JOINT UTILITY TRENCH NEW CONDUIT IN JOINT UTILITY TRENCH z ga 24 SMFO PIGTAIL TO PROPOSED TRAFFIC SIGNAL CONTROLLER, WHITMAN AVE NE p PgL E S gc IL z�/ WA Sit, AS SHOWN °� ' "' d�. CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS NWE 12 CAL L 48 HOURS PHASE 1 INTERSECTION IMPROVEMENTS ; .BEFORE YOU DIG ; l RENTON tO1B38iN�VFNUE SE,BUf1EtW iAnAR i °A� DATUM Pla ning/BuiIdin /Public Works Dept.r-r�"' - Fuvw.uP,wneHmoronsarra _ a0" PProved �or Constructi n 1-800-424=5555 ITS-FIBER-OPTIC SPLICING DETAIL0 -T.'L$J.EOO.B000 F.]53B04 ww...peremanKOan N0. REVISION - BY DATE APPR wom`m: ""EfAO"0'"''`�033)-t Hanson P.E. ate X43 4 5 I 5 ! CHANNELIZATION NOTES: o i N N a O1 r .., INSTALL DOUBLE YELLOW RPM CENTER r' I + +± ¢ R-01 v+ _ a LINE, PER CITY OF RENTON STD PLAN SKYWAY TOWING U. a 3 SP H001 INSTALL RPM APPROACH LINE PER CITY - 3 OF RENTON STD PLAN SP H002 INSTALL PLASTIC TRAFFIC ARROWS PER CITY OF RENTON STD PLANS SP H002 ZLU ( 0 AND H00B �$ W - p.:_, INSTALL WHITE PAINTED WIDE LINE PER WSDOT STD PLAN M-20.10-02 Z S=17 S-18 O . - BIKE LANE ENDS -- - - - -- -_ ___ - - _ OS �.�.g INSTALL WHITE PAINTED BICYCLE LANE V F... _ R3-17 R3-17bP NE,4TH STREET - - - R-02 --- - - --_m PMH009 2ER CITY OF RENTON STD PLAN Z. - - - - S __ - 'o W +..---�_. � - 3+00 1 W 9 . _ -"-"�-- I-__ _ 4+t00 - = CITY OF RENTON STD PLAN SP H008 --� ��_s �� RIGHT TURN ONLY W 6 INSTALL 18" PLASTIC STOP LINE, PER 0 O II II II + II INSTALL CROSSWALK LINES PER CITY OF O RENTON STD PLAN 128. INSTALL 4" WIDE PAINT LINE LU - - - _ - ---- Z U9 REMOVE PAVEMENT MARKING (PLASTIC I= EXCEPT AS NOTED OTHERWISE) � °D - Ir_ REMOVE AND RESET WHEEL STOP INSTALL PAINTED ACCESS PARKING SPACE V N+ 1 _ SYMBOL PER CDR STD PLAN SP H009 12 END, OFFSET 5.5' RT w I o_ PLAN � � ¢ 12 TYPE C PRECAST TRAFFIC CURB PER SCALE IN FEET N I 12 BEGIN, WHITE, �' CDR STD PLAN SP F002 ! W/ NOSING, 12 BEGIN, M. 0 20 40 OFFSET 5.5' RT YELLOW LEGEND: Z 1 BEGIN, OFFSET 6' RT 0 INSTALL NEW SIGN ON NEW POST 2 BEGIN, OFFSET.6' LT O 4 BEGIN, OFFSET 28' LT 4 END, OFFSET 28' LT 12 BEGIN, YELLOW, RELOCATE EXISTING SIGN TO NEW POST 2 BEGIN, OFFSET 6' RT co OFFSET 6 R O REMOVE AND SALVAGE EXISTING SIGN 4 BEGIN, OFFSET 28' RT + 2 END, OFFSET 6' LT 3 5 3 4 .END, OFFSET 28'.LT + 9 END, REMOVE RPMS 5 00 0 000 12 END, OFFSET 6' ko co TO STA ¢ + + to Ca r-+ 4+74 R-02 8+ + a a $ + RT. W/ NOSING v¢~i RIGHT.TURN I co 00 fii o IL - � ' L - - -- - - - > �-- SEE SHE_ETICH2 - - -_ U Uj RPMS - Lu INTERSECTION 9 7 __ - - - - - - _ _ - -- _ S 19 S 20 NE 4TH STREET BIKE--17 R3-17aP- 09 - - - 77- TOO 10+00 . _ -- 7t --- ��_— `= R-12 STOP f~/�L'-- - 9 9 - —_ -12 NOSING v f W _. - - - -- _. I_:. ' o 0 0 R-13 FASTEN Z ----. - - - - - - - - - - - - - - SEAT BELT SI _� - X-14 RIGHT 1 / TURN 7 i - ---- -y- ONLY :SSE SHEET i — — _- CH2 /. / — 0 -- + n ^ X-17 ♦ - ` I - _- j� -- - - - --- --- +� ¢ °° 5 12 END. W/ � �/�/ N051NG STOP / I °MAI ROPS" FASTEN R-10 / I -16 4 OFFSET 6 END, OFFSET 6' RT Z 9 RIGHT R-03 g' BEGIN, REMOVE RPMS g TURN X-04 / I / I DO NOT ENTER 28 RT SEAT BELT ONLY / PLAN E R-O6 ONE WAY / I R5-1 18" FASTEN BELT R-05 SCALE IN FEET N R-07 ONE WAY ENTER T R-11 J S-15 a• _ Pg1ss Sc DO NOT ENTER G1 QOF easq� y0 .0 20 40 R5-1 18" h + "'baAS SHOWN HgOXA010°'�801 .i. CITY OF NE 3rd 1 4th CORRIDOR IMPROVEMENTS �.E 8/8/12 u' r CALL 48 HOURS WHM ..� _ A� a 33242 BEFORE YOU DIG °""":V.auatsHwt .¢ RENTON PHASE 1 INTERSECTION IMPROVEMENTS - - FT-E 10D Plo 'ng/Building/Public Works Dept. � .1-800-424-555 �P•W�H ��T< pproved For Constructio CHANNEL17ATION AND SIGNING PLAN -CH 1 OM.6EW F.2S.BM6AB it xm ac� 8-1-102(033)-1_ -"",•.w in - NO. - REVISION - BY- DATE APPR 1°°M1°''@ "�" ONCY obert M. Hanson P.E. pte NE 4TH ST " 34 x'43 G. N � I z w CV of w U m = n Wz nwN° wz wo Z U 'o w m U n za m x w g0 ao O a a w z �n za a �N 0- O �N JNO UZ Z� YN w 'L KO J� �Z 0p UZ dZ N Z Z�+ �yJj �� ° N S m o Z OW UZ �i n' W N W liQ. JN Z 3 W QO d v) yWO as y <Z Q� 2 d W N Q� ~a a Z z- u) Z CW W d U Z o d Z 3 J w W r w W U z t OF to Z c J~ m Q� v�l� wa �U a-~z Na 3 '�'�Z o rzw wg z z w � Jp. °os pro a-wm 3 3a� °rz � v a� ¢ as ao oz v) �� zz WJo- JZ u.o J JJO JW JZ J' W W J-� U� U' ¢ R Z H a °x az a°S ao ami a°} a° a o�w o aom wN z 3 a n_ tt7 Ya' O Zp N4. �Z N }�}6 C W N W U w m� d}° N N tq Q Z 9-c) ?O ?UQ ?'s ?!nN ?U ?� z , Q 0 O a s J - O ? W w V W N t~> W _ t_ J Z - - Z Z 2 Z _ _ � W � 000000086000J � � X W � a a a � m M0138 33S 0S+VU d1S 3NI1 H3_lb_W _ �''Z Y rn I - I.I y �� Zao w I-iJ 1 Ii I I `\ j i\ F-1 aL> a u ° o O co m M.9L+ti0L V1S I LJ �n i N 4L+40L V1S o %( 1 + it i /\ \ Q I C9 s II °� co W I Q Q I I II�II'\ i i I Na dU l it y 1 SZ� \ W j o I � I a �� N It O "+CO col .^ O O 11 w j I ti i W. J' I � ° }� I o 1 I1 ww m °° - -- Y a ° a -.. \ II -- I X £z Z a ui V .f - ❑ ❑ o 0 °o( �_c °z °z o W vises w I J —; 0 a N I o .I uj o uj I J uj +sot ° W 0 0 m m �� ❑ 3 ---� sa (o 00+90L VLS In --� - L °n ••g=_-___ -- I i M I' W co a u 133S.Ls Hlb 3N.� _ _ _ - _ rn _C) d T T - � _ �YW ,. N —`- - L8+4o1 V1S \ EL o L m �/ a U_ o of w w i ' 3A08d 33S OSOU VIS 3NI7 HOiVW ZHO-S£ SJ.N3W3AOMdWi M04R1103 Lill'/PC 3N emwid-todsw�tns :3— NOTES: J I I 1. ALL WORK SHALL BE PERFORMED TO THE ' I I SATISFACTION OF THE OWNER'S M I REPRESENTATIVE/OWNER. 2. NO PLANT MATERIAL SUBSTITUTIONS SHALL BE PERMITTED WITHOUT PRIOR APPROVAL. SHELL I i I SEE SHEET LS4 FOR PLANT SCHEDULE, STATION TACO TIME AUTO ZONE DETAILS, & GENERAL NOTES. 3. PROPOSED SOD AREAS SHALL RECENE 6" LJ --- ; DEPTH TOPSOIL. LANDSCAPE BEDS SHALL w I RECEIVE 12" DEPTH TOPSOIL. ALL z HYDROSEED AREAS (PROPOSED AND o. Z � ,- I I INCIDENTAL) SHALL RECEIVE 2" DEPTH TOPSOIL. a W - - - — '`` fs• -°s�"" F�"-""'°"'r'=' "� t" :""i3'i'�'�b �� I 4. SEE SPECIFICATIONS FOR TOPSOIL O6 — INFORMATION. \ )k C14 5. PLANT LIST QUANTITIES ARE SHOWN FOR tL J REFERENCE ONLY. CONTRACTOR IS ----- — —_—___ RESPONSIBLE FOR VERIFYING ALL QUANTITIES O ——-- -- I UJ ANDINS I OUTS, TALL NG PLANTINGS PER THE LANDSCAPE PLAN. GROUNDCOVER 0 -- -+-- 2+00 (N QUANTITIES SHALL BE ADJUSTED AS -i +------ — 3--++00 �- W--120 NEEDED FOR FIELD CONDITIONS AT — _ — 5 N SPECIFIED SPACING. — - — C)6 0 V --� NE 4TH STREET Q LEGEND: x V F� ® TSCHONOSKII CRABAPPLE Z co)W HYDROSEED LAWN 2" DE PTH T OPSOIL Z FO 0 R/W SOD LAWN 6" DEPTH TOPSOIL VEGETATIVE — 12" o WALGREENS WALGREENS VACANT DEPTH TOPSOIL I I i I MEDIUM GRIND BARK MULCH — 2" DEPTH I PLAN SCALE IN FEET tN I 0 20 40 I PgLESSC - - - . dog Hagy` .�0 a �' A� s "°"°° "" "r" CITY OF NE 3rd 14th CORRIDOR IMPROVEMENTS ah.8/6/12 CALL 48 HOURS �� AS SHOWN A Q 33 �°� 1y BEFORE YOU .DIG o.SMDe„o PHASE 1 INTERSECTION IMPROVEMENTS RENTON s1f D.S4NDEN0 Plo nin g, ? imsaeTHnvervues�su�iao DATUM 9/Buildin /Public Works Dept. r"s LS 1 1-800-424-5555 '.• PUYPLPF.WF. QV6BJ< �� � I—�°"�� Approved For Construction F.]SJ.6W.888 a Nm�� LANDSCAPE w««.asa .gym NO. REVISION BY DATE APPR s"""�0gp1NGY PLAN TIB 8-1-102 033)-1 e t M. Hanson P.E. � 36 X43 f NOTES: cc'• J 1. ALL WORK SHALL BE PERFORMED TO THE SATISFACTION OF THE OWNER'S REPRESENTATVE/OWNER. �. 2. NO PLANT MATERIAL SUBSTITUTIONS SHALL BE PERMITTED WITHOUT PRIOR APPROVAL. --------------o - --� ° SEE SHEET LS4 FOR PLANT SCHEDULE, 0 = I I J___0.__ _® I DETAILS, & GENERAL NOTES. - ❑ �� - - J- 3. PROPOSED SOD AREAS SHALL RECEIVE 6" w N s —w— -� I RECEIVE TOPSOIL. TOPSOIL BALL SHALL I --- HYDROSEED AREAS (PROPOSED AND Z W-\ i I INCIDENTAL) SHALL RECEIVE 2" DEPTH W W TOPSOIL. +++++ U a W ❑U I 4. SEE SPECIFICATIONS FOR TOPSOIL o INFORMATION. O — A _ 0 e 0 I _--_— i ° I 5. PLANT LIST QUANTITIES ARE SHOWN FOR �, o IL -----,- -I- _ I _. REFERENCE ONLY. CONTRACTOR IS m I RESPONSIBLE FOR VERIFYING ALL 0 I o +Il I ( QUANTITIES IN LIST WITH PLAN CALL-OUTS, AND INSTALLING PLANTINGS PER THE LANDSCAPE PLAN. GROUNDCOVER Q I f I I I QUANTITIES SHALL BE ADJUSTED AS i C NEEDED FOR FIELD CONDITIONS AT - I l SPECIFIED SPACING. I I i I V -- WATER I I I LEGEND: TSCHONOSKII CRABAPPLE W o \`� I I d d A"N DECIDUOUS TREE - MATCH EXISTING Z = °d po AUTO ZONE SAFEWAY/// \ + - d O'REILLY AUTO I \ O 'EMERALD GREEN' ARBORVITAE a a I 'EDWARD GOUCHER' ABELIA 4 'GOLDFLAME' SPIRAEA -- -- -- - - - ,:r�.. : BLUE OAT GRASS J I- ❑ • W HYDROSEED LAWN - 2" DEPTH TOPSOIL WI - -------- ---- --_ - --_ SOD LAWN - 6" DEPTH TOPSOIL LLi LU 00 7+00 I 8+00 c — -- -- - ---I -, �._ 9+00 -- - - _ ----- DEPTH TOPSOIL 11+00 - 12" y - _ �_--- ---- 11+00 NE 4TH STREET / MEDIUM GRIND BARK MULCH - 2" DEPTH N LLI I j LANDSCAPE RESTORATION PROVIDED BY Z _ CITY ml :M�:� "`,�a�� �TS; ,...z�f-;=:-v .:.,z•-�5::'€ib _- -°'. .,,,;;�rc:_;z::^.r�a�'- �:.�'oxs��. LU _ '��,. rW:Y'.y,:.;.—.-..;:::x'_.,q 'f�'Fxb9:2rF�!t. v, 'Gk; °•.,�...S4.fiS'x ...,, .,:s'K'wi-x'::: „3 � ��--__ _ -. g$.x:. �...� ,.:.m....a. °..: r 1'M%'s ;a,:" cFax.a're. �::�?` m,,� :9. ;'in ,�..,« ":::{.:s�;�• ----- - .sn. o w .: " �e x - kS' Z LU _- VACANT a 4 US POST OFFICE ICCO3�666" MATCH LINE STA 104+50 SEE SHEET LS3 PLAN SCALE IN FEET N 0 20 40 PELLESz, -Cl wnsy�MAy'� - g .. h .,t._..eniw.ya lt' swm'm: sere vEBnui..w i9 B CALL 48 HOURS AS SHOWN CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS 8/8/12 A D.�roENo RENTON PHASE 1 INTERSECTION IMPROVEMENTS "`°�°°'° 3,sT° - BEFORE YOU DIG r ` J ° B.o.�,o� r� G1 � 101898TH AVENUEBE,eNfE100 �_�°� DATUM Plan ing/Buildin /Public Works Dept. LANDSCAPE LS2 L .g 1-800-424-5555 "-'` ��UP.W SHE M_ Hu�s�e oved far oon5tr��tio W :;;° ZSJ.WC.BGBB 8.5J00A6N9 °B"B 9cae. iz PLAN B°: TIB 8-1-102(033-1 """B°`°"��'°°° N0. REVISION BY DATE APPR obet M. Hanson P.E. Da a 37 43 u x VACANT NOTES: J X I J 1. WORK TISACTIONH ED TO THE OF HE OWNER'S A e!M v Ky xr'J -- I .. a— —— —— ——-W REPRESENTATIVE/OWNER. _ W 2. NO PLANT MATERIAL SUBSTITUTIONS SHALL BE WITHOUT 100+0 101+00 W SEE PERMITTED SHEET LS4 FOR PLA TOSCHEDULE, 102+00 _ _ 1P3i�0 104+00 — DETAILS, & GENERAL NOTES. .: +C* WHITMAN CT NE + 3. PROPOSED SOD AREAS SHALL RECEIVE 6" DEPTH TOPSOIL. LANDSCAPE BEDS SHALL u _ -- —� RECEIVE 12" DEPTH TOPSOIL. ALL x. x — _ —— —R1W —— —— ——_Q HYDROSEED AREAS (PROPOSED AND V W I I .® • xx_�_N INCIDENTAL) SHALL RECEIVE 2" DEPTH W VACANT ix • • y:_ z TOPSOIL. G I ••• • =4 INFORMATION. FOR TOPSOIL _- --_ I I _ • US POST OFFICE 5. PLAT LIST QUANTITIES ARE SHOWN FOR --- Nhl dx ---- - -- - REFERENCE ONLY. CONTRACTOR IS O I RESPONSIBLE FOR VERIFYING ALL II QUANTITIES INSTALLING I PLANTINGS PLAN E PER THE AND Q — _ — LANDSCAPE PLAN. GROUNDCOVER QUANTITIES SHALL BE ADJUSTED AS I SPEC F EDOSPACING.CONDITIONS AT X V 4x LEGEND: ---- ——— ——— _ __ __ Q 'EDWARD GOUCHER' ABELIA -- -- �—F M I P. ---b 1 IJJ -- —� Q 'GOLDFLAME' SPIRAEA ----e-0 x BLUE OAT GRASS i I HYDROSEED LAWN — 2" DEPTH TOPSOIL PLAN -- SOD LAWN — 6" DEPTH TOPSOIL SCALE IN FEET wig 0 20 40 VEGETATIVE SCREEN — 12" DEPTH TOPSOIL MEDIUM GRIND BARK MULCH — 2" DEPTH i .'+ LANDSCAPE RESTORATION PROVIDED BY CITY P4LESSC - GF ilAgyY�+f`O CALL 4H HOURS �„�; AS SHOWN "w'°°"°°' :6 CITY OF NE 3rd/4th CORRIDOR IMPROVEMENTS 0/8/12 CALL SMDENO RENTON PHASE 1 INTERSECTION IMPROVEMENTS �r924,42 BEFORE YOU DIG �3 O.SMDENO ��01YAL grit'- 1-800-424-5555 101898"1 AVEN0E 6F,s°"�'°° m: DATUM - Pia /Building/Public Works Dept. . . '°� PUYALLUP,WASHWGTGNB 4 ATnALZ. A proved For Constructio LANDSCAPE �mcLS3 .. ..W �� im" T.25J.6"4.6600 F.2l3."HM - f�i.v,-- 75 TIB 8-1-102(033)-1 "'PA'""I NO. REVISION BY DATE APPR — Y o'ert M. Hanson P.E. D PLAN ` 38 X43 General Landscape Notes General Landscape Notes Continued N 1. VERIFICATION OF TOTAL LANDSCAPE MATERIAL QUANTITIES AS SHOWN ON THE LANDSCAPE PLANS AND IN 15. ALL LAWN AREAS SHALL BE SODDED WITH A LOCALLY GROWN TURF OR APPROVED EQUAL. SOD TO ° THE PLANT SCHEDULE SHALL BE THE,RESPONSIBILITY OF THE LANDSCAPE CONTRACTOR. THE LANDSCAPE BE PLACED AND INSTALLED PER GROWERS RECOMMENDATIONS WITHIN 48 HRS OF HARVEST , AND -J ARCHITECT SHALL BE NOTIFIED OF ANY DISCREPANCIES PRIOR TO FINAL BIDDING OR INSTALLATION. IMMEDIATELY FOLLOWING FINE GRADING, AND INSTALLATION OF IRRIGATION SYSTEM. LAY SOD TO FORM A Q>t SOLID MASS WITH TIGHTLY-FILLED JOINTS. BUTT ENDS AND SIDES OF SOD STRIPS. DO NOT OVERLAY M 2. 'CONTRACTOR SHALL REPORT TO THE LANDSCAPE ARCHITECT ANY DISCREPANCIES OR CONDITIONS WHICH ADJACENT. EDGES. STAGGER STRIPS TO OFFSET JOINTS IN ADJACENT COURSES. REMOVE EXCESS SOD TO °°° p° WOOD TREE WILL PREVENT,,THE PROPER EXECUTION OF THIS WORK PRIOR TO BEGINNING WORK: AVOID SMOTHERING OF ADJACENT GRASS. PROVIDE SOD PAD TOP FLUSH WITH ADJACENT CURBS ° ST (6 IM ,. NN S'KT) SIDEWALKS, DRAINS, AND SEEDED AREAS. INSTALL INITIAL ROW OF SOD IN A STRAIGHT LINE, BEGINNING AT G"" * MULCH 3. COORDINATE WORK,SCHEDULE AND OBSERVATIONS WITH LANDSCAPE ARCHITECT PRIOR.TO BEGINNING BOTTOM OF SLOPES, PERPENDICULAR TO DIRECTION OF THE SLOPED AREA. PLACED SUBSEQUENT ROWS ° FINISH GRADE CONSTRUCTION. ` PARALLEL TO AND TIGHTLY AGAINST PREVIOUSLY INSTALLED ROW. TAMP OR ROLL WITH ROLLER TO ENSURE CONTACT WITH SUBGRADE SOIL. WATER SOD THOROUGHLY ONE TIME IMMEDIATELY AFTER INSTALLATION. . 4: CONTRACTOR SHALL LOCATE AND IDENTIFY EXISTING UNDERGROUND AND OVERHEAD UTILITIES.WITHIN STAKE SOD ON SLOPES OVER 2i1 TO ANCHOR. PROVIDE 6' DIA, TREE RING AROUND.ALL TREES WITHIN .,CONTRACT WORK AREAS'PRIOR TO CONSTRUCTION. PROVIDE ADEQUATE MEANS OF PROTECTION OF UTILITIES SODDED AREAS.EXCEPT STREET TREES AND MULCH TO MATCH MATERIALS USED IN PLANTER BED AREAS. _ AND SERVICES DESIGNATED TO REMAIN. REPAIR UTILITIES DAMAGED.DURING SITE WORK OPERATIONS.AT STREET TREE MULCH AREAS SHALL BE THE WIDTH OF THE PLANTER STRIP AND EXTEND 3' FROM THE 1 wu m1 i y CONTRACTOR'S EXPENSE. CENTER OF-THE TREE ON EACH SIDE. ' z AN DACKFSL Soa Ma Z 5. .NEW TREE PLANTING-SEE PLANTING DETAILS. CONTRACTOR SHALL STAKE ALL TREES TO PREVENT TREE 16. PROVIDE IMPORTED TOPSOIL THAT IS FERTILE, FRIABLE, NATURAL SANDY LOAM SURFACE SOIL, AND w W FROM MOVING OUT OF PLUMB. REASONABLY FREE OF SUBSOIL, CLAY LUMPS, BRUSH, WEEDS, AND OTHER LITTER, AND FREE FROM ROOTS, STUMPS, ROCKS LARGER THAN 2 IN ANY DIMENSION, AND OTHER EXTRANEOUS MATTER HARMFUL TO PLANT ° W 6. STREET TREE INSTALLATION SHALL OCCUR AFTER ALL HARDSCAPE.INSTALLATIONS ARE COMPLETE AND GROWTH SEE SPECIFICATIONS wom NOTE: >' PRIOR TO GROUNDCOVER INSTALLATION. REMWE TREATED at PWNnNG PR- SYNTHETIC BURLAP OR O SOIL CHARACTERISTICS ETS COMPLETELY. ' A. OBTAIN TOPSOIL FROM.LOCAL SOURCES OR FROM AREAS HAVING SIMILAR R STICS OF BE A MMANIM OF SR NDtE BASH MREIEl d 6.:' NEW.SHRUB PLANTING-SEE.PLANTING DETAILS: ALL LANDSCAPE MATERIALS PLACED IN PREPARED THAT FOUND AT THE PROJECT SITE. OBTAIN TOPSOIL ONLY FROM NATURALLY WELL-DRAINING SITES WHERE THE ROOTBAUL VIM AT REMOVE ANY SOIL AND/OR HOLES SHALL BE PROPERLY BACKFILLED PRIOR TO THE END OF THE WORKING:DAY. FALL SHRUBS SHALL eASE a e sX RM ARAM FROM TOPSOIL OCCURS IN A DEPTH OF N07 LESS THAN 4" - SEE SPECIFICATIONS RoDIeALL RmTTT AT �T CRM AT eASE of g BE SOAKED WITH WATER AND MULCHED IMMEDIATELY.FOLLOWING INSTALLATION. FIMNGRADE TRUNK AFTER DUTAAATIOB 7. ALL WRAPPING MATERIAL SHALL BE CUT AND REMOVED FROM THE ROOT BALL. METAL BASKET WIRES B. REPRESENTATIVE SAMPLES SHALL BE TESTED FOR ACIDITY, FERTILITY, ORGANIC MATTER, AND GENERAL S_AND LARGE SHRUBS. ALL SYNTHETIC BURLAP TEXTURE BY A RECOGNIZED COMMERCIAL OR GOVERNMENT AGENCY.AND COPIES OF THE TESTING AGENCY'S TREE PLANTING AND STAKING DETAIL AND BURLAP SHALL BE REMOVED-COMPLETELY ON ALL TREE SHALL BE REMOVED FROM.ROOT BALLS PRIOR TO BACKFILLING. FINDINGS AND RECOMMENDATIONS SHALL BE FURNISHED TO THE DESIGNER'S REPRESENTATIVE BY THE NO SCALE CONTRACTOR. NO TOPSOIL SHALL BE DELIVERED IN A FROZEN OR MUDDY CONDITION. O 8. ALL PLANT MATERIAL SHALL CONFORM TO THE AMERICAN NURSERYMAN STANDARDS FOR TYPE AND SIZE .17• IMMEDIATELY CLEAN UP ANY TOPSOIL OR OTHER DEBRIS ON THE SITE CREATED FROM LANDSCAPE SHOWN. PLANTS WILL BE REJECTED IF NOT IN HEALTHY GROWING CONDITION.' CITY SHALL.VERIFY STOCK OPERATIONS AND DISPOSE OF PROPERLY OFF-SITE. (�. AT NURSERY OF ORIGIN PRIOR TO ACCEPTANCE. r=+ 9. ALL PLANT MATERIAL SHALL BE GUARANTEED FOR A PERIOD OF ONE YEAR BEGINNING AT THE DATE OF 18. ANY EXISTING PLANTINGS THAT ARE TO BE REMOVED OR TRANSPLANTED SHALL BE IMMEDIATELY ACCEPTANCE BY OWNER. REPLACE ALL PLANT.MATERIAL FOUND DEAD OR NOT IN HEALTHY CONDITION 'REPOTTED OR REPLANTED TO INSURE THEIR SURVIVAL. TREES SHOULD BE MOVED DURING DORMANT SEASON IF POSSIBLE, AND UTILIZING AN APPROPRIATELY SIZED TREE SPADE. COORDINATE AND HAVE A NEW ,a IMMEDIATELY WITH COMPARABLE SIZE AND SPECIES AT NO COST TO THE OWNER. LOCATION DETERMINED PRIOR TO DIGGING: M 10:.. FINISH GRADES TO BE SMOOTH AND EVEN GRADIENTS TO REMOVE LOW AND HIGH POINTS AND TO W PROVIDE POSITIVE DRAINAGE IN ACCORDANCE WITH SITE GRADING PLAN. REMOVE ROCKS OVER 1" IN ANY 19. REPAIR.AND/OR REPLACE ANY EXISTING LANDSCAPE AREAS WITHIN THE WORK LIMITS OF THE PROJECT PACE SHADE CLOTH OR Z DIMENSION, STICKS, ROOTS, RUBBISH, AND EXTRANEOUS MATTER. THAT HAVE BEEN DAMAGED OR REMOVED IN THE COURSE OF THE COMPLETION OF THE PROJECT. WOOD CHIP MULCH (SEE NOTES THIS SHEET).. INCLUDING WORK DONE BY.OTHERS THAT IS SHOWN IN THE CONTRACTED PLAN SET. MATCH ALL MATERIALS KEEP MULCH OFF OF STEMS 11. IN ALL PLANTER BED AND LAWN AREAS, THE TOP 6 INCHES OF SOIL WILL BE AMENDED AT A RATIO REPAIRED OR REPLACED TO ENSURE CONSISTENCY. Top AT SAME LEVEL As LEVEL PLACE ORGANIC MATERIAL TOP OF ROOTBALL TO BE LEVEL OF 3 CY OF ORGANIC MATTER PER 1000 S. ROTO-TILL ORGANIC MATTER A MINIMUM OF 6" INTO TOPSOIL: AMENDMENT(CORASE COMPOST) WITH FINISHED GRADE. 20, CONTRACTOR'S MAINTENANCE SHALL INCLUDE PRUNING, CULTIVATING, WEEDING, WATERING, AND APPLICATION OF APPROPRIATE INSECTICIDES AND FUNGICIDES NECESSARY TO MAINTAIN PLANTS FREE OF FINISHED GRADE w 12. ALL PLANTING BEDS SHALL HAVE A MINIMUM OF 24',DEPTH OF TOPSOIL. SOD LAWN AREAS SHALL INSECTS AND DISEASE UNTIL FINAL ACCEPTANCE.BY OWNER. HAVE A MINIMUM OF 6" DEPTH OF TOPSOIL. HYDROSEED LAWN AREAS SHALL HAVE A MINIMUM 2" DEPTH OF TOPSOIL. SPREAD, COMPACT , AND FINE GRADE TOPSOIL TO A SMOOTH AND UNIFORM GRADE 3" BELOW A. RE-SET SETTLED PLANTS TO A PROPER GRADE AND POSITION. RESTORE PLANTING SAUCER AND — _ EXISTING SOIL SURFACES OF WALKS AND CURBS IN PLANTING BED AREAS, U¢"IN SOD LAWN AREAS, AND 1" IN SEED ADJACENT MATERIAL AND REMOVE DEAD,MATERIAL. BACKFiLL WITH MIX OF COMPOST - LAWN AREAS. - - FROM TOP LAYER OVER PLANTING B. TIGHTEN AND REPAIR GUY WIRES AND STAKES AS REQUIRED ONLY IF ORIGINALLY NEEDED. HOLE AND NATIVE SOILS.WATER _ — THOROUGHLY TO REMOVE AIR POCKETS z C. CORRECT DEFECTIVE WORK AS SOON AS POSSIBLE AFTER DEFICIENCIES.BECOMES.APPARENT AND O� WEATHER AND SEASON PERMIT. PL LE NTING HOLE TO 2 X DIA.OF ROOTBALL PLANT MATERIAL LIST QTY. BOTANICAL NAME COMMON NAME SIZE 4, SHRUB PLANTING DETAIL 24 ;4belia x 'Edward Goucher' 'Edward Goucher' 4belia 5 Gal.Cont. 0 411/2' O.C. NO SCALE 350- Helictotrichon.sem ervirens Blue Oaf Grass - 1 Gal-.Cont: a 2' O.G. - II Malus tschono.skii Tschonoskii Graba le 2" CaL, 12-14'Min,Ht.,545 241 9 iraea a onica 'Gold Flame' GoldFlame' S Iraea 2 Gal.Cont. e 3' O.C. 64 Thu'a olicata '6mar d' - 'Emerald Green' Arborvitae 5' Min.Ht.1345/Cont. a 3' O.C. - 3 Deciduous Trees Match Existin 2" Cal., 12-14' Min.Ht.,545 IV � a _ 1 ERECT AND MNWALN READILY VISSIE PROTMOVE TREE FENCING&M THE . - - - - OUTER EDGE AND COMPLETELY SURROUNDM THE PROTECTED AREAS OF ALL PROTECTED TREES OR OROUPS OF TREES FENCES WAL BE COMRUCTED OF . : CRAM LINE AND AT FOUR FEED WX THE FENCE SWLL BE INSTALLED AT LEAST 1 FOOT FROM THE BASE OF THE TREE Fat M T INW OF TRUNK DW4ETER. CHAINLINK TREE PROTECTION DETAIL NO SCALE III POLES gc G��aFVIASy� yo . """a, AS sllowN s� CITY OF CALL 48 HOURS _'_D. NE 3rd/4th CORRIDOR IMPROVEMENTS dE 8/8/12 A 93242 BEFORE YOU DIG moo.SANDErTO PHASE 1 INTERSECTION IMPROVEMENTS RENTON 101YB8TH AVENUE BE,BUTTE 100 - aNC Omh DATUM PI a ning/Buildin /Public Works Dept. oNAL 1-800-424-5555 PUPA LVP.WABHM GN CS T. °� we_ Approved far Constructio PLANTING SCHEDULE, LS4 T.��AMF.��=II . w l=e N. NO. REVISION BY DATE APPR 'P°HOhO' DETAILS,& NOTES 39 X43 TIB 8-1-102(033).-1 obe t td..Hanson P.E. ate IRRIGATION NOTES: O I I 1. SEE SHEET IR4 FOR CONSTRUCTION DETAILS & NOTES. 2 ° . CONTRACTOR SHALL VERIFY SPECIFIC IRRIGATION CONTROLLER LOCATION PRIOR SHELL i I TO CONSTRUCTION. STATION TACO TIME AUTO ZONE 3. PLAN IS DIAGRAMMATIC. VARIATIONS IN HEAD LOCATIONS ON PLAN IS FOR THE L1 SAKE OF GRAPHIC CLARITY. FI 2-1 2-2 i 4. MAINLINEEMATIC ONLY SSHALLEOCCUR IN Z ARE . 3"2 W � I , PLANTING AREAS UNLESS SLEEVING IS W ----- I 5-1 SHOWN. o 2 -- — o_ W - -- 5 � CONTRACTOR SHALL MAKE FIELD - ADJUSTMENTS AS NEEDED TO OBTAIN 1 "— _ �„Bye FULL COVERAGE. DESIGNERS RESERVES i" THE RIGHT TO MAKE NOZZLE CHANGES IL — — — — — AS NEEDED AT NO ADDITIONAL COST. CONTRACTOR SHALL ADJUST HEAD _ __ POSITIONS AND ADD OR DELETE HEADS iy^ ---$I�_Il9atnitne _-------W AS NEEDED DEPENDING ON ACTUAL 0' Plan is diagrammatic. = FIELD CONDITIONS. -- 2+� - -- -- +0 - Locate mainline north 3+00 to planter strip to north W ----- -- 4+00�-_-_-_ W O — — - -- - _ 5 - s o LEGEND: V i SYM. DESCRIPTION NE 4TH STREET Q -------- ,` ---_---.-- --- N Q Ratrdllyd 180b-10 Sertee Q Lu 116- _ Z Q Relnbird 1806-10 Bence T uj R� - __� Q Relnblyd IB06-�8erise H ru Rairbird 1806-5 Series C WALGREENS WALGREENS I VACANT Retnbird 1806 19 Series H iI i RAlnblyd 1811-PS Series EST I _ - PLAN I I ® Rambird 1812-19 Series 4 X 30 BST SCALE IN FEET tN ORatnbird M13-I'Electric Zara valve 0 20 40 II i I PROTECT & RESTORE EXISTING IRRIGATION SYSTEM PROTECT, RESTORE & EXTEND EXISTING IRRIGATION SYSTEM T G�doe WA R CALL 48 HOURS "° ` As srlowN 6h CITY OF . w Awi f SuMfvm: sv�: L WDiVeJ� noon NE 3rd/4th CORRIDOR IMPROVEMENTS a�8/8/12 A3z°Z /J BEFORE YOU DIG ���-,� � U.sutDENO RENTON PHASE 1 INTERSECTION IMPROVEMENTS B iyrgpG g,1Z t 1UfY�iH AVENUE 6E,8V(IE 1W D.SANDENO DATUM Pla ing/Building/Public Works Dept. W 'DNAL 1-800-424-5555 ° �a AuaP.„Aa„ aN�„< "� � � .ved For Constructfa 'Mini T.]3J.l00.03W F.153.QOAWB9 i2 IRRIGATION �N IR1 •^�+_n�mwiR.00m N0. REVISION BY DATE APPR yo E TIB B-1-102(033)-1 obert M Hanson P.E. Date PLAN 40 X43 r SEE DETAIL 1 tf?i ce rrP(1 THIS SHEET rK 1 SHELL rm[1 f `� j 1 j TACO TIME ^ FW u.4DJ0 11 -� .r'{� , ;7•ce CPS W67 r4�.�aR.zr� STATION tnu•�P�-, 1 f 1 � ca�1 � .. K If CP I,39417 •-. } IF 1P`fr'+J.%4,i7 Y:t2`6F 1�.7W}5 t y, a7 ...�-It ;{..—°.---_ l / tqG r YJE,3 � .1 f ( 12'QC° :d24G C IY E«591.11 i r�!� Q'9'Sr N a'9?t2 1I --, f. 1 � '�• � ■ ' '�t>cn= IIC P£E45TAL ' -'� ICI \ f . ..y.. . 1 t9....,,...ra � } t- -I�l�i � t- �-1-�Lj ■ 11. WATER _ I � a s•o,,. .. ! .. . I I I I I L l VAULT . .s. _ --•'" . .1..I. �.i`•.,-."I -•-._ T �.a'a ♦�• M1 ' 4 .-. t'Y x.' i J�a' —'t- PIR�JU •r,_,a�:-'p .,• �. W p AF�1FR h PURITY TEST 0 F -�-�v- _- °° _ + Uj CUT INTO BEAST.12"LIP W/1NG - ,try--y... __ �� - 1_-12`TRANS CPLG.(OIxCiP,R REQ �/ '�1•w t� "_ 2 ._._ _ I 1 O _ FO _..._.F --Y- F0`5�,�.__.__-V"'-FO- , -^-r FO -_,.. FO f0 •-vim_.- _W 1-18'IA2"REAUCF(.R AS�RJXft.)�)� 1-18"GATE VALVE( ) 30 (TYP.) 1 - - r '� 11-1145"- "01 SPOM LF ASS MWO) F0 "/ 2 -" i--A8AN98N£D dN:.-FLAG£ \ cy _, ,�, 1 ♦ 1-tg-4g•SEND-{R,Adt,1) W No: --- - ----3kptL.S U7 } caNt TV etvuc'NG LU [ - 1r_ EX•VAULT ® d c G_o�a c- •_ _ NE 47 H>'fREET � W - Z &_- -- ,,_-- ---v-.--a-.-- G G o '=c c _ --��Q y G x --v- - __ wr---, _y_- ---v-- -yam- w_---� T --=D ---0 -- /- -D•-� {�j� -- --- ---w-- + CAP 12'CIP W/ EX.12"ap TO p d I0 FO � g0 `ffl —F4 0 FO -� — 1-12'END CAP OPLG ABANDONED IN PLA ft "16r ' _ ��` PARKI G LOTS` ` 4 `.--�--�t—�-` _- _ . DETAIL 1 o , IY. sw=§92f1I i WALGREEN3 c -�- —D asu=p,99.5P ,sn4x as1. +os a., 1 SCALE tun,a9o24 wa,v 52 [x'cev wr.zaa. \� i 1 1 1111 11 1 ft 1Y CVLP M.]33 d? E'4p'£5rP Sr.-3EABk •� '�•1_ c�y*y E,:' _W3,1 en. I- VACANT RN-YK54(3990 I 0 10 zo 4td.',194 M 5?S.S4(RI SSt 24'ow SE.-S°"R} E JC LrfP T e 582.T! / 4 I C 36"CPEI' 19244 urn ' I 4 nmeHs ax n x ua tw�a, f.R'car ri tFJlt7L. YMCA YMIZ*$M31 Hr PLAN 1 r 9 rl R amw Orb s." SCALE IN FEET N ± t cuur> u a xs 0 20 40 _ ___ _ __ ___�_ _ NOTE: .... ......... ......... ......... ......... ..... .... .......... ......... .. ....... .... ..... ....... .... ... h....,... ......., ......... ........, ... ..... ...... NG Gq OE A NE 4, :$T:C/l ......... ......... .•..... ......... .. ... .. ......... ......... ......... ::::::::: U UTILITY AS-BUILT INFORMATION, ....... ...... SURVEY, LO1'AS BU L ::::: m........ ..... ::::::::: ::::::::: N E H STR ET:::: :::::::.: ::::::::: ::::::::: ::::::::: ::::;:::: :..::;::: AND POTHOLES PROVIDED BY PARAMEIRIX ... . ..... ... .._..... ........bra........ ..... ....... .... .. .... ... �. . . . . ..... ..... ... . . 405 .,...... ...._... ......... ........ ........ ......... ......... ......... ......... ......... ......... ......... ......... .:.:::::: .:.. .: 405 FOR ROTH HILL DESIGN. ......... ........ ......... .... .. a ......... `::::: ::::::::. ::::::::: ::::: :.: ::::::: ::::::::: :a�w::: ::: :::: ::::: ::: ::: :: :. ,. :::::::: :::::.::: ::::::::: :: .:: :. ::: THOLE DATA awn... ......... ......... 400 _. .... ......- _ . o.,.. .. . ::: ......... ......... ::..,.... .. �"g:: X UTILITY SIZE TOP ELEV.(ft) a ......... ..- fi MAftdTAtN H' RT .. ......... .... .... ......... :.... :::N .. :: �•::: .r4 ......... ... ....'. ......... ......,.. .... --- SEPARATION BETWEEN.. ......... .. ....:. :::: '..� ©....... .. ::. z .:.::: 1 FO 24" 391.41 L .. ........ .•::: WATER:AND FO VAM::: ......,., ... .... .. :. ... Yn�-.:::- zw:::: - .. . ....,... .. ......... ......... -- -� ',..... ....... ......... .... a...: 2 W 24'" 394.21 .. . 9 EX:12'R!: IN .: Ill:' _ 6`pj ........ ......... . ........ ......... ......... ......... ......... ......... ......... .. 9Q MIN:l o•:VE TiCAL .:.. :' °� ..............- WATER NO. 90 ry ......... ....-. .. ..... .. ......... .:... ...SEPARATION BETWEEN ... .. :.. .. WATER. ....... ...... ... ..... ......... ..,....•. i . $sJ ::: : :: :: �.. taJl $5 ca+s�mucn OttAVnrIGS: � DAM z .... .ib .... .. .. .... ....... ....... ...... ...... ..... ... - ... .. - ........ ......... . 380 :. . z ... �: 380 . . . .... .. ..... ......... ........ ....p.. ..... -.. ......... ..-...... ......... ...-..... ....... .. ... .. ......... .... ........ ...... .. . .... .. ...... .....-... . 375 ......... ......... ......... ......... ........ ........, ,....... .,....... ......... ......... ...,..... .....,,., ......... ......... ....... .......,.. .......... .... ...., _.. . ...... -r..... .--.... .. ... .. ......... ......... ... ..... ......... .. .... . . :.... . ."....... ......-.. ..- 375 . ::::' :::...... :':::: : _..... ......... ......... ......... ...... .. _....... .....-.. .....,... ,...,.... .....,.., ,,,,...•. ......... 370 ..... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... 370 1+00 2+00 3+00 4+00 5+00 _ KEY MAP m �+ �� CITY OF 4 —3/2/2012 o CALL 48 HOURS C + PH LL oxn- As SHOWN . E 4TH WATER MAIN IMPROVEMENTS BEFORE YOU DIG RENTON • DATUM Planning/evildimT9/Public Works Dept. 1-800-424-5555 = RothHf9,LLC Ta1425.869.9M wvm.rothhifLzom °"4 Lw I ;r_- I Approved For Construction WATER PLAN W1 o '+ ,*;" ,,,.• 11130 NE 33rd Place,Suite 200 80evue,WA 98004 N0. REVISION BY DATE APPR X44 NE 4TH ST•STA 1+00 TO STA 5+50 ° " Roper!M. Hopson­PE. Date 1 4 _ �-____ .w .�.�r...r. .Irt•.w 1r.. lug _ •�� t J , . �,,:..vs ?� �y� SAF WAY tx cpp W ,: PLAN a�. Dl'F- 1 .r.i t/ a ra cvtr sY,�.x5 r''. ; :l �' rm,.� ! ea.-asu �_ sr 1 SCALE IN FEET N to RfE t cf1 144.6.U�4.u„ s l•• _ y _ a 71 c s5e t t - I 1 0 20 40 I I' 11 ��� V laic Ci?rT; xX !kl _� • -�.• ... .c-' a ,—.., ( C l2 TM' 1..V m A _ I v=jn ra ,ane 3 N E to�w .sa r ' 1• - ff - - i NOTE: RID-w"66 °." i Q y f + i SURVEY, UTILITY AS-BUILT INFORMATION, 0 I 1 1 AND POTHOLES PROVIDED BY PARAMETRIX t - FOR RO1H HILL DESIGN, SEE SHEET W3 ATE iV 1 fr/ i 1 $ � : I STRIC 1 I POTHOLE DATA w 394 N Lu _ _ t { , 'f I ----- �/ ` UTILITY SIZE TOP ELEV.(ft) _ 4 1 9 - r - I 11-3" AIR-VAC nASSY. v W ` � �. X a-^• �,.. � � 'I t � ` � _..__._.,.� ' .) 3 W 12" 383.51 as.ssz�__ �'� - -r _ •".. _ a� ,.,, �._ PER DETAIL W-1& W -` --�-►' - `i � 4 � � �- r �r�o�z+.sn7 n - ( '1 3 � 3 FO 10" 385.60 ON SHEET _ .t�sn.rti ul) __�_° � ,.^_ i ` I i W4 4 FO 24". 387.18 _ ` _ - -^--�^- -�- 1`-i ( A 5 FO 15 W 12" 01D3NOT FIND W...� ;r_ xu. 7< - ___ "� I.t^ -_\_ -__ tr °. _1_Al2 ENPAP CI'L6. Q 3 re ss <4..., r I _ y '1-- __ _-_ 1 cu r.^ 58 W f2" 390.08 --=z- j A 1 \. X "tCIP TO BE r_ / E1A t UJI y -` .n L _ _ 6A i E _ Q4 B F0— A - ? —w"•Y: — _ •—w..� _ ..`--.yam,;,,,—�e\. —Y---- cst isaeta2' ��' - - - m 0 FO tB LF`T12" DI CLASS atu.Mui EX. 12 CIP TO BE 30' +r,t< - - - -` _.F � �� 7r IV cs r..t .,:• ABANDONED 1N PLACE 3 c7, 27.5'r, •3%A', n (' I __ - 5 - FO 15'a-3m.4f O� 4 1 n 2-h 2" 45" BENDS (RJXRJ).- K WD q§?9b WATER. a-•„++. ,;.; i. - mn=MA r ro � AFTER.PRESSURE & PURITY TEST y t- 2" DI SPOOL (RJ) ° a ACCEPTANCE & MAIN FLUSHING. 8+U() --( AS RE4rD) ,� ;�� - l 9 CUT INTO (OxCIP RJ) 2-15" 45"BENDS (RJxRJ) -_ .___.. _ .__ - G 1-18° DI SPOOL (RJr LF AS REQrD) ---_ _ `1=F2 DF 9pg9E(RJ�L£AS 8FQ'nl. I Q _G G_2-1_ 2 p,45T9ENOS (FLxRJ) 1 �---�� �---r-+-�-� NE 4TH STREET G_ c c— G_ G- i,° QTY OF WATER __ _ G. _ G-G--G.. -w---- --, ---yam- \ G-- - .a _ FO _.. FO I FO . -�____ V•r =__ --D__ -Ew - I- "` a _ � -;fir-. "`1�:.� _ "�„.�.,. ¢ -- - - l _ PM NqW I 4 T EEC �.. d .. ..... ... ......::: ::!.. ... .,... .. ::::: :....... .... � . ..E ISTINC GRA- .®.E_,,, 5.:Qlti::: .... . ... . . . ......... .... .... .. g 400 uj & ..n.. ... . W ..... WATER 0 9 - 395..___ . W _..... ..... ... ......... ......... ....... ... �Lu ......... .... . .. ......... ......... :: �,MIN ......... ......... ..GOVER.. .. �Sm'uclw+ ..cry .... ....... ..... ..,.... ......... .... __._ ...... ......... ......... ...,..... ......... .......-. .... ........ .. ... ....... ,,.... ..,.... ....... ...... .3/1ta(rt u ......... .. ..... .. ......... .. aRAMAN4S: � �"" DATE. 390 I::° .... :-. . EX-12-:C;' .....:: :::::::: : :::::.. '::::: :: :: . :::: :: 390 „ ..-. .'......... ....... ......... ......... ......... ....... ... SEEP OFIt£..R.. .. ... ..... .... ... ... .:....: 553: '��.. ....::: .... ......... ....SHEET W3....... .... .,. .. .. ..,.12T 01 Ci.A-°+. ... . - ... ' M 7 N.6 2 CI ......... ..... •.. 7O — 385 .... ......... ..,, ...SEPAR T $ETWE N 385 IIE mr LT -- �. .... ......... ..... - -� ...,t6":DI CLASS S3 .,.. .... ... ........ ... 3• .. q, . ig 380 ( 380 .. .. . ......... . .... .. ...... .. S : ... ........ .. o ::::::: ::::::::: ::::.::.. ......... : : ::: : ' ::: ' ::::: : ::::::::. .::.:::.: ::::::::: :::::.::: : ::::::::: :: :::: : :::::;::: ::.':. .�� ::: ::::::::: ::::::;: ::::::::: ::: ::::: KEY MAP m375 ....,. ...... ......... ......... ......... ^ ....... .... ......... ......... ....,.... ...._.... ......... ......... ... M_ rn " ... ......... ......... ,........ ........: --375_._.. N 6+00 7+00 8+00 9+00 10+00 q j��W , t axna AS SHOWN ' ""'-"'""v"1AJ''°' (ia CITY 0� 3/2/2012 ROT ILL CALL 48 HOURS fi NE 4TH WATER MAIN IMPROVEMENTS BEFORE YOU DIG RN1'ON 1-800-424-5555 ° ` a ow a DATWM Ptanning/Buifdin/Public Works Dept. " °"4 Roth Hill,LLC Tel 425.889.9448 www.rolh I,(-,Dm isp " } Approved Fgor Construction WATER PLAN W2 •v�.c+' `L 11130 NE 33rd Place,Suite 200 Bellevue,WA 98DD4 NO. RMSION BY DATE APPR `�""" `" I CIE 4TH ST-STA 5+50 TO STA 10+00 s '*.n 4 ►r1x I Roberd M. Hanson P.E. Date """ 2 -4 - _ : ------ . PROPO. GRADE'O'PIPE.C/L: , : , . . ,1;r`w 7 U �!Y t# RENT ON wATER IX : : : : z- : : : " : f` .. •NO ODNNECTION SHALL BE MADE o �. - s w t Y `'` w11HOUT PRIOR!AUTHORIZAVON FROM a . THE CITY OF RENTON AND KIM PO, 39� ' t It t .a x r • ' •' . 4 AFTER PRESSURE it:PURITY TEST - ..ACCEPTANCE&MAIN FLUSHING 395 o — �y ,-`I CONNECT TO EXISTING 8-TEE W/ i - O• PROPOSED P 1- 11. 5*VERTICAL SEND(FLxRJ) i PROPOSED RETAINING WALL. At VI' t ti .Ijll SEE PROFILE i 1 . . . . r . , . . . £X 8" 0 THIS ( - h a+•�'csKt s3a. w ( (( '.15' ASEfAE . . . . i . . . . _ ��. - a *�,-•�.' av E1fISTINGGRAOE®PIPE•C/T.• , .MAINTAIN VER7. il�^�. . CO NO 'a i 390 . . . . SEPARATION 8 TWEEN WATER AND SE .... .. . .; _ __�' __ _-w. . . . . . . . . Imm 390 i 0 LF 1(PASS 52(R E ----- I .I ( . . . . . ---- �c I gi1 . . . . . . . . ��... — �. . . . . . . . . {. IX 62 LF-8 DI DLASS S2 �.1 :COVER• m o Yn' ' 385 _: _ .. . . . . . ,� . . . . . . . .� 385 f#]10VE TREES deODTS ( 1 I CASINGA b -8"�DI Ci 5a{RJ)/ i ' . . . . . . F.0 - K ( 2-8' ET BENDS JxRJ) I 17 LF-B-DI CLASS 52(RJ) ` t `fir .�, CONCRETE BLOCKING R I I i — I l I I"; 6 oI CLASS 5z. ° . . . . . . , . . . . . �' 1 L.— •� -7 t I I _ .,D . . . . . . . - . . , . . . . . . . . . T'-�-�- "`� 1-8'11.25'VERT.BEND(RMJ) I S I I 1 CONCRETE BLOCKING I VER T SEPARMIN. ! u� ! I I W TER DISTRICT NO 90 I �`E !� i 380 . . . . . . : : : : : : : : : . : : : . . : : . . . . . J 16"b TEFL CASING V! I 4UT STATION NO 1 --I I (1' 1 - . . . . . . . $0 I II 11 i r . . : : : .. : . . . . . . . . . . !' r t-B-tB" TEE FlKFL) i../n, ; i I+ 4 v, a - . END ALS. . . . . 7'(TYP.) 1-8' ADAPT. !.� I !.'; z`t. o. ° . . . . 1-8'Gv � 3 1 U' I mr�.. . , . . . . . . i ASSY. i I !: I 1'-8'BLIND FLANGE . . . - . . . . . . . . . . . . . CONNECT TO STING 12'GV W/ REMOVE£X.12-CI CROSS " • , 1-12'X8'REDUCER(n-MJ) AND ( 375 . . . . . . . . . . . . . . . . . , . . . _ , - 375 INSTALL 3 1F-12-01 ? — _._ ! 1-12'TRANS,CPLG(DlxCl) I ( , I )CAP EX. 12.0 W/J 1 I k 10+00 10+20 10+40 10+60 ; 10+80 11+00 11+20 11+40 11+60 2-tY END CAP CPLGS. 1-8's9-TEE(FlxfL) P J 1-8'ADAPT. ( -- y d- J 1-8°x8'REDUCER xFL / r �i���i �"i i�� 1 ( ) REMOVE EX 12"Cl TEE do GV AND li 1-tT"GV(FLUMJ) j-T' I / ` CONNECT TO EXISTING 12'D1 W/ , 1 . L 5 1/a' MVO fli AS5Y) ._ f 2-12'Dt SSfEYES �! \ °n�z z u� z ( . , , . Jz z i� OCA(E 4'FROtA FENCE) _;, j` _ _` r 3-12'D1 SPOOLS(LF AS REO'0) I i {1 I \ `� o Y �n Y f n u s A' r 1-8'BLIND FLANGE --2'4S'BENDS(RJxR,i) j( \ i '�a��� n �. EXISTING CREPDRiVEWAY C/L. 1 -�qj o$ nn NOTE: 31 CONCRETE BLOCKING EXtS11NG G ADE-®DRIVEWAY,C/L SURVEY, UTILITY AS-BUILT INFORMATION, AND POTHOLES PROVIDED BY PARAMETRIX II f \ ¢ # FOR ROTH HILL RESIGN. -_ ----_ -- 390 �\. . 390 ! 390 - �- __.-. . . . . . , . 390 J P a - I -CAP 12*DI r �.` o . . . . . . . . . - �f. I f mss s2 DI si _ 1-12 FAD c�P aPLG. . . 1. 4 0. `. . . . . WATER DISTRICT NQ. 90 t,, r,, •-�••-r< li r 1 4 CAP 12'CI W/ 15! { i N . - N m �.•-, _ti 2-12'END CAP CPLGS —I.4 T: ci � 2 AFTER PRESSURE&PURITY TEST — Y o: — ^,. .. ;r,-..w�- _ �� r I - w. .4 MIN•. r. : w a- • 4'MIN. I ..write-- ' ACCEPTANCE&MAIN FLUSHING ° < - _"--•' (3(."W!T'"' , /; ._, �'� - 1`13. : C VFW. m LU N� 1v• COVER I : APPROWD �, ACCEPTANCE TO EXISTING ib"[X W m PRESSURE&PURITY TEST ---- W �' CON$rm a M 1-18-ADAPT. (FIAJ) 'a cr Two o19 MAIN 1F INW/-° -'�_ I --- . .;, . '� J +i H 1' DRAVn cs ogre: 30/ .� s < ' a 9-"1-18"xl2"REDUCER(FLxRJ) ---.'-----.-, 3 - --- , 3$5 85 385 385 _ _ — 12"CiP TO BEL� r, 18'D1 q ASS 1 3 - t2'Dl - , 3� ABANDONED IN PLACE - _2 r T }o-SS 53 -w-n ^__iv-- . . . . . . . . . . EX 1 DI i 1`�.. f x 10"III — �/ _ _ --- - _ '� _Fa- '-- 380, . . . . 1 380 380 2-12' S'BENDS(171-kJ) -- - - �ANDONIc1P1 r PLACE ' `,w - _ I „I _ - 100+00 100+20 100+40 100+60 100+00 100+20 100+40 100+60 Z 4�s: Y .1 PROFILE"L" PROFILE"R' V' NE GALE IN FEET ^� 16"DI CLASS 53(RJ) 12"01 CLASS 53(RJ) ________ 7+0o 4TH STREET , 9 LEFT OF DRIVEWAY CL 3 RIGH OF DRIVEWAY CL KEY MAP R 0 10 20 h CALL 48 HOURS �'°ate AS SHOWN i = AA, A CITY OF 3/2/2012 Q BEFORE YOU DIG t LOS REN TON NE 4TH WATER MAIN IMPROVEMENTS ROTH LL U DATUM Plonning/build ng Con Works Dept. ru 1-800-424-5555 '. � RothHi6,LLC Tel 425,869.9448 www.rothhll.00m extu - Approved For Construction I ,,,,mss 11130 NE 33rd Place,Sulte 200 Bellevue,WA 98004 NG. REVISION BY DATE APPR ti , PIMP STAIi)OP) ATfR C{)NN� M W� i Robert M. Hanson P.E. Date 3 `a I ' r �� Ia•eV.�saa;a arA I WEVas�roRU e.or a n au mw FIBERGLASS 20/20 MESH SCREEN CONCRETE ME-TER mpc a mnwvp u! wxrcw n: NO,33 OR EOJAL rBOX TEEL.'DIAMOND B`ADAPT. (FI.X MJ) 61 la>curc 8' Y SCH.40 GALV.PIPE PLATE uD 211`.33r LD.ma a .u: 3. USE TWO IV DEEP SECIIM6,UK x a°TEE � I< b i (FL x FL) "`x a' p•a sR .'( SET TOP OF BOX RUSH w/GRADE. � rmur ars rcA� �I - I,-0' 3'PLUG AND COUPLING — _ ., ',\� `., I rw+.ae• I � taa ai'mAfOCaeocv C1EAR 1 4'7NX2C CONC.OR ASPHALT airsmNUEe �a'osrz vuv¢ PAD 2'AROUND BOX&VALVE CONCRETE METER BOX. — \•' :y"V,u`a " 3'UNION Bo% ` ` I FINISH GRADE SPR NGL NO,JLAT WITH HwREO, BLD.FLG. HORIZONTAL BEND VALVE ANCHOR PLUGGED TEE ,f SPRING LOADED UTCH IN LtD,OR THRUST BLOCK(TYP) IA rum,,Ile ra.c+m swsw-ot - - EQUAL.COVER TO BE REINFORCED ) FOR R-20 LOADING&MARKED (SEE DETAIL n a-.,p•u�IAL aAmn e,na 0` FIRE HYDRANT ASSEMBLY RESIDEN ERTICAL/ROLLED CURB PLACE BRICKS BETWEEN % T8'x 24'CAST IRON s THRUST BLOCK&OLD.FLG. - ` �V�• ` e�� , v wa V.we aA I VALVE BOX PLAN _ ._ .,x ----'i ° FILL w/ 3'MAX. � 4'PVC THREADED PLUG `a '.C' '! w/2"so.NUT S•'Y1 -; o weir i s f I VERMICULITE D 's THREADED FLG. •..� ' -a.oa I Ir -F• I 1 Q 0 FOR INSULATION '{w TEE OFFSET PLUGGED CROSS - i I u . _ .. .. "BRASS gg • •• q 4 1B-7A C49i wa!r 1 • I \ -• eaa w an n Mu+a�„ -_ PIPE y G: 2-T"BARS 1 ' Ian vuc sz anx.oax ww/knxe � SWING 18'/24 CAST < E43+ { a +Anti n4'.X.X;-wr' { � 3'COMBINATION AIR SMWG SL. 2-33;. JOINT • IRON VALVE BGX r � I VALVE APCO MODEL 147C -- 18-24- DNI \ JCtNT F- aY� o i bft APPROVED EQUAL f 1 6'Yw'w CUilO¢w.aMMR eACC 4"ADAPTOR(FL.MJ) 4"RISER D.LP. 4 _ ^\ r ,r '•xr' • ,,, FIRE HYDRANT ASSEMBLY PLAN VIEW SOLID CONCRETE r.e✓f' "RmUCER SHACKLE RODS(7'YP) ` ` \'~" s FIRE HYDRANT ASSEMBLY GRAVEL SHOULDER BCARINC BLOCK, 2'CORP.STOP.— 4'90'BEND(MJ x MJ) ,S. 4 x x IB FORD FBSOD,2- 4"D.I.P. B°x 4°TEE(FL x FL) VERTICAL BEND ALTERNATE PLUGGED CROSS mxn 3-GATE VALVE w/2- IPT BOTH ENDS SHACKLE RODS 4'G.V.(FL x MJ)w/ VERTICAL BEND SOUARE OPERATING t 90wICti W ap tl r♦am OYa9 s .xwo xmcu+U'wxx7 2"SO,OPERATING NUT 6s a.rxr.Prr Yrre Attuavp wu spa NUT A ELEVATION rea,atP w�wrmn�pY w tps w 1.PIPE AND FITTINGS FROM MAIN T -.0 roa per_ AM TO GATE VALVE SHALL BE BRASS NOTES, r STEEL SHIM PLATE NOTES Y �. �ER TIP£ANO FITTINGS BE DOUBLE STRAP SADDLE 1. LOCATE BL01V-Or AS CLOSE AS POSSIBLE TO MAIN,OR AS DIRECTED BY LX5TRICT. C 3'SCH.40 GALVANIZED STEER I. ALL CONCRETE FOR BLOCKING SMALL DE r B UNLESS OTHERVASE NOTED.TAR ROMAC 20M 2'tPT FIVE(3)SACK MIX. COATING REOJIREO DE7V.EEN MAIN V1ArERMAINS 2. SHACKLE RODS MAD EA. 3/4"GALV.STEEL TIE RODS W}TH ONE HEAVY COAT CT 9 ��'_, &BOX FOR AIR VAC. IV&LARGER COAL TAR PRESERVATIVE ON TIE ROOS.NUTS AND BOLTS AFTER INSTALLATION �' � 2. ALL ULOGKING SHALL BE POURED AGAINST �, � 2.ALL ABOVE GROUND GALV TO BE OR MEG-A-LUGS BLANK PLUG FIRM,UNDISTURBED EARTH, °p PAINTED FARVILST PAINT CASE 3, BLOCKING AGAINST FILL MATERIAL DISTURBED -- - lSLLOW PNI X3472,TWO COATS. }. MARKING POST NOT NEEDED. PLUGGED END FOR OR POOR SOILS SHALL BE DESIGNED BY FIRE HYDRANT IN CUT FIRE HYDRANT IN FILL 1 SWING JOINTS SNAIL BE OOQ8LE STREET 4" BLOW OFF ASSEMBLY FOR 8" FUTURE EXPANSION DISTRICT ENGINEER. FIRE HYDRANT LOCATION CUT OR FILL ELBOWS OR 2 90•BENDS&NIPPLES. & LARGER MAWS—IN PAVING � CONCRETE BLOCKING DETAIL � FIRE HYDRANT ASSEMBLY 3"AIRNAC VALVE ASSEMBLY �Q- NTS NTS NTS 1S NITS s a �I i m i � I `d 8 z 'Y L E WATER DISTRICT NO. 90 7 APPROVED ,4A CONSTRUCT1 ORAVANGS; 014 DATE; F I 'y CALL 4$ HOURS �* a* As SHOWN I > �, CITY OF 3/2/2072 BEFORE YOU DIG - _ HILL I REN TON NE 4TH WATER MAIN IMPROVEMENTS t—800-424-5555 F, "° }y==1 �,tT(�, Plnhnln9/BDedi,/PUbliy Works Dept. �mna ae Rath Hill,LLC let 425.BS9.9448 VnrwxDlhhm.GOm lSF ' A,Tiproved FBor Construction 11130 NE 33rd Place,Sutte 200 Bellevue,WA 98004 NO. REVISION u.wm av i WATER QETAf1 S 4 BY DATE APPR . RDDart M. lionsnn P.E. _ Da}s}s ¢ -4 i I I — - I IRRIGATION NOTES: � L � I --- '` 1. SEE SHEET IR4 FOR CONSTRUCTION DETAILS & NOTES. ¢7—h"sleeve I ' C I 2. CONTRACTOR SHALL VERIFY SPECIFIC IxI. I. IRRIGATION CONTROLLER LOCATION PRIOR -------------------�8leeve TO CONSTRUCTION. o -- o 3. PLAN IS DIAGRAMMATIC. VARIATIONS IN HEAD LOCATIONS ON PLAN IS FOR THE 6"8leevm SAKE OF GRAPHIC CLARITY. - - I C77=7D i =°°] r 4. MAINLINE, LATERALS, AND SLEEVING ARE I SCHEMATIC ONLY AND SHALL OCCUR IN Z I PLANTING AREAS UNLESS SLEEVING IS W I 7-1 (� I SHOWN. WIncl. �LJn --------- —.-_ 5. CONTRACTOR SHALL MAKE FIELD o° Sleeve_ _ - I _ - e o ADJUSTMENTS AS NEEDED TO OBTAIN 0 ° 1- 6^sleeve o 0 FULL COVERAGE. DESIGNERS RESERVES IA'C ° : - _ _ C- o I I THE RIGHT TO MAKE NOZZLE CHANGES IL --:-- -. -I- -�rt. Existing irrigation eervt4e I e AS NEEDED AT NO ADDITIONAL COST. 0 CONTRACTOR HALL ADJUST HEAD - to be reconstructed by ° 1 _ POSITIONS AND ADD OR DELETE HEADS art owner °,,I ------------------ o AS NEEDED DEPENDING ON ACTUAL O project construction I W I i FIELD CONDITIONS. Contractor to protect L 1 coordinate work with 1348 Grounds Maintenance- n - I LEGEND: 0 Kooyman 206,6P1b023 I I SYM. DESCRIPTION I = WATER � DISTRIC �. I I � �_— I _ , Q Rairibtrd 1806-10 Series D ° I , •p i I �---- - — ----------- --I M. Rainbird 1806-10 Series T W �\ Z AUTO ZONE / � SAFEWAY O'REILLY AUTO Q Ralnbird 1806-10 Series H 5-1 i I I ReMbtrd 1806-B Series o -- - -- —, Ralnbird 1806-B Settee H RM I 6"Sleeve — o s — — — — --- ----- -_�i ---—_ -- - —— --'= -- — —— — /i Relnbird 100-ID Series EST --------- -- -.-- r �Meinllrie _�I j 7-77-j I Plan Is diagrammatic. ----- ReMblyd 1012-19 Series 4X30 86T S I Locate mainline 4 equipment I —-- In planter strip to north U)I III O Retnbird I'EB-I°Electric Zoro Valve W 00 _ - I I�� -- 8+00 --- _ --9+00 10+ - B Breee Bell valve _ � o _ / - ---i�� + 11+00 — --_ 40 NE 4TH STREET I,II --- —_P_1.a�1_te_dtegrammatla PROTECT & RESTORE EXISTING IRRIGATION Z I f—————————— L ———— ————— 3-—0-- 0 Locate mainline 4 ul— ---- --- SYSTEM I Itg"Melnlirie � 17111 J III Its" 4 p. 5 tg" In planter strip to south -- --— 6"sleeve PROTECT, RESTORE & ---- EXTEND EXISTING _ - - - IRRIGATION SYSTEM Point of connection 111" Irrigation meter provided LU I - by others. Field verify z location. Design static Lu ` I r eesure TO Pei.See Sheet 20.2 > - -- for specific point of Q _ ._ _._- VACANT connection 4 sequencing. zQ 20.1 20-2 Mount Irrigation eontroller � 203 on south aide of traffic c signal controller cabinet. Approximate IoM4L _ _ __ __ _ __ �+ US POST OFFICE n. MATCH LINE STA 104+50 SEE SHEET IR3 PLAN SCALE IN FEET N •s 0 20 40 LESSC - - - p GQ 4 aF!rAgyl�f0 3} a CALL 48 HOURS --b. CITY OF .. AS SHOWN ;I: NE 3rd/4th CORRIDOR IMPROVEMENTS °r s/e/12 A RAC3242 BEFORE YOU DIG � � °�o.sANDeNO PHASE 1 INTERSECTION IMPROVEMENTS �>1 _ ° D.SANDENO A PI nin Buildin�NTON tONAtB '�•� 'e„M +mo UTH AvOWE M surreim DATUM 9 roved �or Colnst Works' Dept. W g 1-800-424.-5555 _ '• T pp � IRRIGATION IR2 - ,c:. ? T.zss.ea.a°o F.w"�".er9" oxc i"ex - - - TIB -8 1-102(033)-1 P0`""•'8taom - NO.. REVISION BY DATE APPR "r'""'� '"�"" MCL bent Hanson P.E.. D teZ PLAN H 41`43 VACANT I W IRRIGATION NOTES: x IW -- -- — It= 1. SEE SHEET IR4 FOR CONSTRUCTION W DETAILS & NOTES. --- —- -- — _ --- -- W ., I — - ------ IU) 2. CONTRACTOR SHALL VERIFY SPECIFIC IRRIGATION CONTROLLER LOCATION PRIOR 100+0 _ 101+00 I+ TO CONSTRUCTION. a: __ _ _ - 1021+pp - - - _ 1�pp,- - - - 104+00 3. PLAN IS DIAGRAMMATIC. VARWTIONS IN _ WHITMAN CT NE Iy SAKKE F GRAPHIC ON PLA IS FOR THE . x x -- -- -- -- -- _ --— ------ R W --- IZ 4. MAINLINE, LATERALS, AND SLEEVING ARE w Z �I _c ------ ------ ---- ---= SCHEMATIC ONLY AND SHALL OCCUR IN ❑ PLANTING AREAS UNLESS SLEEVING IS W a V SHOWN. a W VACANT Ix - - 20 3 la 5. CONTRACTOR SHALL MAKE FIELD ADJUSTMENTS AS NEEDED TO OBTAIN > _1 0 Ig FULL COVERAGE. DESIGNERS RESERVES II -- --.. US POST OFFICE CHANGES RIGHT TO MAKE Ck:D. IX — -- I ASENEEDED AT NO ADDITIONAL COST. II j CONTRACTOR SHALL ADJUST HEAD POSITIONS AND ADD OR DELETE HEADS AS NEEDED DEPENDING ON ACTUAL O / 20.4 I FIELD CONDITIONS. x I LEGEND: IX I 5YM. DE5CRIPTION V ; TEMP. CONST. EASEMENT F-2--]— ` r,a X I RMblyd 106•10 8elea q ---- - -------------- Lk_sn— -nn --- - Ralnblyd 106-10 Serle T -.- Z- - Ix --- -_- --- Q Relnblyd IS06-10 Series H --Et-O x Ralnbird 1806-5 Sarlee Q I Ralnblyd 1806-ID 8erlee H PLAN' SCALE IN IN FEET Z Ralnblyd W-6 Sarlee EST 01 20 40 Relnblyd IBIZ-B 8erlee 4 X 30 SOT ORalnblyd PEB-["Electric Zone valve PROTECT & RESTORE EXISTING IRRIGATION SYSTEM PROTECT, RESTORE & EXTEND EXISTING �+ IRRIGATION SYSTEM �r P$LES gC - oF.HAyy� .f0 �? - swrrerm: S AS SHOWN xa,aoma:wn i�'�10°' :�i CITY OF NE 3rd 14th CORRIDOR IMPROVEMENTS ATE.8/9/12 CALL 48 HOURS �`�' .� "" °°o.swoQ+o RENTON PHASE 1 INTERSECTION IMPROVEMENTS AR BEFORE YOU DIG -;��7 D.sa+Dwo �` _,r� It 101836tH RVENUE BE,BUITE 100 we DATUM Plan g/Building/Public Works Dept. wu"w"rro: `TONAL t'°� I� - - °"°"°' .T1- proved For Constructio s 1-800-424-5555 ��ef=0 F.M,�� IRRIGATION IR3 4 T53.809.BB00 F.153 BNQ BB { IF NOi OM Mtll j7$ TIB 8-1-1D2�133)-1 '°" ` N0. REVISION BY DATE APPR �"�'� '"C0`�"0L ert..M. nson P.E. ate PLAN 42­43 c General irrigation Notes 1. IRRIGATION SYSTEM INSTALLATION SHALL BE DONE BY COMPETENT IRRIGATION CONTRACTOR AND/OR LANDSCAPE CONTRACTOR THAT HAVE PROVEN EXPERIENCE WITH SIMILAR PROJECTS. THE CONTRACTOR IS TO eh PROVIDE ACCURATE AND LEGIBLE (AS—BUILT) DRAWINGS FOR ALL PHASES OF THE PROJECT. ALL IRRIGATION d WORK IS TO BE COORDINATED AND SCHEDULED IN COOPERATION WITH ALL OTHER CONTRACTORS. ANY DIFFICULTIES, COST CHANGES, OR DAMAGES DUE TO LACK OF COOPERATION OR COMMUNICATION ARE THE w RESPONSIBILITY OF THE CONTRACTOR, IRRIGATION CONTRACTOR AND/OR LANDSCAPE CONTRACTORS. THE xccrw+wnN+Pi isnc G""COUPLER WYE LANDSCAPE/IRRIGATION CONTRACTOR SHALL VERIFY WATER PRESSURE AND AVAILABLE FLOW PRIOR TO Emw B0°A aR WITH ROUND VALVE 7 CONSTRUCTION.AND. CONDUCT A PRESSURE TEST FOLLOWING COMPLETED INSTALLATION. IF DEFICIENCIES NNOR RROUDw�°oz ARE NOTED THAT WILL HINDER THE SYSTEM'S PERFORMANCE, NOTIFY THE LANDSCAPE ARCHITECT PRIOR TO CONSTRUCTION TO CORRECT DEFICIENCIES. 2. ALL CONSTRUCTION SHALL COMPLY WITH THE CONTRACT DOCUMENTS. z. .H 4 49 AS. � ,w 3.. CONTRACTOR IS RESPONSIBLE FOR A THOROUGH CLEAN—UP FOR HIS/HER RESPECTIVE WORK, DAILY w .Z m�V slue WYNLR@ AND AT PROJECT CLOSE—OUT. W 4. CONTRACTOR IS RESPONSIBLE FOR PROTECTING ALL EXISTING IMPROVEMENTS. DAMAGE TO EXISTING a ; M naa ! IMPROVEMENTS BY THE CONTRACTOR SHALL BE REPAIRED OR REPLACED BY THE CONTRACTOR AND/OR —1'REM S0 1°'H1H QUALIFIED INSTALLERS/TRADES ACCEPTABLE TO THE SOLE SATISFACTION OF THE ENGINEER AND AT NO COST FLON- _ ° o !k_V o TO THE OWNER. IL 0000"50o�°o°eo poop° oe° o�o°°v o°� SCHEMATIC POINT OF.CONNECTION ASSEMBLY 5- SPRINKLER HEAD SYMBOLS SCHEMATICALLY REPRESENT DESIRED SPRAY PATTERNS. FIELD ADJUSTMENTS _ HODS AND VERIFICATION OF SPRAY PATTERNS WILL BE NECESSARY. ADJUST SPRAY PATTERNS TO WATER ooueiE-GxE<xc �Lnx x a-PEA GRAVEL suWP 1. eoNTRrcraR swL.use VxvE BOX �FlDW P"L"O" � D TO NQ' LANDSCAPE AREA ONLY AND PREVENT OVERSPRAY ONTO BUILDINGS AND/OR PAVEMENT (UNLESS SPECIAL Q NO SCALE �7 GAP eM MOH RECTANGULAR SWM rm x. .w.nave eons TO BE Asmara CIRCUMSTANCES PREVAIL). FUM WITH RIM GRADE VALVE DOW T OF 6. ALL PIPING. UNDER HARD SURFACES (INCLUDES CONCRETE, ASPHALT, CRUSHED GRAVEL) SHALL BE POINT OF CONNECTION SLEEVED WITH 4" DIAMETER PVC CONDUIT EXTENDING EIGHTEEN (18) INCHES BEYOND HARD SURFACE O EDGE. MARK ENDS WITH A 3/8" DIAMETER REBAR, 18" IN LENGTH. TOP OF REBAR TO BE 1" UNDER V NO SCALE SOIL SURFACE. ALL SLEEVES UNDER HARD SURFACE SHALL BE STRAIGHT TO ALLOW FOR IRRIGATION PIPE REPLACEMENT. ALL SLEEVE INSTALLATION SHALL BE ACCOMPLISHED UNDER THIS CONTRACT. FARLH GRADE 9 UP err DAMN¢BOX:REFER To -. BOX IN AM PPAVDIDF - PiWDATXM SLEET WOWS ARRAS Tr BUM UP m 7. ALL CONTROL WIRING IN MAINLINE TRENCH SHALL BE PLACED UNDER MAINLINE. ALL CONTROL WIRING oR.sgECmaTwNg u cTHm AREOI NOT IN MAINLINE TRENCH SHALL BE BURIED WITHIN METAL CONDUIT. CONDUIT SHALL BE PLACED 18" BELOW "p POPE BOX DGhR VALVE e°x:REFER TO FDASN°ROE Ar UP,OF FINISH GRADE. ALL CONDUIT AND FITTINGS SHALL BE INTERMEDIATE METALLIC OR BETTER. RIRGaEON SHEET NOTES Box w TURF Am PAVED M OR AARRDSS IT �uP IN i Doullm OTHER W ��� MATER TOGSEE aRAOE ° OR EDGE 8. PIPE SIZE SHALL BE THE SAME ON BOTH SIDES OF VALVES. PIPE SHALL REMAIN CONSTANT BETWEEN Z �e0 UNULS PIPE SIZE CALLOUTS. 3/4" CLASS 200 PVC SHALL BE THE SMALLEST LATERAL LINE USED. 1 NNE ADAPTOR -mv NPNES - MALE ADAPTOR. - 1 _-1 1„] - - _ -I _ 9. LOCATE ALL VALVES WITHIN ONE (1) FOOT OF THE MAINLINE. - LOCKABLE VA LENGTH mat UME r r eR�s 10. FIELD VERIFY ALL SPRINKLER HEAD LOCATIONS (FLAGGING) FOR REVIEW AND APPROVAL BY ENGINEER " VE - SIM SCE SD PAD MPPLE 7.7 BEFORE TRENCHING. CLAMPS sat 40 we EIRGW nr ag L ° 2-SC"40 PVC SG S%EET 11. WHERE TWO OR MORE PIPES SHARE THE SAME TRENCH, MAINTAIN A 4" SEPARATION BETWEEN PIPES, o — LLLs ww=Pi&ii= DO NOT CROSS PIPES OVER EACH OTHER UNLESS THEY ARE AT 90 DEGREES. 40 PVC \ 4•WN LONG ° ` —PFD Ouw NSrAU Ww dALV REM ROO- SCH 40 so� W LEN6TH �6 ��n 12. IRRIGATION SITE PLAN IS SCHEMATIC. IRRIGATION PLUMBING AND EQUIPMENT SHALL BE INSTALLED IN x Dar' aOWn°q PVC LLUE ADAPTOR S N B0 PVC NIP LAWN OR SHRUB BED AREAS AND WITHIN PROPERTY BOUNDARIES. THE CONTRACTOR SHALL CONSIDER ALL PREVERTO10 " SITE FEATURES IN THE INSTALLATION OF IRRIGATION IMPROVEMENTS. THE CONTRACTOR SHALL BE DOUBLE CHECK VALVE BALL VALVE QUICK COUPLER VALVE RESPONSIBLE FOR SUPPLYING AND INSTALLING ALL IRRIGATION EQUIPMENT NECESSARY FOR A COMPLETE AND FUNCTIONAL IRRIGATION SYSTEM. FIELD VERIFY ALL EXISTING EQUIPMENT LOCATIONS AND REPORT ANY No SCALE No SCALE No SCALE INCONSISTENCIES TO ENGINEER. 13. SUPPLEMENT 8-03.3(4) — ALL PVC SOLVENT WELDS WILL BE MADE AS A TWO—STEP PROCESS W/ SEPARATE PRIMER AND GLUE APPLICATIONS. ALL GLUE SHALL BE MANUFACTURED FOR IRRIGATION AND CONDUIT ASSEMBLY ONLY. NO "ONE—STEP" GLUE SHALL BE ALLOWED. SUBMIT PRODUCT INFORMATION FOR VALVE Box:REFER To INISH GRADE AT LIP OF APPROVAL PRIOR TO USE. SPECIFICATIONS - - BOX - WALK OR CURB - - 14. ALL NEW AND MODIFIED IRRIGATION SHALL MATCH EXISTING.MATERIALS INSTALLED ON—SITE. A ELECTRIC CONTROL VALVE FINISH 3" THOROUGH INSPECTION OF.CONTROLLER, PIPING, VALVES, HEADS, AND FITTINGS SHALL BE COMPLETED BY n _ IRRIGATION CONTRACTOR PRIOR TO BIDDING TO INSURE CONTINUITY THROUGHOUT SITE FOR EASE OF VIII" r�i�: �- SCH 80 PVC NIPPLE ..SLIP FlX •` MAINTENANCE AFTER FINAL CONSTRUCTION (IF APPLICABLE) FITTING SCH 80 PVC UNION - W/BRASS INSERT CLASS E TO _ SCH 40 PVC MALE .SPRINKLER 9 r SPRINKLERS - �, ADS.. - - _ - - 80DY VALVE CHART IRRIGATION EQUIPMENT LIST SCH ao Pvc:ELL'(s x s) SCH 80. . VALVE � 6IZE mbol MFR orderin • Product Debar( tion pe °I SCH 40 PVC PIPE: NIPPLE LOW VOLTAGE WIRES _I _LENGTH AS REQUIRED �H O SCH 40 ELL - I 23D Rainbird 1804 15'Series/PCS 6" Po -U 5 ra head With 90° 4 I80°Nozzles l SCH 40 PVC FITTING STREET ELL 3 8.1 1" �0 Ralnbird 1806 56T/E5T/PC5 6" Po -U S ra head With Side 4 End Strip Nozzles 1 CUFT DRAIN GRAVEL (S X S) 4 259 I° AAA Rainbird 1804 10'Series/PC5 0" Po -Up S ra head With 9TH° 120, 4 100°Nozzles SUMP BELOW VALVE SCH 40 Ig 2D0 I° .STREET SCH 40 PVC MAINLINE E L M Febco aEOY Ii2" 1112" Double Check valve Backflow Preventor NOTE: - - - LATERAL UNE - 6 B 4 K 10-1-900 Series Brass Ball valve(Schedule 40 Unions With Brass Inserts)Match Line Size PROVIDE EXPANSION COILS AT EACH VALVE - - - 3i" SCH 40 TEE OR ELL ® Rainbird 3RG 4 Brass Quick Coupler O Ralnbird 100/150-PEB-PR6-1) I" - Ii2" Electric Remote Control Zone valve includin PRS ressure regulating module © Toro Sentinel SSAK12P5IGNS4 with Ya i directional antenna ELECTRIC CONTROL VALVE POP-UP.SPRINKLER ASSEMBLY — — Schedule 40 PVC P'i e For Mainline, Install at 18" De th(24" under Paved Areas) Class 200 PVC Pi e for Lateral Lines, Install at 12" Depth(24" Under Paved Areas) NO SCALE NO SCALE e �— = Class 200 PVC Pi e Conduit, Install at 24" [Depth Not glloum 014-AWC: Direct Burial Low Voltage Wires,Red=Si nal White=Common T, a x AS SHOWN ""°" ° ° C6 CITY OF NE 3rd/4th CORRIDOR.IMPROVEMENTS 8/8/12 CALL 48 HOURS �°o.SANDEND 33242 BEFORE YOU DIG D'SANDENO RENTON p PHASE 1 INTERSECTION IMPROVEMENTS Pla in Building Public Works De t a�w"P WA G6MENOTp°�&4dD 0 P � pproved For Construction IRRIGATION SCHEDULE, 1-800-424-5555 ,. -� cIR4 T.rsam�4.aeoo r,ru.w4Przm TIB 8-1-102(033)-1 NO. REVISION BY DATE APPR Art M. Hanson P.E. $ 2 DETAILS,&NOTES mac.* 43°43